HomeMy Public PortalAbout2004-30 Continuing Contracts with Corzo Castella Carballo Thompson Salman, P.A. ("C3TS")RESOLUTION NO. 2004-30
A RESOLUTION OF THE VILLAGE COUNCIL OF THE
VILLAGE OF KEY BISCAYNE, FLORIDA, AUTHORIZING
THE PROCUREMENT OF ENGINEERING SERVICES
INCLUDING DESIGN, PERMITTING, BIDDING AND
CONSTRUCTION ADMINISTRATION ENGINEERING
SERVICES FOR CRANDON BOULEVARD - PHASE II
IMPROVEMENTS FOR THE VILLAGE OF KEY BISCAYNE,
FROM THE FIRM OF CORZO CASTELLA CARBALLO
THOMPSON SALMAN, P.A. ("C3TS"); PROVIDING FOR
APPROVAL OF WORK AUTHORIZATION PURSUANT TO
CONTINUING CONTRACT; PROVIDING FOR
IMPLEMENTATION; PROVIDING FOR EFFECTIVE DATE.
WHEREAS, pursuant to Resolution No.. 98-34, the Village of Key Biscayne entered into
a series of continuing contracts with engineering firms for necessary services; and
WHEREAS, the engineering 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
WHEREAS, the Village finds that it is in the best interest of the Village to utilize C3TS for
the purpose of performing all necessary engineering services for Crandon Boulevard Improvements
— Phase II, in accordance with the attached Work Authorization and with the Village Manager's
memorandum, which accompanies this Resolution.
NOW, THEREFORE, IT IS HEREBY RESOLVED BY THE VILLAGE 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 engineering services for
design, permitting, bidding and construction administration services for the Crandon Boulevard
Improvements — Phase II, is hereby authorized subject to the funding source and limitations set forth
in the above referenced Village Manager's memorandum.
Section 3. Agreement Approved. That the Village Manager is hereby authorized to
execute the Work Authorization in substantially the form attached hereto, for the engineering work
authorized hereunder between the Village and C3TS, once approved by the Village Attorney as to
legal form and sufficiency.
Section 4. Implementation. That the Village Manager is hereby authorized to take any
necessary action 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.
PASSED AND ADOPTED this 29th day of June , 2004.
449 ceifiti4
MAYOR ROBERT OLDAKOWSKI
AT
CONCHITA H. ALVAREZ, CMC, VILLAGE CLERK
APPROVED AS TO FORM AND LEGAL SUFFICIENCY:
...as
VILLAGE ATTORNE
103.001/Resolutions/Engineering Services for Phase II of Civic Center with C3TS 6.8.04
2
V stage C anc l
Robert Makowski Mayor
Jorge E Mendia V ce May
Martha Fdez Leon Broucek
Carol Diaz -Castro
Mortimer Fried
James L. Peters
Robert L Vernon
— Vass Manag
7
,a,
,....
F*5
E
,....
r
L
r
L
C
r
L
,..
1
L
r
L
Jacqueline R Menendez
Office of the Village Manager
DT June 15 2004
TO • n • able M
FR
RECOMMENDATION
mbers of the Village Council
Village Manager
Crandon Boulevard Master Plan Phase 2 Engtneenng and
Construction Contract
It is recommended that the Village Council approve the attached resolution which
engages the services of Corzo Castella Carballo Thompson and Salmon P A (C3TS)
to prepare the Crandon Boulevard Phase Two final design permitting bidding and
construction documents
BACKGROUND
The Crandon Boulevard Master Plan recommends improvements to Crandon Boulevard
and Harbor Drive from the entrance of the Village to the State Park Phase One
improvements include McIntyre Street and the intersection with Crandon Boulevard
Phase One was funded under the Civic Center Project Phase Two improvements include
Crandon Boulevard from the entrance to McIntyre Street and on Harbor Drive from
Crandon Boulevard to Fernwood Road
On June 1 2004 Council authonzed staff to negotiate a contract with the engineering firm
of Corzo Castella Carballo Thompson and Salmon P A (C3TS) for Phase Two of the
Crandon Boulevard Master Plan The Crandon Boulevard Master Plan Implementation
Committee will monitor and review the preparation of these documents which must be
approved by the Village Council prior to the project being placed out to competitive
bidding
The attached resolution approves the preparation of Design Permitting and Construction
Plans for Phase Two in the amount of $392 260 The resolution also funds this work
through the Villages portion of the Miami Dade Charter County Transit Sales Surtax (one
half penny sales tax) and designates the Surtax as a funding source for the construction
88 West McIntyre Street Key Biscayne Florida 33149 (305) 365 5514 Fax (305) 365-8936
MISSION STATEMENT "TO PROVIDE A SAFE QUALITY COMMUNITY ENVIRONMENT FOR ALL ISLANDERS THROUGH RESPONSIBLE GOVERNMENT
WORK AUTHORIZATION
C3'S
CORZO
CASTE LLA
CARBALLO
THOMPSON
SAL MAN
Engineers
Architects
Planners
EB0005022
AAC002142
June 14, 2004
Village of Key Biscayne
88 West McIntyre Street
Key Biscayne, Florida 33149
Attention: Mr. Jud Kurlancheek, AICP
Director, Building, Zoning and Planning
Reference: Crandon Boulevard Improvements — Phase II
Final Design, Permitting, 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,
construction documents, permitting and provide bidding and construction administration
services for Phase 2 of the Crandon Boulevard Improvements.
I. Project Scope
The second phase in the implementation of the Crandon Boulevard Master Plan will focus on
the north half of the overall Master Plan project. Phase 2 will consist of the master -planned
improvements along Crandon Boulevard starting at the north Village limits and terminating at
the north end of the Phase 1 improvements (at McIntyre/Galen intersection), and also along
Harbor Drive from Fernwood Drive to Crandon Boulevard. The Phase 2 project will also include
bus shelters along the entire Crandon Boulevard within the Village limits. The improvements
shall be in general accordance with the Crandon Boulevard Master Plan, prepared by C3TS and
dated February, 2004.
II. Scope of Services
Project kick-off meeting
The project design kick-off meeting will include members of the C3TS design team
(project manager, civil engineers, architect, landscape architect and electrical engineer)
and Village of Key Biscayne personnel from the various departments involved with the
project, and personnel from Miami -Dade County Public Works. In the meeting, the goals
and scope of the project, the schedule and the budget will be discussed in detail in order
to establish a shared expectation of project success. The lines of communication will be
be established to ensure a timely response to issues, and a well coordinated and well
executed project. Minutes of the meeting will be prepared and distributed to all
attendees, and other interested parties.
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
Crandon Boulevard Improvements, Phase 2
Village of Key Biscayne
June 14, 2004
Page 2
Task A Design Survey
Right-of-way and topographic survey along the project route. The specific scope of
survey services from Ford Armenteros Manucy is attached to this proposal.
Task B Geotechnical Testing
Shallow SPT borings and SFWMD usual open -hole tests will be conducted along the
project route, as needed to support the design of new pavements, drainage systems and
signalization components or streetscape elements. Since the majority of the route will be
utilizing existing pavement areas, these tests will be reserved mainly for those areas
where existing green space is being utilized for the new corridor and drainage
modifications will be needed to replace those being impacted by construction and/or
relocation of existing facilities. Exfiltration tests will only be performed in areas where
potential new drainage systems will be constructed to replace those being impacted by
construction. The specific scope of geotechnical services from Wingerter Laboratories is
attached to this proposal.
Task C Final Design & Permitting
Based on the approved Crandon Boulevard Master Plan, final construction documents
and specifications will be prepared to include:
• Typical Sections
• Demolition Plans
• Maintenance of Traffic and Phasing Plans
• Roadway Plans & Profile
■ Drainage Plans & Profile
• Construction Details
• Architectural Streetscape & Street Furniture Plans
• Bus Shelter Construction Plans
■ Entrance Features Construction Plans
■ Landscaping & Irrigation Plans
• Pavement Marking & Signing Plans
• Signalization Plans
• Lighting Modification Plans
• Erosion Control Plans (NPDES)
A preliminary (30%), a pre -final (90%), and a final (100%) cost estimate for the project
will be prepared and submitted concurrently with the 30%, 90% and 100% plan
submittals, which are scheduled for this project. The Project Manual will be prepared to
include front-end bid documents, construction contract provisions and technical
specifications.
Work Authorization
Crandon Boulevard Improvements, Phase 2
Village of Key Biscayne
June 14, 2004
Page 3
C3TS will file and process the permits for these projects. It is anticipated that a Miami -
Dade County Public Works permit and a Miami -Dade DERM permit will be required for
the project. Additionally, an erosion and sedimentation control permit shall be required
through the Florida Department of Environmental Protection.
