6To:
Via:
From:
Date:
Subject:
Resolution:
Request:
Background:
Reason/Need:
Cost:
Funding Source:
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM 2001
The Honorable Mayor and Members of :,City Commission
Hector Mirabile, Ph.D, City Manager(l1 ./ \./.
Keith A, Ng, CFM, Operations Manager ~
Public Works & Engineering and Construction Division /....
January 12, 2012 Agenda Item NO,:_W_
Approval and contract execution and issuance of a Professional Service Work Order for
EAC Consulting, Inc.
A Resolution authorizing the City Manager to execute a professional service
work with EAC Consulting, Inc. in the amount of $9,800 for the Manor Lane
Traffic Study to be charged to the People's Transportation Tax Fund Account
Number 124-1730-541-6490.
Authorizing the City Manager to execute a professional service work order with EAC
Consulting, Inc. for the Manor Lane Traffic Study.
The subject project's study area is the residential property located by Ludlam Road on
the west, Sunset Drive on the north and US 1 on the east and south. The purpose of
this study is to assess and evaluate current traffic flow conditions and characteristics to
validate the installation of 5 speed tables. This requirement was mandated by Miami-
Dade County's Public Works Department's Traffic and Signalization Division, and has
authorization to permit installation of such devices. 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 EAC Consulting,
Inc. submitted a proposal that is comprehensive and cost effective in its design
approach.
It is the City's intent to conduct traffic studies and recommend traffic calming devices to
provide effective traffic calming for the area. EAC will conduct field data collection and
analysis of the data with recommendations for appropriate traffic calming measures.
$9,800.00
The expenditure is to be charged to the People's Transportation Tax Fund Account
Number 124-1730-541-6490 with an account balance of $644,885.40 before this
req uest was made.
Backup Documentation:
o Proposed Resolution
o Professional Service Agreement
o Fee Proposals
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30 31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
4<)
47
48
49
50
51
52
53
54
55
56
57
58
59
RESOLUTION NO.: _____ _
A Resolution authorizing the City Manager to execute a professional service work with
EAC Consulting, Inc in the amount of $9,800 for the Manor Lane Traffic Study to be
charged to the People's Transportation Tax Fund Account Number 124-1730-541-6490.
WHEREAS, the Mayor and City Commission wishes to conduct traffic studies and recommend traffic
calming devices to provide effective traffic calming for the Manor Lane neighborhood area.
WHEREAS, pursuant to an evaluative process, it was determined that EAC Consulting, Inc. submitted a
proposal in the amount of $9,800.00 that is comprehensive and cost effective in its design approach. TY Lin
International / HJ Ross and Traftech Engineering, Inc. submitted proposals of $26,260.00 and $12,500.00
respectively.
WHEREAS, EAC Consulting, Inc. will conduct field data collection and analysis of the data with
recommendations for appropriate traffic calming measures.
WHEREAS, the expenditure is to be charged to the People's Transportation Tax Fund Account Number
124-1730-541-6490 with an account balance of $644,885.40 before this request was made.
WHEREAS, the Mayor and City Commission desires to authorize the City Manager to execute a
professional service work order with EAC Consulting, Inc. for the Manor Lane Traffic Study.
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 a professional service work order with
Palm Engineering Group, Inc. for the Sunset Drive Median Improvements Project for an amount not to exceed
$11,060.00.
'"".,j"
,~ ~. ':'. ' Section 2: the expenditure is to be charged to the People's Transportation Tax Fund Account
Number 124-1730-541-6490 with an account balance of $644,885.40 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 ___ day of ______ , 2012.
ATTEST:
CITY CLERK
READ AND APPROVED AS TO FORM
LANGUAGE, LEGALITY AND EXECUTION
, THEREOF
CITY ATTORNEY
APPROVED:
MAYOR
COMMISSION VOTE:
Mayor Stoddard:
Vice Mayor Newman:
Commissioner Beasley:
Commissioner Palmer:
Commissioner Harris:
PROFESSIONAL SERVICE AGREEMENT
General Engineering Services
THIS AGREEMENT made and entered into this __ day of __ , 20 __ by and between the CITY OF SOUTH MIAMI, a
political subdivision of the State of Florida, referred to as the "CITY" and EAC Consulting, Inc., 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 3 I, 2012, 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 I -GENERAL PROVISIONS:
1.1 The CONSULTANT may be issued a Notice to Proceed to encompass the entire Basic Services, 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 Services, 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 furnish 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 The CONSULTANT agrees to produce and distribute minutes, promptly after each meeting at which their presence
is required.
