Res. No. 065-09-12874RESOLUTION NO.: 65 -09 -12874
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO ISSUE A WORK
ORDER FOR PROFESSIONAL SERVICES TO PROVIDE LOCAL AGENCY
PROGRAM (LAP) PROJECT CERTIFICATION ASSISTANCE TO T.Y. LIN
INTERNATIONAL /HJROSS FOR SUNSET DRIVE IMPROVEMENTS - PHASE IV
PROJECT IN AN AMOUNT OF $6,400.00 TO BE CHARGED TO PEOPLES
TRANSPORTATION FUND ACCOUNT NUMBER 124 - 1730 - 541 -3100; PROVIDING
FOR AN EFFECTIVE DATE.
WHEREAS, the Mayor and City Commission wishes to provide infrastructure improvements
along Sunset Drive from SW 63rd Avenue to SW 65th Avenue; and
WHEREAS, the Mayor and City Commission authorize the City Manager to secure the services
of TYLin International /HJRoss for professional services in providing LAP project certification assistance
for the Sunset Drive Improvements - Phase IV project; and
WHEREAS, the total cost of the professional services will be $6,400.00, funded through the
People's Transportation fund account number 124 - 1730 - 541 -3100 with account balance of $27,000.00.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF
THE CITY OF SOUTH MIAMI, FLORIDA THAT:
Section 1: That the Mayor and City Commission authorize the City Manager to execute a
professional service work order with TYLin I nternational/HJ Ross in an amount of $6,400.00 for
professional services in providing LAP project certification assistance for the Sunset Drive Improvements
- Phase IV project.
Section 2: The total cost of the professional services will be $6,400.00, funded through the
People's Transportation fund account number 124 - 1730 - 541 -3100 with account balance of $27,000.00.
Section 3. The attached exhibit is incorporated by reference into this resolution.
PASSED AND ADOPTED this
READ AND APPROVED • FORM:
Cl TOR
7th day of April 2009.
APPROVED:
'MAYOR
COMMISSION VOTE: 5 -0
Mayor Feliu:
Yea
Vice Mayor Beasley:
Yea
Commissioner Palmer:
Yea
Commissioner Beckman:
Yea
Commissioner Newman:
Yea
South Miami
Ail•AmeHCaNy
CITY OF SOUTH MIAMI 1
OFFICE OF THE CITY MANAGER
INTER - OFFICE MEMORANDUM 2001
To: The Honorable Mayor Feliu and Members of the City Commission
Via: W. Ajibola Balogun, City Manager _r.'�
From: Jose Olivo, P.E. �)--P'
Public Works & Engineering Department
Date: April 7, 2009 Agenda Item No.:
Subject: Approval of Work Order for Professional Services
Resolution: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO ISSUE A
WORK ORDER FOR PROFESSIONAL SERVICES TO PROVIDE LOCAL
AGENCY PROGRAM (LAP) PROJECT CERTIFICATION ASSISTANCE TO T.Y.
LIN INTERNATIONAL /HJROSS FOR SUNSET DRIVE IMPROVEMENTS —
PHASE IV PROJECT IN AN AMOUNT OF $6,400.00 TO BE CHARGED TO
PEOPLES TRANSPORTATION FUND ACCOUNT NUMBER 124- 1730 -541-
3100; PROVIDING FOR AN EFFECTIVE DATE.
Request: Authorizing the City Manager to approve professional service work order
to provide LAP project certification assistance for the Sunset Drive
Improvements — Phase IV Project under Federal Stimulus Program.
