Loading...
Res. No. 151-01-11299RESOLUTION NO 151-01-11299 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA,AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH MCHARRY &ASSOCIATES FOR PROFESSIONAL ENGINEERING SERVICES FOR CONSTRUCTION ENGINEERING INSPECTION PHASE SERVICES FORTHE SW 64™STREET &SW 59th PLACE (TRAFFIC CALMING)INTERSECTION IMPROVEMENT IN AN AMOUNT NOT TO EXCEED $12,892.00;PROVIDING AN EFFECTIVE DATE. WHEREAS,the Mayor andCityCommissionwishesto provide trafficcalming improvements atthe intersection of SW 64th Street and SW 59th Place,and WHEREAS,the project funding agency,Miami-Dade County Office of Community& EconomicDevelopment(OCED),hasapprovedMCHarry&Associatesfortheworkaspart of their review process,and WHEREAS,the Mayor andCityCommission authorize theCity Manager to execute a Professional Services Agreement for Construction Engineering Inspection Service for SW 64th Street and SW 59th Place Improvement in an amount not to exceed $12,892.00. NOW,THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA: Section 1:The City Manager isauthorizedtoenterintoa contractual agreement with MCHarry &Associates fortheprofessionalservicesin connection with construction engineering inspection phase services for the SW 64th Street &SW 59th Place Improvement,in an amount not to exceed $12,892.00. Section2:Thattheattachedproposalbemadeapart of theresolution. Section3:The total amount $12,892.00 willbefunded through theFiscalYear1995OCED Community Development Block Grant. Section 4.This resolution shalltakeeffectimmediatelyupon approval. PASSED AND ADOPTED this 16th day of October 2001. APPROJ/ED: CITY CLERK "~MAYOR CommissionVote:^-0 READ AND APPROVED AS TO FORM:Mayor Robaina:Yea Vice Mayor Feliu:Yea £>.<£=ZzJJtf^Commissioner Russell:out of room CITY ATTORNEY CommissionerBethel:Yea YeaCommissionerWiscombe: CITY OF SOUTH MIAMI INTER-OFFICE MEMORANDUM To:Mayor and City Commission From:Charles D.Scurr ^;/j '1///<City Manager f sj a*S> Date:October 9,2001 4AgendaItem# Coram Mtg.10-16-01 Re:Authorization forthe City Managerto execute agreement with theMCHarry & Associatesfor SW 64th Street &SW 59th Place Intersection Improvement REQUEST A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA,AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH MCHARRY &ASSOCIATES FOR PROFESSIONAL ENGINEERING SERVICES FOR CONSTRUCTION ENGINEERING INSPECTION PHASE SERVICES FOR THE SW 64th STREET &SW 59th PLACE (TRAFFIC CALMING)INTERSECTION IMPROVEMENT INAN AMOUNT NOT TO EXCEED $12,892.00. BACKGROUND: Asyouknow,construction of thissix-year-oldprojectisabouttocommencesoon.Theprojectis currentlyoutforconstructionbids.Thepre-constructionmeetingwasheldonThursday,October 4,2001,bids will be received until 3:00pm Friday,October 19th 2001 and the bids will be openedpubliclyat3:05pmorshortlyafter,attheCity Commission Chambers.Thisprojectwill providemuchneededtrafficcalmingattheintersectionandfortheneighborhoodasawhole. Scheduledfortheintersectionistexture pavement,medianwith landscaping,pavement markings,andsignageandwatermain extensions.MCHarry&Associatesandtheirsub consultant (Kimley-Horn &Associates,Inc.)designedtheprojectandwe recommend thatthey continue providingconstruction engineering inspections fortheproject.Sincethisprojectis fundedbyMiami-DadeCountyoffice of Community&EconomicDevelopment(OCED),we havesecuredtheirapproval of MCHarry&Associatesfortheproject. RECOMMENDATION: ItisrecommendedthattheCityCommissionapprovethefundingfortheworktobeperformed. ATTACHMENTS: a Proposed Resolution •Proposal from MCHarry &Associates •OCED Approval letter MGHARRYdSSOGlflTES a r —I September 24,2001 « Ajibola Balogun,REM Director of Engineering and Construction Cityof South Miami 6130 Sunset Drive South Miami,Florida 33143 Re:64th Street Traffic Calming Improvements Dear Mr.Balogun: We are pleased to confirm our proposal to provide engineering services during construction of this project. M.C.Harry and Associates intends to sub-contract the bulk of these tasks to KimleyHorn and Associates,Inc.KHA has been working with M.C.Harry and Associates for several years now providing us with Civil Engineeering support on projects of this nature. The fee basis will be as outlined in the KHA letter of July 12,2001 with a 10%mark-up for administrative and project management costs.Therefore the total estimated fee estimate isas follows: KHA feeforconstruction phases services:$11,720.00 MCHarryfee:$1,172.00 Grand Total Estimated Fee:$12,892.00 Terms and Conditions shall be as outlined in the attached letter from Kimley-Horn Associates Inc.Dated July 12,2001. M.C.HARR-Y-&-ASSQCIATES,INC. Agreed tothisdayof _,2001 CITY OF SOUTH MIAMI By: Print Name and Title — •-•- a a Kimley-Horn andAssociates,Inc. Suite 157 5100N.W.33rdAvenue r i i^<->riAi Ft.Lauderdale.FloridaJuly12,2001 33309 Mr.AjibolaBalogun,REM Director of Engineering &Construction City of South Miami 6130 Sunset Drive South Miami,Florida 33143 Re:Scope ofServices for SW 64tit StreetandSW59th Place Post Design Services Dear Mr.Balogun: Kimley-Hom and Associates (ENGINEER)is pleased to submit this proposal for providing construction phase services associated with the above referenced project.This proposal is formatted intoseveraltasksthatwillallowyouto choose any combination orallofthe proposed tasksthatare outlined. Construction phase services provided bythe ENGINEER can include the following items: Pre-bid meeting Contractor award recommendation Citycouncil meetings related to contract award Contract negotiations withthe successful contractor Pre-construction meeting Attendproject meetings Perform onsite observations Provideshop drawing review Contract administration Compile Record Drawings Itis anticipated that construction ofthe above refemeced project will require no more than 100 daysfor completion.Services willbe performed inclose coordination withthe City: \\STAN\VOL1\^gOJECT\MAWCETrN\rbanies\SW64St&59Plpostdesign.doc TEL 954 739 2233 FAX 954 739 2247 Kimley-Horn and Associates.Inc. Taskl Mr.Ajibola Balogun,July 12.2001,Page 2 SCOPE OF SERVICES The ENGINEER shall consult with and advise the CITY and act as its representative for the proposed street improvements during the bidding process. This task includes attendance at the pre-bid meeting and a recommendation of thelowestqualifiedbidder. Tasks 2 The ENGINEER agrees to attend one pre-construction meeting,and up to three (3)progress meetings (as scheduled by the ENGINEER)with the Contractor(s) to assess the project schedule and Contractor progress for the duration of the construction process. Task 3 AResident Project Representative (RPR)will be furnished by the Consultant and shall act as directed by the ENGINEER in order to assist the ENGINEER in observing performance ofthe work of the Contractor(s). The RPR siiaii make two visits to the site permonth at the various stages of construction to observe the progress and quality of the executed work of Contractor(s)and to determine ifsuch work is proceeding in general accordance with the Contract Documents.The RPR shall not be responsible for the means, methods,techniques,sequences,or procedures of construction selected by Contractors)or the safety precautions and programs incident to the work of Contractor(s).The RPR's efforts will