Loading...
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 #: