Loading...
R7M-ROW Infrastructure Improvement Program - Central BayshoreCOMMISSION ITEM SUMMARY Condensed Title: A Resolution Authorizing The Mayor And City Clerk To Execute Amendment No. 1 To The Construction Contract Between The City Of Miami Beach, Florida, And Lanzo Construction Co., Florida, For The Construction Of The City Of Miami Beach Right Of Way Infrastructure Improvement Program, Neighborhood No.8 Central Bayshore And Lake Pancoast; Dated April8, 2011 (The Contract), To Provide Complete Milling And Resurfacing Of The Roadway In Lieu Of Asphalt Overlay For Certain Areas. A Resolution Of Approving An Increase To The Base Construction Contract Value, For The Right-Of-Way Infrastructure Improvement Program -Neighborhood No. 8-Central Bayshore And Lake Pancoast, For Additional Water Meter Boxes And Relocation Of Backvard Water Services. Key Intended Outcome Supported: Ensure Value and Timely Delivery of Quality Capital Projects, Improve Storm Drainage Citywide, and Maintain City's Infrastructure. Supporting Data (Surveys, Environmental Scan, etc.): The 2012 Customer Satisfaction Survey from residents rated the following as "excellent or good": Recently completed capital improvement projects (81 %), stonn drainage (37%), and condition of roads (44%}. Item Summa /Recommendation: On January 19, 2011, the City adopted a Resolution, approving and authorizing the execution of a contract, pursuant, for the right- of-way infrastructure improvement program-Neighborhood No. 8-Central Bayshore and Lake Pancoast. Amendment No. 1 -Milling and resurfacing: The existing project plans call for a pavement overlay on all the neighborhood streets. However, due to existing conditions both the resident project representative (RPR) and the engineer of record (EOR) have recommended milling and resurfacing where required to provide a more durable pavement. The City desires to include the requested changes as part of the current project construction work. On July 9, 2012, the Administration presented the aforementioned revisions to the Finance and Citywide Projects Committee {FCWPC) regarding additional capital budget requests to include warranted infrastructure needs for stormwater, roadway milling and resurfacing, and valley gutter improvements. On September 27, 2012 the City Commission approved the additional funding to the Capital Budget 2013 for the construction of the implementation of the 11 points requested by the HOA, additional stormwater upgrades and complete milling and resurfacing of the roadway. The total budget approved was $4,936,607. Amendment No. 1 includes complete milling and resurfacing of the roadway in lieu of asphalt overlay. Release of this funding will not only keep the contractor's pavement crews working, but it will also allow an early delivery of the portion ofthe Central Bayshore area indicated in description A below which contains the St. Patrick's church and school. The areas are: A. Central Bayshore: North of 34 Street to 41 Street between Alton Road and Meridian Avenue($ 222,863) B. Lake Pancoast 25 Street, 26 Street, and Flamingo Drive north of 25 Street($ 83,331) A subsequent amendment for the remaining scope presented to the Finance and Citywide Committee on July 9, 2012 for Central Bayshore A will be brought to Commission at a later date once the design for the additional stonnwater improvement is completed and permitted. The schedule shows an early start date for the pavement overlay in Central Bayshore A and Lake Pancoast on December 13, 2012. Increase to the base construction contract value: This request authorizes an increase to the base construction contract value, in the amount of $415,450, with funds previously appropriated in the Capital Budget for this project from Fund 424, Water and Sewer Bonds 2000 Series. Since the Consultant omitted the line item from the project LCC did not submit a unit price or account for this scope of work. After several meetings with City staff, the EOR and the RPR, the final negotiated price for the relocation of the backyard services is $3,150 per service. There are a total of 63 services in Central Bayshore and 15 services in Lake Pancoast for a total of 78 service relocations. Additionally, the design standards for water meter boxes have changed since the project was first designed necessitating a modification to the project. The value of the new water meter boxes is $350 per box. There are a total of 485 boxes that have to be installed throughout Central Bayshore A. The total cost for both is $415.450. The City will submit a letter to CH2MHill advising them that the City will exercise its right under the contract to obtain reimbursement for damages/costs above and beyond the expected costs incurred if it were competitively bid. The Administration recommends that the Ma Adviso Board Recommendation: N/A Source of Amount Account Funds: 302-2205-069357 424-2205-069357 3 428-2205-069357 4 384-2325-069357 5 424-2325-069357 OBPI 6 428-2325-069357 $721,644 MIAMIBEAC 660 AGENDA ITEM DATE lvl2...-l z_ MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov TO: FROM: DATE: SUBJECT: COMMISSION MEMORANDUM Mayor Matti Herrera Bower and Members of.the~ity. ommission Kathie G. Brooks, Interim City Manager~? , / December 12, 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 LANZO CONSTRUCTION CO., FLORIDA, FOR THE CONSTRUCTION OF THE CITY OF MIAMI BEACH RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM, NEIGHBORHOOD NO.8 CENTRAL BAYSHORE (PACKAGE A) AND LAKE PANCOAST (PACKAGE C); DATED APRIL 8, 2011 (THE CONTRACT), IN THE NOT-TO-EXCEED AMOUNT OF $306,194 TO PROVIDE COMPLETE MILLING AND RESURFACING OF THE ROADWAY IN LIEU OF ASPHALT OVERLAY FOR CERTAIN AREAS WITHIN PACKAGE A, NORTH OF 34 STREET TO 41 STREET BETWEEN ALTON ROAD AND MERIDIAN AVENUE; AND PACKAGE C, 25 STREET, 26 STREET AND FLAMINGO DRIVE NORTH OF 25 STREET; WITH CURRENTLY APPROPRIATED FUNDING IN THE FY2012/13 CAPITAL BUDGET, IN THE AMOUNT OF $278,358 FOR CONSTRUCTION, AND $27,836, FOR CONTINGENCY, FOR A GRAND TOTAL OF$ 306,194. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AN INCREASE TO THE BASE CONSTRUCTION CONTRACTVALUE, FOR THE RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENT PROGRAM-NEIGHBORHOOD NO.8-CENTRAL BAYSHORE (PACKAGE A) AND LAKE PANCOAST (PACKAGE C), IN THE AMOUNT OF $415,450 FOR ADDITIONAL WATER METER BOXES AND RELOCATION OF BACKYARD WATER SERVICES; FROM PREVIOUSLY APPROPRIATED FUNDING FROM FUND 424-WATER AND SEWER BONDS 2000 SERIES. ADMINISTRATION RECOMMENDATION Adopt the Resolutions. KEY INTENDED OUTCOME Ensure value and the timely delivery of quality capital projects. Improve storm drainage citywide. Maintain City's infrastructure. FUNDING -AMENDMENT NO. 1 Funding in the amount of $278,358 plus an Owner's contingency of $27,836 for a grand total of $306,194 has been previously appropriated in the Capital Budget as follows: 661 Commission Memorandum -Central Bayshore A Lanzo Construction of Florida, Inc. Contact Amendment and Increase to the Base Construction Contract Value December 12, 2012 Page 2 of5 BAYSHORE BP8A-CENTRAL BAYSHORE $ 44,572 $ 66,859 $111.432 $222,863 Pay As You Go, account# 302-2205-069357 Water and Sewer Bonds 2000 Series, account# 424-2205-069357 Stormwater Bonds 2000 Series, account# 428-2205-069357 BAYSHORE BP8C-LAKE PANCOAST $ 16,666 2003 GO Bonds -Neighborhood Improvements, account# 384-2325-069357 $ 24,999 Water and Sewer Bonds 2000 Series, account# 424-2325-069357 $ 41 .666 Stormwater Bonds 2000 Series, account# 428-2325-069357 $83,331 $306,194 Total Amendment No. 1 FUNDING FOR INCREASE TO THE BASE CONSTRUCTION CONTRACT VALUE Funding in the amount of $415,450 has been previously appropriated in the Capital Budget as follows: $368,200 $ 47.250 $415,450 Water and Sewer Bonds 2000 Series, account# 424-2205-069357 Water and Sewer Bonds 2000 Series, account# 424-2325-069357 Total Contingency Increase BACKGROUND The Bayshore Neighborhood No. 8 Right-of-Way Improvements Project was one of thirteen neighborhood improvement projects included in a program developed by the City of Miami Beach to improve the quality of life of its residents. The program included citywide water and stormwater improvements; as well as a variety of streetscape enhancement projects. This Commission Memorandum addresses two (2) of the Bayshore sub-neighborhoods; Central Bayshore Neighborhood No. 8A (Package 8A) and Lake Pancoast Neighborhood (Package 8C). Other neighborhoods such as Biscayne Point, Sunset Islands 1 & 2 and Venetian Islands received additional unplanned improvements particularly for water and stormwater improvements and for milling and resurfacing based on technical needs. After the planning and design phases, Invitation to Bid (ITB) No. 18-09/10 was issued for packages 8A/8C on December 31, 2009. Bids were reviewed by the Technical Review Panel (TRP), as part of the City's standard Best Value procurement process for the recommendation to award the construction contract. On January 19, 2011, the City of Miami Beach (City) adopted Resolution No. 2011-27587, approving and authorizing the Mayor and City Clerk to execute a contract with Lanzo Construction Company of Florida (LCC), pursuant to Invitation to Bid 18-09/10, for the right-of-way infrastructure improvement program-Neighborhood No. 8-Central Bayshore (Package A) and Lake Pancoast (Package C). The original project scope of work included new water mains to upgrade the existing 6-inch water mains, drainage installation, road paving and restoration, concrete sidewalk repairs, minor valley gutter installation and landscape. The first Notice to Proceed (NTP-1) was issued to LCC on August 19, 2011. The Pre-Construction conference took place on October 26, 2011 and the second Notice to Proceed (NTP-2) was issued on October 31, 2011. Construction mobilization took place on November 7, 2011. The project has a 24 month schedule and is currently at 45% completion. 662 Commission Memorandum -Central Bayshore A Lanzo Construction of Florida, Inc. Contact Amendment and Increase to the Base Construction Contract Value December 12, 2012 Page 3 of5 BACKGROUND-PROJECT ADDITIONAL FUNDING On July 9, 2012, the Administration presented the aforementioned revisions to the Finance and Citywide Projects Committee (FCWPC) regarding additional capital budget requests to include warranted infrastructure needs for stormwater, roadway milling, resurfacing, and valley gutter improvements (Refer to Exhibit B). On September 27, 2012 the City Commission approved the additional funding to the 2013 Capital Budget for the construction of the implementation of the 11 points requested by the HOA, additional stormwater upgrades and complete milling and resurfacing of the roadway. The total budget approved was $4,936,607. ANALYSIS-AMENDMENT NO. 1 Milling and Resurfacing of Roadways: The existing project plans specify a pavement overlay on all the neighborhood streets. Field investigations during construction have identified the existing pavement to be in worse condition than anticipated due to pavement deterioration and distress. The condition of the roadway is not sustainable for the long term with only a pavement overlay. Both the resident project representative (RPR) Atkins, and the engineer of record (EOR) CH2M Hill, have recommended milling and resurfacing at specified locations to provide a more durable pavement. The original BOOR recommended that all roads within the Central Bayshore neighborhood be resurfaced with a one ( 1) inch overlay of asphalt and that milling of the roadway be limited to areas where there is excessive scarring or where the grade (slope) of the road needs to be modified to support stormwater drainage. Milling is a process that grinds and removes the existing asphalt surface to change the slope of the surface and to assist bonding between the existing and new asphalt courses. Only 20% of the existing road surface was originally projected to require milling prior to resurfacing to address scarring and grading issues. The City desires to include the requested changes as part of the current project construction work. The engineer of record has revised the existing plans and will submit applications for revised permits to the applicable governmental agencies. The estimate of cost submitted by the EOR for the above scope was agreed to and accepted by LCC. The RPR reviewed the estimate of cost and found it to be fair and reasonable. The estimate provided by the EOR, is attached as Exhibit A and the RPR review and approval is attached as Exhibit A-1. The total cost for the above requested scope is $306,194. Project Schedule: Amendment No. 1 includes complete milling and resurfacing of the roadway in lieu of asphalt overlay. Release of this funding will not only keep the contractor's pavement crews working, but it will also allow an early delivery of the portion of the Central Bayshore area indicated in description A below which contains the St. Patrick's church and school. The areas are: A. Central Bayshore A on 34 Street and 41 Street between Alton Road and Meridian Avenue (Refer to Exhibit C-1 ) B. Lake Pancoast on 25 Street, 26 Street, and Flamingo Drive north of 25 Street (Refer to Exhibit C-2). A subsequent amendment for the remam1ng scope presented to the Finance and Citywide Committee on July 9, 2012 for Central Bayshore A will be brought to Commission at a later date once the design for the additional stormwater improvement is completed and permitted. The schedule indicates a start date for the pavement overlay in Central Bayshore A and Lake Pancoast on December 13, 2012 (Refer to Exhibit D). 