08-17-04 Item 5To: Honorable Mayor, Vice Mayor
and City Commission
From: Maria V. Davis , C.
REQUEST
Date: August 17, 2004
Subject: Authorizing the City Manager to
execute a professional service agreement
with Kimley -Horn & Associates, Inc. for
North -end Drainage & Traffic Calming
Improvements — Phase II
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO
EXECUTE A PROFESSIONAL SERVICE WORK ORDER WITH KIMLEY -HORN
& ASSOCIATES, INC. FOR DATA COLLECTION, SURVEY /TESTING,
DRAINAGE DESIGN, PRE- CONSTRUCTION AND CONSTRUCTION PHASES
FOR NORTHEND DRAINAGE AND TRAFFIC CALMING IMPROVEMENTS —
PHASE II, FOR THE AMOUNT OF $68,500 TO BE CHARGED TO SOUTH
FLORIDA WATER MANAGEMENT GRANT ACCOUNT 001 - 0000 - 132 -2057 AND
PEOPLE'S TRANSPORTATION TAX ACCOUNT #124 - 1730 -541 -3100;
PROVIDING FOR AN EFFECTIVE DATE
BACKGROUND AND ANALYSIS
As one of our general professional engineering consultants, Kimley -Horn & Associates, Inc. (KHA) will
provide data collection, survey & testing services, drainage design, pre- construction activities (permitting
and bid phase professional services) and construction phase services for the North -End Drainage & Traffic
Calming Improvements — Phase 1I. The phase lI professional services area is defined as: SW 44`x' Street from
SW 62" d Court to SW 64`x' Avenue; SW 62nd Court from SW 44 "' Street to SW 43'd Street; and SW 62nd
Court from SW 42nd Street to Bird Road. The proposed drainage improvements will include a new drainage
system (catch basins, exfiltration trenches, piping and pavement restoration) for the area. Also, two traffic
circles and a raised intersection will be design in accordance with the north -.end traffic plan. The
professional services will be funded through the South Florida Water Management District (SFWMD) grant
at $40,500 and the People's Transportation Plan (PTP) at $28,000, with account numbers 001- 0000 -132-
2057 and 124- 1730 - 541 -3100, respectively. Before this request, the account balance for both accounts is
001- 0000 - 132 -2057 (SFWMD) $250,000; and 124 - 1730- 541 -3100 (PTP) $30,000.
RECOMMENDATION:
Approval is recommended.
ATTACHMENTS:
❑ Proposed Resolution
❑ KHA's Work Order for Professional Services
❑ KHA's Fee Worksheet
❑ Project Location Map
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
RESOLUTION NO.
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO
EXECUTE A PROFESSIONAL SERVICE WORK ORDER WITH KIMLEY -HORN
& ASSOCIATES, INC. FOR SERVICES OF DATA COLLECTION,
SURVEY /TESTING, DRAINAGE DESIGN, PRE- CONSTRUCTION ' AND
CONSTRUCTION PHASES FOR NORTHEND DRAINAGE AND TRAFFIC
CALMING IMPROVEMENTS — PHASE II IN AN AMOUNT OF $68,500 TO BE
CHARGED TO SOUTH FLORIDA WATER MANAGEMENT GRANT ACCOUNT
001- 0000 - 132 -2057 AND PEOPLE'S TRANSPORTATION TAX ACCOUNT #124-
1730 -541 -3100; PROVIDING FOR AN EFFECTIVE DATE
WHEREAS, the City Commission of the City of South Miami, Florida, wishes to use the
professional services of Kimley -Horn & Associates, Inc., to provide data collection, route survey,
geotechnical testing, onsite data collection, preparation of designs & permitting, bidding and construction
phase services for North -end. Drainage & Traffic Calming Improvements along SW 44t" Street from SW
62nd Court to SW 64t" Avenue; SW 62nd Court from SW 44t" Street to SW 43'd Street; and SW 62nd Court
from SW 42nd Street to Bird Road; and
WHEREAS, Kimley -Horn & Associates, Inc. is one of the City's approved Professional General
Engineering Consultants; and
WHEREAS, the proposed services will be funded through a South Florida Water Management
District grant and the People's Transportation Tax fund.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY
OF SOUTH MIAMI, FLORIDA, THAT:
Section 1: The City Manager is authorized to execute a Work Order with Kimley -Horn &
Associates, Inc. for professional services in connection with route survey, geotechnical testing, data
collection, preparation of design plans & permitting, bidding phase services and construction phase
services for North -end Drainage & Traffic Improvements in an amount of $68,500 to be funded from
South Florida Water Management District grant and the People's Transportation Tax account numbers
001 - 0000 -132 -2057 and 124 -1730- 541 - 3100, respectively.
Section 2: The Professional Service Work Order be made a part of this resolution.
Section 3: This resolution shall be effective immediately.
PASSED AND ADOPTED this day of , 2004.
APPROVED:
Maria Menendez, City Clerk
READ AND APPROVED AS TO FORM:
CITY ATTORNEY
ATTEST:
Mary Scott Russell, Mayor
Commission Vote:
Mayor Russell:
Vice Mayor Palmer:
Commissioner Birts- Cooper:
Commissioner Wiscombe:
Commissioner Sherar:
C2= Kimley -Horn
= 19 and Associates, Inc.
July 26, 2004
Mr. W. Ajibola Balogun, REM
Public Works Director
City of South Miami
4795 SW 75h Avenue
South Miami, FL 33155
Re: North -end Drainage & Traffic Improvements — Phase II
Professional Services Work Order
Dear Mr. Balogun:
We are pleased to enclose two executed originals of Kimley -Horn and
Associates, Inc. proposal for the above - captioned project. This supercedes
the proposal previously submitted to you on November 19, 2003. The
original proposal was revised to include geotechnical and surveying
services, and also includes civil engineering and landscape architecture
design services for four intersection improvements as recommended in the
North side Neighborhood Traffic Plan prepared by KHA.
If you have any questions, please do not hesitate to contact me.
-HORN AND ASSOCIATES, INC.
PE
Enclosures
Is
TEL 305 662 6445
FAX 305 662 6492
0ASo.MiarniWorthend Phase 11Uuly 20041RP040726 Abalogun proposaUot.doc
Suite 411
6603 South Dixie Highway
Miami, Florida
33143
Date:
Kimley -Horn
and Associates, Inc;
PROFESSIONAL SERVICES WORK ORDER
July 26, 2004
To: City of South Miami
Public Works Department
4795 SW 75th Avenue
South Miami, Florida 33155
Project Name: North -end Drainage & Traffic Improvements— Phase II
Funding Source: City of South Miami
This project will be in accordance with the "Professional Service Agreement — General
Engineering Services ", (AGREEMENT) between the City of South Miami (CITY) and
Kimley -Horn and Associates, Inc. (CONSULTANT), as approved by the City
Commission on August 7, 2001 (Resolution No. 112 -01- 11260). The following scope of
services for this work order shall supercede, in its entirety, Section 2 of the above -noted
Professional Services Agreement.
Description of Project:
The scope of this work order shall include professional civil engineering services related
to the preparation of Design plans, Specifications and Contract Documents for proposed
improvements. The scope shall also include providing limited assistance to the Client
during the regulatory /permitting phase, bidding and contractor selection process, and
construction phase and closeout of the project. The design shall provide for drainage
system improvements and associated right -of -way repair of approximately 1,640 LF of
roadway, to include the following:
• SW 446' Street from SW 64`1' Avenue to SW 62nd Court
• SW 62nd Court from SW 44th Street to SW 43rd Street
❑ SW 62nd Court from SW 42nd Street to Bird Road
Also included in the scope are design and permitting of traffic calming improvements as
recommended in the "Northside Traffic Plan" prepared by Kimley -Horn and Associates,
Inc. These improvements are limited to those proposed within SW 44t` Street and 62nd
Court as described below:
Kimley -Horn
_ and Associates, Inc.
