Loading...
HomeMy WebLinkAboutCRA-R-07-0045 Back-upKelsey, Percilla From: Valentin, Miguel A Sent: Friday, October 19, 2007 1:45 PM To: Kelsey, Percilla Subject: RE: North Bayshore Drive NE 15th Street to NE 17th Terrace From: Brown, Kevin A Sent: Wednesday, July 11, 2007 4:02 PM To: Villacorta, James H Cc: Valentin, Miguel A; Woods, Clarence; Aluko, Ola O.; Mendez, David; Gonzalez, Jose Subject: North Bayshore Drive NE 15th Street to NE 17th Terrace Jim, I completed a very conservative estimate for the North Bayshore Drive Operational improvement project excluding the NE 16th Street long term shuttle parking area and turn around. The estimated break down is as follows: 1. Production Phase (Design and Post Design): $125,000 2. Construction Phase: $280,000 3. Construction Administration: $ 45,000 4. Administrative Expenses: $ 14,000 Total Estimated Cost $464,000 I would like to engage the services of the design consultant as soon as possible. Please let me know when the funding is 411) in place to process the work order. If there are any questions or concerns, don't hesitate to contact me. Regards, Kevin A. Brown, P.E. Consul -Tech Project Manager City of Miami 444 SW 2nd Avenue Miami, Florida 33130 Ph: (305) 416-1090 I Fax (305) 416-1019 Cell: (786) 236-0787 1 R.j.Behar & Company, Inc. CONSULTANT WORK ORDER PROPOSAL CITY OF MIAMI 08/28/07 Dear Mr. Fabrikant: R J Behar & Company, Inc. proposes to provide the services identified below for the project entitled "North Bayshore Drive Operational Improvements Project", City of Miami Project B- 30514 pursuant to its Professional Service Agreement with the City of Miami for Transportation Consulting services, dated October 25, 2004. I. GENERAL The project on North Bayshore Drive extends from N.E. 17th Terrace to N.E. 15th Street. The proposed project is intended to evaluate existing conditions and to improve the traffic flow. The scope of work includes: 1. Milling and Resurfacing; 2. Design of Roundabout at the North Bayshore Drive and NE 17th Terrace intersection; 3. Sidewalk replacement where it is required. 4. Minimal Landscaping within the roundabout and affected landscaping as a result of the new design; 5. A short term parking lane along a portion of North Bayshore Drive; 6. Signing and Pavement markings; 7. Surveying; 8. Utility and Miami -Dade County coordination. R.J. Behar will prepare the plans for construction, submit the necessary documents for permits and coordinate with utility companies. II. SCOPE OF WORK TASK 1 — PROJECT INITIATION / COORDINATION 1.1 Project Coordination Task 1 will continue throughout the project and will establish project coordination and clear definition of project objectives and schedule. Coordination meetings are anticipated at the beginning of the project with the Client and Project Team (Kickoff Meeting) and after completion of each major work element. Meetings are also expected with appropriate agencies including the Publics Work at City of Miami, FDOT and other agencies and consultants as appropriate to identify the specific study restrictions and permitting requirements. August 28, 2007 WORK ORDER PROPOSAL • Page 2 TASK 2 — DATA COLLECTION, DATA EVALUATION AND REGULATORY CRITERIA REVIEW 2.1 Data Collection Gather existing information and assess the sufficiency of this information and data. Sources of information include the City, FDOT, and Utility Owners. We propose to research the files of regulatory agencies, to assemble a chronology of events and necessary permits. Some of the data to be collected includes aerial photographs, existing and proposed land use maps. Additionally drawings of completed and proposed projects within the project area and adjacent areas will be necessary. 