HomeMy WebLinkAboutexhibit 2- pro. service proposalATTACHMENT No, 1
PROFESSIONAL SERVICES PROPOSAL FOR
NI
"NW 15th AVENUE ROAD IMPROVEMENT PROJECT"
B-4689
•
December 15, 2003
City of Miami
Department of Capital Improvements
444 SW 2114 Avenue, $th Floor
Miami, Florida 33130
Attention: Ms. Tatiana Acosta
Project Manager
Reference: Roadway Reconstruction Project Professional Services Proposal (Revised)
Project B-4689
Project Location: NW 15s` Avenue -Road
From NW 15th Street to Wagner Creek (including 171 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 contact me at (305)
262-7466.
Sincerely,
URS Corporation
Juio'Boucle
Julio Boucle, P.E.
Project Manager
CC: Project File
V
PROFESSIONAL SERVICES PROPOSAL
' STANDARD GUIDELINES
Ms. Tatiana Acosta
Project Manager
City of Miami — Department of Capital Improvements
444 SW 2M Avenue, 8th Floor
Miami, Florida 33130
Re:
Project B-4689
NW 15th Avenue -Road Roadway Reconstruction Project
From NW 15th Street to Wagner Creek (including 17 Street)
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-4689
NW 151 Avenue -Road Roadway Reconstruction Project
From NW 15th Street to Wagner Creek (including 17 Street)
December 15, 2003
APPROVED
By7
Date 4003
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 1
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 (NIA)
Construction Engineering Services
Post -Construction Administration (N/A)
Sub -Consultant Firm Name
Specialization
HR Engineering Services, Inc.
Geothecnical Engineering Services
Aylward Eng. & Surveying, Inc.
Surveying Services
1
URS
•
PROFESSIONAL SERVICES PROPOSAL
STANDARD GUIDELINES
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, curb & gutter, utility adjustments, 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 the connecting roadway network, and the
benefits of a new drainage system being installed. 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 15th Avenue -Road Roadway Reconstruction Project has been allocated
by the City of Miami. The proposed completion time of the project is eight (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".
URS Corporation Professional Services 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.
2
PROFESSIONAL SERVICES PROPOSAL
STANDARD GUIDELINES
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 — Definitiops and Paragraph 5 — Services as indicated in the Professional Services Agreement between
URS Corporation and the City of Miami.
End
3
••.
PROFESSIONAL SERVICES PROPOSAL
STANDARD GUIDELINES
"Exhibit A"
Breakdown of work effort by URS Corporation based on total Scope of Work and (A/E) Professional
Services.
1.
Project Manager
50
$100
$5,000
. 2.
Professional Engineer
278
$80
$22,240
3.
Engineer
298
$70
$20,860
4.
CADD Operator
218
$55
$11,990
5.
Administrative
20
$45
$900
6.
Professional Engineer - CEI
186
$80
$14,880
7.
Project Manager — Schematic
Design
16
$100
$1,600
$77,470
4
PROFESSIONAL SERVICES PROPOSAL
STANDARD GUIDELINES
"Exhibit B"
Breakdown of work effort by Sub -Consultant. 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. (Geotechnical Services)
1.
Survey - Lump Sum Services
N/A
titar
N/A
$4,900
2.
Geotechnical - Lump Sum Serv.
N/A
N/A
$2,750
3.
4.
5.
6.
7.
8.
$7,650
5
•
PROFESSIONAL SERVICES PROPOSAL
STANDARD GUIDELINES
"Exhibit C"
Fee Schedule for 104% Complete Deliveries Submittal.
Phase
Total Amount
Phase I.
Progranuning Schematic Design
$1,600
Phase B.
Design Development
$56,030
Phase M.
Construction Documents and Permitting
$4,960
Phase IV.
Bidding and Negotiation
N/A
Phase V.
Construction Engineering Services
$14,880
Phase VIl.
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
$7,650
Total Amount
$89,120
6
URs
PROFESSIONAL SERVICES PROPOSAL
STANDARD GUIDELINES
"Exhi it 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
20-22
Signing and Pavement Markings
Drainage Report
Water Quality
Pre vs. Post Analysis
French Drain Design
Storm Sewer Calculations
Drainage Structures
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
Biweekly summary of quantities
Project progress photo log as per biweekly visit
Project damage report
Project close-out and close-out quantities
g
PROFESSIONAL SERVICES PROPOSAL
STANDARD GUIDELINES
"Exhibit E"
Project Schedule
ID #
Task Name and/or Activity Description
Duration
(Days)
Start Date
Finish Date
I
Programming and Schematic Design Phase
45
12/08/03
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% prase
submittal of design documents
/ 5
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