R7T-Execute Amendment 1 Palm And Hibiscus Islands ROW ImprovementsCOMMISSION ITEM SUMMARY
Gondensed Title:
A Resolution Of The Mayor And City Commission Of The City Of Miami Beach, Florida, Authorizing The Mayor And Cig Clerk To
Execute Amendment No. I To The Design-Build Agreement Between The City Of Miami Beach, Florida, And Lanzo Construction
Co., Florida, For Design-Build Services For Neighborhood No. 13: Palm And Hibiscus lslands Right-Of-Way lnfrastructure
lmprovements (The Project), Dated September 18, 2014 (The Conhact); The Amendment lncludes Additional Design Services
Associated With The Recently Adopted Enhanced Stormwater Criteria ln The Not-To-Exceed Amount Of $251,016 With
Supporting Data (Surveys, Environmental Scan, etc.): The 2012 Customer
residents rated recently completed capital improvement projects as "excellent" or "good". Recently completed capital improvement
and condition of roads (44
On July 17,20'13, the City Commission approved the negotiations with Lanzo Construction Co., Florida (Lanzo) pursuant to
Request for Qualifications (RFa) No. 251-2U3f C, for Design-Build Services for Neighborhood No. 13: Palm and Hibiscus lslands
Rightof-Way lnfrastructure lmprovement Project.
On February 12,2014, the City Commission approved the recommendation by the Mayor's Blue Ribbon Panel on Flooding and
Sea Rise and the Flooding Mitigation Committee to amend the City's Stormwater Management Master Plan by modifying the
design criteria for the tailwater elevation and adopted an elevation of 2.7 ft-NAVD for all tidal boundary conditions. The City's
Public Works Department (PWD) has requested that staff implement the enhanced stormwater system criteria.
The Design Criteria Package (DCP) that was originally included in the RFQ had to be revised to incorporate the new enhanced
stormwater criteria, which required additional negotiations with the Design-Build Firm.
The City negotiated Design and Pre-Construction Services with Lanzo Construction Co. in the lump sum amount of $599,464,
based on the DCP included in the original solicitation.
Occurring on a parallel path with the Design-Build contract amendment negotiation, the City's PWD was in the process of
completing their final review of the revised stormwater DCP when, as directed by the Mayor's Blue Ribbon Panel on Flooding and
Sea Rise, PWD provided the DCP to the City's Flooding Mitigation Consultant (AECOM) for their review on August 28, 2014.
Upon receipt of AECOM's review comments (October 31,2014) and a subsequent review by the City Engineer's office (November
3,2014), it was determined that additional modificatons to the DCP were required.
Changes to the DCP, incorporating the directives of the Mayor's Blue Ribbon Panel on Flooding and Sea Rise, and the Flooding
Mitigation Committee, as well as AECOM's review comments, requires additional design services be provided by the Design-Build
Firm. These services will include design of pump stations on both Palm and Hibiscus lslands, new surveying services, revisions to
the 30%DesignDrawings, increasing the road minimum elevations, and a Design Review meeting with the Community to
present these changes.
Pursuant to these required design modifications, the Design-Build Firm submitted a proposal for these additional services in the
not-to-exceed amount of $251,016. Amendment No.1 will revise the total contract sum to a not-to-exceed total of $850,480.
The City staff has evaluated the Design-Build's cost proposal for the additional services and are in agreement that the proposal is
fair and reasonable.
The Administration recommends of the resolution.
Fund 431-2338-061357 - 2011 Stormwater Bonds -Reso2011-27782
Board Recommendation:
T:\AGENDA\201
AGENDA ITEM R1 rE MIAMIBEACH D^fE IFfi- ICI813
City of Miomi Beoch, I 700 Convention Center Drive, Miomi Beoch, Florido 33,l 39, www.miomibeochfl.gov
COMMISSION MEMORANDUM
TO: Mayor Philip Levine and
FROM: Jimmy L. Morales, City Manager
DATE: November 19,2014
SUBJECT: A RESOLUTION OF THE MA AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA,THE MAYOR AND CITY GLERK TO
EXECUTE AMENDMENT NO. 1 TO THE DESIGN.BUILD AGREEMENT BETWEEN
THE CITY OF MIAM! BEACH, FLORIDA, AND LANZO CONSTRUCTION CO.,
FLORIDA, FOR DESIGN-BUILD SERVICES FOR NEIGHBORHOOD NO. 13: PALM
AND HIBISCUS ISLANDS RIGHT.OF-WAY INFRASTRUCTURE IMPROVEMENTS
(THE PROJECT), DATED SEPTEMBER 18, 2014 (THE CONTRACT); THE
AMENDMENT INCLUDES ADDITIONAL DESIGN SERVICES ASSOCIATED WITH
THE RECENTLY ADOPTED ENHANCED STORMWATER CRITERIA IN THE NOT.
TO.EXCEED AMOUNT OF $251,016 WITH PREVIOUSLY APPROPRIATED
FUNDING.
ADMI NISTRATION RECOMM ENDATION
Adopt the Resolution.
KEY INTENDED OUTCOME
Build and maintain priority infrastructure with full accountability.
FUND!NG
$251.016 Fund 431-2338-061357 - 2011 Stormwater Bonds - Reso 2011-27782
$251,016 Total
BACKGROUND
On July 17,2013, the City Commission approved the negotiations with Lanzo Construction Co.,
Florida (Lanzo) pursuant to Request for Qualifications (RFO) No. 251-2013TC, for Design-Build
Services for Neighborhood No. 13: Palm and Hibiscus lslands Right-of-Way lnfrastructure
lmprovement Prolect.
On February 12, 2014, the City Commission approved the recommendation by the Mayor's
Blue Ribbon Panel on Flooding and Sea Rise and the Flooding Mitigation Committee to amend
the City's Stormwater Management Master Plan by modifying the design criteria for the
tailwater elevation and adopted an elevation of 2.7 ft-NAVD for all tidal boundary conditions.
The City's Public Works Department (PWD) has requested that staff implement the enhanced
stormwater system criteria.
814
Commission Memorandum - Lanzo Construction
Palm and Hibiscus - Preconstruction Services Neighborhood 13 Project
November 19,2014
Page 2
The Design Criteria Package (DCP) that was originally included in the RFQ had to be revised
to incorporate the new enhanced stormwater criteria, which required additional negotiations
with the Design-Build Firm.
