HomeMy WebLinkAboutSEOPW-CRA-R-01-0117SEOPW/CRA ITEM 2
SEOPW / CFA
RESOLUTION NO. 0 1 " 1 I-
A RESOLUTION OF THE BOARD OF DIRECTORS OF
THE SOUTHEAST OVERTOWN/PARK WEST COMMUNITY
REDEVELOPMENT AGENCY ("CRA") AMENDING CRA
R-01-78 TO AUTHORIZE THE EXECUTIVE DIRECTOR
TO EXECUTE AN AGREEMENT, IN A FORM
ACCEPTABLE TO THE GENERAL COUNSEL, TO EXPAND
THE SCOPE OF SERVICES OF H.J. ROSS, INC. TO
INCLUDE OWNER'S REPRESENTATIVE AND
CONSTRUCTION ADMINISTRATION SERVICES, AS
DESCRIBED IN ATTACHED "EXHIBIT A", FOR
MARGARET PACE PARK, PHASE 1B AND N.W. 9TH
STREET MALL PROJECTS AND ALL OTHER CPA
REDEVELOPMENT PROJECTS INVOLVING CRA
FINANCING IDENTIFIED BY THE EXECUTIVE
DIRECTOR, FOR AN AMOUNT NOT TO EXCEED
$100,000 AS PAYMENT FOR THE EXPANDED SCOPE
OF SERVICES, AND AUTHORIZING THE EXECUTIVE
DIRECTOR TO ISSUE THE WORK ORDERS
NECESSITATED BY THE EXPANDED SCOPE OF
SERVICES.
WHEREAS, the City of Miami approved and adopted the
designation of N.W. 3rd Avenue [D.A. Dorsey Way] from N.W. 8th
Street to approximately N.W. 14th Street as the Historic Overtown
Priority Business Corridor (the "Corridor") pursuant to City
Resolution No. 98-592 and the redevelopment plan of the CPA; and
WHEREAS, the CRA is authorized to promote and support
commercial development along the N.W. 3rd Avenue Corridor (a
M.
SEOPW/CRA
01- 117
priority project of the CRA redevelopment plan) by constructing
infrastructure improvements and other amenities necessary for
businesses in the Corridor pursuant to CRA Resolution No.
SEOPW/CRA 98-14; 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 approved by the
County and City governing bodies; and
WHEREAS, the CRA desires to amend the contract authorized
by the Board by CRA Resolution R-01-78 for H.J. Ross Associates,
Inc. to also provide Owner's Representative and Construction
Administration Services for the Margaret Pace Park and NW 9tn
Street Mall Extension Projects, and all other CRA redevelopment
projects involving financing of the CPA identified by the
Executive Director, and providing as payment for the expanded
services an amount not to exceed $100,00; and
WHEREAS, the CRA desires to execute said contract and to
issue notices to proceed.
SEOPW/M
Page 2 of 4 117
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS OF
THE OMNI 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 Board of
Directors
of
the CPA adopts
this Resolution
amending CPA
R-01-78
and
authorizes the
Executive Director to execute an agreement, in a form acceptable
to the General Counsel, to expand the scope of services of H.J.
Ross, Inc. to include owner's representative and construction
administration services, as described in attached "Exhibit A",
for Margaret Pace Park, Phase 1B and N.W. 9th Street Mall
Projects and all other CRA redevelopment projects involving CRA
financing identified by the Executive Director.
Section 3. An amount not to exceed $100,000 is
authorized as payment for the expanded services.
Section 4. The Executive Director is authorized to
issue the work orders necessitated by the expanded scope of
services.
SEOPW/CRA
Page 3 of 4
01- 1.17
Section 5.
adoption.
The Resolution shall be effective upon its
PASSED AND ADOPTED on this_24th day of September, 2001.
ATTEST:
WA R J. FOEMAN
CITY CLERK
APPROVED AS FO
XIV.X
VILARELLO
TORNEY
MOMWAMMWAMW
no
ARTHUR E. TEELE, JR., CHA
AND CORRECTNESS:
SEOPW/CRA
Page 4 of 4
CITY OF MIAMI, FLORIDA s
INTER -OFFICE MEMORANDUM ITEM 2
SEOPW/CRA
Chairman Teele and June 25, 2001
TO: Members of the CRA Board DATE: FILE:
Annette E. Lewis
FROM: Acting Executive r
RECOMMENDATION
SUBJECT: Resolution authorizing CRA to amend a
contract being prepared by the CRA/City
authorized by the CRA Board by Resolution
REFERENCES: R-01-78 for an Owner's Representative and
Constructing Administration for the Margaret
ENCLOSURES: Pace Park and 9`h Street Mall Projects
i
Resolution Attachment
Exhibit A Scope of Services for Projects
It is recommended that the CRA Board of Directors authorize the CRA's Executive Director to
amend the contract agreement that is being prepared in a form acceptable to the City Attorney
with H.J. Ross Associates, Inc., that was approved by the Board by Resolution R-01-78 dated
June 25, 2001. This amendment will authorize the H.J. Ross Associates to perform Owner's
Representative and Construction Administration Services, in addition to the Arena Square Project
approved in R-01-78, for the NW 91h Street Mall and Margaret Pace Park projects and other such
projects approved by the Board. Further, increasing the contract limit where total fees will not
exceed $300,000 and authorizing the Executive Director to execute said contract and to issue
notices to proceed.
BACKGROUND. -
On December 18, 2000, the CRA Board approved Resolution SEOPW/CRA R-00-136 which
authorized the Executive Director to provide the developer of the Arena Square Fagade Project up
to 1.17 MM to totally redesign the fagade, entrance ways, enhance lighting & security and the
build out a street level commercial space abutting P Avenue. On May 3, 2001 by memorandum,
the Chairman of the CRA requested the CRA Executive Director and City Attorney to appoint an
owners representative and construction administrator for this project, from the City of Miami Bid
list to oversee the project.
In response to the memorandum the CRA Board authorized the CRA to enter into a contract with
H.J. Ross Associates, Inc. for being an Owner's Representative and Construction Administrator
as provided for in Board resolution R-01-78, for the Arena Square project. The Executive
Director of the CRA has recommended in the attached resolution that H.J. Ross Associates, Inc.
by amending the authorized resolution R-01-78 contract being prepared, also provide the same
type services of the Arena Square for the Margaret Pace and 91h Street Mall projects, set forth in
Exhibit A attached to the subject resolution, and other construction projects involving any
financing by the CRA and being a redevelopment plan project approved by the Board.
Funding Source: Various
Account No.: Various
SEOPW/CRA
iI- I� d
OMM / CRA
01- ;S
N
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM ITEM 2
SEOPW/CRA
Chairman Teele and June 25, 2001
TO: Members of the CRA Board DATE: FILE:
Annette E. Lewis
QIJ
FROM: Acting Executive r
RECOMMENDATION
SUBJECT: Resolution authorizing CRA to amend a
contract being prepared by the CRA/City
authorized by the CRA Board by Resolution
REFERENCES: R-01-78 for an Owner's Representative and
Constructing Administration for the Margaret
ENCLOSURES: Pace Park and 9`h Street Mall Projects
Resolution Attachment
Exhibit A Scope of Services for Projects
It is recommended that the CRA Board of Directors authorize the CRA's Executive Director to
amend the contract agreement that is being prepared in a form acceptable to the City Attorney
with H.J. Ross Associates, Inc., that was approved by the Board by Resolution R-01-78 dated
June 25, 2001. This amendment will authorize the H.J. Ross Associates to perform Owner's
Representative and Construction Administration Services, in addition to the Arena Square Project
approved in R-01-78, for the NW 9`h Street Mall and Margaret Pace Park projects and other such
projects approved by the Board. Further, increasing the contract limit where total fees will not
exceed $300,000 and authorizing the Executive Director to execute said contract and to issue
notices to proceed.
BACKGROUND -
On December 18, 2000, the CRA Board approved Resolution SEOPW/CRA R-00-136 which
authorized the Executive Director to provide the developer of the Arena Square Fagade Project up
to 1.17 MM to totally redesign the fagade, entrance ways, enhance lighting & security and the
build out a street level commercial space abutting P Avenue. On May 3, 2001 by memorandum,
the Chairman of the CRA requested the CRA Executive Director and City Attorney to appoint an
owners representative and construction administrator for this project, from the City of Miami Bid
list to o4ersee the project.
In response to the memorandum the CRA Board authorized the CRA to enter into a contract with
H.J. Ross Associates, Inc. for being an Owner's Representative and Construction Administrator
as provided for in Board resolution R-01-78, for the Arena Square project. The Executive
Director of the CRA has recommended in the attached resolution that H.J. Ross Associates, Inc.
by amending the authorized resolution R-01-78 contract being prepared, also provide the same
type services of the Arena Square for the Margaret Pace and 9`h Street Mall projects, set forth in
Exhibit A attached to the subject resolution, and other construction projects involving any
financing by the CRA and being a redevelopment plan project approved by the Board.
Funding Source: Various
Account No.: Various
SEOPW/CRA
H. J. Ross Associates, Inc.
Engineers • Planners • Scientists
August 15, 2001
Ms. Annette Lewis
Acting Director
City of Miami
Community Redevelopment Agency
300 Biscayne Boulevard Way, Suite 430
Miami, FL 33131
800 Douglas Entrance
Annex Building, Suite 250
Coral Gables, FL 33134-3163
Telephone: (305) 567-1888
Facsimile: (305) 567-1771
RE: Margaret Pace Park, Phase 113
Owner's Representative Services and Construction Administration Fee Proposal
Dear Mr. King:
H. J. Ross Associates, Inc. (HJR) appreciates the opportunity to submit this proposal to perform Owner's
Representative and Construction Administration Services for Margaret Pace Park, Phase 1B.