1.7 The CITY agrees to designate a representative who, on behalf of the City Manager shall 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 Enginl'ering 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 I Analysis and design and Sanitary Sewer
System Evaluation and design.
D. Environmental Engineering. to including. site investigation and design needed to prepare remediation plans to
mitigate underground storage tanks, hazardous waste materials and asbestos materials.
E. Traffic engineering Services wi!! 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.
2.2 Basic 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 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 Schematic De~
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 shall consist of a schedule showing the proposed completion date on each
Phase of the Project through design, bidding, construction, and proposed date of completion.
E. The Planning 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. The 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 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 CONSULTANT'S best judgement as an experienced and
qualified professional engineer, 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 b-l'-lful CITY.
2.2.2 Phase II -Study and Design 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 Construction Cost exceeds the total allocated funds.
2.2.3 Phase III
A.
Final Design I Construction Documents Development:
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 linework, notes, and
dimensions, when the documents are reduced to 50% of their size. All drawings shall be on 24" x 36" paper
("D" Size), on the City's standard sheet format, unless approved otherwise.
C. All construction documents shall be submitted in both "hard copy" and electronic 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.
3. GIS files should be in ArcView format Version 3.2.
D. When the development of the drawings has progressed to at least 50% completion in Phase III, 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 fai::tdr, changes in requirements, or general market
conditions and an updated Project Schedule.
E. The CONSULTANT shall not proceed with the further development until approval of the 50% documents
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 the 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 final approval.
I. The CONSULTANT at no extra cost to the CITY shall make all required changes or additions and resolve
all questions resulting from paragraph H if the changes or additions do not alter the scope of the project as
determined under paragraph 2.2.1 A. The 100% 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 drawing>
and specifications. for bidding purposes, unless instructed otherwise.
J. The CONSULTANT shall arrange for "dry runs" andlor 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 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, the 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 CITY 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 shall
assist City in developing qualification criteria. review qualifications of prospective bidders, arid recommend
acceptance or rejection of the prospective bidders.
D. If the lowest responsible Base Bid received exceeds the Total Allocated Funds the CITY may:
I. 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.
2.2.5 Phase V
A.
General Administration of the Construction Contract:
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 CONSULTANT, as the representative of the CITY during the Construction Phase, 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 the
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 of the on-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 furnish 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 he shall recommend approval of the Certificate
in such amounts. The recommendation of 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:
I. 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 prior to completion and
acceptance of the project.
H. The CONSULTANT shall have an affirmative duty to recommend rejection of WORK, which 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 WORK 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.
I. 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 Punch list of any defects and discrepancies in the WORK required to be
corrected by the Contractor shall be prepared by the CONSULT ANT in conjunction with representatives
of the CITY and satisfactory performance obtained before the CONSULTANT recommends execution of
Certificate 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, I) initial instruction of CITY personnel in the operation and maintenance of any
equipment or system, 2) initial start-up and testing, adju,sting 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.
B. The CONSULTANT shall furnish to the CITY, reproducible record drawings \!jldated based 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 defective WORK in the Project
under terms of the guarantee/warranties for correctiori. 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:
• Certificates of completion
• As-Builts (1/2 size)
• Test Results
• Dally 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 future facilities, systems and equipment, which are not intended to be
constructed as part of a specific Project.
E. 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.
F. 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.
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.
I. 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).
J. 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 the 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.
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:
Category
Principal
Project Manager
Senior Engineer
Project Engineer
Construction Manager
Construction Inspection
Senior DraftsmanlT echnical/CADD Operator
Draftsmen
Data Processing I Clerical
Hourly rates will include all wages, benefits, overhead and profit.
SECTION S -PAYMENT AND PARTIAL PAYMENTS
$95
$70
$85
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:
15% upon completion and approval of Phase I.
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 Phases III 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 B of Phase VI.
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 for payment shall include the following information:
a. Project Name
b. Total Contract amount (CONSULTANT's lump sum negotiated upset limitfees)
c. Percent of work completed.
d. Amount earned.
e. Amount previously billed.
f. 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 6 -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 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 -OWNERSHIP OF DOCUMENTS
All 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 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 WORK 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 I I -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 person, other than a bona fide employee
working solely for the CONSULTANT, to solicit or secure this contract and that he 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, gjfts 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 14 -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,
20 I I, 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
In 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 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.
