Loading...
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