Loading...
HomeMy WebLinkAboutOMNI-CRA-R-01-0010`-10 6 ITEM 14 RESOLUTION NO. OMNI/CRA 0 1 — 10 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE COMMUNITY REDEVELOPMENT AGENCY OF THE OMNI AREA (THE "CRA") AUTHORIZING THE CRA TO REQUEST ADDITIONAL FUNDS FROM THE CITY OF MIAMI (THE "CITY") IN THE AMOUNT OF $3,319,000.00 IN CONNECTION WITH THE COMPLETION OF PHASES IA, IB AND 2 OF MARGARET PACE PARK. WHEREAS, the City of Miami approved and adopted the Omni Area Redevelopment Plan pursuant to Resolution Nos. 86-868 and 86-607 (the "Redevelopment Plan"); and WHEREAS, the CRA is responsible for carrying out community redevelopment activities and projects in the Orsini Redevelopment Area (the "Redevelopment Area") established pursuant to the Redevelopment Plan; and WHEREAS, the CRA desires to request additional funds from the City in the amount of $3,319,000.00 in connection with the completion of Phases IA, IB and 2 of Margaret Pace Park. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are incorporated herein as if fully set forth in this Section. Section 2. The CRA is hereby authorized to request additional funds from the City in the amount of $3,319,000.00 in connection with the completion of Phases IA, IB and 2 of Margaret Pace Park Section 3. This resolution shall be effective upon its adoption. PASSED AND ADOPTED on this 21sT day of May, 2001. ATTEST: E. Teele, Jr., Chairman ova/ ,. 01- 10 6 ITEM 14 Margaret Pace Park Design Development Phasing Budget Total Additional Total Source and Use GRANTS AvailableTax Available Funds to be Required Q of Funds FIND SNBP 97 SNBP 98 Increment Funds Provided Funding CONSTRUCTION PHASES 1 AND 2 CONT'D Phase IS Site Paving & Walls $266,692 $15,545 $0 $0 $251,147 $266,692 $0 $266,692 Pergola $104,454 $0 $0 $0 $104,454 $104,454 $0 $104,454 Two Tennis Courts & Lighting for Four Courts $75,000 $0 $0 $0 $75,000 $75,000 $0 $75,000 Interim Volleyball Courts $10,000 $0 $0 $0 $10,000 $10,000 $0 $10,000 Tennis Pavilion $49,280 $0 $0 $0 $49,280 $49,280 $0 $49,280 Basketball & Lighting $37,500 $0 $0 $0 $37,500 $37,500 $0 $37,500 Vita Course $30,000 $0 $0 $25,000 $5,000 $30,000 $0 $30,000 Soccer Equipment $5,000 $0 $0 $0 $5,000 $5,000 $0 $5,000 Dog Run $3,000 $0 $0 $0 $3.000 $3,000 $0 $3,000 Security Building $11,000 $0 $0 $0 $11,000 $11,000 $0 $11,000 7hting $101,250 $0 $50,950 $0 $37,242 $88,192 $13,058 $101,250 �miture 00 $25,0 $3,200 $0 $16.000 $5,800 $25,000 $0 $25,000 Lion System $129,600 $0 $0 $0 $35,000 $35,000 $94,600 $129,600 Landscape (Trees, Sod) $265,110 $43,950 $0 $24,540 $0 $68,490 $196,620 $265,110 $1,112,886 $62,695 $50,950 $65,540 $629,423 $808,608 $304,278 $1,112,886 15% Contingency $166,933 $0 $0 $0 $94,414 $94,414 $72,519 $166,933 TOTAL PHASE 18 $1,279,819 $62,695 $50,950 $65,540 $723,837 $903,622 $376,797 $1,279,819 TOTAL PHASE 1A & 16 $1,892,832 $161,995 $123,850 $136,570 $1,093,620 $1,516,035 $376,797 $1,892,832 Phase 2 Site Paving $47,681 $0 $0 $0 $0 $0 $47,681 $4T681 Two Tennis Courts $40.000 $0 $0 $0 $0 $0 $40,000 $40,000 Play Equipment $50,950 $0 $0 $0 $0 $0 $50,950 $50,950 Resbooms $163,800 $0 $0 $0 $0 $0 $163.800 $163,800 