The City negotiated Design and Pre-Construction Services with Lanzo Construction Co., in the
lump sum amount of $599,464, based on the DCP included in the original solicitation.
ANALYSIS
Occurring on a parallel path with the Design-Build contract amendment negotiation, the City's
PWD was in the process of completing their final review of the revised stormwater DCP when,
as directed by the Mayor's Blue Ribbon Panel on Flooding and Sea Rise, PWD provided the
DCP to the City's Flooding Mitigation Consultant (AECOM) for their review on August 28,2014.
Upon receipt of AECOM's review comments (October 31,2014) and a subsequent review by
the City Engineer's office (November 3, 2014), it was determined that additional modifications
to the DCP were required.
Changes to the DCP, incorporating the directives of the Mayor's Blue Ribbon Panel on
Flooding and Sea Rise, and the Flooding Mitigation Committee, as well as AECOM's review
comments, requires additional design services be provided by the Design-Build Firm. These
services will include design of pump stations on both Palm and Hibiscus lslands, new
surveying services, revisions to the 30% Design Drawings, increasing the road minimum
elevations, and a Design Review meeting with the Community to present these changes.
Pursuant to these required design modifications, the Design-Build Firm submitted a proposal
for these additional services in the not-to-exceed amount of $251,016. Amendment No.1
(attached) will revise the total contract sum to a not-to-exceed total of $850,480.
The City staff has evaluated the Design-Build's cost proposal for the additional services and
are in agreement that the proposal is fair and reasonable.
GONCLUSION:
The Administration recommends approval of a Resolution of the Mayor and City Commission of
the City of Miami Beach, Florida, approving and authorizing the Mayor and City Clerk to
execute Amendment No. 1 to the existing Design-Build agreement between the City of Miami
Beach and Lanzo Construction Co., Florida for additional design modifications services
associated with the recently adopted enhanced stormwater criteria for the Palm and Hibiscus
Bid Package't3 Right-of-Way Neighborhood lmprovement Project; in the negotiated not-to-
exceed amount of $251 ,016; with previously appropriated funding.
ATTACHMENTS:
Lanzo Construction Co., Florida Amendment No. 1
JLM\MNDM
T:\AGENDA\2014\November\C:P\Pa:ni and Hibiscus - Lanzo Amendment 1 - MEI!1O.docx
815
AMENDMENT NO. 1
TO THE AGREEMENT BETWEEN
CITY OF MIAMI BEACH, FLORIDA
AND
LANZO CONSTRUCTION CO., FLORIDA.,
FOR
PROGRESSIVE DESIGN.BUILD SERVICES FOR
NEIGHBORHOOD NO. 13: PALM AND HIBISCUS ISLANDS
RIG HT-OF.WAY I N FRASTRUCTURE I M PROVE M ENT PROJECT
DATED SEPTEMBER 18, 2014
This Amendment to the Agreement made and entered this _day of 2014 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 LANZO CONSTRUCTION CO., FLORIDA, a
Florida Corporation with its principal place of business located at 125 SE sth Court, Deerfield
Beach, Florida 33441 (Design-Builder).
RECITALS
WHEREAS, On July 17, 2013, the City Commission approved the negotiations with
Lanzo Construction Co. Florida (Lanzo) pursuant to Request for Qualifications (RFO) No. 251-
2013TC, for Design-Build Services for neighborhood No. 13: Palm and Hibiscus lslands Right-
of-Way lnfrastructure lmprovement Project; and
WHEREAS, The City negotiated Design and Pre-Construction Services with Lanzo
Construction Co. in the lump sum amount of $599,464; and
WHEREAS, On February 12, 2014, the City Commission approved the recommendation
by the Mayor's Blue Ribbon Panel on Flooding and Sea Rise and the Flooding Mitigation
Committee to amend the City's Storm Water Management Master Plan by modifying the design
criteria for the tailwater elevation and adopted an elevation of 2.7 ft-NAVD for all tidal boundary
conditions; and
WHEREAS, this Amendment No. 1 to the Agreement incorporates the directives of the
Mayor's Blue Ribbon Panel on Flooding and Sea Rise and the Flooding Mitigation Committee,
as well as the City's Flooding Mitigation Consultant's (AECOM) review comments, which
includes design services for additional pump stations on both Palm and Hibiscus lslands, new
surveying services, revisions to the 30% Design Drawings, increasing the road minimum
elevations, and a Design Review meeting with the Community; and
WHEREAS, pursuant to these required design modifications, the Design-Build Firm
submitted a proposal for these additional services in the not-to-exceed amount of $251,016; and
WHEREAS, City staff has evaluated the Design-Builder's cost proposalfor the additional
services and are in agreement that the proposal is fair and reasonable; and
WHEREAS, Amendment No. 1 to the Agreement, revises the total contract sum to a not-
to-exceed total of $850,480.
816
NOW, THEREFORE, the parties hereto, and in consideration of the mutual promises,
covenants, agreements, terms, and conditions herein contained, and other good and valuable
consideration, the respect and adequacy are hereby acknowledged, do agree as follows:
1, ABOVE RECITALS
The above recitals are true and correct and are incorporated as part of this Amendment
No.1.
2, MODIFICATIONS
The Agreement is amended to include "schedule A-1", which is attached and
incorporated herein.
3. OTHER PROVISIONS.
All other provisions of the Agreement, as amended, are unchanged.
4. RATIFICATION.
The CITY and DESIGN-BUILDER ratify the terms of the Agreement, as amended by this
Amendment No. 1.
lN WITNESS WHEREOF, the parties hereto have caused this Amendment No. 1 to be
executed in their names by their duly authorized officials as of the date first set forth
above.
