HomeMy WebLinkAbout2002-24993 Reso
RESOLUTION NO. 2002-24993
A RESOLUTION OF THE MAYOR AND CITY COMMISSION
OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING
AND AUTHORIZING THE MAYOR AND CITY CLERK TO
EXECUTE A PROFESSIONAL SERVICES AGREEMENT
WITH THE FIRM WOLFBERG ALVAREZ TO .PROVIDE
ARCHITECTURAL AND ENGINEERING SERVICES
REQUIRED TO COMPLETE PHASE II OF THE SOUTH
POINTE RIGHT OF WAY IMPROVEMENT PROJECT FOR
AN AMOUNT NOT TO EXCEED $469,634, COMPRISED OF
$80,040 FOR PLANNING SERVICES, $264,668 FOR
DESIGN SERVICES, $8,378 FOR BIDDING AND AWARD
SERVICES, $60,048 FOR CONSTRUCTION
ADMINISTRATION SERVICES, AND $56,500 FOR
REIMBURSEABLE COSTS, AND APPROPRIATING SAID
FUNDING FROM SOUTH POINTE RDA TIF FUNDS.
WHEREAS, the South Pointe Neighborhood Right of Way Improvement Project is
an approximately $28 million project to undertake comprehensive streetscape and
infrastructure improvements in the area of Miami Beach south of Fifth Street based on the
South Pointe Master Plan completed by Kimley-Horn and Associates which incorporated
design guidelines and principles outlined in an earlier comprehensive streetscape and
urban design study prepared by Duany Plater-Zyberk & Co.; and
WHEREAS, the Master Plan, which was endorsed by the South Pointe Advisory
Board and the City Commission in May, 1999, called for improvements to be undertaken
in five phases; and
. WHEREAS, construction of Phase I improvements is currently scheduled for
completion in October 2002, and, in accordance with the recQmmended improvements
schedule presented in the Master Plan, Phase II improvements are now being initiated;
and
WHEREAS, on September 5, 2001, the City Commission and Miami Beach
Redevelopment Agency adopted, respectively, Resolutions # 2001-24569 and #393-2001
authorizing the issuance of Request for Qualifications Number 57-00/01 for professional
planning, urban design, landscape architecture, and engineering services for the planning,
design, bid award, and construction administration services necessary to implement Phase
II of the South Pointe Streetscape Master Plan; and
WHEREAS, a selection committee- was appointed to rank the firms which
responded to the RFQ and on March 20, 2002, the City Commission authorized the
Administration to enter into negotiation with top-ranked respondent Wolfberg Alvarez; and
WHEREAS, The City utilized the services of engineering management consultant
Pappas and Associates to negotiate an agreement with Wolfberg Alvarez who submitted
an initial fee proposal of $660,900; and
WHEREAS, Pappas and Associates negotiated a final not to exceed fee of
$469,634 which is approximately 8.5% of the estimated construction budget of $5.5 million
and a savings of $191 ,266, or 29%, from the originally proposed fee; and
WHEREAS, The total proposed fee of $469,634 includes $80,040 for planning
services, $264,668 for design serviceS, $8,378 for bidding and award services, $60,048 for
construction administration services, and $56,500 for reimbursable costs,
WHEREAS, Funding in the amount of $469,634 is available from South Pointe RDA
TIF funds;
NOW, THEREFORE BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION
OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Clerk be authorized
to execute a professional services agreement with the firm Wolfberg Alvarez to provide
architectural and engineering services required to complete Phase II of the South Pointe
Right of Way Improvement Project for an amount not to exceed $469,634, comprised of
$80,040 for planning services, $264,668 for design services, $8,378 for bidding and award
services, $60,048 for construction administration services, and $56,500 for reimbursable
costs, and appropriating said funding from South Pointe RDA TIF funds.
PASSED and ADOPTED this 25th day of September
,2002.
~tP~
CITY CLERK
ATTEST:
T:\AGENDA\2002\SEP2502\REGULAR\wolfalvarezawardcomreso.doc
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
}b!;~
Attachment A
Neighborhood 12-South Pointe Phase II
September 2002
SCHEDULE A
PROFFESIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI
BEACH AND WOLFBERG ALVAREZ AND PARTNERS
SCOPE OF SERVICES
MB:40J 2CCOO2.doc
34
SCHEDULE A
CITY OF MIAMI BEACH, FLORIDA
RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM
SCOPE OF AlE CONSULTANT SERVICES
CONSULTANT:
Wolfbera Alvarez & Partners
BACKGROUND
The City of Miami Beach (CITY) has developed various programs to improve the quality of life of
its residents. On November 2, 1999, voters approved the issuance of approximately $92 million
in General Obligation (GO) Bonds for Neighborhood, Parks, Beach and Fire Safety
Improvements, of which $57 million is allocated for capital right-of-way infrastructure projects
(Program). In addition to this allocation, CITY Administration proposes that a portion of the
recent Water and Wastewater Bond and Stormwater Bond issues also are allocated for capital
right-of-way infrastructure projects. These estimated $187 million of public right of way
infrastructure improvement projects are to be implemented over the next six (6) years. Program
elements include citywide water, wastewater and stormwater improvements; as well a variety of
streetscape enhancement projects. The CITY has contracted the services of Hazen and
Sawyer, P.C. to function as Program Manager (PROGRAM MANAGER), and act as the CITY's
agent with regard to all aspects of this scope of services. Hence, PROGRAM MANAGER shall
serve as the focal point of contact with the Architectural/Engineering firm (CONSULTANT).
The CITY will retain contractual agreement responsibilities with the CONSULTANT firms.
Due to the large number of projects that will be ongoing coincidentally during the Program, the
PROGRAM MANAGER has developed a Program Work Plan (PWP) detailing procedures and
policies for the overall Program. This PWP manual dictates the respective responsibilities and
levels of authority for all program team members. Organizational structure flowcharts and team
member duties are included to establish a working understanding regarding reporting and
communication relationships on the Program. The PWP includes a listing of design and
construction phase d eliverables from t he various A IEs a nd Contractors, a long with proposed
MB: 4012CCOO1.doc
Page 1 of 30
program manager duties during the planning, design and construction phases of the Program.
One copy of the PWP will be given to CONSULTANT, who agrees to comply with procedures
set forth therein.
There are a total of thirteen neighborhoods within the Program scope. This scope of services
refers to CONSULTANT planning (Task 1), design (Task 2), bidding (Task 3) and construction
administration (Task 4) services, additional services (Task 5) and Reimbursables (Task 6)
specifically related to the following neighborhood(s):
Neighborhood No. -12 South Pointe
The South Pointe neighborhood is bounded to the north by the Fifth Street right-of-way,
the west by Biscayne Bay, to the east by the Atlantic Ocean and to the south by
Government Cut. The neighborhood supports low and high-density residential,
commercial, institutional and recreational uses. The Phase II project consists of
improvements to the stormwater collection and disposal system, water distribution, road
reconstruction 0 r repaving and s treetscape elements, such a s landscaping, enhanced
lighting and general beautification.
Total construction costs budgeted for this neighborhood approximate $5,500,000. The
total construction costs associated with the neighborhood are funded from the
Redevelopment Development Agency (RDA).
A general map of the neighborhood is attached as Exhibit A.
TASK 1 -PLANNING SERVICES
The purpose of this Task is to establish a consensus design concept for the referenced
neighborhood(s) that meets the needs of the community and stays within established schedule
and cost parameters. Note that Tasks 1.1 through 1.4 are intended to develop a database for
the performance of Community Design Workshops. A total of three Community Design
Workshops shall be conducted per neighborhood as discussed in Task 1.5. Based on the
results of the Community Design Workshops, a draft Basis of Design Report shall be developed
as noted in Task 1.6. Subsequent design review committee presentations and approvals shall
be as noted in Task 1.7. A final Basis of Design Report shall then be prepared summarizing the
accepted design concept, budget level cost estimate and implementation schedule as noted in
MB: 40 12CCOO 1. doc
Page 2 of 30
Task 1.8. To facilitate the implementation of a Public Information Program, CONSULTANT shall
provide electronic files of all project documents, as requested by CITY and/or PROGRAM
MANAGER.
Task 1.1 - Proiect Kick-Off Meetina: CONSULTANT shall meet with CITY and PROGRAM
MANAGER to review existing planning documents and results of previous scoping sessions
held with affected neighborhood(s) and receive copies of available reference documents. CITY
and PROGRAM MANAGER shall present general discussions as to Program procedures and
direction. Based on this meeting CONSULTANT will schedule a reconnaissance visit of the
Project site(s).
Deliverables:
- Attend Project kick-off meeting.
Schedule:
- Within 5 working days of Task 1 - Planning Phase Notice-to-
Proceed.
Task 1.2 - Proiect Site Reconnaissance Visit and Development of Alternative Streets cape
Treatments: CONSULTANT shall attend a reconnaissance site visit. The site visit will be
attended by CITY staff and representatives from the project area. This will facilitate
CONSULTANT's understanding of the project area needs.
Based on the results of the site visit, CONSULTANT shall assemble a minimum of three
reference images identifying alternative streetscape treatments that the project may follow. One
of the reference images shall present proposed improvements pOSSible under current budget
limitations. The other images shall reflect additional levels of potential improvements that may
be possible based on future phases of the Program that are to date unfunded. In addition,
CONSULTANT shall prepare preliminary "budget" level cost estimates (+30%, -15% as defined
by the American Association of Cost Engineers) for each alternative treatment indicating
opinions of probable cost. Estimates shall present costs by category types (Le. paving, lighting,
landscaping, etc.) and shall be prepared in a Microsoft Excel Spreadsheet format. PROGRAM
MANAGER shall provide a template for the requisite cost estimate format to CONSULTANT.