be directed toward providing the CITY with a greater degree of confidence that the completed work of Contractor(s) will conform to the Contract Documents.The RPR shall not be responsible for the failure of Contractor(s)to perform the work in accordance with the Contract Documents.During such visits and on the basis of on-site observations,the Consultant shall keep the CITY informed ofthe progress of the work,shall endeavor to protect the CITY against defects and deficiencies in such work,and may disapprove or reject work ifit fails to conform to the Contract Documents. The Consultant shall perform the observations in accordance with the standard of careoftheprofessionatthetime of service. The RPR agrees to prepare and submit weekly reports of the field staff describing the general working conditions,areas of construction activity,tests performed,andspecialandunusualevents. USTANWOl l\PROJECTVMAJU;ETIN\rbames\SW64St&59Plposidesign doc Kimley-HOm Mr.Ajibola Balogun.July 12.200!.Page 3 and Associates,Inc. Task 4 The ENGINEER shall review and approve (ortakeother appropriate action in respect of)Shop Drawings (asthattermisdefinedinthe General Conditions of each construction contract)andsamplesandotherdatathateach Contractor is required to submit butonlyfor conformance with the design concept ofthe Projectand compliance withthe information given intheContract Documents (suchreviewand approval,orother action,shallnot extend tomeans,methods, sequences,techniques or procedures of construction,orsafety precautions and programsincidenthereto).The ENGINEER shallperformthesereviewsin accordancewiththestandard of care of theprofessionatthetime of service. The ENGINEER shall consult with and advise the CITY astothe acceptability of substitute materials and equipment proposed bythe prime contractor(s) hereinafter called "Contractor(s)". Task 5 The ENGINEER shallissueinstructionsoftheCITYtoContractor(s);issue necessary interpretations and clarifications of the Contract Documents andin connection therewith,prepare change orders as required;have authority,asthe CITY's representative,to require spc-ial inspection ortestingofthe work;and actasinitialinterpreter of therequirements of theContractDocuments pertainingtotheexecutionandprogress of thework. Task 6 Based onthe ENGINEER'S on-site observations and on review of applications forpaymentandthe accompanying dataand schedules,theENGINEERshall determine the amounts owing to Contractor(s)and recommend in writing payments to Contractor(s)in such amounts.Such recommendations of payment willconstitutearepresentationtotheCITYbasedonsuch observations and reviewthatthe work has progressed tothe point indicated andthat,tothebestof the ENGINEER'S knowledge,information,and belief,the quality of work is in accordance with the Contract Documents (subject to any qualifications stated in the ENGINEER'S recommendations),and that payment ofthe amount recommendedisdueContractor(s). \\STAN\VOLl\PRO^CTMARKETIN^rbarnes\SW64St&59Plpostdesign.doc Kimley-HOrn Mr.Ajibola Balogun.July 12,2001,Page 4 and Associates,Inc. Task 7 The ENGINEER shall review the Project to determine if the Project is substantially complete and conduct a final review to determine ifthe work has been completed in accordance with the Contract Documents.If each Contractor has fulfilled all of his obligations thereunder,the ENGINEER may recommend, in writing,final payment to each Contractor and may give written notice to the CITY and the Contractor(s)that the work is acceptable (subject to any conditions therein expressed).Any such recommendations andnoticeshallbe subjecttolimitationsexpressedinTask6. The