HomeMy WebLinkAboutexhibitsc1Ii C�iirxxni
JORGE C. CANO, P.E.
Director
JOE ARRIOIA
City Manager
October 27, 2003
MARLIN ENGINEERING, INC.
2191 NW 97 Avenue
Miami, Florida 33172
Attn: Miguel Soria, P.E.
Dear Mr. Soria :
Re: SW 69 Avenue Road Reconstruction Project, B-4697 — Work Order
Authorization.
This work order is deemed to incorporate by reference the term and conditions of the
Professional Service Agreement between the City of Miami ("City") and Marlin
Engineering, Inc.dated May 16, 2002. The undersigned will perform this work in
compliance with the foregoing Agreement.
1.- Scope of services
The scope of services are detailed in Exhibit "A", attached hereto and made part hereof.
2.- Time of Performance
The schedule for this project is detailed in Exhibit "B", attaches hereto and made part
hereof.
3.- Comnensation
The work will be performed for a fee guaranteed not to exceed the sum of
$97,409.00. The City shall not be liable for any cost, fee, or expenditure above
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 § 112.061, Fla.
Stat.
4.- Subconsultants
Geosol, Inc. for the soil exploration was specify on this proposal.
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
Marlin Engineering, Inc.
SW 69 Avenue Road Reconstruction Project, B-4697.
Page No. 2
5.- Estimated Construction Cost
An estimated construction cost of $ 900,000.00 has been established for this project.
6.- Funding
Source of founding is CIP Number 341183, entitled "Citywide Street Improvements"
7.- Attachments
a) Professional Services Agreement between Marlin Engineering, Inc and The
City of Miami, dated May 16, 2002.
b) Resolution authorizing to negotiate with Consultants No. 02 —144.
c) Scope of Services for Design Project: Exhibit "A", "B" & "C".
Authorized by: Accepted and accepted by:
Jorge C. Cano, P.E
C.I.P. Director
Approved as to legal form
And correctness:
Alejandro Vilarello,
City Attorney
Priscilla A. Thompson Date
City Clerk
ACS /�S
JC/ /CG/ML/ml
Marlin Engineering, Inc.
Miguel Soria, P.E.
Insurance requirement approved:
Ramona Fiumara,
Risk Management Acting Director
Witness
City of Miami
Reconstruction of S.W. 69 Ave.
S.W. 8 St. to Flagler.
Project Description:
The Consultant shall provide engineering services for the preparation of the Construction
Documents (Roadway Plan) under its current contract with the City of Miami. The construction
documents shall be for the reconstruction of S.W. 69 Ave from S.W. 8 Street to Flagler. The
contract shall include services for roadway plans (paving plan, drainage, signing and marking)
survey and soil exploration.
Exhibit A: Scope of Service
Exhibit B: Project Schedule
Exhibit C: Fee Estimate
Exhibit A Scope of Service:
The Scope of Service for the S.W. 69 Ave. reconstruction shall include the following tasks:
Task 1 Roadway Analysis / Plans:
A Prepare Key Sheet as per City of Miami Standard
B Prepare Project Layout illustrating proposed drainage improvements
C Plans shall show one symmetrical Typical Section with two 10 fi. lanes one north bound
and one south bound, pavement design shall be as per City of Miami standard Pavement
Design.
D Plan submittal shall consist of a 30% (phase 1), 60% (phase II), 90% (phase II), and 100
i'o (final), Marlin Engineering will contact each utility owner at each phase submittal.
E Also, Marlin Engineering will produce two typical sections for the county Project
Manager in 11x17 format one section will show two 10 ft lanes with flush shoulders
except at the extreme south and north end; at this location Marlin Engineering will
introduce parking and curb and gutter for commercial property. The second typical shall
show two 10 ft. lanes with parking for the project limits.
F Construction Details shall be prepared as necessary for construction
E Summary of Quantities shall include a tabulation of all construction related items covered
by the City of Miami Pay Item list. Also, included will one preliminary cost estimate and
one final cost estimate.
H Paving Plans shall include plan and profile sheets illustrating reconstruction at. the south
end and north end ofthe project within the commercial zone. Within the residential
section of the project plan sheets will illustrate base correction as necessary and milling
and resurfacing.
I Back of side -walk profiles will be prepared to ensure proper tie-in to existing ground
J Underground and Drainage Plans will be provided only to illustrate the required drainage
in order to tie the proposed profiles to the existing French Drain system Existing
drainage system shall be maintained.
K Summary of drainage structure will illustrate all proposed structures necessary to tie the
proposed system to the existing French Drain system within the project limits.
L Pavement marking plans will illustrate the final pavement markings necessary. Markings
shall be as per current MUTCD and City of Miami standards.
M Specifications Package will be prepared as per the standard CSI document format and
City of Miami Standards outline the required construction tasks
N Post Design Services shall be performed as required during the construction phase and
will include chop drawing review, site visit, RFI response, and revisions to plans.
Task 3 Survey:
Marlin Engineering will perform the required Survey
Task 4 Soil Exploration:
Soil Exploration shall be conducted by Geosol, Inc. and will be as per the attached estimate from
Mr. Oracio Riccobono, P.E.
Exhibit B Schedule:
The proposed schedule is based on a 6 month schedule beginning with assumed N.T.P. January
2004 and ending November 2004. Also, the proposed project submittals shall be at 30% (line
and grade and drainage), 60%, 90%, 100% and final (signed and sealed). Please refer to
tentative schedule below for details:
SW 69 Ave from SW 8 St. to Flagler
Tentative Schedule
Event
Begin _
End
Notice to Proceed
Jan 5/04
Survey / Soil Exploration
Jan 5/04
Jan 30/04
Submit Plans for Utility
Contact
Feb 10/04
30 % Line and Grade and
Drainage
Jan 30/04
March 1/04
30 % Review
March 1/04
March 15/04
60 % Roadway Plans
March 15/04
April 5/04
60 % Roadway Review
April 5/04
April 19/04
90 % Roadway Plans
April 19/04
May 17/24
90 % Roadway Review
May 17/04
May 31/04
100 % Roadway Plans
May 31/04
June 21/04
100 % Review
June 21/04
Jul/ 5/04
Final Plans
July 5/04
_ July 19/04
Signed and Sealed Plan
July 19/04
Exhibit C Fee Estimate:
For Fee estimate please see attached Staff hour Estimate:
MARLIN ENGINEERING. INC_
Revised
CITY OF MIAMI
SW 89 Ave. Roadway Design
From SW 8 SL to Fl filer SL
RATES
Principal $ 142.00
n* 1lpar $ 110.00
i>npirsr i ase5
Technician ician s 57.00
Orifice! i 37.00
Ramey i 6,50000
Geolwieel i 5,245.00
TASK
Nod shoals
Noes
!lams
Hams
Hours
Hams
Reimbursable Fee
TOTAL
HOURS
A) Key Sheet
1
2
5
B.➢0
B) Proded Lam
C) Tasked Seakae
1
2
a
8:
50.00
O ) Qorailma lr Walls
E) Swim of Curdles
Fl Pining Plan
431 Back dSidewalk Posies
MUndsOeund and Orsiooe Plan
d) Steam dDrdram Sivarae
1) P.vaewr4 HMCo Plane
1
1
4
2
2
2
4
2
2
2
8
5
24
18
12
40
80
40
24:•
80
120
70
80
80
88A0
128.00
208.00
13200
134.00
11200
70.00
q Saerilpahn Palma
L) Pad O.ige Service
M) Clerical
LS
LS
LS
4
5
8
32
40
8
32.00
90.00
80.00
TOTAL 1U. S
17
0
0
384
0
f<;
0
80
0
0
0
1,144.00
Al SMUT
1
1.00
psis :, CaNiabaniaW;:
TOTAL WMP Slit
0
0
0
0
O
0
0
0
0
0
Soli E mloraNwa
1.00
7rrhe;f:
TOT/+.. WPM, Sl84
0
•
0
O
0
0
0
0
0
0
1
1.00
TOTAL HOURS
0
0
0
0
O
0:.
0
0
0
Town
TOTAL HOURS
0
0
0
0
0
0
O
0.
0
TOTAL SHEETS l TOTAL HOURS
17
3
9
135
0
384
0
0
w
0
1
1
1,148.00
TOTAL COST
i 4,200.00
- $ 15.100.00
- 5 30,040.00
- S 30.324.00
- i 2,960.m
- i 8.500.00
- $ 5,245.00
$ 87,408.00