Res. No. 008-03-11557RESOLUTION No.:1-03-1 1557
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH
MIAMI,FLORIDA,AUTHORIZING THE CITY MANAGER TO ISSUE A SERVICE WORK
ORDER TO CORZO CASTELLA CARBALLO THOMPSON SALMAN,P.A.(C3TS)FOR
PROFESSIONAL ENGINEERING SERVICES FOR BID AND CONSTRUCTION PHASE
SERVICES FOR THE DOWNTOWN DRAINAGE AND WATERMAIN IMPROVEMENTS -
PHASE 1,INAN AMOUNT OF $27,600.00 TOBE CHARGED TO SOUTH FLORIDA
WATER MANAGEMENT DISTRICT GRANT FUND ACCOUNT NO.001-0000-132-2060
AND FDEP WATERMAIN PROJECTS GRANT ACCOUNT NO.111-0000-132-2055;
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS,theCityCommission of theCity of SouthMiami,Florida,wishestoprovide
drainageandwatermainimprovementswithinthedowntownarea of theCity of SouthMiami;
and,
WHEREAS,theCity Commission of theCity of SouthMiami,Florida,wishestousethe
professional services of C3TS,toprovidebidphaseandconstructionengineeringservicesfor
DowntownDrainageandWatermainImprovements-PhaseI;and
WHEREAS,thisportion of theDowntown Improvements -PhaseI professional serviceswillbe
fundedthroughtheSouthFloridaWaterManagement District grant andthe Florida Department
of Environmental Protection water main improvement grant.
NOW,THEREFORE,BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE
CITY OF SOUTH MIAMI,FLORIDA,that:
Section 1:TheCity Manager isauthorizedtoexecuteaWork Order withCorzo Castella Carballo
ThompsonSalman,P.A.inconnectionwiththebidphaseand construction engineering services
forDowntown Drainage &WatermainImprovements-Phase1project,inan amount of
$27,600.00,from account numbers 001-0000-132-2060 and 001-0000-132-2055.
Section2:Theattachedproposal,Professional Service WorkOrder,ismadepart of the
resolution.
PASSED AND ADOPTED this 7th day of January %2003.
ATTEST:_.APPROVED:
Ronetta Taylor,City Clerkly
READ AND APPROVED AS TO FORM:
CITY ATTORNEY
2_
Horace Feliu,Ma>\or
Commission Vote:
Mayor Feliu:
Vice Mayor Russell:
Commissioner McCrea:
Commissioner Bethel:
Commissioner Wiscombe:
5-0
Yea
Yea
Yea
Yea
Yea
CITY OF SOUTH MIAMI
INTER-OFFICE MEMORANDUM
To:Mayor and City Commission
From:Sandy Youkilis y{?i
Acting City Manager^j .
Date:December 29,2002
Agenda Item #Wm
Comm Mtg.01-07-03
Re:Authorization to execute Professional
Service Work Order for Downtown Drainage
&Watermain Improvements-Phase 1
REQUEST:
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH
MIAMI,FLORIDA,AUTHORIZING THE CITY MANAGER TO ISSUE A SERVICE WORK
ORDER TO CORZO CASTELLA CARBALLO THOMPSON SALMAN,PA.(C3TS)FOR
PROFESSIONAL ENGINEERING SERVICES FOR BID AND CONSTRUCTION PHASE
SERVICES FOR THE DOWNTOWN DRAINAGE AND WATERMAIN IMPROVEMENTS -
PHASE 1,INAN AMOUNT OF $27,600.00 TO BE CHARGED TO SOUTH FLORIDA
WATER MANAGEMENT DISTRICT GRANT FUND ACCOUNT NO.001-0000-132-2060
AND FDEP WATERMAIN PROJECTS GRANT ACCOUNT NO.111-0000-132-2055;
PROVIDING FOR AN EFFECTIVE DATE.
BACKGROUND:
Astheselected professional engineering and architectural consultant forthe Downtown
InfrastructureImprovements,C3TSwillprovidebidandconstructionphase professional services
thephase1 of theproject.Theprofessionalserviceswillbe performed fortheproposed
construction within the downtown area (SW 73rd Street from SW 58th Ave.to SW 58th Court,
SW 58th Ave.fromSunsetDrivetoSW 73rd Street&SW 58th CourtfromSunsetDrivetoSW
73rd Street).The services will be funded through the South Florida Water Management District
grantandtheFloridaDepartment of EnvironmentalProtectionwatermain improvement grant.
