Loading...
HomeMy Public PortalAbout1998 East Enid Drive Improvements Agreement.tifRESOLUTION NO. 98-5 A RESOLUTION OF THE VILLAGE OF KEY BISCAYNE, FLORIDA; AUTHORIZING THE VILLAGE MANAGER TO EXECUTE THE ATTACHED AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES WITH WILLIAMS, HATFIELD & STONER, INC.,; PROVIDING FOR AN EFFECTIVE DATE. BE IT RESOLVED BY THE VILLAGE COUNCIL OF KEY BISCAYNE, FLORIDA, AS FOLLOWS: Section 1. That the Village Manager is hereby authorized to execute the attached agreement, on behalf of the Village, with Williams Hatfield & Stoner, Inc., for professional engineering services for East Enid Drive improvements and a new Drainage Outfall System. Section 2. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 10th day of February , 1998. OR JO F. FESTA CONCHITA H. ALVAREZ, VILLAGE CLERK APPROVED AS TO FORM AND LEGAL SUFFICIENCY: y,-,4 i,„ La,+---\ i_.,,, RICHARD J. WEISS, VILLAGE ATTORNEY VILLAGE OF KEY BISCAYNE AGREEMENT FOR SERVICES THIS AGREEMENT, made and entered into on the day of , 1998 by and between the Village of Key Biscayne, Dade County, Florida, party of the first (hereinafter called "Village"), and WILLIAMS HATFIELD & STONER, INC. party of the second part (Hereinafter called "Contractor"); RECITALS The VILLAGE wants to engage the CONTRACTOR to perform certain services as described in accordance with paragraph 1, scope of services to this Agreement ("Specified Services"). The CONTRACTOR wants to provide such Specified Services in connection with the East Enid Road Improvements. In consideration of the mutual covenants in this Agreement, the parties agree as follows: 1. SCOPE OF SERVICES A. The CONTRACTOR agrees, as directed by the Village Manager, to perform the following services described in Exhibit A: 2. FEES FOR SERVICES The CONTRACTOR agrees to charge the VILLAGE for Specified Services provided in accordance in Exhibit A in an amount not to exceed $104,600. 3. TERM The term of this agreement is year unless terminated pursuant to paragraph 7 or extended pursuant to paragraph 9. 4. GENERAL TERMS AND CONDITIONS The VILLAGE reserves the right to increase or decrease the quantity of items installed with appropriate adjustments to the contract price. 5. ASSIGNMENT This Agreement shall not be assignable by the CONTRACTOR. 6. PROHIBITION AGAINST CONTINGENT FEES The CONTRACTOR, warrants that it has not employed or retained any company or person, other than a bonafide employee solely for the CONTRACTOR, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person(s), company, corporation, individual or firm, other than a bona fide employee working solely for the CONTRACTOR any fee, commission, percentage, gift, or any other consideration, continent upon or resulting from the award or making of this Agreement unless approved by the Manager of the Village of Key Biscayne. 7. TERMINATION This Agreement may be terminated by the VILLAGE upon ten days' written notice with or without cause by the CONTRACTOR upon 45 days' written notice with or without cause. If this agreement is terminated, the CONTRACTOR shall be paid in accordance with the provisions of Paragraph 2 of this contract for all acceptable work performed up tp the date of termination. 8. NONEXCLUSIVE AGREEMENT The services to be provided by the CONTRACTOR pursuant to this Agreement shall be nonexclusive and nothing herein shall preclude the VILLAGE engaging other firms to perform the same or similar services for the benefit of the VILLAGE within the VILLAGE'S sole and absolute discretion. 9. ENTIRE AGREEMENT The parties hereby agree that this is the entire agreement between the parties. This Agreement cannot be amended or modified without the express written consent of the parties._ 10. WARRANTIES OF CONTRACTOR The CONTRACTOR hereby warrants and represents that all times during the term of this Agreement it shall maintain in good standing all required licenses, certifications and permits required under Federal, State and local laws necessary to perform the Specified Services. The CONTRACTOR shall furnish proof that he has Worker's Compensation Insurance as required by Chapter 440, Florida re applicable, coverago for the --4A beng3h romon'o and Harbor WoFker'c Act and tho.1ono3 Act. Pa1rCSSt0../V%.0 The CONTRACTOR shall also furnish proof that he has itritetttftl Liability Insurance and Automobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with this work, in an amount no less than $1,000,000 per Occurrence for Bodily Injury and Property Damage combined. 2 11. ATTORNEY'S FEES In connection with any litigation arising out of this Agreement, the prevailing party shall be entitled to recover reasonable attorney's fees and costs. This provision shall exclude all litigation resolved by agreement of the parties. 12. NOTICES All notices and communications to the VILLAGE shall be in writing and shall be deemed to have properly given if transmitted by registered or certified mail or hand delivery. All notices and communications shall be effective upon receipt. Notices shall be addressed as follows: Village: With a copy to: Contractor: C. Samuel Kissinger Village Manager 85 West McIntyre Street Key Biscayne, Florida 33149 Richard Jay Weiss, Esq. Village Attorney Weiss Serota & Helfman, P.A. 2665 South Bayshore Drive Suite 204 Miami, Florida 33133 Conchita H. Alvarez Village Clerk 85 West McIntyre Street Key Biscayne, Florida 33149 Williams Hatfield & Stoner, Inc. 4601 Ponce de Leon Blvd. Suite 220 Coral Gables, FL 33146 3 14. GOVERNING LAW This Agreement shall be construed in accordance with the laws of the State of Florida. IN WITNESS WHEREOF, the parties hereto have accepted, made and executed this Agreement upon the terms and conditions above stated on the day and year first above written. CONTRACTOR: Williams Hatfield & Stoner, Inc. 4601 Ponce de Leon Blvd., Suite 220 Coral Gables, FL 3 By: Willia atfield & Stoner, Inc. Attest: Authorized by the Village Council on VILLAGE: Village of Key Biscayne 85 West McIntyre Street Key Biscayne, Florida 33149 4 By: C. Samuel Kissinger Village Manager Attest: , 1998. EXHIBIT A WILLIAMS, HATFIELD 8 STONER, INC. Engineers . Planners • Surveyors . Environmental Scientists 4601 PONCE DE LEON BOULEVARD, SUITE 220 CORAL GABLES, FLORIDA 33146 (305) 663-5777 FAX (305) 663-5781 East Enid Road Improvements AIRPORTS HIGHWAYS S BRIDGES WATER & SEWER SYSTEMS LAND SURVEYS SUBDIVISION DEVELOPMENT DRAINAGE WATER MANAGEMENT PORT & MARINE FACILITIES MUNICIPAL ENGINEERING April 7, 1998 We have included in this report a summary (Attachment 'A') and a breakdown (Attachment `B') of all the estimated costs associated with the East Enid Improvements Project. Also, attached is a copy of our conceptual plan (Attachment 'C' and 'D') for the East Enid Road Improvements Project. This plan was originally developed by Raul Lastra. The irrigation, gazebo, and other architectural items, will be designed by others and are not included in our attached cost estimate. The improvements for East Enid Drive include repaving (asphalt) the 20' driving lanes and adding brick paver parallel parking spaces north and south of the repaved road. On the north side of East Enid Drive, the work will include replacement of the existing sidewalk and the south ends of the existing ramps to tie into our improvements. The new work includes extending the already in -place decorative sidewalk south of East Enid to the east end of the road. Design also includes adding two elevated traffic calming devices to East Enid Drive. New drainage will be installed to conform to these new improvements and tie into a new well system. The lighting will be designed by Municipal Lighting Systems and consist of 25 fifteen foot decorative lighting poles with each having a single environmentally sensitive luminaire. In addition, accent path lighting will be provided at crosswalk areas and the promenade area east of Ocean Drive. Our design will include modification to the entrance of the Beach Club (in the east) and the VKB parking area (on the west) adjacent to Ocean Drive. The area between the Beach Club property line and the street will drain into our new system. The VKB parking lot will be raised on the south side and its existing inlet will be connected to our new system. This modification will alleviate some of the flooding at the Beach Club. The major obstacle to correcting the drainage problem within the Property Line of the Beach Club is its low elevation (3.3 NGVD). A drainage well would function only marginally at this 3 3 NGVD elevation. During extreme high tides, salt water would actually rise above the well and flood the parking area. We have considered two types of drainage systems for this project. The first type of system we are proposing is the Deep Drainage Well System (DDWS). This is a system commonly used in South Florida and recently installed throughout the Village. The second type of system we considered is the Vertical French Drain System (VFDS) The VFDS is a 30' - 60' deep well exfiltration system. Our preliminary construction cost estimate of drainage for this project is as follows: With DDWS= $264,960 With VFDS= $314,000 Our recommendation is that the DDWS is chosen due to its lower associated cost and the fact that the DDWS works very effectively in areas in the immediate