We propose to perform the scope of work as detailed in Exhibit 'A' for a lump sum fee of $137,760 for a
period of 8 months. In the event the construction activities extend beyond 8 months, we propose a $17,220
monthly fee.
We trust you will find this proposal acceptable and look forward to working with you on this important
project. If you have any questions, please call me at your convenience.
Sincerely,
H. 7. ROSS ASSOCIATES, INC.
Cesar A. Calas, PE
Principal
Attachment
\\HJROSS002\G\Letters\Civil-CADD\Margaret Pace Park —Phase 1B.let.doc
www.hiross.com
SEOPW/CRA
01- 11'7
H. J. Ross AssociaK Inc.
Ms. Annette Lewis
August 15, 2001
Page 2
EXHIBIT "A'
SCOPE OF WORK
I. H. J. ROSS ASSOCIATES, INC. SCOPE OF WORK
HJR's scope of work includes Owner's Representative and Construction Administration for Margaret
Pace Park, Phase 16 as outlined below.
A. OWNER'S REPRESENTATIVE SERVICES FOR PARK IMPROVEMENTS
During the construction phase of the project, HJR will oversee that the material furnished and
the work performed by the Contractor are in accordance with the plans, specifications and other
contract documents. HJR will interface continually with the Architect/Engineer and the
Contractor to ensure that the project stays focused on project objectives and goals. Principal
activities during this phase are:
1. Construction Observations
a. Observe the progress and quality of the work to determine if the work is proceeding in
general conformance with the Contract Documents. Notify the Owner immediately if, in
our Resident Project Representative's (RPR) opinion, the work does not conform to the
Contract Documents or requires special inspections or testing.
b. Represent the Owner as a liaison with the Architect/Engineer and Contractor.
2. Cost Controls
a. Review applications for payment submitted by the Contractor including inventory of
materials delivered and make recommendations for payment. Monthly progress
payments to the Contractor will depend on acceptable progress according to the
approved and updated schedule.
3. Schedule
a. HJR will review the Contractor's initial CPM schedule and identify logic errors and
unreasonable activity durations. HJR will provide its written comments and will meet
with the Contractor and report its findings to the Owner.
b. HJR will meet with the Contractor each month to review any deviations from the
Contractor's planned schedules and to agree upon progress for purposes of payment.
HJR will ascertain reasons for the deviations and the Contractor's plan for recovering
any schedule slippage.
SEOPW/CRA
GALetters\Civil-CAMMargaret Pace Park —Phase Mlet.doc 0 1 — 117
A7
H. J. Ross Associ►ai'r"s, Inc.
Ms. Annette Lewis
August 15, 2001
Page 3
4. Change Orders
a. HJR will analyze the need for Change Orders and Supplemental Agreements and provide
a basis for decision. The analysis will include a description and rationale for the need or
change, expected results of incorporating the need, estimated (order of magnitude)
impact on the schedule and budget, and recommended a method of implementation.
HJR will provide the Owner with a recommendation on the merit of the change. The
status of all change requests will be tracked by the RPR until the change is resolved.
b. HJR will review and negotiate price proposals for Supplemental Agreements with the
Contractor and then prepare a recommendation for approval by the Owner. Written
"Notice to Proceed" will be issued to the Contractor after execution of the Supplement
Agreement.
S. Documentation and Reporting
a. Attend meetings as directed by the Owner and report to the Owner on the proceedings.
b. Observe tests required by the Contract Documents. Record and report to the Owner on
tests procedures and, where applicable, the results.
c. Maintain records in an orderly manner. Including correspondence, contract documents,
change orders, construction change authorizations, architect/engineer's supplemental
data, samples, supplementary drawings, request for payment, and names and addresses
of Contractor's and principal material suppliers.
d. Develop a monthly progress report in preparation for monthly Owner meetings.
B. POST -CONSTRUCTION PHASE SERVICES
The post -construction phase involves the verification that the work has been completed in
accordance with plans, specifications and authorized revisions prior to final acceptance.
1. Joint Project Inspection
a. Inspect the project at completion of construction with Architect/Engineer. Assist with
the preparation of a "punch list" of any deficiency or discrepancy in the work performed
that must be resolved before final acceptance of the project.
b. Prior to final acceptance and after the "punch list" items have been completed and
closed out based on visual observations of the works, submit a written report that the
work has been completed in accordance with plans, specifications and authorized
revisions.
