3Agenda Item No:3.
City Commission Agenda Item Report
Meeting Date: February 5, 2019
Submitted by: Aurelio Carmenates
Submitting Department: Public Works & Engineering
Item Type: Resolution
Agenda Section:
Subject:
A Resolution authorizing the City Manager to execute a professional service work order to Marlin Engineering
Inc., for design services of a new sidewalk along the east side of Manor Lane between 6370 Manor Lane and
SW 80th Street and SW 66th Avenue. 3/5 (City Manager-Public Works & Engineering)
Suggested Action:
Attachments:
Memo for Marlin for Manor Lane Sidewalk Improvement.docx
Reso_for_Marlin_for__Manor_Lane_Sidewalk_Improvement.docx
Res No 060-17-14861 - Professional Services 2017.pdf
Marlin Professional Service Agreement.pdf
Consultant Project Proposal-Manor Lane Sidewalk 012219.pdf
1
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
TO:The Honorable Mayor & Members of the City Commission
FROM:Steven Alexander, City Manager
DATE:February 5, 2019
SUBJECT:A Resolution authorizing the City Manager to execute a professional service work
order to Marlin Engineering Inc., for design services of a new sidewalk along the east
side of Manor Lane between 6370 Manor Lane and SW 80th Street and SW 66
th
Avenue.
BACKGROUND:The residents of the Manor Lane neighborhood have requested pedestrian
connectivity by installing new sidewalks across Manor Lane. To provide for this new
sidewalk, the City is requesting professional engineering services to provide contract
documents to construct a new sidewalk along the east side of Manor Lane between
6370 Manor Lane and SW 80th Street and SW 66
th Avenue. The scope of work will
consist of survey services, preparation of a complete set of construction plans,
permitting, specification documents and bid documents as well as post design
services. The scope of services does not include any environmental studies and
permitting and landscape and arborist services.
As the next City’s rotation list consultant, Marlin Engineering Inc., was requested to
provide a proposal for contract documents. On January 22, 2019, Marlin Engineering
Inc., submitted a revised traffic study proposal that is comprehensive and cost
effective for the services requested.
Marlin Engineering Inc., 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.
AMOUNT:Amount not to exceed $39,805. Please refer to the consultant contract and fee
schedules
FUND &ACCOUNT:The expenditure shall be charged to the to the Capital Improvement Program Fund
account number 301-1790-519-6450, which has a balance of $1,061,703.18 prior to
this request.
ATTACHMENTS:Resolution
Resolution #060-17-14861
Professional Services Agreement
Marlin engineering Inc., revised proposal letter dated January 22, 2019
2
RESOLUTION NO.:______________________1
2
A Resolution authorizing the City Manager to negotiate and execute a professional 3
service work order to Marlin Engineering Inc., for design services of a new sidewalk 4
along the east side of Manor Lane between 6370 Manor Lane and SW 80th Street and 5
SW 66th Avenue. 6
7
WHEREAS, the Mayor and City Commission wish to provide pedestrian traffic connectivity on 8
the Manor Lane neighborhood; and 9
WHEREAS, Commission budgeted for this project in the Capital Improvement Program 5-Year 10
Plan; and11
WHEREAS,Marlin Engineering, Inc., is one of four firms selected by Resolution No. 060-17-12
14861, to provide professional engineering services on an as needed basis in accordance with Florida 13
Statute 287.055, “Consultants Competitive Negotiation Act”; and14
WHEREAS,Marlin Engineering, Inc., submitted a proposal for professional engineering services;15
and16
WHEREAS, the scope of services, staff allocation and man-hours were negotiated; and17
WHEREAS, the amount of $39,805 was found to be comprehensive and cost effective in its design 18
approach; and19
WHEREAS, the Mayor and City Commission desire to authorize the City Manager to execute a 20
professional service work order with Marlin Engineering, Inc., for design services of a new sidewalk along 21
the east side of Manor Lane between 6370 Manor Lane and SW 80th Street and SW 66th Avenue for a total 22
amount not to exceed $39,805.23
