Loading...
99-23180 RESO RESOLUTION NO. 99-23180 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, RATIFYING AMENDMENT NO. 1 TO THE AGREEMENT BETWEEN THE MIAMI BEACH REDEVELOPMENT AGENCY AND KIMLEY-HORN AND ASSOCIATES, INC., APPROVED UNDER RESOLUTION NO. 99-23073, FOR PROFESSIONAL ENGINEERING AND LANDSCAPE ARCHITECTURAL SERVICES, IN THE AMOUNT NOT TO EXCEED $389,100 FOR PREPARATION OF CONSTRUCTION DOCUMENTS, BIDDING AND PERMITTING SERVICES FOR THE SOUTH POINTE REDEVELOPMENT AREA FIRST PHASE OF 3RD STREET FROM MICHIGAN AVENUE TO OCEAN DRIVE, AND WASHINGTON AVENUE FROM 5TH STREET TO SOUTH POINTE DRIVE. WHEREAS, the Miami Beach Redevelopment Agency issued a Request for Qualifications (RFQ No. 15-98/99) to provide Professional Engineering and Landscape Architectural Services for Design of Street Improvements in the South Pointe Redevelopment Area; and WHEREAS, on January 7, 1999, and January 11, 1999, Evaluation Committee reviewed the proposals submitted and, after presentations, recommended the firm of Kimley-Hom and Associates, Inc. to the City Manager; and WHEREAS, on January 20,1999, the Mayor and City Commission ratified authorization of the Administration to negotiate an agreement with Kimley-Hom and Associates, Inc.; and WHEREAS, on February 17, 1999 the Mayor and City Commission ratified the initial professional services Agreement with Kimley-Hom and Associates, Inc., for a negotiated fee of $75,925 for the Master Plan, $69,835 for surveying, with an additional $25,000 for reimbursable expenses, for a total amount not to exceed $170,760. WHEREAS, accordingly, the Administration recommends that the Mayor and City Commission ratify the attached Amendment No. 1 to the Agreement with Kimley-Hom and Associates, Inc., for a negotiated fee of $3 89,100 for preparation of construction documents, bidding and permitting services for the South Pointe Redevelopment Area of 3rd Street from Michigan Avenue to Ocean Drive, and Washington Avenue to 5th Street to South Pointe Drive. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CHAIRMAN AND MEMBER OF THE MIAMI BEACH REDEVELOPMENT AGENCY, that the Mayor and City Commission herein ratify the attached Amendment No.1 to the Agreement with Kimley-Hom and Associates, Inc., pursuant to Request for Qualifications No. 15-98/99, in the amount of $389, 1 00 for the preparation of construction documents, bidding and permitting services for Professional Engineering and Landscape Architectural Services for the Design and Implementation of Street Improvements in the South Pointe Redevelopment Area. PASSED and ADOPTED this 26th day of May ,1999. ;;)~ MAYOR ~rf~ CITY CLERK I':\WORK\SAJ J ;,MERCEDEs\r:OMMI:MO\KMROA.RES APr-:,(.)VED /4S TO FO'~'" '!, "~I !.;. NGUAGE ./t'} ,/. ~.: ~".t~ & ::01( CXECUTION ~ Sl ~O)~ ~-n ~-'-~ Attachment No.1 Kimley-Horn and Associates, Inc. May 18, 1999 . Suite 353 420 Lincoln Road Miami Beach, Florida 33139 Ms. Mercedes Sosa Project Manager City of Miami Beach 1700 Convention Center Drive Miami Beach, FL 33139 Re: South Pointe Streetscape Dear Mercedes: During the Stanley Sutnick hour of the last City of Miami Beach Commission Meeting, one of the residents of the South Pointe area made several statements that need to be clarified. I am drafting this letter to clarify some of the statements that were made by this individual. I would further like to volunteer my time to provide an overview of the entire project and specifically the proposed first phase with City Administration and City Commission as a group or as individuals. Per your request, we have reviewed the recorded segments of the May 12, 1999 Commission meeting that included the comments from this resident and have formatted this letter to respond to the issues raised regarding the South Pointe Streetscape Redevelopment Area project. Furthermore, where appropriate, we have outlined the background information associated with the topics. At the last South Pointe Advisory Board (SP AB) meeting on May 4, 1999 we presented the draft masterplan to the SPAR The masterplan includes the proposed phasing of the construction, estimated construction costs, and outlined the specific improvements proposed in the area. Much of our presentation revolved around the phasing, costs, and streets cape issues. After our presentation, we answered all questions from anyone who asked them at the meeting. This presentation/question & answer session was conducted until all parties with questions had their questions answered satisfactory. This session lasted for over two hours and we had to relocate to another conference room due to the length of the session. Therefore, when this resident stated "Not unlike the South Point Advisory Board, we had to vote and then have the presentation by Kimberley and Horn (Kim ley-Horn and Associates)" he was incorrect. In fact, over two hours of dialogue had been conducted prior to the SPAB voting to support the approval of the first phase of the project. To my knowledge. the only item that the SP AB voted on prior to our presentation was that they continue their support of the priorities that had been previously voted on by the SPAB and the Commission, which was also approved. Later in his address to commission, this resident discussed that there were "completed streets" in the proposed project area and that the City was "paying for another survey". As part of the masterplan contract, we, along with members of City staff, DPZ, and the . TEL 305 673 2025 FAX 305 673 4882 ~=~ .-.. Kimley-Horn and Associates, Inc. community walked the project area. During this walk, the areas of the project were discussed. In the first phase of the project (3rd Street and Washington Avenue) there is only one area that could be identified as "the streets have been done". -This area is in front of the parcel that is on Washington Avenue in front of Joe's Stone Crab. The improvements that are in front of Joe's are contained behind the existing back of curb and gutter. Their improvements include landscaping, brick pavers, and on site improvements. The original DPZ study and our latest masterplan outlined that upgrades in the area will be implemented even in front of Joe's. The intent of the masterplan is to provide a consistent theme for the south pointe area. This will require the upgrade of lighting, irrigation, and replacement of the sidewalks. Additionally, the improvements along Washington Avenue outline a center-landscaped median that will be added and milling and resurfacing of the existing roadway. The existing live oak trees that are in front of Joe's will be saved and utilized in place. Along 3rd Street there are two locations where the private owners have landscaped the public right of way in front of their lots. With the proposed narrowing of the streets and addition of curb and gutter that is outlined in the masterplan, this entire area will be modified. Additionally, there were several drainage problem areas identified in the area that will be addressed. Overall, there have been minor improvements to the City's right-of-way in the area. Where possible, we will be utilizing the existing features. In the majority of the project area, substantial construction will be required to achieve the intent of the masterplan. The current proposal that is pending authorization by the commission is for the construction documents that are required for the construction and permitting of the improvements. The survey work for this area (phase I) was completed during the masterplan element of the project. Another issue raised by the resident was regarding the extension of Washington Avenue south of South Pointe Drive. During the study perfonned by DPZ and the subsequent masterplan that was completed by us, the City did not own this property. After the City acquired the rights to this property in a settlement agreement (March 1, 1999), we were approached to add this segment to our contract for the area. We have a proposal currently pending for the planning, surveying, and construction documentation for this section of the project. There were several occasions where this resident questioned the proposed upgrades to the water distribution system. Some of his comments included that we were "replacing old lines", that there were "6-inch upsized to 12-inch waterlines". and that there was "proof from public works new water lines have been put in recently". Additionally, he discussed that watennains had been replaced in "1973,1992, and 1995". This resident further went on to imply that the current proposal had outlined "duplicative services" and these services were not needed. These remarks regarding duplicative services are totally false. The current proposal outlines that watennains will be replaced along 3rd Street and at several cross streets ..........-n ~-[_.~ .... Kimley-Horn and Associates, Inc. along Washington Avenue. The improvements along 3rd Street are to replace a 6-inch main that is not looped in the system and is over 60 years old. There is one secti()n of watermain along 3rd Street that extends for approximately one half of a block that is 8- inch and was constructed nearly 30 years ago. This half block section of main is proposed to be replaced also to complete the 12-inch grid. The cross street watermain improvements along Washington Avenue are intended to allow for the interconnections from east to west off of the existing watermain along Washington A venue. This will allow for the future phases of the streetscape program to be constructed without having to disturb the work that will be completed along Washington Avenue during the first phase. The City's Water System Masterplan, as prepared by Camp Dresser and McKee (CDM) in 1994, clearly states the need for these proposed watermain improvements. In Section 11.0, Required and Recommended Improvements to the Water System, the masterplan states that "There are also several locations within the distribution system where main replacement, or main strengthening, is necessary to provide minimum fire flow requirements. These locations include: the 6-inch distribution grid south of 5th Street to be replaced with 8- and 12-inch pipe;". This is the basis of our recommendations to replace the watermains where outlined in the scope. (see attachments) While he was technically correct in that "new watermains have been put in recently", he did not explain that the "new" watermains were installed in areas outside of the limits of the current proposed improvements. The watermains that had been put in recently were installed by City crews and were along sections of Alton Road (1985), 2nd Street (1996), 1'1 Street (west of Washington Ave)(1995), Washington Avenue (1992), South Pointe Drive (1985), and Ocean Drive (1985). The vast majority of these improvements were made prior to the CDM study and there is still the need for the improvements that are outlined in the CDM study. Once again, we will gladly meet and review or discuss these issues with you at your convenience. Please let me know how to proceed from here. Very truly yours, D ASSOCIATES, INC. Copy: Matthew D. Schwartz Christina Quervo Julio Grave de Peralta, P.E. Mercedes Sosa Marla Dumas attachments , CDM Camp Dresser & McKee 'l' I I . I I I I I I f I , I I I I WATER SYSTEH HASTER PLAN CtTY OF HtAHt EEACH, FLORfDA CITY OF MIAMI BEACH NOVEHKEJ? 