Loading...
HomeMy WebLinkAboutSEOPW-CRA-R-01-0080E C] ITEM 10 RESOLUTION NO. SEOPW/CRA O 1 - 8 O A RESOLUTION OF THE BOARD OF DIRECTORS OF THE SOUTHEAST OVERTOWN/PARK WEST COMMUNITY REDEVELOPMENT AGENCY ("CRA") AUTHORIZING THE CRA TO ENGAGE METRIC ENGINEERING, INC., AN ENGINEERING FIRM ON THE CITY OF MIAMI'S APPROVED LIST OF PROFESSIONAL CONSULTANTS, TO PROVIDE ADDITIONAL SERVICES IN CONNECTION WITH THE NW 3RD AVENUE (D.A. DORSEY WAY) EXTENSION TO THE 9TH STREET PEDESTRIAN MALL, IN AN AMOUNT NOT TO EXCEED $105,000.00, AND ON THE SAME TERMS AND CONDITIONS AS THE EXISTING AGREEMENT BETWEEN THE CITY OF MIAMI AND METRIC ENGINEERING, INC., WITH DETAILED SCOPE OF SERVICES AND WORK PLAN AS PROVIDED IN EXHIBIT "A", AND FURTHER AUTHORIZING THE CRA EXECUTIVE DIRECTOR TO EXECUTE A CONTRACT IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR SAID PURPOSE AND TO ISSUE NOTICES TO PROCEED PURSUANT TO ANY SCOPE OF WORK RELATING TO THE NW 3RD AVENUE (D.A. DORSEY WAY) EXTENSION TO THE 9TH STREET PEDESTRIAN MALL. WHEREAS, the City of Miami approved and adopted the designation of NW 3rd Avenue (D.A. Dorsey Way) from NW 8th Street to approximately NW 14th Street as the Historic Overtown Priority Business Corridor (the "Corridor") pursuant to City Commission Resolution 98-592; and WHEREAS, the CPA was authorized to promote and support commercial development along the Corridor by constructing new infrastructure improvements and other amenities necessary for SE®PW/CRA 01- 80 the new and existing businesses in the Corridor pursuant to CRA Resolution SEOPW/CRA 98-14; and WHEREASE, the CRA was authorized to prepare and apply to the United States.Economic Development Administration for a $3 Million grant for the purpose of funding qualified commercial development activity in the Corridor pursuant to CRA Resolution SEOPW/CRA 98-15; and WHEREAS, the CRA desires to engage Metric Engineering, Inc., an engineering firm on the City of Miami's approved list of professional consultants, in an amount not to exceed $105,000.00 to provide additional services in connection with the Corridor as detailed on Exhibit A; and WHEREAS, the CRA desires to execute an agreement with Metric Engineering, Inc., for said purpose and to issue notices to proceed with any scope of work relating to the NW 3rd Avenue (D.A. Dorsey Way) extension to the 9th Street Pedestrian Mall. 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. SEOPW/CRA Page 2 of 4 0 1 - 8 Section 2. The Board of Directors of CPA hereby authorizes the CRA to engage Metric Engineering, an engineering firm on the City of Miami's approved list of professional consultants to provide additional services in connection with the NW 3rd Avenue (D.A. Dorsey Way) extension to the 9th Street Pedestrian Mall, in an amount not to exceed $105,000.00 and on the same terms and conditions as the existing agreement between the City of Miami and Metric Engineering, Inc., with the scope of services and work plan as detailed on Exhibit A. Section 3. The Board of Directors of CRA hereby authorizes the CRA's Executive Director to execute an agreement with Metric Engineering, Inc. for said purpose, in a form acceptable to the City Attorney, and to issue notices to proceed with any scope of work relating to the NW 3rd Avenue (D.A. Dorsey Way) extension to the 9th Street Pedestrian Mall. Section 4. This Resolution shall be effective upon its adoption. PASSED AND ADOPTED on this 25 day of June, 2001. E. TEELE, JR., C SE®PW/CRA Page 3 of 4 i� ATTEST: :� a4�%� C?lWA ER J. FOEMAN CITY CLERK APPROVED A,%##" $ORMAOTND CORRECTNESS: IEJ RO VILARELLO IT,r ATTORNEY Page 4 of 4 SEOPW/CRA 01- 80 61ETRIC ENGIN RING, INC. CONSULTING ENGINEERS - PLANNERS - SURVEYORS 13940 S.W. 136 STREET SUITE 200 MIAMI, FLORIDA 33186 PHONE: (305) 235-5098 FAX: (305) 251-5894 File: Contract April30, 2001 CITY OF MIAMI Community Redevelopment Agency 300 Biscayne Blvd. Way, Suite 430 Miami, Florida 33131 Attention: Mr. Dipak M. Parekh Executive Director Reference: PROPOSAL - "NW 3rd AVENUE IMPROVEMENTS" (From