Loading...
HomeMy Public PortalAbout12-8347 Contract with S.S.N. Engineering LLC to Provide Engineering Service Sponsored by: City Manager RESOLUTION NO. 12-8347 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, TO AUTHORIZE THE CITY MANAGER TO ENTER INTO A CONTRACT WITH S.S.N. ENGINEERING, LLC, TO PROVIDE ENGINEERING SERVICES AS REQUIRED TO APPLY FOR TIGER DISCRETIONARY GRANT, IN AN AMOUNT NOT TO EXCEED TWENTY-THREE THOUSAND NINE HUNDRED DOLLARS ($23,900.00), PAYABLE FROM ACCOUNT NUMBERS 32-541312 and 43-538312; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the application for the TIGER Discretionary grant must include the details regarding statement of work, the project schedule, the project budget and the engineer's plan; and WHEREAS, the City received responses from 5 engineering consultants, and SSN Engineering is the lowest bidder of the five (5) respondents; and WHEREAS, the City Commission of the City of Opa-locka desires to authorize the City Manager to enter into a contract with SSN Engineering, LLC, in an amount not to exceed $23,900.00 to provide engineering services for FY 2012 TIGER Discretionary Grant. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa-locka, authorizes the City Manager to enter into a contract with SSN Engineering, LLC, for the engineering designs for roadways and drainage improvements plans for the application of the FY 2012 TIGER Discretionary Grant, in an amount not to exceed Twenty-three Thousand Nine Hundred Dollars ($23,900.00), payable equally from Accounts 32-541312 and 43-538312. Resolution No. 12-834 7 Sectiion 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 1St day of March, 2012. WC! DOROTHY JOHNSON VICE MAYOR Attest to: Approved as to form . d legal su fic.ency: `^W� l _ L I. oanna Flores Jos:a, s •. v.eller nterim City Clerk C,' y Atto ey Moved by: COMMISSIONER MILLER Seconded by: COMMISSIONER HOLMES Commission Vote: 4-0 Commissioner Holmes: YES Commissioner Miller: YES Commissioner Tydus: YES Vice-Mayor Johnson: YES Mayor Taylor: NOT PRESENT 8399276 vl 0„LOCK p. 0- p1 V B; F/ 'ORASE Memorandum TO: Mayor Myra L. Taylor Vice-Mayor Dorothy Johnson Commissioner Timothy Holmes Commissioner Rose T dus Commissioner Gain iller FROM: Bryan K.Finnie,City i ager DATE: February 23,2 0,7 RE: Engineerin l Services for FY 2012 TIGER Discretionary Grant. Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA REQUESTING APPROVAL FOR THE CITY MANAGER TO ENTER INTO A CONTRACT WITH S.S.N. ENGINEERING, LLC, TO PROVIDE ENGINEERING SERVICES AS REQUIRED TO APPLY FOR TIGER DISCRETIONARY GRANTS NOT TO EXCEED TWENTY THREE THOUSAND AND NINE HUNDRED DOLLARS ($23,900.00). Description: The City of Opa-locka would like to apply for the TIGER Discretionary Grant. Applications must include a detailed statement of work, detailed project schedule and detailed project budget in the project narrative along with the engineer's plans. The City requested proposals from seven (7) consulting firms to prepare an application eligible partial design plan for inclusion in the grant application package to demonstrate the City's willingness and readiness for the grant. Based on the proposals received SSN Engineering is the lowest bidder of the five (5) consultants that responded. Vendor Bid Price Rank SSN Engineering, LLC $23,900.00 1st HSQ Group, Inc. $24,500.00 2nd Calvin, Giordano& Associates, Inc. $24,760.00 3rd ADA Engineering, Inc. $62,640.00 4th Greenhorne and O'mara, Inc. $208,00.00 5th Account Number: 32-541312 Other Professional Services in Public Works Administration ($11,950) for the roadway portion of the design 43-538312 Other Professional Services in Stormwater($11,950) for the drainage portion of the design Implementation Time Line: Immediately. The TIGER Grant is due by March 19, 2012. Legislative History: NONE Recommendation(s): Staff recommends approval as the engineering designs for roadways and drainage improvements will make the City's application more competitive. Analysis: U.S. Department of Transportation is authorized to award $500 million in TIGER Discretionary Grants pursuant to the Consolidated and Further Continuing Appropriations Act, 2012 (Pub. L. 112-055, Nov. 18, 2011). The FY 2012 Appropriations Act specifies that TIGER Discretionary Grants may be not less than $10 million (except in rural areas) and not greater than $200 million. Final applications must be submitted March 19, 2012, at 5 p.m. EDT (the "Application Deadline"). It is highly recommended that the City apply for the TIGER Grant in order to improve City's roadway and drainage system. The engineering services are required to comply with the grant application requirements. In addition to the use of the plans prepared by the consultant for the TIGER Grant the City may also use it for future grants as it includes a wide array of roads in the City. Attachment(S): Copy of Quotes Prepared By: Mohammad Nasir, PE, City Engineer Charmaine Parchment, Grant Writer&Coordinator END OF MEMORANDUM S.S.N. Engineering, LLC 5433 Sealine Blvd.,Greenacres, Florida 33463 SS N Ph: (561)951-3864, Fax: (561)433-1843 ...�■w.�....o http://www.ssnengineering.com February 22,2012 Rose A. McKay City of Opa-Locka Purchasing Division 780 Fisherman Street Opa-Locka, Florida 33054 RE: PROPOSAL FOR ENGINEERING STUDY FOR TIGER III GRANT Dear Ms. McKay: We are pleased to submit this proposal to the City of Opa-Locka for professional engineering study services for the above referenced project. The proposed engineering services will be provided in accordance with the terms and conditions set forth herein. SCOPE OF SERVICES Prepare engineering plans and other documents for Tiger III grant project as per attached scope of services: • The 15%plans will be developed on the Aerial Map for the following roadway segments: o Cairo Ln. (From NW 135th ST to Canal) o Alexandria Dr. (From NW 135th ST to Canal) o NW 127th ST. (From Cairo Ln to NW 32nd Ave and From NW 31st Ave to NW 27th Ave.) o NW 131st ST. (From NW 32nd Ave to Aswan Rd) o NW 31st Ave. (From NW 135th ST to Canal) o Aswan Rd. (From NW 135th ST to Canal) o NW 132nd ST. (From Aswan Rd to NW 27th Ave) o NW 38th Ave. o Ali Baba Rd. (From Opa-Locka Blvd.to NW 22°d Ave) • The plans will include preliminary proposed drainage, roadside parking, bike lane, sidewalk, shoulder, and curb and gutter as necessary to enhance functionality of the roadway segments. • The plans will identify milling and resurfacing, reconstruction, and new construction as applicable. • The plans will include known existing utilities upon receive of utility as-built from the City. • The plans will include key map,typical sections, and plan view. • Will provide Engineer's Opinion of Probable Cost with detailed breakdown. DELIVERABLES We will provide our services in an expeditious and orderly manner to meet the schedule. A pdf copy of the plans and Opinion of Probable Cost will be submitted to City on or before March 15,2012 via email. FEE AND BILLING We will provide services outlined above on the basis of lump sum fee stated below: TOTAL LUMP SUM FEE $23,900.00 If you concur in the foregoing and wish to direct us to proceed with the aforementioned services, please execute the enclosed copy of this letter agreement in the space provided and return the same to the undersigned. We appreciate this opportunity to submit this letter agreement. Please contact me at 561-951-3864 if you have any questions. Sincerely, S.S.N. ENGINEERING,LLC CITY OF OPA-LOCKA B.M.RUBEL SIDDIQUE,P.E. ROSE MCKAY Agreed to this day of ,2012. By: U ca 0 a O cu o ° .° U U • U 0_ •h SO-. 0 U -6' �.+ 0 cs U •° ,.O a) O s. U O -a d C ,b ;, 3 o ° �, I= 0 ca U 0 O a ° O T.; LS. cu ai an 0 .0 0 Q. O ca 0 a a) Ca U co -0 • a a) ° C a) '0 N 4a' U O � �-+ co }' co -°, U E 0 O t0. o at) O O w "O v r= TJ U N 0 U O 0 R. V Ca U a ••• U ccs bn , O ..x� a) › a O ? U .40 • o as ?, 3 3 tn C N X 0 O 0 U U 0 U > t, .--i W S-. c)-, v, y 0 C ON = ° .� g X v, Ca �, C], cis ¢ gm tko 0 ` 0 0 a ° v a, 0 Z .- UU 0 ¢' 0 0 V) 0 y O c1, x w W > co �' 1,-� O - v) a O o +� 4+ 'C3 7, 0., O t], t4 0 0 0 '0 0 O U •0 U O .0 -p 0 ti A., is U Ca 0 U a N C- ° -� •a. X 0 0 x a U to N a, c5 4' L° a,• 5 . a o o N an c� °: V) tea, 0 30 �, > CU o w cn an W a O v, > ° ❑ >. 0 Ca ca Lf x a) ca 0 0. U x ° VI u' = c O o 0 CD = U °❑ Cr U Q, o U O U = :1. U V, ,fig, U x 5 O V) cn O O Ca O O 0 E o O CY - 0 s 0 0 0 0 v, •r 0 0 0 as 0 , a W a 3 d ca as ca is o c ct ca N }' is oaa w 0 uFQ /1\1* ° W , . n. . U C- u. a . N - . V a .1.' U a) a) U U N U a) U U 0 U O O ° " E- H H H U W w H H L: H H O H •..., W � E� O W 0 amz -i N M d to ■O [� cd S � a U VI E-. $- ■ _ .. ■ NON:2 E r t l q:::l' - .. 