During the design process, we will work with staff and the Crandon Boulevard
Implementation Committee in the development of the design, and present project
updates to the Village Council every other month, or at project milestones.
Task D Bid Phase Services
It is anticipated that the Village will seek to pre -qualify Contractors in an initial Request
for Qualifications for both projects, at approximately the 30% completion stage of their
respective design. Qualifications and criteria for pre -selection shall include, but not be
limited to, previous experience with the Village of Key Biscayne, similar type construction
experience, previous bid history, current workload, financial stability, insurance and
bonding capabilities, proximity to the project, ability to work with the Village preparing
cost estimates, history of claims and/or legal action and the firm's Affirmative Action
Plan/EEO/Federal Wage Rate history. The pre -qualified firms will be required to provide
preliminary pricing 'at least once prior to bidding. Then, upon 100% plan completion and
permitting, they will hard -bid the project.
During this pre-qualification/bid phase, we shall provide e -documents needed for
publishing RFQ/bid on Demand Star, attend conferences, prepare minutes for
distribution, answer Contractor inquiries, prepare any addendums, review contractor
qualifications and bid proposals, and make recommendation for pre -qualifications and
award to the Village. Pre -qualification meetings shall be held separately with each
potential Contractor in order to more fairly judge the qualifications of each firm.
Subsequently, once all of the short-listed firms have been selected, the preliminary cost
estimating sessions shall be held as a group with all firms in attendance so that
continuity is maintained throughout the process. No uninvited firms shall be allowed to
participate in the final hard bid phase.
C3TS shall provide the bid item list, technical specifications and special provisions
needed for the bid documents. The Village of Key Biscayne shall be responsible for
providing the front end documents. C3TS shall review the front end documents for
potential conflicts with the plans and specifications and provide written comments to the
Village with regard to these issues.
Task E Construction Administration
During the construction phase, 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.
Work Authorization
Crandon Boulevard Improvements, Phase 2
Village of Key Biscayne
June 14, 2004
Page 4
■ 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 resident 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.
Task F Reimbursables
All permit fees will be paid for by C3TS, and invoiced to the Village as direct
reimbursable costs. Any fees associated with additional reproducibles not provided for in
Section III of this scope shall also be invoiced to the Village as direct reimbursable
expenses. It is not anticipated that travel expenses will be needed for this project, but
should it become necessary to provide inspections, meet with out -of -to\
individuals/agencies or make presentations on behalf of the Village for any purposes,
these expenses shall also be included as reimbursable costs. A lump sum fee shall be
established that should cover all of the potential reimbursable costs. Portions of that fee
shall be billed as necessary to cover costs on a monthly basis.
Ill. Deliverables Format
The construction drawings will be delivered in 11" x 17" format. The Project Manual and
Specifications will be delivered in 8-1/2" x 11" format and in electronic Word format, also on CD.
One set of plans shall be delivered to each Contractor, as well as the Village, during the cost
estimating phases of the project. A total of twenty (20) sets of 30%, 90%, and 100% of
Construction Drawings plans (11" x 17" format) shall be supplied to the Village for dissemination
to the Implementation Committee Village staff and Village Council. A record set plus one
additional copy to be used for reproductions shall be provided to the Village for the purposes of
assembling the final hard bid packages. All reproductions for the final hard bid shall be provided
by the Village. Additionally, a total of seven (7) sets of construction documents (includes signed
and sealed plans plus specification documents) shall be supplied to the Village for permitting
purposes. All copies of plans and specifications needed for procuring permits applied for by
C3TS (i.e. — MDCPW, DERM, etc.) shall be provided by C3TS.
Work Authorization
Crandon Boulevard Improvements, Phase 2
Village of Key Biscayne
June 14, 2004
Page 5
IV. 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 — Design Survey $23,600
Task B — Geotechnical Testing $5,240
Task C — Final Design Phase $223,220
Task D — Bid Phase $14,130
Task E — Construction Phase $118,570
Task F — Reimbursables $7,500
Fee Total Lump Sum $392,260
The design and plan production services will be completed within 240 days from the issuance of
the work authorization. This provides for completed plans by February 28, 2005 (assuming a
July 1, 2004 start date), so that the final bid from the Contractors can be attained by March 31,
2005. We will work with the Village to expedite permitting, however, the time required for permit
review and issuance is not within our control. This project schedule is contingent upon timely
reviews by the Village and all other reviewing agencies.
V. Insurance; Indemnification
C3TS shall mainatain 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.
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.
cq ne Menende
illage Manager
Village of Key Biscayne
11
T 1K14';'7:1rw
L:\Projects\1108-00\W.O-Proposals\WO060404CrandonBlvdlmprovPhass '- itii�
amon Castella, P.E.
PrincipalNice President
C3TS, P.A.
Work Authorization
Crandon Boulevard Improvements, Phase 2
Village of Key Biscayne
June 14, 2004
Page 6
FEE WORKSHEET SUMMARY
Phase Fee
Design Survey $23,600
Geotechnical Testing $5,240
Final Design Phase $223,220
Bid Phase $14,130
Construction Phase $118,570
Reimbursables $7,500
Total: $392,260
L:\Projects\110&00\W .O-Proposals\W O060404Crand on Blvd I mprovPhase2. d oc
Corzo Castella Carballo Thompson Salman, P.A.
DATE:
PROJECT:
Design Survey:
Survey Engineering Coordination
FEE WORKSHEET
June 14, 2004
Crandon Boulevard - Phase II
Final Design Services
Village of Key Biscayne
6
16
20
Fee Worksheet - Page 1
Crandon Blvd. Improvements
Phase II
18
12
2
Sub -Total Hours
6
16
20
18
12
2
Billing Rate
135
95
80
65
55
45
Labor Cost
$810
$1,520
$1,600
$1,170
$660
$90
Labor Sub -Total
$5,850
Survey Sub -Consultant
Geotechnical Testing:
Testing Engineering Coordination
2
8
Sub -Total Hours
2
8
12 2
Billing Rate
135
95
80 65
Labor Cost
270
760
960 130
$17,750
Total $23,600
Labor Sub -Total
$2,210
0
55
0
Geotechnical Sub -Consultant
2
45
90
$3,030
Total $5,240
Corzo Castella Carballo Thompson Salman, P.A.
Final Design Phase:
Streetscape
Architectural Treatment Plans (16
shts. @ 1"= 20'
Streetscape Details (4 sheets)
Coordination w/ Landscaping, Lighting,
Drainage & Utilities
Roadway and Drainage
48
60
6
36
36
16
36
36
16
Fee Worksheet - Page 2
Crandon Blvd. Improvements
Phase II
48
48
24
80
80
12
4
4
4
Key Sheet
Typical Sections (2 sheets)
Plan & Profile Sheets (12shts @ 1"= 20')
Special Plan Details (3 sheets)
Special Profiles (2 sheets)
Cross Sections (2 sheets)
Notes, Details & Schedules (3 sheets)
Phasing & MOT Plans (3 sheets)
Erosion Control Plans
2
4
8
60
12
4
2
8
36
12
16
8
12
72
24
24
36
12
72
24
16
36
16
160
36
16
16
4
6
16
12
8
8
2
12
4
24
6
24
12
16
18
Demolition Plans
2
6
12
12
20
Utility Conflict Details
Pvmt. Marking, Signing & Signal Mods.
2
6
8
16
8
'PM&S Plan Sheets (6 sheets)
2
16
24
36
36
Intersection Signal Details (6 shts.)
Details and Notes
4
24
2
36
4
36
4
72
4
General
Coordinate and Review Mtgs.
Cost Estimates (30,90 & 100%)
Project Specifications
Project Manual / Bid Forms
Permitting:
48
48
24
4
8
16
24
24
2
8
16
16
12
2
8
12
6
MDCPWD
16
24
24
8
8
DERM
Key Biscayne Building & Zoning
2
6
8
2
4
12
8
4
Final Design Phase Sub -Total Hours
Billing Rate
312
135
376
95
506
80
464
65
598
55
50
45
Labor Cost
$42,120
$35,720
$40,480
$30,160
$32,890
$2,250
Labor Sub -Total
$183,620
Landscaping/Irrigation Sub -Consultant
Reproduction Costs (Submittals and Permitting Printing)
$38,000
$1,600
Total $223,220
Corzo Castella Carballo Thompson Salman, P.A.
Jid Phase:
Preparation of RFQ
Pre -submittal Conference
6
6 6 6
Fee Worksheet - Page 3
Crandon Blvd. Improvements
Phase II
8
4
4
4
2
Contractor Inquiries and Addendum
Review of RFQ Pkgs. + Pre-qual.mtgs.
