Loading...
2000-23940 RESO RESOLUTION NO. 2000-23940 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING FINAL PAYMENT FOR S. I. NICHOLAS, INC., IN THE AMOUNT OF $100,668; APPROVING ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES FOR THE FIRM OF KIMLEY HORN & ASSOCIATES, INC., IN THE AMOUNT OF $30,015; AND APPROPRIATING ADDITIONAL FUNDING, IN THE AMOUNT OF $130,684, TO PAY FOR THE ABOVE STATED CHARGES AND ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES FOR THE NORTH SHORE COMMUNITY AREA IMPROVEMENTS, PROVIDED FURTHER THAT, PURSUANT TO THE MAYOR AND CITY COMMISSION'S RECOMMENDATION AT THE MAY 24, 2000 MEETING, THE CHECK TO S. I. NICHOLAS, INC. CANNOT BE ISSUED WITHOUT THE CITY COMMISSION'S APPROVAL AND NOT BEFORE ALL PENDING WORK IS COMPLETED. WHEREAS, on December 5, 1990, the Mayor and City Commission approved an Agreement with the firm of Kimley Horn and Associates, Inc. (KH) for architectural and engineering services for the North Shore Community Area Improvements Phase I (the Project); and WHEREAS, on November 4, 1992, the Mayor and City Commission approved a further agreement with KH for Phase II (Final Design) of the Project; and WHEREAS, on July 12, 1995, the Mayor and City Commission approved the construction contract with S. 1. Nicholas Inc. (SIN) for the Project; and WHEREAS, the Project was inspected and approved by stages, depending on the areas finished by SIN, and found to be substantially complete on December 3,1999; and WHEREAS, due to varied circumstances, the construction period extended beyond the original projection and lasted over four years; and WHEREAS, during the extended construction period, and in order to finalize close-out documents, perform final inspections, review additional work, and conclude the necessary documentation for the Joint Project Agreement with the Florida Department of Transportation, it has been necessary to utilize the services of the consultant, KH, from April 1999 to April 2000; and WHEREAS, the City is now ready to make final payment to SIN, in the amount of $100,668; and WHEREAS, the City also needs to make payment to KH for extended construction administration services and reimbursable expenses, in the amount of$30,015; and WHEREAS, the Administration is now requesting additional funds, in the amount of $130,684, to be obtained from previously appropriated monies in Fund No. 363, in order to close out the Project and make final payments to S. 1. Nicholas, Inc, and Kimley Horn and Associates, Inc.; and WHEREAS, pursuant to the Mayor and City Commission's recommendation at the May 24, 2000 meeting, the check to S. 1. Nicholas, Inc. cannot be issued without the City Conunission's approval and not before all pending work is completed. NOW, THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission herein approve final payment for S. 1. Nicholas, Inc., in the amount of $100,668; approve additional services and reimbursables expenses for the firm of Kimley Horn & Associates, Inc., in the amount of$30,015; and appropriate additional funding, in the amount of $130,684, to pay for the above stated charges and additional services and reimbursable expenses for the North Shore Community Area Improvements, provided further that, pursuant to the Mayor and City Conunission's reconunendation at the May 24, 2000 meeting, the check to S. 1. Nicholas, Inc. carmot be issued without the City Commission's approval and not before all pending work is completed. PASSED AND ADOPTED THIS 24th day of May ,2000 ~j MAYOR ATTEST: ~r fM(/~_ CITY CLERK APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION 11' wJu; '- L 1,,/.-,,1 City AIIomey ~ ~=~ Kimley-Horn and Associates, Inc. Memorandum . 4431 Embarcadero Drive West Pstm Beach, Aorida 33407 To: Jorge Chartrand, City of Miami Beach Paul Cherry May 15,2000 Northshore Development Project From: Date: Re: At the May 10, 2000 City Commission meeting, Commissioner Liebman commented on the fees paid to Kimley-Hom for construction observation services for the above referenced project. I offer the following to assist in understanding the services provided: I I. The FDOT required the Citr to provide inspection during construction. We were hired by the City as ~ extension of City staff to provide this service. 