Loading...
HomeMy WebLinkAboutR-92-0499J-92-522 6/30/92 .._ 499 RESOLUTION NO. A RESOLUTION AUTHORIZING AN INCREASE IN THE CONTRACT AMOUNT NOT TO EXCEED $10,000, IN THE CONTRACT BETWEEN THE CITY OF MIAMI, FLORIDA AND W.R.T. INC., DATED JULY 2, 1990, FROM $103,000.00 TO $113,000.00 FOR PROFESSIONAL DESIGN SERVICES FOR THE SOUTHEAST OVERTOWN/PARK WEST 7TH AND 9TH STREET MALL PROJECT, CAPITAL IMPROVEMENT PROJECT NO. 341176, WITH SAID FUNDS TO BE PROVIDED FROM THE CAPITAL IMPROVEMENTS ORDINANCE NO. 10938 FROM FUNDS ALREADY APPROPRIATED TO THE PROJECT; FURTHER RATIFYING, APPROVING AND CONFIRMING THE CITY MANAGER'S WRITTEN FINDING BY AN AFFIRMATIVE VOTE OF FOUR -FIFTHS OF THE MEMBERS OF THE CITY COMMISSION AFTER A DULY ADVERTISED PUBLIC HEARING THAT THE HEREIN INCREASE RESULTED FROM EMERGENCY CIRCUMSTANCES. WHEREAS, a contract dated July 2, 1990, exists between the City of Miami, Florida, and W.R.T. Ino., for professional design services for the Southeast Overtown/Park West 7th and 9th Street Mall Project, Capital Improvement Project No. 341176; and WHEREAS, an inorease in the contract not to exoeed $10,000 is required to cover the cost of necessary extra work involving the design, engineering and supervision of installation of protective safety railings, signage, tree root guards, utility and electrioal oonneotions for maintenance service, programmable timers to reduoe water use, protective pavement sealer, a weather CITY COMMISSION MEETING OF J U L 1 6 1992 Resolution No. 92- 499 protection canopy, safety lights, burial of irrigation equipment to reduce hazards, infill asphalt and concrete work to eliminate walkway hazards, curb modifications for emergency vehicles access, and widened vehicular turn lanes to enhance traffic safety; and WHEREAS, the Director of Development, the Director of Public Works and the City Manager recommend the increase in contract to cover the additional costs; and WHEREAS, the City Manager has made a written finding that a valid emergency existed for the work to continue to protect the health, safety and welfare of the citizens of the City; and WHEREAS, funds to cover the increase are available from monies already appropriated to the project; NOW, THEREFORE, HE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. After a duly advertised Public Hearing, the findings of the City Manager set forth in the Preamble to this Resolution are hereby ratified, approved and confirmed by an affirmative vote of four -fifths of the members of the City Commission, and are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The contract between W.R.T. Inc. and the City of Miami, Florida, dated July 2, 1990, for the Southeast Overtown/Park West 7th and 9th Street Mall Project, Capital Improvement Project No. 341176, is hereby increased in an amount not to exceed $10,000 from $103,000.00 to $113,000.00, with funds for the increase to be provided from monies already appropriated - 2 - 92- 499 _ e to the project in the City's Capital Improvement Ordinance No. 10938. Section 3. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 16th day of J,ly 1992. XAVTSR : .j SUARE , MAYOR - ATTE MATTY HIRAI CITY CLERK SUBMITTED I KIM- u CAPITAL PROJECT REVIEW: ( wV� 907 4ffU-)ff=--R DRI EZ CA TAL IMPROVEMENT MANAGER PREPARED AND APPROVED BY: CARMEN L. LEON ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: CITY A CLL:rma: 92_ 499 41 CITY OF '.'�t ?,��. FLOR:Dt- 451 INTER -OFFICE MEMORANDUM rcHonorable Mayor and Members of the City Commission Cesar H. Odi Ror, City Manager DATE June 22, 1992 FILE SUBJECT Increase in Contract Amount- SE Overtown/ Park West Malls REFERENCES. Resolutions ENCLOSURES It is respectfully recommended that the Commission adopt the attached resolutions increasing the contract amounts for P.N.M. Construction and WRT Landscape Architects in the respective amounts of $62,000 and $10,000 for additional necessary costs and services incurred in construction of the Southeast Overtown/Park West Mall project. These additional costs resulted from design modifications to the original project to enhance mall's safety, reduce the City's liability, improve durability and minimize long term operational/maintainance costs. The