The CITY has performed certain planning efforts that identified the location of water
infrastructure replacement. The approximate location of these improvements has been
identified in Exhibit A and the clarification document to the Water Master Plan dated June 29,
MB: 40 12CCOO 1. doc
Page 3 of 30
2001. It is the CITY's intent to have all galvanized water mains I service connections and
tuberculated cast iron mains replaced under this Project.
The CITY'S Water System Consultant has recently established additional guidelines for
prioritizing the recommended water line improvements to assist in the planning efforts. In
general these are as follows:
. All items identified as 'Water Line Replacement" and Galvanized Water Line
Replacement" must be replaced under the scope of the ROW projects. Hence,
replacement of these lines is to be included in the project scope and costs presented at
the "visioning" session.
. All items identified as 'Water Line Replacement and lor Refurbishing" and 'Water Line
Extension" are discretionary and will be replaced only if sufficient funding is available.
Decisions on funding availability will be made by the CITY based on information
provided by the CONSULTANT at the "Visioning" Session.
If sufficient funding is found available to implement discretionary replacements, the CITY will
utilize the services of its Water System Consultant to perform necessary investigations to
identify areas were these replacements will be implemented.
Under this task, CONSULTANT shall also meet with the Miami-Dade Department of
Environmental Resource Management (DERM) and CITY to define the level of service required
for stormwater infrastructure improvements
Oeliverables:
- Attend reconnaissance project site visit
- Develop three alternative streetscape images
_ Develop "budget" level cost estimates for each treatment
Schedule:
_ Within 10 working days of completion of Task 1.1 services.
Task 1.3 _ Attend uVislonina" Session: After conducting the project site visit and developing
alternative streetscape treatments and cost estimates, CONSULTANT shall attend a half-day
"Visioning" session to be scheduled with representatives of CITY, CONSULTANT and
PROGRAM MANAGER. The purpose of the "Visioning" session shall be to clarify project goals
MB: 4012CCOO1.doc
Page 4 of 30
to prepare for the Community Design Workshops. Issues to be discussed shall include the
proposed alternative streetscape treatments, budget and schedule.
Deliverables:
_ Attend "Visioning" session with representatives f rom CITY and
PROGRAM MANAGER.
- Within 25 working days of Task 1.2 completion.
Schedule
Task 1.4 - Review Meetina Prior to Community Desian Workshops: CONSULTANT shall
meet with applicable CITY and PROGRAM MANAGER staff to ensure that any and all concerns
regarding project scope, schedule and cost parameters are addressed prior to scheduling the
Community Design Workshops. PROGRAM MANAGER shall prepare and distribute meeting
minutes, accordingly.
Deliverables:
- Meet with representatives of CITY and PROGRAM MANAGER
during Task 1.1 through 1.3 work.
Schedule
- Through completion of Task 1.1 through 1.3 work.
Task 1.5 - Community Desian Workshops: Design workshops provide an opportunity for
residents of affected communities to participate in the planning process for right of way
improvements in their respective neighborhoods. To this end, a series of three community
workshops shall be conducted. CITY will schedule, find locations for, and notify residents of all
such meetings. CONSULTANT shall prepare all materials for presentation at each workshop. At
a minimum these shall include "full size" graphics, a summary of cost estimates, workshop
agendas and requisite handouts of each. CONSULTANT shall prepare draftmeeting minutes
and forward them to PROGRAM MANAGER, who shall finalize and distribute, accordingly. Each
workshop is intended to address specifiC design issues as discussed in the following:
Task 1.5.1 Community Design Workshop No. 1 - The first workshop is intended to
provide community residents with a review of the proposed project scope, budget and
schedule and create a consensus plan with community concurrence. CONSULTANT
shall prepare full size presentation graphics illustrating the Site Analysis Maps and
Alternative Streetscape Treatments developed under Tasks 1.2 and 1.3. As previously
noted, the alternatives shall present proposed improvements possible under current
budget limitations and additional levels of potential improvements that may be possible
based on future phases of the Program that are to date unfunded. In addition, graphics
MB: 4012CC001.doc
Page 5 of 30
shall be prepared presenting a summary of probable costs for the various improvements
and the workshop agenda. "Budget" level cost estimates shall be +30%, -15% as
defined by the American Association of Cost Engineers. Based on this data,
CONSULTANT shall present the preliminary planning information to attendees. CITY
and PROGRAM MANAGER staff will also attend these meetings, and assist
CONSULTANT with responses to resident questions, as applicable. CONSULTANT
shall note reasonable design revision requests from residents for review and
incorporation into the proposed plan. Due to the fixed nature of funding on the various
projects within the Program, budget limits must be adhered to. CONSULTANT shall be
prepared to discuss budgets and the various impacts of resident requested revisions on
such, accordingly.
Deliverables:
- Prepare materials, attend and conduct Community
Design Workshop No. 1
Schedule:
- Within 20 working days after completion of Task 1.4
Task 1.5.2 Community Design Workshop No.2 - The second workshop is intended to
present community residents with the selected streetscape treatment concept, budget
and schedule based on the input received during Workshop No. 1. CONSULTANT shall
prepare full size presentation graphics illustrating the selected streetscape treatment,
along with a summary of probable costs for the improvements and the workshop
agenda. The selected streetscape treatment shall be presented in two phases. The first
phase shall illustrate proposed improvements possible under current budget limitations.
The second phase shall illustrate additional levels of potential improvements that may be
possible based on future phases of the Program that are to date unfunded. "Budget"
level cost estimates shall be +30%, -15% as defined by the American Association of
Cost Engineers. Based on this data, CONSULTANT shall present the information to
attendees. CITY and PROGRAM MANAGER staff will also attend these meetings, and
assist CONSULTANT with responses to resident questions, as applicable.
CONSULTANT shall note that the design concepts presented during this meeting are
considered "near final" and CITY will consider only minor design revision requests from
residents for review and incorporation into the proposed plan.
MB: 4012CCOO1.doc
Page 6 of 30
Oeliverables:
- Prepare materials, attend and conduct Community
Design Workshop No.2
Schedule
- Within 30 working days of Community Design Workshop
NO.1
Task 1.6 - Basis of Oesian Report (ORAFTI: CONSULTANT shall prepare a draft Basis of
Design Report (BOOR) presenting the results of the Community Design Workshops and final
design plan. The BOOR will include a summary of findings and a map illustrating all proposed
improvements under the current phase of the project, inclusive of water, wastewater,
stormwater, streetscape and landscape. Where required, CONSULTANT shall perform a
corridor study to determine the most desirable routing for proposed underground improvements.
A separate map shall be prepared by CONSULTANT to illustrate proposed future
improvements, as agreed with residents during the Community Design Workshops, that are yet
unfunded. The BOOR shall include sufficient detail in plans, sections, notes and key
descriptions to facilitate review by the various CITY permitting and planning divisions discussed
in Task 1.7.
The draft BOOR shall also include discussions and graphics illustrating:
. A project implementation plan, inclusive of utility and streetscape construction
phasing and traffic control details with a discussion of expected impacts to the
affected neighborhood.
. Proposed water, wastewater and stormwater improvements. A corridor study may
be required if routing is not clearly indicated on existing planning documents, or if
proposed routing is determined to be congested with existing improvements.
. A discussion of existing right-of-way encroachments, including the extent and
locations of such.
. A "budget" level cost estimate prepared in conformance with format provided by
PROGRAM MANAGER. Estimates shall be provided for both current phase and
future (unfunded) improvements. Based upon CONSULTANT's cost estimate,
CITY shall advise CONSULTANT if portions of the project need to be deleted,
MB: 40 12CCOO 1. doc
Page 7 of 30
phased and/or bid as alternate bid items to satisfy existing fiscal constraints.
CONSULTANT shall revise BOOR to reflect such issues accordingly.
. A schedule for implementing the Project itemized phase by phase (design, bid,
award, construction) including critical issues and the time period allowed for
resolving each issue. The schedule shall be prepared in "Primavera Project
Planner, Version 3.0" format or SureTrak and provided to the CITY and
PROGRAM MANAGER.
. Discussion regarding permitting a uthorities having jurisdiction 0 ver Projects and
provide a list of permits typically retained by the Owner and/or Contractor. Unique
and/or special permitting requirements shall be identified as well as permitting
fees.
Deliverables:
- Prepare 25 copies of the draft BOOR.
Schedule:
- Within 30 working days from completion of Community
Design Workshop No.2.
Task 1.7 - Review of BOOR with CITY Divisions: CONSULTANT shall meet to present and
review the draft BOOR with the following review agencies:
. City of Miami Beach Departments, to include representatives of the Fire, Police,
Planning, Parking, Accessibility, Sanitation, Public Works and others
. South Pointe Advisory Board
. City of Miami Beach Historic Preservation Board
. City of Miami Beach City Commission
CITY and PROGRAM MANAGER shall attend review meetings and assist CONSULTANT, as
practicable, in obtaining approvals from noted review agencies by participating in negotiations
with such authorities. CONSULTANT retains final responsibility for procuring all necessary
approvals, and for implementing required revisions and resubmissions as necessary. It is
recognized by CITY and PROGRAM MANAGER that the time period for obtaining approvals
from the various review agencies is beyond the control of CONSULTANT, except for issues
MB: 4012CC001.doc
Page 8 of 30
concerning t he acceptability 0 f the proposed design concepts and CONSUL T ANT's ability to
respond to review agency comments. CONSULTANT shall address and respond to comments
received from the various reviews in writing, and implement requested revisions into the draft
BOOR, as agreed with CITY and PROGRAM MANAGER, within fourteen (14) calendar days of
receipt of comments, unless agreed to otherwise with PROGRAM MANAGER. CONSULTANT
shall draft meeting minutes and forward them to PROGRAM MANAGER, who shall finalize and
distribute accordingly.