NW 9tl' St. to NW 11 to Street) City of Miami, Florida Dear Mr. Parekh: We thank you for the opportunity to participate in the design of the proposed streetscape improvements for the referenced project. Enclosed for your review and approval is a copy of the proposed Scope of Services and associated fees for this project. We would be happy to meet with you and discuss the terms of this proposal to ensure that it properly reflects the work effort expected. Should you have any questions, comments or require additional information, please let us know at your earliest convenience. Sincerely, METRIC ENGINEERING, INC. MANUEL BENITEZ, P.E. Vice President MB 1jm Copy: John King, P.E.( Civil-Cadd) Contract File SEOPW/CIA O i — OC 0 C • r� • CITY OF MIAMI Community Redevelopment Agency PROPOSAL for "NW 3rd AVENUE IMPROVEMENTS" (From NW 9t' St. to NW 11t' Street) City of Miami, Florida The City of Miami Community Redevelopment Agency (Client) is proposing the extension of the Ninth Street Mall decorative sidewalks and intersection improvements to NW 3`d Avenue. The proposed streetscape improvements will extend North and within the NW 3nd Avenue Right of Way from the intersection with NW 9ch Street to and including the intersection with NW 11th Street. Metric Engineering, Inc. (Engineer) will design the proposed improvements in accordance with the following Scope of Services: TASK 1: ROUTE SURVEY a) The Engineer will conduct a Route Survey within the project limits described above to include the following: , b) Location of all utility castings, limits of existing pavement, medians, curbs, sidewalks, trees and all other significant above ground features for the entire width and length of the affected right-of-way(s). Survey baseline/centerline will be established along the route with stationing proceeding south to north and west to east. c) The route survey will be conducted under the direction of; and certified by, a Professional Land Surveyor registered in the State of Florida. TASK 2: DATA COLLECTION & UTILITY COORDINATION a) The Engineer will submit a written request for utility information (record as -built) to the appropriate utility companies (i.e.: FPL, Bellsouth, MDWASD, etc.). In addition, the Engineer will coordinate with F.P. & L. assuming that overhead electrical lines will be relocated underground in order to facilitate the proposed streetscape improvements. b) The Engineer will review and analyze information received from the utility companies, combine with the final route survey and prepare engineering base maps for final design. SEOPW/C U, TASK 3: ANALYSIS 11D'DESIGN Is a) The Engineer will develop Schematic Design, Design Development and Construction Documents for the proposed Streetscape improvements. The design approach will follow the design concept approved for previous phases of the project, which includes sidewalk and intersection improvements utilizing concrete unit pavers in a "beaded motif", pavement milling and resurfacing, street lighting, traffic signage and pavement marking improvements. The design drawings will be prepared in accordance with the latest Engineering Standards for Design and Construction established by the City of Miami Department of Public Works. b) The Engineer will prepare Technical Specifications for the applicable project components following the format established by the City of Miami Department of Public Works. It is presumed that the Client will provide standard front end ("Boiler Plate") and technical. specifications to the Engineer in hard and electronic formats for reference. The Engineer will modify and supplement the standard specifications as needed to satisfy project specific needs. c) The Engineer will prepare an Engineer's Opinion of Probable Construction Costs for the applicable improvements. All drawings will be prepared using MicroStation® software and Engineer's drafting standards. All annotations and dimensions will be provided in English units. All written documents will be prepared in MS -Word format. TASK 4: REGULATORY PROCESS ASSISTANCE a) The Engineer will assist the Client in obtaining approvals from the regulatory agencies • having jurisdiction over the project, limited to providing the Client with the necessary sets of construction documents and applicable calculations required by the regulatory agencies and revise construction documents as needed to reflect agency review comments. This proposal presumes that the Client will be responsible for submittal of the construction documents and applicable permit fees to the regulatory agencies and obtaining the necessary permit/approvals. TASK 5: BIDDING SERVICES The Engineer will assist the Client during the bidding Phase of the project, limited to: a) Providing responses to Bidders' R.F.I.'s and clarifications of construction drawings. b) Prepare addenda related to the construction documents, if needed. TASK 6: CONSTRUCTION SERVICES The Engineer will provide assistance during the construction phase of the project as follows: a) Attend pre -construction meeting with Client and the selected Contractor. b) Review shop drawings and evaluate the acceptability of substitute ("or equal") materials submitted by the Contractor. • c) Respond to Requests for Information submitted by the Contractor during Construction and issue clarification of the construction documents, if needed. SEOPW/O 01-- 000 Task 7: COORDINATION MEETINGS r a The Engineer will attend coordination meetings requested b the Client, limited to a 9 9 q Y maximum of EIGHT (8) local meetings during all phases of the project. All meetings will be attended by the Engineer's designated Project Manager and Project Engineer. Attendance to additional meetings will be considered additional services. As detailed in the attached Engineering Fee Estimate. The Engineer will submit monthly invoices for services rendered and costs incurred in accordance with the terms and conditions stipulated in signed agreement between Client and Engineer. At the request of the Client, Engineer's services will be compensated based on Two Project Segments, described as follows: Segment One: Streetscape improvements extending North and within the NW 3'd Avenue Right of Way from the intersection with NW 9tt' Street and terminating approximately 150 feet south of the intersection with NW 110' Street. Segment Two: Streetscape improvements starting at the terminus of Segment One and extending North and within the NW 3'd Avenue Right of Way to and including the intersection with NW 11th Street. The following services will not be required by the Client, thus excluded from the above Scope of Services and associated fees: a) Attendance to City Commission and County Commission meetings. b) Improvements such as traffic studies and signalization improvements, water, sewer, drainage design. c) Research, coordination and preparation of Legal Descriptions for Utility Easements, if required for this project. d) Preparation of Pollution Remediation plans, Environmental/Contamination site assessments and environmental permitting, if applicable to this project. e) Construction Contract Administration and Construction Inspections. f) Engineering testing ( ie; Drainage Tests, Soils Borings, etc.) Services. The Engineer will be pleased to provide a proposal for the above services, if so requested by the Client and/or required by the regulatory agencies. -END- PROPOSAL i SEOPW/C'RA 4 0 i 8lr Ah r1 Mw COST r . .UPOSAL SUMMARY( SEGMENT ONE) Metric Engineering, Inc. CITY OF MIAMI COMMUNITY REDEVELOPMENT AGENCY. 13940 S.W. 136th Street, Suite 200 NW 3rd AVENUE IMPROVEMENTS Miami, Florida 33186 C.I.P Project No.: TBD (305)235-5098 Professional Cost Average NO. / ACTIVITY Project Manager Engineer En ineer Technician Hours For Hourly Activity Rate $100.00 $90.00 $70.00 $55.00 TASK 2; Data Collection/Utll. Coord. 