SEOPW/CRA
\\H)ROSS002\G\Letters\Civil-CADD\Margaret Pace Park —Phase 1BJet.doc 7
H. J. Ross Associates, Inc.
Ms. Annette Lewis
August 15, 2001
Page 4
2. Contract Closeout and Construction Records
a. The final inspection and acceptance of work will document completion of punch lists,
and will close out the contract subject to the following action items:
• Notify contractor that the work is accepted upon satisfactory completion of all
exceptions found at final inspection.
Ensure that "record" drawings are produced as per Contract Documents.
• Establish contract closeout file.
• Recommend issuance of the Release and Final Payment.
Review Contractor submittals of Operations and Maintenance Manuals.
Prepare project closeout report.
Review all warranty documents.
II. LIMITATIONS ON SERVICES BY H. 7. ROSS ASSOCIATES, INC.
The services which are being provided herein are not intended to be and shall not be construed
as constituting inspections for the purpose of protecting workers and other persons employed on
the worksite or members of the general public who are injured as a result of work performed on
the work site.
Observation$ and reports made by HJR shall not be used by the Contractor, its subcontractors,
its engineers or any other person as constituting approval of the construction means and
methods, approval of work of the construction means and methods, approval of work
performed, or approval of hazardous job site conditions.
III. STAFFING PLAN & PROPOSED FEE
The following table "Personnel Staffing Hours" provides a summary of staff hours proposed for
Construction Management Services for this project. We have estimated a lump sum fee of
,$i37,760 for this assignment.
Personnel Staffing Hours
HOURS
PER
MONTH
4
172
10
MONTHS
g
8
8
RA TE
HOURLY14.r-
T$40
60
80
00
hi'Ji inn
CLASSIFICATION
Principal
Project Representative
Clerical Support
\\HJROSS002\G\Letters\Civil-CADD\Margaret Pace Park_Phase 1B.1et.d0c
JUMULdt LCIUVI Ua . `rI--
Out-of-Pocket Expenses @ 5%: $6,560
Total Costs: $137,760
SEOPWICRA
01- 117
H. J. Ross Associates, Inc. 800 Douglas Entrance
Annex Building, Suite 250
Engineers • Planners • Scientists Coral Gables, FL 33134-3163
Telephone: (305) 567-1888
Facsimile: (305) 567-1771
September 14, 2001
Ms. Annette Lewis
Acting Director
City of Miami
Community Redevelopment Agency
300 Biscayne Boulevard Way, Suite 430
Miami, FL 33131
RE: NW 91h Street Mall (from NW 2nd Avenue to 3`d Avenue)
Owner's Representative Services and Construction Administration Fee Proposal
Dear Mr. King:
H. J. Ross Associates, Inc. (HJR) appreciates the opportunity to submit this proposal to perform
Owner's Representative and Construction Administration for Services NW 9th Street Mall.
We propose to perform the scope of work as detailed in Exhibit 'A' for a lump sum fee of $103,320
for a period of 6 months. In the event the construction activities extend beyond 8 months, we
propose a $17,220 monthly fee.
We trust you will find this proposal acceptable and look forward to working with you on this
important project. If you have any questions, please call me at your convenience.
Sincerely,
H. J. ROSS ASSOCIATES, INC.
Cesar A. Calas, PE
Principal
Attachment
SEOPW/CkA
\\HJROSS002\G\Letters\Civwl-CADD\NW 9th Street Mall.let.doc
www.hiross.com
01- 117
H. J. Ross Associat, Inc.
Ms. Annette Lewis
September 14, 2001
Page 2
EXHIBIT `A'
SCOPE OF WORK
I. H. J. ROSS ASSOCIATES, INC. SCOPE OF WORK
HJR's scope of work includes Owner's Representative and Construction Administration for
NW 9th Street Mall from NW 2"d Avenue to 3rd Avenue as outlined below.
A. Owner's Representative Services for Park Improvements
During the construction phase of the project, HJR will oversee that the material
furnished and the work performed by the Contractor are in accordance with the plans,
specifications and other contract documents. H]R will interface continually with the
Architect/Engineer and the Contractor to ensure that the project stays focused on
project objectives and goals. Principal activities during this phase are:
1. Construction Observations
a. Observe the progress and quality of the work to determine if the work is
proceeding in general conformance with the Contract Documents. Notify the
Owner immediately if, in our Resident Project Representative's (RPR) opinion,
the work does not conform to the Contract Documents or requires special
inspections or testing.
b. Represent the Owner as a liaison with the Architect/Engineer and Contractor.
2. Cost Controls
a. Review applications for payment submitted by the Contractor including
inventory of materials delivered and make recommendations for payment.
Monthly progress payments to the Contractor will depend on acceptable
progress according to the approved and updated schedule.
