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