WHEREAS, the expense for this project shall be charged to the Capital Improvement Fund 24
Account 301-1790-519-6450 with a balance of $1,061,703.18 prior to this request. 25
26
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION 27
OF THE CITY OF SOUTH MIAMI, FLORIDA THAT:28
Section 1.The City Manager is authorized to negotiate the price, terms and conditions and to 29
execute a professional service work order with Marlin Engineering, Inc., for design services of a new 30
sidewalk along the east side of Manor Lane between 6370 Manor Lane and SW 80th Street and SW 66th31
Avenue for a total amount not to exceed $39,805. A copy of the professional Services Agreement and 32
Resolution #060-17-14861 is attached. The expenditure shall be charged to the Capital Improvement 33
Program Fund account number 301-1790-519-6450, which has a balance of $1,061,703.18 before this 34
request was made.35
Section 2:Severability.If any section, clause, sentence, or phrase of this resolution is for any reason 36
held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity 37
of the remaining portions of this resolution. 38
39
Section 3: Effective Date:This resolution shall be effective immediately upon the time of its 40
adoption. 41
3
42
43
PASSED AND ADOPTED this _____ day of_______________, 2019. 44
45
ATTEST: APPROVED: 46
47
___________________________________________48
City Clerk Mayor49
50
READ AND APPROVED AS TO FORM COMMISSION VOTE: 51
LANGUAGE, LEGALITY AND Mayor Stoddard: 52
EXECUTION THEREOF Vice Mayor Harris:53
Commissioner Welsh:54
___________________________Commissioner Liebman: 55
City Attorney Commissioner Gil:56
57
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
January 22, 2019
Aurelio Carmenates, PE
Capital Improvements Project Manager
City of South Miami
Re: Engineering Services – Manor Lane Sidewalk Improvements - 6370 Manor Lane to SW 80th Street and SW 66th Avenue
Dear Mr. Carmenates:
Marlin Engineering, Inc. proposes to provide the services identified below pursuant to the Professional
Services Agreement provided by the City of South Miami (“City”) for Professional General Engineering and Architectural Services, dated March 31st, 2017.
I. General
The project will consist of providing contract documents to construct a new sidewalk along the east side
of Manor Lane from 6370 Manor Lane to SW 80th Street and SW 66th Avenue.
All improvements within this project shall be in accordance with the American with Disabilities Act
(ADA).
The scope of work outlines the effort required for the production of the construction documents which will be in accordance with City of South Miami Public Works and Miami Dade County Standards and Specifications.
II. Scope of Work
Task 1 – Pre-Design Services - Survey Services
a) Topographic Survey (see attached scope of services for additional details)
Deliverables provided under Task 1: .
• Signed and sealed Topographic Survey
23
Miami • Fort Lauderdale • Tallahassee • Puerto Rico 305.477.7575 • www.marlinengineering.com
Page 2 of 5
Task 2 – 60% Plans
a) Project General Tasks – Project Management and coordination with the City of South Miami
and permitting agencies. Includes all project management meetings with affected stakeholders.
b) Prepare a complete contract set of plans including 1. Key Sheet 2. Tabulation of Quantities
3. General Notes 4. Plan Sheets
5. Curb Ramp Details for Driveways
6. Special Details
c) Permitting – Coordination with City of South Miami. Provide responses to comments
generated from each submittal and attendance to meetings with the agencies. d) Construction Cost Estimate – Prepare a construction cost estimate to be included in 60%
and 100% percent submittal documents. e) Quality Control and Peer Review – Perform quality control and peer review of contract documents. If requested by the City of South Miami, a copy of the marked up set of plans
and/or specifications will be provided showing the consultant’s QC review on each scheduled deliverable. The submittals shall include the name of the consultant staff that performed the QC review for each component.
f) Specification and Bid Package Preparation – Prepare specifications and bid documents as required by the City of South Miami.
