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