Res No 041-24-16146RESOLUTION NO. 041-24-16146
A RESOLUTION OF THE MAYOR AND CITY
COMMISSION OF THE CITY OF SOUTH MIAMI,
FLORIDA, RATIFYING THE PROPOSALIWORK
ORDER WITH KIMLEY-HORN AND
ASSOCIATES, INC. FOR EMERGENCY
PROFESSIONAL ENGINEERING SERVICES
RELATING TO EMERGENCY REPAIRS TO THE
SOUTH MIAMI MUNICIPAL PARKING GARAGE IN
THE AMOUNT OF 518,465; PROVIDING FOR
IMPLEMENTATION, CORRECTIONS, AND AN
EFFECTIVE DATE.
WHEREAS, pursuant to Section 287.055, Florida Stahltes (also known as the Consultants'
Competitive Negotiation Act), on May 3, 2022, the City adopted Resolution No. 056-22-15809,
authorizing the City Manager to negotiate and execute a Professional Services Agreement (the
"Agreement") with Kimley-Hom and Associates, Inc. (the "Consultant"), among other finns, for
the provision of general engineering services on an as-needed basis; and
WHEREAS, on June 6, 2023, the City Commission adopted Resolution No. 065-23-
15998, approving a proposal and project work/purchase order with the Consultant to provide
professional engineering services for the development of a structural and waterproofing condition
assessment (the "Report") and constluction documents for the South Miami Municipal Parking
Garage ("Facility"); and
WHEREAS, on September 18, 2023, the Consultant provided a draft of the Report, which
identified structural deficiencies that required immediate repair and a reduction of speed and
modification of traffic patterns on the Facility's ramp from level 2 to level 3; and
WHEREAS, due to the urgency of the Report's findings, the City immediately modified
speed limits and traffic patterns at the Facility and authorized the Consultant to develop restoration
construction documents, provide bid phase services, assist with permitting, and conduct limited
construction phase services (the "Services") in the amount ofSI8,465.00, all as set forth in greater
detail in the ProposaVScope of Work ("ProposaVW ork Order"); and
WHEREAS, the City COlnmission desires to ratify the ProposallWork Order with the
Consultant for the Services attached hereto as Exhibit "A" in the amount of$18,465.00; and
WHEREAS, the cost of the Services shall be charged to Capital Ilnpl'OVement Program
Fund Account No. 301-1790-519-6450, which has a current balance of $1,908,459.38, or such
other funding source as detennined by the City Manager to be in the best interest of the City; and
WHEREAS, the City Commission fmds that this Resolution is in the best interest and
welfare of the City.
Res. No. 041-24-16146
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AS FOLLOWS:
Section 1. Recit,Jls. The above-stated recitals are true and correct and are incOlporated
herein by this reference.
Section 2. Ratification of Proposal/Work Order. Thc C ity Commission hereby
ralifies the Proposal/Work Order with the Consultant for the provision of the Services attached
hereto as Exhibit "AU in the amount of$18,465. The City Manager is hereby authorized to charge
the costs of the Selvices to Capital Improvement Program Fund Account No. 301-1790-519-6450,
which has a current balance of $1 ,908 ,459.38, or such other funding source as determined by the
City Manager to be in the best interest of the City.
Section 3. Implementation. The City Manager is authorized to take any and all
actions necessary to implcment the Proposal/Work order and the purposes ofthis Resolution.
Section 4. Co .... ections. Conforming language or technical scrivener-type cOiTections
may be made by the City Attorney for any confonning amendments to be incorporated into the
final resolution for signature.
Section S.
adoption.
Effective Date, This Resolution shall become effective immediately upon
PASSED AND ADOPTED this 2nd day of April, 2024.
ATTEST:
CIT
READ D APPROVED AS TO FORM,
LANGUAGE , LEGALITY AND
EXECUTION THEREOF
~
WEISS SEROTA HELFMAN COLE
& BIERMAN, P.L.
CITY ATTORNEY
APPROVED:
6 ~
COMMISSION VOTE:
Mayor Fernandez:
Vice Mayor Bonieh:
Commissioner Calle:
Commissioner Liebman:
Commissioner Corey:
Page 2 of2
4-0
Yea
Yea
Yea
Absent
Yea
Please remit payment electronically to:If paying by check, please remit to:
Account Name:KIMLEY-HORN AND ASSOCIATES, INC.KIMLEY-HORN AND ASSOCIATES, INC.