Deliverables under Task 2:
• 60% construction documents.
• Construction cost estimate.
Task 3 – 100% Plans
• Incorporate the review comments from 60% plans submission in the 100% plans.
• Submit the 100% plans for City review. Once all comments are addressed, or if no
comments or corrections are necessary, then submit the final signed and sealed
construction documents and specifications to the City.
Deliverables under Task 3:
• 100% construction documents.
• Final signed and sealed construction documents.
• Updated construction cost estimate.
Task 4 – Post Design Services
• Attend pre-construction meeting. Assume four (4) hours for attendance at the pre-
construction meeting. (4 hours)
24
Miami • Fort Lauderdale • Tallahassee • Puerto Rico 305.477.7575 • www.marlinengineering.com
Page 3 of 5
• Provide written responses and/or revisions to all requests for information (RFIs). Assist with
the review and technical evaluation of Contractor’s request for change orders, and claims,
and provide recommendations and cost evaluations to the City. Assume four (4) hours for responses to one (1) request for information (RFI’s) per month. (12 hours – 3 month
construction duration).
• Review shop drawings, product data, and other submittals to determine compliance with the
plans and specifications. Assume two (2) hours to review two (2) sets of shop drawings. (4
hours)
Task 5 – Construction Administration Services
Construction Administration Activities include:
• Monitor Contractor Implementation and compliance with the plans.
• Provide a weekly status report
• Attend progress meetings as necessary (Assume 1 visit/week x 4 hrs = 4 hrs/week x 12 weeks = 48 hours)
III. Subconsultants
The below listed subconsultants will assist in the performance of the Work. Subconsultant Name Specialty or Expertise
N/A N/A
IV. Schedule of Work – Time of Performance
The anticipated length of service for Tasks 1 – 3 shall be sixteen (16) weeks commencing after the Notice to Proceed. Consultant shall submit the Deliverables and perform the Work as depicted in the
table below. Task 4 schedule shall be determined based on the bid dates and construction award
period.
SCHEDULE OF DELIVERABLES
Task or
Activity ID# Major Task, Sub-Task, Activity, or Deliverables Duration Delivery Date
1 Pre-Design Services, and Testing 4 weeks +4
2 60% Plans 4 weeks +8
Review by the City 2 weeks +10
3 100% Plans and Permits 4 weeks +14
Review by the City 2 weeks +16
25
Miami • Fort Lauderdale • Tallahassee • Puerto Rico 305.477.7575 • www.marlinengineering.com
Page 4 of 5
4 Post Design Services TBD TBD
Deliverables: At the completion of each task, Marlin will provide to the City all files associated with each
deliverable to include drawings files in DWG and PDF formats.
V. Compensation
Consultant shall perform the work detailed in this Proposal for a Total fee of $39,805.00 and 00 cents. 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.
SUMMARY OF COMPENSATION
Task or
Activity
ID #
Task Name and/or Activity Description Fee Amount Fee Basis
1 Data Collection/Survey $9,000.00
Lump Sum/Not to
Exceed
2 60% Plans and 100% Plans $24,165.00 Lump Sum
3,4 Post Design Services $1,930.00 Not to Exceed
5 Construction Administration Services $4,710.00 Not to Exceed
Total $39,805.00
VI. Exclusions from Basic Services
The following services are excluded from this scope of services:
a) Environmental studies and permitting
b) Landscaping and Arborist Services
All of these services are contingent upon the review from the City.
VII. Additional Services
Additional services and unforeseen circumstances beyond established scope shall be negotiated in
good faith and at the sole discretion of the City.
VIII. City Furnished Documents & Data
The following information or documents are to be provided by the City, if available: As-built information
including geotechnical information.
26
27
1700 NW 66th Ave, Suite 106 | Plantation, Florida 33313 | T: 305.477.7575 | F: 954.800.6045 |survey@marlinengineering.com 1 of 3
January 9th, 2019
City of South Miami
5800 SW 66 Street
South Miami, Florida 33143
Office: 305‐668‐3867
Re: Manor Lane Improvements
South Miami, FL
TOPOGRAPHIC SURVEY
PROPOSED SCOPE OF SERVICES:
As per your request, Marlin Engineering Inc. will provide the following Surveying Services, linked to the
above captioned project:
Survey Services:
Set Vertical and Horizontal Control
o Vertical Control in National Geodetic Vertical Datum (N.G.V.D.) of 1929.
o Horizontal Control will be established in State Plane Coordinates by Static Methods
Florida East Zone, NAD83 (1999).
Topographic Survey will commence at the NW Corner of the Intersection of SR/US1 & S.W. 80th Street
heading West along SW 80 Street, Thence head North at the intersection of S.W. 66th Street & SW 80
Street, Thence head N.E. at the intersection of S.W. 66th Street & Manor Lane to the intersection of SW 63
Court & Manor Lane, in effort to match an existing Sidewalk.
o Spot Elevations Every 50 feet.
o Location of trees.
o Extend spot elevation 5 feet past the East Right of Way line when accessible.
o Survey Limits is from Edge of Pavement to the Right of Way, along the proposed Sidewalk
Path. (See Sheet 3 of 3 for Visual representation)
Not included within our scope:
Obtain Drainage As-Builts.
Establish or provide Right of Way information along the project limits.
Locate underground Utilities.
Tree Identification Survey.
SPECIFICATIONS:
All field data with the exception of electronic data will be recorded in field books.
Additions or modifications to the scope, as well as resulting CAD and Project Management time, will be
invoiced per hourly fees listed below.
28
1700 NW 66th Ave, Suite 106 | Plantation, Florida 33313 | T: 305.477.7575 | F: 954.800.6045 |survey@marlinengineering.com 2 of 3
QUALIFICATIONS:
1- All Procedures in connection with this project will be performed in strict accordance with the
with the most current ”Standards of Practice” set forth by the Florida Board of Professional
Surveyors and Mappers in Chapter 5J-17, Florida Administrative Code, pursuant to Section
472.027, Florida Statutes.
2- This estimate is based on information provided by City of South Miami.
3- This estimate is a Lump Sum Amount price payment.
ESTIMATED FEE:
Our estimated fee to perform the services as requested by the Town of Miami Lakes shall be a Lump Sum
Amount of $9,000.00. As always, Marlin Engineering Inc. is prepared to commence upon receipt of your
written Task Work Order.
Field:
3 Man Survey Crew $1000.00/day Estimated 6 days $ 6,000.00
Office:
Sr. Project Manager $150.00/hr. Estimated 2 hours $ 300.00
CADD Technician $65.00/hr. Estimated 12 hours $ 780.00
Survey Technician $60.00/hr. Estimated 32 hours $ 1,920.00
Total: $ 9,000.00
ACCEPTANCE:
The return of an executed copy of this proposal constitutes authorization to proceed. Marlin Engineering
Inc. appreciates the opportunity to submit this proposal and we look forward to being of service. If you
have any questions with respect to this proposal, do not hesitate to contact us. On behalf of MARLIN
ENGINEERING Inc, I thank you again, for the opportunity to work with you on this important project.
APPROVED BY:
The above agreement is hereby acknowledged and Marlin Engineering, Inc. is authorized to proceed with
the above requested services.
_____________________________________ DATE: _______________
CLIENT
1 / 9 / 2019
_____________________________________ DATE: ________________
MARLIN ENGINEERING INC.
Sincerely,
Marlin Engineering, Inc.
