HomeMy WebLinkAboutexhibits'
Titg rrf 4ltxni
JORCE C. CANO, P.E.
Director June 23, 2003
Mr. Guido van Meek, P.E.
Marlin Engineering, Inc.
2191 NW 97 Avenue
Miami, Florida 33172
Re: WORK ORDER AUTHORIZATION
Liberty City Drainage Improvement Project, Phase I, B-5692-A
Dear Mr. Van Meek:
JOE ARRIOLA
City Manager
This work order is deemed to incorporate by reference the terms and conditions of
that certain Professional Services Agreement for General Engineering Services,
dated May 16, 2002 between the City for Miami and Marlin Engineering, Inc.
The undersigned will perform this work in compliance with the foregoing
Agreement.
Additionally, this Agreement has been authorized by City Commission Resolution
No. 02-144 and the terms of any enabling resolution are deemed as being
incorporated by reference herein. The undersigned will perform this work in
compliance with any enabling resolution.
i. Scope of Services
The scope of services are detailed in Attachment No.1, attached hereto and made
a part hereof.
II. Time of PerformancQ
The schedule for performance of the work is detailed in Attachment No. 2, attached
hereto and made a part hereof. The completion date schedule shall be adjusted to
reflect the date of the written notice to proceed date.
III. Comoens((ion
The work will be performed for a fee guaranteed not -to -exceed the sum of
$180,380.00. The City shall not be liable for any cost, fee, or expenditure above
the amounts set forth in this section. The above quoted fee includes an allowance
for reimbursable expenses that comply with the requirements of the Agreement.
Any eligible reimbursable expenses shall conform to the limitations of Florida
Statue 112.061.
DEPARTMENT OF CAPITAL IMPROVEMENTS
444 S.W. 2nd Avenue, 8th Floor / Miami, FL 33130 / 1305) 416-1280 / Fax: (305) 416-2153
Mailing Address: P.D. Box 330708 Miami, FL 33233-0708
June 23, 2003
WORK ORDER AUTHORIZATION
Liberty City Drainage Improvement Project, Phase I, B-5692-A
Page No. 2
IV. Sub -Consultants
Sub -consultants for performance of the work are:
For
�DlscIDlin�
Geo-technical, Testing and
Inspections Services
Name of Sub -Consultant Firm
Geosol, Inc.
Any changes to the Sub -Consultants used for this work shall require prior written
approval from the Director or the Project Manager, which approval shall not be un-
reasonably withheld.
V. Estimated Construction Cost
An estimated construction cost of $ 1,950,000 has been established for this
project.
VI. Attachments
1. Professional Services Agreement between Marlin Engineering, Inc. and
the City of Miami dated May 16, 2002
2. Attachment No.1, Scope of Services
3 i achment No.2, Schedule
oe Arr
ity Manager
Aiire;2,
Witness
JUL i i 20W
Date
APPROVED LEGAL FORM
AND CO :►, SS:
Date
Ilarello,
Attorney
JA/JCC/JBOIJLIJTbt
a
Accepted and approved by:
ek, P.E.
Marlin Engineering, Inc.
SS
INSURANCE REQUIR
0.0
T
77/..5%;
Date ifDiane Ericson, Oka'
Risk Manageme • mlnistrator
June 23, 2003
WORK ORDER AUTHORIZATION
Liberty City Drainage Improvement Project, Phase I, B-5692-A
Page No..3
63
Priscilla Thompson
City Clerk
ATTACHMENT No. 1
MARLIN ENGINEERING, INC.
SCOPE OF SERVICES
LIBERTY CITY DRAINAGE IMPROVEMENT PROJECT, PHASE I
B-5692-A
MARLI
ENGINEERING
May 2, 2003
MR. JOSE L. LAGO, P.E.
Civil Engineer
Department of Capital Improvement Program
444 S.W. 2" Avenue, 8th Fi.
Miami, Florida 33130 .
RE: Proposal for Engineering Services
Liberty City Drainage Improvement
Project (B-5692-A)
Dear Mr. Lago:
Enclosed, please find the latest submittal of the proposal for engineering services on the
subject, including the revisions as discussed in our telephone conversation of May 1,
2003.
