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