HomeMy WebLinkAboutComposite Exhibit 1GRANT AGREEMENT
THIS AGREEMENT is entered into as of the I "lam day of ' 2001 by and between
the SOUTHEAST OVERTOWN/PARK WEST COMMUNITY REDEVELOPMENT AGENCY, of
the City of Miami, a public agency and body corporate created pursuant to Section 163.356, Florida
Statutes ("CRA"), and the CITY OF MIAMI, FLORIDA, a municipal corporation of the State of
Florida ("CITY"),
RECITALS
A. WHEREAS, the Board of Commissioners of the CRA, authorize the issuance of a grant,
in an amount not to exceed One Million Dollars ($1,000,000) ("Grant"), to the CITY far the renovation of
Gibson Park, at 401 NW 12th Street, Miami, Florida; and
B. WHEREAS, the Miami City Commission, by Resolution No, R-09-0198, passed and
adopted on April 23, 2009, authorized acceptance of' the Grant; and
C. WHEREAS, the CITY and the CRA wish to enter into this Agreement to set forth the
terms and conditions relating to the use of said Grant.
NOW, THEREFORE, in consideration of the promises and the mutual covenants contained
herein, the parties agree to as follows:
THE GRANT
1. RECITALS. The recitals and all statements contained therein are true and correct and
are hereby incorporated into this Agreement,
2, GRANT. Subject to the terms and conditions set forth herein and the CITY's compliance
with all of its obligations hereunder, the.CRA hereby agrees to make available to the CITY the Grant to
be used for the purpose and disbursed in the manner hereinafter provided.
3. USE OF GRANT. The Grant shall be used as follows: to underwrite the costs associated
with the CITY's renovation of Gibson Park, at 401 NW 12th Street, Miami, Florida, as set forth in
Attachment "A" ("Project"),
Page 1 of 10
4. COMPLIANCE WITH POLICIES AND PROCEDURES. The CITY understands
that the use of the Grant is subject to specific reporting, record keeping, administrative and contracting
guidelines and other requirements affecting the activities funded by the Grant, The L'11`Y covenants and
agrees to comply, and represents and warrants to the CRA that the Grant shall be used in accordance, with
all of the requirements, terms and conditions contained therein as the same may be amended during the
term hereof. Without limiting the generality of the foregoing, the CITY represents and warrants that it
will comply and the Grant will be used in accordance with all applicable federal, state and local codes,
laws, rules and regulations,
5. RECORDS AND REPORTS/AUDITS AND EVALUATION.
(a) The CITY understands and acknowledges that the CRA must meet certain record
keeping and reporting requirements with regard to the Grant, In order to enable the CRA to comply with
its record keeping and reporting requirements, the CITY agrees to maintain all records as required by the
CRA.
(b) At the CRAA's request, and no later than thirty (30) days thereafter, the CITY
shall deliver to the CRA such written statements relating to the use of the Grant as the CRA may require.
• (e) The CRA shall have the right to conduct audits of the C;11Y's records pertaining
to the Grant and to visit the Project, in order to conduct its monitoring and evaluation activities. The
CITY agrees to cooperate with the CRA. in the performance of these activities,
,(d) The CITY's failure to comply with these requirements or the receipt or discovery
(by monitoring or evaluation) by the CRA of any inconsistent, incomplete or inadequate information shall
be grounds for the immediate termination of this Agreement by the CRA.
G. REVERSION OF ASSETS. Upon the expiration of the term of this Agreement, the
CITY shall transfer to the CRA any unused Grant funds on hand at the time of such expiration.
7. REPRESENTATIONS AND WARRANTIES, The CITY represents and warrants the
following:
(a) Invoices for all expenditures shall be submitted to the CRA for review.
Page 2 of 10
(b) Funds disbursed under the grant shall be used solely for the Project.
(e) The CITY shall prominently display signage onsite acknowledging the CRA's
contribution to the Project, The CRA's contribution shall also be acknowledged in all promotional
materials. The CRA shall have the right to approve the form and placement of all acknowledgments,
8. DISBURSEMENT OF GRANT. Subject to the terms and conditions contained in this
Agreement, the CRA, shall make available to the CITY up to One Million Dollars ($1,000,000),
Payments will. be made only an a reimbursement basis or directly to vendors, upon presentation of
invoices and satisfactory documentation, In no event shall payments to the CITY under this Grant
agreement exceed One Million Dollars ($1,000,000).
9. TERM. The term of this Agreement shall commence on the date first above written and
shall terminate upon the earlier of: i) full disbursement. of One Million Dollars ($1,000,000); or 11) earlier
termination as provided for herein; provided, however, that all rights of the CRA to audit or inspect, to
require reversion of assets, to enforce representations, warranties and certifications, to default remedies,
to limitation of liability and indemnification, and to recovery of fees and costs shall survive the expiration
or earlier termination of this agreement,
10. REMEDIES FOR NONCOMPLIANCE. If the CITY fails to perform any of its
obligations or covenants hereunder, or breaches any of the terms contained herein, then the CRA shall
have the right to take ono or more of the following actions:
(a) Withhold payments, pending correction of the deficiency by the CITY;
(b) Recover payments made to the CITY;
(c) Disallow (that is, deny the use of the Grant for) all or part of the cost for the
activity or action not in compliance;
(d) Withhold further awards for the Project; or
(e) Take such other remedies that may be legally permitted,
Page 3 of 10
11. NON-DISCRIMINATION. The CITY, for itself and on behalf of its contractors and
subcontractors, agrees that it shall not discriminate as to race, sex, color, religion, national origin, age,
marital status or handicap in connection with its performance under this Agreement. Furthermore, the
CJIY represents that no otherwise qualified individual shall, solely, by reason of his/her race, sex, color,
religion, national origin, age, marital status or handicap be excluded from the participation in, be denied
benefits of, or be subjected to discrimination under any program or activity receiving financial assistance
pursuant to this Agreement.
12. CONFLICT OF INTEREST. The CITY has received copies of, and is familiar with,
the following provisions regarding conflict of interest in the performance of this Agreement by the CITY.
The CITY covenants, represents and warrants that it will comply with all such conflict of interest
provisions:
(a) Code of the City of Miami, Florida, Chapter 2, Article V.
(b) Dade County Code, Section 2-11.1.
13. CONTINGENCY CLAUSE, Funding for this Agreement is contingent on the
availability of funds and continued authorization for Project activities, and is subject to amendment or
termination due to lack of funds or authorization, reduction of funds, and/or change in regulations.
14. CERTIFICATIONS RELATING TO THE GRANT. The CITY certifies that;
(a) All expenditures of the Grant will be made in accordance with the provisions of
this Agreement.
(b) The Grant will not be co -mingled with any other funds and separate bank
accounts and accounting records will be maintained.
(c) The expenditures of the Grant will be properly documented and such
documentation will be maintained on file.
(d) Periodic progress reports will be provided to the CRA as requested.
(e) No expenditure of Grant funds shall be used for political activities.