ATTEST:CITY OF MIAM! BEACH
Rafael Granado, City Clerk Philip Levine, Mayor
ATTEST:DESIGN-BUILD:
LANZO CONSTRUCTION CO., FLORIDA.,
By
TITLE:TITLE:
Print Name Print Name
Attachment: Proposal
By
817
ffilt_ANzg-I# r co]{$nucnoil coirPAlfY
WfrW&fiIattrffi
[| tEtll'lrliE-h
Normber l3,20l4
Davidlvlutinez, PE
Capital ft,ojects Diretur
Capitat @ovemd Project Ofrce
CityofMiami B€ach
1700 Cotr\rcntion Ceder Drive
Miami BeadL Elorida 33 139
Rq Lanzo Consffirction Company (Oesign Builder) Phase I Fee Prroposal for the Righb of'Way
Infrashrcfire Improvemeut Progm - Palm and Hibiscus Islaods
Phase I Final Prioed Proposal - DCP Dated Novembq 4,ZOl4
DetrMr. tvtrtinea
Please find afiached and enclosed the rwised Design Services fee proposal and Scope of Servioes,
whicl re,flect chmges fom fu odginal DC?, as iucorporated in our Contsact dated Septqrb€r 18e,
20l4to the aem, DCP issuod by Stantec, datod Noveoeber 4,20'1.4.
Odginal Fee as Coffiacted'l)riginal DC?" $599,46,4.69
Additiorat Fee as hoposed'DcP Rwised Novembe d zolq' S251.016.00
TotrtRel,tsedDeslgn Serrdcoc Fee $t50J4S0.00
Revis€d Design Phase I Duration as detailed in the attached Rsr/ised Sche&rle A
Again, trmls for considerdion in this matter md we apprecide the oeportmity tre City of Miami
Bearhbasprrovidod I^aozo mdourtmmoberg mdwelook forwudto movingahead with6is
pmject
Sincerely,4
Lr-,-V p tk"-..-<-----
Mcfrael R Bme. Vice Prresided
I,frm Congtruction Co., FL.
Cc: Mr. Ma* E. Tome5fu P-8. Seirior Capital projects Coordinator
Ms.Olga Sanchez, E [, LEED Ap, Capital projeds Coo,rdinmor
125 SE 5n Court Deerfidd Bead) FL 3W14?4g Phone (954) 979{802 Fat (9g4) 97g€g97
'lr',1i+/ lanZO,nel
818
SCHEDUI."E A:
PBOFESSIONAL SERVICES AG REEM ENT BETWEEN
THE CITY OF MIAMI BEAO{ & TANZO CONSTRUCrION
PAI,A,I AND I{IBISCUS ISTANDS
RIGHT OF WAY NEIGHEORHOOD IMPROVEMENT PRO'ECT
Lut3l2Ot4
SCOPE OF SERVICES
DESIGN-B Ul LDER : IANZO CONSTRUCfl ON FHE "DES|GN-BUIDER"]
BACKGROUND
The work of this Project comprises of deslgn-build services to construct infrastructure improvements for
NEIGHBORHOOD NO. 13: PALM AND HIBISCUS ISLANDS (Projea). The work shalt inctude site
preparation, earthworlq roadway reconstruction, utility undergroundin& water rnain installation and
water services relocation, storm drainage infrastructure Installation, roadway lighting and
streetscape/planting improvements. The Project area is two islands Jocated in eiscryne Bay (see Exhibit
A). The islands are located immediately north of MacArthur Causeway at a slgnalized antersection.
Areas to be affected by the proposed lmprovements include:
Palm lsland: Fountain Stree! Palm Avenue, North Coconut Lang and South Coconut Lane
Hibiscus lsland: North Hibiscus Drive, South H.ibiscus Drive, West palm Midway, East patm Mldway, East
1tt court, East 2il court, East 3'd court, East 4th court, wesi t" court, w.rii.;'iori, *"ra 3'tco;l;---
and West 4th Court
SCOPE OF SERVIGS
The scope of services for this Project under Phase 1 are described in the project's Design Criteria
Package (DCP) dated November4,zor4 and are summarized as follows:
r Streetscaoe lmorovements: The DESIGN-BUILDER shallfamiliarlze itsetf with the DCp in orderto
deslgn and construct the proposed streetscape lmprovements within the established design
guidelines, Public Works Department Standards Manual (pWD Manual) and other agencies
having jurisdiction. The streetscape improvements shall include complete reconstruction of all
roadways throughout the project limits; D+urbs, F-curbs, and valley gutters along all projea
roadways, as applicable; new striping, signing, driveway harmonizations; repair and new
iidewalks for ADA compllance; landscape improvements including new trees; and traffic catming
techniques lncluding speed tables.r Water Distribution Svstenl lmorovements:
The Proiect includes new water mains throughout the project area. The proposed system
consists of new 8-inch Ductile lron Pipe (DlP) in reptacement of the existing water lines along
most of the public streets. New fire hydrant assemblies, tie-in of proposed 8-inch Dlp water line
to the existing water mains at various locations, and service connections at every parcel shall be
provided.
819
r Storm water svstem: The DESIGN-BUILDER shall familiarize itself with the Dcp in order to design
and construct the proposed storm water system lmprovements within the established deslgnguidelines, PWD Manual and other agencies having jurisdiction. Utillzing an updated survey
containing finished floor data, all road right-of-ways within the limlts orihe erolect shall bereconstructed to newly targeted elevations as requested by owner. Minimum lutter elevation
shall be established where reasonably possible at elevation 2.7g NAVD. Rdditionaldesign
considerations will be made to maintain positive drainage from the private lots. Both istands
may be served by up to four (4) stormwater pumping stations; 2 staiions per island. The
stormwater network shall be resized and reconfigured from its original 30% design provided inthe DCP. The DESIGN-BUILDER will design the driinage system to meet the guidelines andperformance criteria as required in the updated Dcp. Aliroad rlghts-of-way *itt in the limits ofthe Project shall receive upgraded drainage improvements that include but are not timited tothe followinS: new piping, catch basins, yard drains, manholes, control structures, forcemain
outfalls, and hydrodynamic water quarity treatment units.