663 Commission Memorandum -Central Bayshore A Lanzo Construction of Florida, Inc. Contact Amendment and Increase to the Base Construction Contract Value December 12, 2012 Page 4 of5 ANALYSIS -INCREASE TO THE BASE CONSTRUCTION CONTRACT VALUE This Resolution requests an increase to the base construction contract value for the Right-of-Way Infrastructure Improvement Program -Neighborhood No. 8 -Central Bayshore (Package A) and Lake Pancoast (Package C) due to unforeseen conditions and engineer's omission. Revision to Water Meter Boxes: CH2M Hill had designed the project to use the existing water meter boxes for the installation of the 2" water services. However, since the approval of the plans several years ago, Public Works standards have changed. The size of the water meter boxes that are required are larger to be able to accommodate the fittings and to be used for any water meter upsizing in the future. To date, the unit price of the new water meter boxes included in the contract is $350 per box. There are a total of 485 boxes that have to be installed throughout Central Bayshore A. The total cost will be $169,750. Relocation of Backyard Water Services to Front: CH2M Hill did not include the backyard water service relocation services as part of the bid package for Central Bayshore (A) or Lake Pancoast (C). Since the Consultant omitted the line item from the project LCC did not submit a unit price or account for this scope of work. The City requested a proposal for the work from the contractor and initially received a cost of $3,600 per service (Refer to Exhibit E-1 ). After several meetings with City staff, the EOR and the RPR, the final negotiated price for the relocation of the backyard services is $3,150 per service (Refer to Exhibit E-2). There are a total of 63 services in Central Bayshore (A) and 15 services in Lake Pancoast (C) for a total of 78 service relocations. The total cost will be $245,700. As a result, the costs of the additional unforeseen condition and engineer's omission are being submitted and approved as a change order to the contract. The contingency has been nearly depleted for other unforeseen conditions and owner requested items. This request is to authorize available funds that have been previously appropriated in the project budget from Fund 424, Water and Sewer Bonds 2000 Series, to increase the base construction contract value in the amount of $415,450, to cover the unforeseen conditions and engineer's omission. The City will submit a letter to CH2MHill advising them that the City will exercise its right under the contract to obtain reimbursement for damages/costs above and beyond the expected costs incurred if it were competitively bid. 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 Lanzo Construction Co., Florida, for the construction of the City of Miami Beach Right of Way Infrastructure Improvement Program, Neighborhood No. 8 Central Bayshore (Package A) and Lake Pancoast (Package C); Dated April 8, 2011 (The Contract), in the not-to-exceed amount of $306,194 to provide complete milling and resurfacing of the roadway in lieu of asphalt overlay for certain areas within Package A, North of 34 Street to 41 Street between Alton Road and Meridian Avenue; and Package C, 25 Street, 26 Street and Flamingo Drive North of 25 Street; with currently appropriated funding in the FY2012/13 capital budget, in the amount of $278,358 for construction, and $27,836 for contingency, for a grand total of $306,194. The Administration also 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 increase the base construction contract value, for the Right-of-Way Infrastructure Improvement program - Neighborhood No. 8 -Central Bayshore (Package A) and Lake Pancoast (Package C), in the 664 Commission Memorandum -Central Bayshore A Lanzo Construction of Florida, Inc. Contact Amendment and Increase to the Base Construction Contract Value December 12, 2012 Page 5 of5 amount of $415,450 for additional water meter boxes and relocation of backyard water services; from previously appropriated funding from Fund 24 -Water and Sewer Bonds 2000 Series. Attachments: Exhibit A: Engineer's Estimate (2 pages) Exhibit A-1: RPR's Review and Approval of Estimate Exhibit B: FCWPC R.O.W. Memorandum of July 9, 2012 Exhibit C-1: Subject Area Map-Central Bayshore Exhibit C-2: Subject Area Map -Lake Pancoast Exhibit D: Schedule Exhibit E-1: Backyard Relocation Original Cost with Negotiation Mark ups Exhibit E-2 Backyard Relocation Services (RPR and EOR) Approval T AGLNU/\\20 12\1 tc and ~MLMO,doc 665 Exhibit A MEMORANDUM Central Bayshore -Pavement Restoration PREPARED FOR: COPY TO: PREPARED BY: DATE: PROJECT NUMBER: Darlene Fernandez/CIP Maria Hernandez/CIP Walt Schwarz November 30, 2012 399137.CA.PA.Ol CH2MHILL:" Construction in the Central Bayshore and Lake Pancoast neighborhoods has been underway for over a year. During this time, installation of water main and stormwater collection system components has demonstrated that much of the pavement on the residential streets in the project area does not meet City standards and in many cases is badly deteriorated. The condition of the pavement is not unexpected: the original design for the project area included full-depth pavement reconstruction. However, this component ofthe work was considerably reduced, to just Lower North Bay Road and portions of Lake Pancoast, to reduce the overall cost of the project(s). Excavations for pipe installation show that the asphalt thickness is the primary concern, being considerably less than 2 inches thick in many locations with the presence of surface cracking, settling and small potholes. The pavement condition has been documented by the CEI for the project (Atkins) during the course of construction activities, mostly based on the difficulty of providing suitable trench repair until the final road surfacing can be completed. During construction project meetings and discussions of pavement condition, both the EOR and the CEI have recommended that the City consider milling and resurfacing of the roadways in the project as a replacement for the final! inch overlay. This recommendation has been put into a proposed additional funding request for the project. As EOR for the project, CH2M HILL continues to support this recommendation to provide a completed project