Recreation Pavilions $304,000 $0 $0 $0 $0 $0 $304,000 $304,000 Site Furniture $87,067 $0 $0 $0 $0 $0 $87,067 $87,067 Irrigation System $20,000 $0 $0 $0 $0 $0 $20,000 $20,000 Landscape (Trees, Sod) $50,000 $0 $0 $0 $0 $0 $50,000 $50.000 $763,498 $0 $0 $0 $0 $0 $763,498 $763,498 15% Contingency $114,525 $0 $0 $0 $0 $0 $114,525 $114,625 TOTAL PHASE 2 $878,023 $0 $0 $0 $0 $0 $878,023 $878,023 TOTAL PHASES 1 & 2 AND PRECONSTRUCTION $2,915,415 $161,995 $137,400 $161,200 $1,200,000 $1,660,595 $1,254,620 $2,915,415 shown on the approved FY 1999-2000 CRA Budget of September, 1999 I grant funds are available to be spent now. The Safe Neighborhood Bond Program 1997 funds need to be spent by December 2000. The Safe Neighborhood Bond Program 1998 funds need to be spent by December 2001. The Florida Inland Navigation District funds need to be spent by October 1, 2001. A one year extension possible. 11/09/00: 10:34:21 AM 2 T:\FS2\Lands\Landplan\Landplan\CRA\MPACE.BUDGET 4(Judy).123 Margaret Pace Park Design Development Phasing Budget Total Additional Total Source and Use GRANTS AvailableTax Available Funds to be Required SOURCES OF FUNDS of Funds FIND SNBP 97 SNBP 98 Increment Funds Provided Funding Florida Inland Navigation District Grant (FIND) $161,995 $161,995 $161,995 $0 $161,995 Safe Neighborhood Park Bond Funds (SNBP) $298,600 $137,400 $161,200 $298,600 $0 $298,600 Tax Increment Financing (TIF) $1,200,000 $1,200,000 $1,200,000 $0 $1,200,000 Additional Funds to be Provided $1,254,820 $1,254,820 $1,254,820 TOTAL SOURCES OF FUNDS $2,915,415 $161,995 $137,400 $161 200 $1,200,000 $1,660,595 $1,254,820 $2,915,415 USE OF REQUIRED FUNDS PRECONSTRUCTION COSTS Design, and Engineering Fees Construction Documents $107,735 $0 $7,700 $16,190 $83,845 $107,735 $0 $107,735 ing and Negotiation $7,250 $0 $0 $0 $7,250 $7,250 $0 $7,250 �structionAdministration $29.575 $0 $5A50 $8,440 $15,285 $29.575 $0 $29,575 TOTAL PRECONSTRUCTION COSTS $144,560 $0 $13,550 $24,630 $106,380 $144,560 $0 $144,560 CONSTRUCTION PHASES 1 AND 2 COSTS $88,500 $0 $0 $0 $88,500 $88,500 $0 $88,500 Phase 1A Mobilization Demolition $20,340 $7,500 $0 $0 $12,840 $20,340 $0 $20,340 Shoreline Stabilization $157;500 $75,000 $0 $71,030 $11,470 $157,500 $0 $157,500 Site Grading $62,565 $10,700 $0 $0 $51,865 $62,565 $0 $62,566 Storm Water Management $29,000 $0 $0 $0 $29,000 $29,000 $0 $29,000 Water Systems $31.900 $0 $0 $0 $31,900 $31,900 $0 $31,900 Sanitary Systems $7,000 $0 $0 $0 $7,000 $7,000 $0 $7,000 Electric $136,250 $6.100 $72,900 $0 $57,250 $136,250 $0 $136.250 $533,055 $99,300 $72,900 $71,030 $289,825 $533,055 $0 $533,055 15% Contingency $79,958 $0 $0 $0 $79,958 $79,958 $0 $79,958 TOTAL PHASE 1A $613,013 $99,300 $72,900 $71,030 $369,783 $613,013 $0 $613,013 As shown on the approved FY 1999-2000 CRA Budget of September, 1999 grant funds are available to be spent now. Safe Neighborhood Bond Program 1997 funds need to be spent by December 2000. Safe Neighborhood Bond Program 1998 funds need to be spent by December 2001. The Florida Inland Navigation District funds need to be spent by October 1, 2001. A one year extension possible. 