C7N-Waive Bidding Services For FDOT Construction Project On Collins AvenueCOMMISSION ITEM SUMMARY
Condensed Title:
A Resolution Of The Mayor And City Commission Of The City Of Miami Beach, Florida, Waiving, By A
5/7ths Vote, The Formal Competitive Bidding Requirements, Finding Such Waiver To Be In The City's
Best Interest, And Authorizing The Procurement Of Services By Community Asphalt To Adjust Or To
Relocate Approximately Ninety-Three (93) Valve Boxes, Fourteen (14) Sanitary Sewer Manhole
Covers, And Twenty-Two (22) Water Meter Boxes, Sixteen (16) Fire Hydrants, Two (2) Water
Services, And One (1) 8-lnch Water Main For The FOOT Construction Project On Collins Avenue
From 5th Street To Lincoln Road, In Conjunction With The FOOT Project.
Key Intended Outcome Supported:
Maintain City Infrastructure
Supporting Data (Surveys, Environmental Scan, etc.): The Customer Satisfaction Survey
ndicated that 60% of residents rated utility pipes in good condition
Item Summary/Recommendation:
The Florida Department of Transportation (FOOT) will begin construction of the Collins Avenue Right-
of-Way Improvements Project on June 3, 2013. Generally, the FOOT project will mill and resurface
the roadway, and reconstruct sidewalks, drainage system, lighting and landscaping along Collins
Avenue from 51h Street to Lincoln Road.
Because of the Right-of-Way improvements, the City (along with other utility owners and operators)
must adjust or relocate its water and sewer utilities. The City has coordinated this effort with the
FOOT design engineers to ensure the resolution of all conflicts based on available data.
In March 2013, FOOT selected Community Asphalt as the contractor. To avoid coordination problems
and construction delays, the City believes that it would be in its best interest to use the same
contractor selected by the FOOT procurement process.
In May, Community Asphalt provided a cost estimate to the City for the adjustments and relocations
listed in the utility adjustment schedule prepared by the City. The estimate is for $113,890.70.
Because Community Asphalt failed to include twenty-two (22) water meter box adjustments, the City
added $5,500 ($250 per water meter box based on a previous project). Thus, the total cost estimate
for this project is $119,391. Staff believes it appropriate to add a 10% contingency in the amount of
$11,939 to cover any additional relocation of unmarked utilities. Therefore, the total cost estimated is
$131,330. In anticipation of this work, the City had budgeted $266,250 from Fund 425, Water &
Sewer Enterprise Fund.
Staff has reviewed the costs and believes that they are competitive. Further, the City is not incurring
mobilization, coordination, and maintenance of traffic costs that it would if it retained a different
contractor. As a result, staff believes that this cost is very competitive. Further, it has less risk of
change orders associated with potential conflicts from a City contractor and FOOT contractor working
within the same project limits.
THE ADMINISTRATION RECOMMENDS ADOPTING THE RESOLUTION.
Advisory Board Recommendation:
IN/A
Financial Information:
Source of Amount Account
F
$131,330 425-2764-069357 (Water & Sewer Enterprise Fund).
Total $132,330
City Clerk's Office Legislative Tracking:
Department Director
ETC
I l
T:\AGENDA\2013\June 5\Collins Avenue 5th thru Lincoln Road Utility Adjustments and Relocations Waver of Bids u
/v\IA!v\1 BEACH AGENDA 1 T EM ----c::-C._7-'-::!:--!!--:-:--
DA TE 14 -5"-I ~
MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
COMMISSIOIN MEMORANDUM
TO: Mayor Matti Herrera Bower and Me
FROM: Jimmy L. Morales, City Manager
DATE: June 5, 2013
SUBJECT: A RESOLUTION OF THE MAYO AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, WAIVING, BY A 5/7THS VOTE, THE FORMAL
COMPETITIVE BIDDING REQUIREMENTS, FINDING SUCH WAIVER TO BE IN
THE CITY'S BEST INTEREST, AND AUTHORIZING THE PROCUREMENT OF
SERVICES BY COMMUNITY ASPHALT TO ADJUST OR TO RELOCATE
APPROXIMATELY NINETY-THREE (93) VALVE BOXES, FOURTEEN (14)
SANITARY SEWER MANHOLE COVERS, AND TWENTY-TWO (22) WATER
METER BOXES, SIXTEEN (16) FIRE HYDRANTS, TWO (2) WATER SERVICES,
AND ONE (1) 8-INCH WATER MAIN FOR THE FOOT CONSTRUCTION PROJECT
ON COLLINS AVENUE FROM 5TH STREET TO LINCOLN ROAD, IN
CONJUNCTION WITH THE FOOT PROJECT.
ADMINISTRATION RECOMMENDATION
Adopt the resolution.
FUNDING
$131,330 425-2764-069357 (Water & Sewer Enterprise Fund).
BACKGROUND
The Florida Department of Transportation (FOOT) will begin construction of the Collins Avenue
Right-of-Way Improvements Project on June 3, 2013. Generally, the FOOT project will mill and
resurface the roadway and reconstruct sidewalks, drainage system, lighting and landscaping
along Collins Avenue from 51h Street to Lincoln Road.
Because of the Right-of-Way improvements, the City (along with other utility owners and
operators) must adjust or relocate its water and sewer utilities. The City has coordinated this
effort with the FOOT design engineers to ensure the resolution of all conflicts based on available
data.
In March 2013, FOOT selected Community Asphalt as the contractor. To avoid coordination
problems and construction delays, the City believes that it would be in its best interest to use the
same contractor selected by the FOOT procurement process.