that meets the service and aesthetic needs of the affected neighborhood. The City (CIP) has determined that paving throughout the project should include more than trench repair and overlay, specifically milling of the existing pavement and resurfacing with 2 inches of new asphalt pavement. This work is planned to be carried out in two sections so that currently disturbed areas ofthe project can be completed and restored: 1. Section 1: the Lake Pancoast area and the northwest corner ofthe Central Bayshore area as shown in Figures 1 and 2 provided at the end of this memo., 2. Section 2: the remainder of the project area being provided with new valley gutters. The paving conditions in Section 1 have reviewed and the areas of required paving improvements determined. The quantities of work and subsequent cost based on existing contract unit prices are shown in Table 1. It is proposed to add this additional work into the contractors (Lanzo) contract by change order. CENTRAL BAYSHORE_PAVEMENT RESTORATION COPYRIGHT 2012 BY CH2M HILL, INC, • COMPANY CONFIDENTIAL 666 en en ....... Table 1 Central Bayshore/Lake Pancoast Milling and Re-Surfacing Section 1 Pay ltem Item Central Bayshore (orphan area) 4.17.a Asphalt milling, variable depth, up to 2" 4.16.d Asphalt concrete, type S-Ill, leveling course 4.16.e Asphalt concrete, type 5-111, 2" thick 4.16.b Asphalt concrete, type S-111, 1" thick Rework Base lake Pancoast 4.17.a Asphalt m1111ng, variable depth, up to 2" 4.16.d Asphalt concrete, type S-Ill, leveling cour~e 4.16.e Asphalt concrete, type S-Ill, 2'' thkk 4.16.b Asphalt concrete, type S-Ill, 1" thick Rework Base Total Cost-Section 1 Contingency Total Cost-Section 1 Unit SV TONS SV SY 5Y <;'{ TONS SY SY SY Unit Price Qvamity $ 2.00 19310 $ 95.00 100 $ 11.50 19310 $ 5.00 -19310 6 4827.5 $ 2.00 5625 $ 95.00 100 $ 11.50 6625 $ 5.00 -6625 6 1656.25 10% ' EKtt'nded Co~t $ 38,620.00 $ 9,500.00 $ 222,065.00 s (96,550.00) s 28,965.00 $ 202,500.00 s 13,250.00 $ 9,500.00 $ 76,187.50 $ (33,125.00) $ 9,937.50 $ 75,750.00 s 278,350.00 $ 27,835.00 1 $ 306,1ss.oo 1 0 m ~ ~ r '" l> -< (J) I 0 ::0 m I -u ~ m s: m ~ ::0 m (J) d ~ 5 z I I Date: December 3, 2012 Darlene M. Fernandez, P.E. Capital Projects Coordinator Office of Capital Improvement City of Miami Beach Exhibit A-1 Atkins North Amerka, Inc. 2001 Northwest 1 07th Aver111e M1ami, Flonda 33172-2507 Telephone: +1.305.592.7275 www.atkinsglobal.com/northamerica Submitted via e-mail Subject: Central Bayshore/Lake Pancoast Pavement Milling & Resurfacing Atkins' Review of Unit Price (Regrade Existing Limerock Base) Dear Darlene, At the request of the City of Miami Beach, Atkins has completed the review of the unit price for the "Regrade Existing Limerock Base" in the attached spreadsheet and found that the unit price of $6.00/SY appears to be reasonable and within current market pricing for this particular item. Please note that quantities for milling and resurfacing were not reviewed, only unit price for same. Moreover, remainder of scope was not reviewed. If you have any questions or comments, please do not hesitate to contact us. We thank you for the opportunity to be part of this very important project. Please contact me with any questions or comments at (305) 514.3211, or """""'""~,,~~~='~''"'c::'"cr""""''"~ Sincerely, Juan Alfonso, Assoc. AlA Assoc. VP, Group Manager cc. Armando Amet-Atkins Hermine Gonzalez-Atkins File 668 Central Bayshore/lake Pancoast Milling and Re-Surfacing Section 1 Item Item Central Bayshore (orphan area) 4.17.a 4.16.d phalt concrete, type S-Ill, leveling cour phalt concrete, type S-Ill, 2" thick phalt concrete, type S-Ill, 1" thick 669 ATTACHMENT Unit Unit Price Quantlt Extended Cost Exhibit B (9 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachA.gav TO: FROM: DATE: SUBJECT: Finance and Citywide Projects Committee Kathie G. Brooks, Interim City Manager July 9, 2012 COMMITIEE MEMORANDUM DISCUS~ION ON AMENDING THE BASIS OF DESIGN REPORT FOR CENTRAL BAYSHORE NEIGHBORHOOD NO. 8A AND LAKE PANCOAST NEIGHBORHOOD NO. 8C TO INCLUDE HOA REQUESTS, ADDITIONAl STOR.MWAT~.R IPlPROVEMENTS, AND ADDITIONAL MILLING AND RESURFACING. The purpose of this informational memorandum is to provide general background for a discussion on amer.ding tt;e current Basis of Design Review Report (BOOR) and associated funding impacts for the Central Bayshore neighborhood in order to incorporate the implementation of severa! Homeowner Association (HOA) requests; provide additional stormwater upgrades; ar.d to provide milling and resurfacing of the roadway in lieu of asphalt overlay. BACKGROUND-ENGI"!EERING On May 16, 2001, the City of Miami Baach (City) adopted Resolution No. 2001-24387, approving and authorizing the execution of an agreement with CH2M Hill, Inc. (CH2M Hill) for professional serv\ces fer the Rlght~of~Way {ROW) Infrastructure Improvements Program for Neighborhood No. 8 -8ayshore and Sunset Islands project pursuant to Request for Qualifications (RFQ) N·o. 134-99/00. The agreement was for planning, design, and construction administration services for the collective Bayshore Neighborhoods which was originally one (1) project and was subsequently separated into five (5) individual projects via amendments to the original agreement. These five projects included Central Bayshore Neighborhood SA (Package SA), lower North Bay Road Neighborhood 88 {Package 8B), lake Pancoast Neighborhood 8C (Package SC), and the Sunset Islands (Packages 80 and 8E). BACKGROUND-BOOB On April 9, 2003, the City Commission approved the Basis of Design Report (BOOR), completed and submitted by CH2M Hill for the Neighborhood No. 8 Bayshore I Sunset Islands Project. This BOOR was the culmination of a comprehensive planning effort that included input from and reviews by residents, various City Departments, and the Design Review Board (ORB). The first workshops occurred in 2001. A complete chronological summary of the history of the planning and design effort is attached as Exhibit A. 759 670 FCWPC Meeting-July 9, 2012 Page 2 of 9 ANALYSIS The Bayshore Neighborhood No. 8 Right~of-Way Improvements Project was one of thirteen neighborhood improvement projects included in a program developed by the City of Miami Beach to improve the quality of life of its residents. The program Included citywide water, wastewater and stormwater improvements; as well as a variety of streetscape enhancement projects. This Finance Committee Memorandum addresses two (2) of the Bayshore sub- neighborhoods; Central Bayshore Neighborhood No. 8 (Bid Package A) and the Lake Pancoast Neighborhood No. 8 (Bid Package C). Other neighborhoods such as Biscayne Point, Sunset