SECTION 17 -INSURANCE 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 under 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 insurance 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 acceptable.
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 shall name CITY as additional
insured and shall reflect the hold harmless provision contained herein.
B. 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.
E. All of the above insurance is to be placed with Best rated A:VII or better insurance companies. qualified to
do business under the laws of the State of Florida.
The CONSULTANT shall furnish certificates of insurance to the CITY prior 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 term, 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 under this
Section or under any other portion of this Agreement.
SECTION 18 -AGREEMENT NOT EXCLUSIVE
Nothing in this Agreement shall prevent the CITY from employing other CONSULTANTS to perform the same or similar
services. including but not limited to not using the consultant at all in that the choice of a CONSULTANT for any job will
be solely and entirely the decision of the CITY at its sole discretion. Accordingly only when and if CONSULTANT is
assigned a specific job, does this Professional Services Agreement become applicable.
SECTION 19 -CODES...J>RDINANCES 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 287.1 33(3)(a).
SECTION 20 -ENTIRETY 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.
Attached is EAC Consulting Inc's Professional Engineering Services Proposal dated I 1/221201 I that is attached and made a part
of this Agreement by reference.
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.
IN WITNESS WHEREOF, this Agreement is accepted on the date first above written subject to the terms and conditions set
forth herein.
Authority of Resolution No.205-08-12802
duly passed and adopted by the South
Miami City Commission on December 2, 2008
ATTEST:
Maria Menendez, CMC, City Clerk
City of South Miami
ATTEST:
Witness
STATE OF FLORIDA
ss: Acknowledgement of City of South Miami
COUNTY OF DADE )
CITY OF SOUTH MIAMI
Hector Mirabile, PhD, City Manager
City of South Miami
CONSULTANT:
Enrique A. Crooks, President
EAC Consulting, Inc.
The foregoing instrument was acknowledged before me this day of , 20_ by Dr. Hector
Mirabile and Maria Menendez, City Manager and City Clerk, respectively of the CITY OF SOUTH MIAMI, on behalf of the
CITY, who are personally known to me.
Notary Public, State of Florida
Print name: __________ _
Commission No: ________ _
STATE OF FLORIDA
ss: Acknowledgement of Consultant
COUNTY OF DADE
The foregoing instrument was acknowledged before me this,_· ____ day of 20_ by
____________ of , on behalf of the CONSULTANT. He is
personally known to me or has produced _____________ ,as identification.
Read and Approved as to Form, Language,
Legality and Execution Thereof:
Signature: ___________ _
Thomas F, Pepe, Esq.,
City Attorney
Notary Public, State of Florida
Print name: ___________ _
Commission No: _________ _
November 22, 2011
Keith Ng
City of South Miami
6130 Sunset Drive
South Miami, FL 33143
EAC Consulting, Inc.
Re: South Miami -Manor Lane Traffic Study· Fee Proposal
Dear Mr. Ng:
EAC Consulting, Inc. is pleased to submit this fee proposal to The City of South Miami
for the evaluation and assessment of existing traffic conditions in the Manor Lane area.
Project Location I Description
The sub~ect project's study area is the residential community bounded by Ludlam Road
(SW 67' Avenue) on the west, Sunset Drive (SW 72 0d Street / SR 986) on the north and
US 1 on the east and south. This study area is located within the City of South Miami,
Florida. The purpose of the study is to assess and evaluate the existing traffic
conditions to determine the implementation of five (5) speed tables. Traffic engineering
analysis and data collection is needed to evaluate the existing condition and future traffic
conditions with new traffic management strategies if needed. The figure below depicts
the study area.
815 NW 57 Avenue, Suite 402 IMiami, FL 33126 I Phone: 305-264-2557 !Fax: 305-264-8363 Iwww.eacconsult.com I CA# 7011
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. The traffic data collection and analysis will ,include 24-Hour Automatic
Traffic Recorder (ATR's) counts at five (5) locations in the Data Collection section.
Moreover, an existing condition Level of Service (LOS) analysis will be determined for
the roadway links 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, and Speeding. However, other criteria such as 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,
EAC 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.
