Loading...
R7L-Execute Amendment South Pointe Phases III IV And VCOMMISSION ITEM SUMMARY Condensed Title: A Resolution of the Mayor and City Commission ofthe City of Miami Beach, Florida, authorizing the Mayor and City Clerk to Execute Amendment No. 1 to the construction Contract between the City of Miami Beach, Florida, and Trans Florida Development Corporation, for the construction of the City of Miami Beach Right-of-Way Infrastructure Improvement Program, Neighborhood No. 12/D/E/F, South Pointe Phases Ill, IV and V; dated September9, 2010 (the Contract), in the not-to-exceed amount of $1,7 49,048, additional roadway reconstruction throughoutthe Project limits, installation of Light Emitting Diode (LED) lighting fixtures in lieu of Metal Halide, and approving an amendment to the original BOOR for additional improvements to 151 Street, between Alton Road and Washington Avenue; with previously appropriated funding available from South Pointe Capital Fund 389, in the amount of $1,7 49,048 for the construction, and $174,904, for contingency, for a grand total of $1 ,923,952. Key Intended Outcome Supported: Ensure Well Maintained Infrastructure and Ensure Well Designed, Quality Capital Projects. Supporting Data (Surveys, Environmental Scan, etc.): Ensure value and timely delivery of a quality capital project. Issue: I Shall the City Commission approve the amendment to the construction Contract? Item Summa /Recommendation: On July 14,2010, the City Commission pursuant to Invitation to Bid (ITB) 17-09/10 approved the award of a construction Contract to Trans Florida Development Corporation for the construction of the City of Miami Beach Right-of-Way Infrastructure Improvement Program Neighborhood No. 12, South Pointe Phases Ill, IV and V, in the amount of $9,950,715.92. On November29, 2010, Trans Florida (Trans Florida)was issued the second Notice to Proceed (NTP 2) to mobilize and commence construction activities. The Project is currently seventy percent (70%) complete, and is anticipated to be substantially completed during the 2nd quarter of 2013 with the added scope of work as well as potential impacts related to the emergency construction of a sanitary force main in the South Pointe area. The Administration has acknowledged that additional scope of work which follows is warranted to improve the overall community level of service: 1. New 12-lnch Ductile Iron Water Main Along Ocean Drive from 5th Street to South Pointe Drive-Owner Requested Improvement The Public Works Department has requested the installation of a new 12-lnch water main along Ocean Drive. The amount being requested by Trans Florida for the installation of the water main, including all incidentals is $854,098. 2. Additional Roadway Reconstruction Throughout the Project limits-Project Betterment/Improvement Reconstruct the roadway base directly adjacent to the areas where extensive excavation was done to install infrastructure will be necessary to avoid differential settlement in the pavement over time. Based on the contract unit pricing plus general conditions, the EOR has estimated an increase in the amount of $295,566, for the additional roadway reconstruction. 3. Installation of Light-Emitting Diode CLEO) light Fixtures in lieu of the Metal Halide Throughout the Project- Owner Requested Improvement In accordance with the City's Sustainability Plan Energy Conservation Goals, this work proposes the utilization of high efficiency lighting by installing LED fixtures at all pedestrian level lighting in lieu of metal Halide fixtures. Trans Florida submitted a cost proposal in the amount of $256,353, for the LED fixture upgrade. The EOR and City staff have reviewed the estimate and find it to be fair and reasonable. 4. 