HomeMy WebLinkAboutSEOPW-CRA-R-00-0060RESOLUTION NO. SEOPW/CRA R-00-60
A RESOLUTION AUTHORIZING THE COMMUNITY
REDEVELOPMENT AGENCY (THE "CRA") TO ENTER
INTO A CONTRACT WITH METRIC ENGINEERING,
INC. ("METRIC"), AN ENGINEERING FIRM ON THE
CITY OF MIAMI'S APPROVED LIST, TO PROVIDE
DESIGN AND ENGINEERING SERVICES WITH
RESPECT TO THE CONSTRUCTION OF THE
PEDESTRIAN WALKWAY AT THE 9TH STREET MALL
WITHIN THE REDEVELOPMENT AREA (THE
"CRA/METRIC CONTRACT"), ON THE SAME TERMS
AND CONDITIONS AS CONTAINED IN THAT CERTAIN
PROFESSIONAL SERVICES AGREEMENT (GENERAL
ENGINEERING SERVICES), DATED JANUARY 4, 2000,
BY AND BETWEEN THE CITY OF MIAMI AND METRIC
(THE "CITY/METRIC CONTRACT"), WHICH
CITY/METRIC CONTRACT IS ATTACHED AS EXHIBIT
"A' HERETO AND MADE A PART HEREOF, AT A
TOTAL COST NOT TO EXCEED $89,520.00, SUBJECT
TO THE AVAILABILITY OF CDBG FUNDS FROM
ACCOUNT NO. 689005.055012.4.750, AND II)
AUTHORIZING THE DIRECTOR OF OPERATIONS,
ADMINISTRATION AND DEVELOPMENT (THE
"DIRECTOR") TO EXECUTE THE CRA/METRIC
CONTRACT ON BEHALF OF THE CRA.
WHEREAS, the City of Miami approved and adopted the Southeast
Overtown/Park West Community Redevelopment Plan pursuant to
Resolution Nos. 82-755 and 85-1247 (the "Redevelopment Plan"); and
WHEREAS, the CRA is responsible for carrying out community
redevelopment activities and projects in the Southeast Overtown/Park West
Redevelopment Area (the "Redevelopment Area") established pursuant to the
Redevelopment Plan; and
WHEREAS, the CRA desires to enter into the CRA/Metric Contract for
design and engineering services to be provided by Metric with respect to the
construction of the pedestrian walkway at the 9th Street Mall within the
Redevelopment Area.
0 0 -
a
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF
DIRECTORS OF THE COMMUNITY REDEVELOPMENT AGENCY OF
THE CITY OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the Preamble to
this Resolution are incorporated herein as if fully set forth in this Section.
Section 2. The CRA is hereby authorized to i) enter the CRA/Metric
Contract for design and engineering services to be provided by Metric with
respect to the construction of the pedestrian walkway at the 9th Street Mall
within the Redevelopment Area, on the same terms as the City/Metric
Contract attached as Exhibit A, at a total cost not to exceed $89,520.00,
subject to the availability of CDBG funds from account number
689005.055012.4.750, and ii) direct the Director to execute the CRA/Metric
Contract on behalf of the CRA.
Section 3. The resolution shall be effective upon its adoption.
PASSED AND ADOPTED on this 26th day of June, 2000.
Arthur E. �PpplpJr., Chairman
Walter , City Clerk
APPROVED AS TO FORM
AND CORRECTNESS:
2zA ��
Holland & Knight LLP
CRA Legal Counsel
MIA1 #946268 v2
SEOPW/CRA_O _ 60
2
-v
PROFESSIONAL SERVICES AGREEMENT
[General Engineering Services]
This Agreement entered into this day of
by and between the City of Miami, a Municipal
f Corporation of the State of Florida, (the ' City ''), and
Metric Engineering, Inc., a State of Florida corporation,
(the '-Principal'').
WHEREAS, the City has scheduled a substantial number of
Projects for fiscal years 1999, 2000 and 2001 (the
" Projects I ) that require professional engineering
services; and
WHEREAS, the Commission of the City of Miami, by
Resolution No. )99-7o8: adopted on September 26, 1999,
approved the selection of six (6) Engineering firms to
provide engineering services for the Projects during the
planning, design and construction phases thereof and
authorized the City Manager to negotiate the terms of and
execute agreements with said firms for the provision of the
Services; and
WHEREAS,.the Principal is one of the firms selected to
provide general engineering services and the Principal and
the City wish to execute this Agreement to set forth the
terms and conditions of the engagement.
SFOPW/CRA
Pik /7 •J 1070 *ON PjdR6:01 OU7 'N 'UP
NOW, THEREFORE, in consideration of the mutual
covenants set forth herein, the city and the Principal agree
as follows:
TFJM
The recitals and all statements contained
therein are hereby incorporated into and made a part of
this Agreement.
2. Iprm. The term of this Agreement shall be two (2) years,
commencing on the date hereof and ending two (2) years
thereafter (the "Expiration Date"), subject, however, to
the provisions of Section 18 hereof. The city has the
right to extend the term hereof for an additional period
of one (1) year subject to the approval of the City
Manager.
3. Matter. This Agreement sets forth the terms and
conditions pursuant to which the City may request, and
Principal shall provide, the Services, as defined in
Section 4 and 5 below, for one or more Projects. No
specific Project is designated under this Agreement. The
Project and the specific details of the Services required
to be performed by the Principal shall be described in a
Work order to be issued by the City in accordance with
Section 5.B hereof.
4. npfin tinno.
A. pRQ= - means the proposed improvements (new or
restoration) to a street, sewer, property, or other
City facility as generally designated and programmed by
n o _
AABiW345-$ZJ•Ger.EngServ•Metric 2 SF,®PW/CRAI 60
Q+,ic a «7Q nti Wgt:ol OObl
W
the City or other related professional services ,
requested by the City.
g, WORK - means Services to be rendered or provided by
the Principal for the PROJECT.
C, BERVT_,S - means the Basic Services and/or the Scope
of Work, as described in Section 6 hereof, to be
performed by the Principal under this.Agreement.
D , �IST�TRLCTrOI`T means the amount allocated by
the City for construction of the PROJECT and all
increases authorized by the City.
E. PRo'M-Cr MANAGER - means the Director of the Department
of Public Works or his/her designee.
5. Sen'�g•
i. At the CITY's request, made in accordance with Sub -
Section B below, PRINCIPAL shall perform the
Services described in Section 6 below. The Services
include but are not limited to the services outlined
in Section 6 herein (the -'Work'') and services that
may be required in connection with a Project. The
Work shall be performed in a sound, economical,
efficient and professional manner and within the
time and the manner required in the Work Order, as
mutually agreed upon by the Principal and the City.
r ii. The Principal shall perform the Work under the
direction of, and in close coordination with, the
Project Manager. The Principal shall provide all
NAB; W34S.SZj_aen8ngserV.Metric 3 �-FwW/CRA.
���� a W2 ,oN wgt:o► 000Z '�l 'NU
professional and technical services comprising the
Work and shall be fully responsible for all the
professional and technical aspects thereof. The
city's review and approval of the Work will relate
only to overall compliance with the general
requirements of the Project and whenever the term
" approval by the City'' or like term is used in this
Agreement, the phraseology shall in no way relieve
the Principal from any duties or responsibilities
under the terms of this Agreement or from using the
best professional engineering practices.
iii. The Principal shall, in the performance of the
Work, comply with all Federal, State and Local
codes, ordinance and regulations, pertaining to the
Project, including, without limiting the generality
of the foregoing, the Federal wage -Hour Law, Walsh -
Healy Act, The Occupational Safety and Health Act,
The National. Environmental Policy Act and Equal
Employment opportunity Legislation.
iv. In the performance of the Work, the Principal
agrees to:
a. Strive to complete the Work within the time
allowed by maintaining an adequate staff of
qualified employees on the Work at all times.
b. Be fully responsible for the professional and
technical services required to be rendered in the
performance of the Work.