Collins Avenue 5th thru Lincoln Road Utility Adjustments and Relocations Waver of Bids Memo
City Commission Meeting
June 5, 2013
Page 2 of 3
In May, Community Asphalt provided a cost estimate (Attachment A) to the City for the
adjustments and relocations listed in the utility work schedule prepared by the City (Attachment
B). The estimate is for $113,890.70. Because Community Asphalt failed to include twenty-two
(22) water meter box adjustments, the City added $5,500 ($250 per water meter box based on a
previous project). Thus, the total cost estimate for this project is $119,391. Staff believes it
appropriate to add a 10% contingency in the amount of $11,939 to cover any additional
relocation of unmarked utilities. Therefore, the total cost estimated is $131,330. In anticipation
of this work, the City had budgeted $266,250 from Fund 425, Water & Sewer Enterprise Fund.
Staff has reviewed the costs and believes that they are competitive. Further, the City is not
incurring mobilization, coordination, and maintenance of traffic costs that it would if it retained a
different contractor. As a result, staff believes that this cost is very competitive. Further, it has
less risk of change orders associated with potential conflicts from a City contractor and FOOT
contractor working within the same project limits.
CONCLUSION
The Administration recommends the Mayor and City Commission adopt this resolution waiving
by 5/th vote, the formal competitive bidding requirements, finding such waiver to be in the City's
best interest.
Attachment:
A. Cost Estimate Form Community Asphalt
B. Utility Work schedule
MT/ET~RWS
T:\AGENDA\2013\June 5\Collins Avenue 5th thru Lincoln Road Utility Adjustments and Relocations Waver of Bids Memo.docx
P .0 BOX 940668 MIAMI, fl33194 (305) 225-1503 FAX (305) 480-9013 Page 1 of 1 4129/2013 Quotation FIRE HYDRANT AND RELOCATE 1. Equipment, Labor and Material Included. 2. MOT Not Included. 3. Survey or As·bunt Not Included. 4. Selected Backfill Matenal Not Included. 5. Hauling Excess Fill From Excavation Not Included. S,Dewatering Penni! Not Included 7 Restoration of Curb, Sidewalks, Sod, Asphalt. Etc Not Included. COMMUNITY ASPHALT CORP 14005 NW 186th STREET Hialeah, FL 33018 PROJECT: Contract: T6294 FOOT#: 250236-1-52-01, 250236-3-52-01 250236-3-52-03. 250236-3-56-01 Road Name: SR-A!A (Collins Ave) Limits: From 5th Street to Uncoln Road Miami-Dade 9. Shot Down Water Main For Proposed Work By Others. 1 0. HRS Test Not Included 11. Relocate Water Meters not Included. 12.Fiowable Filt Rock Base or Asphalt fOr Trench Restoration Not Included. ?; ru () :::r 3 (I) ::l .-+ I )>
SUMMARY OF WORK ORDER
f'toltc:l: SR A1A/Colllns Avenue from llh Street to Uneofn Road
PIIOJ£Cf FIN No. 25D21i!J.3·51.0l/T6294
Florida Department of Transportation
DATE: Monday, April 29, 2013
Community
Asphalt
OHLGroup
DESCRIPTION: Adjustment & Relocations of Oty of Miami Beach Utilities
lABOR BREAKDOWN
DESCRIPTION
EQUIPMENT BREAKDOWN
DESCRIPTION
MATERIAL BREAKDOWN
I DESCRIPTION
SUBCONTRACT
SUBCONTRACTOR
IC Earth movers
INDIRECT COSTS/ MOT COSTS
DESCRIPTION
TOTAL LABOR: $
TOTAL EQPT: $
TOTALMAfu $
(+)17.5% $
TOTALSUBC: $
(+)10% on first $50,000 $
(+) 5% over $50,000
SUBTOTAL: $
PER DIEM COSTS $
LESS CREDIT $
U[M
HR
103,537.00
10,353.70
113,890.70
$
$
$
s
$
$
I
I
I
RATE
RATE
U/M
$
$
$
$
U/M
LS I$
I$
l s
U/M
I~
QJY
arv EXTENSION J . I$ . I
l $ . I . .
. I$ . I ±: IS . I
I$ . J
TOTAL EQUIPMENT:..;$:;.... ___ _
RATE QTY EXTENSION . $
$ . . $ . s .
TOTAL MATERIAt:..;S;.... ...... ...,._
RATE QTY EXTENSION
1o3,537.oo 1 1.oo Is 103,537.00
. I I$ .
. I . I
TOTAL SUBCONTAACT..;S;,__,,;;10;;;;3.S;;;3;;,;7,;;;.00;;;,
RATE EXTENSION
TOTAL LABOR:..;$;...._ ........ ......,
The contractor shall 15 working days before The contractor must the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILITY WORK of Miami Beach, Mr. Alvarez, Infrastructure course work is scheduled to commence .... trn.,n+ cover work to a minimum. ln>'!rations) Division Director at 305·673-7025 at least iu .. tm .. nt of covers if needed due to field condition. 2. The City Contractor will (88) Eighty Eight Water Valve boxes FOOT Construction. will and provide boxes if necessary. 3. 4. The Contractor will 5. The City Contractor will relocate And 8" water Main Sta. 22+80.71 All work to be completed Sewer manhole covers, and roadwav ffnish surface. One Sanitary valve cover , two Water meter boxes FOOT Construction. City will and provide boxes if necessary. and (2) two Water Services Sta. 11 +90.39 FOOT construction. 2013. and 61+08.00 710-010,05 UTILITIES 12100 P"{Je2o13 6. Alll"!xistine~ and in conflict with Construction will be relocated within 5 calendar from request date by the 1. The rnroucm Contractor will complete all the diustment and relocation . I OJ
RESOLUTION TO BE SUBMITTED
THIS PAGE INTENTIONALLY LEFT BLANK