HomeMy WebLinkAboutCRA-R-04-0010 SEOPW R03-62 BACKUPRESOLUTION NO. SEOPW/CRA R- 0 3 -
ITEM S-5
JUL
62
A RESOLUTION OF THE BOARD OF DIRECTORS
OF THE SOUTHEAST OVERTOWN/PARK WEST
COMMUNITY REDEVELOPMENT AGENCY
AUTHORIZING THE EXECUTIVE DIRECTOR TO
ISSUE A WORK ORDER, UNDER THE EXISTING
CONSTRUCTION MANAGER -AT -RISK CONTRACT
WITH MAGNUM CONSTRUCTION MANAGEMENT
CORP., D/B/A MCM CORP., FOR THE GRAND
PROMENADE INTERIM RENOVATION PROJECT IN
AN AMOUNT NOT TO EXCEED $500,000.00;
FUNDS TO BE ALLOCATED FROM ACCOUNT CODE
799126.452502.6.930.
WHEREAS, the Southeast Overtown/Park West Community
Redevelopment Agency ("CRA") is responsible for carrying
out community redevelopment activities and projects within
the Southeast Overtown/Park West redevelopment area in
accordance with the approved Redevelopment Plan; and
WHEREAS, by Resolution No. SEOPW/CRA 01-51, passed and
adopted on May 21, 2001, the CRA authorized the Executive
Director to execute a contract with Dover Kohl & Partners
for the design and planning of a Grand Promenade along the
old FEC right-of-way in the Park West entertainment
district; and
Page 1 of 3
SEOPW/CRA
03- 62
ITEM S-5
JUL 15 2003
WHEREAS,' while the conceptual design is finalized,
interim renovations are necessary to upgrade service,
maintain access, and ensure the safety of the public and
businesses utilizing the area; and
WHEREAS, on October 1, 2002, the CRA entered into a
contract for Construction Manager -at -Risk services with
Magnum Construction Management Corp., D/B/A MCM Corp.; and
WHEREAS, the CRA desires to award construction of the
interim renovations under its existing contract for
Construction Manager -at -Risk services as Community
Development funding currently available for the interim
renovations will be withdrawn before the final design and
formal bid process can be completed.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF
DIRECTORS OF SOUTHEAST OVERTOWN/PARK WEST COMMUNITY
REDEVELOPMENT AGENCY OF THE CITY OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in
the Preamble to this Resolution are adopted by reference
and incorporated herein as if fully set forth in this
Section.
Section 2. The Executive Director is authorized to
issue a Work Order to Magnum Construction Management Corp.,
D/B/A MCM Corp. under its existing Construction Manager -at -
Page 2 of 3
SEOPW/CRA
03- 62
ITEM S-5
JUL 15 2003
Risk contract' with the CRA for construction of the Grand
Promenade Interim Renovations in an amount not to exceed
$500,000..00.
Section 3. Funds are to be allocated from Account
Code No. 799126.452502.6.930.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this /✓ i day of July, 2003.
ATTEST:
6/1.(4
PRISCILLA A. THOMPSON
CLERK OF THE BOARD
APPROVED AS T• ORM F 1 CORRECTNESS:
VILARELLO
COUNSEL
FKR/JHV
Page 3 of 3
E. TEELE, JR., RMAN
- SEOPW/CRC
03 62
Grant, Neko
From: Chuck Deeb [CDeeb@tylin-hjross.com)
Sent: Thursday, June 05, 2003 9:53 AM
To: Grant, Neko
Cc: Rollason, Frank; Villacorta, James H
Subject: Promenade Cost
JUL 5 2J03
Attached are detailed preliminary construction cost estimates for the three phases of the Grand
Promenade Interim Improvements. The cost summary is as follows:
Phase 1 $127,400
20% Cont. $25.500
Total $152,900
Phase 2 $130,500
20% Cont. $26,100
Total $156,600
Phase 3 $135,400
20% Cont. $27,100
Total $162,500
Grand Total = $472,000
Chuck Deeb, P. E.
Vice President
BLOCK ONE
• BLOCK TWO
BLOCK THREE
T. Y. LIN, International / H. J. ROSS
201 Alhambra Circle, Suite 900
Coral Gables, FL 33134
(305) 567-1888 Ext. 229 - Phone
(305) 567-1771 - Fax
SEOPW/CRA
6/12/2003
City of Miami CRAB ..
Grand Promenade Interim Improvements - Phase 1
North Miami Ave. to NE 1st Ave.