' The Design-Builder shall further familiarize itself with the revisions to the DCp in order to design
and construct the proposed storm water system irnprovements within the established design
guidelines. The alternate design may include two (2) pump stations on palm lstand and either
one (1) or two (2) pump stations on Hibiscus lstand depending on available area for siting thestations. Electrical design will include power and control systems for each of the purnp station(and may include emergency generator) as described in the revised Dcp, structural drawings forthe final pump station shail be designed by a structural Engineer.: Utilitv Un4erEroundinc: The DESIGN-BUILDER shall familiarize ltself with the DCp in order toperform the scope required for utility undergrounding at Hibiscus lsland within the established
design guidelines, PWD Manuat and other agencies having Jurisdiction. The project smpe
includes undergrounding of aerial utillties on Hibiscus tsland only and shall be coordinated
between all utility companies. The DESIGN-BUtLDER shall install infrastructure as outlined in the
DCP in preparation of the utilities being located underground. All conduits shall be instaltedwith pull strings for use by the installing utility contrador and in accordance with the utllity
company's criteria and specifications.r Street Llehtine Svstem: The DESIGN-BUILDER shatt familiarize itself with the DCp in order to
design and construct the proposed street lighting system withln the established designguidelines. The DESIGN-BUILDER shall coordinate t'he removal and relocation of thc existing
flxtures with Florida Power and Light (FPL), Atlantic Broad Band (ABB), AT&T, and the CtTy.r Sanitarv Sewer: Rehabilitation of the sanitary sewer system shall include llning of existing
sewer llnes that have not been rehabilitated (sanitary map and ccrv sanitery liies Inspection
report datedT131/12) as wefl as rning of ail manhores within the system.
The scope of services requires that all existing and proposed aboveground improvements be
coordinated wlth existing and proposed below-ground infrastructure improvements, which may include
the following tasks:
o storm water system;
' Replacement of water mains, including lining of existing sanitary sewer lines; and' coordination with other entities inctuding but not limited to, Fp! AT&T,ABB and others that
may exist within the public right-of-way.
The DESIGN-BUILDER shall be tasked with the fottowing duties and responsibitities:
820
TASK 1-PlAilItilIG SERVTCES: Not Reguired
TASX 2 - DESIGITI SERVICTS:
The purpose of this Task is to establish requirements for the preparation of contract documents for theProject. Task deliverables shall comply with minimum requirements of the pwD Manual (latest edition).
Task 2.1 requires the DESIGN-BU ILDER perform a variety of forensic task to verifi7 existing
conditions and the accuracy of 3096 conceptual ptans, specifications, reports, and surveys 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.
Task 2.4 establishes requirements for the preparation of draft and final Guaranteed Maximum
Pricing by the DESTGN-BU|LDER.
Task 2.5 and 2.5 establish requirements associated with participation in Cornmunity Design
Revlew MeetinBs and incorporating revisions resulting from those meetings, as approved by the
crw.
Task 2.7 specifies requirernents for review of contract documents with jurisdictional permltting
agencies prior to finalization.
Task 2.8 establishes requirements to maintain an in-house euatity Assurance / euality Control(qA/qc) protram designed to verify and ensure the quality, clarity, completeness, and
constructabillty of its design documents.
Task 2.9 establishes the supervision requirements the DESIGN-BUILDER shall have over its
design consultants.
To assist the CITY in their lmplementation of a Public lnformation program, the DESIGN-BUILDER shallprovide electronlc files of all Project documents, as requested by the ClTy for posting on the prog6m
website. The DESIGN-BUILDER shall provide the electronic fites for the front+nd doiuments, technical
specifications, and construction drawings in MS-Word, AutoCAD and Adobe Acrobat file format.
The review process forDeslgn services shall consist of 3OIo, 5a%,ga%and lo0% complete submittals.
Contract documents shall be subiect to constructability and value engineering reviews to be perforrned
by the DESIGN-BUILDER and the CITY. DESIGN-BUILDER shall work with the Ctw to adjust/revise project
scope as may be deemed necessary to meet established budgets as the design evolvei from earlier to
latter stages of completion.
DESIGN-BUILDER shall utilize and be bound by the Project's Design Criteria package - November 4, zot4
(DCP) detailing procedures, standards and policies regarding aeslen of alt Right of w.y (ROW) programs
proiects, the City of Miami Beach Pubtic Works Manual - April, ZOO7, aswell as any subsequent updatetto supplement details required to complete the Project lncluding details for encroachments, driveway
821
harmonization, and water service relocation. The pwD Manuat can be found at
www.m iamibeachfl .gov/pu blicworks/engineering/engineering man ual.aspx
DES,GN-BUILDER shall
verify/update the information presented in the DCP and review the preliminary design drawings,prepared by the Projecfs DESTGN CRITERIA PROFESSIONAL, to the elitent necessary to ensure that theproposed improvements do not negatively impact existing/proposed Facillties and to fulfill the
requirements as the Successor Professional Engineer, DESIGN-BUILDER shall: review the preliminary
drainage report prepared by stantec consulting services, lnc.; review the geotechnicat survey reportprepared by Professional Services lndustries dated October 9, 2012 and shail verify/update the
information to the extent necessary; obtain utility drawings from franchise utility companies andperform soft digs to identifo utility conflicts; review the preliminary traffic report prepired by stantec
Consulting Services; review the bridge evaluation report and assess the bridge's limltations for all
construction methodologY, equipment, and access; review the pretiminary Encroachment Analysis
prepared by Rosenberg Gardner Design and provide an update to the encroachment analysis as
required; review the contamination Screening Evaluation Report prepared by professional Services
lndustries dated August 9,2Q72; review the Video tnspection Report and provide written
recommendations for sanhary sewer improvernents if required; review and revise as needed the
Driveway Harmonization tlcense Agreement between individual homeowners and the ClTy; revjew and
revlse as needed the water service relocation on private property document between lndividual
homeowners and the cl-rY; and review the topographic survey performed by HADD9NE coRp Surveyors
and Mappers dated April !8,2ot2 for Palm lsland and May 5, 2OtZfor Hibiscus lsland and veriff/update
the information presented to the extent necessary.
Deliverables: -Perform forensic and survey work as noted. provide updated base drawings
reflecting current conditions and an accompanying report descrlbing it
"
finding. andlor
recommendations discovered during the review of the documents described above.
Schedule: -Wfthin 45 calendar days after issuance of Task 2 - Design phase Notice to
Proceed.
Task 2.2 - Detalled Desien: DESIGN-BUILDER shalt p!,epare all contract documents in comptiance with
PWD Manual and DCp standards.