2. The FDOT originally agredd to contribute $700,000 toward the project. They have now agreed to increasle this amount to $8,200,000, which includes reimbursing the City for Kjrnley-Hom's entire construction observation services. Kimley-Hom's c1krent payment request of$30,150 is for services to assist the City to have FD(F increase their contribution. I 3. The FDOT budgets 15% td 18% for this type of inspection. Our fee was about I 8%, far less than expected. 4. Kimley-Hom's contract cost plus, not lump sum. If the contractor had completed within the time ame, the total cost of our services would have been $150,000 under the 0 . ginal estimated fee. We hope that this helps explai that our fee was quite reasonable when all factors are considered. . TEL 561 845 0665 FAX 561 663 8175 A1TACI/MtNT N! / L:12 - DESIGN PD&El040023031-Northshore'mmo-chartrand 5-1 >00. doc 1Il Q Z :) u.. I- (,) W .., o II:: ,. oJ ~ ii: e( (,) Z o i= :%:(,)0 (,):)0 _11::0 ...I-N W 1Il . alZ;:; !lEO:%: e((,)(,) !lEfi3~ u..!::!:Ii! Oll::u.. ~~O -1-1Il (,):)e( e( II:: o u.. 1Il W ~ W 1Il W a: u.. o I- Z W :Ii! W l- e( I- 1Il I N ~ ~ :r u '" ~i~ ~j tt:i :; :; asa aaa ~"'Sl ~'It) ...;r-:..,: ~illill tit..:..; MM ~n N":~ :::2"," tit..:..,: MM ~. ii. ;; -:, > . .",. ...; :.:.:. .::. i . ~ " ~ oi ;; ;; ;;; N oi :t. ;; '" ;;; I!! ~ M ~ ii. ;; ~ N ~ :::i M a a a a ., ., ~ ~ ~ ~ .,; .,; ~. ~ ;; ;; ~ !l ~ 8 e. :i ~ oi on. ;; ! ! ~ ~ l:i oi :t. ;; ~ ~ .; ~ '" ri ;; :z: '" ~ i~ i~!il n~ a:t;;", !~;i ~12 z !il ;;; N~ .... . ~! :r u '" ill ill .,., NN ~~ M" ;!;;!; .. NN MM NN "'''' ~~ MM ~~ ~ ~ .,., ~rti ~~ ~~ ~g U a'-a; a.a. 55 i'l . ~. 8 ~ E i .. ;; ~ ~ illN N N ! :i :i 8. ~ 8 ~ Ii M :: ., ~ ~ ~ '" ri ;; ~ g 'Ii M a: .. i! ~~ l~ ..0 ..".. j'3" o8!f . z::> 1i::lu. iii~:<<! H~ '" ~ N$ ~-' p u '" u ~ ~~ g tlte. '" !'lEl N.N. ~~ lOa !! ~t .,., ~-~ MM ~~ ~~ ~t MM E i 'Ii M a ~ '" ~ M ~ .. ~ M ~ g 'Ii M ~ ~ NNN~~~a~~~~~~~~~~~~~! i $~~~~~~~~~~~~~~~~~~~~ ~ ~~~uuuuuuoo~ouoouoou . ,.: 5Q5~~~~~~~~~~~~eeee~~ tit 000~~~~~~5~~555~5~~~ mmmmmmmmmmmmmm=m= ;; ~~~~l~~~~~~;~~~~~~~~~ ~~re~~~~~~~~~~~8~8~~8~ ":"'tlttlttltWtlt~"'ri -~ . -S~&w.,.~~ tilt -- tit tit;;; ;,;;; _ M ~ :< ri :; aia~~$Sa~~a;aiaaa~aa~ N M.., '"' <<l QO on CD N ~~g~ ~i ~ ~ g "'N~~ ~.,. _ _ riM..: w on M _ M 11 .; :t M aa~~~~~aa~aiaiiaaia~~ M~i~g M ~~ ;;; tit fii ~ ~ ~ a~mi~~~~aaaaaiaaaiaa~ g~~~!'~'; ~ 'OF ... ~ ..... tit M~ a :e ~. 15 ~ ~~~~~~~~~~~~~~~~~~~~~ ~ g~~~~~~~a~~l~~lgl~~~~ ~ ;; ~;~a:;;; tit .,.w.,.~ ~ M M i ri ~ ., ~ ~ g a a ., ~ ~ .,; ~ ~ M a ~ ~ :Ii ~ oi ~ "' ~ M . I<; ~ ~ a '" "' ~. ;:: a a l!! '" '" ~ ~ i! e ;::_ w > ~~~ffi ~~~~-i ~~~~g~ ..iil~:O;iS",m '~,,~,,15i!w..i< !;i~~~~~:I~~~~!~!;!~ ~;i"''''''U;i<''W~0''~~~82W~ i~i~:~;~~~~~8~~8~~~~~~ Ir~~~~bO~~!~~~u~~i~!t ~i3i~~~t~~S~~~~!~~!~~: i~~~;~~~~~~~~~~~~~~~~~ ~o~~~8oouuo8uouu~ouuu~ ~2~~W~9S~S~~2~~~~~~~~~ ~~~~~~~~~~~~~~~~~~~~~~ ; ~ ~ roi N Si ~ a a Iii a ~ r:! "' a a a ~ '" . .. :;; ,,; ;; <! N ~ :Ii ~ ~ oi M ~ " ;:: ri M a a ill '" oi Iii a a a '" " z is ~ 5 .. ~ i! e ~ ~ z z'" :0 ill "0. Ij~~~ "i~ ;\o;i F.\wS if~~"" i:! ~ :r u '" :<1 aN "'. :So ~ Ii asa iaa ."'"' .~- ~NO Ilif'iai W;; MM .,"'- N~O .N~ g~g ..~~ MM B ~ ~ ~ M N '" ., ~ " ill '" " N ;; ~. 8. ;; :t ~ ;; N ~ ., N ~ N. ;; ~ ~ ~ ~ NNNNN ~~"'~I- H!H 0(.)0(.)0 U)lf.IU)U,Ul ~R81~;;a~ ""il'S1ll8<<l "" $~:i":I": .. ..~iO~~ ~ w"'.. ;; aaaaaaa iaaaaai \3 ~ ~ f"lN"'U'lOll")~ ~S:!i'S::!~,... ~'f'iCJi<<iaiNN ......,....""N "'~;;o. 0>."', ;; ill nn~Bl~ :g"';tsi:;ir:!" t')~i~l")Ol:3 ..... ;..s~ N o ~ ~ M ~ B. ~ M I!! ~ ~ . ~ M ~ B ~ M a a a a a a N '" ., ~ M . ~ '" ,.; i ;; l<I .; ~ . ~ '" ,.; i ill ~ '" . ~. fil" ~ ~ M M ~ s ~ ~ . ., ~- ;: M ill "'- 8. ;; N ~ "' :4 '" ii ~ g lli M ~ "' .; ill ii .. '" ~;~ !5 ~i~oi~ _2~ill~ i~~J!!~~X1 dhe~~:;; eu:a::S5::r:z:of"l 1H~8~~~ bbsd~~~~ ~ill~N~~o;;l ~.nUU~ .. j .. i u I '" ~ i ~ ~ , "' .. ~ " .. '" 0. ,. ,., '" " -~ uu .. ~>< "'" .....0 0 ~::&1~O :~O;'-; ~Ot1l~ en""- .. '" "' Oen :z: ?"- ~~ u> H '" U ~ e " " .. o o "- NN ",H .."- """ .. "'HO o 0.. .. "'''' ..:EE-o E-oI-l":C "',.,,, o o.ZZ "''''' "''''''' , , '0 '''' , , , , , , , , , , , , I , , 10 '''' Z "en :,::.. ,.,.. o '" '" o :>: en a> e-oo:C o - ~ "' ., <: o ~ , '" 10" ,,.,< , 0 , '"' , I , , , , , , , , , , , , , 10 '"' , '" '" ::< '" ",en ,. a:< 00 ~ ~~ 0_ :>:0 < ,., " "'''' ::CE-o ,,< U" o " ... " '" :>: " u o " , , '0 '"' , ,~ '0 '0 , , , , , , , , I '0 '0 , '0 , , , , , , , , , , , '0 '0 I '0 , I - , ..., ", ..., ~: 0., :<:, ", U, , a:, o I W_ , "' , 5: ..., ;"'1 ;,;, .." 