Date: 06/12/03
TYLI/HJR No. 550023.xx
Item
Description Unit •Unit Price Quantity Amount
1 Maintenance of Traffic DAY $100.00 30 . $3,000.00
2 Clearing and Grubbing AC $2,000.00 _ 2 $42000.00
3 $0.00�
4 Tree Relocation $0.00
5 Tree Removal EA $200.00 5 $1,000.00
6 Earthwork LS $3,500.00 1 $3 500.00
7 Type 'B" Stabilization (LBR 40)(12'Thick)._ SY $0.00
8 Limerock Base (8")(Primed) - SY .� $0.00
_ 9 jype S-III Asphaltic Concrete (1-1/2' Thick) SY $5.00 750 $3.750.00
10 . Concrete Class I CY $0.00
11_ Concrete Pavement (6" Thick)(dumpster pads) SY $35.00 65 $2,275.00
_ 12 Catch Basin, Type D EA $2,000.00 4 $8,000.00
13 Pipe Culvert (24") LF
14 Exfiitration Trench (24") includes Ballast Rock
15 Concrete Curb & Gutter (Type "F')
16 Concrete Sidewalk (6' Thick)
17 Fencing
___ 18 SoddinPensacola Bahia)(Including Watering) SY__
�_ 19 Adjust and/or Relocate Existing Fire Hydrant EA
20 Dumpster Enclosure W_
21 Roadside Sign
22 Reflective Pavement Marker
23 Pavement Markin• s
24 Solid Traffic Stripe 6" (Painted)
25 Solid Traffic Stripe 8" (Painted)
26 Solid Traffic Stripe 1.2" (Painted)
27 Solid Traffic Stripe 18' (Painted)
33 Light Pole Complete
$35.00 60, $21,00.00.
LF $85.00 100 $8=500.00
LF $14.00 975 $13,650.00
SY $28.00 95 $2,660.00
LF $18.00 80 $1,440.00
$3.00 1,300 $3,900.00
_W _ $0.00
EA . $3,000.00 ^. 6$18,000.00
EA $250.00 _ 2 $500.00
EA $4.00 20 $80.00
SF - _ $0.00
LF $1.00 980 $980.00
LF _ $0.00
LF
LF
$0.00
28 Solid Traffic Stripe 24' (Painted) LF $3.00 12 _ $36.00
3029
Conduit {2" P.V.C. Schedule _-_$0.00
�) $5.00 500 $2,500.00
31 Service Load Center ( Secondary Voltage) $1,500.00 1 $1,500.00
32 Pull Box ( Sidewalk) EA $300.00 10 $3,000.00
34 Landscape
35 Irrigation
LF
LS
$0.00
EA $4,000.00 8 $32,000.00
LS $8,000.00 1 $8,000.00
LS _ $__ 33 000.00 1 $3,000.00
C.'1D000ME-lhgranINLOCALS-11Fefl_,, Grand Promenade Nems.Asiftomenade
Sub Total $127,371.00
Contingency 20% $25,474.20
Total $152,045.20
ITEM S-5
JUL 15200
SEOPW/CRA
4 03-- 62
City of Miami CRA
Grand Promenade Interim Improvements - Phase 2
NE Iat Ave. to NE 2nd Ave.
Date: 06/12/03
TYLUHJR No. 550023.xx
Item
Description
Unit
Unit Price
Quantity
Amount
1
Maintenance of Traffic
DAY
$100.00
30
$3,000.00
2
Clearingand Grubbing
AC
$21000.00
2
. $4,000.00
3
_
$0.00
4
Tree Relocation
EA
$0.00
5
Tree Removal
EA
$200.00
- 5
$1,000.00
6
Earthwork
LS
$3,500.00
1
$3,500.00�
7
Type 'B' Stabilization (LBR 40)(12"Thick)
SY
$0.00
8
Limerock Base (81xPrimed) .
SY
$0.00
9
Type S-III Asphaltic Concrete (1-1/2" Thick)
SY
$5.00
750
$3,750.00
10
Concrete Class I
CY
$0.04
11
Concrete Pavement (6" Thick)(dumpster'pads)
SY
$35.00
65
$2,275.00
12
Catch Basin, Type D
EA
$2,000.00
4
$8,000.00
13
Pipe Culvert (21:)._
LF
$35.00
60
$2,100.00
14
Exfiltration Trench (24") Includes Ballast Rock
LF
•
$85.00
• 100
$8,500.00
15
Concrete Curb & Gutter (Type "F')
LF
$14.00
980
$13,720.00
16
Concrete Sidewalkj6' Thick)
SY
$28.00
95
$2,660.00
rnnrinrr
17
.
,_ --.