Islands 1 & 2 & Venetian Islands have received additional unplanned improvements particularly for water and stormwater improvements and milling and resurfacing based on technical needs. After the planning and design phases, Invitation to Bid {IT B) No. 18-09/10 was issued for Packages 8A/8C on December 31, 2009. Bids were received by the Technical Review Panel (TRP), as part of the City's standard Best Value Procurement process for the recommendation to award the construction contract. Pursuant to the Technical Review Panel's and City Manager's recommendation, the Mayor and City Commission adopted Resolution No. 2010- 27587 on December 8, 2010 authorizing the award of Packages 8A and 8C to Lanzo Construction Co. of Florida (LCC) in the amount of $18,414,814.55 including contingency. The first Notice to Proceed (NTP-1) was issued to LCC on August 19, 2011. The Pre- Construction conference took place on October 26, 2011 and the second Notice to Proceed (NTP-2) was issued on October 31, 2011. Construction mobilization took place on November 7, 2011. The project has a 24 month schedule and is currently at 25% completion (refer to Exhibit E, LTC291-2011, dated 11-14-11). HOA REQUESTS I REVISIONS -11 POINTS In early 2010, following completion of design and permitting services for the Central Bayshore project area, the neighborhood association (HOA) requested that the City consider changing the width of some streets in the project area as well as some aspects of the completed design. Several meetings highlighting this request took place as follows: • February 5, 2010 -LTC advising commission of the design activity that has taken place far the project. • February 16, 2010-The Neighborhoods and Community Affairs Committee Meeting. • March 8, 2010 -Capital Improvement Projects Oversight Committee Meeting. Report is sent via Commission Memorandum on May 12, 2010. • April, 2010 -The Bayshore HOA forwarded a letter to the CIP Department highlighting eleven (11) key issues/concerns (Refer to Exhibit B attached). A presentation board graphically depicting the 11 items was also submitted to the City by the HOA for consideration. These eleven issues/concerns were referenced and discussed at other publicly-noticed meetings, including: o May 25, 2010 -The Neighborhoods and Community Affairs Committee Meeting. o June 28, 2010-LTC advising Commission of the current project activity. Package includes the CIPOC, March 8, 2010 Meeting Minutes, April12, 2010 HOA list of "11 Points", and May 25, 2010 Neighborhoods Committee Memorandum. o September 22, 2010 -The Mayor's Blue Ribbon Bikeways Advisory Committee Meeting. On August 25, 2011, and prior to commencement of construction, members of the Bayshore HOA met with CIP to, again, request that the eleven (11) items be considered for incorporation into the project design. CIP approached the Public Works Department (PWD) in several 760 671 FCWPC Meeting-July 9, 2012 Page 3 of9 instances to discuss possible options on behalf of the residents. Subsequent meetings and correspondence took place between CIP, PWD, Planning and the Parks Department, and a compromise was reached for the majority of the items. The final, agreed to, eleven (11) Points were presented to the residents during the publicly advertised Community Pre-Construction Meeting of August 31, 2011. The requested changes were either not part of the BOOR, upon which the project design was developed, or were modifications to the BOOR. Some of the requested changes require modifications to the City's current Atlantic Greenway Network (AGN-Bike Route Master Plan), which will need to be updated should these recommendations be approved by the City Commission. Some of the currently designed roadways were increased in width to accommodate bike lanes. It is important to underline that the Commission, in the past, has requested to not impact the landscaping by increasing the pavement width to accommodate for bike lanes. The plans will require this revision should the Commission decide to accept the modification to the BOOR and the AGN. The plans will require a revision by the Engineer of Record to the currently permitted plans. Permits obtained to date are also based on the current design and will also need to be updated. The approved HOA requested items are listed below. For a complete summary and location plan of the eleven (11) points refer to Exhibits C-1, C-2, and C-3: 1. Narrow Sheridan Avenue from 30th Street to 40th Street from +/-32 feet to 24 feet and provide for a bike route (sharrow) and bus bays. The plans currently call for the street to remain the same width at +f-32 feet. There will be a credit for asphalt paving from the current budget and an increase for additional swales which should balance out. 2. Narrow North Meridian Avenue from Dade Boulevard to 28th Street and eliminate the proposed bike lanes and repla,ce with a bike path within the right·of~way adjacent to the golf course. Reduce the road width to 22 feet Twenty two feet is the minimum width allowed on collector streets. The plans currently indicate an increased road width of 28 feet from existing 23 feet. There will be a credit for fwe feet of new roadway and elimination of the Bike Lanes from the current budget and an increase for additional swales. 3. Remove Prairie Avenue from 28th Street to Dade Boulevard from the Central Bayshore scope of work since this project was already completed by Public Works in 2011. This is a full credit to the project. 4. The HOA has also requested the removal of the Bike Lanes along Prairie Avenue from 281h to 40th Streets and a reduction in the roadway from 28 feet to 20 feet. PWD strongly recommended against this since the bike lanes already exist and are part of the adopted AGN and Prairie Avenue is a collector street No change is recommended to be made to the plans and there would be no change to the current budget. 4a. Alternative Request-In addition to the removal of the Bike Lanes on Prairie Avenue, the residents have subsequently requested that Priarie Avenue be reduced to a minimum allowable roadway width for local roads and that an alternate bike facility be placed on Royal Palm Avenue. The residents have requested a Bike Boulevard, however unless Royal Palm is widened, which has not been the desire of the community, the only feasible bicycle facility which could incorporated in this roadway would be sharrows. In addition, added costs would be have to be incurred for the reduction of Prairie Avenue. This alternative would require a change to the current 761 672 FCWPC Meeting -July 9, 2012 Page 4 of 9 plans and the currently adopted AGN, as well as generate an increase in the currently projected construction cost estimate being presented herein. The added cost is due to a reduction of the roadway width from 28 feet to 22 feet which is not currently budgeted. 