1114 ~ Section 8.0 Analysis of Fire Flow Requirements of the city where the Department has experienced problems with either fire flows or fire floW tests are as follow~: · The South Beach area south of 5th Street - This area is served by a grid of old 6-inch cast iron pipe which hydrant flow tests indicate may be highly tuberculated. Hydraulic modeling shows this apparently tuberculated grid to be capable of sustainin~ only a 50Q GPM hydrant flow when development in the area requires a fire -flow of 2.000 GPM presently, and as much as 3,000 GPM in the future. Many of the buildings being .renovated within this area are failing fire flow tests. · The area between 5th Street and Lincoln Road - The future plans for redevelopment in this area are unknown at this time, but due to the many low density residential units present, it appears the required fire flow in this area will be 1,000 GPM. Limited hydrant flow tests indicate the available fire flows range from 670 GPM to 2,800 GPM. Here again the problem appears to be tuberculated water mains in some streets. · Belle Isle - High-rise development on Belle Isle has created a required fire flow of 3,000 GPM. The existing 6-inch main on the south side of island cannot supply this quantity of water. · Miscellaneous Other Areas of Concerns - Bay Road south of 16th Street is served by a deadend 8-inch main which cannot supply the required 3,000 GPM fire flow to the high- rise development along Bay Road. Due to an undersized main in Drexel Avenue between Espanola Way and 12th Street fire flow to the Fisher/Feinberg Elementary School is inadequate. Particular attention was paid to fire protection for schools and hospitals and this was the only public facility of these types where fire flows were found to be lacking. Finally, Fire Department personnel expressed concern about fire protection at the Lincoln Road Mall. Recommended remedial actions for these areas of concern are discussed in Sections 10.0 and 11.0 of this master plan report. Generally, the combination of the capacities of the water booster pump stations and the storage facilities is more than adequate to meet fire flow requirements. The deficiencies in the water distribution system are generally minor, with one exception, theJ South Pointe area south of 5th Street. This area is served by a ~id of 6-inch mains which ~ve every indication of being extensively tuberculated. This combination of small diameter mains and tuberculation seriously impacts delivery of required fire flows .. 8.5 Building Fire Suppression The South Florida Building Code (1994 Revisions) requires the installation of building fire suppression systems of various types based upon occupancy groups (Chapter 38) and building height (Chapter 39, High Rise Fire Protection and Life Safety). Chapter 38 relates primarily to automatic sprinkler systems and alternative extinguishment systems and where these systems are required in accordance with building occupancy groups. Standpipes are required in all buildings 50 feet and more in height. The water supply for sprinklers and standpiDP<; ~". buildings not more than 275 feet in height shall be 500 GPM for aI-- than one standpipe is required the water supply shaU be 750 GPM. CDM Camp Dresser & McKee bo 1 009 5 I , , I I 1 I I I ;;;..- Section 11 Required and Recommended Improvements to the Water System interconnections between the 24-inch main in Dickens Avenue and Byron Avenue and the 6- and 8-inch mains running east/west in 76th through 85th Streets. This 24-inch main presently provides service to the City of Surfside and with that service being terminated it may be used to strengthen the distribution system in the north end of the city. These are all relatively small projects; however, they will improve the level of service at specific locations within the system. There are also several locations within the distribution system where main replacement, or main strengthening, is necessary to provide minimum fire flow requirements. These locations include: the 6-inch distribution grid south of 5th Street to be replaced with 8- and 12-inch pipe; installation of a new 8-inch main in Island Avenue on Belle Isle; elimination of a deadend in the 8-inch water main in Bay Road south of 16th Street; a new 12-inch main in Drexel Avenue from Espanola Way to 13th Street to improve fire flow to the Fisher/Feinberg Elementary School and new 8- and 12-inch mains in the Lincoln Road Mall area to improve fire flows to the mall. It is recommended that all of the required improvements, that is, upgrading the five existing water booster pump stations, construction of the Tenninal Island water booster pump station, rehabilitation of the four existing welded steel ground storage tanks or replacing them with prestressed concrete tanks and the water main extensions and replacements described above be included in the Series A bond issue scheduled for the spring or summer of 1995 and that these improvements be constructed over a two-year period beginning on October 1, 1995. 11.2 Recommended Improvements The following recommended improvements: replacement of galvanized iron water pipe and rehabilitation of tuberculated water mains, by cleaning and cement lining, are also very important in regard to improving the level of service and meeting fire flow requirements within specific sections of the distribution system. However, the scopes of these projects are of such size that a realistic time for completion of each project is a minimum of five years. These projects may be performed simultaneously without interference. The estimated length of galvanized iron pipe requiring replacement is 82,600 feet, which will be replaced ,with 8-inch cement lined ductile iron pipe. A five year replacement program would provide for replacing about 16,500 feet, a little over 3 miles, of pipe per year. This would appear to be a reasonable schedule which may be comfortably met. At the same time it can probably be made to dovetail with future streets improvements programs. It is recommended that this program also begin on October 1, 1995 with an estimated annual expenditure of $660,000 in year one and $680,000 in year two. .. For budgetary purposes and detennination of project costs for inclusion in the water and sewer rate study in preparation, a conservative estimate (high) of the total length of tuberculated pipe which would be cleaned and cement lined was developed based upon the following assumptions. The only mains to be cleaned and cement lined under this initial program would be 6- and 8-inch diameter pipe. Table 2-2 in Section 2.0 of this report shows the length of 6- and 8-inch diameter pipe, with an age of 40 years and older, to be about 348,000 feet. The main replacement project south of 5th Street will reduce this estimated footage to about 335,000 feet. It is assumed that aU of this pipe is unlined cast iron pipe which has become tuberculated and requires cleaning and cement lining. CDM Camp Dresser & McKee bo 1 054 11-2 ~ CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 TO: FROM: SUBJECT: COMMISSION MEMORANDUM NO. 38S.CJ1 Mayor Neisen O. Kasdin and DATE: May 26,1999 Members of the City C mission Sergio ROdriguez~ - City Manager A RESOL I OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA RATIFYING AMENDMENT NO.1 TO THE AGREEMENT BETWEEN THE CITY OF MIAMI BEACH REDEVELOPMENT AGENCY AND KIMLEY-HORN AND ASSOCIATES, INC., APPROVED UNDER RESOLUTION NO. 99-23073, FOR PROFESSIONAL ENGINEERING AND LANDSCAPE ARCHITECTURAL SERVICES, IN THE AMOUNT NOT TO EXCEED $389,100 FOR PREPARATION OF CONSTRUCTION DOCUMENTS, BIDDING AND PERMITTING SERVICES FOR THE SOUTH POINTE REDEVELOPMENT AREA FIRST PHASE OF 3RD STREET FROM MICHIGAN AVENUE TO OCEAN DRIVE, AND WASHINGTON A VENUE FROM 5TH STREET TO SOUTH POINTE DRIVE. ADMINISTRA TION RECOMMENDATIONS Adopt the Resolution. FUNDING Funding has been appropriated from South Pointe tax increment funds for the project. Funding for the first phase in the amount of $3,800,900 was appropriated at the September 23, 1998, Miami Beach Redevelopment Agency Board meeting. BACKGROUND On November 25, 1998, the Miami Beach Redevelopment Agency (RDA) issued Request for Qualifications (RFQ) No. 15-98/99, for professional engineering and landscape architectural services for design of streetscape improvements in the South Pointe Redevelopment Area. On January 7, 1999, and January 11, 1999, an Evaluation Committee reviewed the proposals submitted. After presentations were made, the committee recommended selecting the firm of Kimley-Hom and Associates, Inc. to the City Manager acting as Executive Director of the RDA. AGENDAITEM~ DATE 5-2~....~~ On January 20, 1999, the City Commission authorized the Administration to negotiate an agreement with Kimley-Hom and Associates, Inc. The scope of services included in the initial phase of the work consisted of data collection and a review of existing documents resulting in the preparation of a master plan and surveying for a portion of the Phase I improvements for which funds have been appropriated. Additionally, Kimley-Hom and Associates, Inc. will participate in meetings with City and Redevelopment Agency staff and the community with regard to this project. The Administration negotiated a not to exceed fee of$170,760 for the preparation ofthe final master plan and opinion of probable cost for the entire project. The final master plan, phasing plan and associated project construction cost estimate per phase were submitted to the City on April 30, 1999 for review and is being referred to the Finance and Citywide Projects Committee for discussion. The master plan was presented to the South Pointe Advisory Board, at its May 4, 1999 meeting, during which the members also unanimously approved this Amendment No.1 to the Kimley-Hom agreement for construction documents for Phase I and reaffirmed the priority listing for the project. ANAI,YSIS In order to accelerate the implementation of the project, the Administration has negotiated an amendment to the professional services agreement with Kimley-Hom and Associates, Inc. for Phase I of engineering and landscape architectural services. This Amendment No. 1 includes preparation of construction documents, permitting and bidding services for Phase I of the project, which includes 3rd Street from Michigan Avenue to Ocean Drive, and W ashington Avenue from 5th Street to South Pointe Drive. This item was deferred at the May 12, 1999 City Commission meeting, after concerns were raised by a resident regarding duplication of professional services and the unnecessary replacement of existing utilities. City staffhas confirmed that no duplication of professional services exists and that the proposed replacement of water lines is proper. The recommended replacements are based on the findings and recommendations contained in the City's Water System Master Plan, prepared by Camp, Dresser and McKee, and further documented in Kimley-Hom's letter dated May 18, 1999 (Attachment No.1). The upgrading of water lines included in Phase I consists of the replacement of an existing 60 year old 6" water line on 3rd Street, and the east to west interconnections to the existing watermain along Washington Avenue, at the cross streets of 1 st, 3rd and 4th Streets, and the alleyways between 1 st Street and South Pointe Drive. The Administration has negotiated a fee of $303,000 for construction documents and bidding services; $82,100 for permitting and $4,000 for reimbursable expenses for a total amount not to exceed $389,100. The scope of work does not include any additional surveys, studies or reports. In the event the project's scope of work is reduced, the professional services fee for basic services will be reduced proportionally, based upon 5.98% of the estimated construction budget. Should the scope of work be increased, the basic services fee will be increased based upon 5.98% ofthe actual construction cost of the additional work requested. If there is no change in scope, but the actual construction cost exceeds the estimated construction budget, the basic services fee remains at the negotiated price of $303,000, and no percentage increase will be realized. ... Based on the results of this phase and the direction given by the Redevelopment Agency Board, the Administration will negotiate a final amendment to the agreement with Kimley-Hom and Associates, Inc. for professional services for the remainder of this project. CONCLUSION The Administration recommends that the Mayor and City Commission ratify Amendment No. 1 to the agreement with Kimley-Hom and Associates, Inc. for professional engineering and landscape architectural services, which consists of the preparation of construction documents, bidding and permitting services for Phase I of the South Pointe Redevelopment Area project, for 3rd Street from Michigan Avenue to Ocean Drive, and Washington Avenue from 5th Street to South Pointe Drive. In~ l.