HomeMy WebLinkAbout2002-25037 Reso
/
RESOLUTION NO. 2002-25037
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, AUTHORIZING THE MAYOR AND CITY CLERK TO
EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH EAC
CONSULTING, INC., AS THE TOP-RANKED FIRM PURSUANT TO REQUEST
FOR QUALIFICATIONS No. 54-00/01, TO PREPARE FINAL DESIGN PLANS
FOR A DRAINAGE, MILLING, RESURFACING AND LIGHTING PROJECT FOR
COLLINS AVENUE, FROM 5TH TO 15TH STREETS, IN AN AMOUNT NOT TO
EXCEED $193,982; THE PROJECT BEING FULLY FUNDED BY A JOINT
PARTICIPATION AND REIMBURSEMENT AGREEMENT (JPA) WITH THE
FLORIDA DEPARTMENT OF TRANSPORTATION (FOOT), AS AUTHORIZED BY
RESOLUTION NO. 2000-23944, DATED MAY 24,2000, AND BY AMENDMENT
ONE TO THE JPA, AUTHORIZED BY RESOLUTION NO. 2002- 2sU18, A
PREVIOUS ITEM ON THIS CITY COMMISSION AGENDA; AND FURTHER
AUTHORIZING THE ADMINISTRATION TO ADVANCE FUNDS FROM THE
GENERAL FUND UNDESIGNATED FUND BALANCE, IN THE AMOUNT OF
$193,982, FOR SUBSEQUENT REIMBURSEMENT BY FOOT UNDER SECTION
2.A. OF THE ORIGINAL JPA.
WHEREAS, as authorized by Resolution No. 2000-23944, dated May 24, 2000, and.
by mutual agreement between the City of Miami Beach and the Florida Department of
Transportation (FOOT), the City assumed the lead role over the final design and
construction phases of a roadway project for Collins Avenue, from 5th to 15th Streets (the
Project); and
WHEREAS, FOOT transferred the Project funds to the City via a Joint Participation and
Reimbursement Agreement (JPA), plus its Amendment One being approved and executed
this date, for a total combined amount of $2,208,630.44 in State funds; and
I
WHEREAS, pursuant to Request for Qualifications (RFQ) No, 54-00101, and Resolution
No. 2002-24769, dated February 20, 2002, the City conducted successful negotiations with
EAC Consulting, Inc., the top ranked firm, to prepare final design documents for a
drainage, milling, resurfacing, and lighting project, that would minimize the impacts to, and
better serve the needs of the Art Deco Historic District and its stakeholders; and
WHEREAS, the revised final design cost estimate submitted by EAC Consulting, in the
amount of $193,982, was agreed upon by FOOT and the City Project Manager, and will
be funded as part of the JPA, above mentioned; and
WHEREAS, the City shall not execute an agreement with EAC Consulting prior to
receiving from FOOT a fully executed copy of the JPA Amendment One, also being
approved at this meeting; and
./
WHEREAS, as provided by Resolution No. 2000-23944, dated May 24, 2000,
approving and executing the JPA, and its subsequent Amendment One, the City will
advance $193,982 in funds from the General Fund Undesignated Fund Balance for the
purposes of this contract, for subsequent reimbursement by FOOT.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION
OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby
authorize the Mayor and City Clerk to execute a Professional Services Agreement with
EAC Consulting, Inc., as the top-ranked firm pursuant to Request for Qualifications No, 54-
00101, to prepare. final desilfW plans for a drainage, milling, resurfacing and lighting project
for Collins Avenue, from 5 to 15TH Streets, in an amount not to exceed $193,982; the
Project being fully funded by a Joint Participation and Reimbursement Agreement (JPA)
with the Florida Oepartment of Transportation (FOOT), as authorized by Resolution No.
2000-23944, dated May 24, 2000, and by Amendment One to the JPA, authorized by
Resolution No. 2002-250~ a previous item on this City Commission Agenda; and further
authorize the Administration to advance funds from the General Fund Undesignated Fund
Balance, in the amount of $193,982, for subsequent reimbursement by FOOT, in
accordance with Section 2.A. of the Original JPA.
PASSED AND APPROVED this the 23rd day of
October
,2002.
ATTEST:
APPROVED AS 10
FORM & LANGUAGI
& FOR EXECUTION
F:IWORK\$TRAIAMELlAIFDOT\CollinsEACconsull.memo.doc
~- Y4J2,.,--
DiIIa
CITY OF MIAMI BEACH
COMMISSION ITEM SUMMARY
m
Condensed Title:
A Resolution authorizing the execution of a Professional Services Agreement with EAC Consulting, Inc.,
to prepare final design plans for a milling and resurfacing project for Collins Avenue, from 5th to 15th
Streets, in an amount not to exceed $193,982; and authorizing the advancement of General Fund
Undesignated Fund Balance funds, for subsequent reimbursement by FOOT, under the provisions of an
executed Joint Participation Agreement (JPA) for the Collins Avenue Project.
Issue:
Shall the City contract with EAC Consulting, Inc. to perform the final design services needed?
Item Summary/Recommendation:
On May 24, 2000, by mutual agreement between the City and FOOT, the City assumed the lead role over
the final design and construction phases of the Collins Avenue, 5th to 15th Streets project. In addition,
FOOT agreed to transfer over $2.7 million in project funds to the City, on a reimbursement basis, via an
already executed JPA and its Amendment One, plus an LPA yet to be executed. The City now wishes to
hire the top-ranked firm, EAC Consulting, Inc., to prepare final design plans for the project, in an amount
not to exceed $193,982, as approved by FOOT. The final design will take approximately eleven (11)
months to complete. The agreement will be executed in the standard C1P form for architectural and
engineering (A&E) services. It will be necessary for the City to advance $193,982 in General Fund
Undesignated Fund Balance for the purposes of the final design, for subsequent reimbursement by FOOT
under Section 2.A. of the Original JPA. The Administration recommends approval of the Resolution.