ENGINEER shall not be responsible for the acts or omissions of any Contractor or subcontractor,any of the Contractor(s)'or subcontractors)' agents or employees,orany other persons (except the ENGINEER'S own employees and agents)at the site or otherwise performing any ofthe Contractor(s)'work.However,nothing contained in Tasks 1 through 7, inclusive,shall be construed to release the ENGINEER from liability for failure toproperly perform duties undertaken by him inthisContractorinthe Contract Documents. FEE AND BILLING The ENGINEER will provide the services described in Tasks 1 through 7 on a lump sum basis.Payment tothe ENGINEER will bein accordance with the general services agreement.Expenses for the project such as in-house duplicating,facsimile,local mileage,telephone,postage,in-house blueprinting, computer time,and word-processing will be billed as 5.85%ofthe labor fee.°' Other direct expenses,if required,will be billed at 1.15 times cost.The fee estimate includes estimated expenses as shown. WSTANWOL l\PROrecnMARKETrNVbarnes\SVV6-4Sl&59Plpostdesi!{n doc Kimley-Horn w and Associates,Inc. FEE ESTIMATES FOR CONSTRUCTION PHASE SERVICES The fee estimate is based on an anticipated project duration of 100 days (approximately 15 weeks) Task 1:Bid Assistance: Project Manager 4 hours x $140.00=$560 00 En§ineer 3 hours x$100.00=$300 00 Expenses $50.00 Task 1 Total S 910.00 Task 2:Project meetings (includes pre-construction and 3progress meeting) Project Manager 12 hours x$140.00 =$1,680.00 Engineer 3 hours x$100.00 =$Woo C,erica!2 hours x$50.00 =$100 00 Expenses $IOQ.qq Task2Total S2,510.00 Task 3:Site visits include two visit per month (10 total site visits) RPR 40 hours x$70.00 = clericaI 8 hours x$50.00 = \\STAN\VOLl\PROJECTAURKETWrtarnes\SW6«t&59PlpoS<d«igndoc $2,800.00 $400.00Expenses—-_^0o.00 Task3Total S3,406".00 Task4:Shop drawing review Project Manager 2 hours x $140.00 =$280.00 En2ineer 15 hours x $100.00 =$1,500.00 C,erical 3 hours x$45.00 =$ioq^qq Task4Total SI,880.00 Task 5and 6:Contract administration (includes project scheduling,review- pay requests and contract modifications) Project Manager 10 hours x $140.00 =$1,400.00 C,erical 10 hours x$50.00 =$Woo Task5and6 Total Sl,900.00 Task 7:Site inspections to evaluate substantial and final completion Project Manager 3 hours x$140.00=$420 00 Engineer 6 hours x $100.00=$600 00 Expenses $10Q.QQ Task7Total 51,120.00 TOTAL FEE FOR CONSTRUCTION PHASE SERVICES $11,720.00 Kimley-HOrn Mr.Ajibola Balogun,July 12.2001.Page 6 and Associates,Inc. Task V-Additional Services Upon your authorization,we will provide any additional services that may be required beyond those described in Task II through IV.These services may includebutarenotlimitedtosuchitemsasthe following- •Preparation of right of way acquisition sketches or descriptions. •Redesign of thedrainagesystemtomeetadditionalDERMorSFWMD requirements. •Additionalmeetingsorfieldvisits. •Providing additional construction phase services. •Preparation ofpermit applications. •Making traffic counts or undertaking other traffic related analysis. SCHEDULE We will provide our services as expeditiously as possible to meet the schedule developed with you for the various elements of the project. Task V services,if any,will be undertaken as directed by the client on the basis of our hourly billing rates in effect at the time the services are provided plus an amount tocover certain direct expenses forthe project which would include in- house duplicating,facsimile,local mileage,telephone,postage,in-house blueprinting,word processing and cellular phone use.In addition,other direct expenses