Periodic Pric'g for Pre-Qual.Contractors
Hard Bid Coordination
2
6
4
4
6
12
4
6
8
6
8
6
4
4
8
4
4
Bid Tabulation & Recomm. For Award
2
4
8
4
2
Bid Phase Sub -Total Hours
34
42
40
14
0
32
Billing Rate
135
95
80
65
55
45
Labor Cost
$4,590
$3,990
$3,200
$910
$0
$1,440
Construction Phase: (Assumes 9 month continuous construction period)
Pre -construction Conference & Activities
Shop Drawing Review
Bi-weekly Meetings
".ontractor RFI and Clarifications
24
48
24
24
12
80
Labor Sub -Total
24
40
$14,130
Total $14,130
6
4
24
12
ontractor Payment Requisitions
Contractor Change Order & Requests
Full-time Resident Inspection (40 hrs/wk)
Final Inspection & Close-out
8
8
12
8
24
18
140
24
24 36
12
48 780
24 16
8
4
48
8
Construction Phase Sub -Total Hours
Billing Rate
Labor Cost
90
356
200 844
114
135
95
80 55
45
$12,150
$33,820
$16,000 $46,420
$5,130
Labor Sub -Total
Landscaping/Irrigation Sub -Consultant
Materials and Supplies - Field
Reimbursables:
Allowance for permit fees and additional reproduction
L:\Projects\1108-00\W.O.Proposal\FeeWorksheetCrandonBlvdImprov-Phasell xls
$113,520
$4,500
$550
Total $118,570
$7,500
I- ;Elvtu: 6/10/04 9:10AM; ->C3TS; #597; PAGE 2
JUN.10'2004 09:53 30547790
COMBINED UNDE #4070 P.002/002
op CERTIFICATE OF LIARILITV INSURANCE OPH) FH
DATE (MM/DDIYYYY)
c3Ts-01 06/10/04
PRODUCER
Combined Underwriter• of Miami
7950 NN 53 Street, Suit. 201
Miami FL 33166
Phone:305-477-0444 Fax:305-599-2343
THIS CERTIFICATE IS ISSUED AS A MAKER 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 Ill
l
INSURED
CORED CASTELLA, CARBALLO
TN�gON SALMAN, P.A.
CORALL0GABLES FL 33134 , 900
INSURER A: ASSURANCE COMPANY OF AMERICA
INSURER B: TIG INSURANCE COMPANY
INSURER C: TRAVELERS INDEt4TITY COMPANY
INSURER 0: AMERICAN HOMa ASSURANCE CO.
INSURER E: CONTINENTAL CASUALTY COMPANY
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANT CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
)LTR
INAIWC,
TYPE OP INSURANCE
POLICY NUMBER
% TE (E D E
PDLITE tglis ATION
DA MIMDD/ln1
UMITS
A
C
GENERAL
LIABILITY
COMMERCIAL GENERAL LIABILITY
10069-2001
INPLcmXCer PRACTICIS LIAR
09/22/03
10/16/03
09/22/04
10/16/04
_
EACH OCCURRENCE
_
31,000,000
X
PRD MIBES(E.o ui.n )
$ 50,1000 ,
I 5 000_��
1 CLAIMS MADE Ei OCCUR
MED EXP (My one person)
X
$500 HI & PD DED
PERSONAL &ADV INJURY
s 1, 000, 000
PER CLAIM
GENERAL AGGREGATE
s 4 I 000 , 0 0 0
GEML
AGGREGATE LIMIT APPLIES PER;
POLICY El 28 [Th.oc
PRODUCTS • COMP/OP AGO
$ 2 C 000 (00 0
in
EMPL PRAC
_ 1,000/000
=
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON•OWNED AUTOS
COMBINED SINGLE LIMIT
(Ea occident)
BODILY INJURY
(Per pinion)
$
r....�
BODILY INJURY
(Per wig)
!
PROPERTY DAMAGE
(Per accident)
$
GARAGE
LIABILITY
ANY AUTO
AUTO ONLY • EA ACCIDENT
$
OTHER THAN EA ACC
$
AUTO ONLY; AGO
$
E
EXCESS/UMBRELLA
LIABILITY
OCCUR r_:: CLAIMS MADE
DEDUCTIBLE
RETENTION $10000
PROFESSIONAL LIABILITY
_
08/26/03
`
08/26/04
EACH OCCURRENCE
s1,000,000
AGGREGATE
82,000,000
KY0050206
_
X
$
_
$
D
WORKERS COMPENSATION AND
EMPLOrER6'LIABILITY
ANY CER/ PROPRIETOR/PARTNER/EXECUTIVE
OFFICERIMEMBFA EXCLUDED?
K n, deealbe under
SPECIAL PROV1910NS below
WC65512e8
01/01/04
_
01/01/05
X _TQRY t!MA 3 1 11,r
E.L.EACHACCIOENT
s100000
E.L. DISEASE - EA EMPLOYEE
$ 100000
E,L. DISEASE • POLICY LIMIT
$ 500000
A
OTHER
LOC 1
LOC 2
10069"-2001
BLANKET COMP 200,000
09/22/03
09/22/04
CONTENTS 273000
CONTENTS 75000
DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
LOC #1 901 PONCE DE LEON BLVD #900-400-200 C. GABLES - LOC #2 3996 NW 9 AVE
FT LAUD.CONTENTS $75,000 REPLACEMENT COST/SPECIAL COVERAGE/ 1,000 DEDUCTIBLE
CERTIFICATTE BOLDER IS LISTED AS AN ADDITIONAL INSURED
CERTIFICATE HOLDER
CANCELLATION
VILL001
VILLAGE or KEY BISCAYNE
88 WEST MCINTYRE STREET
KEY BISCAYNE FL 33149
NOTICE TO THE CERTIPICAT
IMPOSE NO OBLIGATION 0
REPRESENTATIVES.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES SE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURERINIU. ENDEAVOR TO MAIL 30 DAYS WRITTEN
SHAU
OP ANY KIND UPON TH INS RER, ITS AOEWTB OR
AUTHORIZED REPRESENTA
SUSAN SAN I Z- GOY.
LIAM
DOR NAMED TO THE LEFT, S
C,(U
--'-®ACORD CORPORAT1 ►� 988
EXHIBIT A - page 1
ACORD 26 (2001108)
CERTIFILATE OF LIABILITY IN °URANCE
THIS CERTIFICATE IS ISSUED FOR INFORMATION PURPOSES ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE OF LIABILITY INSURANCE DOES NOT AMEND, EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED
" ^ TE: (MM/DD/YYYY) 06/10/2004
INSURERS:
JDUCER Marsh USA Inc.
or BROKER: 800 Market Street Suite 2600
A:
Discover Specialty Insurance Company
p p y
St. Louis, MO 63101
Phone: (314) 512-2415
B:
C:
INSURED:
Corzo Castello Carballo Thomps &
Enterprise Rent-A-Car Company et a1.
D:
600 Corporate Park Drive
St. Louis, MO 63105
E:
THE INSURANCE POLICIES LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD LISTED,
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE OF LIABILITY INSURANCE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES LISTED BELOW IS
SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGRATE LIMITS SHOWN MAY HAVE BEEN
REDUCED BY PAID CLAIMS.
COVERAGES:
INSURER TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE LIMITS
LETTER
GENERAL LIABILITY
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE
OCCURENCE
A
AUTOMOBILE LIABILITY
1 ANY AUTO
A ALL OWNED AUTOS
IVI SCHEDULED AUTOS
MHIRED AUTOS
'VI NON -OWNED AUTOS
IVI See Below*
D187A00001
126801
5/17/2004
5/17/2005
Combined Single Limit: $1,000,000
Bodily Injury per Person
Bodily Injury per Acc.
Property Damage:
GARAGE LIABILITY
ANY AUTO
EXCESS LIABILITY
UMBRELLA
OTHER Than UMBRELLA Form
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
DESCRIPTION:
Policy provides protection for any & all operations/jobs performed by the named insured. Certificate
holder is included as an additional insured as their interest may appear. **Any vehicle leased from
Enterprise Fleet Services where the contract includes auto insurance coverage. Waiver of
Subrogation included where required by written contract. Insurance is Primary and Non-contributory.
HOLDER: VENDOR ID: 120 GPBR: 41
AUTHORIZED REPRESENTATIVE:
VILLAGE OF KEY BISCAYNE
88 WEST McINTYRE STREET
KEY BISCAYNE, FL 33149
CANCELLATION:
SHOULD ANY OF THE ABOVE 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 LEI -T, BUT
FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND
UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES.
ynght Moonlit Enterprizes 1999-2003, All Rights Reserved
Form# CV1a-10/25/2002
EXHIBIT A — page 2
AGREEMENT FOR PROFESSIONAL SURVEYING SERVICES
Between
FORD, ARMENTEROS & MANUCY, INC.
