Res No 109-23-16042RESOLUTION NO. 109-23-16042
A RESOLUTION OF THE MAYOR AND CITY
COMMISSION OF THE CITY OF SOUTH MIAMI,
FLORIDA, APPROVING A PROPOSAL AND PROJECT
WORK/PURCHASE ORDER WITH KIMLEY-HORN AND
ASSOCIATES, INC. TO CREATE AN ASSET
MANAGEMENT SYSTEM FOR THE DEVE LOPMENT AND
IMPLEMENTATION OF A SOLUTION FOR DATA
COLLECTION, CONDITION ASSESSMENT,
MANAGEMENT, AND ANALYSIS OF SIDEWALK AND
ROADWAY PAVEMENT ASSETS WITHIN THE CITY;
PROVIDING FOR AUTHORIZATION; PROVIDING FOR
IMPLEMENTATION, CORRECTIONS, AND AN
EFFECTIVE DATE.
WHEREAS, the C ity of So uth Miami (th e ·'C ity") Pub li c Works and Engi nee rin g
Department des ire s to create an Asset Management Syste m to dev e lop and implement a so lution
for data col lect ion , conditi on assessment, management , and analys is of sidewa lk a nd roadway
pavement assets within the C it y (the ··Serv ices''); and
WHEREAS, the C ity is in nee d of the Se rvi ces du e to the City's expans ive roadway and
sid ewa lk network, which covers 47 centerlin e mil es of roadwa y and 27 miles of sidewalk; and
WHEREAS, pursuant to Secti on 287.055 , Florida Statutes (a lso known as th e Consu ltan ts·
Competitive Nego tiation Act) (the "CCN A''), on May 3, 2022 , the City adopted
Resolution No. 056-22 -1580 9, authorizing the City Manager to negot iate a nd execute a
Professiona l Services Agreement (t he '·Agreement'") with Kim ley-Ho rn and Assoc iat es, In c.
(t he "Consultant"), among othe r firm s, fo r the provision of general engi nee ring se rvices o n a n as -
needed ba s is; and
WHEREAS, in accordance with th e provisions of the Ag reement and the CCNA, the
Consu ltant ha s provided th e City with a proposal (the ·'Proposal "), attached hereto as Exhibit "A,"
for the Services in th e amount of $104 ,000.00 ; and
Page 1 of3
Re s. No. I 09-23-16042
WHEREAS, based on th e Co nsultant 's Proposa l, att ached hereto as Ex hibit "A," t he C ity
and the Cons ultant have agreed to e nt er in to a Project Work/Purchase Order (the '·Project
Agree ment"), attac hed hereto as Ex hibit ·'B." fo r th e Se rv ices in an amo un t not to exceed
$ I 04 ,000.00 ; and
WHEREAS , the C ity Co mmi ss io n des ire s to approve and author ize th e C ity Manage r to
en te r in to the Project Agreement attached hereto as Ex hibit ·'B" in an amount not to exceed
$ I 04,000.00 based on th e Co nsultan t" s Prop osa l attac he d hereto as Ex hibi t ''A"; and
WHEREAS, th e Se r vice s will be fu nd ed utilizing $ I 04 ,000.00 from t he Capital
Im provement Prog ram Fund acco unt num be r 30 l -1790-519-6450 , whi ch has a bal ance of
$542 ,473.4 1 pri or to thi s req uest; a nd
WHEREAS, t he City Commi ss ion find s th at th is Re so lut io n is in the be s t in te rest and
we lfa re of the C ity.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AS FOLLOWS :
Section 1. Recitals. T he above-stated rec ita ls are true and cor rect a nd are inc orporated
herein by th is refere nce.
Section 2 . Approval of Pro ject Agreement. The Co ns ulta nt 's Propo sa l, a ttac hed
hereto as Ex hibit "A," a nd th e Pr oj ect Ag ree ment, attac hed here to as Ex h ib it "B," are he reby
a pproved.
Section 3. A uthori zation. T he C it y Manager is he reby auth o ri zed to exec ut e the
Proj ect Agreement, in s ub stantia ll y the fo rm attac hed here to as Ex hibit '·B ," w ith th e Co ns ult ant
fo r the Serv ices in an amo unt not to exceed $ I 04,000.00 based o n the Co nsul ta nt 's Proposa l
Page 2 of3
Res. No. 109 -23 p 1604 2
attached hereto as Exh ibit 'A ," subject to the fina l approval of the C ity Manager and C it y Atto rn ey
as to form content , and lega l suffic iency.
Section 4. Imp lem entat ion. The C it y Ma nager is a uth orized to take any and all
actions necessary to implement the Projec t Ag reement and th e purposes of this Resolution.
Section 5. Corrections. Conforming la ng ua ge or technical scrivener-type corrections
may be made by the C it y Attorney for any confo rmi ng amendments to be in corporated into the
final resol uti on for signature.
Section 6. Effective Date. This Resol ution s hall become effect ive immediatel y upon
adoption.
PASSED AND ADOPTED this~ day of September , 2023 .
ATTEST:
READ AND APPROVED AS TO FORM ,
LANGUAGE LEGALITY AND
EXECUTION THEREOF
WElSS SEROTA HELFMAN COLE
& B IERMAN P.L.
CITY ATTORNEY
APPROVED:
COMM ISSION VOTE:
Mayo r Fernandez:
Vice Mayor Bon ich:
Co mmissi one r Calle:
Co mmissi one r Liebman:
Co mmis sione r Co rey :
Page 3 of3
5-0
Yea
Yea
Yea
Yea
Yea
Agenda Item No:2.
City Commission Agenda Item Report
Meeting Date: September 5, 2023
Submitted by: Aurelio Carmenates
Submitting Department: Public Works & Engineering
Item Type: Resolution
Agenda Section:
Subject:
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA,
APPROVING A PROPOSAL AND PROJECT WORK/PURCHASE ORDER WITH KIMLEY-HORN AND
ASSOCIATES, INC. TO CREATE AN ASSET MANAGEMENT SYSTEM FOR THE DEVELOPMENT AND
IMPLEMENTATION OF A SOLUTION FOR DATA COLLECTION, CONDITION ASSESSMENT,
MANAGEMENT, AND ANALYSIS OF SIDEWALK AND ROADWAY PAVEMENT ASSETS WITHIN THE CITY;
PROVIDING FOR AUTHORIZATION; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, AND AN
EFFECTIVE DATE. 3/5 (CITY MANAGER-PUBLIC WORKS & ENGINEERING)
Suggested Action:
Attachments:
final Memo-CIP_Asset_Mgmt_GIS_-_PWD8-23-23CSM_F3 (1).docx
4767180-Resolution Approving Kimley Horn for Asset Management Services for Sidewalk and Roadway Pavement
CAv2.DOCX
Exhibit A - Kimley-Horn Proposal - Asset Management System for Roadways and Sidewalks.pdf
Res No 056-22-15809.pdf
476718202-Project Work Purchase Order Kimley-Horn - Asset Management System Sidewalk & Roadway CAv2.DOCX
1
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
TO:The Honorable Mayor, Vice Mayor, and Members of the City Commission
FROM: Genaro “Chip” Iglesias, City Manager
DATE: September 5, 2023
SUBJECT: Asset Management System for Road Pavements and Sidewalks Maintenance
RECOMMENDATION:Staff recommend approval of the work/purchase order to create an asset
management system for citywide roads and sidewalks.
BACKGROUND:The Public Works Engineering Department is interested in developing an
Asset Management System to develop and implement a solution for data
collection, condition assessment, management, and analysis of sidewalk
and roadway pavement assets within the City of South Miami on its 47
centerline miles of roadway network and 27 miles of sidewalk network.
Roadway pavement distress data will be collected using an IrisPRO Pave
data collection vehicle equipped with a laser crack measurement system
(LCMS-2), inertial profiler, and Ladybug 5+ right-of-way imaging system.
Roadway pavement distress data collected will consist of several distress
classifications including linear cracking, alligator cracking, raveling, and
rutting. Sidewalk distress data will be collected via a visual condition
assessment by trained engineers. Following the condition assessments,
condition values will be calculated and finalized for both streets and
sidewalks on a 0-100 scale. Treatment policies and unit cost estimates will
be applied to the condition data to develop economic models (funding
scenarios) and prioritize maintenance and rehabilitation needs over a 5-
year planning period. These data will be stored, analyzed, and viewed in
the pavement management software, DRIVE, to be accessed and
manipulated by the City of South Miami. Other deliverables will include a
PDF summary report, Excel tables, and GIS shapefiles.
The DRIVE pavement management software will be customized according
to the unique features of the Cityof South Miami including, but not limited
to, historical City treatment practices, industry trends, specific City
geographic groupings, and local cost data. The DRIVE software will be used
to view pavement and sidewalk condition data, historical work
information, and treatment policy data. This data is utilized in the software
for the user to run and compare different custom funding scenarios and
then use these scenarios as a base scenario to identify and program
rehabilitation projects for the City streets. These projects are stored in the 2
THE CITY OF PLEASANT LIVING
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
DRIVE software for later use and can be updated and manipulated at any
time by the user.
The consultant will provide in-person training on the functionality and
analysis functions within the DRIVE software upon its delivery during a
training and planning meeting. The DRIVE licensing period will remain
effective for one (1) year from the conclusion of the asset management
project and can be renewed thereafter by the City annually under a
separate contract. All DRIVE data can be exported to tabular (.csv) format
for use by the City of South Miami. After the 1-year software licensing
period, this tabular data exported from DRIVE will remain the property of
the City. The cost of the DRIVE software is$5,000 which includes a 1-year
license fee and is included in the proposal. The DRIVE license may be
extended at the cost of $1,000 per additional year. Kimley-Horn and
Associates, Inc., will provide at the completion of the project a training
session on the features of the drive software.
As the next City’s rotation list consultant, Kimley-Hornand Associates, Inc.,
was requested to provide a proposal for these services. Kimley-Horn and
Associates, Inc., is one of six firms selected by Resolution No. 056-22-
15809, to provide professional service agreementsfor engineering services
on as needed basis in accordance with Florida Statute 287.055,
“Consultants Competitive Negotiation Act.
Staff recommends that the proposal from Kimley-Horn and Associates,
Inc., dated August 7, 2023, be approved to develop an Asset Management
System for the City of South Miami Sidewalk and Roadway Pavement
system.
VENDOR &EXPENSE:Kimley-Horn and Associates, Inc.
Proposal/contract amount not to exceed $104,000.00.
FUND &ACCOUNT:Amount not to exceed $ 104,000.00.Please refer to the consultant contract
and fee schedule. The expenditure shall be charged $104,000.00 to the
Capital Improvement Program Fund account number 301-1790-519-6450
which has a balance of $542,473.41 prior to this request.
ATTACHMENTS:Resolution
Resolution 056-22-15809
Proposal for Pavement and Sidewalk Asset Management System dated
August 7, 2023 by Kimley-Horn and Associates, Inc.
3
THE CITY OF PLEASANT LIVING
PROJECT WORK/PURCHASE ORDER
Between
CITY OF SOUTH MIAMI, FLORIDA
And
KIMLEY-HORN AND ASSOCIATES, INC.
Project Name: Asset Management System -Sidewalk and Roadway Pavement Assets
I of J
PROJECT WORK/PURCHASE ORDER
Between
CITY O F SOUTH MIAMI, FLORIDA
And
KIM LEY -HORN AN D ASSOCIATES , IN C.
Proje ct Name: Asset Ma nage ment System -Sid ewalk and Roadway Pavement Assets
Subject to the provisions con tai ned in the "Professional Services Agreement for Professional
Gen eral Eng ineerin g and Architectural Services " (hereinafter referred to as the "Professional Services
Ag reement ") be tween the CITY OF SOUTH MIAMI, FLORIDA (hereinafter referred to as "City") and
KIMLEY-HORN AND ASSOCIATES, INC. (hereinafter referred to as "Consultant") dated May 3, 2022 ,
which Profe ssional Services Agreement was competitively procured through Request For Qualificat ions
(RFQ ) No. PW2022-03 in accordance with Section 287.955, Flo rid a Statutes. This Project Work/Purchase
Order is made effe ctive as of the ~ 5th ~ay of JSeptember L, 2023 , and authorizes t he
Consultant to provide the services as set forth below:
SECTION 1. SC OPE OF SERVICES
1.1 Consultant sha ll provide professional engineering services, including Asset Management
System -Sidewalk and Roadway Pavement Assets, and complete the tasks that are identified and
described in the project proposal, attached hereto as Exhibit "1" for the City (the "Services").
1.2 The City may request changes that would increase , decrease , or otherwise modify the
scope of services outlined under the Project Proposal attached hereto as Exhibit "1." Such changes must
be contai ned in a writte n change order executed by th e parties in acco rdance with the provisions of the
Professional Services Agreement, pri or to any deviation from the terms of this Project Wo rk/Pu rchase
Orde r, including the initiation of any extra work.
SECTION 2. DELI VERABLE S
2.1 As part of the scope of services and project schedule, the Consultant shall provide the City
with the Del iverable s identified in the Project Proposal attached hereto as Exhibit "1."
SECTION 3. TERMrrlME OF PERFOR MANCE/DAMAGE
3.1 Term. Th is Project Work/Purchase Order shall commence on the date this instrument is
full y executed by all parties and sha ll continue in full force and effect until te rminated pursuant to Section 6
or other applicable provisions of this Project Work/Purchase Order. Th e City Manager, in his sole discre tion ,
m ay extend the term of this Proj ect Work/Pu rchase Order through written notification to the Consu ltant.
Such extension shall not exceed 90 days. No further extensions of this Agreement shall be effective unless
authorized by th e City Manager.
3.2 Com mencement. Services provided by the Consultant under this Project Work/Purchase
Order and the time frames appli cable to this Project sha ll com m ence upon the date provided in a written
Notice to Proceed ("Commencement Date ") provided to the Consultant by the City. The Consultant shall
not incur any expenses or obligations for paymen t to third parties prior to the issuance of the Notice to
I o f 4
Proceed. Consultant must receive written notice from the City Manager prior to the beginning the
performance of services.
3.3 Contract Time. Upon receipt of the Notice to Proceed, the Consultant shall provide
services to the City on the Commencement Date, and shall continuously perform services to the City,
without interruption, in accordance with the time frames set forth in the Project Proposal attached and
incorporated into this Agreement as Exhibit 11 1". The number of calendar days from the Commencement
Date, through the date set forth in the Project Schedule for completion of the Project or the date of actual
completion of the Project, whichever shall last occur, shall constitute the Contract Time.
3.4 All limitations of time set forth in this Agreement are of the essence.
SECTION 4. AMOUNT. BASIS AND METHOD OF COMPENSATION
4.1 Compensation. Consultant shall be compensated for the provision of the Services in
accordance with Exhibit "1" attached hereto. Consultant shall receive a total lump sum fee of $104,000.00
for this Project.
4.2 Reimbursable Expenses. All reimbursable expenses are included in the total
compensation listed in Section 4.1 above.
SECTION 5. BILLING AND PAYMENTS
5.1 Invoices
5.1.1. Compensation and Reimbursable Expenses. Consultant shall submit invoices
which are identified by the specific project number on a monthly basis in a timely manner.
These invoices shall identify the nature of the work performed, the phase of work, and the
estimated percent of work accomplished in accordance with the Payment Schedule attached
hereto as Exhibit "1", attached hereto and made part of this Agreement. Invoices for each
phase shall not exceed amounts allocated to said phase plus reimbursable expenses
accrued during each phase. The statement shall show a summary of fees with accrual of the
total and credits for portions paid previously.
5.1.2. Florida Prompt Payment Act. The City shall pay the Contractor in accordance with
the Florida Prompt Payment Act after approval and acceptance of the Services by the City
Manager.
5.2 Disputed Invoices. In the event that all or a portion of an invoice submitted to the City for
payment to the Consultant is disputed, or additional backup documentation is required, the City shall notify
the Consultant within fifteen ( 15) working days of receipt of the invoice of such objection, modification or
additional documentation request. The Consultant shall provide the City within five (5) working days of the
date of the City's notice. The City may request additional information, including but not limited to, all
invoices, time records, expense records, accounting records, and payment records of the Consultant. The
City, at its sole discretion, may pay to the Consultant the undisputed portion of the invoice. The parties
shall endeavor to resolve the dispute in a mutually agreeable fashion.
5.3 Suspension of Payment. In the event that the City becomes credibly informed that any
representations of the Consultant, provided pursuant to Subparagraph 5.1, are wholly or partially
inaccurate, or in the event that the Consultant is not in compliance with any term or condition of this Project
Agreement, the City may withhold payment of sums then or in the future otherwise due to the Consultant
2 of4
until the inaccu racy, or other breach of Project Agreement, and the cause thereof, is co rrected to the
Owner's reasonab le satisfaction.
5.4 Retainage. The City reserves the right to withhold retainage in the amount of ten percent
(10%) of any payment due to the Consultant until the project is completed. Said retain age may be withheld
at the sole discretion of the City and as security for the successful completion of the Consultant's duties
and responsibilities under the Project Agreement. In tentionally Deleted .
5.5 Fi nal Payment. Subm ission to the Consultant's invoice for final payme nt and
reimbursement sha ll constit ute the Consultant's representation to the City that, upo n receipt from the City
of the amount invo iced , all obl igations of the Consu ltant to others , includ ing its consultants, incurred in
connection with the Project, sha ll be paid in full. The Consultant shall deliver to the City all documents
requested by the City evidencing payments to any and all subcontractors, and all final specifications, plans ,
or othe r documents as dictated in the Scope of Services and Deliverable . Acceptance of final payment
shall constitute a waiver of all claims against the City by the Consultant.
SECTI ON 6. T ERM INATI ON/SUSPENSION
6.1 For Ca use. Thi s Proj ect Work/Purchase Order may be term inated by either party upon
five (5) calendar days written notice to the other shou ld such other party fai l substantia ll y to perform in
accordance w ith its material terms through no fault of the party initiating the termination and fails to cure
the fai lure to perform wi t hin such five (5) day period. In the event that Consultant abandons this Project
Work/Purchase Order or causes it to be terminated by the City , the Consultant shall indemnify the City
against any loss pertaining to this termination . In the event that the Consultant is terminated by the City for
cause and it is subsequently determined by a court by a court of competent jurisdiction that such termination
was without cause, such termination shall thereupon be deemed a te rmination for convenience under
Section 6.2 and the provis ion of Section 6.2 shall apply.
