Loading...
HomeMy WebLinkAboutScope of A/E Consultant Services A TT~L HNa!T A SCHEDULE A CITY OF MIAMI BEACH, FLORIDA RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM SOUTH POINTE PHASE III, IV & V SCOPE OF AlE CONSULTANT SERVICES CONSULTANT: Chen and Associates Consultina Enaineers. Inc. BACKGROUND The South Pointe Streetscape Improvement Project(s) consist of comprehensive, multi-phase, right-of-way and infrastructure improvements based on the South Pointe Master Plan developed and approved by the City in 1999. The South Pointe Master Plan, which addressed all of the areas south of Fifth Street, identified comprehensive improvements inclusive of roadway, drainage, landscaping, streetscape, irrigation, water, electrical, and street lighting improvements, for implementation via a five-phase process. These Phases, also referred to as Bid Packages from a construction contract perspective, are identified as follows: · Phase I: Also referred to as Bid Package 12A1B, this Project area consists of Third Street from Ocean Drive to Michigan Avenue and Washington Avenue from Fifth Street to Government Cut. Construction was completed in 2002. · Phase II: Also referred to as Bid Package 12C, this Project area consists of Michigan Avenue between Second and Fifth Streets, Jefferson Avenue between Second and Fifth Streets, Meridian Avenue between Second and Fifth Streets, Euclid Avenue between Third and Fifth Streets, Second Street between Washington and Michigan Avenues, and Fourth Street between Alton Road and Washington Avenue, Design is currently underway and construction is expected to commence in Year 2005. R:\4012 South Pointe RDA\4012D Phases 3. 4\Contract RelatedlOriginal Agreemenf\Final Drafts\South Pointe - Draft Scope of Services_01,25,05.doc Page 1 of 37 · Phases III, IV, and V: Also referred to as Bid Package 12D/E/F, this Project area includes: o Phase III (BP 12D) includes First, Second and Fourth Streets between Washington Avenue and Ocean Drive, inclusive of Collins Court and Ocean Court. o Phase IV (BP 12E) includes Commerce and First Streets between Washington Avenue and Alton Road (except as noted herein). o Phase V (BP 12F) includes South Pointe Drive from Alton Road to Ocean Drive, Alton Road from Fifth Street to South Pointe Drive, and Jefferson Avenue from South Pointe Drive to 151 Street. Planning, design and construction of Phases III, IV, and V is the subject of this scope of services. It is important to note that the terms of the agreement which govern the South Pointe Redevelopment Area are scheduled to expire at the end of FY 2005 (September 30, 2005). To this end, it is imperative that funding commitments for RDA projects be secured by that time. It is anticipated that this project shall be prepared and bid / constructed as one single Bid Package to be entitled the South Pointe Phases III, IV and V Right of Way (ROW) Improvements Project. The Project area is described in Exhibit A. A portion of the Project area falls within the boundaries of the City of Miami Beach Ocean Beach Historic District which is illustrated in Exhibit B. In addition, this area contains portions of Stormwater Priority Basin No. 1 (Exhibit C) and Consultant's level of effort contemplates the design of four (4) drainage pump stations to address Phases 3, 4 and 5 Project Limits. In addition, water main replacements and associated fire hydrants shall be implemented in accordance with the CITY's Water Master Plan as noted on attached Exhibit D. The CITY has contracted the services of Hazen and Sawyer, P.C. to function as PROGRAM MANAGER (PROGRAM MANAGER), and act as the CITY's agent with regard to all aspects of this scope of services. Hence, the PROGRAM MANAGER will serve as the focal point of contact with the Architectural! Engineering firm (the CONSULTANT). However, the CITY will retain contractual agreement responsibilities with the CONSULTANT. R:\4012 South Pointe RDA\4012D Phases 3, 41Contract Relatedl.Original Agreemenf\Final Drafts\South Pointe - Draft Scope of Services_o 1,25. 05. doc Page 2 of 37 Please note that due to the large number of projects that will be ongoing coincidentally during the Program, the CITY and PROGRAM MANAGER have developed a Program Work Plan (PWP) detailing procedures and policies for the overall ROW Program. This PWP dictates the respective responsibilities and levels of authority for all program team members. Organizational structure flowcharts and team member duties are included to establish a working understanding regarding reporting and communication relationships on the Program. The PWP includes a listing of design and construction phase deliverables from the various AlEs and Contractors, along with proposed CITY and PROGRAM MANAGER duties during the planning, design, bid, award and construction phases of the Program. One copy of the PWP will be given to the CONSULTANT, who agrees to comply with procedures set forth therein. SCOPE OF SERVICES The purpose of the South Pointe Phases III, IV and V ROW Improvement Project is to provide for the restoration and enhancement of streetscapes and infrastructure, consistent with existing available master plans, qualified decisions of applicable CITY Departments and community preferences. The proposed project shall include potable water, and storm drainage infrastructure upgrades, streetscape work with restoration and enhancement of the neighborhood's hardscape, landscape, streetscape irrigation and lighting, potable water, and storm drainage infrastructure as needed. At this point, sanitary sewer upgrades are not anticipated as part of the Project. Improvements may include restoration and enhancement to the function and aesthetics of the following: · Upgrading the stormwater drainage collection and disposal system to meet the City Comprehensive Stormwater Management Program Master Plan recommendations, as prepared by CH2MHill in March 1997. This effort shall include all modeling efforts necessary to verify compliance with noted model requirements, and as may be required by the PWD and jurisdictional agencies to achieve a permittable design. · Replacement of existing water mains to meet City Water Master Plan recommendations as noted on Exhibit D. This effort includes pipe and fire hydrant replacement designs and requisite jurisdictional permit procurement. However, hydraulic modeling efforts in support of permit applications will be provided by the PWD. R:\4012 South Pointe RDA\4012D Phases 3. 4\Contract Related\Original Agreemenf\Final Drafts\South Pointe - Draft Scope of Services_o 1. 25,05. doc Page 3 of 37 · Street reconstruction and/or resurfacing and new pavement markings. Swale restoration, and/or curb and gutter restoration / replacement or upgrades. Repair, extension, construction, or widening of sidewalks and access ramps to provide continuous, ADA compatible separated pedestrian ways. Installation of new pedestrian-scale street lighting and/or upgrade of existing lighting to correct deficiencies where needed. Provide enhanced landscaping, development of additional areas for planting opportunities, and new / enhanced irrigation to support such plantings within the street right-of-way, as consistent with community and CITY staff preferences. Also included in the scope are consideration, selection and design of street furnishings and appurtenances. Improving of lighting, landscaping, fencing, and/or parking, where appropriate. Physical and/or operational improvements to streets within the project area for the purposes of beautification, traffic calming and increasing alternative transportation routes including pedestrian and non-motorized vehicles. . When traffic calming is the desired effect, improvements must be able to be permitted in Miami-Dade County and coordinated with the CITY's Public Works Department as well as the Transportation and Concurrency Management Division. Within multi-family areas, streets shall be designed to provide additional, organized, on-street parking to the extent allowed within each geographic areas in consideration of historic or environmental designations and community preference. The work effort shall require that all existing and proposed aboveground improvements be coordinated with existing and proposed below underground infrastructure improvements, which may include the following tasks: . Upgrading the drainage collection system . Repair or replacement of water mains and sanitary sewer lines, including the new in-line sewage pump station under design in the triangle at Alton Road and R:\4012 South Pointe RDA\4012D Phases 3, 4\Contract Related\Original Agreement-.Final Drafts\South Pointe - Draft Scope of Services_O 1,25,05. doc Page 4 of 37 Jefferson Avenue. . Coordination with other entities, including but not limited to, Florida Power and Light Company, BellSouth, Atlantic Broadband, and others as may exist within the public right of way . Coordination with Private Developments that are, or will be implementing CITY approved Right of Way improvements as a part of their respective development Orders Underground water, sewer and drainage infrastructure improvements are generally identified in: the City of Miami Beach Comprehensive Stormwater Management Program Master Plan, (March 1997), the City of Miami Beach Water System Master Plan, (November, 1994), and the Citywide Sanitary Sewer Infiltration and Inflow Mitigation Program, and in subsequent amendments to the plans and decisions of the City's Public Works Department. The City plans to / has initiated the planning and/or design of various improvements within the South Pointe Project Area. Hence, the CONSULTANT shall coordinate its work efforts as necessary with the following, as a minimum: . South Pointe Phase II ROW Improvements . Miami-Dade County 54-inch diameter wastewater transmission main replacement project . Continuum development . Alaska Parcel development . South Pointe Park project . In-line sewage pump station under design in the triangle at Alton Road and Jefferson Avenue. Total estimated construction costs budgeted for this Bid Package approximates $19,800,000, which includes a 10% construction change order contingency that is to be in held in reserve by the CITY for construction phase usage. Hence, the CONSULTANT shall be tasked with planning and designing a project to a total target construction budget of $17,800,000. This target construction budget is funded from the South Pointe RDA. R:\4012 South Pointe RDA\4012D Phases 3. 4\Contract Relatecl\Original Agreement\Final Drafts\South Pointe - Draft Scope of Services_01. 25. 05,doc Page 5 of 37 Note that a separate Notice to Proceed is required from the CITY prior to the commencement of work on any Task. TASK 1 -PLANNING SERVICES The purpose of this Task is to establish a consensus design concept for the referenced neighborhood that meets the needs of the community and stays within established schedule and cost parameters, In this capacity, it is important to note that subsequent to its adoption in 1999, residents have voiced significant concerns regarding proposed concepts presented in the South Pointe Master Plan. To this end, the City Commission has agreed to allow the existing Master Plan to be revisited under the scope of this Project to enable re-establishment of a consensus with residents. There is no requirement to complete a new master plan for the South Pointe Neighborhood This task is to review the evolution of the design themes from the Master Plan, to Phase I, to Phase II, and then to adjust the design of Phases III, IV and V as appropriate. For the purposes of this Task, Consultant shall review all project corridors as noted herein. The following presents anticipated Tasks to be performed by the CONSULTANT under the Planning Phase of the Project. Note that Tasks 1.1 through 1.4 are intended to develop a database for the performance of Community Design Workshops. A total of two Community Design Workshops shall be conducted as discussed in Task 1,5. Based on the results of the Community Design Workshops, a draft Basis of Design Report shall be developed as noted in Task 1.6. Subsequent interdepartmental and Historic Preservation Board design reviews I presentations and approvals shall be as noted in Task 1.7. A final Basis of Design Report (BODR) shall then be prepared summarizing the accepted design concept, budget level cost estimate and implementation schedule. This BODR shall be presented by the CONSULTANT to the City Commission for approval as noted in Task 1.8. In addition, please note that to facilitate the implementation of the CITY's Public Information Program, the CONSULTANT shall provide electronic files of all project documents upon request by the CITY and I or the PROGRAM MANAGER in the original software version, as well as in an appropriately indexed .pdf format. Task 1.1 - Proiect Kick-Off MeetinQ: The CONSULTANT shall meet with the CITY and PROGRAM MANAGER to review existing planning documents, discuss results of previous scoping sessions held with affected neighborhood representatives, and receive I review copies R:\4012 South Pointe RDA\4012D Phases 3, 4\Contract RelatedlOriginal AgreemenfIFinal Drafts\South Pointe - Draft Scope of Services_01,25.05.doc Page 6 of 37 of available reference documents. In addition, the CITY and PROGRAM MANAGER will present general discussions as to Program procedures, timelines, and budgets. The CONSULTANT shall prepare draft meeting minutes and forward them to PROGRAM MANAGER for review and comments. The CONSULTANT shall finalize and distribute, accordingly. During this meeting, the CONSULTANT shall schedule a reconnaissance visit of the Project site, to be attended by critical CONSULTANT personnel, as well as key CITY and PROGRAM MANAGER staff. Deliverables: - Attend Project kick-off meeting. Schedule: - Notice-to-Proceed is issued at the Kick-Off Meeting. Task 1.2 - Proiect Site Reconnaissance Visit: The CONSULTANT shall attend a Site Reconnaissance Visit. This site visit shall also be attended by applicable CITY and PROGRAM MANAGER staff. The site visit is intended to facilitate the CONSULTANT's understanding of the project area needs. The CONSULTANT shall prepare draft meeting minutes and forward them to PROGRAM MANAGER for review and comments. The CONSULTANT shall finalize and distribute, accordingly. Based on the results of the site visit, and materials presented at the Kickoff Meeting, the CONSULTANT shall develop reference images for a variety of recommended streetscape treatments that they propose for CITY consideration. As a minimum, alternative plan view treatments shall be developed for each type of different ROW width encountered within the project area, In addition, individual alternative treatments shall be developed for each similar width ROW that exhibits different characteristics (multi-family, commercial, single family, civic, etc.). Alternative treatments shall illustrate proposed improvements including, as a minimum, parking, sidewalks curbs, gutters, plantings, bulbouts, traffic calming features, lighting enhancements and similar features to allow the CITY a full understanding of proposed improvement alternatives. All such alternative treatments shall also take into account adjacent improvements as applicable. In addition, the CONSULTANT shall prepare preliminary "budget" level cost estimates (+30%, -15% as defined by the American Association of Cost Engineers) for each work component I alternative treatment, indicating opinions of probable cost. Estimates shall present costs by category types (i.e. underground utility construction, paving, lighting, landscaping, etc.) and shall be prepared in a Microsoft Excel Spreadsheet format. The PROGRAM MANAGER will provide a template for the requisite cost estimate format to the CONSULTANT for its use. R:\4012 South Pointe RDA\4012D Phases 3. 41Contract Relatecf\Original Agreemenf'Final Drafts\South Pointe - Draft Scope of Services_01.25.05.doc Page 7 of 37 Deliverables: - Attend Site Reconnaissance Project Site Visit - Develop alternative reference images as noted above - Develop "budget" level cost estimates Schedule: - Within 60 working days of completion of Task 1.1 services. Task 1.3 - Attend "Visionina" Session: After conducting the Site Reconnaissance Project Site Visit, developing alternative treatment I reference images and cost estimates, the CONSULTANT shall attend a "Visioning" session to be scheduled with representatives of the CITY, the CONSULTANT and PROGRAM MANAGER. The purpose of the "Visioning" session shall be to clarify project goals in preparation for Community Design Workshop (COW) NO.1. Issues to be discussed shall include the proposed project elements (i.e. stormwater, streetscape, landscaping, electrical, etc.) budget and schedule. At this meeting, the CONSULTANT shall present its Project concepts and document input from the various CITY attendees. In this effort, the CONSULTANT shall make revisions to its proposed I selected treatments as necessary to develop a Recommended Approach as approved by the CITY. This is the approach that will be presented at the Community Design Workshop NO.1. The CONSULTANT shall prepare draft meeting minutes and forward them to the PROGRAM MANAGER for review and comment. The CONSULTANT shall finalize and distribute the final minutes accordingly. Deliverables: - Attend "Visioning" session with representatives from the CITY and PROGRAM MANAGER. Revise proposed treatments and develop final materials for a Recommended Approach as approved by the CITY Schedule: - Within 20 working days of Task 1.2 completion. Task 1.4 - Review Meetina Prior to Community Desion Workshops: After conducting the project site visit, developing reference images and cost estimates, attending the Visioning Session, addressing all CITY comments and developing the Recommended Approach, the CONSULTANT shall meet with applicable CITY and PROGRAM MANAGER staffs for a Pre- COW meeting. The format of the Pre-COW will require that the CONSULTANT formally present its materials (PowerPoint presentation, Figures, handout materials), to ensure the CITY that any and all concerns regarding project scope, schedule and cost parameters are addressed prior to R:\4012 South Pointe RDA\4012D Phases 3, 4\Contract Related\Original AgreemenflFinal Drafts\South Pointe - Draft Scope of Services_01,25. 05. doc Page 8 of 37 scheduling the first of two Community Design Workshops. A total of two Pre-COW meetings will be held, one before each COW. Deliverables: - Meet with representatives of the CITY and PROGRAM MANAGER during work performed for Task 1.1 through 1.3. Schedule: - Through completion of Task 1.1 through 1.3, Task 1.5 - Community Desian WorkshoDs: The intent of the Community Design Workshops is to provide the CONSULTANT the opportunity to present the proposed improvements (hardscape, landscape, water and stormwater components) to the community for the purpose of achieving general consensus with residents. To this end, it is anticipated that a total of two COWs shall be conducted for the Bid Package being developed under the scope of this contract. In this effort, the CITY will schedule, find locations for, and notify residents of, all such meetings. The CONSULTANT shall prepare all materials for presentation at the workshop. At a minimum, these shall include presentation materials, "full size" specialty graphics which depict the proposed improvements, a summary of cost estimates, workshop agendas, resident comment cards and requisite copies of each. It is anticipated that the CONSULTANT shall utilize a "PowerPoint" type format for its presentation, with support from standalone graphics and handout materials. In addition, the CONSULTANT shall provide comment forms to attendees to elicit responses from residents. Also, the CONSULTANT shall prepare draft meeting minutes and forward them to PROGRAM MANAGER for review and comment. The CONSULTANT shall finalize and distribute the final minutes accordingly. Each workshop is intended to address specific design issues as discussed in the following: Task 1.5.1 Community Design Workshop No. 1 - This workshop is intended to provide community residents with a review of the proposed project scope and budget. The CONSULTANT shall also present the proposed schedule and create a consensus plan to obtain community concurrence. The CONSULTANT shall prepare full size presentation graphics illustrating existing conditions and proposed project components developed under Tasks 1.2 and 1.3. In addition, graphics shall be prepared presenting a summary of probable costs for the various improvements and the workshop agenda. "Budget" level cost estimates shall be +30%, -15% as defined by the American Association of Cost Engineers, Based on this data, the CONSULTANT shall present the plan for proposed improvements to attendees. Applicable CITY and PROGRAM R:\4012 South Pointe RDA\4012D Phases 3. 4\Contract Related\Original AgreemenfIFinal Drafts\South Pointe - Draft Scope of Services_01. 25. 05,doc Page 9 of 37 MANAGER staffs shall also attend these meetings, and assist the CONSULTANT with responses to resident questions, as they pertain to CITY related issues. The CONSULTANT shall note reasonable design concept revision requests expressed by residents. These design concept revision requests shall be reviewed and incorporated by the Consultant into the proposed plan. Due to the fixed nature of funding on the various projects within the Program, budget limits must be adhered to. Hence, the CONSULTANT shall be prepared to discuss budgets and the various impacts of resident requested revisions on such, accordingly. The CONSULTANT shall prepare draft meeting minutes and forward them to PROGRAM MANAGER for review and comment. The CONSULTANT shall then finalize and distribute the final minutes, accordingly. Deliverables: - Prepare materials, attend and conduct Community Design Workshop No. 1 Schedule: - Within 45 working days after completion of Task 1.4 Task 1.5.2 Community Design Workshop No.2 - The CONSULTANT shall prepare for and attend a second Community Design Workshop to present residents with the revised plan of proposed improvements, budget and schedule based on the input received during CDW NO.1. The CONSULTANT shall meet with applicable CITY and PROGRAM MANAGER staff as noted in Task 1.4 above, to ensure that any and all concerns regarding residents input, project scope, schedule and cost parameters received during CDW No. 1 are addressed prior to scheduling the second Community Design Workshop. The CONSULTANT shall prepare full size presentation graphics illustrating the proposed plan of improvements, along with a summary of probable costs for the improvements and the workshop agenda. "Budget" level cost estimates shall be +30%, -15% as defined by the American Association of Cost Engineers. Based on this data, the CONSULTANT shall present the information to attendees. Applicable CITY and PROGRAM MANAGER staff shall also attend these meetings, and assist the CONSULTANT with responses to resident questions, as applicable. The CONSULTANT shall note that the design concepts presented during this meeting are considered "near final" and it is the CITY's intent to consider only minor design revision requests from residents for review and incorporation into the final proposed plan, The CONSULTANT shall prepare draft meeting minutes and forward them to PROGRAM MANAGER for R:\4012 South Pointe RDA\4012D Phases 3. 4\Contract Related\Original Agreement\Final Drafts\South Pointe - Draft Scope of Services_01. 25. 05,doc Page 10 of 37 review and comments. The CONSULTANT shall finalize and distribute the final minutes accordingly. Deliverables: Schedule: - Prepare materials and attend pre-COW and COW No.2. - Within 60 working days after completion of Task 1.5.1 Task 1.6 - Basis of Desian Report (DRAFT): The CONSULTANT shall prepare a draft Basis of Oesign Report (BOOR) presenting the results of the Community Oesign Workshop(s) and final consensus I funded design plan. The BOOR shall include a summary of findings and exhibit(s) illustrating all proposed improvements under the current phase of the project, inclusive of water, stormwater, streetscape and landscape. In addition, the BOOR shall include sufficient detail in plans, sections, notes and key descriptions to facilitate review by the various CITY permitting and planning divisions discussed in Task 1.7. As a minimum, the draft BOOR shall include discussions and graphics illustrating: · Executive Summary summarizing the contents of the BOOR · A section reviewing the existing conditions to be improved. · A section reviewing the planning process and development of the final recommended funded improvement plan. This section shall included detailed presentations of all proposed improvements. · A project implementation plan, inclusive of utility and streetscape construction phasing and traffic control details with a discussion of expected impacts to the affected neighborhood. · Proposed water and fire hydrant improvements. A corridor study may be required if routing is not clearly indicated on existing planning documents, or if proposed routing is determined to be congested with existing improvements. Also, Consultant shall present its findings I discussion regarding the potential use of trench less technologies to replace the existing water mains within the project limits. · Proposed stormwater improvements for the project. R:\4012 South Pointe RDA\4012D Phases 3, 4\Contract Related\Original Agreemenf\Final Drafts\South Pointe - Draft Scope of Services_01.25.05.doc Page 110'37 . A preliminary discussion of existing right-of-way encroachments, including the extent and locations of such. . A section discussing general concepts which are unfunded items, but were byproducts from the planning process. . A "budget" level cost estimate prepared in conformance with format provided by PROGRAM MANAGER. Estimates shall be provided for both current (funded) and unfunded improvements. Based upon the CONSULTANT's cost estimate, the CITY will advise the CONSULTANT if portions of the project need to be deleted, phased and/or bid as alternate bid items to satisfy existing fiscal constraints. The CONSULTANT shall revise the BODR to reflect such issues accordingly. . A schedule for implementing the Project by phases (i.e. design, bid, award, construction) including critical issues and the time period allowed for resolving each issue. . Discussion regarding permitting authorities having jurisdiction over Project and provide a list of permits typically retained by the Owner and / or Contractor. Unique and / or special permitting requirements shall be identified as well as permitting fees. Ten copies of the draft BODR shall be provided to the PROGRAM MANAGER for initial review and comments and shall contain the following sections, as a minimum: Executive Summary, Purpose and Scope, Existing Conditions, Funded Improvements and Unfunded Plan, Permitting and Implementation and Cost Estimates. Deliverables: - Prepare 10 copies of the draft BODR. Schedule: - Within 35 working days from completion of Community Design Workshop NO.2 Task 1.7 - Review of BOOR with the CITY Departments: The CONSULTANT shall meet to receive, present and review the draft BODR with the following CITY Departments / review entities: . City of Miami Beach Parks and Recreation Department R:\4012 South Pointe RDA\4012D Phases 3. 4\Contract Relatecl\Original AgreemenflFinal Drafts\South Pointe - Draft Scope of Services_01.25.05,doc Page 12 of 37 . City of Miami Beach Police Department . City of Miami Beach Planning Department . City of Miami Beach Public Works Department . City of Miami Beach Fire Department . City of Miami Beach Parking Department The CITY will forward copies of the draft BOOR to the above noted Departments. Comments shall be solicited and forwarded to the CONSULTANT for review / comment / response / incorporation into the draft BOOR document. It is anticipated that the CONSULTANT shall attend a total of up to two meetings with the various Department representatives to review the various Department comments. The CITY and PROGRAM MANAGER will attend the noted review meeting(s) and assist the CONSULTANT, as practicable, in obtaining approvals from noted review agencies by participating in negotiations with such authorities. However, the CONSULTANT retains final responsibility for procuring all necessary approvals, and for implementing required revisions and resubmissions as necessary. It is recognized by the CITY and PROGRAM MANAGER that the time period for obtaining approvals from the various review agencies is beyond the control of the CONSULTANT, except for issues concerning the acceptability of the proposed design concepts and the CONSULTANT's ability to respond to review agency comments. Hence, the CONSULTANT shall address and respond to comments received from the various reviews in writing, and implement requested revisions into the draft BOOR, as agreed with the CITY and PROGRAM MANAGER, within ten (10) working days of receipt of comments, unless agreed to otherwise with PROGRAM MANAGER. Upon incorporating the comments received from the various CITY Departments; the CONSULTANT shall revise its draft BOOR and then present the full BOOR (with requisite graphics and PowerPoint presentation materials) to the Historic Preservation Board. This presentation is intended for informational purposes only, and is not to be confused with the CONSULTANT's responsibilities regarding full / formal Historic Preservation Board presentation requirements discussed under the Design Phase Task. Deliverables: - Attend BOOR review meetings. - Address comments and revise BOOR accordingly. R:\4012 South Pointe RDA\4012D Phases 3. 4\Contract Related\Original AgreemenflFinal Drafts\South Pointe - Draft Scope of Services_01.25.05.doc Page 13 of 37 Schedule: - Present BOOR to HPB - Within 60 working days of draft BOOR completion. Task 1.8 - Final Basis of Desion Report: The CONSULTANT shall prepare a final BOOR based on comments and revisions implemented during the reviews with the various the CITY Departments / review entities as noted in Task 1.7. This final BOOR serves as the basis for development of detailed design documents as discussed in Task 2. It shall also be used as the basis for the CONSULTANT's presentation of the Final BOOR to the City Commission for approval. If the City Commission directs revision to the Final BOOR, the CONSULTANT shall prepare Addenda, in the CITY provided format, for distribution to all Final BOOR holders, as may be required. Deliverables: - Prepare 35 copies of a final BOOR and Addendum, as necessary. - Present the BOOR to the City Commission for approval - Within 30 working days after completion Task 1,7. Schedule: Task 1.9 - Additional Review Meetinos: In addition, to all required efforts noted above, the CONSULTANT shall attend and participate in up to five (5) additional meetings with those agencies / committees requesting revisions and / or other meetings as may be requested by the CITY. TASK 2 -DESIGN SERVICES The purpose of this Task is to establish requirements for the preparation of contract documents for the Project. For the purposes of this Task, design / permitting services shall not include the Meridian Avenue corridor from 1st Street to 2nd Street. Also, design / permitting services along 1st Street from Washington to Jefferson Avenues are not included in CONSULTANT's basic scope of services. Note that Task 2.1 requires that the CONSULTANT perform a variety of forensic tasks to verify, to the extent practicable, existing conditions and the accuracy of base maps to be used for development of the contract drawings. Task 2.2 discusses requirements for the preparation of contract documents, inclusive of drawings, specifications and front-end documents. Task 2.3 establishes requirements with regard to constructability and value engineering reviews to be performed by others, Task 2,4 establishes requirements for the preparation of opinions of total probable cost by the CONSULTANT. Task 2.5 specifies requirements for review of contract documents with jurisdictional permitting agencies prior to R:\4012 South Pointe RDA\4012D Phases 3, 4IContract Related\Original Agreement.Final Drafts\South Pointe - Draft Scope of Services_01.25.05.doc Page 14 of 37 finalization. Task 2.6 establishes requirements for developing final (100%) contract documents. To facilitate the implementation of a Public Information Program, the CONSULTANT shall provide electronic files of all project documents, as requested by the CITY and/or PROGRAM MANAGER for posting on the program website. The CONSULTANT shall provide the electronic files for the front-end documents, technical specifications, and construction drawings in MS- Word, AutoCAD and Adobe Acrobat file format. Due to the large number of projects that will be ongoing coincidentally during the Program, the CITY and PROGRAM MANAGER have developed a Design Standards Manual (DSM) detailing procedures, standards and policies regarding design of all Program projects. One copy of the DSM will be provided to the CONSULTANT, who agrees to comply with all procedures set forth therein. In addition, please note that the CONSULTANT shall submit monthly invoice requests for its services, accompanied by a design progress schedule update form as provided by the PROGRAM MANAGER. Invoices shall be prepared in a format as provided by the CITY, through the PROGRAM MANAGER. As a part of this effort, the CONSULTANT shall update and submit the schedule update