0' ~: , a:," \ o , '" I , , , ~: 0., " " .... ::::-..a "'~ ::::- z"' ...."' g ,. ",. '" ".., "''' ..,'" ..,:>: .... '" ~ .; > < '0 a: " "'N ...~ ... 0::< "'''' 0_ ...- 0", "'~ , , , , I , , , , , , '0 I"' , , ~ '" '" , I , , , I I , I o " o '" o N '" o .., on '" "- '" N "- '" " ~ "' .. ~ .. , '" u o "' ~ " '" o o o o " o o o o '" "' , I , , I , , , I , , ~, "', N' -, " '"' , , , , , , I , , , , , , , I , , , I , , I , , , , on , o , , , , ..., "" , , ,., <, ::<, U::I Z , ~ " o - "' ""' z"' ~ ';.... ~ w" ".., z< Ole ,.~ :~ 0;;- -.:r" - ... - Ol ... ~ b '" o ~ "- 0: - '" '" - " u -:;: ;gj ..,,, 0'" ="' u .... . "'en .0 ..." .0 en_ en :i! ... o ... , I IOOll"ld"lO"o-:r IOIl"lI""lN....~ , , , , , , , , , I , , , , , I , , I , I I , , , , , I , , , I , , I , I I , , I , , , , , I , , , , , I , I o c..'"I tJ"lo1' l:) r--........N.". \,C1.CCT\o1'N ............N_ N NCCCOC 000000 ....00000 on o caccce 000000 ooacce 000000 000000 0000000 NCIl"l~C"I"" OIl"l:""'lN_-.:r C..'" \l"l..,.l:;I 1l"l"....._No::' Q:)~I.CC'\..,.N ........ .. ___N_ N N=_r--r--!"'1 <,Co::'ccr--o::' Nr-Cl"C_ <:::11""-1""-':=0:<:::1 i"";l~,"?i"";l'""J~ OO'lCl"a"C'\<:1'l o 0'1 C"l 0"0 0'\0\ ---......-- co Cl"Ilt"l Nr--l' N__...._N --.......--- _M\CO....N 000_........ O'\'I2'l:;INN<D Or--r--O""- o..,.or-r--O or-oooo \Ott"I\OI.CI.C<D I I I I I I CCc::l;c::l;CCc::l;a:l uuuuuu ~ ~ ,.., ~ o " N N '" on " o o , I , , , , , I '0 '0 , '0 , , , , , I , , , , , 10 '0 , '0 , , I , , , , , , I I , ,.. , '" , N '"' , , , , , , I ~, , , , I , , I I , , , , I , , , , , , 8 . : ~:-<l ~""l .... , '" , , , "" 01 , , u.:: I ..,. ?-< 1 .". '" , '" I~ ~:~ <, ::< , '" '''' u ,"- ~:i! : ~ '" ,"- ;Q~ : ~ ..,'" , 0", , '" '"' U 0 I co ~Cf.l 10 Z '0 .0 1\0 1-10 I I .0 I III en.... I U o o o '" ~ .. N ~ '" N ~ H "' "' gM ......: "'"' Ol '" . "'''' tJ:i! "''' Ol'" '" :'::5 =:3 ~ o u ;: .... vi ~ "' .. '" U - en :i! ... o ... .. '" N "' o o o - .. '" N "' o o o , '0 I I , , , , , , , , , 10 '0 , 10 , , I , , I , I , , , '0 '0 , '0 , , , , , , , , , , , o o o o " .. '" N "' '" :",..., "'- -"' i::::r""l '" Ol ~~ " fjo '" '" ,. ~ - - ,,:>: "'''' ..:- ..,,, - OJ ~ o u ;;: - '" ~ .. .. '" U ,.., o .. - - .~ "'< "en ..,Z 0_ z.., ~cj .U " "'0 a:.. "'0 "'- en :i! ... o ... - '" ,.., ~ .., o o '" .., ~ .., '" .., '" .. o .., N '" "- .. "- .. o - '" on " N I OJ " '" .., ~ .., o o o o o , '0 '0 , 1- , , , , , I , , , , , 10 '0 , 10 , , , , I , , I , I , '0 '0 , , , I , , , , , , , , , , , " , " I H I '" , '" , Ol", I ::;::..." H _ , ".., , z.." Ol I o o o o '" .., ~ "' ,. '" 0: - - ~~ :3i - OJ o U ~ '" < '" o ... ~ ~ ... :(! o u '" ~ '" "' '" U m;... "'''' Ol :" e-o= ON "'''' " Ol ",,,, OJ 00 ..." '" :i! ... o ,., , I '0 '0 , '0 , I , , , , I , , , I '0 '0 , '0 , , , , I , , , , - o o o ~ ~ ~ ~ ~ ~ o a o o o o o o o o " - ... !:! ,.. o u ~ ~ '" '" ~ ~ '" .., a " "- .. N "- N o ~ '" "' u on .., - o ~ , " '" :;: b ... - = f - .. :;: .. Z - - - ~ ~ :< - - ~ .., - ,.., ::r- -. e ,.., N 7- n e ::r- oO" - -. -. v '" -:: .... N '" ~ , ~ - co ~ Z N - <: - ~ !" ... ~ ~ ... .... .... ~ - \,) z :i <: ... ~ >- :! - \,) '" g .... :; '5 z ~ <: E '" E c < \,) R u Z l.;l ...... >- l- i-< tf.l Z H l.:l ..... Z i-< ~ :::> < ::> :!: ...... U :!: U 0 0 0 U tf.l 0 '" tf.l S ~:- < "'Z "' 0<" oe -- I- tr.:"o-. :z: Z > c:: =0 0 ~ :-c::: ~I :e ""t- o:!: l:d.... ~ ZH ...l.:l :;:..:l >- UlE: Q;; U ........ Cl:: '*' s.~- '5 < - 0 E :; co ~ l.:l ~ i-< "" ...... ~ .::: ::>N tf.l"" U "'''' 0 ~('""'l -M - -- 'M ~ =Zl'"'"l . >- - Ul::r"'l U:lt ~ <U Z=..J "" ...... ..... j",;,J =Z~ ..J U C..... -< ............ tn"= C :!:'- - <t::U <Z= ..J':::: < Z .-~U Ot:.:~ 4>< =::..= <: zt:: U t;..C= ...... . 0 Z OU z v:z ... < 0 >- ...- ;;c .cc.. - ~ :-=< O......N:c:: - ~ f"'o..-: U .":'0 ~ u-::: <tI:l- 0..;: '" 0 l.) .. z - - i ... 0- -.J .... U c.. ~ < .. ~ ~ - ;:) Z '" = 0 U .... ~~~ ~ ~ .: ...r: ~, .,. -_ 0 v --' ~ t:::C" c.; -: Ec ~ t -= ~ ~~...~:...,O ~: ~C<""1=\ t;QU).... AI Q &1':1 Q ~ <.-J u ec lit" =:;;:"' < c ~_Q " - Q)D:.2 ....:: .!: -..-E ....Z \.J ~ ~ C .... -~" II: II'" 0)00..- E E;i;'" u.z= '" ~ "' .. =' AI.... C E ~I;. .- OCI.JO:=t; :::=-'<C<U-< ...::-C Z " DC C> z =~GJ;...._U- e: _~ZS-< ==. II: .. 0 0 :;; ~s<OZI"..lI- D:ri <o-..:.N,....;~ 4."; r. --' -=.lv. ~ ;:". .:= :..... T:__ -~- RECEi'JED. , -<>=-..,N~" __ \.C,~,...