As the result of the Hurricane Irene (October 15, 1999), and No -Name Storm (October 3,
2000), that hit the Miami -Dade Area in general and the City of Miami in particular, and
based upon MEI's countywide experience in the field of water management and design of
Federal Emergency Management Agency (FEMA) funded projects, MEI was called by
the City of Miami Department of Capital Improvements to prepare a proposal for
professional services, as part of the Professional Services Agreement between the City
and MEI entered in May 16, 2002.
In October 30 2002, Mr. Jorge Aviiio, P.E., Deputy Director Department of Public Works
for the City of Miami and Mr., Ramon Soria, P.E. and Guido van Meek, P.E. both
representing Marlin Engineering, Inc., met to discuss the Scope of work for FEMA
funded roadway and drainage projects within the City of Miami.
Once again in January 14, 2003, a second meeting was held between Mr. Jorge Avifo,
P.E. and Mr. Jose Lago, P.E. from the City of Miami, and Mr. Ramon Soria, P.E. and
Guido van Meek, P.E. representing MEI, in which our company was informed about the
formation of the Department of Capital Improvement, and the City requested us to
prepare a proposal for Drainage Design for some (37) sites within the Liberty City Area,
proposal that was presented in February 3, 2003.
In March 17, 2003, MEI was called again to restudy the Scope of Work and review about
(15) sites within the same Liberty City general area (See Attachment). This coordination
meeting was called by Mr. Jose Lago, P.E. of the City of Ham' and attended by Mr.
Bashir A. Wayne City of Nfiami/ FEMA and Guido van Meek, P.E. MEI.
Kl Ci of Miami
I i 1 r 1 11 r c 1 r 1. I' j. 11 T t. r r 1 c I
M.rruc.1...1 / ,l.r1r.,r,
II..11lc 1 rrelrrr c•e-..rit, 1`111.1,j( ( 1 fl. ve-ia 1 .r 11<•r 11 llr.l111/V.1y I14-zrrlr.
it ..r llrl 11 .I115.[1-1.1( Ir...) 1\%I.rr1.f<j(•rt,, ,,[ ICI rchi, irIli 1c.e 1r.,11
2191 NW 97 Avenue • Miami, Florida 33172 2313 1 Tel. (305) 477.7575 ' Fax (305) 477.7590
www.marlinenalnetrina.com
nor IIVY LLJ
By '444).
During this meeting, more particulars of the project were discuk's. '.
,
location(s), scope of services and time frame, the latter based upon previous
commitments between the City of Miami and FEMA, which set up a deadline of one year
for project completion (including construction), that began in January 2003. A Draft of
the new proposal was submitted March 26, 2003.
Then in April 1, 2003 another meeting with Mr.Lago and Mr. Wayne was held to review
the aforementioned draft proposal, which was revised and re -submitted April 3, 2003.
As of April 11, 2003 MEI was instructed to present the proposal following a particular
format, which is hereby submitted.
'Marlin Engineering, Inc. is please to respond once again to the City's Request for
Proposal to render professional engineering services based upon a revised scope of
work, consisting of the following:
1. SURVEYING SERVICES
• Provide Land Surveying services within the right-of-way, including,
topographic survey with cross sections at 100 feet intervals, trees, driveway
locations, and other utility and visual features that might impact the
engineering design work.
• Provide one (1) signed and sealed hard copy, and one (1) copy of the
electronic file.
2. GEOTECHNICAL EXPLORATION SERVICES
a. Borehole percolation testing will be performed at (10) locations. These
tests will be done to depths ranging from 10 to 15 feet below existing
grade.
b. The borehole percolation tests will be performed in accordance with the
South Florida . Water Management District method, Usual Open -Hole
"Constant Head".
c. Report will include, results of the borehole exfiltration tests (K= values),
letter summarizing results of the field tests, and three (3) reports signed
and sealed by the Professional Engineer. Including One (1) hard copy.
