Loading...
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