Technicalspecifications shall be prepared in conformance with Construction Specifications lnstitute (CSl)
formats. The CITY, through the PWD Manual and DCP, shallfurnish the DESTGN-BUILDER with standard
CITY specification outlines for Divisions 1, 2, 3 and 16 as noted in the pwD Manual and DCp. DEstGN-
BUILDER shall provide additional sections that the DEstGN-ButLDER may require, not already provlded
through the clTY standardq subject to review and comment by the clTy. DESIGN-BUILDER must reviewclw standards and adopt and change/update where necessary. Any supplier listing required by
specifications shall include a minimum of two (2) named suppliers and shall meet ail appticable CtTy and
State of Florida procurement codes. Speciflcations shall be provided to the DESTGN-BU|LDER in
"Microsoft M$'Word" format. DESIGN-BUILDER shalluse the same sofhruare in all project related work.
DESIGN-BUILDER shall utllize base front-end documents provided by the ClTy. DESTGN-BUtLDER shall
edit accordingly to result ln a Project specific document. Any requirements for supplementary General
conditions shall be subject to review and acceptance by the clry.
822
DESIGN-BUILDER shall attend monthly Design Progress Meetings with ClTy at the City's Ctp offtces as
scheduled by CIW staff.
For purposes of this Scope of Services, the following will be considered the minimum effort to beprovided by the DESIGN-BUILDER for establishing detail design milestone submittals:
' A full updated survey shall be completed at the request of the CtTy based on initiat
lnvestiSations by the DESIGN-BUILDER which showed that the survey provtded as part of the
DCP does not meet the current CITY survey standards. ln addition, much of the survey
information is outdated due to the high rate of home reconstruction that has been taking ptace
on Palm and Hibiscus lslands.r The 30% design completlon stage milestone shall consist of creating new construction plan
sheets from updated survey information showing existing and proposed utiljties in plan view.
The 30% design completion for the stormwater system shall consist of pump station location,
station capacities, updated stormwater network with plan and profile views of proposed
im provements, hyd ro lotac a nd hyd ra utic a nalysis.' The 60% design completion stage milestone shall consist of plan and profile views of allproposed improvements, with all applicable sectlons and construction details at a scale of f-inch
equals 20 feet. The corresponding profile for each plan view shall be inctuded on the same
sheet as the plan view. ln addition, a small scale key map will be provlded on each sheet to
allow the reviewer the ablllty to readily identify the location of the sheet within the project area.
Prlor to the preparation of the 6o% design completion stage drawings, the DESIGN-BUILDER
shall incorporate changes to its design based upon its underground utility verification efforts
and review comments received. ln addition, the DESTGN-BUILDER shall include draft techn jcal
specifications.
' The 90% design completion stage milestone shalt consist of a near finat construction document
set including the front-end documents (general and supplemental conditlons), technical
specifications, and construction drawings for alt Work. The DESIGN-BUIIDER shail inctude
detalled construction sequencing restrictions for the clw's review with this subm jttal. prior to
the preparation of the 90% design completion stage drawings, the DESIGN-BUILDER shall
lncorporate changes to its design based upon review comments received, prior to 100% design,
DESIGN'BUILDER shall meet with appropriate Miami-Dade County agencies and other franchise
utillty companies to confirm that the Project des'rgn meets regulatory requirements and isproperly coordinated with the other utilities.
' The 100% design completion stage milestones shall consist of the 90% documents updated to
Include all constructabllity and design review comments as may be provided by the ClTy and/or
iurisdictional review agencies. This set of documents will be used by the DESTGN-BUtLDER to
implement PWD permitting reviews. The 100% construction documents must include pWD,s
a pprova I sta m p (l nd ica ting pWD,s acce pta nce).
Deliverablss: - Furnish six (5) sets each of the go%,60%,90%, and 100% design completion
stage documents to CITY, as applicable (three full size and three half size for
each submittal) ln addition to three (3) CDs with electrontc fites of the submittal.
Attend design progress meetings with clry staff at the ctp offices as scheduted
by the CITY.
823
schedule: - complete 30% document submittat within 75 catendar days after the issuance of
Task 2 - Design Phase Notice-to-proceed.
' Complete 60% document submittal within 45 calendar days after after receiving
review comments from various city Departments on 30% subrnittals and
completion of CDRM..
complete 90% document submittal within 45 catendar days after receiving
review comrnents from various clty Departments on G0% submittals and
completion of CDRM. Pennit submittal to applicable regulatory agencies will
commence upon completion of 90 percent documents.
complete 100% docurnent (Bid set) submittal within 15 calendar days after
receipt of all comments from regulatory agencies. The 100% construction
documents must include PWD's approvalstamp (indicating pwD,s acceptance).
Minimum Design Featurcs to Be Shown on Drawlngs
The DESIGN-BUILDER shall note that the following criterla indicate the minimum des'rgn standards to be
shown on drawings and shallcomply with the PWD Manual. The DESTGN-BUILDER is encouraged to
revlew and recommend changes as it deems necessary, subject to the review and acceptance of thecrw.