Reason /Need: Under the Federal Stimulus Plan /2009 American Recovery and
Reinvestment Act (ARRA), the City's "Sunset Drive" (SW 72nd Street) is
listed as a road eligible for federal transportation funding under the
federal aid eligible system. On March 26"', 2009, the Florida Department
of Transportation (FDOT) indicated that as part of federal eligibility
requirements, the City is responsible for preparing and submitting by April
15t , 2009 an FDOT approved Local Agency Program (LAP) bid
document for the project. The LAP bid document consists of a number of
forms, checklists, procedures and construction specifications that must be
incorporated into the document as per federal rules prior to releasing for
bid. Therefore, in recognizing this to be a time sensitive matter, I
recommend TY Lin International /HJRoss, already as one of the City's
professional general engineering consultants to provide professional
assistance in LAP certification for the Sunset Drive Improvements Phase
IV Project, to meet the submittal deadline. The Sunset Drive
Improvements -Phase IV will be a continuation of Sunset Drive
Improvements Phase III, which will mainly consist of roadway milling and
resurfacing, median landscaping and irrigation from SW 65`" Avenue to
SW 63`d Avenue.
Cost: $6,400.00
Funding Source: These services will be funded through the People's Transportation Fund
account number 124 - 1730 -541 -3100 with current balance of $27,000.00.
Page 2 of 2
Comm. Agenda Item No.:
April 7, 2009
Backup Documentation:
i
i
i
■
i
Proposed Resolution
TYLin I nternational/HJ Ross Work Order for Professional Services
Professional Services Agreement for General Eng. Services
Project Location Map
Allocated funding spreadsheet for City of South Miami per ARRA
FDOT email correspondence for LAP submittal deadline and
requirements.
Page 2 of 2
° LI INTERNATIONAL f HJ FOSS
March 31, 2009
Mr. Jose H. Olive, P.E.
Public Works Department
City of South Miami
4795 S.W. 75th Avenue
Miami, FL 33155
Re: American Recovery and Reinvestment Act
Sunset Drive Improvements Phase IV
S.W. 65th Avenue to S.W. 63rd Avenue
General Engineering Services
Dear Mr. Olive;
We are pleased to submit this proposal to provide LAP project certification assistance for the
above - referenced project, as described in the attached Exhibit "A ". The estimated cost for these
services is a lump sum fee of $ 6,400.00.
We trust you will find this proposal acceptable and await your authorization to proceed, If in
agreement, please initial the attached sheets, sign on page 4 and return one original for our
records.
Sincerely,
T.Y LIN INTERNATIONAL/H. I ROSS
Coordinator
Enclosures
201 Alhambra Circle, Suite 900 1 Coral Gables, Florida 33134 1 T 305.587.1888 1 F 305.567.1771 1 www.tylin.com
LIMN ERNMONAL 1 HJ ROSS
EXHIBIT "A"
American Recovery and Reinvestment Act
Sunset Drive Improvements Phase IV S.W. 65th Avenue to S.W. 63''t Avenue
Lap Certification, Specifications, and Bid Documents
PROPOSAL FOR GENERAL ENGINEERING SERVICES
I. DESCRIPTION OF THE PROJECT
The project consists of roadway improvements for a portion of Sunset Drive between S. W.65,h
Avenue and S.W. 63d Avenue within the City of South Miami right -of -way. Improvements
include roadway resurfacing, curb and sidewalk repairs, landscaping and irrigation.
T.Y. LIN INTERNATIONAL11-JROSS (CONSULTANT) will provide assistance with LAP
(Local Agency Program) project certification per FDOT requirements for the above - referenced
project. This work will be performed in accordance with the Professional Service Agreement for
General Engineering Services (AGREEMENT) dated January 2009 as amended herewith.
H. SCOPE OF SERVICES
The specific work scope tasks to be performed by CONSULTANT and its sub - consultant are:
1) LAP PROJECT CERTIFICATION ASSISTANCE
1.1 CONSULTANT agrees to provide assistance to the City for acquiring final
certification for the LAP project described in section I.
1.2 CONSULTANT agrees to review the project bid documents (plans slid specifications)
and verify conformance to the FDOT standards and requirements for LAP projects.
1.3 CONSULTANT bases the fee for this task on 16 hours of project management, 32 hours
of project engineering, and 32 hours of clerical at the hourly rates found in Section 4 of
the AGREEMENT.
III. SUBCONSULTANTS
There are no major sub - consultants
IV. SCHEDULE OF DELIVERABLES
CONSULTANT will submit the following deliverables to the CITY:
SCHEDULE OF DELIVERABLES
Task
Description of Deliverable
No.
Reviewed Bid Documents that are in accordance with the PDOT LAP requirements
1
(including a final construction cost estimate
2
20 sets of LAP certified Bid Documents for distribution to potential bidders
City of South Miami - Public Works Department March 31, 2009
ARRA Sunset Drive Improvements Phase IV Page 2
Proposal for Engineering Services
TYLININTERNAFIONAL { HJ ROSS
V. 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.
SCHEDULE OF WORK
Task
Duration
No.
No.
Task Name and /or Activity Description
Work
Projected
Projected
$6,400.00
Lump Stun,
Fixed
Days
Start
Finish Date
Date
I
LAP PROJECT CERTIFICATION ASSISTANCE
15
Present
4/1909
VI. COMPENSATION
CONSULTANT shall perform the Work detailed in this Proposal for a Lump Sum, Fixed fee of
$ 6,400.
SUMMARY OF COMPENSATION
Task
No.
Task Name and /or Activity Description
Fee Amount
Fee Basis
1
LAP PROJECT CERTIFICATION ASSISTANCE
$6,400.00
Lump Stun,
Fixed
Proj. Mgr @ $120.00 /Hr for 16 hrs.
Engineer @ $90 /1-1r. for 32 firs.
Clerical @ $50/1-1r. for 32 hrs.
VII. SERVICES NOT INCLUDED
The following services are not included hr the Scope of Work for this project
I . Roadway Engineering services identified in Paragraph 2. LA of the AGREEMENT.
2. Drainage Design services identified in Paragraph 2.I .B of the AGREEMENT.
3. Civil Engineering services for Sanitary Sewer System Evaluation and design identified in
Paragraph 2. LC of the AGREEMENT
4, Traffic Engineering services identified in Paragraph 2. 1.1) of the AGREEMENT.
5, Environmental Engineering services identified in Paragraph 2. LE of the AGREEMENT.
6. Phase I services identified in Paragraph 2.2.1 of the AGREEMENT.
7. Phase II services identified in Paragraph 2.2.2 of the AGREEMENT.
8. Phase IV services identified in Paragraph 2.2.4 of the AGREEMENT.
9. Phase V set-vices identified in Paragraph 2.2.5 of the AGREEMENT.
10. Phase VI services identified in Paragraph 2.2.6 of the AGREEMENT.
11. Additional Professional Services identified in Paragraph 2.3 of the AGREEMENT.
12. Geotechnical Engineering Services including subsurface explorations and/or testing.
13. Permitting Services
City of South Miami - Public Works Department March 31, 2009
ARRA Sunset Drive Improvements Phase IV Page 3
Proposal for Engineering Services
- LININI ERNMONAL I HJ ROSS
CONSULTANT'S Project Ma ! ge fort s Work Or er assignment will be Jose Nessi.
Prepared by:
Jose Date
Approved by
Date
City of South Miami - Public Works Department March 31, 2009
ARRA Sunset Drive Improvements Phase IV Page 4
Proposal for Engineering Services
PROFESSIONAL SERVICE AGREEMENT
General Engineering Services
THIS AGREEMENT made and entered into this ,5 day 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.Y. 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 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 CONSULTANTS 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.
'..? The 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
remediation 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.
2.2 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
• Professional services Agreement
General Engineering Services
December 2008
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 Schematic 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 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
Professional Services Agreement
General Engineering Services
December 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 CONSULTANT'S best judgement as an experienced and
qualified professional. aagil peer, 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 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 — 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
linework, notes, and dimensions, when the documents are reduced to 50% of their size. All
• Professional services Agreement
General Engineering services
December 2008
Page 4 of 17
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 ;n.both "hard cony" and, electronic media in a
mutually agreed upon electronic format, but generally as follows:
1. 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
factor, 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 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
General Engineering services
December 2008
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 nd 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 famish
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, 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.
