HomeMy WebLinkAbout2005-25789 Reso
RESOLUTION NO. 2005-25789
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 AN AGREEMENT WITH
HARGREAVES ASSOCIATES, IN THE NOT TO EXCEED AMOUNT OF
$328,505, FOR THE PLANNING OF THE SOUTH POINTE PARK
IMPROVEMENTS.
WHEREAS, in 1995, the City adopted a Parks Bond Master Plan that included
major improvements to South Pointe Park; and
WHEREAS, on June 26th 1997, the Mayor and City Commission approved a
Resolution authorizing the City to enter into an agreement with Bermello and Ajamil for the
design of improvements to the Park; and
WHEREAS, although some degree of planning of Park improvements was
completed for the Park by 2002, in November 2002, the City Commission terminated its
agreement with Bermello and Ajamil and authorized the issuance of (a new) RFQ NO. 16-
02/03 for architecture and engineering services for the design of Park improvements; and
WHEREAS, responses to the RFQ were received in February 2003, and an
Evaluation Committee was appointed and met to short-list the top ranked firms; and
WHEREAS, however, at approximately the same time, the City's options for settling
the long standing land use litigation related to the Alaska Parcel expanded to include the
possible addition of approximately two acres to the Park, which would substantially affect
the scope of services for the project completed under the RFQ; and
WHEREAS, while it was anticipated that this issue could be resolved in a manner
that would allow the RFQ process underway to continue, it was ultimately determined that
the addition of the land would substantially change the scope of services for the project,
and RFQ NO. 16-02/03 was therefore terminated by the City Commission on February 25,
2004; and
WHEREAS, in July 2004, the City reached a settlement on the long standing Alaska
Parcel land use litigation that will add 2 acres to the Park and, on September 8,2004, the
City Commission authorized the issuance of RFQ No. 39-03/04 which included a revised
scope of services which addressed the land being added and related issues; and
WHEREAS, the RFQ was issued, six responses were received, and an Evaluation
Committee appointed by the City Manager convened and heard presentations from the six
firms, and ranked Hargreaves Associates number one; and
WHEREAS, on November 10, 2004, the City Commission authorized the
Administration to negotiate an agreement with Hargreaves Associates for the design of
Park improvements, and City staff subsequ~htly held a negotiation session on December
16, 2004 with Hargreaves Associates; and
WHEREAS, the City and Hargreaves Associates have reached substantial
agreement on a scope of services which is limited to the planning phase of the project, to
be performed for a fee of $328,505, which is approximately 3.7% of the approximate
project construction budget of $8,700,000; and
WHEREAS, funding in the amount of $328,505, is available from South Pointe
Redevelopment Area funds; and
WHEREAS, although the fee was negotiated as a part of the process of entering
into a standard City agreement for AlE services, the Related Group (TRG), the former
developer of the Alaska Parcel, may be willing to fund either all or a substantial portion of
this fee and staff is currently working with TRG to determine the feasibility of this
happening.
NOW, THEREFORE, BE IT DULY RESOLVED BYTHE MAYOR AND CITY
COMISSION OF THE CITY OF MIAMI BEACH, that the Mayor and City Commission
approve and authorize the Mayor and City Clerk to execute a professional services
agreement with Hargreaves Associates, in the not to exceed amount of $328,505, for the
provision of professional services required to plan South Pointe Park Improvements.
~:x p~
CITY CLERK
,2005.
APPROVED M TO
FORM & LANGUAGE
& FOR EXECUTION
T:\AGENDA\2005\Jan 1205IRegular\soulhpoinleparkreso,doc
~ l-~-"'$
CITY OF MIAMI BEACH
COMMISSION ITEM SUMMARY
m
Condensed Title:
A Resolution of the Mayor and Commission of the City of Miami Beach Authorizing the Execution of an
Agreement with Hargreaves Associates In the Not To Exceed Amount of $328,505 for the Planning of
South Pointe Park Improvements.
Issue:
Should the Mayor and City Commission Authorize the Execution of an Agreement with Hargreaves
Associates In the Not To Exceed Amount of $328,505 for the Planning of South Pointe Park
Improvements?
Item Summary/Recommendation:
In 1995 the City adopted a Parks Bond Master Plan that included major improvements to South Pointe
Park. On June 26th 1997, the Mayor and City Commission approved a Resolution authorizing the City to
enter into an agreement with Bermello and Ajamil for the design of improvements to South Pointe Park. In
November 2002, the City Commission terminated this agreement with Bermello and Ajamil and authorized
the issuance of a new RFQ for architecture and engineering services for the design of Park improvements.
