Loading...
R7D-Execute Amendment 1 Bayshore Neighborhood 8B - Lower North Bay RoadCOMMISSION ITEM SUMMARY A Resolution of the Mayor and Commission of the of Miami Beach, Florida, authorizing the Mayor and City Clerk to Execute Amendment No. to the construction Contract between the City of Miami Beach, Florida, and Trans Florida Development Corporation, for the construction of the of Miami Beach Right-of-Way Infrastructure Improvement Bayshore Neighborhood No. 8B, lower North Bay Road; dated June 28, 201 i (The Contract), in the not-to-exceed amount of $798,424 plus an Owner's Contingency of for a total of $878,266, for Additional Stormwater & Hardscape Components throughout the project limits, and approval of an Increased Material Cost; with previously appropriated funding available in the amount of $337,721 from Gulf Breeze 2006 Fund 423, $274,351 from Stormwater Bonds 201 i Series Fund 431, 58,512 from Stormwater Enterprise Fund 427, $67,893 from Capital Reserve Fund 304, $30,000 from 2003 GO Bonds Neighborhood Improvement Fund 384, and $9 789 from Pa As You Go fund 302. Issue: I Shall the City Commission adopt the Resolution? On December 8, 2010, the Commission, pursuant to Invitation to Bid (!TB) NO. 02-09/10 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 of Bayshore Package 88 in the not to exceed value amount of $4,460,745.21. The Administration has acknowledged that the following additional scope of work is warranted to improve the overall community level of service: 1. Additional Storm Water and Hardscape Components Throughout the Proiect limits Subsequent changes had to be made to the design documents to add additional relief from potential flooding conditions. This in tum reflected additional scope of work toward the base bid of Trans Florida's contract that totaled $231 .484.57 for additional Storm Water & Hardscape components throughout the project limits. 2. Overall Increased Material Cost Following the initiation date, Trans Florida Development sent notification to the City that due to recent price escalations from their vendors they would not be able to honor the original Contract price from 2010. This cost difference, reflected in their cost proposal, represented a total cost increase of $566,939.49. The City validated this claim by having Atkins perform an independent cost analysis to the estimate provided by Trans Florida. This analysis determined that the increase cost fell within a reasonable cost range for the project that was reflective of the current market conditions in the South Florida region. On 9, 2012, the Administration presented to the Finance & Citywide Projects Committee the aforementioned revisions which included the additional scope and Contractor's proposal for increase in material and labor prices resulting from the Contractor's claim of a delayed start of construction. On September 27, 2012 the City Commission approved the additional funding to the 2013 Capital Budget for the additional scope as related to stormwater and hardscape, and the escalation in material cost. Notice to Proceed 2 (NTP-2) was issued on September 28, 2012 which will allow mobilization and the commencement of construction activities. Amount Account $337,721.00 423-2326-069357 $27 4,35 i .00 431-2326-069357 $158,512.00 427-2326-069357 $67,893.00 304-2326-069357 $9,789.00 302-2326-069357 $30,000.00 384-2326-069357 $878,266.00 IBE AGEND.A 396 cyf Mi©>mi •©>ch, 1700 Convention Center Drive, Miomi Beoch,. Horido 33139, TO: Mayor Matti Herrera Bower and Members of the Commission FROM: Kathie G. Brooks, Interim City Manager DATE: October 24, 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, BAYSHORE NEIGHBORHOOD NO. 8B, LOWER NORTH BAY ROAD; DATED JUNE 28, 2011 (THE CONTRACT), IN THE NOT~TO-EXCEED AMOUNT OF $798,424 PLUS AN OWNER'S CONTINGENCY OF $79,842 FOR A TOTAL OF $878,266, FOR ADDITIONAL OWNER REQUESTED IMPROVEMENTS THROUGHOUT THE PROJECT LIMITS, AND APPROVAL OF AN INCREASED MATERIALS COST; WITH PREVIOUSLY APPROPRIATED fUNDING IN THE AMOUNT OF $337,721 FROM GULF BREEZE 2006 FUND 423, $274,351 FROM STORMWATER BONDS 2011 SERIES FUND 431, $158,512 FROM STORMWATER ENTERPRISE fUND 427, $67,893 fROM CAPITAL RESERVE FUND 304, $30,000 fROM 2003 GO BONDS NEIGHBORHOOD IMPROVEMENT FUND 384, AND $9,789 FROM PAY AS YOU GO FUND 302. ADMINISTRATION RECOMMENDATION Adopt the Resolution. KEY INTENDED OUTCOME Ensure value and the timely delivery of a quality capital project. FUNDING Funding in the amount of $878,266 has been previously appropriated in the Capital Budget as follows: Construction Cost including Contingency: $ 337,721 $ 274,351 $ 158,512 $ 67,893 $ 9,789 3i 30,000 $ 878,266 Fund 423 -2006 Gulf Breeze Fund 431 -2011 Storm Water Bonds Series Fund 427 -Storm Water Enterprise Fund 304 -Capital Reserve Fund 304 Fund 302-Pay As You Go Fund 384-2003 Go Bonds Neighborhood Improvement 397 BACKGROUND On 9, 2003, the City Commission approved Basis of Design Report (BOOR), completed and submitted by CH2MHill for the Neighborhood No. 8 Bayshore/ Sunset Islands Project This BOOR was the culmination of a comprehensive planning effort that included input and reviews by residents, various City Departments, and the Design Review Board (DRB). Invitation to Bid No. 2-09/10 was issued on November 25, 2009. The bid opening date was February 8, 2010. Since the City was experiencing some difficulty acquiring the necessary permits to continue with the project due to regulatory agencies taking a stricter approach/interpretation of the anti-degradation policy of Biscayne Bay, the bid opening was postponed the dewatering permit issue could be resolved. Bids were reopened on October 181h, 2010. On November 18, 2010, the Technical Review Panel (TRP), as well as support staff from the Design Engineer of Record CH2M Hill, convened to review, evaluate and rank the bids submitted for the Lower North Bay Road Infrastructure Improvement Project Neighborhood 8B. On December 8, 2010, the Mayor and City Commission adopted Resolution No. 2010-27567, approving a contract award with Trans Florida Development Corporation, pursuant to Invitation to Bid No. 2-09/10, for the construction of the Right-of-Way Infrastructure Improvement Program Bayhsore Neighborhood No. 8B, Lower North Bay Road project On February 7, 2011, shortly after construction contract award, a memorandum was presented by Goldsmith to the members of CIPOC, City Commissioners, Public Works, the City Manager, and Lower North Bay Road Homeowner's Association (HOA) summarizing a preliminary review of the project and requesting several upgrades and