Loading...
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