Loading...
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