Advisory Board Recommendation:
I N/A
Financial Information:
Source of
Funds:
~
Finance Oept.
City Clerk's Office Legislative Tracking:
I Amelia Johnson
.
F:IWORK\$TRAIAMELlAIFDOT\CollinsEACConsult.CIS.doc
AGENDA ITEM
G7V
IO-~-o2-
DATE
CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139
www.ci.miami-beach.fl.us
CITY OF MIAMI BEACH
To:
From:
Subject:
COMMISSION MEMORANDUM
Mayor David Dermer and
Members of the City Commission
Date: October 23, 2002
Jorge M. Gonzalez
City Manager
d1)
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF MIAMI BEACH, FLORIDA, AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH
EAC CONSULTING, INC., AS THE TOP-RANKED FIRM PURSUANT TO
REQUEST FOR QUALIFICATIONS NO. 54-00/01, TO PREPARE FINAL
DESIGN PLANS FOR A DRAINAGE, MILLING, RESURFACING AND
LIGHTING PROJECT FOR COLLINS AVENUE, FROM 5TH TO 15TH
STREETS, IN AN AMOUNT NOT TO EXCEED $193,982; THE PROJECT
BEING FULLY FUNDED BY A JOINT PARTICIPATION AND
REIMBURSEMENT AGREEMENT (JPA) WITH THE FLORIDA
DEPARTMENT OF TRANSPORTATION (FDOT), AS AUTHORIZED BY
RESOLUTION NO. 2000-23944, DATED MAY 24, 2000, AND BY
AMENDMENT ONE TO THE JPA, AUTHORIZED BY RESOLUTION NO.
2002-_, A PREVIOUS ITEM ON THIS CITY COMMISSION AGENDA;
AND FURTHER AUTHORIZING THE ADMINISTRATION TO ADVANCE
FUNDS FROM THE GENERAL FUND UNDESIGNATED FUND BALANCE,
IN THE AMOUNT OF $193,982, FOR SUBSEQUENT REIMBURSEMENT
BY FDOT UNDER SECTION 2.A. OF THE ORIGINAL JPA.
ADMINISTRATION RECOMMENDATION
Adopt the Resolution.
BID AMOUNT AND FUNDING
The Administration recommends that funds from the General Fund Undesignated Fund
Balance, in an amount not to exceed $193,982, be advanced for the purposes of this
proposed contract with EAC Consulting, Inc, pursuant to Request for Qualifications (RFQ)
No. 54-00101, dated March 14,2001. The Florida Department of Transportation (FOOT)
will subsequently reimburse the advanced City funds, under an approved and executed
Joint Participation and Reimbursement Agreement (JPA), as follows:
o Original JPA, in the amount of $2,055,610.61 in State funds, was approved by
Resolution No. 2000-23944, dated May 24, 2000, to cover the design and
implementation costs of a drainage/milling/resurfacing/lighting project for Collins
Avenue, from 5th to 15th Streets; and
October 23, 2002
Commission Memorandum
Contract with EAC Consulting, Inc.
Page 2
CJ JPA Amendment #1, adding $153,019.83 in State funds to the original amount, fQLg
combined JPA total of $2.208.630.44.
ANALYSIS
FDOT had originally planned a roadway reconstruction project for Collins Avenue, from 5th
to 15th Streets. Scheduled for FY 2000-01, the project was to take approximately fourteen
(14) months to complete. Concerned with the potential adverse impacts to the area, the
City requested that FDOT consider a less intensive project, instead. Due to the fact that
the final design plans were already at 65% completion, FDOT refused to start anew, and
suggested that the City take responsibility over the project, instead.
By mutual agreement between the City and FDOT, the City assumed the lead role in
bringing the final design plans back to the 30% level, in order to produce and implement
a less intensive drainage. milling. resurfacing. and lighting proiect, that would minimize the
impacts to, and better serve the needs of the Art Deco Historic District and its stakeholders.
In addition, a JPA transferring the project funds from FDOT to the City was approved and
executed by both parties, as previously stated,
Finally, it was time for the City to seek a qualified architectural and engineering (A&E) firm
to perform the needed final design services. The consultant selection process follows:
CJ Pursuant to Request for Qualifications (RFQ) No. 54-00/01, eleven (11) proposals were
received from qualified A&E firms, on August 30, 2001. Ten (10) were deemed
responsive,
CJ The Evaluation Committee appointed by the City Manager met on November 16, 2001,
evaluated and scored each proposal, and decided that six (6) top-ranked firms should
be invited to give oral presentations.
CJ On December 18, 2001, atter hearing all presentations, the Committee deliberated and
scored the firms as follows: 1) EAC Consulting Inc.; 2) Marlin Engineering Inc.; 3) The
Corradino Group; 4) Metric Engineering Inc.; 5) Keith & Schnars P.A.; and 6) Kunde
Specher,
CJ Following a City Manager recommendation, Resolution No. 2002-24769, dated
February 20, 2002, authorized contract negotiation with the most qualified firm, EAC
Consulting, Inc" to provide final design services for the City-proposed version of the
Collins Avenue Project.
