Loading...
HomeMy WebLinkAboutattachment A• ACHMENT A • SCOPE OF WORK STORM WATER SEWER/RO OVEMENT/DREDGING PROJECTS CITY OF MIAMI DEPARTMENT OF CAPITAL IMPROVEMENTS PROFESSIONAL SERVICES AGREEMENT ATTACHMENT A Service Category Contract Type Project ( if applicable) CONSULTANT Transportation and Transit Professional Services Continuing Services for Miscellaneous Projects Storm Water Sewer/Road Improvement/Dredging Projects TY. Lin International / H.J. Ross TABLE Of CONTENTS ATTACHMENT A ATTACHMENT A - SCOPE OF WORK :2 ARTICLE Al GENERAL :2 A1.01 WORK ORDERS 2 A1.02 RANGE OF SERVICES 2 A1.03 NON-EXCLUSIVE RIGHT :2 A1.04 PAYMENTS 3 A1.05 COMMON TASKS 3 A1.06 QUALITY ASSURANCE, DUALITY CONTROL* 4 A1.07 PUBLIC INVOLVEMENT 4 A1.08 JOINT PROJECT AGREEMENTS 4 A1.08 CONTRACT MAINTENANCE 'I A1.10 PROJECT REQUIREMENTS 4 ARTICLE A2 DRAINAGE ANDROADWAY ANALYSIS A2.01 PLANNING AND ANALYSIS A2.02 DESIGN AND PERMITTING 13 A2.03 BID and SPECIFICATIONS PACKAGE PREPARATION: 17 A2.05 BIDDING 17 A2.05 POST DESIGN/CONSTRUCTION 17 SCHEDULE Al. - SUBCONSULTANTS 1e SCHEDULE A2.— KEY STAFF 18 SCHEDULE A3 — WORK ORDER FORM 20 CIP Contract Na. K-04-00648 Page 1 • ACHMENT A - SCOPE OF WORK STORM WATER SEWER/ROAD 1 VEM€NT/DREDGING PROJECTS ATTACHMENT A - SCOPE OF WORK ARTICLE Al GENERAL The design work includes but is not limited to, ex -filtration trenches, storm water pumping stations, and, related storm sewer manholes, catch basins, curb and gutter, sidewalks and street improvements. The work may also include traffic studies and traffic claming devices, dredging of canals and shoreline stabilization. The work to be performed under this agreement with the City may consist of surveying, geoiechnical and drainage studies, preliminary engineering design; construction documents (drawings and specifications), preparation of bid documents, assisting with the bidding, inspection of the work, and administering the construction contract. A1.01 WORK ORDERS Selection of CONSULTANT for individual Work assignments will be made as follows: • DIRECTOR or designee examine previously submitted credentials of consultants currently under contract for this type of work for a particular assignment and will select one firm based on its qualifications and experience relative to the subject Work assignment, and may consider other factors such as current and/or previous City Work Order assignments A1.01.1 Procedure When a specific project has been determined, the Director or his/her authorized designee, will request, in writing where practicable, a proposal from the CONSULTANT based on the proposed scope of work. The CONSULTANT and Director, and others if appropriate, may have preliminary meetings, tf warranted, to further define the Scope Of Work and to resolve any questions regarding the proposed Project. The CONSULTANT shall then prepare a written 'Work Order Proposal" for the required Professional Services generally following the guidelines attached hereto as Schedule A3, indicating the proposed scope of services, time of performance, proposed fees, SUB-CONSULTANTs, deliverable items and/Qr documents, and funding and/or estimated construction cost, if provided by CITY. Any matters of concern regarding the CONSULTANT'S proposal shall be negotiated until concurrence as to a Work Order is reached. If accord cannot be reached, the CITY may terminate negotiations and may request a Work Order Proposal from another Qualified CONSULTANT under contract with CITY, or secure such services through other means available to it under law. When consensus is reached, the CONSULTANT shall prepare a revised and final Work Order Proposal which will be attached and incorporated to the WORK ORDER authorized by the DIRECTOR. The WORK ORDER shall first be executed by the CONSULTANT as "Accepted and Approved." The Work Order is then approved by the City Manager, DIRECTOR and/or other duly authorized represenlative(s) of CITY by the City Manager. When the WORK ORDER is fully executed, written "Notice to Proceed" will be issued by the DIRECTOR and/or his/her designated designee. A1.02 RANGE OF SERVICES The CONSULTANT agrees to provide comprehensive professional engineering services in accordance with all applicable law and building regulations, including the Florida Building Code and the City of Miami, Florida, Code of Ordinances, and as set forth in this Agreement and further enumerated in a Work Order. CONSULTANT may be required to perform all or some of the services presented in this Agreement, depending on the needs of the CITY for a particular Project. The CONSULTANT shall furnish the professional services specifically authorized by the Work Order, which services may encompass one or more professional disciplines in addition to those held by the CONSULTANT. The services may include but are not limited to planning, programming, field investigations, observations, feasibility studies, cost estimates, opinions of probable cost, partial or complete design services, including preparation of specifications, bid and/or construction documents, construction contract administration, construction engineering inspections, review of work prepared by other CONSULTANTs, and other miscellaneous architectural, landscape architectural, registered surveying and mapping, and/or engineering services thal may be required. A Work Order for a Project may identify tasks as being included under Basic Services, or Additional Services and/or Reimbursable Services. A1.03 NON-EXCLUSIVE RIGHT It is understood that the Work Order and Notice to Proceed will be issued under this Agreement at the sole discretion of the City Manager or Director and that the CONSULTANT has no expectation, entitlement, right to or CITY Contract No. K-04-00648 Page A-2 • CHMENT A - SCOPE OF WORK STORM WATER SEWER/ROAD I EMENT/DREDGING PROJECTS privilege to receive a Work Order and Notice to Proceed for any project or task. The CITY reserves at all times the right to perform any and all Professional Services in-house, or with other private professional architects or engineers as provided by Section 287.056, Florida Statutes, as amended, (Consultants' Competitive Negotiation Act) or 10 discontinue or withdraw any or all projects or tasks or to exercise every other choice allowed by law. This Agreement does not confer on the CONSULTANT any particular, exclusive or special rights to any Work required by the CITY. Outside of this Agreement, the CONSULTANT may submit proposals and/or qualifications for any professional services which the CONSULTANT is qualified to perform in response to any public solicitation issued by CITY. A1.04 PAYMENTS The CITY will pay the CONSULTANT a separate stipulated amount for each Work Order issued, in accordance with provisions and limitations of Attachment B. No payment will be made for the CONSULTANT's time or services in connection with the preparation of any such proposal or for any Work done in the absence of an executed Work Order, Notice 10 Proceed and Purchase Order. A1.05 COMMON TASKS A1.05.1 Cost Estimates: The CONSULTANT shall be -responsible for producing a construction 'cost estimate and reviewing and updating the cost estimate when scope changes occur and/or at milestones of the project. Prior lo 60% plans and completion of quantities, the CONSULTANT will produce a conceptual estimate. A Summary of Pay Items sheet shall be prepared with all required in all Phase Plan submittals. A1.05-2 Technical Specifications (Special Provisions): The CONSULTANT shall provide Technical Specifications and Special Conditions and other documents as directed by the Project Manager. PROJECT MANAGER shall advise CONSULTANT of bid and contract documents in use for the assigned project, which may be a City drafted document or the Florida Department of Transportation's Standard Specifications for Road and Bridge Construction (hereinafter referred to as "FOOT Specifications"). Technical Specifications and Special Conditions shall be technical in nature and shall provide o description -of work, materials, equipment and specific requirements, method of measurement and basis of payment. Proposed Technical Specifications and Special Provisions will be submitted to the PROJECT MANAGER for initial review no later than the time of the final engineering plans review. The Project Manager will forward these and other required Bid and Contract Document drafted by CONSULTANT 10 all required City agencies for for review and comment. All comments will be returned to the CONSULTANT for correction and resolution. Final Technical Specifications and Special Conditions shall be electronically signed and sealed in accordance with applicable Florida Statutes. A1.05.3 Contract Documents and Specifications Package Preparation The CONSULTANT shall prepare and provide a complete specifications package, including applicable Technical Special Provisions, for all items and areas of work. The CITY will provide the necessary information and electronic files, in Microsoft Word format, for proper completion of the specifications package. The actual work effort will entail utilization of the supplied electronic files and assembling the package in accordance with the CITY's requirements. The CITY may also require inclusion of special provisions necessary 10 convey particular CITY needs. Proposed modifications to any documents identified es a City Standard document must be drafted in redline strikethrough formal along with justification of the project -specific need. The PROJECT MANAGER will seek approval by other CITY agencies, including City Attorney, of such modifications, prior 10 inclusion in the final project specifications package. The specifications package must be submitted for initial review to the PROJECT MANAGER al least 45 days prior to the intended bid advertisement date, or as stipulated in the approved project schedule. Submittal material shall consist of: (1) the complete specifications package, (2) an itemized list of pay items and quantities, (3) a copy of the final project plans, and (4) a copy of the final Cost Estimate for the project. Final submittal of the complete specifications package must occur as stipulated in the approved project schedule. This submittal shall be electronically signed, dated, and sealed in accordance with applicable Florida Statutes. The submittal materials shall consist of two hard copies and a digital copy created from a scanned set of sealed documents. A1.05-4 Field Reviews: Consultant shall conduct aft site visits required to obtain necessary dale for all elements of the project. CITY Contract No. K-04-00648 Page A-3 M CHMENT A - SCOPE OF WORK STORM WATER SEWER/ROAD I VEMENT/DREDGING PROJECTS A1.05-5 Technical Meetings: Consultant shall attend all required meetings with CITY and/or Agency staff, between disciplines and SUBCONSULTANTS, such as access management meetings, pavement design meetings, Local governments, utility companies, progress review meetings (phase review), arrd miscellaneous meetings. A1.06 QUALITY ASSURANCE, QUALITY CONTROL: CONSULTANTS will be held responsible for their work, including plans review. Any plans review by CITY Is merely to augment, but in no way supplant, CONSULTANT'S quality control process. The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of all surveys, designs, drawings, specifications and other services furnished by the CONSULTANT under this contract. The CITY reserves the right to require CONSULTANT to submit a Quality Control Plan that describes the procedures to be utilized to verify, independently check, and review all maps, design drawings, specifications, and other documentation prepared as a part of the contract. The CONSULTANT shall describe how the checking and review processes are to be documented to verify that the required procedures were followed. The Quality Control Plan may be one utilized by the CONSULTANT as part of their normal operation or it may be one specifically designed for this project. When required, the CONSULTANT shall submit a Quality Control Plan for approval within 20 (twenty) calendar days of the written Notice to Proceed. The CiTY also reserves the right to require CONSULTANT to fumish a marked up set of prints from a Quality Control Review indicating the reviewers for each component (structures, roadway, drainage, signals, geotechnical, signing and marking, lighting, surveys, elc.) and a written resolution of comments on a point -by -point basis for each phase submittal. The responsible Professional Engineer, Landscape Architect, or Professional Surveyor thet performed the Quality Control review will sign a statement certifying that the review was conducted. The CONSULTANT shall, without additional compensation, connect all errors or deficiencies in the designs, maps, drawings, specifications and/or other services. A1.06-1 Independent Peer Review: When directed by the CITY, a CONSULTANT shall perform Independent Peer Reviews. A1.06.2 Supervision: Includes all efforts required to supervise all technical design activities. At.06-3 Coordination: Includes all efforts to coordinate with all disciplines of the project to produce a fine? set of construction documents. A1.07 PUBLIC INVOLVEMENT Public involvement is an important aspect of the project development process, and when required by CITY will be staled in a Work Order. Public involvement includes communicating 10 all interested persons, groups, and government organizations information regarding the development of the project. Where specified by CITY, property owners adjacent to the project, including those not subject to right-of-way acquisition shall be informed about the project. A1.08 JOINT PROJECT AGREEMENTS The CONSULTANT services shall include all coordination, meetings, etc., required to include Joint Project Agreement (JPA) plans (prepared by others) in contract plans package including all necessary revisions/modifications to contract documents to ensure plans compatibility. A1.09 CONTRACT MAINTENANCE When stipulated in a Work Order, Contract Maintenance will include project management effort for complete setup and maintenance of files, developing monthly progress reports, schedule updates, work effort to develop and execute SUBCONSULTANT agreements, etc. A1.10 PROJECT REQUIREMENTS Unless modified in an approved Work Order, general Project requirements shall be as outlined below. A1.10-1 Progress Reporting The CONSULTANT shall meet with the CITY as required and shall provide a written progress and schedule status reports that describe the work performed on each task. Progress and schedule status reports shall be delivered to the CITY concurrently with the monthly invoice. The Project Manager will make judgment on whether work of sufficient quality and quantity has been accomplished by comparing the reported percent complete against actual work accomplished. CITY Contract No. K-04-00648 Page A-4 • 411P CHMENT A - SCOPE OF WORK STORM WATER SEWER/ROAD I EMENT/DREDGING PROJECTS A1.10.2 Correspondence Copies of all written correspondence between the CONSULTANT and any party pertaining specifically to this contract shall be provided to the CITY for their records within one (1) week of the receipt or mailing Of said correspondence. A1.10.3 Professional Endorsement The CONSULTANT shall have a Registered Professional Engineer in the State of florida sign and seeel all reports, documents, and plans es required by CITY standards. A1.10.4 Computer Automation The project will be developed utilizing Computer Aided Drafting and Design (CADD) systems. A1.10-5 Coordination With Other Consultants The CONSULTANT is to coordinate his work with any and all adjacent and integral consultants so as to effect complete and homogenous plans and specifications for the project(s) described herein. A1.10-6 Additional Services The CITYs Work Order may identify tasks and activities as "Additional Work" and may provide a payment allowance in the event such additional Work is required. Such Additional Work that is beyond the known and certain scope of activities required to complete the Project and are essentially contingent actions that may possibly be required. The Additional Services may include testing and analysis, Construction Assistance, Review of Shop Drawings, or other Post Design Services. ARTICLE A2 DRAINAGE AND ROADWAY ANALYSIS WORK in this category may include any or all of the tasks identified below. A2.01 PLANNING AND ANALYSIS A2.01.1 Survey: The CONSULTANT shall perform survey tasks in accordance with all applicable statutes, manuals, guidelines, standards, handbooks, procedures, and current design memoranda. A2.01.1(a) Range of Services/Activities CONSULTANT shall provide surveying and mapping services to include, but not limited to: Photogrammetry; Photogrammetric control including the determination of photo identifiable control points, and marking contact prints. • Boundary surveys: The monumentation and remonumentation of property boundaries and subdivisions as stated in the work order. Survey and/or stake as needed all existing recordecl subdivision/condominium boundaries, tracts, units, phases, blocks, street R/W lines, common areas. Includes analysis and processing of all field collected data and/or reports. If unrecorded subdivision is on file in the public records of the subject county, tie existing monumentation of the beginning and encl of unrecorded subdivision. ■ As -built Drawings: The measurement and preparation of plans showing existing improvements after construction and the layout of proposed improvements. Locate all above ground features and improvements. Deliver in appropriate electronic format. Effort includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. ■ Legal Descriptions: The preparation of descriptions for use in legal instruments of conveyance of real property and property rights. ■ Plats and Maps: The preparation of subdivision planning maps and record plats, in accordance with state law and local regulations for specified areas and/or properties. May involve the preparation of tentative and final plats for the review of plats prior to approval and/or recordation as directed by the Project Manager. • Vertical Project Network Control (VPNC): The determination of, but not the design of, grades and elevations of roads and land in connection with subdivisions or divisions of land; Establish or recover VPNC, for the purpose of establishing vertical control on datum approved by the CITY; may include CITY Contract No. K-04-00648 Page A.5 • CHMENT A - SCOPE OF WORK STORM WATER SEWER/ROAD I EMENT/DREDGING PROJECTS primary or secondary vertical control points. Includes analysis and processing of all field collected data, and preparation of forms. • Alignment and riahl of way lines; the creation of perpetuation of alignments related maps, record plats, field note records, reports, property descriptions and plans and drawings that represent them. Establish, recover or re-establish project alignment. Also includes analysis and processing of all field collected data, existing maps, end/or reports for identifying mainline, ramp, offset, or secondary alignments. Depict alignment and/or existing RAW lines (in required format) per CITY R/W Maps, platted or dedicated rights of way. • Topographic surveys: The CONSULTANT shall perform topographical surveys including cross sectional and related information necessary to accomplish the design and construction phases of the Project; Locate all above ground features and improvements. Deliver in appropriate electronic format. Effort includes field edits, analysis and processing of all field collected dale, existing maps, and/or reports. Perform field survey check sections or profiles to determine existing cross slope. • Construction Layout: For sewer and other projects, the CONSULTANT shall perform all layout for construction and provide final measurements and final measurement quantity sheets, and the CONSULTANT shall be available on a full time basis during underground construction. • Drainage Survey: Locale underground data (XYZ, pipe size, type, condition and flow line) that relates to above ground data. Includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. • Underaround utilities: Designation includes 2-dimensional collection of existing utilities and selected 3 dimensional verification as needed for designation. Location includes non-destructive excavation to determine size, type and location of existing utility, as necessary for final 3-dimensional verification, Survey includes collection of data on points as needed for designates and locates. Includes analysis and processing of all field collected data, and delivery of all appropriate electronic files. • Water Boundary Survey: Perform Mean High Water, Ordinary High Water and Sale Upland Line Surveys as required by DEPARTMENT standards. A2.01.1(b) Submittals and Deliverables • Field Notes: Submit 10 the Project Manager one (1) original set of all field survey notes and any other data developed for the purpose of performing the required surveying work required for the Project. The field notes shall be presented in an approved field book. When using data collectors, a report and digital submission shall be provided along with all the necessary field survey information. • Drawings: The CONSULTANT shall perform CADD drafting services as -stated in the work order required 10 supplement the field work. Plan and profile, cross-section sheets shall be in printed and digital file form and shall be submitted by the CONSULTANT to the CITY. The CITY will provide information regarding sheet sizes; form and title block information thereof when required. • progress Reports: Consultant shall submit regular progress reports for the work at intervals appropriate 10 the project and stated in the work order or otherwise directed by Project Manager. • Schedule for deliverables: To be determined by project managers A2.01.1 GEOTECHNICAL The CONSULTANT shall, for each project, be responsible for a complete geotechnicai investigation. All work performed by the CONSULTANT shall be in accordance with CITY standards, or as otherwise directed by the Project Manager. The Project Manager will make interpretations and changes regarding geolechnical standards, policies and procedures and provide guidance to the CONSULTANT. Prior 10 beginning each phase of investigation and after the Notice to Proceed is given, the CONSULTANT shalt submit an investigation plan for approval and rneel with the PROJECT MANAGER or representative to review the project scope and CITY requirements. The investigation plan shall include, but not be limited io, the proposed boring locations and depths, and all existing geotechnical information from available sources to generally describe the surface and subsurface conditions of the project site. Additional meetings may be required to plan any additional field efforts, review plans, resolve plans/report comments, resolve responses to comments, and/or any other meetings necessary to facilitate the project. The CONSULTANT shall notify the CITY in adequate time to schedule a representative to attend all related meetings and field activities. A2.01-2(a) Document Collection and Review CITY Contract No. K-04-00646 Page A-6 • CHMENT A - SCOPE OF WORK STORM WATER SEWER/ROAD I EMENT/DREDGING PROJECTS CONSULTANT will review printed literature including topographic maps, county agricultural maps, aerial photography (including historic photos), ground water resources, geology bulletins, potentiometric maps, pile driving records, historic construction records and other geotechnicat related resources. Prior to field reconnaissance, CONSULTANT shall review U.S.G.S., S.C.S. and potentiometric maps, and identify areas with problematic soil and .groundwater conditions. A2.01-204 Roadway The CONSULTANT shall be responsible for coordination of all geotechnical related fieldwork activities. The CONSULTANT shall retain all samples until acceptance of plans. Rock cores shall be retained as directed in writing by the District PROJECT MANAGER. Obtain pavement cores as directed in writing by the District PROJECT MANAGER. If required by the PROJECT MANAGER, a preliminary roadway exploration shall be performed before the Initial Engineering Phase plans submittal. The preliminary roadway exploration will be performed and results provided to the Engineer of Record to assist in setting roadway grades and locating potential problem areas. The preliminary roadway exploration shall be performed as directed in writing by the District PROJECT MANAGER. CONSULTANT shall perform specialized field-testing as required by project needs and as directed in writing by the District PROJECT MANAGER. All laboratory testing and classification will be performed in accordance with applicable CITY standards, ASTM Standards or AASHTO Standardt, unless otherwise specified in the Contract Documents. A2.01.2(c) Detailed Boring Location Plan: Develop a detailed boring location plan. Meet with CITY Geotechnical Project Manager for boring plan approval. If the drilling program expects to encounter artesian conditions, the CONSULTANT shall submit a methodology(s) for plugging the borehole to the CITY for approval prior to commencing with the boring program. A2.01.2(d) Stake Borings/Utility Clearance: Stake borings and obtain utility clearance A2.01.2(e) MOT Plans for Field Investigation: Coordinate and develop Maintenance of Traffic (MOT) plan. All work zone traffic control will be performed in accordance with the CITY's Roadway and Traffic Design Standards Index 60D series. A2.01.2(f) Drilling Access Permits: Obtain all State, County, City, and Water Management District permits for performing geotechnical borings, as needed. A2.01.2(g) Property Clearances: Notify property tenants in person of drilling and field activities, if applicable. Written notification to property owners/tenants is the responsibility of the CITY's Project Manager. A2.01-2(h) Groundwater Monitoring: Monitorgroundwater, using piezometers. A2.01.20) LBR Sampling: Collect appropriate samples for Limerock Bearing Ratio (LBR)•testing. A2.01.2(J) Coordination of Field Work: Coordinate all field work required to provide geotechnical data for the project A2.01-2(k) Soil and Rock Classification — Roadway: 'Refine soil profiles recorded in the field, based on results of laboratory testing. A2.01.2(I) Design LBR: Determine design LBR values from the 90% and mean methods A2.01-2(m) Laboratory Data: Tabulate laboratory test results for inclusion in the geotechnical report, the report of tests sheet Roadway Soil Surrey Sheet), and for any necessary calculations and analyses. A2.01-2(n) Seasonal High Water Table: Review the encountered ground water levels and estimate seasonal high ground water levels. Estimate seasonal low ground water levels, if requested. A2.01.2(o) Parameters for Water Retention Areas: Calculate parameters for water retention areas, exfittration trenches, and/or swaies. A2.01.2(p) Limits of Unsuitable Material: Delineate limits of unsuitable material(s) in both horizontal and vertical directions. Assist the Engineer of Record with detailing these limits on the cross - sections. If requested, prepare a plan view of the limits of unsuitable material. A2.01-2(q) ASCII Files for Cross -Sections: Create ASCII files of boring data for cross -sections CITY Contract No. K-04-00648 Page A-7 ACHMENT A A. SCOPE OF WORK STORM WATER SEWER/ROAD I VEMENT/DREDGING PROJECTS A2.01-2(r) Embankment Settlement and Stability: Estimate the total magnitude and time rate of embankment settlements. Calculate the factor of safety against slope stability failure. A2.01-2(s) Stormwater Volume Recovery and/or Background (See page Analysis): Perform stormwater volume recovery analysis as directed by the CITY. A2.O1-2(t) Geotechnica! Recommendations: Provide geolechnical recommendations regarding the proposed roadway'construction project including the following: description of the site/alignment, design recommendations and discussion of any special considerations (i.e. removal of unsuitable material, consolidation of weak soils, estimated settlement time/amount, groundwater control, high groundwater conditions relative to pavement base, etc.) Evaluate and recommend types of geosynthetics and properties for various applications, as required. A2.01-2(u) Preliminary Roadway Report and Pavement Evaluation Report: If a preliminary roadway investigation is performed, a preliminary roadway report shall be submitted before the Initial Engineering Phase plans submittal. The purpose of the preliminary roadway report will be to assist in setting road grades and locating potential problems. • Copies of U.S.G.S. and S.C.S. maps with project limits shown. • A report of tests sheet that summarizes the laboratory test results, the soil stratification (i.e. soils grouped into layers of similar materials) and construction recommendations relative to Standard Indices 500 and 505. • Results of all tasks discussed in the previous section (Data Interpretation and Analysis). • An appendix that contains stratified soil boring profiles, laboratory test data sheets, sample embankment settlement and stability calculations, design LBR calculation/graphs, and other pertinent calculations. • The CONSULTANT will respond in writing to any changes and/or comments from the CITY and submit any responses and revised reports. If a pavement evaluation is performed, the evaluation and report submittal shall be in accordance with Section 3.4 of the Materials Manual: Pavement Coring and Evaluation. A2.01-2(v) Final Report: The Final Roadway Report shall include the following: • Copies of U.S.G.S. and S.C.S. maps with project limits shown. • A report of tests sheet that