Loading...
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