5. Maintain 28th Street from Sheridan to Prairie Avenues at 24 feet in width with the addition of sharrows in lieu of bike lanes. The plans currently indicate roadway widening to 28 feet with bike lanes. Redefine the current 10 foot wide multi-use sidewalk from the south side of 28th Street to maintain pedestrian connectivity with Sheridan Avenue. Establish connectivity to Prairie and North Meridian Road for safety. There will be a credit for four feet of new roadway and the concrete sidewalk from the current budget and an increase for additional swales which should balance out. 6. Narrow 34th Street from Chase Avenue to Pine Tree Drive to 22 feet in width with sharrows. The plans currently indicate a road width of 28 feet with bike lanes. There will be a credit for the asphalt and road widening since the existing roadway width is approximately 23 feet. 7. Fairgreen Drive to remain Within its existing width of 16 feet. This can be accomplished by removing the scope of work from the ROW project and resurfacing the street as a separate maintenance project. The plans currently indicate a road widening to 20 feet. There would be a credit for the asphalt and road widening if the roadway remains at the current width. 8. The current plans increase 31st Street from Sheridan Avenue to Pine Tree Drive from an existing width of 15 feet to 20 feet in order to remain continuous with the remaining street width. The HOA is willing to accept this as a compromise, therefore no change in the current plans is expected and no additional cost is anticipated. 9. Eliminate all proposed mid-block stamped asphalt decorative treatments and replace with concrete paver treatments. It is anticipated that the County will not approve mid block pedestrian crossings due to traffic safety concerns. Moreover, the BOOR would need to be modified to eliminate the previously requested "traffic tables" and instead allow the Public Works department to conduct a traffic calming analysis along this corridor to determine if traffic calming is indeed warranted and what type of traffic calming facility would need to be incorporated to mitigate traffic concerns. Under this scenario the City would be in a better position to a) determine the type of traffic calming facility and b) allocate the adequate proper funding source for implementation 10. Eliminate all proposed stamped asphalt decorative crosswalks at intersections and replace with concrete paver treatments. With the exception of 40th Street, current plans call for stamped asphalt. No changes to the current design plans will be made since a different type of treatment outside of the adopted stamped asphalt could result in other neighborhoods generating similar requests throughout the City and funding requests to be evaluated in concert with all neighborhoods. Additional funds would be required for this change which is not currently programmed. 11. Eliminate the proposed Royal Palm species on the south side of 40th Street as they are sporadically spaced and replace with Mahogany species. Add more canopy trees wherever possible as per the recently completed plan submitted by the HOA. (Refer to Exhibit C-3). Current permitted plans include up-lighting and shrubs which could be removed from the scope. Landscape plans will need to be modified to reflect these changes at minimal or no cost. 762 673 FCWPC Meeting-July 9, 2012 Page 5 of9 Pursuant to the aforementioned requests by the HOA, the City is bringing forth these changes as part of the current project construction work. The engineer of record would need to revise the existing plans and submit applications for revised permits to the applicable governmental agencies. The HOA requested items are not expected to require a significant Increase in construction cost, based upon preliminary estimates. A detailed estimate of probable cost will be submitted by the consultant once revised construction documents are completed. ADDITIONAL STORMWATER UPGRADES The Bayshore neighborhood is bounded by the 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 Central Bayshore Neighborhood's current stormwater management system consists primarily of outfalls served by swales, inlets, storm drains, and culverts. The existing design is based upon the recommendations of the City's 1997 Stormwater Master Plan and the subsequent Bayshore neighborhood BOOR. The City's stormwater master plan consultant, COM Smith, undertook an extensive stormwater analysis of the Bayshore Neighborhood. The current analysis makes use of modeling from the Draft Stormwater Master Plan, which is more sophisticated than the previous 1997 Stormwater Master Plan. The stormwater master plan determined that Pump Station No. 2 located between Pine Tree Dr. and Flamingo Dr., can be replaced with a system based on gravity wells and upsized outfalls. Pump Station No. 2 could then be relocated in a more needed location to the area of 28th St. and Fairgreen Drive and be used to provide additional stormwater infrastructure within Zone 4 and the North Meridian collection system indicated in Exhibit 0-2. After a major storm event that occurred on October 30, 2011, which flooded a substantial area of the Central Bayshore neighborhood, the PWD and CIP were approached by concerned residents. The residents requested for the City to expedite revisions to the design of the stormwater facilities to provide additional relief from potential flooding conditions within the timeline of the current construction contract. (refer to Exhibit 0-1 ). The Central Bayshore neighborhood's current stormwater management system consists primarily of outfalls served by swales, inlets, storm drains, and culverts which currently do not meet the 5 year level of service. The Engineer of Record is proposing changes outlined below. For a complete summary of the changes and location plan of the area refer to Exhibits 0-1 and 0-2: 1. Provide design for a stormwater collection system to serve the southwest portion of the Central Bayshore area with boundaries roughly defined by W. 28th Street to the south, Prairie Avenue to the west, Sheridan Avenue to the east and W. 34th Street to the north. The estimated construction cost for this item is $1,142,134 and is detailed in Exhibit F-1 attached. 2. Provide a design for the replacement of the existing collection system on North Meridian Avenue, between W. 28111 Street and Dade Boulevard and tie into the recently constructed 36-inch diameter outfall on Dade Boulevard. The estimated construction cost for this item is $341,400 and is detailed in Exhibit F-1 attached. 