3. Schedule
a. HJR will review the Contractor's initial CPM schedule and identify logic errors
and unreasonable activity durations. HJR will provide its written comments and
will meet with the Contractor and report its findings to the Owner.
b. HJR will meet with the Contractor each month to review any deviations from the
Contractor's planned schedules and to agree upon progress for purposes of
payment. HJR will ascertain reasons for the deviations and the Contractor's plan
for recovering any schedule slippage.
\\H]ROSS002\G\Letters\Civil-CADD\NW 9th Street Mall.let.doc
SEOPW / CRA
01- 117
H. J. Ross Associfts, Inc.
Ms. Annette Lewis
September 14, 2001
Page 3
4. Change Orders
a. HJR will analyze the need for Change Orders and Supplemental Agreements and
provide a basis for decision. The analysis will include a description and rationale
for the need or change, expected results of incorporating the need, estimated
(order of magnitude) impact on the schedule and budget, and recommended a
method of implementation. HJR will provide the Owner with a recommendation
on the merit of the change. The status of all change requests will be tracked by
the RPR until the change is resolved.
b. HJR will review and negotiate price proposals for Supplemental Agreements with
the Contractor and then prepare a recommendation for approval by the Owner.
Written "Notice to Proceed" will be issued to the Contractor after execution of
the Supplement Agreement.
5. Documentation and Reporting
a. Attend meetings as directed by the Owner and report to the Owner on the
proceedings.
b. Observe tests required by the Contract Documents. Record and report to the
Owner on tests procedures and, where applicable, the results.
c. Maintain records in an orderly manner. Including correspondence, contract
documents, change orders, construction change authorizations,
architect/engineer's supplemental data, samples, supplementary drawings,
request for payment, and names and addresses of Contractor's and principal
material suppliers.
d. Develop a monthly progress report in preparation for monthly Owner meetings.
B. Post -Construction Phase Services
The post -construction phase involves the verification that the work has been completed
in accordance with plans, specifications and authorized revisions prior to final
acceptance.
1. Joint Project Inspection
a. Inspect the project at completion of construction with Architect/Engineer. Assist
with the preparation of a "punch list" of any deficiency or discrepancy in the
work performed that must be resolved before final acceptance of the project.
b. Prior to final acceptance and after the "punch list" items have been completed
and closed out based on visual observations of the works, submit a written
report that the work has been completed in accordance with plans,
specifications and authorized revisions.
SEOPW/CRA
\\NJROSS002\G\Letters\Civil-CADD\NW 9th Street Mall.let.doc O 117
H. J. Ross AssociakV, Inc.
Ms. Annette Lewis
September 14, 2001
Page 4
II.
2. Contract Closeout and Construction Records
a. The final inspection and acceptance of work will document completion of punch
lists, and will close out the contract subject to the following action items:
• Notify contractor that the work is accepted upon satisfactory completion of
all exceptions found at final inspection.
• Ensure that "record" drawings are produced as per Contract Documents.
• Establish contract closeout file.
• Recommend issuance of the Release and Final Payment.
• Review Contractor submittals of Operations and Maintenance Manuals.
• Prepare project closeout report.
• Review all warranty documents.
LIMITATIONS ON SERVICES BY H. J. ROSS ASSOCIATES, INC.
The services which are being provided herein are not intended to be and shall not be
construed as constituting inspections for the purpose of protecting workers and other
persons employed on the worksite or members of the general public who are injured as
a result of work performed on the work site.
Observations and reports made by HJR shall not be used by the Contractor, its
subcontractors, its engineers or any other person as constituting approval of the
construction means and methods, approval of work of the construction means and
methods, approval of work performed, or approval of hazardous job site conditions.
STAFFING PLAN & PROPOSED FEE
Th6 following table provides a summary of staff hours proposed for Construction
Management Services for this project. We have estimated a lump sum fee of $103,320
for this assignment.
Personnel Staffing Hours
HOURS
BILLABLE
CLASSIFICATION
PER
MONTHS
HOURLY
COST
MONTH
RATE
Principal
4
6
130
$3,120
Project Representative
172
6
90
$92 880
Clerical Support
10
1 6
$40
1 $2,400
Subtotal Labor Costs: $98,400
Out -of -Pocket Expenses @ 5%: $4,920
Total Costs: $103,320
SEOPW/CRA
\\H)ROSS00Z\G\Letters\Civil-CADD\NW %h Street Mall.letxbc V 1 -- 117
City of Miami Community Redevelobment dggaU
To: H. J. Ross Associates, Inc.
800 Douglas Entrance
Annex Building, suite 250
Coral Gables, Fl 33134
From:
Date:
Purpose:
Work Order Number:
Annette Lewis, Acting Executive Director
August 23, 2001
Professional Service Agreement
504
WORK ORDER
s
s
The City of Miami Community Redevelopment Agency (CRA) proposes to rehabilitate approximately 1,700
linear feet of NW P Avenue from NW 9'h Street to NW 14t' Street in Miami, Florida. The intent of the
rehabilitation is to replace the existing sidewalks and crosswalks with decorative pavement, and the mill and
resurface the roadway. This is known as a "mall" concept, similar to the existing project underway along NW 91h
street, which will connect to this project.