During negotiations, it became evident to the City that an over-two-year-old JPA did not
contain sufficient funds for the project's design and implementation. Further negotiations
were then held between the City, FDOT, and EAC Consulting, which resulted in the
infusion by FDOT of an additional $153,019.83 in State funds to cover the shortfall in funds
for the final design phase of the project.
October 23, 2002
Commission Memorandum
Contract with EAC Consulting, Inc.
Page 3
FDOT agreed to raise the final design contract cost from the original $134,480 to the
present $193,982. The amended final design phase funding is as follows:
Cost category
Original JPA JPA Amendment One
Final Design funds $ 96,980.18 +
Permits (obtained by City) 0.00
Design & PIP Contingency 0.00
(contingency funds may be used Qf1/x with FOOT pre-approval)
$153,019.82
$ 97,001.82 = $193,982 *
20,000,00 +
36.018.00
* The proposed $193,982 EAC Consulting fee will cover the following Final Design
services:
1, Roadway design analysis
2, Drainage analysis
3, Roadway plans (including the City's limited one-way plan for the crossing streets)
4, Drainage plans (including several deep wells)
5. Traffic control plans
6. Utilities plan
7. Environmental permits
8. Sign and pavement markings plans
9. Signalization plans (including two to three new signalized intersections)
10. Lighting plans (including the City requested acorn lights)
11. Public involvement program (utilizing a subcontractor), not to exceed $39,993.
The agreement between the City and EAC Consulting, Inc., will be executed in the
standard CIP form for Professional Architectural and Engineering (A&E) Services. This
document shall be executed only after the City has received from FOOT two (2) fully
executed copies of the enabling JPA Amendment One.
EAC Consulting requires approximately eleven (11) months to complete the final design
phase, from November 2002 to September 2003, The attached Project Timeline and
Miles es will be updated by the consultant, after a contract is executed and a Notice to
Pro e is issued by the City. The Administration recommends approval of the Resolution.
Professional Services Agreement with EAC Consulting
EAC Consulting Contract Fee Computation, as approved by FDOT
Final Design Timeline and Milestones
F:\WORK\$ RAIAMELlA\FDOT\CollinsEACconsull.memo.doc
I
f
II
II
I l
I
It
It
10;
I J
if
[I
,
Ii
1.1'I.H...fI 1.1. fl.'. 1.511IrHln.l.rrn I. fl. -. fllll..H.I..." UI,rn. .lil'...1
II , "I J J · II i Iii ili I I · II III .11 II. ."1111 J I" "I .. I _Ill ·
-- III1IIIIIII1 JIIIIIIIIIIIIIIIIII illll14 1,'11 illllllll ·
IJJJJ'J"I,.'lliii"",jj..,.'JiJI""IIJIII""~,,
Itt'I}lltt"JJtll't!tl'.t!Jtlltt!ttt.tt!".I'.)1'.' It
- I'll a 'IR R It 8 :< R It i' .11 II \:!-R l! It . . .: H .. ItRI' R R It .i. II . .- -. - II , . . . - ...RII
H ~ i~ 'I
I l~ III Iff
~I- I HI i . ! I ,5 - i II .~
I I J I ! III' 1111 I Ii II ! I. II h! II 1111 I,;
11111111111111 II III! i Illlln III i II Ilu 1I1111liil Iii
, , II
Ji
u;
w
(,)
:>
0:::
w
en
(,)
en
<(
co
-
z.
o i
i=i
<(...
I-
:J
a..
:E ;;
O l!
in
(,) .&:
W :1
W J!
lL _
1-: 8 :;! l!!
~!iiJjj~-
I- ..;' ...!...
z...<'
o ~i
(,) ~l
......
jf
.c
~I
~jl~li~l~
it I&l
1 i!I ..
8 liI Iii: III :
IJI~
...j2
...
'.
...
1lI
"l'
!i ~
4 i
j.... il
I.i!;~
lj;::l~i
~ ii:"~l
!i ~ 1 i~
CII . '_UI
N ~ N '" S! S li\
.., ., ., ...
,.. ,,; .; .; ,,; .; ..; .;
c.~ s .. '" N '" N '" ...
> ..
< a:
~ 8 8 8 8 8 8
.f!~ ~ ., ::j ci ..; ci ,.;
CI '" ~ " en N ...
.., '" '" '" co co N
_2 CI '" co ., .... "'
...J~ti .. ... ;; ... ;; ;; ... ..
<u<
I-
0
I-
.,
'"
ci
N
~
"'
...
c'
...
-
a _ N
i 0 0
:li Z Z
i ~ .8.8
CD t:I -$ "'
S!..
II _ a:. a:
I
Co
~x==
u -
"
.c
!,!.
.,
a
:::
~ ~ !!;l!!'
c C
N ...
...
-.
Ii! III
lil
..
"
~
j
c
..
2
~
.;;
...
c"
...
..
!
2
z
o
~
I-
::l
...
2
<:1 8 0
: . u
"lIB
o ...
-I-
~
~
<:1 8 0
J! . CJ 1
... IS ~
.. t-
00 ..
;~~ .C)
~8 Ilil
~~ fJII
.. "~_N
!iii--
I- -
~.;';O~::O
i '"
.
8
Jj~
ClIO..m.,-oe_
1ft:... __
C 1ft 00
....
J!~O
!::!.... ojij 0:;
ClI fD ... 0 1ft
-
ClI
N "., N ~
o 0 CII ...
cj::;~
~_ClIO'"
rft ,.: N. .:
N - t"'t -
.........