11 - osier - . p •r x. ili - d_ a� � F4 ..F . N � . - �fix� _ 4 \\ M — :11'4.: �yW�28th�Ave t, O 15 VI,An i:d t s. • x . W ` ' ,., => - "411 is lZ�l��l� f Itim, Z i J # Hillk v4 Ci r ^ 3 41 .._. _ v Pert Saiti-RtJir r MCI W �C A a 6 W °S C524iLSC. t �j- Q 14 44 Alexandria Dr r b I i U 1. F - i Q� tt r,. - I4 ® .• 1 L'71:, r,, - .. I Cairo Lit e Q �e ? I' t I rc it�[tne'— ; Q 1 1 ..._,, ,,.,...,...4„. - • ....—,....— U x . ` z ,rr .,jl. !1i A' 38 th/WO e. 11h f r ID Sit x}1.seiftnou.auna(.a.it -_ y, i " • - _ .-• s t 1 "1 r ! s ♦, - s '�'il3 p 1�Z;A1N. t J � Mir J1çi P i # + Ste. v, _ r r till� CO Cl) f i ' : �a• 'i • �wale � r �o r ,f Y,� � G V c IJ F It _� . . ` (� •* t _4 . 1 . _ 6 ' ' , ,.....4 .p„,, , . - ti+■ ..t.':'-(..1` - ■ - r;1 - .max.' „�: U. -,a �, =%� ," V T ` r t- i i i i 1 1 i i t 1 0. r hs-0 HSQ GROUP, INC. G R O U P Engineers • Planners • Surveyors February 21,2012 Mr. Mohammad Nasir, P.E. City Engineer Public Works 12950 N.W. 42nd Ave. Opa-Locka, FL 33054 Re: Fee proposal for Roadway and Drainage System Improvements. Dear Mr.Nasir: Thank you for inviting HSQ Group,Inc.to submit a fee proposal for the referenced project. We visited the project site on Sunday February 19,2012 to better understand the project scope as listed on the attached copy of the email we received from your office. Our total lump sum professional fee is $24,500. Should you have any questions,please let me know. As directed,we will be emailing this letter to Ms. Rose McKay. Sincerely, HSQ GROUP,INC. Nour Shehadeh,P.E Executive VP 5201 Blue Lagoon Drive,Suite 962 Miami,Florida 33126 Phone(888)477-4364 hsqgroupinc.com Calvin, Giordano g Associates, Inc. a E X C E P T I O N A L S O L U T I O N L S February 22, 2012 Mr. Mohammad Nasir City Engineer City of Opa-Locka 12950 N.W. 42nd Avenue Opa-Locka, FL 33054 RE: City of Opa Locka Roadway System Improvement CGA Proposal No. 12-4834 Dear Mr. Nasir, We are pleased to submit this proposal for Professional Services on the above referenced project. Building Code Services Code Enforcement Construction Engineering& I. Professional Engineering Services Inspection Construction Services Contract Government A. Civil Engineering Data Technologies& Development o Emergency Management 1. Preparation of 15/o conceptual plans prepared on an aerial map for the Services roadways highlighted in Exhibit-A, attached. The plans will include: Engineering Governmental Services • Key map, typical section, plan view overlaid on an aerial. Survey Indoor Air Quality is not included in this proposal. Landscape Architecture& Environmental Services Municipal Engineering • Known utilities and any possible relocations or conflicts Planning Public Administration • Conceptual proposed drainage system Redevelopment&Urban Design • Any necessary roadway elements such as roadside parking, bike Surveying&Mapping Transportation Planning& lanes, sidewalks, ect. to enhance functionality of the site. Traffic Engineering Utility&Community • Recommendation for extending the life of the pavement based on Maintenance Services visual inspections of the existing roadway condition. 1800 Eller Drive,Suite 600 2. Preparation of an engineer's opinion of probable cost Fort Lauderdale,FL 33316 Phone:954.921.7781 Fax:954.921.8807 www.calvin-giordano.com Fort Lauderdale West Palm Beach Port St.Lucie Homestead Clearwater Jacksonville Atlanta February 22,2012 Page 2 of 8 3. The plans and probable cost shall be submitted to the City by the March 15th, 2012 deadline. BASIS OF PROPOSAL • Any opinion of the construction cost prepared by Calvin, Giordano & Associates, Inc. represents its judgment as a design professional and is supplied for the general guidance of the CLIENT since Calvin, Giordano &Associates, Inc. has no control over the cost of labor and material, or over competitive bidding or market conditions. Calvin, Giordano &Associates, Inc. does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to the CLIENT. • Any outside engineering services, studies, or laboratory testing not specifically mentioned in the Scope of Services will be the responsibility of the CLIENT. All municipal, permit, and agency fees as well as Title Certificates will be paid by the