00- 60
AAB:W34S-SZJ-GenE.lgServ.MetriC 4 sTOPW CRA_
wpm, -Al nnn7 •sI ur
c. Cooperate fully with the City in order that all
phases of the work may be properly scheduled,
coordinated, and executed.
d. Report the status of the Project to the Project
Manager upon request or as required by this
Agreement, and maintain all notes, calculations,
and related work open to inspection by the City,
at all times during the term hereof.
e. prepare the plans, specifications and all other
documents pertaining to the Project in compliance
with all applicable federal, state and local laws,
codes, ordinances and regulations.
f. Promptly deliver to the Project Manager copies of
minutes of all relevant meetings relating to the
Project at which Principal is present.
g. Be available for general consultation and advice
at all times during the term of the Project.
v. The City agrees to make available to the Principal
any plans and other data in City's possession
pertaining to the Stork to be performed for the
Project. The Principal shall recommend to the City
and be responsible for the review and interpretation
of appropriate investigations, surveys, ceszs,
analysis and reports that need to be obtained or
r performed for the proper execution of the
Principal's services. The Principal shall be
responsible of contacting utility companies and
p,?B:W345-SZJ-GenEngServ.Hetrie 5 Alt
0�/Q 'A WA *ON NjVe6:G1 4U0l'P 'Nnf
obtaining asbuilts of existing utilities within the
project area, and to make his/her own site
investigations.
B. �prn�Psts For �erviceG.
i. Except in emergency situations, all requests for
Services shall be made by a written Request For
Services ("RFS'') issued by the Project Manager. In
case of emergency, the City may issue a verbal RFS
to be followed by a written RFS (or, after approval,
by a Work Order) and a Notice to Proceed, as soon as
practicable thereafter. The RFS shall describe the
Project and each section of the Work to be performed
by the Principal and the time schedule in which the
Work must be completed.
ii. Upon receipt of the RFS, the Principal shall make
arrangements to meet with the Project Manager and a
meeting shall be held within ten (10) days following
receipt of the RFS, to discuss the Construction
Budget, estimated amount of compensation, Project
schedule and deadline, and the schedule and scope of
the Work. All formats for the work are to be as
presently used by the City of Miami Public works
Department, unless otherwise directed by the Project
Manager. This is to include but not be limited to
plans, specifications and contract documents.
iii. Subsequent to the meeting, the Principal shall
submit to the City a proposal at no cost to the
AAB:W345-SZJ-QenEn9Sery.Metric 6 ,,opW iCFA- 0 •'- • 6 0
DA A L2Z2 "0N NVO:01 0001.E l 'Or
IT
wo
City. If City and Principal agree on the amount of
compensation and the schedule and tithe for
completion of the Work, then the Project Manager
shall issue a Work order and Notice to Proceed.
iv. The Services to' be rennZered by the Principal for
the Project shall commence within twenty-four (24)
hours upon receipt of the Notice to Proceed and
shall be completed within the time agreed upon as
shown in the Work order.
v. Principal understands and agrees that failure to
comply with the foregoing provisions within the time
required herein may result in the Project being
awarded to another firm.
6, ,S,Qne of Work - Scope of Work consist of complete
professional engineering services for any or all of the
six (6) Phases described in Sections A through F below.
To the extent that the provision of Services for a
Project require any engineering services, including but
not limited to, civil, soils, water and sanitary sewer,
structural, construction management or transportation,
the Principal shall perform such services and use the
services of Engineers who have been designated as
"Approved Subconsultants," as the term is defined in
section 16 herein. The Principal agrees to coordinate
its effort with that of the Subconsultants involved in a
Project to assure fully coordinated and complete Work.
The Principal shall prepare the final bid package
E0?W/CRA 0 0 60
X" :W34S-SZJ-GenEng3erv.Metric 7
A /A -1 in%A -n u ■,V6I:6i 0OoV •VI *\11r
including bid documents and specifications to be prepared
by the Subconsultants or to be provided by the City. The
Principal may also be required to provide consulting
services to the City on various matters which do not
result in drawings or specifications. The city
acknowledges that any agency of the City may purchase
services in part or in whole from this contract, provided
that written permission is given by the City Manager or
his designee.
A. Phasp T Proorammina n�mat•ic DPsigp:
i. The Principal shall confer with the Project Manager
and other designated representatives of the City,
including the Department in charge of the Project,
to determine the general requirements for the
completion of the Project all within the
Construction Budget.
ii. The Principal shall use proper and adequate design
control to assure the City that the Project will be
constructed within the Construction Budget.
iii. The Principal shall prepare a Design Concept and
Schematic Report for presentation to the City. This
presentation shall include the proposed Project
Schedule, a Planning Summary (if applicable), and
Schematic Design Studies (as described below), and
am estimate of probable Construction Costs.
iv. The proposed Project Schedule shall include a
timetable indicating the proposed completion date
AA3%W34s-szJ-GenEn9Serv.MetriC 8 ECjpWJ'cRA N7 60
o+,i9 •a /V..Q •nN W O:h 0001 'U 'Nnf
for each Phase of the Project through Design,
Bidding and Construction, and the projected date of
co:iipletion.
v. The Planning Summary (if applicable), shall consist
of vicinity plan and a site plan indicating die
Project orientation, and a brief summary of all
pertinent planning criteria being considered or to
be considered in the Project.
vi. The Schematic Design Studies shall consist of all
drawings (i.e. plans , sections, etc.) as may be
required, to show the scale and relationship of the
parts and the overall design concept.
vii . If necessary, the Yr1nclYal 0-licaii. r
Schematic Design Studies to. the appropriate City
Boards (such as Historic Preservation Board,
Planning and Zoning Boards, etc.) for their approval
of the proposed plans.
viii. The estimate of probable Construction Cost shall
include the estimated cost of the Project including
governmental permit fees, new utilities, proposed
City purchased equipment, contingencies (if any),
and escalation factors adjusted to the estimated bid
date, (if applicable) .
ix. The Principal shall submit to the City two (2)
copies of all documents required under this Phase,
at no additional charge, for approval by the City.
AM,W34s-szi-GtnzngServ.Hetric
9 EOpW l CRA f 2� — O
e+,1A i 'a I AZell 'PIN M0 : O l OOOZ 'E l 'Nnf
1
The Principal shall not proceed with the next Phase
until directed by the Project Manager.
B.
i. From the approved Schematic Design documents, the
Principal shall prepare Design Develbpment
Documents, including the drawings, outline
specifications and other documents to describe the
size and character of the entire Project as to
construction, finish materials, and other items
incidental to the Project as may be appropriate and
applicable.
ii. The Design Development Documents shall include the
updated Proposed Project Schedule, Outline
Specifications of Proposed Materials and Equipment,
Updated Estimate of Probable Construction Cost, and
the Design Development Drawings, as required to
clearly delineate the Project. If the probable
Construction Costs exceed the Construction Budget,
then, appropriate reductions in costs or Scope of
Project shall be included for City's evaluation.
iii. The Principal shall submit to the City, taro (2)
sets of all documents required under this Phase, at
no additional charge, for City's approval. The
Principal shall not proceed with the next phase
until directed by the Project Manager. r
C. Phase TTT C'c�T1st C'r;nn l�n��imont8:
WiW3a5-SZJ-GenEngServ.Metric 10 s-EQOPWXRA
D/l ! 'a LrOV 'ON
PlyW01 0006 'U VP
i. From the approved Design Development Documents, the
Principal shall prepare Final Construction Documents
setting forth in detail the requirements for the
construction of the Project. The Final Construction
Documents shall include complete Drawings and
Specifications, the Proposal (Bid) form, Special or
Supplemental General Conditions, and other necessary
information for bidders. Principal shall use the
City of Miami Public Works Department Standard forms
for the preparation of the Proposal (Bid) forms,
Instructions to Bidders, Conditions of Contract, and
other City required documents. In the preparation
of the Construction Documents, the Principal shall
use Construction Specifications Institute (CST)
Standards, including the 16 Division and the 3 part
Section format developed and recommended by the
C.S.I, for construction specifications.
ii. The Construction Documents shall be prepared in a
manner that will assure clarity of linework, notes,
and dimensions, when the documents are reduced to
50% of their size. All drawings shall be on 24'' x
36" size first quality drawing paper or Mylar using
City's standard format, unless otherwise approved.
iii. Whenever possible, the Construction Drawings shall
be created by computer using AutoCad Version 14.0.
