Loading...
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