HomeMy Public PortalAbout2007-26 C3TS Harbor Drive Project Work AuthorizationRESOLUTION NO. 2007-26
A RESOLUTION OF THE VILLAGE COUNCIL OF THE
VILLAGE OF KEY BISCAYNE, FLORIDA, APPROVING
WORK AUTHORIZATION FOR THE SERVICES OF THE
FIRM OF CORZO CASTELLA CARBALLO THOMPSON
SALMAN, P.A. ("C3TS"); PROVIDING FOR C3TS TO
PERFORM ENGINEERING FINAL DESIGN SERVICES, BID
PHASE SERVICES, AND CONSTRUCTION
ADMINISTRATION AND INSPECTION SERVICES FOR
HARBOR DRIVE PROJECT; PROVIDING FOR
IMPLEMENTATION; PROVIDING FOR EFFECTIVE DATE.
WHEREAS, pursuant to Resolution No. 98-34, the Village of Key Biscayne (the "Village")
has previously entered into a series of continuing contracts with engineering and architecture firms
for necessary services; and
WHEREAS, the engineering, architecture and planning firm of Corzo Castella Carballo
Thompson Salman, P.A. ("C3TS") is under a continuing contract to the Village as authorized by
Resolution No. 98-34, and has provided professional services to the Village on several projects in
a timely and efficient manner; and
WHEREAS, the Village finds that it is in the best interest of the Village to utilize C3TS for
the purpose of performing engineering final design services, bid phase services, and construction
administration and inspection services for the Harbor Drive project (the " Project"), in accordance
with the attached Work Authorization and with the Village Manager's memorandum, which
accompanies this Resolution.
NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE VILLAGE
OF KEY BISCAYNE, FLORIDA, AS FOLLOWS:
Section 1. Recitals Adopted. That each of the recitals stated above is hereby adopted
and confirmed.
Section 2. Work Authorized, Specification of Funds. That pursuant to the
existing continuing contract between C3TS and the Village, the performance of additional
engineering and related services (the "Engineering Services"), as described above and as described
in the attached Work Authorization, dated May 30, 2007, is hereby approved and authorized for the
Project, subject to the funding source and any other limitations which are set forth in the above
referenced Village Manager's memorandum.
Section 3. Work Authorization Approved.
A. That the Village Manager is hereby authorized to execute the Work Authorization,
in substantially the form attached hereto, for the accomplishment of the Engineering Services which
are authorized hereunder, once approved by the Village Attorney as to form and legal sufficiency.
B. That the total fees payable pursuant to the Work Authorization shall not exceed One
Hundred Twenty Eight Thousand ($128,000) Dollars, unless further authorized by the Village
Council.
Section 4. Implementation. That the Village Manager is hereby authorized to take any
and all action which is necessary to implement the purposes of this Resolution and the Work
Authorization.
Section 5. Effective Date. That this Resolution shall be effective immediately upon
adoption hereof and shall be applied retroactively to any Engineering Services which are authorized
herein.
PASSED AND ADOPTED this 5th day of June , 2007.
2
MAYOR ROBERT L. VERNON
ATT
dc/aa/ezy
CHITA H. ALVAREZ, CMC, VILLAGE CL
APPROVED AS TO FORM AND LEGAL SUFFIC
J
VILLAGE ATTORNEY
F:\100\103001\Resolutions\Approving Work for services of Corzo Castello Et Al (revised).doc
3
1
CORZO
Engineers
Architects
Planners
EB0005022
AAC002142
May 30, 2007
Village of Key Biscayne
88 West McIntyre Street
Key Biscayne, Florida 33149
Attention:
Reference:
WORK AUTHORIZATION
Mr. Jud Kurlancheek, AICP
Director, Building, Zoning and Planning
Harbor Drive Improvements
Final Design, Bidding & Construction Phases
Village of Key Biscayne, Florida
Dear Mr. Kurlancheek:
The firm or Corzo Castella Carballo Thompson Salman, P.A. (C3TS) is pleased to submit this
proposal for professional services for the Village of Key Biscayne to perform the final design,
preparation of construction documents, and provide bidding and construction administration
services for the Harbor Drive Improvement project as approved by Village Council on 05/15/07.