Data Collection
EAC will collect 24-Hour Automatic Traffic Recorder (ATR) at the following links:
1. SW 63 rd Avenue -between SW 72 nd Street and SW 74 th Street
2. SW 63 rd Avenue -between SW 74th Street and SW 63 rd Avenue
3. Manor Lane -between SW 63 rd Avenue and SW 64 th Court
4. Manor Lane -between SW 64 th Ct and SW 78 th Terrace
5. Manor Lane -between SW 78 th Terr and SW 79 th Street
EAC will collect 24-Speed Profile Counts at the following locations:
1. SW 63 rd Avenue -between SW 72"d Street and SW 74th Street
2. SW 63 rd Avenue -between SW 74th Street and SW 63 rd Avenue
3. Manor Lane -between SW 63 rd Avenue and SW 64(\' Court
4. Manor Lane -between SW 64th Ct and SW 78 th Terrace
5. Manor Lane -between SW 78 th Terr and SW 79th Street
The above data collection will be petiormed during school session. Additionally, the
existing geometric roadway data and field conditions including but not limited to roadway
geometry 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
Sealed Traffic Studies. Please note a Conceptual Improvement Plan may be developed
by the Civil Engineer consistent with the recommendations provided in the Traffic Study
815 NW 57 Avenue, Suite 402 IMiami, FL 33126 n Phone: 305·264-2557 n Fax: 305-264-8363 n www.eacconsult.com I CA # 7011
and will be reviewed as a part of this contract. However, the design of suell 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.
Deliverables I Meetings:
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
""""---'~---$9,500 _TrafJJc Planning, Engineering & Re[Jort . --,--,---,
Reimbursables $300 --,",_.,,_._--_ .. _-_. •... ,.'", .... " ..•. -
Total Lump Sum Fee $9,800
7 ----The following Informa!lon will be req Ulred 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
City of South Miami Authorization
cc: File
Mike Adeife, P,E, .. EAC Consulting, Inc,
815 NW 57 Avenue, Suite 402 IMiami, FL 33126 IPhone: 305·264-2557 IFax: 3Q5·264·8363 Iwww,eacconsult.com iCA# 7011
TrafTech
ENGINEERING, INC.
December 16, 2011
Mr. Keith Ng
Public Works Department
City of South Miami
4795 S.W. 75 th Avenue
Miami, Florida 33155
Re: Traffic Calming on Manor Lane/SW63rd Avellue-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 evaluate the need for traffic
calming along Manor Lane/SW 63 rd Avenue in the City of South Miami. Our proposed
scope of services, schedule, and fees follows:
SCOPE OF SERVICES
Task 1-Traffic Data Collection
Traf Tech Engineering, Inc. will collect AM and PM peak period intersection turning
movement counts at the following two (2) intersections:
1. SW 63 rd Avenue and Sunset Drive
2. Manor Lane and SW 66 th Avenue
We will collect 48-hour machine traffic counts along Manor Lane/SW 63 rd Avenue at
four different locations (I-south of Sunset Drive, 2-south of SW 74th Street, 3-near
SW 63 rd Court, and 4-near SW 65 th Place). The machine traffic counts will record speed
and volume data along Manor Lane/SW 63 rd Avenue.
We will conduct a license plate survey at the following two locations:
I. Sunset Drive and SW 63 rd Avenue
2. Manor Lane and SW 66 th Avenue
The purpose of the license plate survey is to determine the amount of cut-through traffic,
if any, along Manor Lane/SW 63 rd Avenue. The license plate survey will be conducted
during a 4-hour period.
Task 2 -Data Analysis and Results
Based on the results of Task 1, Traf Tech Engineering, Inc. will document the existing
traffic conditions along Manor Lane/SW 63 rd A venue. The existing traffic conditions
will include current traffic volumes on a daily and peak hour basis, travel speeds, and the
amount of cut-through traffic, if any. We will indentify traffic calm ing options such as
speed tables, traffic diverters, traffic roundabouts, etc. in order to minimize the amount of
non-local traffic that is currently using Manor Lane/SW 63 rd Avenue. The potential
traffic calming options will be evaluated and a final recommendation will be made to the
City of South Miami.
The traffic calming options will be presented in graphical format and will be described in
details.
We will prepare a Technical Report documenting the results of the recommended traffic
calming plan for Manor Lane. It is anticipated that up to four (4) 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 3 -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 and 2.
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 and 2 -Traffic Calm ing Plan $12,500.00 (Lump Sum)
Task 3 -Additional Services (if authorized) hourly (if authorized)
Fees 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.
2
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.
cerely,
F TE(C~NfI~E~f' INC.
:c g~v 1/
/
J in E. Vargas, P.
e or TransportatiOl
Accepted for _______ _
By:
Title:
Date:
3
November 29. 2011
Mr. Keith A. Ng, CFM
Public Works & Engineering Ass!. Director
City of South Miami
Public Works Department
4795 S.W. 75 th Avenue
Miami, FL 33155
RE: Manor Lane Neighborhood Traffic Calming Study
Proposal for Engineering Services
Dear Mr. Ng:
I HJR.mm
201 Alhambra Circle, Suite 900 Cora! Gables, Florida 33134
Tel. 305.567.1888 .. Fax. 305.567.1771" EMAIL: hjross@hjross.com
We appreciate the opportunity to provide transportation planning and traffic engineering services
Neighborhood Traffic Calming Study in the City of South Miami.
The attached Proposal for Engineering Services lists the Scope of Work, compensation to perform these
services, and the project schedule. The cost for these services is a lump sum fee of $26,260.00. If in
agreement, please sign on page 5 and return one original for our records.
We look forw to working with you on this project.
Sincerely,
Francisco Alonso, PE
Project Manager
Enclosures
cc: Jose Nessi
CITY OF SOUTH MIAMI
MANOR LANE NEIGHBORHOOO TRAFFIC CALMING STUOY
PROPOSAL FOR ENGINEERING SERVICES
I. PROJECT DESCRIPTION
November 29. 2011
TYUN 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 Manor Lane neighborhood. 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 US 1 Corridor on the South (and East), Ludlam Road (SW 67nd Avenue) on
the West, and Sunset Drive (SW 72nd Street) on the north. Our proposed scope of services, schedule,
and fee are as follows:
TYlI will provide engineering services including final traffic studies and report 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.
II. 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. , Midday and P.M. peak hour turning movement
counts and 24-hour roadway volume counts and speed profiles. The counts will be collected when
schools are in session the following data may be collected:
24-Hour Daily Volume
SW 72,d Street west of SW 68th Avenue
SW 68 th Court south of SW 72nd Street
SW 68th Avenue north of SW 74th Street
SW 74th Street east ofSW 68th Avenue
SW 75 th Terrace east of SW 68th Avenue
SW 76th Terrace east of SW 68th Avenue
SW 77th Terrace east of SW 68th Avenue
SW 78th Terrace east of SW 68th Avenue
City of South Miami -Public Works Department
Neighborhood Traffic Calming Study (Manor Lane)
Proposal for Engineering Services
Page 1
SW 69 th Avenue north of SW 80th Street
SW 68th Avenue north of SW 80th Street
SW 80th 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 (TMe)
SW 67 th Avenue at SW 72"8 Street
SW 68th Avenue at SW 72nd Street
SW 67 th Avenue at SW 74th Street
SW 67 th Avenue at SW 80th Street
SW 68 th Avenue at SW 80th Street
SW 69 th Avenue at SW 80th Street
November 29. 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 2010 Highway Capacity Manual, will be
performed at the four (4) intersections where turning movement count data is collected to assess the
impacts of traffic flow modifications.
Task 0 -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.
Task F -Report
City of South Miami -Public Works Department
Neighborhood Traffic Calming Study (Manor lane)
Proposal for Engineering Services
Page 2
I HJ November 29. 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.
III. SUBCONSULTANTS
Crossroads Engineering Data, Inc. 13284 SW 120th Street, Miami, FL33186, 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 Description of Deliverable or Drawing Name No.
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
Neighborhood Traffic Calming Study (Manor Lane)
Proposal for Engineering Services
Page 3
November 29. 2011
IV. SCHEDULE OF SERVICES
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 Projected Projected
work days Start Date Finish Date
Task A Stakeholder Kick-Off Meeting 1 Day NTP + 2 WKS NTP + 2
WKS+ 1 day
Task B Data Collection 10 Days NTP + 2 WKS NTP +4 WKS
TaskC Data Analysis 15 Days NTP +4 WKS NTP +7 WKS
Task E Conceptual Improvement Plan 5 Days 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
WKS
V. COMPENSATION
CONSULTANT shall perform the Work detailed in this Proposal for a Lump Sum, Fixed fee of Twenty Six
Thousand Two Hundred and Sixty dollars dollars and 00 cents ($26,260.00).
SUMMARY OF COMPENSATION
Task # Task Name and/or Activity Description Fee Fee Basis Amount
Task A Stakeholder Kick-Off Meeting $1,760.00 Lump Sum, Fixed
Task B Data Collection $3500.00 Lump Sum, Fixed
TaskD Data Analysis $2,500.00 Lump Sum, Fixed
TaskE Conceptual Improvement Plan $7,240.00 Lump Sum, Fixed
TaskF Stakeholder Meeting/Commission Presentation $2,360.00 Lump Sum, Fixed
TaskG Report $7,240.00 Lump Sum, Fixed
Task H Miami-Dade County Public Works Coordination $1,760.00 Lump Sum, Fixed
Total = $26,260.00 Lump Sum, Fixed
VI. 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
Neighborhood Traffic Calming Study (Manor Lane)
Proposal for Engineering Services
Page 4
I HJ November 29. 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 Manage for his Work Order assignment will be Francisco J. Alonso, P.E.
Prepared by:
Approved by:
Francisco Alonso, PE
Mr. Keith A. Ng, CFM
Public Works Asst. Director
City of South Miami -Public Works Department
Neighborhood Traffic Calming Study (Manor Lane)
Proposal for Engineering Services
Date
Date
Page 5
WORK EFFORT AND COST -PRIME CONSULTANT
Name of Project: Neighborhood Traffic Calming Study (Manor Lane) Proposal for Engineering Services
Project No, .
STAFF CLASSIFICATION
Job Classification Project Senior
Staff Manager Engineer
Applicable Rate Rate: $120.00 Rate: $100.00
M-H Cost M-H Cost
Work Activity
Task A. Stakeholder Kick-Off Meeting 8 $960 8 $800
Task C. Data Analysis 24 $2,400
Task D. Conceptual Improvement Plan 12 $1,440 16 $1,600
Task E -Stakeholder Mtg Presentation 8 $960 8 $800
Task F. Report 12 $1,440 4D $4,000
Task G. MDCPublic Works Coordination 8 $960 8 $800
Total Staff Hours 48 1D4
Total Staff Cost $5,760.00 $10,400.00
Total % of Work by Classification ~~M 20% '~M 43%
Survey Field Days for Subconsultant
3 -Person Crew 10
4 -Person Crew
Survey (3 man crew) 10,00 3--man crew days @
survey (4 man crew) 4-man crew days @
Notes:
1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee,
Senior
Draftsman
Rate:
M-H
56
8
24
88
_~M 37%
$75.00
Co,"
$4,200
$600
$1,800
$6,600.00
$
$
2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden
3. The basis for work activity descriptions shall be the FICElFDOT Standard Scope
and Staff Hour Estimation Handbook.
Fee Estimate for Manor Lane.x1sx
Fee Sheet ~ Prime (F)
Construction
Inspector
Rate: $65.00
M-H
I day
I day
Cost
Rate:
M-H
Rate: Rate:
Cost M-H Cost M-H
Consultant Name: TV Lin International! HJ Ross
Consultant No.:
Date: November 29, 2011
Estimator: Javier S. Gonzalez
Staff Hours
By
Cost M-H Co,"
Activity
16
24
84
24
76
16
24D
-. Check :::
Check :::
SUBTOTAL FEE:
Salary
Cost By
Activity
$1,760,00
$2,400.00
$7,240.00
$2,360.00
$7,240.00
S1,760.00
$22,760.00
100,0%
$22,760.00
Subconsultant: Crossroads Engineering Data (task B)
Subconsultant: Sub2
Subconsultant Sub3
Subconsultant: Sub4
Subconsultant: SubS
SUBTOTAL FEE:
SUlveylng Services
Geotechnical Services
SUBTOTAL FEE:
Additiona! Services (AUOwance)
Reimbursab!es (Al!owance)
GRAND TOTAL FEE:
Average
Rate Per
Task
$110.00
$100.00
$86,19
$98.33
$95,26
. $94.83
$22,760.00
$22,760.00
$3,500.00
$26,260,00
$26,260.00
$26,260.00