3. DATA GATHERING AND CIVIL ENGINEERING AND LAND
SURVEYING SERVICES
• MEI will provide professional engineering services in accordance with Section 6,
Scope of Work of the Professional Services Agreement between the City of
Miami and MEI. As follows:
2
A. Phase I. Programming and Schematic Design.
• B. Phase II Design Development
C. Phase III Construction Documents
D. Phase IV Bidding and Negotiation Phase (NOT APPLICABLE)
E. Phase V Administration of the Construction Contract
F. Phase VI Post Construction Administration (NOT APPLICABLE)
The approved Sub -Consultant as indicated in Paragraph 16 D of the Professional services
Agreement between Marlin Engineering, Inc. and the City of Miami is:
GEOSOL, INC.
Geotechnical Consulting
Engineering, Testing and Inspections
. NOT INCLUDED
• Plans processing for approvals and/or construction permits.
• Regulatory Agencies Plans Processing Fees.
• As -Built Plans. (Construction plans are the responsibility of the Contractor)
• Printing and reproduction costs, over and above the ones described under the
Scope of Work as described in the Professional Services Agreement.
In general, this proposal will provide sites drainage design and calculations, construction
documents preparation including construction specifications, bid packages, and all other
pertinent service in accordance with the Professional Services Agreement between MEI
and the City of Miami.
5. SUBMITTALS
The Engineer will submit two (2) copies of the plans together with a set of
Specifications, updated Design Schedule, and updated . Estimate of Probable
Construction Costs, to the City for theit review and comments, at 50%, 90% and
100% completion, as indicated on the project schedule dated April 16, 2003. (Refer to
Exhibit "D")
3
6. CONTRACT SUM
For the services performed under paragraphs 1,2 and 3, the City will pay the Engineer
on a lump sum basis the sum of One Hundred and Eighty Thousand Three Hundred
and Eighty Dollars ($180,380). (Refer to Exhibits "A" and "B" for breakdown per
firm).
Compensation shall be paid monthly in accordance with the Section 1.1 of the
• Professional Services Agreement between the City of Miami and Marlin Engineering,
Inc. dated May 16, 2003.
MEI will commence to work promptly and expects to complete the professional services
in One Hundred and Twenty (120) calendar days from the date of the notice to proceed.
MEI once again appreciates the opportunity to serve the City of Miami, and look forward
to assisting the City toward a successful project.
Respectfully yours
MARLIN ENGINEERIN
van Mee ' .E.
sistant Vic resident
4
PW 3192
PW 3177*
PW 3176*
PW 3174*
PW3172*
PW 3170*
PW 3168
PW 3167
PW 3166*
PW 3165*
PW3164*
PW 3163*
PW 3162*
PW 3159*
PW 3158*
NW 11 Avenue
NW 61 Street
NW 58 Street
NW 56 Street
NW 55 Terrace
NW 69 Terrace
NW 69 Street
NW 10 Avenue
NW 66 Street
NW 65 Street
NW 63 Street
NW 70 Street
NW 64 Street
NW 55 Street
NW 69 Street
ATTACHMENT
From NW 58 Street to NW 62 Street
From NW 14 Avenue to NW 16 Avenue
From NW 14 Avenue to NW 16 Avenue
From NW 14 Avenue to NW 16 Avenue
From NW 14 Avenue to NW 16 Avenue
From NW 14 Avenue to NW 16 Avenue
From NW 4 Avenue to NW 7 Avenue
From NW 52 Street to NW 67 Street
From NW 15 Avenue to NW 16 Avenue
From NW 15 Avenue•to NW 16 Avenue
From NW 15 Avenue to NW 16 Avenue
From NW 14 Avenue to NW 16 Avenue
From NW 15 Avenue to NW 16 Avenue
From NW 14 Avenue to NW 16 Avenue
From NW 14 Avenuc to NW 16 Avenue
* Denotes, that since NW 16 Avenue does not exist, the limit of work will end in front of
the 1600 residence number, as per City instructions.
EXHIBIT "A"
Breakdown of work effort by Marlin Engineering, Inc. based on estimated hours and
related services worked in categories applicable to this project, and included within the
Scope of Work.