763 674 FCWPC Meeting-July 9, 2012 Page 6 of9 3. In conjunction with the roadway revisions, valley gutters shall also be provided as appropriate to direct flow to the collection system throughout the project area, as the limited capacity of the swales within the right of way does not allow for adequate conveyance and storage. The estimated construction cost for this item is $1 ,250,665 and is detailed in Exhibit F-2 attached. 4. To reduce costs and allow for the addition of Item 1 above, relocate the pump station and pressure injection wells in the basin currently known as Pump Station No. 2 between Pine Tree and Flamingo Drives in the northeast portion of the Central Bayshore area. The collection and disposal system along Flamingo Drive will be redesigned to incorporate gravity disposal wells and an upgrade to the existing outfall. The estimated construction cost for this item is $197,712 and is detailed in Exhibit F·3 attached. 5. In associated with construction of stormwater improvements, roadway restoration finishing is estimated to cost $493,395. For the Lake Pancoast Neighborhood, stormwater funding in the amount of $235,800 is being requested for the potential installation of additional valley gutters, swale reclamation and storage. Included in all funding requests are hard costs, contingency, soft costs and CIP Fees. ADDITIONAL WATER AND SEWER FUNDING For the Central Bayshore Neighborhood, water & sewer funding in the amount of $296,037 is needed for construction more appropriately allocating the proper distribution of above ground funding between water, stormwater and above ground efforts. For the Lake Pancoast Neighborhood, water & sewer funding in the amount of $21,480 is needed for construction more appropriately allocating the proper distribution of above ground funding between water, stormwater and above ground efforts. MILLING AND RESURFACING OF ROADWAY§. The existing project plans call for a pavement overlay on all the neighborhood streets. Field investigations during construction have identified the existing pavement to be in worse condition than what may have been originally anticipated, as a result of pavement deterioration and distress through the years .. The Engineer of Record (EOR) has stated that the condition of the roadway is not sustainable for the long term. Both the resident project representative (R?R) and the EOR have recommended milling and resurfacing where required to provide a more durable pavement. The original BOOR recommended that all roads within the Central Bayshore neighborhood be resurfaced with a one (1) inch overlay of asphalt and that milling of the roadway be limited to areas where there is excessive scarring or where the grade (slope) of the road needs to be modified to support stormwater drainage. Milling is a process that grinds the existing asphalt surface to change the slope of the surface and to assist bonding between the existing and new asphalt courses. Only 20% of the existing road surface was projected to require milling prior to resurfacing to address scarring and grading issues. The estimated construction cost for the milling and resurfacing of the roadways within the Central Bayshore project is $986,789 and is detailed in Exhibit F-4 attached. However, the amount of above ground funding net of the portions funded by stormwater and water and sewer is $197,357. A credit for the deletion of Prairie Avenue in the amount of $93,211 is also included. 764 675 FCWPC Meeting-July 9, 2012 Page 7 of 9 In addition, the estimated construction cost for the milling and resurfacing of the roadways within the Lake Pancoast project is $71 ,500 as also detailed in Exhibit F-4 attached. However, the amount of above ground funding net of the portions funded by stormwater and water and sewer is $14,000. The City desires to include the requested changes as 'part of the current project construction work. The EOR would revise the existing plans and submit applications for revised permits to the applicable governmental agencies. The additional cost required for stormwater and pavement upgrades is being requested as part of the capital budget process pursuant to a budget level estimate of probable cost submitted by the EOR, CH2M Hill. SCOPE OF SERVICES -ENGINEERING If the City Commission desires to move forward with the HOA requested rev1s1ons and additional storm water improvements, it will be necessary for the City to contract additional engineering services to CH2M Hill to provide design services to revise the construction documents, as well as permitting services to update all necessary permits affected by the proposed design changes. In an effort to execute the additional work in a seamless and expeditious manner, it is anticipated that all project design changes will be incorporated into Lanzo's construction contract by change order, using the current unit pricing provided for in the contract. Many of the changes are simply modifications to existing contract items with incorporation into the contract being a straightforward process. However, some of the items will involve new construction not included in the original contract schedule when this project was issued to bid. It merits underlining that the current budgetary figure being presented will need to be fine tuned and negotiated with the contractor at the time the EOR has finalized the design and has prepared a detailed opinion of cost. Pursuant to a recommendation by the Finance Committee, the fee being requested by CH2M Hill to implement the design and develop a detailed opinion of cost for this project will be presented at the July 181h commission meeting and is estimated at $207,841.00, including reimbursable expenses. The funding to exercise this amendment is already included in the current budget for this project; therefore no additional funding is required. ADDITIONAL FUNDING The current budget level construction cost estimate is attached herein in Exhibits F-1 thru F-4. In order to proceed with construction of the items requested, the foHowing additional funding is being requested in the 2013 capital budget: Bayshore A (Central Bayshore) Funding: Additional Above Ground Funding Request: $ 246,006 The additional scope includes hard cost, contingency, soft cost and CIP fees for additional milling and resurfacing. Additional funding request is as follows: Construction Cost Contingency Consulting/Engineering/Field Services CIP Fees Total 765 676 $197,357 $ 19,846 $ 15,000 $ 13,803 $246,006 FCWPC Meeting-July 9, 2012 Page 8 of9 Additional Water & Sewer Funding Request: $ 346,807 The additional scope includes hard cost, contingency and Cl P fees to offset the additional cost for milling and resurfacing (pavement restoration) required by the installation of water mains, appurtenances and fire hydrants. Additional funding request is as follows: Construction Cost Contingency CIP Fees (new scope and adjust to 6.5%) Total $296,037 $ 29,604 $ 21.166 $346,807 Additional Stormwater Funding Request: $3,954,069 The additional scope includes hard cost, contingency and CIP fees for the installation of 24" valley gutters; relocating pump station #4 and replacing with gravity wells; additional Stormwater collection (phase II); and Meridian Ave. Stormwater collection, and the portion of milling and resurfacing (pavement restoration) required for the installation of drainage structures. Additional funding request is as follows: Construction Cost Contingency CIP Fees Total Bayshore C (Lake Pancoast) Funding: $3,425,306 $ 342,531 $ 186,232 $3,954,069 Additional Above Ground Funding Request: $ 14,000 The additional ·scope includes hard cost (construction) for additional milling and resurfacing (pavement restoration). Additional Water & Sewer Funding Request: $ 28,216 The additional scope includes hard cost, contingency and CIP fees to offset the additional cost for milling and resurfacing (pavement restoration) required by the installation of water mains, appurtenances and fire hydrants. Additional funding request is as follows: Construction Cost Contingency CIP Fees (new scope and adjust to 6.5%) Total $21,480 $ 2,148 $ 4,588 $28,216 Additional Stormwater Funding Request: $347,509 The additional scope includes hard cost, contingency and CIP fees for the installation of 24" valley gutters, and the portion of mUHng and resurfacing (pavement restoration) required for the Installation of drainage structures. Additional funding request is as follows: Construction Cost Contingency CIP Fees (new scope and adjust to 6.5%) Total 766 677 $235,800 $ 23,580 $ 63,129 $347,509 FCWPC Meeting-July 9, 2012 Page 9 of 9 CONCLUSION: The above information is provided to facilitate the discussion of whether or not to proceed with the revision to the plans for the requested improvements which are outside of the current BODR for the Central Bayshore neighborhood. Attachments: Exhibit A: Chronological History and Process Summary Exhibit 8: HOA Original Request Exhibit C-1: HOA Compromise-Summary Exhibit C-2: HOA Compromise -Map Exhibit C-3: HOA Requested Landscaping Exhibit D-1: Additional Stormwater Upgrades-Summary Exhibit D-2: Additional Stormwater Upgrades -Map Exhibit E: LTC 291-2011 dated 11-14-11 Exhibits F-1 thru F-4: Budget Level Cost Estimates KGB/JMGIFB/FV F:\CAPI\$aii\COMiviiSSION COMMITTEE MEETINGS\Finance & Citywide Cammittee\Bayshore Memo_FCWPC_7-9-12.docx 767 678 I MILLINOANDR.ESURFACING I (CENTRAL BAYSHORE~ ' ..... ' -· I i I I Exhibit C-1 .J I 679 J i I \I AKnlliRGODFREV ROAD < w.~filtUT 1 • 1 ~ ,· flj .. ,,.,_ ·--- i 1 l , l NEW WATER ~IETER LOCATION C. B. STORM PIPE :'' t \! /l, t f fJt :r: J 11 h ;f; \ =i, I i MILLING AND RESURFACING PANCOAST) !!/ ~ ~ "' ~ <l. .. N.TJil, /j " 0: 8 " 3 " c;! ... ";.;;' ~-~!~~ * .. ... ' ' "" .... ;;-.. ->"!, 1!11--~:11 ' 680 en 00 ~ Exhibit D Lanzo Construction Co. of Florida Bayshore SA & Lake Pancoast 8C Critical Activities & R>.""'!UC<t C 0 < .!!J!IIIIIll PH-26 Surface. t"-·:!eridianfVV 34!h St ~PH-27 Surface Meridian/W 37tll S! !!fiiii!Pt-1-28 Surtac;I~, Mt?ridlarif'v'V 40tn St. i!fB!{lPH-19 Surf.oc:€1, Mer.diar!!V'i 40th Sl: £!llllt' PH.:~.o Suriace GardenfW 37th St ··~·-~-1--·---·---···-·-... -·---·-··-·-····-··-. ---"~Fine! landscape ~Final Landscape -EBriybor !.:::.. Eerly stdrt po:r:t V Early finish Pc.:nt 11111111111 Pr0gress tar Critic.BI bar ~rmt-ybar Start m11estone point Fln1sh milest()fie po1nt i I . April IL1.20!2 City ol'i'v!iami Be<H:h 1700 Cnm cntion (\·ntcr I \1iami lkach. ! 'lllrida 3:; I \9 Exhibit E-1 Reference: ITB 18-09, I 0, ~..:ighhurhood \tl. X I 25 ".tHIIhi.:liSl 5th (\lll."! llct:;·lield B~<H:h. l'loriJa.:.>~-li-·P-l<> 1 l1Yu:t:: (<lS4 l ll79-0H02 hi\: fl!5-H 979-9~97 ( \:mral Ba} shore {Package :\1 and Lak Panc1H.lSI l Put..':· a1 ... ..: t' 1 l.anz11 Joh ~o. -I· -Jl/ I. R HJ-t. lh..:t .. :Hrd 'lcn i~.:s Wmf..'r Sen icc Rdt1C::ttiun l 'nit Prii..:1.; Prnp,t:-.a! · Rcvi..,~..·d. 'J4ft~7137.(,0 );J .. i 1)6:"l~ each ;s 97 -=~u.:h ~6 7 Prop-:1;tic:s l .,;: [' '") ,'%" ,, > ~'} ,/''<~~4,':~p ,; < } l :if Of' I he !ll!!m.,.ing fs pn:.•setHeJ in r;,;~p<ln:s.: to :.liami lkm.:h's Request t\n· ()uotati~m # I Jat.:d !\;ovcrnb~;:r 29, 201!. This propo~al has hcl..'n n:\·iscd lo w.:comnhH.lutc rncding cummcnts. Pkas..: k'\ tL''' miiJ cumment :.b to accept~ihilit:;. ~ ' I U ~ l>"J"(i.() ·:--·""$!:"!. ('I~ • ) "' No Plumbing f\:nnil is indudt:J. "' Sen ICC SiL.t: is the same a:; -.·xbting. rypicuH: us nol<o·d 011 RrQ. • l:xisting 1\kter \viii h<: r..:located to front ,,fhuusc. " 30 Days Comr:.tct Time Lxtt:n~i,)n Rt:4UII\:d "' J nc l udes S urti.u:c Restnrati,m Sinccn.:=ly. (\:: L\91. Rl ()-I f!nck:ard StT\ic~ i'l ,.\pril 201;:' U 12r.lllill. W. Schwa1'1 Aik1n~. A.!\111.:1 Lunm ·· MB \!PT. IL BR. Kl' 682 LANZO <:ONSTIWCTION (.'0., I<' LORIDA City of Miami Beach 1700 Convention Center Drh-.:~ Miami Bi!a~h, Florida 33139 125 Soo!htast 51h Court oom~ld flo=h, Florida 33H 1-'1749 OffiCi': (954) 979.0802 F'<L'<: (954) 979.9897 Maria H~mand<!z, District l\l;mag~r, Middl.: Beach l\cighborhoods lTB 18-09/10, Ndghborhood No.8 Central Bnyshorc (Packag.:: A) Md Lake Pancoast (Package C) L111Zo Job No. -F-391, RFQ-1, Ba.:kynrd Servic~s Wal~r Service Relocation Unit Price Proposal-Rl!vised, S 2-$5,750 $3,150 ca..:h x 78 each (57 Prop.::rties) = $245,700 The tbllowing is presented in response to Miami Bench'~ Requa.'lt for Quollltion II I dat~d November 29, 2011. TIJ.is proposal lms been r.:viscd lo accoounodat.: meeting couun~nts. Ple;we review m1d cotruuenl as to acceptability. • 78 cao;h $3,150 each s 245,700 Pl~asc note the following in your review: • No Plumbing Permit is included. • Service Size is the sam.: as existing. Typically as noted on RFQ. • M~ter will be relocated to front ofhou~e. 30 Days Contract Time E:.1ension R<!quired • h1dud.:s Surfi1cc Restoration nmll'IO Servic~s lfl cru1 be of assistance in your review, please call me at 954.931-658 L Sincerely, Bob Beaty, l'E, l'roj~ct Manager Cc· !'391, RFQ·1, Backynnl S~rvico3().Nov<mber _ 20 I:! CHZMHill. W. Schwarz Atkins, A.Amot Lanzo -l'v!B, MI'T, 11, BR. KP A11 Equal Oppommity Emplor~r 683 RESOLUTION TO BE SUBMITTED 684 THIS PAGE INTENTIONALLY LEFT BLANK 685