The negotiated feeis consistent withindustrystandards,suchas Miami-Dade County andState
of Florida forsimilarscopeandproject.Theprojectbalanceperfundingsourceis:
Q Florida Department of Environmental Protection
•South Florida Water Management District
$77,267.00
$735,866.00
RECOMMENDATION:
Itis recommended that theCity Commission approvethe funding forthe work tobe performed.
Page 2 of2
Agenda Item...
Dec.29,02
ATTACHMENTS:
•Proposed Resolution
•Professional Engineering Services Work Order
•Map of project area
•Project's Budget &Funding Sources fund balance
C O RZ O
CASTELLA
CARBALLO
THOMPSON
SALMAN
Engineers
Architects
Planners
EB0005022
AAC002142
TO:
WORK ORDER FOR PROFESSIONAL SERVICES
Cityof South Miami
Public Works Department
4795 SW 75th Avenue
South Miami,Florida 33155
W.Ajibola Balogun,Public Works Director
Early Work Utilities Package
Bid &Construction Phase Services
Downtown Improvements
City of South Miami,Florida
SCOPE OF PROJECT:
Wateranddrainage infrastructure improvements alongthe following streets (asshownon
attached site plan):
SW 73rd Street (from SW 58th Ct.to SW 58th Ave.)
SW 58th Court (from SW 73rd Street to Sunset Drive)
SW 58th Avenue (from SW 73rd Street toSunset Drive)
SCOPE OF SERVICES:
Bid Phase Services:
Date:12/18/02
File:1929-15
ATTENTION:
PROJECT NAME:
Provide bid advertisement documents,respondto bidders'questionsandattend pre-bid
conference.Prepareaddendato Bid Documents,ifrequired,to clarify therequirementsof
the Bid Documents.Tabulate and evaluate bids received,check references ofthe
responsible lowest bidder and make recommendation for award.
Construction Phase Services:
1.
2.
3.
4.
5.
6.
7.
9.
Assist in obtaining and reviewing all documentsneeded in executing the contract
between the City and the Contractor.
Attend pre-construction conference.
Attendbi-weeklyproject meetings and prepare minutes.
Answer contractor RFI's and issue clarifications as needed.
PerformperiodicConstructionEngineering Inspections.
Reviewandapprove/disapprove all shop drawings.
Reviewthe Contractor's Applicationfor Payment and submit recommendation to
the City.
Reviewand process Change Order requests.
Perform project closeout with Contractor including final inspection,punch list,
final Application for Payment review,and submit Certificate of Completion.
901 Ponce de Leon Blvd..Suite 900 Coral Gables.Florida 33134
Web Site:www.c3ts.com
305.445.2900 1.800.448.0227 Facsimile 305.445.3366
Equal Opportunity Employer
Cityof South Miami
W.O.Early Work Utilities Package
December 18,2002
Page 2
These services arebasedona construction period of2 months.If the construction were to
exceed 2 months,we shall consider these extended construction phase services as
additional.
These services will be invoiced at 5%of Lump Sum for pre-construction activities,45%per
monthof construction,and5%for post-construction activities.
TERMS AND CONDITIONS:
All terms and conditions shall beperour General Agreement for Professional Services for
Downtown Infrastructure Improvements.Ourfees for the above services shall be as perthe
followinglump sum fee schedule:
Bid Phase $4,440
Construction Phase $23.160
$27,600
The City will provide printing and distribution of bid documents as well as bid advertisement.
We are ready to begin working on this assignment upon your authorization to proceed.If
acceptable to you,we will accept a signed copy of this form as your written authorization to
proceed with the assignment.
Thank you.
Corzo Castella CarballoThompson Salman,P.A.
Ramon Castella,P.E.
Vice-President
RC/er
City of South Miami
Approved by:
L:\Pro)ects\1929-00\W.O-Proposals\W.O.EarlyWorkUlilities121802.doc
Date:
CorzoCastellaCarballoThompsonSalman,P.A.Fee Worksheet -Page 1
DATE:
PROJECT:
Bid Phase:
FEE WORKSHEET
December 18,2002
EarlyWork Utilities Package
Cityof South Miami
Task .Prih .PE;;;EI.SnTech;Tech.Clerical ••'
Pre-bid Meeting 2 2 2 2
Contractor Inquiries and Addendum 2 4 2 4 4
ReviewBid Proposals 4 4 4 2
Bid Tabulation 2 4 2
Recommendation for Award 1 2 2 2
Bid Phase Sub-Total Hours 9 14 14 4 0 12
Billing Rate 140 95 75 65 55 45
Labor Cost $1,260 $1,330 $1,050 $260 $0 $540
Labor Sub-Total $4,440
Total
Construction Phase:(Assumes2monthcontinuousconstruction period)
Task .Prin.PE/RA/CM EI/AI Insp :Clerical.
