Res No 220-11-13534RESOLUTION NO.: 220-11-13534
A Resolution authorizing the City Manager to execute an engineering service
agreement with TY Lin / HJ Ross in the amount of $24,650 for the Mango Terrace
Traffic Calming Study to be charged to People's Transportation Plan Account Number
124 -1730 -541 -6490.
WHEREAS, the Mayor and City Commission wishes to provide It is the City's intent to install traffic
calming devices to the Mango Terrace neighborhood that is bounded by Sunset Drive (to the north), SW 80`"
Street (to the south), SW 67` Avenue (to the east) and SW 691" Avenue (to the west).
WHEREAS, pursuant to an evaluative process, it was determined that TY Lin International / HJ Ross
submitted a proposal in the amount of $24,650.00 that is comprehensive and cost effective in its design
approach. TrafTech Engineering Inc. and EAC Consulting Inc. submitted proposals of $27,500.00 and
$29,905.00 respectively.
WHEREAS, design activities include and are not limited to a Stakeholder kick -off meeting, traffic data
collection, data analysis, conceptual improvement plan, commission presentation, report preparation and
permitting coordination meetings with the County to expedite the implementation of the traffic calming plan.
WHEREAS, The expenditure is to be charged to the People's Transportation Plan Account Number
124 - 1730 - 541 -6490 with an account balance of $707,750.00 before this request was made.
WHEREAS, the Mayor and City Commission desires to authorize the City Manager to execute a
professional service work order for TY Lin International / HJ Ross to conduct traffic studies and implementation
of traffic calming devices for the Mango Terrace neighborhood.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY
OF SOUTH MIAMI, FLORIDA THAT:
Section 1: The City Manager is hereby authorized to execute an engineering service agreement with TY
Lin International / HJ Ross for conducting traffic studies and implementation of traffic calming devices for the
Mango Terrace neighborhood for an amount not to exceed $24,650.00.
Section 2: The expenditure is to be charged to the People's Transportation Plan Account Number 124-
1730 -541 -6490 with a current account balance of $707,750.00 before this request was made.
Section 3: If any section clause, sentence, or phrase of this resolution is for any reason held invalid or
unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining
portions of this resolution.
Section 4. This resolution shall become effective immediately upon adoption by vote of the City Commission
PASSED AND ADOPTED this 6th day of December '2011.
ATTEST:
COMMISSION VOTE:
4 -0
Mayor Stoddard:
Yea
Vice Mayor Newman:
absent
Commissioner Beasley:
Yea
Commissioner Palmer:
Yea
Commissioner Harris:
Yea
iovr�� South Miami
04 dY
F 's CITY OF SOUTH MIAMI 1I1 1a1 P
oawo�.0 . OFFICE OF THE CITY MANAGER
��oaaroP INTER- OFFICE MEMORANDUM 2001
To: The Honorable Mayor and Members of the ity Commission
Via: Hector Mirabile, Ph.D, City Manager
From: Keith A, Ng, CFM, Operations Manag r
Public Works & Engineering and Construction ' ision
Date:
November 14, 2011 Agenda Item No.:
Subject:
Approval of Professional Service Work Order for TY Lin / HJ Ross in accordance with the
attached Professional Service Agreement (PSA) — General Engineering Services dated
March 17th, 2009.
Resolution:
A resolution for the Mayor and City Commission of the City of South Miami.
Florida, authorizing the City Manager to execute an engineering service
agreement for the Mango Terrace Traffic Calming Project.
Request:
Authorizing the City Manager to execute an engineering service agreement with TY Lin / HJ
Ross for the Mango Terrace Traffic Calming Project.
Background:
On July of 2008, a Traffic Study Report was submitted to Miami -Dade County's Public
Works., Departmen# for fhe,approval to install traffic calming devices in the Mango Terrace_,,.,
neighborhood. On December 31, 2008, the County issued an approval letter to install traffic
calming devices with the condition that the City must execute an intergovernmental agency
agreement and 100% concurrence of the residents /property owners immediately adjacent to
the proposed traffic calming devices and two - thirds (2/3) concurrence from the
residents /property owners of the block(s) concurs with the installation of the devices.
The Interlocal Agreement was approved by the Commission on June 2, 2009 and executed
by the City Manager on July 27, 2009. Survey balloting activities were conducted
throughout the month of July 2011. On August 3, 2011, responses were tallied and it was
revealed to the residents that the traffic calming devices approved on 12/31/2008 did not
receive the 2/3 concurrence needed to install the devices. The resident requests for
alternative calming devices were proposed to the County's Public Works Department but
were denied citing that an updated traffic study must be conducted to assess current
conditions before any proposed traffic calming devices could be considered.
At this juncture, the City reached out to numerous design firms to discuss the scope of work
and submission of a fee proposal. Pursuant to an evaluative process, it was determined that
TY Lin International / HJ Ross submitted a proposal that is comprehensive and cost
effective in its design approach.
Reason /Need: It is the City's intent to install traffic calming devices to the Mango Terrace neighborhood.
Design activities include and are not limited to a Stakeholder kick -off meeting, traffic data
collection, data analysis, conceptual improvement plan, commission presentation, report
preparation and permitting coordination meetings with the County to expedite the
implementation of the traffic calming plan.
Cost: $24,650.00
Funding Source: The expenditure is to be charged to the People's Transportation Plan Account Number 124-
1730 -541 -6490 with an account balance of $707,750.00 before this request was made.
Backup Documentation:
❑ Proposed Resolution
❑ Fee Proposals
❑ Resolution 103 -09 -12912
❑ Prof. Service Agreement Gen. Engineering Services —March 17, 2009
)N 9 F R VA"°4FIONAL i HJ ROSS October 17, 2011
CITY OF SOUTH MIAMI
NIEGHRORHOOD TRAFFIC CALMING STUDY
PROPOSAL FOR ENGINEERING SERVICES
PROJECT DESCRIPTION
TYLIN International (TYLI) is pleased to submit this scope of work to the City of South Miami (Client) for
transportation planning and traffic engineering services. The purpose of this study is to assess the
magnitude of cut - through traffic in the neighborhood, which has been identified as a problem
particularly when traffic accesses Ludlam Elementary School. We have developed a scope of services
based on our understanding of your needs for transportation planning and traffic engineering services
within the study area, which is bound by the CSX Railroad Corridor on the west, Ludlam Road (SW 67 "'
Avenue) on the east, Davis Drive (SW 80'h Street) on the south, and Sunset Drive (SW 72 "' Street) on the
north. Our proposed scope of services, schedule, and fee are as follows:
TYLI will provide engineering services including final signed and sealed construction plans and technical
specifications for the above project. This work will be performed in accordance with the Professional
Service Agreement for General Engineering Services (AGREEMENT) dated January 2009 as amended
herewith.
1L SCOPE OF PROFESSIONAL SERVICES
The specific work scope tasks to be performed by CONSULTANT and its sub consultant are:
Task A - Stakeholder Kick -Off Meeting
A stakeholder kick -off meeting will be organized by the City with neighborhood residents. The purpose
of this meeting will be to provide the residents an opportunity to identify the existing traffic issues
within the study area, to provide direction for the study's focus. This meeting will be held in a City
facility and, if necessary, any public notification will be performed by the City of South Miami.
Task B - Data Collection
Traffic data will be collected to measure the existing traffic conditions at key locations within the study
area. The traffic data collection effort will include A.M. and P.M. peak hour turning movement counts
and 24 -hour roadway volume counts. The counts will be collected when schools are in session the
following data may be collected:
24 -Hour Daily Volume
SW 72nd Street west of SW 68th Avenue
SW 68" Court south of SW 72nd Street
SW 68" Avenue north of SW 74th Street
SW 74'" Street east of SW 68th Avenue
SW 75'h Terrace east of SW 68th Avenue
SW 76" Terrace east of SW 68th Avenue
City of South Miami - Public Works Department
Mango Terrace Traffic Calming Study Page 1
Proposal for Engineering Services
IYUNIN ERNARONAL � HJ ROSS
SW 77" Terrace east of SW 68th Avenue
SW 78t' Terrace east of SW 68th Avenue
SW 69`" Avenue north of SW 80th Street
SW 68`h Avenue north of SW 80th Street
SW 801h Street east of SW 68th Avenue
SW 67`h Avenue south of SW 74th Street
A.M. and P M Peak Period Turning Movement Counts (TMC}
SW 67`h Avenue at SW 72 "8 Street
SW 681h Avenue at SW 72nd Street
SW 67`h Avenue at SW 74th Street
SW 67`h Avenue at SW 80th Street
SW 68`h Avenue at SW 80th Street
SW 69`h Avenue at SW 80th Street
October 17, 2011
If additional locations for improvements are identified in the stakeholder kick -off meeting, additional
traffic data collection may be necessary. Any additional traffic data collection will be considered an
additional service and require additional fee. In addition to the above listed traffic data, a field review of
the study area will be conducted to help identify operational issues related to cut - through traffic.
Task C - Data Analysis
Results from the data collection efforts will be summarized and evaluated to determine (1) the existing
traffic conditions including the magnitude of cut - through traffic and such routes and (2) the future
traffic conditions considering the proposed traffic management strategies developed in this study.
Operational analyses, using a methodology consistent with the 2000 Highway Capacity Manual, will be
performed at the six (6) intersections where turning movement count data is collected to assess the
impacts of traffic flow modifications.