Where AutoCad is used, the PRINCIPAL will also
submit a copy of the drawings on a compact disk.
AAz:W345-SZJ-GenEn9StrV.Metric
?'-opW/GR�� 60
11 '
cbi71 'A 1 Ql.P. 'nN
NVO:01 0001 V *her
When possible, the PRINCIPAL's specifications shall _
be produced on a word processor using Microsoft
"Word" format. Another format may be used only if
approved by the CITY.
iv. When the-evelopment of Construction Drawings --has
progressed to at least 50t completion in (the "500
check''), the Principal shall submit to the City, at
no additional charge, two (2) copies thereof
together with an updated set of Specifications and
an updated Estimate of Probable Construction Costs.
v. The Principal shall not proceed with the further
development of the construction documents until it
has received City's approval of the 50% Check Set.
The Principal shall make all reasonable changes
required by the City. In the event the latest
estimated Probable Construction Costs reveal that
the cost of the Project will exceed the Construction
Budget, then, at the Project Manager's request all
Work shall be stopped until the Principal and the
City agree on methods of cost reductions or changes
in scope sufficient to enable construction of the
Project within the Construction Budget.
vi. Upon completion of the Construction Documents, the
Principal shall submit to the City, at no additional
charge, a final Estimate of Probable Construction
Costs along with two (2) sets of final construction
0()- 60
A,H:w]45-SZJ-QenEnaServ.Metric 12 CPA
DAI 'd L�7� 'GV MO:Ol OOOZ *�l 'NNf
drawings and specifications, for final review, and
approval.
vii. The Principal shall make all the necessary
presentations of the final plans to the appropriate
City Boards for their approval, as outlined and
identified within the work order and corresponding
scope of work.
viii. PRINCIPAL shall make all required changes or
additions and resolve all questions resulting from
the CITY's final review. This shall be at no
additional charge to the CITY, except for changes
requested by the CITY that are in conflict with
prior CITY directives or approvals or constitute the
CITY's modifying the scope or program of the
project. All revised documents shall be submitted
to the City for approval. After final approval by
the City, the Principal shall furnish, at no
additional charge, a master set of reproducible
drawings and specifications and provide two (2) sets
of prints of the final drawings and specifications
to the City. If additional sets of prints are
authorized for bidding purposes, the City shall
reimburse the Principal for the cost of printing
additional drawings and specifications.
ix. The Principal shall conduct "dry runs'' of the
final construction plans to the Building Department
and other appropriate governmental authorities, as
P.AB:W345-SZJ-GenEn3StrV.Metric
.1�
11
13 , j-0pWJCi_A_ ' �.� l)
'801 'd LM 'ON
VIVor:01 0�i01 'rl 'NOf
necessary to ascertain that the construction
documents meet all the requirements for construction
permits. The Principal shall make all necessary
corrections, modifications, and additions to the
construction documents (plans, specifications, etc.)
necessary for permitting•
The Principal shall
assist the City in filing the necessary documents
and obtaining the approval for utilities (such as
water, sewer, etc.) as well as the approval from all
other applicable governmental authorities (such as
environmental, health, building, zoning, etc.).
D. phgSp TV Bid
i. The Bidding and Negotiation phase shall be conducted
in accordance with the City,s established or
approved process• The Principal shall assist the
City in obtaining and awarding bids and preparing
construction contracts. After receipt of bids, the
Principal shall evaluate the bids and assist the
City in making a recommendation to the City
Commission.
ii. During the advertisement and bidding period the
Principal shall prepare any necessary Addenda, with
accompanying drawings or other materials, as may be
required. An original copy of each Addendum shall
be submitted to the Project Manager for approval and
a copy of the same shall be furnished to each of the
S.FOPW,jc
AAA sW34S-SZJ-GenEnSServ.M.etric 14
6L,.I 11 1070 MI wvn4:(J[ 0807.'� Nor
Bidders that have picked up a set of Contract
Documents for purposes of bidding.
iii. The Principal shall attend pre -bid conferences
when they are deemed necessary by the City.
iv. During tie bidding period, the Principal s`ia11
interpret Construction Documents in writing, and
prepare any supplementary drawings or specifications
necessary for the clarification of the documents.
The Principal Shall also assist the City in
preparing responses to inquiries from prospective
bidders.
v. If the lowest responsible bid received exceeds the
Construction Budget the City may:
a. approve the increase and award the construction
contract to such bidder, or
b. reject all bids and rebid the Project within a
reasonable time with no change in the Project Bid
Documents, or
c, direct the Principal to revise the scope of the
Project only if the bid exceeds the construction
budget by more than ten (10) percent. in such
event the Principal shall modify the Construction
Documents as necessary to bring the Estimated
Probable Construction Cost within the Construction
Budget. Such modifications shall be at no
additional charge to the City unless the excess in
Construction Costs is due to a change in scope
»,3:ii;45-3ZJ-Gen=ngserv.Metric 15 9r0PWXRA e ) ( )—
^n/DI I 1072'M NV0q:01 0001 �t Nnf
requested by the City or due to unforeseen
circumstances such as force majeur or undue delay
on the part of the City in bidding the Project, or
d. suspend or abandon the Project.
on
E.
i. The Construction Phase will begin with the award of
the Construction Contract and will end when the
Contractors final payment is approved by the City.
ii. unless otherwise provided, the City,s Public works
Department will administer the Construction Contract
and will assign an inspector to the Project. The
Principal shall advise and consult with the Project
Manager or the City Inspector when appropriate. The
Principal shall have only limited authority to act
on behalf of the City and only to the extent
provided in the uenerds % �%a" ... - --
Supplementary Conditions of the Construction
Contract. City shall have final approval of all
changes in the Construction Work and Costs.
iii. The Principal shall attend pre -construction
meetings and job meetings where its presence is
required to resolve problems or disputes with the
construction runs.
iv. The Principal shall at all times have access to the
Project during the construction phase, so it may r
adequately perform as intended under this Agreement.
AAg;W345-SZJ-GenLn9Serv.Metric
16 SEOPW/CWV,.
1VZ8 'ON
VIV0q:61 (100Z 'Ei 'Nnr
w
v. The PRINCIPAL shall visit the construction site at
regular intervals appropriate to the project and
during all key construction events, as defined in
the work order or otherwise agreed by the PRINCIPAL
j and Project Manager to evaluate the progress of the
Project and to determine, in general, if the Project
is proceeding in accordance with the Contract
Documents. The Principal will not be required to
provide continuous daily on -site inspections to
check the quality or quantity of the work unless
otherwise authorized or directed in writing by the
City, and compensated accordingly for his services.
vi. The Principal shall have no responsibility to
supervise and control those actions of any parties
not directly employed or retained by the Principal.
On the basis of the on -site observations, the
Principal will advise the City as to the progress of
the work and any observed defects and deficiencies.
The Principal shall not be responsible for
construction means, methods, techniques, sequences,
procedures or for safety precautions and programs
developed by the Contractor during the construction
of the project, since these are the Contractor's
responsibilities.
vii. The Principal shall furnish to the City a written
report describing its observations of the work,
during each visit to the site, and the general
AAS:W345-szJ-GenEn9serv.Metric 17
wqt •A lace *ON m0q:0I 000Z 'El Nrr
status and progress of same- All reports shall be
submitted in a timely manner. The Principal shall
ascertain, at least monthly, that the Contractor is
making timely, accurate, and complete notations on
record drawings.
viii. Based on observations at the site and on its
review of the Contractor's Payment Certificate, the
Principal shall assist the City in determining the
amount due the Contractor and shall recommend
approval or rejection of the Certificate of Payment
and the amounts of each.
ix. The Principal's recommendation for approval of a
Payment Certificate shall constitute the Principal's
representation and certification to the City that
the work has progressed to the point indicated, and
that it has been performed in accordance with the
Contract Documents subject to:
a. an evaluation of the work for conformance with
the contract documents upon substantial
completion.
b. the results of any subsequent tests required by
the Contract Documents, and
c. minor deviations from the Contract Documents
correctable prior to completion and acceptance of
the Project.
x. The Principal shall have an affirmative duty to
recommend rejection of work which does not conform
p,;�3:W34S-SZJ-renErgServ.Hetric
60
18 SEOPWJCRA.
2q�61 (cz2 'o 1
w WO1 000i 'El UP
to the Contract Documents.
