Loading...
RESOLUTION 92-20657 ..t - . RESOLUTION NO. 92-20657 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING PHASE II (FINAL PHASE) OF THE PROFESSIONAL ENGINEERING SERVICES AGREEMENT WITH KIMLEY- HORN ASSOCIATES, INC. FOR PROFESSIONAL ENGINEERING SERVICES FOR THE NORTH SHORE COMMUNITY AREA IMPROVEMENTS IN THE AMOUNT OF $700,000 . WHEREAS, the City of Miami Beach (the "City") issued a request for Letters of Interest No. 126-89/90 for professional engineering services for the North Shore Community Area Improvements; and WHEREAS, Kimley-Horn Associates, Inc. (the "Consultant") submitted a proposal in response to the City' s Request for Letters of Interest ; and WHEREAS, the City Commission under Resolution No. 90-20184 entered into a professional engineering services agreement with Kimley-Horn Associates, Inc. for professional engineering services for the North Shore Community Area Improvements; and WHEREAS, that professional engineering service agreement requires additional phases of the work under the contract with Consultant be submitted to the City Commission for prior authorization. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, that Phase II Scope of Services (Final Design) of the professional engineering services agreement with Kimley-Horn Associates, Inc. for professional services for the North Shore Community Area Improvements in the amount of $700, 000 is hereby approved. PASSED and ADOPTED this 4th day of November , 1991 . A 1 uL Ai. t' MA"Ti R ATTEST: of — —KuLtAAA_ E7----.> --> FORM APPROVED CITY CLERK LE OEPT. By tGzt- : av,/ PNB: lm // 2 CIL Dat- ' (C:\resolutions\kimley.nor 4t t i MIAMI BEACH STREETSCAPE Phase I of our current contract was to develop a conceptual streetscape plan graphically depicting the locations of sidewalk, curb, gutter, street furniture, lighting and other miscellaneous items. This phase has been completed and the City desires to move into phase II (Final Design) of the project. Phase II is to include the Project area as described in Phase I plus these additional roadways segments: • Collins Avenue - Indian Creek Drive to 63rd Street • Abbot/Harding Avenue - Indian Creek Drive to 75th Street The Florida Department of Transportation (hereafter referred to as FDOT) was in the process of developing plans for the milling and resurfacing of Collins Avenue, Abbot/Harding Avenue, and 71st Street (from Bay Road to Collins Avenue). The FDOT and the City agreed that it would more efficient and effective if this work were to be performed by the City and included in this Project. The following is the proposed Scope of Services for Phase H - Final Design. PHASE II - FINAL DESIGN PROJECT AREA ROADWAY SEGMENT AGENCY 1. Collins Avenue - Indian Creek Drive to 75th Street CITY/FDOT 2. Abbot/Harding Ave. - Indian Creek Drive to 75th St. FDOT 3. Ocean Terrace - 73rd Street to 75th Street CITY 4. 73rd Street - Collins Avenue to Ocean Terrace CITY 5. 74th Street - Collins Avenue to Ocean Terrace CITY 6. 75th Street - Collins Avenue to Ocean Terrace CITY 7. 71st Street - Rue Notre Dame to Collins Avenue CITY/FDOT* 8. Normandy Drive - Rue Notre Dame to Bay Drive CITY 9. Rue Notre Dame - Normandy Drive to 71st Street CITY 10. Special Projects as defined herein CITY * FDOT participation is from Bay Drive to Collins Avenue Phase II is to consist of the preparation of final construction documents (plans and specifications). A description of work by roadway segment is as follows: Roadway segments 1 & 7 will consist of preparing plans detailing the construction of sidewalk, curb and gutter, street furniture, street lighting, milling and resurfacing of existing pavement, signing and pavement marking, installation of vehicle loop detectors, landscaping and irrigation. The milling, resurfacing, signing M AP-001/1=9.60/291 -1- November 1- No ember 1992 0 AGENDA ITEM - I DATE I1 — (--t- � � t • and pavement marking, sidewalk, curb and glitter construction, and the vehicle detector loops are elements that the FDOT is participating in via the Joint Participation agreement. Roadway segment 2 will consist of preparing plans detailing the milling and resurfacing of the existing pavement, signing and pavement marking, and installation of vehicle detector loops. The work associated with this segment is being included at the request of FDOT via the Joint Participation Agreement. Roadway segments 3, 4, 5, 6, 8, & 9 will consist of preparing plans detailing the construction of sidewalk, curb and gutter, street furniture, lighting, milling and resurfacing of existing pavement, signing and pavement marking, installation of vehicle loop detectors, landscaping, and irrigation. This work is as required by the City. Project segment 10 will consist of preparing bid packages for the special projects identified during Phase I. These projects are improvezrents to community open space located