City Commission adopted Resolution 91-239 on March 28, 1991 accepting the bid of P.N.M. corporation for $1,808,581.55 to construct the Southeast Overtown/Park West 7th and 9th Street Malls as designed by the landscape architecture firm of W.R.T. During the course of construction several additions and modifications to the design of the mall were made at the direction of the Development Department project manager, Jack Luft, to eliminate potential hazards (trip & fall, visibility obstructions, etc.) and to enhance the operational efficiency and durability of the malls. Many of the changes and additions were underground and thus had to be made during the mall's construction. The total added cost of these changes will not exceed $62,000 and represents an approximate 3% increase in the total project cost. These design changes and additions also required additional design and engineering work as well as construction supervision by W.R.T. for a total additional professional services cost of $10,000. This represents a 4% increase in total contractual design fees for this project. Funds for these additional costs are available from funds already appropriated for this project. 92-- 499 ���1 1., Cesar H. Odio City Manager Rom I, � Herbert J. Bailey INTER -OFFICE MEMORANDUM DATE June 22, 1992 FILE : SUBJECT EMERGENCY FINDING Increase in Contract Amount 9th & 7th St Mall Project REFE4,?,utheast Overtown Park West Assistant City Manager ENCLOSURES. Letters/Cost Accounting PNM & WRT TTa"n'* ng RE: Contract Cost increases - 9th & 7th Street Malls P.N.M. Corporation, Contruction Contractors WRT Landscape Architects The Southeast Overtown / Park West Mall Projects for 9th and 7th Street are nearing completion (projected ')or July 15th). The mall project's orginal construction bid of $1,808,581.65 by PNM Corp. based on the final design plan by WRT, Landscape Architects, will be completed within the bid price. There have been additional project construction and design costs totaling $72,000 (3% of construction bid) incurred due to design changes ordered by Jack Luft as the City's project manager. These additions to the original design and construction contract were made to improve the overall safety, durability and operational efficiency of the mall. The majority of decisions to add these features had to be made duru:g the mall's construction to allow their installation. They include: 1) installation of tree root guards to protect sidewalk pavers .................. $17,000 2) addition of 13 trash containers to minimize litter problems ................ 10,000 3) 2 spare replacement light fixtures and poles ...................................... 3,000 4) a sewers to electrical connection to meet health codes for permanent vending services in the Gazebo structure ........................... 6,000 5) proUammable time for fountains to reduce water usage ..................... 500 6) Safely rain around 9th St. fountain to prevent accidents ................. 7,500 7) additional Sa etyy lights for fountain edge ............................................. 1,000 8) burial of irrigation backflow preventers to prevent trip/fall accidents..... 2,500 9) replacement a=halt to repair road hazards on Miami & 1st Ave......... 2,000 10) a concrete band to connect sidewalk to Biscayne View building to prevent trip & fall accidents at store entrances ........................... 3,000 11) installation of rolled curb and new sidewalk on 7th St entrance to mall for improved fire & emergency vehicle access ........................... 3,500 12) additional 110 & 220 electrical outlets on 9th Street Mall to enhance programmed event use of mall .............................................. 4,000 13) expanded median turning lanes on NW 1st Avenue for traffic safety., 2.000 Total City -added Project Construction Costs $ 62,000 page 1 of 2 92- .499 r page 2 of 2 7th & 9th Street Malls Contract Cost Amendments 11 To accomplish several of the above listed construction improvements it was necessary for W.R.T., the project designers, to prepare additional design drawings and specifications for the fabrication of the added features and to supervise their installation. These design, engineering and construction supervision costs include: 1) design of the safety railing around the 9th Street fountain .............. . $ 1,000 2) design and mounting specifications of the Sawyer's )Palk signs.......... 260 3) design of the 8lulings & mo un .ing sygtem for gazebo structure........ 760 41, design of lighting and electrical systems for 9th St. safety lights.... 500 5) engineering of electrical systems for additional 9th Street outlets.... 500 6) engineering & design of sewer. water & electrical for gazebo.......... 1,000 7) utility design modifications/specifications for tree root guards........... 1,000 8) research for protective pavement sealer application ........................... 600 9) a=Ir action supervision of installation for items 1-14 above............._4,500 Total City -added Design/Engineering Costs $10,000 Payment of these additional project costs will require an increase in the contract amounts of $62,000 and $10,000 respectively for contracts with P.N.M Corporation and W.R.T, Inc. Funds for the $72,000 total increase to these contract costs are available from funds already appropriated to the Project from Capital Improvemnents Ordinance No. 10938, Project #341176. The City will require, in return for payment of these additional fees, a written agreement from P.N.M. Inc. and WRT Inc. releasing the City from any and all future claims for fees or expenses associated with this project. iP PROVED DI PROVED CE9XR H. ODIO City Manager 92- 499 I s L1 LA It VNI, I , 11CO 191 Giralda Avenue Penthouse Coral Gables. FL 33134 (305) 448.0788 June 10, 1992 Mr. Jack Lult Project Manager - Department of Development Dupont Plaza Center 300 Biscayne Blvd. Way Suite 400 Miami, Florida 33132 Re: 7th & 9th Street Pedestrian Malls Dear Mr. Luft: 10 In accordance with Section I of our Basic Agreement, Additional Work Authorized by the City, we are hereby requesting additional compensation for services rendered beyond the scope of the project. These services included revisions to the previously approved program, drawings and specifications to accomplish changes as per your request. The costs incurred are for the design, engineering and construction administration for the fabrication and installation of the following items: 1. Design and engineering for the 9th Street fog fountain dish barrier 2. Design and shop drawing review for the 7th Street Sawyer's walk signs 3. Design and engineering for the awning and mounting connection to the gazebo structure 4. Design and engineering for the modification to the fog fountain for added safety 5. Design and engineering for additional electrical outlets on 9th Street S. Design and engineering for the sanitary sewer and water service stub -outs for the 9th Street gazebo structure $250.00 $750.00 $1,000.00 92- 499 ...J` e qr Z?2Co Mr. Jack Luft June 10, 1992 Page 2 7. Utility design modifications and specifications for the addition of tree .root guards on 7th and 9th Streets $1,000.00 8. Research for protective pavement sealer application for 7th & 9th Streets $500•00 9. Construction administration for the following additional items: $4,500.00 A. Ir �►s!;Nticn ale tree rop; guards B. Addition of 13 trash containers on 9th Street C. Installation of sewer and water stub -cut for gazebo structure D. Installation of Sawyer's Walk signs E. Addition of a programmable timer with increased capacity for fog fountain F. Installation of the fog fountain barrier G. Modification to fog fountain for added safety on 9th Street H. Installation of underground backflow prevention devices on 9th Street 1. Installation of asphalt to repair road on North Miami Ave. and N.W. 1st Ave. J. Installation of concrete band at north property line on 9th Street K. Installation of a mountable curb and new sidewalk at both ends of 7th Street L. Installation of additional electrical outlets on 9th Street M. Installation of expanded median turning lanes on N.W. 1st Ave. and 9th Street TOTAL $10,000 We will await your authorization before submitting invoices for the items above. If there are any questions regarding the above, please contact me at your earliest convenience. Sincerely"H. Kathryn ASLA Project Director 92- 499