Res. No. 137-99-10761I
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
jj
34
35
36
37
38
39
40
41
42
43
44
45
RESOLUTION NO.137-99-10761
A RESOLUTION OF THE MAYOR AND CITY
COMMISSION OF THE CITY OF SOUTH MIAMI,
FLORIDA,RELATING TO CONTRACTS,
CONCERNING STREET DESIGN,AUTHORIZING
THE CITY MANAGER TO ENTER INTO A
CONTRACT WITH MC HARRY &ASSOCIATES,
INC.,NOT TO EXCEED $23,925.00,WITH THE
DISBURSEMNT TO COME FROM ACCOUNT NO.001-0000-131-143QENTITLED "^TRAFFIC CALMING »
WHEREAS,the Mayor andCity Commission of theCity of South Miami has identified
the need to slow traffic and improve pedestrian crossings at SW 64th Street and 59 Place,and;
WHEREAS,theCityhas received aFederal Community Development BlockGrant
(CDBG)forthe design and implementation of atraffic calming and pedestrian crossing
improvements project atthis site,and;
WHEREAS,the Miami-Dade Office of Community &Economic Development (OCED),
the overseer of CDBGdisbursals,hasapprovedtheMCHarry&Associates,Inc.contract
extension forthe design of the traffic calming improvements.
NOW,THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA:
Section 1.TheCity Manager ishereby authorized to enter intoa contract with
MCHarry&Associates,Inc.,based upontheOCED authorization of this firm,atacostnotto
exceed$23,925.00fortheproject.
Section 1.This resolution shall become effective immediately after approval.
PASSED AND ADOPTED this 8th day of June,1999.
ATTEST:APPROVED:
READ AND APPROVED AS TO FORM:
CITY ATTORNEY
Jvc^y/^mmm^
MAYOR
COMMISSION VOTE:
Mayor Robaina:
Vice Mayor Oliveros:
Commissioner Feliu:
Commissioner Russell
Commissioner Bethel:
5-0
Yea
Yea
Yea
Yea
Yea
CITY OF SOUTH MIAMI
INTER-OFFICE MEMORANDUM io Ab^
TO:Mayor and Commission
FROM:Charles D.Scurr
City Manager
DATE:June 8.1999
SUBJECT:Agenda Item #
Commission Meeting.
June 8.1999
AUTHORIZATION OF THE CITY
MANAGER TO ENTER INTO A
CONTRACT WITH MC HARRY &
ASSOCIATES,INC.,FOR THE
REDESIGNTHE64thSTREET
TRAFFIC CALMING PROJECT
AT A COST NOT TO EXCEED
$23,925.00.
TheattachedresolutionseeksapprovalfortheCityManagertoenterintoacontractwith
MC Harry &Associates,Inc.,(MC Harry)for the redesign of the "64th Street Traffic Calming
Project".Asyouknow,theCityhasreceivedaFederalCommunityDevelopmentBlockGrant
(CDBG)for improvements to SW 64th Street in order to facilitate pedestrian crossing and to
'"calmtraffic'"(i.e.,alterthe design speed of theroad)inorderto encourage safe driving.
The intersection of SW 59th Place and SW 64 Street is the proposed area for intersection
improvements.In1996,MC Flarry wasapprovedbytheCity Commission and Miami-Dade
Office of Community &Economic Development (OCED)to prepare a traffic calming plan.
However,thisearly generation designwas disapproved byPublicWorksdueto certain safety
concerns.The attached resolution would authorize MC Harry to redesign the plans pursuant to
an alternate design concept developed byPublicWorks(see attached plan).
The new design would incorporate a landscaped median,decorative sidewalks,a "s-turn"
roadwayfortrafficcalming,andare-alignedintersectionfortrafficsafety.Dependingonthe
totalconstructionbudgetfortheproject,itmayalsobepossibletoadddecorativestreetpavers
and other amenities aswell.Youshouldnotethatthe City's Development Action Committee
hasreviewedandapprovedthis proposal.Furthermore,thecontractextensiontoMCHarry&
Associates,Inc.,has been approved by OCED.
The total expenditure would not exceed $23,925.00,and the disbursement would come from
Account No.001-0000-131-1430 entitled "OCED Traffic Calmine Grant".This account
currently has a balanceof'S30.000.00 remaining.