Whenever, in its
reasonable opinion, the Principal considers it
necessary or advisable to insure compliance with the
Contract Documents, the Principal will have
authority, after approval from the Project Manager,
to recommend special inspections or testing of any
work deemed not to be in accordance with the
Contract Documents whether or not such work has been
fabricated and delivered to the Project, or
installed and completed. However, neither this
authority of the PRINCIPAL nor a decision made in
good faith either to exercise or not to exercise
such authority shall give rise to a duty or
responsibility of the PRINCIPAL to the Contractor,
Subcontractors, material and equipment suppliers,
their agents or employees or any other persons or
entities performing portions of the work.
xi. The Principal shall promptly review and approve
shop drawings, samples, and other submissions of the
contractor for conformance with the design concept
of the Project and for compliance with the Contract
Documents. Changes or substitutions to the Contract
Documents shall not be authorized without
concurrence by the Project Manager.
xii -The Principal shall provide the City with copy of
all shop drawings, duly reviewed by the Principal,
for the City's permanent records.
AAB:W345-sZJ-GenBn9Serv.14et1c1-c
19 SEOPW /CRC , — 0
Pti167. 'A I P1.P '011,
wvwol 0007'rl'N r
xiii. The Principal shall review all test reports
required by the Contract Documents and notify the
City of any noncompliance with the contract
Documents.
Xiv. The Principal shall witness all tests that it is
required to witness by Code or by the Contract
Documents and shall provide to the City written
reports of all such tests.
xv. The Principal shall receive all samples required to
be furnished by the contractor and shall record the
date of receipt and its source, examine said
samples, notify the City of the approval or
rejection of said samples, and maintain custody of
approved samples.
xvi. As part of the Project Scope, the Principal shall,
if necessary, assist the City in the preparation of
bids for the purchases of equipment, fixtures, and
furnishings for the Project. Upon receipt of these
bids, the Principal shall assist the City in its
evaluation and make recommendations related to the
procurement and the installation of said equipment,
fixtures, and furnishings.
xvii. The Principal shall review and recommend action
on proposed Change Orders within the scope of the
r Project. This includes Change orders initiated by
others or any proposed Change Orders recommended by
the Principal based on his observations.
SEOPW / CRC,'_ 60
AUtW345-sZJ-GenEn9Serv.Metric 20
AL n 7 1 1070 'MIWV05'��I O00V •Gj *%In --
xviii. The- Principal shall examine the work upon t
receipt of the Contractor's Certificate of
Substantial Completion for the Project and shall
prepare a punch list of any defects and
discrepancies in conjunction with the Project
Manager. After the punch list items have been
satisfactorily completed and approved by the
Principal, the Principal shall recommend execution
of Certificate of Final Acceptance and Final Payment
to the contractor. Principal shall also obtain from
the contractor all warranties, guarantees, operation
and maintenance manuals, releases of lien, extra
materials required by the contract, and certificates
as may be required by the specifications or
applicable laws, and deliver them to the City.
xix. The Principal shall provide assistance in
obtaining contractor's compliance with the Contract
Documents relative to, a) initial instruction of
City personnel in the operation and maintenance of
any equipment or system, b) initial start-up and
testing, adjusting and balancing of any equipment or
systems, and c) final clean-up of the Project.
F. Rhasp VT -
i. The Principal shall furnish to the City reproducible
r " as -built'' record drawings based on signed and
sealed information provided by a Florida registered
Surveyor retained by the City or the Contractor.
AAS:W3A5-SZJ-GenBng5erv.Netric
21 SEOPWICRA, CIO — _ 6 0
:b177 'A /?.7.2 'ON
Wdl4:Ol OOOZ 'f l 'N�If—
T
These drawings shall become the property of the
City.
ii. The Principal shall assist the City in the
observation of the work one month before the
expiration of any guarantee period and shall report —`
to the City any defective work in the Project which
is under guarantee/warranty. The Principal shall
also assist the City with the administration of
guarantee/ warranties for correction of any
defective work that may be discovered during the
guarantee/warranty period.
7. P2'oPrt' T; The Work shall be performed
within the time allocated to each phase thereof and shall
be completed within the time agreed upon. A reasonable
extension of the Work time will be granted in the event
of a delay caused by the City's failure to fulfill its
part of the Agreement as herein required or by other
reasons, such as review period by regulatory agencies,
weather beyond the control of the Principal. In the
event the delay is attributable to the Principal or any
of its employees, agents or subconsultants, at the sole
discretion of the Director of the Department of Public
Works, the costs associated with the delays will be the
sole and complete responsibility of the Principal. r
r 6. Extensia, of arson D t P. In the event the
Principal is engaged in a project (s); on the Agreement
Expiration Date, then this Agreement shall remain in
SEQPW4 CRA �, _ 4
AAB:W345-SZJ-GenEngSerV.Metzic 22
ML /(7 •, 1070 'nu Wdl4:0l 000Z 'WNU
effect until completion or termination of said
Project(s). No new Work orders shall be issued after the
Expiration Date.
p; ; gib 1 i i Pa. The City shall
make available to the Principal for Its inspection, all
plats, maps, surveys, aerials, records and other
information regarding the Project that the City has as
its disposal.
10. rompPnsati on. Compensation shall be based on a "Fixed
Fee" or a "Not to Exceed Fee" , as described hereunder,
based on the nature and scope of the Work. The method of
compensation shall be agreed upon prior to issuance of
the work Order. Notwithstanding anything herein to the
contrary, the CITY and the PRINCIPAL agree that the total
compensation permitted for all work under this Agreement
shall not exceed the sum of $500,000.
A. FTXFD FEE: The fee for a task or a scope of work
based on a fixed fee shall be mutually agreed upon by
the CITY and the PRINCIPAL.
B. NOT Tn 'EX MED FFF: If a "Not to Exceed" fixed fee is
mutually agreed upon, the amount of compensation shall
be based on an hourly rate fee. The hourly rate fee
shall be computed based on the hours worked by
individuals in the following categories. The Hourly
Rate for each category, as shown below, includes all
equipment, supplies, materials, tools , labor, wages,
AAB:W34 5-SZJ-GenBngServ.Metrit
23 SEOPW I
80Z *d L818 *ON
Nt,dIS:01 0001'El Vif
taxes, insurance, benefits, overhead and profit and
shall be applicable to any necessary overtime work.
S' r gam
Principal in Charge
Uourly Rates_
$125.00
Principal Engineer
$125.00
Project Manager
$100.00
Professional Engineer
$90.00
Engineer
$70.00
Draftsperson
545.00
Engineering Technician
$55.00
Administrative (Billing, Reports Preparer)
S45.00
Clerical (Filing, Light Word Processing)
$35.00
Permit Expediter
$40.00
Construction Manager (Supervisor)
$80.00
Construction Inspector
$60.00
Cadd Operator
$52.00
3-Man Survey Crew(Half day min.)
$90.00
11. P Compensation shall be paid
monthly in accordance with invoices detailing the fees
and expenses, =or worx. YG,I%Jj««u ---__=) ____
preceding calendar month. Payment shall be made within
thirty (30) days following Project Manager's receipt of
the invoices, in triplicate. The invoices shall include
the following information: r
A. Total contract amount.
B. Percent of Work complete to date.
AA9;w34S-5ZJ-GenEngSezv.Hetric 24
QPW/CRA g - 60
EQI ti�'A /RI.P,'ON NIytri:01 0001 H Nrf
C. Total amount paid to date.
D. Amount previously billed.
E. Amount of invoice.
p. summary of work done during the billing period.
G. Invoice number and date.
12. snhpaule—of Work. The CITY shall have the sole right to
determine which Project shall be assigned to the
PRINCIPAL. The schedule of Work and time for performance
will be mutually agreed upon by the CITY and the
PRINCIPAL.