Oeliverables:
- Attend BOOR review meetings with noted committees.
- Prepare draft meeting notes.
- Address comments and revise BOOR accordingly.
- Within 30 working days of draft BOOR completion.
Schedule:
Task 1.8 - Final Basis of Oesian Report: CONSULTANT shall prepare a final BOOR based on
comments and revisions implemented during the reviews with the various CITY Divisions. The
final BOOR will serve as the basis for development of detailed design documents as discussed
in Task 2.
Oeliverables:
- Prepare 25 copies of a final BOOR.
Schedule:
- Within 20 working days after completion of reviews noted
in Task 1.7.
TASK 2 -DESIGN SERVICES
The purpose of this Task is to establish requirements for the preparation of contract documents
for the Project. Note that Task 2.1 requires that CONSULTANT perform a variety of forensic
tasks to verify, to the extent practicable, existing conditions and the accuracy of base maps to
be used for development of the contract drawings. Task 2.2 discusses requirements for the
preparation of contract documents, inclusive of drawings, specifications and front-end
documents. Task 2.3 establishes requirements with regard to constructability and value
engineering reviews to be performed by others. Task 2.4 establishes requirements for the
preparation of opinions of total probable cost by the CONSULTANT. Task 2.5 specifies
requirements f or review of contract documents with jurisdictional permitting agencies prior to
MB: 4012CCOO1.doc
Page 9 of 30
finalization. Task 2.6 establishes requirements for developing final (100%) contract documents.
To facilitate the implementation of a Public Information Program, CONSULTANT shall provide
electronic files of all project documents, as requested by CITY and/or PROGRAM MANAGER.
It is the PROGRAM MANAGER's intent to post the 100% contract document submittals on its
Program Web Page. CONSULTANT shall provide the electronic files for the front end
documents, technical specifications, and construction drawings.
Task 2.1 - Field Verification of ExistinQ Conditions: CONSULTANT shall perform a detailed
topographic survey of the existing right of way areas to be impacted by construction activities
under the scope of this project. The survey shall be performed by a Certified Land Surveyor in
the State of Florida and shall meet the minimum technical standards identified in Chapter
61G17-6, FAC. All survey files shall be prepared in AutoCAD Version 14 format with a layering
system as directed by PROGRAM MANAGER. As a minimum, the survey shall address the
following:
. Topographic survey shall consist of establishing a baseline with 1 OO-foot stations,
and identify right-of-way monuments and sectionalized land corners. Baseline of
survey shall be tied into the right-of-way and sectionalized land monuments. Right-
of-way information shall be obtained from available records by CONSULTANT.
. CONSULTANT shall set benchmarks at convenient locations along the corridor to be
used during both the design and construction phases of the project. As a minimum,
permanent benchmarks shall be set at 1,000-foot intervals along the alignment.
CONSULTANT shall tie-in at least two existing County monuments to vertical circuit
and shall take cross sections at 100-foot intervals along project corridor. The
benchmarks shall be derived from existing govemment benchmarks and be carried
into the proposed system using Second Order, Class II procedures. A full listing of
benchmark locations shall accompany the survey data.
. Cross section elevations shall define all grade breaks such as intersections, swale,
edge of pavement, pavement centerline, curb and gutter, edges of sidewalk,
driveway connections, right-of-way line, edge of a 10 foot right-of-way offset,
encroachments (both natural and built-in), etc.
MB: 4012CC001.doc
Page 10 of 30
. CONSULTANT shall locate and identify all the existing surface improvements ,
topographic features that are visible along the corridor, such as the following:
~ existing valve boxes, water , electrical meter boxes, electrical pull boxes,
telephone' cable risers, fences, hydrants, roof drains, etc.
~ aboveground and underground utilities, invert elevations of accessible
underground utilities, wood , concrete utility poles, culverts, guardrails,
pavement limits, headwalls, endwalls, manholes, vaults, mailboxes, driveways,
side streets, trees, landscaping, traffic signage and any other noted
improvements. Survey shall identify fence material' height, landscaping plant
materials and driveway construction materials. Landscaping materials with a
trunk diameter greater than 6 - inches in diameter shall be identified.
. Corridor to be surveyed includes the following public rights-of-way:
North of the southerly right-of-way line of Second Street
~ Michigan Avenue' Michigan Court
~ Jefferson Avenue' Jefferson Court
~ Meridian Avenue' Meridian Court
North of Fourth Street
~ Lenox Avenue' Lenox Court
North of Phase I Work Limit Line to Fifth Street
~ Euclid Avenue (to the north limit of Phase I work)
Fifth Street - portions to prepare the water main replacements
~ Lenox Avenue' Lenox Court
~ Michigan Court
~ Jefferson Court
~ Meridian Court
~ Euclid Avenue
Fourth Street right-of-way west of Washington Avenue to Alton Road
. Survey limits shall include the entire right-of-way and an additional overlap of 10 feet
on either side of the right-of-way.
MB: 4012CCOO1.doc
Page 110'30
. Topographic survey I base map shall be prepared in AutoCAD version 14.0 and
submitted on a 3.5-inch diskette with one copy on 22-inch by 34-inch bond paper to
the CITY. CAD mapping shall be performed to a scale of 1:1 in the World Coordinate
System. Text size shall be 100 leroy for a final product at 1=20 units.
. Indicate geometry of perimeter private property plats (inclusive of fences,
landscaping and driveways).
Upon completion of the survey, CONSULTANT shall forward the same to the following agencies
with a request to mark I identify their respective utilities on the survey base map.
CONSULTANT shall coordinate this effort with each agency in an effort to identify the location of
all underground utilities. CONSULTANT shall incorporate utility owner markups I edits into its
survey base map file. CONSULTANT shall contact the following entities and request that they
each verify locations of their existing improvements in the affected areas:
. Florida Power and Light
. BellSouth
. Charter Communications
. Natural Gas Utility
. Miami-Dade Public Works Department
. Miami-Dade Water and Sewer Authority
. Others as deemed necessary
Based on the collected data, CONSULTANT shall develop detailed design base maps for the
project. The maps shall include an overall key map and partial plans scaled at 1-inch equals 20
feet. CONSULTANT shall illustrate proposed water, wastewater and stormwater improvements
on the base maps based 0 n available planning documents provided by CITY. A subsequent
review shall be scheduled with CITY and PROGRAM MANAGER staff to determine locations
where additional field verifications, via "Soft-Dig" underground identification services, shall be
implemented. As a minimum, a $5,000 underground improvements verification budget
MB: 4012CCOO1.doc
Page 12 of 30
allowance shall be included under this scope of services. Unused amounts in this allowance
shall be credited back to the CITY at the completion of the design services.
CONSULTANT shall prepare final base maps based on the information gathered herein. Copies
of base maps shall be distributed to CITY and PROGRAM MANAGER.
Deliverables:
_ Perform forensic work as noted to develop final base
maps. Deliver five (5) sets of base maps to PROGRAM
MANAGER.
Schedule:
- Within 60 working days after Task 2 - Design Notice to
Proceed.
Task 2.2 - Detailed Desian: CONSULTANT shall prepare detailed design documents
consisting of general, civil, mechanical, architectural, electrical, landscaping, irrigation and
structural drawings, as applicable. CONSULTANT shall use CITY standard details as provided
by PROGRAM MANAGER, and as deemed appropriate by CONSULTANT. CONSULTANT
shall supplement design documents with its own additional details, as it deems necessary, to
provide CITY with a complete work product. All drawings shall be prepared using AutoCAD
Version 14 software with a layering system as provided by PROGRAM MANAGER.
Technical specifications shall be prepared in conformance with Construction Specifications
Institute (CSI) format. PROGRAM MANAGER shall furnish CONSULTANT with standard CITY
specification outlines for Divisions 1, 2, 3 and 15. CONSULTANT shall refrain from amending
FDOT standard specifications and including same in the detail design documents.
CONSULTANT may provide technical specification sections that CONSULTANT may require,
not already provided through CITY standard outlines, subject to review and comment by CITY
and/or PROGRAM MANAGER. Any Supplier listings required by specifications shall include a
minimum of two named Supplier's and shall meet all applicable CITY and State of Florida
procurement codes. CITY standard specifications shall be provided to CONSULTANT in
"Microsoft MS-Word" format. CONSULTANT shall use the same software in all project related
work.
CONSULTANT shall utilize base front-end documents provided by CITY. CONSULTANT shall
edit accordingly to result in a project specific document. Any changes / modifications to the
Supplementary General Conditions shall be subject to review and acceptance by CITY.
MB: 4012CC001.doc
Page 13 of 30
CONSULTANT shall attend four (4) progress meetings with CITY and PROGRAM MANAGER
staff during the design task. CONSULTANT shall prepare and maintain a design progress
schedule in Primavera Project Planner, version 3.0 format or SureTrak. CONSULTANT shall
update the schedule and review project status at each progress meeting. Should PROGRAM
MANAGER determine that a CONSULTANT has fallen behind schedule, CONSULTANT shall
provide a recovery schedule that will accelerate work to get back on schedule.
For purposes of this Scope of Services, the following will be considered the minimum effort to
be provided by CONSULTANT for establishing the detail design milestones:
. 30% design completion shall consist of the completed survey I base map work as
identified in Task 2.1 with the proposed improvements identified in p Ian v iew a t a
scale of 1-inch equals 20 feet. A key map shall also be provided which illustrates the
relationship between the drawings and its respective location within the
neighborhood. An outline identifying the anticipated technical specifications to be
incorporated into the work shall also be submitted.
