Loading...
HomeMy WebLinkAboutMcMahon Associates Agmt ;jOIJ5-- 8- )9:, ') PROFESSIONAL SERVICE AGREEMENT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA AND McMAHON ASSOCIATES, INC. FOR THE PROVISION OF PHASE I - CONCEPTUAL PLAN SERVICES FOR THE 16TH STREET OPERATIONAL IMPROVEMENTS/ENHANCEMENT PROJECT THIS AGREEMENT made and entered into this 81l1. day of k ' 2005, by and between the CITY OF MIAMI BEACH, FLORIDA (hereinafter r~erred to as City), a municipal corporation, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, and McMAHON ASSOCIATES, INC. (hereinafter referred to as Consultant), a Florida corporation, whose address is 730 NW 107th Avenue, Suite 110, Miami, Florida 33172. SECTION 1 DEFINITIONS Agreement: This Agreement between the City and Consultant. City Manager: The Chief Administrative Officer of the City. Consultant: For the purposes of this Agreement, Consultant shall be deemed to be an independent Consultant, and not an agent or employee of the City. Services: All services, work and actions by the Consultant performed pursuant to or undertaken under this Agreement, as described in Section 2. Fee: Amount paid to the Consultant to cover the costs of the Services. Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139, telephone number (305) 673-7000, Ext. 6435, and fax number (305) 673- 7023. 1 ~ SECTION 2 SCOPE OF WORK The scope of work to be performed by Consultant is set forth in Exhibit "A", entitled "Scope of Service~" (Services). SECTION 3 COMPENSATION 3.1 FIXED FEE Consultant shall be compensated for the Services, as set forth in Section 2 and Exhibit "A", in an amount not to exceed Seventy Six Thousand and Fifteen and 00/100 Dollars ($76,015). 3.2 INVOICING Consultant shall submit an invoice pursuant to the timeline as set forth in Exhibit "A", upon completion of each of the four (4) Study Tasks therein, which invoices include the purchase order number and a detailed description of the portion of the Services completed. 3.3 METHOD OF PAYMENT Payments shall be made for Services satisfactorily rendered within thirty (30) days of the date of invoice, in a manner satisfactory to, and as approved and received by, the City. Consultant shall mail all invoices to: City of Miami Beach Public Works Department Attn: Fernando Vazquez, PE City Engineer 1700 Convention Center Drive, 4th Floor Miami Beach, Florida 33139 SECTION 4 GENERAL PROVISIONS 4.1 RESPONSIBILITY OF THE CONSULTANT With respect to the performance of the Services, the Consultant shall exercise that degree of skill, care, efficiency and diligence normally exercised by recognized professionals with respect to the performance of comparable Services. In its performance of the Services, the Consultant shall comply with all applicable laws, ordinances, and regulations of the City, Miami-Dade County, State of Florida, and Federal Government. 2 4.2 PUBLIC ENTITY CRIMES A State of Florida Form PUR 7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes shall be filed with the City's Procurement Division, prior to commencement of the Services herein. 4.3 DURATION AND EXTENT OF AGREEMENT The term of this Agreement shall be for a period of one (1) year from the date this Agreement is executed by all parties hereto. 4.4 TIME OF COMPLETION The Services to be rendered by the Consultant shall be commenced upon receipt of a written Notice to Proceed from the City subsequent to the execution of the Agreement. The Services shall be completed within ten (10) months from a Notice to Proceed, unless additional work is requested and authorized in writing by the City. 4.5 INDEMNIFICATION Consultant agrees to indemnify and hold harmless the City of Miami Beach and its officers, employees and agents, from and against any and all actions, claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees, for personal, economic or bodily injury, wrongful death, loss of or damage to property, at law or in equity, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Consultant, its employees, agents, sub-consultants, or any other person or entity acting under Consultant's control, in connection with the Consultant's performance of the Services pursuant to this Agreement; and to that extent, the Consultant shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeals. The parties agree that one percent (1 %) of the total compensation to the Consultant for performance of the Services under this Agreement is the specific consideration from the City to the Consultant for the Consultant's Indemnity Agreement. The Consultant's obligation under this Subsection shall not include the obligation to indemnify the City of Miami Beach and its officers, employees and agents, from and against any actions or claims which arise or are alleged to have arisen from negligent acts or omissions or other wrongful conduct of the City and its officers, employees and agents. The parties each agree to give the other party prompt notice of any claim coming to its knowledge that in any way directly or indirectly affects the other party. 