1st Street Improvements between Alton Road and Washington Avenue-Owner Requested Improvement Pursuant to field observations and analysis by the EOR and City staff of the existing conditions along the aforementioned street it was determined that the area is in need of repairs. These improvements are being presented for consideration of the City Commission to be included as part of this Project so as to provide a consistent improvement within this neighborhood. The EOR prepared a plan that was reviewed and approved by internal Departments and subsequently by the community on October 12, 2011. The BOOR will be revised to include this work. Trans Florida has submitted a ne otiated cost ro osal in the amount of $343,031 based on the ori inal contract a roved unit rices. Advisory Board Recommendation: Financial Information· Source of t:J: Amount Account Approved Fundfi:A ...., v 1 $ 281,988 389-2713-069357 / ' ~rill T 2 $1,641,964 389-2333-069357 Total $1,923,952 Financ1al Impact Summary: Amendment No. 1 will increase the original contract amount. Ci Clerk's Office Le islative Trackin Carla Dixon Ext 6264 MIAMI BEACH 699 AGENDA ITEM --:::R:-'-"-7=L __ DATE 7-/'8-pz._ (9 MlAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov COMMISSION MEMORANDUM TO: FROM: DATE: Mayor Matti Herrera Bower and Members of the c?-·ty Com ission Kathie G. Brooks, Interim City Manager/~ • July 18, 2012 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AMENDMENT NO. 1 TO THE CONSTRUCTION CONTRACT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA, AND TRANS FLORIDA DEVELOPMENT CORPORATION, FOR THE CONSTRUCTION OF THE CITY OF MIAMI BEACH RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM, NEIGHBORHOOD NO. 12/D/E/F, SOUTH POINTE PHASES Ill, IV AND V; DATED SEPTEMBER 9, 2010 (THE CONTRACT}, IN THE NOT-TO -EXCEED AMOUNT OF $1,749,048 FOR THE CONSTRUCTION OF A NEW 12-INCH WATER MAIN ALONG OCEAN DRIVE FROM 5TH STREET TO SOUTH POINTE DRIVE, ADDITIONAL ROADWAY RECONSTRUCTION THROUGHOUT THE PROJECT LIMITS, INSTALLATION OF LIGHT EMITTING DIODE (LED) LIGHTING FIXTURES IN LIEU OF METAL HALIDE, AND APPROVING AN AMENDMENT TO THE ORIGINAL BASIS OF DESIGN REPORT (BOOR) FOR ADDITIONAL IMPROVEMENTS TO 15 r STREET BETWEEN ALTON ROAD AND WASHINGTON AVENUE; WITH PREVIOUSLY APPROPRIATED FUNDING AVAILABLE FROM SOUTH POINTE CAPITAL FUND 389, IN THE AMOUNT OF $1,749,048, FOR THE CONSTRUCTION, AND $174,904, FOR CONTINGENCY, FOR A GRAND TOTAL OF $1,923,952 ADMINISTRATION RECOMMENDATION Approve the amendment to the contract. KEY INTENDED OUTCOME Ensure value and the timely delivery of a quality capital project. FUNDING Funding in the amount of $1,923,952, has been previously appropriated in the Capital Budget, as follows: Construction: $ 281,988 South Pointe Capital Fund 389-2713-069357 $ 1 ,641 .964 South Pointe Capital Fund 389-2333-069357 $ 1,923,952 700 South Pointe RDA Ph Ill, tV & V-Trans Florida Contract Amendment July 18, 2012 Page 2 of 5 ANALYSIS On July 14, 2010, the City Commission pursuant to Invitation to Bid (ITB) 17-09/10, approved the award of a construction Contract to Trans Florida for the construction of the City of Miami Beach Right-of-Way Infrastructure Improvement Program Neighborhood No. 12, South Pointe Phases Ill, IV and V, in the amount of $9,950, 715.92. The Project limits in general are bounded by Washington Avenue, fJ-h Street, Ocean Drive, South Pointe Drive, and Alton Road. The proposed construction activities were scheduled along the following: • Collins Avenue and Collins Court, between 5th Street and South Pointe Drive • Ocean Drive and Ocean Court, between 5th Street and South Pointe Drive • 4th Street, between Washington Avenue and Ocean Drive • 2nd Street, between Washington Avenue and Ocean Drive • 1st street, between Washington Avenue and Ocean Drive • South Pointe Drive, between Alton Road and Ocean Drive • Jefferson Avenue, between South Pointe Drive and 1st Street • Alton Road south of 5th Street to South Pointe Drive • Biscayne Court, between Jefferson and Washington Avenues • Commerce Street and Commerce Court, between Jefferson and Washington Avenues The Project Scope of Work includes improvements to the stormwater collection and disposal system, including the construction of twenty-three (23) gravity fed stormwater discharge wells, installation of a stormwater pump station, water distribution system upgrades, roadway reconstruction, streetscape enhancements such as additional landscaping, irrigation and up-lighting, traffic calming