11 /09/00: 10:34:20 AM E a ® T:\FS2\Lands\Landplan\Landpian\CRA\MPACE.BUDGET 4(Judy).123 0 Can"y Re.Qwz4f*s.e4 p&e4uf. January 29, 2001 MEMORANDUM TO: Honorable Johnny Winton, Vice Chair Honorable Members of the CRA Board FROM: Chairman Arthur E. Teele, Jr. \� Please see the attached recommendations from the CRA Executive Director, regarding • the award of the contract for Margaret Pace Park, Phase 1-A. is cc: Carlos Jimenez, City Manager Alex Vilarello, City Attorney Walter Foeman, City Clerk Albert Ruder, Director Park Departments John Jackson, Director Public Works .5 OMNI/CRA o i _ 1.0 300 Biscayne Boulevard Way • Suite 430 • Miami, Florida 33131 • Phone (305) 579-3324 • Fax (305) 372-4646 r� L • January 29, 2001 MEMORANDUM RCkVdVf "-X44 Apfm-e� TO: Chairman Arthur E. Teele, Jr. Community Redevelopment Agency FROM: Dipak M. Parekh Executive Director Community Redevel ment Agency RE: Recommendations Regarding Margaret Pace Park Bids is Pursuant to the CRA Board of Directors via Resolution OMNUCRA R-00-35 which authorizes the Executive Director to seek Request for Proposals (RFP's) for the construction of Margaret Pace Park and pursuant to Resolution OMNUCRA R-00-53 which authorizes the Executive Director of the CRA to select the lowest qualified bidder for the construction of Margaret Pace Park, I hereby put forth my determination. Based on conversations with Chairman Arthur E. Teele, Jr. and Vice -Chairman Johnny L. Winton, and their subsequent concurrence, and the recommendations of CRA Consultant, Bermello, Ajamil and Partners (B&A), hereby attached, I have determined that we award the contract for Proposal 1 (which includes Phase I -A) to the lowest responsive and qualified bidder, Danville Findorff for the amount of $489,914.00. B&A's estimate for Phase I -A was $613,013.00. Since the bids for Proposal 2 (Phase I-B) and Proposal 3 (Phase I -A and I-B) both exceeded 10% of the funds allocated, I recommend that we award Phase I -A, and re - engineer Phase I-B. Items that will not be included in Phase I-B will then be bid under a new Proposal (Phase 2). ®MINI/CRA 01-- 10 300 Biscayne Boulevard Way 9 Suite 430 • Miami, Florida 33131 • Phone (305) 579-3324 • Fax (305) 372-4646 BERMELLO - AJAMIL & PARTNERS - INC. ARCHITECTURE • ENGINEERING - PLANNING - INTERIOR DESIGN - LANDSCAPE ARCHITECTURE January 26, 2001 MEMORANDUM TO: Dipak Parekh Executive Director Community Redevelopment Agency FROM: Tere Garcia Partner in Charge 9 Elizabeth NewlaWd Director of Landscaping Services and Project Manager Bermello Ajamil and Partners RE: Analysis and Recommendations Regarding Margaret Pace Park Bids • We have analyzed the bids received for all three proposals. We reviewed these bids with Juan Ordonez and Alan Pons from the City of Miami Public Works Department for responsiveness and to review that all were deemed responsible bids. As you will see in the tabulation, we received only two bids for Proposal 1 which covered Phase 1-A. We also received two bids for Proposal 2 which covers Phase 1-B. We received 6 bids for Proposal 3 which covered Phase 1 - A and Phase 1-13 combined. Four bidders, even though in the Request for Information No. 1 attached to Addendum 1 indicated that if bidders were to submit for Proposal 3 they should also submit Proposal 1 and 2, chose not to do so. All bids on Proposal 1 and Proposal 2 were considered responsive. Two of the bids on Proposal 3 were considered unresponsive. You can see tally attached for details and reasons. All bids on Proposal 3 were more than 10% higher than the estimated budget that was established based on the cost estimates developer at the time of design development phase. Bids submitted for Proposal 1 are both under the total budget. Based on the review and consultation with representatives from the City of Miami Public Works Department, B&A's recommendations are as follows: The fund authorized by the Board for the total budget of Margaret Pace Park is $1,892,832. If you cannot award a contract by more than the established amount we recommend that you select the alternative of awarding Phase 1-A to the firm of Danville Findorff which submitted the lowest bid for Proposal 1 for $489,914.72. You may then direct us to re -issue Phase 1-B with lesser items. As you are proceeding with the request for funds for Phase 2 of the park, the items • that are removed from Phase 1-13 can be incorporated on Phase 2 and bid at a later time when the money becomes available. ®MINI / CRA 0 1.0 2801 SOUTH BAYSHORE DRIVE • MIAMI FL 33133 305 859 2050 FAX 305 859 9638 AAC000412 0 EB0006304 0 LC0000261 • r1 �J MEMORANDUM, Analysis and Recommendations Regarding Margaret Pace Park Bids Page 2 The advantage of this alternative is that the bid submitted by Danville Findorff was lower than that of the estimated budget by approximately $123,098.28, which allows you to then move this money to the following phase. B&A's estimate included mobilization for the entire project, not only for Phase 1-A. The only disadvantage of this alternative is that there is the possibility that you will have two different contractors for the different phases. The separation of work may cause a greater number of requests for change orders and claims from the contractors since they may have a different understanding as to what contractor number one has to finish in order for contractor number two to come on board. Obviously with close supervision and a hands on approach this situation can be minimized. The other alternative is to choose the lowest responsive bidder on Proposal 3, which would be R. L Saum. This bid was higher than the budget approved by $393,168.00, although it includes items from Phase 2 such as the playground equipment, a portion of the site paving and a portion of the furniture. We had build flexibility in the bids documents to be able to remove some of the items from the package. Because is likely that bids come in higher than anticipated, the specifications used by the City of Miami Public Works Department include language to facilitate this. This was achieved by incorporating in the Specifications in the INSTRUCTION TO BIDDERS, Section 00100, 1.08 RIGHT TO ACCEPT OR REJECT PROPOSALS, language that allows you to "waive any or any part of the work contemplated on the Proposals identified as Local Improvements by the City Charter", which includes Margaret Pace Park, because it is a City project on City property. What this language allows you to do is to select items in the bid and remove them from the project. The idea of requesting unit prices on items such as landscaping, site paving, site lighting and site furniture was that in the event the bids came higher than the budget there would be the flexibility to remove items from the package. You may direct us to then issue Phase 2 when the funds become available and include the items removed from Phase 1-B and place them with the Phase 2 package. The disadvantage of this alternative is that the total bid to be accepted originally is higher than the approved budget by the Omni CRA Board without going through the process of omitting items from the package. We are recommending these two alternative as viable to proceed to award the contract according to the manner that bids were presented which gave the Omni CRA the ability to choose to award Proposal 1, Proposal 2 or Proposal 3. OMNI/C • 01- 10 2601 SOUTH BAYSHORE DRIVE • MIAMI FL 33133 • 305 859 2050 • FAX 305 859 9638 11 MARGARET PACE PARK PROPOSAL 1 PHASE 1-A FORMAL BID Person who received the bids: Dipak Parekh, Executive Director CRA Date: Janaury 16, 2001 Time: 3:00 PM Place: CRA Office Project Manager: Elizabeth Newland, Bermello Ajamil & Partners BIDDER Danville Findorff Inc. R.L.Saum Const. ADDRESS 2811 SW 70th Ave. 10737 SW 104 St. Miami, Florida 33155 Miami, Florida 33176 BID BOND es es IRREGULARITIES none none LOCATED IN CITY no no Base Bid Items 1 -10 Item No. Description 1 Mobilization $67,603.20 $125,600.00 2 Demolition $10,640.00 $8,000.00 3 Shoreline Stabilization $89,600.00 $85,000.00 4 Site Grading $81,760.00 $200,000.00 _ ___5 Storm -Water -Management _ $91,840.00 $117,000.00 6 Water System $33,600.00 $38,000.00 7 Sanitary System $8,960.00 $1I'Q.00.00 8 Electric $73,920.00 $40,000.00 9 Tree Removal & Transplant $16,991.52 $20,000.00 10 Allowance $15,000.00 $15,000.00 TOTAL $489,914.72 $659,600.00 IRREGULARITIES LEGEND IT HAS BEEN DETERMINED THAT THE LOWEST RESPONSIBLE AND RESPONSIVE I. Improper Bid Bond FOR PROPOSAL 1 INCLUDING PHASE 1-A IS DANVILLE FINDORFF, INC. FOR THE 2. No bidders contractors License(s) AMOUNT OF $489,914.72. 3. No compliance with Ordinance 10032 4. No compliance with Ordinance 10062 If the above contractor is not the lowest bidder explain: N/A 5. No Non -Collusion Affidavit 6. Non-reponsive bid Reasons: I ®" • • i- MARGARET PACE PARK PROPOSAL 2 PHASE 1-13 FORMAL BID Person who received the bids: Dipak Parekh, Executive Director CRA Date: Janaury 16, 2001 Time: 3:00 PM Place: CRA Office Project Manager: Elizabeth Newland, Bermello Ajamil & Partners BIDDER R.L.Saum Const. Danville Findorff Inc. ADDRESS 10737 SW 104 St. Miami, Florida 33176 2811 SW 70th Ave. Miami, Florida 33155 BID BOND yes yes IRREGULARITIES none none LOCATED IN CITY no no Base Bid Items 1 -18 Item No. Description 1 Mobilization $241,635:00 $55,608.00 2 Building 1 (Mechanical) $60,000.00 $66,187.58 3 Building 4(Tennis Pavillion) $50,000.00 $25,927.55 4 Building 5 (Pergola) $97,000.00 $102,641.22 5 Site Paving $250,000.00 $360,000.00 6 Walls $180,000.00 $190,621.88 7 Tennis Courts $31,000.00 $38,628.00 8 Tennis Courts Fence $12,200.00 $8,232.00 9 Volleyball Courts $15,000.00 $15,691.20 10 Basketball Court $21,000.00 $23,375.52 11 Vita Course E ui ment $14,000.00 $16,770.68 12 Soccer Equipment $3,000.00 $3,024.00. 13 Site Lighting $320,000.00 $325,000.0 14 Site Furniture $78,580.00 $89,476.80 15 Irrigation System $64,500.00 $71,950.00 16 Landscaping $206,000.00 $335,000.00 17 Child. Play equip. & pave. $35,000.00 $34,478.08 18 Cash Allowance $35,000.00 $35,000.00 TOTAL $1,713,915.00 $1,797,522.71 IRREGULARITIES LEGEND IT HAS BEEN DETERMINED THAT THE LOWEST RESPONSIBLE AND 1.Improper Bid Bond 5. No Non -Collusion AAffidavit RESPONSIVE BID FOR PROPOSAL 2 INCLUDING PHASE 2 IS 2. No bidders contractors License(s) 6. Non -responsive bid R.L. SAUM FOR THE AMOUNT OF $1,713,915.00. 3. No compliance with Ordinance 10032 4. No compliance with Ordinance 10062 If the above is not the lowest bidder explain: N/A • 0 • • MARGARET PACE PARK PROPOSAL 3 PHASE 1-A & PHASE 1-B FORMAL BID Person who received the bids: Dipak Parekh, Executive C Date January 16, 2001 Time: 3:00 pm Place: CRA Office Proiect Manaqer: Elizabeth Newland, Bermello Ajamil & Partners BID BOND IRREGULARITIES LOCATED IN CITY Base Bid Items 1-9 and 1-18 Item No Description Phase 1-A 1 Mobilization 2 Demolition 3 Shoreline -Stabilization 4 Site Grading 5 Storm Water Management 6 Water System 7 Sanitary System 8 Electric 9 Tree Removal & Transplan Phase 1-B 1 Mobilization 2 Building 1 Mechanical 3 Building 4 (Tennis Pavillion' 4 Building 5 (Pergola) 5 Site Paving 6 Walls 7 Tennis Courts 8 Tennis Courts Fence 9 Volleyball Courts 10 Basketball Court 11 Vita Course Equipment 12 Soccer Equipment 13 Site Lighting R.L.Saum Const. Danville Findor 10737 SW 104 St. 2811 SW 70 Av. Miami Miami FL 33176 FI 33155 5% ff M. Vila 8< Assoc. Recio & Assoc. Cazo Const. MEF Const. 12097 NW 98 Av. 8053 NW 64 St. 3461 SW 8 Ct. 782 Nw 42 Av. Hialeah Garden Miami Miami Miami FL 33018 FI 33166 FL 33136 FL 33126 5% 5% 61 6 no Ino Ino 279,720.00 $67,603.20 $8,000.00 $10,640.00 $85,000.00 _ $89,600.00 200,000.00 $81,760.00 117,000.00 $91,840.00 _ $38,000.00 $33,600.00 $11,000.00 $8,960.00 $40,000.00 $73,920.00 $20,000.00 $16,991.52 $0.00 $55,608.00 $60,000.00 $66,187.58 $50,000.00 $25,927.55 $97,000.00 $102,641.22 250,000.00 $360,000.00 180,000.00 $190,621.88 $31,000.00 $38,528.00 $12,200.00 $8,232.00 $15,000.00 $15,691.20 $21,000.00 $23,375.52 $14,000.00 $16,770.88 $3,000.00 $3,024.00 320,000.00 $325,000.00 1.18,000.00 $50,000.00 114,800.00 $42,000.00 $7,500.00 $66,000.00 $15,000.00 $0.00 $44.000.00 30,643.00 05,000.00 48,000.00 10,500.00 18, 800.00 26,700.05 20,500.00 $7,200.00 98,000.00 no 79,000.00 11.275.00 115,500.00 $7,700.00 $9,900.00 $8,145.00 $14,611.00 $0.00 $69,992.00 $26,647.00 188,760.00 566,500.00 275,000.00 $34,003.00 $8,115.00 $61,314.00 $32,105.00 $16,388.00 $3,045.00 405,364.00 $25,000.00 $32,000.00 $7.1,000.00 215,000.00 165,000.00 $50,000.00 $25,000.00 $10,000.00 $18,000.00 $10,000.00 $24,000.00 $12,000.00 $35,000.00 230,000.00 130,000.00 $40,000.00 $14.000.00 $25,000.00 $29,000.00 $376,000.00 $50,000.00 $15,000.00 $25,600.00 $51, 800.00 181,150.00 184.306.00 $22 $0.00 $61,800.00 $52,500.00 $48,300.00 $143,750.00 $58,700.00 $62,525.00 $22,350.00 $85,400.00 $123,600.00 $148,620.00 $139,460.00 $125,200.00 s • • • MARGARET PACE PARK PROPOSAL 3 BIDDER R.L.Saum Const. ADDRESS 10737 SW 104 St. Miami Item No Description FL 33176 PHASE 1-A Danville Findorff 2811 SW 70 Av. Miami FI 33155 & PHASE 1-B FORMAL M. Vila & Assoc. Recio & Assoc. Cazo Const. 12097 NW 98 Av. 8063 NW 64 St. 3461 SW 8 Ct. Hialeah Garden Miami Miami FL 33018 FI 33166 FL 33136 BID MEF Const. 782 Nw 42 Av. Miami FL 33126 14 Site Furniture 15 Irrigation System $78,580.00 $89,476.80 $116,800.00 $111,606.00 $75,000.00 $86,200.00 16 Landscaping $64,500.00 $206,000.00 $71,960.00 $335,000.00 $77,830.00 $255,000.00 $82,500.00 $474,493.00 $74,000.00 $270,000.00 $86,500.00 $325,890.00 17 Child. Play equip. & pave. $35,000.00 $34,478.08 $42,000.00 $29,924.00 $28,000.00 $58,200.00 E18Cash Allowance $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 TO $2,286,000.00 $2,287,437.43 $2,388,802.00 $2,958,713.00 $2,067,000.00 $2,297,745.00 TOTAL REPORTED DIFFERENCE $2,286,000.00 $2,287,437.44 $2,388,802.00 $2,958,713,00 $2,671,700.00 $2,297,745.00 $0.00 $0.01 $0.001 $0.001 $604,700.00 $0.00 IRREGULARITIES LEGEND IT_HAS BEEN DETERMINED THAT THE LOWEST RESPONSIBLE AND RESPONSIVE 1. Improper Bid Bond BIDDER FOR PROPOSAL 3 INCLUDING PHASE 1-A 8, PHASE 1-6 IS R.L. SAUM 2. No bidders contractors License(s) FOR THE AMOUNT OF $2,286,000.00. 3. No compliance with Ordinance 10032 4. No compliance with Ordinance 10062 If the above contractor is not the lowest bidder explain: N/A 5. No Non -Collusion Affidavit 6. Non-reponsive bid Reasons: MEF presented unbalanced unit prices in the bid proposal. Cazo Construction did not confirm the sum of the items as the total bid and upon request of clarification submitted a third number. 0 C, MARGARET PACE PARK PROPOSAL 3 PHASE 1-A & PHASE 1-B FORMAL BID UNIT PRICES TALLY Page 1 R.L.Saum Const. Danville Findorff M. Vila & Assoc. Recio & Assoc. Cazo Const. MEF Const. Description of Item Site Grading cubic yard of fill $6.83 $12.21 $5.00 $6.96 $7.50 $65.00 ton of fill $5.69 $8.40 $6.25 $8.40 $8.25 $52.00 Site Paving Grey Concrete Sidewalk 4" $2.00 $3.29 $3.50 $3.16 $2.45 $5.00 Grey Concrete Sidewalk 6" $2.50 $3.38 $4.40 $4.84 $2.85 $7.00 6" Color & Regular Concrete Pink $5.35 $6.44 $6.45 $8.59 $6.50 $10.00 Red $4.60 $6.12 $5.75 $7.42 $6.90 $10.50 Brown $4.50 $6,08 $5.75 $8.05 $7.55 $11.00 Yellow $7.90 $7.35 $9.50 $10.35 $12.30 $12.00 Beige $5.12 $7.47 $6.35 $7.76 $7.35 $15.00 Safety Surface $13.13 $14.71 $20.10 $4.30 $25.00 Site Lighting 14' Light Fix. $2,200.00 $2,508.80 $2,240.00 $3,019.00 $1,600.00 $15,000.00 20' Single Arm Fix. $2,500.00 $2,884.00 $2,575.00 $2,842.00 $1,650.00 $22,000.00 20' Double Arm Fix. $2,500.00 $2,374.40 $2,120.00 $4,296.00 $1,700.00 $42,000.00 30' Light Fix. $2,500.00 $2,889.60 $2,580.00 $3,494.00 $1,750.00 $53,000.00 40' Light Fix. $2,500.00 $3,516.00 $3,140.00 $3,498.00 $1,900.00 $64,000.00 Site Furniture Drink Fountain $1,550.00 $2,045,40 $3,050.00 $2,250.00 $670.00 $13,500.00 Garbage Receptacle $725.00 $811.09 $878.00 $775.00 $350.00 $11,200.00 BBQ Grill $300.00 $281.12 $445.00 $275.00 $450.00 $12,300.00 Concrete Bike Rack $185.00 $171.25 $193.00 $231.00 $320.00 $15,400.00 35" S . Concrete Bench $500.00 $364.95 $679.00 $662.00 $420.00 $12,700.00 36" Round Concrete Bench $500.00 $617.86 $667.00 $624.00 $425.00 $15,600.00 48" Rec. Concrete Bench $425.00 $896.98 $609.00 $518.00 $520.00 $15,600.00 5' Curved Concrete Bench $700.00 . $509.32 $953.00 $874.00 $720.00 $22,100.00 7' HC Picnic Table $1,200.00 $1,514.891 $1,782.00 $1,867.00 $1,500.001 $26,300.00 • • • MARGARET PACE PARK FORMAL BID UNIT PRICES TALLY Page 2 R.L.Saum Const. Danville Findorff M. Vila & Assoc. Recio & Assoc. Cazo Const. MEF Const. Description of Item Landscaping Coco Palm 20'-22' $300.00 $386.99 $384.00 $500.00 $360.00 $4,600.00 Cabbage Palm 10'-14' $125.00 $143.89 $145.00 $162.00 $130.00 $3,800.00 Florida Thatch Palm 8'-10' $175.00 $195.03 $225.00 $400.00 $300.00 $3,100.00 Gumbo Limbo 14'-16' $160.00 $183.18 $205.00 $245.00 $275.00 $2,400.00 Brazilian Beaut leaf 10'-12' $140.001 $158.85 $145.001 $200.00 $200.00 $2,200.00 Green Buttonwood 10'-12' $100.00 $126.40 $130.00 $187.00 $200.00 $2,200.00 Sea Grape 10'-12' $130.00 $154.47 $160.00 $212.00 $200.00 $2,200.00 Royal Poinciana 14'-16' §140.00 $158.85 $225.00 $242.00 $300.00 $2,600.00 Jamaican Dogwood 10'-12' $195.00 $223.73 $155.00 $500.00 $250:00 $2,400.00 Mahogany 14'-16' $170.00 $191.28 $265.00 $280.00 $250.00 $2,200.00 Pink Trumpet Tree 12'-14' $155.00 $175.07 $235.00 $240.00 $200.00 $2,100.pp Sea-ox-eye Dais 18"-24"/ al $3.60 $4.05 $3.25 $5.00 $4.00 $1,800.00 Beach Sunflower 18"-24"/ al $3,25 $3.65 $2.85 $4.00 $4.00 $1,800.00 Goat's Foot 18"-24"/gal $3.00 $3.57 $2.85 $4.38 $3.50 $1,800.00 Evergreen Lirio a 8"-10" $3.00 $3.49 $2.50 $3.00 $3.00 $1,450.00 Bay Cedar 18"-24"/ al $7.45 $8.36 $4.50 $5.00 $7.00 $2,450.00 Pe eromia 8"-10"/ al $4.00 $4.70 $4.50 $6.25 $5.00 $1,100.00 Bengal Clock 24"36"/3 al $21.00 $23.83 $42.00 $62.50 $50.00 $2,400.00 Bermuda Grass s .,ft. $0.30 $0.34 $0.86 $0.88 $0.90 $9.00 St. Augustine Grass sq. ft. $0.23 $0.26 $0.281 $0.35 $0.281 $9.00 OW Chairman Teele and Members of the CRA Board FROM: Dipak M. Parekh p T��\/ Executive Director L_J CITY OF MIAMI, FLORIDA ITEM 14 INTER -OFFICE MEMORANDUM DATE: May 21, 2001 FILE : SUBJECT: Omni/CRA to Request additional funds From the City of Miami in the Amount of $3,319,000 to complete Phase 1 a, 1 band 2 REFERENCLQf Margaret Pace Park. ENCLOSURES: Resolution RECOMMENDATION It is recommended that the Omni Redevelopment Agency (CRA) authorize a request to be made to the City of Miami for additional funds, in the sum of $3,319,000 in connection with the completion of phase 1 a, 1 b and 2 of Margaret Pace Park improvement. BACKGROUND The attached resolution approves a request by the Omni CRA for additional funds from the City to complete phase 1 a, 1 b, and 2 of Margaret Pace Park. Funding Source: N/A Account Number: N/A OMN I / CRA ©i- to