vicinity of this project. WILLIAMS, HATFIELD 8 STONER, INC. Consulting Engineers Planners • Surveyors ATTACHMENT 'A' Summary of Costs Survey Civil Design Lighting Design Construction (Civil) Construction (Lighting) ration Geotechnical Services Total $ 4,800.00 $ 24, 800.00 $ 4,000.00 $668,790.00 $100,000.00 9'S;86A A8 $ 3,000.00 $880,390.00 — 75" 1 gol3faoe WILLIAMS, HATFIELD 8 STONER, INC. Consulting Engineers • Planners • Surveyors ATTACHMENT `B' COST BREAKDOWN 1. Surveying WHS sent its surveyors to the site to complete the survey for East Enid as authorized by VKB in our meeting on 3-31-98. Our authorization is for 5 days of survey and 25 hours of CAD work to complete the survey. The cost to complete the survey will be $4,800.00 based on our estimated time frame for the work. 2. Engineering Design $24,800.00 (Services already started) 3. Lighting Design $4,000.00 4. Construction (Civil) SCHEDULE OF BID ITEMS Description Unit Estimated Quantity Unit Cost Total General Items Allowance Account LS 1 $20,000.00 $20,000.00 Mobilization LS 1 $10,000.00 $25,000.00 Performance and Payment Bond LS 1 $10,000.00 $30,000.00 Maintenance of Traffic LS 1 $8,500.00 $8,500.00 Clearing and Grubbing AC 2 $2,500.00 $5,000.00 Sodding SY 3000 $2.85 $8,550.00 Subtotal $97,050.00 Roadway Remove & Replace Concrete Pavement SY 1200 $20.00 $24,000.00 Grading LS 1 $5,000 00 $5,000.00 6" Concrete Band (Parking) LF 700 $6.00 $4,200.00 Type "D" Concrete Curb LF 3000 $12.00 $36,000.00 WILLIAMS, HATFIELD f STONER, INC. Consulting Engineers • Planners • Surveyors Description Unit Estimated Quantity Unit Cost Total 12" Stabilized Subgrade SY 1570 $3.00 $4,710.00 Limerock Base (Variable Thickness 0"-6") TON 300 $6.50 $1,950.00 Limerock Base, Primed (8" Thick) SY 1570 $8.00 $12,560.00 Asphalt (2" Thick) TON 385 $60.00 $23,100.00 Valley Gutter LF 2940 $16.00 $47,040.00 Traffic Signs (Permanent) EA 15 $300.00 $4,500.00 Thermoplastic Marking SF 400 $4.00 $1,600.00 4" Schedule 40 PVC Pipe LF 160 $6.50 $1,040.00 Subtotal $165,700.00 ' Calming Brick Pavers (Calming Device) SY 200 $25.00 $5,000.00 12" Stabilized Subgrade SY 200 $3.00 $600.00 Limerock Base, Primed (8" Thick) SY 200 $8.00 $1,600.00 2' Concrete Band LF 160 $23.00 $3,680.00 Subtotal $10,880.00 Promenade 6" Concrete Band LF 3000 $6.50 $19,500.00 Brick Pavers (Sidewalk) SY 1600 $25.00 $40,000.00 6" Limerock SY 1600 $6.00 $9,600.00 Reflective Pavement Markers EA 50 $6.00 $300.00 Subtotal $69,400.00 Drainage Inlets EA 16 $1,500.00 $24,000.00 Manholes (P-7) EA 4 $2,500.00 $10,000.00 Adjust Manhole ( Utility) EA 4 $400 00 $1,600.00 Utility Demolition LS 1 $10,000.00 $10,000.00 Concrete Inlet Apron EA 10 $500.00 $5,000.00 WILLIAMS, HATFIELD 8 STONER, INC. Consulting Enguzeers • Planners • Surveyors Description Unit Estimated Quantity Unit Cost Total Storm Sewer Pipe (15" RCP) LF 1750 $52.00 $91,000.00 Storm Sewer Pipe (18" RCP) LF 52 $55.00 $2,860.00 Connection to Exist. Inlet EA 1 $500.00 $500.00 Drainage Wells EA 4 $30,000.00 $120,000.00 Subtotal $264,960.00 Contingency (10%) LS 1 $60,800.00 TOTAL ESTIMATED CONSTRUCTION COST (Civil) = l $668,790.00 5. Construction (Lighting) $100,000.00 6. Construction Administration: The WHS construction administration costs for this project will be for the following services: • Permitting • Pre -Construction Conference • Facilitate weekly construction meetings • Shop Drawing Review • On -site inspection services • Field adjustments and change orders • Review pay requests • Final Inspection This work will be performed on a Time and Material basis with an average estimated work week of: RPR 32 hrs/week Project Manager 12 hrs/week Using a 6 month work period our estimated fee for these services is $75,000.00. Our rates will be per our Contract with the Village of Key Biscayne dated October 13, 1994. This service fee will vary depending on the actual duration of our services and on the actual hourly demand required to monitor these installations. Reimbursable expenses will be itemized and billed in accordance with our agreement with the Village of Key Biscayne dated October 15, 1993 7. Geotechnical Services: The estimated cost of geotechnical services for this project is $3,000.00. WILLIAMS, HATFIELD f STONER., INC. Consulting Engineers • Planners • Surveuors VILLAGE OF KEY BISCAYNE LINEAR PARK AND BEACH PROMENADE PROPOSED SITE PLAN NEW 5' SIDE WALK FEA1URE WALL GUTTER PARKING DATA 75 PARALLEL PARKING SPACES 2 ADA ACCESSABLE SPACES 77 TOTAL [EXISTING WALL TYPE 'D' CURB BRICK SPEED TABLE AND PEDESTRIAN CROSSING iA BEACH ACCESS PROMENADE VILLAGE OF KEY BISCAYNE - LINEAR PARK AND BEACH PROMENADE PLAN VIEW - TYPICAL EAST ENID SECTION