installations such as bulb outs and mid-block crosswalks, signage and pavement markings, additional pedestrian lighting, and enhanced pedestrian linkages. On November 29, 2010, Trans Florida (Trans Florida) was issued the second Notice to Proceed (NTP 2) to mobilize and commence construction activities. The Project is currently seventy (70%) complete, and is anticipated to be substantially completed during the 2nd quarter of 2013 with the added scope of work. The status of the work completed by Trans Florida includes the following: Water Distribution System-installation of the new water mains-currently 90% complete. Transfer of services to new water mains and abandonment of old water mains is ongcing. Stormwater Drainage System and Pump Station-installation of drainage structures and piping, gravity wells, and a pump station at Washington Avenue and South Pointe Drive is complete - overall system is 90% complete. The cleaning and testing of the system will be ongoing over the next several months. Hardscape -installation of sidewalk, curb and gutter, throughout the Project is 00% complete. Pavement and Roadway Reconstruction-throughout the project is 50% complete. Electrical Conduits and Street Lighting-throughout the project is 50% complete Landscape and Irrigation -throughout the project is 40% complete. 701 South Pointe RDA Ph Ill. !V & V-Trans Florida Contract Amendment July 18, 2012 Page 3 of 5 The Administration has determined that additional scope of work is warranted to improve the overall level of service, as well as to accommodate requests from the South of 5th Street community. The following new scope of work (Exhibit A) to be added to the Trans Florida construction Contract was requested by the Cly and includes the following: 1. New 12-lnch Ductile Iron Water Main Along Ocean Drive from 5th Street to South Pointe Drive (PWD) Owner Requested Item During the construction of the infrastructure improvements on Ocean Drive, it was determined that the existing 6-inch water main shown as abandoned was still in service. The Public Works Department Engineering and Operations Division requested the design and installation of a new 12- inch water main on Ocean Drive from 5th Street to South Pointe Drive. This new water main will allow the transfer of the existing domestic, fire lines, and irrigation services from the existing 6-inch water main that was originally intended to be abandoned. The new 12-inch water main will improve water pressure and volume to businesses, hotels and condominiums along Ocean Drive. In July 2011, the City's Engineering Division commenced the design of a new 12-inch water main, fittings and appurtenances along Ocean Drive. The design documents were submitted to the Department of health (DOH) and the Department of Environmental Resource Management (DERM~ for review and approval and to the contractor for pricing. On August 31, 2011, and October 20 2011, the DOH and DERM approvals were obtained, respectively. On September 12, 2011, CIP Public Works Engineering Division and Trans Florida met to discuss the water main design. Public Works requested that all domestic services and fire lines be transferred to the new 12-inch water main. On April27, 2012, Trans Florida submitted a proposed cost estimate for the work in the amount of $854,098 (Exhibit B). The cost estimate is comprised of $701,899, for the materials, labor, and appurtenances associated with the installation of the water main, $26,475 for the extended services of the Public Information Liaison, Staging and Field Office; and $125,724 for an additional three (3) months of General Conditions, Bonds, Insurance, Mobilization, Site Survey and Layout costs, Overhead and Profit associated with the new scope of work. City staff and the Engineer of Record (EOR) reviewed the cost estimate and find it to be fair and reasonable for the additional scope of work. Trans Florida will be granted a 90 calendar day contract time extension for this additional scope of work. 2. Additional Roadway Reconstruction Throughout the Project Limits Project Bettermentflmprovement Throughout the course of