JUN-08-99 MOM 02:20 FN
s
OCEDCD DIVISION
MIAMI-DADE COUNTY FLORIDA
June?,1999
FAX NO.3726303 P.03/04
OFFICE OF COMMUNITY AND ECONOMIC DEVELOPMENT
140 WEST FLAGLER STREET
SUITE 1000
MIAMI,FLORIDA 33130-1561
(305)375-3431
FAX (305)375-3428
David K.Goodin
EngineeringInspector
City of South Miami
6130 Sunset Drive
South .Miami,Florida 33143
Dear Mr.Goodin:
This letter is in response to your correspondence of May 24,1999 requesting approval ofan extension of
yoursubcontractwithMCHarry&Associates,Inc.
Our office has approved your request for an extension of this sab contract for design services through
September 30,1999.The maximum amount of $23,925 does not represent an increase over the original
amount of the subcontract.Itis the understanding of OCED that this extension will be the last one
required to complete the design phase of the 64th Street Traffic Calming Project associated with
Community Development Block Grant (CDBG)ftmding.
If you have any further requests or questions,please contact vour Contract Officer,David Sweet,at
(305)375-3612.
'Tony E.Crapp,Sr.
Director
TEC/dws
cc:Awilda Brown
JUN-08-99 MON 02:19 PM OCED CD DIVISION FAX NO.372 6303 P.02/04
Miami-DadeOCED
Miami-Dade OCED
Memorandum
To:TonyE.Crapp,Sr.,Director
From:Arturo Tigera,Director,CDD
CC:Felipe M.Rivero,III,Supervisor
Contract Management Section
Awilda Brown,Supervisor
Fiscal Unit
David Sweet,Contract Officer
Date:Monday,June 7,1999
Subject:Approval ofExtension of Sub
Contract between City of South
Miami and MC Harry &Associates,
Inc.for Design Services
Attached foryour review andapprovalis the sub contract agreement
extension between theCityofSouthMiamiandMCHarry&Associates,Inc.
for design services associated with the 64th Street Traffic Calming Project
TheCityEngineering Inspector,David Goodin,hasindicatedthat additional
work is needed to complete the design including modifying the proposed
designtoaddresstrafficsafety concerns raisedby Miami-Dade PublicWorks
Department and to develop a sedimentation and erosion control plan
pursuant to environmental requirements.Itis estimated that this work will
be completed by September 30,1999 and the maximum amount of $23.925
does not represent an increase over the original amount of the sub contract.
Itisthereforerecommended that thissub contract extensionbe
approved for execution.
Ac Lfi(^
APPROVED DATE
DISAPPROVED DATE
UNEITEM
0181 SALARIES
0183 FICA
0186 LIFE
0185 HEALTH
0189 DENTAL
0187 WORK COMP
0188 UNEMPLOYM
CDBG 95
TRAFFIC CALMING
1840
PFI-3 PFI-3
BUDGET REIMBURSED
31,584.00 30,328.63
2.416.002.349.74
PFI-3
DIFFERENCE
1.255.37
66.26
s,ffl^TgtACT*:•rrtlQ**^'.If-jr-\»-.........—rr-rt-•-i—t r ,|,,___^^
O
P
E
R
A
T
I
C
O
N
T
R
A
C
T
U
3101 TELEPHONE
3109 ELECTRICAL
3111 WATER &SEW
3115 POSTAGE
3121 TRAVEL
3146 BOND REPRD COST
3168 TELEPHONE-LEASE
2101 AUDIT
2104 ARCHITECTUALENG
2105 CONSULTINGENG
2111 LOCATION STUDY
2135 LEGAL ADS
2117 OUTSIDEVEHICLE
2511 OFFICE RENTAL
2305 LIABILITYINS
2509RENTOFCOPY MACH
1.200.00
100.00
600.00
1.336.56 (136.56)
100.00
600.00
875.00
10,350.00
502.85 1,497.15
875.00
10,350.00
2,000.00
2,000.00
500.00
2,140.00
320.00
(140.00)
180.00
®^s^s^s^a»^»Ki«iiji
C
o
M
M
O
D
C
A
P
I
T
A
4701 OFFICE SUPPLIES
4705COMPUTERSUPPLIES
4506 LIGHTING&WIRING
4907 SPECIAL SUPPLIES (TEXT)
4929 CLOTHING &UNIFORMS
4952 SODDING&FILL
9108SITEPREPARATION
9408 CONSTRUCTION
9501OFFICEEQUIPMENT
9521DESKTOPCOMPUTER
9122 IMPRV MADE TO LAND
9905 DESIGN
TOTAL
5.000.00
3.000.00
54.375.00
30,000.00
144,000.00 47.327.78
5.000.00
3.000.00
54,375.00
30,000.00
96,672.22
Ifcviei
Dale:
Mmphcurrentpostedspeed,
15mphproposed
ie(ll)j:l)KC
rally:*!THECITYOFSOUTHMIAMI
"C«t.yofPleasant.Livin""
!2'widedrivelanesforSlUilIhliliwl
10'widedrivelanesforSW5111h|'|;„r'
10degreeR/IVrolaliona!inlerscclion.