Omar S. Carcamo
Survey Manager 29
1700 NW 66th Ave, Suite 106 | Plantation, Florida 33313 | T: 305.477.7575 | F: 954.800.6045 |survey@marlinengineering.com 3 of 3
LOCATION MAP 30
CITY OF SOUTH MIAMI
1
Consultant Name:
Contract No.:
Project: Date:
Project No.: Description: Work Order No:
Staff Hours Salary Average
Approved Rate Rate:$150.00 Rate:$125.00 Rate:$90.00 Rate:$75.00 Rate:$75.00 Rate: Rate: By Cost By Rate Per
Man hours Cost/ Task Man hours Cost/ Task Man hours Cost/ Task Man hours Cost/ Task Man hours Cost/ Task Man hours Cost/ Task Man hours Cost/ Task Task Task Task
1
2 2 $300 2 $250 10 $900 4 $300 2 $150 20 $1,900 $95.00
3 .
4 1 $150 1 $125 4 $360 1 $75 1 $75 8 $785 $98.13
5
6 Tabulation of Quantities 1 $150 1 $125 4 $360 1 $75 1 $75 8 $785 $98.13
7
9 8 $1,200 8 $1,000 40 $3,600 16 $1,200 8 $600 80 $7,600 $95.00
10
11 4 $600 4 $500 20 $1,800 8 $600 4 $300 40 $3,800 $95.00
12
13 3 $450 3 $375 15 $1,350 3 $225 3 $225 27 $2,625 $97.22
14
15 3 $450 3 $375 15 $1,350 3 $225 3 $225 27 $2,625 $97.22
16
17 2 $300 2 $250 8 $720 2 $150 8 $600 22 $2,020 $91.82
18
19 1 $150 1 $125 4 $360 1 $75 1 $75 8 $785 $98.13
20
21 2 $300 2 $250 6 $540 1 $75 1 $75 12 $1,240 $103.33
22
23 2 $300 2 $250 12 $1,080 2 $150 2 $150 20 $1,930 $96.50
24
25 6 $900 6 $750 24 $2,160 6 $450 6 $450 48 $4,710 $98.13
26
27
35 35 162 48 40 320
$5,250.00 $4,375.00 $14,580.00 $3,600.00 $3,000.00 $30,805.00 $96.27
10.9%10.9%50.6%15.0%12.5%
1 - SUBTOTAL ESTIMATED FEE:multiplier 1.00 $30,805.00
additional Services (Allo
Subconsultant: $9,000.00
Estimate of Principal's Fee Subconsultant:
/ hour =-$ Subconsultant:
Principal's Fee -$
2 - SUBTOTAL ESTIMATED FEE:$39,805.00
Notes:
1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee and one is to be used for each Subconsultant
2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden
3. Where applicable the basis for work activity descriptions shall be the FICE/FDOT Standard Scope 3 - SUBTOTAL ESTIMATED FEE:$39,805.00
and Staff Hour Estimation Handbook.
4. Enter the multiplier value in the field after the word "multiplier" Maximum of 2 decimal points.
GRAND TOTAL ESTIMATED FEE:$39,805.00
Total Staff Hours
Task
Curb Ramp Details for Driveways
Project General Task
Construction Administration
Quality Control and Peer Review
Post Design Services
Specifications and Bid Documents
Reimbursables (Allowance)
Ramon Soria
Other Misc. Fee:Enter Fee Description
Survey Fee (or Survey Crew Fee):
Geotechnical Field/Lab Testing:
Additional Services (Allowance)
Plan Sheets
Elias Diaz
Total Staff Cost
Note: Fee for the Principal(s) of the firm are not to be included above as the multiplier is not applicable to their hours. The fee is to be shown below and entered as a separa
Construction Cost Estimate
Key Sheet/General Notes
Utility Coordination
Total % of Work by Position
L. Durvusala/G. Sanch John Blankenship
Marlin Engineering Survey
Total hours
Job Classification
Assigned Staff
Engineer Intern Senior Draftsman
Manor Lane Sidewalk
STAFF CLASSIFICATION
Sr. Project Mngr Senior Engineer
Consultant Fee Proposal Worksheet
Marlin Engineering, Inc.
1/16/2019
Rafael Lagos Rox Matamoros
Eng/Sr. Const Insp
Special Details
31