HomeMy WebLinkAboutAgreement c/ Edwards & Kelcey
AGREEMENT BETWEEN
CITY OF MIAMI BEACH
AND
EDWARDS & KELCEY
FOR
PROFESSIONAL ARCHITECTURAL AND ENGINEERING (AlE)
SERVICES
FOR THE
RIGHT OF WAY INFRASTRUCTURE IMPROVEMENTS PROGRAM
NEIGHBORHOOD NO. 13 - VENETIAN ISLANDS
OCTOBER 2002
Neighborhood 13 - Venetian Islands
October 2002
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 RESPONSffiILlTIES
14
ARTICLE 4. RESPONSffiILlTY FOR CONSTRUCTION COST
17
ARTICLE 5. ADDITIONAL SERVICES
18
ARTICLE 6. REIMBURSABLE EXPENSES
20
11
Neighborhood 13 - Venetian Islands
October 2002
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" - PROJECT SCHEDULE
34
III
Neighborhood 13 - Venetian Islands
October 2002
TERMS AND CONDITIONS OF AGREEMENT
BETWEEN THE CITY OF MIAMI BEACH AND CONSULTANT
KUNDE SPRECHER & ASSOCIATES
FOR PROFESSIONAL
ARCHITECTURAL AND ENGINEERING (AlE) SERVICES
This Agreement made and entered into this ~ day of rJov.....boer ,2002, by and between
the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of
Florida (hereinafter referred to as City), having its principal offices at 1700 Convention Center
Drive, Miami Beach, Florida, 33139, and Edwards and Kelcey, 7300 North Kendall Drive, Suite
400, Miami, Florida 33156 (hereinafter referred to as Consultant).
WITNESSETH:
WHEREAS, the City intends to undertake a project within the City 0 f Miami Beach,
which is more particularly described in Schedule "A", attached hereto (the Project), and wishes
to engage the Consultant to provide architectural and/or engineering services for the Project at
the agreed fees as set forth in this Agreement; and
WHEREAS, the Consultant desires to contract with the City for performance of
architectural, and/or engineering and related professional services relative to the Project, as
hereinafter set forth, including: planning, design, bidding and construction management services,
all as hereinafter stipulated.
NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and
agreements herein contained, agree as follows:
Neighborhood 13 - Venetian Islands
October 2002
ARTICLE 1. DEFINITIONS
1.1 CITY The "City" shall mean the City of Miami Beach, a Florida municipal
corporation having its principal offices at 1700 Convention Center Drive, Miami
Beach, Florida, 33139.
1.2 CITY COMMISSION "City Commission" shall mean the governing and
legislative body of the City.
1.3 CITY MANAGER The "City Manager" shall mean the chief administrative
officer of the City. The City Manager shall be construed to include any duly
authorized designees, including a Project Coordinator, and shall serve as the
City's representative to whom administrative requests for approvals shall be made
and who shall issue authorizations (exclusive of those authorizations reserved to
the City Commission) to the Consultant.
1.4 PROPOSAL DOCUMENTS "Proposal Documents" shall mean the REQUEST
FOR QUALIFICATIONS FOR 31-00/01 DESIGN AND CONSTRUCTION
ADMINISTRATION SERVICES NEEDED TO COMPLETE THE VENETIAN
ISLANDS NEIGHBORHOOD IMPROVEMENTS PROJECT (PHASE I) issued
by the City in contemplation of this Agreement, together with all amendments
thereto, if any, and the Consultant's proposal in response thereto (Proposal),
which is incorporated by reference in this Agreement and made a part hereof;
provided, however, that in the event of an express conflict between the Proposal
and this Agreement, this Agreement shall prevail.
1.5 CONSULTANT The "CONSULTANT" is herein defined as Edwards and
Kelcey, 7300 North Kendall Drive, Suite 400, Miami, Florida 33156. When the
term "C onsultant" is used in t his Agreement its hall bed eemed to include any
sub-consultants and any other person or entity acting under the direction or
2
Neighborhood 13 - Venetian Islands
October 2002
control of Consultant. Any subconsultants retained by Consultant pursuant to this
Agreement and the Project shall be subject to prior written approval of the City.
The following subconsultants were included in the Consultant's Proposal and are
hereby approved for the Project:
Savino-Miller Design Studio
Hillers Electrical Engineering Corporation
High Surveying and Mapping
Media Relations Group
1.6 CITY'S PROJECT COORDINATOR The "City's Project Coordinator"
shall mean the individual appointed by the City Manager who shall be the City's
authorized representative to coordinate, direct, and review on behalf of the City,
all matters related to the Project, except as otherwise provided herein.
1.7 PROGRAM MANAGER The City has contracted the services of Hazen and
Sawyer P.C. to act as Program Manager for the City's Right of Way Infrastructure
Improvements Program (program), of which this Project is a part of Hazen and
Sawyer will function as a representative of the City in performance of its Program
Management role, as detailed in Schedule "A" entitled "Scope of Services",
attached hereto.
1.8 BASIC SERVICES "Basic Services" shall include the architectural and/or
engineering services, as required, for the planning, design, bidding/award, and
construction management for the Project, as described in Article 2 herein and in
Schedule "A" entitled "Scope of Services", attached hereto.
1.9 PROJECT The "Project" shall mean that City Capital Project that has been
approved by the City Commission and as described in Schedule "A" attached
hereto.
3
Neighborhood 13 - Venetian Islands
October 2002
1.9.1 PROJECT COST The "Project Cost", as established by the City, shall
mean the total cost of the Project to the City including: Construction Cost,
professional compensation, land cost, if any, financing cost, materials
testing services, surveys, contingencies and other miscellaneous costs.
1.9.2 PROJECT SCOPE The "Project Scope" shall mean the description 0 f
the Project contained in Schedule A attached hereto.
1.10 CONSTRUCTION COST The "Construction Cost" for the Project shall mean
sum which is the total cost or estimated cost to the City of all elements of the
Project designed or specified by the Consultant and approved by the City,
including, at current market rates, (with a reasonable allowance for overhead and
profit), the cost of labor and materials and any equipment which has been
designed, specified, selected or specifically provided forbythe Consultant and
approved by the City, and including a contingency allowance for unforeseen
conditions, not to exceed ten percent (10%) of the construction cost for new
construction, or twenty percent (20%) of construction cost for rehabilitation of
historic buildings, and not including the compensation of the Consultant and any
subconsultants, the cost of land, rights-of-way, surveys, testing, or other
reimbursable expenses. For Work not constructed, the Construction Cost shall be
the same a s the lowest bona fide bid or competitive bid received a nd accepted
from a responsible bidder or proposer for any and all of such Work.
1.10.1 CONSTRUCTION COST BUDGET The "Construction Cost
Budget" shall mean an amount budgeted by the City for Construction
Cost, as specified in the Project Scope in Schedule "A" attached hereto.
1.10.2 STATEMENT OF PROBABLE CONSTRUCTION COST The
"Statement of Probable Construction Cost" shall mean a forecast of
Construction Cost prepared by the Consultant, as defined in attached
Schedule "A" entitled "Scope of Services", for the guidance of the City.
4
Neighborhood 13 - Venetian Islands
October 2002
For Work which bids or proposals have not been let, the Construction Cost
shall be the same as the latest Statement of Probable Construction Cost.
The City shall have the right to verify the Statement of Probable
Construction Cost or detailed cost estimate by the Consultant.
1.11 FORCE MAJEURE "Force Majeure" shall mean any delay occasioned by
superior or irresistible force occasioned by violence in nature without the
interference of human agency such as hurricanes, tomadoes, floods, loss caused
by fire and other similar unavoidable casualties; or by changes in federal, state or
local laws, ordinances, codes or regulations, enacted after the date of this
Agreement and having a substantial impact on the Project; or other causes beyond
the parties' control, or by any other such causes which the Consultant and the City
decide in writing justify the delay; provided, however, that market conditions,
labor conditions, construction industry price trends and similar matters which
normally impact on the bidding process shall not be considered a Force Majeure.
1.12 CONTRACTOR "Contractor" or "Contractors" shall mean those persons or
entities responsible for performing the Work or providing the materials, supplies
and equipment identified in the bid and Construction Documents for the Project.
1.13 CONTRACT DOCUMENTS "Contract Documents" shall mean this
Agreement; the Agreement between City and Contractor; Conditions of the
Contract (General Supplementary and other Conditions); Construction
Documents; and addenda issued prior to execution of the Contract for
Construction. A Modification is one of the following: (1) written amendment to
the Contract for Construction signed by both parties; (2) an approved Change
Order; (3) a Construction Change Directive; or (4) a written order for a minor
change in the Work issued by the Consultant.
1.14 CONTRACT FOR CONSTRUCTION "Contract for Construction" shall mean
a legally binding agreement with Contractors.
5
Neighborhood 13 - Venetian Islands
October 2002
1.15 CONSTRUCTION DOCUMENTS "Construction Documents" shall mean the
final plans, specifications, drawings, documents and diagrams submitted by the
Consultant pursuant to Article 2.7 and approved by the City.
1.16 CONRACT AMENDMENT "Contract Amendment" shall mean the written
order to the Contractor approved by the City, as specified in this Agreement, and
signed by the City's duly authorized representative, authorizing a change in the
Project or the method and manner of performance thereof, or an adjustment in the
fees and/or completion dates, as applicable. Contract Amendments shall be
approved by the City Commission, if they exceed twenty-five thousand dollars
($25,000.00), or the City Manager if they are twenty-five thousand dollars
($25,000.00) or less in amount (or other such amount as may be specified by the
City of Miami Beach Procurement Ordinance, as amended). Even for Contract
Amendments for less than twenty-five thousand ($25,000.00), the City Manager
shall retain the right to seek and obtain concurrence of the City Commission for
the approval of any such Contract Amendment.
1.17 ADDITIONAL SERVICES "Additional Services" shall mean those services
described in Article 5 herein, which have been duly authorized in writing by the
City Manager prior to commencement of same.
1.18 WORK "Work" shall mean the work to be performed on the Project by the
Contractor, pursuant to the applicable Construction Documents, whether
completed 0 r partially completed, and includes I abor and materials, equipment,
and services provided, or to be provided, by the Contractor to fulfill its
obligations.
1.19 SERVICES "Services" shall mean the services to be performed on the Project by
the Consultant pursuant to this Agreement, whether completed or partially
completed, and includes other labor and materials, equipment and services
6
Neighborhood 13 - Venetian Islands
October 2002
provided, or to be provided, by Consultant to fulfill its obligations herein.
1.20 BASE BID "Base Bid" shall mean the elements contained in the Construction
Documents recommended by the Consultant and approved by the City as being
within the Construction Cost Budget pursuant to the Statement of Probable
Construction Cost provided by Consultant. "Base Bid" shall not include "Additive
Alternates" or "Deductive Alternates".
1.21 SCHEDULES "Schedules" shall mean the various schedules attached to this
Agreement and referred to as follows:
Schedule A - Scope of Services.
Schedule B - Consultant Compensation: The schedule of compensation to the
Consultant for Basic Services, and for reimbursable expenditures as defined, plus
any Additional Services, as submitted by the Consultant and approved by the
City.
Schedule C - Hourly Billing Rate Schedule: The schedule of Hourly
Compensation Rates to the Consultant as submitted by the Consultant and
approved by the City.
Schedule D - Project Schedule.
1.22 SCOPE OF SERVICES "Scope of Services" shall mean the Project Scope as
described in Schedule "A", together with the Basic Services and any Additional
Services approved by the City as described in Article 2 herein.
ARTICLE 2. BASIC SERVICES
2.1 The Consultant shall provide Basic Services for the Project as set forth hereafter.
7
Neighborhood 13 - Venetian Islands
October 2002
The Services for this Project will be performed by the Consultant upon receipt of
an initial written Notice to Proceed issued by the City Manager. Consultant shall
countersign the Notice to Proceed. Note that a separate Notice to Proceed is
required for commencement of each Phase, as discussed in attached Schedule "A"
entitled "Scope of Services".
2.2 The Consultant's Basic Services shall consist of five Phases (inclusive of
planning, design, bidding/award, construction management and additional
services) as described in attached Schedule A "Scope of Services".
2.3 The Consultant s hall coordinate with s ubconsultants and 0 ther consultants, and
conform to all applicable building codes and regulations. Consultant, as it relates
to its Services, represents and acknowledges to the City that it is knowledgeable
of codes, rules and regulations applicable in the jurisdictions in which the Project
is located, including without limitation, local ordinances and codes (City of
Miami Beach and Miami-Dade County), Florida Laws, rules and regulations
(including without limitation grant and other regulations of the Florida
Department of Transportation (FDOT), and Federal laws, rules and regulations.
The Consultant agrees to comply with all such laws, codes, rules, and regulations
now in effect, and as may be amended or adopted at any time during the term of
this Agreement, and shall further take into account all known pending changes to
the foregoing, of which it should reasonably be aware. The Consultant shall
insert the provisions of all required codes into its Contract Documents.
2.4 The Consultant expressly agrees that all of its duties, services and responsibilities
under this Agreement shall be performed in accordance with the standard of care
normally exercised in the design ofprojects of this nature in South Florida. In
addition, Consultant represents that it is experienced and fully qualified to
perform the Services contemplated by this Agreement, and that it is properly
licensed pursuant tot he a pplicable laws, rules and regulations top erform such
Services. Consultant warrants that it shall be responsible for the technical
8
Neighborhood 13 - Venetian Islands
October 2002
accuracy of it Contract Documents.
2.5 PLANNING SERVICES:
CONSULTANT shall perform planning services as noted in attached Schedule
"A" entitled "Scope of Services".
2.6 DESIGN SERVICES:
Based on the approved Planning documents developed under Article 2.5,
Consultant shall prepare Design Documents as noted in attached Schedule" A"
entitled "Scope of Services".
2.7 BIDDING AND AWARD SERVICES
Consultant shall provide bidding and award servIces as noted In attached
Schedule "A" entitled "Scope of Services".
2.8 CONSTRUCTION PHASE SERVICES:
Consultant shall furnish construction phase services as noted in attached Schedule
"A" entitled "Scope of Services".