20degreeforapproachloinlersection
16"long,0.5'wideautomobile
50'longMDTAIlus
u'BApplicationjTR4PPF'
HardeeDriveCDBGProje;:l.Irmmr.
SftfiiUiS'l.rceUMI.hPIacj!i?uam
shut
c-l
J
CiryofSoufhMiami
')I30SunsetDrive.SouthMkimi.Florida33I43
Mav24.1999
Mr.A.B.Mumford.PrincipalPlanner
OiliceofCommunity&EconomicDevelopment
140W.FlaglerStreet.Suite1000
Miami.Florida33130
Rc:Hie64'"StreetTrafficCalmjmjCDBGProject
Requestedapprovaltoexpandpreviouslyawardeddesignservicecontract
DearMr.Mumford:
Asyouwillrecall,thefirmofMCHarry&Associates.Inc..waspreviouslyapprovedand
K«AddZa"TreeCti°nimT;ementSforthC64*hStfCCt™ficCaW-ICDS Iroject.Additionalwork,snowneededtocompletethedesign,including:modify!,,*the pcposeddesigntoaddresstrafficsafetyconcernsraisedbyPublicWorks,andtoevelop
sedimentationanderosioncontrolplanpursuanttoOCEDregulations.
Therefore,yourDepartment'sapprovalissoughttoextendthecontractofMCHarrv&
S^lhC^<"«"•A*^«-I.aware.,lme,softheessence-withthisCDBGproject,yourassistancetoexpeditethisrequestwouldbegreatlyappreciated.
Pleasecallmeifyouhaveanyquestionsat(305)663-6350.
Verytrulyyour
avidK.Goodin
EngineeringInspector
cc:CharlesD.Scurr,CityManager
SubrataBasu.PlanningDirector/ACM
DianaMorris.CRADirector/ACM
FernandoJ.Rodriguez,PublicWorksDirector
MariaMunro.ChiefAccountant
'"CityofPleasantLiving"
May17,19GQ
FeeProposal
MCHARRYASSOCIATES
ItV.MTC
To:Davk:Goodin,CityofSouthMiami
Project:64thStreetTrafficCalmng&59thPlace
Wearepleasedtopresontherew.thourestimateofman-hoursandf&asrequiredloprovdedesignand
constructiondocumentsentheIrrprovcmentato64thstreeta:SQthplace.Thecivilengineeringrelatedherein
willbeprovidedbyKlmlay-HomandAssociatesasasub-comultanttoMCHarry.Pleaserefertotheirproposal
toMCHarry.datodMay5,1G9Dforadditionaldetaileddescriptionofservices.
ICivilEngineering
P'QjArchPrlnLEngineerjDreft
Hrlyrate,$75$120560$60
Task
Task1-SltoSurveyj
MtimoDiiijn.on;upa«ioaconceptitlirnM»»;retrieve
archivedCA00filet;Kln»tyHonwf|ra\lewjurvoydata
completedprovtou»jybySctnmipftt^ShliMifpandwH
rcaLortacdmonalinformationIfnscamc.ROM-cf-v.'jy
aqu:»l*loni«notanticipated.
