Loading...
Res No 101-17-14902RESOLUTION NO: 101-17-14902 A Resolution authorizing the City Manager to execute a professional service work order for Marlin Engineering, for the professional engineering services to provide the City with design and Construction Documents for bicycle lanes in each direction along SW 64th Street from SW 62nd Avenue to SW 69th Avenue. WHEREAS} the Mayor and City Commission wish to enhance the existing transportation system and mobility choices available to residents} workers} and visitors of the City; and WHEREAS} the Green Task Force recommended this project as a good way to encourage more alternative transportation; and WHEREAS} this project was included in the South Miami Intermodal Transportation Plan which was approved by the City Commission; and WHEREAS} Commission has specifically budgeted for this project in the current years Capital Improvement Plan; and WHEREAS} Southwest 64 th Street is the longest East-West Route through the City} and one that will connect the Ludlam Trail with the Community Center} Poot Red Road Commons} and (almost) the Underline; and WHEREAS} Marlin Engineering} is one of four firms selected by Resolution No. 060-17- 14861} to provide professional service agreement for engineering services on as needed basis in accordance with Florida Statute 287.055} "Consultants Competitive Negotiation Act/} and WHEREAS} Marlin Engineering submitted a proposal for professional engineering services; and WHEREAS} the scope of services} staff allocation and man-hours were negotiated; and WHEREAS} the amount of $199}325 was found to be comprehensive and cost effective in its design approach; and WHEREAS, the Mayor and City Commission desires to authorize the City Manager to execute a professional service work order with Marlin Engineering} to provide the City with design and Construction Documents for the installation of bicycle lanes with a special protected separation from the motor vehicle travel lanes in each direction along SW 64th Street from SW 62nd to SW 57th Avenue and the creation of regular bike lanes in each direction along SW 64th Street from SW 62nd Avenue to SW 69th Avenue. NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA; Page 1 of 2 Res. No. 101-17-14902 Section 1. The City Manager is hereby authorized to execute a professional service work order for Marling Engineering, to provide design and Construction Documents for the installation of bicycle lanes with a special protected separation from the motor vehicle travel lanes in each direction along SW 64th Street from SW 62nd Avenue to SW 57th Avenue and the creation of a regular bike lane in each direction along SW 64th Street from SW 62nd Avenue to SW 69th Avenue, which will be in tandem with the special protected bike lane from SW 62nd Avenue to SW 57th Avenue and then the regular bike lane will continue on its own in each direction to SW 69th Avenue, for an amount not to exceed $199,325. The expenditure shall be charged $199,325 to the Capital Improvement Program Fund number 301-1790-519-6450 which has a balance of $995,000 before this request was made. Section 2. Severability. If any section, clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, this holding shall not affect the validity of the remaining portions of this resolution. Section 3. Effective Date: This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 16th day of May, 2017. ATTEST: APPROVED: COMMISSION VOTE: 3-2 Mayor Stoddard: Yea Vice Mayor Welsh: Yea Commissioner Harris: Yea Commissioner Liebman: Nay Commissioner Edmond: Nay Page 2 of 2 THE CITY OF PLEASANT LIVING To: FROM: DATE: SUBJECT: BACKGROUND: VENDORS & CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM The Honorable Mayor & Members of the City Commission May 16, 2017 Agenda Item No.: 5 Steven Alexander, City Manager A Resolution authorizing the City Manager to execute a professional service work order to Marlin Engineering, for the professional engineering services of bicycle lanes in each dir~ction along SW 64th Street from SW 69th Ave to SW 57th Avenue. The City desires to enhance the existing transportation system and mobility choices available to residents, workers, and visitor to the City. To improve mobility, the City is requesting professional engineering services to develop a design and prepare necessary construction documents for the installation of bicycle lanes with separation from the travel lanes in each direction along SW 64th Street from SW 62 nd to SW 57th Avenue and bike lanes along SW 64th Avenue from SW 62 nd Avenue to SW 69 th Avenue. Construction will be funded thru the Community Development Block Grant (CDBG) and People Transportation Plan (PTP). Marlin Engineering, is one of four firms selected by Resolution No. 060- 17-14861, to provide professional service agreement for engineering services on as needed basis in accordance with Florida Statute 287.055, "Consultants Competitive Negotiation Act. Professional Services were requested for the Drainage Improvement Project and a proposal was provided on May 10, 2017 that is comprehe.nsive .and cost effective for the services requested. PROPOSAL AMOUNT: Please refer to the consultant contract and fee schedules. FUND & ACCOUNT: Expenditures related to this contract shall be charged to the Capital Improvement Fund Account for an amount not to exceed $199,235. ATTACHMENTS: The expenditure shall be charged $199,235 to the Capital Improvement Program Fund Account number 301-1790-519-6450 which has a balance of $995,000 before this request was made. Resolution Resolution #060-17-14861 Professional Services Agreement Marlin Engineering proposal letter dated May 10, 2017 ·, .'.: ,', " :.. ' ~ : ' -: .. : r .. ., ' ••. .~' . , aritf"tl(i'r to:," :ne\v~ 'j(tlte:tdi":rdll' 'n':!':f::itle €Ifil:' Mani"et:,for'::dil'e (11';\WO', (2)i,year' ... =fi,;:~:,!i,;{.t.!;;.di~,~'~~ i~~thii;i;boilta-.ik " , " ,'f$,ctlf)n"~., ~ver..b.m~~ If;$,~V{$j!ctiOf1~'(llausej:$."t~nlii~,-'·or'phtase;;of·thIS: teSQJi(\[QIl .i~.:fQf.iljny 'te)j~f)~ hEi14: rijv.'lrdi;:Qt::U6.~4fi~ltijJ(Citl.al,;og·.:a.i¢.pii:tl::;~c)f'::tQt1\I).~t.tOt, r .: .;-~ I I I I I IEXHUBBT#6 'ROFIESS80NAl SER\?OCE AGIREIEMENT "Prcfessloll1lllD Ganem Emlglnaerlnl_ Arcll'lltecturall larvle<HIt RfQ tIPW20 D6a2a THIS AGREEMENT made and entered into this ~ .day of l.4\ I\~ tn . 20\\ by and between the City of South Miami, a municipal corporation (hereinafter referred to as Owner or CITY) by and throulh Its City Manager (hereinafter referred to as CITY 01T' City Manapi-) and V\ N\r' t-l ~ 14M \ t-l.€gg.'AA who is authorized to do business in the State of florida, (hereinafter referred to as the "CONSULTANTR). In consideration of the premises and the mutual covenants contained in this AGREEMENT, the parties aaree to the following terms and conditions: 1.0 General Provisions 1.1 A Nodee to Proceed wlDI be Issued by the' C~ Manaser. or his designee. followlB1i the signing of this AGREEMENT. This AGREEMENT does not confer on the CONSULTANT any ueluslve rights to perform 'Work on behalf of the Owner other than the work described In one or more Nodce to Proceed (hereinafter referred to as the "WORK"). nor does it oblipte the Owner in any manner to guarantee wOrk for the CONSULTANT. 1.2 The CITY ;vees that it will furnish to the CONSULTANT available data and . documents in the CITY possession penaini"l to the WORK to be perionned under this AGREEMENT promptly after the Issuance of the Notice to Proceed and upon written request of the CONSULTANT. 2.0 Sco.pe of Services. The CONSULTANT shall pedorm the work as set fgrth in the SCQpe of Seryices as described in the Notice to Proceed. 3.0 Time forCompIetjon 3.1 The semees to be rendered by the CONSULTANT for any WORK shall be commenced upon receipt of a written Notice to Proceed from the CITY subsequent to the execution of this AGREEMENT and shall be completed within the time set forth ·in the Notice to Proceed or other document signed by the City Manager, or designee. 3.2 A reasonable extension of time wllB be ganted In the event there is a delay on the part of the CITY in fulfillung its part of the AGREEMENT, chanp of scope of work or should any other events beyond the conuol of the CONSULTANT render performance of his duties impossible. 4.0 BasIs of Cornaensation: The fees for services of the CONSULTANT shall be determined by one of the followl .. methods or a. combination thereof. as mutually acreed upon by me CITY and the CONSULTANT. 4.1 A fixed sum: The fee for a task or a scope of work may be a fixed sum as mutually .. reed upon by the CITY and the CONSULTANT and If such an aareement is reached, it shall be In writing, signed by the CONSULTANT and the City Manager and attached hereto as ArrACHME.NT A: 4.2 Hourly rate fee: If there is no fixed sum or if additional work is requested without an agreement as to a fixed sum. the CITY IIrees to pay. and the CONSULTANT agrees to accept, for the services rendered pursuant to this AGREEMENT. fees in accordance with the hourly rates that shall indude all Tham. ,. Pepe 10IIlIll16 Pap 510166 135 I I \ wages, benefits, overhead and profit and that shalH be in writing. signed by the CONSULTANT and the City Man.,-and attached hereto as ATTACHMENT A. 5.0 Pmtment 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 as set forth In the schedule of payment as set forth in ATrACHM£NT A or, If no schedule of payment exhibit is attached to this AGREEMENT then payment Will be made 30 days folloWing the receipt of CONSULTANTs invoice as the work prop-esses but only for the work. actually performed and approved in writing by the C", Manager. 6.0 Rj&ht of Decisions. All services shall be performed by the CONSULTANT to the satisfaction of the CITY's representative, who shall deckOe 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, cpaaliLy. amount and value. The representative's decisions upon all claims, questions. and disputes shall be final, conclusive and bindi." upon the parties unless such determinatiOn is clearly arbitrary or unreasonable. In the event that the CONSULTANT does not concur in the Jud&ment of the representative as to IllY decisions made by him. CONSULTANT shall present his written objections to the City Manager and shall abide by the decision of the a., Manager. 7.0 Qwnenhip of DocYmeDiS. All repoll1S and reprodUCible plans, and other data developed by che CONSULTANT for the purpose of this AGREEMENT shall become the proper1¥ of the CITY without restriction or limitation. 8.Q Audit Rin. The CITY reserves the right to audit the records of the CONSULTANT relmted to this AGREEMENT at any time during the execution of the WORK and for a period of one' year after finaO payment is made. This provision is applicable only to projects that are on a time and cost basis. 9.0 Truthain Negotiations: If the contract amount exceeds the threshold amount provided in So 287.017 for category four, the CONSULTANT shall execute a truthalnanegotiation certificate stating that wage rates and other factual unit costs supporting the compensation are accurate. complete, and current at the time of contll'aCting. In such event, the oriJinai contract price and! any additions thereto shall be adjusted to exdude any Significant sums by which the CIt¥ determines the contract price was Increased due to inaccurate, Incomplete, or noncurrent wage rates and other factual unit costs. All such contract adlustments must be made within one year following the end of the contract. 10.0 SublettjD& The CONSULTANT shaD not assign or tranSfer Its rights under this AGREEMENT without the express written consent of the CITY. The CITY will not unreasonably withhold and/or delay Its consent to the assignment of the CONSULTANrs riahts. The CITY may, in its sole discretion, allow the CONSULTANT to assign its duties, obOptions and responsibilities provided the assIpee meets all of the CITY's requirements to the CITY's sole satisfaction. The CONSULTANT shaD not subcontract this AGREEMENT or any of the services to be provided by it without prior written consent of the CITY. Any asslanment or subcontracdng In violation hereof shall be void and unenforceable 11.0 Unaysborlzed A)1ens: The emploYment of unauthorized aliens by the CONSULTANT is considered a violation of Federal Law. If the CONSULTANT Imowin. employs unauchorized aliens. such violation shall be cause for unilateral cancellation of this AGREEMENT. This applies to any sub.CONSULTANTs used by the CONSULTANT as well. The CITY reserves the rlzht at Its discretion, but does not assume the obligation. 111_ F. Pepe 1011312016 Page 51 of 66 138 to require proof of valid citizenship or, in the alternative, proof of a valid sreen card for each person employed In the performance of work or providinl the loods and/or services for or on behalf of the CITY Indudin, pell'SOns employed by any independent contractor. By reserving this right, the CITY does not assume any obliption or responsibility to enforce or ensure compliance with the applicable laws and/or regulations. . 12.0 Warrant)'. The CONSULTANT warrants that it has not employed or retained any company or person. other th~n a bona fide employee workinl solely for the CONSULTANT, to solicit or secure this contract and that he has not paid or asreed to pay any company or person other than a bona fide employee workiDl soVeIy for the CONSULTANT any fee, commission, percentage fee, lifts all' any other considerations continpnt upon or resulting from the award or making of this contract. For breach or violation of this warranty. the CITY shall have the riFt to annul this contract without liability. 13.0 Termination. It is expressly understood and falreed that the CITY may terminate this AGREeMENT for any reason all' no reason and without penalty by either ded1nln& to issue Notice to Proceed authorizin, WORK. or, if a Notice to Proceed is Issued, CITY may terminate this AGREEMENT by wr~1I1 notice to CONSULTANT, and in either event the CITY's sole obligation to the CONSULTANT shall be payment for the work previously authorized and performed in accordance with the provisions of this AGREEMENT. Payment shaillOe determined on the basis of the work performed by the CONSULTANT up to the arne of termination. Upon termination. the CITY shall be entitled to a refund of any monies paid for any period of time for which no work wzs performed. ) 4.0 lIan. This AGREEMENT shall remain in force until the end of the term, which includes aU authorized nmewals, or unless otherwise terminated by the CITY. The term of this .-ment Is three (3) years from the issuance of the Notice to Proceed and one two- year option-to renew. The option to renew is at the dlscredon of the Cat)' Manlier. The CITY may terminate the contract without cause following 30 days advanced notice to the CONSULTANT. However. in no event shall the term exceed five (5) years followll1l the Issuance of the Notice to Proceed. 15.0 Default. Dn the event either party falls to comply with the provisions of this AGREEMENT. the agrieved party may declare the other party in default and notify the defauldng party in wrltil1l. If CITY is in default, the CONSULTANT will only be compensated for any completed professional services and CONSULTANT shall not be emlded to any consequential or delay damfales. In the event that· 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 any litigation between the parties arislna out of or relating in any way to this AGREEMENT or a breach thereof, each party shall bear Its own costs and legal fees. ]6.0 Insurance and Indemnification. The CONSULTANT qrees to comply With CITY's Insurance and Indemnification requirements that are set forth In ArrACHME.NT B. to mls AGREEMENT. 17.0 Agreement Not Excluslye. Nothing in this AGREEMENT shall prevent the CITY from employing odler CONSULTANTS to perform the same or similar services. ] 8.0 Codes. Ordinances and Laws. The CONSULTANT qrees to abide and be governed by all . duly promulgated and published municipal. county, state and federal codes, ordinances, rules. reguladons and laws which have a direct. bearing on the WORK involYed on this project. The CONSULTANT is required to complete and sil" all aftidavits, including Public Entity Crimes AffIdavit form (attached) pursuant to FS '11J7.133(3) (a), as required by the CITY's solicitation. if any, applicable to mis ~1P.Pepe ICJlI3I20 16 PapS] of" 137 AGREEMENT. 19.0 Jim. CONSULTANT shall ba responsible for payment of all federal, state, aRd/or local taxes related to the Work. inclusive of sales Wt If applicable . . 20.0 DOlI Free Wprkglace. CONSULTANT shall comply with CITY's Drug Free Workplace policy which is made a part of this AGREEMENT by reference. 21.0 Independent Contractor. CONSULTANT is an Independent entity under this AGREEMENT and nothing contained herein shall be construed to create a partnership. joint venture, or agency relationship between the parties. . 22.0 Duties and RMponslbilities. CONSULTANT agrees to provide Its servie:es during Q;he term of this AGREEMENT in accordance with all applicable laws. rules. regulations. and health and safety SW1dards of the federal. state, and CITY. which may be applicable to the service being provided. 23.0 Wcenses and Ceniftqtions. CONSULTANT shall secure all necessary business O!lIrad professional licenses at Its sole expense prior to executing the AGREEMENT. 24.0 Entire Ageement. Modification. and Binding Effect This AGREEMENT constitutes the entire agreement of the parties; incorporates all the uooerstandings of the parties and supersedes any prior aareaments. understandings. representation or negoda~on, written or oral. This AGREEMENT may not be modified or amended 8)(cept in writing. signed by both parties hereto. This AGREEMENT shall be binding upon and inure to the benefit of the City of South Miami and CONSULTANT and to their respective heirs, successors and assigns. No modification or amendment of any terms or provisions of this AGREEMENT shalO be valid or blndlne unless it compiles with this paragraph. This AGREEMENT. Ire general. and this paragraph, in p2l'timlar, shall not be modified or amended by acts or omissions of the pardes. If this AGREEMENT was approved by wrlaen resolution of the Cut)' Commission. or if slIJch approval is requlrecll by ordinance or the City Charter, no amendment to this AGREEMENT shall be valid unless approved by written resolution of the City Commission. 25.0 Jury Dial. . CITY and CONSULTANT knowingly. irrevocably voluntarily and intentionally waive any right either may have to a trial by jury in State or Federal Court proceedings in respect to any action, proceeding, lawsuit or counterclaim arising out of this AGREEMENT or the performance of the Work thereunder. 26.0 Valid!\}' of Executed COpies. This AGREEMENT may be executed in several counterparts, each of which shall be constnJed as an original. 27.0 Rules of Interpretation: Throughout this AGREEMENT the pronouns that are used may be substituted for male. female or neuter. whenever applicable and the singular words subsdaJted for plural and plural words substituted for slngular'wherev~r applicable. 28.0 Severabilit;y. If any term or provision of this AGREEMENT or the application thereof to any person or circumstance shall, to any extent, be invalid .or unenforceable. the remainder of this AGREEMENT, or the application of such term or provision to persons or circumstances other than those to which it is held Invalid or unenforceable. shall not be affected thereby and each and every other term and provision of this AGREEMENT shall be valid and enforceable to the fullest extent permitted by law. 29.0 Cumulative Remedies: The duties and obligations imposed by the contract documents. if any, and the rlJhts and remedies available hereunder. and, In particular but without limitation. the warranties. guarantees and obligations imposed upon CONSULTANT by the Contract Documents. If any. and thos AGREEMENT and the rights and remedies available to the CITY hereunder. shaiD be In addition to. and shall not be construed in any way as a limitation of. any rights and remedies available at law or In equity. by spedal guarantee or by other provisions of the Contract Documents. if any. or this AGREEMENT. In order to entitle any party to exercise any remedy reserved to it in this Thomas flI. Pep4l IGlll/aO!6 Page 54 ofi6 138 AGREEMENT. or existing In law or in equity. it shall not be necessary to give notice. other than such notice as maybe herein expressly required. No remedy conferred upon or reserved to any party hereto. or existing at law or In equity. shall be exclusive of any other available remedy or remedies. but each and every such remedy shall be cumulative and shall be In addition to every other remedy slven under this AGREEMENT or hereafter existing at law or in equity. No delay or omission to exercise any right or power accruing upon any default shall impair any such right or power or shall be construed to be a waiver thereof. but any such right and power may be exercised from time to time as often as may be deemed expedient. 30.0 Non-Waiver. CITY and CONSULTANT a,ree that no failure to exercise and no delay in exercising any right. power or privilege under this AGREEMENT on the part of either party shall operate as III waiver of mny right, power. or privilege under this AGREEMENT. No waiver of this AGREEMENT. In whole or part, including the prOvisions of this paragraph. may be implied by any act or omission and will only be valid and enforceabBe if in writll1l and duly executed by each of the parties to this AGREEMENT. Any waiver of any term, condition or provision of this AGREEMENT wiDI not constitute a waiver of any other term, condition or provision hereof. nor will a waiver of any breach of any term. condldon or provision constitute a waiver of any subsequent or succeedin, breach. The failure to enforce this AGREEMENT as to any particular breach or default shall not act as a waiver of any subsequent breach or default. 31.0 No Discrimination and Equal Employment: No action shaiS be taken by the CONSULTANT, nor wilD it permit any acts or omissions which result in discrimination aplnst any person, Including employee or applicant for employment on the basis of race. creed, color, ethllliciqf. national oriJln. religion. age. sex, familial status. marital status. ethnicity. sexual orientation or physical or mental disability as proscribed by law and that It will take affirmative acdon to ensure that such discrimination does not take place. The CONSULTANT shall comply with the Americans with Disabilities Act and It will take affirmative action to ensure that such discrimination does not take place. The City of South Miami's hiring practices strive to comply with all applicable federal regulations reaardlng employment eligibility and employment practices in general. Thus, all individuals and entities seeking to do work for the CITY are expected to comply with all applicable laWs, governmental requirements and reaulations, including the regulations of the United States Department of Justice penalning to employment eligibility and employment practices. 8y sl,nln, this AGREEMENT, the CONSULTANT hereby certifies under penalty of perjury, to the CITY. that CONSULTANT is in compliance with all applicable regulations and laws governing employment practices. 32.0 GovernjOllaws. This AGREEMENT and the performance of services hereunder will be governed by the laws of the State of Florida, with exclusive venue for the resolution of any dispute being a court of competent jurisdiction In Miami-Dade County, Aorlda. 33.0 Effect:iye Date. This AGREEMENT shall not become effective and binding until it has been executed by both parties hereto. and approved by the City Commission If such approval is required by City's Charter. and the effective date shall be the date of its execution by the last party so executing it or if City Commission approval is required by the City's Charter. then the date of approval by City Commission, whichever is later. 34.0 Third Party Beneficiary. It is specifically understood and agreed that no other person or entity shall be a third-party beneficiary hereunder. and that none of provisions of this AGREEMENT shall be for the benefit of or be enforceable by TlaamatlF.Pepe 1011'/2016 Page 55 of 66 ( 139 anyone other than the parties hereto. and that only the parties hereto shall have any rlpu hereunder. 35.0 Further Assurances. The parties hereto .,ee to seeute any and all other and further documents as might be reasonably necessary In order to ratify. confirm. and effectuate the intent and purposes of this AGREEMENT. 36.0 Dme of Essence. Time is of the essence of this AGREEMENT. 37.0 Inteqntatign. This AGREEMENT shall not be construed more strongly apinst either party hereto. reprdless of who was more responsible for its preparation. 38.0 force Majeure. Neither party hereto shall be in default of its failure to perform its obliptions under this AGREEMENT if caused by acts of God. civil commotion, strikes, labor diSputes, or pemmental demands or requirements that could not be reasonably anticipated and the effects ayolded or mitlpted. Each party shall notify the other of any such occurrence. 39.0 Subcomractlnr; !f allowed by this AGREEMENT, the CONSULTANT shall be as 'fully responsible to the CITY for the acts and omissions of its subcontractorslsubconsultants ~ It is for the acts and omissions of people direcdy employed by it. All subcontractorslsubconsulants and their qreements. If allowed by this AGREEMENT, must be approved by the CITY. The CONSULTANT shall require each subcoMractor. who Is approved by the CITY. to agree In the subcontract to observe and be bound by all obliptions and colididons of this AGREEMENT to which CONSULTANT is bound. 40.0 Public Records: CONSULTANT and all of Its subcontractors are required to comply with the pubtlC records law (s.II9.0701) while providln& lOods andlor services on behalf of the CITY and the CONSULTANT, under such conditions, shan incorporate this paraaraph in all of its subcontracts for this Project. Under such condition. CONSULTANT and its subContractors are speclflcally required to: <a, Keep and maintain public records required by the public apncy to perform the service; (b) Upon request fu-om the p ... b/lc agency's C!.Iscodian of pulbllc records, provide the public agency with a copy of me requested records or allow the records to be inspected or copied within a .-.asonmble time at a cost that does not exceed the cost provided In this chapter or as otherwise provided by law; (c) Ensure that pubbc records that are exempt or confidential and exempt from public recorc:b disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and! followlnc completion of the contract if the comractor does not transfer the records to the pubhc agency; and (d) Upon completion of the contract, transfer, at no cost, to the public apncr all public records In possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contracr, the contractor shall destroy any duplicate public records that are sempt or conftdentlal and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract. the contractor shall meet all applicable requirements for retainlnc publJc records. All records stored electronically must be provided to the public agency. upon request from the pUblic agency's custodian of public records, In a format that Is compatible with the Information t~hno/ogy systemS of the public aaency. IF THE CONTRACTOR HAS QUESTDOlNl5 REGARDING THE APPLICATION OF CHAPTIER Bl9, fLORIDA STATUTES, TO THE CONTRACTOR-S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODiAN OF PUBUC RECORDS AT 315-663-6340; IE-mall: mmellllendeZ@Solllthmlamlfl.pv; 6 n 30 Sunset Drive. South Miami, FL 33141. 41.0 Nodces. Whenever notice shall be required or permitted herein. It shall be Tho_F ..... ,. 10/131H16 PapS6 of 66 140 delivered by hand delivery. e-mail (or similar electronic transmission). facsimile transmission or certified mail, with return receipt requested and shall be deemed delivered on the date shown on the ewmaii or delivery confirmation for any facsimile transmission or, If by certifled mail, the date on the return receipt or the date shown as the date same was refused or unclaimed. If hand delivered to the CITY, a copy must be stamped with the official City receipt stamp showing the date of deliver; otherwise the document shall not be considered to have been delivered. Notices shall be delivered to the following individuals or entities at the addresses (Including e-mail) or facsimile transmission numbers set forth below: To CITY: With copies to: To CONSULTANT: City Manager, 6130 Sunset Dr. South Miami, FL 33143 Tel: (305) 668-2510 Fax: (305) 663-6345 E-mail: salexander@southmiamlfl.gov City Attorney 6130 Sunset Dr. South Miami. FL 33143 Tel: (305) 667·2564 Fax: (305) 341-0584 I:o mail: f;(»epe@soythm!~m'ff.gru!. 42.0 Corporate Authority: The CONSULTANT and its representative who signs this AGREEMENT hereby certifies under penalty of perjury that the CONSULTANT and Its ·representatlve have. and have exercised, the required corporate power and that they have complied with all applicable legal requirements necessary to adopt, execute and deliver this AGREEMENT and to assume. the responsibilities and obligations created hereunder; and that this AGREEMENT is duGy executed and delivered by an authorized corporate officer. in accordance with such officer's powers to bind the CONSULTANT hereunder. and constitutes a valid and binding obligation enforceable In accordance with its terms, conditions and provisions. BINI WITNESS WHEREOF. this AGREEMENT was signed on or before the date first above written subject to the tenns and conditions set forth herein. TIIomas F. Papa 1011311016 By. ............... ~ .................... ______ ___ S Alexander ~ City Manager 141 1 I I \ i I I I I I I ! i 1 I R.ead and Approved as to Form, LanlUa,ce, Leplltyand ExeCution thereoa! By; Thomas F. PepeJ Esq. Clay AtWU'ney "i!1Iomu'.f'@pe I(lI63/1016 142 1IIlnrt(:.s lifAS."Xlll'i:~.(i ADDENDUM TO IP'ROIFESSDONAR. SERV~CE AGREEMENT "ProfesslGnal GenerallEngineerln, and Architectural Sei"lflees" RFQ "PW20160~2 The City and CONSULTANT agree that a separate rotational list will be dedicated for work performed under a continuing professional service contract, as specified In the Scope of Services, for "Certified Arborists SlI!rvlces," and ill separate rotational list will be established for all CCNA professional services. "Certified Arborlsts Services" Is defined as: 61 Certified Arbor's! Servlws: Consultant may be called upon to review all tree removal permit applications that are submitted to ensure compliance. with the regulations out~lned In Section 20-4.5.1 of the City's land Development Code. The review indudes the initial site Inspection followed up bV the determination of mitigation (lind ill final Inspection. When needed, assist City Departments with other Issues related to the maintenance, preservation, and protection of trees on both private and public property. The rotational list for "Certified Arborlsts Services" will rotate every three (3) months among the CONSULTANTS. The City intends to retain a maximum of four (4) qualified firms under four (4) separate but similar Professional Services Agreements. _._--~ ----./" ./.----....... ~?7c0JZ/ ~~ By: ('L.!..~;7};!.. __ . BV:~_ ~-=:~~ ____ _ ! ~e"en Alexander, City Manager . )AIIf'€S. 5P'NttJ~ (Name of Signatory) Read and Approved as to Form, language, Legality and Execution thereof: By: ,'-:Z;:;;c-;.