summarizes the laboratory test results, the soil stratification (i.e. soils grouped into layers of similar materials) and construction recommendations relative to Standard Indices 500 and 505. • Results of all tasks discussed in the previous section (Data Interpretation and Analysis). • An appendix that contains stratified soil boring profiles, laboratory test date sheets, sample embankment settlement and stability calculations, design LBR calculation/graphs, and other pertinent calculations. • The CONSULTANT will respond in writing to any changes and/or comments from the CITY and submit any responses and revised reports. A2.01-2(w) Auger Boring Drafting: Draft auger borings as directed by the CITY. A2.01.2(x) SPT Boring Drafting: Draft SPT borings as directed by the CITY. A2.01-3 ROADWAY ANALYSIS The CONSULTANT shall analyze and document Roadway Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. A2.01.3(a) Typical Section Package: The CONSULTANT shall provide an approved Typical Section Package prior to the initial engineering Phase plans submittal dale. A2.01-3(b) Pavement Design Package: The CONSULTANT shall provide an approved Pavement Design Package prior to the Final Engineering Phase plans submittal dale. A2.O1-3(c) Access Management: The CONSULTANT shall incorporate access management standards for each project in coordination with CITY staff. The CONSULTANT shall review adopted access management standards and the existing access conditions (interchange spacing, signalized intersection spacing, median opening spacing, and connection spacing). Median openings that will be closed, relocated, or substantially altered shall be shown on plan sheets and submitted with supporting documentation for review with the Initial Engineering Phase plans submittal. CITY Contract No. K-04-00648 Page A-8 • ACHMENT A - SCOPE OF WORK STORM WATER SEWER/ROAD I VEMENT/DREDGING PROJECTS. The CITY shall provide access management classification information and information derived from PD&E studies and public hearings to be used by the CONSULTANT. A2.01-3(d) HorizontalNertical Master Design Files: The CONSULTANT shall design the geometries using the design standards that are most appropriate with proper consideration given to the design traffic volumes, design speed, capacity and levels of service, functional classification, adjacent land use, design consistency and driver expectancy, aesthetics, pedestrian and bicycle concerns, ADA requirements, elder road user policy, access management, PD&E documents and scope of work. A2.01.3(e) Cross Section Design Files: The CONSULTANT shall establish and develop cross section design files in accordance with the CADD manual. A2.01-3(f) Traffic Control Analysis The CONSULTANT shall design a safe and effective Traffic Control Plan to move vehicular and pedestrian traffic during all phases of construction. The design shall include construction phasing of roadways ingress and egress to existing property owners and businesses, routing, signing and pavement markings, and detour quantity tabulations. Special consideration shall be given to the construction of the drainage system when developing the construction phases. Positive drainage must be maintained at all times. The design shall include construction phasing of roadways to accornmodate the construction of utilities when the contract includes Joint Project Agreements (JPAs). The CONSULTANT shall investigate the need for temporary traffic signals, temporary lighting, alternate detour roads, and the use of materials such as sheet piling in the analysis. The Traffic Control Plan shall be prepared by a certified designer who has completed training as required by the CITY. Prior to proceeding with the Traffic Control Plan, the CONSULTANT shall meet with the appropriate CITY personnel including City Police Department Officials. The purpose of this meeting is to provide information to the CONSULTANT that will better coordinate the Preliminary and Final Traffic Control Plan efforts. A2.01-3(g) Master TCP Design Files - The CONSULTANT shalt develop master Traffic Control Plan (TCP) files (for Level II and Level ill only) showing each phase of the Traffic Control Plan. A2.01-3(h) Design Variations and Exceptions - If available, the CITY shall furnish the Variation/Exception Report. The CONSULTANT shall prepare the documentation necessary to gain CITY approval of all appropriate Design Variations and/or Design Exceptions. A2.01-3(i) Design Report The CONSULTANT shall prepare all applicable report(s) as listed in the Project Description section of this scope. The CONSULTANT shall submit to the CITY design notes, data, and calculations to document the design •conclusions reached during the development of the -contract plans. The design notes, data, and computations shall be recorded on size 81/4"x11" sheets, fully titled, numbered, dated, indexed and signed by the designer and the checker. Computer output forms and other oversized sheets shall be folded to 8Wx11" size. The data shall be in a hardback folder for submittal to the CITY. A2.01-3(j) Additional Tasks: These additional Tasks may also be included: Cost Estimate, Technical Special Provisions, Field Reviews, Technical Meetings, Quality Assurance/Quality Control, Independent Peer Review, Supervision and Coordination. A2.01-4 DRAINAGE ANALYSIS The CONSULTANT shall analyze and document Drainage Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. The CONSULTANT shall be responsible for designing a drainage and storm water management system. All design work shall comply with the requirements of the appropriate regulatory agencies and the CITY's, Drainage Manual. The CONSULTANT shall coordinate fully with the appropriate permitting agencies and the CITY's staff. Ali activities and submittals should be coordinated through the CITY's Project Manager. The work wilt include the engineering analyses for any or all of the following. A2.01-4(a) Determine Base Clearance Water Elevation: Analyze, determine, and document high water elevations which will be used to set roadway profile grade. Determine surface water elevations al cross drains, floodplains, outfalls and adjacent stormwater ponds. Determine groundwater etevations at intervals between the above -mentioned surface waters. CITY Contract No. K-04-00648 Page A-9 • ACHMENT A- SCOPE OF WORK STORM WATER SEWER/ROAD I VEMENT/DREDGING PROJECTS A2.01-4(b) Design of Cross Drains: Analyze the hydraulic design of cross drains. Check existing cross drains to determine if they are structurally sound and can be extended. Document the design as required. Determine and provide flood data as required. A2.01-4(c) Design of Roadway Ditches: Design roadway conveyance ditches. This includes determining ditch cross sections, grades, selecting suitable channel lining, designing the side drain pipes, and documentation. A2.01-4(d) Design of Duffel's: Analyze and document the design of ditch or piped outfalls. A2.01-4 e) Design of Stormwater Management Facility (Roadside Ditch as Linear Pond): Design stormwater management facilities to meet requirements for stormwater quality treatment and attenuation. Develop proposed pond layout (shape, contours, slopes, etc.), perform routing calculations, and design the outlet control structure. A2.01-4(f) Design of Flood Plain Compensation Area: Determine flood plain encroachments, coordinate with regulatory agencies, and develop proposed compensation area layout (shape, contours, slopes, etc.). Document the design following the requirements of the regulatory agency. A2.01-4(g) Design of Storm Drains Develop a "working drainage map', determine runoff, inlet locations, and spread. Calculate hydraulic losses (friction, utility conflict and, if necessary, minor losses). Determine Design Tailwater and, if necessary, outlet scour protection. A2.01-4(h) Optional Culvert Material: Determine acceptable options for pipe materials. A2.01-40) French Drain Design: Design French Drain Systems 10 provide stormwater treatment and attenuation. Identify location for percolation tests and review these, determine the size and length of French Drains, design the control structure/weir, and model the system of inlets, conveyances, French Drains, and other outfalls using a routing program such as ICPR. A2.01-4(j) Drainage Wells: Design the discharge into deep wells to comply with regulatory requirements. Identify the location of the well, design the control structure/weir, and model the system using a routing program such as ICPR. A2.01-4(k) Temporary Drainage Analysis: Evaluate and address drainage to adequately drain the road and maintain existing offsite drainage during all construction phases. Provide documentation. A2.01-4(I) Additional Tasks: These additional Tasks may also be included: Cost Estimator, Technical Special Provisions, Field Reviews, Technical Meetings, Quality Assurance/Quality Control, independent Peer Review and Supervision. A2.01-5 SIGNING AND PAVEMENT MARKING ANALYSIS: The CONSULTANT shall analyze and document Signing and Pavement Markings Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. A2.01-5(a) Traffic Data Analysis: The CONSULTANT shall review the approved preliminary engineering report, typical section package, traffic technical memorandum and proposed geometric design alignment to identify proposed sign placements and roadway markings. Perform queue analysis. A2.01.5(b) Reference and Master Design File: The CONSULTANT shall prepare the Signing 11 Marking Design file to include all necessary design elements and all associated reference files. A2.01-5(c) Sign Panel Design Analysis. Establish sign layout, letter size and series for non- standard signs. A2.01.5(d) Sign Lighting/ Electrical Calculations includes the verification of photometrics on lighted, load center and voltage drop calculations. A2.01.5(e) Additional Tasks: These additional Tasks may also be included: No Passing Zone Study, Quantities, Computation Book, Cost Estimates, Technical Special Provisions, Field Reviews, Technical Meetings, Quality Assurance/Quality Control, independent Peer Review, Supervision and Coordination. A2.01-6 Signallzation Analysis: The CONSULTANT shall analyze and document Signalization Analysis Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums CITY Centred No. K-04-006413 Page A-10 to ACHMENT A - SCOPE OF WORK STORM WATER SEWER/ROAD VEMENT/DREDGING PROJECTS A2.01-6(s) Traffic Data Collection: The CONSULTANT shall perform all effort required for traffic data collection, including crash reports, 2.4 hr. machine counts, 8 hr. turning movement counts, 7 day machine counts, and speed 8 delay studies. A2.01-6(b) Traffic Data Analysis: The CONSULTANT shall determine signal operation plan, intersection geometry, local signal timings, pre-emption phasing 8 timings, forecasting traffic, and intersection analysis run. A2.01-6(c) Systems Timings. The CONSULTANT shall determine proper coordination timing plans including splits, force offs, offsets, and preparation of Time Space Diagram. A2.01-6(d) Reference and Master Signalization Design File: The CONSULTANT shalt prepare the Signalization Design file to include all necessary design elements and all associated reference files. A2.01-6(e) Reference and Master Interconnect Communication Design File: The CONSULTANT shall prepare the Interconnect Communication Design file to include all necessary design elements and all associated reference files. A2.01-6(f) Overhead Street Name Sign Design: The CONSULTANT shall design Signal Mounted Overhead Street Name signs. A2.01-6(g) Field Reviews: The CONSULTANT shall collect information from the maintaining agencies and conduct a field review. The review should include, but is not limited to, the following: • Existing Signal and Pedestrian Phasing ▪ Controller Make, Model, Capabilities and Condition/Age • Condition of Signal Structure(s) ▪ Type of Detection as Compared With Current District Standards • Interconnect Media • Controller Timing Data A2.01-6(h) Additional Tasks: These additional Tasks may also be included: Signal Warrant Study, Pole Elevation Analysis, Traffic Signal Operation Report, Quantities, Cost Estimate, Technical Special Provisions, Technical Meetings, Quality Assurance/Quality Control, Independent Peer Review, Supervision and Coordination. A2.01-7 LIGHTING ANALYSIS: The CONSULTANT shall analyze and document Lighting Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. A2.01-70} Lighting Justification Report: The CONSULTANT shall prepare a Lighting Justification Report. The report shalt be submitted under a separate cover with the Initial Engineering Phase plans submittal, titled Lighting Design Anatysis Report. A2.01-7(b) Lighting Design Analysts Report: The CONSULTANT shall prepare a Preliminary Lighting Design Analysis Report. The report shall be submitted under a separate cover prior to the Final Engineering Phase plans submittal. The report shall provide analyses for each typical section of the mainline, typical section for the ramps (one and/or two lanes), interchanges, underdeck lighting, and arterial roads. Each lighting calculation shall be properly identified as to the area that it covers. The report shall include the Lighting Design Criteria that will be used and shall include the evaluation of at least three lighting design alternatives and a recommendation on the alternative to use. Each alternative shall be properly described; the alternatives shall consider different pole heights, lamp wattage, and arm lengths. Each alternative shall be provided with a cost estimate that includes initial cost in addition to operations and maintenance cost for one year. After approval of the preliminary report, the CONSULTANT shall submit a revised report including ri detailed lighting design analysis for each submittal. A2.01-7(c) Voltage Drop Calculations: The CONSULTANT shall submit voltage drop calculaliontr showing the equation or equations used along with the number of luminaries per circuit, the length of each circuit, the size conductor or conductors used and their ohm resistance values. The voltage drop incurred on each circuit (total volts and percentage of drop) shall be calculated, and all work necessary CITY Contract No. K-04-00648 Page A-11 *CHMENT A - SCOPE OF WORK STORM WATER SEWER/ROAD 1 EMENT/DREDGING PROJECTS to calculate the voltage drop values .for each circuit should be presented in such a manner as to be duplicated by the District. Load analysis calculations shall be submitted for each branch circuit breaker and main breaker. A2.01-7(d) Reference and Master Design Files: The CONSULTANT shall prepare the Lighting Design file to include all necessary design elements and all associated reference files. A2.01-7(e) Temporary Lighting: The CONSULTANT shall provide temporary lighting for all affected phases of construction to light all detour roadways in areas where required. The temporary lighting shall be included with the Traffic Control Plans with proper notes, quantities and details. A2.01-7(f) Design Documentation: The CONSULTANT shall submit a Roadway Lighting Design Documentation Book with each lighting plans submittal under a separate cover and not part of the roadway documentation book. Al a minimum, the design documentation book shall include: • Lighting Calculations. Back up sheet for each bid item quantity total on each lighting plan sheet (Production Complete Phase submittals). ■ Phase submittal checklist. • Three-way quantity check list (Production Complete Phase submittals). ■ Structural calculations for special conventional pole concrete foundations. • Structural calculations for the high mast pole foundations. • Letter to the power company requesting service. • Power company confirmation letter on the requested services (Production Complete Phase submittals). ■ Voltage drop calculations (Production Complete Phase submittals). • Load analysis calculations (Production Complete Phase submittals). A2.01.7(g) Field Reviews The CONSULTANT shall collect information from the maintaining agencies and conduct a field review. The review should include but is not limited to the following: ■ Existing Lighting Equipment ■ Load Center, Capabilities and Condition/Age • Condition of Lighting Structure(s) A2.01-7(h) Additional Tasks: These additional Tasks may also be included: Technical Meetings, Quality Assurance/Quality Control, independent, Peer Review, Supervision and Coordination, FDEP Coordination and Report. A2.01-8 LANDSCAPING ANALYSIS The CONSULTANT shall analyze and document Landscape Architecture Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. A2.01-8(a) Data Collection: All research required 10 collect data necessary to complete the initial design analysis. Includes identifying local ordinances and collection of other project date. A2.01-8(b) Site Inventory and Analysis: Includes identification o1 opportunities and constraints for the proposed project based on existing site conditions. Summary of analysis, if required, is included in conceptual design. A2.01-8(c) Planting Design: • Conceptual Design: Includes delineation of all proposed planting types, scheme development and preliminary costs, and areas and reports. The design shall be submitted with the Initial Engineering Phase plans. • Final Desion: Includes identifying the species/type, size, location, spacing, and quality of all plants. A2.01-8(d) Irrigation Design: • Feasibility Report: includes analysis of methods, materials and operation costs associated with proposed irrigation system design. • Conceptual Desion: Typically not done in master design file. Includes determination of water and power sources. Initial Engineering Phase design level. CITY Contract No. K-04-00648 Page A-12 • CHMENT A - SCOPE OF WORK STORM WATER SEWER/ROAD I EMENT/DREDGING PROJECTS • Final Design: Includes all work in master design files. Irrigation Design includes, but is not limited to, the locations and sizes of pumps, pump stations, mainlines, lateral lines, irrigation heads,.. valves, backfiow and control devices. • Conceptual design - scheme development and preliminary costs: Typically not done in master design file. Delineation of areas and elements to be included in design. Select cut sheets, prepare irnage boards. Includes report, if required • Final Desion: Includes all work in master design files. Hardscape Design includes, but is not limited to, sidewalks, plazas, Steps, Fountains, Walls, Pedestrian bridges, non -regulatory signs or project graphics, roadway aesthetics, site furnishings. A2.01-8(e) Additional Tasks: These additional Tasks may also be included: Hardscape Design, Computation Book and Quantities, Cost Estimates, Technical Special Provisions, Field Reviews, Technical Meetings, Quality Assurance/Quality Control, Independent Peer Review, Supervision and Coordination. A2.02 DESIGN AND PERMITTING A2.02-1 Roadway Plans The CONSULTANT shall prepare Roadway, Drainage, Traffic Control, Utility Adjustment Sheets, plan sheets, notes, and details. The plans shall include the following sheets necessary to convey the intent and scope of the project for the purposes of construction. Key Sheet, Summary of Pay Items Including Quantity Input, Drainage Map, Interchange Drainage Map, Typical Section Sheets, General Notes/Pay Item Notes, Summary of Quantities, Box Culvert Data Sheet, Bridge Hydraulics Recommendation Sheets, Summary of Drainage Structures, Optional Pipe/Culvert Materiel, Project Layout, Plan/Profile Sheet, Profile Sheet, Plan Sheet, Special Profile, Beck of Sidewalk Profile Sheet, Interchange Layout Sheet, Ramp Terminal Details (Plan View), Intersection Layout Details, Miscellaneous Detail Sheets, Drainage Structure Sheet, Miscellaneous Drainage Detail Sheets, Lateral Ditch Plan/Profile, Lateral Ditch Cross Sections, Retention/Detention Ponds Detail