However, due to delays in settling various City land use litigation in the immediate area, this RFQ was
terminated. After this litigation was settled, on September 8,2004 the City Commission authorized the
issuance of RFQ No. 39-03/04. The RFQ was issued, six responses were received, and an Evaluation
Committee appointed by the City Manager convened and listened to presentations from the six firms and
ranked Hargreaves Associates number one, On November 10, 2004, the City Commission authorized the
Administration to negotiate an agreement with Hargreaves Associates for the design of park
improvements. City staff held a negotiation session on December 16th with Hargreaves Associates and
reached substantial agreement on the attached scope of services (Attachment A) to be performed for a fee
of $328,505 (Attachment B). The budget for the park is approximately $10,200,000 dollars including
$2,000,000 in 1999 City G.O. Bond funding, $3,200,000 in South Pointe RDA funding, and $5,000,000 in
2004 Miami Dade Countv G.O. Bond funding,
Advisory Board Recommendation:
I NA
Financial Information:
Source of
Funds:
Approved
D
Finance Dept.
Ci Clerk's Office Le islative Trackin
Donald P. Shockey
AGENDAITEM R7E
DATE /-/~-tJj
CITY OF MIAMI BEACH
CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139
www,miamibeachft.gov
COMMISSION MEMORANDUM
To:
From:
Mayor David Dermer and
Members of the City Commission
Jorge M, Gonzalez \v"V-
City Manager U 0
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF MIAMI BEACH AUTHORIZING THE EXECUTION OF AN AGREEMENT
WITH HARGREAVES ASSOCIATES IN THE NOT TO EXCEED AMOUNT
OF $328,505 FOR THE PLANNING OF SOUTH POINTE PARK
IMPROVEMENTS.
Date: January 12, 2005
Subject:
FundinQ
Funding in the amount of $328,505 has previously been appropriated from South Pointe
RDATIF funds for South Point Park Improvements.
Analvsis
In 1995 the City adopted a Parks Bond Master Plan that included major improvements to
South Pointe Park. On June 26th 1997, the Mayor and City Commission approved a
Resolution authorizing the City to enter into an agreement with Bermello and Ajamil forthe
design of improvements to South Pointe Park. Although some degree of planning of Park
improvements was completed for the Park by 2002, in November 2002 the City
Commission terminated its agreement with Bermello and Ajamil and authorized the
issuance of a new RFQ NO. 16-02/03 for architecture and engineering services for the
design of Park improvements.
Responses to the RFQ were received in February 2003, and an Evaluation Committee was
appointed and met to short-list the top ranked firms. However, at approximately the same
time, the City's options for settling the long standing land use litigation related to the Alaska
parcel expanded to include the possible addition of approximately two acres to South
Pointe Park which would substantially affect the scope of services for the Project. It was
anticipated that this issue could be resolved in a manner that would allow the RFQ process
underway to continue. However, it was ultimately determined that the addition of the land
would substantially change the scope of services for the Project, and RFQ NO. 16-02/03
was therefore terminated by the City Commission on February 25, 2004.
In July 2004, the City reached a settlement on the long standing Alaska Parcel land use
litigation that will add 2 acres to the Park. After this litigation was settled, on September 8,
2004 the City Commission authorized the issuance of RFQ No. 39-03/04 which included a
revised scope of services which addressed the land being added and related issues. The
City Commission Memorandum
South Pointe Park Improvement Project Planning Services Contract Award
January 12, 2005
-2-
RFQ was issued, six responses were received, and an Evaluation Committee appointed
by the City Manager convened and heard presentations from the six firms and ranked
Hargreaves and Associates number one.
On November 10,2004, the City Commission authorized the Administration to negotiate an
agreement with Hargreaves and Associates for the design of Park improvements. City
staff held a negotiation session on December 16, 2004 with Hargreaves and Associates
and reached substantial agreement on the attached scope of services (Attachment A) to be
performed for a fee of $328,505 (Attachment B). This fee represents approximately 3.7%
of the approximate project construction budget of $8,700,000. Funding in the amount of
$328,505 is available from South Pointe RDA funds. The total budget for the Park is
approximately $10,200,000 dollars including $2,000,000 in 1999 City GoO. Bond funding,
$3,200,000 in South Pointe RDA funding, and $5,000,000 in 2004 Miami-Dade County
G.O. Bond South funding.
The fee negotiated is limited to the planning phase of the Project. The fee was negotiated
as a part of the process of entering into a standard City agreement for AlE services.
However, the possibility remains that The Related Group (TRG), the former developer of
the Alaska Parcel, may be willing to fund either all or a substantial portion of this fee. Staff
is currently working with TRG to determine the feasibility of this happening. Regardless,
the Planning portion of the Project would be managed by City staff in accordance with the
City's regular process for planning park improvements. Thereafter, the City could elect to
exercise the option contained in the Settlement Agreement between the City of Miami
Beach and The Related Group dated July 28, 2004, that provides for the Developer to
build, at their cost and at the City's expense, the public facilities in South Pointe Park.
Hargreaves and Associates has also expressed interest in performing the design and
construction administration services for the entire Project. Staff is continuing the
negotiation of these services for the Commission's future consideration.