Bank Name and Address: WELLS FARGO BANK, N.A., SAN FRANCISCO, CA 94163 P.O. BOX 932520
Account Number:
ABA#:
2073089159554
121000248
ATLANTA, GA 31193-2520
10pt blank space
CITY OF SOUTH MIAMI
ATTN: AURELIO CARMENATES
CITY OF SOUTH MIAMI
6130 SUNSET DRIVE
SOUTH MIAMI, FL 33155
Federal Tax Id: 56-0885615
For Services Rendered through Nov 30, 2023
Invoice No: 27299016
Invoice Date: Nov 30, 2023
Invoice Amount: $18,465.00
Project No: 043596002.2
Project Name: CSM GARAGE DT REPAIRS
Project Manager: RAMIREZ, NOEL
Client Reference: PO# P0014712
HOURLY 015142043596002.2F08184043596002.2CP-1BC
Description Current Amount Due
SERVICES RENDERED 18,465.00
Total HOURLY 18,465.00
Total Invoice: $18,465.00 043596002.2
If you have any questions, please contact Michael Hernandez at 561-234-4853 or Michael.Hernandez@kimley-horn.com 31MAH
6
CITY OF SOUTH MIAMI
ATTN: AURELIO CARMENATES
CITY OF SOUTH MIAMI
6130 SUNSET DRIVE
SOUTH MIAMI, FL 33155
Invoice No: 27299016
Invoice Date: Nov 30, 2023
Project No: 043596002.2
Project Name: CSM GARAGE DT REPAIRS
Project Manager: RAMIREZ, NOEL
HOURLY 015142043596002.2F08184043596002.2CP-1BCCP
Group Description Hrs/Qty Rate
Current Amount
Due
LABOR PROJECT MANAGER 5.0 169.00 845.00
SENIOR ENGINEER 27.0 160.00 4,320.00
SR. PROJECT MANAGER 70.0 190.00 13,300.00
TOTAL LABOR 102.0 18,465.00
TOTAL LABOR AND EXPENSE DETAIL 18,465.00
This page is for informational purposes only. Please pay amount shown on cover page.
31MAH
7
City of South Miami – Municipal Parking Garage Critical Priority Repairs Scope of Work
PROJECT UNDERSTANDING
The Client requested KH, after a meeting with the City Manager on September 21st, 2023, to provide
emergency professional engineering services to develop restoration construction documents for Critical
Priority Repairs listed in the Condition Assessment Report. Reference attached email from September 21st,
2023. Our understanding is that this is a five-level standalone parking garage built in 2007 with
approximately 435 parking stalls, and restaurants and retail spaces at ground level. The structural framing
system consist of precast, prestressed concrete members, CMU walls, conventionally reinforced members,
and a concrete slab on grade.
SCOPE OF SERVICES
TASK 1 – RESTORATION CONSTRUCTION DOCUMENTS
Kimley-Horn conducted site visits to identify the locations and quantities of observed deficiencies listed
under Critical Priority to assist planning for repair work for contractor’s use. Site observations were limited
to visual review only. No destructive or non-destructive testing was included in the scope of services. The
field visit included a review of structural and waterproofing areas in need of repair. Specific repair items
that were identified included concrete floor cracks, concrete floor spalls, sealants, and failed DT flange
connections.
Kimley-Horn prepared and submitted traffic control plans and repair plans consisting of existing building
floor plans depicting locations of repairs, contractor notes, a planning level quantity table for the
recommended repairs, and concrete repair details based upon site visit observation s.
Kimley-Horn incorporated Client comments, finalized repair plans, and submitted to the Client (via electronic
format).
Kimley-Horn attended meetings and conference calls with the Client related to the scope of work described
above.
TASK 2 – BID PHASE SERVICES
Kimley-Horn provided recommendations of restoration contractors specializing in concrete repairs to the
Client for bidder consideration. The Client leads the bid phase process including bid distribution and
contacting bidders.
Kimley-Horn assisted the Client in preparing the bid documents, including incorporating the Client’s front-
end documents.
Kimley-Horn responded to requests for information (RFI) and contractor questions.
Kimley-Horn reviewed bids to determine the most responsible and responsive bidder and provided the
Client with a recommendation for award of the construction contract.
TASK 3 – ASSISTANCE DURING PERMIT PHASE
Kimley-Horn provided signed and sealed construction document plans pertaining for inclusion in building
permit submission. The client or the client’s permit expeditor leads the permitting process. The conditions
and expiration dates of issued permits for this project are the sole responsibility of the Client. Kimley-Horn
is not responsible for extending time limited entitlements or permits.
TASK 4 – LIMITED CONSTRUCTION PHASE SERVICES
Kimley-Horn attended a Pre-Construction meeting prior to commencement of construction activity.
8
1
Kimley-Horn made visits as directed by Client in order to observe the progress of the work. Observations
were limited to spot checking, selective measurement, and similar methods of general observation. Based
on information obtained during site visits, Consultant evaluated whether Contractor's work is generally
proceeding in accordance with the Contract Documents, and Consultant kept the Client informed of the
general progress of the work.
Kimley-Horn responded to reasonable and appropriate Contractor requests for information and issue
necessary clarifications and interpretations of the Contract Documents.
Kimley-Horn reviewed and approved Shop Drawings, but only for conformance with the information given
in the Contract Documents. Such review and approvals or other action didn’t extend to means, methods,
techniques, equipment choice and usage, schedules, or procedures of construction or to related safety
programs.
Kimley-Horn conducted a final site visit to determine if the completed Work of Contractor was generally in
accordance with the Contract Documents and the final punch list. Accompanying the recomme ndation for
final payment, Kimley-Horn provided a notice that the Work was generally in accordance with the Contract
Documents to the best of Kimley-Horn’s knowledge, information, and belief based on the extent of its
services and based upon information provided to Kimley-Horn.
