Loading...
HomeMy WebLinkAbout2006-26421 Reso RESOLUTION NO. 2006-26421 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH PASS INTERNATIONAL, INC., ONE OF THE CITY'S JOB ORDER CONTRACTORS (JOC), FOR CONSTRUCTION OF THE NEIGHBORHOOD NO.3 - NORMANDY SHORES RIGHT-OF-WAY (ROW) INFRASTRUCTURE IMPROVEMENT PROJECT, IN THE AMOUNT NOT TO EXCEED $9,544,430, OF WHICH $7,804,325 HAS BEEN PREVIOUSLY APPROPRIATED; AND FURTHER APPROPRIATING FUNDS, IN THE AMOUNT OF $1,885,809, AVAILABLE FROM THE CAPITAL RESERVE FUND (INCLUDING $1,025,545 TOWARDS CONSTRUCTION; $800,000 AS A PROJECT CONSTRUCTION CONTINGENCY; AND $60,264 FOR ADDITIONAL CIP OFFICE CHARGES), AND $785,016 FROM FLAMINGO BID PACK "A" STORMWATER RE-ALLOCATION, FOR CONSTRUCTION OF CONCRETE VALLEY GUTTERS REQUESTED BY RESIDENTS (WHICH WILL THEN BE REPLACED WHEN NEW BONDS ARE ISSUED), INCLUSIVE OF $714,560 TOWARDS CONSTRUCTION; AND $70,456 AS A PROJECT CONTINGENCY; ALL FOR A TOTAL PROJECT AMOUNT OF $10,475,150. WHEREAS, the City has issued General Obligation (G.O.) Bonds, Stormwater Revenue Bonds, and Water and Sewer Revenue Bonds, to provide funding for a number of needed capital projects to be constructed in various areas of the City, to upgrade and improve infrastructure for the purpose of providing better service to residents and visitors; and WHEREAS, on September 13, 2000, the Mayor and City Commission adopted Resolution No. 2000-24065, approving the issuance of a Request For Qualifications (RFQ) for Architectural and Engineering Firms to Provide Professional Services for the Planning, Design, Permitting, Bid/Award, and Construction Administration, for improvements to the Neighborhood No. 3 Normandy Shores Neighborhoods (the Project); and WHEREAS, 11 firms submitted proposals in response to the RFQ; and WHEREAS, an Evaluation Committee, appointed by the City Manager to review the proposals, met on December 15, 2000, December 18, 2000, and January 4, 2001 respectively, and reviewed the qualifications of the firms submitting proposals; and WHEREAS, CH2M Hill, Inc., was recommended to the City Manager as the top ranked proposer; and WHEREAS, the Administration received authorization, pursuant to Resolution No. 2001-24248, adopted on January 31, 2001, to enter into negotiations with CH2M Hill, Inc., to refine the scope of work, and to negotiate the fees to be paid for the work; and WHEREAS, on May 16, 2001, the Mayor and City Commission adopted Resolution No. 2001-24386, approving and authorizing the Mayor and City Clerk to execute an Agreement with CH2M Hill, for Professional Services for the Project; and WHEREAS, the Project scope of work includes: enhanced landscaping and street lighting, consistent with community preferences; repair, extension or widening of sidewalks to comply with ADA - Title III; street resurfacing/pavement markings and improvement of dead end streets with street lighting, landscaping, and/or parking, where appropriate; bicycle paths and pedestrian access ways; incorporation of traffic calming features, consistent with the community preferences; improved stormwater drainage collection; and disposal infrastructure; and WHEREAS, funding, in the amount of $7,804,325, is currently available from previously appropriated funds in the Capital Budget in the 2003 Series Neighborhood GO Bond Fund, the 2000 Series Water and Sewer Bond Fund, and the 2000 Series Stormwater ~ Fund; and WHEREAS,'..tbe City Administration has negotiated a contract for construction of the Project with Pass Jnternational, Inc., one of the City's Job Order Contractors (JOC); and WHEREAS, a final," Construction cost of $9,544,430 (inclusive of the JOC program fees and additional W3l1ey gutters requested by the residents) was agreed upon, in addition to $870,456 for construction contingency, $60,264 for additional CIP Office charges, for a total amount of $10.475,150; NOW, THEREFORE BE IT TRULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF Mf'AMI BEACH, FLORIDA, that the Mayor and City Commission hereby approve and authorize the Mayor and City Clerk to execute an Agreement with Pass International, Inc.j one of the City's Job Order Contractors (JOC), for construction of the Neighborhood No.3 - Normandy Shores Right-of-Way (ROW) Infrastructure Improvement Project, in the amount not to exceed $9,544,430, of which $7,804,325 has been previously appropriated; and further appropriating funds in the amount of $1,885,809, available from the Capital Reserve Fund (including $1,025,545 towards construction; $800,000 as a project construction contingency; and $60,264 for additional CIP office charges), and $785,016 from Flamingo Bid Pack "A" stormwater re- allocation, for