Principal in Charge 8 Hours [a $ 142.50/Hr. $ 1,140.00
Principal Engineer 12 Hours ® $ 150.00/Hr. $ 1,800.00
Project Manager / P.E. 170 Hours @ $ 110.00/Hr. $ 18,700.00
Engineer 480 Hours ® $ 85.00/Hr. $ 40,800.00
Engineering Technician 430 Hours Q $ 57.00/Hr. $ 24,510.00
CADD Operator 500 Hours ® $ 58.00/Hr. $ 29,000.00
Administrative (Billings, etc.) 10 Hours @ $ 46.00/Hr. $ 460.00
Construction Inspector 40 Hours (a� . $ 49.00/Hr. $ 1.960.00
Sub -Total $118.370.00
Land Surveying Services (Marlin Engineering, Inc.) $ 56,000.00
Expenses (Printing and reproduction) $ 500.00
Marlin Engineering, Inc. (MEI) $174,870.00
SUB -CONSULTANT
GEOSOL, INC. (Geotechnical Services)
TOTAL AMOUNT THIS SERVICE ORDER
S 5.510.00
S180,380.00
EXHIBIT "B"
Breakdown of work effort by Sub -Consultant based on total Scope of Work and
Professional Services.
GEOSOL, INC. Geotechnical Consulting, Engineering, Testing, and Inspections.
Oracio Ricobono, P.E. Senior Geotechnical Engineer $5,510.00
cai /oi LrJtJJ ID; ay 4100d41:34CJZ
l7t�l�1A� �1Y1r
PAGE e2
•
Marlin 'Engineering, •1nc.
2I91 N.°W.;97.a Avenue • .
• 3Viiatni, FL•33172• • • • '
Aitentioa; Mr, Guido' Van ;deck, P.E. •
• • • '.Manager Mu nici ye-! Services Department
•
•
Dear 11 . Vaa•ML4k: .
• Geotaohnical .Consuttino..
Enginesiing,
Marcie 26,•2003 : . Tasting. and
inape+a
Re: Revised Proposal :for Borehole Percolation• Tests
Drainage Replacement Progra n
Liberty City Arca •
City of Miami, Florida '
••• Yn•accordan a with our telephone conversation of. this aiterncon.and your request, Oeosol, Inc. •
• • •(OEOSOL) .is.ple ed to submii•• this proposal pertaining to geatechnical services for' the above-
''referenced project. Initialed hers in is.an• estimide of the work effort and. our meted approach. •
• • , •based on oUr understanding tithe project. •
•
' ' • GEOSOL is pre-quaiifed'by tbit; City of Miami •in Category 5 (Soils, Foundapons, and Material
• • Testing Etgineering):. •.We have ,inclosed a copy of our certification for your review.: OEOSO rL is .
also.cert€fied,aa"a Miipority Business Enterprise (MBE) vendor with the City of Miatni, •
.:scQrg• Oz woRK _
•
As we understand itsubsurface: explorations consisting of borehole percolation :testing w.ill'be • .
:required'for the above -referenced project at fifteen (15) sites. The purpose of the testing is to
obtain information •about the i Subsurface drainage •characteriatica for design of drainage .
• • Improvemogts,'. Based' of out experience with numerous PEMA-DERM projects, we suggest that
•a total of: ten (10) borehole • percolation teats be :performed for the subject Sites, Given' our .
' . , knowledge of the sulisi rface conditions in the •project area, we anticipate that the. tests. will be •
▪ performed to depti s.ranging bet•waen 10 and 15 feet below existing grade. . .
• • We' understand that • undergt aiuid.'utility •clearance at •the sites will be requited end • with be
• . •pexfol ioed by GEOSOI.1 'We liaye not visited the project sites to evaluate equipment accessibility .
• to the test .locations or.. msintenaisnce of traffic (MOT) requircmnents. We anticipate. that the .teat
' locations are ;accessible' to 'a• true;zinounted drill rig and that some MOT efforts will be •required. • • •
. 6O2O' .W 183" Street: • Mini Lsko.. FL 33014
• • • Phone 305) 828-GEOS(4387) . Fax (305) 828 4235 '.
• • • 6•malt saosoluaaIeoi.cam
• Marlin Engineering,' Inc,.
City of Miami Drainage Replg cement Program
Liberty City Arta •
Borehole Percoladoia Testing • •
• . Geosol Proposal No.. P 03207AI '
2
We plan•to drill'the boreboles by mean, of as nine (9) inch diameter .
.• : ' , drilling the tri-cone hit and �wateF. Upo�a
8borehole, we will i erE a slQteed 6-inch diarta�r PVC pipe in the grind and will use •
• a pump• for purging the'well' prior the start of the test. , • , . •
,- The borehole percolation tests will bc'perfotMed its accordance with the South Florida Water
• . Management District .method, .Usual Open -Hole "Constant Head" testing using a six •(() inch
diaoaeter PVC.peqoratcd casin]:..The boreholes will be ba' kfilled with soil and the site restored • •
. " ••as close possible to• its.origimat ate. Soil and rock samples recovers 1 in the field will be placed.
• •in•'sealed co �' •
ntainers'for deliveri� ;to• our office to confirm the field classifications: •
REPORTLNG.
' • We will provide you with the following•
inforrnatioii:
• •Resents of the borehole exfiltration tests (K values).
• A letterieportst.rcimarizing results or the field teats. • . • • . • • •
•
• Three. (3) report!: 'Signed •aid sealed by a Professional..Engineer registered in the
State bf,Florida: •
fit rrirn
• Our work'can begin within•one (1).day upon your notice.to proc eed.'The utility cleatancepiocc
' fakes up to three (3) days to com
nIete. Given the scope described heroin, we canp complete the field
study for the sites within five (5)• working days. We will submit the . results of the borehole
percolation tests' within two (2) .,working•days following the field •demobilization. Assiiming that
we will be allowed to perform tine study as a fairly oondnuoua effort, we'suggest •assuming a ten. •
. (lO)-day.period. for our •work. '
.71
1.1.21 cv+ cons laanZd:1rs4Zaa
11t.U.MU . 111k.
PAUL b4
• Marlin E ii r Inc. • '
• City of Miami Drainage Retilareinent Program
.• Liberty • PerBorehole � Axes • •
colation testing
GeQsol Proyosig No, P-2Q3ZQ7r
• • • . • •.. COMPS sitino1
•
3
Based on our general,knowledre and an 'interpretation of your requirements, We are willing •tp
,complete the subsurface •eapldretion at the' site employing 10 borehole percolation tests •as •
requested inchiding•,utility clearance and report preparation for a total amount of -$5,510.00.
. ' GEOSOL appreciate: yours cozaideration of our gmto undertake this project. To formally
• ,authorize us, kindly indicate . sip • by signing and returning the attached Acceptance Sheet of
• Geotechiiical Services. Uf you have any questions, please do not hesitate to contact us.
•
acid Riccobono, 'P.E.
Samos Geotecbni Mtgipeer•
. , .. • PresideM
• OR/abir •
Attachtaents: . • -Fee Ptopoaal•
-City of Mardi Certification for Category 5 •
-City of Miami' Certification for Minority Business Enterppisc (MBE)
R UV 1b►4ne4 lb:4nbti'Ltl4'L.ia
r 1 •
r U2
•
• f •
•
GEOSOL, INC.
FEE•PROPOSAL FOR PERFORMANCE OF BOREHOLE PERCOLATION TESTING
DRAINAGE REPLACEMENT PROGRAM
••• LIBERTY CITY AREA
•CQl[..i
• ' • GIEOSOL PROPOSAL No: p.20320743
Ihemllinit •
. •1. ' ' Field Work
r
A. • • Mobilization/Dernobilizath n ,of Drill. Equip. ae.pJi . ' 1• $260.00 $250.00
B. •• ,Boring (Arid, thility'Ciearanoe tour. 20 $45.00 $900.0d
. "(Sen. Eng.Tech) •
C. . Percolation Teats . ' • • 10 ' $300.00 $3,000.00 •
110 Locations to 15 ft: Deap)• • •
. D, •. •TrBfic Control ' . . '• •
(Barricades, A rowBoerd, eta.) • cle121 3 • $150.00 ••S4.80.00
Subtotal (Field•Work) 77,8— •
ti IL. ; • Engineering (REPORT I'ItEPARATION)
A. . Sen. Pr+o)ea! Manager, F.E. .
:Sen. Project Engine$r; P.E.
. • • C, • Draft Person ' : .
•
••
•
' D.•: Secretarial IClertcal
•
Ur* # of units Unit Rat&($) ' •TOTAL (k)
130.4.1111 2 $90.00 $180.00
liskuni 8 $76.00 ... $600.00.
ban 2 • $35.00' $70.00 •
2 2 $30.00 • $60.00
Subtotal (Engineering) • $010.00
GRAND TOTAL • ILIUM
1 CERTIFY THAT THE ABOVE RATES ARE THOSE CHARGED TO CLIENTS
• IN THE PRIVATE AND F't1BLIC SECTOR.
• • RESPECTFULLY StJBML:TtED BY
9E+ • OL„IN
•i '03128/2003102:66 PM111p203207B.WK4
EXHIBIT "C"
Fee Schedule per Phase:
Land Surveying Services $56,000.00
Phase I Programming Schematic Design $ 6,045.00
Phase II Design Development $42,125.00
Phase III Construction Documents $50,000.00
Phase IV Bidding and Negotiations Phase $ N/A
Phase V Administration and Construction Contract $20,700.00
Phase VI Post -Construction Administration $ N/A
NOTE: Administration of Construction Contract Phase is based on a construction time
• period of 4 months.
ATTACHMENT No. 2
MARLIN ENGINEERING, INC.
SCHEDULE
LIBERTY CITY DRAINAGE IMPROVEMENT PROJECT, PHASE I
B-5692-A
LIBERTY CYTY DRAINAGE IMPROVEMENT PROJECT
ID 1 0 • Task Narrate
Duration Start Finish APf 1 LAND SURVEYING 40 days Mon 5/26103 Fri 7/18/03 SE11:1 Nov Dec • Jan Feb
3 . GEOTECHNICAL WORK (Percolation Tests) 10 days Mn 5/26/03 Fri 6003
4
5; 1. DESIGN DEVELOPMENT 13 days Mon 5/26133 Wed 6/11/03
6 a la_ ProPeaccl Project Schedule 1 day Mon snow Mon 5126103
7 i g lb. Online Spedficaiions 5 days Mon 5/26/03 Fri 5/30/03
a a lc. Estimate of Probable Construct_ Cost 2 days Mon 5126133 Tue 5/27/03
9 a Id. Design Developmere Drawings 5 days Mon 626/03 Fri 5/30/03
,0
i, 11 a 2. CONSTRUCTION DOCUMENTS 78 days Mon 5/26/03 Wed mama
12 :
I 2a- Drawings said Calculafions _ 6Q days Mon 612)03 Fri 812=3
13 la 2b. Technical Constr.Specilicalions 15 days Mon 623/03 Fri 7111/031
14 ! a 2c. Update Construction C.ost 3 days Mon 8/4/03 Wed 8/6103 1
15
i
16
! S 50% SUBMITTAL CITY REVIEW 15 days Wed 8/6/03 Tue 8/26103
17
t
18 2d. Revise Dravirrigs (5O% Continents) 30 days Wed 8127/03 Tue 10/7/03 I
19 a 2e. Revise Cont. Specs. 5 days Thu 9/11/03 Wed 9117/03
1
20 7 2f. Prepare Bid Farms 5 days Thu 9/18/03 Wed 9/2403
21 1 i
I
22 1 Rris sueurrrAL CITY REVlei*.j..• 9 days Wed 10/6'03 Mee 10120003
• --,::,.r .'.--...
23
24 t 21. Revise Construction Docuntee#(90% comments) 10 days Tue 10/21/03 Mon 11/3103
Ir:
25 I
i
26 1 100% FINAL SUBPATTAL TO CO 2 days Tue 11/4/03 Wed 11/5/03
i
27 ta
5 days? Thu 11/6/03 Wed 11/17J03 i
28 3. BIDDING AND NEGOTIATIONS 15 days Thu 11/13/03 Wed 12/3/03
29
30
4. ADMINISTRATION OF CONSTRUCTION CONTRACT 58 days Thu 12/4/03 Mon 7J23/04
Project CITY OF itAMI DRAINAGE
Dale: Fri 5/16/03
TaSpat
sk
Apnl : May June July August Septembe October November December January Fe1xuarv_
F.7.7.!7771
MMINI Summary Vil=f11,41, External Tasks i
Me:stone•PrcOrct Summary 1.11111. External memo, •
Page I