2.9 ADDITIONAL SERVICES
Consultant shall provide additional services as noted in attached Schedule "A"
entitled "Scope of Services".
2.10 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: Approval by the City
shall not constitute nor be deemed a release of the responsibility and liability of
the Consultant, its employees, subcontractors, agents and consultants for the
accuracy and competency of their designs, working drawings, specifications or
other documents and services; nor shall such approval be deemed to be an
assumption of such responsibility by the City for a defect, error or omission in
designs, working drawings, specifications or other documents prepared by the
Consultant, its employees, subcontractors, agents and consultants. However, the
9
Neighborhood 13 - Venetian Islands
October 2002
Consultant shall be entitled to reasonably rely upon the accuracy and validity of
decisions and information furnished by the City and its employees.
2.11 TIME It is understood that time is of the essence in the completion of this
Project, and in this respect the parties agree as follows:
2.12 The Consultant shall perform the Services as expeditiously as is consistent with
the standard of professional skill and care required by this Agreement and the
orderly progress of the Work.
2.13 The parties agree that the Consultant's Services during all phases of this Project
will be performed in a manner that shall conform with the approved Project
Schedule, which is attached to this Agreement as Schedule "D". The Consultant
may submit requests for an adjustment to the Project Schedule, made necessary
by undue time taken by the City to approve the Consultant's submissions, and/or
excessive time taken by the City to approve the Services or parts of the Services.
The City shall not unreasonably refuse to approve such adjustment(s) to the
Project Schedule ifthe request is made in a timely manner and is fully justified.
2.14 In providing the Services described in this Agreement, the Consultant shall use its
best efforts to maintain, on behalf of the City, a constructive, professional,
cooperative working relationship with the Program Manager, Contractor(s), and
others that have been contracted to perform Services and / or Work pertaining to
the Program. While the Services to be provided by Consultant under this
Agreement will be provided under the general direction of the City's Program
Coordinator and Program Manager, it is the intent of this Agreement to allow the
Consultant to coordinate the performance of all design and construction work to
the extent such coordination by the Consultant is permitted by the contracts for
the design and construction work.
2.15 It is further the intent of this Agreement that the Consultant shall perform its
10
Neighborhood 13 - Venetian Islands
October 2002
duties under this Agreement in a competent, timely and professional manner and
that it shall be responsible to the City for any failure in its performance except to
the extent t hat acts 0 r 0 missions by the C ity 0 r 0 thers make such performance
impossible.
2.16 Whenever during the term of this Agreement, others are required to verify,
review, or consider any work performed by Consultant, including but not limited
to the design professionals, Contractors, and other consultants retained by the
City, the intent of such requirement is to enable the Consultant to receive input
from others' professional expertise to identify any discrepancies, errors or
omissions that are inconsistent with industry standards for design or construction
of comparable public projects; or which are inconsistent with applicable laws,
codes, ordinances, and regulations; or which are inconsistent with standards or
decisions provided in writing by the City's Program Coordinator. Consultant will
use reasonable care and skill in accordance with and consistent with customary
professional standards in responding to items identified as discrepancies, errors
and omissions by others. Consultant shall receive comments from reviewers via a
set of marked-up drawings and specifications. Consultant shall address comments
forwarded to it in a timely manner. The term "timely" shall be construed to mean
as soon as possible under the circumstances, taking into account the requirements
of the Project Schedule.
2.17 The City shall have the right at any time, and in its sole and absolute discretion, to
submit for review to consulting engineers or consulting architects or other
consultants, engaged by the City at its own expense for that purpose, any or all
parts of the work performed by the Consultant, and the Consultant shall cooperate
fully in such review at the City's request.
2.18 Consultant agrees to certify and warrant all estimates of Construction Cost
prepared by Consultant. Said certifications shall be in a form approved by the
City.
11
Neighborhood 13 - Venetian Islands
October 2002
2.19 Consultant represents to City that all evaluations of the City's Project budget,
Consultant generated Statement of Probable Construction Cost and detailed
estimates represent Consultant's best judgement as a design professional familiar
with the construction industry. Consultant cannot and does not guarantee that bids
or negotiated prices will not vary from any estimate of Construction Cost or
evaluation prepared or agreed to by Consultant.
2.20 Consultant agrees that, when the Services to be provided hereunder relate to a
professional service which, under Florida Statutes, requires a license, certification
of authorization, or other form of legal entitlement to practice such services, it
shall employ and/or retain only qualified personnel to provide such services.
2.21 CONSULTANT agrees to employ and designate in writing, within five (5)
calendar days after receiving its initial Notice to Proceed, a qualified licensed
professional to serve as the CONSULTANT's project manager (herein after
referred to a Project Manager"). The Project Manager shall be authorized and
responsible to act on behalf of Consultant with respect to directing, coordinating
and administrating all aspects of Services to be provided and performed under this
Agreement. The person selected by Consultant to serve as Project Manager shall
be subject to approval and acceptance by City. Replacement of said Project
Manager shall not be made without the prior written approval of the City.
2.22 Consultant agrees, within fourteen (14) calendar days of receipt of written notice
to do such from City, to promptly remove and replace Project Manager, or any
other personnel employed or retained by Consultant, or any subconsultant or
subcontractors engaged by Consultant, which request may be made by City with
or without stating its cause.
2.23 Consultant herein represents to City that it has expertise in the type of
professional services that will be performed and pursuant to this Agreement.
12
Neighborhood 13 - Venetian Islands
October 2002
Consultant agrees that all services to be provided by Consultant pursuant to this
Agreement shall be subject to City's review and approval and shall be in
accordance with the generally accepted standards of professional practice in the
State of Florida, as well as in accordance with all published laws, statutes,
ordinances, codes, rules, regulations and requirements of any governmental
agencies having jurisdiction over the Project or the Services to be performed by
Consultant hereunder. In the event of any conflicts in these requirements,
Consultant shall notify City of such conflict and utilize its best professional
judgement to advise City regarding resolution of each such conflict.
2.24 Consultant agrees not to divulge, furnish or make available to any third person,
firm or organization, with City's prior written consent, or unless incident to the
proper performance of Consultant's obligations hereunder, or in the course of
judicial or legislative proceedings where such information has been properly
subpoenaed, any non-public information concerning Services to be rendered by
Consultant hereunder, and Consultant shall require its employees, agents,
subconsultants and subcontractors to comply with the prOVIsIons of this
paragraph.
2.25 The City and Consultant acknowledge that the Scope of Services does not
delineate every detail and minor work task required to be performed by
Consultant to complete the Project. If, during the course of the performance of the
Services contemplated in this Agreement, Consultant determines that work should
be performed to complete the Project which is, in the Consultant's opinion,
outside the level of effort originally anticipated, whether or not the Scope of
Services identifies the work items, Consultant shall notify the City's Program
Coordinator, in writing, in a timely manner, and obtain said Program
Coordinator's written consent, before proceeding with the work. The City's
Program Coordinator must comply with Contract Amendment processing
requirements as outlined in Article 1.16, prior to issuance of any written
authorization to proceed with additional Services to Consultant. If Consultant
13
Neighborhood 13 - Venetian Islands
October 2002
proceeds with additional Services without notifying and obtaining the consent of
the City's Program Coordinator, said work shall be deemed to be within the
original level of effort, and deemed included as a Basic Service herein, whether or
not specifically addressed in the Scope of Services. Notice to the City's Program
Coordinator does not constitute authorization or approval by the City to perform
the work. Performance of work by Consultant outside the originally anticipated
level of effort without the prior written consent of the City shall be at Consultant's
sole risk.
2.26 Consultant shall establish and maintain files of documents, letters, reports, plans,
etc. pertinent to the Project. Consultant shall provide City with a copy of
applicable Program correspondence for City to file in its filing system. In
addition, Consultant shall provide electronic Project documents files to the City,
at the completion of the Project.
2.27 It is further the intent of this Agreement that the Consultant shall perform its
duties under this Agreement in a competent, timely and professional manner and
that it shall be responsible to the City for any failure in its performance except to
the extent t hat acts 0 r 0 missions by the City 0 r 0 thers make such performance
impossible.
2.28 In the event Consultant is unable to timely complete the Project because of delays
resulting from untimely review by City or other governmental authorities having
jurisdiction over the Project or such delays which are caused by factors outside
the control of Consultant, Consultant shall provide City with immediate written
notice stating the reason for such delay and a revised anticipated schedule of
completion. City, upon review of ConsultantDs submittal and such other
documentation as the City may require, may grant a reasonable extension of time
for completion of the Project and may provide reasonable compensation, if
appropriate.
14
Neighborhood 13 - Venetian Islands
October 2002
2.29 The Consultant covenants with the City to furnish its Services hereunder properly,
in accordance with t he standards 0 fits profession and i n conformance with all
construction, building and health c odes and 0 ther applicable Federal, S tate and
local rules, regulations and laws, of which it should reasonably be aware,
throughout the term of this Agreement. The City's participation in the design and
construction of any Project in no way relieves the Consultant of its professional
duties and responsibilities under applicable law and under the Contract
Documents.
ARTICLE 3. THE CITY'S RESPONSIBILITIES
3.1 The City shall designate in writing a project coordinator to act as the City's
representative with respect to services to be rendered under this Agreement
(herein after referred to as Project Coordinator). The Project Coordinator shall
have authority to transmit instructions, receive information, interpret and define
City policies and decisions with respect to Consultant's Services on this Project.
However, the Project Coordinator is not authorized to issue any verbal or written
orders or instructions to Consultant that would have the effect, or be interpreted to
have the effect, of modifying or changing in any way whatsoever, unless
approved by the City Manager and/or City Commission in compliance with
Article 1.16 requirements:
a) The Scope of Services to be provided and performed by Consultant hereunder;
b) The time the Consultant is obligated to commence and complete all such
Services; or
c) The amount of compensation the City IS obligated or committed to pay
Consultant.
3.2 The City shall assist Consultant by placing at ConsultantOs disposal all
15
Neighborhood \3 - Venetian Islands
October 2002
information City has available pertinent to the Project, including previous reports
and any other data relative to design or construction of the Project. It shall be
fully understood that City, in making such reports, site information, and
documents available to the Consultant is in no way certifying representing and/or
warranting as to the accuracy or completeness of such data, including any
information provided In the CityDs Request for Qualifications and backup
documentation thereto. Any conclusions or assumptions drawn through
examination thereof shall be the sole responsibility of the Consultant and subject
to whatever measure it deems necessary to final verification essential to its
performance under this Agreement.
3.3 The City has established a Construction Cost Budget for the Project, as stated in
Schedule A.
3.4 In the City's sole discretion, the City may furnish legal, accounting and insurance
counseling services as may be required at any time for the Project, including such
auditing services as the City may require to verify the Consultant's applications
for payment or to ascertain how or for what purposes the Consultant uses the
monies paid by or on behalf of the City.
3.5 If the City observes or otherwise becomes aware of any fault or defect in the
Project or non-conformance with the Contract Documents, the City shall give
prompt written notice thereof to the Consultant.
3.6 The City shall fumish required information and services and render approvals and
decisions in writing as expeditiously as necessary for the orderly progress of the
Consultant's Services and of the Work. No approvals required by the City during
the various phases of the Project shall be unreasonably delayed or withheld;
provided that the City shall at all times have the right to approve or reject any
proposed submissions of Consultant for any reasonable basis.
16
Neighborhood 13 - Venetian Islands
October 2002
3.7 The City Commission shall be the final authority to do or to approve the
following actions or conduct by passage of an enabling resolution or amendment
to this Agreement.
3.7.1 The City Commission shall be the body to consider, comment upon, or
approve any amendments or modifications to this Agreement, except when
noted otherwise (i.e., where delegated to the City Manager or his
designee) in this Agreement.
3.7.2 The City Commission shall be the body to consider, comment upon, or
approve any assignment, sale, transfer or subletting of this Agreement or
any interest therein and any subcontracts made pursuant to this
Agreement. Assignment and transfer shall be defined to include sale of
the majority of the stock of a corporate Consultant.
3.7.3 All required City Commission approvals and authorizations shall be
expressed by passage of an appropriate enabling resolution and, if an
amendment, by the execution of an appropriate amendment to this
Agreement.
3.7.4 The City Commission shall hear appeals from the administrative decision
of the City Manager's appointed designee(s), upon the Consultant's
written request, in which case the Commission's decision shall be final.
3.7.5 The City Commission shall approve or consider all Contract Amendments
that exceed the sum of twenty five thousand dollars ($25,000.00) (or other
such amount as may be specified by the City of Miami Beach Procurement
Ordinance, as amended).
3.8 The City Manager or his designee(s) shall serve as the City's representative to
whom administrative requests for approvals shall b e made and who shall issue
17
Neighborhood 13 - Venetian Islands
October 2002
authorizations (exclusive of those authorizations reserved to the City
Commission) to the Consultant. These authorizations shall include, without
limitation: reviewing, approving, 0 r 0 therwise commenting upon the schedules,
plans, reports, estimates, contracts and other documents submitted to the City by
the Consultant.
3.8.1 The City Manager shall decide, in his professional discretion, matters
arising pursuant to this Agreement which are not otherwise expressly
provided for in this Agreement, and shall attempt to render administrative
decisions promptly to avoid unreasonable delay in the progress of the
Consultant's services. The City Manager, in his administrative discretion,
may consult with the City Commission concerning disputes or matters
arising under this Agreement regardless of whether such matters or
disputes are enumerated herein.
3.8.2 The City Manager shall be authorized, but not required, at the request of
the Consultant, to reallocate monies already budgeted toward payment of
the Consultant, provided, however, that the Consultant's compensation or
other budgets established by this Agreement cannot be increased.
3.8.3 The City Manager, or his designee, shall be the sole representative of the
City authorized to issue a Notice to Proceed as referenced in attached
Schedule "A" entitled "Scope of Services".
3.8.4 The City Manager may approve Contract Amendments which do not
exceed the sum of twenty five thousand dollars ($25,000.00) (or other
such amount as may be specified by the City of Miami Beach Purchasing
Ordinance, as amended) and which do not increase any of the budgets
established herein.