revisions to be made to the existing plans. On March 11, 2011, the Administration issued Request for Qualifications (RFQ) No. 22-10/11 for RPR services for the Neighborhood No. 8 -Bayshore and Sunset Islands Right of Way Improvement Projects, specifically Central Bayshore Neighborhood No. 8A, Lower North Bay Road No. 8B, and the Lake Pancoast Neighborhood No. 8C. On May 11, 2011, the Mayor and City Commission adopted Resolution No. 2011-27652 accepting the ranking of proposals recommended by the City Manager and authorizing the Administration to enter into negotiations with the top ranked firms pursuant to RFQ No. 22- 10/11. The Administration successfully negotiated an acceptable agreement with the top ranked firm, Atkins. The City maintained CH2M Hill as the Engineer Record by providing construction administration services throughout the construction phase of the projects, and for final certification the projects. On July 13, 2011, the Mayor and City Commission approved the award for RPR services to Atkins and simultaneously approved the award of Construction Administration services to CH2M Hill. The design plans were revised to include Changes requested by the HOA and the Public Works Department {PWD) On August 18, 2011, Notice to Proceed 1 (NTP-1) was issued to Trans Florida. On December 5, 2011, the CIP Office held a Pre-Construction Meeting in anticipation of a ground breaking in January, 2012. Owner Departments as wei! as utility companies (FPL, Sprint, AT&T, and Atlantic Broadband) attended the meeting. 398 On February 2, 2012, the time the contractor was securing their final right way and dewatering permits and prior to issuance the Second Notice to Proceed (NTP-2), CIP received additional comments from PWD which required further design analysis from the engineer of record. The project was put on a temporary "hold" status while the review was taking place. On 16, 2012, a Technical Memorandum was provided by the engineer of record to Public Works which finalized and closed out the comments and the need for any additional plan revisions. As a result of the requested improvements by the HOA, additional comments received by PWD, as well as delays by the contractor in providing the adequate documentation to issue NTP-2, the project incurred delays. As a result of these delays, on May 30, 2012, the contractor sent notification to the City that due to recent price escalations from their vendors they would not be able to honor the original Contract price. On July 9, 2012, the Administration presented the aforementioned revisions which included the additional scope and the contractor's proposal for increase in material and labor prices resulting from the Contractor's claim of a delayed start of construction. Staff requested funding to the Finance & Citywide Projects Committee. (Refer to Exhibit D). On September 27, 2012 the City Commission approved the additional funding to the Capital Budget 2013 in the amount of $828,643 for the cost increases and additional scope as related to improvements requested by Public Works Department and in material escalation cost Notice to Proceed 2 {NTP-2) was issued on September 28, 201 ANALYSIS The following is an itemized listing of the new scope of work to be added to the Trans Florida Construction's Contract and the material cost escalation to date: 1. Additional Storm Water and Hardscape Improvements The Bayshore neighborhood is bound by environmentally sensitive Biscayne Bay Aquatic Preserve, which is also an Outstanding Florida Water (OFW) and intracoastal waterway. The area has relatively low-lying and flat topography that experiences high intensity rainfall, significant tidal influence, limited soil storage for infiltration, and very limited swale storage capacity due to a high distribution of impervious area. The Lower North Bay Road Neighborhood's current stormwater management system consists primarily of outfalls served by swales, inlets, and storm water drains. The existing design is based upon the recommendations of the City's 1997 Stormwater Master Plan and the subsequent Bayshore neighborhood BOOR Following award of the contract to Trans Florida Development the City's Stormwater Master Plan consultant, COM Smith, undertook an extensive stormwater analysis of the Bayshore Neighborhood. The Stormwater Master Plan determined that the following improvements were warranted: " Replacing the existing storm water outfall on W. 23ra Street from the Alton Road right of 399 way to the seawall. m Extending the valley gutters on W. 2th, W. 23rd, W. st streets and N. Michigan Avenue into the Alton Road Right-of-way. Also included were Owner Requested changes from Public Works such as tees and blow-offs on the water main connections and a storm water pipe change from reinforced concrete pipe (RCP) to PVC. The PVC pipe is to be installed pursuant to the terms and conditions set forth in the Contract Documents. Additional shared-lane bike markings along Lower North Bay road were also requested. Subsequently, Trans Florida Development submitted a cost of $231,484.57 (Refer to Exhibit A) for all these additional improvements. City staff and the EOR reviewed the cost estimate and find it to be fair and reasonable for the additional scope of work. The City took the necessary to validate this claim by contracting with a constructability consultant, Atkins, to prepare an independent cost analysis of the proposal submitted by Trans Florida (Refer to Exhibit C). 2. Overall Increased Material Cost In May, 2012, Trans Florida Development sent notification to the City that due to recent price escalations from their vendors they would not be able to honor the original Contract price from 2010. An amount of $671,878 was presented by the contractor on June 2012 for the increase in material costs over the 1 year period. As part of Atkins analysis, the intent was to establish a reasonable cost range for the project that was reflective of the current market conditions in the South Florida Region. Based upon this, cost increases were evaluated and found to be fair and reasonable, however CIP staff was able to renegotiate a reduced price by approximately $100,000. The final cost difference reflected in their revised cost proposal represented a total cost increase $566,939.49 (Refer to Exhibit B). On July 9, 2012, the Administration presented the aforementioned revisions which included the additional scope and the contractor's proposal for increase in material and labor prices resulting from the Contractor's claim of a delayed start of construction. Staff requested funding