Task D - Conceptual Improvement Plan
Based on the outcome of the data collection and analysis, and input from City staff and neighborhood
representatives, a neighborhood traffic management plan will be developed. A graphic will be prepared
to illustrate the conceptual plan.
Task E - Stakeholder Meeting /Commission Presentation
One (1) stakeholder meeting will be conducted with the City staff and neighborhood stakeholders to
present the results of data collection and analysis, and the conceptual improvement plan. This meeting
will be organized by the City. Based on the outcome of this meeting, the conceptual plan may be
refined. At the conclusion of the study, one (1) presentation will be made to the City Commission to
summarize the results and recommendations.
City of South Miami - Public Works Department
Mango Terrace Traffic Calming Study Page 2
Proposal for Engineering Services
TYLININTERWIONAL I HJ ROSS
Task F - Report
October 17, 2011
A report will be prepared summarizing the data collection, data analysis, and proposed conceptual
improvement plan; the report will also include summaries of the meetings conducted during the
development of the neighborhood traffic management plan. The Consultant will update the report and
analysis based on one (1) round of the Client's comments. Ten (10) bound copies and one (1) unbound
set of originals of the final report will be provided.
Task G- Miami -Dade County Public Works Coordination
A maximum of two (2) meetings will be held with City staff and the Miami -Dade County Public Works
Department to present the study methodology, findings, and recommendations. The purpose of these
meetings will be to answer questions from the County staff to expedite the implementation of the
proposed neighborhood traffic management plan.
SUBCONSULTANTS
Crossroads Engineering Data, Inc. 13284 SW 120th Street, Miami, FL 33186, a Sub - Consultant will assist
in this project but limited to task II b, data collection. -
SCHEDULE OF DELIVERABLES
CONSULTANT will submit the following deliverables to the CITY:
SCHEDULE OF DELIVERABLES
Task
No.
Description of Deliverable or Drawing Name
1
Data Collection
2
Ten (10) draft copies of report
3
Ten (10) bound copies and one (1) unbound set of originals of the final report
City of South Miami - Public Works Department
Mango Terrace Traffic Calming Study Page 3
Proposal for Engineering Services
IV. SCHEDULE OF SERVICES
October 17, 2011
CONSULTANT shall perform the Work as depicted In the table below following receipt of a written
Notice -to- Proceed from the CITY. A preliminary schedule of activities is attached as Exhibit "A".
SCHEDULE OF WORK I *)
Task ##
Task Name and /or Activity Description
Duration
work days
Projected
Start Date
Projected
Finish Date
Task A
Stakeholder Kick -Off Meeting
Da
1 Y
NTP + 2 WKS
NTP +2 WKS+ 1 day
TaskB
Data Collection
10 Days
NTP +2 WKS
NTP +4 WKS
TaskC
Data Analysis .
15 Days
NTP +4 WKS
NTP +7WKS
TaskE
Conceptual Improvement Plan
5Days
NTP +7 WKS
NTP +8 WKS
Task F
Stakeholder Meeting /Commission Presentation
1 Day
NTP +8 WKS
NTP +8
WKS+ 1 day
TaskG
Report
10 Days
NTP +10WKS
NTP +13 WKS
Task H
Miami -Dade County Public Works Coordination
2 Days
NTP +15 WKS
NTP + 17
W I<S
V. COMPENSATION
CONSULTANT shall perform the Work detailed in this Proposal for a Lump Sum, Fixed fee of Twenty Four
Thousand Six Hundred and fifty dollars dollars and 00 cents ($24,650.00).
SUMMARY OF COMPENSATION
Task ##
Task Name and /or Activity Description
Fee
Amount
Fee Basis
Task A
Stakeholder Kick -Off Meeting
$960.00
Lump Sum, Fixed
Task B
Data Collection
$960.00
Lump Sum, Fixed
Task D
Data Analysis
$4,170.00
Lump Sum, Fixed
Task E
Conceptual Improvement Plan
$3,600.00
Lump Sum, Fixed
Task F
Stakeholder Meeting /Commission Presentation
$8,880.00
Lump Sum, Fixed
Task G
Report
$960.00
Lump Sum, Fixed
Task H
Miami -Dade County Public Works Coordination
$5,920.00
Lump Sum, Fixed
Fotal = $24,650.00 Lump Sum, Fixed
A ALLOWANCE FOR ADDITIONAL SERVICES
Additional services not specifically described under "Scope of Professional Services" will be performed
upon written approval, and will be billed at the hourly rates shown in Section 4 of the AGREEMENT.
CONSULTANT may use the Allowance for Additional Services requested in writing by and at the
discretion of the CITY.
City of South Miami - Public Works Department
Mango Terrace Traffic Calming Study Page 4
Proposal for Engineering Services
" ' ININTERNATIONAL., HJ ROSS October 17, 2011
VII. SERVICES NOT INCLUDED
The following services are not Included in the Scope of Work for this project:
1. General Engineering services as identified in section 2.1 of the AGREEMENT other than what has
been described above.
2. Phase I services identified in Paragraph 2.2.1 of the AGREEMENT.
3. Phase II services identified in Paragraph 2.2.2 of the AGREEMENT.
4. Additional Professional Services identified in Paragraph 2.3 of the AGREEMENT.
5. Surveying Services
6. Geotechnical Engineering services including subsurface explorations and /or testing.
7. Permitting Services other than those described above or payment of permit fees.
VIII. INFORMATION TO BE PROVIDED BY THE CITY
CITY agrees to provide, if available:
1. Previous area traffic studies.
2. Traffic calming construction plan
3. Traffic Calming Master Plan
IX. PROJECT MANAGER
CONSULTANT'S Project Manager f f t is Work Order assignment will be Francisco J. Alonso, P.E.
Prepared by: 10 -18 -11
Francisco Alonso, PE Date
Approved by:
Mr. Keith A. Ng, CFM Date
Public Works Asst. Director
City of South Miami - Public Works Department
Mango Terrace Traffic Calming Study Page 5
Proposal for Engineering Services
TY I ?NTERi+iMONAL. � HJ ROSS
City of South Miami - Public Works Department
Mango Terrace Traffic Calming Study
Proposal for Engineering Services
O b O
Q � b
O V V
A � �
a
0
V
A
d
x
October 17, 2011
Page 6
O
H
x
�
N
F
O
F
P¢d
_
U
i
C
•V
L
I
P
4
fi
p
O
O
O
Op
pp
Oo
S
p
O
Op
�O
.y
OP
oO
0
C
p
9
p
N
N
I
I!
9
k
A
o � o
1 a a
S
GE
�
y }
N U N p
N E
G Y M« O Y 6 ry
City of South Miami - Public Works Department
Mango Terrace Traffic Calming Study
Proposal for Engineering Services
O b O
Q � b
O V V
A � �
a
0
V
A
d
x
October 17, 2011
Page 6
Traf Tee
ENGINEERING, INC.
November 2, 2011
Mr. Keith Ng
Public Works Department
City of South Miami
4795 S.W. 75'h Avenue
Miami, Florida 33155
Re: Traffic Calming Improvement Plan — City of South Miami
Dear Keith:
'Thank you for requesting a proposal from Traf Tech Engineering, Inc. The proposal is
for professional traffic engineering consulting services to review and update the
previously - completed Traffic Calming Improvement Plan prepared by Kimley -Horn and
Associates, Inc. for the City of South Miami. Our proposed scope of services, schedule,
and fees follows:
SCOPE OF SERVICES
Task 1— Review Previous Study
Traf Tech Engineering, Inc. will review the previous Traffic Calming Improvement plan
prepared by Kimley -Horn and Associates, Inc. for the area bounded by Sunset Drive on
the north, SW 801h Street on the south, Ludlam Road on the east and SW 69`h Court on
the west. We will review the traffic data collection, alternatives selected, and proposed
recommendations. It is anticipated that one (I) meeting will be held with the City of
South Miami.
Task 2 — Update Traffic Calming Plan Using Previous Traffic Counts
Traf Tech Engineering, Inc. will update the potential traffic calming recommendations
for the study area. The new recommended improvements will be based on the
previously- conducted traffic counts (volume counts and speed data). We will prepare a
Technical Report documenting the results of the new updated plan for the study area. It
is anticipated that up to four (4) meetings will be held as part of this task. These
ieetings will be with the City of South Miami, the project team, and /or affected
neighborhoods.
Task 3 — Update Traffic Calming Plan Including Limited Data Collection
Traf Tech Engineering, Inc. will update the potential traffic calming recommendations
for the study area. The new recommended improvements will be based on the
previously- conducted traffic counts (volume counts and speed data) and will be
supplemented with limited data collection in order to validate the previous traffic counts
recorded within the study area. We will prepare a Technical Report documenting the
results of the new updated plan for the study area. It is anticipated that up to four (4)
8400 North University Drive, Suite 309, Tamarac, Florida 33322
Tel: (954) 582 -0988 Fax: (954) 582 -0989 E- mail: joaquiri traftech.b1z
meetings will be held as part of this task. These meetings will be with the City of South
Miami, the project team, and /or affected neighborhoods.
Task 4 — Additional Services
As requested and authorized by the client, we will conduct additional services, including
meetings and additional traffic analyses requested by the City of South Miami and /or the
project team not covered under Tasks 1 through 4. If a completely new Traffic Calming
Improvement Plan (including new traffic counts) is to be conducted, a separate scope and
fee estimate will be provided for this purpose.