CLIENT. • Basic services outlined within this proposal shall be considered complete when the project plans are submitted to the regulatory agencies for Certification. • Calvin, Giordano &Associates, Inc. is performing the consultant services set forth in this Agreement strictly as a professional consultant to CLIENT. Nothing contained in this Agreement shall create any contractual relationship between Calvin, Giordano &Associates, Inc. and any contractor or subcontractor performing construction activities on the project, or any of CLIENT's other professional consultants. • Calvin, Giordano &Associates, Inc. shall not be responsible for the contractor's schedules or failure to carry out the construction in accordance with the construction documents. Calvin, Giordano &Associates, Inc. shall not have control over or charge of acts or omissions of the contractor, subcontractors, or their agents or employees, or of any other persons performing portions of the construction. • Calvin, Giordano &Associates, Inc. will require that all consultants carry proper insurance, including professional liability insurance, if appropriate. • Permit construction certification will include one partial and one final inspection. ADDITIONAL FEES The following services are NOT included in this proposal and will be considered Additional Services, which will be addressed in a separate contractual agreement. The services include but are not limited to: • Architectural, structural(i.e., retaining walls, bridges, docks), mechanical (i.e., fire pumps), fire protection,geotechnical and testing, environmental assessment, power, gas,telephone, cable television, site lighting services. February 22,2012 Page 3 of 8 • Calculations for needed fire flow for site demands,based on building type use and size, if required. • Calculations of off site flood stages. • Construction quality control inspections. • Off-site engineering and negotiations for off-site easements, if required(other than as specified in the Scope of Services). • Permit application or negotiation with permitting authorities other than those specifically listed herein. • Preparation of construction contract documents, other than drawings and technical specifications(e.g., bid schedule,project manual); • Professional land surveying not included in the scope of services(i.e., buried utility investigation, easement research, condominium documents,project stake- out and as-built drawings). • Professional services required due to conditions different from those itemized under the Scope of Services or due to events beyond the control of Calvin, Giordano &Associates, Inc. • Professional services required, due to changes in the site plan initiated by the CLIENT, their representatives or other consultants (e.g., architects, landscape architects, etc.) after either design or preparation of the construction drawings has commenced. • Re-review of rejected shop drawings. • Review and approval of Contractor pay requests. • Review of Data supplied by the CLIENT (i.e. GIS data sets, databases, aerial images, etc.)required for integration into this project. • Review of shop drawings for contractor or Client selected alternatives, materials, products, etc. • Special shop drawing annotation and modification to expedite shop drawing approval process. • Updated boundary survey, site evaluation or closing assistance work, unless specified above. REIMBURSABLE EXPENSES February 22,2012 Page 4 of 8 Calvin, Giordano &Associates, Inc. and its consultants will be reimbursed for the printing of drawings and specifications, deliveries, Federal Express services, required travel time and travel expenses, long distance telephone calls, fax transmittals, postage, fees paid for securing approval of authorities having jurisdiction over the project, renderings,models and mock-ups required by CLIENT, as required. Reimbursable expenses and sub-consultant invoices will be billed directly to the CLIENT at a multiplier of 1.25. MEETING ATTENDANCE Due to the difficulties of predicting the number or duration of meetings, no meetings other than those listed above, are included in the Schedule of Fees shown below. Preparation for and meeting attendance, as necessary, will be provided on a time and materials basis and will be billed at