82e
i
Task2-MasterPlanPreparationI
FromturvayCADD(Mlprovidedptavtoiaiy,*imjw
moitarpfanlayoutgeorrwtrywWbedev«|,>padbauden
theIkotcnprovlfladbyIraCityoTSouthMiami.Tnebaita
tortntca*icnwUcettiajMjeml-DadeCo<niyDea^H
J
1221816
__
Standard*arcFDOTdealgnatandarBe-1C0*."Pie
arflwmowin«nowin«geometriclayouialongwith
propo*i3Imdacapirgovertopo'tbatopogrepWcbus
—rrappno.Teemmettlnflwithoty;Meeting*.FPL;
'mcorporato;ommsnt*;2coplaaoffinalcan
j
Task3•ConstructionPlans
r—1!
prcviaecoruruewnplan*consutnocfJboU7inteia
(hodanaiandvsrtlcolcontrolpbna:srjVfg,pavement
me/klno:andecapeendconetructlonoMatu.Reviewand
Qualitycorr.ro!
___40a39134
Task4a-ContractDocuments(FrontEnd)
.»—
m»ciry«r»rprovweaetondaradocurrerteir.dHj'tai
bm(lratnjctJor«tpBidden;ContractforConvructlon;
StandardunaSpactaicondition*),CooiuKamwIIreview
tno*odocumentsandwinprovideracorrfnandadrevision*
by'red-Una'.TheCitywlflhevatheiratumayreviewthe
rodiinscommentiandaphorizedthoInxwporetionofthe
epcrovedrevision*Intothoprojectdoevmente.
!
I
___4210
I
I.
II
I
Task4b-PermittingRbvIbw
DrainageCalculations&appllctoDERM312
TotalHrs0712\877503ffl
|Total3oyStaff
Task4c-ExfiltrationTests
S5,02551,440$6,960S9.000
E Exclusionsmm==—w^^
PreparationofRight-of-way
RedesignofdrainagesystemtipmeetadditionalDERMofSFWMDrequirements
ConductingsubsurfacegeotecmlcalInvestigations
ProvidingConstructionphaseservices
PreparationofPermitappljcatkjns
Makingtrafficcountsorundertakingtrafficanalysis.
23,925
$22,425
S1,500
Jamesw.PlersolAccepted-CiryofS.Miami
c'd
s
£
uj
S
3
can Kimlsy-How
end Associates,Inc
iv •*»ii«i —.J-'o
May 5,1999 suits iS7
510CN.W3JrdAv»ni3
Ft.juderJfllft.F.Ofidi
Mr.Thomas Carlson,AIA t ®309
Principal
MC HARRY ASSOCIATES
2780 S.W,DouglasRoad
Miami,Florida 33133
Re:Scope of Services for $W64(h Street andSW 59th Place
Dear Mr.Carlson:
Kimley-Horn and Associates,Inc.is pleased to submit this proposal for j
providing engineering services to prepare plans,specifications and assist inthe
preparation ofthebid documents for this improvement.We have reviewed }he
proposed schematic drawing provided bythe City of South Miami.Our
proposed scope of services,schedules and fee follow:
SCOPE OF SERVICES
Task I -Field Survey (as provided by MC Harry)
i
The Engineer will review survey data previously collected for this project.If
needed,a request fot additional survey information (as determined bythe ,
Engineer)willbe forwarded toMC Harry.MC Harry will forward our request
totheirsurveyorforcollection of therequested data.
Itisnot anticipated thatright of way acquisition willbe required.MC Harry's
surveyor will provide survey services associated withthe preparation of
sketches andlegal descriptions forright of wayor casements acquisition should
theybe required.
Task 111 -Master Plan Preparation
The suivey filesprovidedbyMCHarrywillbethe foundation oftheproject
base mapping.We willdevelopaMasterPlanbasedupontheschematic •
drawingasprovidedbytheCity of SouthMiami.ThisMaster Plan will snow
thegeometriclayoutalongwithproposedlandscapingovertopthetopographic
base mapping.The basis for the design will be Miami-Dade County Design
Standards and FDOTs design standards asfoundinTheRoadwayandTraffic
Design Standards dated 1994.
TEL 954 739 2283 vw^>w>owNw»n*M*mnrwv««iMJ^4M
FAX 654 73B 2247
ran KlTllSy-HOm Mr.71ioraajCajleon.May 5.1999.PpaeJ
andAssociates,Inc.