the construction, and as a result of extensive excavation to allow the installation of wells, storm drainage pipes and other infrastructure, it was determined by the EOR that it would be in the best interest of the City, to reconstruct the roadway base directly adjacent to the areas where extensive excavation was done to install infrastructure, to avoid differential settlement in the pavement over time. The areas include: • 5th Street at Ocean Drive • Portions of Ocean Drive between 5th Street and South Pointe Drive • Portion of 1st Street • 2"d Street between Washington and Ocean Drive • Collins Avenue from 5th Street to South Pointe Drive • South Pointe Drive from Alton Road to Ocean Drive, and portion of Washington Avenue 702 South Pointe RDA Ph Ill. IV & V-Trans Florida Contract Amendment July 18, 2012 Page 4 of 5 The construction agreement between the City and Trans Florida is a Unit Price Contract Amount. The EOR has estimated an increase in the amount of $295,566, for the additional roadway reconstruction. 3. Installation of Light-Emitting Diode (LED) Light Fixtures in Lieu of the Metal Halide Throughout the Project (PWD) Owner Requested The City of Miami Beach has committed to improving the environmental sustainability of the community, and in 2007, the City took steps to address growing concerns regarding environmental impacts and changes in our community. In accordance with the City's Sustainability Plan Energy Conservation Goals, this work proposes the utilization of high efficiency lighting by installing LED fixtures, in lieu of Metal Halide fixtures, at all pedestrian level lighting. In October 2010, the City Administration, along with its consultants, conducted a cost benefit analysis and Post Top Life Cycle Costing Comparison. The Public works Engineering and CIP staff participated in the discussions. The cost benefit analysis concluded that there will be a 7 year break even for the LED capital expenditure compared to metal halide street lights. The EOR has estimated the installation will require approximately two hundred and fourteen (214) new light fixtures, and seventy (70) others throughout the project will be retrofitted for a total of 284 new LED fixtures. On August 18, 2011, Trans Florida submitted a cost proposal in the amount of $256,353, for the LED fixture upgrade (Exhibit C). The EOR and City staff have reviewed the estimate and find it to be fair and reasonable. 4. 1st Street Improvements between Alton Road and Washington Avenue -Owner Requested Pursuant to field observations and analysis by the EOR and City staff of the existing conditions along 1st Street from Alton Road to Washington Avenue, the following determinations were made regarding the conditions of this corridor. Theywere as follows: 1) Deteriorated pavement a:mditions 2) Deteriorated curbing and sidewalks 3) Deteriorated crosswalks 4) Sparse landscaping Although the project limits described under the approved BODR did not include improvements along 1st Street between Alton Road and Washington Avenue, the observations made the by EOR suggest that the aforementioned street is in need of infrastructure repairs. These improvements are being presented for the consideration of the City Commission to be included as part of the South Pointe Phases Ill, IV, and V Neighborhood Improvement Project so as to provide a consistent improvement within this neighborhood. The EOR prepared a plan that was reviewed and approved by internal departments (Planning, Parks, and Public Works) and subsequently presented it to the community on October 12, 2011. The plan was received favorably by the residents. The new scope of work being brought forth as part of this memaandum would be included in the revised BOOR and added to the construction contract upon approval by the City Commission. It merits underlining that currently there is adequate funding to cover the proposed improvements within the current neighborhood program. The new plan would include roadway milling and resurfacing, installation of curb and gutter, improved brick paver pedestrian crosswalks and ADA 703 South Pointe RDA Ph II!, IV & V-Trans Florida Contract Amendment July 18. 2012 Page 5 of 5 ramps, landscape improvements and irrigation repairs (Exhibit D). The negotiated amount to conduct this work is based on the original contract approved unit prices. As such, Trans Florida has submitted a cost proposal in the amount of $343,031, for the 1st Street improvements. City staff and the EOR have reviewed the proposal and find it to be reasonable (Exhibit E). Project Schedule The additional Scope of work will add ninety (90) calendar days to the overall Project. However the Miami-Dade County has recently entered into construction agreements for the emergency installation of a 60-inch sewage force main in the South Pointe area during the Summer of 2012. The force main alignment will begin at South Pointe Park, run north along Washington Avenue, west on Commerce Street, finally connecting to the existing force main on Alton Road, just south of the Alton Road triangle. The force main installation will most likely impact the South Pointe Phase Ill, IV and V, construction schedule. The City's contractor is currently reorganizing scheduled construction activities to accommodate the County's emergency 60-inch force main installation. The Alton Road triangle is currently being planted and sodded as an interim solution. CONCLUSION: The Administration requests approval of Amendment No. 1 to the Construction Contract, between the City of Miami Beach, Florida, and Trans Florida Development Corporation, for the construction of the City of Miami Beach Right of Way Infrastructure Improvement Program, Neighborhood No. 12/D/E/F, South Pointe Phases Ill, IV and V; dated September 9, 2010, in the not-to-exceed amount of $1,749,048, for the construction of a new 12-inch water main along Ocean Drive from 51h Street to South Pointe Drive; additional roadway reconstruction throughout the project limits; installation of Light Emitting Diode (LED) lighting fixtures in lieu of Metal Halide; approving an amendment to the Basis of Design Report for additional improvements to 1st Street, between Alton Road and Washington Avenue; with previously appropriated funding available from South Pointe Capital Fund 389, in the amount of $1,749,048, for the construction, and $174,904, for contingency, for a grand total of $1,923,952. ATTACHMENTS: Exhibit A-South Pointe Phase Ill, IV,VAdditional Scope of Work (Map) Exhibit B-Trans Florida Cost Proposal for the Proposed Ocean drive 12-lnch Water main Exhibit C -Trans Florida Cost Proposal for LED Light Fixtures Exhibit D-1st Street Improvements (Rendering) Exhibit E -Cost Proposal Submitted by Trans Florida for 1st Street Improvements (based on Contract Unit Prices) KGB/JG/FV/DM/CD T:\AGENDA\2012\7-18-12\SOUTH POINTE PHASE Ill, IV, V\South Pointe Phase IIIIVV -TRANS FLORIDA CONTRACT AMENDMENT MEMO.doc 704 705 Exhibit B TRANS FLORIDA DEVELOPMENT CORP. OCEAN DRIVE WATER MAIN NEIGHBORHOOD: No. 12 SOUTH POINTE PROJECT: SOUTH POINTE ROW INFRASTRUCTURE IMPROVEMENTS PROGRAM PHASES Ill, IV & V 706 1 of1 05/2512012 TRANS FLORIDA DEVELOPMENT CORP. OCEAN DRIVE WATER MAIN NEIGHBORHOOD: No. 12 SOUTH POINTE PROJECT: SOUTH POINTE ROW INFRASTRUCTURE IMPROVEMENTS PROGRAM PHASES Ill, IV & V 707 ~of:! OS/25/2012 Exhibit C PROPOSAL CHANGE ORDER PROJECT: SOUTH POINTE Ill,IV,V PENDING CHAL'fGE ORDERNIDiffiER: TO: TRANS FLORIDA DEVELOPMENT CORP. 13960 SW 144 A VENUE ROAD DATE: 8/19/11 MfAMI, FL 33186 CONTRACTDATE: N/A DISCRlPTION OF PENDING CHA.L'fGE: DIVISION: Revised Pedestrian Lighting PLAN LOCATION: PLAN DATE: n/a As requested by CMB, TFD Corp requested a cost amount for the change In the fixture head to LED lighting. This is a change in plan from Ole standard light fixture. Contract calls fer 204 new pedestrian fixtures {Line Item ft. 208) with 70 fixtures to be replaced on existing poles {line Item# 210}. An Addition 10 fixtures were added to meet the 1'candle light required for a total of .284 heads. Southeast Underground Utilities Cost Tax on Materlal7% Mark up for Liability lnsurance(1.5%) Total SEU TFO Corp Sub markup (7 .5%) Total PCO Shops have been submitted and approved $219,574.00 