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