3 4.6 TERMINATION, SUSPENSION AND SANCTIONS 4.6.1 Termination for Cause If the Consultant shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to this Agreement, the City shall thereupon have the right to terminate this Agreement for cause. Prior to exercising its option to terminate for cause, the City shall notify the Consultant of its violation of the particular terms of this Agreement and shall grant Consultant seven (7) days to cure such default. If such default remains uncured after seven (7) days, the City, upon three (3) days' notice to Consultant, may terminate this Agreement and the City shall be fully discharged from any and all liabilities, duties and terms arising out of/or by virtue of this Agreement. Notwithstanding the above, the Consultant shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Consultant. The City, at its sole option and discretion, shall additionally be entitled to bring any and all legal/equitable actions that it deems to be in its best interest in order to enforce the City's right and remedies against the defaulting party. The City shall be entitled to recover all costs of such actions, including reasonable attorneys' fees. To the extent allowed by law, the defaulting party waives its right to jury trial and its right to bring permissive counter claims against the City in any such action. 4.6.2 Termination for Convenience of City NOTWITHSTANDING SECTION 4.6.1, THE CITY MAY ALSO, FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE AT ANY TIME DURING THE TERM HEREOF BY GIVING WRITTEN NOTICE TO CONSULTANT OF SUCH TERMINATION, WHICH SHAll BECOME EFFECTIVE SEVEN (7) DAYS FOllOWING RECEIPT BY THE CONSULTANT OF THE WRITTEN TERMINATION NOTICE. IN THAT EVENT, All FINISHED OR UNFINISHED DOCUMENTS AND OTHER MATERIALS, AS DESCRIBED IN SECTION 2 AND IN EXHIBIT "A", SHAll BE PROPERLY ASSEMBLED AND DELIVERED TO THE CITY AT CONSULTANT'S SOLE COST AND EXPENSE. IF THE AGREEMENT IS TERMINATED BY THE CITY AS PROVIDED IN THIS SUBSECTION, CONSULTANT SHAll BE PAID FOR ANY SERVICES SATISFACTORilY PERFORMED, AS DETERMINED BY THE CITY AT ITS DISCRETION, UP TO THE DATE OF TERMINATION. PROVIDED, HOWEVER, THAT AS A CONDITION PRECEDENT TO SUCH PAYMENT, CONSULTANT SHAll DELIVER ANY AND All DOCUMENTS, MATERIALS, ETC, TO CITY, AS REQUIRED HEREIN. 4.6.3 Termination for Insolvencv The City also reserves the right to terminate the Agreement in the event the Consultant is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. I n such event, the right and obligations for the parties shall be the same as provided for in Section 4.6.2. 4 4.6.4 Sanctions for Noncompliance with Nondiscrimination Provisions In the event of the Consultant's noncompliance with the nondiscrimination provisions of this Agreement, the City shall impose such sanctions as the City, Miami-Dade County, and / or the State of Florida, as applicable, may determine to be appropriate, including but not limited to, withholding of payments to the Consultant under the Agreement until the Consultant complies and/or cancellation, termination or suspension of the Agreement. In the event the City cancels or terminates the Agreement pursuant to this Subsection the rights and obligations of the parties shall be the same as provided in Section 4.6.2. 4.7 CHANGES AND ADDITIONS Changes and additions to the Agreement shall be directed by a written amendment signed by the duly authorized representatives of the City and Consultant. No alteration, change, or modification of the terms of this Agreement shall be valid unless amended in writing, signed by both parties hereto, and approved by the City Commission of the City. 4.8 OWNERSHIP OF DOCUMENTS All documents prepared by the Consultant pursuant to this Agreement are related exclusively to the Services described herein, and are intended or represented for ownership by the City. Any reuse, distribution, or dissemination of same by Consultant, other than to the City, must be first approved in writing by the City. 4.9 INSURANCE REQUIREMENTS The Consultant shall not commence any work pursuant to this Agreement until all insurance required under this Section has been obtained and such insurance has been approved by the City's Risk Manager. The Consultant shall maintain and carry in full force during the term of this Agreement the following insurance: 1. Consultant General Liability in the amount of $1,000,000, naming the City of Miami Beach, Florida, as an additional insured. 2. Consultant Professional Liability in the amount of $200,000, naming the City of Miami Beach, Florida, as an additional insured. 3. Workers Compensation & Employers Liability as required pursuant to Florida statute. 4. The insurance must be furnished by insurance companies authorized to do business in the State of Florida and approved by the City's Risk Manager. 5. Original certificates of insurance for the above coverage must be submitted to the City's Risk Manager for approval prior to any work commencing. These certificates will be kept on file in the office of the Risk Manager, 3rd Floor, City Hall. 6. The Consultant is solely responsible for obtaining and submitting all insurance certificates for its sub-consultants. 5 All insurance policies must be issued by companies authorized to do business under the laws of the State of Florida. The companies must be rated no less than "B+" as to management and not less than "Class VI" as to strength by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the City's Risk Manager. Compliance with the foregoing requirements shall not relieve the Consultant of the liabilities and obligations under this Section or under any other portion of this Agreement, and the City shall have the right to obtain from the Consultant specimen copies of the insurance policies in the event that submitted certificates of insurance are inadequate to ascertain compliance with required overage. 4.9.1 Endorsements All of Consultant's certificates, above, shall contain endorsements providing that written notice shall be given to the City at least thirty (30) days prior to termination, cancellation or reduction in coverage in the policy. 4.9.2 Certificates Unless directed by the City otherwise, the Consultant shall not commence any services pursuant to this Agreement until the City has received and approved, in writing, certificates of insurance showing that the requirements of this Section (in its entirety) have been met and provided for. 4.10 ASSIGNMENT. TRANSFER OR SUBCONTRACTING The Consultant shall not subcontract, assign, or transfer any work under this Agreement in whole or in part, without the prior written consent of the City. 4.11 SUB-CONTRACTORS The Consultant shall be liable for the Consultant's services, responsibilities and liabilities under this Agreement and the services, responsibilities and liabilities of any and all sub-contractors, and any other person or entity acting under the direction or control of the Consultant. When the term "Consultant" is used in this Agreement, it shall be deemed to include any sub-contractors and any other person or entity acting under the direction or control of Consultant. All sub- contractors must be approved in writing by the City prior to their engagement by Consultant. 4.12 EQUAL EMPLOYMENT OPPORTUNITY In connection with the performance of this Agreement, the Consultant shall not discriminate against any employee or applicant for employment because of race, color, religion, ancestry, sex, age, and national origin, place of birth, marital status, physical handicap, or sexual orientation. The Consultant shall take affirmative action to ensure that applicants are employed and that employees are treated during their employment without regard to their race, color, religion, ancestry, sex, age, 6 national origin, place of birth, marital status, disability, or sexual orientation. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or termination; recruitment or recruitment advertising; layoff ortermination; rates of pay, or other forms of compensation; and selection for training, including apprenticeship. 4.13 CONFLICT OF INTEREST The Consultant agrees to adhere to and be governed by the Metropolitan Miami-Dade County Conflict of Interest Ordinance (No. 72-82), as amended; and by the City of Miami Beach Charter and Code, which are incorporated by reference herein as if fully set forth herein, in connection with the Agreement conditions hereunder. The Consultant covenants that it presently has no interest and shall not acquire any interest, direct or indirectly which should conflict in any manner or degree with the performance of the Services. The Consultant further covenants that in the performance of this Agreement, no person having any such interest shall knowingly be employed by the Consultant. No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising therefrom. 