HomeMy WebLinkAboutR-97-0868e
J-97-843
12/2/97
RESOLUTION NO. 9 _ 868
A RESOLUTION, WITH ATTACHMENT(S), AUTHORIZING
THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN
SUBSTANTIALLY THE ATTACHED FORM, WITH URBAN
RESOURCE GROUP, A DIVISION OF KIMLEY-HORN AND
ASSOCIATES, INC., FOR PROFESSIONAL PLANNING
AND DESIGN SERVICES FOR THE PREPARATION OF
THE VENETIAN CAUSEWAY MASTER PLAN, AT
COMPENSATION NOT TO EXCEED $65,000 FOR SAID
SERVICES; ALLOCATING FUNDS THEREFOR FROM
FUNDS PREVIOUSLY APPROPRIATED PURSUANT TO
ORDINANCE NO. 11337, AS AMENDED, FOR CAPITAL
IMPROVEMENT PROJECT NO. 341173 ENTITLED
"VENETIAN CAUSEWAY IMPROVEMENTS."
WHEREAS, the Department of Planning and Development
negotiated an agreement between the City of Miami (the "City")
and Urban Resource Group for professional planning and design
services for the portion of the Venetian Causeway lying within
City limits; and
WHEREAS, the City of Miami Beach executed an agreement with
Urban Resource Group on February 13, 1997, to obtain the
professional services of an architectural/engineering firm to
prepare a Master Plan for the Venetian Causeway and perimeter
roads within Belle Island, Rivo Alto Island, Di Lido Island, and
San Marino Island; and
WHEREAS, a proposed scope of services was presented to the
Department of Planning and Development on October 28, 1997, by
Urban Resource Group, to continue the planning and
CI` y COMMISSION
MEETING OF
ATTACHMENT
t�
1 ,
�1 •
design for the segment of the Venetian Causeway located within
the City; and
WHEREAS, it would be in the best interest of the City to
utilize the services of Urban Resource Group, under the City of
Miami Beach's existing contract, for the City's section of the
causeway project to ensure compatibility in design and
construction for the continuation of the roadway's enhancement;
and
.WHEREAS, on September 23, 1997, the City Commission adopted
Ordinance No. 11544, which amended Ordinance No. 11337, to
establish Capital Improvement Project No. 341173 entitled
"VENETIAN CAUSEWAY IMPROVEMENTS", which appropriated funds for
compensation, in the amount not to exceed $65,000, for said
services;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The City Manager is hereby.authorized1I to
execute an Agreement, in substantially the attached form, in an
amount not to exceed $65,000, with the firm of Urban Resource
1� The herein authorization is further subject to compliance
with all requirements that may be imposed by the City
Attorney, including but not limited to those prescribed by
applicable City Charter and Code provisions.
2 -
97- 868
•
•
Group, a Division of Kimley-Horn and Associates, Inc., for the
purpose of obtaining professional planning and design services
for the preparation of the Venetian Causeway Master Plan for the
portion of the causeway lying within the City of Miami, at
compensation not to exceed $65,000 for said services, with funds
therefor hereby allocated from funds previously appropriated
pursuant to Ordinance No. 11337, as amended for Capital
Improvement project No. 341173 entitled "VENETIAN CAUSEWAY
IMPROVEMENTS."
Section 3. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this9th
day of December
NIM61YM
ATTEST:
In accordance with Miami Code R:fnqp.th6t%"kJid nWW&Ate approval of
this legislation by signing it in the designated place provided, said legislation now
becomes effective with the elapse of ten (10) days from the date of COmmissicn a
regarding same, without the Mayor exerc' ' g veto.
WALTER J. FOEMAN, CITY CLERK /
BUDGET AND GEMENT ANALYSIS REVIEW: City le
e oeman, City Clerk
"P
DIPAK PARttH, 41RECTOR
CAPITAL IMPROVEMENT PROJECT REVIEW:
G SHEEHAN, COORDINATOR
PROVED AS TO FORM AND CORRECTNESS:
PROFESSIONAL SERVICES AGREEMENT
This Agreement is entered into this — day of , 199_ by and between the
City of Miami, a municipal corporation of the State of Florida ("City") and Urban Resource
Group, A Division of Kimley-Horn and Associates, Inc., a North Carolina Corporation
("Provider")
RECITALS:
A. The City is in need. of a provider for the professional services and preparation of
the Venetian Causeway Master, Plan, hereinafter referred to as the "Plan" or the "Master 'Plan",
(for its Planning & Development Department) ("Services").
B. Provider possesses all necessary qualifications and expertise to perform the
Services.
C. The City wishes to engage the services of Provider, and Provider wishes to
perform the services for the City.
NOW, THEREFORE, in consideration of the mutual covenants and promises herein
contained, Provider and the City agree as follows:
TERMS:
1. RECITALS: The recitals are true and correct and are hereby incorporated into and made
a part of this Agreement.
2: TERM: The term of this Agreement shall be one hundred and twenty (120)
calendar days from the Notice to Proceed, net of City and agency review, commencing on the
effective date hereof.
n o
" L L
�1) V11)
9 7- 868
3. OPTION TO EXTEND: The City shall have one (1) option to extend the term
hereof for a period of ninety (90) days each, subject to availability and appropriation of funds.
City Commission approval shall not be required as long as the total extended term does not
exceed two (2) years, or a period equal to the original term of this Agreement, whichever is
longer.
4. _ SCOPE OF SERVICES:
A. Provider agrees to provide the Services as specifically described, and subject to
the special terms and conditions set forth in Attachment "A" hereto, which by this reference is
incorporated into and made a part of this Agreement.
B. Provider represents and warrants to the City that: (i) it possesses all
qualifications, licenses and expertise required for the performance of the Services; (ii) it is not
delinquent in the payment of any sums due the City, including payment of permits fees,
occupational licenses, etc., nor in the performance of any obligations to the City, (iii) all
personnel assigned to perform the Services are and shall be, at all times during the term hereof,
fully qualified and trained to perform the tasks assigned to each; and (iv) the Services will be
performed in the manner described in -Attachment "A".
5. COMPENSATION:
A. The amount of compensation payable by the City to Provider shall be based on
the rates and schedules described in Attachment "A" hereto, which by this reference is
iricorporated into this Agreement; provided, however, that in no event shall the amount of
compensation exceed $ 65,000, including reimbursable expenses as identified herein, estimated
at $ 4,500.
CoMTSA Vll(a) - venetian causmay.doc 2
97- 868
B. Unless otherwise specifically provided in Attachment "A", payment shall be made
within twenty five (25) days after receipt of Provider's invoice, which shall be accompanied by
sufficient supporting documentation and contain sufficient detail, to allow a proper audit of
expenditures, should City require one to be performed. -
6. OWNERSHIP OF DOCUMENTS: Provider understands and agrees that any
information, document, report or any other material whatsoever which is given by the City to
Provider or which is otherwise obtained or prepared by Provider pursuant to or under the terms
of this Agreement is and shall at all times remain the property of the City. Provider agrees not to
use any such information, document, report or material for any other purpose whatsoever without
the written consent of City, which may- be withheld or conditioned by the City in its sole
discretion.
7. AUDIT AND INSPECTION RIGHTS:
A. The City may, at reasonable times, and for a period of up to three (3) years
following the date of final payment by the City to Provider under this Agreement, audit, or cause
to be audited, those books and records of Provider which are related to Provider's performance
under this Agreement. Provider agrees to maintain all such books and records at its principal
place of business for a period of three (3) years after final payment is made under this
Agreement.
B. The City may, at reasonable times during the term hereof, inspect Provider's
facilities and perform such tests, as the City deems reasonably necessary, to determine whether
the goods or services required to be provided by Provider under this Agreement conform to the
terms hereof, if applicable. Provider shall make available to the City all reasonable facilities and
assistance to facilitate the performance of tests or inspections by City representatives. All tests
CoMTSA VII(a) - venetian causeway.doc 3
and inspections shall be subject to, and made in accordance with, the provisions of Section 18-
55.2 of the Code of the City of Miami, Florida, as same may be amended or supplemented, from
time to time.
8. AWARD OF AGREEMENT: Provider represents and warrants to the City that it
has not employed or retained any person or company employed by the City to solicit or secure
this Agreement and that it has not offered to pay, paid, or agreed to pay any person any fee,
commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection
with, the award of this Agreement.
9. PUBLIC RECORDS:
Provider understands that the public shall have access, at all
reasonable times, to all documents and information pertaining to City contracts, subject to the
provisions of Chapter 119, Florida Statutes, and agrees to allow access by the City and the public
to all documents subject to disclosure under applicable law. Provider's failure or refusal to
comply with the provisions of this section shall result in the immediate cancellation of this
Agreement by the City.
10. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS: Provider
understands that agreements between private entities and local governments are subject to certain
laws and regulations, including laws pertaining to public records, conflict of interest, record
keeping, etc. City and Provider agree to comply with and observe all applicable federal, state
and local laws, rules, regulations, codes and ordinances, as they may be amended from time to
time.
11. INDEMNIFICATION: Provider shall indemnify, defend and hold harmless the
City and its officials, employees and agents (collectively referred to as "Indemnitees") and each
of them from and against all loss, costs, penalties, fines, damages, claims, expenses (including
CoMTSA VII(a) - venetian causeway.doc 4
97- 868
attorney's fees) or liabilities (collectively referred to as "Liabilities") by reason of any injury to
or death of any person or damage to or destruction or loss of any property arising out of,
resulting from, or in connection with (i) the performance or non-performance of the services
contemplated by this Agreement which is or is alleged to be directly or indirectly caused, in
whole or in part, by any act, omission, default or negligence (whether active or passive) of
Provider or its employees, agents or subcontractors (collectively referred to as "Provider"),
regardless of whether -it is, or is alleged to be, caused in whole or part (whether joint, concurrent
or contributing) by any act, omission, default or negligence (whether active or passive) of the
Indemnitees, or any of them or (ii) the failure of the Provider to comply with any of the
paragraphs herein or the failure of the Provider to conform to statutes, ordinances, or other
regulations or requirements of any governmental authority, federal or state, in connection with
the performance of this Agreement. Provider expressly agrees to indemnify and hold harmless
the Indemnitees, or any of them, from and against all liabilities which may be asserted by an
employee or former employee of Provider, or any of its subcontractors, as provided above, for
which the Provider's liability to such employee or former employee would otherwise be limited
to payments under state Workers' Compensation or similar laws.
12. DEFAULT: If Provider fails to comply with any term or condition of this Agreement,
or fails to perform any of its obligations hereunder, then Provider shall be in default. Upon the
occurrence of a default hereunder the City, in addition to all remedies available to it by law, may
immediately, upon written notice to Provider, terminate this Agreement whereupon all payments,
advances, or other compensation paid by the City to Provider while Provider was in default shall
be immediately returned to the City. Provider understands and agrees that termination of this
Agreement under this section shall not release Provider from any obligation accruing prior to the
9 —
CoMTSA VI[(a) - venetian causeway.doc 5 9 g
effective date of termination. Should Provider be unable or unwilling to commence to perform
the Services within the time provided 'or contemplated herein, then, in addition to the foregoing,
Provider shall be liable to the City for all expenses incurred by the City in preparation and
negotiation of this Agreement, as well as all costs and expenses incurred by the City in the re -
procurement of the Services, including consequential and incidental damages.
13. RESOLUTION OF CONTRACT DISPUTES: Provider understands and agrees that
all disputes between Provider and the City based upon an alleged violation of the terms of this
Agreement by the City shall be submitted to the City Manager for his/her resolution, prior to
Provider being entitled to seek judicial relief in connection therewith. In the event that the
amount of compensation hereunder exceeds $4,500, the City Manager's decision shall be
approved or disapproved by the City Commission. Provider shall not be entitled to seek judicial
relief unless: (i) 'it has first received' City Manager's written decision, approved by the City
Commission if the amount of compensation hereunder exceeds $4,500; or (ii) a period of sixty
(60) days has expired, after submitting to the City Manager a detailed statement of the dispute,
accompanied by all supporting documentation (90 days if City Manager's decision is subject to
City Commission approval); or (iii) City has waived compliance with the procedure set forth in
this section by written instruments, signed by the City Manager.
14. CITY'S TERMINATION RIGHTS:
A. The City shall have the right to terminate this Agreement, in its sole discretion, at
ariy time, by giving written notice to Provider at least five (5) business days prior to the effective
date of such termination. In such event, the City shall pay to Provider compensation for services
rendered and expenses incurred prior to the effective date of termination. In no event shall the
CoMTSA VII(a) - venetian causeway.doc 6 9 7- 868
City be liable to Provider for any additional compensation, other than that provided herein, or for
any consequential or incidental damages.
B. The City shall have the right to terminate this Agreement, without notice or
liability to Provider, upon the occurrence of an event of default hereunder. In such event, the City
shall not be obligated to pay any amounts to Provider and Provider shall reimburse to the City all
amounts received while Provider was in default under this Agreement.
15. INSURANCE: Provider shall, at all times during the term hereof, maintain such
insurance coverage as may be required by the City. All such insurance, including renewals, shall
be subject to the approval of the City for adequacy of protection and evidence of such coverage
shall be furnished to the City on Certificates of Insurance indicating such insurance to be in force
and effect and providing that it will not.be canceled during the performance of the services under
this contract without thirty (30) calendar days prior written notice to the City. Completed
Certificates of Insurance shall be filed with the City prior to the performance of services
hereunder, provided, however, that Provider shall at any time upon request file duplicate copies
of the policies of such insurance with the City.
If, in the judgment of the City, prevailing conditions warrant the provision by Provider of
additional liability insurance coverage or coverage which is different in kind, the City reserves
the right to require the provision by Provider of an amount of coverage different from the
amounts or kind previously required and shall afford written notice of such change in
requirements thirty (30) days prior to the date on which the requirements shall take effect.
Should the Provider fail or refuse to satisfy the requirement of changed coverage within thirty
(30) days following the City's written notice, this Contract shall be considered terminated on the
date the required change in policy coverage would otherwise take effect.
CoMTSA V11(a) - venetian causmay.doc
fd
97- 868
�I
16. NONDISCRIMINATION: Provider represents and warrants to the City that Provider
does not and will not engage in discriminatory practices and that there shall be no discrimination
in connection with Provider's performance under this Agreement on account of race, color, sex,
religion, age, handicap, marital status or national origin. Provider further covenants that no
otherwise qualified individual shall, solely by reason of his/her race, color, sex, religion, age,
handicap, marital status or national origin, be excluded from participation in, be denied services,
or be subject to discrimination under any provision of this Agreement.
17. MINORITY AND WOMEN BUSINESS AFFAIRS AND PROCUREMENT
PROGRAM: The City has established a Minority and Women Business Affairs and
Procurement Program (the "M/WBE Program") designed to increase- the volume of City
procurement and- contracts with Blacks, Hispanic and Women -owned business. The M/WBE
Program is found in Ordinance No. 10062, a copy of which has been delivered to, and receipt of
which is hereby acknowledged by, Provider. Provider understands and agrees that the City shall
have the right to terminate and cancel this Agreement, without notice or penalty to the City, and
to eliminate Provider from consideration and participation in future City contracts if Provider, in
the preparation and/or submission of the Proposal, submitted false'of misleading information as
to its status as Black, Hispanic and/or Women owned business and/or the quality and/or type of
minority or women owned business participation.
18. ASSIGNMENT: This Agreement shall not be assigned by Provider, in whole or in
part, without the prior written consent of the City's, which may be withheld or conditioned, in
the City's sole discretion.
19. NOTICES: All notices or other communications required under this Agreement shall
be in writing and shall be given by hand -delivery or by registered or certified U.S. Mail, return
CoMTSA VII(a) - venetian causeway.doc 8
97- 868
receipt requested, addressed to the other party at the address indicated herein or to such other
address as a party may designate by notice given as herein provided. Notice shall be deemed
given on the day on which personally delivered; or, if by mail, on the fifth day after being posted
or the date of actual receipt, whichever is earlier.
TO PROVIDER:
Urban Resource Group
Attn: M. Scott Mingonet, ASLA
Project Manager
6605 Collins Avenue, Villa 6
Miami Beach, FL 33141
(305) 868-7466
20. MISCELLANEOUS PROVISIONS:
TO THE CITY:
Office of the City Manager
Attn: Edward Marquez
City Manager
444 SW 2°d Avenue, 10" Floor
Miami, FL 33130
(305) 416-1025
A. This Agreement shall be construed and enforced according to the laws of the State
of Florida.
B. Title and paragraph headings are for convenient reference and are not a part of this
Agreement. }
C. No waiver or breach of any provision of this Agreement shall constitute a waiver
of any subsequent breach of the same or any other provision hereof, and no waiver shall be
effective unless made in writing.
D. Should any provision, paragraph, sentence, word or phrase contained in this
Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise
unenforceable under the laws of the State of Florida or the City of Miami, such provision,
paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order to
conform with such laws, or if not modifiable, then same shall be deemed severable, and in either
CoMTSA VII(a) - venetian causeway.doc
E
}
event, the remaining terms and provisions of this Agreement shall remain unmodified and in full
force and effect or limitation of its use.
E. This Agreement constitutes the sole and entire agreement between the parties
hereto. No modification or amendment hereto shall be valid unless in writing and executed by
properly authorized representatives of the parties hereto.
21. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties
hereto, their heirs, executors, legal representatives, successors, or assigns.
22. INDEPENDENT CONTRACTOR: Provider has been procured and is being
engaged to provide services to the City as an independent contractor, and not as an agent or
employee of the City. Accordingly, Provider shall not attain, nor be entitled to, any rights or
benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally
afforded classified or unclassified employees. Provider further understands that Florida
Workers' Compensation benefits available to employees of the City are not available to Provider,
and agrees to provide workers' compensation insurance for any employee or agent of Provider
rendering services to the City under this Agreement.
23. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the
availability of funds and continued authorization for program activities and the Agreement is
subject to amendment or termination due to lack of funds, reduction of funds and/or change in
regulations, upon thirty (30) days notice.
24. ENTIRE AGREEMENT: This instrument,and its attachments constitute the sole and
only agreement of the parties relating to the subject matter hereof and correctly set forth the
rights, duties, and obligations of each to the other as of its date. Any prior agreements, promises,
negotiations, or representations not expressly set forth in this Agreement are of no force or effect.
CoMTSA VII(a) - venetian causeway.doc 10
97- 868
25. COUNTERPARTS: This Agreement may be executed in two or more counterparts,
each of which shall constitute an original but all of which, when taken together, shall constitute
one and the same agreement.
26. APPROVAL BY THE OVERSIGHT BOARD: The State of Florida has appointed an
1
Emergency Financial Oversight Board (the "Oversight Board") which is empowered to review
and approve all pending City of Miami contracts. As a result, contracts shall not be binding on
the City until such time as they have been approved by the Oversight Board. Execution of this
Agreement by the City Manager shall constitute evidence of its approval by the Oversight
Board.
27. SPECIAL INSURANCE AND INDEMNIFICATION RIDER: Please initial if
applicable: ❑ ❑
YES NO
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be
executed by their respective officials thereunto duly authorized, this the day and year above
written.
CoMTSA VII(a) - venetian causeway.doc 11 9 7- 868
•
ATTEST:
Walter Foeman, City Clerk
ATTEST:
Print Name:
Title: Corporate Secretary
APPROVED AS TO FORM AND
CORRECTNESS:
A. QUINN JONES, III
City Attorney
"City"
CITY OF MIAMI, a municipal
corporation
By:
Edward Marquez, City Manager
"Provider"
Urban Resource Group,
A Division of Kimley-Horn and Associates, Inc.,
a North Carolina corporation
By:
Print Name:
Title: President
APPROVED AS TO INSURANCE
REQUIREMENTS:
MARIO SOLDEVILLA
Administrator
Risk Management
CoMTSA VII(a) - venetian causeway.doc
12 97® 868
U R B
ATTACHMENT A
October 28, 1997
Mr. Jack L.' Luft
Director of Planning and Development
444 SW 2nd;Ave
3rd Floor
Miami; Florida 33130 -
RE! ' .- ; Proposed Scope of Services for the Extension of the Venetiaii.CausewayMaster Plan associated
with the Miami Beach Project (RFLI No 40-95/96,' Architectural%Engineering Services for the G t
Venetian Causeway Master P. lan)
Dear Mr. Luft:
Urban u Resorce Group (hereinafter.referred to as "we', or the-Consultant'4) is pleased to present this t'ry '` i r
proposed scope of services to the City of NLam> (hereinafter referred to'as the "Ctty'� or the "CI><erit
.. `t�
erreened
theprofessional services and preparationofthe Van o
>s ;ray°x
as'th' 'Plan" or'the "Master Plan") Based,on our present understanding Qf th>.p project, we have
: summarized the following objectives that'will be ad,
dje§i4 dunng the preparation of the Master Plan'`;'.
1. Inrttate w><th the CE DDA and area residents, the re aratton of desi conce is for`the __`
tY; P P �. P �{ ,
implemeniation of improvements to. the area's functional and aesthetic in$astructure,,
:. including, but not.limited to; water; sewer, drainage; roadway,`lighting, and landscaping ', er =t ,f"
I t t 5g t
2: Identify and incorporate histoiically:consistent•deslgn criteria into the planning and
' 1 + Yyr.T
S
design of the project:' r s
3. ' ` Consult and coordmate.with the various agencies involved in the design and,
implementation of proposed improvements to build a local consensus`for the type and
extent'of desired improvements: Key,participants in this process will include EDOT,
Florida Power & Light, the City of Miami Beach, the City of Miami, DDA, Dade
County, DERM, and'the Venetian Islands Citizen Task Force or, Venetian Alliance.
(hereinafter referred to as the " CTF .)... .
4. - Develop a Master Plan. and implementation cost estimates that are integrated into a'
:strategic implementation plan.
• ul
We 'look forward to working withyou on this exciting project.. If you have any questions, feel free to -
give me a call.
Cordially,
URBAN RESOURCE GROUP
A Division of Kimley-Horn and Associatg, Inc. -
M. Scott Mi on , ASLA '
Project Manager
A D I V I S 1 0 N O F K I M L E Y- H O R N 8 A S S O C I A T E S I N C.
URBAN & DEVELOPMENT PLANNING ' LANDSCAPE ARCHITECTURE. SITE GRAPHICS
6605 COLLINS AVENUE VILLA.6❑
MIAMI BEACH, FLORIDA 33141
PHONE 305.868.7466 FAX 305.868.6024
A-1
IF
Attachment "A"
Mr. Luft, October 28, 1997, page 2
Scope of Services for Venetian Causeway Master Plan
: � 1.0 Data Collection
This- task will include the initial inventory and analysis phase services, which. shall serve as the',
t:-':: =foundation for all future planning and design efforts..Specific work items include the
following: :. .
1 I:.
Collection and review of existing data.pertammg to the, project as provided by the ,City •. , r
•
'
or other relevant sources.` Following this initial data review, brief'summaries of key' r r
issues will be, prepared for distribution and use by the project
L 2
_team:
Attendance at a project "kick-off" meeting which will include up to three (3) men9bers
of the consulting team, representatives from-the:City., DDA, and members of the 4 s''
r , {
The purpose of this meeting is to distribute and review the' Consultants' "work plan"
identify team meinber-assignments responsibilities
V 1 3 :
and and
Preparation of written and graphic inventory.:and analysis mapping of the project study
;
'
area. Cow, 'most -current ava able'data for the project area `that
< ,
- .The
will be suitable for use in community. meetings I order to communicate tlie`xisting
conditions.
1 4'
v
Preparation of up to ten;(10)'project workbooks for use during_the programming;
r
>>
,planning, an phases. of the Master Plan: These ,workbooks' will be distributed
r
to the project team members'; including'the CTF; and. will be:supplemented
!,
additional information throughout the preparation of the Master Plan..
t'
1.5
.Ifdeemed,necessary.by the City;' a,preliminary survey; should be done and include up to
five (5)'cross-sections on an assumed. ' rtical datum alongthe Causewayat locations `
determined by the�design engineer: This effort or identified additional survey can be
by the Consultant to the City on an additional service basis 'as needed.
1'6
-provided
Initial Coordination with State and Local Agencies
1.61 FDOT
1.62 DERM
1.63 - City of Miami Beach, City pf Miami
1.64 Other permitting agencies
1.7
Evaluatton of Infrastructure
1.71 Utilities (FPL)
1.72 Storm Water/Drainage
1.73 Sanitary Sewer
'
1.74 Roadway.
1.75 Other systems as identified .
Z d" Public Involvement
This task will include the facilitation of community workshops designed to.obtain local input on.
the nature and extent of proposed functional and aesthetic improvements. These workshops
will be informal in nature and will utilize facilitated "break-out" sessions of 8 to 10 individuals
working in a "hands on" format to develop specific program objectives for the project. The
Consultant will provide the necessary professionals to assist in the facilitation of the wprkshop
breakout sessions. Workshops will be conducted- at a facility to be provided by the -Venetian
Island Residents Association (Citizen Task Force CTF). Additionally, it is anticipated that the
A-2
0.7- 868
U R
• Mr. Luft, October 28, 1997; page 3 .,
CTF will be responsible for official notification of all workshops. .'
The Neighborhood Workshops will be conducted within two separate phases. The first phase
.(Workshop One) will address the. planning .and design issues associated with the following .
districts and the second phase (Workshop Two) will be conducted for the purpose ol" reviewing
-the schematic level desi ns with the area stakeholders. • The followin districts will, be
considered: < ":
2.1 District I. -.San Marco Island "
2.2 District2 -Biscayne Island
r
2:3 District 3 - Overall Causeway
,.
Upon the: completion of each workshop phase, -a ;written. and, graphic summary of the workshop input
will be prepared and distributed as a supplement to.the •project workbooks.
Preparation of Schematic Planning and De. gn Studies ,
These tasks will entail the preparation' of schematic- level plans', secrions, elevations and supporting
written documentation for proposed functional and aesthetic' unprovements illustrated withiri itenis:3.0 . 'r
Functional Plan 'Preparation; : 4.0 Design Integration with County/DQT Standards and S 0 Opinions of :i
Probable.`Cost as described:,below. This" work will ;consist of a series of 24" x>36"• drawings suitable
for communicating the proposed planting and design concepts In addition to',: s drawing series; up to x z
4p z
two -(2) computer enhanced images will be• prepared depicting existing and proposed conditions. These ut.
tasks will'address-Districts One and Two;:in•kddition to the Venetian Causeway corridor.:(District ` b�
Three).=Design elements which will be consideredwithin the.`Master-Plan.schematicaevel....�
recommendations include the` bllowing:
3.0.. Functional Plan Preparation
The functional plan project. limits will be along .the •Venetian.Causeway-from.:Bayshore,to:the
f r
•y
City of Miami Beach limits. Architectural considerations -and recommendations io' the Toll Plaza
can be .included,as additional services.
3.1 On `street parking (inventory)
3.2 Intersection flow/Traffic Circulation
3.3. Lane arrangement/Roadway anti curb.line geometry : .
3.31 Venetian Way .
3.32 Perimeter Roads
3.4 Bus Stop requirements
3.5 Sidewalk requirements (size, material, color) .
3.51 Venetian Way
3,52 Perimeter Roads
3.6 Handicap Accessibility requirements
3.7 L'andscape/Urban Design
3.8 Irrigation
3.9 Lighting
3.91 Roadway
3..92 . Pedestrian,
3.10 Traffic Signal requirements
3.11 Drainage requirements
3.12 Signage
3.13 Street furnishings/fixtures
' = .868
A-3
rj
Mr. Luk October 28, 1997, page 4
4.0 Design integration with County/DOT standards .
4.1 Geometry
4.2 On street parking
4.3 Lane -use '
4.4 Bus Stop
4.5 Traffic signals
4.6 Pavement markings and signing
4.7 Drainage
a s x
4.8' Illumination
k
4.9 Pedestrian- cross -walk options
5.0 Opinions of Probable Cost
5.1. Roadway } y.
5.2 Utilities
5.3 Drainage
5.5 Landscape/Urban Desigri
5.6 Lighting
Upon completion of the schematic level plaruung and design studies, the .Consultant will meet with
. Client for the purpose of reviewing these'schematic level design 'recommendations., Utilizing
information obtained at this meeting, the'Consultant will . initiate. a- second round of agency :coordination
and review for purpose 'of identifying. additional issues. having` the potential to..influence the. Master
Plan'. The Consultant will thenprepare an additional:supplement for.distribution.and use during,the
second public . involvement phase. Graphics produced during this task will be,'rendeied for use, during 7<
the public involvement phase, and in the preparation'.o f the finalized Master Plan document "
4.t
Preparation of the Finalized Master Plan _
-Incorporating the input obtained during the second phase of public involvement;. the Consultant will
prepare revised written and -graphic materials depicting the "finalized" Master Plan. This Task wilt
include a revised estimate of implementation costs, together with a revised funding/financing strategic'
plan.. Upon the completion of this revised material, the Consultant. shall meet with the Client for the
purpose of reviewing the finalized documents prior to proceeding.
The final Master Plan preparation will consist of ten (10) reports which shall include the information .:
and supplements prepared during the course of master planning process in addition to a supplement
consisting of an executive summary. The final master plan report will be in an 8.5 inch x 11-inch '
black and white format. Report sections will be divided according to the master -planning phase,
permitting the selective distribution of master plan information in accordance with need.
6.0 Community Presentations
This Task will include two (2) formal presentations `.of the finalized Master Plan. It is .
anticipated that these presentations will include one (1) community presentation, and one (1)'
presentation to the City at the direction of City staff. These formal, presentations will utilize a
combination of slides and graphic presentation boards and will include the preparation of.
Master Plan "executive summaries" for distribution at the direction of City staff.-
A=4 9'�- 868
•
U R B
U : P
I Mr. Luft, October A, 1997, page 5
Schedule
It is'estimated that Tasks One through,'Six can be completed within one hundred twenty (120)'calendar
days_ from Notice to Proceed, net of Client and agency review. Certain items outside the control of the '
Consultant.may affect this schedule including agency review and response times and the preparation of
aerial surveys,,or other project base mapping (if applicable).
Fee'iuid BiW g' ,
The Consultant will. perform �ihe 'services iderytified m -items One through Six for a lump sum fee, not to
exceed, $65,000 (sixty-five thousand dollars), including reirnbursable expenses as -identified herein, r
estimated' at $4,500 (four thousand, five hundred dollars).' Fees are payable with monthly billing`s`
shown as a percent of completion based upon actual services accomplished to invoice date Billing will J .'
H
be due and payable within twenty five (25)
r yr s ,
. U.
3,t ti ¢3.-
t b i rr• r t.. + t
osure1i"'vq is �� x rt { 't £ r t_ t i t +' r�- fz `t�
• "'f^ Sr -; '} ,.. iJ t 3'; Xvt � t tx ,b .'�".3 f `h r,.l. t .. r. i si; j
4
In• addition to the matters set forth herein, our contract -is's0ject to our, tandard Provisions, a copy of
x,
which is attac 'e& and made part hereof The term "Client" as used in the Standard Provisions shall
refer to The City: of Miami }The term "Engineer" ras used ui the Standard Provisions shall refer fo
Consultant -or Urbari Resource Group: ` r r ' r
4 + t
+r ( 1
•; c ..
Attachment E ,Standard Provisions
} , R, r
i
CITY OF MIAMI, FLORIDA *,CA=18
INTER -OFFICE MEMORANDUM
To : Honorable Mayor and Members DATE : Dw " Z = - FILE
of the City Commission
SUBJECT: Authorization to Execute Agreement/
f' Venetian Causeway Improvement Project
FROM: Albert Ruder REFERENCES: Resolution; Agreement
City Manager
ENCLOSURES:
RECOMMENDATION:
It is respectfully recommended that the City Commission adopt the attached Resolution
authorizing the City Manager to execute an agreement, in substantially the form attached, in an
amount not to exceed $65,000 with Urban Resource Group, a Division of Kimley-Horn and
Associates, Inc., to provide professional planning and design services for the preparation of the
Venetian Causeway Master Plan for the portion of the causeway lying within the City of Miami.
Funds are available as appropriated in CIP No.. 341173, entitled "Venetian Causeway
Improvements."
BACKGROUND:
The Department of Planning and Development has negotiated an agreement between the City of
Miami and Urban Resource Group, a Division of Kimley-Horn and Associates, Inc., for
professional planning, architectural and engineering services for that portion of the Venetian
Causeway lying within the City of Miami.
The Venetian Causeway runs through both the City's of Miami and Miami Beach. Following a
competitive consultant selection process, the City of Miami Beach executed an agreement on
February 13, 1997, with Urban Resource Group for the -purpose of obtaining planning and design
services for improvements to the Venetian Causeway. On October 28, 1997, a proposed scope of
services was presented to the Department of Planning and Development from Urban Resource
Group to undertake work in accordance with the planning and design efforts carried out in Miami
Beach along the portion of the causeway located in the City of Miami limits. It would be in the
City of Miami's best interest to utilize the services of Urban Resource Group, already under
contract with the City of Miami Beach, for our portion of the causeway project to ensure
compatibility in design and construction for the continuation of the roadway's enhancement as it
passes through both Miami and Miami Beach.
Funding in the amount of $65,000 is available to cover the cost of these services as appropriated
in Capital Improvement Project No. 341173, entitled "Venetian Causeway Improvements."
97- 868