The Consultant doesn’t have responsibility for any contractor's means, methods, techniques, equipment
choice and usage, sequence, schedule, safety programs, or safety practices, nor shall Consultant have any
authority or responsibility to stop or direct the work of any contractor. The Consultant's visits were for the
purpose of endeavoring to provide the Client a greater degree of confidence that the completed work of its
contractors was generally conform to the construction documents prepared by the Consultant. Consultant
neither guarantees the performance of contractors, nor assumes responsibility for any contractor’s failure
to perform its work in accordance with the contract documents.
9
Agenda Item No:5.
City Commission Agenda Item Report
Meeting Date: April 2, 2024
Submitted by: Roger Pou
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,
RATIFYING THE PROPOSAL/WORK ORDER WITH KIMLEY-HORN AND ASSOCIATES, INC. FOR
EMERGENCY PROFESSIONAL ENGINEERING SERVICES RELATING TO EMERGENCY REPAIRS TO THE
SOUTH MIAMI MUNICIPAL PARKING GARAGE IN THE AMOUNT OF $18,465; PROVIDING FOR
IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. 3/5 (CITY MANAGER)
Suggested Action:
Attachments:
Memo-Pkg_Gar_Critical_Rprs_FY24-_KHA3-25-24.docx
Resolution Ratifying Work Order Proposal with Kimley-Horn for Emergency Professional Engineering at Parking
Garage.DOCX
043596002.2_CSM_GARAGE_DT_REPAIRS_2023-11-revised3.pdf
Res No 056-22-15809.pdf
Resolution No. 142-23-16075.pdf
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:Tuesday, April 2, 2024
SUBJECT:Emergency Services provided by Kimley-Horn and Associates, Inc., in the amount
of $18,465, for emergency repairs completed at the City’s Municipal Parking
Garage.
RECOMMENDATION:
Ratify the purchase of Emergency Services by Kimley-Horn and Associates,Inc., in the amount of
$18,465, for Traffic control and repair plans, bid assistance, and limited construction services for
emergency work completed at the City’s Municipal Parking Garage between September 2023 and
November 2023.
BACKGROUND:
On September 18, 2023, Kimley-Horn and Associates, Inc., provided a draft Condition Assessment
Report that identified structural deficiencies that had to be immediately repaired. The
assessment recommended limiting the speed of vehicles to 5 mph and diverting traffic away from
the driving lanes (i.e. center/mid-span of the DT) on the ramp from Level 2 to Level 3 of the
garage where deficiencies were observed. The City immediately implemented a traffic control
plan provided by Kimley-Horn and Associates, Inc.,and on September 21, 2023, provided an
emergency authorization to Kimley-Horn and Associates, Inc.,to develop repair plans and provide
bid assistance and limited construction services.
Kimley-Horn and Associates, Inc.,is one of six firms selected by Resolution No. 056-22-15809, to
provide professional service agreement for engineering services on as needed basis in
accordance with Florida Statute 287.055, “Consultants Competitive Negotiation Act.”
Kimley-Horn and Associates, Inc.,completed the repair plans and on September 29, 2023 the
Procurement Division issued an Emergency Repair solicitation RFQ#FN2023-15 for the Double-
Tee Flange Connection, joints and spall repairs. On October 13, 2023, the City received, a total
of two (2) proposals in response to a solicitation and the City Commission authorized the
selection and award of the construction contract to AD Restoration & Waterproofing , LLC. The
construction work started on October 30, 2023,and was completed and received final building
acceptance on November 22, 2023.Kimley-Horn and Associates, Inc., provided bid assistance and
limited construction services from September 29, 2023 through November 22, 2023.
2
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
FUND &ACCOUNT:
Amount not to exceed $ 18,465. Please refer to the consultant contract and fee schedule. The
expenditure shall be charged $18,465to the Capital Improvement Program Fund account number
301-1790-519-6450 which has a balance of $ 1,908,459.38 prior to this request.
ATTACHMENTS:
Resolution
Resolution 056-22-15809
Resolution 142-23-16075
Draft Condition Assessment Report - Kimley-Horn & Associates, Inc., dated 9/18/2023
Proposal – Kimley-Horn & Associates, Inc., dated 2/29/2024
3
1
Ramirez, Noel
From:Carmenates, Aurelio <ACarmenates@southmiamifl.gov>
Sent:Thursday, September 21, 2023 5:27 PM
To:Ramirez, Noel
Cc:Riverol, Alfredo; Iglesias, Chip; Fraga-Lopez, Samantha; Kulick, Steven P.
Subject:RE: City of South Miami - Municipal Parking Garage Condition Assessment Report
(DRAFT)
Attachments:IMG_8990.JPG; IMG_8994.JPG; IMG_8991.JPG; IMG_8996.JPG; IMG_8997.JPG; 2023-09-18
CSM - Municipal Parking Garage Condition Assessment. DRAFT.pdf
Categories:External
Mr. Ramirez,
As indicated by the City’s Chief Financial Officer Mr. Riverol please proceed with the emergency associated work as time
and materials based on the CCNA contract hourly rates.
Let me know if you have any questions or if I can be of additional assistance.
Thanks,
AURELIO J. CARMENATES, P.E.