Schedule
We will provide our services as expeditiously as possible to meet the schedule developed
by you and mutually agreed upon for the various elements of the project. It is understood
that Traf Tech Engineering, Inc. is not responsible for delays beyond our control.
FEES AND BILLINGS
Fees and Billings
Based on the outlined scope of services we have projected the following fees associated
with the project.
Tasks 1 - Review Previous Traffic Calming Plan $1,500.00 (Lump Sum)
Task 2 — Updated Plan Using Previous Counts $10,500.00 (Lump Sum)
Task 3 — Updated Plan Including Limited Traffic Counts $1.5,500.00 (Lump Sum)
Task — Additional Services (if authorized) hourly (if authorized)
Pees are payable with billing monthly, based on percent complete for services performed
on a lump -sum basis or hours billed for services performed for hourly -rate tasks.
if you concur with the scope of services and fees presented in this proposal, please
execute this agreement by signing below. We will begin services as soon as we receive
an executed agreement. Please call me if you have any questions.
Si�cerely,
T F TECH EN
J n Vargas, P
or Transportatio.
)
INC. Accepted
S
Title:
Date:
4 ,
November 4, 2011
Keith Ng
City of South Miami
6130 Sunset Drive
South Miami, FL 33143
Re, South Miami — Mango Terrace Traffic Study - Fee Proposal
Dear Mr. Ng:
EAC Consulting, Inc. is pleased to submit this fee proposal to The City of South Miami
for traffic data collection activities and subsequent study /report for the Mango Terrace
area.
Scope of Services:
EAC will provide the following tasks and the preparation of a Traffic Study for the
proposed Study Area. The tasks shall include a field review, traffic data collection and
data analysis. Although the study area has twenty -three (23) intersections and fourteen
(14) internal roadway links, the traffic data collection and analysis will include 24 -Hour
Automatic Traffic Recorder (ATR's) counts at five (5) links and Turning Movements
Counts (TMC's) at twelve (12) intersections during the AM and PM peak hour as
described in the Data Collection section. Moreover, an existing condition Level of
Service (LOS) analysis will be determined for the roadway links and intersections
described in the Data Collection section.
In addition, an evaluation of the Miami -Dade County Traffic Flaw Modification /Street
Closure — Stage 2 Procedure will be performed. This procedure will include only the
portion identified as Pre - Implementation utilizing the principle traffic criterion of
Excessive Traffic Volumes (i.e. Average Daily Traffic) and Cut - Through Traffic or Traffic
Intrusion. Please note that other criteria such as Speeding, License Plate Survey
(Origin- Destination Data), Pedestrian Volume or Traffic Accidents will not be included in
this analysis and will be negotiated separately should the need arise.
Based on the results obtained from above, appropriate traffic calming measures (i.e.
traffic management strategies) will be evaluated for three benefits, treatments,
applicability and location. Recommendations of Traffic Improvement measures will be
made if appropriate for the location(s) identified within the study area. Furthermore,
RGA wilt evaluate any traffic diversion or traffic redistribution data and analysis as a
result of our recommendations (i.e. proposed condition).
Pease note any temporary implementation of Traffic measures will require the approval
of the Miami -Dade County Public Works Department. Lastly, a post - implementation
analysis may be required after the temporary Traffic measures are implemented. Such a
Study will be negotiated separately should the need arise.
815 NW 57 Avenue, Suite 402 1 Miami, FL 33126 1 Phone: 305 -264 -2557 1 Fax: 305- 264.8363 1 www.eacoonsultcom 0 CA # 7011
Data Collection
EAC will collect 24 -Hour Automatic Traffic Recorder (ATR) at the following links:
SW 69th Court — between SW 72nd Street and SW 75th Terrace
SW 68th Court — between SW 72nd Street and SW 75th Terrace
SW 68th Avenue -- between SW 72nd Street and SW 75th Terrace
SW 68th Avenue — between SW 74th Street and SW 75th Terrace
SW 74th Street — between SW 68th Avenue and SW 67th Avenue
EAC will collect Turning Movement Counts (TMC's) during the AM (7:00- 9:OOAM) and
PM (4:00- 6:OOPM) peak hour at the intersections as follows:
SW 72nd Street & SW 69th Court
SW 72nd Street & SW 68th Court
SW 72nd Street & SW 68th Avenue
SW 67th Avenue & SW 72nd Street
SW 67th Avenue & SW 74th Street
SW 67th Avenue & SW 75th Terrace
SW 67th Avenue & SW 76th Terrace
SW 67th Avenue & SW 77th Terrace
SW 67th Avenue & SW 78th Terrace
SW 67th Avenue & SW 80th Street
SW 68th Avenue & SW 80th Street
SW 69th Avenue & SW 80th Street
The above data collection will be performed during school session but not during the
school's PM peak hour. Additionally, the existing geometric roadway data and field
conditions including but not limited to signal timing will be taken during the data
collection phase.
Deliverables / Meetings:
EAC will deliver to the client ten (10) bond and one (1) unbound originally Signed and
Seated Traffic Studies. In addition, this scope of service includes a Kick -Off Meeting
with the neighborhood residents and one (1) Meeting with City Commission to
summarize the results and recommendations. Please note a Conceptual Improvement
Plan may be developed by the Civil Engineer consistent with the recommendations
provided in the Traffic Study and will be reviewed as a part of this contract. However,
the design of such a Plan is not part of this scope of service. Lastly, we will coordinate
with Miami -Dade County and will address one round of comments that are within the
scope of services provided herewith. Comments provided by Miami-,Dade County
beyond the scope will be negotiated separately.
EAC Consulting, Inc. shall provide professional Civil Engineering services in
accordance with the Professional Services Agreement for General Engineering Services.
Our lump sum fee proposal for this scope of services is as follows:
Taste
Fee
Traffic Data Ccllection
$18,720
Traffic Plannin , En ineerin & Re ort
$10,585
Reimbursables
$600
Total Lump Sum Fee
$29,905
815 NW 57 Avenue, Suite 402 1Miami, FL33126 BPhone:305. 264.2557 Wax: 305 -264 -8363 twwweacconsultxarn @CA# 7011
The following information will be required for us to commence the work.
1. Signed approval of this proposal or written authorization to proceed with services,
This proposal is based on our understanding of the requirements for engineering
services as itemized under the anticipated tasks listed above. Accordingly, we reserve
the right to modify this proposal due to any changes in scope,
If the above fee proposal and the terms above are acceptable to you, please provide us
with a work authorization so we may begin work.
Sincerely,
EAC Consulting, Inc
See gcry Mend , P.E
nior Projecf Manager
cc: File
Mike Adeife, P. E. — EAC Consulting, Inc.
City of South Miami Authorization
815 NW 57 Avenue, Suite 402 ! Miami, FL 33126 !Phone: 305- 264 -2557 e Fax: 305- 264 -8363 1wvvw.eacconsult.com ICA# 7011
M
,
November 4, 2011
Keith Ng
City of South Miami
6130 Sunset Drive
South Miami, FL 33143
Re: South Miami — Mango Terrace Traffic Study - Fee Proposal
Dear Mr. Ng:
EAC Consulting, Inc. is pleased to submit this fee proposal to The City of South Miami
for traffic date collection activities and subsequent study /report for the Mango Terrace
area.
Scone of Services:
EAC will provide the following tasks and the preparation of a Traffic Study for the
proposed Study Area. The tasks shall include a field review, traffic data collection and
data analysis. Although the study area has twenty -three (23) intersections and fourteen
(14) internal roadway links, the traffic data collection and analysis will include 24 -Hour
Automatic Traffic Recorder (ATR's) counts at five (5) links and Turning Movements
Counts (TMC's) at twelve (12) intersections during the AM and PM peak hour as
described in the Data Collection section. Moreover, an existing condition Level of
Service (LOS) analysis will be determined for the roadway links and intersections
described in the Data Collection section.
In addition, an evaluation of the Miami -Dade County Traffic Flow Modification/Street
Closure — Stage 2 Procedure will be performed. This procedure will include only the
portion identified as Pre - implementation utilizing the principle traffic criterion of
Excessive Traffic Volumes (i.e. Average Daily Traffic) and Cut - Through Traffic or Traffic.
Intrusion. Please note that other criteria such as Speeding, License Plate Survey
(Origin - Destination Data), Pedestrian Volume or Traffic Accidents will not be included in
this analysis and will be negotiated separately should the need arise.
Based on the results obtained from above, appropriate traffic calming measures (i.e.
traffic management strategies) will be evaluated for three benefits, treatments,
applicability and location. Recommendations of Traffic Improvement measures will be
made if appropriate for the locations) identified within the study area. Furthermore,
RGA will evaluate any traffic diversion or traffic redistribution data and analysis as a
result of our recommendations (i.e. proposed condition).
Pease note any temporary implementation of Traffic measures will require the approval
of the Miami -Dade. County Public Works Department. Lastly, a post - implementation
analysis may be required after the temporary Traffic measures are implemented. Such a
Study will be negotiated separately should the need arise.