2.2 Field Reconnaissance RJ Behar & Co. shall conduct field visits to familiarize staff with critical areas that need particular attention and to identify any conditions that were not included in the collected data 2.3 Review the Regulatory Requirements Review Federal, State, Regional and Local Agencies having jurisdiction over the project area in order to establish applicable roadway criteria and standards and stormwater management facilities permit requirements. TASK 3 — GEOTECHNICAL SERVICES 3.1 Engineer will retain a qualified geotechnical firm to provide geotechnical information to complete this project. The geotechnical services that will be performed in the project area include test borings and geotechnical laboratory analyses, and providing geotechnical and design recommendations to support the proposed design elements of the project. The subsurface soil investigation shall include: • Standard Penetration Tests • Pavement Corings. 3.2 The geotechnical analysis will be documented in a report containing presentation of the field procedures, laboratory tests, description of the subsurface conditions, subsurface profiles, estimated seasonal groundwater table, saturated hydraulic conductivity and infiltration rates. 3.3 The Engineer will submit one (1) signed and sealed copy of the geotechnical report to the City. TASK 4 — SURVEYING SERVICES 4.1 Engineer will retain a registered surveyor to provide information required to provide site elevations, adjacent property elevations and base topo maps for design of the improvements. The information will be provided in AutoCad DWG format. August 28, 2007 WORK ORDER PROPOSAL Page 3 4.2 Engineer will submit one (1) signed and sealed set of survey drawings and an electronic copy of the survey to the City. TASK 5 — DESIGN SERVICES 5.1 Construction Plans Construction plans will be prepared per Article A4 of the contract. • Title, location map • General Notes • Tabulation of Quantities • Plan Sheets • Cross -Section Sheets • Maintenance of Traffic Plan (Level l; Typical Section, Notes, and Standards only) • Signing and Marking Sheet • Utilities plans • Landscaping plans and irrigation 5.2 Specifications The specifications for the project should be prepared based on Article A4.03 and as per the City's Project Manager directions. 5.3 Statement of Probable Construction Cost Cost estimates will be prepared to compare with Contractor bid proposals. The estimate will be based on historical unit pricing and the quantities take -off from the plans. It should include all the major items of construction and consider the complexity of the construction. Cost Estimates will be submitted at 60%, 90%, and production complete. 5.4 Permitting Required information will be provided for City of Miami Tree Permit as well as Miami -Dade County Public Works Department Traffic Engineering Dept. 5.5 Coordination & Meetings Three (3) meetings are expected with the City staff. 