Capital Improvement Program Project Manager
Public Works Engineering & Construction Division
6130 Sunset Drive
Miami, Fl 33143
Main: (305)-403-2072
Fax: (305)-668-7208
ATTENTION: This e-mail may contains PRIVILEGED AND CONFIDENTIAL INFORMATION intended only for the use of the
addressee named above. If you are not the intended receiver, you are hereby notified that any dissemination of this communication is
strictly prohibited. If you have received this e-mail in error, please immediately notify us by telephone, call collect if outside of your
area code and delete this e-mail. We will reimburse you for the cost of your long distance call. Thank you. Please also note: All e-
mails to and from this e-mail site are kept as a public record. Your e-mail communications, including your e-mail address may be
disclosed to the public and media at any time pursuant to Florida Statutes, ch. 119.
From: Carmenates, Aurelio
Sent: Thursday, September 21, 2023 3:56 PM
To: Ramirez, Noel <noel.ramirez@kimley-horn.com>; Riverol, Alfredo <ARiverol@southmiamifl.gov>; Marenco, Carlos
<CMarenco@southmiamifl.gov>; Gomez, Nelson <NGomez@southmiamifl.gov>; Figueroa, Andres
<AFigueroa@southmiamifl.gov>; Iglesias, Chip <CIglesias@southmiamifl.gov>; Fraga-Lopez, Samantha <SFraga-
Lopez@southmiamifl.gov>
Subject: RE: City of South Miami - Municipal Parking Garage Condition Assessment Report (DRAFT)
10
2
Mr. Manager,
We had a meeting this afternoon at the Parking garage between the Engineer-Mr. Ramirez, Mr. Reese and Mr. Marenco
to discuss the implementation of the traffic switch.
Please be aware that Mr. Marenco is going to start installing the barricades/signs/tape to divert the traffic from the
middle drive lanes to the exterior parking stalls. Not sure if you want to disseminate this information out to the public
but wanted to keep you appraise of progress.
Thanks,
AURELIO J. CARMENATES, P.E.
Capital Improvement Program Project Manager
Public Works Engineering & Construction Division
6130 Sunset Drive
Miami, Fl 33143
Main: (305)-403-2072
Fax: (305)-668-7208
ATTENTION: This e-mail may contains PRIVILEGED AND CONFIDENTIAL INFORMATION intended only for the use of the
addressee named above. If you are not the intended receiver, you are hereby notified that any dissemination of this communication is
strictly prohibited. If you have received this e-mail in error, please immediately notify us by telephone, call collect if outside of your
area code and delete this e-mail. We will reimburse you for the cost of your long distance call. Thank you. Please also note: All e-
mails to and from this e-mail site are kept as a public record. Your e-mail communications, including your e-mail address may be
disclosed to the public and media at any time pursuant to Florida Statutes, ch. 119.
From: Carmenates, Aurelio
Sent: Wednesday, September 20, 2023 1:29 PM
To: Ramirez, Noel <noel.ramirez@kimley-horn.com>; Riverol, Alfredo <ARiverol@southmiamifl.gov>; Marenco, Carlos
<CMarenco@southmiamifl.gov>; Gomez, Nelson <NGomez@southmiamifl.gov>; Figueroa, Andres
<AFigueroa@southmiamifl.gov>
Subject: RE: City of South Miami - Municipal Parking Garage Condition Assessment Report (DRAFT)
Noel,
I cannot meet today but I am available tomorrow at 2pm.
Thanks,
AURELIO J. CARMENATES, P.E.
Capital Improvement Program Project Manager
Public Works Engineering & Construction Division
11
3
6130 Sunset Drive
Miami, Fl 33143
Main: (305)-403-2072
Fax: (305)-668-7208
ATTENTION: This e-mail may contains PRIVILEGED AND CONFIDENTIAL INFORMATION intended only for the use of the
addressee named above. If you are not the intended receiver, you are hereby notified that any dissemination of this communication is
strictly prohibited. If you have received this e-mail in error, please immediately notify us by telephone, call collect if outside of your
area code and delete this e-mail. We will reimburse you for the cost of your long distance call. Thank you. Please also note: All e-
mails to and from this e-mail site are kept as a public record. Your e-mail communications, including your e-mail address may be
disclosed to the public and media at any time pursuant to Florida Statutes, ch. 119.
From: Ramirez, Noel <noel.ramirez@kimley-horn.com>
Sent: Wednesday, September 20, 2023 9:56 AM
To: Carmenates, Aurelio <ACarmenates@southmiamifl.gov>; Riverol, Alfredo <ARiverol@southmiamifl.gov>; Marenco,
Carlos <CMarenco@southmiamifl.gov>; Gomez, Nelson <NGomez@southmiamifl.gov>; Figueroa, Andres
<AFigueroa@southmiamifl.gov>
Subject: RE: City of South Miami - Municipal Parking Garage Condition Assessment Report (DRAFT)
EMAIL RECEIVED FROM EXTERNAL SOURCE
Good morning Aurelio,
Per your request we will update our report including photos of the broken/missing connections we observed yesterday
in the field, and we will submit an MOT sketch for the ramp going from Level 2 to Level 3. Photos attached for your
reference. These deficiencies will be classified as Critical Repairs within the report.
We still need to schedule a meeting to go over the report and select the repairs you would like to include in the
restoration documents. Please advise if you are available this afternoon after 2pm, and I will send a Teams invite.
Don’t hesitate to contact me if you have any questions.
