Loading...
HomeMy Public PortalAboutResolution No. 24-048 - Resolution to apply for the city's inclusion in the FDEP State Revolving Fund Program for improvements to the city's stormwater infrastructureSponsored by: City Manager RESOLUTION NO. 24-048 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO APPLY FOR THE CITY'S INCLUSION IN THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP) STATE REVOLVING FUND (SRF) PROGRAM FOR IMPROVEMENTS TO THE CITY'S STORMWATER INFRASTRUCTURE; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka ("City") needs to upgrade its stormwater infrastructure within the boundaries of Ali Baba Avenue, NW 150th Street, NW 22nd Avenue, and NW 27th Avenue, within the City; and WHEREAS, with an estimated cost of the rehabilitation project of Six Million Five Hundred Fifty -Five Thousand Three Hundred Twenty Dollars ($6,555,320.00), significant external funding is required. The State Revolving Fund (SRF) program is a potential source of this funding. Additionally, there is a possibility that some of the loan request could be converted into a grant; and WHEREAS, the application process is the initial step for the City to be considered as a city that may receive State Revolving Fund proceeds. The application is not a commitment on the part of the City to borrow funds; and WHEREAS, if the City is selected, there will be additional documentation and applications required to be submitted to the State before a final approval. If the City is ultimately approved, the loan agreement, along with definitive costs and amortization details, will be brought to the City Commission for a final decision; and WHEREAS, the City can be in the selection process for several months and if not selected in the current round, the City will remain in the pool of applicants for future consideration; and WHEREAS, the intended stormwater infrastructure improvements include, but are not limited to rehabilitation of existing pavement, alteration of the right-of-way elevation and width, adjustment of existing and proposed utilities to conform with the new right-of-way dimensions (elevation), installation of a percolating drainage system and installation of signs and pavement markings; and WHEREAS, there is no financial impact for this initial application stage; and WHEREAS, the City Commission has determined that it is in the best interest of Resolution No. 24-048 the City and its residents to authorize the City Manager to apply for the City's inclusion in the Florida Department of Environmental Protection (FDEP) State Revolving Fund (SRF) Program for improvements to the City's stormwater infrastructure. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: SECTION 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. SECTION 2. AUTHORIZATION The City Commission of the City of Opa-Locka hereby authorizes the City Manager to apply for the City's inclusion in the Florida Department of Environmental Protection (FDEP) State Revolving Fund (SRF) Program for improvements to the City's stormwater infrastructure. SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors, which do not affect the intent of this Resolution may be authorized by the Interim City Manager, following review by the City Attorney, without need of public hearing, by filing a corrected copy of same with the City Clerk. SECTION 4. EFFECTIVE DATE This Resolution shall take effect upon the adoption and is subject to the approval of the Governor or Governor's Designee. PASSED and ADOPTED this 27th day of March, 2024. TTEST: nna Flores, City Clerk John H. T. �, for Jr., Mayor 2 Resolution No. 24-048 APPROVED AS TO FORM AND LEGAL SUFFICIENCY: B nade Nor s -Weeks, P.A. C. . orney Moved by: Commissioner Williams Seconded by: Vice Mayor Ervin VOTE: 5-0 Commissioner Bass YES Commissioner Kelley YES Commissioner Williams YES Vice Mayor Ervin YES Mayor Taylor YES 3 City of Opa-locka Agenda Cover Memo Department Director: City Manager: Robert Anathan Darvin Williams Commission Meeting Date: 03/27/2024 Fiscal Impact: (EnterX in box) Yes No Item Type: (EnterX in box) Ordinance Reading: (EnterX in box) Public Hearing: NA NA (EnterX in box) Department Director Signature: CM Signature Resolution X Ordinance Other Funding (Enter Fund & Dept) Advertising Requirement: Source: Ex: (EnterX in box) Account# : See Financial Impact section below Contract/PO Yes Required: (EnterX in box) Strategic Plan Yes Related (EnterX in box) Sponsor Name X No RFP/RFQ/Bid#: X No Strategic Plan Priority Area: Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communication City Manager Department: 1st Reading Yes 2nd Reading No X Yes Yes No X Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) City Manager Short Title: A resolution of the City Commission of the City of Opa-locka authorizing the City Manager to apply for inclusion in the Florida Department of Environmental Protection (FDEP) State Revolving Fund (SRF) Program for improvements to the City's stormwater infrastructure. Staff Summary: This is the initial step for the City to be considered as a City that may receive State Revolving Fund proceeds. This is not a commitment on the part of the City to borrow funds. If the City is selected, there will be additional documentation and applications needed to be submitted prior to final State approval. If the City is ultimately approved, the loan agreement, along with definitive costs and amortization details, will be brought to the City Commission for a final decision. The City can be in the selection process for months, if not longer, and if not selected in the current round, the City will remain in the pool of applicants for future consideration. The City needs to upgrade its stormwater infrastructure within the boundaries of Ali Baba Avenue, NW 150th Street, NW 22nd Avenue, and NW 27th Avenue. The improvements include but not limited to rehabilitation of existing pavement, alteration of the right-of-way elevation and width, adjustment of existing and proposed utilities to conform with the new right-of-way dimensions (elevation), installation of a percolating drainage system and installation of signs and pavement markings. With an estimated cost of the rehabilitation project of $6,555,320, significant external funding is required. The State Revolving Fund (SRF) program is a potential source of this funding. Additionally, there is a possibility that some of the loan request could be converted into a grant. Financial Impact: There is no financial impact for this initial application stage. Funding, along with the entire project, will tentatively appear in the FY 25 budget, subject to feedback received from the State. This phase is only to begin the process to securing a source of funding for the Commerce North project. Proposed Action: Staff recommends the City Commission authorize the City Manager to apply for initial inclusion in the State Revolving Fund (SRF) Program. Attachment: 1. Scope of work 2. Maps and additional information 3. Images of affected area Exhibit B The city of Opa-locka was incorporated in 1926 and is located within the northwestern area of Miami Dade County within a geographic area of 4.2 square miles. The city has a mixture of residential, commercial and industrial zones, in addition to a general aviation airport. The city continues to witness a growth in population it is anticipated that with the development and redevelopment initiatives the city has embraced, there will be significant growth within the next twenty years. It is therefore prevalent on the city to ensure that its infrastructure meets the current and projected needs while maintaining compliance with applicable jurisdictional standards and requirements. The goals and objectives of this project are to improve the roadway functionality and provide public safety on the roads included in this application. The work to be performed includes, pavement reconstruction, installation of a new drainage system, replacement of the ACP water mains and service lines, and street lighting installation. The project is in the northeast section of the city, and it is bounded by: NW 27th Ave., NW 151St St., NW 22nd Ave., and Ali Baba Ave. Street Name From To NW 147th St. NW 149th St. NW 150th St. NW 26th Ave. NW 25th a. NW 25th Ave. NW 24th Ct. NW 22nd PI. NW 22nd Ct. PAVEMENT NW 27th Ave. NW 24th a. NW 25th Ct. Ali Baba Ave. NW 147th St. Ali Baba Ave. Ali Baba Ave. NW 147th St. NW 147th St. NW 22nd Ave. NW 22nd PI. NW 22nd Ave. NW 147th St. NW 151st St. NW 147th St. NW 150th St. NW 149th a. NW 150th St. The heavy load traffic in most of the roads and lack of a drainage system have caused failure in the roads, consequently, missing their top asphalt layer and exposing the base material. The new road pavement design will have concrete as the top layer. This rigid pavement will minimize the impact on the layers beneath the pavement. Improving the roadway network under this project will allow the City to protect against the negative economic impact associated with loss of business operations and business migration. It will also improve aesthetics in the city STOR M WATE R The existing storm water system consists of several independently built facilities rather than an integrated network and do not provide the interdependency as well as an outlet feature to facilitate discharge to local canals system. The proposed drainage system will utilize collection inlets and French drains to mitigate current flooding and it alleviate the current ponding issues. It will provide public safety, will improve surface water quality and the roadway functionality and will help city's revenue as it will facilitate business expansion. DRINKING WATER The Drinking Water system of the city is supplied by potable water from Miami -Dade Water and Sewer Department's (MDWASD). Due to the age of the existing infrastructure, and the presence of asbestos concrete pipes (ACP), the system has experienced a significant number of failures and leaking pipes which undermines streets and roadways. The project will replace 9,910 feet of ACP watermains with HDPE pipes. Service lines, water meters/boxes and fire hydrant will also be installed. This new drinking water system will have higher water pressures and better water quality. LIGHTING Street lighting in the project area is insufficient. The installation of streetlights will provide adequate level of illumination in the public space for vehicular, bicycle, and pedestrian traffic and general public safety. The provision of streetlights at intersections can reduce nighttime crashes by making the intersection features visible to both vehicular and pedestrian traffic. It can also help to discourage street crime. 1 Swale NW 151st ST NW 151st ST NW 150th ST OP' : •••.p.