~ 8
!:Iai
III
<Ii
..
:2
..;
~
,.:
'"
-
!:
~
~
..
!
!:
Q
S
~ 0;
;: ~
'i ..
"' 1
e ~
~ ~
. ,..:
... -
'" ClIO
...- N
'" -
- -
..
"'1;.."......
... ".' . N C
':":.~Nwi
:s =:; : ~ ~
g '-;t l(i
- , -
... ~ .,..
-'i/. -
~ ~ i
) c ~
Sa iI
co
II: cD
~ a
S --
i I~
1. I!
... -1-
ph
~Jii
J !
.. a:
t I
:g: ;:g.
81
..;
~
Pi
...
8~8
ci ,.; ~.
N-
... ...
c.o" ct;
.. N ...
.. ..
,
I&l
.s
~
j
11
11-'
jlU
2j
....
I]~
.,
c
..
i
1
III
..
..
,.;
ill
~
..
... ..
N .,
... ClIO
aI :
.., ;;
~
..
~1
......
)
N
'Ii
.!!
CI
~
Q
f~
i ~
~
I
i
co
!!1.
!
...
1
:IE
E
i
~
!
f
...
e:
i~
:;:i~
N
iii ".,.
... ..
:!!
z
I&l
2
I&l 0>
m ~
I- -
~~
~ ! 8! o~
!ill il!!li~Pl1' il..~
~ tli.,lilft ~i! f Hi.Hill
~l J ~I!ji~~ ~ 1111~I!jJI~
~~~ft~~d~GmS= ~ ~~~.~d~G.S:
I-
iii iii
'C; C;
.. <Ii <Ii
a :0:
8
II: a:
u u
!!I !!I
0 2
I i
w I&l
~
g
..
10:. \i.
III
1 III
1
lid I it
a:8 !
...
.....
AGREEMENT BETWEEN
CITY OF MIAMI BEACH
AND
FOR
PROFESSIONAL LANDSCAPE ARCHITECTURAL AND ENGINEERING
(LA)
SERVICES
FOR THE
RIGHT OF WAY INFRASTRUCTURE IMPROVEMENTS PROGRAM
NEIGHBORHOOD _
---
Neighborhood and Project Name
Date
TABLE OF CONTENTS
DESCRIPTION
ARTICLE 1 DEFINITIONS
1.1 City
1.2 City Commission
1.3 City Manager
1.4 Proposal Documents
1.5 Consultant
1.6 City's Project Coordinator
1,7 Program Manager
1.8 Basic Services
1.9 The Project
1.9.1 The Project Cost
1.9.2 The Project Scope
1.10 Construction Cost
1.10.1 Construction Cost Budget
1.10.2 Statement of Probable Construction Cost
1.11 Force Majeure
1.12 Contractor
1.13 Contract Documents
1.14 Contract for Construction
1,15 Construction Documents
1,16 Change Order
1,17 Additional Services
1.18 Work
1.19 Services
1.20 Base Bid
1.21 Schedules
1.22 Scope of Services
PAGE
2
2
2
2
2
2
2
3
3
3
3
3
4
4
4
4
5
5
5
5
5
6
6
6
6
6
7
ARTICLE 2,
2.5
2,6
2.7
2.8
2.9
2.9
2.11
BASIC SERVICES
Planning Services
Design Services
Bidding and Award Services
Construction Phase Services
Additional Services
Responsibility for Claims and Liabilities
Time
7
8
8
8
8
9
9
9
ARTICLE 3. THE CITY'S RESPONSIBILITIES
14
ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST
17
ARTICLE 5, ADDITIONAL SERVICES
18
ARTICLE 6. REIMBURSABLE EXPENSES
20
ii
Neighborhood and Project Name
Date
ARTICLE 7. COMPENSATION FOR SERVICES
21
ARTICLE 8. CONSULTANT'S ACCOUNTING RECORDS
23
ARTICLE 9. OWNERSHIP AND USE OF DOCUMENTS
23
ARTICLE 10. TERMINATION OF AGREEMENT
10.1 Default and Right to Terminate
10,2 Termination for Cause
10.3 Termination for Convenience
10,4 Termination by Consultant
10.5 Implementation of Termination
10,6 Non-Solicitation
23
23
24
25
25
25
26
ARTICLE 11. INSURANCE
26
ARTICLE 12. INDEMNIFICATION
27
ARTICLE 13. VENUE
28
ARTICLE 14, LIMITATION OF LIABILITY
28
ARTICLE 15. MISCELLANEOUS PROVISIONS
29
ARTICLE 16, NOTICE
31
SCHEDULES
SCHEDULE "A" - SCOPE OF SERVICES
SCHEDULE "B" - CONSULTANT COMPENSATION
SCHEDULE "C" - HOURLY BILLING RATE SCHEDULE
SCHEDULE "D"-PROJECTSCHEDULE
34
iii
EXHIBIT "A"
SCOPE OF SERVICES
CONSULTING ENGINEERING SERVICES
for
DRAINAGE, MILLING, RESURFACING, AND LIGHTING PROJECT
SR AlA/COLLINS AVENUE, FROM 5TH TO 15TH STREETS (the Project)
BACKGROUND
For ten years, the Florida Oepartment of Transportation (FOOT) has been planning a roadway
reconstruction project for SR AINCollins Avenue, from 5th to 15th Streets - the core of the
City's Art Deco Historic District (the Project), FOOT's final design plans, at the 65% completion
level, include roadway reconstruction, installation of french drains, a one-way plan for the
crossing streets, and streetscaping and lighting features which were being disputed by the City and
the area stakeholders.