Thanks,
Noel
Noel Ramirez, P.E.
Kimley-Horn | 2 Alhambra Plaza, Suite 500, Coral Gables, FL 33134
Direct: 305 535 7705 | Mobile: 305 807 6045 | www.kimley-horn.com
Connect with us: Twitter | LinkedIn | Facebook | Instagram
Celebrating 16 years as one of FORTUNE’s 100 Best Companies to Work For
From: Carmenates, Aurelio <ACarmenates@southmiamifl.gov>
Sent: Tuesday, September 19, 2023 9:40 AM
To: Riverol, Alfredo <ARiverol@southmiamifl.gov>; Marenco, Carlos <CMarenco@southmiamifl.gov>; Ramirez, Noel
<noel.ramirez@kimley-horn.com>; Gomez, Nelson <NGomez@southmiamifl.gov>
Subject: Fwd: City of South Miami - Municipal Parking Garage Condition Assessment Report (DRAFT)
FYI. I have asked Noel to schedule a meeting today at 3 pm at the garage to review and discuss action plan.
Thanks.
Sent from my iPhone
12
Name Date Description Hours
09/22/2023 DT repair set - 4.0 hrs 4.0
09/25/2023 DT repair set - 3.5 hrs
rep photos
coordination / review set
3.5
09/27/2023 DT connection repairs
markups
CAD updates
2.5
10/03/2023 Review V2 T-Biscuit repair
emails
cost comparison
2.5
10/05/2023 email
coordination
0.5
10/23/2023 Final Permit Set
Plotting
submittals review
3.5
11/04/2023 CSM product submittals - 1.0 hr 1.0
11/10/2023 Site Visit - Inspections
Ramp Double tee repairs
travel
2.5
11/11/2023 Site Visit - Inspections
Ramp double tee repairs
travel
2.0
11/14/2023 expense report
inspection photos/reports
1.0
11/15/2023 inspection reports 4.0
Total for KINGSTON, JOSEPH 27.0
RAMIREZ, GABRIELA 10/02/2023 Garage MOT Support 5.0
Total for RAMIREZ, GABRIELA 5.0
09/21/2023 DT repair set
MOT visit
client meeting
6.0
09/22/2023 coord 3.0
09/25/2023 DT repair set
MOT
3.0
09/26/2023 QC 4.0
09/27/2023 DT repair set
MOT
Schedule of Value
10.0
10/05/2023 RFIs 3.0
10/06/2023 project coord 1.0
10/09/2023 review V2 biscuits alternative 3.0
10/10/2023 coord calls 2.0
10/23/2023 update plans and S&S 2.0
10/24/2023 site visit 5.0
10/30/2023 submittals 8.0
10/31/2023 coord 3.0
11/10/2023 site visit 3.0
11/11/2023 site visit 4.0
11/12/2023 coord with contractor 1.0
RAMIREZ, NOEL
Description of Services
Project: CSM GARAGE DT REPAIRS (043596002.2)
Project Manager: RAMIREZ, NOEL
LABOR - 043596002.2.100
KINGSTON, JOSEPH
13
11/13/2023 site visit 4.0
11/20/2023 reports
final letter
3.0
11/24/2023 pay app
as-built
2.0
Total for RAMIREZ, NOEL 70.0
Total for LABOR 102.0
Total for CSM GARAGE DT REPAIRS 102.0
14
I
Kimley >>> Horn
Professional General Engineering & Architectural Services RFQ #PW2022-03
Wage Rates Summary
City of South Miami
Job Classification Benchmark Hourly Rate
Principal $180.00
Sr. Project Manager $150.00
Project Manager $130.00
Senior Engineer $125.00
Senior Planner $125.00
Planner $85.00
Senior Traffic Engineer $125.00
Traffic Engineer $85 .00
Senior Designer/ Engineer $90 .00
Designer $80 00
Engineering Intern $75 .00
Senior CADD Technician $75 .00
CADD Technician $65 .00
GIS Technician $80.00
Senior Construction Inspector $90.00
Construction Inspector $75.00
Senior Landscape Architect $125 .00
Landscape Architect $115.00
Landscape Architect Intern $70.00
Arborist $75 .00
Uti lity Coordinator $90 .00
Surveyor/ Mapper $85.00
Survey Technician $60.00
2-Man Survey Crew $115.00
3-Man Survey Crew $125.00
4-Man Survey Crew $135 .00
Senior Certified Bridge Inspector/ Diver $125.00
Certified Bridge Inspector/ Diver $90.00
Fire Protection Engineer $90.00
Plumbing Engineer $90.00
Mechanical Engineer 5 90.00
Electrical Engineer $90.00
Geotechnical Engineer $120.00
Geologist . $90.00
Environmental Scientist $85 .00
Senior Administrative Assistant $65.00
Clerical $45 .00
AK
Kimley-Horn CSM Counter
Proposed Rates Offer
$288.00 $210.00
$240.00 $190.00
$208.00 $169 .00
$200.00 $160.00
$200 .00 $145 .00
$136.00 $105.00
$200 .00 $150.00
$136 .00 $110.00
$144 .00 $115.00
$128.00 $104.00
$120.00 $97.50
$120.00 $97.50
$104 .00 $84.5 0
$128 .00 $100.00
$144.00 $110.00
$120 .00 $97.50
$200.00 $155.00
$184.00 $135.00