- 1- cv N Opa Loki Ec!iive Airport M,� • Catch Basin (110) • Manhole (66) French Drain (5,850') (2,535'- 18") (5,850' - 24') Solid Pipe Streets (24'x 11,317') t ROADWAY / DRAINAGE TYPICAL SECTION A -A 18" HDPE Pipe Manhole / 24" Exfiltration Trench (French Drain) 60' RW LOCATION MAP 1,1 i Catch Basin 8" Thick Concrete Pavement 8" Limerock Base 12" Stabilization NW 151st ST Water Main (ACP- 9,910) Streets (24'x 11,317) In Locka Eecili' Aiip rl �I 1.7 LOCATION MAP WATERMAIN / LIGHTING TYPICAL SECTION A -A Water Meter ti 1 20' Lighting Pole 24' Roadway / 12" HDPE — Water Main 2" HDPE — Service Pipe SCOPE OF WORK (Exhibit A) FOR Commerce North - ROADWAY AND DRAINAGE IMPROVEMENTS (Limits: Ali -Baba Avenue, NW 150th Street, NW 22"d Avenue, and NW 27th Avenue) DESCRIPTION OF SERVICES The City of Opa-locka is seeking a consultant to provide engineering services to prepare construction documents for the reconstruction of all the streets within the polygon bounded by Ali Baba Avenue, NW 150th Street, NW 22"d Avenue, and NW 27th Avenue (Each roadway shall be delivered separately). SCOPE OF WORK The Consultant will provide design services necessary for the complete preparation of contract plans, technical specifications, and an engineer's estimate for the project. The work product shall be in accordance with the latest version of Miami Dade County and Florida Department of Transportation (FDOT) standards. The Consultant will also provide land surveying services, as needed, during design and construction. The work product shall be in accordance with Miami Dade County standards. The services shall include the following: • Field reconnaissance • Preliminary design • Environmental assessment and permitting • Final design • Right -of -Way Actions • Bidding & Negotiation • Construction Phase Services More specific requirements are described below. Consultant shall: 1. Research existing as built and record drawings, supplemented with field measuring and land surveying, as necessary, to determine existing topography and site conditions. 2. Assess existing drainage infrastructure and roadway drainage characteristics. If necessary, conduct CCTV video inspection surveys of existing drainage facilities. 3. Conduct and Submit hydrology and hydraulic analyses and recommendations for storm drain improvements. Obtain concurrence from the city regarding proposed improvements. 4. Prepare civil design plans that illustrate the project goals, limits, and materials, including appropriate plan views, cross -sections, notes, and details to guide a low -bid Contractor during construction. If necessary, conservative assumptions shall be made with respect to the design of the structural pavement section and curbs. 5. Coordinate design with the affected utility companies. Prepare permit applications, if necessary. 6. Communicate regularly with the City's Project Manager using telephone, email, written correspondence, and face-to-face meetings as required throughout the term of the contract. 7. Communicate with and coordinate the project infrastructure with effected utility companies. Prepare permit applications, as needed. 8. Prepare and regularly update a progress schedule for the design phase of the project. The schedule shall show 30%, 60 and 95% submittal of progress prints for City review and comment. 9. Submit plans and construction documents at the preliminary engineering for the 30%, 60, 95%, and final for City staff review. 10. Prepare final contract plans, technical specifications, and engineer's estimate of probable cost consistent with Town standards. Final plans shall be drawn in ink on Mylar sheets 24" x 36" in size, to an appropriate horizontal scale. The final plans and specifications, in hard copy and electronic format, shall be delivered to, and become the property of, the City. The electronic format of project files shall be AutoCAD 2018, Microsoft Word, Excel, Project, or any format agreeable with the City. 11. Prepare an accurate and reliable engineer's estimate to be used for budgeting and to supplement the bid documents. 12. Assist in preparing addenda that may be issued to bidders. 13. Provide reasonable reproduction of plans and specifications for use by City staff when reviewing the draft documents. 14. Attend and participate in a pre -construction conference with the responsive low -bid Contractor. 16. Assist the Contractor, Construction Manager, Project Administrator, and Inspector with the interpretation of plans and specifications, requests for information, analysis of changed conditions, development of corrective action, and review of submittals. MATERIALS AND SERVICES TO BE PROVIDED BY THE CITY The CITY will provide: 1. Basic criteria for project design including record drawings (as available), and preprinted portions of the "front-end" specifications for coordination with the technical specifications. 2. Printing and distribution of final bid documents, unless requested as an additional service. 3. Access to and provisions for the Consultant to enter and access the site as needed 4. All other required services that cannot by law be performed by the Consultant. 5. Contract administration and inspection during construction. PROJECT LIMITS The project extends Ali Baba Avenue and NW 150th Street between NW 22nd Avenue and NW 27th Avenue, an area of approximately 9,000 LF. DESCRIPTION OF IMPROVEMENTS The design services will include the following: • rehabilitation of the existing poor pavement • alteration of the horizontal and vertical geometry • utility system adjustments • installation of a closed drainage system • installation of signs and pavement markings • traffic management FIELD RECONNAISSANCE Roadway Survey The Consultant shall conduct a topographic survey within the project limits to include the following: Establish horizontal and vertical control. Establish coordinates and closed set of base lines for streets. Locate surface detail including signs, utility poles, driveways, isolated trees with species and sizes, fences, walks, mailboxes, etc. Locate the edge of pavement, shoulders, sidewalks, etc. Determine existing ground cross sections at driveways, private walkways and critical locations. Locate underground utilities that are visible or marked out in the field. Reduce, check, and plot survey data at an appropriate scale. Surface detail shall include buildings, curbs, swales, utility poles, utility covers, rights -of -way (ROWs). Utility Research The Consultant will obtain plans from private and public utilities within the project limits and plot the information on the prepared base plans. Right of Way Research The Consultant will research the roadway layout within the project limits for information regarding parcel ownership, deed restrictions, utility easements, etc. at the Planner's office. Information obtained through ROW research will be drafted on the base plan. PRELIMINARY ENGINEERING Preliminary Design The CONSULTANT will prepare a preliminary roadway plan for the reconstruction/rehabilitation of the following streets and avenues: NW 147th Street NW 25th Avenue Ali Baba Avenue NW 26th Avenue NW 22nd Court Sesame Street NW 22"d Place NW 150th Street NW 149th Street NW 24th Court NW 25th Court The CONSULTANT shall perform the following services: Prepare graphic geometrics of existing roadway alignment. Design a typical roadway section. Define project limits, construction materials, and conceptual details. Identify drainage required. Identify limits of temporary construction impacts for the purpose of developing temporary construction easements. Development of Construction Scope of Services Preliminary Estimate A preliminary construction estimate will be prepared for use in budgeting the project. FINAL ENGINEERING The CONSULTANT shall proceed with Final Engineering tasks as outlined below. Final Design - Plans and Specifications The CONSULTANT shall prepare the 100 percent Design Submissions for review and comment by the Town. Comments shall be considered and incorporated during this task. In the development of the final design documents and the preparation of the Contract Plans and Specifications, the CONSULTANT shall perform the following project tasks: Roadway Design - Provide design plans and calculations for: • Construction/materials layout • Alignment, grading, and drainage • Pavement markings • Sign Summary • Typical Sections • Cross sections to identify property impacts and grading • Construction details • Traffic Management Plans Utilities - Coordinate with municipal and private utility companies to establish relocation and/or modification procedures and schedule for existing utilities to be compatible with proposed improvements. Special Provisions - Prepare Special Provisions to the Standard Specifications based on the Standard MHD Specifications for Highways and Bridges. Construction Phasing - Develop traffic management plans that will permit access to adjacent properties during construction and manage traffic through the construction zones. PROJECT MEETINGS The CONSULTANT will attend project meetings with the City and other groups as required for the project. Services include preparation, travel, attendance, supporting graphics and documentation in the form of meeting notes. Public Meetings/Hearings The CONSULTANT will attend public meetings/hearings with the Town, as required. BIDDING AND NEGOTIATING The CONSULTANT shall assist the City by advertising for the project in the Central Register to solicit construction bids. The CONSULTANT shall maintain a record of prospective bidders to whom Bidding Documents have been issued, attend a pre -bid conference, and receive and process deposits for bidding documents. The CONSULTANT will also issue addenda to interpret and/or clarify the bidding documents; assist the City in determining the acceptability of alternatives proposed by contractors, attend the bid • opening, prepare bid tabulation sheets, and assist the City in evaluating bids or proposals. The CONSULTANT shall also assist the City in selecting a contractor and awarding the construction contract. CONSTRUCTION PHASE SERVICES The CONSULTANT shall provide construction phase services limited to interpretations and clarifications of the contract documents, shop drawing review, and field inspection to assess substantial completion and punch list items. QUALIFICATIONS The consultant shall be qualified in the areas of roadway engineering, stormwater management, environmental permitting, and construction administration sufficient to execute the project scope as outlined above. 1. Cover Letter — Consultant/team introductions, name and address of the contact person, names of other team members, availability, experience, and role in the project team. In addition, three client references for similar projects shall be supplied. 2. Experience in similar projects shall be included in this section. 3. Location - Location of the team, team member offices, and project manager. 4. Approach - Prepare a brief recommended project approach. 5. Project Schedule 6. Sealed and separate price proposal - The project will be awarded on a lump sum basis according to the phasing established in the scope. A schedule of professional rates shall also be attached for follow-on services as needed.