2.2.5 Phase V — General Administration of the Construction Contract:
• Professional Services Agreement
General Engineering services
December 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 CONSULMkNT, as +,he 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.
minor deviations from the contract documents correctable prior to completion and
acceptance of the project.
• Professional services Agreement
General Engineering services
December 2008
Page 7 of 17
H. The CONSULTANT shall have an affirmative duty to recommend rejection of WORK, which
br 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.
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 CONSULTANT
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, 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.
B. The CONSULTANT shall furnish to the CITY, reproducible record drawings updated 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
Professional services Agreement
General Engineering services
December 2008
Page 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
Documents"
that will include as a minimum a copy of:
•
Certificates of completion
•
As- Builts (1/2 size)
•
Test Results
•
Daily construction inspection reports
•
Progress meeting minutes
•
Approved shop drawings
•
Warranty manuals as applicable
•
Final release of liens
•
Final payment to contractor.
a 3 -ring binder labeled "Close -out
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.
• Professional services Agreement
General Engineering services
December 2008
Page 9 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).
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.
• Professional Services Agreement
General Engineering Services
December 2008
Page 10 of 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:
Category
Hourly Rate
Principal
$150
Project Manager
$120
Senior Engineer
$100
Engineer
$ 90
Construction Manager
$100
Construction Inspection
$ 65
Senior Draftsman/Technical /CADD Operator
$ 75
Draftsmen
$ 65
Data Processing / Clerical
$ 50
Hourly rates will include all wages, benefits, overhead and profit.
SECTION 5 - PAYMENT AND PARTIAL PAYMENTS
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 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 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:
1. 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 limit fees)
C. Percent of work completed.
Professional Services Agreement
General Engineering Services
December 2008
Page 11 of 17
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
• Professional services Agreement
General Engineering 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 night 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 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 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, 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 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, 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
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
Professional services Agreement
General Engineering Services
December 2008
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.
SECTION 17 - iNNUitANCE 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 tern 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.
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
General 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 furnish cerii tcatcc of insurance to the CITY prior to the commencernent 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.
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 - 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.
1
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.
• Professional services Agreement
General Engineering Services
December 2008
Page 15 of 17
M WITNESS *WBEREOF, 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 Authority 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 r 200'
ATTEST: CITY OF SOUTH MIAMI
ATTEST
Wd
FLORIDA )
ss: Acknowledgement of City of
COUNTY bF DADL )
W. Ajibola BaloNnr City Manager
CONSULTANT:
The foregoing instrument was acknowledged before me this = day of t k , 2009 by
\t17.Ajibola Balogun and Maria Menendez, City Manager and City Clerk, respectively of the CITY OF
SOUTH NdANE. on behalf of the CITY, who are personally known to me.
Nota .> 1 lic, State of Florida
print name: 01MaA
Commissiol
..
STATE OF FLORIDA MY COMMISSION N DD2011
•. 't> EXPIRES: October 5, 2011
ss: Acknowledgement of Consultant
':ERG $•' acnaed Mru Notary Public Underw4rers
COUNTY OF DADB )
Professional Services Agreement
General Engineering Services
December 2008
Page 36 of 17
T forego' instrument was acknowledged before me this sdJ day of eby
1d1��trs� of �.Q(/� on behalf of the CONS TANT,
e 1s personally known to me or has produce as identification.
§!0!P aP NNE llpk nn44A04 @ @@
APPROVED AS TO FORM & CONTENT
Luis Fi edtfG1 Attorney
Professional services Agreement
General Engineering services
December 2008
Page 17 of 17
No4�u Stat e of Florida
Print Name: "
Commission No.:
RESOLUTION NO.: 39-09-12848
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF
THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE
CITY MANAGER TO EXECUTE PROFESSIONAL GENERAL
ENGINEERING SERVICES AGREEMENTS WITH TY IN
INTERNATIONAL /HJROSS, KIMLEY -HORN AND ASSOCIATES,
INC. AND E.A.C. CONSULTING, INC. PROVIDING FOR AN
EFFECTIVE DATE.