Ateammeeting of representatives from theCity of SouthMiami,Miami-Dade
County,and Kimley-Hom willbescheduleduponthecompletion oftheDraft
Master Plan.Thepurpose of themeetingwillbetoreviewtheDraftMaster
Plan and solicit comments from attendees.
Aseparate meeting willbeheld with representativesfromthe City of South
Miami,Florida Power andLight (FPL),and Kimley-Horn to discuss project
lighting.Hie intent of thismeetingistohave FPL provide additional standard
lighting en theirexistingpolesforthe intersection.
The appropriate reviewcommentswillbe incorporated intothe Draft Master
Plan resulting inanApproved Final Master Plan.
Two copues of theFinalMasterPlanwillbeprovidedtoeach utility company
known tooperateinthe vicinity oftheproject.Each utility company willbe
requestedtoreturnoneset of redlined plans,identifying the horizontaland
vertical bcation of theirexistingand proposed facilities,toKimley-Horn.This
information willbe added tothe plans.Wewill attend uptoone(1)meeting
withtheutility companies toreviewthe project andidentifypossibleimpactsto
the Utility owners.
Task 111 -Construction Plans
The finai Construction Plans setwillbe prepared for reproduction athalfsize
sheets (11"x17")totake advantage of theease and quality of reproduction as
well asbeingamoreconvenientformatforuseinthefieldduringconstruction.
Wewill prepare aset of constructiondocumentsbaseduponthe Approved Final
Master Plan.Theplansshallcontainthe following information:
1.Acoversheetwillbe prepared containing projectidentification
information,avicinitymap,index of sheets andother information asmay
be appropriate.
2.Horizontal alignments andgeometric improvements will bedetailedonthe
topographicbasemapping.
3.Intersection grading informationwillbeshown.
4.General notesdefiningthe basis of design and construction requirements.
5.Required revisions tothe existing drainage system along with proposed
additional drainage elementsthatwillincludeconstructionnotesandj
details.'
V*>M!VC9MM0**amMWM\KtntMU6iliA}ttl.*w
nsn Kimley-HOm *.Mr.TtMtne*Cor:son.M*yS,lW.^aeel
and Associate,Inc.
6.Existingutilityinformation,asobtainedduringTaskI-SurveyData
Collection andthe information providedbythe respective utility owners
will,beaddedtotheplans.
7.Signing and Pavement Marking planswillbe prepared.
8.Landscape planwith necessary construction details and specifications.No
irrigationwillbeprovided.
Total Project Plan set would includethefollowing:
•KeySheet (I sht.)-Projecttitle,vicinitymap,Engineer of Record,and
other appropriate information.
•HorizontalControlPlansheet(1sht.)-Containingthegeometricand
horizontal alignment aswellas modifications totheexisting drainage
structuresonthecrossstreetsandproposeddrainagestructures.
•Vert cal ControlPlansheet (1 sht.)-Thissheetwillprovidevertical grading
information required to construct the intersections.Invert elevations forthe
drainagesystemwillbeincludedon tins sheet.
•Signing andPavement Marking Plan (1 sht.)-Signingandpavement
markingswillbedetailed.
•Landscape HorizontalControl Plan (1sht.)-Thissheetwilldetailthe.
location of treesandlandscapematerials.
•LandscapeMiscellaneousDetails(2 shts.)Nonstandardconstructiondetails
will be included on these sheets.
•Miscellaneous Construction details(1sht.)•Tin's sheet would include
specialdetailsforroadwayanddrainageconstructionelementsthatorenot
standardMiami-DadeCountyofFDOT construction details.
Task IV -Contract Documents J
TheCity of SouthMiami'sstandardcontract documents willbeutilizedforthis
project.MCHarryshallobtainandprovide Kimley-Horn withadigitalcopyof
theCity's current standardInstructiontoBiddeis,arecent Contract betweenthe
City ami aContractor,andtheStandardGeneralandSpecialProvisions.We
will review the documents provided by the MC Harry and recommend redjine
revisionstoitemsassociatedwith engineering elements.One(1)redlinedcopy
ofourcommentswillbereturnedtoMCHarryforforwardingtotheCity.;The
City will havetheirattorneyreviewtheredlinecommentsandauthorize trie
incorporation ofthe approved revisions,byCitystaff,intotheprojectcontract
can Kimley-Hom '.Mr.TfloranaCta.™,May5.:999.paB«4
and Associares,Inc.
documents.Technical Specifications will reference the Standard FDOT
Technical Specifications.Supplemental Technical Specifications will be
prepared bythe Engineer which address construction elements not included in
said standard specifications or that are included but require modifications.