4.14 PATENT RIGHTS: COPYRIGHTS: CONFIDENTIAL FINDINGS Any patentable result arising out of this Agreement, as well as all information, specifications, processes, data and findings, shall be made available to the City for public use. No reports, other documents, articles or devices produced in whole or in part under this Agreement shall be the subject of any application for copyright or patent by or on behalf of the Consultant or its employees or sub-contractors, without the prior written consent of the City. 4.15 NOTICES All notices and communications in writing required or permitted hereunder may be delivered personally to the representatives of the Consultant and the City listed below or may be mailed by registered mail, postage prepaid (or airmailed if addressed to an address outside of the city of dispatch). Until changed by notice in writing, all such notices and communications shall be addressed as follows: 7 TO CONSULTANT: McMahon Associates, Inc. Attn: Diana L. Ospina Project Manager 730 NW 10itl Avenue, Suite 110 Miami, Florida 33172 (305) 222-1945, Ext. 105 TO CITY: City of Miami Beach Attn: Fernando Vazquez City Engineer 1700 Convention Center Drive Miami Beach, Florida 33139 (305) 673-7000, Ext. 6399 Notices hereunder shall be effective: If delivered personally, on delivery; if mailed to an address in the city of dispatch, on the day following the date mailed; and if mailed to an address outside the city of dispatch on the seventh day following the date mailed. 4.16 LITIGATION JURISDICTIONNENUE This Agreement shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. BY ENTERING INTO THIS AGREEMENT, THE CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 4.17 ENTIRETY OF AGREEMENT This writing and the Services embody the entire Agreement and understanding between the parties hereto, and there are no other agreements and understandings, oral or written with reference to the subject matter hereof that are not merged herein and superceded hereby. The Services and the Proposal Documents are hereby incorporated by reference into this Agreement. 8 4.18 LIMITATION OF CITY'S LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the sum of $1,000. Consultant hereby expresses its willingness to enter into this Agreement with Consultant's recovery from the City for any damage action for breach of contract to be limited to a maximum amount of $1 ,000. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to the Consultant for damages in an amount in excess of $1,000 for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this paragraph or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability as set forth in Section 768.28, Florida Statutes. 9 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. FOR CITY: ATTEST: By: r ~.~~ City Clerk Robert Parcher FOR CONSULTANT: ATTEST: By: 1l1~/ /JtL/lz~ Secre ry I1l1lf6/1,('6r If 1!c1fA/M..d Print Name Attachment: Exhibit "A" CITY OF MIAMI BEACH, FLORIDA Ma~~ ~ / tD3vid Dermer McMAHON ASSOCIATES, INC. ~~/-- 7iio/lA.4~ /J, 11-4t1. Print Name APPROVED AS TO FORM & LANGUAGE & FO EXECUTION ,-.~J ~ T:\AGENDA\2005\May1805\Consent\16th Street PSA Agreement.doc 10 EXHIBIT "A" CITY OF MIAMI BEACH SCOPE OF SERVICES FOR PHASE I - CONCEPTUAL PLAN REPORT FOR A PROPOSED SIXTEENTH STREET OPERATIONAL IMPROVEMENTS AND ENHANCEMENT PROJECT I. SCOPE OF WORK METHODOLOGY McM Associates, Inc. (McM) and its team are pleased to submit the proposed methodology to accomplish the diverse tasks that encompass the Phase I - Conceptual Plan Report for operational improvements and enhancements along Sixteenth Street, from Collins Avenue/AlA to Bay Road. The McM Team prepared this detailed scope of services with the understanding that the City will make use of the results documented in the Conceptual Plan Report to understand and negotiate the various tasks relevant to the Phase II - Design Services for the study corridor. GOALS AND OBJECTIVES The main objective of the Phase I - Conceptual Plan Report is to document all the findings and recommendations based on observations and preliminary analysis results from surveys and existing conditions inventories. The Conceptual Plan Report will include a corridor design