Pre-construction Conference 4 4 4 2
Shop Drawing Review 6 8 2
Bi-weekly Meetings 4 16 4 16 4
Contractor RFI and Clarifications 4 16 4 4
Contractor Payment Requisitions 4 4 2
Contractor Change Order &Requests 2 4 2 2
Periodic Inspection 4 36 16 96 8
Final Inspection &Close-out 4 8 4 2 4
Construction Phase Sub-Total Hours
Billing Rate
Labor Cost
22 94 42 118 28
140 95 75 55 45
$3,080 $8,930 $3,150 $6,490 $1,260
Labo r Sub-Total $22,910
Materials and Supplies -Field $250
Total $23,1601
L:\Clerical\1929-00\W.O.Proposals\FeeWorksheelEarlyWorkUtilities121802.xls
$4,440
/\
/
PHASE1:
EarlyWorkUtilityPackage
/?
d^
.A
%
/^3 /»'V*
/
/
SW71ST
4,-i
v**"
J-*L...
"
:........*.».
:i
|
^
/
I!s;•.
f-'
ir.'"••'•-••\/
u>
Cfi;;,:-N;••.•••••••:•;-...;•-!:••''{'''•.••;;'*'r'
§
.......«........—.'«VVT.1-V.*.-.-V'i.J'•=•,,//
is»
r—C
i?/
;#
:/
!'
/
.._..„
/"
SW72ST
f"l;•r*Mt!
^:i
\CS"
CITYOFSOUTHMIAMI
DOWNTOWNIMPROVEMENTS
CONSTRUCTIONPHASINGPLAN
Water Main Extension Grant
OLUTION and/or PROJ ACCOUNT#PO#DATE
ACTUAL
AMOUNT:
ACTUAL
BALANCE:
APPROVED
AMOUNT:
PROJECT
BALANCE:
RESOLUTION 1-0000-132-2055 4/20/01 $1,017,658.00 $1,017,658.00
C3TS n 4/20/01 107,591.00 $910,067.00 107,591.00 $910,067.00
C3TS n 9/10/01 33,000.00 $877,067.00 33,000.00 $877,067.00
Redland it 9/10/01 368,240.00 $508,827.00 368,240.00 $508,827.00
C3TS n 10/16/01 81,700.00 $427,127.00 81,700.00 $427,127.00
C3TS n 6/11/02 18,450.00 $408,677.00 18,450.00 $408,677.00
Redland n 6/11/02 251,181.00 $157,496.00 261,281.00 $147,396.00
City Administrative ii 10/16/02 70,129.00 $87,367.00 70,129.00 $77,267.00
$77,267.00
$77,267.00
$77,267.00
$77,267.00
$77,267.00
930,291.00 $77,267.00
$77,267.00
$77,267.00
$77,267.00
$77,267.00
$77,267.00
940,391.00
REVISED:1/2/03 VENDOR'S #:
SFWMD Grant ($1.4million)
ESOLUTION/PROJE ACCOUNT*Req.#DATE PO#K/DAT AMOUNT
PROJECT
BALANCE:
RESOLUTION -0000-132-2060 5/21/02 $1,400,000.00
Williams Paving n 5/21/02 M4137 390,527.00 $1,009,473.00
Consulting Engineeri n 5/21/02 M4099 23,850.00 $985,623.00
Consulting Engineeri it 7/29/02 M4131 27,760.00 $957,863.00
Kimley-Horn&Asso it 9/3/02 M4143 4,553.00 $953,310.00
Schwebke-Shiskin &•t PW4493 9/5/02 M4136 4,000.00 $949,310.00
Kimley-Hom &Asso it 9/16/02 4018*9,000.00 $940,310.00
C3TS n 9/16/02 M4141 119,760.00 $820,550.00
C3TS ti I-23MS 10/1/02 M4146 13,710.00 $806,840.00
C3TS it I-01WA 10/16/02 M5011 2,815.00 $804,025.00
T.J.Pavement Corp.n 11/7/02 M5009 68,159.00 $735,866.00
$735,866.00
$735,866.00
$735,866.00
$735,866.00
$735,866.00
$735,866.00
$735,866.00
$735,866.00
i664,l34.00
REVISED:1/2/03 VENDOR'S #: