Loading...
HomeMy WebLinkAboutexhibits..a Qlfig of 4tmt JORGE C. CANO, P.E. Director June 23, 2003 Mr. Julio Menache, P.E. Metric Engineering, Inc. 13940 SW 136 Street, Suite 200 Miami, Florida 33186 Re: WORK ORDER AUTHORIZATION Liberty City Drainage Improvement Protect, Phase I1, B-5692-B Dear Mr. Menache: 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 13, 2002 between the City for Miami and Metric 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. Scooe of Services The scope of services are detailed in Attachment No.1, attached hereto and made a part hereof. II. Time of Performance The schedule for performance of the work is included in Attachment No.1. The completion date schedule shall be adjusted to reflect the date of the written notice to proceed date. III. Comoensation The work will be performed for a fee guaranteed not -to -exceed the sum of $193,072.00. 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 / (305) 416-1280 / Fax: (305) 416-2153 Mailing Address: P.O. Box 330708 Miami, FL 33233-0708 June 23, 2003 WORK ORDER AUTHORIZATION Liberty City Drainage Improvement Project, Phase II, B-5692-B Page No. 2 IV. Sub -Consultants Sub -consultants for performance of the work are: Discipline Name of Sub -Consultant Firm For Surveying Services M. G. Vera and Associates, Inc. For Geo-technical, Testing and Inspections Services-44716183c:-1-A741,11 t%•g a,y;.u:-,.y; 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 $ 2,200,000 has been established for this project. VI. Attachments 1. Professional Services Agreement between Metric Engineering, Inc. and the City of Miami dated May 13, 2002. 2�-A tachme • .1, Scope of Services utho oe Arriola ity Manager A4Ae /7/,‘", Witness JUL i 12003 Date JUL i 1 2003 Date APPROVE ' TO AL FORM AND CO ndro Vilarello, Attorney (JL BOatikta Acc : a _ _ = d a - proved by: Date 0105 Julio = che, P.E. Metri - gineering, Inc. iit6t; V15-Ic Witness U NCE REQUIREMENT PPrio-iyEo Diane Ericson, Risk Management Date Oita o7yaL dmin strator June 23, 2003 WORK ORDER AUTHORIZATION Liberty City Drainage Improvement Project, Phase II, B-5692-B Page No. 3 'sale Thom City Clerk ATTACHMENT No. 1 SCOPE OF SERVICES LIBERTY CITY DRAINAGE IMPROVEMENT PROJECT, PHASE 11 B-5692-B METRIC ENGINEERING, INC. -� CONSULTING ENGINEERS - PLANNERS - SURVEYORS 13940 S.W. 136 STREET SUITE 200 PHONE: (305) 235.5098 April 25, 2003 CITY of MIAMI Department of Capital Improvements 444 SW 2nd Avenue, 8th Floor Miami, FL 33130 MIAMI, FLORIDA 33186 FAX: (305) 251-5894 File: Proposal Revised : May 8, 2003 Attn: Mr. Jose Lego, P.E. Project Manager Re: PROPOSAL- Liberty City Drainage Improvement Project — Phase B Project No.: B - 58928 Dear Mr. Lago: We are pleased to submit for your consideration our firm's proposal for professional engineering services for the above referenced project. Enclosed you will find our participation in this project in more detail. We will commence with our assignment after your final review and acceptance of this proposal and upon receipt of a Notice to Proceed from your office. If you have any questions or require additional information, please contact me at your earliest convenience. Sincerely, METRE NEERI , INC. JULIO M. E CHE Project Mana; r JM/jm Copy: Benny Gonzalez, P.E. Manuel Sauleda, P.E. File APPROVED CITY OF MIAMI By Department of Capital improvements Date 5Iq19.._._,, Liberty City Drainage Improvement Project — Phase B Protect No.: B - 5692B SCOPF,QF SERVICES PROJECT DESCRIPTION The project consists of the preparation of construction documents for drainage improvements at several roadway segments within the City of Miami. The City of Miami Department of Capital Improvements (City) has identified a total of fifteen (15) separate sites for this project where depicted in attached Exhibit D and summarized as follows: Site`# Site 1 Site 2 Site 3 Site 4 • Site 5 Site 6 Site 7 Site 8 Site 9 Site 10 Site 11 Site 12 Site 13 Site 14 Site 15 FEMA PW#: 3156 3154 3152 3151 3150 3149 3147 3146 3144 3143 3142 3140 3139 3138 3137 odd Name NW 62nd TERRACE NE 1`t PLACE NW 68th STREET NE 1st AVENUE NW i et PLACE NW MIAMI PLACE NW 21'd AVENUE NW 5th COURT NW 67th STREET NW 60th STREET NW 59th STREET NW 8th AVENUE NW 11th AVENUE NW 8th AVENUE NW 58'h TERRACE.. NW 15th AVE. TO NW 16m AVE. NE 62nd ST. TO NE 64th ST. NW 14th AVE. TO NW 16th AVE. NE 62nd ST TONE 64th ST. NW 60th ST. TO NW 64 ST. NW 62nd ST TO NW 67th ST. NW 60th ST TO NW 64th ST NW 58th ST. TO NW 7181 ST. NW 14th AVE TO NW 16'" AVE NW 14th AVE TO NW 16th AVE NW 14th AVE TO NW 16th AVE NW 58th ST TO NW 62nd ST NW 62nd ST TO NW 67th ST NW 62nd ST TO NW 67th ST NW 14th AVE TO NW 16th AVE N:IPROPOSAL1Ciry of Miwn Pu61ks works rFE61AVinelinalproPo+I 5 06 03 { D.DOC 2 TASK A: SURVEY a. Metric Engineering, Inc. (Metric) will retain the services of Manuel G. Vera & Associates (Surveyor) to perform a topographic survey within the Right of Way of each road segment identified above. b. The Surveyor will locate all utility castings, existing driveways (identify if asphalt, concrete, etc.), mailboxes, trees (provide trunk diameter), medians, curbs, signs and all other significant above ground features for the entire width and length of the affected road right of way. c. The Surveyor will provide rim/grate, invert elevations, pipe diameters and pipe direction at all drainage structures and sanitary sewer manholes. Provide cross -sectional spot elevations @ 100' intervals and at high and low points within the affected roadway, including sidewalk (front and back), swale (top and bottom), edge of pavement and centerline/baseline. All existing elevations shall be based on CITY OF MIAMI DATUM. d. The Surveyor will prepare plan view of survey to contain ALL survey information gathered in the field and baseline of survey stationing proceeding from South to North and West to East, as applicable for each site. e. Survey will be prepared by the SURVEYOR in AutoCAD format using size "D" (24" x 36") sheets. f. The Surveyor will provide two (2) signed and sealed hardcopies and two (2) electronic copies to Metric. Metric will provide One (1) hardcopy and one (1) electronic copy to the City. TASK B: DRAINAGE TESTING a. Metric will retain the services of H.R. Engineering, Inc.(Geotechnical Engineer) to perform percolation tests where depicted in attached Drainage Test Location Map.(Exhibit E). b. Percolation Test Procedures shall be in accordance with the South Florida Water Management District Usual Open Hole Test (Constant Head) procedures. Tests shall be fifteen (15) feet deep as measured from existing grade. c. Actual field location of tests shall be offset to clear existing obstructions or utilities, if any. Utility clearance will be obtained by the Geotechnical Engineer prior to performance of the tests. d. The Geotechnical Engineer will prepare a Percolation Test Report to include field test results and calculated soil hydraulic conductivity (K-Value) for each test. e. The Testing Lab performing the tests will fill all holes, cuts, or other excavations made during the tests to avoid the possibility of accidents or damage to any pedestrian or vehicular traffic. f. Two (2) signed and sealed sets of the test report shall be submitted by the Geotechnical Engineer to Metric. Metric will submit One (1) signed and sealed copy of the test report to the City. No1PROPOSALCky