~ ~4 ~~~:!~~~~~~~0\B42899SP.RDA --- AMENDMENT NO.1 TO THE PROFESSIONAL SERVICES AGREEMENT BETWEEN THE MIAMI BEACH REDEVELOPMENT AGENCY, FLORIDA AND KIMLEY-HORN AND ASSOCIATES, INCORPORATED FOR PROFESSIONAL ENGINEERING AND LANDSCAPE ARCHITECTURAL SERVICES FOR DESIGN OF STREET IMPROVEMENTS IN THE SOUTH POINTE REDEVELOPMENT AREA This Amendment No.1, dated as of~, 1999, to that certain Agreement, dated February 17, 1999, by and between the Miami Bleach Redevelopment Agency (RDA), Florida and Kimley-Hom and Associates, Inc. (Consultant). RECIT ALS WHEREAS, the Agreement provides for the preparation of the final master plan for the South Pointe Redevelopment Area project; and WHEREAS, the Agreement also provides for an opinion of probable construction cost for the entire proj ect; and WHEREAS, the City is proposing to implement the streetscape work for the South Pointe Redevelopment Area in phases; and WHEREAS, in order to implement the streetscape work, the City needs to obtain construction documents for permitting and bidding purposes. 1. ABOVE RECITALS The above recitals are true and correct and are incorporated as a part of this First Amendment 2. MODIFICATIONS The Agreement is amended as follows: Exhibit "A", entitled "Scope of Services /Fee", is amended to add the following work at the end of Exhibit "A": Exhibit "B", entitled" Hourly Rates", is amended to add the following professional services fee rates at the end of Exhibit "B": Exhibit "C", entitled" Schedule", is amended to add the following schedule at the end of Exhibit "C": 3. OTHER PROVISIONS. All other provisions of the Agreement, as amended, are unchanged. 4. RATIFICATION. The City and Consultant ratify the terms of the Agreement, as modified by this Amendment No.1. IN WITNESS WHEREOF, the parties hereto have caused this First Amendment to be executed in their names by their duly authorized officials as of the date first set forth above. ATTEST: :~TY OiM! BEACH MAYOR _~r r~ CITY CLERK SEAL CONSULT~--.\ . KIM~~SOCIATES' INe. By )vJ ;;2: / VIU PRESIDENT ATTEST: CORPORATE SEAL SECRETARY FI WORKI$ALLI VGKICOMMEMOIOTHERIURGTRAF.AM I APPROVED ~ TO FOKrA g tA,NGUAGE & fOR EXECUTION iUfnyl/!!:f ~ ~=r' Kimley-Horn and Associates, Inc. South Po;nle Phase l. April 20. 1999. I'J~e 1 Exhibit "A" SCOPE OF SERVICES Task 1 - Construction Documentation 1.1 30% Design Plan A base map of the existing conditions will be prepared, at a scale of I" = 40' (11" x 17"), utilizing the Raster aerial imagery and field survey data obtained during development of the Master Plan. We will develop a 30% design plan based upon the approved typical sections developed during the master plan process. This 30% design plan will show the geometric layout over top the Raster aerial imagery. The basis for design will be the approved master plan, Dade County Design Standards and FOOT's design standards as found in The Roadwav and Traffic DesiQ;n Standards dated 1994. A meeting will be scheduled with City of Miami Beach staffto review the 30% design plans. The purpose of the meeting will be to review the 30% plan, solicit comments from City staff and SP AB representatives, concluding the meeting with an approved Plan. During this meeting the street lighting illumination level(s) will be established based on the City's standards for this area. Following this meeting, KHA will provide a layout of lighting based on the recommended illumination levels and standard City of Miami Beach pedestrian pole and luminaire. Two copies of the approved 30% design plan will be forwarded to each utility company known to operate in the vicinity of the project. Each utility company will be requested to return one set of red1 ined plans, identi fying the horizontal and vertical location of their faciiities, to the engineer. The engineer will log in each set of plans when returned by the utility companies. This infoffilation will be added to the plans. We will attend up to two meetings with City staff and the utility companies to review the project and potential impacts to the utility owners. In general, the set of30% design plans may contain the followin~, infoffilation: 1. A cover sheet will be prepared containing project identificati')n information, a vicinity map, index of sheets and other information as may be appropriate. 2. Typical sections will be prepared, detailing the proposed work for mainline and cross street construction. It is anticipated that four typical sections will be required, one each for Washington Avenue and Third Street and t\.vo for the cross streets. A geotechnical engineering firm, retained by the City under their Geotechnical Continuing Services Agreement, will obtain pavement cores; complete an analysis of the existing pavement and subgrade conditions; and prepare a report summarizing their findings as well as providing a pavement design recommendation. ~=r' Kimley-Horn and Associates, Inc. South Pointe Phase I. April ~O. 1999. PJge ~ 3. A table will be prepared listing the anticipated pay items, estimated quantities and the appropriate pay item footnotes. 4. Horizontal alignments and geometric improvements will be detailed on the Raster aerial plan sheets. 5. Proposed mainline and cross street profiles will be developed. 6. General notes defining the basis of design and construction requirements. 7. Revisions to the existing drainage system that will include construction notes and details. Work along the side streets could include conversion of inlets to manholes and the addition of new inlets as required. Our drainage sub-consultant, CH2M Hill, will determine drainage requirements for both water quantity and quality, provide Kimley-Hom with final hydraulic design calculations, assist with the layout of the inlet/pipe/well systems, and prepare the permit applications. Kimley-Hom will use the hydraulic calculations to establish the systems pipe invert elevations to avoid as many of the existing utilities as possible. Kimley-Hom will then draft the proposed drainage design and details into the plans. A copy of the preliminary plans will be furnished to CH2M Hill for their review and comment. Our geotechnical sub- consultant will provide all subsurface investigation and testing information to CH2M Hill for their use in designing the drainage system. 