Sheet, Retention Pond Cross Sections, Cross -Section Pattern Sheet, Roadway Soil Survey Sheet, Cross Sections, Traffic Control Plan Sheets, Traffic Control Cross Section Sheets, Traffic Control Detail Sheets, Utility Adjustment Sheets, Selective Clearing and Grubbing, Erosion Control Plan, SWPPP, Project Control Network Sheet, Interim Standards, Utility Verification Sheet (SUE Data), Quality Assurance/Quality Control and Supervision. Signing And Pavement Marking Plans: The CONSULTANT shall prepare a set of Signing and Pavement Marking Plans in accordance with the Plans Preparation Manual that includes the following: Key Sheet, Summary of Pay Items, Tabulation of Quantities, General Notes/Pay Item Notes, Project Layout, Plan Sheet, Typical Details, Guide Sign Work Sheet(s), Traffic Monitoring Site, Cross Sections, Special Service Point Details, Special Details, Interim Standards, Quality Assurance/Quality Control, Supervision. Signalizat/on Plans: The CONSULTANT shall prepare a set of Signalization Plans in accordance with the specifications, which includes the following: Key Sheet, Summary of Pay Items Including Trns'port Input, Tabulation of Quantities, General Notes/Pay Item Notes, Plan Sheet, Interconnect Plans, Traffic Monitoring Site, Guide Sign Worksheet, Special Details, Special Service Point Details, Mast ArmlMonotube Tabulation Sheet, Strain Pole Schedule, TCP Signal (Temporary), Temporary Defection Sheet, Utility Conflict Sheet, Interim Standards, Quality Assurance/Quality Control and Supervision. Environmental Permits: The CONSULTANT shall notify the CITY PROJECT MANAGER and other appropriate personnel in advance of all scheduled meetings with the regulatory agencies to allow a CITY representative to attend. The CONSULTANT shall copy the PROJECT MANAGER on all permit related correspondence and meetings. Preliminary Project Research - The CONSULTANT shall perform preliminary project research and shall be responsible for early identification of and coordination with the appropriate regulatory agencies to assure thatdesign efforts are properly directed toward permit requirements. Complete Permit involvement Form - The CONSULTANT shall document permit involvement in coordination with the CITY PROJECT MANAGER. To be done upon completion of preliminary project research. CITY Contract No. K-04-00648 Page A•13 ACHMENT A - SCOPE OF WORK STORM WATER SEWERIROAD I VEMENTIDREDGING PROJECTS Establish Wetland Jurisdictional Lines - The CONSULTANT shall collect all data and information necessary to determine the boundaries of wetlands and surface waters defined by the rules or regulations of each agency processing or reviewing a permit application necessary to construct a CITY project. The CONSULTANT shall be responsible for, but not limited to, the following activities: Determine landward extent of stale waters as defined in Chapter 62-340 Florida Administrative Code as ratified in Section 373.4211 Florida Stature as amended. Determine the jurisdictional boundaries of wetlands and surface waters as defined by rules or regulations of any other permitting authority that is processing a CITY permit application. Prepare aerial maps showing the jurisdictional boundaries of wetlands and surface waters. Aerial maps shall be reproducible, of a scale no greater than 1 "=200' and be recent photography. The maps shall show the jurisdictional limits of each agency. Xerox copies of aerials are not acceptable. All jurisdictional boundaries are to be tied to the project's baseline of survey. When necessary, jurisdictional maps shall be signed and sealed by either a Registered Professional Engineer or a Registered Land Surveyor. Acquire written verification of jurisdictional lines from the appropriate environmental agencies. Prepare a written assessment of the current condition and relative value of the function being performed by wetlands and surface waters. Prepare data in tabular form which includes ID number for each wetland impacted, size of wetland to be impacted, and type of impact and identify any wetland within the project limits that will not be impacted by the project. Agency Verification of Wetland Data_The CONSULTANT shall be responsible for verification of wetland data identified in previous Section and coordinating regulatory agency field reviews, including finalization of wetland assessments with applicable agencies. Complete and Submit All Required Permit Applications The CONSULTANT shall prepare permit packages as identified in the Project Description section. The CONSULTANT shall collect all of the data and information necessary to obtain the environmental permits required to construct a project. The CONSULTANT shall prepare each permit application for CiTY approval in accordance with the rules and/or regulations of the environmental agency responsible for issuing a specific permit and/or authorization to perform work. Mitigation Coordination and Meetings The CONSULTANT shall coordinate with CITY personnel prior to approaching any environmental permitting or reviewing agencies. Once a mitigation plan has been reviewed and approved by the CiTY, the CONSULTANT will be responsible for coordinating the proposed mitigation plan with the environmental agencies. Mitigation Design If wetland impacts cannot be avoided, the CONSULTANT shall prepare a mitigation plan to be included as a part of the Environmental Resource or Wetlands Resource Permit applications. Prior to the development of alternatives, the CONSULTANT shall meet with the Project Manager to determine the Stale policies in proposing mitigation. The CONSULTANT shall proceed in the development of a mitigation plan based upon the general guidelines provided by the CITY. The CONSULTANT will be directed by the CITY to investigate the following methods of mitigation: Payment to DEP/WMD per acre of wetlands impacted as defined in CH 373.4137 FS Monetary participation in offsite regional mitigation plans Monetary participation in a private mitigation bank Creation/restoration on public lands Creation/restoration on right-of-way purchased by the CITY Creation/restoration on existing CITY right-of-way In the event that physical creation or restoration is the only feasible alternative to offset wetland impacts, the CONSULTANT shall collect all of the data and information necessary to prepare alternative mitigation plans that may be acceptable to all permitting agencies and commenting agencies who are processing or reviewing a permit application for a CITY project. Prior to selection of a final mitigation site, the CONSULTANT will provide the following services in the development of alternative mitigation plans: Preliminary jurisdictional determination for each proposed site Selection of alternative sites Coordination of alternative sites with the CITY/all environmental agencies Written narrative listing potential sites with justifications for both non -recommended Environmental Clearances The CONSULTANT shall prepare clearances for all pond and/or mitigation sites, identified after the preliminary studies are completed. CITY Contract No. K-04-00646 Page A-14 • ACMMENT A - SCOPE OF WORK STORM WATER SEWER/ROAD I VEMENT/DREDGING PROJECTS Archaeological and Historical Features: The CONSULTANT shall collect data necessary to completely analyae the impacts to all cultural and historic resources by the pond end/or mitigation sites and prepare a Cultural Resource Assessment Request Package. Wetland impact Analysis: The CONSULTANT shall analyze the impacts to wetlands for the pond and/or mitigation sites and complete the Wetlands Evaluation Report. Wildlife and Habitat impact Analysis: The CONSULTANT shall collect data necessary to perform an Endangered Species Biological Assessment, and analyze the impacts to wildlife and habitat by the pond and/or mitigation sites. Contamination Impact Analysis: The CONSULTANT shall perform the necessary analysis to complete the Contamination Screening Evaluation for the pond and/or mitigation sites and complete the Contamination Screening Evaluation Report. Additional Tasks: These additional Tasks may also be included Prepare Dredge and Fill Sketches, Prepare USCG Permit Sketches, Prepare Easement Sketches, Prepare Right -of -Way Occupancy Sketches, Prepare Coastal Construction Control Line (CCCL) Permit Sketches, Prepare Tree Permit Information Technical Meetings, Quality Assurance/Quality Control, Supervision, Coordination. INTERAGENCY COORDINATION: The CONSULTANT services shall include all coordination, meetings, etc., required to include Joint Project Agreement (JPA) plans (prepared by others) in contract plans package including all necessary revisions/modifications to contract documents to ensure plans compatibility. UTILITIES: The CONSULTANT shall identify utility facilities, and, if directed, secure agreements, and plans from the Utility Agency Owners (UAO) ensuring no conflicts exist between utility facilities and the CITY's construction project. The CONSULTANT shall certify all utility negotiations have been completed with arrangements made for utility work to be undertaken. Kkkoff Meeting: Prior to any contact with the UAO(s), the CONSULTANT shall meet with the CITY to receive guidance, as may be required, to assure that all necessary coordination will be accomplished. CONSULTANT shall bring a copy of the design project work schedule reflecting utility activities. identify Existing UAO(s): identify all utilities in the corridor; check with City Public Works for Permits, Sunshine State One -Call, Subsurface UtilityEngineering (SUE) Report, Design Location Survey, and Existing Plans Make Utility Contacts First Contact: Send letters and two sets of plans to each utility, al least one set for the CITY. Includes contact by phone for meeting coordination. Request type, size, location, easements, cost for compensable relocation, and justification for any utility exceptions. Include the meeting schedule (if applicable) and the design schedule. Include typical meeting agenda. Second Contact: The CONSULTANT shall transmit two complete sets of Final Engineering Phase plans to each UAO having facilities located within the project limits, and two sets to the CITY. Third Contact: Identify agreements and assemble packages. Send agreements, letters and two sets of plans to the UAO(s) including all component sets, and two sets for the CITY. Include the design schedule. Not all projects will have all contacts as described above. Exception Coordination: The CONSULTANT shall be responsible for transmitting/coordinating the appropriate design reports to each UAO in order to identify any clear and control zone violation that may require a Utility Exception. The CONSULTANT shall coordinate the processing of design exceptions involving Utilities with the UAO and the CITY. Coordinate and process in accordance with FDOT's Utility Accommodation Manual. Preliminary Utility Meeting: The CONSULTANT shall schedule (time and place), notify participants, and conduct a preliminary utility meeting with all affected UAO(s) for the purpose of presenting the project, review the current design schedule, evaluate the utility information collected, provide follow-up information on compensable interest requests, discuss the utility work by highway contractor option with each utility, and discuss any future design issues that may impact utilities. This is also an opportunity for the UAO(s) to present proposed facilities. The CONSULTANT shall keep accurate minutes and distribute a copy to all attendees. CiTY Contract No. K-D4-00648 Page A-15 • SACHM£NT A - SCOPE OF WORK ' STORM WATER SEWER/ROAD I VEMENT/DREDGING PROJECTS lndlvidual/Field Meetings: The CONSULTANT shall meet with each UAO separately throughout the project design duration to provide guidance in the interpretation of plans, review changes to the plans and schedules, optional clearing and grubbing work, and assist in the development of the UAO(s) plans and work schedules. The CONSULTANT is responsible for motivating the UAO to complete and return the necessary documents after each Utility Contact or Meeting. Collect and Review Plans and Data from UAO(s): Make Determinations (Compensabte Interest, Easements, Coordinate, Analyze). Ensure information (utility type, material .and size) is sent 10 the designer for inclusion in the plans. Coordinate programming of funds Subordination of Easements Coordination:. The CONSULTANT, if requested by the CITY, shall transmit to and secure from the UAO the executed subordination agreements prepared by the appropriate CITY office. This CONSULTANT shall coordinate with the DUO the programming of the necessary work program funds to compensates the UAO. Utility Design Meeting: At a minimum of 3 weeks prior to the meeting, the CONSULTANT shall transmit two complete sets of Final Engineering Phase plans lo each UAO having facilities located within the project limits, and one set to the CITY. The CONSULTANT shall schedule (time and place), notify participants, and conduct a Utility meeting with alt affected UAO(s). The CONSULTANT shall be prepared to discuss drainage, traffic signalization, maintenance of traffic (construction phasing), review the current design schedule and letting dale, evaluate the utility information collected, provide follow-up information on compensable interest requests, discuss the utility work by highway contractor option with each utility, discuss any future design issues that may impact utilities, etc., to the extent that they may have an effect on existing or proposed utility facilities with particular emphasis on drainage and maintenance of traffic with each UAO. The intent of this meeting shall be to identify and resolve conflicts between utilities and proposed construction prior to completion of the plans, including utility adjustment details. Also recommend resolution between known utility conflicts with proposed construction plans as practical. The CONSULTANT shall keep accurate minutes of all meetings and distribute a copy 10 all attendees. Review Utility Markups, Work Schedules and Processing of Schedules and Agreements:. Review utility marked up plans individually as they are received for content and coordinate review with the designer. Send color markups and schedules to the appropriate CITY office(s) for review and comment if required by the District. Coordinate with the District for execution. Distribute Executed Final Documents. Prepare Work Order for UAO(s). Coordinate programming of funds. Utility Coordination and Follow up. - This includes follow-up, interpreting plans, and assisting and the completion of the UAO(s) work schedule and agreements. Includes phone calls, face-lo-face meetings, etc., to motivate and ensure the UAO(s) complete and return the required documents in accordance with the project schedule. Ensure the resolution of all known conflicts. This task can be applied to all phases of the project. Utility Constructability Review: Review utility schedules against construction contract time, and phasing for compatibility. Coordinate with construction office. Additional Utility Services: Preparation and coordination of Utility Design Plans when the CITY participates in cost of utility work. This item is not usually included in the scope at the time of negotiation. It is normally added as a supplemental agreement when the need is identified. Processing Utility Work by Highway Contractor (UWHC): This includes coordination of utility design effort between the CiTY and the UAO(s). Determine the CITY's cost participation, additional coordination meetings, prepare, negotiate, and process the agreements, review tabulation of quantities, prepare Summary of Pay Items • UWHC, perform UWHC constructability and bidability review, Technical Specifications review. This task is distinct from utility design effort. This item is not usually included in the scope at the time of negotiation, but is. added as a supplemental Work Order when the need is identified. Contract Plans to UAO(s): This includes transmittal of the contract plans as processed for letting. Transmittals 10 UAO(s) are by certified mail, return receipt requested. Certification and Close -Out: This includes hours for transmitting utility files to the DUO and preparation of the Utility Certification Letter. The CONSULTANT shall certify to the appropriate CITY representative the following: All utility negotiations (Full execution of each agreement, approved Utility Work Schedules, technical special provisions written, etc.) have been completed with arrangements made for utility work 10 be undertaken and completed as required for proper coordination with the physical construction schedule. CITY Contract No. K-04-00646 Page A-16 CHMENT A - SCOPE OF WORK STORM WATER SEWER/ROAD OEMENT/DREDGING PROJECTS OR An on -site inspection was made and no utility work will be involved. OR Plans were sent to the Utility Companies or Agencies and no utility work is required. LIGHTING PLANS The CONSULTANT shall prepare a set of Lighting Plans in accordance with the Plans Preparation Manual, which includes the following: Additional Tasks: These additional lasks may also be included: Key Sheet, Summary of Pay item Sheet Including Trns'port Input, Tabulation of Quantities, General Notes/Pay Item Notes, Pole Data and Legend & Criteria, Service Point Details, Project Layout, Plan Sheet, Special Details, Temporary Lighting Data and Details, Traffic Control Plan Sheets, Interim Standards, Quality Assurance/Quality Control, Supervision. LANDSCAPING PLANS: The CONSULTANT shall prepare a set of Landscaping Plans which includes the following: Planting Details and Notes - The CONSULTANT shall include a written or graphic guide for care and maintenance of the irrigation system after the warranty period. This Maintenance Plan will be developed in coordination with the local government entity who assumes the maintenance obligation. Hardscape Details and Notes - The CONSULTANT shall include a written or graphic guide for care and maintenance' of the irrigation system after the warranty period. This Maintenance Plan will be developed in coordination with the local government entity who assumes the maintenance obligation. Technical Maintenance Plan. - Written or graphic guide for care of the plantings, irrigation system and hardscapn maintenance after the warranty period. Maintenance details and specifications shall recommend: a mowing schedule and maintained grass height; fertilization schedules, formulas, rates and methods of application; weeding schedule and method chemical, mechanical, or manual; edging schedule; herbicide schedules formulas, rates, methods of application, precautions; pruning schedule and methods io maintain health and clear sight requirements; mulching materials, thickness and replacement frequency; irrigation schedule and warranty period maintenance (flushing, adjustments, clean-up); litter pick-up; and hardscape care. This Maintenance Plan will be developed in coordination with the local government entity that assumes the maintenance obligation. Additional Tasks: These additional tasks may also be included: Key Sheet, Tabulation of Quantities, General Notes, Tree and Vegetation Inventory, Protection and Relocation Plans, Planting Plans for Linear Roadway Projects, Planting Plans (Interchanges and Toll Plazas) Irrigation Plans for Linear Roadway Project, Irrigation Plans for Interchange and Toll Plazas, Irrigation Details and Notes, Hardscape PlansCost Estimate, Quality Assurance/Quality Control and Supervision. A2.03 BID and SPECIFICATIONS PACKAGE PREPARATION: The CONSULTANT shall prepare and provide a complete bid and specifications package, including applicable Technical Special Provisions, for all items and areas of work, as described in Section A1.05-2 and A1.05-3 A2.05 BIDDING Upon obtaining