of Mlon'Pablk Wo,►J MAVh omnalp,apo,al S OS 03 (1).000 3 TASK C: DESIGN, BIDDING & CONSTRUCTION , Phase I: Preliminary Design a. Metric will obtain a Design Ticket from Sunshine State One Call of Florida, Inc. and request as built information from utility companies listed as having potential utilities within the project area. In addition, Metric will request and obtain pertinent underground records from the City's department of Public Works; if available. b. Based on the topographic survey and drainage test results, prepare Drainage Area Map(s) delineating contributing drainage areas and preliminary drainage calculations for each of the 15 sites. Drainage calculations will be prepared using the methodology established by Miami Dade County DERM for a 5-year storm event. c. Prepare Preliminary Opinion of Probable Construction Costs and updated Design Schedule. d. Submit two (2) copies of the Phase I package to the City for review and approval. Phase II: Design Development Upon receipt of Phase I review comments from the City, Metric will prepare Design Development documents as follows: a. Drawings containing all topographic data identified in the survey, all utility information provided by the utility companies, existing drainage facilities identified in the survey, drainage as-builts provided by the City and Preliminary horizontal alignment for the proposed drainage improvements (PLAN VIEW ONLY) and supporting drainage calculations. b. Prepare Outline Specifications for the proposed improvements and update Opinion of Probable Construction Costs and Design Schedule. c. Submit two (2) copies of the Phase II Design package to the City for review and approval.. Phase 111: Construction Documents Upon receipt of Phase II review comments from the City, Metric will prepare Final construction documents as follows: 90% Submittal a. Prepare complete construction documents incorporating City's Phase II review comments, to include Plan & Profile showing all proposed drainage improvements and utility crossings, The proposed design will address disconnection/replacement of existing drainage facilities, utility crossings and pavement restoration within the affected roadway segments, pertinent details for exfiltration trenches, drainage structures, pavement restoration, supporting drainage calculations report, Updated Opinion of Probable Construction Costs and updated Design Schedule. b. Edit Master Front -End, Bid Forms and sample Technical Specifications provided by the City and prepare supplemental specifications (special provisions) as?needed to reflect specific conditions of the project. c. Submit two (2) copies of the Phase III-90% package to the City for review and approval. IPSOPOSAL'Ciry of 1MtaronPubkc WaeisTEMIARnoPfhu1propuad 5 05 03 (1).POC 4 100% Submittal a. Prepare Final construction drawings, specifications and drainage calculations reflecting 90% review comments received from the City to include Final Opinion of Probable Construction Costs for the proposed drainage improvements, updated Design Schedule and Final Project Manual ready for bidding purposes. Metric will submit the Phase III — 100% package to the City containing the following: 1. One (1) master set of reproducible drawings and specifications. 2. Two (2) signed and sealed sets of final drawings and drainage calculations. 3. One (1) electronic copy of the final drawings in AutoCAD format. 4. Two (2) copies of the final Project Manual, Opinion of Probable Costs and updated Design Schedule. Phase V: Administration of the Construction Contract Metric will provide assistance during the construction phase of the project as follows based on a 4-month construction period: a. Attend pre -construction meeting with the City and selected contractor. b. Respond to Requests for Information submitted by the Contractor and issue clarification of the construction documents, if needed. c. Review shop drawings of the proposed drainage system and submit copies of approved shop drawings to the City. d. Perform periodic construction observations (based on 17 weeks CO 8 hrs per week=136 hours max.) coordinated with the Contractor's schedule to observe the general status and progress of the work. Write and distribute construction observation report after each site visit. e. Perform a Substantial Completion observation and prepare; in conjunction with the City's Project Manager, a Punch List of any discrepancies. f. Perform a Final Construction Observation to ensure satisfactory completion of all items in the Punch List. pES1GN SCHEDULE The work will be performed based on the attached Project Design Schedule. (Exhibit 'C"). N:IPROPUSALcCNy of MI+m Publk Work+1FBMMisaNialpropI 5 05 03 (I).DOC 5 COMPENSATION Compensation shall be based on a Fixed Fee Basis. The total fixed fee for this project including sub -consultant services is $193,072.00. (One hundred and ninety three thousand and seventy two dollars). A breakdown of the work effort required to perform the tasks contained in this proposal is included in attached Exhibits A and B. Metric will submit monthly invoices for services rendered and costs incurred in accordance with the invoicing procedures contained in current agreement between the City of Miami and Metric Engineering, Inc. ASSUMPTIONS. EXCLUSIONS AND LJMITATION5 Liberty City Drainage Improvement Project — Phase B Project No.: B - 5592E a. The stormwater improvements will be designed for exfiltration trench systems within the limits of each site as summarized in page 2 of this proposal. The design of offsite drainage improvements, drainage wells, pump stations, drainage outfalis is not included in this proposal. b. Roadway design, roadway reconstruction and Preparation of Maintenance of Traffic Plans are not included in this proposal. c. Permitting Phase Services are not included in this proposal. d. The engineering fees for this project have been prepared assuming one single project containing 15 separate sites. e. Attendance to Public Hearings, City Commission meetings is not included in this proposal. f. Construction Observations by Metric are limited to observing the work and materials that are to become part of a completed project In conformance with the approved construction documents. Safety Engineering and construction management Is to be performed by others and is not part of the Scope of Services. Metric will not be held responsible for Contractor's construction means, methods, techniques, sequences or procedures, or for safety precautions and safety programs connected with the work. END - N:rPROPOSAL'City of MWMPu61k WorioWEMAV6tAVlulp opou ! 05 03 t».00C 6 PROPOSAL Liberty City Drainage Improvement Project — Phase Project No.: B - 5692B "Exhibit A" Breakdown of work effort by Metric Engineering, Inc. based on the estimated hours worked by individuals in the following categories to accomplish the tasks included in the Scope of Services: Staff/Category 1. Principal Engineer 2. Project Manager 3. 4. Professional Engineer Engineer 5. CADD Technician 6. Clerical 7. 8. Hours 50 118 237 643 455 29 Hourly Rate $135.00 $120.00 r $100.00 $85.00 $60.00 $40.00 Total $ 6,750.00 $14,160.00 $23,700.00 Sub -Total Estimated Reimbursable Expenses (See Exhibit B) Total Amount (Metric Engineering, Inc.) $54,655.00 $27,300.00 $ 1,160.00 $127,725.00 $ 400.00 $128,125.00 Consulting Fees by Sub -Consultants based on total Scope of Work and Professional Services. Sub -Consultant Name 1. M.G. VERA & Associates Discipline SURVEYING 2. H.R. Engineering, Inc. GEOTECHNICAL Total Amount (Sub -consultants) Total $56,060.00 $8,887.00 $64,947.00 GRAND TOTAL AMOUNT THIS SERVICE ORDER I $193,072.00 t PROPOSAL Liberty City Drainage Improvement Project — Phase Project No.: B - 5692B "Exhibit B" Fee Schedule per Task/Phase included in the Scope of Services Phase Total Amount TASK A: SURVEY ( M.G. Vera & Associates, Inc. $ 56,060.00 $8,887.00 TASK B: DRAINAGE TESTING (H.R. Engineering, Inc.) PHASE I: PRELIMINARY DESIGN $19,955.00 PHASE II: DESIGN DEVELOPMENT $32,225.00 PHASE III: CONSTRUCTION DOCUMENTS $48,715.00 PHASE V: CONSTRUCTION ADMINISTRATION $26,830.00 TOTAL AMOUNT $192,672.00 Estimated Reimbursable Expenses a. Purchase of Water and Sewer As -Built from MDWASD. (Estimated number of sheets: 80 sheets @ $5.00 per sheet) $400.00 GRAND TOTAL AMOUNT $193,072.00 2 PROPOSAL Liberty City Drainage Improvement Project — Phase Project No.: B - 5692B "Exhibit C" Proiect Design Schedule(*Z ID # Task Name and/or Activity Description Duration (WEEKS) Start Date Finish Date 01 TASK A: SURVEY. 8 5/12/03 7/04/03 02 TASK B: DRAINAGE TESTING. 4 5/12/03 6/06/03 r 03 PHASE 01: SCHEMATIC DESIGN. 10 5/12/03 7/18/03 04 CITY SCHEMATIC REVIEW. 1 7/21/03 7/25/03 05 PHASE 02: DESIGN DEVELOPMENT. 4 7/28/03 8/22/03 06 CITY'S DESIGN DEVELOPMENT REVIEW. 1 8/25/03 8/29/03 07 PHASE 03: 90% CONSTRUCTION DOCUMENTS. 4 9/01/03 9/26/03 08 CITY'S 90% CONSTRUCTION DOCUMENT REVIEW. 3 9/29/03 10/10/03 09 SUBMIT 100% CONSTRUCTION DOCUMENTS. 2 10/13/03 10/24/03 (9 The above schedule assumes that a written Notice to Proceed will be received from the City by May 9, 2003 and review period by the City for each submittal will not exceed the duration allocated in this schedule. 3 M.G.Vera May 5, 2003 RECEIVED MAY 0 7 2003 METRIC ENGINEERING " Metric Engineering 13940 SW 136th Street Suite* 200 Miami, Florida 33186 icigre ae : City of Miami Drainage Projects Dear Mr. Julio Menache, Scope of Services Engineers • Surveyors • Mappet Thank you for giving our firm the opportunity to assist you on this project. As per your request the following Is the Scope of Services and Estimate we propose to provide in relation to the above referenced projects. As per Scope of Services provided by Metric Engineering attached hereto. item # 1: Description: Project Estimate: FEMA PW # 3156 NW 62 Terrace (NW 15 Ave. to NW 16 Ave.) $1,384.00 Item # 2: Description: FEMA PW # 3154 NE 1 Place (NE 62 St. to NE 84 St.) Item # 3: Description: FEMA PW # 3152 NW 68 Street (NW 14 Ave. to NW 18 Ave.) Item # 4: Description: FEMA PW # 3151 NE 1 Avenue (NE 62 St. to NE 64 St.) Item # 5: Description: FEMA PW # 3150 NW 1 Place (NW 60 St. to NW 64 St.) Item # 6: Description: FEMA PW # 3149 NW Miami Place (NW 62 St. to NW 87 St.) Item # 7: Description: FEMA PW # 3147 NW 2 Avenue (NW 80 St. to NW 64 St.) Item# 8: Description: FEMA PW # 3146 NW 5 Court (NW 58 St. to NW 71 St.) $2,182.40 $3,273.80 $2,182.40 $3,819.20 $3,819.20 63,819.20 $10,912.00 r M.G .Vera Item # 9: Description: FEMA PW # 3144 NW 67 Street (NW 14 Ave. to NW 18 Ave.) Item # 10: Description: FEMA PW # 3143 NW 60 Street (NW 14 Ave. to NW 16 Ave.) Item # 11: Description: FEMA PW # 3142 NW 59 Street (NW 14 Ave. to NW 16 Ave.) Item # 12: Description:' FEMA PW # 3140 NW 8 Avenue (NW 58 St. to NW 62 St.) Item # 13: Description: FEMA PW # 3139 NW 11 Avenue (NW 62 St. to NW 67 St.) Item # 14: Description: FEMA PW # 3138 NW 8 Avenue (NW 62 St. to NW 67 St.) Item # 15: Description: FEMA PW # 3137 NW 58 Terrace (NW 14 Ave. to NW 16 Ave.) Engineers • Surveyors • Mapper $3,273.60 $3,273.60 $3,273.60 $3,546.40 $3,955.60 $4,092.00 $3,273.60 Total Proiect Cost: $58,060.40 If this agreement is satisfactory to you, please signify your acceptance by signing in tl.e space provided below and retum a signed copy to our office. Sincerely, Approved: Date: Man - , era ., PSM. MANUEL G. VERA & ASSOCIATES • 13960 S.W. 47th Street • Miami, FL 33175 / P.O. Box 650578 • Miami, FL 33265 Phone (305) 221-6210 • Fax (305) 221-1295 • Email wwwmgvera.com CITY OF MIAMI Department of Capital Improvements Liberty City Drainage improvement Project — Phase B Protect No.: B - 56928 SCOPE OF SERVtQES TASK A: SURVEY a. Metric Engineering, Inc. (Metric) will retain the services of Manuel G. Vera & Associates (Surveyor) to perform a topographic survey within the Right of Way of each road segment identified above. b. The Surveyor will locate all utility castings, existing driveways (identify if asphalt, concrete, etc.), mailboxes, trees (provide trunk diameter), medians, curbs, signs and all other significant above ground features for the entire width and length of the affected road right of way. c. The Surveyor will provide rim/grate, invert elevations, pipe diameters and pipe direction at all drainage structures and sanitary sewer manholes. Provide cross -sectional spot elevations ® 100' intervals and at high and low points within the affected roadway, including sidewalk (front and back), swale (top and bottom), edge of pavement and centerline/baseline. All existing elevations shall be based on CITY OF MIAMI DATUM. d. The Surveyor will prepare plan view of survey to contain ALL survey information gathered in the field and baseline of survey stationing proceeding from South to North and West to East, as applicable for each site. e. Survey will be prepared by the SURVEYOR in AutoCAD format using size "D" (24" x 36") sheets. f. The Surveyor will provide two (2) signed and sealed hardcopies and two (2) electronic copies to Metric. Metric will provide One (1) hardcopy and one (1) electronic copy to the City. April 8, 2003 Mr. Julio Menache Senior Engineer Metric Engineering, Inc. 13940 S.W. 1361 Street Miami, Florida 33186 Subject: Dear Julio: Proposal to Provide Percolation Testing City of Miami —15 Drainage Improvement Project — Phase B HRES Proposal No. HR03-141P (Revised) HR Engineering Services, Inc. (HRES) is pleased to provide this proposal to perform percolation testing . services for the subject projects. Attached is a summary of the estimated geotechnical effort. We are proposing to provide the following services: • Boring layout and underground utility clearance. We will contact Sunshine as an attempt to locate the underground utilities prior starting the drilling program. • Perform a total of 21 constant head percolation tests to 15 feet for French drain design. • Provide a formal percolation test report containing our findings. Thanks for considering HRES for this project. If you have any questions please do not hesitate to contact us. Sincerely, NGINEERINCJSERVIC, INC. 8298 NW South River Drive Medley, FL 33166 Phone:(303)883-i622 CITY OF MIAMI -15 DRAINAGE IMPROVEMENT PROJECT - PHASE B HR ENGINEERING SERVICES, INC. Proposal No. HR03-141 P (Revised) GEOTECHNICAL ITEM UNIT No. OF UNITS COST PER UNIT TOTAL COST SITE 1 16th AVENUE NW 62nd TERRACE, FROM NW 15th AVENUE TO NW 1. Drill Rig Mobilization each _1 $50.00 $50.00 2. _ Constant Head Percolation Tests to 15 ft. each 1 $250.00 $250.00 1. Registered Geotechnical Engineer man-hour 1 $80.00 $80.00 3. Senior Technician (boring layout and utility clearance) man-hour 2 $45.00 $90.00 4. CADD Operator man-hour 0.5 $45.00 $22.50 TOTAL PER PROJECT $492.50 SITE 2 . NE lst PLACE, FROM NE 62nd STREET TO NE 64th STREET 1. Drill Rig Mobilization each 1 $50.00 $50.00 2. Constant Head Percolation Tests to 15 ft. each 1 $250.00 $250.00 1. Registered Geotechnical Engineer man-hour 1 $80.00 $80.00 3. Senior Technician (boring layout and utility clearance) man-hour 2 $45.00 $90.00 4. CADD Operator _ man-hour 0.5 _ $45.00 $22.50 TOTAL PER PROJECT $492.50 SITE 3 NW 68th STREET, FROM NW 14th AVENUE TO NW 16th AVENUE 1. Drill Rig Mobilization each 1 $50.00 $50.00 2. Constant Head Percolation Tests to 15 ft. each 1 $250.00 $250.00 1. Registered Geotechnical Engineer man-hour 1 $80.00 $80.00 3. Senior Technician (boring layout and utility clearance) man-hour 2 $45.00 $90.00 - 4. CADD Operator , man-hour 0.5 $45.00 $22.50 TOTAL PER PROJECT $492.50 SITE 4 1. 2. 1. 3. 4. SITE 5 1. 2. 1. 3. 4. SITE 6 1. 2. 1. 3. 4. CITY OF MIAMI -15 DRAINAGE IMPROVEMENT PROJECT - PHASE B HR ENGINEERING SERVICES, INC. Proposal No. HR03-141 P (Revised) GEOTECHNICAL ITEM UNIT NE 1st AVENUE, FROM NE 62nd STREET TO NE 64th STREET Drill Rig Mobilization Constant Head Percolation Tests to 15 ft. Registered Geotechnical Engineer Senior Technician (boring layout and utility clearance) each each man-hour man-hour man-hour No. OF UNITS 1 1 1 2 0.5 COST PER UNIT $50.00 $250.00 $80.00 $45.00 $45.00 TOTAL COST $50.00 $250.00 $80.00 $90.00 $22.50 CADD Operator TOTAL PER PROJECT $492.50 NW lst PLACE, FROM NW 60th STREET TO NW 64th STREET Drill Rig Mobilization Constant Head Percolation Tests to 15 ft. Registered Geotechnical Engineer Senior Technician (boring layout and utility clearance) each each man-hour man-hour 1 1 1 2 0.5 $50.00 $250.00 $80.00 $45.001 $45.00 $50.00 $250.00 $80.00 $90.00 $22.50 man-hour -TOTAL PER PROJECT $492.50 CADD Operator NW MIAMI PLACE, FROM NW 62nd STREET TO NW 67th STREET Drill Rig Mobilization Constant Head Percolation Tests to 15 ft. Registered Geotechnical Engineer Senior Technician (boring layout and utility clearance) each each man-hour man-hour man-hour 1 2 1 2 0.5 $50.00 $250.00 $80.00 $45.00 $45.00 $50.00 $500.00 $80.00 $90.00 $22.50 CADD Operator TOTAL PER PROJECT $742.50 CITY OF MIAM1-15 DRAINAGE IMPROVEMENT PROJECT - PHASE B HR ENGINEERING SERVICES, INC. Proposal No. HR03-141 P (Revised) GEOTECHNICAL ITEM UNIT No. OF UNITS COST PER UNIT TOTAL COST SITE 7 NW 2nd AVENUE, FROM NW 60th STREET TO NW 64th STREET 1. Drill Rig Mobilization each 1 _ $50.00 $50.00 2. Constant Head Percolation Tests to 15 ft. each 2 $250.00 $500.00 1. Registered Geotechnical Engineer man-hour 1 $80.00 $80.00 3. Senior Technician (boring layout and utility clearance) man-hour 2 $45.00 $90.00 4. CADD Operator man-hour _ 0.5 $45.00 $22.50 TOTAL PER PROJECT $742.50 SITE 8 NW 5th COURT, FROM NW 58th STREET TO NW 71 st STREET 1. Drill Rig Mobilization each 1 $50.00 $50.00 2. Constant Head Percolation Tests to 15 ft. each 4 $250.00 $1,000.00 1. Registered Geotechnical Engineer man-hour _ 1 $80.00 $80.00 3. Senior Technician (boring layout and utility clearance) man-hour 2 $45.00 $90.00 4. CADD Operator man-hour _ 0.5 $45.00 $22.50 T TOTAL PER PROJECT $1.242.50 SITE 9 AVENUE NW 67th STREET, FROM NW 14th AVENUE TO NW 16th 1. Drill Rig Mobilization each 1 $50.00 a $50.00 2. Constant Head Percolation Tests to 15 ft. each 1 $250.00 $250.00 _ 1. Registered Geotechnical Engineer man-hour 1 $80.00 $80.00 3. Senior Technician (boring layout and utility clearance) man-hour 2 $45.00 $90.00 4. CADD Operator man-hour _ 0.5 $45.00 $22.50 TOTAL PER PROJECT $492.50 SITE 10 1. 2. 1. 3. 4. SITE 11 1. 2. 1. 3. 