\ ;,[,I\C\l:..J. ,.... Oo--:Nt1<i"i Lf ' I. ~ I .. I (..J I .. .. .., \r' .. I ~ ",""._0 0 3 lid O' OS ci ~ ~:::~ o,~n\~R \ fHI;)' , ~ _ _ _ _ .. "'T"P'[ " ",,,",,_~.,,,, \^ "'Old'S D"i'"c, II~", '" LI"'\.r._.....\':~;...l,.'ii.I\ - t--l I -,=-_,.....l ,.....l ,.....l' '" '" '" ...... ..... ,.", :1""'4; - ... - - -- - - ~ ~ :il""':fC .:;;...... ;>~": ~\.:i OG.l_<+- -= iia...... ~c:~.....I.I')- ~O-=L.:>&lc: c.."'" &l C.5 E E+Oo:'= aOU;"-&lC C_ c flU CECE,E,E at..:at.2.!;; C I C .. - I~ ~~.e ;? .Q ~ Z IoU :; ~ :.; ~ o lo\. Z o - ~ U VI Z D ... U ~ .0 '" .0 I -=--- VI ~'" '" z . . ., 'N a- D 0 C> , ~.... - 0- ",,-co.r,,'" ...., :5 .............:> n .0 "'~ .. , < ~'" L_ - _cc> - I .... i '" I"", $ - '" ,- ~ !> I ;:: 0 ".. ,$ ., := .- ... !Cj"? ,< :' ~ I > - - - ~ ~ oa-- co::: .~ D !::; ;:: , I 1$ ~ 6 ~ t! '.. < e-"""""" .. - i~ - "' I.... :.-::;- ., :! ::..- ~ '.. ~ ~. i ;; t--....,."....", U ,- v .0 ~ 10 , ~ , .. ~ ' v. 0 - I~ ~ ," :5 , - :< ,- g ,~ ~ :~ " ... .. ~ I > ,z ~ c or: "[ ~ I~ 1 ., , ~ ~o--n.'....r: ., ~ t.. '::.. 2 u ,< Z - ...I ... - Q.. <: iJl , ~ o r- U <::: cz:: r- Z o U ",,,, 0-.1 N' ... ... ... - c .. - CC> -'", - '" ~. 1": :: ;:; .... ~, ~- ...9 ~ ...... o _ o ~ ' I :: ~ " -- , - :- ~ = -- ~-lli - == ~: .: L.....O I' .- 0 =1 Or"""'l ,I E . -:; ~ <=0 '" - ...... ... .... '" ,3 , C .. ! ... .!" 'c ~ ... .. ;; - - .., ~"" ~N ::; ~ , .. I' ".= .. .... < :: ~ 1 ... .. c,; t: - = ::-t ." !i .. ~ > :s~~ .!:C,l -"" - C ",.- t': .; c': - ". ",.. - -- Ceo":: r..:: D: v. -=-= -"'" ..E"' iin:ft ..,c ;:~- :Ofo,l - -.., I>> 1..'._ U"- - ~ ..~'E~ ~.:8E. ... :.; -= ~ z< U WJ o~ < ..... - ~ __0" < :: - ~ z_:(_ U') <~\,.)::...,~ t:.E:::E::l-' .-: --Q~- V'I..~ -.D W)",IIC ~=Q,lco ""::"""'Z"'C ~~U.E...,z::i"C Q"'U'):'~;:"".f"I .... ;:>....:.- ~... z-ozfO- C ...>.... "'f"").-4 is.....~~tj..... c.~..., c -,~Lf=Z~ <-", u<- 5 1,1) :;I- .. ~ u~ ~ r..: =~ a: :i ... :; l.J"::.+- ... ;(".~ zc.:..r ::l-'"" 0"'- " \,) ~=II: <'5.< "C::;;: ~~v-= ~~~~~ _~c:: -=~~~c ::~C eJ..c..c""".= ~ 0'" .. _"''''_~ c-~~ ~c>c cii~r -cc,;- L.- -- c::.c E ~ Z"- ~=..~ "-:C""'~E 0\ ..etE= .MEAI'E~>- 0\ ~-iC.'" -c=~ ~~""::> -r;Ce=- -;; c to~O ~c..E--;: >- ~c>::;u_" ~_n:",~ N __ IS 'Ec:::~~ .......:..- o-.c-WJ o-cc: N ~C.lc3:=; UCiiJ:~ _ ....=- e.... ",E.=:_ ~t~U~ .:ii--~ c.:: E=~!U =.~.,;-t5": c; 0 _':~:~ D"C.:...."':l ~ 5!l'::':;:.-EZ -c.IOI-: ... -. - ~<_E_5~ u..-=--}- ~...._>~ ~~~~o Co1:E~fo,l~ W ~~~!::'~ ~c.. '--.-c.~::< .; ;...- ~ ~ !:;;... .~ c- C ~~<c"':l~ --~"f U~...;:o-= _""0 c._ .... ,"'" ~~~- I ~~E~- -=~'E"'i ,,-= .~rtC ~>uC_- I lo\.;::_~c';.==. "c =::: - - t.; ~~E.:;g II t:: .~~.:.; t c,; .... ...= 0::' 1'1' :~~. UJ :: c."::';: 0. o ;> U -;: c...!:; > :- E..'~ ="~~- ~.:~ l~t;:~ rt _ .... I.f') - c ~ t,; =-c , ~~;~~ r:.!'..:!_'" L.-'::'I"t"';"'= cc:.-....";" r- -.. u_-;' f'I:." U -: c.......:: ~ _ _ '::.::. ,,-;t t -::: ~ -= :: UJ .~ ,;:= ::.::: r C f'I: C' ... r:'= :;" .. ~rc.=u t-- :-.:;.:-~E ". c _ Co' _ - ...- < - ... ~.~ ~ -= = :t ~ c. c.' -. ~ "':l'";[~>-r: U~E-="E~ 5 E ~.: -:; ::z::: :::. E:: ";f ,c. -E-" Z ....rc-......... Co- =: :' =.. D " - ... ..:: c.. .= t C ." :: t,.. >- < =.:!. ~ :: .: ~- ATiAiHM~Nt "I(!l !i Cl . . '" . ... <- <z- .0 ~~ ~= -'" -< ilf ;:~ < . ::EZ . .; -~ Zz ~~ to" ",!IE =~ =~ ~2 =~ .. - '" - ,.. _ v' 2::: <- i= =- :c< :::= ~= :..= c - -- ~~ i~ -< !: -" c; c< < ~ ; = 1"'1_" Kimley-Hom ~_U and Associates, Inc. and Its associated dM,ions: Hutdleo<1 Enginee~ JKH Mobilily Servire' Urban ResoufCe Group June 3,1999 City of Miami Beach Attn: David Cates Director Public Works 1700 Convention Center Drive Miami Beach, Florida 33139 RE: Northshore CEI Invoice #46 KHA Project #04002331 Dear Mr. Cates: Transmitted herewith is Invoice No. 46 for the extra services, as directed by City staff, provided in connection with the Northshore CE&I project for April, 1999; in the amount of $10,385.00. If you have any question please contact me. Sincerely KIMLEY-HORN AND ASSOCIATES, INC. Paul L. Cherry, P.E. cc: KHA Accounting AlTACf/l1fNT /y'!f} If /~~ ~_n Kimley-Hom ~_U and Associates, Inc. and its associated divisions: Hutcheon EngineelS JKH Mo/Jiity Services Urban Rasoun:e Group July 7, 1999 City of Miami Beach Attn: David Cates Director Public Works 1700 Convention Center Drive Miami Beach, Florida 33139 RE: Northshore CEI Invoice #47 KHA Project #04002331 Dear Mr. Cates: Transmitted herewith is Invoice No. 47 for the extra selVices, as directed by City staff, provided in connection with the Northshore CE&I project for May, 1999, in the amount of $6,000.00 If you have any question please contact me. Sincerely KIMLEY-HORN AND ASSOCIATES, INC. Paul L. Cherry, P.E. cc: KHA Accounting ATTA{flMtNT N1 ~ If ~tJr~ ~_n Kimley.Hom ~_U and Associates, Inc. and its associated divisions: Hutctreon Engj".." JKH Mobitffy SeMCeS Utban Res"",",, Group August 4, 1999 City of Miami Beach Attn: David Cates Director Public Works 1700 Convention Center Drive Miami Beach, Florida 33139 RE: Northshore CEI Invoice #48 KHA Project #04002331 Dear Mr. Cates: Transmitted herewith is Invoice No. 48 for the extra services, as directed by City staff, provided in connection with the Northshore CE&I project for July, 1999, in the amount of $4,020.00. If you have any question please contact me. Sincerely KIMLEY-HORN AND ASSOCIATES, INC. Paul L. Cherry, P.E. cc: KHA Accounting ATTAc!lMcIVf IY!~ 0~tJr~ ~_n Kimley-Hom ~_U and Associates, Inc. and Is associated division<: Hutcheon Engineers JKH Mob#ity Se1Vices Urban Resource Group November 17,1999 City of Miami Beach Attn: David Cates Director Public Works 1700 Convention Center Drive Miami Beach, Florida 33139 RE: Northshore CEI Invoice #49 KHA Project #040023031 Dear Mr. Cates: Transmitted herewith is Invoice No. 49 for the extra services, as directed by City staff, provided in connection with the Northshore CE&I project for AU9ust through October 1999, in the amount of $3,650.00. If you have any question please contact me. Sincerely KIMLEY-HORN AND ASSOCIATES, INC. Paul L. Cherry, P.E. cc: KHA Accounting ATTACIlM$/YT /y!& 111t7J'? JIIII"'1_n Kimley-Hom ~_U and Associates, Inc. and its associated divisions: HIIIc/IeOn Enginee~ JKH Mobi/ily Services Urban Resource Group December 21, 1999 City of Miami Beach Attn: David Cates Director PUblic Works 1700 Convention Center Drive Miami Beach, Florida 33139 RE: Northshore CEI Invoice #50 KHA Project #040023031 Dear Mr. Cates: Transmitted herewith is Invoice No. 50 for the extra services, as directed by City staff, provided in connection with the Northshore CE&I project for November 1999, in the amount of $935.00. If you have any question please contact me. Sincerely KIMLEY-HORN AND ASSOCIATES, INC. Paul L. Cherry, P.E. cc: KHA Accounting Am Oliff NT #! 3/7 f?/)~!? CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH FLORIDA 33139 , CIT"Y OF MIAMI BEACH COMMISSION MEMORANDUM NO. 6 <.J l-q5 I,," ~ "'. . ~ I .. TO: Mayor Seymour Gelber and Memben of the City Commission DATE: July 12, 1995 .---~.. .- ...._._-----_._~.-.- _.~. FROM: Jose Gal'cia-Pedrosa City M8Ilaller SUBJECI': AWARD OF BID NO. 78-94/95, PROPOSED IMPROVEMENTS "'11 Hl.N THE NORTH SHORE COMMUNITY IMPROVEMENTS DISTRICT I ADMINISTRATION RECOMMENDATION: The Administration recommends that the City Commission authorize award to the lowest bidder for this project, S. I. NICHOLAS, INC. CONTRACT AMOUNT AND FUNDING: $15,156,564 Funds to be appropriated into Work Order 363.2043.069358 (See Item R-7-G) ($14,455,555 is the contract amount; $701,009 represents 5% construction contingency) BACKGROUND: On December 5, 1990, Commission Memorandum 621-90, the City entered into agreement with the firm of Kimley-Horn and Associates, Inc. as Consultant/Engineer to begin Phase I of the North Shore Community Area Improvements, which included: Project inventory .and data collection, functional plan preparation, coordination and meetings, workshops, neighborhood presentations, and City Commission presentations. This preliminllry design phase was completed on November 4, 1992. Subsequent to that agreement, the City expanded the contract to include the Final Design Phase, the Bidding and Award Phase, and Construction Ailminil:tration. 1bis project will consist of roadway, lighting, streetscape furnishings and landscape, sanitary sewer and water main improvements in the following area: 59th Street to 76th Street on Co11ins Avenue Ocean Terrace from 73rd to 75th Street Cross Streets from 73rd to 75th Street 71st Street to Rue Notre Dame Normandy - Bay Drive to Rue Notre Dame 172 AGENDA ITEM AlTAcII/Ylel'lr liP t;? R-2-fS 7-/2,Q5 DATE AWARD OF BID NO. 78-94195, NORTH SHORE IMPROVEMENTS . Page Two July 12, 1995 ANALYSIS: One-hundred ninety-six notices and sixteen sets of specifications and plans were mailed for this bid whicl opened on June 20, 1995 at 2:00 p.m., resulting in the receipt of four bids and one "No Bid" response fron: Solo Construction Corporation.. Lanzo Felix Bid Element S.I. Ni~holas. 