form. Should the PROGRAM MANAGER determine that the CONSULTANT has fallen behind schedule; the CONSULTANT shall provide a recovery schedule that shall accelerate work to get back on schedule. Task 2.1 - Field Verification of ExistinQ Conditions: The CONSULTANT shall perform a detailed topographic survey of the existing right of way areas to be impacted by construction activities under the scope of this project. The survey shall be performed by a Professional Land Surveyor in the State of Florida and shall meet the minimum technical standards identified in Chapter 61G17-6, FAC. All survey files shall be prepared in AutoCAD Version 2000 format with a layering system as directed by the CITY in the DSM. References herein to an average 5-foot offset anticipate that the Consultant shall strive to include a 25-foot offset perpendicular to the public right-of-way along all project limits where existing site conditions permit. The intent of the 25-foot offset is to identify existing above ground information to illustrate hard objects / structures adjacent to or abutting the right-of-way so that the Contractor is aware of the urban nature of the neighborhood and to obtain spot elevations to verify drainage patterns. It is recognized that some corridors have structures abutting or adjacent to the right-of-way and that a 25-foot offset may not be realistic. As a minimum, the survey shall address the following: R:\4012 South Pointe RDA\4012D Phases 3, 4\Contract Related\Original AgreemenflFinal Drafts\South Pointe - Draft Scope of Services_01.25.05,doc Page 15 of 37 . Topographic survey shall consist of establishing a baseline with 100-foot stations, and identify right-of-way monuments and sectionalized land corners. The survey baseline shall be tied into the right-of-way and sectionalized land monuments. Right-of-way information shall be obtained from available records by the CONSULTANT. · The CONSULTANT shall set benchmarks at convenient locations along the corridor to be used during both the design and construction phases of the project. As a minimum, permanent benchmarks shall be set at 500-foot intervals along the alignment. In addition, the CONSULTANT shall tie-in at least two existing government County monuments to vertical circuit and shall take cross sections at 100-foot intervals along all project corridors. The benchmarks shall be derived from existing government benchmarks and be carried into the proposed system using Second Order, Class II procedures. A full listing of benchmark locations shall accompany the survey data. · Cross section elevations shall define all grade breaks such as intersections, swale, edge of pavement, pavement centerline, curb and gutter, edges of sidewalk, driveway connections, right-of-way line, edge of 25-foot right-of-way offset onto private property, encroachments (both natural and built-in), etc. · The CONSULTANT shall locate and identify all existing surface improvements / topographic features that are visible along the corridor and within a 25-ft right of way offset, including but not limited to the following: · Existing valve boxes, water / electrical meter boxes, electrical pull boxes, telephone / cable risers, fences, hydrants, etc. · Aboveground and underground utilities, invert elevations of accessible underground utilities, roof drains, wood / 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/height, landscaping plant materials and driveway construction materials. Landscaping materials with a trunk diameter greater than 6 - inches in R:\4012 South Pointe RDA\4012D Phases 3. 4\Contract RelatedlOriginal Agreemenfl.Final Drafts\South Pointe - Draft Scope of Services_01. 25. 05. doc Page 16 of 37 diameter shall be identified individually. Materials with smaller diameters shall be illustrated in groupings. · Corridors to be surveyed include all CITY public rights-of-way within the South Pointe Phase III, IV and V Project areas as shown on Exhibit A, including the 25-ft right of way offset.. · Survey limits shall include the entire right-of-way and an additional overlap of 25-feet on either side of the right-of-way, to the extent practicable. · Topographic survey I base map shall be prepared in AutoCAD Version 2000 and submitted on recordable Compact Disk with one signed and sealed copy on 22-inch by 34-inch bond paper. Note that all standards from the DSM shall apply to the development of the survey document. In addition, the CONSULTANT shall submit 3 copies of a preliminary Draft Survey for CITY and PROGRAM MANAGER review and comment. The CONSULTANT shall prepare a final survey submittal package based on addressing any I all comments submitted through this review process, to the satisfaction of the CITY. All 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. · The Survey shall include Lot I Block number and address of lots and properties abutting the perimeter of the right of way. · Survey shall indicate geometry of perimeter private property plats (inclusive of fences, landscaping and driveways) within the specified 25-ft offset and the survey shall identify the dimension of lots abutting the right of way. Upon completion and acceptance of the final survey, the CONSULTANT shall forward same to the following agencies with a request to mark I identify respective utilities on the survey base map. The CONSULTANT shall coordinate this effort with each agency in an effort to identify the location of all existing underground utilities. The CONSULTANT shall incorporate utility owner markups I edits into its survey base map file. The CONSULTANT shall contact the following entities and request that they each verify locations of their existing improvements in the affected areas: . Florida Power and Light Company R.'14012 South Pointe RDA\4012D Phases 3. 4\Contract Related\Original AgreemenflFinal Drafts\South Pointe - Draft Scope of Services_01,25,05,doc Page 17 of 37 . BellSouth . Miami-Dade Water and Sewer Authority . Atlantic Broadband (formerly Charter Communications) . Natural Gas provider . City of Miami Beach Public Works Department . Others as deemed necessary by the CONSULTANT The CONSULTANT shall also request information regarding any future proposed improvements by each agency. To facilitate tracking of the progress made in this work effort, the CONSULTANT shall copy the PROGRAM MANAGER on all correspondence with each agency. In 9ddition, the CONSULTANT shall keep a readily accessible and properly labeled / collated file of all correspondence and markups provided to it by the various agencies for reference use by the CITY, PROGRAM MANAGER and/or CONSULTANT, during construction. A copy of this properly labeled / collated file shall be provided to the PROGRAM MANAGER upon request. Based on the collected data, the CONSULTANT shall develop detailed design base maps for the project. The maps shall include an overall key map and partial plans scaled at 1-inch equals 20 feet (or a scale that better suits the project requirements subject to CITY approval). Deliverables: - Perform forensic work as noted to develop final survey maps. Deliver three (3) draft and five (5) final signed and sealed surveys to the PROGRAM MANAGER. Schedule: - Within 80 working days after Task 2 - Design Phase Notice to Proceed. Task 2.2 - Detailed Desion: The CONSULTANT shall prepare all contract documents in compliance with DSM standards. Proposed drawing list is provided as Exhibit E. Technical specifications shall be prepared in conformance with Construction Specifications Institute (CSt) formats. The PROGRAM MANAGER, through the DSM, shall furnish the CONSULTANT with standard CITY specification outlines for Divisions 1, 2, 3 and 15 as noted in the DSM. In addition, for reference purposes, the City has provided copies of its standard Job R:\4012 South Pointe RDA\4012D Phases 3. 4\Contract Relatecf\Original Agreement...Final Drafts\South Pointe - Draft Scope of Services_01.25.05,doc Page 18 of 37 Order Contract (JOC) specifications via the DSM. The CONSULTANT shall refrain from referencing or amending FDOT, or other reference standard specifications, for inclusion in the detail design documents. The CONSULTANT shall provide additional sections that the CONSULTANT may require, not already provided through the CITY standards / DSM, subject to review and comment by the CITY and/or PROGRAM MANAGER. Any supplier listings required by specifications shall include a minimum of two named suppliers and shall meet all applicable CITY and State of Florida procurement codes. Specifications shall be provided to the CONSULTANT in "Microsoft MS-Word" format. In addition, the CONSULTANT shall use the same software in all project related work. In addition, the CONSULTANT shall utilize base front- end documents provided by the CITY. The CONSULTANT shall edit accordingly to result in a project specific document. Any requirements for Supplementary General Conditions shall be subject to review and acceptance by the CITY. The CONSULTANT shall attend monthly Design Progress Meetings with CITY and PROGRAM MANAGER staff. For purposes of this Scope of Services, the following will be considered the minimum effort to be provided by the CONSULTANT for establishing detail design milestone submittals. Note that CITY review procedures, and CONSULTANT responsibilities associated with such, are discussed under Task 2,3: · The 30% design completion stage milestone shall consist of the completed survey / base map work as identified in Task 2.1 with all proposed funded improvements identified in the approved BODR illustrated in plan view at a scale of 1-inch equals 20 feet. A key map shall also be provided on all sheets that illustrates the relationship between the drawings and their respective location within the project area. A Table of Contents identifying the anticipated technical specifications to be incorporated into the work shall also be submitted. It is important to note that as a part of the 30% design completion stage effort, the CONSULTANT shall prepare a detailed tabulation of all encroachments (hardscape and softscape) within the public right-of-way in the project area. The tabulation shall be presented in a tormat that identities those encroachments that exist within the right-ot-way and do not require removal in order to construct the project and those encroachments required to be removed in order to implement the project components. This tabulation shall include, at a minimum, description R:\4012 South Pointe RDA\4012D Phases 3, 4\Contract Relatecf\Original Agreement\Final Drafts\South Pointe - Draft Scope of Services_O 1,25,05. doc Page 19 of 37 of the encroachment, location (block I lot number and physical address), a description identifying the encroachment, and a justification I reason why the encroachment must be removed (to be provided only for those encroachments required to be removed to implement the project components). The PROGRAM MANAGER will provide the CONSULTANT with an "Excel" spreadsheet template for mandatory use in preparation of the listing. Please note that the CONSULTANT shall be required to submit a "Draft" listing for review and comment, and make subsequent revisions as noted by the CITY, prior to submitting a Final Encroachment listing. · The 60% design completion stage milestone shall consist of plan and profile views of all proposed improvements, with all applicable sections and construction details. Note that the corresponding profile for each plan view shall be included on the same sheet as the plan view. Separate Plan and Profile sheets will not be acceptable. In addition, a small scale key map will be provided on each sheet to allow the reviewer the ability to readily identify the location of the sheet within the Project area. Prior to the preparation of the 60% design completion stage drawings, the CONSULTANT shall incorporate changes to its design based upon its underground utility verification efforts and review comments received, as noted in Task 2.3. In addition, the CONSULTANT shall include draft technical specifications and a draft schedule of prices bid (bid form) identifying the items to be bid by the prospective contractors with the submittal. Also, this submittal shall include the CONSULTANTs "Budget" level opinion of probable cost as defined by the American Association of Cost Engineers with the submittal. It is anticipated that the CITY will be at or near completion of reviewing the CONSULTANT's final encroachment listing. When completed, the listing will be returned to the CONSULTANT, who will revise its documents to reflect final CITY direction on the acceptance I rejection of CONSULTANT recommendations regarding the disposition of encroachments on the project. The CONSULTANT shall demonstrate compliance with this requirement at the 90% design completion stage submittal noted below. · The 90% design completion stage milestone shall consist of a near final construction document set including the front-end documents (general and R:\4012 South Pointe RDA\4012D Phases 3. 4\Contract RelatedlOriginal Agreemenf\Final Drafts\South Pointe - Draft Scope of Services_01.25.05.doc Page 20 of 37 supplemental conditions), technical specifications and construction drawings for all work proposed to be completed. The CONSULTANT shall include detailed construction sequencing restrictions for the PROGRAM MANAGER's review with this submittal. Prior to the preparation of the 90% design completion stage drawings, the CONSULTANT shall incorporate changes to its design based upon review comments received, as noted in Task 2.3 below In addition, the CONSULTANT shall provide its "Definitive" level opinion of probable cost as defined by the American Association of Cost Engineers with this submittal. · The 100% design completion stage milestone shall consist of the 90% documents updated to include all constructability and design review comments as may be provided by the CITY, PROGRAM MANAGER and/or jurisdictional review agency. This set of documents will be used by the CONSULTANT to implement City of Miami Beach Building Department Permitting Reviews as noted in the PWP. Deliverables: - Furnish fifteen (15) sets each of the 30, 60, 90 and 100 percent design completion stage documents to PROGRAM MANAGER, as applicable (ten full size and five half size for each submittal) - Prepare and update project invoices and schedule tracking spreadsheets, on a monthly basis. - Attend monthly design progress meetings with CITY and PROGRAM MANAGER staff. Schedule: - Complete 30 percent document submittal within 80 working days after the Task 2 - Design Phase Notice to Proceed. - Complete 60 percent document submittal within 160 working days after Task 2 - Design Phase Notice to Proceed. -Complete 90 percent document submittal within 240 working days after Task 2 - Design Phase Notice to Proceed. R:\4012 South Pointe RDA\4012D Phases 3, 4\Contract Related\Original Agreemenf\Final Drafts\South Pointe - Draft Scope of Services_01,25.05.doc Page 21 of 37 -Complete 100 percent document submittal within 300 working days after Task 2 - Design Phase Notice to Proceed. Task 2.3 - Desio" I Co"structabilitv Review: To verify that the CONSULTANT is in compliance with required BODR, DSM and PWP requirements, the CITY will conduct a series of design submittal reviews on all design project documents, inclusive of cost estimates at the 30, 60 and 90% design completion stage submittals. Note that the 100% design completion stage submittal will be used by the CONSULTANT to permit the project through all internal CITY reviews as noted in the PWP. The purpose of these reviews shall be to verify that the documents are consistent with the design intent. These documents shall be furnished as bound 8-1/2-inch by 11-inch technical specifications and full-size (22-inch by 34-inch) and half size (11-inch by 17 -inch) drawings as noted in the Task 2.2 deliverables. The PROGRAM MANAGER and applicable CITY Departments shall perform reviews on these documents and provide written comments (in "Excel" spreadsheet format) back to the CONSULTANT. Following receipt of comments by the CONSULTANT, a meeting may be scheduled between the CITY, the CONSULTANT and PROGRAM MANAGER, to discuss the intent and review of the comments, Subsequently, the CONSULTANT shall address how each comment was resolved, to the PROGRAM MANAGER, within 10 working days after the review session and/or receipt of the comments. The responses shall be in the spreadsheet format provided to the CONSULTANT, In addition, the CONSULTANT shall revise its documents to address all review comments accordingly, to the satisfaction of the CITY. In addition, the PROGRAM MANAGER will perform constructability reviews of the design documents relative to value, construction sequencing and bid format. These reviews shall be based upon 60 and 90 percent design submittals received from the CONSULTANT and shall be conducted concurrently but separately from the 30, 60 and 90 percent design reviews noted above. These constructability review meetings shall be held with the CONSULTANT and the CITY representatives to discuss the CONSULTANT's proposed construction sequencing restrictions, and bid formats, and shall be performed by the PROGRAM MANAGER. The CONSULTANT shall note that the CITY's / PROGRAM MANAGER's review of the contract documents does not relieve the CONSULTANT from its responsibility to the CITY with regard to the quality and completeness of its contract documents. R:\4012 South Pointe RDA\4012D Phases 3, 41Contract Related\Original Agreemenf\Final Drafts\South Pointe - Draft Scope of Services_01,25,05,doc Page 22 of 37 Deliverables: Attend meetings with the CITY and PROGRAM MANAGER staff to review and discuss design constructability and value comments. Prepare written responses to comments made during reviews. Schedule: Complete concurrently with 300 working day Design Phase schedule. Task 2.4 - Cost Opinions: The CONSULTANT shall prepare opinions of probable construction costs for the 60 and 90% design completion stage submittals, as well as the final (100 percent) completion stage submittal. The accuracy of the cost estimate associated with the 60 percent completion stage shall be +30% to -15% (i.e. 30% over / 15% under the actual amount) "Budget" Level as defined by the American Association of Cost Engineers. The accuracy of the cost estimate associated with the 90 and 100 percent completion stage submittals shall be a +15% to -5% (i.e. 15% over / 5% under the actual amount) "Definitive" Level Estimates as defined by the American Association of Cost Engineers. All estimates shall be submitted in Microsoft "Excel" format in accordance with the template supplied by the PROGRAM MANAGER. All estimates shall be furnished bound in 8-1/2-inch by 11-inch size. Based upon the CONSULTANT's cost estimate, the CITY will advise the CONSULTANT if portions of the project need to be deleted, phased and/or bid as alternate bid items to satisfy existing fiscal constraints (based upon CONSULTANT's analysis and recommendations). In this effort, the CONSULTANT may be required to attend a series of meetings and develop alternative cost savings options for CITY consideration, if the estimates show that the projected project cost will exceed the target budget. The CONSULTANT shall revise the contract documents to reflect necessary revisions to meet budget parameters at no additional cost accordingly. Deliverables: - Furnish six (6) sets of 60, 90 and 100 percent completion stage cost estimates to PROGRAM MANAGER concurrently with the design submittals noted in Task 2.2. - Attend meetings with the CITY and PROGRAM MANAGER staff to review and discuss cost estimates. This Task includes development of any required cost savings alternatives, and implementation I revision of documents to R:\4012 South Pointe RDA\4012D Phases 3. 4\Contract RelatecJ\Original Agreemenf\Final Drafts\South Pointe - Draft Scope of Services_01. 25. 05. doc Page 23 of 37 address such items, as necessary to meet established budget parameters. Schedule: - Complete concurrently with 300 working day Oesign Phase schedule. Task 2.5 - Community Desian Review Meetinas The CONSULTANT shall attend and participate in Community Oesign Review Meetings (CORMs) to review the design progress and concept at different progress levels during the design. The CITY will schedule, find locations for, and notify residents of all such meetings. The CONSULTANT shall prepare draft meeting minutes and forward them to the PROGRAM MANAGER, who shall review, provide comments and distribute, accordingly. The CONSULTANT shall prepare for, attend and present its documents at up to two (2) CORMs. Meetings shall be scheduled at the 60% and 90% design completion stages. Note that presentation format shall consist of a brief Power Point presentation to review Project status, highlights, funding, schedules, plus review of full size plans for the project. The CONSULTANT shall provide sufficient staff at the meeting to address concerns by residents at multiple plan stations. It is anticipated that the CONSULTANT will attend Pre-CORM meetings with CITY and PROGRAM MANAGER staffs to review the proposed format of the presentation for each planned CORM. Task 2.6 - Document Revisions: Based upon the jnput provided by the residents at the CORM, the CONSULTANT shall incorporate necessary contract document revisions, as approved by the CITY. Task 2.7 - Permittina Reviews: The CONSULTANT shall prepare applications and such documents and design data as may be required to procure approvals from all such governmental authorities that have jurisdiction over the Project. CONSULTANT's drainage design concept anticipates the use of Class V, Group 6 drainage wells. CONSULTANT's effort contemplates the necessary supporting documentation to respond to agency requests for information as they relate to all technical aspects of the proposed installation and operation to obtain a Class V, Group 6 Construction and Authorization to Operate permit on behalf of the CITY, The CITY will pay all permit fees. The CONSULTANT shall participate in meetings, submissions, resubmissions and negotiations with such authorities. The CONSULTANT shall respond to comments by such authorities within ten working days of receipt of comments unless R:\4012 South Pointe RDA\4012D Phases 3, 4\Contract RelatedlOriginal Agreement\Final Drafts\South Pointe - Draft Scope of Services_01.25,05,doc Page 24 of 37 a different time is agreed to by PROGRAM MANAGER. It is the intent of this scope of services that the CONSULTANT be the responsible party for formally transmitting and receiving permits to and from the respective jurisdictional authorities. However, since the PROGRAM MANAGER is to track and monitor progress on the preparation and review of permits and subsequent requests for information, the CONSULTANT shall copy the PROGRAM MANAGER on all permit related correspondence. This includes CONSULTANT generated minutes from meetings held with related parties. The PROGRAM MANAGER will forward copies of such documents to the CITY as appropriate. It is recognized by CITY that the time period required for obtaining permits is beyond the control of the CONSULTANT, except with regard to issues concerning the permittability of the proposed design and the CONSULTANT's ability to respond to permitting agency requests for information in a timely manner. At the time of scope preparation, the following governmental authorities that have or may have jurisdiction over Project have been identified: · United States Environmental Protection Agency · U.S. Army Corps of Engineers · Florida Department of Transportation · Florida Department of Environmental Protection · South Florida Water Management District · Miami-Dade Water and Sewer Authority · Miami-Dade Department of Public Works · Miami-Dade Department of Health and Rehabilitative Services · Miami-Dade Department of Environmental Resource Management · The City of Miami Beach Building Department · The City of Miami Beach Planning Department · The City of Miami Beach Public Works Department · The City of Miami Beach Historic Preservation Board R:\4012 South Pointe RDA\4012D Phases 3, 4\Contract Related\Original Agreement..Final Drafts\South Pointe - Draft Scope of Services_01.25,05,doc Page 25 of 37 Note that the CITY's failure to identify governmental authorities that have jurisdiction over Project at this time does not relieve the CONSULTANT from the responsibility to procure all requisite permits. However, an equitable adjustment to the CONSULTANT's compensation may be negotiated if deemed appropriate by the CITY. Deliverables: Correspond with noted jurisdictional authorities to establish permitting requirements. Revise documents and respond to permitting inquiries as required. Attend meetings with the CITY, PROGRAM MANAGER and/or permitting agency staff as required to review, discuss and finalize permit procurement Schedule: Complete concurrently with 300 working day Design Phase schedule. Task 2.8 - The CONSULTANTs QA/QC of Desi~:m Documents: The CONSULTANT shall establish and maintain an in-house Quality Assurance / Quality Control (QA/QC) program designed to verify and ensure the quality, clarity, completeness, constructability and biddability of its contract documents. To this end, the CONSULTANT shall provide the CITY and PROGRAM MANAGER with a written narrative detailing its QA/QC program tasks and how it is to be implemented over the course of this project. The CITY and/or PROGRAM MANAGER, at its discretion may require that the CONSULTANT attend meetings to review the status and present results of its QA/QC efforts. Items to be addressed may include, but shall not be limited to, review of specifications by respective technical experts and a "Red i-check" type review of the documents to identify conflicts and inconsistencies between the various project disciplines. TASK 3 -BIDDING AND AWARD SERVICES Please note that the Tasks below address the level of service required for a traditional Advertise / Bid / Award process, As an alternative to this traditional bidding process outlined herein, the City may consider implementing the project via the Job Order Contract (JOC) system. If such decision is made, it is understood that the Consultant's hours assigned to traditional bidding tasks would be re-distributed, on a not to exceed basis, to complete tasks related to procurement of the job through the JOC system, including, but not limited to the following: R:\4012 South Pointe RDA\4012D Phases 3. 4\Contract Related\Original AgreemenflFinal Drafts\South Pointe - Draft Scope of Services_o 1. 25. 05. doc Page 26 of 37 . Participation at the Joint Scope Meeting . Assistance in filling out JOC standard forms, including Brief Request for Proposal and Notice to Proceed (Suggested Language Only. City to input forms into system) . Review of JOC unit cost proposal . Participation in negotiation meetings with JOC Contractor Note that all other duties of the CONSULTANT are not affected by the use of the JOC system. Task 3.1 - Construction Contract Document Review: The CONSULTANT shall assist the CITY in bidding and award of each construction contract. The PROGRAM MANAGER, through the CITY, shall transmit contract documents prepared by the CONSULTANT to the CITY's Risk Management, Legal and Procurement Departments for verification of appropriate insurance, form and bonding requirements. The CONSULTANT shall assist PROGRAM MANAGER in this effort by providing three copies of the complete Contract Document set (drawings and specifications) and participating in meetings, submissions, resubmissions and discussions with these departments, as necessary. The CONSULTANT shall address and re-submit corrections to any CITY comments within ten calendar days of receipt of comments unless a different time schedule is agreed to by the PROGRAM MANAGER. The CONSULTANT's compensation has been based upon one meeting with these departments. If JOC system is used, repackaging of contract documents is included in this Task. Task 3.2 - Bid Document Deliverv: The CONSULTANT shall provide the PROGRAM MANAGER with reproducible, camera ready, sets of contract documents for each bid package. The CITY Procurement Department shall reproduce documents and handle the advertising, distribution, sale, maintenance of plan holder lists and other aspects of bid document delivery to prospective Bidders. Task 3.3 - Pre-Bid Conference and Bid OpeninQ: The PROGRAM MANAGER will conduct one pre-bid conference. The CONSULTANT shall attend and participate in the pre-bid conference and bid opening as may be required. Task 3.4 - Addenda Issuance: The CONSULTANT shall provide, through the PROGRAM MANAGER, timely responses to all inquiries received by the CITY from prospective bidders. These responses shall be prepared as written addenda, with the format for such addenda as R:\4012 South Pointe RDA\4012D Phases 3, 4\Contract RelatedlOriginal Agreement\Final Drafts\South Pointe - Draft Scope of Services_01.25,05,doc Page 27 of 37 provided to the CONSULTANT by PROGRAM MANAGER. These queries and responses shall be documented and a record of each shall be transmitted to the PROGRAM MANAGER on a same day basis. The CONSULTANT shall prepare necessary addenda as requested by PROGRAM MANAGER. The CITY will distribute addenda to all plan holders of record accordingly, Task 3.5 - Bid Evaluation: Within five calendar days of receipt of bids, the CITY will forward Bids to the CONSULTANT, who in turn shall evaluate bids for completeness, full responsiveness and price, including alternative prices and unit prices, and shall make a formal written recommendation to the CITY regarding the award of the contract. Non-technical bid requirements shall be evaluated by others. This scope of services includes no allowance for the CONSULTANT's time to assist the CITY in the event of a bid protest. To the proportionate extent the CONSULTANT's services are required in the event of a bid protest, due to a direct action or lack thereof by the CONSULTANT, the CONSULTANT shall participate in such activities at no additional cost to the CITY. Task 3.6 - Contract Award: The CONSULTANT shall provide eight (8) sets of Construction Contract Documents, inclusive of Addenda, for execution by the CITY and the successful bidder within five calendar days of request by the CITY. Task 3.7 - As- Bid Contract Documents: After contract award and prior to the preconstruction conference, the CONSULTANT shall prepare As-Bid construction contract documents, which incorporate the following items into the construction contract documents: · Contractor's bid submittals, including but not limited to, bid proposal, insurance, licenses, etc. · Amend / modify front-end documents and / or technical specifications to incorporate changes made via contract addenda, · Revise construction contract drawings to include modifications / revisions incorporated via contract addenda. R.'14012 South Pointe RDA\4012D Phases 3. 4\Contract RelatedlOriginal Agreement..Final Drafts\South Pointe - Draft Scope of Services_01. 25. 05. doc Page 28 of 37 The CONSULTANT shall prepare As-Bid construction contract documents and reproduce fifteen (15) sets for distribution to PROGRAM MANAGER within ten (10) calendar days after City Commission approval I contract execution. The following apply to Task 3.1 through 3.7: Deliverables- - Attend and participate in Pre-bid conferences and bid openings. - Respond to questions from prospective bidders and prepare Addenda for distribution by others. - Prepare recommendation of award letter Provide eight (8) sets of contract documents for contract execution - Prepare As-Bid contract documents and reproduce fifteen (15) sets and forward to PROGRAM MANAGER. Schedule: - Upon receipt of Task 3 Bidding and Award Services Notice to Proceed and within 120 working days TASK 4 -CONSTRUCTION ADMINISTRATION SERVICES The CONSULTANT shall perform the following tasks related to the construction administration of the Project(s). These tasks shall be performed during the duration of all construction. Due to the extensive amount of detailed procedures required to properly manage construction projects, the PROGRAM MANAGER has developed a Construction Management Manual (CMM) for the construction phase of the Infrastructure Improvement Program. This CMM augments the general program guidelines established in the Project Work Plan (PWP), as provided to the CONSULTANT by the PROGRAM MANAGER at the commencement of the Project, and provides uniform procedures and guidelines for managing the interface between the CITY, Contractor, PROGRAM MANAGER and CONSULTANT staffs. It is anticipated that the construction timeframe for Bid Package 12D/E/F will approximate 42 months. The CONSULTANT's compensation is based upon the administration of this construction duration. Task 4.1 - Pre-Construction Conferences: The CONSULTANT shall attend one pre- construction conference if one contractor is used, or up to three (3) preconstruction conferences if the JOC method is used for contracting. The PROGRAM MANAGER will prepare and R:\4012 South Pointe RDA\4012D Phases 3. 4\Contract RelatedlOriginal Agreemenfl.Final Drafts\South Pointe - Draft Scope of Services_01.25,05,doc Page 29 of 37 distribute meeting minutes to all attendees and other appropriate parties. At this meeting, it is anticipated that the PROGRAM MANAGER will issue a Limited Notice to Proceed. A final Notice to Proceed shall be issued upon receipt of a final schedule and procurement of all applicable construction permits from the Contractor. Deliverables: Attend and participate in one to three pre-construction conferences. As scheduled by PROGRAM MANAGER after receipt of Task 4 Notice to Proceed. Schedule: Task 4.2 - Weeklv Construction MeetinQs: The CONSULTANT shall attend weekly construction meetings with the Contractor(s), PROGRAM MANAGER and applicable CITY representatives for the duration of the construction. The purpose of these meetings shall be to review the status of construction progress, shop drawing submittals and contract document clarifications and interpretations. In addition, the Contractor shall furnish a two-week look ahead work schedule to allow for proper coordination of necessary work efforts. These meetings shall also serve as a forum for discussion of construction issues, potential changes I conflicts and any other applicable matters. The meetings may include site visits to visually observe I address construction related concerns that may result from discussion during the construction meeting. Note that these site visits shall be separate and distinct from the "Specialty Site Visits" discussed under Task 4.6. The PROGRAM MANAGER will prepare and distribute meeting minutes to all attendees and other appropriate parties. Deliverables: - Attend and participate in weekly construction progress meetings for the Bid Package Schedule: - Weekly throughout the project duration. Task 4.3 - Requests for Information I Contract Document Clarification (RFls I CDCs): The PROGRAM MANAGER will receive, log and process all RFls I CDCs. Whenever an RFI involves the interpretation of design issues or design intent, the PROGRAM MANAGER will forward the RFI to the CONSULTANT, who shall prepare a written response in a timely matter and return it to the PROGRAM MANAGER. In addition, the CONSULTANT may be requested by the PROGRAM MANAGER to prepare and forward CDCs should certain items within the R:\4012 South Pointe RDA\4012D Phases 3. 4\Contract Related\Original AgreemenflFinal Drafts\South Pointe - Draft Scope of Services_01.25.05.doc Page 30 of 37 contract documents require clarification. Note that the CITY will hold the CONSULTANT directly responsible for any impacts resulting from untimely responses. Oeliverables: Respond to those RFl's that involve design interpretations and return to PROGRAM MANAGER's office. Issue CDCs as required, Schedule: - Ongoing throughout project construction duration for the Bid Package. Task 4.4 - Reauests for ChanQes to Construction Cost and/or Schedule: The PROGRAM MANAGER will receive, log and review all requests for project cost and/or schedule changes from the Contractor(s). Such requests may be the result of unforeseen conditions, interferences identified by the Contractor(s) during the routine progress of work, inadvertent omissions (betterment) issues in the contract documents, permitting requirements that arise after the contract award, and/or additional improvements requested by the CITY. Regardless of the source, the PROGRAM MANAGER will evaluate the general merit of the request, as well as perform a cursory review of the potential impact of the change in terms of project cost and schedule. The PROGRAM MANAGER will also forward the request to the CONSULTANT, who shall provide a written opinion as to the merit / value of the request. It is understood that no legal claims assistance or support services are inferred by the work effort noted under this Task. Oeliverables: - Perform independent review of request for cost increase and/or time extension. - Coordinate and participate in meetings, as required, with the PROGRAM MANAGER, CITY and Contractor to resolve and/or negotiate the equitable resolution of request. Provide written opinion and / or recommendation upon request. - Prepare change order documentation in CITY directed format Schedule: - Ongoing throughout project construction duration for the Bid Package. R:\4012 South Pointe RDA\4012D Phases 3, 4\Contract Relatecl\Original AgreemenN=inal Drafts\South Pointe - Draft Scope of Services_01.25,05,doc Page 31 of 37 Task 4.5 - ProcessinQ of Shop DrawinQs: The PROGRAM MANAGER will receive, log and distribute shop drawings to the CONSULTANT for its review. The CONSULTANT shall have 14 calendar days from the time of receipt in its office, to review and return shop drawings to the PROGRAM MANAGER's office. Note that the CITY will hold the CONSULTANT directly responsible for any impacts resulting from untimely review of submittals. Deliverables: - Review Shop Drawings and return them to PROGRAM MANAGER's office. - Ongoing throughout project construction duration, Schedule: Task 4.6 - Field Observation Services: The PROGRAM MANAGER will provide field staff to observe the construction of the work. The CONSULTANT shall provide specialty site visits by various design disciplines (civil, mechanical, landscaping, etc...) on an as requested basis. For the purposes of this scope of services, it is assumed that monthly specialty site visits are included for the duration of the construction project (42 months). Deliverables: - Provide monthly specialty site visits. Schedule: - Ongoing throughout project construction duration for both Bid Packages. Task 4.7 - Proiect Closeout: Upon receiving notice from the PROGRAM MANAGER advising the CONSULTANT that a Project is substantially complete, the CONSULTANT, in conjunction with appropriate CITY and PROGRAM MANAGER staff, shall conduct an overview of the Project. The overview shall include development of a "punch list" of items needing completion or correction prior to consideration of final acceptance. The PROGRAM MANAGER will develop the list with assistance from the CITY and the CONSULTANT. The list shall be forwarded to the Contractor. For the purposes of this Task, please note that substantial completion shall be deemed to be the stage in construction of the Project where the Project can be utilized for the purposes for which it was intended, and where minor items may not be fully completed, but all items that affect the operational integrity and function of the Project are capable of continuous use. Upon notification from the PROGRAM MANAGER that all remaining "punch list" items have been resolved, the CONSULTANT, in conjunction with appropriate CITY and PROGRAM MANAGER staff, shall perform a final review of the finished Project. Based on successful R:\4012 South Pointe RDA\4012D Phases 3. 4\Contract Relatecf\Original Agreemenf\Final Drafts\South Pointe - Draft Scope of Services_01,25.05.doc Page 32 of 37 completion of all outstanding work items by the Contractor(s), the CONSULTANT shall assist in closing out the construction contract. This shall include a final punch list walk throughs for verification of completion. Deliverables: -Attend field meetings to review substantial and final completion and assist in development of "punch lists". -At the Substantial and Final completion of each project Schedule: TASK 5 - ADDITIONAL SERVICES Task 5.1 - Additional MeetinQs with Property Owners: At the request of the CITY, CONSULTANT shall attend up to ten (10) additional meetings with CITY representatives to discuss or resolve particular aspects of the project. CONSULTANT shall prepare meeting minutes for each meeting, Task 5.2 - First Street DesiQn & PermittinQ: At the request of the CITY, CONSULTANT shall prepare design plan submittals to prepare a survey and incorporate streetscape and utility improvements to the First Street corridor from Washington to Jefferson Avenues in accordance with the basic scope of services. This corridor is not included in the basic scope of services since the adjacent developer has recently implemented improvements. Task 5.3 - Meridian Avenue DesiQn & Permittina: At the request of the CITY, CONSULTANT shall prepare design plan submittals to prepare a survey and incorporate streetscape and utility improvements to the Meridian Avenue corridor from First to Second Street in accordance with the basic scope of services. This corridor is not included in the basic scope of services since the adjacent developer has recently implemented improvements. TASK 6 - REIMBURSABLES Task 6.1 - Reproduction Services: The CONSULTANT shall be reimbursed at the usual and customary rate for reproduction of reports, contract documents and miscellaneous items, as may be requested by the CITY. Unused amounts in this allowance shall be credited back to the CITY at the completion of the project. Task 6.2 - Travel and Subsistence: The CONSULTANT shall be reimbursed at the United States Intemal Revenue Service established rate for travel and subsistence, up to the maximum R:\4012 South Pointe RDA\4012D Phases 3. 4\Contract Related\Original Agreement\Final Drafts\South Pointe - Draft Scope of Services_01,25,05.doc Page 33 of 37 not-to-exceed amount as noted. Unused amounts in this allowance shall be credited back to the CITY at the completion of the project. Task 6.3 - Survevina: The CONSULTANT shall arrange for and coordinate the efforts of licensed surveyors to prepare a topographical survey of all CITY public rights-of-way within the project limits to meet the intent of the approved project Scope. This effort shall meet the requirements set forth in Task 2.1 and CONSULTANT contemplates approximately 19,100 linear feet of corridor to be surveyed. Unused amounts in this allowance shall be credited back to the CITY at the completion of the project. Prior to initiating the work, CONSULTANT shall provide subconsultant fee proposals for the estimated work effort to the CITY for CITY review and approval. Task 6.4 - Geotechnical Evaluation: The CONSULTANT shall contract the services of a professionally licensed geotechnical firm to perform asphalt pavement cores, boring / test excavations as necessary to ascertain pavement and soil conditions. Specifically, the CONSULTANT shall procure the services of a geotechnical engineer to perform 750 LF of Standard Penetration Test Borings, 20 exfiltration tests, 100 asphalt / Iimerock cores, 25 sieve analyses, 10 soil permeability tests and an engineering report which utilizes this geotechnical information to identify recommendations for pavement design, pipe trench and backfill requirements, and stormwater management considerations. The scope of such services shall be subject to review and acceptance by the CITY. Costs shall be limited to a $50,000 not-to- exceed amount. Unused amounts shall be credited back to the CITY at the completion of the project. Task 6.5 - Underaround Utilitv Verification: The CONSULTANT shall contract the services of an underground utility location service to perform approximately 181 vacuum extraction excavations, in an effort to better identify existing underground conditions where work is to be performed. Actual locations shall be as directed by the CONSULTANT, subject to CITY review and acceptance. Costs shall be limited to a $50,000 not-to-exceed amount. Unused amounts shall be credited back to the CITY at the completion of the project. CONSULTANT and CITY acknowledge that the anticipated level of effort was based upon a unit price of $275 per vacuum extraction excavation, Prior to initiating the work, CONSULTANT shall provide subconsultant fee proposals for the estimated work effort to the CITY for CITY review and approval. R:\4012 South Pointe RDA\4012D Phases 3. 