By mutual agreement between the City of Miami Beach (City) and FOOT, the City has assumed
the lead role in fmal design and implementation of the Project, in order to modify FDOT's
original plans, minimize the impacts to, and better serve the needs of the Art Deco Historic
District, and its stakeholders, The City intends to bring the Project's final design plans back to
the 30% level, and incorporate the changes envisioned by the City and the community,
Although the City assumes the lead role, FOOT remains the major partner and sole funder of the
Project, via agreement with the City,
A. OBJECTIVE
The City desires to obtain assistance from EAC Consulting, Inc. (EAC and/or Consultant) for the
preparation of final design/construction plans, beginning at the 30% level, for the Project,
The Project is on a State Road and will be designed according to FDOT Standards, and City
specifications which are reflective of the character of the Historic District and its intensive
;- pedestrian activity, The Consultant shall engineer this Project to be constructed with the least
possible disruption to the stakeholders and traffic in the area.
B. PROJECT PROPOSAL
The Consultant shall produce a set of plans consisting of the following:
o A drainage, milling, resurfacing, pavement marking (striping), lighting, signalization, signage,
and minor landscaping for the Project, according to FOOT's Resurfacing, Restoration and
Rehabilitation (RRR) standards, per City, FDOT, Miami-Dade County, and all other relevant
specifications.
1
<> The Consultant will return the existing FDOT Project plans to the 30% level, and complete the
plans according to this Scope of Services, which was provided as part of the City issued
Request for Qualifications (RFQ) No. 54-00/01.
<> An assessment will be made to determine locations where sidewalk replacement is needed, and
where restoration is feasible.
<> A storm sewer system shall be designed to address poor drainage conditions at critical
intersections and provide effective drainage, by including deep wells, as needed,
<> Special lighting (acorn type), signing and pavement marking will be planned taking into
account and reflecting the historic district's character and pedestrian nature of the corridor.
<> New traffic signals will be planned and designed for the intersections of Collins Avenue at 7th
Street and 13th Street, due to the presence of public parking garages and intense pedestrian
activity,
<> Signalization plans for the intersections of Collins Avenue at 7th, 8th, and 13th Streets, and any
other intersections that may be affected by the introduction of the one-way pairs or new signals,
These plans will be developed to ensure proper synchronization and traffic mobility.
<> Inclusion of the one-way pairs scheme, developed by the City's Transportation/Concurrency
Management Division, for the crossing streets, in order to achieve the following:
a) improve traffic flow in the area by complementing the approved Ocean Drive traffic
management plan;
b) increase pedestrian safety; and
c) help maximize on-street parking opportunities,
<> Streetscaping where feasible,
<> Consultant will submit the plans for approval by all pertinent permitting agencies, including
but not limited to the City, FDOT, Miami-Dade County and DERM. Consultant will also
acquire all necessary permits.
<> The entire final design/construction plans preparation process shall be completed within
eleven (11) months from the issuance of a written Notice to Proceed from the City,
<> The construction inspection phase is not included herein, and wiD be bid out as a
separate item, prior to Project construction.
<> Consultant is required and expected to make presentations, answer questions, and provide
pertinent information, as required by the City, regarding the Collins Avenue Project at several
2
community involvement meetings and workshops, during the Final Design/Construction Plans
preparation process. (For details, please refer to Page 13),
C.E.SJSummary of Pay Items:
A summary of all pay items and quantities shall be prepared according to the FDOT Cost
Estimating System (CES). A Summary of Pay Items computer output sheet shall be prepared at
the Phases II, III, IV and final plans for all components of the set of plans, The Consultant will
provide the CES input sheets for the City and FDOT input in the system,
Special Provisions:
The Consultant shall provide Technical Special Provisions for all items of work not covered by
the FDOT Standard Specifications, Supplemental Specifications or Recurring Special Provisions.
The current Supplemental Specifications are accessible on the FDOT's mainframe computer,
Specifications should not be modified unless necessary to control project specific requirements.
Each modification must be justified to the FDOT Specifications Office to be included in the
Project's Specifications Package as Technical Special Provisions, Technical Special Provisions
shall be submitted on standard size sheets, and shall be signed and sealed, for all components of
the set of plans.
I.
A. General:
The Roadway Plans Package shall be prepared by the Consultant. This work effort includes the
roadway design and drainage analysis needed to prepare a complete set of Roadway Plans,
Drainage Plans, Traffic Control Plans, and other necessary documents, calculations and incidental
items to backup the design,
B. Design Analysis:
;-
1. Typical Section Packa\:e .The Consultant shall prepare a Typical Section Design, Package to
be submitted to the City and FDOT for review and approval. This package shall include the
following:
Transmittal letter
Location Map (s)
Typical Section (s)
Data Sheet (s)
The Typical Section Design Package shall be submitted to the City and FDOT for approval at the
earliest possible date and prior to the Phase II roadway plan submittal stage,
3
2, Geometrics . The Consultant shall design the geometrics for the project using the design
standards that are most appropriate with proper consideration given to the design traffic volumes,
design speed, capacity and levels of service, functional classification, adjacent land use, design
consistency and driver expectancy, aesthetics, pedestrian and bicycle concerns, ADA
requirements, elder road user policy, access management, and scope of work,
The design elements shall include, but not be limited to, the horizontal and vertical alignments,
lane widths, sidewalk widths, cross slopes, borders, sight distance and lane transitions. The
geometric design developed by the Consultant shall be an engineering solution that is not merely
an adherence to the minimum AASHTO and/or FDOT standards.
