Loading...
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Manager -at -Risk services as Community Development funding currently available for the interim renovations will be withdrawn before the final design and formal bid process can be completed.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