Administration Recommendation
The negotiated fee is commensurate with the level of improvements contemplated in the
scope of services for this high profile City Park. The Administration recommends adoption
of the Resolution so that the planning process can be completed in a timely manner.
JMG:RCM:TH:DPS
T:IAGENDA 12005\Jan 12051Regularlsouthpoinleparkawardmemo,doc
Attachment A
SCHEDULE A
CITY OF MIAMI BEACH, FLORIDA
SOUTH POINTE PARK IMPROVEMENT PROJECT
SCOPE OF AlE CONSULTANT SERVICES
CONSULTANT:
HARGREAVES ASSOCIATES
Program Background
The City of Miami Beach (CITY) has developed its multi-million dollar, multi-year "Planned
Progress" Capital Improvement Program to rebuild the City's existing roads, infrastructure,
utilities, parks and facilities, and to build new capital projects where they are needed. The
Program will dramatically improve the quality of life of the City's residents and complement the
enormous amount of private reinvestment that has taken place in the City. One of the projects
included in the "Planned Progress" program is the South Pointe Park Improvement Project.
Project Background
Since the City's Parks Bond Master Plan was issued n 1995, there have been various efforts to
consider and plan improvements to South Pointe Park. Because of ongoing dramatic land use
and demographic changes in the immediate area around the Park, the planning of these
improvements has been delayed. The recent agreement between the City and the private
landowner adjacent to the park provides for a transfer of approximately two additional acres to
the Park. Now that the final configuration of the Park has been determined, and that the final
development of the land surrounding the Park has been determined, this is an optimal point to
begin designing the final South Pointe Park Improvement Project. In addition, the successful
2004 County G.O. Bond referendum added another $5 million dollars to the Park Project
resulting in a total Project budget of $10.2 million dollars. Of this, the Target Construction
Budget is approximately $8 million.
The City has undertaken a competitive consultant selection process that has resulted in the
selection of Hargreaves Associates as the CONSULTANT which will provide the necessary
services outlined in this Scope of Services.
At this time the Scope of Services for the Planning of the South Pointe Park Improvement
Project includes the following: Provide the planning, urban design, architecture, landscape
architecture, and engineering services required to identify and plan comprehensive
improvements to the City of Miami Beach's South Pointe Park. Anticipated improvements
include landscaping, irrigation. recreational areas, walkways, rest rooms, signage, support
structures, parking, lighting, seawall improvements, bay walk, water features,
natural/historic/maritime information interpretive features, and concession areas and appropriate
accessory park commercial uses and any other Park elements or public facilities determined to
be required or desired by the City during the planning process.
The CONSULTANT will collaborate with an artist to identify opportunities to place passive and
interactive art elements that will be a significant component of the Project.
In identifying optimal Park improvements, the CONSULTANT will consider improvements
described in the 1995 "City of Miami Beach Parks Master Plan" and those identified in
community workshops previously held by the City on the Project. The professional services
provider will also undertake original planning and design analysis and hold additional community
workshops to identify all potential improvements and determine those to be implemented. An
optimal master plan of improvements shall be identified in a Basis of Design Report (BODR). It
is required that this BODR will be completed by July 28, 2005 to enable the City to potentially
take advantage of the City's agreement with the adjacent property developer to design and
construct the planned improvements at the cost of said improvements with no mark up.
The Park boundary shall include any or all of a substantial portion of the adjacent "Alaska
parcel" property, consisting of approximately 2 :.t acres and the unifying Washington Avenue
Extension that connects the park to the Alaska Parcel that is being contemplated for addition to
the Park as will be ultimately determined by the City. The scope of the Park improvements may
include any of the above-identified improvements on this additional Park area. Required
professional services will include any urban design services needed to successfully integrate
this additional park area into the existing Park, to establish optimal pedestrian connections both
within the Park and between the Park and the surrounding area, and to design Park
improvements in a manner that creates an optimal relationship between said improvements and
the surrounding urban fabric including built structures, open space, view corridors, roadways,
and pedestrian ways.
At this time, the Scope of Services for the Project is limited to the Planning Phase (Task 1), one
sub-task of the Design Phase (Task 2.1), and Reimbursable Expenses (Task 6) as identified
below. However, the CITY may at it's option within 60 days of the completion of the Basis of
Design Report, accept the CONSULTANT'S fee to extend the Scope of Services to include the
following:
· detailed design services,
· bidding and award services
· construction administration services.
Refer to Schedule B.
TASK 1 -PLANNING SERVICES
The purpose of this Task is to develop a concept plan that meets the City's functional
requirements, addresses community input. and stays within established schedule and cost
parameters.
The planning phase of the Project will include the following major tasks: (1) Project Kick -Off
Meeting; (2) Visioning Session to clarify project goals and confirm Project Budget; (3) Site
Reconnaissance Visit and Development of Design Concept Alternatives; (4) two Community
Design Workshops to provide residents the opportunity to participate in the planning process;
and (5) the preparation and presentation of a Basis of Design Report (BOOR) for approval by
the Mayor and City Commission.