6.2 For Co nve nience. Th is Project Work/Purchase Order may be term inated by the City for
conven ience upon fourteen ( 14) ca lendar days' written notice to the Consu ltant. In the event of such
termina ti on a termination , the Consultant sha ll incur no further obligations in connections w ith the Project
and sha ll , to the extent possible terminate any outstand ing subconsultant obligation. The Consultant shall
be compensated for a ll services performed to the satisfaction of th e City and reimbursable expenses
incurred prior the date of termination. In such event, the Consultant shall promptly submit to the City its
invoice for final payment and reimbursement which invoice shall comp ly with the provisions of Section 5.1.
Under no circumstances shall the City make payment of profit to the Consultant for services which have
not been performed.
6.3 Ass ignment upon Termination . Upon termination of this Project Work/Purchase Order, a
copy of all wo rk product of the Consultant shall become the property of the City and the Cons ultant shall
within ten (10) wo rking days of receipt of written direction from the City , transfer to either the City or its
authorized designee, a copy of all work product in its possession , including but not limited to designs ,
specifications, drawings , stud ies, reports and all other documents and data in the possession of the
Consultant pertaining to this Project Work/Purchase Order. Upon the City's request, the Consultant shall
additionally assign its rights, title and interest under any subcontractor's agreements to the City.
6.4 Suspension for Convenience. The City shall have the right at any time to direct the
Consultant to suspend its performance , or any designated part there of, for any reason whatsoever , or
without reason, fo r a cumu lative period of up to thirty {30) calendar days. If any suc h suspension is directed
by the City, the Consu lta nt sha ll immed iately comply with same. In the event the City directs a suspension
of performance as provided herein , th rough no fault of the Consu ltant, the City sha ll pay the Consu ltant as
full compensatio n for such suspension the Consultant's reasonable cost, actually incurred and paid , of
demobilization and remobilization .
3 of4
Section 7. American Rescue Plan Act Contract Conditions.
7. 1 The Consultant acknowledges that the Services authorized under this Project Agreement
may be fully or partially funded utilizing Coronavirus State and Local Fiscal Recovery Funds allocated to
the City pursuant to the American Rescue Plan Act ("ARPA"). Towards that end, the Consultant shall be
required to comply with all laws, rules, regulations, policies, and guidelines (including any subsequent
amendments to such laws, regulations, policies, and guidelines) required by ARPA, as further detailed in
the ARPA Addendum.
If compliance with the ARPA Addendum is required, the City shall select this box:□.
[REMAINDER OF PAGE LEFT INTENTIONALLY BLANK.
SIGNATURE PAGE FOLLOWS.]
4of4
IN WITNESS WHEREOF , the parties hereto have caused th is Proje c t Work/Purchase Order
executed as of the day and yea r as fir st stated above.
ATTEST :
APPROVED AS TO FORM AN D LEGAL
S UFFICIENCY:
C ITY ATTORNEY
Print Name : -------
CITY:
CITY OF SO ;rH M IAMI , F
pal Co rp o rati
Date: --------------
CONSUL TANT:
KIMLEY-HORN AND ASSOCIAT ES , INC.
Name: ----'~~....;.,:.::::....:__~-'----""===-,,....:....;_ __ _
Title: d S'S(Cia. +e---,
Date: q I 1/ ao1.JJ
l of l
EXHIBIT "1"
PROJECT PROPOSAL
(SCOPE OF SERVICES AND SCHEDULE AND PAYMENT SCHEDULE)
Kimley >>> Horn
Aug ust 7 , 2023
Mr. Aureli o J. Carmenates , P.E.
Capital Improvemen t Prog ram Project Manager -City of South Miami
Public Works Engineer ing & Construction Division
6130 Sunset Drive
Miami , FL 33 143
Re: Proposal for Pavement and Sidewa lk Asset Management Program
City of South Miami, Florida
Dear Mr . Carmenates:
Page 1
Kimley-Horn and Associates, Inc. ("Kimley -Horn " or "Consultant"), in connection w ith the City of South
Mia mi 's Professional Gene ral Engineering and Architectural Services RFQ # PW2022-03, is pleased
to submit this proposal (the "Proposal ") to the City of South Miami ("Client") for provid ing professional
consulting services for the above referenced projects.
SCOPE OF SERVICES
Based on the information provided, Consu ltant understands that the Client wishes to execute an asset
manage ment program across the City 's roadway and sidewalk network. Pavement distress data will be
collected using an lrisPRO Pave data co ll ection vehicle equipped with a laser crack measurement
system (LCMS-2), inertial profiler, and Ladybug 5+ right-of-way imaging system. Pavement distress
data collected will consist of several distress classifications including linear cracking , alligator cracking ,
rutting, raveling , and rutting. Sidewalk condition data will be collected via a visual condition assessment
by trained engineers. Following the condition assessments, condition values will be calculated and
finalized for both streets and sidewalks on a 0-100 scale . Treatment policies and un it cost-estimates
will be applied to the condition data to develop economic mod els (funding scenarios) and prioritize
maintenance and rehabi li tation needs over a 5-year planning period. These data wi ll be stored ,
ana lyzed , and viewed in the pavement management software, DRIVE , to be accessed and manipulated
by the City. Other deliverables will include a pdf summary report, excel tables, and GIS shapefiles.
After review of published map data and based on discussions with the City , the Consultant anticipates
collectio n on a maximu m of 47 centerline miles of roadway network and 27 miles of sidewalk network.
Our Scope of Services, Fee, and Schedule are as follows:
Task 1 -Project Administration
This task wi ll consist of general project management, administrati ve, and accounting activities for the
project. It will furthe r co nsist of progress meetings, monthly work planning efforts, and will comprise the
in itia l schedule development and monthly maintenance of the sc o pe of serv ices and project milestones.
Consul ta nt w il l facilitate a kick-off meeting with South Miami upon Notice to Proceed. Consultant wil l
coo rdinate and faci litate up to two (2) additional project meetings during project execution. Meetings
w ill be co nducted v irt ua ll y at the di scretion of the City. Consultant w ill prepare and di stribute meeting
notes fo r each mee ti ng as needed .
kimley-horn .com 2 Alhambra Plaza, Suite 500 , Coral Gables, FL 33134 305 673 2025
Kimley >>> Horn Page 2
Task 2 -Network Definition
Th is tas k involves the pre-fie ld activiti es related to defining the roadway and sidewalk system inventory
and specific data collecti on requ irements.
Task 2 . 1 -Roadway Network Definition
Prior to beginning data co ll ection , Consultant will work with the City to update the inventory of its existing
roadway network. In coordination with the City, Consultant will compile releva nt roadway inventory data
rela ted to roadway surface type, segmentation lim its (to/from streets), lane w idths, wo rk history , and
other maintenance and rehabilitation efforts. The roadway network will consist of block-to -block , or
intersection-to-intersection segmentation. Based on preliminary estimates, Consultant anticipates data
collection on no more th an 47 mi les of City-m aintain ed roadway.
GIS inve ntory updates w ill be limited to th e update of existin g asset GIS shapefiles provided by th e
City. If the City ca nnot provid e G IS data , existi ng Miam i-D ade County GIS data will be util ized.
Development of new G IS layers/feature class data wi ll be considered additional services not included
in this scope.
Task 2.2 -Data Collection Requirements
Data collection requirements will be memorialized in a Data Dictionary that defines the pavement
distress types and severity levels that will be captured du ring data collection . The Data Dictionary wi ll
be based on th e ASTM 0 6433 Pavement Condition Index (PC I) standard and will be modified to meet
the specific obj ectives of the City.
Task 2.3 -Sidewalk Network Definition
The Consultant performed a limited review of the Ci ty's Fixed Asset Acco unting Rep ort, dated
September 30, 2022, and based on this review it is estim ated that the existing City-ma in ta ined sidewa lk
network does not exceed 27 miles . Th e cons ul tan t assumes that additi onal data w ill not exceed more
than 5 percent of this estim ate. Anythi ng beyond 5 percent above 27 m il es wi ll be cons ide red addit iona l
services to be billed sepa rately. The sidewalk network will be established v ia li near attributes developed
from a desktop review of existing aerial imagery. It will be assumed that all sidewa lk facilities parallel
to City-maintained streets are also maintained b y the City and thu s in cluded in the limits of this study.
For rating purposes, a block-to-block lin ear segmentation will be utilized. This segmentation will be
referred to herein as sidewalk "segments ".
Task 3 -Data Collection and Integration
Consultant, thro ugh our subconsultant International Cybernetics Company (ICC), w ill complete a
compreh ensive pave ment data co ll ection effort using hi gh-speed automated equipment. Task 3
involves the collecti on, quality management, and integration of cond ition da ta and inventories into the
AMS.
Task 3.1 -Pavement Data Collection
Pa vement data collection will be coo rdina ted with the Ci ty in advance of data collection according to
th e roadway network defined in Task 2. Data collection will be comp leted by ICC using its lrisPRO Pa ve
data co ll ection vehicles that are equipped wi th a laser crack measurement system (LCMS -2), inertial
kimley-horn.com 2 Alhambra Plaza, Suite 500, Coral Gables, FL 33134 305 673 2025
Kimley >>>Horn Pa ge 3
profiler, and Ladybug 5+ right-of-way imaging sys tem. Data wi ll be co lle cted in accordance with ASTM
06433 standards and the Data Di ctionary developed in Task 2 and approved by the City. Collection
wi ll generall y occur in one direction for local/re sidential roadways and two directions for arterial/colle ctor
roadways. Th e City-approved network definition shapefile developed in Ta sk 2 wi ll indicate collection
direction for in-scope roadways. Extracted assets wi ll consist of pavement in ventory and ASTM distress
data, international roughness index (IRI ) data, rutting data, and rig ht-of-way imaging.
Ta sk 3.2 -Sidewalk Data Collection
The Consultant wi ll assess the existing surface cond iti on of a ll paved City-maintained sidewalks. Th e
Consu ltant will utilize Geographic Inform ation System (G IS) te chnology to assess co nditions for each
sidewa lk segment throughout the City . The assessment and data co lle ction will be co mpleted through
a vis ual observation while wa lking th e sidewalks of the City. The co nsultant wi ll ta ke representati ve
photographs of each sidewalk segment during the assessment. It is assumed that all of the C ity's
sidewalks faci liti es will be accessible by the Cons ultant through wa lking.
Th e Pa ve ment Surface Evalua ti o n and Rating (PASER) Manual , as estab li shed by the Universi ty of
Wiscon sin-Ma dis on Tran sporta tio n Information Center, w ill be referenced to assign co ndition ratings to
each sidewa lk segment on a scale of 10 (Failed) to 100 (Excellent) in multiples of 10. The standa rd
PASER rating system is intended for roadways , so a modified version more applicable for sidewalks
will be used for the purposes of this assessment. The following tab le shows the PAS ER rating system
as modifi ed fo r concrete sidewa lks. Pl ease note that although concrete is the primary sidewalk su rfa ce
mate ri al throughout the City, there also exists asphalt and bri ck/b lo ck surfaced sidewalks. Fo r these
si dewa lks, there is an applicable PAS ER rating system for each surface type t hat w ill be refere nced for
assign in g conditions.
In addition to PASER ratin gs, Kimley-Horn wi ll docum ent observed loca lized conce rn s for City
cons ideration and to in form immediate repair efforts. The se poi nts wi ll be geospatially loca ted and wi ll
in cl ude visual observation of potential trip hazards , surface damage, and/or obstructions that may
benefit from spot repairs. Id entifi cation of localized points will be lim ited to a maximum of th ree
locations pe r sidewalk segment. Beyo nd three locations , a more subs tantia l repair effort is typical ly
recommended along the entire segment of sidewalk.
Task 3.3 -Quality Management
T o confirm pavement condition ratings , Consu ltant will ve rify paveme nt conditions usi ng a two-step
process. First, Consultant will review pavemen t distress types, severiti es, and extents to confirm that
automated data collection proce sses are accurately cha rac teri zing pavement conditions. In th e second
step, Consultant will perfo rm a visual ve ri fica ti on of pavem ent co nditions using trained pavement
inspectors on up to 5% of th e network .
Task 4 -Condition Ana lysis
Upon performing a quality management revi ew of distress data, Consultant w ill make necessary
adjustments and co nfirm fi nal pavement distress data. The PC I wi ll be ca lculated usin g PAVER™
pavement man agement software. The distress mechanisms (load, cl im ate , and other) will be
inve ntoried and ca lcu lated for each segme nt. Each segment inventory (length, width, s urface type ,
I
kimley-horn.com 2 Alhambra Plaza, Suite 500, Coral Gables, FL 33134 305 673 2025
Kimley >>>Horn Page 4
estimated constructio n history, and observed ma intenance) will be updated within the network based
on the observed cond itions during the in spection.
Consu ltant will develop a Pavement Condition Index (PCI) Exhibit depicting the condition results at the
section leve l. The exh ibit will be color coded to rep resent the ASTM D6433-20 rating system and
annotated to detail the condition information. The exhibit will be developed in GIS software and later
uploaded to the DRIVE pavement management system for visuali zation and analysis.
Task 5 -DRIVE Software and Treatment Analysis
Task 5. 1 -Pavement Management System Software Customization
Consultant will customize its DRIVE software tool based on the customization parameters identified in
Task 1, current City practices, engineering knowledge of industry trends , historical pavement treatment
practices, and local cost data, such as recent paving contracts . Consultant will populate the DRIVE
database with conditio n and inventory information , parameters related to treatment types, local cost
data, maintenance trigger values , and budget constraints.
Task 5.2-Treatment Analysis and Project Planning
Consultant wi ll analyze collected pavement condition data to develop a practical , data-driven roadway
maintenance and repair plan using DRIVE software tool and information from Task 5.1. In addition to
'Do Nothing ' and 'Unlimited Funding ' scenarios , up to five (5) budget-d ri ven or performance-driven
scenarios will be considered in the analysis. Consultant will utilize the results of the scenarios to develop
a 5-year project imp lementation plan. Thi s plan wi ll identify, priori tize , and assign treatment types to
each pavement section as determined by the analyzed da ta, engineering judgement, and City staff
involvement/feedback.
Task 5.3 -M eeting and Training
Consultant will provide City staff with the training required to operate the DRIVE software. Following
the initial con fi guration and data integration into DRIVE, Con sultant will meet with the City to
demo nstrate software features and functions with the goa l of providing City staff with the training
requi red to operate the system independently. The software will be web-based and allo w for users to
access the si te remotely. The in itial DRIVE software licensing period will remain in effect for one (1)
year and can be renewed by the City annua lly under a separate co ntract.
Task 6 -Sidewalk Prioritiz ation
The Consultant will compile all of the data that was collected in Task 1 to analyze and develop a 5 -year
pr ioritization plan for the City's sidewalks. In addition to condition , prioritization will consider other
factors such as neighborhood, proximity to key areas, and ADA concerns as available and as agreed
upon by the Client and Consu ltant. Unit co s ts will be estima ted based on recent local costs so that
projects may be recommend ed to the Cl ient. It is assumed that the City will provide recent bid tabulation
cost data fo r sidewalk repair or reconstruction projects to assist in developing estimated unit costs.
Task 7 -Report
Consulta nt w ill develop an Executive Summary Report that discusses the data collection methodology,
data co ll ection results, analysis scenarios , and mai ntenance and repair priorities. Th e Report wi ll
kimley-horn .com 2 Alhambra Pl aza, Suite 500, Coral Gables, FL 33134 305 673 2025
Kimley >>>Horn Page 5
sum ma ri ze pavemen t network condition and provide recommendations on strategies for structuring a
pavement management program over the next 5 years. Consultant will provide draft and final versio ns.
This T ask includes add ressing one round of non -co nflicting comments from the Client. Th e deliverable
fo r thi s Ta sk w ill be a Fina l Repo rt that add resses these com ments.
Co nsul ta nt wi ll deli ver fina l G IS shapefil es and map packages to the City contai ning relevant roadway
inve ntory a nd condition data . Files will be provided in .S HP and .MPK fi le forma ts and wi ll be suitable
fo r integ ration into a City GIS platform.
ADDITIONAL SERVICES
Any services not specifi call y provided for in the above scope w ill be billed as additional services and
pe rformed at our then current hourly ra tes. Additional services Consul tant can provide include, but are
not limited to, the following:
• ADA assess me nts
• ADA buil di ng ass ess m ents
• Co nstru c ti on Plans
• Engineering Design and Permitting
• Geotechnical investigations , including coring and boring
■ G rou nd-pe netrating rada r (GPR) investigations
• No n-des tructi ve tes ting (NOT )
• Structu ra l inspectio ns on bridges
■ Pavement cond ition eva luations beyond the scoped mileage of 47 mi les
• Sidewalk condition evaluations beyond the scoped mileage of 27 miles
• Pavement design services
• Pavement distress viewer using ICC Connect softwa re
• DRIV E softwa re licensing after 1 yea r
■ Ext raction of other assets from right-of-way im agery
• Public meetings
• Development of City G IS online platform
■ Others as requested by the City
INFORMATION PROVIDED BY CLIENT
The Consultant sha ll be en ti tled to rely on the completeness and accuracy of all information provided
by t he Client or the C lient's co nsu ltants or representatives. T he C lient shall p rovide all information
requested by Co nsultan t du ri ng the project, including but not limited to the followi ng:
• Existing G IS a nd/or digi ta l photography da ta for t he project area
• Co nstr uction history documentation includi ng dates for last major work
• Existing construction plans and as-built surveys
• Bid tabulations containing material unit cost information
k iml ey-horn .c om 2 Alhambra Plaza , Suite 500, Coral Gables, FL 33134 305 673 2025
Kimley >>>Horn Page 6
SCHEDULE
Consultant wil l provide t he services described in the scope of services w ithin nine (9) calendar months
of the Not ice to Procee d (N T P).
FEE AND BILLING
Consultant w ill perfo rm th e Scope of Services in Tasks 1 -7 for the to tal lump sum fee of $104,000 . A
detail ed ma nh our estim ate is attached. In divid ual tasks may be ag reed upon and au thorized on an as
needed basis. All pe rm itting , application , and simi lar project fees will be paid directly by t he Client.
If authorized by the City, additiona l services will be billed hourly as needed.
We appreciate th e opportuni ty to prov ide these services to you. Please contact us if you have any
questions.
Sincerely ,
KIMLEY-HORN AND ASSOCIATES , INC .