all necessary approvals of the Construction Document and approval by the City of the latest Statement of Probable Construction Cost, the CONSULTANT shall assist the Owner in obtaining/evaluating bids and awarding construction contracts. The City may have the drawings and specifications printed for bidding purposes, either through its open agreements with printing firms or as a reimbursable cost through the CONSULTANT. A2.05 POST DESIGN/CONSTRUCTION The Construction Phase will begin with the award of the Construction oontract and will end when the Owner approves the Contractor's final Payment Certificate and all post construction documents, As -Built Surveys, warrantees and guarantees have been delivered to the Owner. During this period, the CONSULTANT shall provide Administration with the Construction Contract as set forth in the General and_Supplementary (and/or Special) Conditions of the Construction Contract. CITY Contract No. K-04-D0648 Page A-17 CHMENT A - SCOPE OF WORK STORM WATER SEWER/ROAD i EMENTIDREDGING PROJECTS ATTACHMENT A - SCOPE OF WORK SCHEDULE Al. - SUBCONSULTANTS FIRM NAME CONSULTING FIELD Parsons Brinkerhoff Dredging Professional Engineering Inspection Company (PEICO). Geotechnical Engineering and Materials Testing F.R. Aleman & Associates Traffic Studies, Surveying and Utility Location SCHEDULE A2. - KEY STAFF NAME JOB CLASSIFICATION Colin Henderson Project Manager John Messerian Project Manager Jose Nessi Project Manager Polidoro Africano Project Manager Alfredo Arraul Project Manager Eduardo Blanco Senior Engineer Armando Caballero Senior Engineer Adolfo Canal Senior Engineer Luis Chiang Senior Engineer Jose Poce Senior Engineer James Rosales Senior Engineer Kevin Saks Senior Engineer Enrique Sosa Senior Engineer Otis Armstrong Engineer Rosemarie Hernandez Engineer Ramfis Morales Engineer Edgar Ramirez Engineer Mehmet Ulutas Engineer Ghassan Elkhatib Engineer Ahmed Hammoud Engineer CITY Contract No. K-04-0064B Page A-1B STORM WATER SEWER/ROAD I CHMENT A - SCOPE OF WORK EMENT/DREDGING PROJECTS Chris Kruger Designer Arthur Williams Designer Miriam Grosso Designer CITY Convect No. K-04-00548 Page A-19 SDT'ft�IbULE A3 WORK I FORM 8/XX 04 City of Miami, Florida WORK ORDER FOR PROFESSIONAL SERVICES CITY CONTINUING SERVICE Transportation and Transit Professional Services CONTRACT FOR Contract Effective Dates: START END: Contract Number Contract Authorization: ❑ Resolution 0 City Code Section Number CONSULTANT FIRM OFFICE LOCATION CITY STATE ZIP CONTACT NAME PROJECT NAME TITLE PROJECT NUMBER BRIEF SCOPE OF WORK Consultant Proposal Date As further detalled In attached Consultant Work Order �losal CITY WORK ORDER NUMBER Consultant Project Manager WORK ORDER EFFECTIVE DATE 6 cc z a 3 U CONSULTANT FEES $ Lump Sum, Fixed Fee Allowance For Reimbursable Expenses Allowance For Additional Services (if any) 5 $ Lump Sum, Fixed Fee Lump Sum, Fixed Fee TOTAL MAXIMUM AMOUNT $0 Lump Sum, Fixed Fes REQUIRED COMPLETION DATE Worts Orders issued to date under Contract .. —...ter TASK / ACTIVITY ELEMENT DELIVERABLE DUE FEE $ $ FEE BASIS Lump Sum, Fixed Fee Lump Sum, Guaranteed Maximum — $ $ $ Hourly Rate, Not to Exceed Percentage of Construction Other $ N/A Direct Expense $0 TOTAL OTHER NOTES Estimated Construction Cost $ FUNDING SOURCE(S) $ 5 l This Work Order shall be performed in accordance with the above -referenced Contract, and incorporates by reference all documents described below: 1. Contract referenced above 2. Proposal referenced above 3. Requirements of City Authorization 4. Other (list) Name Signature Tine Date Prepared By City Project Manager in Approved By Teem Leader Horizontal projects cApproved o. By Construction Team Leader Approved By Director Accepted 8y so SCHEDULE A3 CONSULTANT WORK ORDER PROPOSAL Should be on consultant letterhead and must be dated proposes to provide the services identified below for the project entitled " pursuant io its Professional Service Agreement with the City of Miami for Transportation Consulting services, dated I. GENERAL 1I. SCOPE OF WORK A. TASK 1 Detailed description in outline and narrative form of each activity to be undertaken to accomplish Task 1. Example: A. Task 1 - Pre -Design Services & Testing 1. Survey <detailed description of each activity> 2. Materials Testing <detailed description of each activity> B. Task 2 - Design Services 1. Design Development <detailed description of each activity> 2. Construction Documents <detailed description of each activity> C. TASK x Repeat as above for each major task area, sub -task and or activity III. SUBCONS4JLTAh1TS The below listed Sub -Consultants will assist in the performance of the Work. SubConsultant Name Specialty or Expertise IV. SCHEDULE OF WORK - TIME OF PERFORMANCE May be a narrative or table specifically identifying tasks: sub -tasks and/or activities, the duration for completion & projected completion from date of written notice to proceed. Should include e listing of deliverables. Example: Consultant shall submit the Deliverables and perform the Work as depicted in the tables below SCHEDULE OF DELIVERABLES .- Sheet or ID Number Drawing Name or Deliverable Total Hours Or Anticipated Delivery Date SCHEDULE OF WORK SCHEDULE A3 date WORK ORDER PROPOSAL. Page 3 i Task or Activity ID 0 Task Name and/or Activity Description Duration {specify weeks, calendar or wonting days) Protected Start Date -- Projected Finish Date ' The above schedule assumes a Written Notice to Proceed will be issued by City on , 200 . V. COMPENSATION Consultant shall perform the Work detailed in this Proposal for a Lump Sum, Not to Exceed fee of dollars and cents ( ) . Said fee includes an allowance for Reimbursable Expenses required in connection with the Work, which shall be established in an amount not to exceed . Said Reimbursable Expenses shall be utilized in accordance with .the Agreement Provisions and shall conform to the limitations of Florida Statutes § 112.061. SUMMARY OF COMPENSATION Task or Activity ID tr Task Name and/or Activity Description Fee Amount __— Fee Basis 'Li __ Lump Sum, Not to Exceed 1.2 --- 1.3 .____ 2 .—,-r Allowance for Contingencies --_r Allowance for Reimbursable Expenses �' _ VI. PROJECT MANAGER CONSULTANT'S Project Manager for this Work Order assignment will be Submitted by: Prepared by: NOTE: Deviations from this Work Order form (Schedule A3) require written approval of the Director and written approval of the City Attorney as to legal form. •1.1a.• a.•vu • - • •a••1•a_ V W VL •1 • Name of Project: • trUPRIUMIMPril Mare. ; c+wer name CPT pare ar ammMsharera Leiter consiftenta proj,lrsl;ber constelsre No • e1J.�wr . STAFF CLASSIFICATION I Job Disestecalion Staff Applicable Rats Position 1 name Rats: 10.00 Position 2 none Rate: 60.00 Pesltion 1 fare Rate: S0.00 Position 1 Mane Rats: 60.00 Position 6 rent/ Rau: $0.00 Position 6 Position 7 IMMO Rats: S0.60 PuNRion a wan. Classiffeation Shot Hours BY Aeovey Salary Cost By Activity Armor Rate Per Task nano 'Rau: so.s6 Work Activity Elan hours Cast, Achrly Man hours Coal Aetvly lien tours Cosa Aehrly Men touts Cad! Actvly hin hors Coen Aclvly Pb, hours Gast/ A luty Who bats Cost, Actvly Men hours Cosa AeMy 1 2 3 4 4 0 7 6 9 10 11 12 13 14 15 16 1T 1A I0 20 21 22 23 24 25 20 27 Total staff wows 0 0 0 a 0 0 0 a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 se SO SO SO so s0 S0 s0 s0 SO SO SO SO So S0 30 SO $0 So So t0 SO SO SO SO SO SO 0 0 0 0 o 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 So SO SO S0 s0 s0 S0 so SO S0 S0 SO SO SO SO SO SO s0 s0 So S0 S0 SO S0 S0 SO $0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o o 0 0 0 0 0 0 0 0 t0 So SO SO s0 so SO s0 SO S0 SO --.. SO SO SO SO So S0 s0 so SO SO $0 SO SO S0 SO 10 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a 0 0 0 O 0 0 0 0 So SO SO S0 So s0 S0 so SO S0 SO SO S0 Sul So SO S0 so s0 SO to $0 se to SO SO s0 0 o 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 o a 0 0 0 0 0 0 0 a SO s0 30 SO So s0 SO s0 SO SO i0 3O SO SO SO SO So SO so SO S0 SO 6a SO so SO so 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 o 0 0 0 0 0 6 0 0 So So i0 SO S0 s0 SO s0 SO 10 SO So 30 SO SO S0 so SO so SO SO SO so SO so s0 30 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a s0 so S0 50 So s0 S0 so S0 SO S0 SO S0 SO SO SO SO So s0 s0 S0 SO s0 S0 sa so so 0 0 0 ` 0 0 0 0 a 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 so SO SO So s0 So SO s0 SO SO So SO SO So SO to SO SO so SO SO SO 10 SO s0 S0 so 0 o 0 0 0 a 0 o 0 0 0 0 0 0 0 0 a 0 0 0 0 0 0 0 o 0 0 So SO SO ._ -So SO s0 S0 SO SO SO S0 SO SO t0 s0 SO SO SO s0 SO SO 30 s0 SO s0 SO so ADNn7! MAW 6DIVI01 ADh/At_., 1011•701 ADIMOI i 1Dt1110! !DIVAN 1L111AN ADIVI01 IDMIli IDTVA7! MAMA *We! ASAM ADM0 r IDIw31 r moo ' *DIM r . ADIIIID! tblvlo1 r 6136,011 • ODIUM! • 1DN1d! sow! *DIVA • /INVISI o 0 0 0 0 0 0 0 0 Total Stall Cost S0.00 S0.00 _ , S0.00 S0.00 30.00 _ *too 50.00 50.00 some ! tofuldl Total % of Work by CtasaIRrsllen A1AAA Survey Field Day* for Subcanst/Iar t 3 - Person Grew 0! 4-Penton Crew Survey (3 man crew) 0.00 3•ntan crew days ® i Survey (4 man crew) 0.00 4-men crew ors - _ Skew 1. INS sheet is lo be mad by Prime Cumulate 10 calcoatelhe Grand Tod Fee. 2. Manually ender fee From each seebcansu Berl. Unused te11camutlant rows may he Luckier+ 3. The heels lam w a* activity descriptions shall be The FIGEIFDOT Standard Scope and Staff Hour Es tknatien Hervlbook. /day S0.00 t My $0.00 Check = Check = NEGOTWTED FEE AOJl15TE0 FEE (wecLUOING 2.9 M.tT PLIER) SUBTOTAL ESTIMATED FEE: Subconsdlawh EtN*" Mine Sub 1 'SubconsuNdre: -Sub 2 Su1oanadt 't ',Sub 3 Subcohb[rlteA_ .Sub 4 Subcottsulliset S*A, 3 Stlbcett+stithie:. Suit 0 :SUBTOTAL ESTIMATED FEE: Getied tectif 7eld end Lll[+Fllall :SUBTOTAL ESTIMATED FEE: eckl and Senecas (Allowance) Reirsbursa0les (Allowance) BRAND TOTAL. ESTIMATED FEE: ( 3i)IIt101 $0.00 10_00 10.00 same so.ao so ea S0.00 S0.00 s0.00 vice s0:d0 50.00- 1N.w