3.8.5 The City Manager may, In his sole discretion, form a committee or
18
Neighborhood 13 - Venetian Islands
October 2002
committees, or mqurre of or consult with persons for the purpose of
receiving advice and recommendations relating to the exercise of his
powers, duties and responsibilities under this Agreement.
ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST
4.1 The Construction Cost Budget, as established by the City and stated in Schedule
"A", shall not be exceeded without fully justifiable, extraordinary and unforeseen
circumstances, such as Force Majeure, which is beyond the control of the parties.
Any expenditure above this amount shall be subject to prior City approval by
passage of an enabling resolution and amendments to the appropriate agreements
relative to the Project, prior to any modification of the Construction Cost.
Provided further, however, that even in the event of a Force Majeure, as defined
in Article 1.10, the City shall have no obligation to exceed the Construction Cost
Budget limitations established herein, and, if such budget is exceeded, the City
may, at its sole option and discretion, terminate this Agreement without any
further liability to the City.
4.2 If the lowest bona fide base bid exceeds the Construction Cost Budget by more
than five percent (5%), the City Commission shall, at its sole discretion, have any
of the following options: (1) give written approval of an increase in the
Construction Cost Budget; (2) reject all bids or proposals, authorize rebidding, or
(if permissible) authorize a renegotiation of the Project within a reasonable time;
(3) abandon the Project and terminate the Consultant's Services for the Project
covered by this Agreement. without further liability to the City; (4) select as many
Deductive Alternatives as may be necessary to bring the award within the
Construction Cost Budget; or (5) cooperate with the Consultant in reducing the
Project scope, construction schedule, and sequence of Work, as may be required
to reduce the Construction Cost Budget. In the event the City elects to reduce the
Project Scope, the Consultant shall provide such revisions to the Construction
Documents, and provide rebidding services, as many times as reasonably
19
Neighborhood 13 - Venetian Islands
October 2002
requested by the City, as a Basic Service, with no additional cost to the City, in
order to bring the bids within five percent (5%) of the Construction Cost Budget.
ARTICLE 5. ADDITIONAL SERVICES
5.1 Additional Services for this Project will only be performed by the Consultant
following receipt of a written authorization by the City Manager prior to
commencement of same. Such authorization shall contain a description of the
Services required; an hourly fee, asp rovided inS chedule " C" with a n "Not to
Exceed" amount on additional reimbursable expenses (if any); the amended
Construction Cost Budget (if applicable); and an amended completion date for the
Project (if any). "Not to Exceed" shall mean the maximum cumulative hourly fees
allowable, which the Consultant shall not exceed without specific written
authorization from the City. The "Not to Exceed" amount is not a guaranteed
maximum cost for the services requested by the City and all costs applied to such
shall be verifiable through time sheet and reimbursable expense reviews.
5.2 The term "Additional Services" includes services involving the Consultant or any
subconsultants whether previously retained for the Services or not, or whether
participating as members with Consultant or not, subject to the City's right to
previously approve any change in the Consultants as set forth in this Agreement.
5.3 Additional Services may consist of the following:
5.3.1 Serving as an expert witness in connection with any public hearing,
arbitration proceeding or legal proceeding unless such preparation has
arisen from the failure of the Consultant to meet the Standard of Care set
forth in Article 2.
5.3.2 Preparing documents for Change Orders, or supplemental Work, initiated
at the City's request and outside the scope of the Work specified in the
20
Neighborhood 13 - Venetian Islands
October 2002
Construction Documents, after commencement of the Construction Phase.
5.3.3 Providing such other professional seTVlces to the City relative to the
Project which arise from subsequent circumstances and causes (excluding
circumstances and causes resulting from error, inadvertence or omission of
the Consultant) which do not currently exist or which are not
contemplated by the parties at the time of execution of this Agreement.
5.3.4 Assistance in connection with bid protests, rebidding or renegotiating
contracts for construction, materials, equipment or services, except as
otherwise expressly provided for herein.
ARTICLE 6. REIMBURSABLE EXPENSES
6.1 Reimbursable expenses are in addition to the compensation for Basic and
Additional Services and include actual expenditures made by the Consultant and
the Consultant's employees and consultants in the interest of the Project. All
Reimbursable Expenses pursuant to this Article, in excess of $500, must be
authorized in advance by the City Manager. Invoices or vouchers for
Reimbursable Expenses shall be submitted by the Consultant to the City, along
with supporting receipts, and other back-up material reasonably requested by the
City, and Consultant shall certify as to each such invoice that the amounts and
items claimed as reimbursable are "true and correct and in accordance with the
Agreement" .
6.2 Expenses subject to reimbursement in accordance with the above procedures may
include the following:
6.2.1 The cost of testing or investigation of underground utilities, if authorized
by the City's Project Coordinator.
21
Neighborhood 13 - Venetian Islands
October 2002
6.2.2 Fees for all necessary permits shall be paid directly by City.
6.2.3 Expense of reproduction, postage and handling of drawings, specifications
and other documents, excluding reproductions for the office use of the
Consultant and sub-consultants. Courier and postage between the
Consultant and its sub-consultants are not reimbursable.
6.2.4 Expenses for reproduction and the preparation of graphics for community
workshops
ARTICLE 7. COMPENSATION FOR SERVICES
7.1 The Consultant shall be compensated the not to exceed, cost reimbursable fee
listed in Schedule "B" for Basic Services, based on the "Hourly Rate Schedule"
presented in Schedule "C". Payments for Basic Services shall be made within
forty-five (45) calendar days of receipt and approval of an acceptable invoice by
the City's Project Coordinator. Note that payments shall be made in proportion to
the services performed in each Phase so that the payments for Basic Services for
each Phase shall not exceed the progress percentage noted in the Consultant's
progress schedule, submitted with each invoice. No markup shall be allowed on
subcontracted Basic Services.
7.2 Additional Services authorized in accord with Article 5' will be compensated
using the hourly rates forth in Schedule "C". Request for payment of Additional
Services shall be included with the monthly Basic Services payment request noted
in Article 7.1 above. All Additional Services must be approved by the City's
Project Coordinator prior to incurring expenditure as noted in Article 5. Under no
circumstances shall the "Not to Exceed" amount noted in Schedule "B" be
exceeded without prior written approval from the City's Project Coordinator. No
markup shall be allowed on subcontracted Additional Services.
22
Neighborhood 13 - Venetian Islands
October 2002
7.3 Reimbursable Expenses, as defined in Article 6, shall be paid up to the ''Not to
Exceed" amount noted in Schedule "B". Request for payment of Reimbursables
shall be included with the monthly Basic Services payment request noted in
Article 7. Proper backup must be submitted with all reimbursable requests. No
markup or administrative charges shall be allowed on Reimbursable Expenses.
7.4 The City and the Consultant agree in accordance with the terms and conditions of
this Agreement that:
7.4.1 If the scope of the Project or the Consultant's Services is changed
substantially and materially, the amount of compensation may be
equitably adjusted by mutual agreement of the parties.
7.4.2 Commencing on October 1, 2003, the Hourly Billing Rate Schedule
shown in Exhibit "C" may be adjusted annually based upon the Miami -
Fort Lauderdale Consumer Price Index issued by the U.S. Department of
Labor, Bureau of Labor Statistics. Such adjustment shall be calculated by
multiplying the ratio of the April index divided by the previous year's
index by the Hourly Rate Schedule to define the new Hourly Rate
Schedule; maximum adjustment shall be no greater than three (3) percent
per annum.
7.5 No deduction shall be made from the Consultant's compensation on account of
sums withheld from payments to Contractors.
7.6 Method of Billing and Pavrnent With respect to all Services, Consultant shall
submit billings on a monthly basis in a timely manner. These billings shall
identify the nature of the work performed; the total hours of work performed by
employee category and the respective hourly billing rate associated with the
employee category from the Hourly Rate Schedule. In the event sub consultant
work is accomplished utilizing the lump sum method, the percentage of
23
Neighborhood 13 - Venetian Islands
October 2002
completion shall be identified. . Billings shall also itemize and summanze
Reimbursables by category. Where written approval of the City is required for
Reimbursables, a copy of said approval shall accompany the billing for such
Reimbursable. When requested, Consultant shall provide backup for past and
current invoices that records hours for all Services by employee category and
reimbursable by category.
7.7 The City shall pay Consultant within forty-five (45) calendar days from receipt of
Consultant's proper statement.
7.8 Final payment of the Consultant upon Project completion must be approved by
the Mayor and City Commission.
ARTICLE 8. CONSULTANT'S ACCOUNTING RECORDS
8.1 Consultant shall keep such records and accounts and require any and all
Consultant and subconsultants to keep such records and accounts as may be
necessary in order to record complete and correct entries as to personnel hours
charged to the Project, and any expenses for which Consultant expects to be
reimbursed. All books and records relative to the Project will be available at all
reasonable times for examination and audit by City and shall be kept for a period
of three (3) years after the completion of all work to be performed pursuant to this
Agreement. Incomplete or incorrect entries in such books and records will be
grounds for CityOs disallowance of any fees or expenses based upon such entries.
All books and records which are considered public records shall, pursuant to
Chapter 119, Florida Statutes, be kept by Consultant in accordance with such
statutes.
ARTICLE 9. OWNERSHIP AND USE OF DOCUMENTS
9.1 Electronic files of all documents, including, but not limited to, tracings, drawings,
24
Neighborhood 13 - Venetian Islands
October 2002
estimates, specifications, investigations and studies completed or partially
completed, shall become the property of the City upon completion, termination, or
abandonment of the Project. Consultant shall deliver the above documents to the
City within thirty (30) days of completion of the Project, or termination of this
Agreement, or termination or abandonment of the Project. (Reference attached
Schedule "A" entitled "Scope of Services" for additional requirements).
9.2 Any re-use 0 f documents by City without written verification 0 r adaptation by
Consultant for the specific purpose intended will be without liability to
Consultant.
ARTICLE 10. TERMINATION OF AGREEMENT
10.1 DEFAULT AND RIGHT TO TERMINATE The City is a governmental entity
and is subject to the appropriation of funds by its legislative body in an amount
sufficient to allow continuation of its perfonnance in accordance with the terms
and conditions of this Agreement. In the event there is a lack of adequate funding
for the Project, the Project may be abandoned or terminated, and the City may
cancel this Agreement as provided for herein without further liability to the City.
10.2 TERMINATION FOR CAUSE The City may terminate this Agreement for
cause in the event that the Consultant (1) violates any provisions of this
Agreement or performs same in bad faith or (2) unreasonably delays the
performance of the Services, upon notice to the Consultant, in writing, seven (7)
days prior tot ermination. In the case 0 f termination b y the City for cause, the
Consultant shall be granted a thirty (30) day cure period after receipt of written
notification from the City.
10.2.1 In the event this Agreement is terminated by the City for cause, the City,
at its sole option and discretion, may take over the Services and complete
them by contracting with another consultant(s) or otherwise. In such event,
25
Neighborhood 13 - Venetian Islands
October 2002
the Consultant shall be liable to the City for any additional cost incurred
by the City due to such termination. "Additional Cost" is defined as the
difference between the actual cost of completion of such incomplete
Services, and the cost of completion of such Services which would have
resulted from payments to the Consultant hereunder had t he Agreement
not been terminated.
10.2.2 Payment only for Services satisfactorily performed by the Consultant and
accepted by the City prior to receipt of a Notice of Termination, shall be
made in accordance with Article 7 herein and the City shall have no
further liability for compensation, expenses or fees to the Consultant,
except as set forth in Article 7.
10.2.3 Upon receipt of a written Notice of Termination, the Consultant shall
promptly assemble and submit to the City, as provided herein or as
required in the written notice, all documents, including drawings,
calculations, specifications, correspondence, and all other relevant
materials affected by such termination.
10.2.4 In the event of a termination for cause, no payments to the Consultant
shall be made (1) for Services not satisfactorily performed and (2) for
assembly of submittal of documents, as provided above.
10.3 TERMINATION FOR CONVENIENCE The City, in addition to the rights
and options to Terminate for Cause, as set forth herein, or any other provisions set
forth in this Agreement, retains the right to terminate this Agreement, at its sole
option, at any time, for convenience, without cause and without penalty, when in
its sole discretion it deems such termination is in the best interest of the City,
upon notice to Consultant in writing fourteen (14) days prior to termination. In
the event City terminates Consultant's services for its convenience, as provided
herein, Consultant shall be compensated for all Services rendered up to the time
26
Neighborhood 13 - Venetian Islands
October 2002
of receipt of said written termination notice, and for the assembly and submittal to
the City of documents for the Services performed, in accordance with Article 7
herein, and the City shall have no further liability for compensation, expenses or
fees to the Consultant, except as set forth in Article 7.
10.4 TERMINATION BY CONSULTANT The Consultant may only terminate this
Agreement for cause in the event that the City willfully violates any provisions of
this Agreement or unreasonably delays payment for the Services, upon written
notice to the City, thirty (30) days prior to termination. In that event, payment for
Services satisfactorily performed by the Consultant and accepted by the City prior
to receipt of a Notice of Termination shall be made in accordance with Article 7
herein. In the case of termination by Consultant for cause, the City shall be
granted a thirty (30) day cure period after receipt of written notice from the
Consultant.
10.4.1 The Consultant shall have no right to terminate this Agreement for
convenience of the Consultant.
10.5 IMPLEMENTATION OF TERMINATION In the event of termination,
either for cause or for convenience, the Consultant, upon receipt of the Notice of
Termination, shall (I) stop the performance of Services under this Agreement on
the d ate and tot he extent specified in t he Notice 0 f Termination; (2) place no
further orders or subcontracts except for any that may be authorized, in writing,
by the City, prior to their occurrence; (3) terminate all orders and subcontracts to
the extent that they relate to the performance of the Services terminated by the
Notice of Termination; (4) promptly assemble and submit, as provided herein, all
documents for the Services performed, including drawings, calculations,
specifications, correspondence, and all other relevant materials affected by the
termination; and (5) complete performance of any Services as shall not have been
terminated by the Notice ofTerrnination, and as specifically set forth therein.