WHEREAS, The Mayor and City Commission desire to enter into agreement and execute a
professionals services agreement with engineering consultants to provide Professional General
Engineering Services; and
WHEREAS, pursuant to Florida Statue 287.055 (Consultant's Competitive Negotiation Act) the
City pre - selected three engineering consultants for Professional Engineering Services; and
WHEREAS, a thorough review of the firms proposed hourly billing rates was conducted.
NOW, THEREFORE, BE IT RESOLVED /ORDAINED BY THE MAYOR AND CITY OF
SOUTH MIAMI COMMISSION THAT:
Section 1. The City Commission of the City of South Miami authorizes the City Manager to
execute three separate professional service agreements with:
• TY Lin IntemationaiBJRoss
+ Kimley -Hom & Associates., Inc.
• E.A.C. Consulting, Inc.
Section 2. That the Agreements allow for renewal of an additional period of one (1) year at
the City's option.
Section 3. That the negotiated Professional General engineering Agreements be made a part of
this resolution.
PASSED AND ADOPTED this jj4day of � 2009.
ATTEST: APPROVED:
TY CLERK`` - " -- MAYOR
Commission Vote:
Mayor: Horace G. Feliu
Vice Mayor: Brian D. Beasley
Commissioner: Velma Palmer
Commissioner: Jay Beckman
Commissioner: Valerie Newman
4 -0
Yea
Yea
absent
Yea
Yea
RESOLUTION NO.: 205-08-12802
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF
THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE
CITY MANAGER TO NEGOTIATE HOURLY RATES AND TO
EXECUTE PROFESIONAL GENERAL ENGINEERING SERVICES
AGREEMENTS WITH TY LIN INTERNATIONAL/HJROSS, KfM LEY -
HORN AND ASSOCIATES, INC. AND E.A.C. CONSULTING, INC.
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, The Mayor and City Commission desire to retain consultants to provide Professional
General Engineering Services; and
WHEREAS, pursuant to Florida Statue 287.055 the City published a Notice for Professional
Engineering Services and received a total of thirty -three responses; and
WHEREAS, a thorough review of the firms and their qualifications was conducted.
NOW, THEREFORE, BE IT RESOLVED /ORDAINED BY THE MAYOR AND CITY OF
SOUTH MIAMI COMMISSION THAT:
Section 1. The City Commission of the City of South Miami authorizes the City Manager to
negotiate and bring back to the City Commission for approval three separate
professional service agreements with:
• TY Lin Intemational/HJRoss
• Kimley -Hom & Associates., Inc.
• E.A.C. Consulting, Inc.
Section.2. That the Agreements allow for renewal of an additional period of one year at the .
City's option. .
Section 3. That the negotiated Professional General engineering Agreements be made a part of
this resolution.
PASSED AND ADOPTED this 2nd day of December 2008.
ATT�EiST_:
Y CLERK y
READ AND APPROYED ASP
�RNE
APPROVED:
AiOR �
Commission Vote: 4 -0
Mayor: Horace G. Feliu Yea
Vice Mayor: Brian D. Beasley Yea
Commissioner: Jay Beckman Yea
Commissioner: Velma Palmer Yea
SUNSET DRIVE STREET IMPROVEMENTS Phase IV
PROJECT LOCATION 4 N
F4
Population Estimates: Municipalities and Unincorporated.