B~~
Project Manager
kimley-horn.com 2 Alhambra Plaza, Suite 500 , Coral Gables , FL 33134 305 673 2025
Ta sk Description
Tuk 1 • PROJECT ADMINISTRATION
1.1 Pr-I Kiek-Off MeeWlo
1.2 Admrntw auon
1.JPl-Meetnos
Tuk 1 • NE1WORX DEFINITION
2.1 Svslem NetWOfk Def1111000
2.2 Data CctecbQn RADU1ements
2.3 Sdewalk Nework Defnbon
Tuk J • DATA COLLECTION AND INTEGRATION
3.1 Streets -Automated ln·---bon -Coordinauon
3.2.a Sidewlii.s • MobilllallOn
32.b -Sidewolu -ln=lon
3.3.a OCMol>ilz-
3.3.b SUeets . QC V,suaf 1..c....,.10n a,d Meebno
33 c SdewM\.s -OC Visu.4 lrr--bon and Meetnn
T,d 4 . PAVEMENT CONOlf/ON ANALYSIS
4.1 Sueel POSl-PJnr,u.e>nn CondlllOn Anatvus
4.2 s.dewllk Post Processm, Cond1uon Anah-&tS
Tuk 5 . ORNE SOFTWARE ANO TREA TMENT ANA LYSIS
5.1 P:rvemcnl Mana-1 Sntem Softw;,re Cu$10m1Zabon
5.2 Treaunen1Anatvsas and Pr,_,.,t Ptarvuna
53 ORrvE Meetna andTr--
Tuk 4 • SIDEWALK PRIORIIIZATION
6.1 Pnonll Factor Polioes
6.2 GIS Analvos
Tuk 7 • REPORT
7.1Rftnnf1~l
1.2 R-10C
Kiml ey >>>H orn
MANHOUR and FEE ESTIMATE
Professional General Engineering and Architectural Services RFQ # PW2022-03
HourtyR.tto
Subtot,/ Hours b• St,"
Tot»INu -Tadt I
Sub total Hours bv Staff
Tor.al Hes-Tuk 2 s
Subtotal Hours bv Staff
Tolal Nu -Tuk J <
Subroral Hours b" Staff
Tota/NH-Task4 <
Toal Hours b11 Swt
Tota/Feu -Tad$ t
Taul Haun b11 Sr.It
Total Ftu •Tada f
Tor'IJ Hours bi, Staff
Tota/ Feu-Task 7 s
Total Hours by Staff
Total Labor Costs I
Percent Breakdown
Pavement and Sidewalk Asset Management Program
Prlnclpol Projtct Manager
$110.00 $119.00
3 3
6
6 6
9 15
I 710 00 < '535.00 <
3
8
5
0 16
s 270400 <
3
6
12
3 6
3 6
6 33
1 14000 $ 5577.00 •
15
0 I 15
$ 2 535.00 <
6
6 12
6
6 24
1 140,00 $ 4 05600 <
3 6
3 6
510.00 s I 014.00 s
6
3 5
3 II
570.00 s 1859.00 s
27 120
5.110.00 s 20.180.00 I
1% 26%
Sheel1of 1
Englnffr Analyst Sr. Support Si.ti
$11 5.00 $105.00 n o.oo
3
3 14
3
9 0 I 14
103500 < s 1260.00
9 14
12 9
9 27
30 50 0
3 45000 s 250.00 $
3
12
42
3 3
3 3
51 18 0
586500 < 189000 $
14 27
14 23
28 50 0
3.22000 < 5150 00 $
14
18 24
9 14
21 52 0
310500 < 646000 $
9 9
6 23
15 32 0
172500 ' 336000 s
24 60 14
8 12
32 72 14
3680.00 s 7560.00 $ 1260.00
192 21
22.010.00 s 274 I 21.770.00 S 2.520.00
28% 37%
Brnkdown In Fees
(1) Tot>! Labor Cos!S (Klllley-Horn)
(2) Rormbursable E,penses
3%
(31 Subconcuhanl • ICC (Auromalod Dala Coloclon)
(41 DRIVE Sollwat c • 1.y, LJcense
TOTAL LUMP SUM COST
Hours by T11 k
9
23
15
47
26
29
41
96
6
12
48
12
15
15
108
56
31
93
20
60
29
109
27
29
56
104
28
132
UI
s 71 ,710.00
100%
I s
Tllf 0~ Of \\"-'' U\ -.,,c,;,
Labor FM
byT11k
(I)
11.422.00
12.619.00
12 499.00
$1 540.00
$3,012.00
13.STT.OO
$4 715.00
$11 404.00
$852.00
11,260.00
$5,844.00
12.028.00
12.244.00
$2 244.00
114471.00
$6.980.00
14 025.00
$11 005.00
12.484.00
$7.758.00
$3 519.00
•n m.oo
$3,564.00
13.105.00
SI Ut.00
$11 ,334.00
$3,595.00
114,921.00
$78,780.00
78.780.00
5 220.00
15000.00
5,000.00
1041000.00 I
7n6l202 3
Page 1
kimley-horn.com 2 Alhambra Plaza, Suite 500, Coral Gables, FL 33134 305 673 2025
August 7, 2023
Mr. Aurelio J. Carmenates, P.E.
Capital Improvement Program Project Manager - City of South Miami
Public Works Engineering & Construction Division
6130 Sunset Drive
Miami, FL 33143
Re: Proposal for Pavement and Sidewalk Asset Management Program
City of South Miami, Florida
Dear Mr. Carmenates:
Kimley-Horn and Associates, Inc. (“Kimley-Horn” or “Consultant”), in connection with the City of South
Miami’s Professional General Engineering and Architectural Services RFQ # PW2022-03, is pleased
to submit this proposal (the “Proposal”) to the City of South Miami (“Client”) for providing professional
consulting services for the above referenced projects.
SCOPE OF SERVICES
Based on the information provided, Consultant understands that the Client wishes to execute an asset
management program across the City’s roadway and sidewalk network. Pavement distress data will be
collected using an IrisPRO Pave data collection vehicle equipped with a laser crack measurement
system (LCMS-2), inertial profiler, and Ladybug 5+ right-of-way imaging system. Pavement distress
data collected will consist of several distress classifications including linear cracking, alligator cracking,
rutting, raveling, and rutting. Sidewalk condition data will be collected via a visual condition assessment
by trained engineers. Following the condition assessments, condition values will be calculated and
finalized for both streets and sidewalks on a 0-100 scale. Treatment policies and unit cost-estimates
will be applied to the condition data to develop economic models (funding scenarios) and prioritize
maintenance and rehabilitation needs over a 5-year planning period. These data will be stored,
analyzed, and viewed in the pavement management software, DRIVE, to be accessed and manipulated
by the City. Other deliverables will include a pdf summary report, excel tables, and GIS shapefiles.
After review of published map data and based on discussions with the City, the Consultant anticipates
collection on a maximum of 47 centerline miles of roadway network and 27 miles of sidewalk network.
Our Scope of Services, Fee, and Schedule are as follows:
Task 1 – Project Administration
This task will consist of general project management, administrative, and accounting activities for the
project. It will further consist of progress meetings, monthly work planning efforts, and will comprise the
initial schedule development and monthly maintenance of the scope of services and project milestones.
Consultant will facilitate a kick-off meeting with South Miami upon Notice to Proceed. Consultant will
coordinate and facilitate up to two (2) additional project meetings during project execution. Meetings
will be conducted virtually at the discretion of the City. Consultant will prepare and distribute meeting
notes for each meeting as needed.
7
Kimley >>> Horn
Page 2
kimley-horn.com 2 Alhambra Plaza, Suite 500, Coral Gables, FL 33134 305 673 2025
Task 2 – Network Definition
This task involves the pre-field activities related to defining the roadway and sidewalk system inventory
and specific data collection requirements.
Task 2.1 – Roadway Network Definition
Prior to beginning data collection, Consultant will work with the City to update the inventory of its existing
roadway network. In coordination with the City, Consultant will compile relevant roadway inventory data
related to roadway surface type, segmentation limits (to/from streets), lane widths, work history, and
other maintenance and rehabilitation efforts. The roadway network will consist of block-to-block, or
intersection-to-intersection segmentation. Based on preliminary estimates, Consultant anticipates data
collection on no more than 47 miles of City-maintained roadway.
GIS inventory updates will be limited to the update of existing asset GIS shapefiles provided by the
City. If the City cannot provide GIS data, existing Miami-Dade County GIS data will be utilized.
Development of new GIS layers/feature class data will be considered additional services not included
in this scope.
Task 2.2 – Data Collection Requirements
Data collection requirements will be memorialized in a Data Dictionary that defines the pavement
distress types and severity levels that will be captured during data collection. The Data Dictionary will
be based on the ASTM D6433 Pavement Condition Index (PCI) standard and will be modified to meet
the specific objectives of the City.
Task 2.3 – Sidewalk Network Definition
The Consultant performed a limited review of the City’s Fixed Asset Accounting Report, dated
September 30, 2022, and based on this review it is estimated that the existing City-maintained sidewalk
network does not exceed 27 miles. The consultant assumes that additional data will not exceed more
than 5 percent of this estimate. Anything beyond 5 percent above 27 miles will be considered additional
services to be billed separately. The sidewalk network will be established via linear attributes developed
from a desktop review of existing aerial imagery. It will be assumed that all sidewalk facilities parallel
to City-maintained streets are also maintained by the City and thus included in the limits of this study.
For rating purposes, a block-to-block linear segmentation will be utilized. This segmentation will be
referred to herein as sidewalk “segments”.
Task 3 – Data Collection and Integration
Consultant, through our subconsultant International Cybernetics Company (ICC), will complete a
comprehensive pavement data collection effort using high -speed automated equipment. Task 3
involves the collection, quality management, and integration of condition data and inventories into the
AMS.
Task 3.1 – Pavement Data Collection
Pavement data collection will be coordinated with the City in advance of data collection according to
the roadway network defined in Task 2. Data collection will be completed by ICC using its IrisPRO Pave
data collection vehicles that are equipped with a laser crack measurement system (LCMS-2), inertial
8
Kimley >>> Horn
Page 3
kimley-horn.com 2 Alhambra Plaza, Suite 500, Coral Gables, FL 33134 305 673 2025
profiler, and Ladybug 5+ right-of-way imaging system. Data will be collected in accordance with ASTM
D6433 standards and the Data Dictionary developed in Task 2 and approved by the City. Collection
will generally occur in one direction for local/residential roadways and two directions for arterial/collector
roadways. The City-approved network definition shapefile developed in Task 2 will indicate collection
direction for in-scope roadways. Extracted assets will consist of pavement inventory and ASTM distress
data, international roughness index (IRI) data, rutting data, and right-of-way imaging.
Task 3.2 – Sidewalk Data Collection
The Consultant will assess the existing surface condition of all paved City -maintained sidewalks. The
Consultant will utilize Geographic Information System (GIS) technology to assess conditions for each
sidewalk segment throughout the City. The assessment and data collection will be completed through
a visual observation while walking the sidewalks of the City. The consultant will take representative
photographs of each sidewalk segment during the assessment. It is assumed that all of the City’s
sidewalks facilities will be accessible by the Consultant through walking.
The Pavement Surface Evaluation and Rating (PASER) Manual, as established by the University of
Wisconsin-Madison Transportation Information Center, will be referenced to assign condition ratings to
each sidewalk segment on a scale of 10 (Failed) to 100 (Excellent) in multiples of 10. The standard
PASER rating system is intended for roadways, so a modified version more applicable for sidewalks
will be used for the purposes of this assessment. The following table shows the PASER rating system
as modified for concrete sidewalks. Please note that although concrete is the primary sidewalk surface
material throughout the City, there also exists asphalt and brick/block surfaced sidewalks. For these
sidewalks, there is an applicable PASER rating system for each surface type that will be referenced for
assigning conditions.
In addition to PASER ratings, Kimley-Horn will document observed localized concerns for City
consideration and to inform immediate repair efforts. These points will be geospatially located and will
include visual observation of potential trip hazards, surface damage, and/or obstructions that may
benefit from spot repairs. Identification of localized points will be limited to a maximum of three
locations per sidewalk segment. Beyond three locations, a more substantial repair effor t is typically
recommended along the entire segment of sidewalk.
Task 3.3 – Quality Management
To confirm pavement condition ratings, Consultant will verify pavement conditions using a two-step
process. First, Consultant will review pavement distress types, severities, and extents to confirm that
automated data collection processes are accurately characterizing pavement conditions. In the second
step, Consultant will perform a visual verification of pavement conditions using trained pavement
inspectors on up to 5% of the network.
Task 4 – Condition Analysis
Upon performing a quality management review of distress data, Consultant will make necessary
adjustments and confirm final pavement distress data. The PCI will be calculated using PAVERTM
pavement management software. The distress mechanisms (load, climate, and other) will be
inventoried and calculated for each segment. Each segment inventory (length, width, surface type,
9
Kimley >>> Horn
Page 4
kimley-horn.com 2 Alhambra Plaza, Suite 500, Coral Gables, FL 33134 305 673 2025
estimated construction history, and observed maintenance) will be updated within the network based
on the observed conditions during the inspection.
Consultant will develop a Pavement Condition Index (PCI) Exhibit depicting the condition results at the
section level. The exhibit will be color coded to represent the ASTM D6433-20 rating system and
annotated to detail the condition information. The exhibit will be developed in GIS software and later
uploaded to the DRIVE pavement management system for visualization and analysis.
Task 5 – DRIVE Software and Treatment Analysis
Task 5.1 – Pavement Management System Software Customization
Consultant will customize its DRIVE software tool based on the customization parameters identified in
Task 1, current City practices, engineering knowledge of industry trends, historical pavement treatment
practices, and local cost data, such as recent paving contracts. Consultant will populate the DRIVE
database with condition and inventory information, parameters related to treatment types, local cost
data, maintenance trigger values, and budget constraints.
Task 5.2 – Treatment Analysis and Project Planning
Consultant will analyze collected pavement condition data to develop a practical, data -driven roadway
maintenance and repair plan using DRIVE software tool and information from Task 5.1. In addition to
‘Do Nothing’ and ‘Unlimited Funding’ scenarios, up to five (5) budget-driven or performance-driven
scenarios will be considered in the analysis. Consultant will utilize the results of the scenarios to develop
a 5-year project implementation plan. This plan will identify, prioritize, and assign treatment types to
each pavement section as determined by the analyzed data, engineering judgement, and City staff
involvement/feedback.
Task 5.3 – Meeting and Training
Consultant will provide City staff with the training required to operate the DRIVE software. Fol lowing
the initial configuration and data integration into DRIVE, Consultant will meet with the City to
demonstrate software features and functions with the goal of providing City staff with the training
required to operate the system independently. The software will be web-based and allow for users to
access the site remotely. The initial DRIVE software licensing period will remain in effect for one (1)
year and can be renewed by the City annually under a separate contract.
Task 6 – Sidewalk Prioritization
The Consultant will compile all of the data that was collected in Task 1 to analyze and develop a 5-year
prioritization plan for the City’s sidewalks. In addition to condition, prioritization will consider other
factors such as neighborhood, proximity to key areas, and ADA concerns as available and as agreed
upon by the Client and Consultant. Unit costs will be estimated based on recent local costs so that
projects may be recommended to the Client. It is assumed that the City will provide recent bid tabulation
cost data for sidewalk repair or reconstruction projects to assist in developing estimated unit costs.
Task 7 – Report
Consultant will develop an Executive Summary Report that discusses the data collection methodology,
data collection results, analysis scenarios , and maintenance and repair priorities. The Report will
10
Kimley >>> Horn
Page 5
kimley-horn.com 2 Alhambra Plaza, Suite 500, Coral Gables, FL 33134 305 673 2025
summarize pavement network condition and provide recommendations on strategies for structuring a
pavement management program over the next 5 years. Consultant will provide draft and final versions.
This Task includes addressing one round of non-conflicting comments from the Client. The deliverable
for this Task will be a Final Report that addresses these comments.
Consultant will deliver final GIS shapefiles and map packages to the City containing relevant roadway
inventory and condition data. Files will be provided in .SHP and .MPK file formats and will be suitable
for integration into a City GIS platform.
ADDITIONAL SERVICES
Any services not specifically provided for in the above scope will be billed as additional services and
performed at our then current hourly rates. Additional services Consultant can provide include, but are
not limited to, the following:
▪ ADA assessments
▪ ADA building assessments
▪ Construction Plans
▪ Engineering Design and Permitting
▪ Geotechnical investigations, including coring and boring
▪ Ground-penetrating radar (GPR) investigations
▪ Non-destructive testing (NDT)
▪ Structural inspections on bridges
▪ Pavement condition evaluations beyond the scoped mileage of 47 miles
▪ Sidewalk condition evaluations beyond the scoped mileage of 27 miles
▪ Pavement design services
▪ Pavement distress viewer using ICC Connect software
▪ DRIVE software licensing after 1 year
▪ Extraction of other assets from right-of-way imagery
▪ Public meetings
▪ Development of City GIS online platform
▪ Others as requested by the City
INFORMATION PROVIDED BY CLIENT
The Consultant shall be entitled to rely on the completeness and accuracy of all information provided
by the Client or the Client’s consultants or representatives. The Client shall provide all information
requested by Consultant during the project, including but not limited to the following:
▪ Existing GIS and/or digital photography data for the project area
▪ Construction history documentation including dates for last major work
▪ Existing construction plans and as-built surveys
▪ Bid tabulations containing material unit cost information
11
Kimley >>> Horn
Page 6
kimley-horn.com 2 Alhambra Plaza, Suite 500, Coral Gables, FL 33134 305 673 2025
SCHEDULE
Consultant will provide the services described in the scope of services within nine (9) calendar months
of the Notice to Proceed (NTP).
FEE AND BILLING
Consultant will perform the Scope of Services in Tasks 1 - 7 for the total lump sum fee of $104,000. A
detailed manhour estimate is attached. Individual tasks may be agreed upon and authorized on an as
needed basis. All permitting, application, and similar project fees will be paid directly by the Client.
If authorized by the City, additional services will be billed hourly as needed.
We appreciate the opportunity to provide these services to you. Please contact us if you have any
questions.
Sincerely,
KIMLEY-HORN AND ASSOCIATES, INC.
By: Kevin Stone, P.E. Leonte Almonte, P.E.
Project Manager
12
Kimley >>> Horn
MANHOUR and FEE ESTIMATE
Task Description
Hourly Rate $190.00 $169.00 $115.00 $105.00 $90.00
Task 1 - PROJECT ADMINISTRATION
1.1 Project Kick-Off Meeting 3 3 3 9 $1,422.00
1.2 Administration 6 3 14 23 $2,619.00
1.3 Project Meetings 6 6 3 15 $2,499.00
Subtotal Hours by Staff 9 15 9 0 14 47
Total Fees - Task 1 1,710.00$ 2,535.00$ 1,035.00$ -$ 1,260.00$ $6,540.00
Task 2 - NETWORK DEFINITION
2.1 System Network Definition 3 9 14 26 $3,012.00
2.2 Data Collection Requirements 8 12 9 29 $3,677.00
2.3 Sidewalk Nework Definition 5 9 27 41 $4,715.00
Subtotal Hours by Staff 0 16 30 50 0 96
Total Fees - Task 2 -$ 2,704.00$ 3,450.00$ 5,250.00$ -$ $11,404.00
Task 3 - DATA COLLECTION AND INTEGRATION
3.1 Streets - Automated Inspection - Coordination 3 3 6 $852.00
3.2.a Sidewalks - Mobilization 12 12 $1,260.00
3.2.b Sidewalks - Inspection 6 42 48 $5,844.00
3.3.a QC Mobilization 12 12 $2,028.00
3.3.b Streets - QC Visual Inspection and Meeting 3 6 3 3 15 $2,244.00
3.3.c Sidewalks - QC Visual Inspection and Meeting 3 6 3 3 15 $2,244.00
Subtotal Hours by Staff 6 33 51 18 0 108
Total Fees - Task 3 1,140.00$ 5,577.00$ 5,865.00$ 1,890.00$ -$ $14,472.00
Task 4 - PAVEMENT CONDITION ANALYSIS
4.1 Street Post-Processing, Condition Analysis 15 14 27 56 $6,980.00
4.2 Sidewalk Post Processing, Condition Analysis 14 23 37 $4,025.00
Subtotal Hours by Staff 0 15 28 50 0 93
Total Fees - Task 4 -$ 2,535.00$ 3,220.00$ 5,250.00$ -$ $11,005.00
Task 5 - DRIVE SOFTWARE AND TREATMENT ANALYSIS
5.1 Pavement Management System Software Customization 6 14 20 $2,484.00
5.2 Treatment Analysis and Project Planning 6 12 18 24 60 $7,758.00
5.3 DRIVE Meeting and Training 6 9 14 29 $3,519.00
Total Hours by Staff 6 24 27 52 0 109
Total Fees - Task 5 1,140.00$ 4,056.00$ 3,105.00$ 5,460.00$ -$ $13,761.00
Task 6 - SIDEWALK PRIORITIZATION
6.1 Prioritiy Factor Policies 3 6 9 9 27 $3,564.00
6.2 GIS Analysis 6 23 29 $3,105.00
Total Hours by Staff 3 6 15 32 0 56
Total Fees - Task 6 570.00$ 1,014.00$ 1,725.00$ 3,360.00$ -$ $6,669.00
Task 7 - REPORT
7.1 Report Development 6 24 60 14 104 $11,334.00
7.2 Report QC 3 5 8 12 28 $3,595.00
Total Hours by Staff 3 11 32 72 14 132
Total Fees - Task 7 570.00$ 1,859.00$ 3,680.00$ 7,560.00$ 1,260.00$ $14,929.00
Total Hours by Staff 27 120 192 274 28 641
Total Labor Costs 5,130.00$ 20,280.00$ 22,080.00$ 28,770.00$ 2,520.00$ 78,780.00$
Percent Breakdown 7%26%28%37%3%100%
Breakdown in Fees
(1) Total Labor Costs (Kimley-Horn)=78,780.00$
(2) Reimbursable Expenses =5,220.00$
(3) Subconsultant - ICC (Automated Data Collection)=15,000.00$
(4) DRIVE Software + 1-yr License =5,000.00$
TOTAL LUMP SUM COST =104,000.00$
Professional General Engineering and Architectural Services RFQ # PW2022-03
Pavement and Sidewalk Asset Management Program
Analyst Hours by Task
Labor Fee
by Task
($)
Principal Project Manager Engineer Sr. Support Staff
$78,780.00
Sheet 1 of 1 7/26/2023
13
TH[ CITY OF PLEASANT LIVING
Kimley >>> Horn
14
RESOLUTION NO.: 056-22-15809
A Resolution authorizing the City Manager negotiate and execute a Professional Service
Agreement provided under Florida Statute 287.055 Consultant's Competitive
Negotiation Act "CCNA", with SRS Engineering, Inc., EXP U.S. Services Inc., Stantec
Consulting Services Inc., Calvin, Giordano & Associates, Inc., M&J Engineering P.C., and
Kimley-Horn and Associates, Inc., for general engineering services on an as needed basis.
WHEREAS, the City Mayor and Commission wish to negotiate and execute for general engineering
and architectural services on an as needed basis and on a rotation basis ; and
WHEREAS, in accordance with Florida Statute 287 .055, "Consultants Competitive Negotiation
Act." (CCNA), the City issued a Request for Qualifications (RFQ) to retain qualified consultants to provide
various professional and general engineering and architectural services, on a rotational and as needed
basis; and
WHEREAS, a Selection Committee comprised of City staff, rev iewed the proposals received and is
recommending, based on the final scores and ranking, six (6) firms for the Contract Negotiations phase of
the process required by the CCNA; and
WHEREAS, it was noted that two Respondents tied in ranking order, EXP U.S. Services Inc., and
Stantec Consulting Services Inc., at 2.33; and
WHEREAS, due to the number of proposals received (21}, the Selection Committee is recommending
six (6) Respondents for Contract Negotiations phase of the CCNA process and execution of professional service
agreement; and
WHEREAS, the Mayor and City Comm ission wish to authorize the City Manager to negotiate and
execute the professional service agreements.
WHEREAS, the Professional Service Agreement with the firms shall be for a term of three (3) years
and providing the City Manager with sole discretion to renew the agreement for one (1) two (2) year
renewal. The maximum term of any one contract, if the City Manager decides to renew it, will be five (5)
consecutive years. The expenditures related this contract will be charged to the Capital Improvements
Program Accounts on an as needed basis.
NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSIONERS OF THE CITY OF
SOUTH MIAMI, FLORIDA:
Section 1. The foregoing recitals are hereby ratified and confirmed as being true and they are
incorporated into this resolution by reference as if set forth in full herein.
Section 2. The City Manager is hereby authorized to negotiate and execute a non-exclusive multi-
year contract with the firms selected for professional surveying, studies, engineering, and architectural
services for construction projects in accordance with Section 287 .055, "Consultants Competitive
Negotiation Act" on a rotational and as needed basis . The term of each contract will be three (3) years
and the City Manager will have an option to renew each contract for one (1) two (2) year term . A copy of
Page 1 of 2
15
Res. No. 056-22-15809
a draft of the contract is attached. The contract may be amended in the event that the City Attorney finds
that it is in the best i nterest of the City and that it comp lies with the CCNA process. The expenditures
rela t ed these contracts will be charged to the Capital Improvements Program Accounts.
Section 3. Corrections. Conforming language or technical scrivener -type corrections may be
made by the City Attorney for any conforming amendments to be incorporated into the final resolution
for signature.
Section 4: Severability . If any section, clause, sentence, or phrase of this resolution is for any
reason he ld invalid or unconstitutional by a court of competent jurisdiction , the holding shall not affect
the validity of the remaining portions of this resolution.
Section 5: Effective Date: This resolution shal l become effective immediately upon adoption.
PASSED AND ADOPTED this 3rd day of May, 2022.
READ AND APPROV ED AS TO FORM,
LANGUAGE, LEGALITY, AND EXECUTION
Page 2 of 2
APPROVED:
COMMISSION VOTE:
Mayor Philips:
5-0
Yea
Commissioner Harris: Yea
Commissioner Gil: Yea
Commissioner Liebman : Yea
Commiss i oner Corey: Yea
1 of 1
PROJECT WORK/PURCHASE ORDER
Between
CITY OF SOUTH MIAMI, FLORIDA
And
KIMLEY-HORN AND ASSOCIATES, INC.
Project Name: Asset Management System – Sidewalk and Roadway Pavement Assets
16
1 of 4
PROJECT WORK/PURCHASE ORDER
Between
CITY OF SOUTH MIAMI, FLORIDA
And
KIMLEY-HORN AND ASSOCIATES, INC.
Project Name: Asset Management System – Sidewalk and Roadway Pavement Assets
Subject to the provisions contained in the “Professional Services Agreement for Professional
General Engineering and Architectural Services” (hereinafter referred to as the “Professional Services
Agreement”) between the CITY OF SOUTH MIAMI, FLORIDA (hereinafter referred to as “City”) and
KIMLEY-HORN AND ASSOCIATES, INC. (hereinafter referred to as “Consultant”) dated May 3, 2022,
which Professional Services Agreement was competitively procured through Request For Qualifications
(RFQ) No. PW2022-03 in accordance with Section 287.955, Florida Statutes. This Project Work/Purchase
Order is made effective as of the day of , 2023, and authorizes the
Consultant to provide the services as set forth below:
SECTION 1. SCOPE OF SERVICES
1.1 Consultant shall provide professional engineering services, including Asset Management
System – Sidewalk and Roadway Pavement Assets, and complete the tasks that are identified and
described in the project proposal, attached hereto as Exhibit “1” for the City (the “Services”).
1.2 The City may request changes that would increase, decrease, or otherwise modify the
scope of services outlined under the Project Proposal attached hereto as Exhibit “1.” Such changes must
be contained in a written change order executed by the parties in accordance with the provisions of the
Professional Services Agreement, prior to any deviation from the terms of this Project Work/Purchase
Order, including the initiation of any extra work.
SECTION 2. DELIVERABLES
2.1 As part of the scope of services and project schedule, the Consultant shall provide the City
with the Deliverables identified in the Project Proposal attached hereto as Exhibit “1.”
SECTION 3. TERM/TIME OF PERFORMANCE/DAMAGE
3.1 Term. This Project Work/Purchase Order shall commence on the date this instrument is
fully executed by all parties and shall continue in full force and effect until terminated pursuant to Section 6
or other applicable provisions of this ProjectWork/Purchase Order. The CityManager, in his sole discretion,
may extend the term of this Project Work/Purchase Order through written notification to the Consultant.
Such extension shall not exceed 90 days. No further extensions of this Agreement shall be effective unless
authorized by the City Manager.
3.2 Commencement. Services provided by the Consultant under this Project Work/Purchase
Order and the time frames applicable to this Project shall commence upon the date provided in a written
Notice to Proceed (“Commencement Date”) provided to the Consultant by the City. The Consultant shall
not incur any expenses or obligations for payment to third parties prior to the issuance of the Notice to
17
2 of 4
Proceed. Consultant must receive written notice from the City Manager prior to the beginning the
performance of services.
3.3 Contract Time. Upon receipt of the Notice to Proceed, the Consultant shall provide
services to the City on the Commencement Date, and shall continuously perform services to the City,
without interruption, in accordance with the time frames set forth in the Project Proposal attached and
incorporated into this Agreement as Exhibit “1”. The number of calendar days from the Commencement
Date, through the date set forth in the Project Schedule for completion of the Project or the date of actual
completion of the Project, whichever shall last occur, shall constitute the Contract Time.
3.4 All limitations of time set forth in this Agreement are of the essence.
SECTION 4. AMOUNT, BASIS AND METHOD OF COMPENSATION
4.1 Compensation. Consultant shall be compensated for the provision of the Services in
accordance with Exhibit “1” attached hereto. Consultant shall receive a total lump sum fee of $104,000.00
for this Project.
4.2 Reimbursable Expenses. All reimbursable expenses are included in the total
compensation listed in Section 4.1 above.
SECTION 5. BILLING AND PAYMENTS
5.1 Invoices
5.1.1.Compensation and Reimbursable Expenses. Consultant shall submit invoices
which are identified by the specific project number on a monthly basis in a timely manner.
These invoices shall identify the nature of the work performed, the phase of work, and the
estimated percent of work accomplished in accordance with the Payment Schedule attached
hereto as Exhibit “1”, attached hereto and made part of this Agreement. Invoices for each
phase shall not exceed amounts allocated to said phase plus reimbursable expenses
accrued during each phase. The statement shall show a summary of fees with accrual of the
total and credits for portions paid previously.
5.1.2.Florida Prompt Payment Act. The City shall pay the Contractor in accordance with
the Florida Prompt Payment Act after approval and acceptance of the Services by the City
Manager.
5.2 Disputed Invoices. In the event that all or a portion of an invoice submitted to the City for
payment to the Consultant is disputed, or additional backup documentation is required, the City shall notify
the Consultant within fifteen (15) working days of receipt of the invoice of such objection, modification or
additional documentation request. The Consultant shall provide the City within five (5) working days of the
date of the City’s notice. The City may request additional information, including but not limited to, all
invoices, time records, expense records, accounting records, and payment records of the Consultant. The
City, at its sole discretion, may pay to the Consultant the undisputed portion of the invoice. The parties
shall endeavor to resolve the dispute in a mutually agreeable fashion.
5.3 Suspension of Payment. In the event that the City becomes credibly informed that any
representations of the Consultant, provided pursuant to Subparagraph 5.1, are wholly or partially
inaccurate, or in the event that the Consultant is not in compliance with any term or condition of this Project
Agreement, the City may withhold payment of sums then or in the future otherwise due to the Consultant
18
3 of 4
until the inaccuracy, or other breach of Project Agreement, and the cause thereof, is corrected to the
Owner’s reasonable satisfaction.
5.4 Retainage. The City reserves the right to withhold retainage in the amount of ten percent
(10%) of any payment due to the Consultant until the project is completed. Said retainage may be withheld
at the sole discretion of the City and as security for the successful completion of the Consultant’s duties
and responsibilities under the Project Agreement. Intentionally Deleted.
5.5 Final Payment. Submission to the Consultant’s invoice for final payment and
reimbursement shall constitute the Consultant’s representation to the City that, upon receipt from the City
of the amount invoiced, all obligations of the Consultant to others, including its consultants, incurred in
connection with the Project, shall be paid in full. The Consultant shall deliver to the City all documents
requested by the City evidencing payments to any and all subcontractors, and all final specifications, plans,
or other documents as dictated in the Scope of Services and Deliverable. Acceptance of final payment
shall constitute a waiver of all claims against the City by the Consultant.
SECTION 6. TERMINATION/SUSPENSION
6.1 For Cause. This Project Work/Purchase Order may be terminated by either party upon
five (5) calendar days written notice to the other should such other party fail substantially to perform in
accordance with its material terms through no fault of the party initiating the termination and fails to cure
the failure to perform within such five (5) day period. In the event that Consultant abandons this Project
Work/Purchase Order or causes it to be terminated by the City, the Consultant shall indemnify the City
against any loss pertaining to this termination. In the event that the Consultant is terminated by the City for
cause and it is subsequently determined by a court by a court of competent jurisdiction that such termination
was without cause, such termination shall thereupon be deemed a termination for convenience under
Section 6.2 and the provision of Section 6.2 shall apply.
6.2 For Convenience. This Project Work/Purchase Order may be terminated by the City for
convenience upon fourteen (14) calendar days’ written notice to the Consultant. In the event of such
termination a termination, the Consultant shall incur no further obligations in connections with the Project
and shall, to the extent possible terminate any outstanding subconsultant obligation. The Consultant shall
be compensated for all services performed to the satisfaction of the City and reimbursable expenses
incurred prior the date of termination. In such event, the Consultant shall promptly submit to the City its
invoice for final payment and reimbursement which invoice shall comply with the provisions of Section 5.1.
Under no circumstances shall the City make payment of profit to the Consultant for services which have
not been performed.
6.3 Assignment upon Termination. Upon termination of this Project Work/Purchase Order, a
copy of all work product of the Consultant shall become the property of the City and the Consultant shall
within ten (10) working days of receipt of written direction from the City, transfer to either the City or its
authorized designee, a copy of all work product in its possession, including but not limited to designs,
specifications, drawings, studies, reports and all other documents and data in the possession of the
Consultant pertaining to this Project Work/Purchase Order. Upon the City’s request, the Consultant shall
additionally assign its rights, title and interest under any subcontractor’s agreements to the City.
6.4 Suspension for Convenience. The City shall have the right at any time to direct the
Consultant to suspend its performance, or any designated part thereof, for any reason whatsoever, or
without reason, for a cumulative period of up to thirty (30) calendar days. If any such suspension is directed
by the City, the Consultant shall immediately comply with same. In the event the City directs a suspension
of performance as provided herein, through no fault of the Consultant, the City shall pay the Consultant as
full compensation for such suspension the Consultant’s reasonable cost, actually incurred and paid, of
demobilization and remobilization.
19
4 of 4
Section 7. American Rescue Plan Act Contract Conditions.
7.1 The Consultant acknowledges that the Services authorized under this Project Agreement
may be fully or partially funded utilizing Coronavirus State and Local Fiscal Recovery Funds allocated to
the City pursuant to the American Rescue Plan Act (“ARPA”). Towards that end, the Consultant shall be
required to comply with all laws, rules, regulations, policies, and guidelines (including any subsequent
amendments to such laws, regulations, policies, and guidelines) required by ARPA, as further detailed in
the ARPA Addendum.
If compliance with the ARPA Addendum is required, the City shall select this box: .
[REMAINDER OF PAGE LEFT INTENTIONALLY BLANK.
SIGNATURE PAGE FOLLOWS.]
20
1 of 1
IN WITNESS WHEREOF, the parties hereto have caused this Project Work/Purchase Order
executed as of the day and year as first stated above.
CITY:
ATTEST:CITY OF SOUTH MIAMI, FLORIDA, a
Florida Municipal Corporation
By:
CITY CLERK Genaro “Chip” Iglesias, City Manager
Date:
APPROVED AS TO FORM AND LEGAL
SUFFICIENCY:
CITY ATTORNEY
CONSULTANT:
KIMLEY-HORN AND ASSOCIATES, INC.
By:
Name:
Title:
Date:
WITNESSES:
Print Name:
Print Name:
21
EXHIBIT “1”
PROJECT PROPOSAL
(SCOPE OF SERVICES AND SCHEDULE AND PAYMENT SCHEDULE)
22