the standard hourly rates in accordance with the attached Hourly Rate Schedule. SCHEDULE OF FEES Calvin, Giordano &Associates, Inc. will perform the Scope of Services for a lump sum fee as shown in the proposed Schedule of Fees: PROPOSED SCHEDULE OF FEES I Professional Engineering Services A Professional Civil Engineering Services $24,760.00 II Meetings not included in I thru I Hourly TOTAL (Plus Hourly Services) $24,760.00 TERMS OF THE AGREEMENT • Calvin, Giordano & Associates, Inc. agrees to indemnify, hold harmless CLIENT's, its officers, agents, servants, and employees against any and all claims, losses, liabilities, and expenditures of any kind, including attorney fees, any appellate attorney costs, court costs, and expenses, caused by, arising from or related to negligent, omissions or negligence of Calvin, Giordano &Associates, Inc. • Calvin, Giordano &Associates, Inc. and the CLIENT agree by their signatures on this document that each party will not hire or attempt to hire any staff from the other party while under contract together. February 22,2012 Page 5 of 8 • Calvin, Giordano &Associates,Inc. is preparing and providing drawings, plans, specifications and other documents as outlined in the scope of services for this Agreement for use in the construction of this project, based upon design and construction criteria prepared and provided by others, including but not limited to the CLIENT and CLIENT's consultants. Calvin, Giordano &Associates, Inc. is not responsible for any errors and omissions in the aforesaid design and construction criteria provided by others. • CLIENT agrees to indemnify,hold harmless and, at Calvin, Giordano & Associates,Inc.'s option, defend or pay for an attorney selected by Calvin, Giordano &Associates, Inc., to defend Calvin, Giordano &Associates, Inc., its officers, agents, servants, and employees against any and all claims, losses, liabilities, and expenditures of any kind, including attorney fees, any appellate attorney costs, court costs, and expenses, caused by, arising from, or related to any acts, omissions or negligence of CLIENT or its consultants. • CLIENT agrees to limit Calvin, Giordano, &Associates, Inc.'s liability for any and all claims that CLIENT may assert on its own behalf or on behalf of another, including but not limited to claims for breach of contract or breach of warranty, to the amount of fees paid to Calvin, Giordano &Associates, Inc., pursuant to this Agreement. • Drawings, specifications, and other documents and electronic data furnished by Calvin, Giordano &Associates, Inc. in connection with this project are instruments of service. All original instruments of service shall be retained by Calvin, Giordano &Associates, Inc. and will remain their property, with all common law, statutory and other reserved rights, including copyright, in those instruments. This information provided in the instruments of service is proprietary and will not be shared with others without prior written consent. The CLIENT may request reproducible copies, and all original documents upon payment of all outstanding invoices, and expenses. • In the event of termination in accordance with this Agreement or termination not the fault of Calvin, Giordano &Associates, Inc., Calvin, Giordano &Associates, Inc. shall be compensated for services properly performed prior to receipt of notice of termination, together with Reimbursable Expenses then due. • Invoices for work accomplished to date will be submitted monthly and are payable within thirty(30) days. The CLIENT will pay invoices upon receipt and understands interest charges of 1.5% per month will be applied to any unpaid balance past thirty(30) days. Calvin, Giordano & Associates, Inc. may elect to stop work until payment is received. If work is stopped for thirty(30) days or more, Calvin, Giordano &Associates, Inc. may request compensation for start-up costs when work resumes. February 22,2012 Page 6 of 8 • The CLIENT or their representative shall be available to meet with Calvin, Giordano &Associates, Inc. and provide decisions in a timely manner throughout the course of the project. The CLIENT will provide all plans and other pertinent information, which are necessary for Calvin, Giordano &Associates, Inc. to provide complete