The wok does not include any utility or drainage work other than adjustment to structure tops for the new surface
elevation. Also, the decorative pavement design will be done by a landscape architect and will be shown on the
roadway plans. IT is also anticipated that the curb & gutter will need to be replaced along the entire project due to
the new roadway and sidewalk profiles.
SCOPE OF WORK
2.1 Construction Drawings will include:
• Cover Sheet
• Overall Site Plan and Key Map
• Typical Sections
• Plan and Profile Drawings
• Back of Sidewalk Profiles
• Signing and Pavement Marking Plans
• Maintenance of Traffic Plans and Details
• Miscellaneous Details
SEOPW /CRA OIvM/CRA
2.2 A Project ManuaA` ~gill be prepared using the City's "boiler p' °k" documents. HJR will include
technical sped i ons related the scope of work specified hin in standard CSI format.
2.3 Meetings with the CRA as necessary.
2.4 Provide responses and applicable revisions to comments from the Building Department and permit
agency reviews.
2.5 HJR will assist the City in obtaining plans approvals and permits from agencies having jurisdiction
over the project. HJR will also provide calculations and applications required to obtain plans approval
-.and permits for the project.
2.6 Bidding Services; HJR will assist the owner in analyzing the bids and making recommendations
concerning bidders.
2.7 Construction Administration Services are limited to:
• Attend a pre -construction meeting.
• Plans interpretation and clarification
• Respond to contractor's Requests for Information (RFI).
• Review Shop Drawings.
• Perform weekly site visits (up to 24 each) during construction.
• Prepare record drawings based on surveyor's as -built plans.
Total Cost: $96,900.00
Estimated Cost(s): Not to exceed the above described fees, unless otherwise agreed upon by
the CRA.
Approvals:
Annette Lewis, Acting Director Executive
S-Zz --,O (
Date
O/CRA
SEOPW/CRA t} --
CONTRACTOR:
REQUESTOR:
DATE:
JOB LOCATION:
REFERENCE:
m
City of Miami Community Redevelopment Agency
OFFICIAL NOTICE TO PROCEED
H. J. Ross Associates, Inc.
Annette Lewis, City of Miami CRA
August 23, 2001
3rd Avenue Mall from NW9th street to NW 14t' Street
Proposal for Professional Engineering Services
H. J. Ross may begin the above referenced job. Attached please find a copy of the related
Work order.
0" - " � ?,
Executive Director
S-zz-C)
Date
OMW/CRA
SEOPW/CitAA U —
v 1 — -1 J-
r
H. J. Ross Associates, Inc.
Engineers • Planners • Scientists
July 31, 2001
Mr. Dipak Parekh
Director
City of Miami Community Redevelopment Agency
300 Biscayne Boulevard, Suite 430
Miami, Florida 33131
RE: 3`d Avenue Mall From NW gth Street to NW 14th Street
Engineering fee Proposal
Dear Mr. Parekh:
800 Douglas Entrance
Annex Building, Suite 250
Coral Gables, FL 33134-3163
Telephone: (305) 567-1888
Facsimile: (305) 567-1771
H. 1. Ross Associates, Inc. appreciates the opportunity to submit this proposal to provide
professional engineering services for the referenced project. We will provide the services
described on the attached Exhibit `A' for a lump sum fee of $96,900.
A breakdown of our proposed fee is shown in Exhibit `B'. We look forward to working with you on
this project. Please call me if you have any questions.
Sincerely,
H. J. ROSS ASSOCIATES, INC.
��I/w-
Charles K. Deebr PE
Principal
G: \Letters\Others\Parekh_ 7-31-01_CKD.let.doc
omw/c"
SMPW/C" —
;J -1
H. J. Ross Associates, Inc.
Mr. Dipak Parekh
July 31, 2001
Page 3
2.5 HJR will assist the City in obtaining plans approvals and permits from:.agencies having
jurisdiction over the project. We will also provide calculations and applications .required
to obtain plans approval and permits for the project. This includes one meeting with
the each of the permit agencies to establish the project and permit parameters. The
City will pay all permit fees.
Plans approval and permits are anticipated to be obtained from:
• Miami -Dade Department of Environmental Resource Management (DERM)
• City of Miami
2.6 Bidding Services: HJR will assist the owner in analyzing the bids and making
recommendations concerning bidders.
2.7 Construction Administration Services are limited to:
• Attend a preconstruction meeting.
• Plans interpretation and clarification.
• Respond to contractor's Requests for Information (RFI).
• Review Shop Drawings.
• Perform weekly site visits (up to 24 each) during construction.
• Prepare record drawings based on surveyor's as -built plans.