27
Neighborhood \3 - Venetian Islands
October 2002
10.6 NON SOLICITATION The Consultant warrants that it has not employed or
retained any company or person, other than an employee working solely for the
Consultant, to solicit or secure this Agreement; and that it has not paid, nor agreed
to pay any company or other person any fee, commission, gift or other
consideration contingent upon the execution 0 f t his Agreement. For breach 0 r
violation of this warranty, the City has the right to terminate this Agreement
without liability to the Consultant for any reason whatsoever.
ARTICLE 11. INSURANCE
11.1 The Consultant shall comply throughout the term of this Agreement with the
insurance requirements stipulated herein. It is agreed by the parties that the
Consultant shall not comnience with work on this Project until satisfactory proof
of the following insurance coverage has been furnished to the City. The
Consultant will maintain in effect the following insurance coverage:
(a) Architects and Engineers Professional Liability Insurance in the amount of
Two Million ($2,000,000.00) Dollars per occurrence, with a maximum deductible
of$150,000 per occurrence, $450,000 aggregate. Consultant shall notify City in
writing within thirty (30) days of any claims filed or made against the
Professional Liability Insurance Policy.
(b) Comprehensive General Liability Insurance In the amount of
$1,000,000.00 Single Limit Bodily Injury and Property Damage coverage for
each occurrence, which will include products, completed operations, and
contractual liability coverage. The City must be named as an additional insured
on this policy.
(c) Worker's compensation and employer's liability coverage within the
statutory limits of the State of Florida.
28
Neighborhood 13 - Venetian Islands
October 2002
11.2 The Consultant must give thirty (30) days prior written notice of cancellation or
of substantial modifications in the insurance coverage, to the City Manager.
11.3 The insurance must be furnished by an insurance company rated B+:VI or better,
or its equivalent, according to Bests' Guide Rating Book and must additionally be
furnished by insurance companies duly authorized to do business in the State of
Florida and countersigned by the company's Florida resident agent.
11.4 Consultant shall provide to City a Certificate of Insurance or a copy of all
insurance policies required above. City reserves the right to require a certified
copy of such policies upon request. All certificates and endorsements required
herein shall state that the City shall be given thirty (30) days notice prior to
expiration or cancellation of the policy.
ARTICLE 12. INDEMNIFICATION
12.1 In consideration of a separate and specific consideration of $10.00 and other good
and valuable consideration the receipt of which is hereby acknowledged, the
Consultant hereby agrees to indemnify, defend and hold the City and its
employees, agents and authorized representatives harmless with respect to any
and all costs, claims, damages and liability which may arise out of the
performance of this Agreement as a result of any negligent acts, errors or
omission of the Consultant, or the Consultant's subconsultants, or any other
person or entity under the direction or control of Consultant. The Consultant shall
pay all claims and losses arising out of Consultant's negligent acts, errors or
omissions and shall defend all suits, in the name of the City, its employees, agents
and authorized representatives when applicable, including appellate proceedings,
and shall pay all costs, judgments and attorneys' fees which may issue thereon.
29
Neighborhood 13 - Venetian Islands
October 2002
ARTICLE 13. VENUE
13.1 This Agreement shall be enforceable in Miami-Dade County, Florida, and iflegal
action is necessary by either party with respect to the enforcement of any or all of
the terms or conditions herein. Exclusive venue for the enforcement of same shall
lie in Miami-Dade County, Florida.
ARTICLE 14. LIMITATION OF LIABILITY
14.1 The City desires toe nter into t his Agreement 0 nly i fin sod oing the City c an
place a limit on City's liability for any cause of action for money damages due to
an alleged breach by the City of this Agreement, so that its liability for any such
breach never exceeds the amount of the fees for Services agreed upon under the
terms of the Agreement, less any amount(s) paid to Consultant thereunder.
Consultant hereby expresses its willingness to enter into this Agreement with
Consultant's recovery from the City for any damage action for breach of contract
to be limited to a maximum amount of the fee for Services agreed upon under the
terms of the Agreement, less the amount of all funds actually paid by the City to
the Consultant
Accordingly, and notwithstanding any other term or condition of this Agreement,
Consultant hereby agrees that the City shall not be liable to Consultant for
damages in an amount in excess of the amount of fee under any this Agreement,
which amount shall be reduced by the amount actually paid by the City to
Consultant for any action or claim for breach of contract arising out of the
performance or non-performance of any obligations imposed upon the City by
this Agreement. Nothing contained in this subparagraph or elsewhere in this
Agreement is in any way intended to be a waiver of the limitation placed upon
City's liability as set forth in Section 768.28, Florida Statutes.
30
Neighborhood 13 - Venetian Islands
October 2002
ARTICLE 15. MISCELLANEOUS PROVISIONS
15.1 The laws of the State of Florida shall govern this Agreement.
15.2 Equal Opportunity Emplovrnent and SDBE Goals: Consultant agrees that it will
not discriminate against any employee or applicant for employment for work
under this Agreement because of race, color, religion, sex, age, national origin,
disability or sexual orientation and will take affirmative steps to ensure that
applicants are employed and employees are treated during employment without
regard to sexual orientation, race, color, religion, sex, age, national origin, or
disability. This provision shall include, but not be limited to, the following:
employment upgrading, demotion 0 r transfer; recruitment a dvertising, layoff 0 r
compensation; and selection for training, including apprenticeships. Consultant
agrees to furnish City with a copy of its Affirmative Action Policy.
15.3 Public Entitv Crimes Act: In accordance with the Public Entity Crimes Act
(Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who
has been placed on the convicted vendor list following a conviction for a public
entity crime may not submit a bid on a contract to provide any goods or services
to the City, may not submit a bid on a contract with the City for the construction
or repair of a public building or public work, may not bids or leases of real
property to the City, may not be awarded or perform work as a contractor,
supplier, subcontractor, or subconsultant under a contract with the City, and may
not transact business with the City in excess of the threshold amount provided in
Section 287.017, Florida Statutes, for Category Two for a period of 36 months
from the date of being placed on the convicted vendor list. Violation of this
Section by Consultant shall result in cancellation and may result in ConsultantOs
debarment.
15.4 No Contingent Fee: Consultant warrants that it has not employed or retained any
company or person, other than a bona fide employee working solely for
Consultant, to solicit or secure this Agreement and that it has not paid or agreed to
31
Neighborhood \3 - Venetian Islands
October 2002
pay any person, company, corporation, individual or firm other than a bona fide
employee working solely for Consultant any fee, commission, percentage, gift, or
other consideration contingent upon or resulting from the award or making of this
Agreement. For the breach or violation of this provision, City shall have the right
to terminate the Agreement without liability at its discretion, to deduct from the
contract price, or otherwise recover, the full amount of such fee, commission,
percentage, gift, or consideration.
15.5 The Consultant represents that it has made and will make reasonable investigation
of all subconsultants to be utilized in the performance of work under this
Agreement to determine that they possess the skill, knowledge and experience
necessary to enable them to perform the services required. Nothing in this
Agreement shall relieve the Consultant of its prime and sole responsibility for the
performance of the work under this Agreement.
15.6 The Consultant, its consultants, agents and employees and sub contractors, shall
comply with all applicable Federal, State and County laws, the Charter, related
laws and ordinances of the City of Miami Beach, and with all applicable rules and
regulations promulgated by local, state and national boards, bureaus and agencies
as they relate to this Project.
15.7 This Agreement, or any interest herein, shall not be assigned, transferred or
otherwise encumbered by Consultant, under any circumstances, without the prior
written consent of City.
15.8 This document incorporates and includes all prior negotiations, correspondence,
conversations, agreements or understandings applicable to the matters contained
herein; and the parties agree that there are no commitments, agreements or
understandings concerning the subject matter of this Agreement that are not
contained in this document. Accordingly, the parties agree that no deviation from
the terms hereof shall be predicated upon any prior representations or agreements
32
Neighborhood 13 - Venetian Islands
October 2002
whether oral or written. It is further agreed that no modification, amendment or
alteration in the terms or conditions contained herein shall be effective unless
contained in a written document executed with the same formality and of equal
dignity herewith.
ARTICLE 17. NOTICE
17.1 All written notices given to City by Consultant shall be addressed to:
City Manager's Office
c/o Assistant City Manager Robert C. Middaugh
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
With a copy to:
Capital Projects Coordinator
Capital Improvements Project Office
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
and
Raul J. Aguila, Esq.
Office of the City Attorney
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
All written notices given to the Consultant from the City shall be addressed to:
33
Neighborhood 13 - Venetian Islands
October 2002
Luis Olivares, P.E.
Edwards and Kelcey
7300 North Kendall Drive, Suite 400
Miami, Florida 33156
All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by
certified mail, return receipt requested.
34
Neighborhood 13 - Venetian Islands
October 2002
IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be
signed in their names by their duly authorized officers and principals, attested by their
respective witnesses and City Clerk on the day and year first hereinabove written.
Attest
CITY OF MIAMI BEACH
~6 rM~
MAYOR
CITY CLERK
Witness
CONSULTANT
(~10 C-
Signatur
Signature
fA.f l!!:AJ 0'1' rl4 K..IL
Print Name
L(//~ tJ~/&I"" '2ar"'5'. /e~~'~€Nr
Print Name and Title
Witness
Signature
35
Print Name and Title APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
~ 11_ "2- r;-P?--
~ Datil
Print Name
Neighborhood 13 - Venetian Islands
October 2002
SCHEDULE A
PROFFESIONAL SERVICES AGREEMENT BETWEEN
THE CITY OF MIAMI BEACH
AND
EDWARDS AND KELCEY
SCOPE OF SERVICES
36
SCHEDULE A
CITY OF MIAMI BEACH, FLORIDA
RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM
SCOPE OF AlE CONSULTANT SERVICES
CONSULTANT: Edwards and Kelcev
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 1 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
MB:4013BC001.doc
Page 1 of 48
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 deliverables from the various A/Es and Contractors, along with proposed
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.
This scope of services refers to CONSULTANT planning (Task 1), design (Task 2), bidding
(Task 3) and construction administration (Task 4) services specifically related to Neighborhood
No. - 13 South and Venetian Islands. Improvements may consist of stormwater enhancements,
water main replacements and streetscape elements to meet the needs of the community. This
neighborhood consists of the Star, Palm, Hibiscus, Belle, Rivo Alto, Di Lido and San Marino
Islands. The Star, Palm and Hibiscus Islands are not included in this scope of services and are
referred to within the Program as Bid Package 13 A. Also, the Venetian Causeway right-of-way
is not included in this scope of services. The Venetian Causeway right-of-way improvements
are referred to as the Bid Package 13 D improvements.
A general map of the neighborhood is attached as Exhibit A.
The CITY has initiated the planning and design of the various improvements to the Venetian
Islands. Certain work components from the previous effort have been initiated and the status of
each is estimated as follows:
. Raster Aerial Photogrammetry
100% Complete
. Final Survey
75% Complete
. Design Development
100% Complete
. Construction Documents
35% Complete (Venetian Islands)
55% Complete (Belle Isle)
. Permitting
Pre-Application
DERM
Meetings
with
. Public Meetings
Attended Planning Level Meetings
. Utility Conversions
40% Complete
MB:4013BC001.doc
Page 2 of 48
. Geotechnical Evaluations
75% Complete
The CITY has decided to revise the work performed to-date to more accurately reflect the level
of effort required for the revised construction budget. The work has been executed based on
the premise that two bid packages will be prepared and bid I constructed as two separate
packages.
SCOPE OF SERVICES
In general, CONSULTANT shall furnish design, bid, award and construction administration
services for two proposed Bid Packages, as follows:
Bid Package 13 B: Belle Isle Right-of-way and Park Improvements
The purpose of the Venetian Islands (Belle Isle) Neighborhood Improvements is to
provide for the restoration and enhancement of the neighborhood's streets to meet the
needs of the community. This project will coordinate streetscape work with restoration
and enhancement of the neighborhood's potable water and storm drainage
infrastructure. The Belle Isle Area is generally comprised of high-density, multi-family
structures and a public parle The CITY has held community workshop meetings with
residents to determine their needs. As a result, the scope of work may include the
following:
Streetscape I Right-of-way Components
. Enhanced landscaping I irrigation and street lighting consistent with
community preferences and project budget limitations. .
. Repair, extension or widening of sidewalks to comply with ADA - Title III
. Upgrade of existing water infrastructure to meet the City's Water Master Plan
standards. Approximately 1,175 linear feet of water main I service
replacement are to be anticipated in the CONSULTANT's scope of services.
. Asphalt milling I resurfacing and pavement markings to meet vehicular and
pedestrian traffic requirements.
MB:4013BC001.doc
Page 3 of 48
. Pedestrian accessways or crosswalks and traffic calming features, consistent
with the intent of the existing drawings.
. Improved stormwater drainage collection and disposal infrastructure
consistent with the intent of the Venetian Islands Master Plan and Miami-
Dade Department of Environmental Resource Management (DERM)
requirements.
. Revisions to the proposed landscape tree palette and spacing
Belle Isle Park Components
. Incorporation of the Belle Isle Park contract documents into Bid Package 13
B. This will require that the CITY provide the CONSULTANT with the
electronic files of the Belle Isle Park project to finalize the design, permitting
and administer construction services as noted in subsequent T asks of this
Scope of Services. The Belle Isle Park contract documents are currently
estimated at a 50% design completion stage level.
. Revise the existing hardscape I landscape I irrigation plans to reflect the
CONSULTANT's design concept for the Park and the perimeter of the
existing sanitary sewer pumping station. CONSULTANT's proposed design
concept shall reflect the CITY's requests I revisions.
The project design team will be responsible for coordinating with the Miami-Dade
County Public Works Department, the Florida Department of Transportation,
Miami-Dade DERM and others as made necessary by the proposed
improvements. I n addition, the CONSULTANT shall coordinate its efforts with
the proposed Belle Isle Park Pump Station Improvements and sanitary sewer
construction along Farrey Lane.