Permitting
The schematic design provided by the City ofSouth Miami depicts two
locations (the northeast and southwest quadrants of the intersection)where low
spots in.the grading will be created.This layout will require two additional
inlets along with exfiltration trench for disposal of the stormwater runoff.These
improvements will require obtaining a pennit from DERM.Permit applications
along wiiJi drainage calculations and plans will be submitted to DERM for
review.All permit fees will be paid directly by the City of South Miami.
Reimbursables
It is anticipated that geotechnical services (exfiltration tests)will be required for
thisproject
Task V -Additional Services
Upon yoor authorization,we will provide any additional services that may tie
required beyond those described in Task II through IV.These services may
include but are not limited to such items as die following:
•Preparation of right of way acquisition sketches or descriptions.
•Redesign ofthe drainage system tomeet additional DERM or SFWMD
requirements.
•Conducting subsurface geotechnical investigations.
•Prov iding construction phaso services,
•Preparation of permit 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 ofthe project.
vw^^»*o^cMON»iiwi*«»Hiin*«w(MaieJ»riJM
ran Kimley-HOrn *.Mf.n«mni Canton..May J,199?.l»a;c J
and Associa*es,Inc.
FEE AND BILLING
We will accomplish the services outlined in the above scope for the lump sum
fees indicated below:
TaskI-?ieldSurvey S 900
TaskII-Master Plan Preparation S 1,400
Coordination Meetings S 1,200
Task HI—Contraction Plans $12,000
Task IV -Contract Documents $1,000
Permitting $900
Reimbursables $
S
1,500
Total for Tasks I-IV 18,900
Task V services,if any,willbe undertaken as directed bythe client onthe basis
of our hourly billing rates in effect at the time the services are provided plus an
amounttocovercertaindirectexpensesforthe project whichwouldinclude m-
house duplicating,facsimile,local mileage,telephone,postage,in-house
blueprinting,word processing and cellular phoue use.In addition,other direct
expense*;will be billed at 1.5 times costs.
Kimley-Horn's computer reimbursable expenses are billed at die hourly rate of
525.00.
Fees will be billed monthly based upon the percentage complete of lump sum
elements or for services actually accomplished for hourly rate elements.Billing
willbe due and payable within 25 days.
CLOSURE
The services described herein shall be performed as supplemental services
underthe original agreementbetweenKHAandMC HARRY andinthe
addition tothe matters set forth herein,our Agreement shall include,and shall
be subject to,the Standard Provisions as modified and previously agreed upon.
The term "die Client",as used in the attached Standard Provisions,shall refer to
MC HARRY ASSOCIATES.
If you concur in the foregoing and wish to direct us to proceed with the
aforementioned services,please execute the enclosed copy of this letter
agreement inthe space provided and return tome.Fees andtimesstated in this
Agreement are valid for thirty (30)days after the date of agreement by die
Engineer.
UM.MmnOOMMeffltoMiUtfAUdtTTCavMiMtlJr J..
csa Kimley-Horn
and A8socla.es,Inc.
I iv .—^K.—.O-'O
A*.ThomasCarlton,May 5.1999,Page 6
We appreciate thisopportunitytosubmita proposal.Please contactme if you
have anyquestions.
Very Truly Yours,
IUMLEYsHd&N AND ASSOCIATED,INC.
/W
R.Russell Barnes,III,P.E.
Vice President
RRB/ys
Agreed to this day of.
MC HA'fcRY ASSOCIATES
By:
(PrintorTypeName)
Attest:
(Printor Type Name)
Affix Corporate Seal:
_,1999.
,President/Vice President
,Secretary/Assistant Secretary
wiijcpM^OMMttnitaiaMAavnNvawatMNiVK