4. CITY OF MIAMI -15 DRAINAGE IMPROVEMENT PROJECT - PHASE B HR ENGINEERING SERVICES, INC. Proposal No. HR03-141 P (Revised) GEOTECHNICAL ITEM UNIT NW 60th STREET, FROM NW 14th AVENUE TO NW 16th AVENUE Drill Rig Mobilization Constant Head Percolation Tests to 15 ft. Registered Geotechnical Engineer Senior Technician (boring layout and utility clearance) f CADD Operator TOTAL PER PROJECT each each man-hour man-hour man-hour NW 59th STREET, FROM NW 14th AVENUE TO NW 16th AVENUE Drill Rig Mobilization Constant Head Percolation Tests to 15 ft. Registered Geotechnical Engineer Senior Technician (boring layout and utility clearance) SITE 12 1. 2. 1. 3. 4. CADD Operator each each man-hour man-hour man-hour No. OF UNITS 1 1 1 2 0.5 1 1 1 2 0.5 COST PER UNIT $50.00 $250.00 $80.00 $45.00 $45.00 $50.00 $250.00 $80.00 $45.00 $45.00 TOTAL COST $50.00 $250.00 $80.00 $90.00 $22.50 $492.50 TOTAL PER PROJECT NW 8th AVENUE, FROM NW 58th STREET TO NW 62nd STREET Drill Rig Mobilization Constant Head Percolation Tests to 15 ft. Registered Geotechnical Engineer Senior Technician (boring layout and utility clearance) CADD Operator each each man-hour man-hour man-hour 1 1 1 2 0.5 $50.00 $250.00 $80.00 $45.00 $45.00 $50.00 $250.00 $80.00 $90.00 $22.50 $492.50 $50.00 $250.00 $80.00 $90.00 $22.50 TOTAL PER PROJECT $492.50 CITY OF MIAMI -15 DRAINAGE IMPROVEMENT PROJECT - PHASE B HR ENGINEERING SERVICES, INC. Proposal No. HR03-141 P (Revised) GEOTECHNICAL ITEM UNIT No. OF UNITS COST PER UNIT TOTAL COST , • . SITE 13 NW 11th AVENUE, FROM NW 62nd STREET TO NW 67th STREET 1. Drill Rig Mobilization each 1 $50.00 $50.00 2. Constant Head Percolation Tests to 15 ft. each 2 $250.00 $500.00 1. Registered Geotechnical Engineer man-hour 1 $80.00 $80.00 3. Senior Technician (boring layout and utility clearance) man-hour . _ 2 $45.00 $90.00 4. CADD Operator man-hour 0.5 $45.00 $22.50 T TOTAL PER PROJECT $742.50 , SITE 14 NW 8th AVENUE, FROM NW 62nd STREET TO NW 67th STREET 1. Drill Rig Mobilization each 1 $50.00 $50.00 2. Constant Head Percolation Tests to 15 ft. each 1 $250.00 $250.00 1. Registered Geotechnical Engineer man-hour 1 $80.00 $80.00 • 3. Senior Technician (boring layout and utility clearance) man-hour 2 $45.00 $90.00 4. CADD Operator man-hour 0.5 $45.00 $22.50 _ T TOTAL PER PROJECT $492.50 SITE 15 NW 58th TERRACE, FROM NW 14th AVENUE TO NW 16th AVENUE 1. Drill Rig Mobilization each 1 $50.00 $50.00 2. Constant Head Percolation Tests to 15 ft. each 1 $250.00 $250.00 1. Registered Geotechnical Engineer man-hour 1 $80.00 $80.00 3. Senior Technician (boring layout and utility clearance) man-hour 2 $45.00 $90.00 4. CADD Operator man-hour 0.5 $45.00 , $22.50 .1►IAA YA TOTAL PER PROJECT TOTAL -15 PROJECTS $8,887.50 IItg a# JORGE C. CANO, P.E. Director July 17, 2003 Mr. Julio Menache, PE Metric Engineering, Inc. 13940 SW 136 Street, Suite 200 Miami, Florida 33186 Re: NOTICE TO PROCEED Liberty City Drainage Improvement Project, Phase II, B-5692-B Dear Mr. Menache: JOE ARRIOLA City Manager You are hereby authorized to proceed with the professional engineering services as described in the attached work order authorization dated June 23, 2003, for the above referenced project. The start and completion date scheduled in your proposal shall be adjusted accordingly. If you have any questions regarding this notice to proceed, please contact Mr. Jose L. Lago, P.E., Project Manager, at either (305) 416-1252 or at jlago@ci.miami.fl.us. Sincerely, ,) Juan B. Ordofiez, P.E. Chief of Construction Management & Design J BO/JLL/ta c: Jorge C. Cano, P.E., Director, Capital Improvements Department Jose L. Lago, P.E., Professional Engineer II, Capital Improvements Department DEPARTMENT OF CAPITAL IMPROVEMENTS 444 S.W. 2nd Avenue, 8th Floor / Miami, FL 33130 / (305) 416-1280 / Fax: (305) 416-2153