outside of the limits of roadway segments 1 through 9. These plans will detail the construction of new sidewalks and pedestrian hardscape, landscaping and irrigation, street furniture, lighting, signing, and park amenities. Work items unique to these special projects include the following: • Ocean Terrace Park: Redevelopment • Normandy Village Square: Restoration of the Normandy Fountain. The City will provide all survey data requested by Kimley-Horn. The minimum data requirements are described under Design Survey Services for the Roadway and Special Projects plans preparation. The City will provide the requested survey data in a format as specified by Kimley-Horn and in a timely manner so as not to adversely impact the project schedule. In addition to preparation of final construction drawings we will assist the City in the bidding phase and in coordination with the FDOT on their participation in the project. TASK A - CONSTRUCTION DOCUMENTS The Construction Documents will consist of four distinct elements: 1. The Roadway Plans detailing the construction of the sidewalk, curb and gutter, lighting, milling and resurfacing, maintenance of traffic/ sequence of construction plan and pavement markings plans. 2. The Roadway Landscape Plans detailing the landscape plantings, streetscape furnishings, irrigation plan and special signing. • 3. The Technical Specifications for the roadway, landscape and special project plans. 4. Special Projects: • Ocean Terrace Park Redevelopment • Normandy Village Square MAP-001 j9.60/29I -2- yowmher 1992 21 } t ITEM 1: THE PREPARATION OF THE ROADWAY PLANS VALIDATION AND APPROVAL OF FINAL FUNCTIONAL STREETSCAPE PLAN We will attend up to two public meetings with local representatives. It is anticipated that the initial meeting will be to update the Northshore Improvement Board on the approved preliminary design phase and proposed project schedule. One additional meeting will be held as a contingency to be set at the direction of the City. Upon completion of the review process, we will submit the Final Functional Streetscape Plan to the FDOT and the City for their review and approval. Any request by the FDOT or the City to revise the final Functional Plan after receipt of this approval will be considered additional services. THE PLANS We will prepare final construction drawings, based on the approved Functional Streetscape Plan, which will detail the general scope, extent and character of the work to be furnished and performed by the Contractor. Plans will be prepared to meet the applicable standards of the City of Miami Beach and the FDOT at the time this contract is executed. Changes to these standards after said date, that impact the plans, will be addressed as additional services. The milling and resurfacing element of the project will be based on a pavement design provided by the FDOT. The FDOT will provide all work associated with the development of the pavement design. It should be noted that the milling operations will damage existing vehicle detector loops located at the signalized intersections. The replacement of these loops will not be detailed in the plans but an estimate of the number of affected loop detectors will be made and included in the projects pay item quantities. This item will be noted as being a contingency item and the contractor's final payment will be based on the number of detectors actually replaced during construction. An important element of this project will be the Maintenance of Traffic/Sequence of Construction Plan. The project is located in a commercial area and minimizing the disruption of access to the commercial properties is of primary importance. As the construction along all segments of the project will be fairly uniform, we will develop a typical treatment for the Maintenance of Traffic and Sequencing of Construction which can generally be applied throughout the project limits. For the purposes of this estimate we propose to develop up to five Typical Maintenance of Traffic/Sequence of Construction Plans. We will retain the services of RMI, Inc. to assist in the design of the street, pedestrian, and special lighting systems along with the irrigation service plans. Prior to design, we will meet with the City and FDOT to establish conceptual lighting design criteria aid obtain luminaire and fixture approval. Final design plans will include lighting layout, pole locations typical cross sections, pole details, luminaire types, wattage, and I.E.S distribution. The street, pedestrian, and special lighting systems will be shown schematically on their own plan sheets. The irrigation systems will be included in the landscape plans. MAP001 R?,..19.60291 -3- No ember 2, 1992 • y / ROADWAY CONSTRUCTION PLANS It is estimated that the Final Roadway Plans will consist of the following sheets: Description Sheets Key Sheet Typical Section Sheet 1 Summary of Quantities Sheet 3 1 Plans (1"=20')(milling, resurfacing, curb and gutter and sidewalk const.) 