Total construction costs budgeted for the right-of-way components of this Bid
Package approximate $5,492,807, and $420,300 for the Belle Isle Park
Improvements. These construction budgets include a 10% construction change
order contingency. The total construction costs associated with the
MB:4013BC001.doc
Page 4 of 48
neighborhood are funded from the General Obligation, Water and Wastewater
and Stormwater Revenue Bond Series, as follows:
Funding Source Amount
General Obligation $442,999
Water I Sewer $1,181,372
Stormwater $3,868,436
Park $420,300
Total $5,913,107
Bid Package 13 C: Rivo Alto, DiLido and San Marino Island Right-of-way
Improvements
The purpose of the Venetian Islands (Rivo Alto, DiLido and San Marino Islands)
Neighborhood Improvements is to provide for the restoration and enhancement
of the neighborhood's streets to meet the needs of the community. This project
will coordinate streetscape work with restoration and enhancement of the
neighborhood's potable water infrastructure. The Rivo Alto, DiLido and San
Marino Islands are generally comprised of single-family structures. The CITY
has held community workshop meetings with residents to determine their needs.
As a result, the scope of work may include the following:
Rivo Alto Island
. Upgrade of existing water infrastructure to meet the intent of the City's
Water Master Plan standards. Approximately 2,250 linear feet of
galvanized water main (2-inch or 4-inch diameter) I service replacement
are to be anticipated in the CONSULTANT's scope of service within the
Rivo Alto Island.
. Asphalt milling I resurfacing to enhance existing stormwater collection.
MB:4013BC001.doc
Page 5 of 48
. Miscellaneous "targeted" stormwater improvements generally limited to
paving improvements in and around existing stormwater collection
structures.
. Applicable pavement markings and traffic signage.
. Pedestrian accessways, sidewalks, sidewalk extensions and handicap
access ramps consistent with the Venetian Islands Master Plan and
community preferences.
. Incorporation of traffic calming features, consistent with the Venetian
Islands Master Plan and community preferences.
. Enhanced landscaping in the form of swale plantings, landscaping infill
and I or landscaping uplighting consistent with community preferences.
. Street lighting consistent with community preferences.
. Entry feature identifying island name with specialty landscaping and
landscaping uplighting consistent with community preferences.
Di Lido Island
. Upgrade of existing water infrastructure to meet the intent of the City's
Water Master Plan standards. Approximately 750 linear feet of
galvanized water main (2-inch or 4-inch diameter) I service replacement
are to be anticipated in the CONSULTANT's scope of service within the
Di Lido Island.
. Asphalt milling I resurfacing to enhance existing stormwater collection.
. Miscellaneous "targeted" stormwater improvements generally limited to
paving improvements in and around existing stormwater collection
structures.
. Applicable pavement markings and traffic signage.
MB:4013BC001.doc
Page 6 of 48
. Pedestrian accessways, sidewalks, sidewalk extensions and handicap
access ramps consistent with the Venetian Islands Master Plan and
community preferences.
. Incorporation of traffic calming features, consistent with the Venetian
Islands Master Plan and community preferences.
. Enhanced landscaping in the form of swale plantings, landscaping infill
and I or landscaping uplighting consistent with community preferences.
. Street lighting consistent with community preferences.
. Entry feature identifying island name with specialty landscaping and
landscaping uplighting consistent with community preferences.
. Residents are considering a special assessment district for underground
electric, cable and telephone service to convert the existing overhead
services to underground facilities on Di Lido Island. Should the special
assessment be approved by the residents of Di Lido Island, the
CONSULTANT's scope of services shall be amended to include the
necessary coordination of proposed infrastructure to accommodate the
burial of overhead facilities within the right-of-way I utility easement during
the design phase. Such effort shall include coordination of electrical duct
bank details, plan view routing of same, and transformer locations as
provided by the CITY I FPL, into the CONSULTANT's contract documents
to illustrate existing I proposed FPL improvements. As a base service
under this scope, CONSULTANT shall consult with FPL representatives
to identify a corridor to include the proposed routing of an underground
ductbank in its documents.
San Marino Island
. Upgrade of existing water infrastructure to meet the intent of the City's
Water Master Plan standards. Approximately 1,500 linear feet of
galvanized water main (2-inch or 4-inch diameter) I service replacement
MB:4013BC001.doc
Page 7 of 48
MB:4013BC001.doc
Page 8 of 48
are to be anticipated in the CONSULTANT's scope of service within the
San Marino Island.
. Asphalt milling I resurfacing to enhance existing stormwater collection.
. Miscellaneous "targeted" stormwater improvements generally limited to
paving improvements in and around existing stormwater collection
structures.
. Applicable pavement markings and traffic signage.
. Incorporation of traffic calming features, consistent with the Venetian
Islands Master Plan and community preferences.
. Enhanced landscaping in the form of s wale plantings, landscaping infill
and I or landscaping uplighting consistent with community preferences.
. Street lighting consistent with community preferences.
. Entry feature identifying island name with specialty landscaping and
landscaping uplighting consistent with community preferences.
. Residents are considering a special assessment district for underground
electric, cable and telephone service to convert the existing overhead
services to underground facilities on San Marino Island. Should the
special assessment be approved by the residents of San Marino Island,
the CONSULTANT's scope of services shall be amended to include the
necessary coordination of proposed infrastructure to accommodate the
burial of overhead facilities within the right-of-way / utility easement during
the design phase. Such effort shall include coordination of electrical duct
bank details, plan view routing of same, and transformer locations as
provided by the CITY I FPL, into the CONSULTANT's contract documents
to illustrate existing I proposed FPL improvements. As a base service
under this scope, CONSULTANT shall consult with FPL representatives
to identify a corridor to include the proposed routing of an underground
duct bank in its documents.
The project design team will be responsible for coordinating with the Miami-Dade
County Public Works Department, the Florida Department of Transportation,
Miami-Dade DERM, and others as made necessary by the proposed
improvements.
Total construction costs budgeted for this Bid Package approximate $3,961,114,
and include a 10% construction change order contingency. The total
construction costs associated with the neighborhood are funded from the
General Obligation, Water and Wastewater and Stormwater Revenue Bond
Series. The total construction costs associated with the neighborhood as follows:
Funding Source Amount
General Obligation $2,956,118
Other $315,651
Water I Sewer $689,345
Stormwater $0
Total $3,961,114
Note that services discussed under the following Tasks are applicable to both Bid Package 13 B
and 13 C as separate and distinct construction documents. Planning services are to be
provided for Bid Package 13 Conly.
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 the CITY has prepared a Master Plan for improvements for each
Island and the Causeway. Current funding limitations do not allow for the implementation of the
identified improvements. Therefore, the CITY would like to re-visit the planning phase of this
project with neighborhood residents to review the concepts previously p resented a nd a greed
MB:4013BC001.doc
Page 9 of 48
upon with the residents. These master plan improvements shall be identified as the unfunded
improvements.
The planning scope for this project is different from the other Program neighborhoods. It is
anticipated that the CONSULTANT shall visit the site, review the Master Plan and previous work
products, and present a revised conceptual plan that meets the existing budget limitations. The
City has met previously with neighborhood representatives to review the Master Plan
improvements and have identified certain items t hat are to be considered. These items are
noted in the previously mentioned bid package descriptions. The descriptions provided are not
considered all encompassing but provide the CONSULTANT with a starting point to base its
conceptual design upon. The Purpose of the Community Design Workshop(s) will be to
present the information prepared by the CONSULTANT and solicit input from the community
and obtain concurrence. Solicited input shall be reviewed by the CONSULTANT and
incorporated, with CITY approval, into the CONSULTANT's work product. If required, a second
Community Design Workshop will be held to present the revised plan and to gain the consensus
of the community. Based on the results of the Community Design Workshop(s), 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 t he accepted design concept, budget level cost estimate and
implementation schedule as noted in 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 lor PROGRAM MANAGER. CONSULTANT's compensation is based
upon providing planning services for Bid Package Conly.
Task 1.1 - Proiect Kick-Off Meetinq: 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). CONSULTANT shall prepare draftmeeting minutes and forward them to
PROGRAM MANAGER for review and comments. CONSULTANT shall finalize and distribute,
accordingly.
MB:4013BC001.doc
Page 10 of 48
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: CONSULTANT shall attend a reconnaissance
site visit. The site visit will be attended by CITY staff and project area representatives. This will
facilitate CONSULTANT's understanding of the project area needs. CITY shall also provide a
copy of the Venetian Island Master Plan and previous work product(s) for CONSULTANT's
review.
Based on the results of the site visit, master plan and work product review, CONSULTANT shall
assemble reference images for Rivo Alto, Di Lido and San Marino Islands identifying alternative
streetscape treatments I plans that the project will follow. The CONSULTANT is advised that
the CITY's previous work product may be utilized and these work product(s) may require
revision(s) by the CONSULTANT. In addition, CONSULTANT shall prepare preliminary
"budget" level cost estimates (+30%, -15% as defined by the American Association of Cost
Engineers) for each work component indicating opinions of probable cost. Estimates shall
present costs by category types (Le. underground utility construction, 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.
Deliverables:
- Attend reconnaissance project site visit
- Develop reference images based upon existing Master Plan and
site investigations
- Develop "budget" level cost estimates
Schedule:
- Within 30 working days of completion of Task 1.1 services.
Task 1 .3 - Attend" Visionlna" Session: A fter conducting the project site visit, developing
reference images 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 to prepare for the Community
Design Workshops. Issues to be discussed s hall include the proposed project elements (Le.
stormwater, streetscape, landscaping, electrical, etc.) budget and schedule. CONSULTANT
MB:4013BC001.doc
Page 11 of 48
shall prepare draft meeting minutes and forward them to PROGRAM MANAGER for review and
comments. CONSULTANT shall finalize and distribute, accordingly.
Dellverables:
- Attend "Visioning" session with representatives f rom CITY and
PROGRAM MANAGER.
Schedule
- Within 5 working days of Task 1.2 completion.
Task 1.4 - Review Meetina Prior to Community Desian Workshop: After conducting the
project site visit, developing reference images and cost estimates, 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
first of two Community Design Workshops. CONSULTANT shall prepare draft meeting minutes
and forward them to PROGRAM MANAGER for review and comments. CONSULTANT shall
finalize and distribute, accordingly. .
Deliverables:
- Meet with representatives of CITY and PROGRAM MANAGER
during work performed for Task 1.1 through 1.3.
Schedule
- Through completion of Task 1.1 through 1.3.
Task 1.5 - Community Desian Workshops: The intent of the design workshops is to have the
CONSULTANT present the proposed improvements (general obligation, water and stormwater
components) to the community and achieve consensus with the community. To this end, one
community workshop shall be conducted. CITY will schedule, find locations for, and notify
residents of all such meetings. CONSULTANT shall prepare all materials for presentation at the
workshop. At a minimum, these shall include presentation materials, "full size" specialty
graphics which depict the proposed improvements, a summary of cost estimates, workshop
agendas, resident comment cards and requisite copies of each. CONSULTANT shall prepare
draft meeting minutes and forward them to PROGRAM MANAGER for review and comment.
CONSUL TANTshall 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 - This workshop is intended to
provide community residents with a review of the proposed project scope and budget for
each island. CONSULTANT shall also present the proposed schedule and create a
consensus plan with community concurrence. CONSULTANT shall prepare full size
MB:4013BC001.doc
Page 12 of 48
presentation graphics illustrating existing conditions proposed project components
developed under Tasks 1.2 and 1.3. In addition, graphics 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
plan for proposed improvements to attendees. CITY and PROGRAM MANAGER staff
will also attend these meetings, and assist CONSULTANT with responses to resident
questions, as they pertain to CITY related issues. 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.
CONSULTANT shall prepare draft meeting minutes and forward them to PROGRAM
MANAGER for review and comments. CONSULTANT shall finalize and distribute,
accordingly.
Deliverables:
- Prepare materials, attend and conduct Community
Design Workshop No. 1
Schedule:
- Within 30 working days after completion of Task 1.4
Task 1.5.2 Community Design Workshop No.2 - If required, the CITY shall authorize'
the CONSULTANT to prepare and attend a second workshop to present community
residents with a revised plan of improvements for each island, budget and schedule
based on the input received during Workshop No. 1. 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 second Community Design Workshop. CONSULTANT shall prepare draft
meeting minutes and forward them to PROGRAM MANAGER for review and comments.
CONSULTANT shall finalize and distribute, accordingly. CONSULTANT shall prepare
full size presentation graphics illustrating the proposed plan of improvements, along with
a summary of probable costs for the improvements and the workshop agenda. "Budget"
level cost estimates shall be +30%, -15% as defined by the American A ssociation 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
MB:4013BC001.doc
Page 130f48
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. CONSULTANT shall
prepare draft meeting minutes and forward them to PROGRAM MANAGER for review
and comments. CONSULTANT shall finalize and distribute, accordingly.
CONSULTANT shall be compensated for this sub-task as an additional service.
Deliverables:
- Prepare materials, attend pre-Community Design
Workshop, attend and conduct Community Design
Workshop NO.2.
- Within 20 working days after completion of Task 1.5.1, if
required.
Schedule:
Task 1.6 - Basis of Desio" Report (DRAFTI: CONSULTANT shall prepare a draft Basis of
Design Report (BOOR) presenting the results of the Community Design Workshop(s) and final
design plan. The BOOR will include a summaryoffindings and exhibit(s) illustrating all proposed
improvements under the current phase of the project, inclusive of water, stormwater,
streetscape and landscape. Where required, CONSULTANT shall designate a corridor for
routing proposed underground improvements. 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:
. Executive Summary summarizing the contents of the BOOR
. Existing conditions of each island to be improved.
. 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 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.
MB:4013BC001.doc
Page 14 of 48
. A discussion of existing right-of-way encroachments, including the extent and
locations of such.
. A "budger level cost estimate prepared in conformance with format provided by
PROGRAM MANAGER. Estimates shall be provided for both current (funded) and
future (unfunded) improvements. 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 BOOR to reflect such issues accordingly.
. A schedule for implementing the Project by phases (Le. design, bid, award,
construction) including critical issues and the time period allowed for resolving
each issue.
. Discussion regarding permitting authorities having jurisdiction over Project and
provide a list of permits typically retained by the Owner and I or Contractor.
Unique and I or special permitting requirements shall be identified as well as
permitting fees.
The draft BOOR shall be provided to the PROGRAM MANAGER for initial review and
comments and shall contain the following sections, as a minimum: Executive Summary,
Purpose and Scope, Existing Conditions, Funded Improvements and Unfunded Plan.
Deliverables:
- Prepare 25 copies of the draft BOOR.
Schedule:
- Within 35 working days from completion of Community
Design Workshop No.2, if required.
Task 1.7 - Review of BOOR with CITY Departments: CONSULTANT shall meet to receive,
present and review the draft BOOR with the following CITY Departments I review entities:
. City of Miami Beach Parks and Recreation Department
. City of Miami Beach Neighborhood Services
. City of Miami Beach Planning Department
. City of Miami Beach Public Works Department
MB:4013BC001.doc
Page 15 of 48
. City of Miami Beach Police and Fire Department
. City of Miami Beach Parking Department
. City of Miami Beach Building Department
The draft BODR will be forwarded to the CITY Departments identified herein. Comments will be
solicited from the various Departments and forwarded to the CONSULTANT for review I
comment I incorporation. It is anticipated that the CONSUL T ANT shall attend a meeting with
the various Department representatives to review the various Department comments. CITY and
PROGRAM MANAGER shall attend the noted review meeting 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
concerning the acceptability of the proposed design concepts a nd CONSULTANT's a bility 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
BODR, as agreed with CITY and PROGRAM MANAGER, within ten (10) working days of
receipt of comments, unless agreed to otherwise with PROGRAM MANAGER. CONSULTANT
shall draft meeting minutes and forward them to PROGRAM MANAGER, for comments.
CONSULTANT shall finalize and distribute accordingly. Upon incorporating the comments
received from the various CITY Departments, CONSULTANT shall revise its draft BODR for
presentation to the following review entities:
. City of Miami Beach General Obligation (G.O.) Bond Oversight Committee
. City of Miami Beach City Commission
Deliverables:
- Attend BODR review meetings.
- Prepare draft I final meeting minutes.
- Address comments and revise BODR accordingly.
Schedule:
- Within 30 working days of draft BODR completion.
MB:4013BC001.doc
Page 16 of 48
Task 1.8 - Final Basis of Desian ReDort: CONSULTANT shall prepare a final BODR based on
comments and revisions implemented during the reviews with the various CITY Departments I
review entities. The final BODR will serve as the basis for development of detailed design
documents as discussed in Task 2.
Deliverables:
- Prepare 25 copies of a final BODR.
Schedule:
- Within 10 working days after completion Task 1.7.
Task 1.9 - Additional Review Meetinas:
CONSULTANT shall attend and participate in up to two (2) review meetings with those agencies
I committees requesting revisions and I or other meetings requested by the CITY to attend.
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 for review of contract documents with jurisdictional permitting agencies prior to
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
for posting on the program website. CONSULTANT shall provide the electronic files for the
front-end documents, technical specifications, and construction drawings in MS-Word, AutoCAD
and I or Adobe Acrobat file format.
Task 2.1 - Field Verification of Existina 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 Professional Land Surveyor
in the State of Florida and shall meet the minimum technical standards identified in Chapter
MB:4013BC001.doc
Page 170'48
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 100-foot stations,
and identify right-of-way monuments and sectionalized land comers. 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 government County
monuments to vertical circuit and shall take cross sections at 1 DO-foot intervals
along project corridor. The benchmarks shall be derived from existing government
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 25-foot right-of-way offset,
encroachments (both natural and built-in), etc.
. CONSULTANT shall locate and identify all the existing surface improvements I
topographic features that are visible along the corridor, such as the following:
. existing valve boxes, water I electrical meter boxes, electrical pull boxes,
telephone I cable risers, fences, hydrants, etc.
. aboveground and underground utilities, invert elevations of accessible
underground utilities, wood I 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 I height,
landscaping plant materials and driveway construction materials.
MB:4013BC001.doc
Page 18 of 48
Landscaping materials with a trunk diameter greater than 6 - inches in
diameter shall be identified.
. Corridor to be surveyed includes all of the CITY public rights-of-way within
Rivo Alto, Di Lido, San Marino and Belle Islands.
. Survey limits shall include the entire right-of-way and an additional overlap of
25-feet on either side of the right-of-way.
. 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 Company
. BellSouth
. Miami-Dade Water and Sewer Authority
. Charter Communications
. Natural Gas
. Others as deemed necessary by CONSULTANT
MB:4013BC001.doc
Page 19 of 48
CONSULTANT shall also request information regarding proposed improvements by each
agency. 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 or a scale that better suits the project requirements. CONSULTANT shall
illustrate proposed water and stormwater utility improvements on the base maps. 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. 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 50 working days after Task 2 - Design Phase
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. CONSULTANT shall supplement design documents with the
necessary details to provide CITY with a complete work product. All drawings shall be prepared
using AutoCAD Version 14 software with a layering system as directed by PROGRAM
MANAGER. Detail design exclusions are as follows:
Bid Package 13 B: Belle Isle ROWand Park Improvements
~ Island Avenue design section changes I realignment after the Community Design
Review Meeting.
. Horizontal modifications of the right-of-way cross section after the Community
Design Review Meeting, Le., sidewalk widening.
. Design efforts associated with the Belle Isle Park hardscape I landscaping
drawings due to material changes to the contract documents as requested by the
CITY after the Community Design Review meeting.
· Entry feature design.
MB:4013BC001.doc
Page 20 of 48
. Design efforts associated with re-design of the proposed drainage system as
illustrated on the Venetian Causeway Community Enhancements Streetscape
Improvements drawings dated March 2001 as prepared by Urban Resource
Group.
Bid Package C - Rivo Alto, DiLido and San Marino Island Right-of-way Improvements
· Design services for undergrounding of utilities.
· Design changes due to undergrounding of utilities.
· Island entry features developed during the planning effort.
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
FOOT standard specifications and including same in the detail design documents.
CONSULTANT may provide sections that CONSULTANT may require, not already provided
through CITY standards, 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.
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 requirements for Supplementary
General Conditions shall be subject to review and acceptance by CITY.
CONSULTANT shall attend monthly progress meetings with CITY and PROGRAM MANAGER
staff. CONSULTANT shall maintain a design progress schedule update form as provided by the
PROGRAM MANAGER. CONSULTANT shall update the schedule update form and review
project status at each monthly 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. Note that two
separate bid packages shall be prepared.
MB:4013BC001.doc
Page 21 of 48
Bid Package 13 B: Belle Isle ROWand Park Improvements
. 50% design completion stage documents have been prepared and submitted for
the Bid Package 13B: Belle Isle project. These documents will be considered the
baseline from which additional completion milestones will be based upon for Bid
Package 13B. The CONSULTANT will gather and incorporate new survey and
underground utility verification data as noted in Task 2.1, into its contract
documents. Note that all proposed improvements shall be identified in plan view
at a scale of 1-inch equals 20 feet. A key map shall also be provided which
illustrates the relationship between the drawings and their respective location
within the neighborhood.
. CONSULTANT shall revise the proposed landscaping plan along the Island
Avenue North and South right-of-way with respect to proposed landscaping tree
species and spacing.
. In addition, the CONSULTANT will incorporate the Belle Isle Park contract
documents, prepared by the Rosenberg Design Group and currently at an
estimated 50% design completion stage level, into its contract document set.
CITY representatives have stated a need to consider some revision to the 50%
plans such as, the incorporation of a central focal point accessible by walkways;
change in the type of landscape material and location of proposed landscaping;
shifting in the alignment of proposed walkways and plazas; reduction in the
quantity of proposed dog walk areas; and reconsideration of the proposed
drainage scheme.
. Under this arrangement, CONSULTANT shall revise the existing hardscape /
landscape / irrigation design concept to reflect the CONSULTANT's proposed
design concept. CITY representatives have indicated that a hardscape feature
such as a pedestrian accessway from all four comers of the park be incorporated
into the proposed plans. The four pedestrian accessways shall initiate at the
public right-of-way at each corner of the park and meet at the center of the park.
The CONSULTANT shall propose a central feature for the four pedestrian
accessways to meet. The central feature should provide an area for residents to
gather and I or sit and can include a specialty landscaping concept.
MB:4013BC001.doc
Page 22 of 48
CONSULTANT shall meet with CITY representatives to develop a design
concept.
. 60% design completion shall consist of upgrading the 50% documents to include
all survey I base map data as identified in Task 2.1. A key map shall also be
provided which illustrates the relationship between the drawings and their
respective location within the neighborhood. In addition, the 60% drawings shall
also include plan and profile views 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 noted in Task 2.1. This set of documents
shall be the basis for presenting the status of the project to the community during
the initial Community Design Review Meeting. 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 "Budgef level opinion of probable cost as
defined by the American Association of Cost Engineers with the submittal.
CONSULTANT shall provide a tabulation of encroachments within the public
right-of-way. The tabulation shall be presented in a format that identifies those
encroachments that exist within the right-of-way a nd do not require removal in
order to construct the project and those encroachments required to be removed
in order to implement the project components. This tabulation shall include, at a
minimum, description of the encroachment, location (block I lot number or
physical address), photograph identifying the encroachment and a justification I
reason why the encroachment must be removed (to be provided only for those
encroachments required to be removed to implement the project components).
. 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 the Belle Isle Right-of-way
and Park Improvements. CONSULTANT shall provide detailed construction
sequencing restrictions with its submittal. In addition, CONSULTANT shall
provide its "Definitive" level opinion of probable cost as defined by the American
Association of Cost Engineers with the submittal. Reference Task 2.4,
accordingly.
MB:4013BC001.doc
Page 23 of 48
. 100% design completion, shall consist of the 90% documents updated to include
all c onstructability and design review comments as may be provided by C ITV,
PROGRAM MANAGER and I or jurisdictional regulatory review agencies.
Bid Package 13 C: Rlvo Alto, DIUdo and San Marino Island Right-of-way
Improvements
. 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 plan view at 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. CONSULTANT shall provide
a tabulation of encroachments within the public right-of-way. The tabulation shall
be presented in a format that identifies those encroachments that exist within the
right-of-way and do not require removal in order to construct the project and
those encroachments required to be removed in order to implement the project
components. This tabulation shall include, at a minimum, description of the
encroachment, location (block I lot number or physical address), photograph
identifying the encroachment and a justification I reason why the encroachment
must be removed (to be provided only for those encroachments required to be
removed to implement the project components).
. 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. Note
that all proposed improvements shall be identified in plan view at a scale of 1-
inch equals 20 feet. A key map shall also be provided which illustrates the
relationship between the drawings and their respective location within the
neighborhood. 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.
MB:4013BC001.doc
Page 24 of 48
. 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.
. 100% design completion shall consist of the 90% documents updated to include
all constructability and design review comments as may be provided by CITY,
PROGRAM MANAGER and/or jurisdictional review agency.
Deliverables: - F or Bid Package 13 B: furnish ten (10) sets of 60, 90 and 100
percent completion stage documents to PROGRAM
MANAGER, as applicable
_ F or Bid Package 13 C: furnish ten (10) sets of 30, 60, 90 and
100 percent completion stage documents to PROGRAM
MANAGER, as applicable.
_ Prepare and update project schedule, on a monthly basis.
_ A ttend monthly progress meetings with CITY and PROGRAM
MANAGER staff.
Schedule:
_ Complete 60 percent Bid Package 13 B documents within 76
working days after Task 2 - Design Phase Notice to Proceed.
_ Complete 90 percent Bid Package 13 B documents within 96
working days after Task 2 - Design Phase Notice to Proceed.
_ Complete 1 00 percent Bid Package 13 B documents within 116
working days after Task 2 - Design Phase Notice to Proceed.
_ Complete 30 percent Bid Package 13 C documents within 65
working days after the Task 2 - Design Phase Notice to
Proceed.
MB:4013BC001.doc
Page 25 of 48
. Complete 60 percent Bid Package 13 C documents within 86
working days after Task 2 - Design Phase Notice to Proceed.
-Complete 90 percent Bid Package 13 C documents within 146
working days after Task 2 - Design Phase Notice to Proceed.
-Complete 100 percent Bid Package 13 C documents within 176
working days after Task 2 - Design Phase Notice to Proceed.
Task 2.2.1 . Geotechnical Evaluation
CITY has previously perfomed a geotechnical evaluation along certain corridors of the project
area. The intent of this task is for the CONSULTANT to augment the existing information with
recent investigations. Details of the CONSULTANT's additional test(s) and lor analyses are
identified in task 6.4.
Task 2.3 - Desian I Constructabilltv Review:
To verify that all design review meeting comments have been addressed and design standards
have been followed, PROGRAM MANAGER shall perform reviews of all design project
documents, inclusive of cost estimates, as follows:
. Bid Package 13 B: At the intermediate (60 percent completion) and near final (90
percent completion) design stage.
. Bid Package 13 C: At the 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. These documents will be furnished as bound8-1/2-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) back to CONSULTANT within 15 working days of
receipt. Following receipt of comments by CONSULTANT, a meeting shall be scheduled
between CITY, CONSULTANT and PROGRAM MANAGER, to discuss the requirements, intent
and review 0 f comments. CONSUL T ANT shall respond a nd to address how each comment
was resolved. Such written response shall be prepared and submitted to PROGRAM
MB:4013BC001.doc
Page 26 of 48
MANAGER, for acceptance, within 10 working days after the review session. CONSULTANT
shall revise documents to include review comments accordingly, to the satisfaction of the CITY.
In addition, PROGRAM MANAGER shall perform constructability reviews of the design
documents relative to value, construction sequencing and bid format. These reviews shall be
based upon 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 intent of this
scope item is to advise the CONSULTANT of the PROGRAM MANAGER's role during the detail
design phase. 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.