13, FxtYa Work F'xp=L Ps. If the PRINCIPAL has incurred
extra work or expense due to changes ordered by CITY
after any portion of the Work is approved by the CITY,
then the payment for such extra work shall be the subject
of a Change order, and shall be approved, in writing, by
the CITY if, in the CITY's reasonable opinion, such
Change order is warranted. if the PRINCIPAL caused extra
work or expense without previous approval by the CITY,
such extra work shall be the subject of an additional
work order and the cost of the extra work shall be sole
responsibility of the PRINCIPAL.
14. P Reimbursable expenses are to
be paid in addition to compensation for Basic scope
services and include expenses incurred by the PRINCIPAL,
its employees and other consultants in the interest of
each Project, as identified as follows and if authorized
A" :H345-SZJ-GenEngServ.14etric
^L,t%7 .I iQ7')'AM
25
Wdl��Ql (1b07 '�l 'N(lf
in writing, by the CITY's Project Manager and proper
documentation is provided to the CITY's Project Manager.
A. Providing the services of special specialists, in
addition to those that are required to provide the
basic scope of services. Unless otherwise agreed, the
extra expense of specialists, when authorized, shall be
the amount paid to the specialist. The compensation
for these services shall be done as reimbursable
expenses. This Section does not apply to Professional
Services of those individuals and specialists employed
by the PRINCIPAL.
B. Expenses of surveys of existing sites and buildings if
paid by the PRINCIPAL.
C, Fees paid by the PRINCIPAL for securing approval of
authorities having jurisdiction over the projects.
D. Costs of testing, strength of materials, soils,
chemical, mechanical or other tests, connected with
construction projects, it paid by the PRINCIPAL.
E. Traveling outside of Miami -Dade County when authorized
in advance by the CITY's Project Manager.
Transportation and living expenses of principals or
employees shall be paid not to exceed limitations
established by law.
F. if required by the CITY's Project Manager, providing
site personnel, threshold inspector, etc.
G. Changes in the Project initiated by the CITY or
Contractor.
SEtI
Aa8;W345-sZJ-GenEngServ.(ietrie 26 �W ��•� €)
WIT .) IR7.r 'nti urai ;:n; nr,oT
1s _ 8ro ao_f Cal cul ar i ons_,�.e
,- The
City agrees within thirty (30) days after delivery, it
will, approve, reject, or return with indicated suggested
revisions or recommendations, all field notes, drawings,
calculations, reports or other written communications
submitted by the Principal to the City for approval.
Such approval, revisions or recommendations by the City
shall not relieve the Principal of its responsibility for
the Work. Any errors noted in the calculations or
drawings submitted by the Principal will be corrected at
no additional cost to the City. All certified plans and
other final drawings required under this agreement shall
be delivered tot he City in a reproducible form such as
an original ink drawing on high quality vellum or a
reverse Mylar made from an original ink drawing. In
either case, the reproducible of registered plans shall
be affixed with the engineers' embossed seal and
signature.
16. llbronaul taut- 4 .
A. selection of the Principal by the Competitive
Selection Committee was based, in part, on the
qualifications and expertise of the Subconsultants
listed in response to the ''Request for Proposals'
(RFP) if Subconsultants were listed (the "Approved
Subconsultants "). The Principal shall employ Approved
Subconsultants where their specialties are required to
perform the Work for an assigned Project.
AAB:H345-SZ3-aenEngServ.Metric 27 SEOPW /CRA r '
0h/07 'A /M IM Wdl;•01
B. The Principal may choose additional Subconsultants
provided it first obtains the prior written approval of
the City. The Principal may not exclude Approved
Subconsultants from, a Project without the City's prior
written consent. The reasons for hiring additional
Subconsultants or for the replacement of the Approved
Subconsultants shall be detailed in the Principal's
written request for City's consent.
C. The Principal shall be responsible for all the work of
its organization, employees and its subconsultants.
Nothing contained in this Agreement shall create any
contractual relationship between any of the
subconsultants working for the Principal and the City.
The Principal agrees and understands that it is in no
way relieved of any responsibility under the terms of
this Agreement by virtue of any other professional who
may associate with it in performing the Work.
D. Subconsultants that must be used are:
URS Greiner Woodward Clyde, Inc.
EAC Engineering, Inc.
BCC Engineering, Inc.
ADA Engineering, Inc.
17.VonfliCt of Tntnrest
A. Principal covenants that no person under its employ
who presently exercises any functions or
responsibilities in con
.n.ection with this Agreement has
any personal financial interest, direct or indirect,
with City. Principal further covenants that, in the
performance of this Agreement, no person having such
o
W :W345-szi-aenEngserv.metric 28
SECPW/CRA
WE 'd LE12'ON WV1410l Ho rCt Up
conflicting interests shall be employed. Any such
interests on the part of Principal or its employees,
must be disclosed in writing to City.
B. Principal is aware of the conflict of interest laws of
j the City of Miami (City of Miami Code Chapter 2,
Article V), Miami -Dade County, Florida (Miami -Dade
County Code Section 2-11.1) and the State of Florida,
and agrees that it shall fully comply in all respects
with the terms of said laws.
17.ownarahip of no_umentsv. All reports, tracings, drawings,
plans, specifications, survey information maps, computer
media, and other data developed by the Principal for the
purpose of this Agreement shall become the property of
the City without restriction or limitation upon use and
shall be made available by the Principal at any time upon
request of the City. When any work contemplated under
this Agreement is completed or for any reason terminated
prior to completion, all of the above data shall be
delivered to the Project Manager.
18.Terminar`ion and Sus
A. The City retains the right to terminate this Agreement
at any time prior to the completion of the Work without
penalty to the City. In such event, the City shall
give written notice of termination to the Principal and
the Principal shall be paid for services rendered up to
the date of the notice, provided, however, that the
SEOPW/CRA AAE;N745-SZJ-GenEngServ.Mctric 29 0 ((�,
111 r v o
��io� a I�ZP,'n� rid1.4�(it cr�r�l'�t 'N(1f
Principal is not in default under the terms of this
Agreement and as set forth in section 25 hereof.
B. In the event of termination, all documents, plans, and
other documents developed by Principal under this
Agreement shall become the property of the City, with
the same provisions of use as set forth herein.
C. it is further understood by and between the parties
that any information, contract Q0C1.1ULMi1l.a, yy�•••+
drawings, or any other matter whatsoever which is given
by the City to the Principal pursuant to this Agreement
shall at all times remain the property of the City and
shall not be used by the Principal for any other
purposes whatsoever without the written consent of the
City.
19 . a.. and of Agrepment.
A. The Principal warrants that it has not employed or
retained any company or person to solicit or secure
this Agreement, that it has not paid or agreed to pay
any company or person any fee, commission, percentage,
brokerage fee, or gifts or any other consideration
contingent upon or resulting from the award or making
of this Agreement.
B. The Principal also warrants that to the best of its
knowledge and belief no Commissioner, Mayor or other
officer or employee of the City is interested directly
or indirectly in the profits or emoluments of this
Agreement or the Work.
XU :H345-S2J.GenEngServ.metric
INVA:ot 6007.'�[ 'NOr
20 .Fn ; r . Agrp-pment' . This Agreement represents the entire
and integrated agreement between the City and the
Principal and supersedes all prior negotiations,
representations or Agreements, either written or oral.
This Agreement may be amended only by written instrument
executed by City and Principal.
2l. This Agreement shall be
binding upon the parties hereto and their respective
heirs, executors, legal representatives, successors and
assigns.
22.Righ Audit. The City reserves the right to audit
records of the Principal pertaining to this Agreement
anytime during the term hereof, and for a period of three
(3) years after final payment is made under this
Agreement.
23.insu anCe. Principal shall maintain during the terms of
this Agreement the following insurance:
A. Comprehensive General Liability Insurance in amounts
not less than $1,000,000.00 Combined Single Unit for
bodily injury and property damage liability and said
insurance shall include contractual liability coverage.
The City of Miami shall be named as primary Additional
Insured.
B. Professional Liability Insurance in a minimum amount
t of $1,000,000.0o covering all liability arising out of
the terms of this Agreement.
AAE:x345-SZJ-Gen2agServ.Metric 3 1 , -,OP ►I T RA v - V f1
C. Workers' Compensation Insurance in the statutory
amounts.
D. Automobile Liability Insurance covering all owned,
non -owned, and hired vehicles used by Principal in
connection with work arising out of this Agreement.
Coverage shall be written with at least statutory
amounts for Bodily Injury and Property Damage.
E. All insurance policies shall be issued by companies
authorized to do business under the laws of the State
of Florida and which are approved according to
specifications of the Risk Management Division of the
City of Miami. All policies required hereunder shall
name the City as "Additional Insured,
F. The Principal shall furnish certificates of insurance
to the City prior to the commencement of any work,
which shall clearly indicate that the Principal has
obtained insurance in the type, amount and
classification as required for strict compliance with
this Section and that no material change or
cancellation of the insurance shall be effective
without the thirty (30) days written notice of the
City.
G. Compliance with the foregoing requirements shall not
relieve the Principal of its liability and obligations
under this Section or under any portion of this
Agreement.
24.$igh _ of D ri siOng.
AAB:Yt]SS-SZJ-GenEngServ.Metric
`A
;r,opw/CRA. - 0
32
en71"
A. All services shall be performed by the Principal to
the satisfaction of the Project Manager who shall
decide all questions, difficulties and disputes of
whatever nature which may arise under or by reason of
this Agreement, the prosecution and fulfillment of the
services hereunder, and the character, quality, amount,
and value thereof, and the Project Manager's decisions
upon all claims, questions of fact, and disputes shall
be final, conclusive and binding, upon the parties
hereto, unless such determination is clearly arbitrary
or unreasonable.
B. In the event that the Principal does not concur in the
judgment of the Project Manager as to any decision made
by him, the Principal shall present his written
objections to the City Manager and submit to the City
Commission for determination.
25. Non -Discrimination. The Principal shall not discriminate
against any employee or applicant for employment because
of race, color, religion, sex, age, national origin,
handicap or marital status. The Principal shall take
affirmative action to ensure that applicants are
employed, without regard to their race, color, religion,
sex, age, national origin, handicap or marital status.
Such action shall include, but not be limited to the
following: employment, upgrading, demotion, or transfer;
recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation;
11 ( V -
AAssiI345-SZJ-GenEng3erv.HCtric 33 sEOPW/CRA
AbA; *a wdT.G:O[ OQQ1. 'fl 'Nnf
and selection for training, including apprenticeship.
The Principal agrees to post in conspicuous places,
available to employees and applicants for employment,
notices to be provided by the Personnel Officer setting
forth the provisions of this Equal Opportunity Clause.
26, QPna r,int-i o of A,areement . The parties hereto agree
that this Agreement shall be construed and enforced
according to the laws, statutes and case law of the State
of Florida.
27. TrdPppnd n nn ctor. The Principal and its employees
and agents, shall be deemed to be Independent Contractors
and not agents or employees of the City; and shall not
attain any rights or benefits under the Civil Service or
Pension ordinance of the City, or any right generally
afforded classified or unclassified employees; further
they shall not be deemed entitled to Florida Workers'
Compensation benefits as employees of the City.
28. - It is understood and agreed that the
obligations undertaken by the Principal pursuant to this
Agreement shall not be delegated or assigned to any other
person or firm without the City's prior written consent,
which may be withheld at City's sole discretion.
29. Defal r Provision. in the event that Principal shall
fail to comply with each and every term and condition of
this Agreement or fails to perform any of the terms and
conditions contained herein, then the City, in addition
to all other remedies available by law, at its sole
is-M:N345-SZJ-Ge:Zn9Serv.Metric 34 SEOPW/0,A fl 0 - 1)
option, upon written notice to Principal may cancel and
terminate this Agreement, and all payments, advances or
other compensation paid to Principal by City while
Principal was in default of the provisions herein
contained, shall be forthwith returned to City.
30. con _ i ngency clause. Funding for this Agreement is
contingent on the availability of funds and continued
authorization for program activities and is subject to
amendment or termination due to lack of funds or
authorization, reduction of funds, and/or change in
regulations.
31. Mi nori t•y P ocurament ('oW i ande . The Principal
acknowledges that it has been furnished a copy of
Ordinance No. 10062, the Minority Procurement Ordinance
of the City of Miami, and agrees to comply with all
applicable substantive and procedural provisions therein,
including any amendments thereto.
32. Jndpmnifi_a.ion. The Principal covenants and agrees
that it will indemnity and hold harmless the City, its
officers, agents and employees from any and all claims,
losses, damages, costs, charges or expenses arising out
of or in connection with the negligent acts, actions, or
omissions of the Principal or any of its officers,
agents, employees, whether direct or indirect, provided,
however, that Principal shall not be liable under this
Section for damages or injury arising out of or directly
caused by or resulting from the sole negligence of the
AAE:W345-SZJ-GenEn9Sezv.MetrfC
EOPWICRA� _ } 0 )
35 0
'
F�/9F 'a /RI.R '()N
gi r rbl f�f►GI,'il 'Nfif
City or any of its agents, officers or employees. The
indemnity provided herein is not limited by reason of any
particular insurance coverage in this Agreement.
'33. No.ic4.. All notices or other communications which shall
or may be given pursuant to this Agreement shall be in
writing and shall be delivered by personal service, or by
registered mail addressed to the other party at the
address indicated herein or as the same may be changed
from time to time. Such notice shall be deemed given on
the day on which personally served; or, if by mail, on
the fif th day after being posted or the date of actual
receipt, whichever is earlier:
CITY OF MIAMI: PRINCIPAL:
City Manager
444 S.W. 2nd Avenue
Miami, Florida 33130
Public
Works Department
Metric
Engineering, Inc.
Attn:
James J. Kay
Attn:
Manuel A. Benitez
444 S.W.
2"4 Avenue
13940
SW 136 Street, Suite 200
Miami,
Florida 33130
Miami,
Florida 33186
(305)
416-1227
(305)
235-5098
City Attorney
444 S.W. 2"1 Avenue
Suite 945
Miami, Florida 33130
33. Amendments. No amendments to this Agreement shall be
binding on either party unless in writing and signed by
both parties.
C,kj- GU
SE(�PW/C
A" :W34S.SZJ-GerTngServ.Metrie 36
34 . hliscellanizniic, Proyi si ong.
A. Title and paragraph headings are for convenient
reference and are not a part of this Agreement.
B. In the event of conflict between the terms of this
Agreement and any terms or conditions contained in any
attached documents, the terms in this Agreement shall
rule.
C. No waiver or breach of any provision of this Agreement
shall constitute a waiver of any subsequent breach of
the same or any other provision hereof, and no waiver
shall be effective unless made in writing.
D. Should any provision, paragraph, sentence, word or
phrase contained in this Agreement be determined by a
court of competent jurisdiction to be invalid, illegal
or otherwise unenforceable under the laws of the State
of Florida or the city of Miami, such provision,
paragraph, sentence, word or phrase shall be deemed
modified to the extent necessary in order to conform
with such laws, or if not modifiable to conform with
such laws, then same shall be deemed severable, and in
either event, the remaining terms and provisions of
this Agreement shall remain unmodified and in full
force and effect.
AAg;w34s-szi-OenEn9Serv.Metric
37 ' POPW/CRA
nN
WbF4:01 AW.. 'N UP
IN WITNESS WHEREOF, the parties hereto have, through
their proper corporate officials, executed this Agreement,
the day and year first above set forth.
ATTEST:
7C�oWotate -Se.cretary
ATTEST: -
. _. EMAIL
C Cle
METRIC ENGINEERING,INC.,
a Florida= -Corporation
By: --:�
MANUEL A. BENITEZ
Vice President
CITY OF M I, a municipal
Corp on of the State of
Florid J
By:
DON WA
City P6.
ager
pRk—s—j. KP.Y, D' ector
Departmen of y6blic. Works
APPRTDO F AND APPROVED AS TO INS CE
CO •� REQUI ENT
.r
AW RQPVMARTO SO DEVILLA
E��e
y Attorney Director Risk Management
S /egq
Before me this day personally appeared Manuel A. Benitez and signed this
document.
otary Yub[IC
to of Florida
AAB:W345-SZJ-CenEngServ.Metric
PfiIAC 'A I P7"' 'ON
November 15, 1999
MERCEDESHERNANDEZ
M. COMM13SION I! CC M6W
3 EXPIRES: O*ber9,2DW
:y
38
SEOpwick
GO
hJnf
wtitG:A1 fi ;7 .'� '
CORPORATE RESOLUTION
WHEREAS, Metric Engineering, Inc. ("Principal') wishes to enter into a Professional
Services Agreement ("Agreement") with the City of Miami ("City");
WHEREAS, Me -Board of Directors, at a duly held meeting of4 e- Principal has
considered the matter in accordance with the Fay -Laws of the Corporation;
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that
this corporation is authorized to enter into the Agreement -with the City, and the Vice President
and the Secretary are hereby authorized and directed to execute the Agreement in the name of
this Corporation and to execute any other document and perform any acts in connection
therewith as may be required to accomplish its purpose.