32 Curb and Gutter Profiles (1"=20')( 2 strips/sht) 18 Back of Sidewalk Profiles (1"=20')(2 strips/sht) 18 Miscellaneous Construction Details 2 Summary of Signing and Marking Quantities 2 Signing and Marking General Notes 1 Signing and Marking Plans (1"=20'-2 strips/sht) 20 Tabulation of Lighting Quantities 1 Lighting Pole Data & Legend 3 Tabulation of Signal Quantities 1 Lighting Plans (includes Street, pedestrian, and special lighting plus signal conduit) 20 Lighting Detail Sheets Traffic Control Plans ( five phases - one typical treatment/phase) 2 5 Total Sheet Count 130 We will prepare an Engineer's Opinion of Probable Cost upon completion of both the 60% plans and final plans and specifications. OTHER MEETINGS We will meet with the city council and city manager to review the projects development and progress at the 30% and 60% phase. These meetings will be informational in nature and would help identify any additional issues which may have arisen after the approval of the Final Functic4a! Streetscape Plan. Issues requiring revisions to the plans subsequent to having received City approvals of the 30% and 60% plans would be considered as additional services. We will attend two public meetings with selected local representatives. These meetings would be held at the 30% and 60% phases of the projects development and would allow the public to review the projects status and be appraised of any additional issues which may have arisen. • M AP1701 1=9.60/291 -4- November 2. 1992 3 , DESIGN SURVEY SERVICES • ROADWAY SEGMENTS 1 AND 2 The FDOT has completed their design surveys for roadway segments 1 and 2 (Collins Avenue and Abbot/Harding Avenue)and will provide Kimley-Horn with copies of the collected data. Discussions with the FDOT have identified some areas where additional data will be required. The City will obtain the additional design survey information along the project. The additional effort for these roadway segments will consist of the following items: • Establish/re-establish the base line of survey for each roadway segment. • Obtain edge of pavement and back of sidewalk elevations at all XXX+50 stations. • Reference the center line of existing driveways/side streets by station and obtain elevation at the right of way line. • Obtain four spot elevations around side street radius returns and two additional spot elevations (® 25' intervals) up/down the side street at the edge of pavement. • Locate roof drains/storm shutter tie downs (lags) and reference to baseline by station and offset. ROADWAY SEGMENTS 3 THROUGH 9 The design survey effort for these roadway segments will consist of the following items: • Establish/re-establish the base line of survey for each roadway segment. • Obtain one finished floor elevation for each business that is directly adjacent to each roadway segment and reference said elevation to the base line of survey. • Obtain cross sectional data at 100' intervals along the roadways. Cross sections will extend from back of sidewalk to back of sidewalk and will include elevations at back of curb, lane lines, and edge of pavement. • Obtain edge of pavement and back of sidewalk elevations at all XXX+50 stations. • Reference the center line of existing driveways/side streets by station and obtain elevation at the right of way line. • Obtain four spot elevations around side street radius returns and two additional spot elevations (@ 25' intervals) up/down the side street at the edge of pavement. • Locate roof drains/storm shutter tie downs (lags) and reference to baseline by station and offset. Landscape/construction easements, as may be required along the project, will be provided by the City. For the purposes of this scope and fee estimate it is assumed that additional right of way will not be required. MAP-001=9 60,291 -5- 2,Nage>�er1992 PERMITS This project will require a permit from DNR as the project will encroach over the Coastal Construction Control Line. This encroachment will be in the vicinity of Ocean Terrace. The encroachment will necessitate the we meet with DNR staff, up to two times, prepare the DNR permit application and respond to comments (one time). In addition to the DNR permit, the project will require a permit from Dade County's Department of Environmental Resources Management (DERM). We have discussed the DERM permit process with City and FDOT staff, and believe that the project can be permitted without requiring modifications to the existing drainage systems. Based on this assumption,modifications to the drainage system would be limited to those required to accommodate the proposed shifts in the curb and glitter(adjusting manhole/inlet tops). We will meet up to two times with DERM staff to verify this minimal permit effort. DERM reserves the