3.0 ITEMS NOT INCLUDED
3.1 Surveying.
3.2 Geotechnical Testing
3.3 Landscape Architecture
3.4 Lighting or signaliza-Lion improvements
3.5 Environmental Services
4.0 INFORMATION TO BE PROVIDED TO H. J. ROSS ASSOCIATES
4.1 Identify points of connection for electrical and telephone.
4.2 As -Built plans for any existing facilities.
4.2 Topographical survey of the entire site.
4.2 Geotechnical study with recommendations for the pavement design.
()Mm/CRA
G:\Letters\0thers\Parekh_7-31-01_CKWet.doc
M
H. J. Ross Associates, Inc.
Mr. Dipak Parekh
July 31, 2001
Page 4
5.0 ADDITIONAL SERVICES
Additional services not specifically described under Scope of Work will be performed after prior
approval and will be billed at the following hourly rates:
Project Manager
$105 per hour
Senior Engineer
$95 per hour
Engineer
$85 per hour
Technician
$60 per hour
Clerical
$40 per hour
6.0 SCHEDULE OF SERVICES
The work will commence upon receiving a signed agreement and the necessary information
requested. We will meet every reasonable schedule required.
7.0 LIMITS OF LIABILITY
The City of Miami, its successor, and/or assignees agree to limit the liability of H. J. Ross
Associates, Inc., its officers, directors, agents, employees, and subconsultants to the City of
Miami and to all construction contractors and subcontractors on the Project, due to any and all
breaches of contract and any and all negligent acts, errors or omissions, such that the total
aggregate liability of H. J. Ross Associates, Inc. shall not exceed the greater of $50,000.00, or
the total fee paid to H. J. Ross Associates, Inc. for services rendered on the project.
Should the City of Miami find the above terms unacceptable, an equitable surcharge to absorb
H. J. Ross Associates, Inc.'s increase in insurance premiums will be negotiated.
OMNI / CRA
SEOPW/CRA ; $
G: \Letters`Other;\Parekh_7-31-01_CKD.let.doc
�4--
M
H. J. Ross Associates, Inc.
Engineers • Planners • Scientists
Mr. Dipak Parekh
July 31, 2001
Page 5
EXHIBIT B
FEE ALLOCATION
Task
Fee
Construction Documents
$60,000 i
Permit Assistance
$4 000
Bidding$1
200
Construction Administration
$28 800
Expenses
$2,900
Total $96,900
SEOPW/CRA'
.' — j- .,- d
800 Douglas Entrance
Annex Building, Suite 250
Coral Gables, FL 33134-3163
Telephone: (305) 567-1888
Facsimile: (305) 567-1771
'` T/CRA
G:\Letters\Others\Parekh_7-31-01_CKD.let.doc
11.
M
H. J. Ross Associates, Inc.
Mr. Dipak Parekh
July 31, 2001
Page 2
EXHIBIT A {
SCOPE OF WORK
1.0 DESCRIPTION OF THE PROJECT
The City of Miami Community Development Agency (CRA) proposes to rehabilitate
approximately 1,700 linear feet of NW 3r' Avenue from NW 9th Street to NW 14th Street in
Miami, Florida. The intent of the rehabilitation is to replace the existing sidewalks and
crosswalks with decorative pavement, and to mill and resurface the roadway. This is known
as a 'mall" concept, similar to the existing project underway along NW 9th Street, which will
connect to this project.
The work does not include any utility or drainage work other than adjustment to structure tops
for the new surface elevation. Also, the decorative pavement design will be done by a
landscape architect and will be shown on the roadway plans. It is also anticipated that the
curb & gutter will need to be replaced along the entire project due to the new roadway and
sidewalk profiles.
2.0 SCOPE OF WORK TO BE PERFORMED BY H. J. ROSS
2.1 Construction drawings will include:
• Cover Sheet
• Overall Site Plan and Key Map
• Typical Sections
• Plan and Profile Drawings
• Back of Sidewalk Profiles
• Signing and Pavement Marking Plans
• Maintenance of Traffic Plans and Details
• Miscellaneous Details
2.2 A Project Manual will be prepared using the City's "boiler plate" documents. HJR will
include technical specifications related the scope of work specified herein in standard
CSI format.
2.3 Meetings with the CRA as necessary.
2.4 Provide responses and applicable revisions to comments from the Buildinq Department
and permit agency reviews. 9FOPW/G'ItA$ _
G:\Letters\Others\Parekh_7-31-01_CKD.let.doc U 1 .IL �,
NMI
SEOPW AND OMNI/CRA
CITY CLERK'S REPORT
MEETING DATE: June 25, 2001
ITEM D 9 b A RESOLUTION OF THE COMMUNITY
REDEVELOPMENT AGENCY (THE "CRA")
AUTHORIZING THE CRA TO PIGGY BACK OFF
THE CITY OF MIAMI'S CONTRACT WITH H.J.