And
C3TS
Project: Crandon Blvd. Main Road (from Harbor Drive going South to the
Entrance to Cape Florida Sate Park)
Based on our understanding of your requirements, Ford, Armenteros & Manucy, Inc., (FAM) is prepared
to provide you with the following scope of services:
TASK #1 ROUTE SURVEY (RIGHT-OF-WAY) (357)
SITE: PHASE 1- Crandon Blvd. from Harbor Drive going South to Galan Drive including 5
bus stop sites being Southerly of Galen Drive including 25' into R/W Location and
Elevations, side streets: Key Colony 100' after guard house, Sonesta Drive 250', Heather
Dr. 150', Grand Bay 150', Galen Dr. 150'. Also we provided an up -dated survey of the Key
Biscayne /Harbor Drive prepared on 5/20,1999 on project number 99-126
Under this task, FAM shall prepare a Route Survey including the following information fruit within the public right-of-way.
• Edge ofpavement, curbs & gutters, sidewalks, and driveways.
• Trees and landscaped areas in right-of-way, caliper and species of trees.
• Utilities: water valves, drainage inlets, sanitary sewer manholes, water meter boxes, power poles, light poles, etc.
Indicate sizes of underground utilities.
• Fence lines, sign posts, and other private improvements.
• Aerial overhead lines.
• Property lies /lot lines
• Right -of way centerlines and elevations.
• Dimensions ofpertinent infoirnation.
• Pavement cuts and changes in pavement surfaces.
• Survey 25 feet into the right of way.
Also we are to provide elevations as follows:
• At 25 feet on center, of centerline, edge of pavement, it of sidewalk, center of grass swale, back of sidewalk,
right-of-way line and 25 feet outside of right-of-way line.
• Utility pipe inverts where connected to manholes, inlets, or headwalls.
• A drawing file (AutoCAD R14) will be provided along with a reproducible plot
PROFESSIONAL FEES
TASK#1....................................517,750.00 fixed (plus expenses*)
Fixed fee includes above work description & five copies of survey. * see last page
Client's Initials
Q: kDocumentlFORD COMPANIESIProposalslSurveying1PROPOSAL CRANDON BLVD. C3TS.doc
uu/ u i Guu4 10:U0 MA
Ts
It is our policy to complete our work in the most efficient and cost-effective manner. Please rest assured
that we would ufiii7P our best efforts on the client's behalf. We are prepared to proceed with the work
described above. We request that you acknowledge acceptance of the proposal by signing the enclosed
copy of this letter and returning it to us at your earliest possible convenience.
We appreciate the opportunity to submit our proposal and look forward to working with you on this
project.
THIS AGREEMENT FOR PROFESSIONAL SURVEYING SERVICES AND ATTACHED GENERAL CONDITIONS
ARE HEREBYACKNOWLEDGED AND ACCEPTED
FORD, ARMENTEROS & MANUCY, INC. C3TS
Edwin J. Ferns • ez
Survey Department Director
For the Firm
Date:
time 19 A Po sz-
Authorized Representative
Print Name
Date:
Client's Initials
Q:1DacumentIFORD COMPANIESIProposalslSurveyinglPROPOSAL CRANDON BLVD. C3TS.doc
0.5,14/04 FRI 09:49 FAX 305949_1 28 WINGERTER LABS, INC.
Q001
WINGERTER LABORATORIES, INC.
Engineering Testing & Inspection Services
1820 N. E. 144th Street, North Miami, FL 33181
Telephone No.: (305) 944-3401 Fax No. (305) 949-8698
PRICE QUOTATION
To: Corzo, Castello, Carballo, Thompson, Salmon, P.A.
Attn: Mr. Carlos Herdocia
901 Ponce De Leon Blvd., Suite 900
Coral Gables, FL 33134
Project: Crandon Boulevard Improvements
Crandon Boulevard and Harbor Drive, Key Biscayne, PL
C3TS Project No.