~h-~~ Thomas F. Pepe, City Attorney Thomas ,. P4Ip6I 1011311016 ATIACHMIi:NT A. "COIMIPIEINISATnOINl PP PROfESSIONAL 5ERVUCIE A@DaEIEMIEINIT "ijilrofeulonal GIIMraB l&aa1neerlnl and Archltlacturall Services" RFQ 18PW2111D6D2Z Page 59 of 6' 143 Professional General Engineering & Architectural Services RFQ #PW2016-22 Wage Rates Summary . Job Classification City of South Miami Benchmark Hourly Rate Principal $180.00 Sr. Project Manager $150.00 Project Manager $130.00 Senior Engineer $125.00 Senior Planner $125.00 Planner $85.00 Senior Traffic Engineer $125.00 Traffic Engineer $85.00 Senior Designer/Engineer $90.00 Designer $80.00 Engineering Intern $75.00 Senior CADD Technician $75.00 CADD Technician $65.00 GIS Technician $80.00 Senior Construction Inspector $90.00 Construction Inspector $75.00 Senior Landscape Architect $125.00 Landscape Architect $115.00 Landscape Architect Intern $70.00 Arborist $75.00 Utility Coordinator $90.00 Surveyor / Mapper $85.00 Survey Technician $60.00 2-Man Survey Crew $115.00 3-Man Survey Crew $125.00 4-Man Survey Crew $135.00 Fire Protection Engineer $90.00 Plumbing Engineer $90.00 Mechanical Engineer $90.00 Electrical Engineer $90.00 Geotechnical Engineer $120.00 Geologist $90.00 Environmental Scientist $85.00 Senior Administrative Assistant $65.00 Clerical $45.00 ATIACHtMI~Nl'.~ DNSURANCIC ar INIDEMNlIIFHCA'fDOINi ~~QUOR~IMIm:NlT$ PROfl!5SRONAL SlmVUCIE 6!.GREI2MENT "iP'roB'e»llcnmll GelllfaV'mlllElIDaineerluog Mall AlI'CihitcaUBIIBH 5«u'vh:ilIlI" !l1IFQ tlPW10 g 6-22 1.010 Insurance A Without limiting Its liability, the contractor, consultant or consulting firm (hereinafter referred to as "fiRM" with regard to insurance and Indemnification requirements) shall be requir4!d to procure and maintain at its own expense during the life of the Contract. insurance of the types and In the minimum amounts stated below as will protect the FIRM, from dalms which may arise out of or resuSt from the contrraet or the performance of the contract with the City of South Miami, whether such claim Is against the FIRM or any sub-con2lractor. or by anyonedirectBy or indirectly employed by any of them or by anyone for whose acts any of them may !be liable. ' B. No insurance required by the CITY shall be Issued or written by a surplus lines carrier unless authorized in writing by the CITY and such authorization shall be at the CITY's sole and absolute discr'etion. The FIRM shall purchase Insurance from and shall maintain th4! insurance wit91 a company or companies lawfully authorixed to sell Insunlnce In the State of Florida. on forms approved by the SUite of Florida. as will protect the FORM, at a minimum, from all claims as set forth below which may arise out of or result: from the FIRM's operations under the Contract and for which the FiRM may be legally liable. whether such operations be by the FIRM or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (a) claims under workers' compensation, disability benefit and other similar employee benefit acts which are applicable to the Work to be performed; (b) claims for damages because of bodily injury, occupational sickness or disease. or death of the FIRM's employees: (c) claims for damages because of bodily injury. sickness or disease, or death of any person other than the FIRM's employees; (d) claims for damages insured by usual personallniury IIzbility coverage: (e) claims for damages. other than to the Work itself. because of injury to or destruction of tangible property, including loss of use resulting there from; (f) claims for damages because of bodily injury, death of a person or property damage arising out of ownership, . maintenance or use of a motor vehicle; (g) dalms for bodily injury or property damage arising out of completed operations; and (11) claims involving contraclualliabllity insurance applicable to the AR.M's obligations under the Contract. 1.0 II Firm"s Insurance Generally. The FIRM shall provide and maintain in force and effect until all the Work to be performed under this Contract has been completed and accepted by CITY (or for such duration as Is otherwise specified hereinafter), the insurance coverage written on Florida approved forms and as set forth below: 1.012 Workers' Compensation Insuranc:e at the statutory amount as to all employees in compliance with the 'Workers' Compensation lawn of the State of Florida induding Chapter 440, Florida Statutes, ,as presently written or hereafter amended. and all applicable federal laws. Thomas IF. rape 10111/1016 Page 60 of6i 145 In addition, the policies must Include: Employers' liability zt the Statutory coverage amount. The FIRM shall further Insure that all of its Subcontractors maintain aPlPropriate lev~ls of Worker's Compensation Insurance. D .013 Commercial Comprehensive General Uablli\Y insurance with broad form endorsement. as well as automobile liability. completed operations and products liability, contractual liability, severability of interest with cross liability provision. and personal injury and p6"operty damage liability with limits of $1,000.000 combined single limit /per occurrence and $2,000.000 aarepte, including: .. Personal Injury: $1,000,000; ., Medical Insurance: $5,000 per person; " Propeny Damage: $500.000 each occurrence; 1.014 Umbrella Commercia! Comprehensive General Liabiliq insurance shall be written on til FRorida approved form with the same coverage as the primary insurance policy but in the amount of $1.000,000 per claim and $2.000,000 Annual Aggregate. Covlerage must be afforded on a 10nn no more restrlcdve man the latest edition of the Compre&nensive Gel1leral Uability policy, without restrictive endorsements. as filed by the Insurance Services Office. and mus'l indude: (a) Premises and Operation (b) Independent Contractol/'s (c) Products and/or Completed Operations Hazard (d) Explosion. Coillapse and Underground Hazard Coverage (e) Broad Form Property Damage (f) Broad Form Contractual Coverage applicable to this specific Contract. Including any hold harmless and/oll' ill1demniflcation agreement. (g) Personal Injury Coverzge with Employee and Contractual Exclusions removed. with minimum limits of coverage equal to those requill'ed for Bodily Injury Liability and Property Damage liability. 1.0 I S Business Automobile Uability with minimum limits of One Million Dollau-s ($1,000,000.00) plus an additional One Million Dollar ($1.000,000.00) umbrella per occurrence combined single limit for Bodily Injury liability and Property Damage Uabilitr. Umbrella coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile liablfity policy. without restrictive endorsements, as filed by with the state of Florida, and must indude: (a) Owned Vehicles. (b) Hired and Non-Owned Vehicles (c) Employers' Non-Ownership I.O! 6 SUBCONTRACTS; The FIRM agrees that if any part of the Work under the Contract is sublet. the subcontract shall contain the same insurance provision as required by of the Firm, other than the Fire and Extended Coverage Insurance and substituting the word Subcontractor foD" the word FIRM and substituting the word FIRM for CITY where applicable. 1.017 Eire and Extended Coyerage Insurance (Builders' RIsk), IF APPLICABLE: C. In the event that this contract involves the construction of a structure. the FIRM shall maintain, with an Insurance Company or Insurance Companies acceptable to the CITY, RBroad" form/All Risk Insurance on buildings and structures. InclUding Vandalism & Malicious Mischief coverage, while in the course of construction, including foundations. additions, attachments and all permanent fixtures belonging to and constituting a part of TIIomIU ~. Pejpe 10IIJl1016 146 I ! said buildlnp or structures. The policy or policies shall also cover machinery, If the cost of machinery Is included In the Contract. or if the machinery is located in a building that Is being renovated by reason of this contract. The amount of insurance must, at all . times, be at least equal to the replacement and actual cash yaQue of the insured property. Ttle policy shall be in the name of the CITY and the Firm, as their Interest may appear, and shall also cover the interests of all Subcontractors performing Work. D. All of the provisions set forth In Miscellaneous section herein below shall apply to this coverage unless it would be dearly not applicable. 1.0 18 Miscellaneous: F. If any notice of cancellation of Insurance Oil' change in coverage is issued by the insurance company or should any Insurance have an expiration date that will occur dunng the period of this contract, the FIRM shall be responsibDe for securing o1her accepcable insurance prior to such cancelladon. chanae, or expiration so as to provide continuous coverage as specified in this section md so as to m21lntain coverage during the life of this Contract. G. Ala deductibles must be declared by the fiRM and must be approved by the CITY. At the option of the CITY, either'the FIRM shall eliminate or reduce such deductible or the FIRM shall procure a Bond. in a form sat5sfactory to the em coverl.ng die same. H. The policies shan contain waiver of subroption against CITY where applicable. shall expressly provide that such policy or policies are primary over any other collectible Insurance chat CITY may have. The CITY reserves the right at any time to request a copy of the required policies for review. All policies shaID contain a "sevenbil\i¥ of interest" or "cross liability" clause without obligation for premium paymeuat of the can as weD as comractUaB liability provision covering the FIRM'S duty to indemnify the City as provided in this Agreement. I. BefOi"fj starting the Work, dle FIRM shall deliver to the CITY certificates of such Insurance, acceptable to the CITY, as well 'as the insunnce binder. if one is Issue~ the insurance policy, Including the declaration page and all applicable endorsements and provide the name, address and telephone number of the insurance agent or broker through whom the policy was obtained. The insurer shall be rated AVII or better per A.M. Best's Key Ratln: Guide. latest edition and authorized to issue insurance in the State of Florida. All insurance policies must be written on forms approved by the State of Florida and they must remain in full force and effect for the duration of the contract period with the CITY. The FIRM may be required by the CITY. at its sole discretion, to provide a "certified copy" of the Policy (as defined In Article I of this document) which shall include the declaration page and all required endorsements. In addition, the FIRM shal" deliver, at the time of delivery of the insurance certificate, the following endonements: . (3) a policy provision or an endorsement with substantially similar provisions as follows: Thomat F. PeJl4! 