. 60% design completion shall consist of the plan and profile view of all improvements,
applicable sections and construction details. Prior to the preparation of the 60%
design drawings the CONSULTANT shall incorporate changes to its design based
upon its underground utility verification efforts. Plan and profile sheets shall be
provided for water and sewer improvements. CONSULTANT shall include the
technical specifications and a draft schedule of prices bid (bid form) identifying the
items to be bid by the prospective contractors with the submittal. CONSULTANT
shall provide its "Budget" level opinion of probable cost as defined by the American
Association of Cost Engineers with the submittal.
. 90% design completion shall consist of the entire construction document set
including the front end documents (general and supplemental conditions), technical
specifications and construction drawings for all the work proposed to be completed.
CONSULTANT shall provide the detailed construction sequencing restrictions for the
PROGRAM MANAGER's review. CONSULTANT shall provide its "Definitive" level
opinion of probable cost as defined by the American Association of Cost Engineers
with the submittal.
MB: 4012CC001.doc
Page 14 of 30
Deliverables:
. Furnish ten (10) sets of 30, 60, 90 and 100 percent
completion stage documents to PROGRAM MANAGER.
- Prepare and update project schedule, on a monthly
basis.
. Attend progress meetings with CITY and PROGRAM
MANAGER staff.
Schedule:
- Complete 30 percent documents within 100 working days after
the Task 2 - Design Notice to Proceed
- Complete 60 percent documents within 140 working days after
Task 2 - Design Notice to Proceed.
- Complete 90 percent documents within 190 working days after
Task 2 - Design Notice to Proceed.
- Complete 100 percent documents within 210 working days
after Task 2 - Design Notice to Proceed.
Task 2.2.1 . Geotechnical Evaluation
CONSULTANT shall conduct a preliminary field exploration program to identify typical
geotechnical conditions along the proposed project corridor as further defined in Task 6.4.
Actual locations shall be as directed by CONSULTANT.
Task 2.3 - Desian I Constructabilitv Review: To verify that all design review meeting
comments have been incorporated and design standards have been followed, PROGRAM
MANAGER shall perform reviews of all design project documents at the preliminary (30 percent
completion), intermediate (60 percent completion) and near final (90 percent completion) design
stages. The purpose of these reviews shall be to verify that the documents are consistent with
the design intent. The PROGRAM MANAGER shall also review CONSULTANT's prepared cost
estimates for the project at both the 60 and 90 percent submittal stages. Ten (10) sets of
construction drawings and specifications shall be submitted to the PROGRAM MANAGER at
the 30, 60 and 90-percent design completion level. These documents will be furnished as bound
8-1/2-inch by 11-inch specifications and full-size (22-inch by 34-inch) blueline drawings.
PROGRAM MANAGER and applicable CITY departments shall perform reviews on these
documents and provide written comments (in the form of markups of submitted documents)
MB: 4012CCOO1.doc
Page 15 of 30
back to CONSULTANT. Following receipt of comments, a meeting shall be scheduled between
CITY, CONSULTANT and PROGRAM MANAGER, to discuss the requirements, intent and
review of comments. CONSULTANT shall prepare a written memorandum to address how each
comment was resolved. Such written response shall be prepared and submitted to PROGRAM
MANAGER, for acceptance, within 14 calendar days after the review session. CONSULTANT
shall revise documents to include review comments accordingly.
In addition, PROGRAM MANAGER shall perform constructability reviews of the design
documents relative to value, construction sequencing and bid format. The reviews shall be
based upon the 60 and 90 percent design submittals received from the AlE consultant(s) and
shall be conducted concurrently with the 60 and 90 percent design reviews. Meetings shall be
held with CONSULTANT and CITY representatives to discuss review comments, as required. A
detailed review of CONSULTANT's proposed construction sequencing restrictions will be
performed by PROGRAM MANAGER at the 90-percent completion stage. The CONSULTANT
shall note that the PROGRAM MANAGER's review of the contract documents does not relieve
CONSULTANT from its responsibility to the CITY with regard to the quality of its contract
documents.
Oeliverables:
Furnish ten (10) sets of the 30, 60 and 90 percent
completion stage documents to PROGRAM
MANAGER.
Attend meetings with CITY and PROGRAM
MANAGER staff to review and discuss design,
constructability and value comments.
Prepare written responses to comments made during
review sessions.
Schedule:
- Complete concurrently with Design schedule.
Task 2.4 - Cost 0 pinions: CONSULTANT shall prepare opinions of probable construction
costs for each design submittal (60 and 90 percent) as well as the final (100 percent) completion
stage. The accuracy of the cost estimate associated with the 60 percent completion stage shall
be +30% to -15% "Budget" Level as defined by the American Association of Cost Engineers.
The accuracy of the cost estimate associated with the 90 and 100 percent completion stage
MB: 4012CCOO1.doc
Page 16 of 30
shall be a +15% to -5% "Definitive" Level Estimate as defined by the American Association of
Cost Engineers. All estimates shall be submitted in Microsoft "Excel" format in accordance with
the template supplied by PROGRAM MANAGER. All estimates shall be furnished bound in 8-
1/2-inch by 11-inch size. Based upon CONSULTANT's cost estimate, CITY shall advise
CONSULTANT if portions of the project need to be deleted, phased and/or bid as alternate bid
items to satisfy existing fiscal constraints. CONSULTANT shall revise documents to reflect such
issues accordingly.
Deliverables:
- Prepare opinions of probable costs at the 60, 90 and 100
percent completion stages.
- Attend meetings with CITY and PROGRAM MANAGER
staff to review and discuss cost estimates.
Schedule:
- Complete concurrently with Design schedule.
Task 2.5 - Community Desian Review MeetinQs
CONSULTANT shall attend and participate in community design review meetings to
review the design progress and concept at different progress levels during the design.
The CITY will schedule, find locations for, and notify residents of all such meetings.
CONSULTANT shall prepare draft meeting minutes and forward them to PROGRAM
MANAGER, who shall review, provide comments and distribute, accordingly.
CONSULTANT shall participate and attend up to two (2) meetings.
Task 2.6 - Document Revisions
Based upon the input provided by the residents, CONSUL T ANT shall incorporate the
necessary contract document as approved by the CITY.
Task 2.7 - Permittina Reviews: CONSULTANT shall prepare applications and such
documents and design data as may be required to procure approvals from all such
governmental authorities that have jurisdiction over Project. CITY shall pay all permit fees.
CONSULTANT shall participate in meetings, submissions, resubmissions and negotiations with
such authorities. CONSULTANT shall respond to comments by such authorities through
PROGRAM MANAGER within ten working days of receipt of comments unless a different time
is agreed to by PROGRAM MANAGER. It is the intent of this scope of services that PROGRAM
MB: 4012CC001.doc
Page 17 of 30
MANAGER shall be the responsible party for formally transmitting and receiving permits to and
from the respective authorities. Hence, PROGRAM MANAGER shall track and monitor progress
on the preparation and review of permits and subsequent requests for information. It is
recognized by PROGRAM MANAGER that the time period for obtaining permits is beyond the
control of CONSULTANT except for issues concerning the permitability of the design and
CONSULTANT's ability to respond to permitting agency requests for information. At the time of
the scope preparation, the following governmental authorities that have or may have jurisdiction
over Project have been identified:
. Florida Department of Transportation
. Miami Dade Water and Sewer Authority
. South Florida Water Management District
. Miami-Dade Department of Health
. Florida Department of Environmental Protection
. Miami-Dade Department of Environmental Resource Management
. U.S. Army Corps of Engineers
. U.S. Environmental Protection Agency
. City of Miami Beach Building Department
Failure to identify governmental authorities that have jurisdiction over Project at the time of
permitting scope preparation does not relieve CONSULTANT from responsibility to pursue the
permit as described above. However, an equitable adjustment to the CONSULTANT's
compensation may be negotiated if deemed appropriate by CITY.
Oeliverables:
- Correspond with noted jurisdictional authorities to
establish permitting requirements.
- Revise documents and respond to permitting inquiries as
required.
MB: 40 12CCOO 1. doc
Page 18 of 30
- Attend meetings with CITY and PROGRAM MANAGER
staff to review and discuss permitting status.
Schedule:
- Complete within 40 working days after the completion of
the 100 percent detail design milestone.
TASK 3 -BIDDING AND AWARD SERVICES
Task 3.1 - Construction Contract Document Review
CONSULTANT shall assist CITY in bidding and award of the contract. PROGRAM MANAGER
shall transmit contract documents prepared by the CONSULTANT to the CITY's Risk
Management and Procurement Departments for verification of appropriate insurance and
bonding capacity requirements for each Project prior to bid. Various departments within CITY
(Risk Management, Procurement and the City Attorney's Office) have nontechnical review
responsibility for the Construction Contract Documents. CONSULTANT shall assist PROGRAM
MANAGER in this process by providing three copies of Construction Contract Documents,
participating in meetings, submissions, resubmissions and discussions with these departments.
CONSULTANT shall respond to CITY comments within ten calendar days of receipt of
comments unless a different time schedule is agreed to by PROGRAM MANAGER.
CONSULTANT's compensation has been based upon one meeting with these departments.
Task 3.2 - Bid Document Deliverv
CONSULTANT shall provide PROGRAM MANAGER with reproducible, camera ready, sets of
contract documents. The CITY Procurement Department will reproduce documents and handle
the advertising, distribution, sale, maintenance of plan holder lists and other aspects of bid
document distribution.
Task 3.3 - Pre-Bid Conference
PROGRAM MANAGER shall conduct one prebid conference. CONSULTANT shall attend the
pre-bid conference and bid opening for each project.