Existing Condittons and Demolition ptonst Provide drowings that indicote the existing conditions known in the fietd ot the time of
the survey, including ony other tnformotion discovered in the field during preliminary designt Provide drawings thot indicote the timits of the existirtg features planned for demolition
Poving, Grading and Drainoge plons
' Show existing grade / topography, centertine roadway, edge of pavement, back of
sidewaJk, top of curb, gutter flow line
' Show proposed grade along the centerline of the road at 50 centers, Iim jts of road work,
inlets, curb and gutter and sidewalk, Show limits of dernolition / removalr Show lirn jts of proposed work
' ldentify all surface features of art existing and proposed work. ldentlfy driveway locations. ldentifo proposed structuresr ldentify llnear footage of pipe, pipe invert elevation, diameter and material
Poving, Grading and Droinoge Details
' Show proposed cross sections wfth topographical information at key locations
' ldentifu the following minirnum information on cross sections:- Existing utilities (Based on record research and sunshine one-call design tickets)- Proposed road slope, [ane width, sidewalk width and surface features within the
right-of-way
824
' xi"*:::'lliliffii:lX:rorthe sub-base and base and asphatt
r Conflict manhole detailr Manhole details, Driveway replacement sectjonr Catch basin details. Exfiltration trench detailsr Drainage pipe trench detailr Restoration Details - All pipes- Roadway
Sidewalk
- Curb and gutter
Woter Distribution and Sanitary Sewer plans
General
I ldentify existing utilities (Based on record research and sunshine one-call design tickets). Show future utilities proposed by others. ldentify trees / landscaping to remain in place
Water Distribution System
. Show location of single and doubte water meter boxes. ldentifiT fire hydrant assembly. ldentifu fitting locations
' ldentifo limits of restrained joints
' ldentify deflection limitsr ldentrfu water sampling poinS. ldentifo dead end blow-offsr ldentify air release valvesr ldentifiT pipe diameter and materialr Stationing
Pressure Pipe Profiles
i Show top of pipe elevation. ldentifo location of air release valve at high points
' ldentify vertical / horizontal deflection and/or fittings. ldentifo minlmum cover requirementsr Provide details of major utility crossings- Jack and bore- Horizontaldirectionaldrilling- Subaqueous crossing- Aerialcrossing
- Culvert crossing
825
T"tk 2.3 - Doi"n / Crntt*.t bilit, R*1"* rnd v"lr" En"in""rin", To verify that the DESIGN-
BUILDER's design is in compliance with PWD Manual and DCP reluirements, the CIW will conduct designsubmittal reviews on the 3o%,60yo,90%, and 100% Project design documents. The 100% design
completion stage submittal will be used by the DESIGN-BUtLDER to permit the project through allinternal CITY reviews.
The purpose of these reviews shall be to verify that the documents are consistent with the design intent
as set forth in the DCP dated November 4, 2014. These documents shall be furnished as bound g-t/z-
inch by 1l-inch technicalspecifications and futl-size (22-inch by 34-inch)and hatf size (ll-inch by L7-
inch) drawings. The applicable CITY Departments shall perform reviews on these documents andprovide written comments (in "Excel" spreadsheet format) back to the DESIGN-BUILDER within 10
calendar days of receipt by the ClTy.
Follow!ng receipt of comments by the DESIGN-BUILDE& a meeting may be scheduted between the CtTy
and DESIGN-BUILDER to discuss the intent and revlew of the comments. subsequently, the DESIGN-
BUILDER shall address how each comment was resolved, within 10 calendar days afteithe review
sesslon and/or receipt of the comments. The responses shatl be in the spreadsheet format provided tothe DESIGN'BUIIDER. The DESIGN-BUILDER shall address all review comrnents. The CtTy wiil perform
constructability reviews of the design documents relative to value and construction sequencing. These
reviews shall be based upon 50 and 90 percent design submittals recetved from the DESIGN-BUILDER
and shall be conducted concurrently but separately from the 60 and 90 percent design reviews noted
above. Constructability review meetings shall be held to discuss the DESIGN-BUILDER,s proposed
construction sequ encing restrictions,
The CITY's review of the contract documents shall not relieve the DESTGN-BUILDER from its
responsibility to the CIW with regard to the quatity and completeness of its contract documents.
Delfuerables: 'Attend meeting wlth the CITY to review and discuss design constructabitity and
value comments.
Schedule:
- Prepare written responses to comments made during reviews.
- Complete concurrently with Design phase schedule.
The DESIGN-BUtLDER shall prepare and submit to
the clTY a draft and final Guaranteed Maximum Price (GMP) at the G0% and 90% design completion
stage submittals, respectively. Once the 100% completion stage submittal is subrnitted and stamped
approved by PWD, the DESIGN-BUILDER will confirm its Final Guaranteed Maximum price to the ClW to
cornplete Phase 2 of the project.
Deliverables: - Furnish slx (6) sets of the draft GMP at the 60 percent design completion phase
and six (6) sets of the final GMp at the g0 percent comptetion stage to ctry, in
M$Exce[ electronic disc format, concurently wlth the design submittats noted
in Task 2.2. The GMp package submittal shall be provided to meet the
requirernents of Section 4.3 of the Design-Build Agreement
- Attend meetings with the ctry to review and discuss cost estimates and
submiUal information.
826
Schedule:- Complete concurrently with Design phase schedule.
Task 2.5- Communitv Desien Revlew Meetines and Pre-Construction Meetinss
DESIGN-BUILDER shall attend and participate in three (3) Cornmunity Design Review Meetings (CDRM)
to review the design progress and concept. The ClrY will schedule, find location for, and notiry residents
of the meetlngs. DESIGN-BUILDER shallprepare for, attend and present its documents atthe CDRMs.
The first CDRM shall occur during Task 2.1 in order for the DESIGN-BuILDER to receive input from the
resldents on the DCP and its preliminary design documents. The second CDRM shall be scheduled at the
3096 design completion stage, and the third at the 60% design completion stage, presentation format
shall consist of a brief Power Point prqsentation to review Project status, h'rghlights, funding schedules,
plus review of fu!! size plans for the Project. DEsIGN-BUILDER shall pr.prr. dr.ft meeting minutes and
fonruard them to the CITY, which shall review, provide comments and distribute, accordingly, DESIGN-
BUILDER shall provide sufficient staff at the meeting to address concerns by residents at multiple plan
stations. The DESIGN-BUILDER will attend Pre{DRM meetings with CtTy staff to review the proposed
format of the presentation for the CDRMs.
DESIGN-BUILDER shall attend and participate in one (1) review Pre-Construction Meeting (pcM) and one
(1) PCM following the acceptance of the 100 percent design subrnittal. The CIW will schedule, find
location for, and notify residents of the meetings. The purpose of the PCM is to advise residents on the
schedule and sequencing of the upcoming constructlon activlties. DESIGN-BUtLDER shall prepare for,
attend and present its documents at the PCM. Presentation format shail consist of a brief power point
presentation to review Project status, highlights, funding, schedutes, plus review of full size ptans for the
Project' DESIGN-BUILDER shalt prepare draft meeting minutes and forward them to the clTy, which
shall review, provide cornments and distribute, accordingly. DESIGN-BUILDER shall provide sufficient
staff at the meeting to address concerns by residents at multiple plan stations.
Task 2.6 - Document Revisions: Based upon the input provided by the residents at the CDRMs and
PcM, the DESIGN-BUILDER shall incorporate contract document revisions, as necessary, to secure
approval by the CIIY and all applicable regulatory agencies.