4\Contract Related\Original AgreemenflFinal Drafts\South Pointe - Draft Scope of Services_01.25,05.doc Page 34 of 37 Task 6.6 - Hvdroaeoloaical Permittina Assistance: The CONSULTANT shall retain the services of professional engineer and I or professional geologist that are experienced with the hydrogeologic conditions of the south Florida area. This subconsultant shall assist the CONSULTANT in developing proper responses to the State of Florida Department of Environmental Protection during the Group V, Class 6 disposal well permitting for construction and authorization to operate. Tasks may include the development of a report that presents background geologic conditions for the project area and its surroundings, site specific hydrogeological data as well as any other data that the Consultant determines is necessary to satisfy the reasonable assurance requirements of the State of Florida Department of Environmental Protection. R:\4012 South Pointe RDA\4012D Phases 3, 4\Contract Related\Original Agreemenf\Final Drafts\South Pointe - Draft Scope of SefVices_01.25,05.doc Page 35 of 37 Minimum Design Features To Be Shown On Drawings The CONSULTANT shall note that the following criteria indicate the minimum design standards to be shown on drawings. The CONSULTANT is encouraged to review and recommend changes as it deems necessary, subject to the review and acceptance of the CITY and the PROGRAM MANAGER. Paving, Grading and Drainage Plans · Show existing grade / topography, centerline roadway, edge of pavement, back of sidewalk, top of curb, gutter flow line · Show proposed grade along the centerline of the road at 50-ft centers, limits of road work, inlets, curb and gutter and sidewalk · Show limits of demolition / removal · Show limits of proposed work · Identify all surface features of all existing and proposed work · Identify driveway locations · Identify proposed structures · Identify linear footage of pipe, pipe invert elevation, diameter and material · Proposed flow drainage / directional arrows · Stormwater collection pipe profiles oriented on the same sheet as the plan view Paving, Grading and Drainage Details · Show proposed cross sections with topographical information at key locations · Identify the following minimum information on cross sections: Existing utilities Proposed road slope, lane width, sidewalk width and surface features within the right-of-way Road construction details for the sub-base and base and asphalt Proposed utility locations · Conflict manhole detail · Manhole details · Driveway replacement section · Catch basin details · Exfiltration trench details · Drainage pipe trench detail · Restoration Details - All pipes Roadway R:\4012 South Pointe RDA\4012D Phases 3, 4I.Contract Related\Original Agreemenf\Final Drafts\South Pointe - Draft Scope of Services_01,25,05.doc Page 36 of 37 Sidewalk Curb and gutter Water Distribution Plans General · Identify existing utilities · Show future utilities proposed by others · Identify trees I landscaping to remain in place · Provide profiles oriented on the same page as the plan view Water Distribution System · Show location of single and double water meter boxes · Identify fire hydrant assembly · Identify fitting locations · Identify limits of restrained joints · Identify deflection limits · Identify water sampling points · Identify dead end blow-offs · Identify air release valves · Identify pipe diameter and material · Stationing Pressure Pipe Profiles · Show top of pipe elevation · Identify location of air release valve at high points · Identify vertical I horizontal deflection and/or fittings · Identify minimum cover requirements · Provide details of major utility crossings Jack and bore Horizontal directional drilling Subaqueous crossing Aerial crossing Culvert crossing R:\4012 South Pointe RDA\4012D Phases 3. 4\Contract Relatecf\Original AgreemenflFinal Drafts\South Pointe - Draft Scope of Services_01. 25. 05,doc Page 37 of 37 L{) l:J C co ~ ~ C"') CJ) (]) CJ) co ..c 0.. <( o 0::: (]) +-' C o 0.. ..c +-' :::l o (/) <( +-' ..c ..c x ill Jpo-; ~ Zjr LO,..." L or,dll,j\:)1 Exhibit B OCEAN BEACH HISTORIC DISTRICT - I ~ N o !:! ,.. ~ ~ cc ~ ~ "'"", ~ ~ ,L co~ ~.t~ . . ~~+ .,. ClJ,. MIILLi. Proposed Oceall Beach Historie District boulldaries as recommended by the City oC Miami Be2ch PlaDDiDI:, Desfp &Historic PreservatioD Division aDd adopted by the City oCMiami Beach Historic Preservation Board. 151 en w - 0:: <( C Z ::) 0 OJ T"" . 0 z z - en <( OJ > I- - 0:: 0 - 0:: D.. 0:: w I- <( 3: ~ 0:: 0 I- en . . 0 ...... .- .0 .- ..c >< W a> - s::::: .- 0 a.. ..s::::: - ::::J 0 tJ) (I) - r::::: .- o c.. .r::::: - ~ o en en ~ z w ~ w (J <( ...J c.. w 0:: Z - <( ~ 0:: w ~ ~ . . c - .- ..c .- J: >< W EXHIBIT E CITY OF MIAMI BEACH ROW INFRASTRUCTURE IMPROVEMENT PROGRAM SOUTH POINTE PHASES III/IV AND V PROPOSED DRAWING LIST GENERAL 1 G -1 TITLE SHEET AND LOCATION MAP 2 G - 2 LIST OF DRAWINGS 3 G-3 ABBREVIATIONS, SYMBOLS, SECTION AND DETAIL IDENTIFICATION HORIZONTAL CONTROLS 4 EC -1 HORIZONTAL CONTROLS PLAN - KEY MAP 5 TO 27 EC - 2 TO 24 HORIZONTAL CONTROLS PLAN - SHEET 1 THROUGH 23 (1"-40') EXISTING CONDITIONS 28 EC-1 EXISTING SITE CONDITIONS - KEY MAP 29 TO 51 EC-2 TO 24 EXISTING SITE CONDITIONS - PLAN SHEET 1 THROUGH 23 (1"-20', TWO STRIPS) DEMOLITION 52 DM-1 DEMOLITION - KEY MAP 53 TO 75 DM -2 TO 24 DEMOLITION - PLAN SHEET 1 THROUGH 23 (1"-20', TWO STRIPS) PAVING, GRADING AND DRAINAGE 76 PG&D - 1 PAVING, GRADING AND DRAINAGE - KEY MAP 77 TO 99 PG&D-2 TO 24 PAVING, GRADING AND DRAINAGE - PLAN SHEET 1 THROUGH 23 (1"=20', TWO 100 TO 103 PG&D - 25 TO 29 PAVING, GRADING AND DRAINAGE DETAILS 104 TO 115 PG&D - 30 TO 34 DRAINAGE PUMP STATIONS - PLANS AND SECTIONS (UP TO 4) 116 TO 119 PG&D- 35 TO 39 DRAINAGE PUMP STATION DETAILS PAVEMENT MARKING AND SIGNAGE 120 PM-1 PAVING, GRADING AND DRAINAGE - KEY MAP 121 TO 143 PM-2 TO 24 PAVEMENT MARKINGS & SIGNAGE - PLAN SHEET 1 THROUGH 23 (1"-20', TWO 144 TO 145 PM- 25 TO 26 PAVEMENT MARKINGS & SIGNAGE DETAILS HARDSCAPE 146 HS - 1 HARDSCAPE - KEY MAP 147 TO 169 HS-2 TO 24 HARDSCAPE - PLAN SHEET 1 THROUGH 23 (1"-20', TWO STRIPS) 170 TO 171 HS - 25 TO 26 HARDSCAPE - DETAILS LANDSCAPING 172 LA - 1 LANDSCAPE ENHANCEMENTS - KEY MAP 173 TO 188 LA- 2 TO 17 LANDSCAPE ENHANCEMENTS - PLAN SHEET 1 THROUGH 16 (1"-20', TWO STRIPS) 189 TO 190 LA- 18 TO 19 LANDSCAPE ENHANCEMENTS - DETAILS WATERMAIN IMPROVEMENTS 191 WM-1 WATERMAIN IMPROVEMENTS - KEY MAP 192 TO 203 WM-2 TO 13 WATERMAIN IMPROVEMENTS - PLAN AND PROFILE SHEET 1 THROUGH 12 (1"-20') 204 TO 205 WM- 14 TO 15 WATERMAIN IMPROVEMENTS - DETAILS STORMWATERIMPROVEMENTS 206 SW-1 STORMWATER IMPROVEMENTS - KEY MAP 207 TO 251 SW- 2 TO 46 STORMWATER IMPROVEMENTS - PLAN AND PROFILE SHEET 1 THROUGH 45 (1"-20') 252 TO 253 SW- 47 TO 50 STORMWATER IMPROVEMENTS - DETAILS ELECTRICAL 254 E -1 ELECTRICAL IMPROVEMENTS - KEY MAP 255 TO 277 E-2 TO 24 ELECTRICAL IMPROVEMENTS - PLAN SHEET 1 THROUGH 23 (1"-20', TWO STRIPS) 278 TO 279 E- 25 TO 26 ELECTRICAL IMPROVEMENTS - DETAILS 280 TO 287 E- 27 TO 28 ELECTRICAL - DRAINAGE PUMP STATIONS 288 TO 289 E- 29 TO 30 ELECTRICAL - DRAINAGE PUMP STATION DETAILS IRRIGATION 290 IR-1 IRRIGATION - KEY MAP 291 TO 306 IR - 2 TO 17 IRRIGATION - PLAN SHEET 1 THROUGH 16 (1"-20', TWO STRIPS) 307 TO 308 IR- 18 TO 19 IRRIGATION - DETAILS I- Z < I- .... ::>W VI.... z::> 00 Uw WJ: ci:U VI =:W J:<W UlCu.u. <C)ZW alWOOO Wma:~~ ....-11.< g~~~i W=:::>W<o ou.t~~ VlO::>On. >~U:E !::VlVlal U~i- u.Z Z~ -.... >::> <VI :=Z 11.0 OU I- J: C) ii: iSb' .~,~ti.j~ ~ J~* ,~pa;,,;':I'a :ta If;ii , I-I'~ ~I'.'."'" i!gJ: : N~ .;~ o;~ !i*l: !:a;gcN':g CD 11 ~: ~ II: , "'I' '" %Ik,.....,.,'.,~,; oi, :> :0!i- I?j! : . ~, .~ i II oJt :.ffi,I !"I*~i~ ~i tn. i ~. ~j wI ~ :l~~ II." i' fir iOI~oi~ gi ~",;<--.',"~ I E:~ ~ WM ,!'''I i i vi i 10 '!Q:' N O).N wi I Irg- rtI'l~m I i.I'~' '. ft'j" ~ : {I I 0 I,,"""" 1;,1 .'.:.'..':... i,,~.J,:., I, ; .~ :~: 1<0;'1,0:1': NO: ' ~ I-.,flt.t.'.'- -~"J P'illW I g.~ !",'!og" 21.""....,.....'.!; 1,1 1- ~( . - ....... ~,!II I I"", 'e~~ ii3,<> i,~, I.. &g I i II I'~ i@. ) i I...;" III'~ I;~..',if..,: , .~p,". It@;,,.' m fi, Ir.j! I II~ I I, II Q ',' i ~ i~ ~ j i:z~i ~I 8;0 ~,' :" Q ~H2 ~~, '.: ~:~,~", ;ffiSgj ~:,5: -;~"-~-fi~ fu':2 ~i~~~lffi ~I ~:~'~~ij~ ~:lC; ~:~ ~."", :--',.?' '::t;,:;z, u.~! z,5Ji~~~<Il ~~: ~1~;'':~~8 l!<<~iCl' 1'1 ~. 11 -i:;~~i~~~~~~~: 1:~;I6~,.... ~ '~i~l'i ~! i, fi,lI"~. '11.... I,....l~ :t~~~ ~ ~~.~~ ~:~ ''''1"'1 I I ~'li I .i@ ]1] i ~ MI'i~.'~ I'.....;..'.........,......... : ~Q-~:., I 11I,~ lo;Z;ozJo 0 c I I' liW .. ii ~~ ! ~.;li. I. 'i~.!!. I ! II '. 181.~. j.I'.?!... I"II~ I ! ~.:.' I..,t. '" I i~ m I !~I~/aii3 ~~ i II -I Ii '!.~'~I' 'I~...:,~ ~ ~-- ^ !~!~.a~ ~~: : ~% IFA iii! i .I! ~ :1, I i I. I I i.1I1 I :~. f~<Il I i 15i~~'j~ ~ i ;~i~_lli ~"'" i , I~R~a:~II::! 'ilI. ! I ...!!!liF&~;q~ '.l!l iwi ~i~I..~1 ~ <Il..~~' :~ I~' ~5:"g~~ ~:_; !~ "'I' w';::I.~.W1..~. ...iii ;;:, .'. '" o "I<~ ~t/)' 'w w,~" :U) '01 >Q, ,2,.0 a:--~ UJ !~ ffili:ib~8;z;.:E": ~:~; ;~ ~i ~ ~:~:ij~5 ~u~ :~ I,g: ~'~..~ffi;~ ~.~. I,g I cu.:6'c8:u a..(i ! I ;:;,1 t.=.. m. ;' ! ' "_~",~~", "if$ N N' -N N I i~ ,w i~ ;::::,:a: ~i~ it~~ -::> ralg ~UiO !~:~ 'fI)!a: i~i~ !;~8ri;~ jc!Z:~w i~ ~i5~ :."'::>.~ ..u 3~OI ~ c::~.o c( u ~,I-!~a5 > 01 'O:~,-~w LI./ ~ Oil e:OQ;. a: Q 001 m u ai.o... __ _ OJ ..:( I. I ',@.'..'.'Jj.'I$.."".'."'. mlj "'::il i ''''I i\% k t~ ' I ~ -: 3C1f; ~;"(' Y1~((! ""=: M ;M -M' M # . A IT A-C 1-1 t\4 8\J r ~o~;;3.':~: : ~ ~ ';i ~ ~ ~ Jt - zi'~ ~ ~:i ~ :,~ ;:-_ Ii : It>>;;; h1 'l'l N ;;;:.. ,I Ii [ZJ . ~i~: '!if :5f~~ R,'~'~i ~ l'ilC;~~ <"" l1~ 1ii% M' ~.6.rl.:.m....... .-' I I II Jl !ol~ ",~:~j ,~ , "'."': i : 1_ "'1-, Iml Ii I I! II Q'A o~o o~o~~:~ fi i I" I! II oio!,,: il tit 1.1..!'..3.:.' I i~t ~r';i "I ~jOI i i~le ~Iio:,' ,i,N1i II ! Ifl'. " ~ ",I.l ,~F~ l!lJo I,,,,,:! f ill: in ~1~'6."".':.)li'; i~:_!; ~fIR~ II :.';~.*'.;;!~ i5i!.~.' , i I -II I U ", ! i ~""!. "~ I ,h I~ <0_ ~ i~::*2 iD';~N! i i,...g 11 II "1.:.1..."11 ill! li i-I' .li~'" i i I"I!! i t1 I i 11 t' II it~ i Ii: Ii ~~III m~ i 'I ,'1 '~. 'l..~.~.^..," , 'I~ #1 rl- , ~; : i 'I!I I ~ Ii; II ~~ : i i : i ~ (11 I I t~ I ! I ! !~ III i if I I i I~I -~ I I ~~I. ! I,. II 1:<Il;,wzu'19..~ ~I .::: I .;.;:~~ ira ii:li '~'i,:~ ~:I :,~ I ilil .~ i-C: UJ:O '~::::E ~:Ui' ! J= lei) 'O~.~..;. !~ iiE!. !:i!O';O: OJ4. t I!:! iW.$ u..:.,.e, 'e( I ,!z. :..0 J:-~5.' ... i~' :w:.~i 'z: :.:fi_',' ,~!Q:;:)~~ en. 0 e: I>":~ 10' IOi 'z:t;~a: U.;<~W, .en ;ffi!~;~:uJ I~',. 1...9"1' OI:JeDO o/><~: !~ :cn:ga::w' ,01 t3~a:~ ~:!lGi ,0 i;1~II~:;(- il..~1 :gi :~:8~* ~p~i !g :~...t.:~e. b: :t-I i~~S5J ~~~I t- :g ;~:a:. (: i "10. ll: a: Io.u:: 0. .. ...!!.~ ' I I 1.,1 III i "I.' ' i i i !:;J:If~ ~!~..t:;!:'q:~!,"":'.C\! ! cc ~ ~i ~~ I 1m 13 I '~ ~:~ ~~ i I fi:' ~j I I ~~ i II I I, I ~~: Ii::' !'3 I -I I: 1 I tJ I -~ ~;3:i X!.U ~r~ ~iaj ~i ;;;,~, ~;~ ~:iI! i~.. O'~ UIJ,I ,I B I ;:C\(~;~:~f"!:: B ,.".: "' .;, -, i i I ! i , ,r--'CO(Qlt) ,(Q,_ .".:<<1 ~l'~;CO ;~ M '01 I~' 'N: , i I ' i ~~I -i I !~ i i , II i ! i I : I I I i I i , II!! 'lI) i3 ~ ,U l:! iJ '0 '~i ia: 100:(, '~ VJ:~! o a::Wi' !..... 5~W ~ J::~ ;E ;i'ctl I-:t-I DOi ~(i ! .. I I I , I I ! 1 . I I , I I : i Ii: ! 8888 I I