construction of concrete valley gutters requested by residents (which will then be replaced when new bonds are issued), inclusive of $714,560 towards construction; and $70,456 as a project contingency; all for a total project amount of $10,475,150. / PASSED and ADOPTED this 6th d~f ATTEST: / ~ther ti;t~ / / DfvW~ermer T:\AGENDA\2006\dec0606\Regular\N-Normandy Shores ROW_PASS _ CONSTR_Reso.doc ,2006. oveo AS TO FORM & LANGUAGE & FO EXECUTION ~~ COMMISSION ITEM SUMMARY Condensed Title: A Resolution approving and authorizing the execution of an agreement between the City and Pass International, Inc., for construction of the Neighborhood No.3-Normandy Shores ROW Improvement Project, for a fee of $9,615,030; $7,804,325 of which has previously been previously appropriated; and appropriating funds, in the amount of $1 ,885,809 from the Capital Reserve Fund for above ground improvements only; including $1,025,545 for construction; $800,000 for contingency; and $60,264 for additional CIP office charges; and in the amount of $785,160 from Flamingo Bid Pack "A" Storm Water re-allocation, Fund 428- 2326, which will then be replaced when new bonds are issued; for a total Proiect amount of $10,475,294. Ke Intended Outcome Su orted: To ensure a well desi ned ca ital ro'ect. Issue: I Should the City Commission approve the Resolution? Item Summary/Recommendation: The Project is comprised of improvements to the Normandy Shores area. The Project scope includes: enhanced landscaping and street lighting consistent with the community preferences; repair, extension or widening of existing sidewalks; street resurfacing/pavement; landscaping; bicycle paths and pedestrian access ways; improved stormwater drainage collection; and disposal infrastructure. The initial construction cost proposal was provided by Pass International, Inc. (Pass) in the amount of $9,650,434. Through review, negotiation and value engineering between the City, Hazen & Sawyer and Pass, a final construction cost, in the amount of $8,829,870, inclusive of the JOC program fees to The Gordian Group, was agreed upon. In addition to the negotiated construction contract amount, additional funding will be required in the amount of $800,000 for a construction contingency, and $60,264 for additional CIP office charges, for a total amount of $9,690,134. As part of the construction contract negotiation, and as a result of community input, the following three additional items have been priced separately for consideration: 1.) Installation of 18" concrete valley gutters, which were not included in the approved Basis of Oesign Report (BOOR), but were requested by the residents would generate a cost increase to the project, in the amount of $1,232,000. The 6"X8" header curbs, which were included in the approved BOOR, represent a cost to the project, in the amount of $528,000. The valley gutter option represents a construction cost increase of $704,000, which the Administration has committed to do as a response to the citizens request. 2.) Traffic calming paver crosswalks have been recommended for removal from the Project as a result of a Public Works initiated program. Public Works is embarking in a pilot project to provide traffic calming devices throughout the City which would be in conflict with those proposed in the approved BOOR. Therefore, it is the recommendation of the Administration that traffic calming not be provided in the ROW project, but rather be provided under the Public Works program. Removing the traffic calming pavers will generate a net cost savings of $51,300. 3.) Installation of turf block for parking on swales, which were not included in the approved BOOR, would result in a net cost increase of $939,600. The Administration does not recommend the addition of this improvement to the project, in order to maintain the construction costs within an acceptable range of the established budget. Items 2 & 3 listed above are not part of the recommended JOC proposal and would generate an additional cost of $1,139,529, inclusive of JOC program fees, contingency and CIP office fees. Based on the above, the Administration recommends that the City Commission adopt the Resolution approving and authorizing the expenditure of funds for construction of the Neighborhood No. 3 Normandy Shores Right-of-Way Infrastructure Improvement Project; appropriating additional funds from the Capital Reserve Fund, in the not-to-exceed amount of $1,885,809, to be used for above ground improvements only, in addition to the already appropriated amount of $7,804,325, and in the amount of $785,160 from Flamingo Bid Pack "A" Storm Water re-allocation, Fund 428-2326, which will then be replaced when new bonds are issued; for a total Proiect amount of $10,475,294. Advisory Board Recommendation: I N/A Financial Information : Source of Fund' PI Total Financial 1m act Summa City Clerk's Office Legislative Tracking: I Jorge E. Chartrand Si n-Offs: De artment Director JECh TH T:\AGEN DA \2006\dec0606\Regular\N-Normandy _ Sho 785,160 $2,670,969 Account Capital Reserve Fund Storm Water Flamingo Bid Pack "A" Fund 428-2326 Approved 1 2 Amount $1,885,809 in ~ MIAMI BEACH AGENDA ITEM DATE 1':<.1I. '2-' -t) ~ ~ MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov Mayor David Dermer and Members of the City Commission Jorge M. Gonzalez. City Managy-6 December 6,2006 U '-.-. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE EXECUTION OF AN AGREEMENT BETWEEN THE CITY AND PASS INTERNATIONAL, INC., A JOB ORDER CONTRACT (JOC) CONTRACTOR, FOR CONSTRUCTION OF THE NEIGHBORHOOD NO.3 _ NORMANDY SHORES RIGHT-OF-WAY (ROW) INFRASTRUCTURE IMPROVEMENT PROJECT, FOR A FEE NOT -TO-EXCEED $8,829,870; $7,804,325 OF WHICH HAS BEEN PREVIOUSLY APPROPRIATED; AND FURTHER APPROPRIATING FUNDS IN THE AMOUNT OF $1,885,809, AVAILABLE FROM THE CAPITAL RESERVE FUND FOR ABOVE GROUND IMPROVEMENTS ONLY; INCLUDING $1,025,545 TOWARDS CONSTRUCTION; $800,000 AS A PROJECT CONSTRUCTION CONTINGENCY; AND $60,264 FOR ADDITIONAL CIP OFFICE CHARGES; AND $785,160 FROM FLAMINGO BID PACK "A" STORM WATER RE-ALLOCATION, WHICH WILL THEN BE REPLACED WHEN NEW BONDS ARE ISSUED FOR A TOTAL PROJECT AMOUNT OF $10,475,294. ADMINISTRATION RECOMMENDATION Adopt the Resolution. TO: FROM: DATE: SUBJECT: COMMISSION MEMORANDUM FUNDING Funding in the amount of $7,804,325, is currently available from previously appropriated funds in the Capital Budget from account number 384-2323 ($2,721,995), in the 2003 Series Neighborhood GO Bond Funds; from account number 424-2323 ($10,019), in the 2000 Series Water and Sewer Bond Fund; and from account number 428-2323 ($5,072,311), in the 2000 Series Storm Water Bond Fund. A total of $1 ,885,809 is to be appropriated from the Capital Reserve Fund, for above ground improvements only; and $785,160 from Flamingo Bid Pack "A" Storm Water re-allocation Fund 428-2326, which will then be replaced when new bonds are issued. ANALYSIS The Normandy Shores Infrastructure Improvement Project (Project) is one component of the City's Capital Improvement Projects Right-of-Way Improvements Program. The Project is comprised of improvements to the following area: Normandy Shores, a residential island with approximately 200 single family homes and 43 apartment buildings surrounding the Normandy Shores Golf Course and Fairway Park, which is linked to Miami Beach at 71st Street. The Project scope of work includes enhanced landscaping and street lighting consistent with the community preferences; repair, extension or widening of existing sidewalks to comply with ADA - Title III; street resurfacing/pavement markings and improvement of dead-end streets with street lighting, landscaping, and/or parking; bicycle paths and pedestrian access ways; and improved stormwater drainage collection and disposal City Commission Memorandum - Normandy Shores ROW December 6, 2006 Page 2 of 3 infrastructure. The design portion of the Project is currently at 95% completion, and CH2M HILL (Consultant) in conjunction with Hazen and Sawyer (H&S), are currently preparing the necessary permit applications in order to obtain regulatory approval for the project. The permitting process includes the submission of permit applications to Miami-Dade County Department of Health (DOH), Miami-Dade County Water and Sewer Department (WASD), and the Florida Department of Transportation (FDOT). The FDOT has already approved the permit application, and approvals from WASD and DOH are still pending. The initial construction cost proposal was provided by Pass International, Inc. (Pass) in the amount of $9,650,434. Through review, negotiation and value engineering between the City, H&S and Pass, a final construction cost, in the amount of $8,829,870, inclusive of the JOC program fees to The Gordian Group, was agreed upon. In addition to the negotiated construction contract amount, additional funding will be required in the amount of $800,000 for a construction contingency, and $60,264 for additional CIP office charges, for a total amount of $9,690,134. As part of the construction contract negotiation, and as a result of community input, the following three additional items have been priced separately for consideration: 1. Installation of 18" concrete valley gutters, which were not included in the approved Basis of Design Report (BODR) would generate a cost increase to the project, in the amount of $1,232,000. The 6"X8" header curbs, which were included in the approved BODR, would represent a cost to the project, in the amount of $528,000. Therefore the valley gutter option represents a cost increase of $704,000. The valley gutter option however was requested by the residents and discussed on several occasions. The City committed to this option and at the time the Consultant had estimated the cost of the valley gutter to be $800,000. The current bid cost has been reviewed and verified by H&S and the CIP staff and has been found to be within market standards. The Administration recommends that the valley gutter be included in the Project as requested by the neighborhood residents. 2. Traffic calming paver crosswalks have been recommended for removal from the Project as a result of a Public Works initiated program. Public Works is embarking on a pilot project to provide traffic calming devices throughout the City, which would be in conflict with those proposed in the approved BODR. Therefore, it is the recommendation of the Administration that traffic calming not be provided in the ROW project, but rather be provided under the Public Works program. Removing the traffic calming pavers will generate a net cost savings of $51 ,300. 3. Installation of turf block for parking on swales, which were not included in the approved Basis of Design Report (BODR), would result in a net cost increase of $939,600. At this time the Administration is not recommending the addition of this improvement to the project in order to maintain the construction costs within an acceptable range of the established budget. Items 2 and 3 as listed above are not part of the recommended JOC proposal, and if desired, would generate an additional increase to the construction costs of $1,005,763 inclusive of the additional JOC program fees to The Gordian Group. It would also require an increase to the project contingency, in the amount of $1 00,576. Finally, it would require additional CIP office charges, in the amount of $33,190, for a total increase to the project of $1,139,529. Should the additional items be approved, their implementation would be contingent upon the availability of funds. A summary of the cost estimate is provided in attached exhibit "A". City Commission Memorandum - Normandy Shores ROW December 6, 2006 Page 3 of 3 The valley gutter which is being recommended increases the cost of the Project by $704,000, in addition of $10,560 in Gordian fees, and $70,456 in contingency for a total of $785,160. The funding for this additional scope will be re-allocated from the Flamingo Bid Pack "A" Stormwater funding which will then be replaced in the future when the new bonds are issued in 2007. CONCLUSION Based on the aforementioned l the Administration hereby recommends that the Mayor and City Commission adopt the Resolution approving and authorizing the expenditure offunds for construction of the Neighborhood NO.3 Normandy Shores Right-of-Way Infrastructure Improvement Project, for a fee, in the amount of $9,615,030; and approve an additional appropriation, in the amount of $1,025,545, an additional $800,000 as a project construction contingency; and $60,264 for additional CIP office charges; from the Capital Reserve Fund for above ground improvements only; and in the amount of $785,160 from Flamingo Bid Pack "A" Storm Water re-allocation, Fund 428-2326, which will then be replaced when new bonds are issued; for a total Project amount of $10,475,294. The other two possible additional costs are not included in the requested appropriation. Attachment: Exhibit "A" T\AGENDA \2006\dec0606\Regular\N-Normandy Shores ROW _PASS_ CONSTR_Memo.doc i / November 21, 2006 Contractor's Cost Proposal Summary In Job Order Construction Services Loc# ~ City of Miami Beach cx..I+iR '- "Ai.' Submitted By: Pass International JOC Master Contract 14-03\04 COST BREAKDOWN (by Category Section) Section 01 - General Reql!irements Section 02 - Site Work Total Section 03 - Concrete 1,225,336.53 6,931,725.28 166,014.84 3,070.10 43,564.75 255.46 626.20 328,785.82 Section 05 - Metals Section 10 - Specialties Section 13 - Special Construction Section 15 - Mechanical Section 16 . Electrical Project Proposal Total 8,699,378.98 This work order proposal total represents the correct total for the proposal. Any discrepancy between line totals, sub-Iotals and the proposallotal is due to rounding of the line totals and sub-totals. Proposal Checklist D Detailed Cost Proposal D D Non-Prepriced Backup D Computer Disk/Electronically o Drawings/Submittals D Construction Schedule Subcontract Plan/Self Performance November 21, 2006 Page 1 of 1