5.6 Bidding R J Behar will provide bid assistance per Article A4.04 of the contract. TASK 6 - CONSTRUCTION SERVICES R J Behar will provide: August 28, 2007 WORK ORDER PROPOSAL Page 4 • Shop Drawing reviews. • Addressing Contractors Request for information (RFI). • Revisions to plans. III. SUBCONSULTANTS The below listed Sub -Consultants will assist in the performance of the Work. Sub -Consultant Name F. R. Aleman & Associates, Inc. HR Engineering Services, inc. Specialty or Expertise Topographic Surveys Geotechnical Services IV. SCHEDULE OF WORK — TIME OF PERFORMANCE The work described on this work order proposal will start upon receipt of a Notice to Proceed from the City and is estimated to take approximately five months to complete. SCHEDULE OF WORK Number Description Duration Projected Start Date Projected Finish Date* 1 Plans at 60% NTP NTP + 2.5 Mos. 2 Plans at 90% - with specifications NTP NTP + 4.5 Mos. 3 Final Plans NTP NTP + 5 Mos. nu ae schedule, indicating actual delivery dates, based on the above du ations, will be provided to the City upon receipt of the NTP. V. COMPENSATION Consultant shall perform the Work detailed in this Proposal for a Total Lump Sum, Not to Exceed fee of 124,247 dollars and 60 cents (124,247.60). The City shall not be liable for any fee, cost, expense or reimbursable expense or other compensation beyond this amount. Said fee includes an allowance for Reimbursable Expenses required in connection with the Work, which shall be established in an amount not to exceed $1,000.00. Said Reimbursable Expenses shall be utilized in accordance with the Agreement Provisions and shall conform to the limitations of Florida Statutes § 112.061. SUMMARY OF COMPENSATION Number Description Fee Amount ($) Fee Basis 3 Project General Tasks 6,223.40 Lump Sum. Not to Exceed 4 Roadway Analysis 41,377.20 Lump Sum. Not to Exceed 5 Roadway Plans 21,025.00 Lump Sum. Not to Exceed 7 Utilities 9,071.20 Lump Sum. Not to Exceed 19 Signing and Marking Analysis 10,092.00 Lump Sum. Not to Exceed 20 Signing and Marking Plans 4,396.40 Lump Sum. Not to Exceed 25 Landscape Architecture Analysis 6,365.80 Lump Sum. Not to Exceed 26 Landscape Architecture Plans 2,772.40 Lump Sum. Not to Exceed Sub -Total: 101,343.40 August 28, 2007 WORK ORDER PROPOSAL • Page 5 R Reimbursable Expenses 1,000.00 Direct Expenses F F.R. Aleman (Survey) 7,280.00 Lump Sum. Not to Exceed H&R Engineering (Geotechnical 2,380.00 Lump Sum. Not to Exceed _ Contingency 5,000.00 Hourly Rate. Not to Exceed P Post Design Services 7,244.20 Hourly Rate. Not to Exceed _ Total: 124,247.60 VI. ALLOWANCE FOR ADDITIONAL SERVICES CONSULTANT may use the allowance for additional services requested by and at the discretion of the CITY. A contingency budget of $5,000.00 has been included in the event the City finds that Additional Services are desired. VII. DATA PROVIDED BY CITY To facilitate the successful and timely completion of this task, the city and its consultants shall assist to the greatest extent possible in providing useful and historical aerial photographs, maps and surveys; existing and future land use maps and records; and any other information useful to the project. VIII. PROJECT MANAGER CONSULTANT'S Project Manager for this Work Order assignment will be Israel Magrisso, P.E. Submitted by: R. J. BEHAR & COMPANY, INC. Prepared by: Approved by: Israel Magrisso, P.E. Ola 0 Aluko, Director Capital Improvements • Name of Project: County: City Prajecl No. N. BOyshcre Drive Operational improvements Miami Dade County B-30514 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Consultant Name: R.J, Behar & Co. Dale: 6/22f2007 Estimator: Israel Magrisso P.E. Staff ClassMiealien Total Hours From ff 'SH Summary ry Firm" Project Managerfication Primo Eng. Sr.Eng. Eng. Tech. Staff Masai- 6 Staff Chest- fication 7 Staff Class& fjcation 8 Staff Class& lication 9 staff Class& licatian 10 Staff Class& ficalion 11 Staff Class& Rration 12 SH By Activity Satiny Coat By Activity Avenge Rate Per Task $48.00 $5a.e0 $52.00 $36 00 S26.00 $0.00 $0.00 50.00 50.00 $0.00 50.00 50.00 3. Project General Tasks 55 11 4 4 25 11 0 0 0 0 0 0 0 55 $2,146 $39.02 4. Roadway Analysis 364 70 29 29 164 72 0 0 0 0 0 0 0 364 $14,268 $39.20 5. Roadway Plans 185 35 15 15 83 37 0 0 0 0 0 0 0 165 67.250 $39.19 6. Drainage Analysis 0 0 0 0 0 0 0 0 0 0 0 0 0 0 $O 7, UHibes 80 16 5 6 36 16 0 0 0 0 0 0 0 80 $3.126 $39.10 8. Environmental Permits 0 0 0 0 0 0 0 0 0 0 0 0 0 0 $0 9. Structures - Misc. Tasks. Dwgs, Non -Tech. 0 0 0 0 0 0 0 0 0 0 a 0 0 0 $0 10.9lructurea-BDR 0 0 0 0 0 0 0 0 0 0 0 0 0 0 S0 11. Structures - Temporary $ridgs 0 0 0 0 0 0 0 0 0 0 0 0 0 0 SO 12. Structures - Shod Span Concrete 0 0 0 0 0 0 0 0 0 0 0 0 0 0 $0 13, Strmclures- Medium Span Concrete 0 0 0 0 0 0 0 0 0 0 0 0 0 0 $0 14. Structures - Structural Steel 0 0 0 0 0 0 0 0 0 0 0 0 0 0 $0 l5. Structures - Segmental Concrete 0 0 0 0 0 0 0 0 0 0 0 0 0 0 $0 16. Structures - Movable Span 0 0 0 0 0 0 0 0 0 0 0 0 0 0 SO 17, Structures - Retaining Walla 0 0 0 0 0 0 0 0 0 0 0 0 0 0 So 18. Structures -Miscellaneous 0 0 0 0 0 0 0 0 0 0 0 0 0 0 $0 19. Signing & Marling Analysis Signing 69 17 7 7 40 16 0 0 0 0 0 0 0 89 $3,480 S39.10 20. & fdarHn9 Plans 21. 39 7 3 3 18 6 0 O 0 0 0 0 0 39 $1,576 ¢36.87 Signa$zedan Analysis 0 0 0 0 0 0 0 0 0 - 0 0 0 0 0 So 22. Signification Plano 6 0 a 0 0 0 0 a 0 0 0 0 0 0 30 23, Lighting Analysis 0 0 0 0 0 0 0 0 0 0 0 0 0 0 So- 24.LIghing Plans 0 0 0 0 0 0 0 0 0 0 0 0 0 0 $0 25. Landscape Architecture Analysts 56 11 5 4 25 11 0 0 0 0 0 0 O 56 $2,202 26. Landscape Architecture Plana 24 5 2 2 11 4 0 0 0 0 0 0 0 24 $956 27. Survey (Field & Office Support) 0 0 0 0 0 0 0 0 . 0 0 0 0 0 0 So 28. Phologrametetry 0 0 0 0 0 0 0 0 - 0 0 0 0 0 0 $0 29. Mapping 0 0 0 0 0 0 0 0 0 0 0 0 0 0 S0 30. Geatechnrcal 0 0 0 0 0 0 0 0 0 • 0 0 0 0 0 $0 31. Architecture Development 0 0 0 0 0 0 0 0 0 0 0 0 0 0 SO 32, Norse Wall Analysts 0 0 0 0 0 0 0 0 0 0 0 0 0 0 $0 - Total Staff Hours 892 172 71 70 402 117 ' 0 0 0 0 0 0 0 892 Total Staff Cost 38,258.00 $3,976.00 93,640.00 S14,472.00 54,602.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 30.00 $34,946.00 $38.18 .sms.,ws. vlem Survey Field Days by Subconsulteot 3 - Person Crew, Notes: 1. This sheet to be used by Prime Consultant to calculate the Grand Total fee. 2. Manually enter fee from each subconaultenl. unused subconsullant rows may be hidden. SALARY RELATED COSTS: MULTIPLIER: 2.9 EXPENSES: Suboonsultant F.R. AJeman (Sunray) Subconsultant: H 8 R Engineer (Geotechnicall 9ubconsultanl. Sub 3 Subcansultant: Sub 4 Subconeultant: Sub 5 Subnonaullant: Sub 6 Bubconsullant: Sub 7 Subconsullent: Sub 8 Subconsullanl: Sub 9 SubconsWlanl: Sub 10 SUBTOTAL ESTIMATED FEE: A00810nal CantnRency Services SUBTOTAL ESTIMATED FEB: Post Design Services BRAND TOTAL ESTIMATED FEE: Check = $34,946,00 534,946.00 $101,343.40 $1.000.00 $7.280.00 $2,380.00 WOO $0.00 3000 50.00 $0.00 $0.00 Soma E0.00 1112,003.40 55.000.60 $117,003.40 57.244.20 $124,247.60 Staff Hour Monk Form FOOT Fs. Sheet -Prima Page 1 oft EI22R007 4:07 PM