2 8 40 16 66 $4,600.00 TASK 3: ANALYSIS AND DESIGN Schematic Design 8 12 20 10 50 $3,830.00 Design Development 18 40 56 40 154 $11,520.00 . Construction Documents 36 80 104 80 300 $22,480.00 TASK 4: Regulatory Process Assistance 4 4 12 8 28 $2,040.00 TASK 5: Bidding Phase Services 4 8 6 4 22 $1,760.00 TASK 6: Construction Services 8 8 26 8 50 $3,780.00 TASK 7: Coordination Meetings(SIX) 24 12 12 0 48 $4,320.00 TOTAL MANHOURS 104 172 276 166 718 TOTAL SALARY COSTS $10,400.00 $15,480.00 $19,320.00 $9,130.001 $54,330.00 $75.67 Other Costs: TOTAL CONTRACT FEE COMPUTATION (Check Appropriate Box) [XI Initial Estimate a) Subconsultant Services (WRT) Total Activity Salary Costs Task 1: Route Survey $54,330.00 [ ] Revision No. 1 Schematic Design $3,000.00 Subconsultant Services (WRT) $3,000.00 $15,000.00 [ ] Revision No. 2 If revised estimate, give reason Design Development 3000.00 for revisions: Construction Documents 6000.00 Total (Lump Sum Services) $72,330.00 Bidding Assistance 750.00 Construction Phase $2,250.00 Reimbursable Costs(printing, mileage, etc.) 0 5% of total $3,616.50 $15,000.00 b) TASK 1: ROUTE SURVEY(by Metric) $3,000.00 GRAND TOTAL $75,900.00 Revised by: Prepared By: Manuel Benitez, P.E. Date: 04/30/01 0 • a r1 r� mw COST PPMPOSAL SUMMARY( SEGMENT TWO) Iqw CITY OF MIAMI COMMUNITY REDEVELOPMENT AGENCY Metric Engineering, Inc. 13940 S.W. 136th Street, Suite 200 NW 3rd AVENUE IMPROVEMENTS Miami, Florida 33186 C.I.P Project No.: TBD (305)235-5098 Professional Cost Average NO. / ACTIVITY Project Manager Engineer Engineer Technician Hours For Hourly Activity Rate $100.00 $90.00 $70.00 1 $55.00 TASK 2; Data Collection/Util. Coord. 2 4 12 4 22 $1,620.00 TASK 3: ANALYSIS AND DESIGN Schematic Design 2 2 8 8 20 $1,380.00 Design Development 4 8 24 16 52 $3,680.00 Construction Documents 8 16 40 40 104 $7,240.00 TASK 4: Regulatory Process Assistance 4 4 12 8 28 $2,040.00 TASK 5: Bidding Phase Services 4 8 4 2 18 $1,510.00 TASK 6: Construction Services 4 8 16 10 38 $2,790.00 TASK 7: Coordination Meetln s(TWO) 8 4 4 0 16 $1,440.00 TOTAL MANHOURS 36 54 .1201 881 298 TOTAL SALARY COSTS $3,600.00 $4,860.00 $8,400.00 $4,840.00 $21,700.00 $72.82 TOTAL CONTRACT FEE COMPUTATION (Check Appropriate Box) Other Costs: [XI Initial Estimate Total Activity Salary Costs $21,700.00 [ ] Revision No. 1 a) Subconsultant Services (WRT) Task 1: Route Survey $1,000.00 [ ] Revision No. 2 Schematic Design $1,000.00 Subconsultant Services (WRT) $5,000.00 If revised estimate, give reason Design Development 1000.00 for revisions: Construction Documents 2000.00 Total (Lump Sum Services) $27,700.00 Bidding Assistance 250.00 Construction Phase $750.00 Reimbursable Costs(printing, mileage, etc.) 0 5% of total $1,385.00 $5,000.00 b) TASK 1: ROUTE SURVEY( by Metric) $1,000.00 GRAND TOTAL $29,100.00 Revised by: Prepared By: Manuel Benitez, P.E. Date: 04/30/01 • • CITY OF MIAMI, FLORIDA 16 ITEM 10 INTER -OFFICE MEMORANDUM SEOPW/CRA Chairman Teele and June 25, 2001 Members of the CRA Board DATE . FILE Request to enter into contract agreement with SUBJECT: Metric Engineer for 3`d Avenue extension to the Pedestrian Mall Dipak M. Parekh FROM: Executive Director" REFERENCES: Resolution & SEOPW/CRA R-00-60 ENCLOSURES: RECOMMENDATION It is recommended that the CRA Board of Directors enter into a contract agreement with Metric Engineering, Inc. which is on the City of Miami's approved list of professional consultants in an amount not to exceed $105,000.00, and further recommending that the Board authorize the Executive Director to execute said contract and to issue notices to proceed with any work relating the NW 3`d Avenue (Dorsey Way) Extension to the Pedestrian Mall. BACKGROUND On June 26, 2000 the CRA Board approved Resolution SEOPW/CRA R-00-60 to piggyback off .. the City of Miami's contract with Metric Engineering in an amount not to exceed $89,520.00 for services to be provided in correction with the 90' Street Pedestrian Mall. This resolution requested for approval on June 25, 2001 increases the contract amount by $105,000 for services to be provided by Metric Engineering in correction with Phase 2, 3, & 4 of the 3`d Avenue extension to the Pedestrian Mall. Funding Source: CDBG Account Number: 799126.456283.979 • SEOPW/CRA. S'