❑ Traffic circle at the intersection of SW 44th Street and SW 64th Avenue
❑ Raised intersection at the intersection of SW 44th Street and 62nd Court
❑ Traffic circle at the intersection of SW 62nd Court and 42nd Street
❑ Intersection modification at the intersection of SW 62nd Court and 42nd Terrace
The following scope of services shall supercede in its entirety the Professional Services
section of our contract with the City.
Scope of Services and schedule of Fees:
1.0 DESIGN AND PERMITTING PHASE:
1.01 Attend "kick-off' meeting and initial coordination with City of South
Miami Public Works Department.
1.02 Perform and submit drainage analysis and design, with engineering
calculations.
1.03 Attend pre- application meeting with Miami -Dade County Public Works
Traffic Section to discuss proposed traffic calming improvements.
1.04 Prepare design plans for proposed drainage improvements to include
roadway resurfacing.
1.05 Prepare design plans for traffic calming improvements at the four
referenced intersections.
1.06 Prepare landscape plans for proposed traffic calming improvements at the
four referenced intersections.
1.07 Attend one hearing before City of South Miami ERPB relative to proposed
landscaping improvements.
1.08 Provide technical criteria and submit for permits from applicable
regulatory agencies with jurisdiction over the project.
1.09 Provide update Engineer's Opinion of Probable Construction Cost.
1.10 Prepare Construction Contract Agreement & Design Specification
Document (Project Manual).
1.11 Furnish 95% complete plans and Project Manual, present and attend one
meeting to review the project with the City's Public Works Director
and/or staff.
1.12 Furnish 12 copies of final plans and project manual to the Engineering &
Construction Department.
The fee for the Design and Permitting Phase of the project will be Lump Sum amount of
$40,500.00
I<imley -Horn
and Associates, Inc.
2.0 BID AND CONSTRUCTION PHASE:
2.01 Provide bid advertisement documents, respond to bidders' questions and
attend pre -bid conference.
2.02 Prepare addenda to Bid Documents, if required.
2.03 Attend Bid Opening.
2.04 Tabulate and evaluate bids received, check references of responsible
lowest bidder and make recommendation.
2.05 Assist in obtaining and reviewing documents needed to execute the
contract between the City and the contractor.
2.06 Attend Pre - construction conference.
2.07 Perform Construction Engineering Observations (up to twice per week,
not to exceed 16 weeks or four [4] months) and submit reports..
2.08 Review and approve / disapprove shop drawings.
2.09 Review Contractors' Application for payment and submit
recommendation to the Engineering & Construction Director.
2.10 Perform project closeout with contractor, Final Inspection, Punch List,
Final Application for Payment review and submit Certificate of
Completion.
2.11 Assist the City in securing "As- built" from the contractor in both
reproducible and electronic formats.
The fee for the Bid & Construction Phase of the project will be a Lump Sum amount of
20130.00
3.0 ENGINEERING ROUTE SURVEY:
Perform Engineering Route Survey of the above referenced roadways. Three sets
of the survey drawings are to be provided signed and sealed by Professional Land
Surveyor registered in the State of Florida. Electronic drawing (dwg) files of the
survey drawings are also to be provided in AutoCAD format.
The fee for the Engineering Route Survey Phase of the project is a Lump Sum amount of
$6,600.00
4.0 GEOTECHNICAL SERVICES:
Perform two SFWMD Constant -head, Usual Open Hole Tests within the project
limits. Results from additional percolation tests performed during Phase I of the
"Northend Drainage Improvements" project will be combined with results from
Kimley -Horn
and Associates, Inc.
the two proposed tests in order to evaluate the range of hydraulic conductivity for
the area. For this reason, it was felt that additional testing should not be required. .
The fee for the Geotechnical Services Phase of the project will be a Lump Sum amount of
1270.00
The total fee for the professional civil engineering services indicated in this Service
Order is a Lump Sum amount of $68,500.00
Kimsey -Horn
bb�l = rl— and Associates, Inc.
Company Name:
Signature:
Name:
(President I Principal -i
City of South Miami
Approved by:
Date:
OASo.MiamdNonhend Phase IIUuly 200ANor[h End II.Drainage scope.Traff"ice Included.doc
ci
n
v
O
n
r
3 a v
C
o
a _v Di
O O �
a � �
N 0. :4
m m r
O m
v
Z
to
N O
v
3 c�
n
I_0z
q o
3 -1
' N
0
-n
7 N
rn
z
O
_ A
a
CD
CL
p cn
M
O :2 P
N 0
C) K O
2. T�
fu
N m W
C7 m N
fn
7 ?
Cif
7
n
N
N
O
n
v
N
n
0
°�
H
n
n
v
a
z cn
N
Z
Z
~
z
0
y
y
O
�
N
o°
n
m
y
n
O
0�
0
o
N
~
~
<0
M 7;
?
D
to
In. C,
O
>
Z
Z
y
>
CA
m
Z
3
z
a
Cl)
m
cn
O
O
I ca
O �
Cn
Z7
m
Z
a
n
00
0o
N
CD
N
m
m
0
-i
V
OV
cn
(AO
W
69
OO
69
z
N
a
J
cn
o
o
Q
0
00
_
A IA
N N
N I N IO IO I0
°n
nran
vmi
n
°�
H
m
°�
T
=
z
m
Z
Z
z
Z
N
�
CO
O
0
V
v
A
0>
O
O
�
N
o°
n
m
y
n
O
0�
n
O
o
N
O
O
<0
m
?
D
to
In. C,
N
>
ca
°O
O
m
N
C
I
--j
a
Cl)
m
.
O
Cn
O
Cn
O
O
oo
00
0o
N
CD
N
m
m
0
-i
V
OV
N 00
A
(AO
W
69
OO
69
90
>
0.
N
J
cn
o
o
Q
0
00
_
o
0W
W
_
z
x
CD
T O
cn
C
A
A
°n
nran
vmi
n
°�
H
m
°�
T
=
z
m
Z
Z
z
Z
a
r
ca
C'1
z
CO
O
0
V
v
A
W
O
O
�
N
o°
n
m
y
n
O
v
n
O
o
N
O
O
N (8 I-fic�om O
�CO
c co
ID
to
n y �
� O
T :0
O
O
m
D
w
�
cn
CO
O
0
V
N
A
W
O
O
�
N
o°
n
m
y
n
O
5a 3
n
O
o
N
O
O
COO
m
?
D
to
In. C,
E
m
z
y
y
ca
°O
O
m
N
C
I
--j
a
Cl)
m
.
O
Cn
O
Cn
O
O
oo
00
0o
O
W
oo
oo
tq
O
X
o
OO
W
O
T :0
O
v a
m
D
w
�
cn
m
0
V
m
0
-n
O
V
m
O
�
N
o°
n
m
y
n
O
5a 3
n
O
� `C CD
z
A
n
A_ O
7
a y
w
CD
n
D
to
In. C,
E
m
z
y
y
ca
°O
CL
m
N
C
I
--j
a
Cl)
m
.
T
Ch
40
0 N
69
?
W
N
m
ce.
tq
O
X
z C
:p
W
O
3 "
M
00
_
o
0W
W
_
z
x
00
T O
cn
C
A
A
�
0
0
m
O
C07i
69
-+
o
c0
74
w
o
V O A
'p
O
-4
V
O
O
O
w
IV
cn
O
O
®
Cn
Cn
O
O
A
o
0
0
0
0
T :0
O
U)
�
m
D
w
�
cn
m
0
V
m
0
-n
O
V
m
O
�
N
o°
n
m
y
n
O
o
n
O
� `C CD
z
A
n
A_ O
7
a y
w
CD
n
D
O
m
In. C,
E
m
z
y
y
ca
O O
CD
CL
m
N
C
I
--j
a
Cl)
m
°, a
Ch
O to
D
0
m
ce.
