Loading...
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