1011 JllO 16 "The Ci11 of South Miami is an additional insured. The Insurer shall pay all sums that the City of South Miami becomes legally obligated to pay as damages because of 'bodily InJury", 'property damage' • or "personal and advertising injury" and it will provide to the City all of the coverage that Is typically provided under the standard Florida approved forrins for commercial general liability coverage A and covenie Btl; . 147 (4) a policy provision or an endorsement with substantially similar provisions as follows: . "This policy shall not be cancelled (Inciuding cancellation for non-payment of premium). terminated or materially modified without first giving the City of South Miami ten (00) days advanced written notice of the intent to materially modify the policy or to cal'lcel or terminate the policy for any reason. The notification shall be delivered to the City by certified mail. with proof of delivery to the City." J. If the FIRM is providing professional services. such as would be provided by an architect, engineer. attorney, or accountant, to name a few. then in such event and in addition to the above requIrements. the fIRM shall also provide Professional Uability Insurance on a Florida approved form in the amount of $ i .000.000 with deductible per claim if any. not to exceed 5% of the limit of Diability providing for all sums which the FIRM shall become legally obligated to pay as damages for claims arising out of the services or work performed by the FIRM its agenu. representatives. Sub Contractors or IDSsigns, or by any person employed or r~U!lnecll by him in connection with this Agreement. This insurance shall be maintained for iour years after completion of the constfruaion and acceptance of any Project covered by this Agreement. However. the FIRM may purchase Spetlflc Project Professional liability insurance, in the amount and under the terms specified above. which is also acceptable. No insurance shall be issued by a surplus lines carrier ull1l~s authorized iUi writin: by the city at the city's sole. absolute and unfettered discretion. G. The Firm accepts and voluntarily Incurs all risks of any injuries. damages. or harm which might arise during the work or event that is occurring on the CITY's property due to the negligence or other fault of the Firm or anyone acting through or on behalf of the Firm. H. The Firm shall indemnify. deftmd. save and hold CITY, its officers. affiliates. employees. successors and assigns. harmless from any and aDl damages. claims. liability, losses. claims. demands, suits. fines. Judgments or cost and expenses. Including reasonable attorney's fees. paralegal fees and investigative costs incidental there to and incurred prior to, during or following any litigation. mediation. arbitration and at all appellate levels. which may be suffered by. or accrued against, charged to or recoverable from me City of South Miami. its officers. affiliates, employees. successors and assigns, by reason of any causes of actions or claim of any kind or nature. including claims for injury to. or death of any person or persons and for the loss or damage to any property aristng out of a negligent error. omission. misconduct, or any gross negligence. intentional act or harmful conduct of the Firm. its contractor/subcontractor or any of their offacers. directors. agents. representatives. employees. or assigns. or anyone acting through or on behalf of any of them. arising out of this Agreement. Incident to it, or resulting from the performance or non-performance of the Firm's obligations under this AGREEMENT. I. The Firm shall pay all claims. losses and expenses of any kind! 08" nature whatsoever. in connection therewith. including the expense or loss of the CITY and/or its affected Thomas F. Pepe 10IIlI2016 Pap £3 of '6 148 officers. affiliates, employees. successors and assigns, including their attorney's fees, in the defense of any action In law or equity brought against them and arising from the negligent error, omission, or act of the Firm, its Sub-Contractor or any of their agents. representatives, employees, or assigns, andlor arising out of, or incident to, this Aveement, or incident to or resulting from the performance or non-performance of the Firmas obligations under this AGREEMENT. . J. The Firm agrees and recognizes that neither the CITY nor Its officers. affiliates, employees. successors and assigns shall be held liable or responsible for any claims, including the costs and expenses of defending such c9alms which may result from or arise out of actions or omissions of the Firm, Its contractor/subcontractor or any of their agents. representatives, employees, or assigns, or anyone acting through or on behalf of the them. and arising out of or concerning the work or eveltt that is occurring on the CIlY's property. In reViewing, approving or rejecting any submissions or acts of !the Firm. CITY In no way assumes or shares responslbl91ty or liability for the acts or omiSSions of the firm, its contractor/slIIbcontractor or any of their agents. representatives, employees. or assigns, or anyone acting through or on behalf of them. B<. The Firm has the duty to provide a defense with an attorney or law tlnn approved by the City of South Miami, which approval will not be unreasonably withheld. L However. as to design professional contracts. and pursuant to Section 725.08 (I), Florida Statutes. none of the provisions set fonh herein above that are in conflict with this subparagraph shall apply and this subparagraph shal~ set forth the sole responsibility of the design professional concerning Indemnification. Thus, the design professional's obligations as to the City and its agencies. as well as to its officers and employees. is to indemnify and hold them harmless from lia9JiOi1ties, damages. losses, and costs. including. but not limited to, reasonllbie attorneys' fees. to the extent caused by the negligence, reclc&essness, or Intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the performance of the contract. Thomas IF. Pepe 10IIJIlOl6 THiS IS INCLUDeD UN THE GENERAL CONDITIONS END OF SECTiON Page6~ of 66 149 f\llARLIN Consultant Project Proposal· Date: May 10,2017 Dear Mr. Carmenates: Marlin Engineering, Inc. proposes to provide the services identified below for the project entitled "SW 64th Street from SW 69th Ave to SW. 57th Ave.", pursuant to the Professional Services Agreement provided by the City of South Miami for Civil Engineering Services. . I. General The project will primarily consist of the 1) Installation of bicycle lanes with separation from the travel lanes in each direction along SW 64th Street from SW 62 nd Avenue to SW 57 th Avenue (Segment 1) 2) Installation of shoulders (designated bicycle' lane ) adjacent to the main travel lanes in each direction along SW 64th Street from SW 69th Ave to SW 57th Ave (Segment 2) The scope of work outlines the effort required for the production of the construction documents: Scope of Work 1) Survey Activities include: Develop Topographic Survey and DTM points at specific locations. Project Baseline and RlW maps as per Miami-Dade County Maps and CitY of South Miami. (See attachment for additional details.) 2) . Plans Production/Analysis and Utility Coordination Activities include: A. Project Management B. Roadway Plans/Analysis C. Drainage Plans/Analysis D. Utility Clearance E. Signing and Pavement Plans/Analysis F. Permitting 1700 NW 66 tn Avenue, Suite 106, Plantation, FL 33313 • 954.870.5070 • www.marlinengineering.com r~ARLIN 3) Post Design Services/Construction Administration and Inspection Post Design Activities include: A. Attendance at the pre-construction meeting B. Responses to requests for information C. Review of Shop Drawings D. Design Revisions E. Field Meetings Construction Administration Activities include: A. Monitor Contractor Implementation and compliance with MOT plans along the project. B. Monitor roadway construction and widening/milling and resurfacing by Contractor based on design plans. C. Monitor the signing and pavement markings installation by Contractor. D. Monitor the regraqing of the swale by Contractor. . Assuming that the construction schedule will be 8 months; The Construction Project Engineer will perform a site visit 1.5 hours per week and the Construction Senior Inspector will perform a site visit 6 hours per week. Deliverables include a weekly project progress summary. II. Schedule of Work -Time of Performance The anticipated length of service shall be four (4) months for Segment 1 and six (6) months for Segment 2 commencing after the Notice to Proceed. 50% Submittal to the City of South Miami prior to submittal to Miami-Dade County for their review. I III. Schedule of Work -Time of Performance Consultant shall perform the work detailed in this Proposal for a Total fee of $199, 235 and 00 cents (l00). The City shall not be liable for any fee, cost, expense or reimbursable expense or other compensation beyond this amount unless approved in a supplemental Work Order. 1700 NW 66 th Avenue, Suite 106, Plantation, FL 33313·954.870.5070· www.marlinengineering.com IV. Addi1;ional Servic.~s The City of South Miami may establish an allowance for additioQal servic~s requested by the City and for upfore~een ciic\lll1st~ces, which shall be utilized at the sole discretion of the City. V. Data Provided by the City of South Miami The following information or documents are to be provided by the City of South Miami,-if available: As-built infotmation including survey and geoteohnical information. . VI. Project Man.ager Consultant:sProject Manager fot this Project will be Rafael Lagos, P.E. Submitted by: Revjewed and approval in concept recommended by: Procnremeht Matiager--··· ., . City Manager 1700 NW 66 th Avenue, Suite 106, Plantation, FL 33313 • 954.870.5070 • www.marlinengineering.com CITY OF SOUTH MIAMI Cunsultnnt F~ Proposal Worksbeet Consultanl Name: Marlin Engineering, Inc, Contract No,: Project: SW 64th Street from SW 69th Avenue to SW 57th Avenue Date: 511012017 Project No,' Description: r=======================================::::...._---.,. ___ W~o~r1I~O~r~d~e~r~N~o:~2=---__ ---, STAFF CLASSIFICATION Job Classification 5r. Project Mngr Assigned Staff Ratael Lagos ____________ A..::p-'p_roved Rate Rate: $150.00 Senior Engineer Rox Matamoros Rate: $125.00 Engineer Engineer Intern Senior Draflman Sr. ConsL InSP ConsL Insp. Raul Dominguez Elias Diu John Blankenship Miguel SOria Ge"".n Sanchez Staff Hours By Salary Average Cost By Rate Per Rate: $90.00._,f--R..c.._le_:--r$_7_5._0_0_---1f-R.:... • ..c.te..:.:,...-..:$.:..75:.: . .:..00:.....+..c.R..c.a..c.te..:.:,--..:$,;..90:.: • .:...00:.......j.:.:Ra;;,.te::.:...: -..-=-_..:.7.:5.:.:0.:...j0 Task hMouarns CasU Task hM.O ~'rns Cost! Task Man Cost! Task Man CasU Task Man CasU Task Man CasU Task Man Cost! Task Task Task Task =,======~ .. ==~==============~~====~~~9========9~~.~4========9~h~ou~r~s=r========4=~hO~u~~~f~~====~~ho~U~~~~=======F~h~0~u~rs~======~~6h~0~U~~+========J.====~~~=======4=========mJ ? Project General Task '---1--I----I---~------·----+---I··-----1--·--/-----\---+--------1----'--·-·----·--+_--_-1 _____ -+ __ 6_+_.....::S.:.90:.:0~+-6:.....-+-..:.S7-.5...:.0---I--'0~+--'-S:.:9.:oo:.....-+-.:...10:........j __ $7_5_o_..+ _____ ._ 32 . __ S_3_,3_0_0_-t-_$_10_3_.1_j_ r-;~i-_-R~-a~·d~w~a.:...y-_An-_-a~ly~S~iS~~~~~~~~~~~~~~~~~~~~.~~~e~6~~~·~~$~9~.9~0~0~~~~~9~9~~~--. -$-,2-,3-7-5-~~-2-9-6-._-.. 1~~=$2;6=,64==0=~=~1~6-5~.~!·_-!.-~-2-,::...-7-~-..... i_==3=3==t==$;2=.4=7=5=jt=====i_====-.-~+r-----·-:~~--~~~~~~==6=5=9=~+f-----$-6·3-,-7=65==~===S=96~-. .:..7-6~~~~1 -.. -------... ----.----------+---1------1--.- 6 Roadway Plans 52.175 146 -1---1-----+----.----. -.---- $1,875 $2.175 58 $5.220 29 29 15 15 $2.250 513,695 $93.80 7 9 Drainage Anal_ys_is __________ . _____ ~ _$:.:2::.,4:.:0.:0_1-,:.2_4_+-_5.:..3.:.,0..:0.:0. __ -.:.73~+.....::$6~,.:5:..70:..-+--.:.41-+-S3:.:.~0-7.~5:.... ~ __ I-__ S_6CO __ t-__ t-___ + ____ , _____ +-_1_62 __ f-_5_15,:.·,64_5_I-_S_9_6._5_7 __ 10 ---·---+----1 .~.+_--_+--I__-I----t---.--f--.--I------- 11 Drainago Plans 1 S 150 S 125 --------.---------.----.-------:"':'--+---J---:-_._6 ____ ~--.:S5.:.4..:0--+--2~~--$1-~--_--=2~+--:..$I:.:50~~-----r----.--_t-----I_--------f----1-2---+-..:.$..:',.:..1-15-·--I ____ s.92 __ .9_2 __ . 12 --------------------13 UtlliUes ________ ._. ____ ._., __ 8_t-__ $1_,2_OO_-I-' ___ +--'-S_',.:..0.:.00: ._''''_1-_:99::.:.:° _ _1_-34-4 $2,550 _1.5 __ t-_S_1_,'_2_5-t __ -4I--_____ I--___________ 7_6 __ -+_$_5_,8_6_5. ___ ~~3.:_ .. 14 Ponnitung $600 4 $500 _._16_+-_$_'_,44_0_~__ $..:.60..:...0~+-_8~~o.O ___ -1 __ ._:__ __+-_4_0_ ~~o. $93.50 .. -----.---_._._._---1------ 15 Signing and Pavement Marking AnalysiS 7 __ .$_I_,0_S_0-j __ '1_+ __ S_1,~~ .. ,~ _$ __ 2,_8_8_0 __ +-_1_8_1._5_1._35_0_.. 4 $300_+-__ 1-___ _-I _____ f--_72 __ f-__ $._6.:...,9_55_+-_S_96_.6_(_) __ 16 1---. -. --1--.-.------+---t---.I_---+--. --1----1----1--·--- 17 Si9nlng and Pavement Ma~,"ng P_ia_n_s__ _ __~__ $._1.,~6:.:5.:.0_l-__ 1.:...'_+.....::$_1 ,,3:.:.75 _ ~ __ $4,050 _I-~ ~'.~~_22 SI,650 __ I-. __ t-__ _ 111 510,375 $93.47 .. ----.-------.-.. -._---1 -------_ ... _-._-18 I-----l---~----...\--... -------+--------.--.----+--.--.. -.---------1 30 19 Posl DcsigniCA 52,700 120 $9.000 ---+---~---. 1S0 $11,700 578,00 I-----j--.---+--~-----I---~.---I-----+-----~----._._-_.- 20 ----------------------II----+---+---~------+--+-----1---+-------t-_. --t----t---- ---~-----+-----+----21 22 .-------.-------------+----t----l-----+-----I----il---.--+--.~.------~----t_-__t_-----1-·-+---+---·-·1------+------- 23 I-.-----.------------+----\----+--+--.---+--.f------f------ 24 __ ---___ . _________ ----,I--+----I---f-.-,---+----/-----+------I 25 --_. ----_. -----._---------_ .. ---------+----------.. ---_ .. -------... _--.. __ ._--- -------jl----~----1------+ .. -.------26 ------------------_ .. --'-"-'----1---+-------.----------t------ 27 == __ c·c'~._ Total Staff Hou';;'--134 179 ]~7 -329 121 ---~T 120 L~' 1,460 ...... --T;;-I~ISWfC;;==---' -.... -$20, 100.00 m375.~-$49.230:00 $24,6is:iio---~.oo:r=-$2.700-:00--·---[!~~oo.oo ---$137,155.00 Total % of Work by POSition 9.7.% 12.3% 37.5% 22.5% 8,3% 2.1% 8.2% Note: Fee for the Principal(s} of the firm are not to be included above as the multiplier is net applicable to their hours. The lee IS to be shown below and entered 35 a separa 1 -SUBTOTAL ESTIMATED FEE: multiplier 1.00 additionAl Services (All' Marhn Engineering· Survey Seg , Notes: Estimate of PrinCipal's Fee Total hours _____ , hour ; _$ _____ _ 1. This slleet is 10 be usod by Prlme Consultant to calculate the Grand Total Foo and one is to be used for each Subconsultant 2. Manually enter fee from each subconsultanl. Unused 5ubconsultant rows may bo hidden 3, Where applicable the basiS for work activity descriptions shaH be the FleE/FOOT Standard Scope and Staff Hour Estimation Handbock. 4. Enter Ihe multiplier value ,n the field after the word "mllitiplie(" Ma><imum of 2 dec"""i pOints, Subconsult3nt, Marli,n Engineering -Survey Seg 2 Sutlco".ultant Sub 3 Subconsullanl: Sub 4 Principal's Fee Ramon Soria 2 -SUBTOTAL ESTIMATED FEE: Geolechnical Fieldl~ab Te.1mg: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Foe Description 3· SUBTOTAL ESTIMATED FEE: Addillonal Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $93.94 I $ _ i I . $199,235.00 ! EJ 0199.235.00 i I ------, L_~~~~J .~--------------~ ~----------------··------.. ~----.. --r·-·------.. -·--· .------.~-~--.-----------... ---_._-. ,-.. ESTIMATE OF WORK EFFORT AND COST· PRIME CONSULTANT Name of Project' county staff Classification 3. Project Genernl Bnd Project Comrnol'l TllllkS 4. Roadwav Analysis 5. Roadway Plans 6a. Dfalnage Ma!ysis 6b. Um(rlagc "Ians I.Utll~II:t8 8. Emironmerrtal Permits. Com~liance & Cleasances 9. strIJCtUlc~· Misc. lasi<S, Dwgs. Non.. Teen. 10. structures. Bridge Devolopment Report 11. Structures -Temporary Bridge 12. struc1UIP.S -Stl0rt Span Concrete Bridge 13. structures. Medium Span Concrete Rrl1ge 14. Slluaturcs ~ Structural Steel Blldge 1 fl. Slrur:turcs· Segmental Cuncreht f:lrkige ,16. Struct\.irc5 -Movatlle Span 17. StrucllJres -Relalfung Walls 1a. Structmes . Miscellaneous 19. Signing &. Pavcmen1 Marking Malys~ 20. Signing & PflvcmP.'nt Milrk,lOg Plans 21. Sign::mzatlDn Analyss 22. S'l9nnll'l'ation Pluns f2"3. Ughling ~al)'SlS 24. I Ighttrl9 Planfl ].5. landscape Architecture AnalYSIs 2fi l,.mdscape Architecture Plans 27. Survey (F.leld & Office Support) a. PhatoRrammetr'Y 29. MappLllg pO, Terrestrial MobUe ~OAR 31.l\rchitecturc Development 32, Noise Barriers Impact Design Asse~ment 33. lrt~lIige"l Transportation Systems Ana.lysis 34 Intell'.]Cflt Trdnsportatlon Systems Plans 35. Goulechnlcnl Total Staff Hours Total Staff Cost SW 64th Sl. from SW 69th Ave. to sw 57th Ave. Miami-Dade Total stafl Sr.Proj. Senior Hours From Manager Engineer Engineer "SH Summa"'· $150.00 $12'5.00 590.00 32 8 • 10 659 66 99 298 146 15 15 58 163 '6 24 73 12 1 1 6 76 8 8 11 40 4 4 16 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 73 -, 11 32 112 " 11 ., 0 0 0 0 0 0 0 0 0 0 0 0 " 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1.313 13" 17" 541 $20.100.00 $22.375.00 $49.230.00 Noles Engineer Intorn S75,OO 10 165 29 41 2 34 8 0 0 0 0 0 0 0 0 0 0 ,. " 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 329 $24.675.00 1. This sheello be ~d by Prime ConsUltant to caJciJate the Grand Tom[ tee. Sr.Cadd Staff Classl-staff Classf_ T~hnlc:lan Clealion Ii ~15.00 10.00 0 0 33 0 29 0 • 0 2 0 15 Il 8 0 0 0 0 0 0 0 Il 0 0 0 0 Il 0 I) 0 0 0 0 0 0 4 Il 2? 0 0 0 0 0 0 0 I) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 121 0 $9,075.00 $0.00 Survey Field Days by SubonnsiJtant 4. PersQn Crew: ficatlon 7 $0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 SO.OO ? Manually erl\(H teo from Often !lubeol\sultenl. Unused sulmonsultnnt ro'Mi mny bo hiddtm. Fm> PltlposnLSVV 64th SI_O~1'()...20".)I!sx Fee Shl'Ul • Pllme -._---_.-.-.. ----~--.......----------.~----- Paue,a of 3 Staff Classl· flcatlon 8 $0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 so.oo Consultant Name: Marlin Engineering, Inc. Consunanl No.: Starr Class!-Staff Classl. Staff Classi- tlcatton 9 'lcaUon 10 flcatlon 11 50.00 SO.OO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ·0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 so.oo $0.00 SAlARY REI.ATEO COSTS: OVERHEAD: OPERATING MAAG1N: FCCM (Facilities Captal Cos1 Money). EXPENSES: SurYtly (~leld ~ if by Primo) SUBTOTAl ESTIMATED FEE: Subeonsultant Sube:onsultanl Subt'onsultant MArl1fl Survey Subconsultant SIlb4 Subconsu!tanL Sub5 Subconsultant: Sub6 Subcoosultant' Sub7 Subconsultnnt: SubS Sube:onsultant Sub9 Sutx:onsultanl Sub10 Sllbconsultant Sub 11 Subconsulfnnt Sub 12 SUBrOT AI. ESTIMATED FEE: $0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ·0 0 0 0 $0.00 Geolechnical Fiold and Lab Testing SUBTOTAl.. ESTIMATED FEE: OP"\lonal Services GRAND TOTAL ESTIMATED FEE: Oat.: 5f1012017 Estimator: Stan Classl· fleaflon 12 $0.00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 . 0 0 0 0 0 0 0 0 0 0 0 0 0 0 $0.00 0,00% 0.00% o.oeal< 0.00% 4-11'I3n creW C!RYS@ Rafael L~gos. PI: SH Salary By Cost By 'Actlvlty ActIvity 32 $3,300 65. S63.765 ,.6 $13.695 ,62 $15,645 12 $1.115 _ 76 $6,865 40 $3,740 0 $0 0 sO 0 so 0 10 0 SO 0 $0 0 10 0 SO 0 SO I) So 72 $6,055 ", $10,:1'75 0 10 0 SO 0 SO 0 10 0 10 0 $0 0 $0 0 SO 0 SO 0 SO 0 SO 0 10 0 $0 0 10 0 10 1310 $125.455.00 -Check. -$125,455.00 Iday AV81age Rato per Tasi<' $103.13 $96.76 19lBO $96.57 $92.92 $90.33 $93.50 HOlVlO! #OIV/OI 1I0lV/0! ""IVIOl #D1VIOI IiIOIVIOI #DIVJO! NOIVJOI #OIVJOI #OIVJO! $96.60 $93.4" #OIVJOI #QIVIO! #CIVIC! #OIVIO! #OIVIO! #QIVIOI #CIV/OI #QIVIU! tlQIVJO! IIDJVJO! IIDIVla! #DIV/DI IIOIVIO! tlDIVlO1 #DIVIor $95.77 $11.5.455.00 SO.OD SO.oO SO.OO SD.OO SO.OO $125,45.5.00 .$C.UO SO.OO :SO.OO SO.OO 50,00 $C.OO SO.OO $0.00 $125,455.00 SO.CO $125.455.00 $0,00 5125,455.00 5f1(U2017 12.58 PM Fjeld Survey Esljmate' Notus __ --'''-_4-man crew days 1. Tnls workSheet provides the d!SUibution of a firm's total staff hours for a projer.:l. 2. Perccntages lor stl" nour drstrl2Jution b)' classification are entered below in row.; 63 to 9S of Ihi9 sheeL 3, fotal Staff Hours (eolt.lmn 0) may not matcl\staH hours troln Summary wo(kshOQt (column 9) duo 10 rounding. staff houru calculated tor employee claasfficallona ala to be adjustAd no lotall! in oolumns Band 0 match. 4, FormulalJ undor "Total Staff Hours Range" (columns 0 & PJ may be adjusted to prOVIde descred rangC'. ESTIMATE OF WORK EFFORT FOR TECHNICAL PROPOSALS· FIRM TOTAL financial Project Numbor "0/1900 FAP Number: Date: 511012017 Staff Hour Distribution Percentages. Firm Total ~lpuro 1r0tT1 ~_T_AL ____ ~ __ ~"~3'~O~~~,~,~~, __ IL-·. Project Nam! sw a4th SI. "pm SW 69th Avo. to SW 5', Name 01 Consultant Marltn Enginooring Inc. -St';;mf"~haQI Sr. Proj. Senior Engineer: Sr. Cadd Siaff Classi-Siaff Classi-Staff CIa.">Si~ Staff Class... St.-'1ff Classl-Staff Classl-Staff Classi- I::-=-,....,...,-__ __,_---=---.,...,..----~__,_--.--______ -f-...:M:::"=".::""'9=.:e'_. _ EngJ.rl~_ ~-:n9!neer _1-._-,I"",':.:o:.:rn:.....+Tc:e=Ctl,,,":;:ia:::·8::.:,n flcalion 6 ficalion 7 fication 8 fication 9 fication 10 fication 11 flcallon 12 Total g~~~~_,:ral and Project Commnn Tasks 32 20.0% 20.0Qf., 30.0% 30.0% 0.0% 0.0%:: 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 100.00% 4. Roadway Analysis ~~!_ 1D.0% 15.0% 45.0% 25.0% 5.0% 0.0% 0.0.% 0.0%, 0.0% 0.0% 0.0:;:0/;-, -1--O;:,O='r.::'--_I_.;:1,00:-:00:::,'00:-:00::~,=-! 1:;5.:.. R:.:o::.:::d,::wo'"'y'-'Pc.:I:::a",::s:--:-____________________ + __ ':.::4:::6 __ +....,.:'_::0:::.0.;:%~_I_...,I;.:O:::,0;.:%=--+-':-40::.0=~::,--I1--:2_::0.:::0::%:-20.0% 0.0% 0.0% D.O% 0.0% 0.0% O.C% 0.0% 71 ,,6;:a:..,. D~rac::::i"::.9"'.:..;A::":::aI"'y:::Si::.S __________________ --If-...:.;1673'-'-+ __ 1:::0".0::%::-+-::'5::.,0::lI>:;-+....,.:4,,5.::0::'Io~1__:2::5",O::%::-+-=5".0=%,~ ~ o~ 1--0.0 % 0.0% 0.0% 0.0% 0.0% 0.0% 100.00% ~:_,?~ainagc Plans 12 10.0% 10.0% 40.0% 20.00/0 20.0% 0.0% 0.00/" 0.0% 0.00/0 0.0-% 0.0%1 0.0% 100.00% ~~~~.:·.~s~~~~==~~~==~~======-t __ ~76~--II-~'~0.~0~'Io~t-...,'~0~.0~%~t-~15~.0~%~,-1r-~4~5.~O~%~t-~2~C~.0~%~'-i __ ~O~'0~%~.r~0~.rn~~~_t __ ~O.~0~%~t-~0~.0~o/~' __ I~~0~.0~%~-+ __ ~Q~O~%~~~0~.00/.~,f-~1~0~0~,0~0'Yo~,~ ,,8c.' "E:.:."v:,:iro:;.n:::m;,:;e:.:."::;'aJ;:..:...pe:::"":;=,Is:;:,..:Co:;:::m,,,p:::lia:::":;:C.:..&:::.-:C,::le:::ara=n:CcO::S'-!f--=-:40 10.Q%~ 10.0% 40.0% 20.0% 20.0% 0.0% 0.0% O.Q% O.OVO 0.0% 0.0% 0.0% 100.00o/Q 9. Siructures -MIse. Tasks. Dwgs. NOn-T?_c"Chc..' ____ -t __ ---:o~-_-:.~t_=__=_-=o;,o~~cc.-_-=-i-__ -=-.c;o:-:,-=o~~\.:-,_-~:_-~-;:o;:--:.::Co::-%;:",~~·~;_-=;-:o",o::·%;==t==~o~O;%==~==~o~O~%==~~==o~O~%~==t==~0~o~<ro==~==~c~0~o/,t=~~==oto~%~==t==1l2~0:%~=~==jojo:%tf-I-::o:::,o::o~%;:.:...-j ~~.~~~s _~ Bndge ~::~p_m_c.,-n.;..t R ... C'-'P ... o..;rt ______ + __ ...;O'--__ I-_o...; . .,.O"".., __ +-__ O.;...o.,.%:-+--:o,..o,.,".,..' __ 1-_°,-'".°'"./' __ +--,:°...,.0.,.% __ + __ ° ... 0;.,.0/..;.., __ I-_o..; • .;..o~,..:,,_+ 0:0% c:oo/~ o:o~o O~O% 0:00/0 '--1--'::0'::. 0=00/,=',-1 , 1. structures -Tempora rv Bridge 0 0°' 0 OIL' 0 001. 0 O~ 000..' 00" 0 0" ·--0-,0-;;-~o.o,,:;"·, --1--o::-:'o~:;--t---:O:':O::o/.::-+""':OC.o:':~':""+""':o:':'O:':o:':~:......j 1-'-;':...;:.;=="--===-=,''<'''':: '="'--=..,.--------I ___ ...:~. ___ --~ .-~~-~;..-_"'::'-=-,': __ +_""':C::' .:.":...... • tI' • ~;...-fO •• 0 • ~ __ +_---:':-:' -:''''---1-_''::'': =:,:"c.... 12. Structuros -Short Spa'!~~~~t!' Bridge 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% -o~o% 0.0% D.O% 0.0% 0,0% 0.0"10 0.00% ~!. :::~:: : ~t:~~r:=:e~;~~~e~e Brk1ge ~:~: ~:~: ~:~: ~:~: ~:~~: ~:~~: i---;;~c::~:::.~;-' --It-..,~:-:~::~:'-'--t--::-~:-=~o'~:--+----:~'-::~:'-:'--+-...,~'"':~::~,:.:--t-....:;~.;;:~:..:~ __ +_--=:~·.~o~:::~::'_ -~~ --;'=-:---~:Structurcs -Segmental Concreto Bridge 0.0% 0.0% 0.0% 0.0% 0.0% O.Oo/~ 0.00/0 0.0% 0.0% 0.0% 0.0% 0.0% 0.000/0 r.'~6:..:. S:::''''N::,ct;=u::re:::s_-.;;M::,o:..:Va:::b=te"s"p:;:a7.-":-____________ +_-~-.t~_--_-_tl--_-}o;::·to::'r.:::.~-:::.+-:::.-:::.~o~.o;o/.;-.:..-_-I-i_-_...,_;o~.ot~t,-:::.-:::.t-:::.-:::.::-o;:.:::ot'r.::,~-:::.t-:::.-:::.~.o~.o;.t.;-.:..-~I-...,o::..o='to::--\·---::o.:::o::%:-~~',;-~-. -----O.O~~ -O.O~ --'o"'.o".,.-'--+--=o:..:.o"'o""%:......r 17. Siructurcls -Retaining Walls 0.0% 0.00/0 0.0% o.~~ _._2~+ ______ ~..:.O% _ O~Oo/;-~ o.O!;;--·t"f----.""o.-=O%"'·--_+--=o-=.o::c%:-+-...,o"".o::%.,--f---.::o,"'0,0''''--+--0='.'::'00::0/,':',-1 18_ Structures -Miscellaneous _-..., ________ 4 __ --=0 __ -I __ ...:o:.c.o:..:~~;..' __ I--_o:.: . .::.o·c::v, __ + __ ~o:.:..o:..:%_+_~o;.::.o;:,;%o_+-...,o::.o,",'h:;,-'__ 0.0% 0.0% O.Q% Q.O% O.O"~ 0.0% 0.0% 0.00% ~: Signing & Pavement Marking Analysts 73 10.0% 15.0% 45.0% 25.0% 5.0% 0.00/0 0.0% 0.01%, 0.0% 0.0% 0.0% 0.0% 100.00% 20'."Signi·ng & Pavomont Marking Plans 112 10.0% 10.0% 40.0% 20.0% 20.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0%-0.0% 100.00% ~~ SlgnaJ;Zation Analysis .________ 0 0.0% 0.0% 0.0% 0.00/:) 0.0% 0:,;.0::;";-, __ II--""Co;:-,o;:;"c· ___ t __ o.-=o:c% __ +_-:o:-:.o:::%'---I---:o,,".o:::%c'--f-__ '::o.,:.c=~~ __ -f---;;-__ ..::o.:.:.o,",%=-+I-_'-.::o--:..:.oc:o.:.:;Y,'--I ~~: ~_~~~~~n~~_. .-~o:-__ _;0:::.0::'Io:--+--0::,::0;;:'::v'-:.~1-:,-:::,~0~.o~%c::.-:::,~~-:::,-;;o-;;.0::%:c-·-t---:o:-:.o::'r.:-,-I-_-__ o.:~ __ ~.O% 0.0% 0.0% 0.0% O.C% 0.0% C.OOey" ~~~!~ng Analysis 0.0% C.O% 0.00/0 0.0% 0.0% 0.0%__ o:-C.o::O'lo:--t---o::-.::::o'lo=--+---=o-=.0='Io---1 0.0% 0.0% 0.0% 0.00% . 24. lighting P1ans 0.0% 0.0% 0.0% 0.0% 0.0% 0.00/0 --'o'-.o:::'l\:-,--i-·-::o.-=O;:;'Io--+--;;c:';.o"'%c--t---:o:-.o::::~CC;--~-;(I 0.0% O.OOo/~ 29. Mapping 0.0% 0.0% 0.0% 0.0'0 0.0,% 0.0% 0.0% 0.0% 0.00/0 0.0% 0.0% 0.0% 0.00% 30. ferrestrial Mobile UDAR 0.0% 0.00/11 0.0% 0.00/:1 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.00')'0 31, Archilccturo Dovolopment 0.0% 0.00/0 0.0% 0.0% 0.0% 0.0% 0.0% O.Oo/~ 0.0% 0.0% 0.0% 0.0% 0.00% E3~2:..:.Nc:o~is~e~Ba~rr~ie.:.:,s~l~m~pa7ct~Dc:eS=ig~"~A~S~S~es~s.:.:m~e.:.:"t'--__ ~~~~ __ I_~o.~o·~~--t---:o~.o~%,--;-~o~.O::';-~--t--...,O~.~O%~-t __ ~o~.o~%:"",,_r~o~.o~%~_r--,o~.o~%~-t __ ~o'~O'~~ __ t---:C~'~~l\,,--;---;o~.~::l\,~-t--...,O~.~O'r.~' __ t---:O~.O.;:%,-,-;---:O.:::O~O%::_~ 33. Intelligont Transportation Systems Analysis 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0,0% 0.0% 0.0%. 0.0% 0.0% 0.00% 1:;3~4:.."I~nt~e.:.:'hg",e7n~tT.:.:r7.n,::s~p:::orta~ti~on.:.S~y~s.:.:te.:.:m;,:;s.:.:p~I.:::n=s ______ ;-___ ~ __ -I-__ o~.~o~~~ __ +-~o~,O~%'--_r~o~.o::~;-· __ t--_o;::.~oo/,~, __ +---:o~.o~%,--;---;O~'(::'%:---I--...,O~.O~%~-t __ ~O~.o~%,--;---;o~.o::o/;..,~1-~o~.o~~:;'-;--t-~o.~O~%:"",,-r.~O~~__ 000% 35. Geotochnical 0.0% 0,00/0 0.0'% 0,0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0% 0.0%' ,-_O~,,::.o'r.C::' __ .L..-,0o:.O:.:O:..:'Io,,-- ~_Prvpot.tII_5W&cL:I1S1_~1002017Au ~ta ... S\tTI''1Il''Y r ..... -.. ---.-.----------~----... -~-~-----~--,~---.--------------.. --.------~----.----.------.--.-,--,---.... -... _--------_. __ ._----,-. - Estimator. Rafael Lagos, P.E. Fee ProposaLSW 64th SI_05-10-2017.xls)( 3. Project General Tasks -----.. -----__ c_ Project Activity 3: General Tasks Page 4 or 18 SW 64th St. from SW 69th Ave. to SW 57th Ave. o 511012017 . ------~---~-------'I ------.------______________ _ Prolect Activity 3: General Tasks ~ 1. If the hours per meeting vary In length (hours) enter the average In the hour/unit column. 2. Do not double count agency mootlngs botween pennilling agenCies. 3. Project managor meetings aro calculated In oach discipline sheot and brought forward to Column D. except for Photogrammotry. Fce ProposaLSW 64th SI_05-1D-2017.xls.x 3. Projoct General Tasks Page 5 of 18 5110/2017 Estimator: Rafael Lagos, P.E. Fee ProposaLSW 64th SCOS·10·2017.xlsx 4. Roadway AnalYSIS -.-----.--.~-~- LS LS LS LS LS Project Activity 4: Roadway Analysis a o 24 o 24 SW 64th SI. from SW 69th Ave. to SW 57th Ave. o Low 'Range: (320 hrs/mile. x 0.5 miles ~ 160) + (400 hrs/mile x 0.5 miles ~ 200 N/A N/A Cost Estimates Required: Original Cost Estimate (16 hrs) + 1 update (4 hrs) ; 20 hrs PAge 6 of 18 5/10/2017 ------------r~--.-- ProJect Activity 4: Roadway Analysis Fe" Proposal SW 64th 81 05-10-2017 .xlsx 4. Roadway A-nalysl:-; -Page 7 of 18 5/10/2017 Project Activity 5: Roadwav Plans Estimator: Rafael Lagos. P.E. SW 64th SI. from SW 69th Ave. to SW 57th Ave. O. ~~i:~f~:~~;:ii1~ :-Cs~E :~;-~::-i ~~~;'::~:\[:, ;~:: ::L},:: ~ ;Y;::._~: S~; :~~i;f~'\~~-~~'; ::~-~:~~< ,I~ ;~;,,-,':~~' :~~~:';I~;~~L'~: :~;-j~:~ ~ ';~~;~~j~ :;C,~~?,:~,~:~"~ '~0 }~r 5":' E1:~:~~~~:~~: =(-'~:~?~f ~~E~'~:'r~:;;~ City of South Miami Marlin Engineering, Inc. NOTE. Signature Block IS optional, per DIstrict preference of Pay Hems Including Quantity Input 5.6 Project Layout 5.7 Plan/Profile Sheet 5.8 Profile Sheet 5.9 5.10 Profile 5.11 Profile Sheet 5.12 Layout Sheet 5.13 Terminal Details (Plan View) 5.14 Layout Details 5.15 Detaijs 5.16 Pattern Sheet(s) Fee ProposaL SW 64th SL05-1 0-2017 .x1sx 5. Roadway Plans Sheet EA EA Sheet Sheet Sheet Sheet Sheet Sheet Sheet Sheet Sheet Sheet Sheet EA Sheet Aurelio Carmenates, P.E. Jose Santiago, P.E. 8 8 3 6 18 to be provided -SW 62nd Ave to SW 59th PI. .and SW 59th PI. to SW 57th to 69th Ave 0 0 0 B 8 0 0 0 0 0 0 0 0 0 0 O· 12 8 96 12 sheet required (scale 1" = 40') 0 0 0 N/A 0 0 0 N/A 0 0 0 NlA 0 0 0 NlA 0 0 0 NlA 4 4 1 Special Detail Sheet expected 0 0 0 Page80f 18 5/1012017 Traffic Control Plan Sheets 5.22 I Utility Adjustment Sheets 5.23 I Selective Clearing and Grubbing Sheet(s) Project Network Control Sheet(s) Delail Sheets Fee ProposaLSW 64th St_05·10·2017.xlsx ~) Roadway Plans EA Sheet Sheet Sheet Sheet I Sheet I Project Activity 5: Roadway Plans 0 0 0 0 0 1 I ° I 0 1 I ° I 0 0 I ° I ° 1 I ° I 0 0 I 0 I 0 Pag" 9 of 18 511012017 Estimator: Rafael Lagos. P.E. Project Activity 6a: Drainage Analysis SW 64th Sf. from SW 69th Ave. to SW 57th Ave. o ~;:r~.~\l~~~~i;:E~ '.::-': .:::~;.~.{:~~~: ":~::~:' ,::;~';:'::(' ,::,:, ~~::,:_;,::-~:;~~:~~;~: .,:y;;:~~ :~~:·.~Zl~~~':?,;',,;~~ii{:;;:,£;~~;E~·,i~.-;·_~·~ S~~·~:'·:~·~~::}~:'~,~~~,;~·it~~~.~·::',:~~~~~:;:·, "l~-~~ :~.:~:S" ::r:~j ~~ .:,~~_0~;~·:_:.;';j City of South Miami Aurelio Carmenates, P.E. Marlin Engineering, Inc. Jose Santiago, P.E. NOTE. Signature Block IS optional, per District preference Per Location 0 0 0 PerSasin 0 0 0 0 0 0 1 80 80 Design of new swales -calculations to ensure water quality and quantity per DRER and SFWMD req. 0 0 0 0 0 0 0 0 0 EA 0 0 0 included in the Scope of Services EA 0 0 0 PerCell 0 0 0 EA 0 0 0 Design Documentation Report LS 0 0 EA 0 0 0 FeeProposal 5W64th 51 05·10·2017.xlsx 6a. Drainage Analysis -100118 5110/2017 -------._-------,-----------------------.,--. ..--.. -~.---.------. Fee Proposa'-SW 64th SI_05-10-2017,xlsx Sa, Drainage Analysis Project Activity 6a: Drainage Analysis 11 of 18 5/10/?01'/ ' .. ---'--~---'-----_ ..... -. '-----~- Estimator: Rafael Lagos, P.E. Drainage SlrucIures Drainage Detail Sheets Ponds Detail Sheel(s) Foo ProposaLSW641h 51_05·10-2017.><1"" Bb. Drainage Plans Sheet Sheet Sheet EA Sheet Sheet EA Sheet EA Sheet 0 0 0 0 0 0 0 0 0 6b. Drainage Plans 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Page 12 0118 irx:tuded in \he Scope of Services SW 64th Sl from SW 69th Ave. to SW 57th Ave. o 5/10/2017 --~~.--~~--~.-------.-.---- Estimator: Rafael Lagos, P.E. City of South Miami Marlin Engineering, Inc. NOTE: Signature Block is optional, per District preference Utility Meeting 7,6 Individual/Field Meetings 7.7 7.8 7.9 Collect and Review Plans and Data from UAO(s) Subordination of Easements Coordination Utility Design Meeting Cons1ruclability Review Utility Services Utility Work by Highway Contractor (UWHC) Foe ProposaLSW 64th St_05-10-2017.xlsx 7. Utilities LS LS LS LS LS LS LS LS LS LS LS LS LS LS LS Project Activity 7: Utilities Aurelio Carmenates, P.E. Jose Santiago, P.E. 8 8 1.6 16 0 0 0 0 4 4 8 8 hr/revicw x 1 review/utility x 8 utilities = 8 hrs 0 0 N/A 0 ° N/A 12 12 1.5 hrs )( 8 utilities = 12 hrs 12 12 8 utilities)( 1.5 (complexity) x 1 hr/utility = 12 0 0 N/A 0 0 N/A 0 0 8 8 hr/utility x 8 utilities = 8 hrs 8 8 Page 13 Of 18 5W 64th 51. from SW 69th Ave. to SW 57th Ave. o ("10/2017 -----------------------------------------.-----~----.------;------.----~-------.-:--.- Fee ProposaLSW 64th S,-05·10·2017.><lo>< 7. Utililios . Project Activity 7: Utilities Page 14 0118 -.. --~---------~-- 511012017 I I 1 , , , I [.[.[. [.f. I· [. i· i H·[· [ . [ . H· [·[·[·1-... ,. • ! I· [-i , ,I, " 1'1-• I· , • '1'1' , , : 1'1' I I I .i l l : I • 1111 ! 8 Ii HI Ii I 101; 1:1:1,1:;ls ' ~ f; [:~ 13131*1~ 1 I I , I I I I , i 1 ' . ,.,. , ., .,., I· [. [ ... [. [ ·Ill ~ I· I-[. I- ,I, :I, ,i. , , I: , ~ , I 1 1111 II 11 ~~ I ;[l I:~ I ; [ ~ , I i "Je><l"" .".., : : i p J i 'I 11 I 1. I I! I i I iii ! I i II llf ... . . . .. .. i ... ·1· .. ". . .... 1+ ". ", ~1'1: I Ii II II Ii ~! lil~l~ I .1 1 ! i • 11 iI 1. Estimator: Rafael Lagos, P,E, City of South Miami Martin Engineering, Inc. NOTE: Signature Block is optional, per District preference and Master Design File Sign Support Calculalions 19. 12 Technical Meetings 19.13 Quality Assurance/Quality Control 19.141 h,deoe"delnt Peer Review fee Propo.aLSW 64th SL05-10-2017.xl.x 19. Signrng & Marking Analysis _ .. -.. _--------------_. LS LS EA EA EA LS LS LS LS LS LS Project Activity 19: Signing and Pavement Marking Analvsis Aurelio Carmenates, P.E. Jose Santiago, P.E. 0 0 56 56 Low Range: 16 hrs (set up) + 40 hrs/mile X 1.0 miles = 56 h,s 0 0 0 0 0 0 12 12 plan sheets (scale 1"=40') X 2 hrS/sheet = 12 hrs 0 0 0 0 o o % 3% 2 % 0% o Page 16 of 18 SW 64th SI. from SW 69th Ave. to SW 57th Ave. o 5/1012017 F fle ProposaL5W 641h 51_05.10-2017.xlsx 19. Signing & Marking Analysis · Project Activity 19: Signing and Pavement Marking Analysis Coni~1o 1912 Page 17 of 18 CeniC5 to Teb 3 5/1012017 Estimator: Rafael Lagos. P.E. Fee Proposal ... SW 64th SC05-1G-2017.JClsx 20. 51grun9 & Mal1Ung Plans ._---,.... Project Activity 20: Signing and Pavement Marking Plans PagelS Of 18 5W 641h 51. from SW 691h·Ave. to 5W 57th Ave. o 5/10/2017 -----"T---r.--.--~-------:--~--. -----~I "C"- June 20, 2016 Aurelio J. Carmenates, P.E Capital Improvement Project Manager Public Works Engineering & Construction Division City of South Miami Re: SW 64 Street from SW 57th Ave to SW 62"d Ave Dear AureHo: Pursuant to your request and information that I have the following· proposal for surveying related services in connection with the above captioned project is hereby proffered for your consideration: . PROPOSED SCOPE OF SERVICES: Marlin Engineering Inc will perform Survey related services for the above captioned project SURVEY: Recognition field effort area Recovery NGS Base Control Points Establish control points in the area designated Establish State Plane Coordinates by Static GPS Conventional Traverse along the project Recovery NGVD 29 Bench Mark Establish elevation by differential level run along the project Topographic Survey Drainage Survey Recovery Property Corners along the Project Locates by Instrument the property corner monument founded Establish the Existing Right of Way by Existing Records SPECIFICATIONS: All field data with the exception of electronic data will be recorded in field books. This not a Boundary Survey All fees within this proposal are based on performing each task one time only. Additions or 'modifications to the scope, as well as resulting CAD and Project Management time, will be invoiced per attached hourly Rate Schedule, unless fees for said additions and modifications are requested . All electronic data will be provided in a CD containing the AutoCAD drawing Zoning/Building setbacks, leases, and easements are information that the client has to provide to Marlin Engineering Inc by the Public Work Department All underground utilities are not locating. This Project shall be performed with reference to the following coordinate datum: Horizontal Datum: NAD83/90 Vertical Datum: NGVD 1929 Units: U.S. Survey foot 2191 NW 97 Avenue Miami, Florida 331 72-231 3 Tel. (305) 477-7575 Fax (305) 477-7590 www.marlinengineerlng.com QI)ALlFICATIONS: 1.-All Procedures in connection with this project will be performed in strict accordance with the applicable negotiation between City of South Miami and Marlin Engineering, Inc . 2-As· always, Marlin Engineering Inc is prepared to commence 'upon receipt of your written approved. 3· Date to summit without weather or other inconvenient should be July 31, 2017 4-This estimate is based on information provided by City of South Miami 5-This estimate is a lump sum price payment that will be based on actual work authorized. ESTIMATED FEE: . .' Our estimated fee to perform the se",ices as requested by the Department, subject to the Qualifications as stated herein, shall be a Lump Sum Amount, not to exceed $23,960.00 as base on the following attached rate schedule. 3 Man Survey Crew 14 days at $1,000.00 per day 4 Man Survey Crew 02 days at $1,080.00 per day Senior Project Manager 1 0 hrs at $150.00/hr Surveyor I Mapper 30 hrs at $85.00/hr Senior CADD Technician 50 hrs at $75.00/hr On behalf of MARLIN ENGINEERING Inc, I thank you again, for the opportunity to work with you on this important project. Sincerely, Marlin Engineering, Inc. Lazaro E. Fleitas, P.S.M. Survey Department Manager The above agreement is hereby acknowledged and Marlin Engineering, Inc. is authorized to proceed with the above requested services. Signed: ___________ Date: ________ _ Title: __________ _ 2191 NW 97 Avenue Miami,FJorida33172-2313 Tel. (305) 477-7575 Fax (305) 4!7-7590 www.marllnengineering.com OVerhead 0.00% Operating Margin MARLIN ENGINEERING, INC SW 64 STREET. BIKE LANE IMPROVEMENT-DESIGN SOUTH MIAMIINTERMODAL TRANSPORTATION PLAN FINAL 0.00% FCCM 0.000% Direct Expense Wages O/H = OIM = FCCM = EXP= TOTAL = Multiplier Total Survey Services Total Direct Salary and Wages Total Expenses TOTAL TASK WORK ORDER C:\PM\FSTIMATES\CITY OF SOUTH MtAMI\SW64 ST. BIKE LANE IMPROVEMF.NT-DESIGN\SW64 ST FROM SW62 AVE To SWfJI AVF\Eslima1e form-1 0.00% $7,800.00 $0.00 $0.00 $0.00 $0.00 $7,800.00 $16,160.00 $7.800.00 $23,960.00==- May 10, 2017 Aurelio J. Carmenates, P.E Capital Improvement Project Manager Public Works Engineering & Construction Division City of South Miami .Re: SW 64 Street from SW 69th Ave to SW 62 nd Ave Dear Aurelio: Pursuant to your request and information that I have the following proposal for surveying related services in connection with the above captioned project is hereby proffered for your consideration: . . . PROPOSED SCOPE OF SERVICES: Marlin Engineering Inc will perform Survey related services for the above captioned project SURVEY: Recognition field effort area Recovery NGS Base Control Points Establish control points in the area designated Establish State Plane Coordinates by Static GPS Conventional Traverse along the project . Recovery NGVD 29 Bench Mark Establish elevation by differential level run along the project Topographic Survey DTM Drainage Survey Recovery Property Corners along the Project Locates by Instrument the property corner monument founded Establish the Existing Right of Way by Existing Records SPECIFICATIONS: All field data with the exception of electronic data will be recorded in field books. This not a Boundary Survey All fees within this proposal are based on performing each task one time only. Additions or modifications t.o the scope, as well as resulting CAD and Project Management time, will be invoiced per attached hourly Rate Schedule, unless fees for said additions and modifications are requested All electronic data will be provided in a CD containing the AutoCAD drawing Zoning/Building setbacks, leases, and easements are information that the client has to provide to Marlin Engineering Inc by the Public Work Department All underground utilities are not locating. This Project shall be performed with reference to the following coordinate datum: . Horizontal Datum: NAD83/90 Vertical Datum: NGVD 1929 Units: U.S. Survey foot www.marlinengineering.com QUALIFICATIONS: 1-All Procedures in connection with this project will be performed in strict accordance with the applicable negotiation between City of South Miami and Marlin Engineering, Inc . 2-As always, Marlin Engineering Inc is prepared to commence upon receipt of your written approved. 3-Date to summit without weather or other inconvenient should be August 31, 2017 4-This e.stimate is based on information provided by City of South M!ami 5-This estimate is a lump sum price payment that will be based on actual work authorized. . ESTIMATED FEE: Our estimated fee to perform the services as requested by the Department, subject to the Qualifications as stated herein, shall be a Lump Sum Amount, not to exceed $38,120.00 as base on the following attached rate schedule. 3 Man Survey Crew 4 Man Survey Crew SENIOR PROJECT MANAGER SURVEYOR/MAPPER SENIOR CADD TECHNICIAN 20 days at 02 days at 20 hrs at 66 hrs at 98 hrs at $1,000.00 per day $1,080.00 per day $150.00/ hr $85.00/ hr $75.00 Ihr . On behalf of MARLIN ENGINEERING Inc, I thank you again, for the opportunity to work with . you on this important project. Sincerely, Ma r lin Eng i nee r i n g, I Ii c . Lazaro E. Fleitas, P.S.M. Survey Department Manager The above agreement is hereby acknowledged and Marlin Engineering, Inc. is authorized to proceed with the above requested services. Signed: ___________ Date: ________ _ Title: __________ _ www.marlinenglneering.com Overhead 0.00% Operating Margin MARLIN ENGINEERING, INC SW 64 STREET FROM SW 69 AVE TO SW 62 AVE SOUTH MIAMIINTERMODAL TRANSPORTATION PLAN FINAL 0.00% FCCM 0.000% Direct Expense Wages O/H = O/M= FCCM= EXP= TOTAL = Multiplier Total Survey Services Total Direct Salary and Wages Total Expenses TOTAL TASK WORK ORDER C:If'MIESTIMATESICITY OF SOUTH MIAMIISW64 ST. BIKE LANE IMPROVEMENT.DESIGNISW64 ST FROM SW69 AVE TO SW62 AVE\Estimate FOnTl·.1 .--.-"".-.------~~------ 0.00% $15,960;00 $0.00 $0.00 $0.00 $0.00 $15,960.00 $22,160.00 $15,960.00 $38,120.00 ---.-.. -.---r-r--....--~----... _ .. -~-~ .. ----_,_