Page 4 of 10
(f) The CITY will be liable to the CRA far the amount of the Grant expended in a
manner inconsistent with this Agreement,
15. DEFAULT. If the CITY fails to comply with any term or condition of this Agreement, or
fails to perform any of its obligations hereunder, then the CITY shall be hi default. Upon the occurrence
of a default hereunder the CRA, in addition to all remedies available to them by law, may immediately,
upon written notice to the CITY, terminate this Agreement whereupon all payments, advances, or other
compensation paid by the CRA to the CITY while the.CITY was in default shall be immediately returned
to the CRA. The CITY understands and agrees that termination of this Agreement under this section shall
not release the C:.E.['Y from any obligation accruing prior to the effective date of termination,
16, LIABILITY OF THE CRA. No officer, employee, agent, or principal, whether
disclosed or undisclosed, of the CRA shall have any personal liability with respect to any of the
provisions of this Agreement. Any liability of the CRA under this Agreement shall be subject to the
limitations imposed by Section 768.28, Florida Statutes.
17. INDEMNIFICATION OF THE CRA. The CITY shall protect, defend, indemnify and
hold harmless the CRA and its agents from and against any and all claims, actions, damages, liability and
expense (including fees of' attorneys, investigators and experts) in connection with loss of life, personal
injury or damage to property or arising out of this Agreement, except to the extent such loss, injury or
damage was caused by the gross negligence of the CRA or its agents.
18. INTERPRETATION.
(a.) Captions. The captions in this Agreement are for convenience only and are not a
part of this Agreement and do not in any way define, limit, describe or amplify the terms and provisions
of this Agreement or the scope or intent thereof.
(h.) Entire Agreement, This instrument constitutes the sole and only agreement of
the parties hereto relating to the Grant, and correctly set forth the rights, duties, and obligations of the
parties. There are no collateral or oral agreements or understandings between the CRA and the CITY
relating to the Agreement. Any promises, negotiations, or representations not expressly set forth in this
Page 5 of 10
Agreement are of no force or effect. This Agreement shall not be modified in any manner except by an
instrument in writing executed by the parties, The masculine (or neuter) pronoun and the singular number
shall include the masculine, feminine and neuter genders and the singular and plural number. The word
"including" followed by any specific item(s) is deemed to refer to examples rather than to be words of
Iimitati on,
(c.) Construction. Should the provisions of this Agreement require judicial or
arbitral interpretation, it is agreed that the judicial or arbitral body interpreting or construing the same
shall not apply the assumption that the terms hereof shall be more strictly construed against one party by
reason of the rule of construction that an instrument is to be construed more strictly against the party
which itself or through its agents prepared same, it being agreed that the agents of both parties have
equally participated in the preparation of this Agreement,
(d,) Covenants. Bach covenant, agreement, obligation, term, condition or other
provision herein contained shall be deemed and construed as a separate and independent covenant of the
party bound by, undertaldng or making the same, not dependent on any other provision of this Agreement
unless otherwise expressly provided. A11 of the terms and conditions set forth in this Agreement shall
apply throughout the term of tbis Agreement unless otherwise expressly set forth herein,
(e.) Conflicting Terms. In the event of conflict between the terms of this Agreement
and any terinns or conditions contained in any attached documents, the terms of this Agreement shall
govern.
(f.) Waiver. No waiver or breach of any provision of this Agreement shall constitute
a waiver of any subsequent breach of the same or any other provision hereof, and no waiver shall be
effective unless made in writing.
(g.) Severability. Should any provision contained in this Agreement he determined
by a court of oompetent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the
State of Florida, then such provision shall be deemed modified to the extent necessary in order to conform
with such laws, or if not modifiable to conform with such laws, that same shall be deemed severable, and
Page 6 of 10
in either vent, the remaining terms and provisions of this Agreement shall remain unmodified and in full
force and effect,
(h,) No Third -Party Beneficiary Right;. No provision of this Agreement shall, in
any way, inure to the benefit of any third parties so as to constitute any such third party a beneficiary of
this Agreement, or of any one or more of the terms hereof, or otherwise give rise to any cause of action in
any party not a party hereto,
19, AMENDMENTS, No amendment to this Agreement shall be binding on either party,
unless in writing and signed by both parties,
20. OWNERSHIP OF DOCUMENTS. Upon the CRA's request, all documents generated
in connection with the Project shall be delivered by the CITY to the CRA upon completion of this
Agreement, and may be used by the CRA, without restriction or limitation, The CITY agrees that all
documents maintained and generated pursuant to this Agreement shall be subject to all provisions of the
Public Records Law, Chapter 119, Florida Statutes, It is further understood by and between the parties
that any documents which are given by the CRA to the CITY pursuant to this Agreement shall at all times
remain the property of the CRA, and shall not be used by the CITY for any other purposes whatsoever,
without the written consent of the CRA.
21. AWARD OF AGREEMENT. The CSIY warrants that it has not employed or retained
any person employed by the CRA to solicit or secure this Agreement, and that it has not offered to pay,
paid, or agreed to pay any person employed by the CRA any fee, corxnrrission percentage, brokerage fee,
or gift of any kind contingent upon or resulting from' the award of the Grant,
22. NON•DELEGABIL1TY, The obligations of the CITY under this Agreement shall not be
delegated or assigned to any other party without the CRA's prior written consent, which may be withheld
by the CRA, in their sole discretion.
23, CONSTRUCTION OF AGREEMENT. This Agreement shall be construed and
enforced in accordance with Florida law,
Page 7 of 10
24, TEEMINATION OF CONTRACT, The CRA retains the right to terminate this
Agreement at any time without penalty to the CRA, In that event, the CRA shall give five (5) days
written notice of termination to the CITY,
25, NOTICE. All notices or other communications which shall or may be given pursuant to
this Agreement shall be in writing and shall be delivered by personal service, or by registered mail,
addressed to the party at the address indicated herein or as the same may he changed from time to time.
Such notice shall be deemed given on the day on which personally served, or, if by mail, on the fifth day
after being posted, or the date of actual receipt, whichever is earlier.
To CRA:
To CITY:
With copy to:
Southeast Overtown/Park West
Community Redevelopment Agency
49 N,W, 5th Street, Suite 100
Miami, FL 33128
Attn: James H. Yillacorta
Executive Director
City of Miami
444 S.W. 2°d Avenue, 10a Floor
Miami, FL 33130
Attn: Pedro G. Hernandez
City Manager
Department of Capital Improvements Program
City of Miami
444 S.W. 2nd Avenue, 86 Floor
Miami, FL 33130
Attn: Ola 0, Aluko
Director
26, INDEPENDENT CONTRACTOR, The CDT, its contractors, subcontractors,
employees and agents shall be deemed to be independent contractors, and not agents or employees of the
CRA, and shall not attain any rights or benefits under the civil service or pension programs of the CRA,
or any rights generally afforded its employees; further, they shall not be deemed entitled to Florida
Workers' Compensation benefits as employees of the CRA,
27. SUCCESSORS AND ASSIGNS. This Agreement shall be binding upon the parties
hereto, and their respective heirs, executors, legal representatives, successors, and assigns.
Page 8 of 10
28. AUTHORITY. The CITY certifies that the CITY possesses the legal authority to enter
into this Agreement. A resolution, motion or similar action has been duly adopted as an official act of the
CITY's governing body, authorizing the execution of this Agreement, and identifying the official
representative of the CITY to act in connection herewith and to provide such additional information as
may be required by the CRA.
[SIGNATURES APPEAR ON FOLLOWING PAGE]
Page 9 of 10
IN WITNESS WHEREOF, in consideration of the mutual entry into this Agreement, for other
good and valuable consideration, and intending to be legally bound, the CRA and the CITY have
executed this Agreement,
ATTEST:
Priscilla 6.`Aicei
City Clerk
APPROVED AS TO FORM AND
CORRECTNESS:
Julie 0,
City Attorney
l'ES'T:
By;
Priscilla lJ. T;k'. pson 7
Clerk of!the Board
APPROVED AS TO FORM AND
CORRECTNESS:
By:
CRA General Counsel
CITY OF
Corporati
("CITY"
FLORIDA, a municipal
State of Florida,
Pedro G. Hernand
City Manager,
APPROVED
REQUIRE
Bv:
TO INS
NTS:
eAnn Brehm
;Director, Risk Management
CE
SOUTHEAST OVERTOWNIPARK WEST
COMMUNITY REDEVELOPMENT
AGENCY, of the City of Miami, a public agency
and body corporate created pursuant to Section
163.356, Florida Statutes, ("CRA")
By: -----
Page 10 of 10
James H, Villaeorta
Executive Director
ATTACHMENT "A"
SCOPE OF WORK
SCOPE OF PROJECT
Renovation of Gibson Park
Project is anticipated to be constructed in 2 phases.
Phase I will consist of the following:
a.) Demolition of existing recreation building, play courts and utility building;
b.)• Sports field improvements, including the Installation of new 'artificial turf, covered
bleachers and walking path;
c.) Construction of a new community center, including new spaces for meeting/activity
rooms, classrooms, computer lab, and health office;
d.) Construction of an aquatics center with practice pool, pool house and lookers; and
e.) Landscape improvements, and the construction of new pavilions and play structures,
Phase II will consist of the following:
a.) Demolition of existing pool center;
b.) Construction of a Sports and Fitness Center with Weight/Exercise room, Indoor
basketball court, and concession area; and
c.) Improvements to N.W. 12th Street, consisting of new drop-off area, surface parking and
landscaping.
1une21 2010
FORM C. - Technical Approach Proposal
Design -Build Services for Gibson Park RFQ 08-09-064
Recreational Design 8 Construction, Inc. (ROC) hereby submits this technical scope
of work for the Design -Build and Construction services for "Project Phase 1" to
include all architectural engineering design fees, permitting, general conditions,
supervision, labor and materials for the Construction and Renovation to Gibson Park
located -at 350 NW 1 3th Street, Miami, Florida .
Site Preparation
" Demolition and diSpo8al of the existing (accessory buildings, concession/
r 'troonn building, TonDis and basketball courts' site fencing, existing
playground, and site furnishings) for all phases 0fconstruction.
° Clearing and grubbing for the removal of existing debris, vegetation and
designated trees within the limits of construction, ohoU be performed GS a part
of this scope of vv0rk.
" Debris resulting from the clearing and grubbing ohal be disposed of at an off
aiie |Uc8bon in aoo0rdwnCe with all applicable codes arid sJatu1es.
* Temporary silt fencing will be Installed around the areas being developed to
prevent soil erosion, vvmtervvoyoadiTnenta1ioD and dust,
" The, area within the limits of construction shall be graded/shaped as Toquirodto
create retention areas for storm drainage and proper building pad elevations for
the construction of community center and pool facility, new multipurpose ball
field, playground and fitness equipment, walkways and bleachers,
� Note 1: The existing concession stands -to remain.
° Note 2: All existing bmckntOps, fence st[uctuna, and concrete sidewalk on the
existing easement shall remain in place.
Site Work
" Site utilities shall include water, sevvnr, drainage and electric for the,
construction ofthe new :ornr0Un1ty center, recreation bUUcUng' pu8| facility and
stadium o|9votVr building, and multipurpose field.
lnitl a I____
" A new drainage system shall be designed and oonatruotedtOprovide site water
management for the impervious areas, sport fields and building storm water
diaoh8rgn. This drainage system shall consist of HDPE piping, drainage control
structures, catch basins and ex -filtration trench systnr0.
" The existing atornn and catch basin in the easement area under the new field
surface shall be lowered for the new field bane work.
n A G" sanitary sevverlatera' shall be constructed to collect the sewage disposal
waste {rorn the new recreation building and the new community center,
(addition to the existing Library facility), and crowd p(easerarna.
a /\ 2^ water distribUtion system shall be constructed to provide potable water
servica to the new recreation building, community center, pool facility, arid
crowd please[ area and site drinking fountains,
= A O" fire line with baok.flovv preventer, post indicator valves and tamper switch
shall be constructed 'to provide the water for the fire sprinkler sySt8FT` to the
new recreation center and proposed future gym building,
w Fire hydrant assemblies shall be provided and installed as required per code.
° Thirty-one (31) new parking spaces shall be constructed as per code,
v Asphalt roadways and parking lots shall be Constructed with o 12" sub -base
(rn|DirnUrn [BR40) Compacted to 98% of nnaxirnurn density (AASHTQ 7-180).
8" Qnle rock base compacted to 9896 of rnBxiMuOn density (/\ASHTO T'180)
and an1-1/2" Type S'1 asphaltic concrete wearing surface.
" Note: Thore sbo|| be no perking on 12th Street.
m Concrete walkways and sidewalks that meet /\D/\ requirements ahm|| be
ooDoz[ucTed to provide access to the multipurpose field; b|eacher5, hUddings and
play area elements,
" The new park property ahall he secured with an 8' high o(Urninurn picket fence
to the south side of the property and black vinyl chain link fence and gates to
enclose the west, north and east property line.
Site Electric aDdLightinQ
� A new 277/480 volt 3-phase electrical services will be constructed to provide
power for the new community center, pool equipment building, pavilions, crowd
p|eener area, bleacher/press box, elevator building, sports lighting, walkway
lighting and road way/parking lot lighting,
� The existing library electrical 120/240 open delta 3-phase; service to remain and
GhoU be Utilized as port of the renovation and extension of the library facility.
= The existing FPL vault shall be demolished and m pod'rnountedtransforrnnrshall
be constructed in a new location,
m The New o\aotrice| service ahoU he fully enclosed in e concrete rnannnry
building.
m Site lighting will be 8nB{gy. efficient; 150VV pulse, -start metal halide (PPAH). Site
lighting fixture shall be installed with the direoi light to the ground to reduce
2
Fixtures shall be Mounted to o height of 12' light poles shall be similar or equal
to Whatley composite decorative pole to match adjacent street lighting, Federal
Globe (or equal)
m Off street parking will be illuminated with 25OVV PK4H CUƒoff |urninmiem mounted
on concrete poles as manufactured by Kim Lighting (or equal).
» K4usco Light Structure Green sports lighting shall be provided at sport fields and
competition pool area.
Landscaping and Irrigation
° All trees, palms, shrubs, ground no«oro or other planting material installed shall
be native plantings and conform to the standards of Florida #1.
w Plant selection of canopy trees for shade, supplemented by a Variety of
flowering trees and shrubbery to create a tropical environment,
m Existing trees In good horticultural h8a|dl will be preserved in their existing
location when possible, orifnot, relocated to naarby|onadon.
• All trees to remain in the proposed developed areas uheU be protected with 4'
high oroDg8 fencing installed at their drip lines (except areas protected by silt
fencing).
» An irrigation oystenn will be designed and installed utilizing low angle sprinkler
[leads, moisture and rain sensors and zoned in accordance to water demands,
w Irrigation controllers and head shall be as manufactured byRain Bird.
° The controller will be selected offering a rnaXirnunn of flexibility for
programming,
= Irrigation water consumption will he reduced by 50% in order to obtain LEEt)
credit for water efficiency.
Multipurpose Ball Field
* A multipurpose ball field ohe|[ be designed and constructed with playing area
of 372^m 172' area for foothoU/oUone, and e 35 feet distance form backstnp to
the home cJ6te, a. 285 feet left side base line, m 300 feet right side base Una and
a 320 feet center field,
° The main field playing surface and baseball oulfiab oheU be constructed with
2.5". 32 oz Dura Spine MonofOarnent artificial turf an F0anufaotUnad by Field
Turf (oro�Ua|).
° The baseball infield area shall be artificial turf as nnaMufantured by Field Turf (Or
mqua|).
m The field base shall be constructed with a 0~ stone base and ohsU\ be installed
over 8 yeU'irnperrneob|e fabric liner and filter fabric.
" The final top surface shall be o new 2" finishing top stone (laser graded) to
provide 8 1" slope,
" The under field drainage shall be ADS /\dvanEdgm 1 " X 12" drain laid flat, laid in
u herringbone pattern and shall be connected to a 10" HDPE perimeter pipe
drain system tied into the main park drain nystenm.
3
/
* The drainage of the fields shall be designed to allow ploy to reSurne in one (1)
hCUr after a 1" per hour rain event,
* The drainage of the spectator area shall be designed to eliminate any standing
water within one (T) hour after a l" rain event.
= One (l) 10" high pitche[SMound shall be provided 3tball fin|d.
= A 25''0" foul "hit" area shall be provided between the baseline and sideline
fenc8and between home plate arid -the backstop.
* Be|| field shall be provided with one (1) 3S`'O" iongX 8'-O" wide 8'-0" high,
dugout and concrete mas-onry storage, located on the outside of the playing
field,
° OugmutmhaU consist Dfaconcrete slab, one (1)dugout gate, one {7) gate tuthe
field and a 21'-U" long a|UrninUrn players bench with back SLIppo/1. Dugout and
storage area roof shall be asp>la|L shingle over 5/8" plywood roofing �heath|ng.
m The existing dugout located on utility easement to remain, chain link fence
enclosure shall bereplaced.
� Ball field will be provided vYbh three (3) bases, one (1) horne plate and one (1)
pitchers rnoundrubbers.
m A black- vinyl coated O-gaUge chain link oho|» be installed on the existing
backstop post structure,
= New fence fabric shall be installed On the existing fencepDat structure that in
located on the existing utility ousonn8nt8.
m Two (2) sets of /\[}/\ onceSoib|e a|UrninU[n bleachers will be provided at baseball
area (total of 2). The bleachers shall be five (5) rows to provide a nniOirOUnO
capacity of 50-seatu each,
m The existing electronic scoreboard to remain at ball field area and shall be
reused,
m The multipurpose field surface SheU be marked with inlaid football lines and
marking as per the requirements ofthe (K]FSHSA).
m One (1) groomer shall bd provided for use by the Owner for future field
maintenance.
" One {1) pair of high strength a|uroinUrn fo0tbaU goo} posts with 20-foot UpriQhtn,
in day -glow yellow shall be installed. All goals to have powder onatOrl\sh.
a One (1) non -chilled ADA compliant drinking fountain shall bnprovided at sports
field area, Drinking fountain shall be as manufactured. by Most Dependable (or
equal).
w A MWsoo Sports Fia|d Lighting System ahpA| be provided for the ball fields with
rnblirnurn maintained 50'footcand|e average and a nnaxirnurn to rnin|rnUm ratio
of 2.1 on the infiPld and a nnininnonl maintained 30-foot candle average and
rnaxirnuDn to rn(nirnurn ration of 7'1/2:1 in the outfield.
8keacherSeatinq
° New 1,000 gross aluminum stadium seating elevated covered bleachers and
press box shall be constructed at north side of football field,
° The stadium bleacher shall be covered with metal-fnarned roof over a steel
structure,
" The bleacher seats shall beonodized alurninurnplanks.
= Anodized o|Urninurn rail and chain link on front, sides and back of bleacher and
sides of stairs shall be provided and installed.
� The bleacher footings shall be reinforced concrete footings.
" The underneath of the elevated stadium oa8dng bleacher shall be filled with
gravel.
= The existing two (2) nine -row aluminum b|nmohoru with an approximate seating
capacity of 400 apecteratorn ahaU be relocated and shall be placed onthe north
n
�nd e�ut�id���fthaevurnu�ipUrpose�c|ds.
° The total seating capacity to include all relocated bleachers, ntadiUnn seating and
baseball bleachers shall :have 3amatIng capacity ofapproximately 1,500 seats.
= Shade covering shall be provided Over the relocated bleacher and the
spectator's bleachers at the baseball plaza area. The shade covered with m
shade fabric shall have UV Rating ofB8%.
* The stadium bleacher modular press box shall be 8' wide x 24' (192 Sq. ft.) The
press box shall meet Florida Building Code 2007 Edition and Life Safety Code,
= The press box unit will be provided with throe 0) telephone outlets, three (3)
data outlets, and four [SF| weatherproof receptacles.
w The press box shall be equipped with a Public Address (PA) SYotmnO. The PA
System to include all microphone, mixer, pre amplifier, power panel, remote
antenna, and surge procnaaoi
» An elevator StructVmm shall be constructed to provide /\[)A accessibility to the
press box. The elevator structure shall consist ofeR elevator machine room and
a srnoU storage area, The proposed elevator shall be 1200 [bu Limited Access
Limited Use Type, "For /\D/\accessibility only."
Crowd Pleaser Area
� A 4" san,it3Fy seVvGx waste line shall be stubbed out at the crowd pieaser slab
area located to the north a1d8 of the new nlu\tipurpoaefiB|d.
� A 1-1/2" potable water service line shall be constructed and stubbed out a[ the
crowd p|aasser area.
m A 10[-Gnnp m|eo1rico| service main shall be constructed with main electrical
panel, enclosed in waterproof enclosure,
= The crowd p|easor slab to be e 8" thick concrete reinforced a|ob with a 12"
cundnUouo reinfon:odthiokened edge,
= Concrete Vva|hVvaya shall be constructed to provide the connections to the
crowd p1eosor slab and bleacher area.
5
InNn|
Tot Lot Area
• A 2,500Sq. ft. enclosed Tot playground shall be provided suitable for ages 2-5.
• The playground area shall be provided with one (1) play structure (WEEVOS #6)
or equal, one (1) 9-block climbing element, one (1) double bubble rider and one
(1) single bubble rider as manufactured by Landscape Structures (or equal).
• The playground will be provided with a seating area with benches and shade
trees,
• The playground safety surfacing shall be artificial turf as manufactured by
Synthetic Turf (or equal),
▪ One (1) non -chilled ADA compliant drinking fountain shall be provided at Tot Lot
area as manufactured by Most Dependable (or equal),
• A 4' perimeter picket. fence and one (1) single gate shall be provided to enclose
Tot Lot area. Fence design to match other picket fencing in the park,.
Open Play Area
• An open play area suitable for ages 5-12 shall be constructed to the north area
of new park.
• The open play area will have independent play elements, One (1) gyro twister
(or equal). one (1) orbiter spinner (or equal), one (1) track n' ride straight (or
equal) and one (1) double escalator climber (or equal) as manufactured by
Landscape Structures (or equal),
• One (1) six drum set and one (1) glass imbarimba shall be provided at open play
area, Outdoor instruments as manufactured by Freenotes (or equal).
• The independent play elements will he installed on ADA mulch surface with
timber borders.
Health Beat Vita Course Sy,stern
a Outdoor 'fitness equipment shall be provided along the perimeter walkway
enclosing the new multipurpose sports field.
• The fitness equipment shall be provided with 10 components as manufactured
by Landscape Structures (or equal), One (1) intro sign, one (1) balance step, one
(1) squat press, one (1) plyometrics, one (1) cardio stepper, one (1) assisted
row/push up, one (1) pull up/dip, one (1) tai chi wheels, one (1) chest/back
press and one (1) crunch/leg lift.
The surface under the fitness area shall be ADA 12" thick mulch enolosed with
-timber borciers.
Site Furnishings/Amenities
ti The park shall he secured with an 8' chain link fence and gates at the north,
west, and east property lines and with an 8' picket fence on the south property
line and entry open green area,
6
• The Outdoor area shall he provided with TF1221 recycling waste receptacles,
standard concrete finish TF1221, recycling waste receptacles, glass aggregate
finish, as manufactured by Wasautile (or equal).
Outdoor seating benches shall be TF5119 Grey Concrete Finish benches,
TF5118 Glass Aggregate benches; TF5118 Grey Concrete Finish benches,
TF5116 Grey Concrete Finish benches as manufactured by VVasautile (or
equal), shall be. installed in various locations of the park.
• Tables shall be provided at new park area and open space adjacent to
community building. Tables shall be TF31207 Grey Concrete Finish tables,
TF31207-ADA Grey Concrete Finish -tables, TF31207-GAME-I.NSERT Grey
Concrete . Finish tables, TF31207-GAME-INSERT ADA Grey Concrete Finish
tables as manufactured by Wasautire (or equal).
MF9009 bike racks shall be installed close to community building eritry •Lo
secure bikes for park visitors as manufactured by Waseutile (c-.)r equal),
Two (2) metal 305(30' square picnic shelters shall be provided at the sports
area as manufactured by RCP Shelters (or equal); shelters shall be provided with
standing se -am metal roof and steel columns and tongue and groove deck,
Reinforced concrete slabs will have a light broom finish.
• One (1) vandal -resistant light fixture, one (1) electrical outlet, one (1) hose bib
shall be provided at each shelter.
• A prefabricated 900.Sq. ft. Central Pavilion/Bandstand shall be constructed at
new park area. The pavilion will be constructed with met -el columns and
standing seam metal roof and will be designed with a Caribbean style to match
park elements.
• Three (3) 20' diameter Funbrellas as manufactured by Anchor, Inc, (or equa))
shall be installed at pool facility to provide shade.
• An illuminated marquee kiosk sign shall be provided and installed at the main
entrance of the park to provide general information on park events and
happenings.
Main Community Pool
A 25-yard community pool with a learn -to -swim area shall be designed and
constructed at the main pool facility,
4 The pool shall be stainless steel panel with PVC membrane as nnanufactured. by
Myrtha,
The new pool shall have a bathing load of 206 persons.
• The mein pool shall be constructed in compliance with the Florida
Administration Code Chapter 64E-9 and the Florida Department of Health
requirements,
• The pool shall be designed to provide A.DA accessibility in accordance with
Chapter 11 of the Florida Building Code.
• Myrtha manufactured materials will include the stainless steel panels, gutter
systern,• Myrtha Alcor lining, PVC lane markers, wall targets, recessed lane
anchor cups, VGB compliant main drains and floorfwall inlets.
7
" The pool shall be provided with eight (8) ovvirn lanes, anchors and starting
blocks
" Tile depth and no diving markers are to be installed in the deck.
n Poo} facility signage shall be provided as per Department of Health
requiren1anto.
w All pool plumbing oh8U be PVC (schedule 40.
m The pool equipment ahmU be located adjacent to pool facility in a vvoKnd
concrete structure, with CL}< roofing.
° The pool deck and water sUyƒaoeS shall be illuminated to the Department of
Health Standards by installing a combination of sport 'flood lighting as
nOanUfaotured by MusoV, Inc (or equal) and in -pool lighting,
" /\ 5" thick reinforced concrete pool deck with a broom slip resistant finish shall
be constructed with o deck drainage system, 2roUnd,the pool facility,
n The pmD| deck shall be constructed with a 2% uniform n(Op8 away 'from the
pools.
w The pool perimeter shall be enclosed by an 8' high picket fence with double
entry self -closing gates,
m The main pool filtration SysteO0 will consist of horizontal sand filters with single
|eVg[ eUtnnlBUc mini -links (U8 Filter or equal); 20'hp pumps with strainers (ITT
Marlow or equal) and variable frequency dhvernotors (Square °Y or equal).
* The main pool chemical treatment system will consist of one (1) chlorine feeder
(Pulsar or equal), one (1) acid feeder (Stenner or equal) and an automatic
ohnrnioa| controller unit (BECSys5 or equal).
° The water temperature in the competitive pool will be controlled with natural
gas pool heaters (Loohinvororequa|).
m One (1) p0V| thermal' cover blanket shall be provided.
" /\ gravity fed collector tank with an autonlatio Vvetor >ovo| controller will be
installed 'ntvvnen the rnain drains and the pool equiprnnnt roon7.
= One (1) portable vacuum cleaner shall be provided and shared with the tot pool,
m Two (2) A[}/\lifts will be provided and installed.
� Two (2) lifeguard chairs will beprovided and installed,
Tot Pool�
° A \,096 Sq. ft. Myr-t.ha panel vvotnv activity Tot pool, with @ bathing load of 37
persons, shall be designed and CnOstruotmd atnew pool fooi|hv.
o Tot pool play equipment components provided shall be Aquafountain #T898'
Aquozig #T875' Aquadek T410'1 as nlmOufaotured by EmpexYVater Toys (or
equal).
0 The water play equipment will be constructed of corrosion resistant rnotor|sUs
and wUp|eoLica/acry|ics shall be UV protected,
° Tot pool shall be enclosed with a 4' picket fence and one (1) double self -
latching gate as per Department of Health requirements,
8
m The Tot pool shall be designed and constructed in compliance with the Florida
Administration Code Chapter 64E'9 and the Florida Department of Health
requirements and shall operate with an indeponclent reoirouiation'filtr8tioO
mySt8rn to 8|\[n|nat6 the possibility of 000Sa contamination.
m The Tot pool ohoU be designed to provide /\OA accessibility in accordance with
Chapter 11 of the Florida Building Code.
m The tot pool eqUiprneMt shall be located in the proposed equipment yard
adjacent to pool facility,
° The tot pool deck shall be constructed with a 296 uniform slope uvvoy fronn the
pools
= The tot pool filtration oyotern will consist of one (1) sand filter with a n]ufti'port
valve (Pentaire or equal) and one (1) 1.5'hp purnp with strainer (Pentaira or
equal).
m The tot pool chenni.ca| 'treatment system will consist of one (1) chlorine feeder
(Pulsar or equal), one (1) acid feeder (Stenne/ or eqUa|) and an automatic
chemical controller unit (BEC'Sye5 or equal).
� The water activity features will be controlled by n 20-hp feature pump (ITT
Marlow or equal) with a variable frequency drive motor (Square "Y or equal)
and a valved water manifold system (located inthe equipment roonl)'
° A gravity fed collector tank with an aUtornatio vvmtor |ava/ controller will be
installed between the main drains and the pool aqUiprnnDt [Oorn.
Recreation Building: Phase 1
* A 6,491 SF Community Building shall be designed and constructed to inn|udoa
park administration offioo, lifeguard room, ticket booth offioe, health room,
kitchenette, vVoFnon'n restroonna/lockers' rnen's reatroorno/|ookers, exercise
room, weight roor0, one (1) unisox/arOi|y rurtroonl' a football changing/laundry
area, janitors closet, electric roOrn, mechanical and ta|eoOrn room, small storage
area, recycling facility, reception area and open lobby area,
° The community building shall be constructed of 8° concrete masonry units and
o monolithic concrete foundation with a4" reinforced concrete slab ongrade.
* Masonry units shall nMeetASTK4 C'SO for hollow load hearing type masonry with
unit strength of 1800 PSI on the net area,
* Install a roofing oyotorn that consists of lightweight concrete to rneet an R22
value and finish with modified built-up roof system.
� All exterior hollow metal doors/f[arnos shall meet Miami -Dade County product
approval,
° The lobby, secondary entry doors and windows will be constructed of impact
resistant glass with powder coated alu[niDunl framing and shall meet with
Miami -Dade County product approval,
° All olo[ef,oD1 m/Stenns and the secondary entry doors will be provided with
panic hardware.
" The exterior louvers shall meet with Mieroi'DGdeCounty product approval,
w The building exterior will be finished with painted 5/8° $tUccD (standard color as.
selected by Owner).
9
• Interior partition walls of restrooms shall be constructed of 4" masonry wall and
shall also be used as the plumbing chase walls,
• The interior frame wall partitions shall be constructed of 20-gauge metal studs
finished with painted 5/8" gypsum wallboard.
Ceramic slip resistant tile flooring shell be - installed in the men's
restrooms/lockers, women's restrooms/lockers, and unisex/family restroorns.
• The electrical room, mechanical room, telecom room and janitor's closet shall
receive a sealed concrete trowel finish,
• Weight room and exercise room flooring shall be non -porous rubber molded
surfacing Sport Impact, as manufactured by Mondo (or equal). -
• Toilet accessories to be stainless steel as manufactured by Bobrick (or equal)
and snail comply with the latest ADA regulations consisting of grip water closet
bars, soap dispensers, toilet paper dispensers, mirror and hand dryer, shower
grip bars, diaper changing stations. Female napkin disposal shall be provided in
the women's restroom.
Shall provide toilet partition walls and urinal screens in the men's, women's
restrooms/lockers and unisex/family restroom. Toilet partition doors will be
made of solid plastic with stainless steel brackets and accessories,
• The men's restroom/locker facilities shall consist of one (1) ADA water closet,
three (3) water closets, one (1) ADA urinal, three (3) urinals, two (2) ADA wall
sinks, two (2) vvall sinks, one (1) ADA shower and three (3) 3" floor drains.
• The women's restroom/looker facilities shall consist of eight (8) water closets,
one (1) ADA water closet, tvvo (2) AD.A. wall sinks, tvvo (2) wall sinks, three (3)
showers, one (1) ADA shower and three (3) 3" floor drains.
• The unisex/family restroom shall consist of one (1) ADA water closet; one (1)
ADA wall sink and one (1) floor drain.
• The office/unisex restroom shalt consist of one (1) ADA water closet and one
(1) ADA wall sink and one (1) floor drain,
• The laundry area shall be provided with one (1) utility sink, a 30-gallon water
heater and plumbing/electrical connection for washer and dryer appliances,
The janitor's closet shall consist of one (1) rnop sink and one (1) 30-gallon
vvater heater,
• Fire extinguishers shall be provided to meet the NFPA and Florida Building Code
requirements.
One (1) bi-level ADA compliant drinking fountain shall. be provided inside the
community building.
• The kitchenette area shall receive base and top cabinets, All cabinets to be
constructed of 3/4." plywood, and shall be provided with a double compartment
sink,
• The building shall be provided with all required emergency lighting and
emergency exit lights.
• Surface -mounted vandal resistant fluorescent lights shall be provided in all the
rooms in the building.
• Shan provide surface -mounted weather resistant light fixtures along the exterior
walls,
10
° A lighting protection ays1mrn in accordance with NFPA 780@nd ULpUb/ication
96/\ shall be installed for the conceasion/restroorn building.
" A fire sprinkler system shall be designed and installed in the building.
m The building mechanical HVAC System shall be designed with high efficiency
packaged type air-cooled chiller using HFCrefrigerants.
* The HVAC AHU ah8|| be designed with motorized damper with air monitoring
device and CO2 monitoring filters.
Library Renovatio n/Comm unity Center
» The 4,320 Sq, ft. library renovation and 800 3q. ft, of building extension shall
be designed to include three (3) classrooms, open recreation area, one (1)
computer lab, one (1) office space, one (1)non-hazard Storage, one (1) janitor's
closet, one (1) break room kitchenette, one (1) electrical and one (1) r0eoh8Oioa|
roonn and new men and vvonnen's reOtoor0faoi|itiea. (Library construction scope
removed)
p Pernnittab|e construction documents shall be provided as per schematic design
approved bythe City of Miami.
Purvis- Young Mural Restoration.:
" The north and east vvaO Purvis Young nQUnala shall be, restored Under 'the
supervision of an art. restoration CUnSUitaOt (removed Perv|o YQVng) with the
participation of |noa| artists.
" The process shall include photo doCumentatioD, cleaning the ground in front of
the rnunm|s of any debris, and any plantings that need irrigation.
* General cleaning of the rnUn]| face of any dust and debris with eoo-friendly
oharnioa|a.
� Sp8cif}c c|e$MiD0 of oxidi2ed areas on the lower portions of the M1Uye| where
water damage is visible.
° Consolidation of areas of paint that are CVppiDQ and flaking using penetrating
adhesives and heat application.
" The entire rDu[a| shall be sprayed with U.V. matt varnish to provide a barrier
between thaortint's original work and the conservator's work,
Fill in areas on the rnUrol surface that are not flush with the face and paint areas
of piQrnent |ooa.
* Spray second coat ofUN. matt varnish to sea] the mural and serves as graffiti
Covered VVn|kvvoy:
" A 245 If X 6feet wide standard extruded m(Unninunl vVa\hVvay shall be designed
,and constructed to provide a protected over the vVa|kvvoy connecting the
existing library to the New Community Building.
I
^ The covered walkway shall have square tubular columns with a drain beam
throUQhthe columns
m Walkway roof shall be a rigid roll lock a|urniDUrn decking.
= All post and bmarna shall have e Kynorfinish
Storage Bui\diUt :
* A4OO SF prefabricated rneto| building as rnanufsctured by Dean Steel Building
or nq-1ai shall be constructed to provide storage for maintenance. personnel.
* The exterior building shell shall be constructed of 24-goUge pre -painted
galvanized "R'Pane|".
* The roof system is a 24'gougegalvB|unle "R~Pane|" over 3" o(neinfurced vvhiLu
vinyl faced fiberglass lnou(otion. The roof nyatenn shall include ridge vents'
gutters and downspouts.
* ODe (l) 8'-0°" x 12'-0° impact resistant roll -up door shall be installed. The
impact resistant door shall meet with MiaDni-<]odoproduct appn]ved.
m One exterior entry door vVN be provided Door shall be hoUnvv metal with nnrta|
frames and shall meet with Miami -Dade product approval.
^ All door hardware provided shall be vandal proof "classroom" lype-
" The floor shall have a steel t[ovvo|od concrete finish.
° The ceiling shall be exposed.
" A fire extinguisher shall be provided to rnoetthe all 0FPA and Florida Building
Code reqUirernentS.
" Fluorescent Strip light fixtures vvith Wire guards, as manufactured by CD|Urnb)e
Lighting (or equal}, shall be provided.
m VVaU mounted vandal resistant fluorescent light fixtures, as manufactured by
Kirn Lighting (or equal), shall be provided along the exterior of the storage
building for security lighting, The aooUhty lighting shall be controlled With m
timer.
DUMPoterEnc|osVre
" One (1) 11'-O"x 11'-4" C.B.S. durnpste, eno|000na shall be provided at the
ouuthvveatparking lot area.
= The enclosure is to be constructed with 8" reinforced masonry units with filled
cells, on 8" bond beam and o O"thiok reinforced concrete slab with athickened
edge and monolithic footings.
= The enclosure walls will be provided vv}th o painted stucco finish,
° The durn .ator enclosure will be provided with a 1O'-0" wide double gate.
" A hose bib in a, flush mounted stainless steel lockable box W.R. Smith #5509-
OT'CU will be |Ost8U8d in lhedurnpstar enclosure,
�bxd
l2
General Provisions
• RDC shall provide all civil, landscape, irrigation, architectural, structural,
mechanical, plumbing and electrical plans necessary to permit and construct
the proposed project.
• RDC shall be responsible for obtaining Local and State Permits,
• RDC shall be responsible for obtaining a Florida Department of Environmental
Protection (MEP) NPDES Construction Activities Permit.
• RDC shall be responsible for obtaining South Florida Water Management
District (SFWMD) Surface Water ManagementLicense(s).
• RDC shall be responsible for obtaining the DERM Tree Removal/Relocation
Permit.
RDC shall be responsible for obtaining DERM Drainage Improvement Permit.
• RDC shall be responsible for obtaining DERM Core review approval.
• RDC shall be responsible for obtaining Miami -Dade Water & Sevver approval
for Water & Sewer Improvements.
• RDC shall be responsible for obtaining the City of Miami Building Department
Permits.
RDC shall provide construction stakeout as necessary to complete the
proposed 'project,
RDC shall be responsible to provide all necessary temporary power, water,
telephone and sanitary facilities during construction of the proposed projects.
• This project shall he registered through the USGBC and be processed on
behalf of the City of Miami.
• The design & construction of this project shall follow the requirements of the
USGBC to achieve LEED-NC V.3 Silver Rating.
Responsibilities of Others
• Imp -act fees
it( FPL primary service fees.
• Bellsouth impact/service fees.
• City of Miarni and Miami -Dade County impact fees.
• Excavation & removal of muck and unsuitable materials (if required).
• All permit costs shall he reimbursed by the Owner at actual cost.
bPssissnts,s4rIT1',C C,,,,srass; gsst.,VPIPIsTssiVP;scsSsl;t1s1p4 eiS Pic,pisra. i.snffi s;sp,Is.s.I. • bf.,'IsSS
rAg
13 •
RECREATIONAL DESIGN & CONSTRUCTION, INC.
BIDDER'S COMPANY NAME
Date 06/01/10
GIBSON PARK, MIAMI FL
BID # 08-09-064
SCHEDULE OF VALUES
PHASE 1, 1A, 2A _Schedule of Estimate
DESCRIPTION QUANT. UNIT UNIT COST AMOUNT
Design Fees ( Including Design for Work on existing Library Bldg)
1
Ls
$ -
$ 609,400
Permitting and Impact Fees (Allowance)
1
Ls
$ -
$ 34,000
Pre Construction Administration
1
Ls
$ -
$ 38,060
Project Management and Supervision
1
Ls
$ -
$ 238,050
General Conditions
1
Ls
$ -
$ 270,330
Demolition and Clearing
1
Ls
$
$ 249,840
Earthwork and Grading
1
Ls
$ -
$ 277,654
Drainage
1
Ls
$ -
$ 206,950
Water and Fire Line
1
Ls
$ -
$ 23,500
Sanitary Sewer
1
Ls
$
$ 10,600
Asphalt Paving, Curbs and Marking.
1
Ls
$ -
$ 99,275
Add for Parking Changes ( From 12th St. to new Parking area)
1
$
$ 37,567
Concrete Sidewalks and Concrete Walkways
1
Ls
$ -
$ 183,717
Irrigation, Pumps and Controllers
1
Ls
$ -
$ 68,900
Landscaping , Tree Relocation and Sod
1
Ls
$
$ 156,000
Site Fencing with Security Gates
1
Ls
$ -
$ 112,565
Multi Purpose Artificial Turf Fields (IncudesTurf Infield, Field
Earthwork, Grading, Curbs & Marking)
1
Ls
$
$ 867,628
Add for Keeping the field per existing dimensions
1
Ls
$
$ 158,372
Soccer and Baseball Furnishings (Includes Baseball Bleachers,
Goals, Fencing, Foul Poles and Bases)
1
Ls
$ -
$ 89,610
Prefabricated Press Box, PA Stadium Elevator and Elevator
Structure
1
Ls
$
$ 220,225
Field Masonry Dugout with Storage
1
Ls
Change
$ 36,808
Stadium Elevated Bleacher (1000) Seats
1
Ls
$ -
$ 235,000
Stadium Shade Covering
1
Ls
$ -
$ 190,000
Relocated Bleacher with Concrete Slab
1
Ls
$ -
$ 55,930
Shade Covering at Relocated Bleacher & Baseball Plaza
1
Ls
$ -
$ 128,850
Covered Playground with Soft Lawn under Fall Zones
1
Ls
$ -
$ 103,845
Health Beat Vita Course System
1
Ls
$ -
$ 37,850
2 Gibson Park Estimate Schedule 6.01.2010,xls
6/18/2010
Pavilions (2) total
Crowd Pleaser Slab and Utilities
Dumpster
Electric Vault Building
Maintenance Storage Metal Building (400SF)
Band Stand Structure ( Pre fabricate Structure with Copula)
Site Furnishings;Bike Racks, Tables, Benches, Drinking Founlains,Trash Recpts)
Kiosk Signage
Mural Restoration
Pool Equipment and Storage Building
Library Renovation and Re -roofing with 600 SF Extension
(Existing Bldg Library Floor elevation is lower than the crown of the road)
Covered Aluminum Walkway ( From Library Bldg to new Recreation
Bldg)
Recreational Building •
Community Pool 25 Yards with Learn to Swim ( Inc Gas
Heaters, •Filtration Systems)
Tot Pool with Play Features
Pool Deck Concrete( Inc Deck Drainage and Railings)
Pool Deck Equipment ( Starting Blocks, ADA Aquatic lift, Lifeguard
Chairs, Funbrellas , etc)
Electrical Service , site Electric and Lighting
Add Electric Conduits and Wiring for field in existing location
Musco Fields Lighting
Addition Light Fxture for Lighting to 50 fc
Sub Total
1
1
1
1
1
1
1
1
1 .