___
_ - -- -. - -
�_sv
19
..zvuunpy kr titIaiI%.UIa oanla)(InCIuaIng vvatenng)
SY
EA
EAR
EA
$3.00
_ 1,300:
$3,900.00
Adjust and/or Relocate. Existing Fire Hydrant
. $0.00
20
21
Dumpster Enclosure
$3,000.00
6
2
$18,000.00 1
Roadside Sign
$250.00
$500.00
- 22
Reflective Pavement Marker
EA
SF
LF
- $4.00
' $1.00
- 20
980
• $80.00
23
24
25
26
_
Pavement Markings _
Solid Traffic Stripe 6" (Painted)
$0.00
$980.00
Solid Traffic Stripe 8" (Painted)
Solid Traffic Stripe 12' (Painted)
LF
LF
-
$0.00
$0.00
27
Solid Traffic Stn�e 18" (Painted)
LF
LF
$3.00
12
$0.00
$36.00
28
Solid Traffic Stripe 24" (Painted)
29
$0.00
30
31
Conduit-(2" P.V.C..Schedule 40)
Service Load Center ( Secondary Voltage)
IF
. LS
$5.00
500
$2,500.00
$1,500.00
$13500.00
1
32
Pull Box ( Sidewalk) •
EA
EA
$300.00
$4,000.00
10
8
$3 00000.00
33
Light Pole Complete
$32,000.00
34
Landscape
LS
.$8,000.00
1
$8,000.00
35
Irrigation
LS
$3,000.00
1
$3,000.00
Sub Total
Contingency 20%
Total
CADOCUME-11ngr OCALS•-11Terri4Grand Pranenade lietniuderromenade
$130,501.00
$26,100.20
$156,601.20
ITEM S-5
JUL 15 2tJO
SEOPW/CRA
03 62
(City ofMiami CRA
Grand Promenade Interim Improvements - Phase 3
,NW tot Ave. to North Miami Ave.
Date: 06/12/03
TYLNHJR No. 550023.xx
Item
Description
Unit
Unit PriceQuantity
Amount
1
Maintenance of Traffic
DAY
$100.00
30,
$3,000.00
2
Ciearin2 and Grubbing
AC
$2,000.00
2
$4,000.00
3
Railroad Track Demolition (Rail Cutting)
LF
$10.00
800
$8,000.00
4
Tree Relocation
EA
$0.00
5
Tree Removal
EA
- $200.00
5
$1,000.00
6
Earthwork
LS
$3,500.00
1
$3,500.00
7
Type "Be Stabilization (LBR 40)(12"Thick)
SY
$0.00
8
Umerock Base (8')(Primed)
SY
$0.00
9
Type S-HI Asphaltic Concrete (1-1/2' Thick)
SY
$5.00
550
$2,750.00,
10
_ 11
12
Concrete Class I
Concrete Pavement (6" Thick)(dumpster'pads
Catch Basin, Type D
CY
SY
EA
$0_00
$35.00
$2,000.00
65
4
$2,275.00
$8,000.00
13
Pipe Culvert (24")
LF
$35.00
60
$21100.00
14
Exfiltration Trench (24") includes Ballast Rock
LF
$85.00
100
$8,500,00
15
_ 16 _Concrete
Concrete Curb & Gutter (Type 'F')
LF
$14.00
980
$13,720.00
Sidewalk (6" Thick)
SY
$28.00
95
$2,660.00
LF I $18.00 1 1501 $2,700.00
.... _..,
rvvMMv,
..,y ,, ./a/a/a a uara rrJ,rrnun aury rvxwwnnB
.7Y
li:i.uv
1,200
$3,600.00
19
20
21
Adjust and/or Relocate Existing Fire Hydrant
EA
_._
-
$0,00
Dumpster Enclosure
EA
$3,000.00
6
$18,000.00.
4Roadside Sign
EA
$250.00
2
$500.00
22
Reflective Pavement Marker.
EA
$4.00
20
$80.00
23
Pavement Markings
SF
$0.00
24
25
Solid Traffic Stripe 6' (Painted)
LF
$1.00
980
$980.00
Solid Traffic Stripe 8' (Painted)
LF
$0.00
26
Solid Traffic Stripe 12" Painted)
LF
$0.00
27
Solid Traffic Stripe 18" (Painted)
LF
$0.00
28
Solid. Traffic Stripe 24' (Painted)
LF
$3.00
12
$36.00
29
$0.00
30
Conduits2" P.V.C. Schedule 40)
LF
$5.00
500
$2,500.00
31 ,Service
Load Center ( Secondary Voltage)
LS
$1,500.00
1
$1,500.00
_ 32
Pull Box ( Sidewalk)
EA
$300.00
10
$3,000.00
_ 33
Light Pole Complete
EA
$4,000.00
8
$32,000.00
34
Landscape
LS
$8,000.00
1
$8,000.00
- 35
Irrigation
LS
$3,000.00
1
$3,000.00
Sub Total
Contingency 20%
Total
c wocuME-rrgranALocAus. VremplOaand Promenade Nems.xFs]Pr fiend.
$135,401.00
$27,080.20
$162,481.20
ITEM S-5
JUL ...
SEOPW/CRA
03- 62