15,370.18 3.524.16 $238,468.34 $17.885.13 $256,3!3.47 (NOTE: This does not include changes in the Contract Sum, Contract Time or Lump Sum Price which have been authori~ by Construction Change Directive until the cost and time have been agreed upon by both the Owner and the contractor, in which case a Change Order is e:cecuted to supersede the Construction Change Directive.) Trans Florida Development Corp. ENGINEER (Chen & Associates) City Of Mjamt, CIP 13960 SW 144 Avenue Road ADDRESS Miami, FL 33186 ADDRESS BY (Signature) BY (Signature) BY (Signature) Aquilino Melo, President (Typed Name) (Typed Name) DATE DATE DATE 708 Exhibit D 709 Exhibit E PROPOSAL CHANGE ORDER PROJECT: SOUTH POINTE III,N, V PENDING CHANGE ORDER NUMBER: TO: TRANS FLORIDA DEVELOP.MENT CORP. 13960 SW 144 A VENUE ROAD DATE: 11/30111 MIAMI, FL 33186 CONTRACTDATE: N/A DISCRIPTION OF PENDING CHANGE: DIVISION: 1st Street Cost Estimate PLAN LOCATION: Chen Prelim Take Off PLAN DATE: n/a TFD Corp received the attached letter to Carla Dixon dated 11/29/11. The latter references the addition work to be completed on 1"1 Street between Alton and Washington Ave. The preliminary cost estimate and quantity completed by Chen and Associates was reviewed by TFD Corp. Based on the scope of work and cost estimate TFD Corp can complete the work descn'bed with in. TFD Corp reserves the rights to review the plans for any discrepancies in quantity take off once a set of drawings are issued. This work will be scheduled concurrently with the current South Pointe project. TFDCorp is requesting a 90 day construction period. If the release and start of this project causes the work to extend past our substantial completion date, we reserve the right to add additional General Conditions and any a5sociated cost fur the extension of our contract. (NOTE: This does not include changes in the Contract Sum, Contract Time or Lump Sum Price which have been authorized by Construction Change Directive until the cost and time have been agreed upon by both. the Owner and the contractor, in which case a Change Order is executed to supersede the Construction Change Directive.) Estimate for Chen and Associates: MILL&: RBSURF ACE SY 5,867$30.00 $ 1 76,000 CURB TYPE 'F' LF 299 $14.25 $ 4 ,261 CURB TYPE 'D' LF 156 $12.50 $ 1 ,950 PEDESTRIAN CROSSWALK SY 293 $66.00 $ 1 9,360 CONCRETE SIDEWALK (REMOVE & REPLACE) SY 342 $28.00 $ 9 ,576 REMOVE LNE OAK EA 44 $150.00 $ 6 ,600 REMOVE PALM EA 3 $150.00 $ 4 50 HIGH RISE LLIVE OAK BA 35 $850.00 $ 2 9, 750 FLOWERING TREE EA 11 $500.00 $ 5 ,500 COCONUT PALM EA 3 $530.00 $ 1 ,590 NATNE SHRUBS EA 780 $20.00 $ I 5,600 ST AUGUSTINE SOD SY 1,500 $3.00 $ 4 ,500 STRUCTURAL SOIL CY 150$115.00$ 17,250 RESTORE PAVERS SY 276 $59.00 $ I 6,284 6" PAVEMENT MARKING LF 3,025$1.00$3 ,025 12u PAVEMENT MARKING LF 60 $2.50$ 1 50 IRRIGATION LS I $0.00 NIA ELECTRICALLS 1 N/A SUBTOTAL Cnntractor Fee IOOAJ Total $3 11,846 31,184.60 $ 343,0:!0.60 *Does not include Insurance, 2.5% bond fee or General conditions. 710 Trans Florida Development Corp. ENGINEER (Chen & Associates) City OfMiami, CIP 13960 SW 144 Avenue Road ADDRESS Miami, FL 33186 ADDRESS BY (Signature) BY (Signatw'e) BY (Signat11re) Aquilino Melo, President (I'ypedName) (Typed Name) DATE DATE DATE 711 m CITY OF MIAMI BEACH 2012-2016 Capital Budget & 5-Year Capital Improvement Plan --=-It CQ$t Svrnm~!Y Cost Category Prior Years 2011/12 2012/13 2013/14 2014/15 2015/16 Future Total cm379 Construction Management 379 840,578 0 0 0 0 0 0 840,578 cm384 Construction Management 384 9,600 0 0 0 0 0 0 9,600 cm389 Construction Management 389 385,253 0 0 0 0 0 0 385,253 co379 Construction Fund 379 425,856 0 0 0 0 0 0 425,856 co389 Construction Fund 389 12,285,840 0 0 0 0 0 0 12,285,840 ct384 Contingencies Fund 384 164<,990 0 0 0 0 0 0 164,990 ct389 SP Contingency Fund 1,523,237 0 0 0 0 0 0 1,523,237 de379 Design & Engineering Fund 379 2,053,435 0 0 0 0 0 0 2,053,435 de384 Design & Engineering Fund 384 17,000 0 0 0 0 0 0 17,000 de389 Design & Engineering Fund 389 613,256 0 0 0 0 0 0 613,256 pm373 Program Management Fund 373 3,817 0 0 0 0 0 0 3,817 pm379 Program Management Fund 