8. Existing utility information, as obtained during survey data c.)lIection and the information provided by the respective utility owners, will be added to the plans. 9. Signing and paveme:1t marking plo.ns will be pre?ard at a s~ale of 1" = 40' (II" x 17"). I O. Landscape and irrigation plans with the summary of quantities, necessary construction details and specifications. 11. Street lighting plans that will include a pole summary, wiring schematics, pole details, and service point details. Proposed street light poles, conduit, service points will be shown on the roadway construction plans. 12. NPDES erosion control plans. 1.2 Construction Documents Third Street and Washington Avenue plan set will include the following: a) Key Sheet - Project title, vicinity map, engineer of record, and other appropriate information. ~=r' Kimley-Horn and Associates, Inc. South Pa;nle Ph:lSe I. April 20.1999. PJ.e 3 b) Typical Sections - One typical section describing work along Third Street and Washington Avenue, two typical sections describing work on the cross streets and general notes. c) Summary of Roadway Quantities - Sheet to include table listing the anticipated pay items. the estimated quantities, and appropriate pay item footnotes. d) Plan sheets ( @ II" x IT' format) - Containing the geometric and horizontal alignment as well as modifications to the existing drainage and street lighting systems. e) Proposed Profiles - Containing profiles for Third Street and the cross streets (Michigan Avenue, Jefferson Avenue and Meridian Avenue). t) Soil Data Sheet - Containing soil stratification information. g) Tabulation of Signing and Pavement Markings - Sheet to include a table listing the anticipated pay items, the estimated quantities and appropriate pay item footnotes_ h) Signing and Pavement Marking Plans - Signing and pavement markings will be detailed at a scale of 1" = 40' (11" x 17") with two strip per sheet. i) Landscape Horizontal Control Plans - These sheets will be prepared at a scale of l" = 40' (I \" x I 7") and \vill detail the location of tree pits, landscape materials, stre~t furnishings, pavers, and sidewalk treatments. j) Washington Avenue and Third Street Plaza Enlargements and Associated Special Details - Provide details and information at plaza feature which cannot be conveyed completely on horizontal control plans. k) Typical Sections and Area Enlargements - Provide details and information at special features which cannot be conveyed completely on the Horizontal Control Plans. I) Irrigation and Electrical Plans - These sheets will be prepared at a scale of I" = 40" (II" x 17") and will identify irrigation requirements, location of irrigation lines and control equipment as \vell as electrical service point locations. m) Hardscape, Sofrscape. Irrigation, and Electrical Details - Details required for implementation of the design. ~=r' Kimley-Horn and Associates, Inc. Suulh Pointe Ph.se I. April 20. 19'19. P.~e 4 n) Miscellaneous Details and Summary of Quantities - Construction details and a table listing anticipated pay items, the estimated quantities, and appropriate pay item footnotes. 0) Lighting Service Point detail. p) Tabulation of Lighting and Genera\. Notes - Sheet to include table listing the anticipated pay items, the estimated quantities, appropriate pay item footnotes, and general notes. q) Pole Data and Coded Notes - Sheet will identify street light poles, their lighting circuit, mounting height and wattage as well as the coded notes for the wiring schematic. r) Special Lighting detail sheet. s) Miscellaneous Roadway and Drainage Construction details - These sheets would include special details for roadway and drainage construction elements that are not standard Metro-Dade County of FOOT construction details. t) NPDES Plans - These sheets will detail erosion control measures required to meet NPDES permit requirements. Plan se: summary of estimated sheets: Key Sheet I Typical Sections I Summary of Quantities I Plan Sheets 9 From.: Sheets 7 Soii Dam Sheet I Tabulations of Signs and Pavement Markings I Signing and Pavement Marking Plans 5 Landscape Horizontal Control Plans 9 Washington AvenuelThird Street Plaza Enlargements 3 Typical Sections and Area Enlargements 4 Irrigation and Electrical Plans 9 Hard/Softscape, Irrigation and Electrical Details 9 Miscellaneous Details and Summary of Quantities 3 Lighting Service Point Details I Tabulation of Lighting and General Notes I Pole Data and Coded Notes I Special Lighting Details I Miscellaneous Roadway and Drainage Construction Details 2 NPDES Plans 3 Total Number of Sheets 70 ~=r' Kimley-Horn and Associates, Inc. South Pointe Phase I. April 10. 1999. P'~e 5 Task 2 - 'Vater Main Extensions The Consultant will provide construction documents for the replacement of a 6" watennain with a 12" watennain within the following limits as outlined in the following tasks. · Third Street (Michigan Avenue to Ocean Drive) · Washington Avenue Cross Streets L First Street 2. Third Street 3. Fourth Street 4. Alleyway between I st Street and Commerce Street 5. Alleyway between Commerce Street and South Pointe Drive 2.1 The Consultant shall collect existing utility and as-built data from the City. The existing data will be reviewed and compared to the survey topographic information. Existing data will be plotted on the base sheets as needed for design purposes. 2.2 The Consultant shall design and prepare plans for the watermain extensions in the locations noted. Both horizontal and vertical design will be submitted along with the applicable details. 2.3 The Consultant shall prepare specifications that describe the details of materials to be used and payment methods for the project. A bid package that will list the description and quantities of the materials to be used for construction will also be provided for the City to utilize for bidding purposes and for opinions of Frobable construction costs. Task 3 - Air Release Valve Replacements (Forcemain) The Consultant will provide construction documents for the replacement of four air release valves within Third Su-eet (Michigan Avenue to Ocean Drive). 3.1 The Consultant shall colle:::t existing utility and as-built data from the City. The existing data will be reviewed and compared to the survey topographic information. Existing data will be plotted cn the base sheets as needed for design purposes. 3.2 The Consultant shall design and prepare plans for the air release valves in the locations noted. Both horizontal and vertical design will be submitted along with the applicable details. ~=r' Kimley-Horn and Associates, Inc. SOllth Pointe Phase I. April :0. I ~99, PJ~ 6 3.3 The Consultant shall prepare specifications that describe the details of materials to be used and payment methods for the project. A bid package that will list the description and quantities of the materials to be used for construction will also be provided for the City to utilize for bidding purposes and for opinions of probable construction costs. 3.4 Since this is a project that is replacing existing features on an existing main, no permits are anticipated associated with this project. Task 4 - Utility Coordination The City of Miami Beach will be seeking the undergrounding of the existing overhead utility lines at two locations with this Phase - Third Street at Ocean Court and Collins Court_ There are multiple utility companies involved in this endeavor, FPL, BellSouth and cable television. We will meet with each of the utility companies and coordinate the development of our plans in conjunction with their design. Kimley-Horn has no control over the schedule of the private utility companies who will be providing construction documents for this task. Task 5 - Specifications and Contract Documents The City of Miami Beach's standard contract documents will be utilized for this project. It is intended that the Florida Department of Transportation technical Specifications be used for this project. Supplemental Technical Specifications will be prepared by the Engineer that will address construction elements not addressed in said standard technical specifications or that are included but require modifications to make them project specific. These Suppleme:1tal specifications will be forwarded to the City for review and approval Task 6 - Permitting It is anticipated that permits will be required for the roadway improvements from the following agencies: · DERlvl- Water Quality Class II permit. · DERlvl- Tree Removal permit · HRS - Miami-Dade County Health and Rehabilitative Services Kimley-Hom will meet with DERM to review the project as it relates to potential tree removals. Specific permit issues identified at the review meeting will be addressed during the preparation of the plans. Kimley-Hom will prepare the permit application associated with the tree removal and forward the applications to the City for signature. The signed permits "vill be retumed to the Engineer for submittal to DERM. The Consultant shall prepare and submit permit applications to the Dade County Health & Rehabilitative Services (HRS) for the extension of a watermain. All permit fees will be ~=r' Kimley-Horn and Associates, Inc. South Pointe Phase I. April 20. 1999. Pa~e 7 paid directly by the City and are not included in the fee below. Any significant plan revisions, additional meetings or coordination will be considered as Additional Services. Our drainage sub-consultant, CH2M Hill, will be responsible for ascertaining permit requirements relating to the project's drainage design. They will provide the following services associated with permitting the project. 6.1 Coordination Meetings The Associate Consultant will attend up to six (6) coordination meetings with various team members and the City during the course of the design and permitting process. The meetings will consist of a project kick-off meeting, a meeting to review the conceptual storm water design, a meeting to review the 50% design package with the City, a meeting to review the stormwater permit package prior to submittal to the Miami-Dade County - Department of Environmental Resources Management (DE~l), a meeting with the City to review the Final Design Package, and a discretionary meeting to be conducted with members of the RDA or neighborhood associations. 6.2 Hydraulic and Pollutant Load Reduction Analysis A hydraulic analysis will be conducted on the project area (Third Street from Alton Road to Ocean Drive and Washington Avenue from Biscayne Point to Fifth Street). During the analysis, the volume of stormwater runoff will be calculated from the design storm, the capacity of the existing stormwater collection system will be evaluated, and the pollutant loading from the initial runoff of stormwater will be calculated. Following the c:lkubtion of excess stonnwater volume and pollutant loading, an analysis of pollutant reduction techniques will be conducted to establish a combination of methods to provide W:lte:' quality treatment goals. Various methods including on-site disposal, oil-water separators, sedimentation sumps, and street maintenance activities will be evaluated to provide water quality treatment goals within the project area. Methods previously developed by the Associate Consultant for the City and DERM will be used to predict storm water pollutant loads and treatment capability. 