MB: 4012CC001.doc
Page 19 of 30
Task 3.4 - Addenda Issuance
CONSULTANT shall provide, through PROGRAM MANAGER, timely responses to the inquiries
of prospective bidders by preparing written addenda. Format for addenda shall be as provided
to CONSULTANT by PROGRAM MANAGER. These queries and responses shall be
documented and a record of each shall be transmitted to PROGRAM MANAGER on a same
day basis. CONSULTANT shall prepare and distribute necessary addenda as approved by
PROGRAM MANAGER.
Task 3.5 - Bid Evaluation
Within five calendar days of receipt of bids, CONSULTANT shall evaluate the bids for
completeness, full responsiveness and price, including altemative prices and unit prices, and
shall make a formal recommendation to CITY regard to the award of contract. Non-technical bid
requirements shall be evaluated by others.
This scope of services includes no allowance for CONSULTANT's time to assist CITY in the
event of a bid protest. To the proportionate extent CONSULTANT's services are required in the
event of a bid protest, due to a direct action or lack thereof by CONSULTANT, CONSULTANT
shall participate in such activities at no additional cost to CITY.
Task 3.6 - Contract Award
CONSULTANT shall provide eight sets of Construction Contract Documents for execution by
COUNTY and the successful bidder within five calendar days of request by CITY.
Task 3.7 - As- aid Contract Documents
After contract award and prior to the preconstruction conference, CONSULTANT shall prepare
As-Bid construction contract documents, which incorporate the following items into the
construction contract documents:
. Contractor's bid submittals, including but not limited to, bid proposal, insurance,
licenses, etc.
. Amend I modify front end documents and I or technical specifications to
incorporate changes made via contract addenda.
MB: 4012CC001.doc
Page 20 of 30
. Revise construction contract drawings to include modifications I revisions
incorporated via contract addenda.
CONSULTANT shall prepare As-Bid construction contract documents and reproduce ten (10)
sets for distribution to PROGRAM MANAGER within ten (10) calendar days after the City
Commission approval I contract execution.
Oeliverables: - Attend and participate in Pre-bid conferences and bid openings.
- Respond to questions from prospective bidders and prepare Addenda
for distribution by others.
- Prepare recommendation of award letter
- Prepare As-Bid contract documents, reproduce ten (10) sets and
forward to PROGRAM MANAGER.
Schedule:
- Upon receipt of Task 3 Bidding and Award Notice to Proceed and
within 65 working days upon receipt of Notice to Proceed.
TASK 4 -CONSTRUCTION ADMINISTRATION SERVICES
The CONSULTANT shall perform the following tasks associated with office administration
activities related to the construction of the Project(s). These tasks shall be performed during the
duration of all construction projects. Due to the extensive amount of detailed procedures
required to properly manage construction projects, PROGRAM MANAGER has developed a
Construction Management Manual (CMM) for the construction phase of the Infrastructure
Improvement Program. This manual will augment the general program guidelines established in
the Project Work Plan, as provided to CONSULTANT by PROGRAM MANAGER, at the
commencement of the Project, and provides uniform procedures and guidelines for managing
the interface between CITY, Contractor's, PROGRAM MANAGER's field observation staff and
CONSULTANT. CONSULTANT's compensation is based upon a construction period of twelve
(12) calendar months.
MB: 4012CCOO1.doc
Page 21 of 30
Task 4.1 - Pre-Construction Conferences: CONSULTANT shall attend a pre-construction
conference for each Project. PROGRAM MANAGER shall prepare and distribute meeting
minutes to all attendees and other appropriate parties. PROGRAM MANAGER shall issue a
Limited Notice to Proceed at the Pre-Construction Conference. A final Notice to Proceed shall
be issued upon receipt of a final schedule and procurement of all applicable construction
permits from the Contractor.
Oeliverables:
-Attend and participate in pre-construction conferences.
Schedule:
-As scheduled by Program Manager after receipt of Task 4
Construction Administration Notice to Proceed.
Task 4.2 - Weeklv Construction Meetinas: CONSULTANT shall attend weekly meetings with
the Contractor, PROGRAM MANAGER and applicable CITY representatives on each Project.
The purpose of these meetings shall be to review the status of construction progress, shop
drawing submittals and contract document clarifications and interpretations. In addition, the
Contractor shall furnish a two-week look ahead work schedule to allow for proper coordination
of necessary work efforts. These meetings shall also serve as a forum for discussion of
construction issues, potential changes I conflicts and any other applicable matters. PROGRAM
MANAGER shall prepare and distribute meeting minutes to all attendees and other appropriate
parties.
Oeliverables:
- Attend and participate in weekly progress meetings with
Contractors.
Schedule:
- Weekly throughout the project duration.
Task 4 .3 - R eauests f or Information / Contract Document Clarification ( RFls / C OCs):
PROGRAM MANAGER will receive, log and process all RFls / COCs. Whenever an RFI
involves the interpretation of design issues or design intent, PROGRAM MANAGER shall
forward the RFI to CONSULTANT. CONSULTANT shall prepare a response in a timely matter
and return it to PROGRAM MANAGER. CONSULTANT may be requested by PROGRAM
MANAGER to prepare and forward COCs should certain items within the contract documents
require clarification.
MB: 4012CC001.doc
Page 22 of 30
Oeliverables:
Schedule:
-Respond to those RFI's that involve design interpretations
and retum to PROGRAM MANAGER's office. Issue CDCs
as required.
- Ongoing throughout project construction duration.
Task 4.4 - ReQuests for ChanQes to Construction Cost and/or Schedule: PROGRAM
MANAGER will receive, log and evaluate all requests for project cost and/or schedule changes
from the Contractor. Changes may be the result of unforeseen conditions or interferences
identified by the Contractor during the routine progress of work, inadvertent omissions
(betterment) issues in the contract documents, or additional improvements requested by the
CITY or CONSULTANT after the project bid date. Regardless of the source, PROGRAM
MANAGER will evaluate the merit of the claim as well as the impact of the potential change in
terms of project cost and the schedule. PROGRAM MANAGER will review claims and / or
change order requests with CONSULTANT. No claims assistance services are included under
this task.
Oeliverables: -
Schedule:
Perform independent review of request for cost increase
and/or time extension.
Coordinate and participate in meetings, as required, with
PROGRAM MANAGER, CITY and Contractor to resolve
and/or negotiate the equitable resolution of request.
Prepare change order documentation.
Ongoing throughout project construction duration.
Task 4.5 - Processina of Shop Drawinas: PROGRAM MANAGER will receive, log and
distribute shop drawings to CONSULTANT for its review. CONSULTANT shall have 14 calendar
days from the time of receipt in its office, to review and return shop drawings to PROGRAM
MANAGER's office.
Deliverables:-
Schedule:
MB: 4012CC001.doc
Page 23 of 30
Review Shop Drawings and return them to PROGRAM
MANAGER's office.
Ongoing throughout project construction duration.
Task 4.6 - Field Observation Services: PROGRAM MANAGER will provide field staff to
observe the construction of the work. CONSULTANT shall provide specialty site visits by
various design disciplines (civil, mechanical, landscaping) on an as requested basis. Forthe
purposes of this scope of services, it is assumed that a total of twenty-two (22) specialty site
visits 'are included.
Oeliverables: - Provide up to twenty-two (22) specialty site visits.
Schedule:
- Ongoing throughout project construction duration.
Task 4.7 - Proiect Closeout: Upon receiving notice from the PROGRAM MANAGER advising
the CONSULTANT that the Project is substantially complete, CONSULTANT, in conjunction
with appropriate CITY and PROGRAM MANAGER staff, shall conduct an overview of the
Project. The overview shall include development of a "punch list" of items needing completion or
correction prior to consideration of final acceptance. PROGRAM MANAGER shall develop the
list with assistance from CITY and CONSULTANT. The list shall be forwarded to the Contractor.
For the purposes of this provision, substantial completion shall be deemed to be the stage in
construction of the Project where the Project can be utilized for the purposes for which it was
intended, and where minor items not be fully completed, but all items that affect the operational
integrity and function of the Project are capable of continuous use.
Upon notification from PROGRAM MANAGER that all remaining "punch list" items have been
resolved, the CONSULTANT, in conjunction with appropriate CITY and PROGRAM MANAGER
staff, shall perform a final review of the finished Project. Based on successful completion of all
outstanding work items by the Contractor, CONSULTANT shall assist in closing out the
construction contract. This shall include, but not limited be to, preparation of record drawings
(based on markups forwarded by Contractor through PROGRAM MANAGER), and certifying
record drawings to the various affected permitting authorities. This certification shall be based
on the CONSULTANT having received and reviewed all applicable test data, daily observation
reports, record drawing markups, submittals, change orders and performed final walk through of
the completed work during substantial and final completion punch list walk throughs.
Oeliverables:-
Attend field meetings to review substantial completion and
develop "punch lists".
Certify project completion to appropriate agencies.
At the Substantial completion of project
Schedule:
MB: 4012CC001.doc
Page 24 of 30
TASK 5 - ADDITIONAL SERVICES
No additional services are envisioned at this time. However, if such services are required during
the performance of the Work, they shall be requested by CITY and negotiated in accordance
with contract requirements. Note that a separate notice to Proceed is required prior to
performance of any Work not expressly required by this scope of services. If CONSULTANT,
proceeds with out of scope Work without proper authorization, it does so at its own risk.
TASK 6 - REIMBURSABLES
Task 6.1 - Reproduction Services:
CONSULTANT shall be reimbursed at the usual and customary rate for reproduction of reports,
contract documents and miscellaneous items, as may be requested by CITY. Unused amounts
in this allowance shall be credited back to the CITY at the completion of the project.