I. Scope of Services
Task A. Heavy Civil Elements for Woodcrest Road to Fernwood Road Section
Negotiation with M. Vila & Associates for preparation and execution of contract Change Order
for completion of this work. Preparation of geometry, drainage and grading plans and details
suitable for Contractor (M. Vila & Associates) to build the heavy civil elements of this segment of
the project under contractual change order to Crandon Boulevard project. Heavy civil elements
consist of demolition, drainage, curbs, sidewalk, pavers and asphalt overlay. During
construction period (early June 2007 to mid -August 2007), we will provide construction
administration and inspection services as an extension of the services currently being provided
on Crandon Boulevard project.
Task B. Final Design and construction documents for Hacienda Canal to Woodcrest
Road section, and for Landscaping & Irrigation elements of entire Harbor Drive
Improvement Project
Final design and preparation of construction documents for all project elements on the Harbor
Drive section between Hacienda Canal & Woodcrest Road, including the Harbor View Plaza.
These services will also include preparation of landscaping and irrigation plans for the entire
project length.
Task C. Lighting Layout and Coordination with FPL
Photometric design and luminaire/pole specification and spacing of proposed lighting system
along north side of Harbor Drive along full project limits. Coordination with FPL for their design
and preparation of construction documents and the provision of fixed -price proposal to the
Village to install the system.
901 Ponce de Leon Blvd., Suite 900 Coral Gables, Florida 33134 305.445.2900 1.800.448.0227 Facsimile 305.445.3366
Web Site: www.c3ts.com Equal Opportunity Employer
Work Authorization
Harbor Drive Improvements
Village of Key Biscayne
May 30, 2007
Page 2
Task D. Bid Phase Services
During the bidding phase for the construction documents described in Task B above, C3TS will
provide project manual, including bid form and tabulations, specifications and contract
documents, attend pre -bid conference, answer contractor inquiries, and provide addenda as
needed, evaluate and tabulate bids and provide recommendation for award.
Task E. Construction Administration
During the construction phase of the construction described in Tasks B and C above, it is our
understanding that C3TS will provide Construction Administration services as follows:
• Prepare Contract Documents, Notice of Award and Notice to Proceed.
• Attend pre -construction conference and prepare minutes for distribution.
• Shop drawing review.
■ Attend periodic progress meetings and prepare minutes for distribution.
■ Respond to Contractor request for information (RFI) and clarification/
interpretation of contract documents.
• Coordinate utility concerns and issues with regard to conflicts.
■ Process all Construction correspondence and maintain files.
• Review and Make Recommendations for Contractor payment requisitions.
■ Review and Make Recommendations for Contractor change order requests, if
any.
■ Provide part-time inspector (approximately 20 hours per week).
■ Provide final inspection, punch -list, and contract close-out.
■ Coordinate materials and density testing.
■ Provide photographic history of project in digital format.
II. Fees
The total fees for this project have been calculated in the attached Manhour Estimates
spreadsheet. The fee for these services is broken down as follows:
Task A — Heavy Civil (Woodcrest to Fernwood only) $27,260
Task B — Final Design & CD's $43,490
Task C — FPL Lighting $9,410
Task D — Bid Phase Services $4,850
Task E — Construction Administration $42,990
Fee Total Lump Sum $128,000
III. Insurance; Indemnification
C3TS shall maintain liability insurance related to the work undertaken by it hereunder as
reflected on the Certificate of Insurance which is attached hereto as Exhibit "A", including the
Village as Certificate Holder and additional insured for this work. Further, C3TS shall indemnify
and hold harmless Village, its officers and employees in accordance with and as authorized by
Section 725.08, as if said statute was incorporated herein verbatim.
Work Authorization
Harbor Drive improvements
Village of Key Biscayne
May 30, 2007
Page 3
This proposal will be subject to the terms of the signed Agreement between the Village of Key
Biscayne and C3TS, PA., for Professional Services dated 07/15/98.
If you have any questions, please do not hesitate to give me a call at (305) 445-2900 or e-mail
at rcastella c3ts.com. We thank you for the opportunity to offer these services, and look
forward to our continued working relationship with the Village.
If this proposal is deemed acceptable to all parties, please sign in spaces provided.
qeline Menende
illage Manager
Village of Key Biscayne
L \Protects\1108-001W O-Proposals\WO053007HarborOnve doc
Ramon Castella, P.E.
PrincipalNice President
C3TS, P.A.
Corzo Castella Carballo Thompson Selman, P.A. Fee Worksheet - Page 1
Harbor Drive Improvements
FEE WORKSHEET
DATE:
PROJECT:
May 30, 2007
Harbor Drive Improvements
Final Design, bidding & construction phase services
Village of Key Biscayne
Task A- Heavy Civil (Woodcrest to Fernwood):
Task
Prin
PE/RA
El/A1
Sr. Tech.
Tech/insp
Clerical
Change Order Negotiation
12
8
4
8
4
Construction plans & details
12
24
24
24
40
8
Extension of Const. Admin Services
8
16
48
8
120
8
Sub -Total Hours
32
48
76
40
160
20
Billing Rate
135
95
80
65
55
45
Labor Cost
$4,320
$4,560
$6,080
$2,600
$8,800
$900
Labor Sub -Total
$27,260
Task B - Final Design Phase:
Task
Prin
PE/RA
El/AI
Sr. Tech.
Tech.
Clerical
Roadway and Drainage
Key Sheet
2
4
Typical Sections (2 sheets)
2
4
8
12
16
2
Plan & Profile Sheets (2shts @ 1"= 20')
8
16
24
12
36
Special Plan Details (1 sheet - plaza)
4
8
12
16
24
Special Profiles (1 sheet)
2
6
12
8
12
Notes, Details & Schedules (2 sheets)
2
4
8
4
6
4
Demolition Plans
2
4
2
4
Landscaping & Irrigation.
Planting Plans (3 sheets)
4
12
16
12
48
2
Irrigation Plans (3 sheets)
2
8
16
12
36
2
Details, notes and schedules
2
4
12
8
12
2
General
Coordination and Review Mtgs.
8
4
4
4
Cost Estimates
4
4
6
8
2
Project Specifications
2
4
6
6
Project Manual / Bid Forms
2
8
12
6
Final Design Phase Sub -Total Hours
42'
86
144
94
194
30
Billing Rate
135
95
80
65
55
45
Labor Cost
$5,670
$8,170
$11,520
$6,110
$10,670
$1,350
Labor Sub -Total
$43,490
Corzo Castella Carballo Thompson Salman, P.A.
Task C- FPL Lighting:
Fee Worksheet - Page 2
Harbor Drive Improvements
Task
Prin
PE/RA.
EI/AI
Sr. Tech.
Tech/insp
Clerical
Photometric lighting design & layout
2
8
12
12
4
Coordination with FPL for proposal
8
16
12
8
4
8
Village execution of contract
4
8
4
4
Sub -Total Hours
14
32
28
20
4
16
Billing Rate
135
95
80
65
55
45
$720
Labor Cost
$1,890
$3,040
$2,240
$1,300
$220
Labor Sub -Total
$9,410
Task D - Bid Phase:
Task
Prin
PE
El
Sr. Tech.
Tech.
Clerical
Preparation of bid package
2
4
2
2
Pre -bid Conference
2
4
2
Contractor Inquiries and Addendum
2
4
4
4
2
Review of bids and qualifications
2
4
4
2
Bid Tabulation & Recomm. For Award
2 2
4
2
2
Bid Phase Sub -Total Hours
8 16
16
8
0
10
Billing Rate
135 95
80
65
55
45
Labor Cost
$1,080 $1,520
$1,280
$520
$0
$450
Labor Sub -Total
$4,850
Task E - Construction Phase: (Assumes 4 month continuous construction period)
Task
Prin
PE/RA/CM
El/AI
Insp.
Clerical
Pre -construction Conference & Activities
2
6
6
6
6
Shop Drawing Review
8
12
2
Bi-weekly Meetings
4
24
8
8
Contractor RFI and Clarifications
4
12
8
8
Contractor Payment Requisitions
2
8
8
18
4
Contractor Change Order & Requests
2
12
6
4
Periodic Inspection (20 hrs/wk)
4
12
24
346
24
Final Inspection & Close-out
4
12
18
12
8
Construction Phase Sub -Total Hours
22
94
90
382
64
Billing Rate
135
95
80
55
45
Labor Cost
$2,970
$8,930
$7,200
$21,010
$2,880
Labor Sub -Total
$42,990
AcoRQ CERTIFICAT►.. OF LIABILITY INSURANCL
OP ID G DATE(MWDDNYYY)
C3TS-01 03J22/07
PRODUCER
Combined Underwriters of Miami
8240 N.W. 52 Terr, Suite 408
Miami FL 33166
Phone:305-477-0444 Fax:305-599-2343
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
NAIC #
INSURED
CORZO CASTELLA, CARBALLO
THOSPSSON SALMAN, P.A.
CCORAL�GABLES FL 33134 #900
INSURER A HARTFORD F/RE INSURANCE CO.
INSURER B' AMERICAN HONE ASSURANCE CO
INSURER C' TRAVELERS INDEMNITY COMPANY
INSURER0 CNA INSURANCE COMPANY
INSURER E
E
THE
ANY
MAY
POLICIES
t SR
LTR
POLICIES
REQUIREMENT,
PERTAIN,
NSRD
NSRD
OF INSURANCE LISTED BELOW HAVE
TERM OR CONDITION OF ANY
THE INSURANCE AFFORDED BY THE
AGGREGATE LIMITS SHOWN MAY HAVE
TYPE OF INSURANCE
BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING
CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
BEEN REDUCED BY PAIO CLAIMS
POLICY NUMBER
DATE E
)
PDATEYMRUDD/YY N
( )
LIMITS
A
C
GENERAL
LIABILITY
LIABILITY
COMMERCIAL GENERAL UABIU
PPS 41235574
EMPLOYMENT PRACTICES LIRE
09/22/06
10/16/06
09/22/07
10/16/07
EACH OCCURRENCE
'DAMA
s1,000,000
X
GE
PREMISES(EaFUHCoccurence)NIED
S 300,000
CLAIMS MADE X OCCUR
MED EXP (Any one person(
$10,000
X
$500 BI & PD DED
PERSONAL 8AOVINJURY
51,000,000
PER CLAIM
GENERAL AGGREGATE
s1,000,000
GEN'L
AGGREGATE LIMIT APPLIES PER
POLICY [— PRO- —SECT LOC
PRODUCTS - COMP/OP AGG
S 1,000,000
X
EMPL PRAC
1,000,000
AUTOMOBILE
LIABILITY
ANY AUTO
COMBINED SINGLE LIMIT
(Ea accident)
S
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
BODILY INJURY
(Per person)
S
BODILY INJURY
(Per accident)
S
PROPERTY DAMAGE
(Per accident)
S
GARAGE
LIABILITY
ANY AUTO
AUTO ONLY - EA ACCIDENT
S
OTHER THAN EA ACC
S
AUTO ONLY. AGG
S
A
EXCESS/UMBRELLA LIABILITY
PPS41235574
09/22/06
09/22/07
EACH OCCURRENCE
$4,000,000
X OCCUR CIMMSMADE
AGGREGATE
s4,000,000
DEDUCTIBLE
RETENTION S 0
S
X
S
S
B
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
ANY PROPRIETORIPARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
If yes, descnbe under
SPECIAL. PROVISIONS below
WC6551288
01/01/07
01/01/08
X TORYC S IM S ER
EL EACH ACCIDENT
$ 1000000
E L. DISEASE - EA EMPLOYEE
S 1000000
E L DISEASE -POLICY LIMIT
S 1000000
D
OTHER
PROFFESSIONAL LIAB
TBD
DED. 50,000
10/31/06
10/31/07
PER OCC. 1,000,000
AGGREGATE 1,000,000
DESCRIPTION OF OPERATIONS! LOCATIONS / VEHICLES! EXCLUSIONS ADDED BY ENDORSEMENT! SPECIAL PROVISIONS
LOC#1 901 PONCE DE LEON BLVD #900-400-200 C. GABLES. CONTENTS 281,200
LOC#2 3996 NW 9 AVE. FT LAUD.CONTENTS $75,000 RC/SPECIAL COVERAGE/ 1,000 DED
BLANKET COMPUTERS EDP 200,000 9/22/05-06
RE:CERTIFICATE HOLDER IS LISTED AS ADDITIONAL INSURED. ,
CERTIFICATE HOLDER
CANCELLATIO
VILLAGE OF KEY BISCAYNE
88 WEST MCINTYRE STREET
MIAMI FL 33149
ACORD 25 (2001/08)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
tLiAt.urcut,umr0RATION1988