379 1,607,697 0 0 0 0 0 0 1,607,697 pm384 Program Management Fund 384 4,593 0 0 0 0 0 0 4,593 pm389 Program Management Fund 389 147,000 0 0 0 0 0 0 147,000 pm424 Program Management Fund 424 1,130 0 0 0 0 0 0 1,130 pm428 Program Management Fund 428 1,555 0 0 0 0 0 0 1,555 N Total: 20,084,837 0 0 0 0 0 0 20,084,837 "'l"'" ...... lll, F !JI'!c:ling Funding Source Prior Years 2011/12 2012/13 2013/14 2014/15 2015/16 Future Total 373 99 GO Bonds -Neighborhood lmpro 3,817 0 0 0 0 0 0 3,817 379 South Pointe Capital Funds 4,927,566 0 0 0 0 0 0 4,927,566 384 2003 GO Bonds -Neighborhood 1m1 196,183 0 0 0 0 0 0 196,183 389 South Pointe Capital 14,954,586 0 0 0 0 0 0 14,954,586 424 water and Sewer Bonds 2000S 1,130 0 0 0 0 0 0 1,130 428 Stormwater Bonds 2000S 1,555 0 0 0 0 0 0 1,555 Total: 20,084,837 0 0 0 0 0 0 20,084,837 m CITY OF MIAMI BEACH 2012-2016 Capital Budget & 5-Year Capital Improvement Plan -P~n~~~ .. sumrn~ri.:::• .•• :::.,,;::t;;sd:J::t;;&·:;HfMltift&lf:•:;K&H Funding Adopted Encumbrances Expenses Retainage Balance Budget cm379 Construction Management 379 840,578 0 840,578 0 0 cm384 Construction Management 384 9,600 0 9,600 0 0 cm389 Construction Management 389 385,253 0 323,482 0 61,771 Subtotal: em 1,235,431 0 1,173,660 0 61,771 co379 Non-Category 425,856 0 398,983 (26,872) 1 co389 Construction Fund 389 12,285,840 4,147,855 5,697,365 (225,793) ...... ~~1~¥~>·······.· Subtotal: co 12,711,696 4,147,855 6,096,348 (252,665) 2,214,828 ct384 Contingencies Fund 384 164,990 0 0 0 164,990 ct389 SP Contingency Fund 1,523,237 0 0 0 1,523,237 Subtotal: ct 1,688,227 0 0 0 1,688,227 de379 Design & Engineering Fund 379 2,053,435 92,155 1,961,280 0 0 de384 Design & Engineering Fund 384 17,000 0 0 0 17,000 de389 Design & Engineering Fund 389 613,256 151,115 34,110 0 428,031 M Subtotal: de 2,683,691 243,269 1,995,390 0 445,032 "'l""" ...... pm373 Program Management Fund 373 3,817 0 3,818 0 (1) pm379 Program Management Fund 379 1,607,697 0 1,606,799 0 899 pm384 Program Management Fund 384 4,593 0 4,593 0 0 pm389 Program Management Fund 389 147,000 0 147,000 0 0 pm424 Program Management Fund 424 1,130 0 0 0 1,130 pm428 Program Management Fund 428 1,555 0 0 0 1,555 Subtotal: pm 1,765,792 0 1,762,209 0 3,583 Total: 20,084,837 4,391,124 11,027,607 (252,665) 4,413,441 .., ~ -=-I, Ge.nfl!r~! , Title: Project#: Department: Manager: Category: Domain: Location: Description: Justification: Project Timeline: II C9$\ $vmmary, Cost Category co389 Construction Fund 389 ct389 SP Contingency Fund Total: Ul, F!Jncling $l,lmin~,fY ·~. Funding Source 369 South Pointe Capital Total: CITY OF MIAMI BEACH 2012-2016 Capital Budget & 5-Year Capital Improvement Plan LED Lighting Installation pwsledligt CIP Office Carla Dixon cip Street/Sidewalk/Streetscape Improvements southpoint FTE's#: OPERATING CATEGORIES Total: This project entails the implementation of light-emitting diode (LED) energy efficient lighting system in the pedestrian level street lighting fixtures within the South Pointe neighborhood, south of 5th Street. The project boundary includes the area of the previously completed South Pointe Phase I ROW project; the South Pointe Phase II ROW project, currently under construction, and the South Pointe Phase Ill, IV & V project, currently in the construction/procurement phase. Funding for the required work scope will cover: 1) retrofitting approximately 421 existing light fixtures; 2) the incremental cost of utilizing LEOs, versus metal halide lighting system for the approximately 274 new lighting fixture in the South Pointe Ill, IV & V project; 3) the installation/retrofit of electrical panels and breakers; and 4) FPL metering and energizing costs. The project will serve a pilot lighting test for LED lighting technology. PROJECT TIMELINES TO BE DETERMINED. KIO's supported: Ensure Value and Timely Delivery of Quality Capital Projects; and Maintain City's Infrastructure. The installation of the LED Lighting System will reduce the maintenance and bulb replacement frequency, with the possibility of electrical energy savings. A/E Request for Qualifications Star MonthNear AlE Request for Qualifications C MonthNear AlE Agreement Award: Planning Start: Planning Completion: Design Start: Design Completion: Bid Start: Bid Completion: Construction Contract Award : Construction Start: Oct-2011 Construction Completion: Jun-2012 Prior Years 2011/12 2012/13 2013/14 2014/15 2015/16 Future 958,900 0 0 0 0 0 0 95,890 0 0 0 0 0 0 1,054,790 0 0 0 0 0 0 Prior Years 2011/12 2012/13 2013/14 2014/15 2015/16 Future 1,054,790 0 0 0 0 0 0 1,054,790 0 0 0 0 0 0 Annual Incremental Cost Total 958,900 95,890 1,054,790 Total 1,054,790 1,054,790 """' "l"'" ....... m 2012-2016 -=-IV Funding co389 Construction Fund 389 Subtotal: co ct389 SP Contingency Fund Subtotal: ct Total: CITY OF MIAMI BEACH Capital Budget & 5-Year Capital Improvement Plan Adopted Encumbrances Expenses Budget 958,900 20,109 6,450 958,900 20,109 6,450 95,890 0 0 95,890 0 0 1,054,790 20,109 6,450 Retainage 0 0 0 0 0 Balance ··.·-:-:-:-:-:}::::::::::::-::::···· 932,341 95,890 95,890 1,028,231 It) "'l""" ...... m -=-!.G!Imeril Title: Project#: Department: Manager: Category: Domain: Location: Description: Justification: Project Timeline: CITY OF MIAMI BEACH 2012-2016 Capital Budget & 5-Year Capital Improvement Plan S Pointe Improvements -Ph 111-V rwssprdaiv CIPOffice Carla Dixon cip Street/Sidewalk/Streetscape Improvements southpoint OPERATING CATEGORIES Operating and Maintenance FTE's#: Total: The Project limits are bounded by Ocean Drive to the east and Alton Road to the west, and include: 1st Street, between Alton Road and Ocean Drive Commerce Street, from Alton Road to Washington Avenue; Ocean Drive and Ocean Court, from 5th Street to South Pointe Drive; Collins Avenue and Collins Court, from 5th Street to South Pointe Drive; South Pointe Drive (Biscayne Street), from Alton Road to the eastern street end; Alton Road, from 5th Street to South Pointe Drive; Jefferson Avenue, between South Pointe Drive and 1st Street; 1st Street, from Alton Road to Jefferson Avenue; and Commerce Street and other adjacent alleys, roadways, and rights of way. This project is included in the City of Miami Beach ROW Infrastructure Improvement Program and the Public Works Citywide Water and Sewer Master Plan. The improvements include installation of new stormwater infrastructure within Priority Basin 1 to meet the Master Plan recommended level of service; streetscape Improvements, including new sidewalks; and crosswalks, traffic calming measures and installation of bump-outs at crosswalks; enhanced landscaping within median, swale and bump out areas; pedestrian lighting; bike lanes; and parking improvements. Additional scope of work includes select reconstruction of roadways and alleyways, implementation of new stormwater design for alleyways and "hot spots", replacement of approximately an additional 2,140 LF of water mains, environmental engineering and testing for contaminated sites, cleaning and videotaping of the existing stormwater system. Costs were derived from a combination of A/E Cost Estimate, in house take-off, and based on average unit pricing. Project contingencies are at a level corresponding to the anticipated unforeseen conditions; as well as permit fees, additional geotechnical services and project-related costs. The Project was re-bid in February 2010, and the recommendation for the construction contract award will be presented at the May Commission Meeting. "Hold above-ground unfunded amount funding pending construction bids." KIOs Supported: Ensure Value and Timely Delivery of Quality Capital Projects; Maintain City's Infrastructure; Maintain Miami Beach Public Areas & Rights of Way Citywide; and Improve Storm Drainage Citywide. AlE Request for Qualifications Star Month/Year A/E Request for Qualifications C Month/Year AlE Agreement Award: May-2005 Apr-2006 Planning Start: Jun-2005 Planning Completion: Design Start: Apr-2006 Design Completion: Apr-2008 Bid Start: Feb-2010 Bid Completion: Apr-2010 Construction Contract Award: May-2010 Construction Start: Nov-2010 Construction Completion: Dec-2012 Annual Incremental Cost 0.00 0.00 (0 "'l""" ....... RESOLUTION TO BE SUBMITTED 717 THIS PAGE INTENTIONALLY LEFT BLANK 718