Task 6.2 - Travel and Subsistence:
CONSULTANT shall be reimbursed at the United States Internal Revenue Service established
rate for travel and subsistence, up to the maximum not-to-exceed amount as noted. Unused
amounts in this allowance shall be credited back to the CITY at the completion of the project.
Task 6.3 - Survevina:
CONSULTANT shall arrange for and coordinate the efforts of licensed surveyors to prepare a
topographical survey of the project limits which meets the requirements of sub-task 2.1.
CONSULTANT's compensation is based upon the lineal footage of 12,310 along existing
roadways and approximately 4,770 linear feet along rear yard easements, for a total lineal
footage of 17,080. Unused amounts in this allowance shall be credited back to the CITY at the
completion of the project.
MB: 4012CC001.doc
Page 25 of 30
Task 6.4 - Geotechnical Evaluation
CONSULTANT shall conduct a preliminary field exploration program to identify typical
geotechnical conditions along the proposed pipeline corridor(s) and/or to ascertain the sub
surface conditions with respect to its drainage design. The program will consist of up to four
shallow (3 to 6 feet depth), fifteen ( 6 to 10 feet depth) and two (10 to 20 feet depth) standard
penetration borings. Asphalt pavement depth will be determined at nineteen locations, at a
minimum, to establish the existing thickness of asphalt at key locations. Actual locations shall
be as directed by CONSULTANT. Cost shall be limited to the noted not-to-exceed amount.
Unused amounts in this allowance shall be credited back to the CITY at the completion of the
project.
Task 6.5 - UnderQround Utility Verification:
CONSULTANT shall employ the services of an underground utility location service to perform
vacuum extraction excavations, i n a n effort to better identify existing underground conditions
where work is to be performed. Actual locations shall be as directed by CONSULTANT. Cost
shall be limited to a $5,000 not-to-exceed amount. Unused amounts in this allowance shall be
credited back to the CITY at the completion of the project. .
MB: 4012CCOO1.doc
Page 26 of 30
Minimum Design Features To Be Shown On Drawings
CONSULTANT shall note that the following criteria indicate the minimum design standards to be
shown on the drawings. CONSULTANT is encouraged to review and recommend changes as it
deems necessary, subject to the review and acceptance of the CITY and PROGRAM
MANAGER.
Paving, Grading and Drainage Plans
Show existing grade/topography, centerline roadway, edge of pavement, back of
sidewalk, top of curb, gutter flow line
Show proposed grade along the centerline of the road at 50 centers, limits of road work,
inlets, curb and gutter and sidewalk
Show limits of demolition / removal
Show limits of proposed work
Identify all surface features of all existing and proposed work
Identify driveway locations
Identify proposed structures
Identify linear footage of pipe, pipe invert elevation, diameter and material
Paving, Grading and Drainage Details
Show proposed cross sections with topographical information at 50 foot stations
Identify the following minimum information on cross sections:
Existing utilities
Proposed road slope, lane width, sidewalk width and surface features within
the right-of-way
Road construction details for the sub-base and base and asphalt
Proposed utility locations
Conflict manhole detail
Manhole details
Driveway replacement section
Catch basin details
Exfiltration trench details
Drainage pipe trench detail
Restoration Details - All pipes
Roadway
Sidewalk
Curb and gutter
MB: 4012CC001.doc
Page 27 of 30
Water Distribution and Sanitary Sewer Plans
General
Identify existing utilities
Show future utilities proposed by others
Identify trees I landscaping to remain in place
Sanitary Sewer
Manhole details
Connection to existing manholes (precast I brick)
Connection to existing service laterals and mainline
Show sanitary sewer manhole I flow direction
Show sanitary sewer (single service)
Show sanitary sewer (double service)
Show sanitary sewer pipe diameter, linear feet, material and slope along pipe length
Show rim and pipe invert elevations on sanitary sewer manholes
Indicate sanitary sewer (existing I proposed) clean out locations
Indicate sanitary sewer service invert elevation at the right-of-way for new services
Sanitary Sewer Profiles
Identify sanitary sewer manhole number, rim elevation, invert elevations of incoming and
outgoing pipes
Show sanitary sewer pipe diameter, linear footage and slope
. Show existing utilities, diameter, type and invert of pipe elevation
Water Distribution System
Show location of single and double water meter boxes
Identify fire hydrant assembly
Identify fitting locations
Identify limits of restrained joints
Identify deflection limits
Identify water sampling points
Identify dead end blow-ofts
Identify air release valves
MB: 4012CC001.doc
Page 28 of 30
Identify pipe diameter and material
· Stationing
Pressure Pipe Profiles
Show top of pipe elevation
Identify location of air release valve at high points
Identify vertical! horizontal deflection and!or fittings
Identify minimum cover requirements
Provide details of major utility crossings
Jack and bore
Horizontal directional drilling
Subaqueous crossing
Aerial crossing
Culvert crossing
MB: 4012CC001.doc
Page 29 of 30
South Pointe RDA Phase II Neighborhood
Proposed Drawing List
Drawing Description Scale No of Sheets
Cover Sheet NTS 1
General Notes & Key Plan NTS 1
Phasing/Sequencing Plans 1:20 11
Paving, Grading & Drainage Plans 1:20 11
Cross Sections 20'H/2'V 11
Paving and Drainage Details NTS 4
Marking and Signing Plans 1:20 11
Water Main Plans 1:20 8
Water Main Profiles 20'H/2'V 7
Water Main Notes & Details NTS 3
Lighting Plans 1:20 12
Lighting Details NTS 3
Tree Removals ad Relocations 1:20 12
Planting/Landscaping Plans 1:20 11
Irrigation Plans 1:20 12
Landscaping Details NTS 3
TOTAL 121
MB: 4012CC001.doc
Page 30 of 30
JPTm-MO#-- .~I~.~
.. z Q)
t:: t:: ::J
::J .......... C
0 ::J Q)
() 0 Q) ~
c () en
ctl
0 c ..c c
en .~ a.. 0
~ ......
~ "0 - C>
"C 0 C
Q) Q) ..c ..c
J ~ t:: en
- - 0 ~
Q) Q) Q) c
...... ::J ::J -
Q) ::J ...... t:: -
~ c c c Q) Q) Q) 0
Q) Q) Q) ::J Q) ::J ::J
...... ~ ~ t:: ~ 0 ......
en en ~ c ...... () c en
::: ::J Q) en Q) Q)"C
E "0 C C C 0 > ..c c ~ $ctl
:.:J c ctl 0 ctl () <( ...... ctl ......0
N C> en ""'" .2> Q)~
- ~ "0 32 "0 - X
0 ..c ~ 'C (,) 13 0 ..c 0 ~ C
Q) (,) Q) .~ C ......0
en ..c ~ Q) ~ ::J ::J ..c ~ Q) en:!:
ctl t:: J W W t:: ...l ..c<(
..c 0 0
a.. z A. A. A. A. A. Z ......0
A. A. -q-......
-
-
Q)
UJ
CO ......
.r::. 3nN3 al~3W C
a.. Q)
E en
<( Q) :::
0 ~ (,) E
c:: ctl :.:J
ctl a.
Q) "0 Q) t)
c ~ Q)
+-' ::J
C 0 c 'e-
0 m 'co a..
a.. - ~
.r::. Q) ~ Q)
+-' en Q) en
:::J ctl ...... ctl
ctl
0 ..c 3: ..c
en a.. a..
I "0 I
<( C
+-' Q)
:c Q)
.- ...l
.r::.
><
W
~a::nooZl:~o.
Neighborhood 12-South Pointe Phase II
September 2002
SCHEDULE B
PROFFESIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI
BEACH AND WOLFBERG ALVAREZ AND PARTNERS
CONSULTANT COMPENSATION
Please refer to the attached Schedule
MB:40J 2CC002.doc
35
~~~~3~ ~~ !~~88 U~~~ !ii~~I~I~lo ~~ii~S!i~i~ ~~8 oi~~~~1 ;;8 ~ ~ ~2~ I~~~~~~~~~ ~
liI ~liI~~aaaa;;MliIM...aMI~~liIl;; ~liI~aI~" ~iial~I~~IE.I~::I!'.: l!!ll!l.i~ !~i~MMI~I:;:j ~~ Ii ;; ~m~ 1"llirllll Ii,
Iii: ' i , I II I I
..I.....~ ..1."'..01'01"'1'" 0 18.. '" 0 '" 011", '" '" "j'" ill:;;::;;:~ ~ o:il i ~:il ~ S! ~:il III ~ ~ III :ill';! .. "I'CDII~I~ CD ~ ",:g ~ I ~ I~:s :ill I I I ;~~
NN(\INC"')lt) .......... __NN..... ..............NO) IONM-.;tNN''Ct........... 1 I '" ~ 1 I I ,..~
, , I ' I : ~
I' I, Ii, ; I Ii" I ' I 1 ILl !, ii'
I Ti" i1TII.11IJ nrlo,II '1Irll-:~ ~ 11+-'11 t II-~ Ii:! 1I.,,1'j!; II' : Iii n i 'T.i,,~
I I .: I : I I ' ::, I'll ,: I '1'1'1'1 I ' ' ' lilt I I i II !,Ii' [J II I ,Ill '1111111 'II : I, ' : ,,' I: 'II II,I! "IMI';
, Jf,i] !JI] .':ttr, tt 0 ..1~;llgOll~:1'0:lol TI' - 1-+i~lllr-I-Til'lTrr Illlllr;g
I CD "'I I"",) .... ~ . . I ' I'" '" '" ~ ~ '" ~ CD '" CD,'" I I! I i III "I ! I I' I I~ r:81~
i Ii! ' !'! I I I i I ~
II I I I rrf I I i I 1,1 I,!o ~ ~
, I II ! ' I I i I ! i 11 i I I I II III ill i 'i I i I !! I..
111 ii, ! Tlo I!! I I !111111' I
! ' 'I! 11..1, ",I .. I:::il ~ I i I I: I I! I!. '.~ I. I !.~I'~ ~
I I ~I '" I I " I II 'I I I"'I~~:;-
II I " I 1 I. +f ml il1t#I' -11-1:1-"
:il ~ CDCD :i! ~S!lilS!i:illillil~ I I J I' I ,I I II 121~1~
, i I tt ill;
...... .. ....1 0000' '00" ~..~..... .....11 ..'. .11' · · '...1 III! I ~;
I I ' I !
...... .. 0."."1 ....0 ...... · · .....1 ....1... "~. .1.00 i I oi,;
I' ++ I
II I "''''I! I I I Ii,
T III I ,
... l' !
~ ~ I
~ J: I
~~~ ~ '
Q ,
o
o ~ I
~ffi ~ I
d ~ ,
~ ~~ ~ ~ I I i
w z ~ 5 I 'I
~8 i 15 ~~ I
~ - g :
w ....
::!i gj
::::> t'l
z
~ J:
0'"
15~
IL
'"
~
[! ~
..
Ii
!
:
..
II:;
1=
!
!
.,
i~
~~
UIII
lYi!l
C .5
o
a!~~
2=IA~
~!I~Ci
:)_~Iz
~a c
J~ 8
1)~1!il2
U i~
!jiii
~::;)z
~g
~U
I
.. ~....,. ..,...,.
....
I I I
I
I '" '"
ll.
.... 0
Z
W J:
I ::!i ~ I
~ 0:
0: ~~
.... z~ w 0
W
ll. ll. .... '"
~ 0 w z
~ z :ii~
~ '" 000 '"
....w ~'" ell ~~~ ii!i! w
_w ... ~
"'0: 'ei ~ "'~~~ 88
5....
w'" z z~>z ::!i
0 0 Q",o: I~ 8Cl
~ '"
~ ~ ~q
o:~~ I!! ",0 S~ ...Ii:
O:lfIl ~5 I~Z~Il;j
- i ~~
F ::l
If.
~ ~ ~
Cl Cl t'l
z z ~
~ ~ !i:
g~ glf. g~
+i: +~ +.....
~'" ~'" "'~
ll.~ ~~
If.
lil
~
"'lil
S~
~~
l(
~
~
w
~
0:
....
Z
w
::!i
::::>
e~
....
0>
o:~
11.0
...NNC'J....
. .....:1....:...:
- i
::!i~~~~
~~~~~
II ~ II~H~
o~~o~
t'l! ~Clo:
zj!! oz~
~<( ~~~~
ll.~ ~ll.~~
~ 111
: ::~ ;~:::
....
I ~ -.: II:! ..-:t"iC':!'lIt;~~ "": --;r~ ~
NNN C"')C')(I')(f)C")(f)C") ..,...,...,.
.. ..
"'....NfQ
...:~~...:
i ~
..
I I!
~I~~
1111
i! II
! ! I
1 i I
I II
III i I
I I I I I
I' 1 ! I
z" II
I~i I !.
~ I
z!:: I
00: '
;:~ I
:5~
~~
z ~~
z~
Cl
w
i
K! mlJ
::::>w
2~
~~It
~~J:
.
."
iii
!
J
:!
I
~
e
~
III
~
~
i
i
0:
Neighborhood 12-South Pointe Phase II
September 2002
SCHEDULE C
PROFFESIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI
BEACH AND WOLFBERG ALVAREZ AND PARTNERS
HOURLY BILLING RATE SCHEDULE
Classification Hourlv Billine Rate
Proj ect Director $145.00 per hour
Project Manager $120.00 per hour
Sr. Engineer I Architect $103.00 per hour
Engineer I Architect $87.00 per hour
Staff Engineer $70.00 per hour
Designer $73.00 per hour
Drafter $52.00 per hour
Clerical $40.00 per hour
MB:4012CCOO2.doc
36
Neighborhood 12-South Pointe Phase II
September 2002
SCHEDULE D
PROFFESIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI
BEACH AND WOLFBERG ALVAREZ AND PARTNERS
PROJECT SCHEDULE
1 Planning Services
2 Design. Services
3 Bidding and Award Services
4 Construction Administration Services
5 Additional Services
6 Reimbursables
Working days after Notice to
Proceed
170 Days
250 Days
65 Days
261 Days
N/A
N/A
Task Description:
MB:40J 2CC002.ooc
37
Attachment B
. )
EagiIleeriDg Management Consultants
PAPPAS AND ASSOCIATES
1 1 15 DEER RUN DRIVE
WINTER SPRINGS, FL 32708-4137
PHONE: 407-699-81 1 1
FAX: 407-699-2154
thepappasgroup@co..rr.com
Environmental Engineering
Program and Project Management
Infrastructure Security Analysis
James M. Pappas, P. E.
President
June 13, 2002
Sent Via US Mails
Mr. Timothy Hemstreet
Assistant to the City Mgr.
City of Miami Beach
1700 Convention Center drive
Miami Beach, FL 33139
Re: Neighborhood No. 12, South Pointe RDA, Phase II
Neighborhood Infrastructure Improvements Program (CIP)
Final AlE Fee Negotiations
Dear Mr. Hemstreet:
Negotiations have been successfully concluded for subject project. It is my professional
recommendation that the City of Miami Beach enter into a contract with the AlE firm of
WolfberglAlvarez for TIME and MATERIALS NOT TO EXCEED $469,634.00. The
attached spreadsheet delineates the various fee estimates for Planning (Task 1), Design
services (Task 2), Bidding and Award services (Task 3), Construction Administration
Services (Task 4), and Other Direct Costs (Task 6).
The recommended fee is reasonable, fair and necessary for the level of effort to
successfully accomplish the tasks. The new City of Miami Beach revised Construction
Budget estimate, including the 10% contingency, is $5.5 million dollars. Accordingly,
the recommended AlE fee of $469,634 amounts to 8.54% of the Construction Budget,
which is within the acceptable range, as reflected by successful contracts negotiated and
approved for this program..
Sincerely,
(fO@V
":-:1 0
N
c:... ~!"t
~
-< c: rn
0-,. :z:
.." - (")
.." .... -'
'-' rrt
--
C"') ..- "
rT'l> <
C" :a::
;1" .r:- rr:
. .
'" .. 0
(.I' N
W
Encl: Fee Spreadsheet
ce. Robert Middaugh, Asst. City Manager
Leandro Ona, Wolfbergl Alvarez
Kristin McKew, COMB CIP Office
Suresh Mistry and Bert Vidal, Hazen and Sawyer Engineers
...
~
...J
i~
o~
UIII f
~i 0
'III IL
:z:~~ t
1I~~2 !
il~1 ~
G~~. 8
<<I~~8 i
6;<<1 0
i! I
-...J iiI
>-;:) z
I'
ILO
OU
i
C!I
i2
J I .. I I a
..
OJ ..
:I !
l:i...aIU I ~!~;!i! ! i~!~ ~ i ~ Ii ~~~~~ a
a ~;g- .. .... ;. Ii ; ~ ;; 5
~... C'JC")ft......
..
lil lil R I::!_
i l! ~ Nlillil
::I
..
~ x
~ ~
iii
~ 8
...
~8
!a~
~
B
I
1Il oti I
~ I
K
l!
l
i
I
I
I
i
I
~
I
~
j
II:
~ "G
__ _ lili~
~~ ~...,.
_ _ lillil~lil
l!! ..
NNN"" .iN(lIIGG
____N f'tI____
, CliNG ...,...,...,.~ _De...
~
~ · V ~
....
....
..
11
CITY OF MIAMI BEACH
COMMISSION ITEM SUMMARY
~
Condensed Title:
A Resolution approving the execution of a Professional Services Agreement with the firm Wolfberg Alvarez
to provide Architectural and Engineering Services required to complete Phase II of the South Pointe Right
of Way Improvement Project for an amount not to exceed $469,634 and appropriating said funding from
South Pointe RDA TIF Funds.
Issue:
Should the City enter into a Professional Services Agreement with the firm Wolfberg Alvarez to provide
Planning, Design, Bidding/Award, and Construction Administration Services required to complete the South
Pointe Phase II Right of Way Improvement Project for an amount not to exceed $469,634 with funding
orovided throuah the South Pointe RDA TIF funds?
Item Summa IRecommendation:
The South Pointe Neighborhood Right of Way Improvement Project is an approximately $28 million street
and infrastructure improvement project based on a Master Plan prepared by Urban Resource Group which
was endorsed by the South Pointe Advisory Board in May 1999. In accordance with the recommended
schedule presented in the Master Plan, Phase II improvements are now being initiated. The design scope
includes: roadway, drainage, landscaping, streetscape, irrigation, water and sewer, electrical, and street
lighting improvements with estimated construction funding of $5.5 million. On March 20th, the City
Commission authorized the Administration to enter into negotiation with top ranked AlE RFQ respondent
Wolfberg Alvarez. The City utilized the services of engineering management consultant Pappas and
Associates to negotiate a fee for the agreement. Pappas and Associates' official recommendation was to
enter into an agreement with W olfberg Alvarez for provision of the required services for a not-to-exceed fee
of $469,634 which is within the acceptable percentage range of AlE fees for projects in the citywide right of
way improvement program. The Administration recommends the approval of the agreement and the
a ro riation of fundin in the amount of $469,634 from the South Pointe RDA TIF fund for this ur ose.