A final Basis of Design Report shall then be prepared summarizing the accepted design
concept, budget level cost estimate and implementation schedule as noted in 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.
Task 1.1 - Proiect Kick-Off Meetinq: CONSULTANT shall meet with CITY to review existing
planning documents and receive copies of available reference documents. CITY shall provide
general specific information regarding procedures and direction. Based on this meeting
CONSULTANT will schedule a reconnaissance visit of the Project site(s).
Deliverables:
- Attend Project kick-off meeting.
Schedule:
- Within 7 calendar 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 CONSULTANT and CITY staff. The intent of this
task is to facilitate CONSULTANT's understanding of the project needs.
Based on the results of the site visit, CONSULTANT shall prepare 3 possible design strategies
that are responsive to the project program, budget and schedule.
The CITY has performed certain planning efforts that identified potential locations and types of
improvements anticipated. These efforts are summarized in the RFQ.
Deliverables:
- Attend reconnaissance project site visit.
Schedule:
- Within 14 calendar days of completion of Task 1.1 services.
Task 1.3 - Attend "Visionina" Session and Development of Concept Alternatives: After
conducting the Project site visit and developing design concept alternatives and cost estimates,
CONSULTANT shall attend a half-day "Visioning" session to be scheduled with representatives
of the CITY. The purpose of the "Visioning" session shall be to clarify Project goals to prepare
for the Community Design Workshops. Issues to be discussed shall include the proposed
alternatives, budget and schedule.
The CITY may also arrange meetings with Collaborative working Groups and utility
companies/agencies and the CONSULTANT shall attend and minute the meetings.
The CONSULTANT shall assemble a minimum of three graphic images identifying alternative
Project design concepts. At least two of the images shall present proposed improvements
possible under current budget limitations. The other image shall reflect additional levels of
potential improvements that may be possible should additional funding become available. In
addition, CONSULTANT shall prepare preliminary "budget" level cost estimates (+30%, -15% as
defined by the American Association of Cost Engineers) for each alternative treatment indicating
opinions of probable cost. Estimates shall present costs by category types (Leo paving, lighting,
landscaping, etc.) and shall be prepared in a Microsoft Excel Spreadsheet format.
Deliverables:
- Attend "Visioning" session with representatives from CITY.
- Develop three alternative design concepts.
- Develop "budget" level cost estimates for each concept.
Schedule
- Within 30 calendar days of Task 1.2 completion.
Task 1.4 - Review MeetinQ Prior to Community DesiQn Workshops: CONSULTANT shall
meet with applicable CITY Staff to ensure that any and all concerns regarding Project scope,
schedule and cost parameters are addressed prior to scheduling the Community Design
Workshops. CONSULTANT shall prepare and distribute meeting minutes, accordingly.
Deliverables:
- Meet with representatives of CITY during Tasks 1.1 through 1.3
work.
Schedule
- Through completion of Task 1.1 through 1.3 work.
Task 1.5 - Community DesiQn Workshops: Design workshops provide an opportunity for City
residents to participate in the planning process for projects in their respective neighborhoods.
To this end, a series of two (2) community workshops shall be conducted. CITY will schedule,
find locations for, and notify residents of all such meetings. CONSULTANT shall prepare all
materials for presentation at each workshop. At a minimum these shall include "full size"
graphics, a summary of cost estimates, workshop agendas, and requisite handouts of each.
CONSULTANT shall prepare draft meeting minutes and forward them to the CITY who shall
finalize and distribute accordingly. Each workshop is intended to address specific design issues
as follows:
Task 1.5.1 Community Design Workshop No. 1 - The first workshop is intended to
provide community residents with a review of the proposed Project scope, budget and
schedule and create a consensus plan with community concurrence. CONSULTANT
shall prepare full size presentation graphics illustrating the Site Analysis Maps and
Design Concept Alternatives developed under Tasks 1.2 and 1.3. As previously noted,
the alternatives shall present proposed improvements possible under current budget
limitations. 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 preliminary planning
information to attendees. CITY Staff will also attend these meetings, and assist
CONSULTANT with responses to resident questions, as applicable. CONSULTANT
shall note reasonable design revision requests from residents for review and
incorporation into the proposed plan. Due to the fixed nature of Project funding, budget
limits must be adhered to. CONSULTANT shall be prepared to discuss budgets and the
various impacts of resident requested revisions on such, accordingly.
Deliverables:
- Prepare materials, attend and conduct Community
Design Workshop NO.1
Schedule:
- Within 30 calendar days after completion of Task 1.3
Task 1.5.2 Community Design Workshop No.2 - The second workshop is intended to
present community residents with the selected design concept, budget and schedule
based on the input received during Workshop No. 1. CONSULTANT shall prepare full
size presentation graphics illustrating the selected design concept, along with a
summary of probable costs for the improvements and the workshop agenda. The
selected design concept shall be presented and shall illustrate proposed improvements
possible under current budget limitations. "Budget" level cost estimates shall be +30%, _
15% as defined by the American Association of Cost Engineers. Based on this data,
CONSUL T ANT shall present the information to attendees. CITY Staff will also attend
these meetings, and assist CONSULTANT with responses to resident questions, as
applicable. CONSULTANT shall note that the design concepts presented during this
meeting are considered "near final" and CITY will consider only minor design revision
requests from residents for review and incorporation into the proposed plan.
Deliverables:
- Prepare materials, attend and conduct Community
Design Workshop NO.2
Schedule
- Within 30 calendar days of Community Design Workshop
NO.1
Task 1.6 - Basis of DesiQn Report (DRAFT): CONSULTANT shall prepare a draft Basis of
Design Report (BOOR) presenting the results of the Community Design Workshops and final
design concept plan. The BOOR will include a summary of findings and a Site Plan illustrating
all proposed improvements, inclusive of demolition, utilities, buildings, lighting and landscape.
Where required, CONSULTANT shall perform a study to determine the most desirable routing
for proposed underground improvements. The BODR 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 BODR shall also include discussions and graphics illustrating:
· A Project implementation plan, inclusive of demolition, utilities, buildings,
landscape, lighting and landscape construction with a discussion of expected
impacts to the facility operations.
· A detailed description of all proposed improvements.
· A "budget" level cost estimate prepared in conformance with format approved by
CITY. Estimates shall be provided for both current phase and future (unfunded)
improvements. Based upon CONSULTANT's cost estimate, CITY shall advise
CONSULTANT if portions of the Project need to be deleted, phased and/or bid as
alternate bid items to satisfy existing fiscal constraints. CONSULTANT shall revise
BOOR to reflect such issues accordingly.
· A schedule for implementing the Project itemized phase by phase (design, bid,
award, and construction) including critical issues and the time period allowed for
resolving each issue. The schedule shall be prepared in "Primavera Project
Planner, Version 3,0" format, SureTrak, or other format specified and provided to
the CITY.
· Discussion regarding permitting authorities having jurisdiction over Projects and
provide a list of permits typically retained by the City, as Owner, and/or the
Contractor. Unique and/or special permitting requirements shall be identified as
well as permitting fees.
Deliverables:
- Prepare 25 copies of the draft BODR.
Schedule:
- Within 45 calendar days from completion of Community
Design Workshop NO.2.
Task 1.7 - Review of BOOR with CITY Divisions: CONSULTANT shall meet to present and
review the draft BODR with the following review agencies:
· City of Miami Beach Departments, to include representatives of the Fire, Police,
Planning, Parking, Building Department, Parks Department, Public Works.
· City of Miami Beach Planning Review Board if necessary
· City of Miami Beach Design Review Board
. City of Miami Beach City Commission
CITY shall attend review meetings and assist CONSULTANT, as practicable, in obtaining
approvals from noted review agencies by participating in negotiations with such authorities.
CONSULTANT retains final responsibility for obtaining approval of all required applications, and
for making agency required revisions to obtain necessary approvals. It is recognized by CITY
that the various agency's review time and assessments based on interpretation are beyond the
control of CONSULTANT, except for issues concerning the acceptability of the proposed design
concepts and Consultant's ability to respond to review agency comments. CONSULTANT shall
address and respond to comments received from the various reviews in writing, and implement
requested revisions into the draft BODR, as directed by CITY, within fourteen (14) calendar
days of receipt of comments, unless agreed to otherwise with CITY. CONSULTANT shall draft
meeting minutes and forward them to CITY, who shall finalize and distribute accordingly.
Deliverables:
- Attend BODR review meetings with noted committees.
- Prepare draft meeting notes.
- Address comments and revise BODR accordingly.
Schedule:
- Within 30 calendar days of draft BODR completion.
Task 1.8 - Final Basis of Desion Report: CONSULTANT shall prepare a final BODR based on
comments and revisions implemented during the reviews with the various CITY Divisions. The
final BOOR will serve as the basis for development of detailed design documents as discussed
in Task 2.
Deliverables:
- Prepare 25 copies of a final BOOR.
Schedule:
- Within 30 calendar days after completion of reviews
noted in Task 1.7.
TASK 2 -DESIGN SERVICES
The purpose of this Task is to prepare of contract documents for the Project. Only one sub-
task of this Task, Task 2.1 - Field Verification of Existing Conditions, is included in this
Scope of Services. 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 as
required to successfully complete the Planning Phase.
To facilitate the implementation of a Public Information Program, CONSULTANT shall provide
electronic files of all Project documents, as requested by CITY.
Task 2.1 - Field Verification of Existino Conditions: CONSULTANT shall perform a detailed
topographic survey of the existing Project areas to be impacted by construction activities under
the scope of this Project. The survey shall be performed by a Certified Land Surveyor in the
State of Florida and shall meet the minimum technical standards identified in Chapter 61G17-6,
FAC. All survey files shall be prepared in AutoCAD Version 14 format with a layering system as
approved by CITY. As a minimum, the survey shall address the following:
· Topographic survey shall consist of establishing a baseline with 100-foot stations,
and identify sectionalized land corners. Baseline of survey shall be tied into the
sectionalized land monuments.
· CONSULTANT shall set benchmarks at convenient locations within the Project site
to be used during both the design and construction phases of the Project. At a
minimum, permanent benchmarks shall be set at corners of the Project site.
CONSULTANT shall tie-in at least two existing County benchmarks. 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.
. CONSULTANT shall locate and identify all the existing surface improvements I
topographic features that are visible within the Project site, such as the following:
>- Existing valve boxes, water I electrical meter boxes, electrical pull boxes,
telephone I cable risers, fences, hydrants, roof drains, 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. Landscaping materials with a
trunk diameter greater than 6 - inches in diameter shall be identified.
>- All buildings including overall dimensions and finished floor elevations.
· Survey limits shall include the entire Project site and an additional overlap of 10 feet
on either side of the property line.
· Topographic survey I base map shall be prepared in AutoCAD version 14.0 and
submitted on a 3.5-inch diskette or CD with one copy on 24-inch by 36-inch bond
paper to the CITY. CAD mapping shall be performed to a scale of 1: 1 in the World
Coordinate System. Text size shall be 100 leroy for a final product at 1 =20 units.
· Indicate geometry of perimeter private property plats (inclusive of fences,
landscaping and driveways).
Upon completion of the survey, CONSULTANT shall forward the same to the following agencies
with a request to mark I identify their respective utilities on the survey base map.
CONSULTANT shall coordinate this effort with each agency in an effort to identify the location of
all underground utilities. CONSULTANT shall incorporate utility owner markups I edits into its
survey base map file. CONSULTANT shall contact the following entities and request that they
each verify locations of their existing improvements in the affected areas:
. Florida Power and Light
. BellSouth
. Charter Communications
. Natural Gas Utility
· Miami-Dade Public Works Department
. Miami-Dade Water and Sewer Authority
. Others as deemed necessary by the City
Based on the collected data, CONSULTANT shall develop base plans showing the existing
conditions of the Project site which will be used both in the Planning Phase covered by this
Agreement and, if applicable, in the subsequent design phases of the Project (as may be
negotiated, if at all, in a future agreement between CITY and CONSULTANT for design and
construction phase services). The site plans shall include an overall key map and partial plans
scaled at 1-inch equals 20 feet. CONSULTANT shall illustrate proposed improvements on the
site plans based on available planning documents provided by CITY. A subsequent review shall
be scheduled with CITY staff to determine locations where additional field verifications, via
"Soft-Dig" underground identification services, may be implemented. As a minimum, a $5,000
underground improvements verification budget allowance shall be included under this Scope of
Services. Unused amounts in this allowance shall be credited back to the CITY upon completion
of the Services contemplated in this Agreement.
CONSULTANT shall prepare final site plans based on the information gathered herein. Copies
of base maps shall be distributed to CITY.
Oeliverables:
- Perform forensic work as noted to develop final base
maps. Deliver five (5) sets of site plans to the CITY.
Schedule:
- Task shall be performed concurrently with Task 1and will
be completed within 90 working days of the issuance of
Notice to Proceed for Task 1 which will include
authorization to proceed with this Task.
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. An allowance of
$6,150 has been allocated to this project. Unused amounts in this allowance shall be credited
back to the CITY at the completion of the project.
Task 6.2 - Travel and Subsistence:
Not Allowed.
Task 6.3 - Survevina:
CONSULTANT shall arrange for and coordinate the efforts of licensed surveyors to prepare a
topographical survey of the project limits which meets the requirements of sub-task 2.1.
CONSULTANT's compensation shall be a reimbursement of actual costs. CONSULTANT shall
solicit no fewer than 3 proposals from properly licensed and qualified surveyors, recommend the
desired firm, and receive approval from the CITY prior to engaging the surveyor. CITY will pay
for actual survey cost.
Task 6.4 - Geotechnical Evaluation
CONSULTANT and CITY shall jointly determine if any geotechnical evaluations need to be
undertaken to properly complete the Project Planning Phase. If such evaluations are required,
CONSULTANT will identify the kind and quantity of evaluations needed and assist the CITY in
obtaining said evaluations. No allowance for the cost of any said evaluations is included in the
CONSULTANT COMPENSATION portion of this AGREEMENT. If it is determined that the
best method of obtaining any required evaluations is to have the CONSULTANT procure them,
CITY and CONSULTANT will negotiate the required additional Reimburseable Expenses and
amend this AGREEMENT as required.
Task 6.5 - Underaround Utility Verification: CONSULTANT shall employ the services of an
underground utility location service in an effort to better identify existing underground conditions
where work is to be performed. Actual locations shall be as directed by CONSULTANT. Cost
shall be limited to a $5,000 not-to-exceed amount. Unused amounts in this allowance shall be
credited back to the CITY at the completion of the project.
Task 6.9 - Desian Sub Consultants:
CONSULTANT shall arrange for and coordinate the efforts of design sub consultant expertise
as such expertise is needed and determined by the evolution of the project program
requirements and/or site conditions. A not-to-exceed fee amount of all such design sub
consultant costs is included in Schedule B to be drawn upon as needed. CONSULTANT's
compensation shall be a reimbursement of actual costs for design sub consultants.
Minimum Drawina Reauirements
The composite set of drawings to be produced shall contain sufficient information and detail to
clearly define all proposed improvements in terms of quantity, quality and location. All drawings
and details shall be to a scale sufficient to be legible. The CONSULTANT shall propose a
drawing list to be reviewed and approved by the CITY.
Site Plans
Existing Conditions - Site Survey - to include property lines, sidewalks, pavement, landscaping,
existing site improvements and buildings, fencing, lighting, overhead and underground utilities,
and dimensions of buildings, pavement areas, fencing, etc.
Demolition - Clearly depict existing conditions to be demolished or modified.
Proposed Improvements - Clearly depict all new design elements including sidewalks,
pavement areas, landscaping, buildings, recreational courts and fields, fencing lighting, utility
modifications, replacements, and additions, etc.
Enlarged Site plans - Where necessary to clearly define Project requirements, provide enlarged
site plans for specific areas of improvement.
Buildina Drawinas
All buildings to be renovated or constructed shall be detailed in the Project drawings in sufficient
detail to clearly and thoroughly depict the intended improvements or modifications.
Attachment B
SCHEDULE B
CITY OF MIAMI BEACH, FLORIDA
SOUTH POINTE PARK IMPROVEMENT PROJECT
ITEMIZED SCHEDULE OF COMPENSATION
o
z
""
V>
<
t-
TASK DESCRIPTION
-' --' tJ w
tJ"'< tJ"'< t- Z Z
Wa. -' w ~ ~ ~
wO!: ~~O t::: \.J ~ \.J ~
-tJu oi u Vi < Vi <
~UJ~ ~z~ V> I 0 w t- w t-
U V> V> V>
a."'''' a.<'" '" V> 0 0
Cia. ::;; a. < <
-'
<
~
'"
w
-'
U
-,'"
<'"
t-=>
00
t-I
t-
V>
o
U
-'
<
t-
O
t-
'"
w
a.w
V> V>
-,""
<I
t-a.
o
t-
~
1 PLANNING 5ERVICE5
ilrl.-PROJECf, KI.CK:q~F}.,1E.EIIN~ '"
1.1.1 Attend kick off meeting with City
1,1.2 Review. reference rnat~rial from City
SITE RECON, VISIT & DEVELOPMEN'rOFPLANNING
,1.2 STRATEGIES
1.2.1 Visit site with City
Review with City possible planning strategies
Undertake site analysis - physical feature conditon
Undertak:use~",s~r,~;t~3.~.~.~u_~;:k~ay &. 24hr weekend day
1.3 "VISIONING" 5ES510N & i:ii:vd:oPMENTOF CONCEPTS"m
Research & review reference material unavailable from City
Prepare material for session
1.3.2 Attend half-day session with City
Attend meeting with Collaborative group
Minute agreed scope, schedule & cost goals
Facilitate design subconsultant charratte
Meet with Utility Companies/Agencies
1.3.3 Development of (3) three design concept alternatives
1.3,4 ,[)ev,elopbudget~f'velcost ,estir:natefor ea~h alter,~ative
REVIEW MEETING PRIOR TO'COMMUNITY DE51GN
_WOR,KSHOPS'%k' .... '.m. \\1% .~'1*,"', 'w',"""" '"
Attend meetings with City and review (3) concept alternatives
& costs
Minute agreed scope, schedule & cost goals for workshops
Build working model to scale
~.;,~.n.f';:''':~ ~k~;h()p. wesenta t ion,ll1 aterials
1.5 ''''""COMMyt:JjfX"'OESlGNWORKSHOPS,=
1.5.1 Conduct Workshop #1 - (3) options for discussion
Minute issues from workshop
Attend meeting with regulatory agencies
Refine design based on results
Modify working model to scale
Refine workshop presentation materials
1.5.2 Conduct Workshop #2 . prefered option for discussion
Minute issues from workshop
Refine design based on results
iW""'"'''''' ;Xl
BASIS OF DESIGN REPORT (draft)
Prepare analysis plans
Prepare concept plans
Show demolition, utilities
Show bUilding/structures
Show landscape, lighting
Prepare phasing plans
Prepare text & graphics
Prepare schedule & estimate & phasing
Prepare permitting strategy
Facilitate design subconsultant review & input
Make changes toreport
REVIEW OF BASIS OF DESIGN REPORT (Draft) WITH CITY
DIV1SIONS,.,w,,,,,m, % 11I,llL.,,"0(( ,);', ,,",,,; Wii%"'"'''''"'''"'''
(1) Mtg. W/ Planning, Parking, Building, Parks, Works, Fire
Police
(1) Mtg. W / Design Review Board
(l) Mtg. W/ City Commission
Minute issues from meeting
Agree on changes to report and if additional meetings are
required
ri~~BASI5 OF DESiCFl"REPoRT(f.nal)
Make changes to report
Final review of report
hargreaves associates
~::!W~ __~~~
4 4
8 8 24 16
8
8
8
8
8
8
24
24
8
8
4
8
8
8
16
24
4
8
1
16
4
40
16
8
16
4
32
16
16
8
6
6
1
32
40
6
4
1
40
4
8
8
1
4
40
8
16
8
1
24
4
4
24
1
16
8
16
4
4
24
16
4
1
1
1
1
1
4
32
8
4
16
8
16
16
16
16
16
16
40
8
4
16
16
16
8
4
4
4
4
4
4
2
2
8
2
32
8
12/22/2004
24
16
40
16
32
40
8
40
16
16
24
16
16
16
16
16
16
40
8
16
32
8
50
8
56
$1,080
$5,800
$6,880
16
16
32
32
$2,160
$2,160
$3,680
$3,680
$11,680
56
56
8
16
1
32
8
136
56
$5,640
$5,800
$1,080
$2,160
$95
$4,320
$1,080
$16,840
$6,440
$43,455
18
1
65
124
$3,570
$95
$5,615
$15,100
$24,380
28
1
8
124
25
48
20
1
92
$4,060
$95
$1,080
$14,140
$2,135
$5,S20
$3,460
$95
$11 ,420
$42,005
!
33
34
33
33
33
36
178
32
8
36
40
$2,895
$3,220
$2,895
$2,895
$2,895
$3,420
$16,740
$3,680
$1,080
$5,620
$4,120
$49,460
8
8
12
2
$1,080
$1.080
$2,380
$190
$865
$5,595
72
20
$6,840
$2,360
$9,200
SCHEDULE B
CITY OF MIAMI BEACH, FLORIDA
SOUTH POINTE PARK IMPROVEMENT PROJECT
ITEMIZED SCHEDULE OF COMPENSATION
ci
z
'"
Vl
<(
....
TASK DESCRIPTION
'" -", tJ '"
tJ'" <( tJ "'<( !;;:
0. "'0. '" '"
",0 u ~~u t:: U
-tJ .,:
0", z ~z~ Vl I 0
g:~ iX u Vl
0.<('" '" Vl
0 0. ::Eo. <( <(
z~
LJ~
Vl<(
"'....
OVl
z~
LJ~
-<(
Vl....
~Vl
'"
<(
U
'"
'"
'"
U
....
Vl
o
U
-'
<(
....
o
....
'"
'"
0.",
VlVl
-'<(
<(I
....0.
o
....
-,Vl
<('"
....=>
00
....I
2 DESIGN SERVICES
FIELI:lJ(~~,\FJ~1\!?N!?F EX1STI~S;r:!?~D"lTLO.NS,_
Set requirements & hire surveyor
Survey
Review draft survey
Revise draft survey with Utility Companies/Agencies input
Review with City need for "soft dig" subsurface investigation
"Soft dig" if necessary
Complete sealed survey
6 OTHER DIRECT COSTS
6,1 REPRODUCTION SERVICES
6,3 SURVEYING ALLOWANCE
6,5 UNDERGROUND UTILITY VERIFICATION ALLOWANCE
SUBCONSULTANT ALLOWANCE -local landscape architect
SUBCONSULTANT ALLOWANCE. architect
SUBCONSULTANT ALLOWANCE. civil engineer
SUBCONSULTANT ALLOWANCE - marine engineer
SUBCON5UlTANT ALLOWANCE. environmental/ecologist
SUBCONSULTANT ALLOWANCE -lighting designer
SUBCONSUlTANT ALLOWANCE. playground designer
TOTAL HOURS
TOTAL FEE ESTIMATE
Hourly Rates
hargreaves associates
-- ~,~ --
2 2 $3S0
0 $0
2 7 $825
1 1 $17S
$175
0 $0
1 $17S $1,700
$6,1S0
$60,000
$5,000 $71,1S0
46
$14,950
$325
380
$66,SOO
$175
104
$11,960
$115
6S1
$61,84S
$95
488
$36,600
$75
12/22/2004
o
$0
$60
SO
$2,500
$50
$17,000
$1 S,OOO
$5,000
$S.OOO
$8,000
$8,000
$S,OOO $63,000
1719
$194,355
$328,50S $328,SOS