to the Finance & Citywide Projects Committee. (Refer to Exhibit D). Project Schedule As previously stated, the NTP-2 was issued on September 28, 2012. The contract is anticipated to be in construction for 16 months with an anticipated completion date of January 2014. The increased Scope of work does not require additional time to the overall Project CONCLUSION: The Administration recommends that a Resolution of the Mayor and City Commission of the City of Miami Beach, Florida, be authorized by 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, Bayshore Neighborhood No. 8B, Lower North Bay Road Project; dated June 28, 2011, in the not-to-exceed amount of $798,424 plus and Owner's Contingency of $79,842, for additional Storm Water & Hardscape components throughout the project limits and approval of an increased materials cost; with previously appropriated funding available from 2006 Gulf Breeze Fund 423 for $337,721, 2011 Storm Water Bonds Series Fund 431 for $274,351, Storm Water Enterprise Fund 427 for $158,512, Capital Reserve Fund 304 for $67,893, Pay As You Go Fund 302 for $9,789, and the 2003 G.O. Bonds Neighborhood Improvement Fund 384 for $30,000.00, for a grand total of $878,266. 400 ATTACHMENTS: Exhibit A-Trans Florida Development's Cost Proposal #1 for Additional Scope of Work Exhibit B -Trans Florida Development's Cost Proposal #2 for Material Escalation Exhibit C-Independent Estimate Cost Analysis Exhibit D-PC RO.W. Memorandum of 9, 2012 T:\AGENDA\2012\i0-24-12\Bayshore 8 -Lower North Bay Road\Lower North Bay Road 88 -TRANS FLORIDA CONTRACT AMENDMENT MEMO 1.3.docx 401 CHANGE OROER NO. 1 (CHANGE OF SCOPE) PROJECT: BAYSKOR.E NEIGHBORHOOD SB l;)f,? 613!2012 N 0 -.:::t CHANGE ORDER NO. 1 (CHANGE OF SCOPE) PROJECT: BAYSHORE NEIGHBORHOOD 88 61812012 M 0 -.:::t TRANS FLORIDA CHANGfOO!lER 00 2 {INCREASE Of MATEii!Al.S AND SU!!COOTAACTOO !'li!C!'S DUE TO !lElA 'lED HART) PROJECT: BAYSHORE NEIGHBORHOOD BB I &i8i2012 .q-0 oq- CHAOOE ORDER NO. 2 (INCREASE Of MATERIAlS ANO ~RACfOR PRICES DUE TO DELAYED ST MT) PROJECT: BAYSHORE NEIGHBORHOOD 88 £1B!2i)12 II) 0 -.:::t CIWiG£ OO!JER NO, 2 (INCREASE Of MATERiAlS !\NO SUBCONTAA-"TOR PRICES DUE TO DELAYED START) PROJECT: BAYSKORE NEIGHBORHOOD SB &1812012 ),)!·+ (Q 0 -.:::t TRANS FLORIDA CORP. CHANGE O!WfR 00, l a~ Of MATERIALS AND Sl!!lCONTRACTOl! PfflC£S ill!E TO OClAVSl STAAT) PROJECT: 8AYSHORE NEIGHBORHOOD 88 ,...... 0 -.:::t Exhibit C I MIAMI BEACH Date: 11, 2012 Attention: Ms. Maria Hernandez Senior Capital Projects Coordinator Improvement Projects of Miami Beach Submitted via E-mail Subject: COMB Right of Way infrastructure Improvement Program-Neighborhood 88, Bayshore: lower N. Bay Road COMB Project No.: TBD -Independent Estimate of Probable Construction Costs Dear Maria, Attached estimate of construction costs. Based on the documents cost of construction for this project to be $4,762,8001 or a range of construction costs for this based on the current market, to range between $4.6M and $4.9M. The estimated range of probable costs accounts for the current market conditions in South Florida and a environment. Please note the of this for more qualifications): Basis, Assumption and Exclusions: ,. Estimate is based on drawings and by the City of Miami Beach CIP " Intent of the cost estimate at this phase of the project is to establish a reasonable cost range for the which is reflective of current market conditions. • ATKINS provided unit of the labor and costs of the various scope items related to the related to the Base Bid, C0-1 and C0-2 cost items. " Unit costs are based on historical projects and standard references for similar projects in the South Florida region. ,. Per our agreement with the of Miami quantity takeoffs have not been for the scope items. Quantities were the of Miami Beach. " Estimate includes assessment of Deductive /\.lternates. We thank you for the comments at 514.3211, Juan Alfonso, Assoc. AlA Assoc. VP, Manager WI Attachments Cc: Mr. David Martinez-of Miami Beach Mr. Herminie Gonzalez-Atkins North America File Please contact me with any questions or 1 Includes Base Costs, Contract Allowances, and Order 1 and 2 for additional scope. 408 City of Miami Beach ITB N0.02-09/10, Addendum No.9 CITY OF MIAMI BEACH FliGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM NEIGHBORHOOD 813, BAYSHORE: LOWER NORTH BAY ROAD Summary-independent Estimate of Probable Construction Costs No. Scope Description Neighborhool 8B, Bayshore -lower Bay Road i a Allowances: (for Neighborhood 88-Lower Bay Road that were included in base bid) Indemnification 2 3 Permit Allowance of the existing outfalls Allowances Total: Change Order #i Change Order #2 ESTIMATED PROBABLE CONSTR. COST (2012) ESTIMATED PROBABlE CONSTR. COST (Rounded) Builder's Risk Insurance (11 applicable) General Contractor's Contingency (If applicable) DEDUCTIVE Alternate Bid Items NElCiHBORHOOD 88, BA YSHORE: LOWER NORTH BAY ROAD Furnish and install 8" restrained (RJ) PVC pipe in lieu of 8" RJ DIP Furnish and install12" restrained PVC pipe in lieu of 12" RJ DIP Furnish and install iS" HOPE drainage pipe In lieu of 18" RCP drainage pipe Furnish and instal! 24" HOPE drainage in lieu of 24" RCP drainage pipe DEDUCTIVE Alternate Total: I s 11,2012 Total Estimate $4,350,479 $25 $35,000 $190,000 $225,025 $178,327 $8,960 $4,762,790 Not Included Not Included $172,630 $69,618 $5,439 $269,913 §:!J.!ii!Jill_Q!J~~@Qlt Due to the recent bidding conditions in the local area. ATKINS qualifies that the attached estimate and established range or costs are based on best :udgment of a reasonable construction cost range to complete the subject project. However, it is to be noted that there is a potential for the bids for this project to vary from the established range due to reasons that are beyond normal construction market conditions and reasonable competition, 409 CITY OF MIAMI BEACH ITB 1\10.02~09/1 0, Addendum No. 9 FOR CITY OF MIAMI BEACH RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM, NEIGHBORHOOD 8B, BAYSHOFIE: LOWER NORTH BAY ROAD SUMMARY 1 -General Conditions $ 566,173.59 2-Water and Sewer $ 789,462.50 3 -Stormwater $ 1,884,939.67 4 -Pavement and Streetscape $ 1 '1 09,903.20 GRAND TOTAL BASE BID AMOUNT (1 + 2 + 3 + 4): $ 4,350,478.96 CHANGE ORDER #1: $ 1713,326.52 CHANGE ORDER #2: $ 8,959.60 $ 4,537,765.09 ALLOWANCES Indemnification LS X $ 25.00 Permit Allowance LS X $ 35.000.00 of the outfalls LS X $ 190.000.00 -ALLOWANCE TOTAL: $ 225,025.00 Item No. Descrietion Unit Quantity Unit Price Total 1 -Genera! Conditions LOLa Bonds and Insurance LS X $ 75,686.11 1.02.a