concept resulting not only from preliminary technical analysis results, but also from input obtained during the various Committee meetings and public workshops. A description of work effort, project schedule and cost estimates for the proposed conceptual plan for corridor improvements and enhancements follows. TASK 1.1 - DEFINE GOALS AND OBJECTIVES Subtask 1.1.1 Kickoff Meetine: (Consultant and City Stafn A kickoff meeting between the City Staff and the key personnel from the McM Team will be scheduled to define goals and objectives and discuss in detail the technical approach to the project. Before the kickoff meeting, the McM Team will assemble for an interdisciplinary brainstorming session to prepare and have ready for discussion a comprehensive technical approach to each component of the project, including but not necessarily limited to: Scope of Services McM Project No. K04612.0P 1 of 12 City of Miarni Beach 1) Briefing on all required field surveys and existing conditions inventory activities. 2) Identification of key study issues based on existing conditions. 3) Identification of potential study alternatives. 4) Preliminary discussions of candidate solutions to issues. 5) Identification of additional follow-up needs and review of creative approaches to project issues. MANHOURS The projected man-hours required for accomplishing the brainstorming session, coupled with other small-group sessions among Team staff and the meeting between the City staff and McM Key Staff are presented in Table 1. 'fABLE 1 PRELIMINARY F~STIMA'fE OF WORK .KFFORT SUBTASK 1.1.1 KICKOFF MEETING MAN-HOUR DESCRIPTION OF TASK ESTIMATE 1. 8 8 8 8 8 40 6 6 2 48 $5,520.00 Scope of Services McM Project No. K04612.0P 2 of 12 City of Miarni Beach Subtask 1.1.2 Field Surveys and Existine: Conditions Inventorv 1. Roadway Characteristics Inventory Physical roadway features or characteristics will be documented from field observations and measurements of the different roadway segments. Standard methods established by Florida Department of Transportation (FDOT) will be followed and the collected data will be summarized and analyzed. Samples of data to be collected include: 1) The number and width of roadway lanes, which are key elements in determining existing quality/level of service (LOS) of each transportation mode (auto, bicycle, pedestrian, transit) as well as to plan future improvements and promote a balanced multi-modal transportation system. 2) Type and width of shoulders information will be vital aspects for determining accommodation for on-street parking, emergency use, road stability, future widening, etc. 2. Parking Inventory A comprehensive parking inventory will be conducted to assemble information about the location, capacity and other pertinent characteristics of existing parking spaces at the curb and in off-street areas, including alleys and spaces between buildings. Parking information to be collected includes: 1) Number of parking spaces. 2) Time limits and hours of operation. 3) Ownership (public, private or restricted to employees or customers of a particular building). 4) Rates (if any) and method of fee collection. 5) Type of regulation at curb spaces (loading zone, passenger zone, taxi zone or bus zone). 6) Type of facility (lot or garage). 7) Probable degree of permanency (good conditions, poorly maintained, temporary nature, expected to be replaced with new construction, etc). 3. Accident and Crash Reports An integral part of the data gathering effort will involve the collection of the most recent accident data for the project facility. The McM Team knows that accident severity and frequency are important parameters in determining inadequacies of any facility. In addition, analysis of these parameters will offer a good insight into the need or advisability of providing geometric, operational or other features geared towards the elimination or mitigation of accident potential. Data obtained from the City of Miami Beach Police and FDOT databases for years 2002 through 2004 will be compiled and evaluated. Scope of Services McM Project No. K04612.0P 3 of 12 City of Miarni Beach 4. Drainage Conditions The McM Team will conduct a preliminary field review to document the existing condition of the storm water system and identify potential flooding areas. A meeting with Miami-Dade County Department of Environmental Resources Management (DERM) and Public Works will be scheduled to verify the governing agency's water quality criteria, flood protection LOS, and environmental permitting requirements. All the information obtained will be documented and included in the Conceptual Plan Report. 