IN WITNESS WHEREOF, this /5 7/ day of/4lo✓&I,5 R- 1999.
Metric Engineering, Inc.
A Florida Corporation
Muel
�Benitez, Vice President
Corporate Secretary .
WITNESS my hand and official seal, this 15th day of November 1999
SEOPW / CRA
60
)?]Notary Public p,�wuVo
State of F1 on da ; iM�or+�ccesezet
EXPIRES: Ocbw 9, XW
' eawE Rw Nowy pkk uodw«A�n
.nVn ....
�iw� wwn� .� I •nHf.
TO
FROM
Chairman Teele and
Members of the CRA Board
Robert L. TylerJf?:;1-1
Dir. Of Op., Admin. & Dev.
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE: June 16, 2000
SUBJECT: Metric Engineering Inc.
REFERENCES: 9`h St. Pedestrian Mall
ENCLOSURES: Resolution and Contract
FILE :
RECOMMENDATION
It is respectfully recommended that the Board adopt the attached resolutions authorizing the CRA to
procure the requested architectural/engineering services from Metric Engineering existing City of
Miami, DPW contract.
BACKGROUND
Resolution authorizing the CRA to enter into a contract with Metric Engineering, Inc., an engineering
firm on the City of Miami's approved list to provide design and engineering services with respect to the
construction of the pedestrian walkway at 9d' Street Mall within the Redevelopment Area, at a cost not
to exceed $89,520.00.
Metric has been retained by Dade County to provide A/E services for the NW 9d' Street Pedestrian Mall
(Westward up to NW 2nd Avenue). The CRA desires to procure Metric's services to complete the
balance of the design (Westward to I-95) consistent with the Redevelopment Plan. The City of Miami
Commission by resolution 99-708 adopted on September 28, 1999, approved six (6) firms for A/E
services. The CRA desires to procure from that City of Miami contract (piggy back).
Funding Source: CDBG Funds
Account Number: 689005.055012.4.750
MOPW/CRA
i . / y/ z
WETRIC ENGIN64RINGs 1IMC.
CONSULTING ENGINEERS - PLANNERS - SURVEYORS
13940 S.W. 136 STREET SUITE 200 WWI, FLORIDA 33186:
PHONE: (305) 235-5096 FAX: (305) 251-5894
June 5, 2000
City of Miami -- Community Redevelopment Agency
300 Biscayne Blvd. Way, Suite 430
Miami, FI.33131 -
ATTN: Mr. Robert L. Tyler
Director of Operations, Administration, and Development
Re: Scope of Services and Cost Proposal
NW 9" Street Pedestrian Mall - Phase III
Dear Mr_ Tyler.
In accordance with your request, Metric Engineering, Inc. along with our subconsultant Wallace
Roberts & Todd, LLC (WRT) is pleased to present this proposal and preliminary cost estimate to
complete the Design and Construction Documents forthe completion of the Ninth Street Pedestrian
Mall in the Folk Life Village in Overtown, Miami Florida. This proposal and preliminary cost estimate
are based upon using the currently approved design concept which includes: sidewalk and
intersection improvements utilizing concrete unit pavers in a "beaded motif", pedestrian lighting,
street trees and the development of the 'San Kofa Bird" terminal plaza feature. This proposal also
assumes that the overhead utilities will be relocated underground in order to allow the streetscape
improvements.
Scope of Services
Develop Schematic Design, Design Development and Construction Documents forthe Streetscape
Improvements as currently shown in the approved conceptual documents. In addition, the team will
provide Bidding Assistance and Limited Construction Administration Services related to those
improvements (this does not include Resident Inspection Services). The Services do not include
the design of the 'San Kofa Bird Sculpture Feature', however, we will coordinate the work of the
'Artist' with the other plaza features including the paving, wall, and planting. r
9 .
P1HCG : n 1 6667. •r l .NU
Mr. Robert Tyler
June 5, 2000
Page two
Proposed Fees
Metric proposes to complete the Scope of Service ordance' with our current Professional Services
ancewith
the attached schedule. All rates are i
Agreement with the City of Miami (Dated January 4, 2000).
We appreciate the opportunity to be of service to the city of Miami on this important project. Please
feel free to contact me if you should have any questions or wish to discuss any part of this proposal
further.
sincerely,
METRIC ENGINEERING, INC.
Manuel A. Benitez, P.E.
Vice President
MABIvg
Encl
3
0 60
SEOPW /C[! A u
uie;C:oi nnr�7 �t up
ITEM
Mobilization
Clearin &Grubbing
Sidewalk Removal
Limerock Base
3000PSI Ftn Drum Seat
3000PS1 Gravity Wail
Misc. Concrete
Curb & Gutter
Concrete Band
Concrete Band
pubSurf Conc Bandonlar-adAdiust Manhole
Overtown/N.W. 9th Street
COST ESTIh4ATE, 05/23/00
Folk Life Village Streetscape & Tower Plaza
QUANTfTY UNIT
UNIT COST
ITEM TOTAL
REMARK
1 LS
$15,000.00
$15,000.00
0.35 AC
$6.4 0
788 SY
70
$3703 60
,
59,936.00
4" thick
1.656 SY
5 CY
$6.00
$520.00
$2,600.00
31 CY
3520.00
$490.00
$16,120.00
$2,450.00
3,000 ps
5 CY
543 LF
S10.00
$5,430.00
T pe "F°
2,246 LF
S7.00
$15.722.00
6" x 12°
4,' 12°
509 LF
$7.00
$3,563.00
x
Drain Inlet
Pavers on Sand
Pavers on Epoxy Mortar
Drum 9
New Fence
Tree Grates
Tree Gravel
Clean & Seal Pavers
Pedestrian Lum.IPole
Street Trees
Palm Trees
Shn ihe/r,mund Cover
Control Plan
a Pavement
1 Art Piece
Oolite Stone Base
San Kofu SculPtur
100 LF $5.00 $500.00
2
EA
$1,500.00
$3,000.00
To
2
EA
$800.00
$2,500.00
$1,600.00
$7,500.00
To
Drain Inlet
3
13,382
EA
SF
$8.00
$107,050.00
4" 81vers pavers
3,974
SF
$11.00
$43.714.00
P
14
EA
$500.00
$10.50
$7,000.00
$315.00
TY"B..
30 -
35
LF
�
$600.00
$21,000.00
Metal
96
SF
S8.00
$768.00
Rock &Adhesive
17,356
SF
LS
$0.30
$3,000.00
$5,206.60
Match Lyric Plaza
14
42
EA
$21 000.00
6
EA
$800.00
$4,800.00
Royal Palms
519
SF
$6.50
$36
$40.00
St Augugal.
stine
720
519
SF
SY
$0.75
$4.13
$2,143.47
1
LS
$7,500.00
$7,500.00
1
LS
$3.000.00
$3.000.00
1,759.07 20%
1 LS $5,000.00 $5,000.00 Scul ture base (°
1 LS $30,000.00 �30,000.00 Incl. Artist Fees
Does (fit Include Utility Relocation Costs for FPL. These costs should be budgeted at approximately
providing new service connections to the individual property owners.
$200,000 for FPL plus casts for
0 60
U,dtiG:ot r►aal � � Nrr
I A7A •^ll
Metric,ENIneering, Inc.