Mobilization ! Demobilization LS X $ 189,215.27 1.03.a Survey and As-buills LS X $ 75,500.00 1,04,a Maintenance of Traffic LS X $ 151.372.21 1.05.a Field Office LS X $ 32,400.00 $ 32,400.00 1.06.a Public Information I Liaison Services LS )( $ 17.000.00 $ 17,000.00 1.07.a Trench Safely Act LS X $ 25,000.00 ~ 25.000.00 1 ·Subtotal $ 566,173.59 2 • Water and Sewer 2.01 .a 12" restrained DIP water main LF 5,660 X $ 367,900.00 2.01 .b 1 0" restrained DIP water main LF 40 X $ 56.50 $ 2,260.00 2.0i.c 8" restrained DIP water main LF i ,323 X $ 46.50 2.01.d 6" restrained DIP water main LF 56 X $ 36.00 $ 2.016.00 2.01.e 4" restrained DIP water main LF 30 X $ 29.50 $ 885.00 410 CITY OF MIAMI BEACH ITB NOJ)2-09/1 0, Addendum No. 9 FOR CITY OF MIAMI BEACH RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM, NEIGHBORHOOD 88, BAYSHORE: LOWER NORTH BAY ROAD 2.02.a Restrained ductile iron fittings 2.03.a i 2" Gate valve w/box 2.03.b 8" Gate valve w/box 2.03.c 6" Gate valve w/box 2.03.d 4" Gate valve w/box 2.04.a 20"x8" sleeve & valve w/box 2.04.b 12"x1 0" sleeve & valve wibox 2.04.c 2.05.a main 2.06.a Air release valve w/box 2.07.a Furnish and install fire w/new 2.08.a Furnish and install fire 2.09.a 2" Water service 2.10.a New water meter box 2.1 I. a 2. 11.b 2.12.a Abandon and cap thru 4" 2.12.b Abandon and cap water main 6" thru 8" 2.13.a Remove and of valve box 2.14.a Remove and dispose of existing fire 3 • Stormwster 3.01 .a Type C inlet wlslot and inlet flume 3.01 .b LB EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA D inlet, 4' dla. w/storm manhole top EA 38,291 10 6 6 2 2 2 3 9 10 2 163 40 6 8 3 7 20 5 13 23 411 X X $ 2,000.00 X $ 1,400.00 X $ 900.00 X $ 725.00 X $ 6,500.00 X $ 3 350.00 X $ !,525.00 X $ 1,500.00 X $ 1,100.00 X $ 3,500.00 X $ 2,750.00 X $ 850.00 X $ 300.00 X $ 150.00 X $ 200.00 X $ 300.00 X $ 350.00 X $ 50.00 X $ 100.00 2 ·Subtotal X $ 2,541.85 $ 76,582.00 $ 8,400.00 $ 5,400.00 $ 1 450.00 $ 6,500.00 $ 6,700.00 $ 3,050.00 $ 4.500.00 $ 9.900.00 $ 138,550.00 $ 900.00 $ 1,600.00 $ 900.00 $ 2.450.00 $ 1.000.00 $ 500.00 $ 33,044.06 $ 60,950.00 CITY OF MIAMI BEACH ITB N0.02~09/10, Addendum No.9 FOR CITY OF MIAMI BEACH RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM, NEIGHBORHOOD 88, BAYSHORE: LOWER NORTH BAY ROAD 3.0i.c Type D inlet. 4' dia. gutter top EA 18 X 3.0i.d Type E inlet wislot and inlet flume EA X $ 3,389.00 3.01.e Type E inlet w/concrete apron EA 2 X $ 3,239.79 3.01.! TypeD inlet, 5' dia. gutter top EA X $ 3,079.98 3.01.g NO DUMPING stencils EA 42 $ 50.00 X 3.02.a 18" dia. RCP drainage LF 3,396 X $ 53.00 24" dia RCP pipe 3.02.b LF 222 X 3.03.a Connect new drainage pipe to existing structure EA 3 X $ 2,000.00 3.04.a Outfall manhole, 5' dia. w/tideflex valve EA 2 X 3.05.a Manatee aluminum, for 24" outlet EA 4 X $ 650.00 3.06.a Passive relief manhole, 4' dia. EA 2 X $ 14 500.00 3.07.a Outfall cleaning, 8" thru 24" dia. LF 600 X 3.08.a Storm water detention box EA 2 $ 70,000.00 X 3.09.a Storm water station EA 2 X 3.ma 16" Restrained DIP storm water force main LF 281 X $ 98.50 3.iO.b 24" Restrained DIP storm water force main LF 32 X ~ 135.00 3.10.c 30" Restrained DIP storm water torce main LF 17 X $ 234.60 3.1 La Ductile iron for storm water force mains LB i7.190 X $ 2.00 3.i2.a 16" Resilient gate valve EA 4 X $ 5,000.00 3.13.a.i well EA 4 X 3.13.a.2 LF 240 X 3.13.a.3 LF 240 X $ 300.00 3. i3.a.4 Reaming open hole from bottom of casing to total depth LF 560 K $ 30.00 3.13.a.5 Well time HR 96 X $ 120.00 3.14.a Remove existing storm manhole or catch basin EA 28 .X $ 250.00 412 $ 3,389.00 $ 6,479.58 $ 2,100.00 $ 6,000.00 $ 27,000.00 $ 29,000.00 $ 2.400.00 $ 140.000.00 $ 740,000.00 $ 27,678.50 $ 3,988.20 $ 34,380.00 $ 20.000.00 $ 30,000.00 $ 16,800.00 $ 7.000.00 CITY OF MIAMI BEACH ITB N0.02-09/1 0, Addendum No. 9 FOR CITY OF MIAMI BEACH RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM, NEIGHBORHOOD 813, BAYSHORE: LOWER NORTH BAY ROAD 3.14.b Remove storm sewer pipe LF 504 X 3. i5.a In-The-Wet Storm Sewer Installation LF 500 X $ 8.00 $ 4,000.00 3. i6.a In-The-Wet Storm Sewer Structure Installation EA 2 X $ 500.00 $ 1 000.00 3.17.a CCTV of LF 3,500 X $ 15 750.00 3.18.a Soil/Groundwater sampling and Field Arsenic EA 15 X ~ 150.00 3. i8.b Soil/Groundwater and testing- Lab Arsenic EA 5 X $ 300.00 3.18.c Soil/Groundwater and testing- Field VOC's EA 15 X $ 148.00 3.i8.d Soil/Groundwater sampling and testing- Lab VOC's EA 5 X $ 180.00 3.19.a Removal and of Contaminated Soil CY 2,000 X $ 60.00 3 ·Subtotal $ 1 ,884,939.67 4 • Pavement and Streetscape 4.01.a Roadway pavement removal -full depth SY 20,100 X 4.02.a Encroachment removal -tree up to 10' EA 16 X 4.02.b Encroachment removal -palm tree -11' to 20' EA 4 X § 138.00 § 552.00 4.02.c Encroachment removal -tree-21' to 30' EA 4 X $ 264.00 § 1,056.00 4.02.d Encroachment removal -tree- greater than 30' EA X ~ 335.00 § 335.00 4.03.a Encroachment removal -trees 6" to 18" dia. EA 18 X $ 385.00 $ 6,930.00 4.03.b Encroachment removal -trees palm) greater than i8" up to 36" dia. EA 2 X $ 650.00 $ 1.300.00 4.03.c Encroachment removal -trees palm) greater than 36" dia. EA 2 X $ 860.00 $ 1,720.00 4.04.a Encroachment removal -SF 4,370 X § 0.85 § 3,714 50 4.05.a Encroachment removal-misc. SF 2,525 X ~ 2.25 $ 5,681.25 4.05.b Encroachment removal -curbing LF 1,000 X $ 1,650.00 4.06.a i 8" Concrete gutter LF 11,000 X $ 126,500.00 406b Type "F" concrete curb and gutter LF 210 § 16.00 $ 3,360.00 4.07.a Stabilized subgrade, 12" thick SY 19,573 X $ 1.90 $ 37,188.70 413 CITY OF MIAMI BEACH ITB 1\10.02~09/1 0, Addendum No. 9 FOR CITY OF MIAMI BEACH RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM, NEIGHBORHOOD 8B, BAYSHORE: LOWER NORTH BAY ROAD ---------- 4.08.a Limerock base course, 8" thick SY 19,573 X $ 176 157.00 4.09.a 4" Concrete sidewalk SF 6,050 X $ 3.55 $ 21,477.50 4.08.b 6" Concrete sidewalk SF 950 X 4.iO.a device EA 4 X $ 1,200.00 $ 4,800.00 4.11 .a restoration -SF 6,900 X $ 3.00 $ 20,700.00 4.11.b Driveway restoration -concrete SF 1 i ,Oi 6 X $ 5.00 $ 55,080.00 4. i i.e restoration -remove & stack/store brick pavers SF 15,717 X 4.12.a Temporary pavement SF 1,200 X 4.12.b 24" stop bars LF 221 X 4.12.c 12" LF 948 X 4.12.d pavement LF 655 X $ 1 113.50 4.12.e 6" single stripe thermoplastic pavement LF 165 X $ 0.85 $ 140.25 4.12.f Turn arrow thermoplastic EA 2 X $ 60.00 $ 120.00 4.12.g 6" Yellow Centerline Striping 10' w 130' thermoplastic LF 5,870 X $ 0.85 $ 4,989.50 4.12.h Misc. pavement SF 500 X $ 2.00 $ 1,000.00 4.12.i Bi-Directional pavement marker EA 182 X $ 4.00 $ 728.00 4.13.a Furnish and install D1 H EA 25 X $ 285.00 $ 7,125.00 4.i3.b Furnish and install D-3 EA X $ 175.00 4.i3.c Furnish and instail M4-i 1 EA 2 )( $ 450.00 4.i3.d Furnish and instaH M4-12 EA 2 X $ 225.00 $ 45000 4.13.e Furnish and instail M7-1 sign EA X 4.13.1 Furnish and install Ri-1 sign EA X $ 225.00 4.13.g Furnish and install Ri-4 sign EA 2 X $ 350.00 4. 