3, DesilPl Documentation. Computation Book and Quantities .The Consultant shall submit to
the City and FDOT design notes and computations to document the design conclusions reached
during the development of the construction plans.
The design notes and computations shall be recorded on standard size computation sheets, fully
titled, numbered, dated, indexed and signed by the designer and the checker. Computer output
forms and other oversized sheets shall be folded to the standard size. The data shall be in a hard
back folder for submittal to the City and FDOT.
One copy of the design notes and computations shall be submitted to the City and FDOT with the
preliminary review plans. When the plans are submitted for final review, the design notes and
computations corrected according to City and FDOT comments shall be resubmitted. At the
project completion, a final set of design notes and computations, signed by the Consultant, shall
be submitted with the record set of plans,
The design notes and calculations shall include, but not be limited to the following data:
a, Design standards used for the project.
b, Pavement design computations,
c, Documentation of decisions reached resulting from meetings, telephone
;- conversations or site visits.
d, Calculations of quantities,
e. Drainage calculations.
f, Signalization and lighting calculations, traffic and signal timing/phasing,
g, Justification for any variation from standards.
4
c. Drainage Analysis:
1, The Consultant shall analyze all maintenance records for the corridor and determine if any
drainage problems exist. At locations where there are drainage problems, the Consultant shall
provide wells. The primary consideration in all these alternatives will be to accomplish the least
disruptive and most efficient system within the available right of way, Deep drainage wells will be
added as needed,
All design work shall be in compliance with the FDOT Drainage Manual; Florida
Administrative Code, Chapter 14-86; and the requirements of the regulatory agencies, including
the City, Full documentation of all meetings and decisions are to be submitted to the City and
FDOT's Drainage Design section, These activities and submittals should be coordinated with the
City and FDOT.
2, The Consultant will consider alternate culvert materials in accordance with Volume I of
FDOT's Drainage Manual.
3, Prior to proceeding with the drainage improvements, the Consultant shall meet with the the
FDOT Drainage Engineer. The purpose of this meeting is to provide information to the Consultant
that will better coordinate the Preliminary and Final Drainage Design efforts, This meeting is
MANDATORY and is to occur within 30 days after the Notice to Proceed is given to the
Consultant.
4, The Consultant shall provide the City and FDOTs District Drainage Engineer a signed and
sealed Drainage Design Report. It shall be a record set of all drainage computations, both
hydrologic and hydraulic. The engineer shall include all support data such as soil borings and
percolation tests,
D. Roadway Plans:
<-
The Consultant shall prepare plan sheets, notes, and details to include the following: Key Map,
Typical Section sheet(s) with notes, Summary of Quantities sheet(s), PlanlProfile Sheet(s),
Summary of Pay Items, miscellaneous construction details, alignment control and curve data, and
any other detail sheets necessary to convey the intent and scope of the project for the purposes of
construction,
E. Drainage Plans:
The Consultant shall prepare plan sheets, notes, and details to include the following:
Drainage Structure sheet(s), Summary of Drainage Structure sheet(s) and Special Drainage
Detail sheet(s),
5
F. Traffic Control Plans:
1. Traffic Control Analysis. The Consultant shall design a safe and effective Traffic Control Plan
to move vehicular and pedestrian traffic during all phases of construction, The design shall include
construction phasing of roadways, ingress and egress to existing property owners and businesses,
routing, signing and pavement markings, and detour tabulations. Special consideration shall be
given to the construction of the drainage system when developing the construction phases, Positive
drainage must be maintained at all times.
The Consultant shall investigate the need for temporary traffic signals, alternate detour roads, and
the use of materials such as sheet piling in the analysis, The Traffic Control Plan shall be prepared
by a certified designer who has completed the Department's training course, and in accordance
with FDOT's Roadway and Traffic Design Standards and the Roadway Plans Preparation Manual.
2, Traffic Control Plans. The Consultant shall prepare plan sheets, notes, and details to include the
following: Typical Section sheet(s), General Notes and Construction Sequence sheet(s), Typical
Detail sheet(s), Tabulation of Quantities sheet(s), Traffic Control Plan sheet(s), Signing and
Pavement Marking sheet(s) and Temporary Signalization sheet(s),
G. Utilities:
1. Coordination with Utility Companies. The Consultant will be solely responsible for providing
technical data at a Utility Pre-Design Conference arranged by the City. The purpose will be to
determine the effects the project will have on existing and proposed facilities, This allows the
utility representatives to provide input into the development of the roadway plans. The existing
utilities shall be shown on the plans,
2, Prt:Pare Utility Relocation Agreements . The City and FDOT shall prepare utility relocation
agreements. However, the Consultant shall make every effort to avoid any conflict with the
existing utilities during the design process,
H. Environmental Services/Permits:
Both the FDOT District 6 Environmental Management Office (EMO), and the City
<- Environmental Division will review the Project for environmental concerns and will be
responsible for obtaining any required environmental permits, The Consultant shall implement
comments brought forth by the EMO and City and provide notes to the plans as directed by the
EMO.
I. Sienine and Pavement Markines:
The Consultant shall prepare plan sheets, notes, and details to include the following: Key Sheet,
Tabulation of Quantities sheet(s) with the quantities tabulated by sheet, General Note sheet(s),
Plan Sheet(s), Guide Sign Detail sheet(s), Sign Cross Section and Layout sheet(s), Special
Marking Detail sheet(s), Signs and pavement markings shall be designed in accordance with the
elder road user policy,
6
The Consultant shall also provide for lighted ovethead signing (truss or cantilever) and/or
overhead span wire signing if required,
The Consultant shall be responsible for the design of any sign support to be built integrally with
the structures included in this scope, The Consultant shall show all details (anchor bolt size, bolt
circle, bolt length, etc.) as well as all design assumptions (wind loads, moments, torsion, etc.)
used in arriving at those details. (The FOOT Structures Design office has computer programs
available to the Consultant for the design of cantilever and truss supports, if needed).
II.
a. General:
The Consultant shall prepare contract plan sheets, notes, and details to include the following: Key
Sheet, Tabulation of Quantities sheet( s), General Note sheet( s), Signalization Plan sheet( s), Signal
Interconnect Plan detail(s), Pole detail(s), and special detail(s).
The Consultant shall plot existing and proposed topography, existing utilities (above and below
ground), storm sewers, right-of-way, and proposed improvements, In addition the Consultant shall
prepare quantities and pole schedules (including any design calculations).
b, Engineering Analysis:
The Consultant shall design the pole and signal head system. (The FOOT Structure Design office
has a computer program available to the Consultant for this analysis, ifneeded),
c, Inventory of Equipment:
The Consultant shall collect information from the maintaining agencies and conduct a field
review to complete a list of all existing traffic signal equipment at the locations listed for
submittal to the City and FOOT. The inventory shall include the following:
1, Existing signal and pedestrian phasing,
;~
2. Controller make, model, capabilities and condition,
3, Coordinator make, model, capabilities and condition,
4, Weekly program unit make, model, capabilities and condition.
5, Interconnect media. .
6. Distance between intersections.
7, For existing computerized signal systems inventory the computer interface equipment
make, model, capabilities and condition, Testing of components is not required.
8, Controller timing data,
7
D. Signal Interconnect:
The Consultant shall determine the needs of the signal interconnection system, The Consultant
shall identify all usable and replacement interconnection and shall submit design cable
(interconnect) plans.
Ill.
A. General:
The Consultant shall prepare a complete set of Roadway Lighting Plans in accordance with
Chapter 7 of the FDOT Plans Preparation Manual and Miami-Dade County Lighting Standards.
The plans shall incorporate the light fixture type to be selected and approved by the City, which
will be reflective of the character of the Art Deco Historic District.
The Consultant shall provide all lighting plans including: Key Sheet, Tabulation of Quantities
sheet(s), Pole Data and Legend sheet(s), Lighting Plan sheet(s), Service Point Detail sheet(s), and
Special Detail sheet(s),
The Consultant shall prepare the lighting poles spacing calculations based on the following
variables: typical section, mounting height, mast arm length and type of luminary, and possible
conflicts/obstructions,
The Consultant shall coordinate with the City and FDOT and adjacent section design firms to
ensure consistency in the design of lighting appurtenances
The Consultant shall submit a lighting report which shall include: Project Description, Design
Criteria, Proposed Lighting System, and Voltage Drop calculations for approval by the City and
FDOT.
IV. S1JJI)Y REQUIBEMENTS AND PROVISIONS FOR WORK
A. Governing Regulations:
;-
The services performed by the Consultant shall be in compliance with all applicable FDOT
Manuals and Guidelines, The FDOT's Manuals and Guidelines incorporate by requirement or
reference all applicable State and Federal regulations, The current edition, including updates, of
the following FDOT Manuals and Guidelines shall be used in the performance of this work.
1, Project Development and Environmental Manual.
2, Roadway Plans Preparation Manual.
3. FDOT Roadway Traffic and Design Standards
4, Manual of Uniform Minimum Standards for Design, Construction Maintenance
for Streets and Highways,
8
5. FDOT Bicycle Facilities Planning and Design Manual.
6, FDOT Right-of-Way Mapping Handbook,
7, FDOT Right-of-Way Mapping CADD Handbook,
8, FDOT Location Survey Manual.
9, FDOT EFB User Guide.
10, FDOT Drainage Manual.Standards.
11, FDOT Outline Specifications .Aerial Surveys / Photogrammetry,
12, FDOT Soils and Foundations Manual.
13. FDOT Structures Design Guidelines.
14, FDOT Computer Aided Design and Drafting (CADD) Roadway Standards
Manual.
15. FDOT Roadway CADD Handbook
16. Florida's Level of Service Standards and Guidelines Manual for Planning.
17. Equivalent Single Axle Load Guidelines.
18, Design Traffic Procedure,
19, FDOT K-Factor Estimation Process,
20, Project Traffic Forecasting Guidelines,
The following provisions shall also apply:
,. 1.
Si~in~ and Markin~ Plans
All plans are to be prepared in accordance with the latest design standards and practices
(Manual on Uniform Traffic Control Devices), FDOT Standard Specifications, Indexes,
FDOT Plans Preparation Manual, and instructions issued by City and FDOT to the
Consultant, and shall be accurate, legible, complete in design and drawn to the scale as
directed by FDOT and furnished in reproducible form.
2. Traffic SilPlal Plans
All plans are to be prepared in accordance with the latest design standards adopted by
FDOT and Miami-Dade County, and instructions issued by City and FDOT to the
Consultant, and shall be accurate, legible, complete in design and drawn to the scale as
directed by FDOT and furnished in reproducible form.
9
3, Li~tin~ Plans
All plans are to be prepared in accordance with FDOT design standards, City and FDOT
Standard Specifications, City of Miami Beach and Miami-Dade County requirements,
FDOT Plans Preparation Manual, and instructions issued by the City and FDOT to the
Consultant, and shall be accurate, legible, complete in design and drawn to the scale as
directed by FDOT, and furnished in reproducible form,
B. Project Schedule:
Within ten (10) days after the issuance of a Notice-To-Proceed, the Consultant shall provide a
schedule of calendar deadlines, which shall include bufnot be limited to Project milestones and a
timeline for completion of each discrete portion of the Services; all to be completed within the
eleven (]]) month initial term of this Agreement. Consultant shall also include an anticipated
payout curve, The schedule and anticipated payout curve shall be prepared in a format prescribed
by the City, and must be approved by the City prior to any implementation and/or commencement
of the Services..
C. Progress Reporting:
The Consultant shall meet with City and FDOT on a monthly basis and provide written progress
reports which describe the work performed on each task. Progress reports shall be delivered to the
City and FDOT concurrently with the monthly invoice, Judgment on whether work of sufficient
quality and quantity has been accomplished will be made by the City and FDOT Project Managers
by comparing the reported percent complete against actual work accomplished.
D. Meetings and Presentations:
The Consultant shall attend a Notice-To-Proceed Meeting with City and FDOT representatives,
where relevant Project information will be provided by the City and FDOT, along with procedures
for administering the contract. The Consultant and its staff shall also be available with no more
than a five (5) workday notice to attend meetings or make presentations, as required by the City
and FDOT, Such meetings and presentations may be held at any hour between 8:00 A.M. and
]2:00 midnight on any day of the week, The Consultant may be called upon to provide maps,
press releases, advertisements, audiovisual displays and similar materia] for such meetings.
'-
E. Quality Control:
The Consultant shall be responsible for the professional quality, technical accuracy and
coordination of all designs, drawings, specifications and other services furnished by the
Consultant under this Agreement.
The Consultant shall provide a Quality Control Plan which describes the procedures to be utilized
to verify, independently check, and review all design drawings, specifications, and other
documentation prepared as a part of the contract. The Consultant shall describe how the checking
and review processes are to be documented to verify that the required procedures were followed,
The Quality Control Plan may be one utilized by the Consultant as part of their normal operation
or it may be one specifically designed for this Project. The Consultant shall submit a Quality
Control Plan for approval within 20 (twenty) calendar days of the written Notice to Proceed,
10
A marked up set of prints from a Quality Control review will be sent in with each phase review
submittal. The responsible Professional Engineer or Professional Surveyor that performed the
Quality Control review will sign a statement certifying that the review was conducted,
The Consultant shall, without additional compensation, correct all errors or deficiencies in the
designs, drawings, specifications and/or other services.
F. Correspondence:
Copies of all written correspondence between the Consultant and any party pertaining specifically
to this Agreement shall be provided to the City and FDOT for their records within one (1) week of
the receipt or mailing of said correspondence,
G. Liaison Office:
The City, FDOT and the Consultant will designate a Liaison Office and a Project Manager who
shall be the representative of the their respective organizations for the Project. While it is
expected the Consultant shall seek and receive advice from various state, regional, and local
agencies, the final direction on all matters of this Project remain with the City and FDOT Project
Managers.
H. Computer Automation:
The Project shall be developed utilizing computer automation systems in order to facilitate the
development of the contract plans, Various software and operating systems were developed to aid
in assuring quality and conformance with FDOT policies and procedures, Seed Files, Cell
Libraries, User Commands, MDL Applications and related programs developed for roadway
design and drafting are available in Intergraph / Microstation format. However, it is the sole
responsibility of the Consultant to utilize current FDOT releases of all CADD applications,
The Consultant's role and responsibilities are defined in the FDOT's CADD ROADWAY
STANDARDS MANUAL. The Consultant will be required to submit final documents and files
which shall include complete CADD design & coordinate geometry files in Autocad 14 format, as
described in the above referenced document.
<-
The archived submittal shall also include either a TIMS database file, CADD Index file
(generated from RDMENU) or documentation that shall contain the Project history, file
descriptions of all (and only) Project files, reference file cross references, and plotting criteria
(e,g, batch, level symbology, view attributes, and display requirements), A printed directory of the
archived submittal shall be included,
Projects developed in metric units must use the following working units:
o master units of meters.
o sub units of 1000,
o positional units of 4,
11
The global origin will be in the lower left hand comer of the design plane, The working area
is meters square. This ensures that:
o All work is accurate to a millimeter with round off,
o Any of Florida's three State Plane Coordinate System metric values can be stored
in the CADD file.
o EFB, CAiCE and GEOP AK. coordinate geometry files are compatible.
v. PUBLIC INVOLVEMENT PROCESS
As required by the City, the Consultant is required and expected to make presentations,
answer questions, and provide pertinent information regarding the Project at several community
involvement meetings (PIP), during the final design/construction plans preparation!
environmental permitting process. The following activities will apply:
o Meet with the City and FDOT Project Managers as needed.
o Meet once a month with a City-designated Project Steering Committee,
o Meet with a Collins Avenue Task Force at a date to be designated by the City Project
Manager.
o The Project Steering Committee will determine when the first of three (3) public
meetings will be held by Consultant.
o The additional public meetings will be held when the Project plans are respectively at
60%, and between 90% and 100% levels of completion.
o Meet with the City's Transportation and Parking Committee to present the Project and
answer questions; a second meeting will be held, if needed,
o Meet with the City Commission to present the Project and answer questions,
,-
F;\~v.MELlA'I'OOK'OIJ,INSC.Wl'O
12