$112.00 $91.00
$120.00 $97.50
$144 .00 $115 .00
$136.00 $110 .50
$96.00 $78.00
$184.00 $130.00
$200 .00 $140.00
$216 .00 $165 .00
$200.00 $150.00
$144.00 $115.00
$144.00 $117.00
$144.00 $117.00
$144.00 $117 .00
$144.00 $117.00
$192 .00 $150.00
$144.00 $117.00
$136.00 $105.00
$104.00 $84 .50
$72.00 $58.50
15
Kimley») Horn
Professional General Engineering & Architectural Services RFQ #PW2022-03
Wage Rates Summary
City of South Miami
Job Classification Benchmark Hourly Rate
Principal $180.00
Sr. Proj ect Manager $150.00
Project Manager S130.00
Senior Engineer $125.00
Senior Planner $125.00
Planner $85.00
Senior Traffic Engineer $125.00
Traffic Engineer $85 .00
Senior Designer / Engineer $90 .00
Designer $80.00
Engineering Intern $75.00
Senior CADD Technician $75 .00
CADD Technician $65 .00
GIS Technician $80.00
Senior Construction Inspector $90.00
Construction Inspector $75.00
Senior Landscape Architect $125 .00
Landscape Architect $115.00
Landscape Architect Intern $70.00
Arborist $75 .00
Utility Coordinator $90 .00
Surveyor / Mapper $85.00
Survey Technician $60.00
2-Man Survey Crew $115.00
3-Man Survey Crew $125.00
4-Man Survey Crew $135.00
Senior Certified Bridge Inspector / Diver $125 .00
Certified Bridge Inspector / Diver $90.00
Fire Protection Engineer $90.00
Plumbing Engineer $90.00
Mechanical Engineer $90.00
Electrical Engineer $90.00
Geotechnical Engineer $120.00
Geologist $90.00
Environmental Scientist $85 .00
Senior Administrative Assistant $65.00
Clerical $45 .00
AK
Kimley-Horn CSM Counter
Proposed Rates Offer
S288.00 $210.00
$240.00 $190.00
$208 .00 $169 .00
$200.00 $160.00
$200.00 $145 .00
$136 .00 $105.00
$200 .00 $150.00
$136.00 $110.00
$144.00 $115 .00
$128.00 $104.00
$120.00 $97.50
$120.00 $97.50
$104 .00 $84.50
$128 .00 $100.00
5144.00 $110.00
$120.00 $97.50
$200.00 $155.00
$184 .00 $135.00
$112.00 $91.00
$120.00 $97.50
$144 .00 $115 .00
$136.00 $110.50
$96.00 $78.00
5184.00 $130.00
$200.00 $140.00
$216.00 $165 .00
$200.00 $150.00
$144.00 $115.00
5 144.00 $117.00
$144.00 $117.00
$144.00 $117.00
5144.00 $117 .00
$192 .00 $150.00
$144.00 $117.00
$136.00 $105.00
$104.00 $84.50
$72.00 $58.50
RESOLUTION NO.: 05 6 -22-1 580 9
A Resolution authori zi ng t he Ci t y M anag er nego tiate and exe cute a Prof essiona l Service
Agreement provided under Florid a Statute 287.055 Co n su l t ant's Competitiv e
Negotiati on Act "CCN A ", w ith SR S En gi neering, I nc., EX P U.S. Se rvices I nc ., St an t ec
Consulting Services In c., Ca lv in, Gior dano & Associates, Inc., M &J En g inee r i ng P.C., and
Kimley-Horn a nd A ss ociates, In c., fo r ge ne ra l enginee r ing services on an as needed ba si s.
WHEREAS, the City Mayor and Commission wish to negotiate and execute for genera l engineering
and ar chi t ectura l services on an as needed basis and on a rotation basis; and
WHEREAS, i n accorda n ce w it h Florida Statute 287.055, "Consu ltants Co m petitive Negotiati on
Act." (CC NA), th e City iss u ed a Request for Qua lificati o n s (RFQ) to reta in qualified consu lta n ts to p rovide
various profess iona l and genera l e ngin eeri ng and arch itectural services, on a rotationa l and as needed
basis; and
WH EREAS, a Selection Committee comprised of City staff, reviewed the proposals received and is
recommending, based on the final scores and ranking, six (6) firms for the Contract Negoti ations phase of
the process req u ired by the CCNA; and
WHEREAS, it was noted that two Respondents tied in r anking o r der, EXP U.S. Services In c., and
Sta ntec Co nsul t ing Services In c., at 2.33; and
WHEREAS, due to the number of proposa l s received (21), the Selection Committee is recommending
six (6) Respon dents for Contract Negotiations phase of the CCNA process and execution of professiona l service
agreement; and
WHEREAS, the Mayor and City Commission wish to authorize the City Manager to negotiate and
execute t h e professiona l service agreements.
WHEREAS, the Prof ess i ona l Serv ice Agreement with the firms shall be for a term of three (3) years
and p rovid ing the City M an ager wit h sole d iscretion to renew the agree m ent for one (1) two (2) year
re n ewal. Th e m ax imu m term of any one contract, if t h e City Manager decides to renew it, wi ll be five (5)
co n secutive years. Th e expenditures related this contr act w i ll be charged to the Capital Improvements
Program Accounts on an as needed basis.
NOW THEREFORE, BE IT RESOL V ED BY TH E MAYOR AND CITY CO MMISSION ER S OF T H E CITY OF
SOUTH MIAMI, FLORIDA :
Section l. The forego i ng rec itals are hereby ratified and confirmed as being true and they are
i nco r porated i nto t hi s resol u t ion by refe r ence as if set forth in fu l l herein.
Section 2 . Th e City Ma n ager is hereby auth orized to negotiate an d execute a non-exclus ive multi-
year contract with the firms selected for professional surveying, studies, engineering, and architectural
se rvices fo r construction projects in accordance with Section 287.055, "Consu ltants Competitive
Negotiation A ct" on a rotationa l and as needed basis. The term of each contract will be thr ee (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
16
RESOLUTION NO.: 056-22-15809
A Resolution authorizing th e City Manager negotiate and e x ecute a Professional Service
Agreement provided under Florida Statute 287 .055 Consultant's Competitive
Negotiation Act "CCNA", with SRS Enginee ring, Inc., EXP U.S. Services Inc ., Stantec
Consulting Services Inc ., Calvin , Giordano & Associates, Inc., M&J Engineering P.c., and
Kimley-Horn and A ss ocia t es, Inc ., for general engineering serv ices on an as needed basis .
WHEREAS , the City Mayor an d Co mmission wis h to negotiate and execute f o r ge neral engi n eering
and ar chitectural services on an as needed bas i s and on a rotat i on basis; and
WHEREAS, in accorda n ce w ith Florida Statute 287.055, "Co nsul tants Competitive Negotiation
Act." (CCNA), th e City iss u ed a Request for Qualifications (RFQ) to r etai n qua lified co n su lt ants to pro v ide
va ri ous professional and ge neral e ngin eer in g and archi tectu r al se r vices, on a rotationa l and as needed
basis; and
WHEREAS, a Selection Committee comprised of City staff, reviewed the proposals recei ve d and is
recommending, based on the final sco r es and rankin g, six (6) firms for the Contract Negoti at ions phase of
the process required by the CCNA; and
WHEREAS, it was n oted that two Respondents tie d i n r anki ng order, EXP U.S. Services Inc., and
Stantec Co nsult ing Services Inc ., at 2.33; an d
WHEREAS , due to the numb er of proposa l s received (21), the Se lec t ion Committee is recommend in g
six (6) Respondent s for Contract Negotiations phase of the CCNA process and execution of professiona l service
ag re ement; and
WHEREAS , the Mayo r and City Commission w ish to authoriz e the City Manager to negotiate and
execute the professional serv ice agreements.
WHEREAS , the Professional Service Agreement w i th t he fi r ms shal l be for a term of three (3) years
an d providing the City M an ager w ith sole discretion to renew t h e agreement for o n e (1) two (2) year
renewal. Th e ma ximum te rm of an yo ne contract, if t h e City Manager dec id es to r enew it, wi ll be fi ve (5)
consecutive years. The expend itures related thi s contract w i ll be charged to the Capita l Improvements
Program Accounts o n an as ne eded bas is.
NOW THEREFORE , BE IT RESOLVED BY THE MAYOR AND CITY COMMISSIONERS OF THE CITY OF
SOUTH MIAMI, FLORIDA :
Section 1. Th e forego in g rec itals are here by rat i fied and confirm ed as be i ng tru e and they ar e
incorporated in to thi s resolution by refe r ence as if set forth in fu ll herei n .
Section 2. The City Manager is hereby auth orized to negoti ate and exec ute a non -ex clusi ve multi -
year co nt ract with the firms selected for professional survey ing , studies, engineeri ng, and architectu ra l
se r vi ces for constr u ct ion projects in accordance w ith Section 287.055, "Consu ltants Competiti ve
Negotiation Act" on a rotationa l and as needed basis. Th e term of each contract will be three (3) years
and the City Manager wi ll ha ve an option to renew each cont ract f or one (1) two (2) year term . A copy of
Page 1 of 2
Res. No. 056-22-15809
a draft of t he contract is attached . Th e contract may b e am ended in the event t hat the City Attorney finds
that it is in the best interest of th e City and t ha t it complies with the CCNA process. The ex penditure s
related these contracts wi ll be cha rged to the Cap ital Improvements Program Acco u nts.
Section 3 . Corrections. Conforming language or technical scrive n er-t ype corrections may be
made by the City Attorn ey for any conforming amen dments to be incorporated into the fina l resolution
for sig nature.
Section 4: Severability. If any section, clause, sentence, or p hrase of this resolu tio n is for a ny
re ason held in va lid or unco n stitutional by a cou r t of competent jurisdiction, t h e holding shall not affect
the val idity of the remaining portions of this resolution.
Section 5: Effective Date: This resolution sha ll b ecome effective immediately upon adoption.
PASSED AND ADOPTED this 3 rd day of May, 2022.
READ A ND APPROVED AS TO FORM,
LANGUAGE, LE GALITY, AN D EXECUTION
~~ ATTORNEY
Page 2 of 2
APPROV ED :
COMMISSION VOT E:
Mayor Philips:
Commissioner Harris:
Co mmissio n er Gil:
Commissioner Liebman:
Commissioner Corey:
5-0
Yea
Yea
Yea
Yea
Yea
17
Res. No. 056-22-15809
a draft of the contract is attached. Th e contract may be amended in the event that the City Attorney finds
that it is in the best in te r est of the City and that it complies w ith the CCNA process. The expenditures
related these contracts will be charged to the Capital Im provements Program Accounts .
Section 3. Corrections. Conforming language or technical scrivener-type corrections may be
made by the City Attorney for any conforming amend me nts to be incorporated into the final resolution
for sig n ature.
Section 4: Severability. If any sectio n, clause, sentence, or phrase of thi s resolution i s for any
reason held in va lid or unconstitutional by a court of competent jurisd ict ion, the holdin g sha ll not affect
the va lidity of the remaining portions of this resolution.
Section 5: Effective Date: This resolution shall b ecome effective immediately upon adoption.
PASSED AN D ADOPTED this 3 rd day of May, 2022.
APPROVED:
~g#4~' /~ V ~
READ AND APPROVED AS TO FORM,
LANGUAGE, LEG ALITY, AND EXECUTION
'~
C ATIORNEY
Page 2 of 2
COMMISSION VOTE:
Mayor Philips:
Commissioner Harris:
Commissioner Gil:
Commissioner Liebman:
Commissioner Corey:
5-0
Yea
Yea
Yea
Yea
Yea
Page 1 of 3
RESOLUTION NO. 142-23-16075
A RESOLUTION OF THE MAYOR AND CITY
COMMISSION OF THE CITY OF SOUTH MIAMI,
FLORIDA, SELECTING AND AWARDING A
CONSTRUCTION CONTRACT TO AD RESTORATION
AND WATERPROOFING, LLC FOR THE MUNICIPAL
PARKING GARAGE EMERGENCY REPAIRS PROJECT;
PROVIDING FOR AUTHORIZATION; PROVIDING FOR
IMPLEMENTATION, CORRECTIONS, AND AN
EFFECTIVE DATE.
WHEREAS, on September 27, 2023, Kimley Horn and Associates, Inc. provided the City
with a Structural Condition Assessment (the “Report”) of the 2007 Municipal Parking Garage (the
“Garage”), which Report found the Garage had failed flange connections and joint sealant with
associated spalling between the double-tees at the ramp from parking levels 2 to 3; and
WHEREAS, the report characterized these findings as critical priority recommendations
that may present a life-safety concern if not periodically monitored and addressed
immediately; and
WHEREAS, on September 29, 2023, the City issued Request for Quotes No. FN2023-15
(the “RFQ”) for the Municipal Parking Garage Emergency Repairs Project (the “Project”), which
includes emergency repairs to the Garage necessary to address the failed flange connections, joint
sealant, and spalling between double-tees at the ramp between parking level 2 and 3; and
WHEREAS, on October 13, 2023 the City received a total of two (2) quotes in response
to a solicitation; and
WHEREAS, AD Restoration and Waterproofing, LLC (the “Contractor”) submitted the
lowest, responsive and responsible quote in the amount of $45,409.21; and
WHEREAS, the City Commission desires to select the Contractor for construction of the
Project and authorize the City Manager to enter into a contract for construction, in substantially
18
Page 2 of 3
the form attached hereto as Exhibit “A” (the “Contract”), for the Project in an amount not to exceed
$45,409.21; and
WHEREAS, Project costs in the amount of $45,409.21 shall be charged to the Capital
Improvement Program Fund account number 301-1790-519-6450, which has a balance of
$2,177,502.24 prior to this request; and
WHEREAS, the City Commission finds that this Resolution is in the best interest and
welfare of the City
NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA:
Section 1. Recitals. The above-stated recitals are true and correct and are incorporated
herein by this reference.
Section 2. Selection. The City Commission hereby selects the Contractor and awards
the Contractor the Contract for the Project.
Section 3. Authorization. The City Commission hereby authorizes the City Manager
to enter into the Contract, in substantially the form attached hereto as Exhibit “A,” with the
Contractor for the Project in an amount not to exceed $45,409.21, subject to the approval of the
City Attorney as to form, content, and legal sufficiency.
Section 4. Implementation. The City Manager is hereby authorized to take any and
all action necessary to implement the Project and the purposes of this Resolution.
Section 5. 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 6. Effective Date. This Resolution shall become effective immediately upon
Res. No. 142-23-16075
19
Page 3 of 3
adoption.
PASSED AND ADOPTED this 17th day of October, 2023.
ATTEST: APPROVED:
CITY CLERK MAYOR
READ AND APPROVED AS TO FORM, COMMISSION VOTE: 4-0
LANGUAGE, LEGALITY, AND Mayor Fernández: Yea
EXECUTION THEREOF: Vice Mayor Bonich: Absent
Commissioner Calle: Yea
Commissioner Corey: Yea
Commissioner Liebman: Yea
WEISS SEROTA HELFMAN COLE
& BIERMAN, P.L.
CITY ATTORNEY
Res. No. 142-23-16075
20