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