Advisory Board Recommendation:
I NA
Financial Information :
Source of Amount Account Approved
Funds: 1 $469,634 South Pointe RDA
D 2
3
4
Finance Dept. Total
Ci Clerk's Office Le islative Trackin
Donald P. Shockey
ent Director
Assistant City Manager
City Manager
AGENDA ITEM
DATE
R7L
0- ~~-O:;L.
CITY OF MIAMI BEACH
CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139
www.ci.miami-beach.fl.us
To:
From:
Subject:
COMMISSION MEMORANDUM
Date: September 25, 2002
Mayor David Dermer and
Members of the City Commission
Jorge M. Gonzalez \d
City Manager (J U
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE
MAYOR AND CITY CLERK TO EXECUTE A PROFESSIONAL SERVICES
AGREEMENT WITH THE FIRM WOLFBERG ALVAREZ TO PROVIDE
ARCHITECTURAL AND ENGINEERING SERVICES REQUIRED TO
COMPLETE PHASE II OF THE SOUTH POINTE RIGHT OF WAY
IMPROVEMENT PROJECT FOR AN AMOUNT NOT TO EXCEED
$469,634, COMPRISED OF $80,040 FOR PLANNING SERVICES,
$264,668 FOR DESIGN SERVICES, $8,378 FOR BIDDING AND AWARD
SERVICES, $60,048 FOR CONSTRUCTION ADMINSTRATION SERVICES,
AND $56,500 FOR REIMBURSEABLE COSTS, AND APPROPRIATING
SAID FUNDING FROM SOUTH POINTE RDA TIF FUNDS.
ADMINISTRATION RECOMMENDATION:
Adopt the Resolution.
FUNDING
Funds for this project are available as follows:
Current A
$469,634
ANALYSIS:
Source
South Pointe RDA
In September 2001, the City Commission and Miami Beach Redevelopment Agency
adopted, respectively, Resolutions # 2001-24569 and #393-2001 authorizing the issuance
of Request for Qualifications Number 57-00/01 for professional planning, urban design,
landscape architecture, and engineering services for the planning, design, bid award, and
construction administration services necessary to implement Phase II of the South Pointe
Streetscape Master Plan which includes the following portions of the South Pointe
Redevelopment Area:
. Lenox Avenue between Fifth Street and Fourth Street.
. Michigan, Jefferson and Meridian Avenues between Fifth Street and Second Street,
excluding their corresponding Third Street intersections.
Commission Memorandum
South Pointe Streetscape Phase II
September 25, 2002
Page 2 of 5
. Euclid Avenue between Fifth Street and Third Street, excluding the Third Street
intersection.
. Fourth Street between Alton Road and Washington Avenue.
. The north side of Second Street between Alton Road and Washington Avenue.
A map of the project area is included as Exhibit A to the Scope of Services, attached
hereto as Attachment A.
A selection committee was appointed to rank the firms which responded to the RFQ and
on March 20th, 2002, the City Commission authorized the Administration to enter into
negotiation with top-ranked respondent Wolfberg Alvarez. The City utilized the services of
engineering management consultant Pappas and Associates to negotiate an agreement
with Wolfberg Alvarez who submitted an initial fee proposal of $660,900. Pappas and
Associates negotiated a final not to exceed fee of $469,634 which is approximately 8.5% of
the estimated construction budget of $5.5 million and a savings of $191,266, or 29%, from
the originally proposed fee. The fees per Task are provided in the below table. Pappas
and Associates' official recommendation is attached (Attachment B).
SERVICE ORIGINAL FINAL
COMPONENT SUBMISSION NEGOTIATED FEE
Task 1 - Planning $127,004 $80,040
Task 2 - Design $292,458 $264,668
Task 3 - Bidding and Award $14,936 $8,378
Task 4 - Construction $124,002 $60,048
Administration Services
Task 5 - Additional Services NA NA
Task 6 - Reimburseables $102,500 $56,500
TOTAL $660,900 $469,634
BACKGROUND:
The South Pointe Neighborhood Right of Way Improvement Project is an approximately
$28 million project to undertake comprehensive streetscape and infrastructure
improvements in the area of Miami Beach south of Fifth Street. The Project is based on
the South Pointe Master Plan completed by Kimley-Horn and Associates which
incorporated design guidelines and principles outlined in an earlier comprehensive
streetscape and urban design study prepared by Duany Plater-Zyberk & Co. The Master
Plan, which was endorsed by the South Pointe Advisory Board and the City Commission in
May 1999, called for improvements to be undertaken in five phases.
Commission Memorandum
South Pointe Streetscape Phase II
September 25, 2002
Page 3 of 5
Kimley Horn and Associates went on to prepare the construction documents for Phase I of
the Project which included drainage and water and sewer improvements along with
comprehensive streetscape improvements including new lighting, street trees, landscaping
and irrigation, decorative paver crosswalks and street furniture. Phase I covered
Washington Avenue from Fifth Street to South Pointe and 3rd Street from Michigan Avenue
to Ocean Drive. Also included in this Phase was a new entrance to South Pointe Park, an
interactive fountain at the southern terminus of Washington Avenue, and a plaza at the
intersection of Third Street and Washington Avenue. Construction of Phase I
improvements is currently scheduled for completion in October 2002.
In accordance with the recommended improvements schedule presented in the Master
Plan, Phase II improvements are now being initiated. The design scope includes roadway,
drainage, landscaping, streetscape, irrigation, water and sewer, electrical, and street
lighting improvements with estimated construction funding of $5.5 million. The original
contract with Kimley Horn and Associates for production of the South Pointe Master Plan
allowed for subsequent contract Amendments to complete construction design for
additional Phases. The City chose not to follow this process for Phase II design but to
instead issue a new RFQ.
Upon completion of Phase II of the Project, three additional Phases are scheduled for
implementation. They will all consist of comprehensive drainage, water and sewer, and
streetscape improvements and will include the following areas: Phase 111- 4th Street east of
Washington Avenue, 2nd Street, 1st Street, Jefferson Avenue south of 1st Street, Commerce
Street, South Pointe Court, and Commerce Court; Phase IV - Collins Avenue and Ocean
Drive, and Collins Court and Ocean Court south of Fifth Street; and Phase V - Alton Road
south of 5th Street and South Pointe Drive. Upon completion of all five Phases, every
street and all drainage and water and sewer systems south of Fifth Street will have been
rebuilt.
SCOPE OF SERVICES:
The proposed Agreement with Wolfberg Alvarez includes a detailed Scope of Services
based on the following general Tasks.
Plannina Phase: The purpose of this Task is to establish a consensus design concept
that meets the needs of the community and stays within established schedule and cost
parameters. Two Community Design Workshops will be held to encourage input from
affected residents and verify and validate previously developed concepts and priorities.
Based on the results ofthe Community Design Workshops, a draft Basis of Design Report
(BODR) will be developed for review by all relevant City staff and City Boards and
Committees. A final Basis of Design Report summarizing the accepted design concept,
budget level cost estimate and implementation schedule will then be prepared and
submitted to the City Commission for approval. Upon adoption of the BODR by the City
Commission, the construction design phase of the Project will proceed.
Commission Memorandum
South Pointe Streetscape Phase II
September 25, 2002
Page 4 of 5
Desian Phase: The purpose of this Task is to prepare contract documents for the Project.
Included in this Task is the requirement that the Consultant perform a variety of forensic
tasks to verify, to the extent practicable, existing conditions and the accuracy of base maps
to be used for development of the contract drawings. Detailed quality requirements for the
preparation of drawings, specifications and front-end documents are specified in the
Agreement. In addition, requirements with regard to constructability and value engineering
reviews are also specified to occur during this Task. As a part of its design services, the
Consultant is also required to prepare opinions of total probable cost and conduct reviews
of its contract documents with jurisdictional permitting agencies prior to finalization.
Biddina and Award: The purpose of this Task is to assist the City in the bidding and
award of the construction contract. The Program Manager shall transmit contract
documents prepared by the Consultant to the City's Risk Management and Procurement
Departments for verification of appropriate insurance and bonding capacity requirements
for each Project prior to bid. The Consultant shall assist the Program Manager in this
process by providing three copies of Construction Contract Documents, participating in
meetings, submissions, resubmissions and discussions with these departments.
Consultant shall respond to City comments within ten calendar days of receipt of
comments unless a different time schedule is agreed to by Program Manager.
Construction Administration Services: The purpose of this Task is to perform office
administration activities related to the construction of the Project. These tasks shall be
performed during the duration of all construction projects and include: submittal reviews,
responses to requests for information, change order review and miscellaneous meeting
attendance. The Program Manager will provide full time field observation staff to augment
the Consultant's construction administration effort.
Additional Services: No additional services are envisioned at this time. However, if such
services are required during the performance of the Work, they shall be requested by the
City and negotiated in accordance with contract requirements. Note that a separate Notice
to Proceed is required prior to performance of any Work not expressly required by this
scope of services. If Consultant proceeds with out of scope Work without proper
authorization, it does so at its own risk.
Reimbursables: The Consultant will be reimbursed for the following costs:
. usual and customary rate for reproduction of reports, contract documents, special
graphics and miscellaneous items, as may be requested by City;
. mileage at the United States Internal Revenue Service established rate for travel
and subsistence;
Commission Memorandum
South Pointe Streetscape Phase II
September 25, 2002
Page 5 of 5
. topographic surveying;
. a preliminary field exploration program to identify typical geotechnical conditions
along the proposed pipeline corridor(s) and/or to ascertain the sub surface
conditions with respect to its drainage design.
The Administration recommends the adoption of the attached Resolution.
JMGlRCMlTHIOPS
T:\AGENDA\2002\SEP2502\REGULAR\wolfbergawardcommemo.doc