O
X
z C
=
m
W
O
3 "
ec
00
o
�
a
z
x
O
C
N
C
T 0 0
O
0 -1
a
S
M
a
A G)
m
3G'
0 :-j
O c
yi >
m
v
y
m
U)
�
ADi
o
m
0
V
m
0
-n
O
V
m
�
N
o°
n
m
y
n
CL
o
m
� `C CD
z
A
n
A_ O
CD
n
O
m
n
o
C)
m
m
z
y
y
Z
D
m
I
--j
a
Cl)
m
y
m
U)
�
ADi
o
m
n
O
z
�
N
o°
n
m
y
n
�
�
o
-n
A
n
O
D
O
m
z
�
m
z
y
y
-"
m
m
n
a
Cl)
m
°, a
Ch
O to
0
3
of m
3 "
City of South Miami
NORTHEND DRAINAGE & TRAFFIC CALMING N
IMPROVEMENTS - PHASE 2 W E
Location Map s
6455 6443 43 6419 0 0 6395 38� 7563676361 6353 6343 6337 6321 3990 6291 6265 6267 6255 6245 6205
3
�t
6340 6262
6250 6150
6330 r
63956387 756367 63 34 - j6291 281 271 261 6251 r 4025 - 4030 - 4023
Cn
SW 41ST ST 4033 4032 4033
4701 4100 4101
�. 6394 6386 637W63586346 6330 6302 6300 6294 6282 6270 262 4108 4109
0 T6446 6434 6426 6414 6402 250 4125 4716 4177
251
6395 6387 637 6331 3216315 6303 6291 6279 6263 1 4124 4125
6451 ,.6443 6435 6427 6415 6403
4135 4132 4133
SW 42ND ST
6394 6386 6374 6366 6358 6346 6338 6330 6322 6302 6294 6282 6266 6250 :`'6235 6227 6219 6211 6203 6143 135
6450 ,`,6440 6430 6420 6410 6400
6375 6363 6351 6339 6331 6323 6307 6291 6251 ttN SW 42ND ST
6451 6441 6431 6421 6411 6407 - .,
SW 42ND TE
" '6234 6228 6222 6210 6202
SW 42ND TE
T6-450
6440
6430
6420
6410
6444
6440
6420
6444
421
6411
6401
375
6367
+347
6339
`.`6441
6321
6431
6421
6411
6401
�t
6340 6262
6250 6150
6330 r
63956387 756367 63 34 - j6291 281 271 261 6251 r 4025 - 4030 - 4023
Cn
SW 41ST ST 4033 4032 4033
4701 4100 4101
�. 6394 6386 637W63586346 6330 6302 6300 6294 6282 6270 262 4108 4109
0 T6446 6434 6426 6414 6402 250 4125 4716 4177
251
6395 6387 637 6331 3216315 6303 6291 6279 6263 1 4124 4125
6451 ,.6443 6435 6427 6415 6403
4135 4132 4133
SW 42ND ST
6394 6386 6374 6366 6358 6346 6338 6330 6322 6302 6294 6282 6266 6250 :`'6235 6227 6219 6211 6203 6143 135
6450 ,`,6440 6430 6420 6410 6400
6375 6363 6351 6339 6331 6323 6307 6291 6251 ttN SW 42ND ST
6451 6441 6431 6421 6411 6407 - .,
SW 42ND TE
" '6234 6228 6222 6210 6202
SW 42ND TE
T6-450
6390 6374
6440
6430
6420
6410
6400
+E-1
6441
6431
421
6411
6401
6390 6374
6440
6370
6354
6346
6338
633063206310
6441
6431
6302
6395
6387
375
6367
+347
6339
6331
6321
6311
6303
6142 6134
6290 6282 6270 6250
4225 4226 4225
6295 6271 6251 4233 4232 Q 4233
v 4241 4240 Q 4241
SW 43RD ST " z 4248 N 4249
4249 �O
SW 43RD ST 6394 74 6366 63�63326318 6290 6282 272 6260 6250 4300 4301
4309 4308 4305
6395 6383 6375 6367 6359 6347 6335 6327 6315 6303 6291. 6283 2716263 6251, 4317 4316 4317
6450
6440
6430
6420
6410
6400
6451
6441
6431
6421
6411
6401
6440 6400
4405
4523
4501
4521
4515
4525 /
4541
6445 6435
0 300 600 900 1,200 1,500
Feet