101:. PJ Constrneton Constrodion Eouities Roadway & Lighting 5 8,286,322 $ 9,084,132 59,307,624 512,656,8 Streetscape 3,464,186 3,585,148 4,444,136 4,406,6) Sanitary Sewer 1,022,463 849,148 1,697,000 1,049,4( Water Main 627,330 650,525 774,555 827,7! Add All. #1 148,383 170,648 258,156 218,41 Add All. #2 116,946 135,385 196,766 166,3! Add All. #3 171,296 221,066 347,234 297,0! Add All. #4 338,465 401,757 620,382 451,64 Add All. #4A 151,406 207,611 192,247 219,2~ Add All. #S 206,398 274,610 265,526 299,5f Add All. #6 63,547 107,560 77,242 126,4f Add All. #7 27,045 36,845 35,627 38,94 Add All. #8 42,220 55,000 52,603 57,7~ Add All. #9 35,OS5 44,920 44,414 46,3f Add All. #10 36,180 48,080 48,848 48,4~ Add All. #11 65,200 86,530 77,529 86,6~ Add All. #12 40,020 52,405 52,886 50,51 TOTAL BASE BID PLUS ADD ALTERNATES #1-12 514,842,466 516,011,524 518,492,779 $11,048':: Add All. #13 75,000 100,000 100,000 90,1 Through a combination of value engineering, deletion of some line items, and substitution of other li:IJ items with acceptable alternates, the Administration, Kimley-Hom, and S.1. Nicholas, Inc. were able 1 successfully negotiate a contract which is within budget by identifying $386,911 to be deducted from tl original bid amount of$I4,842,466 (See attachment for details.) 1 A1TAc!JPlt#T ;11! (;; 1~~r AWARD OF BID NO. 78-94/95, NORTH SHORE IMPROVEMENTS Pate Three July 12, 1995 ~AI""SIS:(CODtinUed) The following snmmary details expenditures for the total project: Capital Improvement Budget W &S Bond Funding FDOT Additional Funding Total Funding $18,250,000 908,675 1.880.361 $21,039,036 Bid Amount by S.1. Nicholas, Inc. (Base Bid + Alt 1-12) Value Engineering (Approved by CMB & NBDC) Revised Contract Construction Contingency (5%) $14,842,466 Sub-Total (386.91 n $14,455,555 701.009 $15,156,564 Fees-Design Construction Document Fees $1,407,472 Construction Fees 1,000,000 Rem,,;n;ng Committed Funds Interest During Construction Public Works Adm;n;Rtrative Fee Billing Administrative Fee Expenses Previously Incurred Relocation ofFPL Facilities On-Site City Inspector Maintenance of Traffic City Purchase of Trash Containers Sub-Total 2,250,000 250,000 250,000 250,000 100,000 100,000 250,000 25.000 53,475,000 TOTAL $21,039,036 CONCLUSION: It is reco=ended by the Consultant, Kimley-Hom and Associates, Inc., the North Beach Development Corporation, and the Adm;n;Rtration, that the City Commission approve this award for North Shore Improvements to the lowest bidder, S~ Nicholas, IDe., who was also the low bidder for the Lincoln Road Improvements project JGP:PFL:AET:jf Attachment AffA-CHMtNT N.!~'13br~74 .' " So 10 NICHOLAS, INC. G...DI....~1t9GINUJatIG ~ ItIaO &ouno FDlPAL Hw".. sum., 1 0 .......ANO _. FL _ "_1 7Mo:l.8lIO' F.. (JQ!5)_251 July~.1~ K1mley-Hom and Associates, Inc. 14750 N.W. 77th Court . Miami Lakes, Floride33016 Attn: Mr. Josepn Fletcher Re: North Shore Community Improvement Oistrid 1 Subject: Value l:ngineering Dear Mr Fletcher . In accordance WIth our meeting, this date, we hereby submit our agfud value engineering pricing: Item # Description and auant~ Unit Drice rat 478 Increase 8,918 sq.yds 45.00 S 401,310.00 47b Celete 8,918 sq.ycls 54.00 ($481,572.00) 4Ba Increase 1,536 sq.yds 54.00 $. 82,944.00 48b Delete 1,536 sq.ydS 63.00 ($ 96,766.00) 60 Delete 20.a 450.00 ($ 29.400.00) alt 516 Delete 4u 1,300.00 ($ S,2ClIJ, 00) 12 Delete SOu 480.00 ($ 24.000.00) 12 2-3' GW 240 e. 90.00 ($ 21 ,eoo.tJO) 1 Add 12ea 2,310.00 $ 27,720.00 2 Delete 12ea 3.880.00 ($ 45.560.00) 58 Delete ($ 11,000.00) 45 Delete unci_II coping SUbstitute alternate precast value engineer wall 1.5061 f 1500 (5 ".590 00) 28 Delete 112.. 535.00 ($ 59.920.00) ATTAcHMeNT I/! t. fj 4 tJr7 ~...... ....- er:-:'::'&-ol~p"": ~ "'1tJ~ .:...""..,~,,~-) or's:;11- . t'S:Zl S6.-se-1n: .' alt 8 elt9 Delete 36,055.00 Delete 42,220.00 value englnnerlng Landscape Lighting ($ 36,066.00) (' 42,220.00) ($ 23,000.00) Total Value Enginsering: S 386,911.00 Please c:ell with any questions upon receipt Sincerely. -- Nicholas Iduccia VICe President of Operations cc: Mr, Jack Lubin, Exeartive Assistant to the City Manager Mr. David,Risinger, Kimley-Horn and Associates,lnc. . 1~6 ATT/JCf//'1cNT #~G-1 ~~'f? '~n..l r~'~ C?;::E~8L~:: z ')l1I S!:f1C:+OW '1 ';::11: . 'SS:~~ ;S ,-S0-T1: '- '-, ~TfY OF MIAMI BEACtl TO: Roger M. Carlton City Manager DATE: October 28,1994 FROM: Domingo Rodriguez Acting Public Works Director I) SUBJECT: NORTH SHORE STREETSCAPE PROJECT Several items directly affect the North Shore Area Streetscape Improvement Project which require clarification at this time. They are briefly listed as follows: 1. The City's financial participation in the project. 2. Status of Joint Participation Agreement with FDOT. 3. Contractor's use of the Parking area at 72nd Street as a storage area during construction. 4. Curb & Gutter color specifications. (Resolved - Grey curb & gutters to be specified.) 5. Wage rates - Status of ordinance repealing current wage rate ordinance. 6. One-year landscape maintenance agreement. 7. Landscape easements. 8. Newspaper boxes. Kimley-Horn & Associates, Inc. has revised their opinion of probable cost for the above referenced project as follows: City of Miami Beach Florida Department of Transportation Special Assessment District $3,754,000 $6,213,000 $4,809,000 TOTAL $14,776,000 Additional expenses have been incurred by the City on behalf of this project: Miami Herald (Advertisement of s.s. permit information) Permitting FOOT (Painting of mast arm assemblies) Tax Roll Preparation (B&A) Bond Counsel Fees Water meter boxes Municipal Bond Insurance $931 $1,132 $53,267 $7,920 $10,000 $28,315 $60.000 $161,565 AffAC;!MtNr ;Y~ 7 ;1 / t1r.2. ..... October 24, 1994 Page Two Northshore Improvements Administrative expenses, such as labor, are legally assessable. Based on approximately 1 1/2 percent of the total project cost, an administrative fee of $220,000 has been added to the assessable costs. Therefore, the breakdown would be: City of Miami Beach Florida Department of Transportation Special Assessment District $3,754,000 $6,213,000 $5,190,565 $15,157,565 TOTAL Approximately 26,685 linear feet are to be assessed within the assessment district. This includes 24,762 linear feet of primary frontage and 1,923 linear feet of secondary frontage. Based on the above breakdown, the assessment amount would be approximately $202/linear foot of frontage. City-owned property within the assessment district contain approximately 3,337 linear feet of primary frontage and 446 linear feet of secondary (side) frontage. The participation of these properties in the Tax Assessment District translates into an assessment participation of $719,120 in addition to the City's share of $3,754,000. If the City elects not to participate in the assessment district, thereby limiting its contribution to $3,754,000, the linear footage cost for the assessment district would be increased to approximately $234/linear foot based on 21,425 linear feet of primary and 1477 linear feet of secondary frontage. The contract specifications do not include a separate bid item for the maintenance of landscaping features. There are specified requirements related to the irrigation system, shrubbery and trees written into the specifications but actual maintenance (watering, mowing, etc...) of the landscaping has not been included. The breakdown of the cost distribution .must be reviewed carefully and the city's participation within the assessment district must at this time be decided. Further guidance is required on the other items listed above. Please advise me on these issues. Thank you. cc: Jack Lubin Bob Nachlinger Harry Mavrogenes Raul Aguila DR\RDR nrthshflu:mo ArrACHMt/'lT !(f 11J:2~r.2 CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 lQ COMMISSION MEMORANDUM NO. ~S;; - 0 a TO: Mayor Neisen O. Kasdin and Members of the City Commission Lawrence A. Levy IIv City Manager ~ DATE: May 24, 2000 FROM: SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING FINAL PAYMENT FOR S. I. NICHOLAS, INC., IN THE AMOUNT OF $100,668, APPROVING ADDITIONAL SERVICES FOR THE FIRM OF KIMLEY HORN & ASSOCIATES, INC., IN THE AMOUNT OF $30,015, AND APPROPRIATING ADDITIONAL FUNDING IN THE AMOUNT OF $130,684, TO PAY FOR THE ABOVE STATED CHARGES AND ADDITIONAL SERVICES AND REIMBURSABLES, FOR THE NORTH SHORE COMMUNITY AREA IMPROVEMENTS. ADMINISTRATION RECOMMENDATION: Adopt the Resolution. FUNDING: Funds are available in Capital Projects Fund 363 for the North Shore Improvements Project. . ANALYSIS: On December 5,1990, under Commission Memorandum 621-90, the City entered into an agreement with the firm of Kim ley Horn and Associates, Inc. (KH), for architectural and engineering services for the North Shore Community Area Improvements Phase I (the Project). On November 4, 1992, the Mayor and City Commission approved a further agreement with KH for Phase 1I- Pinal Design of the Project. On July 12, 1995 the Mayor and City Commission approved the award to the lowest bidder, S. 1. Nicholas Inc. (SIN), for the construction of the project. A contract was entered between the City and SIN on July 12,1995 and Notice to Proceed was given. Due to varied circumstances, the construction period extended beyond the original projection and lasted over four years. The project was inspected and approved by stages depending on the areas finished by SIN. On March 12, 1999, most areas of the project were considered substantially complete after many partial inspections and acceptances during the course of the construction. On December 3, 1999, the overall project was considered substantially complete with only a few minor items remaining. AGENDA ITEM C I J) DATE 5-2~-ciJ Commission Memorandum May 10, 2000 North Shore Community Area Improvements Page 2 In October 1994, a memorandum concerning the property assessment and overall budget for the project, written by the then Acting Public Works Director, stated that the construction estimate for the project was $15,157,565. The award to SIN on the construction bid was $14,455,555. The additional contingency allowance of $701,009 brought the total estimated cost of construction to $15,156,564. The total payments to SIN, including the final payment application presented with this memorandum, amount to $15,115,780. This shows that the overall cost of the project construction was within the original estimate and within the original bid including the allowance. The overall budget for the project, which included consulting fees, testing, surveying, City's administrative fees, construction administration, etc., was estimated at the time of award at $21,039,036. The current overall cost for the project, not including the final payments in this memorandum, is $21,521,692. The final payment to SIN will bring the total project cost to $21,652,276. Fund 363 currently has a total of $22,037,427 allocated to the North Shore Improvements Project. There is an unappropriated balance of$998,391 in the fund a portion of which the administration recommends be used to make the final payment to SIN and KH. In July 1995, the City Commission approved a Construction Administration fee for KH in the amount of$l ,000,000. Due to numerous changes during construction and the extended construction period, additional services were granted to KH in the amount of $309,907. In addition, in order to finalize close-out documents, perform final inspections, review additional work and conclude the necessary documentation for the Joint Project Agreement with the Florida Department of Transportation, it has been necessary to further utilize the services of the consultant, KH. These additional services cover the period from April 1999 to April 2000. It is important to note that because the Construction Administration services by KH were a requirement of Florida Department of Transportation (FDOT) projects, they have agreed to reimburse the City for these fees as part of the Joint Project Agreement (JP A). KH and the City are still working with FDOT to reach a final amount for the JPA. The City has requested approximately $8,500,000 and has provided supporting information and documentation to the FDOT to justify this amount. The FDOT has tentatively agreed to about $8,200,000 and is reviewing the rest of the request. The City expects to finalize this process within the next month. The Administration is now requesting, additional funds in the amount of $130,684, to be obtained from previously allocated monies in Fund 363, in order to close the project and make final payments to S. 1. Nicholas, Inc, the contractor and Kimley Horn and Associates, Inc., the consultant. The additional $100,668 for S. 1. Nicholas, Inc. will be transferred into Standing Order 5938. The additional $30,015 for Kimley Horn and Associates, Inc. will be transferred into Standing Order 5948. ~ ~hm~~L~"