815 NW 57 Avenue, Suite 402 1 Miami, FL 33126 1 Phone: 305- 264 -2557 1 Fax: 305- 264 -8363 1 www.eacconsult.com 9 CA # 7011
Data Collection
EAC will collect 24 -Hour Automatic Traffic Recorder (ATR) at the following links:
SW 69th Court -- between SW 72nd Street and SW 75th Terrace
SW 68th Court — between SW 72nd Street and SW 75th Terrace
SW 68th Avenue — between SW 72nd Street and SW 75th Terrace
SW 68th Avenue — between SW 74th Street and SW 75th Terrace
SW 74th Street — between SW 68th Avenue and SW 67th Avenue
EAC will collect Turning Movement Counts (TMC's) during
PM (4:00- 6:OOPM) peak hour at the intersections as follows:
SW 72nd Street & SW 69th Court
SW 72nd Street & SW 68th Court
SW 72nd Street & SW 68th Avenue
SW 67th Avenue & SW 72nd Street
SW 67th Avenue & SW 74th Street
SW 67th Avenue & SW 75th Terrace
SW 67th Avenue & SW 76th Terrace
SW 67th Avenue & SW 77th Terrace
SW 67th Avenue & SW 78th Terrace
SW 67th Avenue & SW 80th Street
SW 68th Avenue & SW 80th Street
SW 69th Avenue & SW 80th Street
The above data collectio n
school's PM peak hour,
conditions including but
collection phase.
Deliverables t Meetings:
the AM (7:00- 9:OOAM) and
will be performed during school session but not during the
Additionally, the existing geometric roadway data and field
not limited to signal timing will be taken . during the data
EAC will deliver to the client ten (10) bond and one (1) unbound originally Signed and
Sealed Traffic Studies. In addition, this scope of service includes a Kick -Off Meeting
with the neighborhood residents and one (1) Meeting with City Commission to
summarize the results and recommendations. Please note a Conceptual Improvement
Plan may be developed by the Civil Engineer consistent with the recommendations
provided in the Traffic Study and will be reviewed as a part of this contract. However,
the design of such a Plan is not part of this scope of service. Lastly, we will coordinate
with Miami -Dade County and will address one round of comments that are within the
scope of services provided herewith. Comments provided by Miami -Dade County
beyond the scope will be negotiated separately.
EAC Consulting, Inc. shall provide professional Civil Engineering services in
accordance with the Professional Services Agreement for General Engineering Services.
Our lump sum fee proposal for this scope of services is as follows:
Task
Fee
Traffic Data Collection
$18,720
Traffic Planning, Engineering & Report
$10,585
Reimbursables
$600
Total Lump Sum l=ee
$29,905
815 NW 57 Avenue, Suite 402 [Miami, FL 33126 &Phone: 305 -264 -2557 Wax: 305- 264 -8363 twNm%eacconsult.com @CA #7011
The following information will be required for us to commence the work.
1. Signed approval of this proposal or written authorization to proceed with services.
This proposal is based on our understanding of the requirements for. engineering
services as itemized under the anticipated tasks listed above. Accordingly, we reserve
the right to modify this proposal due to any changes in scope.
If the above fee proposal and the terms above are acceptable to you, please provide us
with a work authorization so we may begin work.
Sincerely,
EAC Consulting, Inc
r egc)ry E
roject Manager City of South Miami Authorization
cc: File
Mike Adeife, P.E. — EAC Consulting, Inc.
815 NW 57 Avenue, Suite 402 Nami, FL 33126 I Phone:305-264-2557 I Fax: 305- 264.8363 Wweacconsult.00m ICA# 7011
RESOLUTION NO.; 103-09-12912
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF SOUTH
MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE AN
INTERGOVERNMENTAL AGENCY AGREEMENT WITH MIAMI -DADE
COUNTY TO PERFORM TRAFFIC ENGINEERING FUNCTIONS FOR THE
CITY OF SOUTH MIAMI CITYWIDE SPEED LIMIT SIGNS AND SPECIFIC
TRAFFIC CALMING IMPROVEMENTS WITHIN MANGO TERRACE
NEIGHBORHOOD, BOUNDED BY SW 89TH AVENUE ON THE WEST, S.W.
67TH AVENUE (LUDLAM ROAD) ON THE EAST, S.W. 80TH STREET
(DAVIS ROAD) ON THE SOUTH, AND S.W 72ND STREET (SUNSET
DRIVE) ON THE NORTH; PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, traffic improvements to attain pedestrian friendly environment are vital to the fives of all
residents ofthe City of South Miami; and
WHEREAS, the City of South Miami Commission wishes to begin implementing the City's adopted
Traffic Management Plan for the City of South Miami Mango Terrace neighborhood, bounded by S: W. 69th avenue
on the west, S.W. 67th avenue (Ludlam road) on the east, S.W. 80th street (Davis road) on the south, and S.W.
72nd street (Sunset Drive) on the north; and
WHEREAS, the City of South Miami has been presented with an Intergovernmental Agency Agreement
with Miami -Dade County to Perform Traffic Engineering Functions for the City of South Miami Mango Terrace
neighborhood, bounded by S.W. 69th avenue on the west, S.W. 67th avenue (Ludlam road) on the east, S.W. 80th
street (Davis road) on the south, and S.W. 72nd street (Sunset Drive) on the north; and
WHEREAS, the agreement identifies speed limit reduction signs citywide and lists traffic calming devices
at certain locations specifically approved by Miami -Dade County for the City to install and maintain.
NOW, THI=F'ORE, BE IT RESOI.VEDIORDAINED BY THE MAYOR AND CITY OF SOUTH
NffANH COMIMSSION THAT:
Section 1. The City Commission of the City of South Miami authorizes the City Manager to execute
an Intergovernmental Agency Agreement with Miami -Dade County to Perform Traffic
Engineering Functions for the City of South Miami Mango Terrace neighborhood,
bounded by S.W. 69th Ave. on the west, S.W. 67th Ave. (Ludlam road) on the east, S.W.
80th St. (Davis Road) on the south, and S.W. 72nd St. (Sunset Drive) on the north.
Section 2. The City Commission of the City of South Miami authorizes the City Manager to execute
an hitergovemmental Agency Agreement with Miami -Dado County to Perform Traffic
Engineering Functions for the Installation of 25 MPH speed signs citywide.
Seetion 3. The attached exhibit is incorporated by reference into this resolution.
PASSED AND ADOPTED this 2nd day of ,Tune , 2009.
READ A OVER O FORM:
CIT ORNEY
APPROVED:
"& c, J 3
OR
Commission Vote:
4 -0
Mayor: Horace G. Feliu
. Yea
Vice Mayor: Brian D. Beasley
Yea .
Commissioner: Velma Palmer
Yea
Commissioner: Valerie Newman
Yea
INTERGOVERMENTAL AGENCY AGREEMENT
TO PERFORM TRAFFIC ENGINEERING FUNCTIONS
THIS INTERGOVERNMENTAL AGENCY AGREEMENT TO PERFORM WFFIC
ENGINEERING FUNCTIONS (AGREEMENT), made and entered into this day of
2009, by and between the City of South Miami, FLORIDA, a municipal
cor oratf of the STATE OF FLORIDA, hereinafter referred to as the CITY and MIAMI -DARE
COUNTY (COUNTY), a political subdivision of the STATE OF FLORIDA, MIAMI -DADE County,
WITNESSETH
WHEREAS, pursuant to Section 2 -96.1 of the Miami -Dade County Code, all traffic
control and traffic engineering services in Miami -Dade County are under the exclusive
jurisdiction of the COUNTY; and
WHEREAS the CITY desires to assume the installation and maintenance
responsibilities of certain traffic engineering functions pertaining to it's local municipal streets
only; and
WHEREAS, the COUNTY has determined that the CITY is both equipped and able to
perform the traffic engineering functions as herein specified on its local streets; and
WHEREAS the CITY has, by proper resolution attached hereto and by reference made a
part hereof, authorized its officer to enter into this AGREEMENT.
NOW THEREFORE, the CITY and the COUNTY agree as follows:
1. The recitals set forth above are incorporated herein by reference.
2. The CITY will only install and maintain the following designated types of traffic control
devices and only on those local municipal streets operated and maintained by the CITY within
its boundaries:
List of Devices
25 mph Speed Limit Signs Citywide as shown in Exhibit "A" map as well as:
o SW 67h Avenue at SW 74th Street, SW 75 Terrace, SW 760' Terrace, SW 771h
Terrace and SW 781h Terrace
o SW 61P Avenue at SW 75"' 'Terrace
• SW 801h Street at SW 69h Avenue, SW 68th Avenue, and SW 67th Court
• SW 690h Avenue and SW 751h Terrace
• SW 72 Street at SW 68" Avenue and SW 68`h Court
Per approved City of South Miami Mango Terrace neighborhood traffic management
plan as shown in Figure No. 5..
2. Traffic circles at SW 68th Avenue at the intersections of SW 75th Terrace and SW 78th
Terrace (see Fig. No. 5)
3. Curb Extensions at the following intersections (see Fig. No. 5):
• SW 6801 Avenue and SW 77th Terrace
• SW 68th Court and SW 74th Street
• SW 69'h Avenue and SW 75th Terrace
o SW 69th Avenue and SW 77th Terrace
4. Textured Intersection at (see Fig. No. 5):
o SW 68th Avenue and SW 76th Terrace
o SW 69'h Avenue and SW 77th Terrace
5. Gateway Entry features at the following intersections (See Fig. No. 5):
• SW 72 Street at SW 68th Avenue and SW 68h Court
• SW 8001 Street at SW 690' Avenue and SW 68th Avenue
• SW 67t4 Avenue at SW 74th Street, SW 75 Terrace, SW 76 "' Terrace, SW 77"
Terrace and SW 781h Terrace
6. Forced Turn Island at the intersection of SW 67th Avenue and SW 74th Street (see Fig.
No. 5)
Traffic calming devices may be installed, on local municipal streets only after an
appropriate traffic engineering study has been performed and sealed and signed plans have
been submitted to the Public Works Department of the COUNTY for its review and approval.
3. The CITY shall attach a decal to the back of the sign panels indicating ownership and
date of installation.
4. The CITY assumes sole and complete responsibility for the maintenance of all such
traffic signs and traffic calming devices identified herein that are installed by the CITY within its
boundaries.
5. The CITY assumes sole and complete liability for any accidents and/or injuries which
may or are alleged to occur or arise out of the installation, operation or maintenance of said
traffic control devices, and hereby indemnifies and saves harmless the COUNTY from any and
all claims of negligence as a result of the installation, operation or maintenance of said sighs
and traffic calming devices.
6. All traffic control devices installed by the CITY in accordance with this AGREEMENT
shall conform to the applicable requirements established by the following publications:
Florida Department of Transportation Standard Specifications for Road and
Bridge Construction.
Manual on Uniform Traffic Control Devices for Streets and Highways, U.S.
Department of Transportation Federal Highway Administration (ANSI D6,le-
1989) including latest revisions.
Standard Highway Signs, U.S. Department of Transportation, Federal Highway
Administration.
Miami -Dade County Public Works Manual (available from the Public Works
Department, Reproduction Services, 111 NW 1 Street, Suite 1604, Miami, Ft_
33128)
7. For installation of traffic control devices, the CITY shall hire a COUNTY licensed
contractor or perform the work in -house by the CITY Public Works crew.
S. Should the CITY install street name signs at the same locations where a stop -top
street name exists, then the CITY shall utilize the other corners of the intersection.
Subsequently, the CITY shall remove the COUNTY'S stop -top street name signs by an
approved sign contractor. All signs and hardware removed shall be dismantled and returned to
the Traffic Signals and Signs Division of the COUNTY'S Public Works Department.
9, The CITY shall be responsible for keeping records of any and all installations and
repairs, and furnishing pertinent documents as and when said records may be requested.
90. Failure to carry out any of the duties and responsibilities assumed herein by the
CITY may result in termination of this AGREEMENT, at the sole discretion of the COUNTY.
IN WITNESS WHEREOF, the CITY and the COUNTY have set their hands the day and year
above written.
Attest: MI.
CLERK By
Approved as to form anc legal sufficiency:
s' tant County Attorney
Attest:
C,ty Clerk
Approved nd Jegat sufficiency:
y Attorney
CITY OF SOUTH MIAMI
By: ClT'1,3tx.lec`
City Mana r�
i,
PROFESSIONAL SERVICE AGREEMENT
General Engineering Services
THIS AGREEMENT made and entered into this leday of�, 2009 by and between the CITY
OF SOUTH MIAMI, a political subdivision of the State of Florida, referred to as the "CITY" and T.X. LIN
INTERNATIONAL I H.J. ROSS, authorized to do business in the State of Florida, referred to as the
" CONSULTANT".
In consideration of the premises and the mutual covenants contained in this agreement, the CITY
agrees to employ the CONSULTANT for a period ending on December 31, 2011, and the CONSULTANT
agrees to perform all professional services in connection with the WORK, as described herein, on a
continuing basis in connection with projects where the basic construction costs does not exceed
$1,000,000.00 or studies which do not exceed $50,000.00, herein after called the "SERVICES ".
SECTION 1- GENERAL PROVISIONS:
1.1 The CONSULTANT may be issued a Notice to Proceed to encompass the entire Basic Set-vices, as
defined in paragraph 2.2 for a project, for a, portion of the Basic Services, or for discrete tasks as
specified in paragraphs 2.3 Additional Professional Set-vices, for the purpose of reviewing work
performed by other professional consultants or for other miscellaneous engineering services that may
be required,
1.2 A Notice to Proceed will be issued on an as needed basis at the sole discretion of the CITY. The
CITY reserves, at all times, the right to perform any and all engineering work in -house or with
other engineers. This Agreement does not confer on the CONSULTANT any exclusive rights to
CITY WORK, nor does it obligate the CITY in any manner to guarantee WORK for the
CONSULTANT. The CONSULTANT may submit proposals for any professional services for
which proposals may be publicly solicited by the CITY outside of this agreement.
1.3 The CITY will confer with the CONSULTANT" before any Notice to Proceed is issued to discuss the
scope of the WORK; the time needed to complete the WORK and the fee for the services to be
rendered in connection with the WORK.
1.4 The CONSULTANT will submit a proposal upon the CITY'S request prior to the issuance of a Notice
to Proceed. No payment will be made for the CONSULTANT'S time and services in connection with
the preparation of any proposal.
1.5 The CITY agrees that it will famish to the CONSULTANT plans and other data available in the
CITY files pertaining to the WORK, to be performed under this agreement promptly after each Notice
to Proceed.
1.6 'Me CONSULTANT agrees to produce and distribute minutes, promptly after each meeting at which
their presence is required.
.7 Ttze CITY agrees to designate a representative who, on behalf of the City Manager s__a11 examine the
documents submitted by the CONSULTANT and shall render decisions promptly, to avoid
unreasonable delay in the progress of the CONSULTANT'S services. The CONSULTANT shall
keep the CITY'S representative advised on the project status at all times.
1.8 The CITY agrees to issue all directives and approval in writing.
SECTION 2 - PROFESSIONAL SERVICES
2.1 General Engineering Services
The professional services to be provided by the consultant are as follows:
A. Roadway Engineering to include streets, sidewalk, curb, gutter, drainage, associated traffic
control devices, stripping, lighting, irrigation, speed reduction devices and incidental
landscaping.
B. Drainage Design includes the necessary analysis needed to implement proposed drainage
improvements, preparation of paving and drainage plan for municipal building and facilities..
C. Civil Engineering, to include Distribution Systems Improvement / Analysis and design and
Sanitary Sewer System Evaluation and design.
D. Environmental Engineering, to including, site investigation and design needed to prepare
remadiation plans to mitigate underground storage tanks, hazardous waste materials and
asbestos materials.
E. Traffic engineering Services will include daily volume counts, data analysis, preparation of
conceptual improvements plan, present reports and recommendations to stakeholders and
preparation of final traffic engineering report.
F, Other incidental services associated to the above items.
2,213a sle Services
The Basic Services, for design and construction, consist of six (6) phases described in Paragraph 2.2.1 through
2.2.6. The scope outlined below is applicable in its entirety to projects for which completed Basic Services
are authorized.
Upon authorization to proceed from the CITY, the CONSULTANT agrees to provide complete professional
engineering services for any portion or all of the six Phases outlined below. The CONSULTANT agrees to
co- ordinate his effort with that of any other engineering, landscape architectural or architectural
CONSULTANTS to assure a coordinated and complete WORK.. The lead CONSULTANT as designated by
Professional services Agreement
Ggncrai Hngineering services
Docember2008
Page 2 of 17
the CITY shall prepare the final bid package including bid documents and specifications, which shall be
prepared by, and be the responsibility of the respective disciplines.
2.2.1 Phase I- Preliminary and Scheiatic Design:
A. The CONSULTANT shall confer with representatives of the CITY and the using agency to
determine the full scope of the Project that will meet the program requirements, and shall
advise the CITY if, in the CONSULTANT'S opinion, the allocated funds are adequate to
accomplish the program requirements.
B. The CONSULTANT shall use proper and adequate design control to assure the CITY that the
program requirements will be met.
C, The CONSULTANT shall prepare a Design Concept and Schematic Report, comprising of
the Project Timetable (Master Schedule), Planning Summary (unless advised otherwise),
Schematic Design Studies (unless advised otherwise) as defined below, and the Statement of
Probable Construction Cost.
D. The Proposed Project Timetable shalt consist of schedule showing the proposed completion
date on each Phase of the Project through design, bidding, construction, and proposed date of
completion.
E. The Planting Summary (unless advised otherwise) shall consist of a vicinity plan and blow-
up of the Site (if applicable) showing Project orientation, and a brief summary of all pertinent
planning criteria used for the Project.
F. The Schematic Design Studies (unless advised otherwise) shall consist of all plans, elevations,
sections, etc. as required to show the scale and relationship of the parts and the design concept
of the whole. A simple perspective sketch, rendering, model or photograph thereof may be
provided to further show the design concept.
G. The CONSULTANT shall present the Schematic design studies to the appropriate Boards for
their approval when the project requires such approval. The Consultant shall make copies
necessary for presentation to the Board at no additional cost to City.
H. TIte CONSULTANT shall present the schematic design studies to all the appropriate utility
companies (such as FPL, Southern Bell, Dynamic Cable, MDWASA, etc.) for any conflict
with their utilities.
I. The Statement of Probable Construction Cost shall include estimated cost of the Project
including fixed equipment, professional fees, contingencies (if any), escalation factors
adjusted to the estimated bid date, movable estimate (if any), and utility service extensions (if
Professional Services Agresmera
General Engineering services
Deeember 2008
Page 3 of 17
applicable). The CONSULTANT'S opinions of probable Total Project Costs and
Construction Cost are to be made on the basis of CONSULTANT'S experience and
qualifications and represent CONSULTANTS best judgement as an experienced and
qualified professionn"engiileer, familiar with the local construction industry and prices.
J. The CONSULTANT shall submit and present two (2) copies of all documents required under
this Phase, without additional charge, for approval by the CITY and he shall not proceed with
the next Phase until directed by the CITY.
2.2.2 Phase IL —Study and Desiptt Development:
A. From the approved Schematic Design documents, the CONSULTANT shall prepare Design
Development Documents, comprising the drawings, outline specifications and other
documents to fix and describe the size and character of the entire Project as to construction
and finish materials and other items incidental thereto as may be appropriate and applicable.
B. The Design Development Documents shall comprise the Proposed Project Timetable
(updated), Outline Specifications, Updated Statement of Probable Construction Cost, and
Design Development Drawings, etc., as required to clearly delineate the Project. If the
Updated Statement of Probable Construction Cost exceeds the allocated funds, feasible cost
or scope reduction options shall be included.
C. The CONSULTANT shall submit and present two (2) sets of all documents required under
this Phase, without additional charge, for approval by the CITY and not proceed with the next
Phase until directed by the CITY.
D. The CONSULTANT shall at all times monitor the Probable Construction Costs to make
certain they remain within the total allocated budget. A Notice to Proceed to Phase III will
not be issued if the latest statement of Probable Constriction Cost exceeds the total allocated
femds.
2.2.3 Phase III — Final Design / Construction Documents Development:
A. From the approved Design Development Documents, the CONSULTANT shall prepare Final
Construction Documents setting forth in detail the requirements for the construction of the
Project including the Proposal (Bid) Form and other necessary information for bidders,
Conditions of the Contract, and Complete Drawings and Specifications. CONSULTANT
shall use Construction Specifications Institute (CSI) Standards and the City of South Miami
Standard forms for the preparation of the proposal (bid) forms, Instructions to Bidders,
conditions of Contract and Specifications. The CONSULTANT shall review all existing City
Specifications, for completeness prior to use and shall supply all needed additional
specifications.
B. The Construction Documents shall be prepared in a manner that will assure clarity of
Iinework, notes, and dimensions, when the documents are reduced to 500/ri of their size. All
• Professional Services Agreement
General Engineering Stmiees
December 2008
Page A or 17
drawings shall be on 24" x 36" paper ( "D" size), on file City's standard sheet format, unless .
approved otherwise.
C. All, construction documents shall be submitted in both "hard copy" and otectionic media in a
mutually agreed upon electronic format, but generally as follows:
I. Non - drawing submittals in Microsoft Office format.
2. .Drawings in AutoCAD format.
1 GIS files should be in AreView format Version 3.2.
D. When the development of the drawings has progressed to at least 50% completion in Phase
111, the CONSULTANT shall submit two (2) copies to the CITY for approval, without
additional charge, along with updated outline specifications. The CONSULTANT shall also
submit at this time an updated Statement of Probable Construction cost as indicated by time
factor, changes in requirements, or general market conditions and an updated Project
Schedule.
E. The CONSULTANT shall not proceed with the fitrther development until approval of the
50% ocuments is received from the CITY. The CONSULTANT shall make all changes to
documents. The 50% complete Check set shall be returned to the CITY.
F. A Notice to Proceed for the completion of Phase III will not be issued if the latest Statement
of Probable Construction Cost exceeds the total allocated funds, unless the CITY increases
Ole total allocated, funds or the CONSULTANT and the CITY agrees on methods of cost
reductions sufficient to enable construction within the funds available.
G. Upon 100% completion of the Construction Documents, the CONSULTANT shall submit to
the CITY a final, updated Statement of Probable Construction Cost along with two (2) copies
each of Check Set of drawings, specifications, reports, programs, etc., without additional
charge, for a final review and comments or approvals,
H. The CONSULTANT shall make all the necessary presentations to the appropriate CITY
Boards (such as Environmental Review Board, Historical Preservation Board etc.) for the
Filial approval.
The CONSULTANT at no extra cost to the CITY shall make all required changes or additions
and resolve all questions resulting fiom paragraph 1-1 if the changes or additions do not alter
the scope of the project as determined under paragraph 2.2.1 A. The 100 ° /a complete Check
set shall be returned to the CITY. Upon final approval by the CITY the CONSULTANT shall
furnish to the CITY a minimum of 30 sets of drawings and specifications, for bidding
purposes, unless instructed otherwise.
J. The CONSULTANT shall arrange for "dry runs" and /or make final submissions to
appropriate authorities (regulatory agencies to include and not limited to City, County, State
or Federal) as necessary, to ascertain that the construction documents meet the necessary
Professional Services Agreement
C,enerat Bngiaeerimig Services
necember2008
Page 5 of 17
requirements to obtain all the necessary permits for construction. CONSULTANT shall
respond to all technical questions from regulatory agencies. CONSULTANT shall modify, at
no additional cost to CITY, in order to acquire the necessary permits.
2.2.4 Phase IV - Bidding and Negotiation Phase:
A. Upon obtaining all necessary approvals of the Construction Documents, and approval by the
CITY of the latest Statement of Probable Construction Cost, (lie CONSULTANT shall furnish
the drawings and specifications as indicated above for bidding, and assist the CITY in
obtaining bids and awarding and preparing construction contracts. The CONSULTANT shall
attend all pre -bid conferences. The CONSULTANT shall be present during the bid opening
and as part of his assistance to the CPfY will tally, evaluate and issue a recommendation to
the CITY after verifying bond, insurance documents, questionnaire and reference submitted
by the constructor.
B. The CONSULTANT shall issue Addenda through the CITY as appropriate to clarify, correct
or change Bid Documents.
C. If Pre - Qualification of bidders is required as set forth in the Request for Qualification,
CONSULTANT sball assist City in developing qualification criteria, review qualifications of
prospective bidders and recommend acceptance or rejection of the prospective bidders.
D. If the lowest responsible Base Bid received exceeds the Total Allocated Funds the CITY may:
1. approve the increase in Project Cost and award a construction contract or,
2, reject all bids and rebid the Project within a reasonable time with no change in the
Project, or
3. direct the CONSULTANT to revise the Project scope or quality, or both, as approved
by the CITY and rebid the Project, or
4. suspend or abandon the Project, or
5. exercise all options under the City Charter and State Law.
NOTE: Under item (2) above, the CONSULTANT shall, without additional compensation, assist the
CITY in obtaining re -bids, and awarding the re -bid of the project. Under item, (3) above, the
CONSULTANT shall, without additional compensation, modify the Construction Documents as
necessary to bring the Probable Construction Cost within the Total Allocated Funds. When the lowest
responsible bid is over 15% of the CONSULTANT estimate.
E. For the purpose of payment to the CONSULTANT, the Bidding Phase will terminate and the
services of the CONSULTANT will be considered complete upon signing of an Agreement
with a Contractor. Rejection of bids by the CITY does not constitute cancellation of the
project.
12.5 Phase V — General Administration of the Construction Contract:
Professional Services Agreement
General Engineering scrviees
Dccomber 2008
Page 6 of 17
A. The Construction Phase will begin with the award of the Construction Contract and will end
when the Contractor's final Payment Certificate is approved and paid by the CITY.
B. The CONSUI..,TANT, as the representative of the CITY during the Construction Phasr,, shall
advise and consult with the CITY and shall have authority to act on behalf of the CITY to the
extent provided in the General Conditions and as modified in the Supplementary Conditions
of the Construction Contract.
C. The CONSULTANT shall attend pre - construction meetings.
D. The CONSULTANT shall at all times have access to the project wherever it is in preparation
or progress.
E. The CONSULTANT shall visit the site at least weekly and at all key construction events to
ascertain tite progress of the Project and to determine in general if the WORK is proceeding in
accordance with the Contract Documents. On the basis of on -site observations, the
CONSULTANT will use reasonable and customary care to guard the CITY against defects
and deficiencies in the WORK. The CONSULTANT may be required to provide continuous
daily on -site observations to check the quality or quantity of the WORK as set forth in this
Agreement and defined by the Scope of WORK issued for the individual project. On the
basis'ofthe oh =site observations, the CONSULTANT will advise the CITY as to the progress
of and any observed defects and deficiencies in the WORK immediately in writing.
F. The CONSULTANT shall fairish the CITY with a written report of all observations of the
WORK made by him during each visit to the WORK. He shall also note the general status
and progress of the WORK, and shall submit same in a timely manner. The CONSULTANT
shall ascertain at least monthly that the Contractor is making timely, accurate, and complete
notations on record drawings.
G. Based on observations at the site and on the Contractor's Payment Certificate, the
CONSULTANT shall determine the amount due the Contractor on account and Ire shall
recommend approval of (lie Certificate in such amounts. The recommendation or approval of
a Payment Certificate shall constitute a representation by the CONSULTANT to the CITY
that, he certifies to the CITY that the WORK has progressed to the point indicated, and the
quality of the WORK is in accordance with the Contract Documents subject to:
1. an evaluation of the WORK for conformance with the contract documents upon
substantial completion.
2. the results of any subsequent tests required by the contract documents.
3. minor deviations from the contract documents correctable pride to completion and
acceptance of the project.
PrAzionai Services Agreement
General Pngineering services
December 2008
Page 7 of 17
R The CONSULTANT shall have an atlhmative duty to recommend rejection of WORD, which
hr does not conform, to the Contract Documents. Whenever, in his reasonable opinion, he
considers it necessary or advisable to insure compliance with the Contract Documents, he will
have authority (with the City's prior approval) to recommend special inspections or testing of
any WORT{ deemed not to be in accordance with the Contract whether or not such WORK
has been fabricated and delivered to the Project, or installed and completed.