1
1
1
1
1
1 .
1
1
1
1
Ls
Ls
Ls
Ls
Ls
Ls
Ls
Ls
Ls
Ls
Ls
Ls
Ls
Ls
Ls
Ls
Ls
Ls
Ls
$
$
$
$ -
$ -
$
$ -
$ -
$ -
$ -
Deleted
$ -
$ -
$
$ -
$ -
$ -
$ -
Add
0
Add
$ 94,000
$ 18,500
$ 10,800
$ 22,000
$ 51,600
$ 55,000
$ 104,180
$ 33,745
$ 64,500
$ 62,500
$ -
$ 73,650
$ 1,374,014
$ 725,560
$ 230,775
$ 102,650
$ 68,000
$ 322,.500
9000
318000
29500
$ 8,511,000
Overhead and Fees
$ 1,021,320
12%
Bond & Insurances
1
$ 112,958
1.185%
ESTIMATE CONTRACT TOTAL
$9,645,278
2 Gibson Park Estimate Schedule 6-01-2010.xls 6/18/2010
Crystal Report Viewer
111 Pos.T I'I EXHIa.£!
City of Miami
Text File Report
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File ID: 13-00848
Enactment #: CRA-R-13-0046
Version: 1
Type: CRA Resolution Status: Passed
Introduced: 7/17/13
Enactment Date: 7/25/13
Controlling Body: SEOPW Community
Redevelopment
Agency
A RESOLUTION OF THE BOARD OF COMMISSIONERS OF THE SOUTHEAST
OVERTOWN/PARK WEST COMMUNITY REDEVELOPMENT AGENCY DEALLOCATING
$1,120,088.00 PREVIOUSLY AUTHORIZED BY RESOLUTION NO. CRA-R-11-0032 FOR THE
DEVELOPMENT OF THE GREENWAY, FROM NW 3RD AVENUE TO NW 7TH AVENUE ALONG
NW 11TH TERRACE, MIAMI, FLORIDA; AUTHORIZING THE EXPENDITURE OF FUNDS, IN AN
AMOUNT NOT TO EXCEED $1,000,000, FOR ADDITIONAL UPGRADES AND IMPROVEMENTS
TO GIBSON PARK, 401 NW 3RD AVENUE, MIAMI, FLORIDA, PROVIDED THAT SAID
ADDITIONAL FUNDING IS EQUALLY MATCHED BY OTHER FUNDING SOURCES;
AUTHORIZING THE EXECUTIVE DIRECTOR TO DISBURSE FUNDS, AT HIS DISCRETION, ON
A REIMBURSEMENT BASIS OR DIRECTLY TO VENDORS, UPON PRESENTATION OF
INVOICES AND SATISFACTORY DOCUMENTATION; AUTHORIZING THE EXECUTIVE
DIRECTOR TO EXECUTE ALL DOCUMENTS NECESSARY FOR SAID PURPOSE; ALLOCATING
FUNDS FROM SEOPW TAX INCREMENT FUND, "OTHER GRANTS AND AIDS," ACCOUNT
CODE NO. 10050.920101.883000.0000.00000.
WHEREAS, the Southeast Overtown/Park West Community Redevelopment Agency ("CRA") is responsible for carrying
out community redevelopment activities and projects within its Redevelopment Area in accordance with the 2009 Southeast
Overtown/Park West Redevelopment Plan ("Plan"); and
WHEREAS, Section IV.D., at page 31, of the Plan provides that "the provision of adequate community facilities and services
is essential in order to complement redevelopment activities proposed for Overtown ...;" and
WHEREAS, the City of Miami's ("City") Department of Capital Improvement Program ("CIP") is currently engaged in the
renovation of Gibson Park, which includes: (1) a community center and an aquatics center; (2) sports field improvements; (3)
landscape improvements; and (4) park amenities, including a children's play area, a perimeterwalldng trail, and parking; and
WI-IEREAS, the Board of Commissioners, by Resolution No. CRA-R-09-0012, passed and adopted on February 23, 2009,
authorized a grant, in an amount not to exceed S1,000,000, to the City to underwrite a portion of the costs associated with the
renovation of Gibson Park; and
WHEREAS, on March 15, 2010, the Board of Commissioners authorized additional funding to the City, for the amount of
$8,000,000, plus interest, in the form of repayment of the Sunshine State loan taken by the City to fund the renovation of
Gibson Park; and
file:///SI/...tal Improvement Program/Legislation/2014/2-Feb-27-2014/Grant Acceptance Agreement- Miami Foundation/CRA-R-13-0046.htm[1/28/2014 3:32:48 PM]
Crystal Report Viewer
WHEREAS, the Board of Commissioners, by Resolution No, CRA-R-11-0058, passed and adopted on November 28, 2011,
provided additional funding, in an amount not to exceed $2,800,000 for the design and construction of an indoor basketball
gymnasium at Gibson Park; and
WHEREAS, the Board of Commissioners, by Resolution No. CRA-R-I3-0030, passed and adopted on April 29, 2013,
authorized additional funding in an amount not to exceed $600,000, for the design and construction of classrooms and
recreational spaces in the Gymnasium at Gibson Park; and
WHEREAS, the community has requested a number of additional upgrades and improvements beyond those originally
anticipated for Gibson Park, and said upgrades and improvements are valued at an additional $2,000,000; and
WHEREAS, a private third party has recently approached the CRA about donating approximately $1,000,000, towards the
costs of said additional upgrades and improvements if the CRA would agree to match this donation; and
WHEREAS, the Board of Commissioners wishes to deallocate Resolution No. CRA-R-I 1-0032, and authorize the expenditure
of additional funds in an amount not to exceed $1,000,000, for additional upgrades and improvements to Gibson Park,
provided that said additional funding is equally matched by other funding sources; and
WHEREAS, the Board of Commissioners finds that the adoption of this Resolution would further the aforementioned
redevelopment goals;
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COMMISSIONERS OF THE 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, Funding previously allocated by Resolution No. CRA-R-11-0032 is hereby deallocated.
Section 3. The expenditure of additional funds, in an amount not to exceed $1,000,000, for additional upgrades and
improvements to Gibson Park is hereby authorized, provided that said additional funding is equally matched by other
funding sources.
Section 4. The Executive Director is authorized to disburse funds, at his discretion, on a reimbursement basis or directly
to vendors, upon presentation of invoices and satisfactory documentation.
Section 5, The Executive Director is authorized to execute all documents necessary for said purpose.
Section 6. Funds are to be allocated from SEOPW Tax Increment Fund, "Other Grants and Aids," Account Code No.
1 0050.920101.883000.0000.00000.
Section 7, This Resolution shall become effective immediately upon its adoption.
file:///SI/...tal Improvement Program/Legislation/2014/2-Feb-27-2014/Grant Acceptance Agreement- Miami Foundation/CRA-R-13-0046.htm[1/28/2014 3:32:48 PM]