right to require mitigation measures which could significantly impact the project's design effort and construction costs. Any requests for revisions other than the relocation of the manhole/inlet tops would be considered as additional services. These additional services could be provided based on our hourly rates at the time service are provided or on a negotiated lump sum fee basis. Portions of the project are under the jurisdiction of the FDOT. As this project is being prepared under a Joint Participation Agreement with the FDOT a separate FDOT permit will not be required. However we will submit the plans to FDOT for review and comment at the 30%, 60% 90% and 100% phase of plans development. Should the FDOT request changes in the plan concept after the 60% review we would consider those changes as additional services. No other permits associated with the roadway plans are anticipated or included in this scope of services. UTILITY COORDINATION Upon completion of the 30% plans, we will contact the utility companies which are known to operate in the project area. They will be provided with up to four copies of the plans and requested to provide us with current information on their facilities. This information will be shown in plan view on the plans. It is anticipated that the project will have no significant impact to these utilities and as such a separate set of utility relocation plans will not be prepared. All known adjustments will be noted on the plan sheets. FDOT PARTICIPATION AND COORDINATION The milling resurfacing and rehabilitation of Collins Avenue, 71st Street (from Bay Drive To Collins Avenue) and Abbot/Harding Avenue are the elements which the City will construct for the FDOT via the Joint Participation Agreement. It is important that we identify the FDOT'S level of participation in the project as it relates to cost of construction. As such we will include alternative bid items for construction of curb, gutter, and sidewalk. One • alternative would identify the construction to FDOT standards and the other alternative would be for construction to the City's standards. The Contractor's bid prices would be used as a basis for determining FDOT'S actual fair share. Should there be a significant difference the City would be in a position to seek additional monies from FDOT. The FDOT will be upgrading the existing traffic signal installations to mast arm installations. This group of signalized intersections will ultimately function as an interconnected signal system. The FDOT has asked that the installation of the conduit, that will contain the signal system communications lines, be included in this project. We will furnish the FDOT copies of our 30% plans upon which they will note the proposed conduit sizes and locations. This information will be returned to KHA for incorporation into the plan set. The quantities of conduit will be MAP-001,9.rf 9.60/29 -6- Vovemhcr 2, 1992 R . r included in the summary of quantities. The installation of the communications wiring , connection to the traffic controllers, and intersection timing are not included in this scope of services. It is the intent of the FDOT, by way of the Joint Participation Agreement, to combine this work with the City's project so that they can be bid and constructed as one project under the supervision of the City. We will coordinate the development of those plans with the FDOT and develop the contract documents to reflect the inclusion of this project with the City's project. SOILS INVESTIGATION No soils investigation services are required for the preparation of the roadway plans. CONTRACT BID DOCUMENTS We will prepare for review and approval by the City, its legal counsel and other advisors, contract agreement forms, general conditions and supplementary conditions and bid forms, invitations to bid and instruction to bidders. These documents will be prepared using the forms and guide sheets prepared by the Engineers Joint Contract Documents Committee. DELIVERABLES: Furnish six (6) copies of the final functional streetscape plan to the City for review and approval. Furnish six (6) copies of the final functional streetscape plan to the FDOT for review and approval. Furnish three (3) copies of the 30%, 60%, 90% plans to the City for review and comment Furnish five (5) copies of the 30%, 60%, 90% plans to the FDOT for review and comment Submit fourteen (14) copies of the 30% plans to known utility companies Furnish Opinion of Probable cost at the 60% and 100% phase of plans preparation. Submit five (5) copies of 100% plans to the City Submit three (3) copies of the 100% plans to the FDOT MEETINGS: • FDOT - 6 meetings • FPL - 2 meetings • CITY - 11 meetings • PUBLIC INFORMATION - 4 meetings • DNR - 2 meetings • DERM - 2 meetings M AP-00IiV...j9.60,79 -7- Navem6cr 2. 