ROSS, INC., AN ENGINEERING FIRM ON THE
CITY OF MIAMI'S APPROVED LIST OF
PROFESSIONAL CONSULTANTS, IN AN AMOUNT
NOT TO EXCEED $200,000.00, WITH DETAILED
SCOPE OF SERVICES AND WORK PLAN AS
SUBMITTED IN EXHIBIT "A" AND FURTHER
AUTHORIZING THE CRA EXECUTIVE DIRECTOR
TO EXECUTE SAID CONTRACT AND TO ISSUE
NOTICES TO PROCEED PURSUANT TO ANY
SCOPE OF WORK RELATING TO THE ARENA
SQUARE APARTMENTS.
ITEM D 9 a A RESOLUTION OF THE SOUTHEAST
OVERTOWN/PARK WEST COMMUNITY
REDEVELOPMENT AGENCY (THE "CRA")
AUTHORIZING THE EXECUTIVE DIRECTOR TO
CLOSE THE FANNIE MAE LOAN IN
ACCORDANCE WITH THE TERM SHEET
PROVIDED BY FANNIE MAE, UNDER THE TERMS
AND CONDITIONS ACCEPTABLE TO THE CITY
ATTORNEY.
Page No. 5
SEOPWA .RA R-01-78
MOVED:
WINTON
SECONDED:
REGALADO
NAYS:
SANCHEZ
ABSENT:
GORT
SEOPW/CRA R-01-79
MOVED: SANCHEZ
SECONDED: WINTON
ABSENT: GORT
OWU/CRA
rl
SEOPW/CR.A —
SEOPW/CRA ITEM 9b
RESOLUTION NO. SEOPW/CRA
A RESOLUTION OF THE BOARD OF DIRECTORS OF THE
COMMUNITY REDEVELOPMENT AGENCY ("CRA")
AUTHORIZING THE CRA TO PIGGY BACK OFF THE CITY
OF MIAMI'S (THE "CITY") CONTRACT WITH H.J. ROSS, INC;i
AN ENGINEERING FIRM ON THE CITY OF MIAMI'S
APPROVED LIST OF PROFESSIONAL CONSULANTS, IN AN
AMOUNT NOT TO EXCEED $200,000.00, WITH DETAILED
SCOPE OF SERVICES AND WORK PLAN AS SUBMITTED IN
EXHIBIT "A" AND FURTHER AUTHORIZING THE CRA
EXECUTIVE DIRECTOR TO EXECUTE SAID CONTRACT
AND TO ISSUE NOTICES TO PROCEED PURSUANT TO ANY
SCOPE OF WORK RELATING TO THE ARENA SQUARE
APARTMENTS.
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 City of Miami approved and adopted the designation of NW P
Avenue [D.A. Dorsey Way] from NW 8 Street to approximately NW 140' Street as the
Historic Overtown Priority Business Corridor (the "Corridor") pursuant to City resolution
98-592; and
WHEREAS, the CRA was authorized to promote and support commercial
developments along the NW 3`a Avenue Corridor by constructing new infrastructure
improvements and other amenities necessary for the new and existing businesses in the
Corridor pursuant to CRA resolution SEOPW/CRA 98-14; 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 piggy back off the City of Miami's contract with
H.J. Ross Associates, Inc., an engineering firm of the City of Miami's approved list of
professional consultants, in an amount not to exceed $200,000.00; and
WHEREAS, the CRA desires to provide a detailed scope of services and work
plan to be submitted and approved by the CRA Board at the next Board meeting; and
-NI/CRA
SEOPW/CM — b
EOPW/CRA ITEM 9b
WHEREAS, the CRA desires to execute said contract and to issue notices to
proceed with any scope of work relating to the Arena Square Apartments commercial
fagade program.
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 is fully set forth in this Section.
Section 2. The Board of Directors of the CRA hereby authorizes the CRA to
piggyback off the City of Miami's contract with H.J. Ross Associates, Inc., an
engineering firm of the City of Miami's approved list of professional consultants, in an
amount not to exceed $200,000.00.
Section 3. The Board of Directors of the CRA hereby authorizes the CRA
Executive Director to proceed with the scope of services and work plan as attached in
Exhibit "A".
Section 4. The Board of Directors of the CRA hereby authorizes the CRA's
Executive Director to execute said contract and to issue notices to proceed with any scope
of work relating to the Arena Square Apartment commercial fagade program
Section 5. This resolution shall be effective upon its adoption.
PASSED AND ADOPTED on this 25th day of June, 2001.
ATTEST:
Walter J. Foeman, City Clerk
APPROVED AS TO FORM
AND CORRECTNESS:
Alejandro Vilarello
City Attorney
Arthur E. Teele, Jr., Chairman
OMM/CRA
SEOPW/CRA