professional services as outlined in this contract. • The terms of Agreement shall be valid for the Client's acceptance for a period of thirty(30) days from the date of execution by Calvin, Giordano &Associates, Inc. after which time this contract offer becomes null and void if not accepted formally(evidenced by receipt of an executed copy of this document). All rates and fees quoted in this document shall be effective for a period of six(6) months, after which time they may be renegotiated with the CLIENT. • This Agreement may be terminated by either party upon not less than seven (7) days written notice should the other party fail substantially to perform in accordance with the terms of this Agreement through no fault of the party initiating the termination. Failure of CLIENT to make payments to Calvin, Giordano &Associates, Inc., in accordance with this Agreement, shall be considered substantial nonperformance and cause for termination. MISCELLANEOUS PROVISIONS • CLIENT and Calvin, Giordano &Associates, Inc., respectively, bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement and to the partners, successors, assigns, and legal representatives of such other party with respect to all covenants of this Agreement. Neither CLIENT nor Calvin, Giordano &Associates, Inc. shall assign this Agreement without written consent of the other. • This Agreement represents the entire and integrated agreement between the CLIENT and Calvin, Giordano &Associates, Inc. and supersedes all prior negotiations, representations or agreements, either written or oral. This Agreement may be amended only by written instrument signed by both Calvin, Giordano &Associates, Inc. and the CLIENT. • Unless otherwise provided,this Agreement shall be governed by the law of the place where the project is located. February 22,2012 Page 7 of 8 TERMINATION OF THE AGREEMENT • This Agreement may be terminated by either party upon not less than seven(7) days written notice should the other party fail substantially to perform in accordance with the terms of this Agreement through no fault of the party initiating the termination. Failure of CLIENT to make payments to Calvin, Giordano & Associates, Inc., in accordance with this Agreement, shall be considered substantial nonperformance and cause for termination. • In the event of termination in accordance with this Agreement or termination not the fault of Calvin, Giordano & Associates, Inc., Calvin, Giordano & Associates, Inc. shall be compensated for services properly performed prior to receipt of notice of termination, together with Reimbursable Expenses then due. We appreciate the opportunity to submit this proposal. Calvin, Giordano & Associates, Inc. is prepared with the necessary manpower to proceed with the proposed scope of services upon receipt of the executed authorization. Our personnel are committed to completing the project in a timely manner. Please indicate your acceptance of this proposal by signing below and returning one executed copy of the contract to this office. We look forward to working with you in making this project a success. Sincerely, CALVIN, GIORDANO & ASSOCIATES, INC. �--1 `CJ Shelley Eichner, AICP Senior Vice President February 22,2012 Page 8 of 8 Cost of these services are$24,760.00 plus hourly as noted in fee breakdown. ACCEPTANCE OF CONTRACT CALVIN, GIORDANO & ASSOCIATES, INC. By: Qs.2.A. L ¶'cJL Date: ,2( e9., /( Nal e: Shelley Eichne , AICP Title: Senior Vice President By: Date: Name: Mr. Mohammad Nasir Title: City Engineer % .1 = ate. 1 # :..f [4W-Lfith'frt C4' /7) \ E-, i n - sr I r+ {w ri z t $ , -gin flth':1 vel r LI-- h iti,,,,,-1‘..4,.,...'.1";71,-,‘.. ' 'i"7..,.._.'1'4: -141111111!1**61.71111,...*!:11.-., _ Aswan Rd C IM W \ t 1 ...:t '; - izAe C! f✓ � .. L Z z — . .'�'. 2 -Ae —.Q rr�� - - " — - ! :: NW-3.2n H 'y 1 z�—.,--_Pi�rt Said Rc Kr jY I J c s 6 _ t z .0-1 g 1 d w Sesame St ■ :4 ° C4 Alexandria Dr la " i .