Loading...
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