6.3 Conceptual Design Following the hydraulic and pollutant load analyses, the Associate Consultant will prepare a conceptual design for improvements to the stormwater collection and disposal s:/stems within the project are:l. The conceptual design will include locations and capacities of catch basins and localized disposal systems (e.g., French drains and drainage wells), a listing of details to include into drainage features. The Consultant shall prepare the Associate figures illustrating topographic information and separate figures to use as a base for design sketches. The Associate Consultant will prepare conceptual design sketches to the Consultant. The Consultant will provide the specific details, engineering drawings, and technical specifications for final design. ~-r' ~_.. Kimley-Horn and Associates, Inc. South Pointe Phase I. April :0. 1999, Pa~e 8 Following the design, the Associate Consultant will review the design and will co-sign the appropriate sections to the engineering drawings. 6.4 Permitting Prior to beginning the final design and permitting process, the Associate Consultant will conduct a pre-application meeting with the DER1VI. During this meeting, the conceptual design will be reviewed as well as the technical approach to pollutant reduction. Meeting minutes will be prepared and submitted to the Consultant and the City. The Associate Consultant will prepare and submit an Environmental Resources Permit (ERP) application to the DERlvL The package will consist of the permit application form, pre- and post-development runoff calculations, calculations of pollutant reduction, a schedule of proposed maintenance activities (with City approval), and the engineering drawings. The Associate Consultant will conduct an application meeting at the time the application is submitted and will respond to up to two sets of review comments by the DERM. Application fees for the ERP will be paid directly by the City. The permit application form will not contain a Class II section for any proposed wells. The Class II permit will ultimately be obtained by the Contractor separately prior to initiating work. Task 7 - Sequence of Construction A narrative will be included in the specifications that will outline the general sequence of construction expected for the implementation of this project phase. The contractor will be required to submit a phasing plan to the City that follows the above noted narrative for the City to review. Task 8 - Public Meetings and Presentations Our proposal includes preparation and attendance at the following meetings: · 30% Design Plan review with City staff. · Two meetings with City staff to review schematic design for the selection of plant, street furniture, and paving materials. · Up to two coordination meetings with City staff. · Two meetings associated with utility coordination. · Meeting with FPL representative in the filed to establish service points for lighting arid irrigation. · Up to two meetings/presentations to the SPAB. ~=r~ Kimley-Horn and Associates, Inc. South Pointe Phase I, April 20, t 999, Page 9 Additional Services Upon your authorization, we will provide any additional services that may be required beyond those described in Task 1 through 8. These services may include but are not limited to such items as the following: . Preparation of right of way acquisition sketches or descriptions. . Significant redesigns of the drainage system to meet additional DERM requirements. . Conducting subsurface geotechnical investigations. . Providing construction phase services. Preparation of permit applications other than those identified in Task 6. . Making traffic counts or undertaking other traffic related analysis. . Traffic signal plans. · Cross sections. COMPENSATION We will provide the Basic Design Services described in Tasks 1,2,3,5 & 7 for the lump sum amount of $303,000 and for Specialty Services described in Tasks 4,6 & 8 for the lump sum amount of$82,100 as outlined below. Task Description 1 Construction Documentation 2 Water Main Extensions 3 Air Release Valve Replacements 4 Utility Coordination 5 Specifications and Contract Documents 6 Permitting 7 Sequence of Construction 8 Public Meetings and Presentations Estimated Phase I Construction Budget ........................ $5,066,000 *Basic Design Services (5.98% of construction budget) Kimley-Horn and Associates, Inc. ......................... $285,260 CH2MHill ................ ................................................. $17,740 To tal ........................................................................ $303,000 * A reduction in scope will result in a proportionally reduced fee for basic services based upon the 5.98 % budget allocated above. Specialty Services Kimley-Horn and Associates, Inc. ........................... $35,215 CH2MHill .... ............ ................... ............ ........ .......... $46,885 Total........................................................................... $82,100 Reimbursements G eo tec h n i cal . ............................................................. $4,000 ~-n ~-, ~ Kimley-Horn and Associates, Inc. South Pointe Phase I. April ~O. 1999. PJ~e 10 SCHEDULE We will provide the services outlined in task 1 through 8 in accordance with the time frame outlined below: Deliverable 30% Submission 90% Submission 100% Submission Schedule 6 weeks after Notice to Proceed 9 weeks after 30% review comments received 2 weeks after 90% review comments received \\MIB _SER VER\MINGONET\ Word Docs\South Po inte\contracts\J&washscope4.doc Exhibit "B" KHA DETAIL HOURLY RATES Principal $145 Project Manager $100 Registered Professional $130 Senior Professional $115 Professional $95 Analyst/Professional Intern $70 Technical Support $60 Clerical Support! Administration $45 CH2M HILL DETAIL HOURLY RATES Principal Professional Engineer Senior Engineer Project Manager Staff Engineer Technician Office Support $145 $130 $115 $100 $95 $60 $45 F:\ WORK\SALL \MERCEDES\SOPOlNTE"KHARA TES. WPD Exhibit "e" SCHEDULE We will provide the services outlined in task 1 through 8 in accordance with the time frame outlined below: Deliverable 30% Submission 90% Submission 1 00% Submission Schedule 6 weeks after Notice to Proceed 9 weeks after 30% review comments received 2 weeks after 90% review comments received F:\ WORK\SALL\MERCEDES\SOPOINTE\KHARA TES. WPD