*-1" c/ # N �4 'A• t/9 tw 't a d zz 0 Cairo Ln }� a t 3 6t1i 1ve �� � T.1 i , _ {�O V _1 •I■1 U `1,1 " NW 3£3th Ayin , ��� �-. ------.4:11X1 sVI Nil 00.anna[.a it A .: Calvin, Giordano & Associates, Inc. Cq, , 4 E X C E P T I O N A L S O L U T I O N S i sue " PROFESSIONAL FEE SCHEDULE Principal 215.00 LANDSCAPE ARCHITECT Contract Administrator 190.00 Associate,Landscape Architect 165.00 Project Administrator 165.00 Senior Landscape Architect 130.00 Executive Assistant/Clerical 75.00 Environmental Administrator 125.00 Landscape Architect 115.00 ENGINEERING Environmental Specialist 105.00 Associate,Engineering(VI) 190.00 Landscape CADD Technician 95.00 Director,Engineering(V) 165.00 Environmental Assistant 85.00 Project Manager(IV) 145.00 Landscape Inspector/Arborist 105.00 Project Engineer(III) 125.00 Landscape Designer 115.00 Engineer(II) 105.00 Landscape Site Plan Reviewer 130.00 Jr.Engineer(I) 100.00 Engineer Technician 105.00 SURVEYING Senior CADD Tech Manager 115.00 Associate,Surveying 165.00 CADD Technician . 95.00 Senior Registered Surveyor 145.00 Traffic Engineer(II) 125.00 Survey Crew 135.00 Traffic Engineer(I) 100.00 Registered Surveyor 130.00 Traffic Technician 90.00 Survey Coordinator 105.00 Permit Administrator 90.00 CADD Technician 95.00 3D Laser Scanner 355.00 i DATA TECH DEVELOPMENT Hydrographic Survey Crew 330.00 Associate,Data Tech Dev. 165.00 G.P.S.Survey Crew 155.00 GIS Coordinator 145.00 Sub-meter G.P.S 75.00 GIS Specialist 125.00 Soft Dig(per hole) 480.00 Multi-Media 3D Developer 115.00 Utility Locates(per hour) 205.00 GIS Technician 100.00 Building Code Services Sr,Applications Developer 165.00 INDOOR AIR QUALITY SERVICES Applications Developer 135.00 Sr.Environmental Scientist 115.00 Code Enforcement Network Administrator 155.00 Environmental Scientist 100.00 Construction Engineering& System Support Specialist 115.00 Inspection IT Support Specialist 85.00 CONSTRUCTION Construction Services Associate,Construction 165.00 Contract Government GOVERNMENTAL SERVICES Construction Management Director 135.00 Data Technologies& Associate,VP 190.00 Construction Manager 125.00 I Development Director of Code Enforcement 145.00 Senior Inspector 100.00 Emergency Management Director of Building Code 145.00 Inspector 90.00 I Services Project Manager 145.00 Construction Coordinator 90.00 Engineering Grants Administrator 125.00 Governmental Services Code Enforcement Field Supervisor 110.00 EMERGENCY MANAGEMENT Code Enforcement Field Inspector 90.00 Director 145.00 Indoor Air Quality Building Official 115.00 Planner 105.00 Landscape Architecture& Building Plans Reviewer 90.00 Assistant Planner 90.00 Environmental Services Building Inspector 90.00 Municipal Engineering Permit Processor 75.00 PLANNING Planning Associate,Planning 175.00 Public Administration REDEVELOPMENT&URIIANDFSIGN Director of Planning 145.00 Revitalization Project 165.00 Planning Administrator 135.00 Redevelopment&Urban g Design Revitalization Coordinator 130.00 Assistant Director 125.00 Surveying&Mapping Alternative Funding/Technician 100.00 Senior Planner 125.00 Commercial Zoning Administrator 130.00 Assistant Planner 90.00 Transportation Planning& Redevelopment Planner 105.00 Traffic Engineering Specialist/Downtown Manager 100.00 EXPERT WITNESS 1 Utility&Community Municipal Administrator 165.00 Principal/Associate 330.00 Maintenance Services Municipal Assistant Administrator 130.00 Registered Engineer/Surveyor 280.00 Municipal Departrtment/Division Head 105.00 Project Engineer 230.00 1800 Eller Drive,Suite 600 In addition to the hourly rates listed above,charges will include direct out-of-pocket expenses Fort Lauderdale,FL 33316 Phone:954.921.7781 such as reproduction,overnight mail,and other reimbursables billed at a multiplier of 1.25. Fax:954.921.13807 Effective February I,2011 I www.calvin-giordano.com Fort Lauderdale West Palm Beach Port St.Lucie Homestead Clearwater Jacksonville Atlanta Corporate Office 8550 NW 33"'Street,Suite 101 Dorat, Florida 33122 T 305.551.4608 D F 305.551.8977 www.adaeng.net February 22, 2012 Ms. Rose A. McKay Purchasing Officer City of Opa Locka 780 Fisherman Street,4th Floor Opa Locka, Florida 33054 REFERENCE: REQUEST FOR PROPOSAL Roadway and Drainage Systems Improvements as Required for Tiger III Grant Application Dear Ms. McKay, A.D.A. Engineering, Inc. (ADA) is pleased to submit this Fee Proposal to provide professional design services associated with the Request for Proposal for Roadway and Drainage Systems Improvements as required for Tiger III Grant Application for the City of Opa Locka (City). As per the minimum design requirements indicated in the Scope of Services, ADA is proposing a lump sum fee of$62,640 to complete the above referenced project. This fee is based on the highlighted roads in Exhibit A and the fact that the project is to be completed in such an expedited manner in order to meet the Tiger III grant deadline of March 15,2012. We thank you for your consideration and look forward to further discussing this project with the City. Sincerely, A.D.A`Engineering, Inc. moo Alberto Argudin, PE, CGC, LEED AP President a) ti as as V) L. C O' a) U C �-.