April 1, 2008
Estimate
Percent
of Total
Allocation
based on Population
MIAMI -DADE
2,503,468
100.0%
Aventura
31,306
1.3%
$702,788
BalHarbour
3,327
0.1%
$74,684
Bay Harbor Island
5,178
0.2%
$116,249
Biscayne Park
3,300
0.1%
$74,073
Coral Gables
46,185
1.8%
$1,036,796
Cutler Bay
41,930
1.7%
$941,285
Doral
34,612
1.4%
$776,997
El Portal
2,523
0.1%
$56,641
Florida City
10,279
0.4%
$230,754
Golden Beach
955
0.0%
$21,439
Hlaleah
230,084
9.2%
$5,165,124
Hialeah Gardens
21,116
0.8%
$474,027
Homestead
59,917
2.4%
$1,345,064
Indian Creek Village
58
0.0%
$1,313
islandla
6
010%
$136
Key Biscayne
11,653
0.5%
$261,587
Medley
1,136
0.0%1
$25,491
Miami
409,673
16.4%
$9,196,694
Miami Beach
94,834
3.8%
$2,128,921
Miami Gardens
112,110
4.5%
$2,516,740
Miami takes
27,259
111%
$611,940
Miami Shores
10,744
0.4%
$241,190
Miami Springs
13,672
015%
$306,910
North Bay
6,872
0.3%
$154,258
North Miami
60,192
2.4%
$1,351,245
North Miami Beach
41,224
1.6%
$925,438
Opa -locka
15,274
0.6%
$342,882
Palmetto Bay
25,383
1.0%
$569,810
Pinecrest
19,618
018%
$440,409
South Miami
11,277
0.5%
$253,166
Sunny Isles Beach
20,341
0.8%
$456,640
5urfside
5,838
. 0.2%
$131,054
Sweetwater
14,371
0.6%
$322,621
Virginia Gardens
2,317
0.1%
$52,023
West Miami
5,738
0.2%
$128,813
Unincorporated
1,103,165
44%
$24,764,798
Incorporated
1,400,303
56%
$31,435,202
Source: Miami -Dade Planning & Zoning Research Seclon
$56,200,000
Pagel of 2
Olivo, Jose
From: Benitez, Hong (Hong. Benitez @dot.state.fl.us)
Sent: Thursday, March 26, 2009 11:08 AM
To: jgmoas @townofinedley.com; 'Melvin Wolfe'; Tom Benton; Scott Davis; Olivo, Jose; Aubruri, Carol;
Balogun, Ajibola; cwmjpena @belisouth.net; Jose Ness!; Diana Santander
Cc: Thomas, Linda; Alvarez, Teresita; Bravo, Alice; Boucle, Aileen
Subject: FDOT District 6 ARRA/Stimulus Program LAP Workshop
Good morning,
I have emailed you earlier this week regarding ARRA Project Workshop hosted by FDOT District 6.
This email will serve as our formal invitation to all local agencies that will be managing federal funded
projects under 2009 ARRA program. Attached is our final workshop schedule for our local agencies and
their assigned FDOT project managers. Please note that each agency has been assigned a specific
time to meet with a specific project manager. Below are additional information about this workshop.
Time: Tuesday, March 31, 2009. See attachment for your specific schedule.
Location: Florida Department of Transportation,
District 6 Auditorium
1000 NW 111 th Avenue
Miami, FL 33172
Contact: Hong Benitez (305) 470 -5471
Attendee: Agency Official Responsible for ARRA Program /Project Management
Consultant currently working with your agency
FDOT Project Managers
Information to Bring with You, if applicable:
1. Scope of Services
2. Plans
3. Specification Packages
4. Agency Bid Documents /Request for Proposal /Request for Bid
5. Copy of LAP Agreement
6. Copy of LAP Construction Checklist
7, Project Location Map
B. Right of Way Documents
9. Environmental /Permitting Issues /Questions
10. Any questions you may have
The purpose of this workshop is to assist local agencies and their consultants in preparation for their
final project submittal. The deadline for all agencies to submit their projects, executed LAP Agreements
and LAP Construction Checklist is April 15. We will do our best to assist you in the process. During the
workshop, we will have our staff from Right of Way Office and Environmental Office to assist you with
your questions; as for all projects under current ARRA program, the local agencies must have already
acquired the Right of Way following all applicable federal laws; and the agencies must have all permits
cleared, with exception of Design /Build projects.
I am looking forward seeing you next Tuesday. If you have any questions, please contact me.
3/31/2009
Page 2 of 2
Hong Benitez, PE
Senior Project Manager
Florida bepartment of Transportation
1000 NW 111th Ave. - Room 6247
Miami, Florida 33172
(305) 470 -5471
3/31/2009