Task 2.7 - Permittins Reviewsi DESIGN-BUILDER shall prepare applications and such documents and
design data as rnay be required to procure approvals from all such governmental authorizes that have
iurisdiction over the Projea. The CITY will pay all permit fees. DESTGN-BUILDER shall participate ln
meetings, submissions, resubrnissions and negotiations with such authorities. DESIGN-BUILDER shalt
respond to comments by such authorities within ten (10) calendar days of receipt of comments unless a
different time is agreed to by CITY, DESIGN-BUILDER shall solely be responsible for formally transmitting
and receiving permits to and from the respective jurisdictional authorities. Sjnce the ClTy is to track and
monitor progress on the preparation and review of permit and subsequent requests for informatlon,
CONSULTANT shall also copy the CIW on atl permit related correspondence. This includes DESIGN-
BUILDER Benerated minutes from meetings held with related parties. DESIGN-BU|LDER shall pull all
permits. At the time of scope preparation, governmental authorities that have or may have jurisdiction
over Project have been identified as follows:
. City of Miami Beach Building Department. City of Miami Beach Design Review Board. City of Miami Beach Historical preservation Board
827
. Cityof MiamiBeach parking Departmentr City of Miami Beach parks Department. City of Miami Beach planning Department. Ctty of Miami Beach public Works Departmentr Miami-Dade County Department of Regulatory and Economic Resources (RER)
' Miami-Dade County Waterand Sewer Department. Miami-DadeCounty public Works Departmentr Miamioade Department of Health and Rehabilitative services. South Florida Water Management Departmentr Florida Departrnent of Envlronmental protection
' US. Army6rps of Engineers, U.S. Environrnental protection Agencl
Notwlthstanding the above, the clrY's failure to identiffgovernmentat authorlties that have jurisdiction
over Project shall not relieve DESIGN-BUILDER from its sote responsibility to procure att requisitepermits.
DeliYerables: - correspond with noted jurisdictional authorities to establish pennitting
requirements.
- Revise documents and respond to permitting inquiries as required.
- Attend meetings with the ClTy, and/or permitting agency staff as required to
review, discus and finalize permit procurement.
- Complete concurrently with Deslgn phase schedule.
Task 2.8 -The DESIGN'BUILDER's QA/QC of Desiqn Documents: DESTGN-BUaI^DER shall establish and
maintain an in-house Quality Assurance / Quatity control (AA/ac) program designed to verify and
ensure the quality, clarity, completeness, and constructabill{ of its design documents. The Cffy, at its
discretion, may require the DESIGN-BUILDER attend public meetings or meetings with city Staff to
review the status and present resutts of its qryq6 efforts. ltems to be addressid may include, but shallnot be limited to, review of specifications by respective technlcalexperts and review of the documentsto identifo conflicts and inconslstencies between the various project disciplines.
Task 2-9 - DESTGN'BUILDER oversleht tu required in Section 5 of the Agreement, the DESTGN-BUILDER
shall supervise the design services undertaken by any and all of its design consuttants and oversee and
supervise the value engineering, the community Meetings and the production of the varying stages of
the cost proposals.
Task 3 -As-Bid Comr:ct Documents
The purpose of this Task is to establish requirements for the preparation of as-bid contract documents
for the Proiect. Task deliverables shall comply with minimum requirements of the pwD Manual (latest
edition).
Upon completion of constructabitity revlews, value
engineering discussions, and revisions made during the negotlation of the GMp, the destcN-eUtLogR
shall incorporate revisions to the drawings as appropriate and as approved by the City to form the As-
Schedule:
10
828
Bid contract Documents. once the fu-Bid contract Documents are completed, they will be submitted to
PWD for review and approval, once starnped by PWD, the As-Bid Contract Documents will be ready forconstruction.
Deliverables: - Furnish six (6) sets of the As-Bid contract Documents to CtTy, in M$Excel
electronic disc format.
Schedule:- Complete concurrently with Deslgn phase schedule.
Task 4 - Construction Management Servtces
The purpose of this Task is to establish requirements for the delivery of Construction Management
Services for the project.
Task 4.1A- Pr+C-onstructlon Meetine: The DESIGN-BU|LDER shall attend one (1) pre-construction
meeting wlth the CffY. The DESIGN-BUILDER will prepare and distribute agenda and subsequent
meeting minutes to ail attendees and other appropriate parties.
Deliverables: -Attend and participate ln pre-construction meeting.
-Prepare agenda and meeting minutes.
Schedule: -As scheduled by CITY after issuance of Task 4 Notice to proceed.
DESTGN-BUILDER shall prepare, attcnd
and conduct one (1) pre-construction meeting with the residents, The purpose of this meeting shall be
to present a Power Polnt overview of anticipated construction sequencing, conditions to be expected,
and other issues that may be of concern to residents, as either addressed at the meeting, or the pre-
meeting wlth ClrY representatives {that is to be held to review the content of the presentation with the
DESIGN-BUILDER prior to the meeting).
Task 4.2 - Weeklv Construction Meetine$ The DESIGN-ButLDER shall attend weekly construction
meetings with the cnY staff for the duration of the Project. weekty construction meetings will be
coordinated with the DESIGN-BUILDER's construction lnspecto/s schedule so that meetings occur when
the constructlon lnspector is on-site to minimize project costs. The purpose of these meetings shall be
to review the status of construction progress, shop drawings submittals, and contract document
clarifications and interpretations. These meetings shatl also serue as a forurn for discussion of
construction issues, potential changes / conflicts and any other applicable matters. The meetings may
include site visits to visually observe / address construction related concerns that may result from
discussion during the constructlon meeting. The DESIGN-BUILDER will prepare meeting minutes and
distribute to all attendees and other appropriate parties. Based on ti*ta observations and other
construction related activitles, the DESIGN-BUtLDER shall identify and document any issues, field
condltions, and other rlsks/concerns that may impact the cost and timely delivery of the project, and the
expectations of the ClW.
Dellverables: -Attend and participate in weekly construction progress meetings.
-Prepare and distribute meeting minutes
11
829
Schedule: -Weekly throughout the project duration.
Task 4.3 - Processine of Shoo DrawinssiThe DESIGN-BUILDER will provide shop drawings to the crry
for their review. The Cl'l'Y shall have fourteen (14) calendar days from the tlme of recelpt in its office, to
review and return shop drawings to the DE5IGN-BUtLDER. The DESIGN-BuILDER will address each of the
CITY's comments, in writing.
Delfuerables: -provide three (3) copies of shop drawings to the clry.
-Provide written responses to the clry of all shop drawings review comments
Schedule: -Ongoing through project duration.
Task 4.4 - Construction lnspectionsi The DESIGN-BUILoER shalt provide construction inspections (not-
to-exceed 16-hours per week) through Project completion and final certification, to provide an adequate
quality of observation as required to reasonably veriff that critical elements of the project are being
complied with, and that the general intent of the contract documents is being met.
The DESIGN'BUILDER's field staff shall be on-site paft-time as warranted. The construction inspecuons
shall monitor all Contractor work crews.
ln general, the DESIGN-BUtLDER shall observe the construction of the work and:
a) Conduct on-site observations of the Work In pro$ess to assist in determining if the provisions of
the contract documents and permit condltions are being futfilled. DESTGN-BUILDER shall report,
to the CITY, in writing whenever it is be,ieved that Work does not conform to the contract
documents, does not meet the requirements of inspections, test, or has been damaged prior to
finalpayment.
b) Maintain a daily log of work performed. The daily notes shall include records of when the
DESIGN-B[JILDER is on the iob-site, weather conditiong change orders, or changed conditions,
list of job site visitors, daily drilling and testing activities, observations in general, and specific
observations in more detail as in the case of observing test procedures. Record, ln writing, the
outcome of these inspections. DESIGN-BUILDER shall identify any utitities damaged and verify
that the contractor has notified the respective utility owner.
c) Verifu that tests, equipment and systems start-up are conducted in the presence of appropriate
personnel and maintain adequate records thereof; and observe, record, and report appropriate
details relative to the test procedures and start_up.
d) Provide a photographic record of the construction, beginning with pre-construction
docurnentation and completing with post{onstruction photographs. photographs shall be
digital snapshot type taken to define the progress ofthe proiect and shall be labeled as to date,
location, view, electronicaily filed by month, and signed by the DESIGN-BUILDER.
L2
830
Delfuerables: -Provide on-site part-time construction inspection, not-to-exceed lGhours per
week through the duration of the project.
-Prepare Dally constructlon observation Forms and distribute to the clry.
Schedule: -Ongoing throughout project.
Uponsubstantialcompletion,DEslGN.BUlLDER,in
coniunction with appropriate CITY staff, shall schedule and conduct an overview of the project. The
overview shall include the development of a "punch list" of iterns needing comptetion or coTection
prior to consideration of final acceptance.
Upon notification from DESIGN-BUILDER that all remalning "punch list" items have been resolved, the
CITY staff shall perform a final review of the Project, Based on successful completion of all outstanding
work items by the DESIGN-BUILDER the DESTGN-BUILDER shall assist CITY in closing out the construction
contract. This shall include, but not be lirnited to, providing necessary documentation including, but not
limited to, lien waivers, DESIGN-BUILDER's finalaffidavit, close-out change orders, certificates of
substantial and final completion, consent of surety to finat payment, and processing of the final payment
applicatlon.
ln addition, the DESIGN-BUILDER shall transfer record drawing markups or cAD files for record purposes
and certify the Project as complete, in accordance wlth all applicable jurisdictional permitting
requirements.
Dellverables: -Provide substantiat comptetion notificatlon.
-Attend field meetings to review Substantial Completion.
-Prepare and assist the city in verifying that punch lists are completed.
-Certify Project completion to appropriate agencies.
-Provide red-lined 'hs-built" drawings in a form acceptable to the clry.
-Prepare electronic record drawings and certify project as complete per
applicable jurisdictiona! requirements.
-submit five (5) full size copies, and one (1) fult size mylar copy, of final as-built
record drawings with applicable certification of completion.
-submit final as-built record drawings electronlcalty in cD format,
-Submit final Project photographs / aerials.
{ONSULTANT to provide close-out Book with the following information:r Permits - complete final permit inspection sign-offs; ensure that all
permits are closedr Engineer's certification of project completion that project was built in
accordance with plans and speciffcations.r Change orders - provlde all finalized change order informatlon.r Punch list - provide complete list, including date item closed.. Certificate of Substantial/ Final Completion. Operating and Maintenance Manuals. Pay applicationso Final Waiver and Releases of Lien / Consent of Surety
831
. Materialtesting log
" Permit fees logr Record drawing log
{ngoing throughout duration of the project.
t4
832
SCHEDUT^E B:
CONSU LTANT COM PENSATIO N
Schedule of payments
Revised November tZ, Z0]4
Task
1 Planning Services (not lncluded in this contract) S
2
2.t
2.2
Design Seruices I
Review DCP Reports and Update Existing Base Sheets
Detailed Design
2.2.L Survey
2.2.2 30% Design
2.2.3 6O96 Design
2.2.4 90% Design
2.2.5 1007o Design2.3 Design/Constructability Review2.4 Construction Cost Estimates
2.4.r- 60% Completion Stage - Draft GMp
2.4.2 90% and 10OIo Comptetjon Stage - Final GMp2.5 Community Design Review Meetings and
Pre-Construction M eetings2.6 Document Revisions2.7 Permatting Reviews2.8 Design-Builder's Qtulqg d Design Documents2.9 Design-Builder Oversight
3 As-Bid Contract Documents **
4 Construction Management **
6 Reimbursable
6.3 Surveying
6.4 GeotechnicalBorings
Note: * These services will be paid lump sum based on
identified in the individual tasks.
5
s
s
s
s
$
s
$
s
s
S
S
s
s
5
s
s
s
s
s
Fee
o
850,t18O
30,000
14]-,7U
55,322
2g4,UO
161,336
97,939
8,280
9,090
4,350
13,480
5,000
5,000
3,230
37,460
15,260
242,434
4s00
1,200
3,300
percentage complete of each phase as
** The cost and scope for these services are preliminary and will be adjusted accordingly if
needed based on the final proJect scope ofwork.
833
RESOLUTION TO BE SUBMITTED
834