+ E U i+ U _y ti LL. 0 N �; = VI >+ U a) U 0 O O 'LS 'C3 Cr ' L. a a) C 0 a o L. +:+ -O Ca CZ. U •c0 O L. 0 i=+ a) y L. U .Q E = L. 40 a) ›, 0 > v LL. 0 ca -0 • cu o a) -O as �+ c cu- o a) O 0 5L. U V1 '0 a) '--. L.•w O O 0 0 .4 C.) --. h V) 0 a) C 0 O L. ca ca a-, .� Ca cmc aa) b0 - c� V ; O x a) N F� c C o cu ca Ca -o woo o c� ca '0 v a•a) , U C: as C ^O 3 CDE .' a O ca >, 'N - < a N a; a o ) U a, O O c +-+ .Z 0 " Ca 4) O CN1 < O a 0 'y a V L. 4_, a)a, o NO p cn y ._, ca O — o L. = a4 O 0 L. bA Ca ca a CC Z ^0 U L. ¢ O O ►- te N O a) .:Q w> -s a, Z, 0 L. O w o 0 �+ o o u w a. = a -O Vi � n o• 0 :0 C° . - U o cu o aa � bn °' ' °° y o a) o U o. y N •C .X O ti E O a) C � to - ^` � ° CU w o o -.F., a, la-) C.G Z O L. n . w a) p ,cA u cn 'C3 w 'O 3 '-, a) 0 O v1 O a) C O tea, o , �,0., 0 ¢ y a) +� x ca in x �, ca U a a) .0 x aNi O a�i `� y a) a) , a, a, -0 3 = - 0 o N w o "o o o a, o u o Q a°, Fes- y c, O U C L. o Ti C c/] � y Z .S] ' .O \ O ;,O O- 000 Cd.Tr U W O 41 O N N O O N C 0.4 -a C '5 O O O 0 ti •� O CC - Ca C Q w Ai a Cb Cb Cb Cb 0 w Cb ti Ca W C]. C1. Q. C]. U C. C1. C1. C1. N O a (,) C Li. O o a) a) a) a) a) N a) a) a) c5, = a) 1∎•. w y Ems- Ems- Ems- Fes- Ems- Lam. Fes- Ems- Ems+ a) 0 E-- O v c/) F-. 3 r.. 4 r �i`2‘" , t { % .;,Vv�tii 1 s • f. ---RW-Y.fr111'lrl° E.- y ©* _ ' ' -- f N�W1.2.7�th 1i e ms,- ,-. 1 -. $ r ,Z ,,,___L___. , ,f j! _j 1 '-'.:tj ' ': .; .- '___.* 1 ( i �, 1-:.; . x M:9 +•'-1 8 ° t hr:1- try y e I t '' W4 -e • � ''• AswanRd - r3 O _) a ° t:1,.._:'',41110::I s`' 1 5; lemi At �tr. m C/� 1 „,- ~ I �,tr k _z Z ri �-° —�—t r�.. tt_ V W-3,2,1517:1 ve •M 3�— * rk I■I tr Z I ( ' .+. v i port Said RLKr dt 3 ,o .,. W SF'S:i 1E'SE.--j �i g11ex,rndriaDt' i F t N .y " ,21- _ O . a — , �r n ay �e i O K Cairn Lu r . z ' i6thvAve ,_..... iml- 1'' ' 'c, ._:,,,,,,,, \ . ..,T. .0 . .---.- , x . . v at f - "st 4 NW 38thAs[] ,. }` '-._ �` p e " iElal.SF tnno rttna(.a(:- v GREENHORNE & O'MARA (UN,ULIING ENGINEERS February 22, 2012 Mr. Mohammad Nasir, PE, City Engineer City of Opa-Locka Public Works & Utilities Department 12950 NW 42nd Avenue Opa-Locka, FL 33054 RE: Fee Proposal for Improvements to Roadway System Dear Mr. Nasir: We are pleased to submit the following fee proposal for your consideration. Our understanding of the scope of work is as follows: To provide preliminary plans (15%) for roadway and drainage improvements to approximately 3.5 miles of local streets within the City limits. The plan view will be provided on aerial maps. A Key Sheet based on FDOT requirements will be included. Typical sections will be included for new construction, resurfacing, and widening. Details as needed will be provided for on street parking. Bike lanes and sidewalks will be provided where right-of-way is adequate. A drainage plan for the area will be provided. A detailed cost estimate for construction will also be included. An assessment of the existing roadways will be provided. The assessment will include recommended improvements and expected benefits. A preliminary utility investigation will be undertaken. Known utilities will be provided in the plans and relocation schemes presented. An estimate of permitting effort will be determined and included. 2 meetings with City Officials will be attended. Potential contamination sites will be reviewed by visiting the FDEP websites. Information obtained may impact the scope of work and which type of drainage system to provide. Potential areas to receive street lighting will be included in the preliminary plan. Our estimate for performing these preliminary services is $208,000. Thank you for the opportunity to respond. tee4r9 MD Rahman, PE Project Manager 3223 Commerce Place,Suite 100•west Palm Beach,FL 33407 Phone 561 686 7707•Fax 561 686 0299 www.G-and-O.com