PROPOSED SERVICES:
Date:
Phone:
Fax:
May 14th, 2004
(305) 445-2900
(305) 445,-3366
1 - Perform Eighteen (18) Standard Penetration Tests with Standard Truck Mounted Drill Rig
2 - Perform Four (4) SFWMD Standard Percolation Test with Standard Truck Mounted Drill Rig
at locations established by your representative, Lump Sum = $1,2 00.00
3 - Perform Boring Layout, Site Inspection & Conduct Underground Utility Clearances
through SUNSHINE by Staff Engineer Lump Sum = $25, ).00
4 - Engineering Evaluation and Foundation Recommendations Report Lump Sum — $4a ).00
ESTIMATED TOTAL $3,630.00
PAYMENT TERMS: Net 30 Days, Invoiced upon completion of work
NOTES:
Conducting the above referenced tests involves driving a heavy truck mounted drill rig into the property, and drilling holes into the
ground Wingerter Laboratories, ,Inc. will not assume responsibilttyfor damage to underground utilities, septic tanks or other
underground structures which may result from drilling activities or mobilization of the truck mounted equipment, if not identi, fi yd to us
prior to mobilization to the site.
Prepared By:
along the shoulder of Crandon Boulevard and Harbor Drive to depth of 6' below land surface.
Test to be conducted at 500' intervals at alternate sides of the road.
Lump Sum =
Executive Vice President
I hereby authorize WINGERTER LABORATORIES, INC. to proceed with above
scope of work and agree to pay for these services as per the terms refers .Ytc
described above.
Accepted By: Date:
Name:
Title: _
Philadelphia
Coral Gables
Dallas
Lake Placid
San Diego
San Francisco
Planning & Design
June 2, 2004
Mr. Ramon Castella
C3TS
901 Ponce de Leon Boulevard
Coral Gables, FL 33134
Re: Proposal to Prepare Landscape and Irrigation Design and Construction Plans
for Crandon Boulevard from the entrance to the Village of Key Biscayne to
Galen Drive and + 600 LF of Harbor Drive from Crandon Boulevard to a
Traffic Roundabout
Dear Ramon
On behalf of Wallace Roberts & Todd, LLC (WRT), I am pleased to present this
proposal to prepare Landscape and Irrigation Design and Construction Plans for you
Crandon Boulevard project for the Village of Key Biscayne, Florida. This proposal
assumes that C3TS will provide accurate site plans and existing irrigation plans in
AutoCAD format and that WRT will provide landscape and irrigation design services
in two phases.
Phase One:
1. WRT will research the Dade County and the Village of Key Biscayne Codes
and determine the landscape requirements for this project. WRT will assume
that the C3TS plans meets Miami -Dade County and I'DOT site plan
requirements.
2. WRT will prepare Aboonetiiwer Landscape Design Concepts for presentation
and discussion with Village of Key Biscayne Stakeholders. These conceptual
plans will be based on the following assumptions:
• The entrance area to the Village of Key Biscayne will receive
special upgrade treatment.
• The concepts will focus on shade trees in the swale areas and
additional coconut palms in the median.
• Irrigation will only be required in the swale areas (the medians are
currently irrigated).
• The "park frontage" area will include the addition of flowering
trees.
• The estimated budget for landscape and irrigation improvements is
$500,000.00
Wallace Roberts & Todd, LLC
191 Giralda Avenue, Penthouse
Coral Gables, FL 33134
305.448.0788
www.wrtdesign.com
fax 305.443.8431
4 •
• There will be a maximum of 8 review meetings with stakeholder
groups including the Village of Key Biscayne Village Council.
• WRT will not be responsible for permit dry runs or applications for
permitting
3. Based on the comments and direction following the review of the aiternatim-
concepts, WRT will prepare a final Landscape Master Plan for approval by the
Village of Key Biscayne Village Council.
Phase Two:
1. Based on an approved Landscape Master Plan, if authorized, WRT will prepare
full Landscape and Irrigation Design and Construction Documents and provide
full Construction Administration Services for the Landscape and Irrigation
portion of the project.
2. WRT will prepare an Estimated Cost of Construction for the Site Landscape
and Irrigation Improvements.
Fees for Professional Services:
WRT proposes to complete the two phases of -work outlined above in accordance with
the following schedule of fixed fees including normal reimbursable expenses.
Phase One : $40;000— 8,00°
Phase Two: $ 30,000
Total Fees: $0-40,090- k3 el
If this proposal meets with your approval, please prepare a sub -consulting agreement
contract, which will serve as our authorization to proceed with the phase one basic
services. If modification of this proposal would better suit your needs, please contact
me.
C. Marston, ASLA