5. Other Utilities Inventory Inventory of surface and overhead utilities and designation of these existing utilities will be conducted and used as a base for preparing survey preliminary drawings. Meetings with the utilities suppliers will be scheduled to corroborate the inventory and investigate planned utilities projects. 6. Landscaping Inventory Knowledgeable personnel will inventory and classify the existing landscaping along the corridor. 7. Urban Design Opportunities The approach to the design implementation of the corridor would be to establish a strong concept of a livable community taking into consideration the mixed-use character of the area and follow through with detailed design. It will be our intent to develop all aspects of the corridor that would include but not necessarily be limited to: I) Conceptual Roadway Corridor Design 2) Planting 3) Irrigation 4) Lighting 5) Pedestrian circulation 6) Graphics and banners 7) Benches, trash receptacles, etc. 8. Existing Conditions and Findings Documentation The observations and results from field surveys and existing condition inventories will be documented and presented to the Team members for a comprehensive evaluation of the existing conditions and characteristics of the study corridor. In this exercise, the McM Team will discuss ideas and develop a clear understanding of what actually exists and what is the most feasible approach for providing operational improvements and enhancements to the Sixteenth Street corridor. Conclusions Scope of Services McM Project No. K04612.0P 4 of 12 City of Miarni Beach resulting from this effort will be documented in an Existing Conditions and Findings Memorandum. MANHOURS The projected man-hours required for accomplishing the field surveys and existing condition inventories and documenting findings for the Sixteenth Street corridor project are presented in Table 2. TAULE 2 PRELIMINARY ESI1MAT~: OF WORKEFI<'ORf TASK 1.1.2 FIELn SURVEYS AND EXISTING CONIJITION INVENTORIES MAN-HOlfR DESCRIPTION OF TASK ESTIMATE 1. Roadwav Characteristics Inventory 12 2. Parkinf! Inventory 8 3. Accident and Crash Reports 24 4. Drainaf!e Conditions Site Reconnaissance Visit 8 Existing Data Collection 16 Meeting with Miami-Dade County DERM 4 5. Other Utilities Replacement Surface and Overhead Inventory and Designation of Existing Utilities 12 Survey Prelirninary Drawings 24 Meeting with Utilities Suppliers 6 6. Landscapinf!Inventorv Field Inventory 8 ClassificationIDocumentation 8 7. Urban Desif!n Opportunities Visual Analvsis 32 Opportunities and Constrains Plan 32 8. Existinf! Conditions and Findings Documentation Existing Conditions and Findings Documentation 40 Project ManagementJAdrninistration (5%) 12 TOTAL 246 McM Team Cost $28,290.00 Scope of Services McM Project No. K04612.0P 5 of 12 City ofMiarni Beach Subtask 1.1.3 Define Goals and Obiectives for the Study Pursuant to Results of the Field Survey and Existin2 Condition Inventory The conclusions documented in the Existing Conditions and Findings Memorandum will drive a brainstorming session, which will enable the Team to discuss ideas and develop the matrix of viable conceptual alternatives for the Sixteenth Street corridor. These alternatives will be documented and used as a base for the development of the Corridor Conceptual Plan. At this stage, a Draft Corridor Conceptual Plan Report will be prepared. This report will document the existing conditions, findings and recommendations and the development of the most viable conceptual alternatives. MANHOURS The effort required for developing the viable conceptual alternatives pursuant to the results of the surveys and existing condition inventories effort will involve a number of Team staff brainstorming meetings. The projected man-hours are presented in Table 3. TABLE 3 PRELIMINARY ESTIMATE OF WORK EFFORT TASK 1.1.3 DEFINE GOALS AND OBJECTIVES PURSUANT TO RESULTS OF FIELD SURVEYS AND EXISTING CONDITIONS INVENTORY MAN-HOUR DESCRIPTION OF TASK ESTIMATE 1. Subtotal 12 12 12 12 48 Subtotal Pro' ect Maria ementl Adrninistration 5% TOTAL McM Team Cost 40 40 4 92 $10,580.00 Scope of Services McM Project No. K04612.0P 6 of 12 City of Miarni Beach TASK 1.2 - DEVELOP SIXTEENTH STREET CORRIDOR CONCEPTUAL PLAN Subtask 1.2.1 Visionin!! Session with Technical Committee A meeting with the City Technical Committee will be scheduled to review the goals and objectives as envisioned by the McM Team, based on the findings from the existing conditions evaluation and the developed viable alternatives. Subtask 1.2.2 Develop Conceptual Plan Based on Input Received from the Technical Committee Based on the Visioning Session and existing conditions results, the process of narrowing down the alternatives to the most feasible conceptual plan will be undertaken. This plan will entail a combination of recommended improvements and enhancements including, but not limited to: 1) Operational and safety improvements to the corridor, intersections and signalization. 