13.h Furnish and install W 1 1 -1 EA 6 X $ 285.00 $ 1,710.00 4.13.i Furnish and install Wi 1-2 EA 2 X 414 CITY OF MIAMI BEACH ITB N0.02-09/1 0, Addendum No. 9 FOR CITY Of MIAMI BEACH RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM, NEIGHBORHOOD BB, BAYSHORE: LOWER NORTH BAY ROAD 4.13.j Furnish and install W14-1 sign EA )( 4.13.k Furnish and install Wi67p sign EA 2 )( 4. 13.1 Furnish and install W16-9p sign EA 6 )( 4.i3.m Relocate sign EA 20 )( $ 250.00 4.14.a Sod -St. Augustine SF 58,500 )( $ 0.55 4.15.a Remove & re install existing traffic speed cushions EA 2 X 4J6.a Asphalt concrete, type S-1, 1-1/2" thick SY 19,573 X ~ 10.50 4.16.b Asphalt concrete, type S-!!1, 1" thick SY 22,000 X $ 7.00 4.16.c Temporary asphalt concrete, type S-Ill, 1" thick SY 4,832 X $ 7.00 4.16.d concrete, type Sl!i, course TN 130 X $ 130.00 4.17.a Aspralt variable up to 2" SY 2,427 X $ 1.70 4J8.a Strip and swale SF 58,500 X $ 0.40 4.19.a 4-Subtotal GRAND TOTAL BASE BID AMOUNT (1 + 2 + 3 + 4): Four Million Trree Hundred Fift;t: Thousand Four Hundred Seventy Eight Dollars and Ninety-six cents (written) 415 $ 285.00 $ 450.00 $ 5,000.00 $ 32,175.00 $ 1,100.00 $ 16,900.00 $ 4.125.90 $ 23.400.00 $ 3,200.00 $ 4,350,478.96 CITY OF MIAMI BEACH ITB N0.02·09/1 0, Addendum No. 9 FOR CITY OF MIAMI BEACH RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM, NEIGHBORHOOD 88, BAYSHORE: LOWER NORTH BAY ROAD Change Order #i SUMMARY i -General Conditions 3 -S!orrnwater 4 -Pavement and Streetscape GRAND TOTAL CHANGE ORDER #1 (1 + 3 + 4): Item No. Descrietion Unit Quantit~ Unit Price 1 -General Conditions 1.01.a Bonds and Insurance LS X $ 3,1 Hl.1 0 1.02.a Mobilization 1 Demobilization LS X i.03.a and As-builts LS X $ 3.457.00 1 04 a Maintenance of Traffic LS X 1.06.a Public Information I Liaison Services LS X $ 715.90 1.07.a Trench Safe!~ Act LS X $ 1,100.00 1 • Subtotal 3 • Stormwater 3 OLa C inlet w/slot and inlet flume EA X $ 2.420.81 C inlet EA 6 X 3.01.c gutter top EA -I X $ 2,494.36 3.01.f gutter top EA X $ 2,851.83 6' top EA 3 X 0 top EA X $ 4,100.00 I IIIIGL 0 Ola. COfi!IICl SlfUC!UfS wistorm manhole top EA X $ 4,900.00 exist gutter top EA X $ 1 250.00 3.0i.g NO DUMPING stencils EA X 3.02.a 18" dia. RCP LF 338 X $ 60.00 LF 494 X $ 88.00 '-'Ul 15< cormecl nuw orarnage srrucwre \0 pipe EA X $ 1,800.00 3.04.a Outfall manhole, 5' dia. w/tidellex valve EA -2 X $ 13.500.00 3.05.a Manatee grate. aluminum, for 24" outlet EA -2 X Manatee grate, aluminum, for 30" outlet EA X $ 750.00 Manatee grate. aluminum, for 18" outlet EA X $ 620.00 Manatee grate, aluminum, for 15" outlet EA X $ 600.00 Penetrate seawall with 30" LS X 416 $ 22,421.55 $ 97,757.63 $ 58.147.35 $ 178,326.52 Total $ 3,118.10 $ 7.795.25 $ 3.45TOO $ 6.236.20 $ 715.00 $ uoo.oo .55 $ 15.977.35 $ I i ,250 00 $ 4.100.00 $ 4.900.00 $ 43,472.00 $ 1,800.00 $ (27,000.00) $ (1 ,300.00) $ 750.00 $ 620.00 $ 7,500.00 CITY OF MIAMI BEACH ITB N0.02~09/10, Addendum No.9 FOR CITY OF MIAMI BEACH RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM, NEIGHBORHOOD SB, BAYSHORE: lOWER NORTH BAY ROAD Change Order #1 EA 2 X $ 2,000.00 $ 4,000.00 EA 2 X $ 3,000.00 exmung srorm aramage manhole or catch basin EA 5 X $ 250.00 Remove storm sewer pipe LF 496 X $ 2,480.00 3 ·Subtotal $ 97,757.63 4 • Pavement and Streetscape 4.02.a Encroachment removal-pa:m tree up to 10' EA 51 X $ 50.00 $ 2,550.00 4.02.b Encroachment removal -tree -i 1' to 20' EA 18 X 4.02.c Encroachment removal -tree-21' to 30' EA . i X Encroachment removal · trees less than 6" dia. EA 14 X $ 275.00 $ 3.850.00 4.03.a Encroachment removal -trees (non palm) 6" to 18" dia. EA -8 X 4.03.b Encroachment removal -trees (non greater than 18" up to 36" dia. EA -1 X $ (650.00\ 4.06.a 18" Concrete gutter LF ·11,000 X $ ( i i 0.440.00\ 24" Concrete gutter LF 13.112 X $ 146,198.80 4.06.b "F" concrete curb and gutter LF 50 $ 16.00 $ 800.00 4.07.a Stabilized 12" thick SY 72 X $ 1.90 $ 136.80 40ELa Limerock base course, 8" thick SY 72 X $ 9.25 $ 666.00 4.12.b 24" LF i3 X $ 3.75 $ 48.75 4.12.d LF 380 X $ uo "Sharrow" message thermoplastic EA 48 X $ 14,400.00 Furnish and install OM4~ 1 EA 3 X $ 175.00 $ 525.00 4.16.a Asphalt concrete, type S-1, H/2" thick SY 72 X $ 7.00 $ 504.00 4 ·Subtotal $ 58,147.35 GRAND TOTAL CHANGE ORDER #1 (1 + 3 + 4): $ 178,326.52 417 CITY OF MIAMI BEACH ITB N0.02-09/1 0, Addendum No. 9 FOR CITY OF MIAMI BEACH RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM, NEIGHBORHOOD 88, BAYSHOFIE: LOWER NORTH BAY ROAD Change Order #2 SUMMARY i -General Conditions 3 -Stormwater 4 -Deductive Alternate GRAND TOTAL CHANGE ORDER #2 (1 + 3 + 5): item No. Description 1 -General Conditions i.Oi.a Bonds and Insurance 3 • Stormwater 3.02.a 18" d12. RCP 3.02.b 24" dia. RCP pipe 3.02.b 24" dia A2000 PVC drainage 5 • DEDUCTIVE Alternate Bid Items 5.02.a Furnish a'ld install 18" HOPE in lieu of 18" RCP drainage pip 5.02.b Furnish and install 24" HOPE pipe in lieu of 24" RCP DEDUCTIVE Alternate Total: GRAND TOTAL CHANGE ORDER #2 (1 + 3 + 5): Unit Quantiti: Unit Price LS X 1 ·Subtotal LF -3.734 X LF 3.734 X $ 70.68 LF -222 X $ 69.09 LF 222 X $ 85.78 3 ·Subtotal LF ·3,734 X LF -222 X 418 $ 250.00 $ 56,018.52 $ (47,308.92) $ 8,959.60 Total $ 250J)0 $ (i 5,337.98) $ 19,043.16 $ 56,018.52 $ (44,695.96\ $ (47,308.92) $ 8,959.60 Exhibit D IBE H and Citywide Projects Committee FROM: Kathie Brooks, Manager 9, 2012 SUBJECT: Improvement Projects is to an overview Neighborhood Right- additional for hnrhn•"4 construction escalate the are manifesting on a more frequent basis which are a re- evaluation to the previously established scope and control programmed under each project Field conditions encountered during construction are revealing the actual state infrastructure. Unforeseen have developed franchise utility installations and street conduits. work generated to existing water lines was not programmed in the repairs to sewer pipes added asphalt milling and as placement of additional storm-water to address not contemplated in the original scope of work are also which are impacting the cost These unforeseen conditions more frequent, impacting underway, and must, be addressed in order for to continue without the incurrence of unforeseen and extension of construction timelines. In resident turnover and fresh visions from the are resulting in not in the Basis of Reports (BOOR), the most thorough and Department enforcement applied in a to The for all is tandem, all respective are being re-evaluated and .-w'"''""~"''" to the Capital Improvements Office to BOOR's for the and needs. In 419 ···················································································································································································· Letter to Commission July 9, 2012 Finance & Citywide Committee pages additional aforementioned the detailed information for each Fiscal Year 2012/2013 as a result of the 1. Neighborhood Central Bayshore -Bid Pack A Original Scope of work: The area includes 40th Flamingo Drive, the Sheridan Avenue Multi-Family Neighborhood, and the Central Bayshore Community. This project Includes a stormwater system with five (5) pump stations, (5) i ection wells, street sidewalk repair, swale/planting restoration, installation of curb and gutter, enhanced landscaping, upgrades, traffic calming, water main replacement, and improved on-street Current Status: Notice to Proceed was issued October 31, 2011. The project is in construction. Overall project is 30% complete and on schedule for completion by October, 2013. Additional Funding Requests $4,546,882 Additional water & sewer and above funding is requested for and resurfacing where it is warranted in lieu of the specified roadway asphalt overlay. Water & sewer funding in the amount of $346,807 is required the proportional ground and resurfacing associated to the restoration and finishing of the road following the installation water distribution systems in addition to above ground funding in the amount of $246,006 for the of milling and resurfacing needs. Stormwater in the amount of is being requested for: the installation of valley where needed; the relocation of a pump station and the installation of a new gravity well; Stormwater collection systems; and c) the installation of a new Stormwater collection the of the golf course and Meridian Ave as well as all proportional milling and resurfacing pertaining to roadway restoration and finishing following stormwater construction.. Included in all requests are hard costs, soft costs and CIP Fees. Above Ground Funding Request Cost Contingency Consulting/Engineering/Field Services CIP Fees Total Water & Sewer Funding Request Construction Cost Contingency CIP Fees (new scope and adjust to 6.5%} Total 420 $ 246,006 346,807 $ 296,037 $ 29,604 $ 346,807 Letter to Commission July 9, 2012 Finance & Citywide Committee Stormwater Funding Request Construction Cost C!P Fees Total $3,954,069 Original Scope of work: This includes the installation of valley gutters and a with two stormwater pump stations, injection street water main replacement and decorative asphalt crossings. Current Status: to Proceed 1 (NTP-1) was issued on August 2011. A Pre-Construction was held on December 5, 2011. CIP submitted for PWD review on December 2011 and comments from PWD on the construction set on 2, 2012. On April 16, 2 CIP received confirmation from CH2MHILL and PWD that tide flex valves will be installed at the outfalls and that other revisions could be made via the record without additional changes to be done to the 1 encroachment letters were sent out on 2012. The of Way permit was issued by PWD on 2012. The contractor submitted a revised and increased cost estimate for the project on May 30, 2012 which is under review by CIP. An approved construction schedule is Issuance of to Proceed 2 is pending approval of cost increases and project schedule. It should be noted that the contractor did not all the required submittals after NTP-1 was issued on August i 8, 2011. Additional Funding Requests $ 828,643 In addition to the aforementioned is also being to address a contractor's proposal for in materials resulting from Contractor claim of a delayed start of construction. evaluating and these SU(lOE!STEW increases and anticipates that these proposed figures wi!! be reduced . The Additional is as Above Ground Funding Request $ 140,144 Water & Sewer Funding Request $ 326,394 Construction Cost $ 304,223 CIP Fees $ 22,171 $ 326,394 Stormwater Funding Request $ 362,105 Construction Cost $ 294,651 421 Letter to Commission July 9, 2012 Finance & Citywide Committee ClP Fees Total scope and to 3. Bayshore Neighborhood Lake Pancoast -Bid Pack C Original Scope of work: The area includes Drive, Flamingo Place, West 24th Street to Pine Tree Drive, and Pancoast Drive. This project includes street asphalt overlay, sidewalk restoration, curb and gutter enhanced landscaping, enhanced street signage, streetlight upgrades, water main rehabilitation on Flamingo Drive, and improved on-street parking. Current Status: Notice to Proceed 2 was issued on October 31, 201 1. Construction mobilization commenced on March 2012 with projected twelve (1 month duration. This is being constructed in tandem with the '"""""'"onnrn A project Additional Funding Requests $ 389,725 Above ground in the amount of and water & sewer in the amount of $28,216 is being requested for additional and resurfacing required in lieu of the overlay and more appropriately allocating proper distribution of above ground between water, stormwater and above efforts. Stormwater funding in the amount of $347,509 is requested for the potentia! installation of additional reclamation and Included in all contingency, soft costs and CIP Fees. Above Ground Funding Request $ Water & Sewer Funding Request $ Construction Cost $ CIP Fees $ Total $ Stormwater Funding Request $ Construction Cost $ $ Consulting/Engineering/Field Services $ CJP Fees (new scope and adjust to Total swale are hard costs, 14,000 28,216 23,628 4 588 6 347,509 239,380 20,000 25,000 4. Bayshore Neighborhood Bid Pack E -Sunset Islands 1 & 2 Original Scope of work: This project includes roadway rnr•nncorn restoration, water line replacement and upgrade, stormwater upgrades and the replacement of the subaqueous water main crossing between Sunset Islands 2 & 3. Current Status: Notice to Proceed 2 was issued on December 12, 2011 with construction mobilization scheduled for January 11, 2012. The contractor mobilized on January 12, 2012. Overall is complete and on schedule for March, 2013. 422 Letter to Commission July 9, 2012 Finance & Citywide Committee 5. Additional Funding Requests $1,261,337 Above is in the amount of $98,781 for the replacement and relocation of shallow street circuits in conflict with on- construction. & Sewer in the amount of $876,656 is being requested for the installation of sub-aqueous water main of cost), and a water main replacement Included in all are hard costs, soft costs and CIP Fees. Above Ground Funding Request $ 98,781 Construction Cost $ 77 Contingency $ Consulting/Engineering/Field Services $ 7,730 CIP Fees Total $ 98,781 Water & Sewer Funding Request $ 876,656 Construction Cost $ 525,940 Contingency $ 70,000 Consulting/Engineering/Field Services $ CIP Fees (new scope and to 6.5%} s 230,716 Total $ 876,656 Stormwater Funding Request $ 285,900 Construction Cost $ 21 Consulting/Engineering/Field Services $ 50,000 CIP Fees Total Bayshore Sunset Islands 3 & 4 -Bid Pack D Original Scope of work: This project includes roadway strip restoration, water line and installation and stormwater upgrades and coordination with overhead lines. The of two sections rnounted on the Sunset Islands 3 & 4 share of the cost to replace the sub-aqueous water Sunset Island 2 and 3. Current Status: The scheduled for completion this firm to complete. Criteria is being prepared. It is at which time it will be advertised for a 423 Letter to Commission July 9, 2012 Finance & Citywide Committee 6. 7. Additional Funding Requests '171,500 Above ground in the amount of $745,500 is the relocation of shallow street circuits in with future construction in the amount of 9,500. In addition, the Sunset 3&4 HOA has also the construction of a traffic circle and sidewalks on Sunset Drive, to be in the amount of Should choose to incorporate these requests the BOOR would need to be amended. Water & Sewer in the amount of is also being requested for water mains and appurtenances, as we I! as fire in all are costs, and CIP Fees. Above Ground Funding Request $ 745,500 Construction Cost $ 300,000 $ 400,000 CIP Fees $ 45,500 Total $ 745,500 Water & Sewer Funding Request $ 426,000 Construction Cost $ 400,000 CIP Fees $ 26,000 Total $ 426,000 Palm & Islands Enhancements Original Scope of work: The Palm and Hibiscus Neighborhood project includes landscaping I irrigation, street lighting, replacement of water main improved storm water collection and infrastructure including swale restoration, curb and other facilities, street resurfacing/pavement sewer and repair. and/or extension of sidewalks to with ADA requirements. of traffic and the coordination of the ABB and AT&T. Additional Funding Requests $ 449,272 Stormwater funding in the amount of is being requested to instaH additional catch and outfalis in order to with the new Stormwater Master Plan requirements related to changes in tail water criteria elevations. Included in ali are hard soft costs and CIP Stormwater Funding Request $ 449,272 Construction Cost CIP Fees scope and to Total Venetian -Venetian Islands 424 Letter to Commission July 9, 2012 Finance & Citywide Committee 8. Original Scope of work: This includes landscaping, above improvements and water line replacements in the Islands: San DiLido and Rlvo Alto Current Status: On 13, 2012, PWD Engineering Division completed the review of 100% submittal for Venetian Islands Neighborhood Improvement project On 21, 2012, the Parks and Recreation Department approved the 100% package. On June 8, 2012, the Procurement Division issued an Invitation to Bid. Anticipated receipt of is 13, 2012. Additional Funding Requests $2,128,424 Additional by not included in the amount of Included in all is being requested for increased construction costs as estimate from Consultant's of Probable Cost (Items The is for water & sewer in 5 and for stormwater in the amount of ,709. requests are hard costs, soft costs and C!P Fees. Water & Sewer Funding Request $ 526,715 $ 450,275 ~ 76,440 $ 526.715 Construction Cost C!P Fees (new scope and adjust to Total Stormwater Funding Request $1,601,709 La Construction Cost Services scope and adjust to 6.5%) Scope of work: including street street lighting The scope consists of area-wide street swale restoration, of ""1"'"''"' the street improvements. to correct deficiencies, enhanced water main replacement, and Current Status: PWD is completing the La Gorce Design Criteria Pacf<ageand will transfer the Administration of the construction to the CIP who to request Commission to advertise a build firm at the September 1 2 meeting. Additional Funding Requests $4,579,500 Above ground funding in the amount of 9,500 is being requested for additional street mit!ing and resurfacing needs. Stormwater funding in the amount of $4,260,000 is for infrastructure to comply with the new Stormwater Master Plan requirements. Included in all 425 Letter to Commh;sion July9, 2012 Finance & Cilywide Committee 9. are hard costs and Above Ground Funding Request CIP Fees Total Cost Stormwater Funding Request Construction Cost C!P Fees Total hr.rhn.-,ri -Bid Pack i OA $ 319,500 $ $ $ $4,260,000 $4,000,000 $ 260,000 $4,260,000 Scope of work: project includes include water, storm water drainage lighting, landscaping, and resurfacing the Current Status: Staff will Criteria Package for Bid Pack 1 OA including The remainder of FOOT Alton Road Additional Funding Requests Commission approval to advertise a next of the Flamingo the September 121h, 20i2Commission Bid Pack 1 OA will be coordinated with $4,600,800 Above ground funding in the amount of $i is being requested for the replacement and relocation of shat!ow street circuits in conflict with future construction. Water & Sewer in the amount of $2,683,800 is being requested for total replacement of all 6" cast iron pipe and galvanized services. Included in all funding requests are hard costs, and C!P Fees. Above Ground Funding Request Construction Cost CIP Fees Total Water & Sewer Funding Request Construction Cost CIP Total $2,683,800 $2,683,800 10. Flamingo Neighborhood -Bid Pack 1 OC Scope of work; This includes including 426 Letter to Commission Juiy9, 2012 Finance & Citywide Committee we!!s, lighting, Current Status: is c:~r•n:::mr)n to discuss 1 will undertake the Additional Funding Requests funding in the amount of r<:>ll'>i"">T'"·" of shallow street Water & Sewer Above Ground Funding Request Construction Cost C!P Fees Tota! Water & Sewer Funding Request Cost Total 11, West Avenue/ Bay Road Scope of work: This within the $4,899,852 is being for the future construction, is being requested for the services. Included in all $2,041,605 $ 1,91 $ 124,605 $ 2,041 $2,858,247 $2,683,800 lli 174,447 $2,858,247 repair of sidewalks, street to correct and provide pedestrian lighting, enhanced landscaping within the street ROW, and entryway features. Current Status: West Avenue will be the detour route while Alton Road. The FOOT work is scheduled for F'r"""''"''""''"n 2015. At that the intends to begin the West Avenue Additional Funding Requests $3,688,500 Above in the amount of ,919, 109 is being replacement and relocation of shallow street lights circuits future Water & Sewer funding in the amount of $1 being requested for the of all 6" inch cast iron and services. Included in all are Fees. Above Ground Funding Request Construction Cost CIP Fees Total 427 $1,919,109 ,801,980 $ 117,129 $1,919,109 Letter to Commission July9, 2012 Finance & Citywide Committee 12. Water & Sewer Funding Request Construction Cost C!P Fees Total Sunset Harbor Neighborhood Pump $1,769,391 ,661,400 $ 107,991 $1,769,391 Upgrades Scope of work: This project includes construction of four wells, rehabilitation of two pump stations, and the of a third pump station. Current Status: The Notice To Proceed for the first construction phase has been issued. The NTP tor the second phase will be issued receipt of funding. Additional Funding Requests $1,917,000 Stormwater Funding in the amount of ,917,000 is requested to Sunset Harbor No.3, which is scheduled for rehabilitation. nrrl\flr1•Q a 5 yr level of service under the new storm criteria are hard costs, and CIP Fees. Stormwater Funding Request Construction Cost CIP Fees Total $1,917,000 FISCAL YEAR 2012/2013 CAPITAL IMPROVEMENTS FUNDING REQUESTS Additional Above Ground Funding Request Additional Water & Sewer funding Request Additional Stormwater funding Request $ 7,441,645 $ 9,842,226 $13,177,564 In addition La Gorce Island has above ground and and stormwater improvements in the amount of $3,594,375 with 1 roadway work, 75,375 for stormwater work $2,340,700 for water work respectively. Improvements for this are programmed (but not appropriated) in the adopted in the Capital Improvement Plan under "Future Years" in the amount of $350,000 for milling and The potential for utilizing 428 Letter to Commission July 9, 2012 Finance & Citywide Commltiee future PTP to offset the to the discussed during the Finance and Citywide Projects as part of the discussion. FUNDING can be of above needs for all projects discussed in memorandum wH! be part of the capital discussion at the 9, 2012 Water and sewer funding needs as we!! as stormwater funding needs will also be presented to the FCWCP later this summer in concert with discussions on requirements and rate impacts. KGBIJGGaHB F:\WORK\$ALL\(i) EMPLOYEE FOLDERS\FIORELLA SARMIENTO\Overview of Right of Way Projects-FCWPC-July 20·12 fav fhb.docx 429 RESOLUTION NO. 2012~ __ _ 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, BAYSHORE NEIGHBORHOOD NO. 8B, LOWER NORTH BAY ROAD; DATED JUNE 28, 2011 (THE CONTRACT), IN THE NOT* TO-EXCEED AMOUNT OF $798,424 PLUS AN OWNER'S CONTINGENCY OF $79,842 FOR A TOTAL OF $878,266, FOR ADDITIONAl STORM WATER & HARDSCAPE COMPONENTS THROUGHOUT THE PROJECT LIMITS AND APPROVAL OF AN INCREASED MATERIALS COST; WITH PREVIOUSLY APPROPRIATED FUNDING IN THE AMOUNT OF $337,721 FROM GULF BREEZE 2006 FUND 423, $274,351 FROM STORMWATER BONDS 2011 SERIES FUND 431, $158,512 FROM STORMWATER ENTERPRISE FUND 427, $67,893 FROM CAPITAL RESERVE FUND 304, $30,000 FROM 2003 GO BONDS NEIGHBORHOOD IMPROVEMENT FUND 384, AND $9,789 FROM PAY AS YOU GO FUND 302. WHEREAS, on December 8, 2010, the City Commission pursuant to Invitation to Bid (ITB) 2-09/10, approved the award of a construction contract to Trans Florida Development Corporation (Trans Florida) for construction of City of Miami Beach Right of Way Infrastructure Improvement Program, Bayshore Neighborhood No. 8B, lower North Bay Road in the amount of $4,460,745.21 (the Agreement and the Project, respectively); and WHEREAS, the Project limits are North Bay Road, between Sunset Drive and Alton Road; North Michigan Avenue between North Bay Road and Dade Boulevard; 21st Street between North Bay Road and Alton Road 23rd Street between Sunset lake and Alton Road; 2rth Street between North Bay Road and Alton Road; 29111 Street, between the Sunset lake Bridge and Alton Road; and WHEREAS, the Project scope of work includes improvements to the stormwater system; water distribution system upgrades; roadway reconstruction; traffic calming installations; signage and pavement markings; and WHEREAS, on September 28, 2012, Trans Florida was issued the second Notice to Proceed (NTP 2) to mobilize and commence construction activities; and WHEREAS, following the initial design, changes had to be made to the design documents to add additional relief from potential flooding conditions which in turn resulted in additional scope to Trans Florida; and WHEREAS, Trans Florida submitted a cost proposal for this additional cost increase totaling $566,939.49; and 430 WHEREAS, in order to implement the above stated additional scope of work, it will be necessary to approve Amendment Number 1 to the Agreement, in the not to exceed amount of $878,266, including contingency; and WHEREAS, on July 9, 2012, the Administration presented the cost increase for the material cost escalation and additional scope to the Finance and Citywide Projects Committee; and WHEREAS, on September 27, 2012, the City Commission approved the additional funding to the 2013 Capital Budget for the increases: and WHEREAS, the Amendment No 1, to the Contract with Trans Florida Development Corporation will result in a revised contract amount of $4,853,646.92. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA that the Mayor and City Commission hereby approve and authorize the Mayor and City Clerk to execute Amendment No. 1 to the construction contract, dated June 28, 2011, between the City and Trans Florida Development Corporation, for the construction of the City of Miami Beach Right of Way Infrastructure Improvement Program, Neighborhood No. 8B, Bayshore, Lower North Bay Road, And; said amendment, in an amount not-to-exceed $798,424 plus and Owner's Contingency of $79,842, for additional Storm Water & Hardscape components throughout the project limits and approval of an increased materials cost; with previously appropriated funding available from 2006 Gulf Breeze Fund 423 for $337,721, 2011 Storm Water Bonds Series Fund 431 for $274,351, Storm Water Enterprise Fund 427 for $158,512, Capital Reserve Fund 304 for $67,893, Pay As You Go Fund 302 for $9,789, and the 2003 G.O. Bonds Neighborhood Improvement Fund 384 for $30,000.00, for a grand total of $878,266. PASSED AND ADOPTED this __ day of ____ , 2012. ATTEST: RAFAEl E. GRANADO, CITY CLERK MATTI HERRERA BOWER, MAYOR T\AGENDA\2012\10-24-12\Bayshore 8 ·Lower North Bay Road\Lower North Bay Road ·TRANS FLORIDA CONTRACT AMENDMENT RESO i, 1 .docx 431