Deliverables:
Fumish ten (10) sets of the 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 176.-working day Design
Phase 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
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-
MB:4013BC001.doc
Page 27 of 48
1/2-inch by 11-inch size. Based upon CONSUL T ANT'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:
- Furnish ten (10) sets of 60, 90 and 100 percent
completion stage cost estimates to PROGRAM
MANAGER.
- Attend meetings with CITY and PROGRAM MANAGER
staff to review and discuss cost estimates.
Schedule:
- Complete concurrently with 176-working day Design
Phase schedule.
Task 2.5 - Community Desian Review Meetinas
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 per Bid Package. Meetings will be scheduled at the 60% and 90% design
points for Bid Packages 13 Band 13 C.
Task 2.6 . Document Revisions:
Based upon the input provided by the residents, CONSULTANT shall incorporate the necessary
contract document revisions, 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:4013BC001.doc
Page 28 of 48
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 conceming the permittability 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:
. United States Environmental Protection Agency
. U.S. Army Corps of Engineers
. Florida Department of Transportation
. Florida Department of Environmental Protection
. South Florida Water Management District
. Miami-Dade Water and Sewer Authority
. Miami-Dade Department of Public Works
. Miami-Dade Department of Health and Rehabilitative Services
. Miami-Dade Department of Environmental Resource Management
. 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.
Deliverables:
Correspond with noted jurisdictional authorities to
establish permitting requirements.
Revise documents and respond to permitting inquiries
as required.
MB:4013BC001.doc
Page 29 of 48
Attend meetings with CITY and PROGRAM
MANAGER staff to review and discuss permitting
status.
Schedule:
Complete concurrently with 176-working day Design
Phase schedule.
Task 2.8 - Consultant QA/QC of Deslan Documents:
CONSULTANT shall establish and maintain an in house Quality Assurance / Quality Control
(QAlQC) program designed to verify and ensure the quality, clarity, completeness,
constructability and bid-ability of its contract documents. CONSULTANT shall provide CITY
and PROGRAM MANAGER with a written narrative detailing the QAlQC program tasks and
how it is to be implemented over the course of this project. The CITY and/or PROGRAM
MANAGER, at its discretion may require that CONSULTANT attend meetings to review the
status and present results of its QAlQC efforts. Items to be addressed may include, but shall
not be limited to, review of specifications by respective technical experts and a "Red i-check"
type review of the documents to identify conflicts and inconsistencies between the various
disciplines.
TASK 3 -BIDDING AND AWARD SERVICES
Task 3.1 - Construction Contract Document Review
CONSULTANT shall assist CITY in bidding and award of each construction 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 non-technical
review responsibility for the Construction Contract Documents. CONSULTANT shall assist
PROGRAM MANAGER in this process by providing three copies of each Construction Contract
Document, participate 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.
MB:4013BC001.doc
Page 30 of 48
CONSULTANTs compensation has been based upon one meeting with these departments for
each bid package.
Task 3.2 - Bid Document Dellverv
CONSULTANT shall provide PROGRAM MANAGER with reproducible, camera ready, sets of
contract documents for each bid package. 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 pre-bid conference for each bid package.
CONSULTANT shall attend the pre-bid conference and bid opening for each bid package.
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 alternative 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.
MB:4013BC001.doc
Page 31 of 48
Task 3.6 - Contract Award
CONSULTANT shall provide eight sets of Construction Contract Documents for execution by
CITY and the successful bidder within five calendar days of request by CITY.
Task 3.7 - As- Bid 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 / modify front-end documents and / or technical specifications to
incorporate changes made via contract addenda.
. Revise construction contract drawings to include modifications / 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! contract execution.
Deliverables- - 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 Services Notice to Proceed
and within 60 working days from receipt of the Notice to Proceed (Bid
Packages 13 Band 13 C).
MB:4013BC001.doc
Page 32 of 48
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, Contractors, PROGRAM MANAGER's field observation staff and
CONSULTANT. It is anticipated that the construction timeframes for Bid Packages 13 Band 13
C, will approximate 18 and 12 months, respectively. CONSULTANT's compensation is based
upon the administration of separate construction bid packages being implemented on separate,
non-concurrent timelines.
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.
Deliverables:
Attend and participate in pre-construction conferences.
Schedule:
As scheduled by Program Manager after receipt of Task 4
Construction Administration Services 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 / conflicts and any other applicable matters. PROGRAM
MB:4013BC001.doc
Page 33 of 48
MANAGER shall prepare and distribute meeting minutes to all attendees and other appropriate
parties.
Deliverables:
- 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 DCs):
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 CONSUL TANT. 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.
Deliverables:
Respond to those RFl's that involve design interpretations
and return to PROGRAM MANAGER's office. Issue COCs
as required.
Schedule:
Ongoing throughout project construction duration.
Task 4.4 - Reauests for Chanaes 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, i':ladvertent 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.
MB:4013BC001.doc
Page 34 of 48
Deliverables:-
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.
Schedule:
Ongoing throughout project construction duration.
Task 4.5 - Processina of ShOD 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:-
Review Shop Drawings and return them to PROGRAM
MANAGER's office.
Ongoing throughout project construction duration.
Schedule:
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) 0 n a n a s requested basis. For the
purposes of this scope of services, it is assumed that monthly specialty site visits are included.
Deliverables:
- Provide monthly 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
MB:40 13BCOO 1.doc
Page 35 of 48
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.
Deliverables:-
Attend field meetings to review substantial completion and
develop .punch lists".
Certify project completion to appropriate agencies.
At the Substantial completion of project
Schedule:
TASK 5 - ADDITIONAL SERVICES -NOT USED
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.
MB:4013BC001.doc
Page 36 of 48
Task 6.3 - Survevlng:
CONSULTANT shall arrange for and coordinate the efforts of licensed surveyors to prepare a
topographical survey of all City public rights-of-way within the project limits, including street-
ends. This effort shall meet the requirements of sub-task 2.1. Unused amounts in this
allowance shall be credited back to the CITY at the completion of the project.
Task 6.4 - Geotechnical Evaluation
NOT USED
Task 6.5 - Underaround Utility Verification:
CITY shall employ t he services 0 fan underground utility location service top erform vacuum
extraction excavations, in an effort to better identify existing underground conditions where work
is to be performed. Actual locations shall be as directed by CONSULTANT. Costs shall be
limited to a $5,000 not-to-exceed amount. Unused amounts shall be credited back to the CITY
at the completion of the project.
MB:4013BC001.doc
Page 37 of 48
Minimum Design Features To Be Shown On Drawings
CONSULTANT shall note that the following criteria indicate the minimum design standards to be
shown on 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 t he 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 key locations
. 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:4013BC001.doc
Page 38 of 48
Water Distribution and Sanitary Sewer Plans
General
· Identify existing utilities
. Show future utilities proposed by others
. Identify trees / landscaping to remain in place
Sanitary Sewer
· Manhole details
. Connection to existing manholes (pre-cast / brick)
. Connection to existing service laterals and mainline
. Show sanitary sewer manhole / 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 / 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
MB:4013BC001.doc
Page 39 of 48
· Identify air release valves
. 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:4013BC001.doc
Page 40 of 48
CITY Of MIAMI BEACH
RIGHT-Of-WAY INfRSTRUCTURE IMPROVEMENT PROGRAM
NEIGHBORHOOD NO. 13 - SOUTH AND VENETIAN ISLANDS
PROPOSED DRAWING LIST - Bid Package 13 B: Belle Isle ROWand Park Improvements
Sheet No. Drawing No. Drawing Title Scale
Roadway
1 G -1 Cover Sheet NTS
2 C -1 Key Map NTS
3 C-2 Baseline Control Curve Data NTS
4 C-3 Soil Data Sheet NTS
5 C-4 Summary of Quantities NTS
6 C-5 Plan / Profile Sheet 1 1" = 20'
7 C-6 Plan / Profile Sheet 2 1" = 20'
8 C-7 Plan / Profile Sheet 3 1 n = 20'
9 C-8 Plan / Profile Sheet 4 1 n = 20'
10 C-9 Typical Sections 1" = 20'
11 C -10 Miscellaneous Construction Details NTS
12-16 C-11 to C-15 Existing/Demolition Plans (if required) 1" = 20'
Drainage
17 DR -1 Drainage Map 1" = 20'
18 DR-2 Drainage Plan Sheet 1 1" = 20'
19 DR-3 Drainage Plan Sheet 2 1" = 20'
20 DR-4 Drainage Plan Sheet 3 1" = 20'
21 DR-5 Drainage Structures - Sheet 1 NTS
22 DR-6 Drainage Structures - Sheet 2 NTS
23 DR-7 Drainage Structures - Sheet 3 NTS
24 DR-8 Drainage Structures - Sheet 4 NTS
25 DR-9 Summary of Drainage Structures NTS
26 DR - 10 Lateral Ditches and Outfalls - Sheet 1 NTS
27 DR - 11 Lateral Ditches and Outfalls - Sheet 2 NTS
28 DR - 12 Erosion Control Detail Sheet NTS
29 DR -13 Special Drainage Structure Details NTS
MB:4013BCOO1.doc
Page 41 of 48
Sheet No. Drawing No. Drawing Title Scale
30 DR -14 Drainage Pumps NTS
31 DR -15 Drainage Pumps NTS
32 DR -16 . Drainage Pumps Details NTS
33 DR -17 Drainage Pumps Details NTS
Signing and Pavement Markings
34 SP -1 Signage and Marking General Notes NTS
35 SP-2 Signage and Marking Plan Sheet 1 1" = 20'
36 SP-3 Signage and Marking Tabulation of Quantities NTS
37 SP-4 Special Marking details NTS
38 SP-5 Special Provisions NTS
Traffic Control Plans
39 TCP - 1 Typical Sections - Sheet 1 1" = 20'
40 TCP-2 Typical Sections - Sheet 2 1" = 20'
41 TCP-3 General Notes / Construction Sequence NTS
42 TCP -4 Typical Details NTS
43 TCP -5 Tabulation of Quantities NTS
44 TCP-6 Plan Sheet 1" = 20'
45 TCP-7 Typical Details NTS
Water Main
46 W -1 Water Main Plan / Profile Sheet 1 1" = 20'
47 W-2 Water Main Plan / Profile Sheet 2 1" = 20'
48 W-3 Water Main Details NTS
Lighting
49 E - 1 Service Point Details NTS
50 E-2 Legend / General Electrical Notes NTS
51 E-3 Installation Notes NTS
52 E-4 Electrical & Lighting Calculations NTS
53 E-5 Installation details / Layouts NTS
54 E-6 Tabulation of Quantities NTS
55 E-7 Lighting Plan - Sheet 1 1" = 20'
56 E-8 Lighting Plan - Sheet 2 1" = 20'
57 E-9 Lighting Plan - Sheet 3 1" = 20'
58 E -10 Lighting Plan - Sheet 4 1" = 20'
MB:4013BCOO1.doc
Page 42 of 48
Sheet No. Drawing No. Drawing Title Scale
59 E -11 Lighting Plan - Sheet 5 1" = 20'
60 E -12 Lighting Plan - Sheet 6 1" = 20'
61 E -13 Lighting Plan - Sheet 7 1" = 20'
Landscape
62 LA-1 Belle Isle Landscape - Master Plan Sheet 1" = 20'
63 LA-2 Belle Isle Landscape - Grading Plan Sheet 1" = 20'
64 LA- 3 Belle Isle Landscape - Tree Relocation Plan Sheet 1" = 20'
65 LA-4 Belle Isle Landscape - Tree Table/Specs Sheet 1" = 20'
66 LA- 5 Belle Isle Landscape - Paving Plan Sheet 1" = 20'
67 LA-6 Belle Isle Landscape - Planting Plan Sheet 6 1" = 20'
66 LA-7 Belle Isle Landscape - Planting Notes/Details Sheet 1" = 20'
67 LA - 8A Belle Isle Landscape - Irrigation Sheet 1" = 20'
68 LA - 8B Belle Isle Landscape - Irrigation Sheet 1" = 20'
69 LA-9 Belle Isle Landscape Sign & Paving Details Sheet 1" = 20'
70 ST -1 Belle Isle Streets cape Sheet 1 1" = 20'
71 ST-2 Belle Isle Streetscape Sheet 2 1" = 20'
72 ST-3 Belle Isle Streetscape Sheet 3 1" = 20'
73 ST-4 Belle Isle Streetscape Sheet 4 1" = 20'
74 ST- 5 Belle Isle Streetscape Sheet 5 1" = 20'
75 ST-6 Belle Isle Streetscape Sheet 6 1" = 20'
Structural
76 S -1 Drainage Pump Station NTS
77 S-2 Drainage Pump Station NTS
Mechanical
78 M -1 Drainage Pump Station NTS
79 M-2 Drainage Pump Station NTS
Electrical
80 EPS - 1 Electrical Drainage Pump Station NTS
81 EPS- 2 Electrical Drainage Pump Station NTS
MB:4013BC001.doc
Page 43 of 48
CITY OF MIAMI BEACH
RIGHT-OF-WAY INFRSTRUCTURE IMPROVEMENT PROGRAM
NEIGHBORHOOD NO. 13 - SOUTH AND VENETIAN ISLANDS
PROPOSED DRAWING LIST - Bid Package C: Rivo Alto, DiLido and San Marino Island
Right-of-way Improvements
Sheet No. Drawing No. Drawing Title Scale
Roadway
1 G -1 Cover Sheet NTS
2 C -1 Key Map NTS
3 C-2 Baseline Control Curve Data Sheet 1 NTS
4 C-3 Baseline Control Curve Data Sheet 2 NTS
5 C-4 Soil Data Sheet NTS
6 C-5 Summary of Quantities NTS
7 C-6 Plan I Profile Sheet 1 1" = 20'
8 C-7 Plan I Profile Sheet 2 1" = 20'
9 C-8 Plan I Profile Sheet 3 1" = 20'
10 C-9 Plan I Profile Sheet 4 1" = 20'
11 C -10 Plan I Profile Sheet 5 1" = 20'
12 C -11 Plan I Profile Sheet 6 1" = 20'
13 C -12 Plan I Profile Sheet 7 1" = 20'
14 C -13 Plan I Profile Sheet 8 1" = 20'
15 C -14 Plan I Profile Sheet 9 1" = 20'
16 C -15 Plan I Profile Sheet 10 1" = 20'
17 C -16 Plan I Profile Sheet 11 1" = 20'
18 C-17 Plan I Profile Sheet 12 1" = 20'
19 C -18 Plan I Profile Sheet 13 1" = 20'
20 C -19 Plan I Profile Sheet 14 1" = 20'
21 C-20 Plan I Profile Sheet 15 1" = 20'
22 C - 21 Plan I Profile Sheet 16 1" = 20'
23 C-22 Plan I Profile Sheet 17 1" = 20'
24 C-23 Plan I Profile Sheet 18 1" = 20'
25 C-24 Plan I Profile Sheet 19 1" = 20'
MB:4013BC001.doc
Page 44 of 48
Sheet No. Drawing No. Drawing Title Scale
26 C-25 Plan / Profile Sheet 20 1" = 20'
27 C-26 Plan / Profile Sheet 21 1" = 20'
28 C-27 Plan / Profile Sheet 22 1" = 20'
29 C-28 Plan / Profile Sheet 23 1" = 20'
30 C-29 Plan I Profile Sheet 24 1" = 20'
31 C-30 Plan / Profile Sheet 25 1" = 20'
32 C - 31 Plan / Profile Sheet 26 1" = 20'
33 C-32 Plan / Profile Sheet 27 1" = 20'
34 C-33 Plan / Profile Sheet 28 1" = 20'
35 C-34 Plan / Profile Sheet 29 1" = 20'
36 C-35 Plan / Profile Sheet 30 1" = 20'
37 C - 36 Plan / Profile Sheet 31 1" = 20'
38 C - 37 Typical Sections Sheet 1 1" = 20'
39 C-38 Typical Sections Sheet 2 1" = 20'
40 C- 39 Typical Sections Sheet 3 1" = 20'
41 C-40 Typical Sections Sheet 4 1" = 20'
42 C -41 Miscellaneous Construction Details NTS
43 C-42 Miscellaneous Construction Details NTS
44 C-43 Miscellaneous Construction Details NTS
45 to 76 C-44 to C-75 Existing/Demolition Plans (if required) 1" = 20'
Drainage
77 DR-1 Drainage Map NTS
78 DR-2 Drainage Plan Sheet 1 1" = 20'
79 DR-3 Drainage Plan Sheet 2 1" = 20'
80 DR-4 Drainage Plan Sheet 3 1" = 20'
81 DR-5 Drainage Structures - Sheet 1 NTS
82 DR-6 Drainage Structures - Sheet 2 NTS
83 DR-7 Drainage Structures - Sheet 3 NTS
84 DR-8 Drainage Structures - Sheet 4 NTS
85 DR-9 Summary of Drainage Structures NTS
86 DR - 10 Lateral Ditches and Outfalls - Sheet 1 NTS
87 DR - 11 Lateral Ditches and Outfalls - Sheet 2 NTS
88 DR - 12 Lateral Ditches and Outfalls - Sheet 3 NTS
MB:4013BC001.doc
Page 45 of 48
Sheet No. Drawing No. Drawing Title Scale
89 DR - 13 Erosion Control Detail Sheet 1 NTS
90 DR - 14 Erosion Control Detail Sheet 2 NTS
91 DR - 15 Erosion Control Detail Sheet 3 NTS
92 DR -16 Special Drainage Structure Details Sheet 1 NTS
93 DR -17 Special Drainage Structure Details Sheet 2 NTS
Signage and Pavement Markings
94 SP -1 Signage and Marking General Notes NTS
95 SP-2 Signage and Marking Detail Sheet 1 - Dilido NTS
96 SP-3 Signage and Marking Detail Sheet 2 - San Marino NTS
97 SP-4 Signage and Marking Detail Sheet 3 - Rivo Alto NTS
98 SP-5 Signage and Marking Tabulation of Quantities NTS
99 SP-6 Special Marking details NTS
101 SP-7 Special Provisions . NTS
Traffic Control Plans
102 TCP - 1 Typical Sections - Sheet 1 1" = 20'
103 TCP-2 Typical Sections - Sheet 2 1" = 20'
104 TCP-3 Typical Sections - Sheet 3 1" = 20'
105 TCP-4 General Notes / Construction Sequence NTS
106 TCP -5 Typical Details NTS
107 TCP -6 Tabulation of Quantities NTS
108 TCP-7 Plan Sheet 1 1" = 20'
109 TCP-8 Plan Sheet 2 1" = 20'
110 TCP-9 Plan Sheet 3 1" = 20'
111 TCP - 10 Typical Details NTS
Water Main
112 W -1 Water Main Plan / Profile Sheet 1 1" = 20'
113 W-2 Water Main Plan / Profile Sheet 2 1" = 20'
114 W-3 Water Main Plan / Profile Sheet 3 1" = 20'
115 W-4 Water Main Plan I Profile Sheet 4 1" = 20'
116 W-5 Water Main Plan / Profile Sheet 5 1" = 20'
117 W-6 Water Main Plan / Profile Sheet 6 1" = 20'
118 W-7 Water Main Plan / Profile Sheet 7 1" = 20'
119 W-8 Water Main Plan / Profile Sheet 8 1" = 20'
MB:4013BC001.doc
Page 46 of 48
Sheet No. Drawing No. Drawing ,Title Scale
120 W-9 Water Main Details / Notes Sheet 1 NTS
121 W-10 Water Main Details / Notes Sheet 2 NTS
122 W-11 Water Main Details / Notes Sheet 3 NTS
Lighting
123 E -1 Service Point Details NTS
124 E-2 Legend I General Electrical Notes NTS
125 E-3 Installation Notes NTS
126 E-4 Electrical & Lighting Calculations NTS
127 E-5 Installation details / Layouts NTS
128 E-6 Tabulation of Quantities NTS
129 to 160 E - 7 to E- 38 Lighting Plans - Sheet 1 to 31 1" = 20'
Landscape
161 LA -1 Rivo Alto Landscaping Plan Sheet 1 1" = 20'
162 LA-2 Rivo Alto Landscaping Plan Sheet 2 1" = 20'
163 LA - 3 Rivo Alto Landscaping Plan Sheet 3 1" = 20'
164 LA-4 Rivo Alto Landscaping Plan Sheet 4 1" = 20'
165 LA-5 Rivo Alto Landscaping Plan Sheet 5 1" = 20'
166 LA-6 Rivo Alto Landscaping Plan Sheet 6 1" = 20'
167 LA-7 Rivo Alto Landscaping Plan Sheet 7 1" = 20'
168 LA-8 Rivo Alto Landscaping Plan Sheet 8 1" = 20'
169 LA-9 Rivo Alto Landscaping Plan Sheet 9 1" = 20'
170 LA-lO San Marino Landscaping Plan Sheet 1 1" = 20'
171 LA-11 San Marino Landscaping Plan Sheet 2 1" = 20'
172 LA - 12 San Marino Landscaping Plan Sheet 3 1" = 20'
173 LA-13 San Marino Landscaping Plan Sheet 4 1" = 20'
174 LA - 14 San Marino Landscaping Plan Sheet 5 1" = 20'
175 LA - 15 San Marino Landscaping Plan Sheet 6 1" = 20'
176 LA - 16 San Marino Landscaping Plan Sheet 7 1" = 20'
177 LA-17 Di Lido Landscaping Plan Sheet 1 1" = 20'
178 LA - 18 Di Lido Landscaping Plan Sheet 2 1" = 20'
179 LA - 19 Di Lido Landscaping Plan Sheet 3 1" = 20'
180 LA - 20 Di Lido Landscaping Plan Sheet 4 1" = 20'
181 LA - 21 Di Lido Landscaping Plan Sheet 5 1" = 20'
MB:4013BC001.doc
Page 47 of 48
Sheet No. Drawing No. Drawing Title Scale
182 LA - 22 Di Lido Landscaping Plan Sheet 6 1" = 20'
183 LA - 23 Di Lido Landscaping Plan Sheet 7 1" = 20'
184 LA - 24 Di Lido Landscaping Plan Sheet 8 1" = 20'
185 LA - 25 Di Lido Landscaping Plan Sheet 9 1" = 20'
186 LA - 26 Di Lido Landscaping Plan Sheet 10 1" = 20'
187 LA - 27 Di Lido Landscaping Plan Sheet 11 1" = 20'
188 LA - 28 Di Lido Landscaping Plan Sheet 12 1" = 20'
189 LA - 29 Di Lido Landscaping Plan Sheet 13 1" = 20'
190 LA - 30 Landscaping Details Sheet 1 NTS
191 LA - 31 Landscaping Details Sheet 2 NTS
192 LA - 32 Landscaping Details Sheet 3 NTS
MB:4013BC001.doc
Page 48 of 48
_z__
'"
/
/
/
/
;(
~~
,
,
...
...-
-....
>
l
I
....-
'"
/
01
~I
is\
,
...
...._-----.---~
l
o
~ .9 ,..:::=-
O"iiiltl~
~c:~.-
'0 Q)-.!. ~
0):291-
0.0....-
o .5 -a, Q)
() 0._ c
u>U[l;:;:j
.....
o
Q)
c.
o
()
U>
Q)
c.
o
()
U>
.5
"C
Q)
"C
::J
"0
.5
"0
c
.l!l
c
Q)
E
Q)
... >
oS e
1tI c.
~ .E
-
c
Q)
.l!l ~
'E l;l
:;:j1S.
"'" Q)
~ ~
'a;
:::E
"0 r 1 ~
ai I I
Cl I I
~ II
vi
"0
c:
(tl
<!!J.
c:
(tl
:;:>
Q)
c:
~
-
:c
:E
X
w
lp:rZlo-~U)""..~OtrZ\:~
Neighborhood 13 - Venetian Islands
October 2002
SCHEDULE B
PROFFESIONAL SERVICES AGREEMENT BETWEEN
THE CITY OF MIAMI BEACH
AND
EDWARDS AND KELCEY
CONSULTANT COMPENSATION
Please refer to the attached Schedule
37
I-
~
!:i
::lw
Ul..J
Z::l
Oa
Uw
W:l:
'u
<Ul
::Ew
G~~uC;
<Clz~19
mWlilQIO:;
W~a.!;(ma
~I~~~i
GI<.U:EUO
UlOii!O:;~
~I-UaCl
i3~~iii~
I<.z
z;!
-...I
>::l
~~
1<.0
OU
I-
:I:
Cl
ii!
cj
~
>
W
U
...I
WN
~o
alii:
Z .
<(is
Ulo::
aw
O::m
~~
aU
wO
MN~NOr--!2
1!i~::t~;;:ilM
N....i:4M .....,....
.. .... ""..
g
.,
~~ l ~
.,,12;: i.
"'.. '"
..
~.~~og;
~C")m 11):
..
i
=
..
;:!....:;,:m ., ~~Nl8ii!"ill:il~ .. ~"lt~~f.1~~ :; !<!~ ~ .. ....... i ~
~ ::! ~ -..- .,
(")O).....N .....'Ilt..........N..,.NNN .. N NNN ..
J ~ J J J J
.D {;;
~ C"')tiom""'CI)CJ)00 ~ ooan""ln""~ ~ _0 ~ ~ ~ ~ " ..
. - - - . . -'" _NN . . . !Ii! oj
.. .. .. on ..
oo~~~~o&3Il)~O
'"
orno~~o;Z2:8
ooo~oo~
00 ~ II) OO~
~~OQ)~O""O~
NOOll)OO;:?
00 0 C;; ooS!:
co~o~o,...~oo
ore 0 ~ 000
00000000
N 2:..,. N N..... co <0..,.
UlC7) MM cnCON
ID~ m ~ m~~
OOOOON....
L
I
~~..,.~m5!:GJ;:!;:
::m ~ ; ~~M
..,.NO~~..,.N
coro.~~~~~re
~NIl)M~,...::
.....("1,1 ~ 10 ~~~
0(;;00000..,.0
M......... N ~o~
0000000
.,
o
o
o
.,
.,
on
z
o
~
u:
~ffi
fa~ i=>
(!!uffi :H:
",h ;;!;;!
8"'l:l iii':i
...z::::) ...JCl
uQ'" ~~
~t5~~z~
c6<-5e>
a:omCUwa:
wa:>~"'w
~fb~::>@~
OD::I-U)t!J::;)
.....N(").II)
cd cd cd cD cO
..
;1;
..
N
..
o
,.;
::l
~
PJ
,.:
..
o
N
;!:
..
..
N
N
..
on
si
'"
I
I
T
..
:t.
o
.,;
~
'"
...
N
..
,.:
N
;;!;
ill
~
.
!!
.
a:
ill
~
wo
r:;
(/)~Ql
a:w~
5~8
"''''0
~~8
00>
1-1-'"
"
Neighborhood 13 - Venetian Islands
SCHEDULE C
PROFFESIONAL SERVICES AGREEMENT BETWEEN
THE CITY OF MIAMI BEACH
AND
EDWARDS AND KELCEY
HOURLY RATES
Project Director
Project Manager
Senior Engineer / Architect
Engineer / Architect
Designer
Drafter
Clerical
HOURLY BILLING RATE SCHEDULE
$ 146.86 per hour
$ 121.53 per hour
$ 104.31 per hour
$ 88.11 per hour
$ 73.93 per hour
$ 52.66 per hour
$ 40.51 per hour
38
October 2002
Neighborhood 13 - Venetian Islands
SCHEDULE D
PROFFESIONAL SERVICES AGREEMENT BETWEEN
THE CITY OF MIAMI BEACH
AND
EDWARDS AND KELCEY
PROJECT SCHEDULE
Task
Description:
1.0
Planning Phase Services
2.0
Design Phase Services
3.0
Bidding and Award Phase Services
4.0
Construction Phase Services
39
October 2002
Working days
after Notice to Proceed
165
176
60
360
Days
Days
Days
Days