HomeMy WebLinkAboutexhibit 2- pro. service proposalATTACHMENT No. 1
PROFESSIONAL SERVICES PROPOSAL FOR
"NW 34t AVENUE ROAD IMPROVEMENT PROJECT"
B-4696
URS
December 17, 2003
City of Miami
Department of Capital Improvements
444 SW 2"d Avenue, 8th Floor
Miami, Florida 33130
Attention: Ms. Tatiana Acosta
Project Manager
Reference: Roadway Reconstruction Project Professional Services Proposal (Revised)
Project B-4696
Project Location #1: NW 34th Avenue
From NW 7t Street to north of NW 13d' Street
Project Location #2: NW 30h Avenue
From NW 16t Street to NW 17"' Street
Dear Ms. Acosta:
Enclosed please find the Professional Services Proposal Standard Guidelines submittal for the above
referenced project with support documentation for Roadway Plans Preparation and Construction
Engineering Inspection (CEI) support services.
Should you have any questions regarding this scope and cost estimate, please do not hesitate to
contact me at (305) 262-7466.
Sincerely,
URS Corporation
ju(zo Bouc%
Julio Boucle, P.E.
Project Manager
CC: Project File
PROFESSIONAL SERVICES PROPOSAL
STANDARD GUIDELINES
Ms. Tatiana Acosta
Project Manager
City of Miami — Department of Capital Improvements
444 SW 2°d Avenue, 8th Floor
Miami, Florida 33130
'Re: Project B-4696
Project Location #1: NW 34th Avenue Roadway Reconstruction Project
From NW 7th Street to north of NW 13a Street
Project Location #2: NW 30th Avenue Roadway Reconstruction Project
From NW 16th Street to NW 17th Street
APPROVED
By_r. a42.14-
Date. /aMfee
December 16, 2003
Pursuant to your request, the following is our revised fee proposal for the above mentioned project. Our
proposal is based upon the requirements listed in the Professional Services Agreement (General
Engineering Services) of the City of Miami dated September 29, 2001.
I. Project Name and Address
Project B-4696
Project Location #1: NW 34th Avenue Roadway Reconstruction Project
From NW 7th Street to north of NW 13th Street.
Project Location #2: NW 30th Avenue Roadway Reconstruction Project
From NW 161 Street to NW 17th Street.
II. . introduction and. Project Background Information
URS Corporation shall provide complete professional Engineering Services for the
following phases as described under paragraph 6 — Scope of Work in the Professional
Services Agreement between URS Corporation and the City of Miami.
Phase I
Phase II
Phase III
Phase IV
Phase V
Phase VI
Programming Schematic Design
Design Development
Construction Documents including all permitting "Dry Runs" required
by the project
Bidding and Negotiation (N/A)
Construction Engineering Services
Post -Construction Administration (N/A)
1
•�i
URS
PROFESSIONAL SERVICES PROPOSAL
,STANDARD GUIDELINES
Sub -Consultant Firm Name
Specialization
HR Engineering Services, Inc.
Geothecnical Engineering Services
Aylward Eng. & Surveying, Inc.
Surveying Services
III. Proposed Project's Scope of Work
The recommended work scope consists of roadway reconstruction of the two lane typical section
including sub -base, base and pavement surface, implement a functional stormwater drainage
system, swales, sidewalks, utility adjustments, identify and recommend areas for limited
landscape treatment, stripping, signage and maintenance of traffic as required. The roadway will
need to be evaluated in terms of analyzing profile conditions with respect to adjacent project B-
4652, and the benefits of a drainage system being installed north of NW 11w Street. A full design
survey and geothecnical investigation will be required to complete the recommended scope
outlined above.
IV. City's Construction Budget and Schedule as follow:
The Construction Budget for NW 34th Avenue and NW 30th Avenue Roadway Reconstruction Project has
been allocated by the City of Miami. The proposed completion time of the project is (8 months). URS
Corporation will present an Estimated Probable Construction cost within Budget and Schedule, as
required.
URS Corporation is providing the "Not To Exceed" fixed fee according with Paragraph 10 Compensation
in the Professional Services Agreement between URS Corporation and the City of Miami. See attached
"Exhibit A" (Staff Hours), `Exhibit B" (Sub -Consultants Staff Hours) and "Exhibit C" (Fee Breakdown
by Phases).
URS Corporation Reimbursable Expenses shall be according with Paragraph 14 Reimbursable Expenses
in the Professional Services Agreement between URS Corporation and the City of Miami. See attached
"Exhibit C".
URS Corporation Additional Services shall be according with Paragraph 13 Extra Work Expenses in the
Professional Services Agreement between URS Corporation and the City of Miami. See attached "Exhibit
C".
URS Corporation professional services proposal includes the Project Drawings Deliveries. See attached
"Exhibit D".
2
PROFESSIONAL SERVICES PROPOSAL
STANDARD GUIDELINES
URS Corporation Professional Service's Proposal includes the Project Timeline/Schedule. See attached
"Exhibit E".
As part of URS Corporation Basic Services and after the Schematic Design Phase is complete,
Renderings Presentation shall be included at additional cost for the City of Miami. Also, two public
presentations are included as Basic Services in this proposal. The objective of these presentations is to
show the design concept and the most relevant design feature of the project has been conveyed.
