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