will be billed at1.5 times costs. Kimley-Horn's computer reimbursable expenses are billed at the hourly rate of $25.00. Fees will be billed monthly based upon the percentage complete of lump sum elements or for services actually accomplished for hourly rate elements.Billing will bedue and payable within 25 days. WSTANWOL l\PROJECT\N!ARKETIN\rbarnesVSW64St&59Plpostdesign doc Kimley-Hom M--Ajibola Balogim,July 12.2001.Pagu 7 andAssociates,Inc. CLOSURE The services described herein shall be performed as services under the general services agreement betweenKHA and CITY dated October13,200land shall include the addition of the matters setforth herein. Ifyou concur inthe foregoing and wish to direct usto proceed withthe aforementioned services,please execute the enclosed copyofthis letter agreementinthespaceprovidedandreturntome.Feesand times statedinthis Agreement are valid for thirty(30)days after the date of agreement bythe Engineer. We appreciate this opportunity to submit a proposal.Please contact meifyou haveany questions. Very Truly Yours, KIMLE^/^WAND ASSOCIATED,INC. R.Russell Barnes.Hi.P.E Vice President RRB/ys Agreed tothisday of ,200] CITY OF SOUTH MIAMI Bv: (Printor Type Name) _,CityManager Attest: (Printor Type Name) V,STAiN\VOLI\PROIECT\MARXETIN\ibarnes\SW64St&59Plpo$tdesigndoc MIAMI-DADE COUNTY,FLORIDA MIAMI-DADE OFFICE OF COMMUNITY AND ECONOMIC DEVELOPMENT 140WESTFLAGLER STREET SUITE 1000 MIAMI,FLORIDA 33130-1561 (305)375-3431 FAX (305)375-3423 Mr.Ralph Rosado Assistant tothe City Manager City of South Miami 6130 Sunset Drive South Miami,Florida 33143 RE:Multi Purpose Center Design Phase II and the 64th Street Traffic Calming Projects Dear Mr.Rosado: Jatu0nrrFPandenCe ^*"eSP°nSe t0 y°m'leHer °f May 15'2001 aild the f™l=from Ajibola SStSSKSSSS"Diiector for the City of South Miami requesting apiJal of OCED has epproved these two requests to increase the amounts for d,,,»r,subcontracts whierTwere Proi'ec'te Si!MUhi PUrP°f Center Design Phase "<«d fee 6-*Street Traffic CalmingProjects.In addition,your request to utilize aportion of these CDBG funds for aProject Manager ha^ aso been approved Please make sure that you prepare a budget modification form to reflect theschangesandsubmitittoyourContractOfficer,David Sweet,for final processing. 11s^zKMES&t'commumiy deve,opment—*-c~-- Sincerely, jTony E.Crapp,Sr. TrDirector TEC/dws Attachments To: From: CC: Date: Re: BBST$*z£r SilviaUnzueta,AssistantDirector,OCE( RickGlasgow,Director,CDDivision ZafarAhmed,AssistantDirector,CDDivision AwildaAshford,Supervisor,OCEDFiscalSection FelipeM.Rivero,III,Supervisor,ContractManagementSection DavidW.Sweet,ContractsOfficer(\K^4 July27,2001 ApprovalofIncreaseinAmountofCDBGfundstobeAllocatedfortheDesignofthe CityorSouthMiami's64StreetTrafficCalmingProjectSubContractwithMCHarry& Associates,Inc.J OfficeofCommunity andEconomic Development ^!™j£Wrsvif"fndapprovalisarequestbytheCityofSouthMiamitoincreasetheamount o,CDBGrundsallocatedtothedesignofthe641"StreetTrafficCalmingProject. OnJune7,1999OCEDgrantedapprovaltotheCityofSouthMiamitoenterintosubcontract agreemenwithMCHarry&Associates,Inc.forthedesignofits64*StreetTrafficCalmingProS addiS1Lc°JclBTe6$23'92f;u°Uet0delaySinthepr°J'ect'thedesi9nworkquiredchangesand ^diuonaltasksthathavecausedtheneedforadditionalfundstobeallocatedtothiseffortTheCityof tfthis^roStnOWreqU6StS^^^additi0nalS16,10°beappr°Vedf0rPaymentt0MCHarryfordes'3n Lmounf^h!rn°RrmTde?-that'SFT*^T*t0theCityofSouthMiamito"n«w«ethe .mounto,theCDBGallocationrordes.gnofthe64thStreetTrafficCalminaProjectwithMCHarry& Associates,Inc.to$39,925(anincreaseof$16,100). _iM°\ approvedDateDisapprovedDate