13940 SO.136th Street, Suite 200
Miami, Florida 33186
(305)235-5098
NO. / ACTIVITY 4
Other Costs:
a) Survey 4 days 0Shrslday (� $9(1t1r =
PM 2 hrs @ $100.00/hT=
PLS 8 hrs @ $ 70.00►hr-
a
TECH.12 hrs @ $ 55.00/tu= _
j
b) Post Design Services
PM 18 Errs @ $100.001hr
PE 50 hrs @ 3 90.00/hr
ENGR.100 hrs @ S 70.00/hr-
c) Suboonsultant Services
Schematic Design
Design Development
Construction Documents
Bidding Assistance
CionstructlonAdministartion
.
v
Prepared By: Manuel Benitez. P.E.
='
Date: June 2, 2000
Z
Description: City of Miami
NW 9th Street Pedestrian mail
C.I.P Project No.: TBD
Technician
or
$2.880,00 1 Total Activity Salary Costs
200.00
560.00 Additional Services
660.00 (a) Survey
$4,300.00
(b) Post Design Services
$1.800.00
4500.00 (c) SubconsultantServices
7000.00
13.300.00
TOTAL (Lump Sum Amount)
$5,900.00
6900.00
11800.00
1475.00
4425.00
Cost I Averags
Hours For Hourly
Activity Rate
(X) Initial"Estimate
$42,420.00 [ J Revision No.1
[ ) Revlslon No. 2
li revised estimate, give reason
$4.300.00 for revisions:
$13,300.00
$29.500.00
$89,520.00
M.VCONTRACTXCIIy or rdWrnni 412C Wth St. Phast rllCo"" ProposS1.123
L
NW 9th Street Podostrlan Matl
Phase III --NW 2nd Ave to NW 3rd Ave.
Activity: A. Roadway Plans PacI Mgo
METRIC ENGINEERING INC.
HIGHWAY TASK UST
June 1, 2000
Subactivlty: Roadway Plans
"""---
- -
Basis
Number
Hours
Number
Total CADD
Hours
Remarks
of
Task Estimate
of
Units
per
Unit
of
Sheets
Hours
%
1. Key Map
Sheet
Sheet
1
1
4
12
1
1
4
12
Includes Qty Comp. &Cost Estimates
2. Typical Section &Notes
ee
Sheet
1
40
1
40
3. Summary of Quantities
Sheet
2
32
2
64
4. Plan & Profile
Sheet
3
16
3
48
5. Intersection Details
Sheet
1
16
1
16
.
6. Drainage Details
Pavement Marking Details
Sheet
2
8
2
16
48
7. Signing and
8. Miscellaneous Construction Details
Sheet
1
24
20
2
N/A
20
9. Coordination with Permitting Agencies
LS
1
40
NIA
40
10, Special Provisions for Bid Package
308
Subtotal
°
5 �0
1
N/A
N/A
15
10. Quality Control
5%
1
N/q
NIA
15
2 persons, 4 hrs ea per meeting
11. Supervision
EA
4
8
N/A
32
12. Progress Meetings
EA
2
8
N/A
16
13. Field Reviews
Totals
1
386
L
NW 9th Street Pedestrian Mail
PhasWII - NW 2nd Ave to NW 3rd Ave.
METRIC ENGINEERING INC.
HIGHWAY TASK LIST
Subactivity: Traffic Control Plans
Activity: A. Roadway Plans Packago
Number Hours Number Total
Basis Remarks
Task of of per of Hours Hours
Estimate Units Unit Sheets -------_- ==='/o
June 1, 2000
1.
TCP Design Analysis
uJ
3
8
3
24
2.
Typical Sections
TYP
Sheet
12
1
1
12
3.
General Notes/Const. Sequence
2
12
24
4.
Plan Sheets I
Sheet
,
5.
Pavement Marking/Signing Detail
6.
Temporary Signal
6
76
Subtotal
5% 1
N/A
N/A
4
7.
Quality Control
5% 1
NIA
N/A
4
8.
Supervision
Totals
6
84
n
L
V
M.
NW 9th Street Pedestrian Mall
Phas%ltl -- NW 2nd Ave to NW 3rd Ave.
METRIC ENGINEERING INC.
HIGHWAY TASK LIST
June 1, 2004
Subactivity: 7 - Utilities/Railroads
Activity: A. Roadway Plans Package
= ==Total
c
— `
Basis
Number `Hours
Number
CADD
Remarks
of
of
per
of
Hours Hours
Task
Estimate
Units
Unit
Sheets
% --------'----'
-----
EA
5
2
N/A
10
1.
Initial Contact
Sheet
2
6
2
16
2.
Utility Adjustment Sheets
EA
3
12
N/A
36
3.
Coordination with Utility Companies
Subtotal
1
N/A
2
N/A
62
1
6.
Quality Control
2%
5%
1
NIA
NIA
3
7.
Supervision
EA
2
q
WA
8
va
8.
Utility Meetings
Totals
=__----
---- ----
2
74
V
T_
June 1, 2,800
NW 9th StreetPedestrian ve to N3rd Ave.ail
W
Phas0411-- METRIC ENGINEERING INC.
HIGHWAY TASK LIST Subactivity: None
Activlty: D. Lighting Plans
__-____----- —----------
Basis
- = -Hours
Number
Number
Total CARD Remarks
Hours Hours
Task
of
Estimate
of s
Units
per
sheets
of
S=__
"/�------- --------
__-__
1
12
1
12 � em. wire size, volt. drop
Inc. sch ,
1. UghtingAnalysis
EA
Sheet
1
8
1
2
6
32
2. Service Point Details
Sheet
2
16
1
12
3. Lighting Plans
Sheet
1
12
5
64
4. Special Details
Subtotal
N/A
NIA
3
5%
1
q
3
5. Quality Control 5%n 1 NIA �-----------= ---�- ___=_
6. Supervision
�____--______-- Totals6 70
x
I
u's RFI's
etings,
sident
Mil
June 1, 2000
NW 9th Street Pedestrian Mall
PhaseJll - NW 2nd Ave to NW 3rd Ave.
METRIC ENGINEERING INC.
�
HIGHWAY TASK LIST.
Subactivlty: None
Activity: D. Lighting Plans
= ==Total
-
==-r-==--- -
Basis
�_
Number Hours Number
Hours
CADD Rarks
Hours Remarks
Talk
•
°f
Estimate
of per of
Units Unit Sheets
%
�.
=___---1 ----
2
�
EA
1 1
12
size, volt. drop
Inc. schem., wire si ,
1. Lighting Analysis
Sheet
1 a 1
s
32
2. Service Point Details
Sheet
2 16 2
3. Lighting Plans
Sheet
1 12 1
12
64
4. Special Details
Subtotal
5
NIA
3
5. Quality Control
5%
50/0
1 NIA
1 N/A NIA
3
B. Supervision
-
5
70
--- Totals ,
NW 9th Street Pedestrian Mail
Phase,ill -- NW 2nd Ave to NW 3rd Ave.
0
METRIC ENGINEERING INC.
HIGHWAY TASK LIST
June 1, 2000
Activity: F. Design/Right-of-Way Survoy
Subactivity: None
Party Days --___ CADD
Items 3-Man 4-Man P.M P.L.S. Tech comments
Office Support
0.5 x No.
2 x No.
3 x No.
Days
Days
Days
1. Bench Levels
0.5 0.25
1.00
1.50
2. Topography
2.0 1.00
4.00
6.00
15 0.75
3.00
4.50
3. Underground Utdit[eS
Totals 4.0 2.00 8.00 12.00
t
June 1, 2000
NW 9th Street Podestrian Mall
Phasa;ill -- NW 2nd Ave to NW 3rd Ave.
METRIC ENGINEERING INC.
HIGHWAY TASK LIST
I
Subactivlty: Nne
�=
Activity: G. Post Dettgn Services
_____________ --------------=---=a==
__------ ----- ------------____-_
----------- -
Number Total
_-
CARD
14`
Basis
Number Hours
of Hours
Hours Remarks
Task
of
Estimate
of per
Units Unit Sheets
%
Drawing Reviews & Product Appr
EA.
5 8 NIA 40
Includes Responding to Contractor's RFI's
Meetings,
1. Shop
and attending Construction
Wk.
16 8 NIA 128
Does Not Include Full -Time Resident
2. Post Design Services
Inspection.
Totals===---_-
-------- ------
168
z
Ln
r
•JJ
C-4
C.l