2) Reconstruction or milling, resurfacing and striping of roadway. 3) Utility relocation. 4) Sidewalk. 5) Curb and gutter. 6) Street lighting. 7) Bicycle and pedestrian features. 8) Parking facilities. 9) Traffic calming devices. 10) Landscaping. 11) Graphics and banners. Subtask 1.2.3 Present Conceptual Plan to Transportation and Parkin!! Committee A meeting with the Transportation and Parking Committee will be scheduled to present the proposed preliminary Corridor Conceptual Plan to reach a consensus and identify the preferred alternatives for the improvements and enhancements along the corridor. Subtask 1.2.4 Hold Community Workshop No.1 The first community workshop will be held for residents and other stakeholders to express their concern and priorities. Comments and recommendations obtained during the workshop will be documented and taken into consideration for potential modifications to the plans once they are approved by the City and the participant Committees. Scope of Services McM Project No. K04612.0P 7 of 12 City of Miami Beach MANHOURS The effort required to develop the Preliminary Sixteenth Street Corridor Conceptual Plan Report is summarized in Table 4. TABLE 4 PRELIMINARY ESTIMATE OF WORK EFFORT TASK 1.2 DEVELOP SIXfEJj:NTH Sl'REET CORRIDOR CONCEPTUAL PLAN MAN-HOlTR DESCRIPTION OF TASK ESTIMATE Sub task 1.2.1 Meet with Technical Committee Traffic Group 3 Planning & Architecture Group 3 Subtotal 6 Subtask 1.2.2 DevelolJ Concevtual Plan Develop Initial Concepts (up to 3) 60 Subtotal 60 Subtask 1.2.3 Present Concevtual Plan to TranslJortation & Parkin!! Committee Traffic Group 3 Planning & Architecture Group 3 Subtotal 6 Subtask 1.2.4 Hold Community WorksholJ No.1 Prepare Presentation Materials 20 Key Team Staff Attendance (4) 20 Subtotal 40 Proiect Management/Administration 0%) 6 TOTAL 118 McM Team Cost $13,570.00 TASK 1.3 - DRAFT SIXTEENTH STREET CONCEPTUAL PLAN REPORT Subtask 1.3.1 Prepare a Draft Conceptual Plan Report for the Project Based on the input received at the three introductory meetings, a Draft Conceptual Plan Report will be prepared including an executive summary, a report of existing conditions, and the preferred conceptual plan. This Draft Conceptual Plan Report will also include preliminary calculations, review of schedule, a map illustrating all proposed improvements and a summary of the permitting process. Subtask 1.3.2 Meet with Technical Committee for Draft Conceptual Plan Review A meeting with the Technical Committee will be scheduled to review the proposed draft of the Preferred Corridor Conceptual Plan and preliminary cost estimates. Scope of Services McM Project No. K04612.0P 8 of 12 City of Miami Beach Subtask 1.3.3 Presentation/Final Discussion with Transportation and Parkin!! Committee A final meeting with the Transportation and Parking Committee will be held to present the draft of the preferred Corridor Conceptual Plan and preliminary cost estimates. MANHOURS The effort required to develop the Draft Sixteenth Street Conceptual Plan Report IS summarized in Table 5. TABLE 5 PRELIMINARY ESTIMATE OF WORK EFFORT l' ASK 1. 3 DEVELOP DRAFT SIXTEENTH STREET CONCEPTljAL PLAN REPORT MAN-HOUR DESCRIPTION OF TASK ESTll\IA TE Sub task 1.3.1 Prevare Concevtual Plan Develop Preferred Concept 32 Provide Illustrative Street Sections (up to 3) 16 Provide Preliminary Order of Magnitude Quantities 16 Subtotal 64 Subtask 1.3.2 Meet with Technical Committee Traffic Group 3 Planning & Architecture Group 3 Subtotal 6 Subtask 1.3.3 Final Presentation to Transportation & Parkin!! Committee Traffic Group 3 Planning & Architecture Group 3 Subtotal 6 Project Management/Administration (5%) 4 TOTAL 80 McM Team Cost $9,200.00 Scope of Services McM Project No. K04612.0P 9 of 12 City of Miami Beach TASK 1.4 - FINAL SIXTEENTH STREET CONCEPTUAL PLAN REPORT Subtask 1.4.1 Prepare a Final Conceptual Plan Report for the Project Based on the final input received