1. The CONSULTANT shall promptly review and approve shop drawings, samples, and other
submissions of the Contractor for conformance with the design concept of the Project and for
compliance with the Contract Documents. Changes or substitutions to the Contract
Documents shall not be authorized without concurrence with the CITY.
J. The CONSULTANT shall review and recommend action on proposed Change Orders within
the scope of the Project initiated by others, and initiate proposed change orders as required by
his own observations,
K The CONSULTANT shall examine the WORK upon receipt of the Contractor's Certificate of
Substantial Completion of the Project. A Puncb List of any defects and discrepancies in the
WORK required to be corrected by the Contractor shall be prepared by the CONSULTANT
in conjunction with representatives of the CITY and satisfactory performance obtained before
the CONSULTANT °recommends execution of Certificato of Final Acceptance and final
payment to the Contractor. He shall obtain from the Contractor all warranties, guarantees,
operating and maintenance manuals for equipment, releases of lien and such other documents
and certificates as may be required by applicable codes, laws, policy regulations and the
_ specifications, and deliver them to the CITY.
L. The CONSULTANT shall provide assistance in obtaining Contractor's compliance with the
Contract Documents relative to, 1) initial instruction of CITY personnel in the operation and
maintenance of any equipment or system, 2) initial start-up and testing, adjusting and
balancing of equipment and systems, and, 3) final clean-up of the project.
M. The CONSULTANT shall provide the contractor with three sets of drawings labeled
"Construction Plans" for permit from public Works:
2.2.6 Phase Vi - Post Construction Administration
A. The CONSULTANT shall prepare and provide the CITY with a written manual, to be used by
the CITY, outlining the implementation plan of all the required maintenance necessary to
keep the proposed WORK operational in a safe and effective manner.
a
on information furnished by the Contractor; such drawings shall become the property of the
CITY.
C. The CONSULTANT shall assist in the inspection of the WORK one month before the
expiration of any guarantee period or the sixth month whichever is earlier and report any
Professional Services Agreement
General L•nSincering Services
December 2008
Pege 8 of 17
defective WORK in the Project under terms of the guarantee /warranties for correction. He
shall assist the CITY with the administration of guarantee /warranties for correction of
defective WORK that may be discovered during the said period.
D. The CONSULTANT shall furnish the City with a 3 -ring binder labeled "Close -out
Documents" that will include as a minimum a copy of:
+ Certifiicatesofcompletion
• As- Builts(1/2sizc)
+ 'Pest Results
• Daily construction inspection reports
+ Progress meeting minutes
• Approved shop drawings
• Warranty manuals as applicable
+ Final release of liens
• Final payment to contractor.
2.3 Additional Professional Services
Additional Services as listed below are normally considered to be beyond the scope of the Basic Services for
design and construction, .as defined in. this. Agreement but which are additional services which may be
authorized within the Scope of Work given the CONSULTANT.
A. Special analysis of the CITY'S needs, and special programming requirements for a project.
B. Financial feasibility, life cycle costing or other special studies.
C. Planning surveys, site evaluations, or comparative studies of prospective sites,
D. Design services relative to fixture facilities, systems and equipment, which are not intended to
be constructed as part of a specific Project.
K Services to investigate existing conditions (excluding utilities) or facilities or to make
measured drawings thereof, or to verify the accuracy of drawings or other information
furnished by the CITY.
Professional detailed Estimates of Construction Cost consisting of quantity surveys itemizing
all material, equipment and labor required for a Project.
G. Consultation concerning replacement of any WORK damaged by fire or other cause during
construction, and furnishing professional services of the type set forth in Basic Services as
may be required relative to replacement of such WORK, providing the cause is found by the
CITY to be other than by fault of the CONSULTANT.
Professional services agreement
General engineering Services
December 2008
Page of 17
H. Professional services made necessary by the default of the Contractor or by major defects in
the WORK under the Construction Contract, providing the cause is found by the CITY to be
other than by fault of the CONSULTANT.
Making major revisions changing the Scope of a project, to drawings and specifications when
such revisions are inconsistent with written approvals or instruction previously given by the
CITY and are due to causes beyond the control of the CONSULTANT. (Major revisions are .
defined as those changing the Scope and arrangement of spaces and /or scheme or any
portion).
The services of one or more full -time Project Representatives.
K. Preparing to serve or serving as an expert witness in connection with any arbitration
proceeding or legal proceeding in connection with a Project.
L. Professional services required after approval by the CITY or the Contractor's Requisition for
Final Payment, except as otherwise required under Basic Services.
M. Preparing supporting data, drawings, and specifications as may be required for Change Orders
affecting the scope of a Project provided the Changes are .due to causes found by the CITY, to
be beyond the control of the CONSULTANT. -
SECTION 3 - TIME FOR COMPLETION:
The services to be rendered by the CONSULTANT for any WORK shall be commenced upon written Notice
to Proceed from the CITY subsequent to the execution of this Agreement and shall be completed within the
time based on reasonable determination, stated in the said Notice to Proceed.
A reasonable extension of time will be granted in the event there is a delay on tine part of the CITY in
fulfilling its part of the Agreement; change of scope of work or should any other events beyond the control of
the CONSULTANT render performance of his duties impossible.
SECTION 4 - BASIS OF COMPENSATION
The CONSULTANT agrees to negotiate a "not to exceed" fee or a fixed sum fee for each of the WORK
assigned to him based on the Scope of such WORK. Upon agreement of a fee; the CITY will issue a written
authorization to proceed to the CONSULTANT. In case of emergency, the CITY reserves the right to issue
oral authorization to the CONSULTANT, with the understanding that written confirmation will follow
immediately thereafter. For reproduction of plans and specifications, beyond the requirements as identified
under Section 2- Professional Services the CITY will pay the direct costs.
The fees for Professional Services for each of the WORK shall be determined by one of the following
methods or a combination thereof, as mutually agreed upon by the CITY and the CONSULTANT.
Professional Services Agreement
Generol Engineering Services
December 2008
Page 10 or 17
A. A fixed sum: The fee for a task or a scope of work may be fixed sum as mutually agreed upon
by the CITY and the CONSULTANT:
B. hourly rate fee: The CITY agrees to pay, and the CONSULTANT agrees to accept, for the
services rendered pursuant to this Agreement, fees in accordance with the following..
Cate of
l-Iou�
Principal
$150
Project Manager
$120
Senior Engineer
$100
Engineer
$ 90
Construction Manager
$100
Construction Inspection
$ 65
Senior Draftsman(Teehnieal/CADDOperator
$ 75
Draftsmen
$ 65
Data Processing l Clerical
$ 50
Hourly rates will include all wages, benefits, overhead and profit.
SECTION 5 - PAYAMNT AND PARTIAL LAYME NTS
The CITY will make monthly payments or partial payments to the CONSULTANT for all authorized WORK
performed during the previous calendar month. For design and construction projects where fee for each phase
is not specified, such payment shall, in the aggregate, not exceed the percentage of the estimated total Basic
Compensation indicated below for each phase:
I5% upon completion and approval of Phase 1.
35% upon completion and approval of Phase II.
55% upon submittal and approval of 50% complete drawings and outline specifications of Phase
III.
75% upon 100% completion and approval of Phascs Ul and IV.
90% upon completion of the Project and approval of all WORK Phase V).
100% upon final completion and approval of WORK elements A and E of Phase Vl.
The CONSULTANT shall submit an original invoice to the City<s project representative.
The invoice shall contain the following information:
I. The amount of the invoices submitted shall be the amount due for all WORK performed to
date as certified by the CONSULTANT.
2. The - request forpayment shall include the following information:
a. ProjeetName
b. Total Contract amount (CONSULTANT's lump sum negotiated upset limit fees)
C. Percent of work completed.
Professional Services Agreement
Generni Engineering Services
December 2008
Page 11 of 17
d, Amount earned.
e. Amount previously billed.
E Due this invoice.
g. Balance remaining
h. Summary of work done this billing period.
i. Invoice number and date.
3. Upon request by the CITY the CONSULTANT shall provide the CITY with certified payroll
data for the WORK reflecting salaries and hourly rates.
SECTION G - RIGHT OF DECISIONS
All services shall be performed by the CONSULTANT to the satisfaction of the CITY's representative, who
shall decide all questions, difficulties and disputes of whatever nature which may arise under or by reason of
this Agreement, the prosecution and fulfillment of the services, and the character, quality, amount and value
and the representative's decisions upon all claims, questions, and disputes shall be final, conclusive and
binding upon the parties unless such determination is clearly arbitrary or unreasonable. In the event that the
CONSULTANT ANT does not concur in the judgement of the representative as to any decisions made by him, he
shall present his written objections to the City Manager and shall abide by the decision of the City Manager.
Nothing in this section shall mean to deny the right to arbitrate, by either parties, in accordance with the
Industry Arbitration Rules of the American Arbitration Association.
.. SECTION 7 - OWNERSIHP OE DOCUMENTS
AEI reports and reproducible plans, and other data developed by the CONSULTANT for the purpose of this
Agreement shall become the property of the CITY without restriction or limitation in connection with the
.owner's use and occupancy of the project. Reuse of these documents without written agreement from the
CONSULTANT shall be the CITY'S sole risk and without liability and legal exposure to the CONSULTANT.
When each individual section of the WORK completed under this Agreement is complete; all of the above
data shall be delivered to the CITY.
SECTION 8 - COURT APPEARANCES, CONFERENCES AND ]HEARINGS
Nothing in this contract shall obligate the CONSULTANT to prepare for or appear in litigation on behalf of
the CITY without additional compensation except for any dispute arising out of this contract, The amount of
such compensation shall be mutually agreed upon and be subject to a supplemental agreement approved by
the City Commissioners and upon receipt of written authorization from the CITY prior to performance of a
court appearance and conference.
The CONSULTANT shall confer with the CITY at anytime during construction of the improvement
contemplated as to interpretation of plans, correction of errors and omissions and preparation of any necessary
plan thereof to correct such errors and omissions or clarify without added compensation.
SECTION 9 - NOTICES
Any notices, reports or other written communications from the CONSULTANT to the CITY shall be
considered delivered when delivered by courier or by mail to the CITY. Any notices, reports or other
Profmionat Services Agreement
Czenemi Lrngineeriog Services
December 2008
Page 12 of 17
communications from the CITY to the CONSULTANT shall be considered delivered when delivered by the
CONSULTANT in person or by mail to said CONSULTANT or his authorized representative.
SECTION 10 - AUDIT RIGHTS
The CITY reserves the right to audit the records of the CONSULTANT related to this Agreement at any time
during the execution of the WOIM and for a period of one year after final payment is made. This provision is
applicable only to assignments that are on a time and cost basis.
SECTION 11— SUBLETTING
The CONSULTANT shall not sublet, assign, or transfer any WORK under this Agreement without the prior
written consent of the CITY.
SECTION 12 - WARRANTY
The CONSULTANT warrants that he has not employed or retained any company or poison, other than a bona
fide employee working solely for the CONSULTANT, to solicit or secure this contract and that lie has not
paid or agreed to pay any company or person other than a bona fide employee working solely for the
CONSULTANT any fee, commission, percentage fee, gifts or any other considerations contingent upon or
resulting from the award or making of this contract, For breach or violation of this warranty, the CITY shall
have the right to annul this contract without liability.
SECTION 13 - TERMINATION OF AGREEMENT
It is expressly understood and agreed that the CITY may, terminate this Agreement without penalty by._
declining to issue Notice to Proceed authorizing WORK, in which event the CITY'S sole obligation to the
CONSULTANT shall be payment for those units or sections of the WORK previously authorized in
accordance with the provisions of Section 4, such payment to be determined on the basis of the WORK
performed by the CONSULTANT up to the time of termination.
SECTION I4 - DURATION OF AGREEMENT
This Agreement, for the purpose of issuing new WORK shall remain in full force and effect for a period
ending December 31, 2011, although the actual completion of performance may extend beyond such term, or
until the depletion of funds allocated for the WORK, or unless otherwise terminated by mutual consent of the
parties hereto.
SECTION 15 - RENEWAL OPTION
This agreement may be renewed, at the sole discretion of the CITY, for an additional period of one year at the
end of the initial period.
SECTION 16 - DEFAULT
hi the event either party fails to comply with the provisions of this Agreement, the aggrieved party may
declare the other party in default and notify him in writing. In such event, the CONSULTANT will only be
compensated for any completed professional services, In the event partial payment has been made for such
professional services not completed, the CONSULTANT shall return such sums to the CITY within ten (10)
days after notice that said sums are due. In the event of litigation by the other party to enforce the provisions
of this contract, the prevailing party will be compensated for reasonable attorney's fees. In no event shall
• Professional Services Agreement
General Engineering Services
necember2eoa
Page 13 of 17
attorney's fees awarded against the CITY exceed 25% of the award for damages. The CITY does not waive
sovereign immunity from awards of prejudgment interest.
.SACTION 17.. I1`7AMRA.i'i`CE, AND INDEMNIFICATION
The CONSULTANT shall not commence WORK on this Agreement until he has obtained all insurance
required by the CITY. The CONSULTANT shall indemnify and save the CITY harmless from any and-all
claims, liability, losses and causes of actions arising solely out of a negligent error, omission, or act of the
CONSULTANT incident to the performance of the CONSULTANT'S professional services under this
Agreement. The CONSULTANT shall pay all claims and losses of any nature whatsoever, in connection
therewith.
The CONSULTANT agrees and recognizes that the CITY shall not be held liable or responsible for any
claims, which may result from actions or omissions of the CONSULTANT's actions. in reviewing,
approving or rejecting any submissions or acts of the CONSULTANT, the CITY in no way assumes or shares
responsibility or liability of the CONSULTANTS or Sub�consultants, the registered professionals tinder this
Agreement.
The CONSULTANT shall maintain during the term of this Agreement the following insurance;
A. Professional Liability Insurance in the amount of $1,000,000 with deductible per claim if any,
not to exceed 5% of the limit of liability providing for all sums which the CONSULTANT
shall become legally obligated to pay as damages for claims arising out of the services
performed by the CONSULTANT or any person employed by him in connection with this
Agreement. This hisurance shall be maintained for three years after completion of the
construction and acceptance of any Project covered- by this Agreement. - However, the
CONSULTANT may purchase Specific Project Professional Liability Insurance which is also
acoeptabie.
B. Comprehensive general .liability insurance with broad form endorsement, including
automobile liability, completed operations and products liability, contractual liability,
severability of interest with cross liability provision, and personal injury and property damage
liability with limits of $1,000,000 combined single limit per occurrence for bodily injury and
property damage. Said policy or policies shalt name CITY as additional insured and shall
reflect the hold harmless provision contained hereiii.
C. Workman's Compensation Insurance in compliance with Chapter 440, Florida Statutes, as
presently written or hereafter amended.
D. The policies except for Section 17 A shall contain waiver of subrogation against CITY where
applicable, shall expressly provide that such policy or policies are primary over any other
collective insurance that CITY may have. The CITY reserves the right to request a copy of
the required policies for review. All policies shall contain a "severability of interest" or
"cross liability" clause without obligation for premium payment of the CITY.
+ professional Services Agreement
Generd Engineering Services
December 2008
Page 14 of 17
E. All of the above insurance is to be placed with Best rated A -8 or better insurance companies,
qualified to do business under the laws of the State of Florida.
The CONSULTANT shall fu +nigh ceri'•.ficater of insurance to the CITY psior'to the commencement of
operations, which certificates shall -clearly indicate that the CONSULTANT has obtained insurance in the
type, amount, and classification as required for strict compliance with this Section and that no reduction in
limits by endorsement during the policy team, or cancellation of this insurance shall be effective without thirty
(30) days prior written notice to the CITY.
Compliance with the :Foregoing requirements shall not relieve the CONSULTANT of his liability and
obligations tinder this Section or under any other portion of this Agreement.
SECTION I8 - AGREEMENT NOT EXCLUSIVE
Nothing in this Agreement shall prevent the CITY from employing other CONSULTANTS to perform the
same or similar services.
SECTION 19 - CODES ORDINANCES AND LAWS
The CONSULTANT agrees to abide and be governed by all duly promulgated and published CITY, County,
State and Federal codes, ordinances and laws in effect at the time of design which have a direct bearing on the
WORK involved on'this project. °The CONSULTANT is required to complete Public Entity Crimes Affidavit
form (attached) pursuant to FS 287.133(3)(a),
SECTION 20 - EN'T'IRETY OF AGREEMENT
This writing embodies the entire Agreement and understanding between the parties hereto, and there are no
other Agreements and understandings, oral or written, with reference to the subject matter hereof that are not
merged herein and superseded hereby.
No alteration, change, or modification of the terms of this Agreement shall be valid unless made in writing
and signed by both parties hereto, upon appropriate action by the'City Commissioners,
Prol'essianal Services Agreement
General Engineering Services
December 2008
Page 0 of 17
IN \AWNTESS )ATIEREOF, this Agreement is accepted on'the date first above Naa'itten subject to the teens and
conditions set forth herein.
Authority of Resolution No,205 -08 -12802 A.utbority of Res. `.No .'.39"09-12848
duly passed and adopted by the South duly passed and adopted by the So
Miami City Commission on December 2, 2008 Miami City Commission on Mar 17, 2009
ATTEST: CITY OF SOUTH 3R4iAM1
Maria
ATTEST.
t'Lr- W-rt�a-\, -
W. Ajibola Balogu T, City Manager
CONSULTANT:
J �
r rN FLO]gA )
r ss: Acknowledgement of City of Se uth.M' iii
COUNTY 6F DADL. )
The foregoing instrument was acknowledged before me this day of tk , 201 by
W.Ajibola I3alogmr and Maria lvlenendez, City N48nager and City Clerk; respeeth ely of the CITY OF
SOUTH IZAlyil, on behalf ofthe CJTY1 wh6 are personally knovvta to me. .
Nota }° 1 lic, State of Florida
Print nine: G �ii✓ --
ComuTissiai
NmSBnws OF F h
STATE EXPIRES: ONO6s
ss: Acmowledgement of Consultant
COUNTY OF DADE )
PYOfessionai Services AgreemcM
General Engineering services
1)"oniber 2008
Page 16 of 17
Ais forego n instrument was acknowledged before ma this day of _ by
�,��ioiuto of r as pr duce .! on behalf of the CONE .PANT,
personalty lmowaa to n1e of j�as produce as identification.
Nola wn �an� �
APPROVED AS TO FORM & CONTENT
Luis Fred , tty Attorney
Professional SeMaes Agreement
General Engineering SeMIM
DemmW2008
Page 17 of 17
���Notary Pp tia, State of Florida ,��
Print Name: ✓ f � �Z)
Commission No.: