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--....--~----... _ .. -~-~ .. ----_,_