In General, this proposal shall provide Professional Services in accordance with the Professional Services
Agreement between URS Corporation and the City of Miami.
This proposal shall not be used as a substitution for the Professional Services Agreement between URS
Corporation and the City of Miami.
This proposal is used as the instrument to present specifics under Paragraph 3 — Subject Matter, Paragraph
4 — Definitions and Paragraph 5 — Services as indicated in the Professional Services Agreement between
URS Corporation and the City of Miami.
End
3
•
P ROFESSIONAL SERVICES PROPOSAL
STANDARD GUIDELINES
"Exhibit A"
Breakdown of work effoit by URS Corporation based on total Scope of Work and (A/E) Professional
Services. •-
Staff/Category ; , ,
Hours
Hourly Rate
Total
1.
Project Manager
44
$100
$4,400
2.
Professional Engineer
282
$80
$22,560
3.
Engineer •
326
$70
$22,820
4.
CADD Operator
232
$55
$12,760
5.
Administrative
20
$45
$900
6.
Professional Engineer - CEI
186
$80
$14,880
7
Project Manager— Schematic
Design
16
$100
$1,600
Total amount this service
$79,920
4
PROFESSIONAL SERVICES PROPOSAL
STANDARD GUIDELINES
"Exhibit B"
Breakdown of work effort by Sub: Cons+t1tant based on total Scope of Work and. Professional Services.
Sub -Consultant Firm Name and Discipline:
1. Aylward Engineering & Surveying, Inc. (Survey)
2. Engineering Services, Inc. (Geothecnical Services)
Staff/Category
Hoary
Hourly Rate
Total
1.
Lump Sum Services (Survey)
N/A
N/A
$8,400
2.
Lump Sum Services (Geotech.)
N/A
N/A
$3,500
3.
4.
5.
b.
7.
8.
•
Total amount this service
$11,900
5
URS
PROFESSIONAL SERVICES PROPOSAL
'STANDARD GUIDELINES
"Exhibit C"
Fee Schedule for 100% Complete Dellveries Submittal.
Phase
Total Amount
Phase I.
Programming Schematic Design
$1,600
Phase II.
Design Development
$59,200 .
Phase M.
Construction Documents and Permitting
$4,240
Phase IV.
Bidding and Negotiation
N/A
Phase V.
Construction Engineering Services
$14,880
Phase VII.
Post -Construction Administration
N/A
Reimbursable Expenses 'Not to Exceed" Fixed Fee
$4,000
Additional Services "Not to Exceed" Fixed Fee:
Surveying and Geothecnical Services as described in the Scope
$11,900
Total Amount
$95,820
PROFESSIONAL SERVICES PROPOSAL
STANDARD GUIDELINES
"Exhibit D"
Total Project Drawings and/or Deliveries
Sheet
Number
.
Drawing Name or Activity
Project assessment and Schematic. Design
Roadway Plans
.
1
Key Sheet -
2
Typical Section Sheet
3
Summary of Quantities
4
General Notes Details
•
5-7
Plan and Profile
8-10
Back of Sidewalk Profile
11-12
Drainage Details
13-17
Cross Sections
18
Maintenance of Traffic
19
•
Quantities
7
20-22
4
Signing and Pavement Markings
•
Drainage Report
.
Water Quality
Pre vs. Post Analysis
French Drain Design
Storm Sewer Calculations
Drainage Structures
7
PROFESSIONAL SERVICES PROPOSAL
STANDARD GUIDELINES
Drainage Report Draft and Final
Permit Application Package
Pavement Design
Technical Specifications Package
Utility Coordination Package
Construction Cost Estimate
Bid proposal and special provisions
Construction Engineering Services
Construction bi-weekly visit / report
Bi-weekly summary of quantities
Project progress photo log as per bi-weekly visit
Project damage report
Project close-out and close-out quantities
8
PROFESSIONAL SERVICES PROPOSAL
STANDARD GUIDELINES
"Exhibit E"
Protect Schedule
ID #
Task Name and/or Activity Description
Duration
}0°
Start Date
Finish Date
I
Programming and Schematic Design Phase
45
12/8/03
01/19/04
•
Receive City's comments and NTP for next
phase in the process
21
01/19/04
02/09/04
II
Design Development Phase
180
02/09/04
08/23/04
Receive City's review comments for 50% phase
submittal of design documents
15
05/03/04
05/17/04
Receive City's review comments for 90% phase
submittal of design documents ,
15
07/12/04
07/26/04
III
Construction Documents--100%
15
07/26/04
08/09/04
Receive City's review comments for 100%
phase submittal of design documents
15
08/09/04
08/23/04
Receive & process approved permit documents
21
08/23/04
09/13/04
IV
Bidding and Negotiation Phase
-
N/A
N/A
V
Construction Administration Support Phase
-
N/A
N/A
VI
Post -Construction Administration Phase
-
N/A
N/A '.
Please do not hesitate to contact my office at (305) 262-7466 if further clarification is necessary on any
part of this proposal.
Sincerely,
Julio Boucle
Julio Boucle, P.E.
Project Manager
9