1942 , ITEM 2: THE PREPARATION OF ROADWAY LANDSCAPE PLANS Utilizing horizontal control information established for the roadway plans, we will prepare final construction drawings and specifications based upon the approved functional streetscape plan which will detail the general scope, extent, and character of the work to be furnished and performed by the contractor. Plans will be prepared to meet applicable standards of the City of Miami Beach and the FDOT at the time the contract is executed. Changes to these standards after said date that impact the plan will be addressed as additional services. DISTRICT STREETSCAPES During the preliminary design phase, design districts were identified as having unique urban characteristics. It is anticipated that these districts may vary slightly with respect to their final design solutions, which will be reviewed with the City at the 30%, 60%, and 90% plan completion stage. Construction document services will include the following: • Preparation of working drawings necessary to construct those items of work enumerated in the preliminary design phase and shown on the Approved Functional Streetscape plan. • Calculations necessary to establish size, shape, dimensions, and capacity of the work. • Preparation of specifications which describe materials, systems, equipment, workmanship, quality, and performance criteria required for the construction of the work. • Electrical plans for landscape irrigation service. • Preparation of a suggested maintenance and management program with a probable annual operating budget (1993 dollars). It is estimated that the final streetscape plans will consist of the following sheets: Description Sheets Special Features Location Plan and Landscape Planting Plans (1"=20') Landscape Irrigation Plans (1"=20')(with irrigation electrical circuits) 20 Construction Detail Sheets 20 6 Typical Sections and Elevations 14 Total Sheet Count 60 SOILS INVESTIGATION We will retain the services of a geotechnical firm to conduct subsurface investigations along the project corridor. The investigation will consist of ten (10) auger borings (6 feet deep), for the purpose of obtaining samples for laboratory analysis and to determine the elevation of the water table. The lab analysis will performed solely to evaluate the ability of the soil to support plant life, to identify soil deficiencies and to help in determining the steps to be taken to improve the soil's ability to support the proposed plantings. MAP-001 R22j9.60291 -8- NoYemisr 2. 1992 27 • , r • .4 COMPUTER IMAGING Based upon approved 30 percent plans, we will prepare computer images depicting the proposed improvements as they would appear in up to three districts. This will be done in order to accurately communicate aesthetic modifications to the Northshore area, and to determine what minor modifications, if any, need to be made to the proposed improvements during the design development phase. One wafter condition' image of up to three districts will be prepared for use in visualizing the proposed improvements when compared to photographs of the existing conditions. SPECIAL STREETSCAPE FEATURES During the design development phase, we shall coordinate with the City the design and location of special streetscape features. It is in the intent of the design team to unify the Northshore area and other districts with a common design theme consisting of street fixtures, street furnishings, and landscaping. Elements which will be reviewed during the design development phase are: Signage Hardscape Features Newspaper Vending Units Transit Shelters Benches/Bollards Lighting Traffic/Utility Standards ITEM 3: PREPARATION OF THE TECHNICAL SPECIFICATIONS The Technical Specifications for the project will be the Florida Department of Transportation's Standard Specifications for Road and Bridge Construction Dated 1991 and supplements thereto. Should there be a need for revisions or additions to these Technical Specifications, said revisions will be made and noted as Technical Special Provisions to the Specifications. These Technical Special Provisions will be included in the contract documents. MAP-001X02 9.60r291 -9- November 2. 1992 ITEM 4: PREPARATION OF SPECIAL PROJECTS PLANS SPECIAL PROJECTS In addition to the proposed roadway and streetscape improvements, additional special projects were identified during the initial design phase. These special projects are: Ocean Terrace Park: Redevelopment Normandy Village Square: Restoration of the Normandy Fountain For the Ocean Terrace Park and Normandy Village Square special projects final construction drawings and technical specifications will be prepared based upon the approved initial design concepts. These plans will be coordinated with plans for adjacent roadway improvements with respect to utilities, construction sequencing, and design elements. The preparation and review of these plans will track the same process outline' earlier with respect to reviews by the City at 30%, 60%, and 90% phase. Design development drawings will be prepared for the Beach Access Portals project, with construction document preparation negotiated as additional service based upon those designed elements identified in the design development phase. The City may elect to not implement the special projects in which case all work on special projects may be deleted. It is estimated that the plans will consist of the following sheets: • Ocean Terrace Park Sheets Demolition Plans (1"=20') 2 Hardscape Plans (1"=20') 2 Landscape Plans (1"=20') 2 Irrigation Plans 2 Lighting Plans 2 Dune Crossover Plans 2 Special Features Details 3 Sections/Elevations 2 Utilities Plan 1 Subtotal 18 • Normandy Village Square Demolition Plan • Hardscape/Lighting Plan 1 Landscape Plan 1 Irrigation Plan I Fountain Rehabilitation Plan 1 Special Features Details 2 2 Subtotal 8 • Beach Access Portals (Vicinity of 65th Street Park, 69th, 71th Streets) M AP-001 R27j9.60/29j -I0 Nwea6er 1992 CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH FLORIDA 33139 OFFICE OF THE CITY MANAGER TELEPHONE: (305) 673-7010 FAX: (305) 673-7782 COMMISSION MEMORANDUM NO. C19-C12 TO: Mayor Seymour Gelber and DATE: November 4 , 1992 Members of the City Commission FROM: Roger M. Carle .A, City Manager SUBJECT: RESOLUTION APPROVING PHASE II (FINAL DESIGN) SCOPE OF SERVICES UNDER THE PROFESSIONAL ENGINEERING SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND KIMLEY-HORN ASSOCIATES, INC. , FOR THE NORTH SHORE COMMUNITY AREA IMPROVEMENT IN THE AMOUNT OF $700, 000 ADMINISTRATION RECOMMENDATION: The City Administration recommends that the City Commission authorize Phase II (Final Design) Scope of Services under the Professional Engineering Services Agreement with Kimley-Horn Associates, Inc. , for the North Shore Community Area Improvement (NSCAI) District in the amount of $700, 000. BACKGROUND: In December 1990, after a competitive selection process, the City Commission entered into a contract with Kimley-Horn Associates, Inc. , to provide Phase I conceptual design and Phase II, subsequent construction documents for the North Shore Community Area Improvement District. Phase I, at a cost of approximately $325, 000, provided for a planning study which has been accepted by the NSCAI Corp and the City Commission. ANALYSIS: Phase II of this agreement has been negotiated and is in the final design and bidding phase. The lump sum agreement for these services as described in the Scope of Services which will include final design and construction drawings for nine (9) project areas, including Collins Avenue, Harding Avenue, 71st Street, Normandy Drive, Ocean Terrace, etc. , and three (3) special project areas, Ocean Terrace Park, Normandy Village Square and the Beach Access Portals. The lump sum cost is $700, 000, representing 8 . 4 percent of the anticipated $9, 000, 000 project cost. Of the total project cost, including construction, landscape and design, the State of Florida Department of Transportation will participate in approximately 20 percent and the NSCAI District will fund the balance. CONCLUSION: Funding for these services to be paid from currently uncommitted funds to be reimbursed from the North Shore Special Assessment Bond Fund, when the bonds are issued. RMC:RAG:DR:blb 18 Attachments AGENDA ITEM DATE r PROFESSIONAL SERVICES FEES The Consultant shall be compensated for the services to be performed in accordance with the following: BASIC SERVICES I. Final Design Phase For work accomplished under the final design phase, the Consultant will be paid a lump sum fee of $700,000. Payment will be made to the Engineer monthly based upon the percent complete of work performed. All subconsultant costs shall be borne by Kimley-Horn and Associates, Inc. and are included in the associated fee. II. Construction Administration - To be negotiated at a future date. MAP-MI I=219.6D(291 -15- Novemlrr 2,1992 34 • -a • > ti PROJECT SCHEDULE SCHEDULE FOR COMPLETION OF TASK A • Revalidate and submit Functional Streetscape Plan to City and FDOT for approval - 30 days after receipt of Notice to Proceed. • Submit 30% plans to City and FDOT for review and comments - 40 days after receipt of approval of the of the Functional Streetscape Plan. • Submit 60% plans and opinion of probable cost to City and FDOT for review and comments - 65 days after receipt of both the City's and FDOT's review comments of 30% plans and receipt of 100% of the survey data from the City and FDOT. • Submit 90% plans to City and FDOT for review and comments -60 days after receipt of both the City's and FDOT's review comments of 60% plans. • Submit 100% plans, specifications and opinion of probable cost to the City and FDOT - 45 days after receipt of the City's and FDOT's review comments on 90% plans. • The schedule for Beach Portals shall be 120 days after completion of all Beach Portal survey work by the City. The City agrees that the Beach Portal survey will be scheduled last so as to not delay survey work required for other sections of work. MAP401RZ2Z9.60/291 —14- Nwm6er 2, 1992 33 C . s 4 TASK B - BIDDING PHASE The services provided under this task are as follows: Task B 1. Assist the City in advertising for and obtaining bids for the construction, materials, equipment, and services as outlined in the bid documents; maintain a record of prospective bidders to whom bidding documents have been issued and attend pre-bid conferences. Task B2. Issue addenda as appropriate to interpret, clarify or expand the bidding documents. Task B3. Consult with and advise the City as to the acceptability of subcontractors, suppliers and other persons and organizations proposed by the prime contractor(s) (herein called 'contractors") for those portions of the work as to which such acceptability is required by the bidding documents. Task B4. Consult with the City and determine the acceptability of substitute materials and equipment proposed by contractors when substitution prior to the award of contracts is allowed by the bidding documents. Task B5. Attend the bid opening, prepare bid tabulation sheets and assist the City in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment and services. TASK C - CONSTRUCTION PHASE The scope of services and fee to be determined at a later date. MAPMMX2 j9.GOR91 -13- Nowm6er 2, 1992 • 32 C ti T y i • • Face of building to face of building. Face of building to a point 10` beyond the opposite right of way/property line. From 10' north of existing right of way to a point 10' south of existing right of way. • Obtain vertical elevations along the baseline of survey, finished floor elevations of adjacent buildings, and up to fifteen additional spot elevations as directed by the Engineer. DELIVERABLES Deliverables shall be the same quantities as enumerated on page 7 of this scope of services. MEETINGS The number of meetings is based on the special projects being prepared concurrently with the preparation of the roadway streetscape plans. • FDOT- 2 meetings • CITY - 11 meetings • PUBLIC INFORMATION - 4 meetings • DNR - 1 meeting • DERM - 2 meetings MAP-001IJ 9.60/291 -12- Novemhmr 2, 1992 31 a‘, �l M • Schematic Design Plan 3 TOTAL SHEETS (SPECIAL PROJECTS) 29 PERMITTING The special projects will require permits from DNR should the proposed work encroach into the Coastal Construction Control Line. At this time it is anticipated that the work associated with the dune crossovers, being considered for Ocean Terrace Park, will require a DNR permit. Additionally,DERM will require permits associated with plant trimming, plant relocation and endangered plant species. The engineer will meet with the staffs of these agencies up to two times, prepare the applications and respond to comments (one time per agency). Additional meetings or revisions would be considered additional services. No other permits are anticipated. SOILS INVESTIGATION This effort is included in the preparation of the Roadway Landscape Plans. DESIGN SURVEY SERVICES The City will conduct design surveys to establish the existing horizontal and/or vertical conditions at Ocean Terrace Park. The effort for this task will at a minimum consist of the following items: OCEAN TERRACE PARK • Prepare a topographic survey per the requirements of subsection 1613-33.008 of the Florida Administrative Code. This will require verification of topographic data previously obtained and the collection of additional data as required. Survey area to extend from approximately 50 south of the base line of survey for 73rd Street to a point approximately 50' north of the base line of survey for 75th Street. • Obtain two cross sections extending from the base line of survey of Ocean Terrace east to a point 50' beyond the dune line. These cross sections will be taken at locations as determined by the Engineer during preparation of the plans. BEACH PORTALS • Prepare a topographic survey per the requirements of subsection 16B-33.008 of the Florida Administrative Code. This will require verification of topographic data previously obtained and the collection of additional data as required. The limits of survey will be as noted below. • Establish and reference a baseline of survey (approx. 350') which is tied into the existing baseline along Collins Avenue. • Locate existing horizontal features based on one of the following scenarios as appropriate to each site: MAP-001 q'Zij9.6Y291 -ll- Novemher 2, 1992 .3 U 0 - RESOLUTION ' •RESOLUTION NO. 92-20657 • Authorizing Phase II (Final Phase) of the professional engineering services agreement with Kimley-Horn Associates, Inc. for professional engineering r services for the North Shore Community area improvements in the amount of $700,000. 3