from the participant Committees and Community, the Final Conceptual Plan Report for the Project will be prepared. The Conceptual Plan Report will be a comprehensive source to serve as the basis for planning the design phase for the Sixteenth Street Corridor. Subtask 1.4.2 Review Final Conceptual Plan with City and Applicable Rel!ulatory Al!encies The McM Team will make sure that the Final Conceptual Plan Report includes all the revisions implemented during reviews with the City and regulatory agencies. Three meetings will be scheduled with the City, County and State representatives. Subtask 1.4.3 Present Final Conceptual Plan at City Commission Meetinl! for Approval The McM Team will present the final Conceptual Plan at a City Commission Meeting for approval. Subtask 1.4.4 Present Approved Final Conceptual Plan to the Metropolitan Planninl! Or!!:anization's (MPO) Transportation Planninl! Council Key staff of the McM Team will present the Adopted Conceptual Plan to the MPO Transportation Planning Council. MANHOURS The effort required for developing the Final Sixteenth Street final Conceptual Plan Report is summarized in Table 6. Scope of Services McM Project No. K04612.0P 10 of 12 City of Miami Beach TABLE 6 PRELIMINARY ESTIMATE OF WORK EFFORT TASK 1.4 D.EVELOl> FINAI..- SIXTEENTH STRlmT CONCEl'lTALPLAN MAN-HOUR DESCRIPTION OF TASK ESTII\ IA TE Subtask 1.4.1 Prepare Final Concevtual Plan Refme Draft Conceptual Plan 20 Provide Vignette Sketches (up to 3) 12 Prepare Documents for Conceptual Plan Report 8 Subtotal 40 Subtask 1.4.2 Review Final Concevtual Plan with Citv and Avvlicable A!!encies Attend 3 Meetings (City, County, State) 9 Subtotal 9 Subtask 1.4.3 Present Final Concevtual Plan to Citv Commission Prepare Presentation Materials 6 Key Team Staff Attendance (3) 6 Subtotal 12 Sub task 1.4.4 Present Concevtual Plan to MPO- TPC Prepare Presentation Materials 6 Key Team Staff Attendance (3) 6 Subtotal 12 Proiect Management/Administration (5%) 4 TOTAL 77 McM Team Cost $8,855.00 II. SUMMARY OF PROPOSED COST ESTIMATE TO COMPLETE PROJECT PHASE I - CONCEPTUAL PLAN REPORT TAULE 7 SlJM.MARY OF TOTALPROPOSF:n COST ESTIMATE FOR PRO.JECT PHASE I - CONCEPTUAL PLAN REPORT MAN-HOUR DESCRIPTION OF TASK ESTIMATE TOTAL McM Team Cost $44,390 $13,570 $9,200 $8,855 $ 76,015.00 TASK 1.A Define Goals and Ob' ectives TASK 1.B Existin Conditions Data Collection and Findin s TASK 1.C Develo ment ofPrelimina Sixteenth Street Conce tual Plan TASK 1.D Develo ment of Final Sixteenth Street Conce tual Plan Scope of Services McM Project No. K046l2.0P 11 of 12 City of Miami Beach II. TIMELINE AND PAYMENT SCHEDULE FOR PROJECT PHASE I - CONCEPTUAL PLAN REPORT The McM Team agreed that the effort to conduct surveys, tests, data collection, analysis, presentations, and prepare the Final Sixteenth Street Conceptual Plan Report will be conducted within a time period of nine months. The McM Team is prepared to start working on the project as soon as the City provides the McM Team the Notice to Proceed, abiding by the following timeline and payment schedule: Timeline Payment Schedule TASK 1.1 - DEFINE GOALS AND OBJECTIVES: 3 Months $44,390 Subtask 1.1.1 Kickoff Meeting (McM and City Staff) Subtask 1.1.2 Field Surveys and Existing Conditions Inventory Subtask 1.1.3 Define Goals and Objectives for the Study Pursuant to Results of the Field Survey and Existing Conditions Inventory TASK 1.2 - DEVELOP 16th St. CONCEPTUAL PLAN: 2 Months $13,570 Subtask 1.2.1 Visioning Session with Technical Committee Subtask 1.2.2 Develop a Conceptual Plan, based on input received from the Technical Committee Subtask 1.2.3 Present Conceptual Plan to the Transportation and Parking Committee Subtask 1.2.4 Hold Community Workshop No.1 TASK 1.3 - DRAFT CONCEPTUAL PLAN REPORT: 2 Months $9,200 Subtask 1.3.1 Prepare a Draft Conceptual Plan Report Subtask 1.3.2 Meet with Technical Committee for Draft Conceptual Plan review Subtask 1.3.3 PresentationlFinal Discussion with Transportation and Parking Committee TASK 1.4 - FINAL CONCEPTUAL PLAN REPORT: 2 Months $8,855 Subtask 1.4.1 Prepare a Final Conceptual Plan Report Subtask 1.4.2 Review Final Conceptual Plan with City and Applicable Regulatory Agencies Subtask 1.4.3 Present the Final Conceptual Plan at City Commission Meeting for Approval Subtask 1.4.4 Presentation of Approved Final Conceptual Plan to the MPO's Transportation Planning Council TOTAL PHASE I SCHEDULED PAYMENTS: 9 Months $76,015 Scope of Services McM Project No. K04612.0P 12 of 12 City of Miami Beach