Loading...
R7D-Execute GMP Amendment 1 Scott Rakow Youth Center Ice Skating RinkCOMMISSION ITEM SUMMARY Condensed Title· A Resolution Of The Mayor And City Commission Of The City Of Miami Beach, Florida, Approving And Authorizing The Mayor And The City Clerk To Execute Guaranteed Maximum Price (GMP) Amendment No. 1 To The Pre- Construction Services Agreement With Thornton Construction Company Inc., Dated May 8, 2013, For the Guaranteed Maximum Price (GMP) For The Scott Rakow Youth Center-Ice Rink Project renovation, In The Amount Of $1, 175,220; And A Five Percent Owner's Contingency In The Amount Of $58,761 For A Grand Total GMP Amount Of $1,233,981. Key Intended Outcome Supported: Ensure well-maintained facilities Supporting Data (Surveys, Environmental Scan, etc.): The 2009 Customer Satisfaction Survey indicated that 79% of businesses rated recently completed capital improvement projects as "excellenr or "Qood." Issue: I Shall the City Commission approve the resolution? Item Summary/Recommendation: The Scott Rakow Youth Center Ice Skating Rink was completed in January 2004. Since then, the facility has experienced problems with its mechanical cooling system. The existing design has always presented challenges in maintaining an adequate balance of ambient temperature within the interior space of the skating rink. In recent years, the existing mechanical units have been deteriorating and repair services have become a recurrent problem. In the meantime, the Public Works Department (PWD) continues to maintain the operation of the current mechanical system until such time that a new system is installed and placed in operation. Request for Qualifications (RFQ) No. 022-2013TC was issued on December 14, 2012, with an opening date of January 16, 2013. On February 12, 2013, the Interim City Manager via Letter to Commission {LTC) No. 047-2013, appointed an Evaluation Committee (the "Committee"). On February 26, 2013, the Committee convened to review and discuss each responsive proposal. The selection committee unanimously ranked Thornton Construction as the top ranked firm. Pursuant to the City manager's recommendation, on May 8, 2013, the Mayor and the City Commission approved Resolution No.2013-28199 authorizing the Mayor and the City Clerk to execute a Pre-Construction Services Agreement with Thornton Construction, and per the requirements of the contract, the Construction Manager at Risk (CMR) shall coordinate with the ArchitecUEngineer (A/E) team and the City, the issuance of bid documents to a pre- approved list of subcontractors to obtain the pricing in order to develop the GMP. On February 7, 2014, Thornton Construction held their subcontractor bid opening at their offices located at 4300 Biscayne Blvd, Suite 207 in Miami in the presence of representatives of the City's CIP office, and AlE of Record, Bermello Ajamil and Partners Inc., and the bids were evaluated and thoroughly reviewed to insure that they encompassed the full scope of work. Following a number of discussions, evaluation of value engineering options, analysis of constructability recommendations, and negotiations, Thornton Construction submitted the final negotiated GMP in the amount of $1,175,220 (Exhibit A) and The GMP Amendment No.1 (Exhibit B) reflects the negotiated amount of $1,175,220, and a five percent owner's contingency in the amount of $58,761 for a project grand total of $1,233,981. In order to obtain further assurance that the best value for this project had been negotiated, the City contracted CMS Estimating Services {CMS), a consultant retained under the City's Constructability, Cost & Value Engineering Review Services contract, to perform an independent construction cost estimate; and the estimated construction cost as submitted by CMS is$ 1,213,722 (Exhibit C). The administration is of the opinion that based on the scope of work identified in the documents the final negotiated GMP is a competitive, fair and reasonable price for the construction of the Scott Rakow Youth Center-Ice skating Rink Mechanical Repairs. Construction duration of this project has been negotiated at 120 calendar days to substantial completion (approximately 4 months) and 30 days for punch list completion with an anticipated commencement in May 2014 (pending permit approvals). Advisory Board Recommendation: I NfA Financial Information· Source of .J!/? Amount Funds: 1 $1,020,132 ld....) 2 $213,849 OBPI '-... Total $1,233,981 Financial Impact Summary: N/A MIAMI BEACH 302-2054-069357 383-2054-069357 478 Account AGENDA ITEM --=-..:....:...~­ DATE_....;.._....;.._:.........._ -------------- ~ MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov COMMISSION MEMORANDUM TO: Mayor Philip Levine and Members FROM: Jimmy L. Morales, City Manager DATE: March 5, 2014 SUBJECT: A RESOLUTION OF THE MAYO AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND THE CITY CLERK TO EXECUTE GUARANTEED MAXIMUM PRICE (GMP) AMENDMENT NO. 1 TO THE PRE-CONSTRUCTION SERVICES AGREEMENT WITH THORNTON CONSTRUCTION COMPANY, INC., DATED SEPTEMBER 16, 2013, FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES FOR THE SCOTT RAKOW YOUTH CENTER ICE SKATING RINK, MECHANICAL REPAIRS, AND BUILDING RENOVATIONS PROJECT, IN THE AMOUNT OF $1,175,220 PLUS A FIVE PERCENT OWNER'S CONTINGENCY IN THE AMOUNT OF $58,761; FOR A GRAND TOTAL AMOUNT OF $1,233,981 WITH PREVIOUSLY APPROPRIATED FUNDING IN THE AMOUNT OF $213,849 FROM FUND 383 GO BONDS-PARKS AND BEACHES; AND $1,020,132 FROM FUND 302 PAY-AS- YOU-GO. ADMINISTRATION RECOMMENDATION Adopt the Resolution. KEY INTENDED OUTCOME SUPPORTED Ensure well-maintained facilities. ANALYSIS The Mayor and City Commission at its May 8, 2013, Commission meeting authorized the Administration to issue an RFQ for a Construction Manager at Risk (CMR) firm to provide pre- construction services and construction phase services via a Guaranteed Maximum Price GMP amendment for the mechanical cooling system replacement and building renovations for Scott Rakow Youth Center -Ice Skating Rink project which has been experiencing problems as identified by the facility operator. Request for Qualifications (RFQ) No. 22-2013TC was issued on December 14, 2012. Thornton Construction submitted their proposal and were interviewed along with one (1) other CMR Firm. On February 26, 2013 the selection committee unanimously ranked Thornton Construction as the top ranked firm. 479 Commission Memorandum -Thornton Construction GMP for the Scott Rakow Youth Center Ice Rink Mechanical Repairs March 5, 2014 Page 2 Pursuant to the City manager's recommendation, on May 8, 2013, the Mayor and the City Commission approved Resolution No.2013-28199 authorizing the Mayor and the City Clerk to execute a Pre-Construction Services Agreement with Thornton Construction. These Services included review of the project requirements, existing on site conditions, preliminary budget evaluation, project scheduling and phasing, value engineering, and constructability recommendations to the design consultants. Per the requirements of the contract, the CMR, coordinates with the Architect/Engineer team and the City, the issuance of bid documents to a pre-approved list of subcontractors to obtain the pricing in order to develop the GMP. On February 7, 2014, Thornton Construction held their subcontractor bid opening at their offices located at 4300 Biscayne Blvd, Suite 207 in Miami in the presence of representatives of the City's CIP office, and AlE of Record, Bermello Ajamil and Partners Inc. The bids were evaluated and thoroughly reviewed to insure that they encompassed the full scope of work. The GMP was formulated based on the lowest responsive bid for each element. The GMP was then negotiated with the CMR to obtain the best possible price based on the specified project scope. Following a number of discussions, evaluation of value engineering options, analysis of constructability recommendations, and negotiations, Thornton Construction submitted the final negotiated GMP proposal in the amount of $ 1,175,220 (Exhibit A). The GMP Amendment No.1 (Exhibit B) reflects the negotiated amount of $ 1, 175,220, and a five percent owner's contingency in the amount of $58,761 for a grand total of$ 1 ,233,981. In order to obtain further assurance that the best value for this project had been negotiated, the City contracted CMS Estimating Services (CMS), a consultant retained under the City's Constructability, Cost & Value Engineering Review Services contract, to perform an independent construction cost estimate. The estimated construction cost as submitted by CMS is $ 1 ,213, 722 (Exhibit C). The administration is of the op1mon that based on the scope of work identified in the documents the final negotiated GMP is a competitive, fair and reasonable price. The construction duration of this project has been negotiated at 120 calendar days to substantial completion (approximately 4 months) and 30 days for punch list completion. It is anticipated that this work will commence in May 2014 (pending permit approvals). The anticipated Project Schedule for the construction of the mechanical cooling system replacement and building renovations for Scott Rakow Youth Center-Ice Skating Rink project is as follows: Commission GMP Award: Notice to Proceed Number One: Notice to Proceed Number Two: Project Completion: 480 March 2014 April2014 May 2014 September 2014 Commission Memorandum-Thornton Construction GMP for the Scott Rakow Youth Center Ice Rink Mechanical Repairs March 5, 2014 Page 3 CONCLUSION The Administration recommends the approval of the attached resolution authorizing the Mayor and the City Clerk to execute Guaranteed Maximum Price (GMP) Amendment No. 1 to the Pre- Construction Services Agreement with Thornton Construction Company Inc., dated May 8, 2013, for Construction Management at Risk Services for the Scott Rakow Youth Center -Ice Skating Rink project, in the amount of $ 1,175,220 and a five percent owner's contingency in the amount of $58,761; for a grand total amount of $1 ,233,981 from previously appropriated funding. Attachments: Exhibit A -Thornton Construction,-Construction Management at Risk GMP Proposal Exhibit B -Thornton Construction Company Inc, Amendment # 1 Exhibit C -CMS-Third Party Estimate of Construction Costs JLM/~M/HC T:\AGENDA\2014\March5\Scott Rakow-Ice Rink mechanical repairs\GMP amendment 1 approvai-Memo.doc 481 Exhibit A in MIAMI BEACH GMP Owner: City of Miami Beach Project: Scott Rakow Youth Center Ice Rink Mechanical Repairs Project No. 019716 Location: 2700 Sheridan Avenue, Miami Beach FL Architect: Bermello Ajamil & Partners, Inc Submitted By: Thornton Construction Company, Inc. 4300 Biscayne Boulevard Suite 207 Miami, FL 33137 (305) 649-1995 February 24, 2014 ~'THORNTON 482 m tv\IAMI BEACH GMP Owner: City of Miami Beach Project: Scott Rakow Youth Center Ice Rink Mechanical Repairs Project No. 019716 Location: 2700 Sheridan Avenue, Miami Beach FL Architect: Bermello Ajamil & Partners, Inc Submitted By: Thornton Construction Company, Inc. 4300 Biscayne Boulevard Suite 207 Miami, FL 33137 {305} 649-1995 February 24, 2014 -~'THORNTON 483 -~'THORNTON February 24, 2014 Roberto Rodriguez Capital Improvement Projects Office City of Miami Beach 1700 Convention Center Drive Miami Beach, FL 33136 RE: City of Miami Beach Scott Rakow Youth Center Ice Rink Mechanical Repairs Guaranteed Maximum Price Mr. Rodriguez, Thornton Construction is pleased to present you with the enclosed Guaranteed Maximum Price for the City of Miami Beach Scott Rakow Youth Center. We have completed our review and qualification of each proposal received. Our recommendation for each trade has been made based on the lowest responsive bid in accordance with the contract documents prepared by Bermello Ajamil & Partners, Inc. The guaranteed maximum price for the construction of this project is $1,175,220. If you have any questions please do not hesitate to contact us. Very truly yours, Thornton Construction Company Cc: file ~ ·, I ,..-, ' I ' :}', .• ,,i c,,·: .: '\ " 1 _,/ _ , , r·_-:; >, ,-~ ' • rj .,,.!-> 484 ~ 00 CJ1 • , THORNTON Projecl Name: Owner: Date: ITEM No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 _ _1_7 ____ -Sc:ott Rakow Youtll c.nter ac. Rlftk MeciYnlc:al Repairs City of Miami Belldl, FL Febru.y 2'5, 2014 Final GUP SCHEDULE OF VALUES TRADE PACKACE BH•Bid Bid AIQrftlll No.I GENERAl CONDITIONS $ 94.133 ind'o w done w1 -• Dla GENEFW. REOUIROIENTS s 16,811 it1cfll I done wl bale bid TEMPOIV.RY PROTECTION OF Ia: s ~3.112 nlo BLEACtER RELOCATIONS s 1,808 "'" SEl.ECTIVf DfMOUT ION s 25,548 "'' METALS s 24,1100 "'' ROOFING REPAIRS s 'M91 "'" INSULATED LETAL WALL PIWELS s 46.392 $ 97,23l LOW EMISSIVITY CEl.ING SYSTEMS s 32,150 "'• GlASS & GLAZING s 630 "'" lXlOR OPENING REPAIRS l NEW CLOSER s 4,421 rio OR'r'WAU.l PI.ASTERING s 44,250 $ 14,000 PAINTING s a7.7S6 s (0,$90) FlOOR & BASE REPAIR s 2,213 nl• ICE RINK DASHER F'A~l REMOVAL & REINSTAllATION s 11,62!0 "'" HVAC $ i!OII,l'SO ria ELECTRICAL $ ~.501 s U50 SUBTOTAL $ 141,461 lot,7t2 CONTINGENCY· NIA (IIW<Iel' cwriolo """) 0.0% PAYMENT & PERFORIAANCE BONOO 1.5% $ 14,242 S 1,647 GENERALLIABIUTYINSURANCe 1.3% S 11,868 $ 1.372 G.C. FEE 0 9_0% S 78,046 S 1,783 PROPOSED SUBCONTRACTOR Tl'l<>rniCn Con&NUCIIM Cl>m~r. k>C Thomtcn ConatruciiOn Ccmpany. 1ne lhomtcn ConstNellon ComNny, Inc Thomll>l\ C01111tuelioll Company, InC Thomll>l\ C01111fUCiioll Campany, lno llnmsteel Corp Wellllle<Mch Rvollng CAS)IOt..,.,lliCIStoo Enefgla lnn<MIDDOICuol<Nrll<~ ~wGI.ou lhoml<lll Ccnolruclicn Ccmp.~~ny, Inc Thom1<111 CcnoiNelicn Comp.~~ny, Inc ~Ptinting ~ Constructicl> eem_,., 1nc Cucodaa Spao1ll SY$-KarLatT-DMign Eledtleal 1 a-... ~~~u~mumP.-Is 1.0su2sls 121,sesr-------------------1 Al. T 11 Fumlsh and inslalnaw 3" IIUc:k lniiUialed Melal Panels ~ eJddng plaster finish 111 wals .....,.,. lndicaled on A101 and plan HC!iondelails TOTAL GUARANTEED MAXIMUM PRICE INCLUDING BID ALTERNATE N0.1 $ lncl'd Above 1.175,220 Project: SCOTT RAKOW -ICE RINK MECHANICAL REPAIRS l.ocallon: 2700 SHERIDAN AYE Architect llennwllo Aj.,..il & PannatS, Inc. O...ner: City ollotiaml B•cn GENERAL CONDITIONS GENeRAL coNbifiON§ UMTRATE ITEM OI!~TlON Cl1"Y UNT ALL~ IL.allor -Incl. PRdJEet iZUWJIMENT ,.,, p .... ..._ 20 -1:1% i 2.3llii.OO P>ajoct~ 18 -511'10 i 1.01111.00 P>ajocl~ 18 -i!Xr.i l 2.3llii.OO ..,.,..~ 20 -5% ' 2.500.00 CONSTRUCliON ICH!D\JUHG P-O !'til-12 -II% 2.0110.00 ~ORT"TION EXPENSES PAijoCI-Tr-.....,., 200.00 Par11ing .,..., ~.00 PIIC!J.&CT EQUIPMENT AND $\JPI'I.IEII C......., & Prlnlon ISm 300.00 ~Niupor>dl.l-.nce 11m 301.00 ~~ -12$.00 PGIIIge. <=-* ondl'od !:< -153-00 ~,.._ -24$.00 ISUITOtAL - Project SCOn RAKOW ·ICE RINK MECHANIC lot. REPAIRS Locollon: 2700 SHERIDAN AVE AtdlltKt llenn4111o AjomU & Partneno,lnc. O...ner: City of Miami B•ch EXTENDED COIIT 3<.SlO.OO MOO 011 .,,«0.00 Z.SlO.OO 1.4-lO.OO 800.00 1.800.00 30o:oo 301.00 500.00 i12.00 980.00 §fi.13idi GENERAL REQUIREMENTS ITEM OIISCRPTION WETY i IECUJ&TY p----~ Fntl'uCIKII s.~o~yu._ ll~<:t>od< MISCEI..I.AIEOUS fXPfNSii$ "-'""'"• ~ ITEIII!ESCRIPTION SHi .c:CEU & irOAAGE FnEnnguilh .. ~-· Canoiruelion Caruonot Storogo T.....,...yP- IISCELUNEOOS EXPENSES -~ ~ Flnall'nljootCio..,._., s-T- TIJII'JKIUI'YTO!Iateu T«rrf~DfayWater T~Eiectrk: diWi5 fdflL PROJECt QTY 10 486 !!0.00 s u.oo s !!CCI.OO S 7:1.00 i 1511.00 1:1'11.00 OOelllED COST 200.110 8!.110 Z.tlOO.IIO 7~.110 100.1111 600.00 Ul!.DI NOTES fKlTE! NOTES ~ 00 ......... ITEM NO. 1 2 3 4 5 6 7 8 scon RAKOW YOUTH CENTER ICE RINK MECHANICAL REPAIRS TEMPORARY PARTITION-ESTIMATE BREAKDOWN MATERIAL TOTAL LABOR UNIT DESCRIPTION QTY UNIT COST MATERIAL COST 314" exterior orade oiYwood 21 BOS $ 35.28 $ 740.84 nla 2x4x6 wood studs@ 16" OC w/5% waste 527 LF $ 0.50 $ 265.51 nla 2x4x6 wood studs kicker suppon@ 16" OC w/5% waste 395 Lf $ 0.50 $ 199.14 n/a Fasteners -250 ct #8 x 3" wood screws 2 BX $ 40.98 $ 81.96 nla 501bs sand bags @ kicker support llil 4'0C 21 ea $ 3.85 $ 80.89 n/a Labor to construct new oartilion - 2 caroenters 16 hrs nla n/a $ 72 Labor to dismantle & remove oartlllon - 3 labors 10 hrs n/a n/a $ 48 TOTAL $ 1368 ... ·------L.....-···--·----L...-TOTAL TOTAL COST LABOR nfa nfa nfa nfa n/a n/a n/a n/a n/a n/a $ 1152 n/a $ 480 nla $ 1,632 $ 3000 -- ~ 00 00 -~'THORNTON Scott Rakow Youth Center Ice Rink Mechanical Repairs Subcontractor Bid Scope Leveling Sheet ----------------Temporary Protection of Ice Documents Received, reviewed, and has submitted Thornton Construction acknowledgement form confirming receipt of Instruction to bidders, drawings, specifications and Addendum No.1 Scope Furnish & install plywood sheathing, with taped joints for ice floor protection during performance of all ceiling work Remove floor protection at end of construction Coordinate floor protection _placement with Dasher Panel work Thornton Construction Company will self ~!form this scope Thornton Construction BID $ 23,112 y y y y GRAND TOTAL $ 23112 ~ 00 <0 ITEM NO. , 2 3 4 5 SCOTI RAKOW YOUTH CENTER ICE RINK MECHANICAl REPAIRS TEMPORARY PROTECTION OF ICE-ESTIMATE BREAKDOWN MATERIAl TOTAL DESCRIPTION OTY UNIT COST MATERIAL 314" exterior arede PlYwood wf 10% waste for curve cuts ~8.95 BDS $ 35.28 $ 9,487.99 duct tape joints between boards@ total If • 3,034'/165' each rol = 18.39 rolls (use 19 rolls) 19 Rolls $ 5.00 $ 95.00 Labor for plaoement of materials & removal after construcllon-2 carpenters @ 0 .55/hr per sheet. which is 8,606 salt I 32 saft x 0.55hrs 147.92 hrs nla nla Ournosters 6 ea $ 384.45 $ 2.306.70 Oeliverv,offloading, material movement-pallet lack rentals @ Qty-2 1 wk $ 497.55 5 497.55 Equipment delivery & removal 1 ea 5 75.00 $ 75.00 TOTAl $ 12,462 ---LABOR UNIT TOTAL TOTAL COST COST LABOR nla n/a nla nla nla nla $ 72 $ 10 650 nla nla nla nla nla n/a nla n/e n/a nla $ 10650 $ 23,112 ~ (Q 0 .-... ~'THORNTON Scott Rakow Youth Center Ice Rink Mechanical Repairs Subcontractor Bid Scope Leveling Sheet Subcontractor Name: BLEACHER GRANDSTAND RELOCATIONS BID Documents Received, reviewed, and has submitted Thornton Construction acknowledgement form confirming receipt of Instruction to bidders drawinas specifications, and Addendum No.1 Scope Include all labor to remove existing grandstand bleachers to perform paint and wall panel related scones GRAND TOTAL Thornton Construction Company will self perform this scope Thornton Construction $ 1,908 y y $ 1 908 ~ (Q ~ ITEM NO. 1 2 3 SCOTT RAKOW YOUTH CENTER ICE RINK MECHANICAL REPAIRS BLEACHER RELOCATIONS-ESTIMATE BREAI<OOWN MATERIAL TOTAL DESCRIPTION QTY UNIT COST MATERIAL Labor for movement of eldstlng grundslllnd bleachers for construction work related activities -painting. and wal panel installations - 4 labors @ 16hrs 16 hrs nla nla Material movement-pallet jack rentals @ Qty-2 1 wk s 500.00 $ 500.00 TOTAL s 500 LABOR UNIT TOTAL TOTAL COST COST LABOR $ 68 $ 1,408 nla nla nla nla $ 1,408 $ 1908 ~ (Q f\) -''THORNTON Scott Rakow Youth Center Ice Rink Mechanical Repairs Subcontractor Bid Scope Leveling Sheet ~ Subcontractor Nama: Demolition BID Documents Received, reviewed, and has submitted Thornton Construction acknowledgement form confirming receipt of Instruction to bidders drawims soecillcations and Addendem No.1 Scooe Removal of plaster metal lath stud framing oartilions & insulation board at wall area indicated on demolilion olans Removal of gypsum board ceilings for mechanical work where indicated. Assume an area of 4' K 8' at existing hard ceilings where note indicate cellino removal on demolition reflected celllna olan Removal of existinQ ceilinQs shown on demolition reflected ceilino olan Removal of duct work and related materials placed on ground bv mechanical contractor Removal of AHU condensors, and related eauiomenl after disconnection bv MEP trade Dumpsters for demolition scope Include anv and all scaffoldinq & e<Juioment for elevated work GRAND TOTAL Thomton Construction Comoanv will self oerform this scooe Thornton Construction $ 25,546 v v v v y y y y $ 25648 ~ (Q w ITEM NO. 1 2 3 4 5 6 7 8 9 10 SCOTT RAKOW YOUTH CENTER ICE RINK MECHANICAL REPAIRS DEMOLITION· ESTIMATE BREAKDOWN MATERIAL TOTAL DESCRIPTION QTY UNIT COST MATERIAL Removal of plaster. metallalh. stud framing partitions & insulation board at wall area indicated on demolition Pl&ns 105.6 lvs nla nla Removal of gypsum board ceimgs lor mechanical work where indicated. Assume an area of 4' x 6' at existing hard ceilings where note indicate ceiling removal on demolition rafleded celing plan 16 In nla nla Removal of existing ceilings $hown on demolltlon reflected ceilng plan 16 hrs n/a nla Removal of duct work and related materials placed on ground by mechanical oonllactor 16 hrs nl• n/a RllfllCMII of 1\HU, oondensoB, and related equipment after discomection bY MEP trade 12 hrs nla nla I Dumpsters for demolition scope (10)@ $500/ea 10 ea $ 500.00 $ 5,000.00 Equipment 6ft • 25' eleclrlc $dssors at 4wk rental 4 wks $ 500.00 $ 2,000.00 Equipment delivery & removal 2 ea $ 265.00 $ 530.00 Crane rental • 16hrs @ $120/hr 16 hrs $ 120.00 $ 1,920.00 Demollion cr--(1 foreman@ $24/hr + 3 labors@ $16/hr). 1.35 boo:!en .. $97 .201craw hr ··--TOT~ ·--L-.. -·-·--·--··-$ 9,450 LABOR UNIT TOTAL TOTAL COST COST LABOR s 97.20 $ 10,264 $ 97.20 $ 1.555 $ 97.20 s 1.555 $ 97.20 s 1.555 s 97.20 s 1,166 !\Ia nla nla nla nla nla nla $ 1_6,0~ '---~5 .... ~6- ~ (Q ~ .,THORNTON Scort Rakow Youth Center Icc Rink Mechanical Repairs Slii:J~ontractol 8id Scope Le'w"eUna Sheet ~uDContrac:&or Name: UETAL.S BID Do<:urNntl Rec"'-· r•-· ano ""' :klbmllt8d Thcmllln ConsiNCtion ~~~~loom conlinning raeelpt of 1ns1ruct1cn to -rs drawinlls. · . and .-.-mum No.I Sccoe Remavol of e.islina calwolk svslom as Daft of IICOt>e New <lllfvanozed metal catwalk .. ...., wilh 1·112" diameter "'moYIIble auanloalllnc SYStem lntluae wec!Q41 anctoots and aliiOdaled fa1101101S far inllalfallon o{-llems Prollido shoo drawirKI~ -.i01wd S. oealed bY local Ffoli6o Stn.r::IUial !no-whem ...-ified fo< !IC<IOI! ..... led Mems Subcontractor"' resoonsible far deanuo of Immediate WOI"< area uoon camolfttlrln olwOtk Subcontractor to DfllvicM own ""'"am&nt lor haistina mate-end ina!llllehon at war!< at elewled """'9 fO(....,. """"" Subcontract<:of mu&t llav8 flagmen IIIlO MOT operatians lot all deli.ery ol rnalellaiS. Including tranapMaticn and Mmcval ol crane and other llealri it®illlller"ll Ql1 ,;., Oit lite Sutx:cntract<:of mu&t ha,.. cerliftod welden fO( alllllllldiro:l aotiuitiots GRNtDTOTAL Thornton Canstruc:tlon COIIIDIIrN roocommonds lo a\Qid lllit; conttad to lhelowest lnd reSDaniMI bidder: Btunal .. l llnanstNI $ 24,1011 $ u . v v v u v v s 24100 s G.., ..... w.acung f'ort·"·Wolo -lnOu•Uies. Inc Sl<)'lfno s-• 21,1111 $ 33,280 $ 23,630 $ 33,920 ¥ v y oendina ¥ n n oendina ¥ y • • y y • v y • • Mndlna v v v candlno v v v Delldlna v v v oencllna v v v oendlna 28 !1111 $ :n.no $ 23630 s 33820 ~ (Q CJ1 I I -''THORNTON Scott Rakow Youth Center Ice Rink Mechanical Repairs Subcontractor Bid Scope l evelmg Sheet .,. .. ..,._..,.,,, .... v,_ ....... _. ROOFING BID Doeu~nl$ Received. reviewed, and tlas submitted Thomlon Con$1ruCtion ackno\>Aedgement form conf'm\lng receipt ot Instruction to bidc:lers dra\Mnas. soecificalions. and Addenden No.1 S~ope Include as oart of 9COOe removal of existino curbs at AIC units scheduled to be reolaced New flashino for new eouinment curbs refer to Dian details-at 25x4 roof curb Perform new roofing repairs to curbs as required to maintain manufacturer's warrantv New 22CA galvanized sheet metal curb cover. painted l'oilh roof compound per details-pitch pan detail as shown on A102!41 New roof patch and Dashing for existing root penetratiOns schedUled to be capped or abandoned. Refer to plan details for patch reQuirements Remove exlsUno roof membrane material to allow for new root materiaiiiH-In and fla•h and aatch after inot,.llation. GRAND TOTAL ThOrnton Construction Company recommends to awan:llhis contract to the lowe5t and respansive bi<J(Ief: Weather· Tech J Roofln!l & Waterproofing n••m .. •o•c;n Roofing & A·10uran Roofing Prudentl5 Roofing T~lple M Roofing Waterproofing no bid s 19,000 no bid s 9,891 y y n v v y v y v v y ... y v nobld s 19 000 no bid $ 9 891: ~ (Q 0) -''THORNTON Scott Rakow Youth Center lee Rink Mechanical Repairs Subcontractor Bid Scope Levellng Sheet ..,;1\.U,..,._ooo-..,..,,,.,..,.,,, •. INSULATED METAL WALL PANELS BID Documents Recerved, reviewed. ~;~nd has SUbmitled ThOrnton Construction adu~nllorm coolirming receipC of lnWuclion to bidders. drawinqs specifiCations and Addenden No.1 Scooe Basis of Deslan: Kinosoan Insulated oanals. Olltlmo Series 3" thick x 24" wklth ~--~~" Acceotable manufacturers: CENT RIA AroMectural Svstems Mett.SMn LlC New 3" lhick 1niUiated metal panels instaHad over metal studs & ht.hllt channels on South wall of lea rink per plan ~mit shown. Pai'IEII insrallation to beain at above finish floor elevation Shown to underside of structure deck oar clan detaHs Panel work to include the ~aht o.auae framino as shown on IYDical detaii6/A200 for a com clute tum-kev SCODII Include 718" hi-hat chMnels to be installed per olan details Include all required fastening clips, aluminum angles & base 8><lrusions. al'ld galvanired metal bottom trim lor panel rnstallation Subcontrac1or must field venfv existino wall ffiQunted iletm1 and new oenetralions lot Dllnel cut-<1uts. Refer lo specification seclion 074213 for required manufacturer wall'anty periOds, 2yrs from date of Substantial Com(11etion, & 20yrs Finish Warranty period from date of Substantial ecmotation Bond Subtotal BID ALTERNATE I Alternate No.1:-Furnish an!llns1811 new 3" thick insulaled metal panels CMJr a~i&ling plaster finish, at walls where I indicated on A 101 and clan section details 5tco has numerous miSSIM scooe of ..ar1< items excllJde(l from their bid GRAHDTOTAL Thornton Construction Cornjlen'f recommends to award this contract to the lowest end responsive bldd4tr. CA Systems, Inc s s s I s Florida Sl••l Bulldlnv Carro• M•tal Stco Systems CA Systems, Inc Concepts 35,000 no bid s 45,000 no bid " v usln" Centrla usina Kinosoan uskro Centria usina Kinoso~~n y y n-bvothers n-bv others n-hvntlw>rs y v y to be dona onslle lo be done ensile y y I 700 $ 1.392 I I 35700 s 46 392 I 71400 s 117 232 107100 no bid s 143 624 no bid ~ (Q ....... -~,THORNTON Scott Rakow Youth Center Ice Rink Mechanical Repairs Subconlractor Bid Scope leveling Shllet ~'loi"'""'W'.floiG"""U""ill .......... LOW EMISSIVITY CEILING BID Documents Received, reviewed, and has submitted Thornton construction acknol/llledgement fofm confirming receipt of Instruction to bidders draYiinos soeclficallons and Addendum No.1 §.C::~fMl Basis of Desian: Astro-Rink Acceptable Manufacturers: EneShield & I R-HO Foii/Fiberalass Polvester Blend Fabric Faclna ICA Construction LLC New Low-E reftective ceiling fabric to be installed between steelloists oer Dian details Maintenance consistent fabric level durina Installation of material Steel U-bar studs to be attached to existing steel deck Ylith zinc plated self-drilling screws noted In specs. Reflected ceiling plan note regarding the 1-1/4" metal studs is synonymous with 072101 2.3 Materials Item B, Steel U·bars noted as part of scope Include _provisions in bid to accommodate ceillna Items such as ductwork liahts, conduits etc that attaches to the deck LowE ceiling insulating membrane should composed of 2 layers of bl.bble ftlm !Mih reinforced metallzed aluminum films on both sides (MPET I Bubble I Bubble I MPET). The material to be reinforced to prevent damages caused by pucks and other flying objeCts Include Ylilh bid an installation reference list with a minimum of 10 previous Low E ceiling system Installation of similar size project and scooe. bv this subcontractor Include own equipment ladders scissor Hfts boom lifts etc to oerform scooe of work Submittals i shoo drawinas I samoles If materials are shipped to jobsile, subcontractor !Mil coordinale wilh GC and must have personnel onsite to inspect, accept deliveries. and transPOrt material to onsite sloraae area or secured area within buUdina. Sales Tax on material GRAND TOTAL Thornlon Construction Company recommends to award this oontract to the lowest and responsive bidder: (TBD) pending flnaloroduct selection Energle Innovation, Custom Ice USA, Inc Inc R&R Speclaltln s 32,850 $ 2i,970 $ 37,500 y v oendlna n v oendina usina Eneshleld y oendl_ng_ v y oendill!l v v oendlng n-usiog cable suspended svstem v oendlna v v oendlno uslno Eneshield v oendlna y y oendlno y y pendino y v oendlna y to coordinate to coordinate .Y $ 1 392 v s 32850 s 31 362 s 37500 ~ (Q 00 Subcontractor Name: Documents -~'THORNTON Scott Rakow Youth Center Ice Rink Mechanical Repairs Subcontractor Bid Scope Leveling Sheet DOORS, FRAMES & HARDWARE BID Received, reviewed, and has submitted Thornton Construction acknowledgement form confirming receipt of Instruction lo bidders drawinas specifications and Addendum No.1 Scope Furnish and install New Weatherstrippino at the following doors· Pair of exterior doors at Entry 116 Vestibule Pair of interior doors at Entrv 116 Vestibule New Door Closer by LCN or equal at one of the interiorpair of door at Vestibule 116 Repair HM frame at one set of interior pair of doors at Vestibule 116 GRAND TOTAL Thornton Construction Company will self perform this scope Thornton Construction $ 4,421 v y v y y y $ 4421 ~ (Q (Q ITEM NO. 1 2 3 4 SCOTT RAKOW YOUTH CENTER ICE RINK MECHANICAL REPAIRS DOORS & HARDWARE-ESTIMATE BREAKDOWN MATERIAL TOTAL DESCRIPTION OTY UNIT COST MATERIAL New Weather-stripping tor (6) pail's & ( 1) single door 7 kit $ 293.16 $ 2052.12 New LCN 4040XP Closer w/689 Aluminum Finish 2 ea $ 736.50 $ , 473.00 Installation-1 technician 28 hrs nla n/a TOTAL $ 3,525 LABOR UNIT TOTAL TOTAL COST COST LABOR n/a n/a n/a nla $ 32.00 $ 896 s 896 $ 4421 U'l 0 0 -~'THORNTON Scott Rakow Youth Center Ice Rink Mechanical Repairs Subcontractor B1d Scope L•veling She"t WIUUiwVIU·I·"''"'' ~"llllfV, PAINT BID Documents R~eived. reviewed, and has submitted Thornton Conslruction acknowledgemenllorm continning receipt of Instruction to ~•-;Ji!~rs. drawill!IS. saecilications and Addendum No.1 Scooe Pro~ide n.aint flnilih at the followlno room ar.,as lncludad bUI not limited below:· Pa1nt DUbJ1c side ol tamoorarv Dlvwood Dllr1iti0n 18'hll at Dellverv Atea Manaaer's Office walls & celinas ! Ice Rink Ceilino Are• l~-~·ce!!~!fiL~m.t19.al main entrer'ICe entN vestibule 'New drvwall ceiling at locker room vestibule Walls ~~ RTP5 oent house new catwalk insteDation ooints Review specifications for approved paint manufacturers. product requirements. appropriate layers ol coaling, etc for a comolete oaint scooe of worl< Preoare all surfaces to receive oainl fonish. oer the soecification reouiremenls Surface preparation procedure lor ceiting bar joists alice Rink area, refer to noleli on DA102 in addition to section 0'.191 23. Me tel surface must be free of all rust and insoected bv enoioeer of ~ord orior to new oainl finish At exrsting hollow metel door framu & dOors to b8 repaired, paint oonlractor 10 sand and slrip down e•lsting finish lo bare metal and then repaint Include an allowance of 2 000 SF of additional wal area to b& a.alnted ~~~led bv CM. Include edge caulking al al painted surlaces when' the following ileiJl$ are instaled; door frames, window frame, & acoustical cei6no Provide submrttal data and samotes lor each tvna ol finish sDIIcified refer to soecilicalion manual lor reouirements lli~lude 2% additional attic stock of all mat&rials in orooosal Subtotal OlD AL TERN ... TE Include as part of base bid the pain~ng of Nolth, East, & West-Us of ice rink from finish floor to underside of roof dec*. If SoC Alternale lt1 for the l116ulaled Metal WaN Panels 1$ selected, the base paint scope at lhese wab will be part plan noles on A 101 and credll lo be ossued for panel wal areas not painted. GRAND TOTAL Thornton Com;truclion Company recommends to award this conlract to the lowest and responsive bidder. Rlghtway Pain !Ina Champion PalnUng s 114,400 v v v v v v v v v v v y y " v v s 114 400 ....dina !1. 114 400 Service Palntlrlg Rlglllway Painting The Painter Inc Florida $ 2'3,786 $ 51,845 s 75,418 s 14 000 y v y y ~ y y v II y v v y \1 y y v y y v v y v v y • v y v ' v y v v y y v y v v y n v y y V_ y y Is 37796 s 518-(5 s 75418 s 16.690.001 PENDING s 12737 s 31100 $ 51845 s 72681 U'l 0 ~ -----··-· -·-· .-.--···-· Documents -~'THORNTON Scott Rakow Youth Center Ice Rink Mechanical Repairs Subcontractor Bid Scope Leveling Sheet DASHER PANEL REMOVAL & REINSTALLATION BID Received, reviewed, and has submitted Thornton Construction acknowledgement form confirming receipt of lnslruction to bidders, drawinos specifications, and Addendum No.1 Scope Remove existing Dasher Board System and Glass Shield where indicated on plans Dasher system to be removed per orocedure note on DA 101 Panels to be stored at location provided by construction manager Existino panel svslem manufacturer bv Cascadia (888) 377-8000 Remove existing Dasher Board System and Glass Shield where indicated on plans If materials are shipped to jobsite, subcontractor will coordinate with GC and must have personnel onsite to inspect, accept deliveries, and transport material to onsite storage area or secured area within building. Replace panel system material damaged during removal and installation. GRAND TOTAL Thornton Construction Company recommends to award this contract to the lowest and responsive bidder: Cascadia Sports Systems I I Cascadia Sports Omnlsport, Inc Systems no bid $ 18,625 y_ i I y y v y v v y no bid $ 18 625 U'l 0 f\) • 'THORNTON Scott Rakow Youth Center Ice Rink Mechanical Repairs Subcontractor Bid Scope Leveling Sheel .......... l,oi,IIIUCII"""UI ........ 1;1, HVAC BID Documents Received, reviewed, and nas submitted Thornton Construction acknowledgement form confirming receipt of Instruction to bidders, dray,;nQS specifications and Addendum No.1 Scope Roof Too Unit Manufacturer bv BMIL Technoloales ·contact Tom Backman (252) n7-0994 Mini-split svstem Air Handline Unit bv Mltsublshl Dehumidifier Unit bv EBAC I EIP CS560 modei10264CS-US Exhaust Fans Motorized Dampers Test & Balance per specification reQuirements sho'NO in 230593 HVAC demo disconnects lncJudlno freon recoverv Condensate drain Dioino & drvwells Temp fillers and final fillers New ductwork suoolv & reJums EMC lnt~ation panels and control wirinQ Crane and MOT includino MOT Permit with Citv Subcontractor will also be expected to perform early scheduled work prior to installation of the new RTP-5 unit. to reduce the overaU installation tlme for lhis scooe Shop drawill!=IS & eQuipment submittals Provide Red Une AsbuUts oer soeciflcatlons Performance & Pavment Bonds Permit costs Subtotal BID ALTERNATE Include auickshio ootion available from eQuipment manufacturer 1o exoedite eouioment fabrication and deHverv time GRAND TOTAL Thomton Construction Company recommends to award this contract to the lowest and responsive bidder: Kar & Larrabbee Col tee Engineering $ 518,000 II v v y y v y v v 'I y y y y v y $ 6500 $ 524500 none available $ 524 500 Hill York Kar & Larrabee Poole & Kent $ 533,343 $ 499,300 $ 591,200 y v v \1 v v v II v y v y y v \1 n v v 'I v \1 y v II v v " y \1 y y v y y v v v v y tbd v v y y v v \1 y $ 8000 s 7490 s 5 912 n y v s 541 343 $ 506 790 s 597 112 none available none available none available s 541 343 s 506790 s 597 112 U'l 0 w -~'THORNTON Scott Rakow Y outb Center lee Rink Mechanical Repairs Subcontractor Bid Scope levelong Sheet VUV'-',...1-IUVI-V'II I"WMII~• El.ctrfcal BID Documents Received, reviewed, and has submitted Thornton Construction acknov.tedgement form confirming receipl of Instruction to bidders draW!nqs speciftcalions and Addendum No.1 Scope Electric demo Power to ne~ a/c eauioment Provode oower to a" low vol111<le control panels as required lor lhe complete operation ol the swtem New breaker lor new RTU Removal & relnstallation or items s""clfied lor new worll bv others E:nergy Management System (EMS)· included au condut and wiring & connection for the EMC Integration Panel, Rink Air Monitor and Exhaust Fans status reiav conlaels oer wirina dlaarams & resoansibllltv schedue on M1 04 Fire Alarm -devices. programming, wiring, termination,conduit, junction box. etc to be provided turn-key by Electrical Contractor & its vendor for anv removal, reinstallation or new devlces. New work to existing lire alarm system by Elftctrlcal Conlraelor. & its vendor Ia include addition of new devices and relocation of existing devices. Any modifiCation required to existing systems must be Included in electrician scope. This shall onclude removal and reolacement of exlstino wirina from Headend to terminal cabinets. Include all miscellanous steel suooor1 for mounllna of electrical di&connacls and oanels. Per1orm all electrical terminations of Nc eauioment to main oower. Permit cost Perlormance &_IJ;;ovment bond Subtolal BID AlTERNATE --Provide cost to remove, extend. and reinstall all existing wall hung device9, for all worll related 10 Allernete #1 Insulated Metal Wall panel system shown on A 1 01, Wall hung devices shalt include but not limited to the following; fire alarm pullststions exil devices ·unction boxes and securitv camera mount. GRAND TOTAL Thornton Construction Company recommends to award this contrael to the lowest and responsive bidder: Daalgn Electrical ·--Design ~trlcal Construction $ 56,618 v II II y II v II v v v " s 2833 v s 59 501 s 5250 $ 64 751 Primary Superior Electrical Elec1rlcal Ruben Electric Electrical Allance Corp c ontraclors Technology Contractors $ 89,500 $ 62,714 $ 54,500 s 97,200 y y v v I v y v v ! v y II v v v II v v v II v v v v pending v v v oendlna 'I II v oendlna " " v v v " y y v v v v v v $ 2.820 oendlna $ 1 635 v $ 92320 62714 s 56135 s 97 200 oendina incl'd s 3914 v-breakout rea'd $ 92320 $ 62714 s 60049 $ 97.200 ~'THORNTON QUALIFICATION AND ASSUMPTIONS Scott Rakow GMP Submittal 02/24/2014 1. 013216 -STAND UP REVIEW OF RTP-5 SUBMITIALS IMMEDIATELY AFTER NTP 1. 2. 013233-PHOTOS TO BE TAKEN FROM SUPERINTENDENT DIGITAl CAMERA. 3. 013300-SUBMITIALS TO BE SUBMITIED VIA E·BUILDER 4. 014000-All PERMIT COST TO BE REIMBURSED BY CITY OF MIAMI BEACH S. 014300-ALL TESTING BY CITY OF MIAMI BEACH 6. 014300-NO MICROBIAL REMEDIATION INCLUDED AND NO TESTING 7. 015000-CMR TO UTILIZE ALL EXISTING UTILITIES WITHIN AREA OF WORK. NO COST FOR TEMPORARY UTILTlES INCLUDED 8. 015200-CMR TO USE ROOMS{126,118,121,119(a),lZO(a),117,116) AS STORAGE ROOMS 9. 015200-CMR WILL HAVE EXCLUSIVE ACCES T0(126,118,121,119(a),120(a),117,116) DURING CONSTRUCTION 10. 015700-CMR TO INSTALL A TEMPORARY WALL AT OUTDOOR COVERED PLAY AREA. EXISTING FLOOR TO PER STAGING PLAN. THIS WALL WILL REMAIN DURING THE CONSTRUCTION PERIOD. 11 015800-NO EXTERIOR PROJECT IDENTIFICATION SIGNS SHOWN. NONE INCLUDED 12. 017133 -CMR TO INSTALL PLYWOOD OVER EXISTING ICE RM. 118. 13. 017133 -CMB TO TURN ON All EXISTING FIXTURES TO DETERMINE OPERATION PRIOR TO NTP2. 14. 017419-DUMPSTER TO BE HOUSED AT DELIVERY AREA THROUGH OUT CONSTRUCTION PERIOD. CLEAR ACCESS TO THE AMMONIA TANKS TO BE IN EFFECT THROUGH OUT THE CONSTRUCTION PERIOD. 15. 072100-LOWE CEILING SYSTEM AS PER SPECIFICATION. HIGHER NUMBER INCLUDED PER AE. CMR CANNOT GUARANTEE OR WARRANTY THERE WILL BE NO MOISTURE OR CONDENSATION ISSUES 16. 087000-NEW DOOR CLOSER TO BE LCN 4040XP WITH A 689 ALUM. FINISH 17. 093000-FLOORING FOR RM 127 FIGURED W SPRINGSTEP RUBBER TILES BY RUBBER FLOORING INC. 18. 211314-FIRE ALARM PANEL TO BE OPERATIONAL PRIOR TO NTP 1 19. IN THE EVENT OF UNFORSEEN UNDERGROUND CONDITION, EXISTING CONDITION AND OR DIFFERING SITE CONDITION PARAGRAPH 19 OF THE GENERAL CONDITION OF CONTRACT FOR CONSTRUCTION WILL PREVAIL. 20. GENERAL-EXISTING SOUND SYSTEM IN RM 127 TO REMAIN IN PLACE. SHEETING WILL BE USED TO PROTECT SOUND SYSTEM DURING CONSTRUCTION 504 U'l 0 U'l 11111 Demolition of Soulll wau or Rm 116 IIZI RelllOYit Dallier board and Stou • Remove al ceiling fix1rues end devicf.s ..-lnslallol prOiedian -Remove RU511rom Joist IIIII R-all inlerkW lluclwork as SChedule :1 • Retnove existing aJrVerl panitian Rm 127 Iii Remove 1111 plaster ceilings as Indicated on plan I Remove ulsllng access e<~!wnlk 1 Remoo.. all wal supported deviCeS I l!miiiB Palfll Joist • Rem011e al RTP unilt • Rem011e al RTP eleC1rical conduits ._ Install Low-E Geilori!'J -tnstaa New Ductwork ._ lnstaU N-wall filli&Ms Sooth or Ice Rink •••••Install Insulated wal panels -lnstah new wall in Rm 127 & 117 •Instal new window at Rm 127 .-. lnstan all Dlwa/1 ceilings l!lln$1aM an new .... alherslriplng at des.gnatad ri'> a Raimnan all wall supported d!Mces s Rainstaa Dashet boarcl -Paint an walll as s.how on finish Cl Reconnect a1 e~iSioog duel detectors I Connect al new FA de"lsas to pan a I -Con!Mid aU new units wKII exist. --------------------Lead lime forRTP ~ I lnslall RTP-5 D ln$tal New DehumidifierS Thornton Construction Company Inc. SCOTT RAKOW YOUTH CENTER • Instal Exhaust Fan 3 •••••rnalall all electriCal I Cap all eldsling I Cap a~ axishng roof ~Complete roofing around RTP-5 a Install oew Catwalk per detail -Early bar -Progress bar -Crlllcalbu -s....nmary bar • Start mUISIOnl point U'l 0 0) Thornton Construction Company Inc. SCOTT RAKOW YOUTH CENTER -Eirlybar -Progress bar -CrltiCIIblr -Summary b1r • Slart mlle~klne point z < --' Q_ u ;:::. (,•:· (.'5 c -I LJ f- (/) 0 z <{ () lL ., <'( 0: f-., 0 w u z <:{ z LL f-z < ~~ 2 '"lr-r ~~ 507 ; I 1_•::··13 ' I / r j • _I! ' I ! U'l 0 00 :,~~~~~n_-~·:r>~-:·,;: __ ;;;..;",.~-~,c~~::7: ~-~: ~:~:_:~-.. ~r~'!-~~""'~ ~· .t.':.~r:·._ >~-~-:~.. -~·; _.. . __ .> ... ,:., . . ..~-.. ::.t\ _._,,~-:~~, -. ~, ~ ~, ·'" · ..... _ ~... · :_,\ ~ ~--; . .-.•/.4 .;;,.,· ;,~ ~ .. :.:;.. ~:t.· ~ ..... · PROJECT APPROACH INTERIOR DETAILS ~·w~· 1 .. ,.. ~ ~ '----~~~ --' ~;, -·· :JfiBrii tiJl_l --~ •,::~· ../'"' ~~ ·;JJ~ RE:.100£:L MANAGER'S OFFICE g 't~~ • ' 1"-";'i I I . : 0..,' ·\__,-,-;· . ~.-·,' l;,',•+' ~~ • :.~~: J·lST;\u : (l\t.' 2-CEILING 0 RELOCATE FIP HEADS & LIGHTS '" .... ~ 1. -, ··--·-~ -~-.1 ¥ ,_ '· fl TEMPORARY BARRIER WALL 0::: 0 -0::: w 1-z I:· ':I ·~ 509 Exhibit B GMP AMENDMENT No.1 GUARANTEED MAXIMUM PRICE (GMP) AMENDMENT N0.1 TO THE AGREEMENT FOR PRE- CONSTRUCTION SERVICES BETWEEN THE CITY OF MIAMI BEACH, FLORIDA, AND THORNTON CONSTRUCTION COMPANY, INC., FOR CONSTRUCTION MANAGER AT RISK SERVICES PURSUANT TO RESOLUTION NO. 2013-28199 ENTITLED "CONSTRUCTION MANAGEMENT AT RISK PRE- CONSTRUCTION SERVICES FOR THE SCOTT RAKOW YOUTH CENTER ICE SKATING RINK, MECHANICAL REPAIRS, AND BUILDING RENOVATIONS. THIS GMP AMENDMENT N0.1, made and entered into as of this __ day of , ("GMP Amendment No 1") amends that certain Agreement between Owner, the CITY OF MIAMI BEACH, FLORIDA (also, City) and Construction Manager, Thornton Construction Company, Inc., (hereinafter Construction Manager or CM), made as of the day of , for the following described Project: Scott Rakow Youth Center 2700 Sheridan Avenue Miami Beach, FL, 33139 WHEREAS, the Owner and the CM have agreed to amend the Agreement in the manner set forth herein. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, in the Agreement and the other Contract Documents and for such other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the Owner and the CM do hereby agree as follows: 1. This GMP Amendment No. 1 is executed in connection with, and is deemed to be part of the Agreement and the Contract Documents. Wherever the terms of this GMP Amendment No. 1 and the terms of the Contract Documents are in conflict, the terms of this GMP Amendment No. 1 shall govern and control. The terms used herein, unless otherwise defined in this GMP Amendment No. 1 shall have the meanings ascribed to them in the Contract Documents. 2. The following are hereby incorporated into the Contract Documents and made part thereof: a. The construction documents listed on Attachment I, GMP Amendment No.1, attached hereto, which are made a part of the Contract Documents by this reference (the "Construction Documents"); and b. The specifications listed on Attachment II, GMP Amendment No.1, attached hereto, which specifications are made a part of the Contract Documents by this reference (the "Specifications"); and c. Those documents listed on Attachment Ill, Additional Contract Documents, refer to the executed pre-construction services agreement, attached hereto, are made a part of the Contract Documents by this reference; and 510 d. Those documents listed on Attachment IV, GMP Amendment No.1, GMP Book inclusive of CM's Proposal, Qualifications and Assumptions attached hereto, are made a part of the Contract Documents by this reference; and e. Those documents listed on Attachment V, GMP Amendment No.1, the CM's Salary and Wage Schedule attached hereto, are made part of the contract Documents by this reference; and f. The Scope of the Work for the Scott Rakow Youth Center Ice Skating Rink, Mechanical Repairs, and Building Renovations, contemplated in this GMP Amendment No.1, and as described in Attachment I, GMP Amendment No.1, is hereby incorporated into the Work; and g. The Project Schedule will be provided for this Project and is set forth on Attachment VI- GMP Amendment No.1, attached hereto, are made a part hereof by this reference; and h. The CM's Onsite Management and Supervisory Personnel for this Project shall be set forth herein, and incorporated as Attachment VII to this Agreement. i. The date of Commencement for the construction of the Scott Rakow Youth Center Ice Skating Rink, Mechanical Repairs, and Building Renovations in this GMP Amendment No.1, shall commence upon the issuance of Notice To Proceed (NTP) # 2, by the parties hereto (the "Date of Commencement"). j. The CM shall achieve Substantial Completion of the Work for the Scott Rakow Youth Center Ice Skating Rink, Mechanical Repairs, and Building Renovations as contemplated in this GMP Amendment No.1, no later than 90 calendar days from the issuance of NTP # 2, the Date of Commencement {the "Contract Time"), and Final Completion, not later than thirty (30) calendar days from the date of Substantial Completion. Failure to meet either the Substantial Completion or Final Completion dates shall be a material breach of this Agreement and liquidated damages will be assessed thereinafter. k. Upon failure of the CM to substantially complete the Work contemplated in this GMP Amendment No.1, within the specified period of time, plus any approved time extensions, CM shall pay to the City the sum of $1 ,400 for each calendar day after the time specified in subsection 2U) of this Amendment. I. The Guaranteed Maximum Price (GMP) for the Scope of Work contemplated in this GMP Amendment No.1, for the Scott Rakow Youth Center Ice Skating Rink, Mechanical Repairs, and Building Renovations, is hereby guaranteed by the CM not to exceed the sum of $1,175,220 (GMP Amendment No.1), based upon the entire Scope of the Work as described in the Contract Documents, as amended herein. and including, but not limited to, the Construction Documents and the Specifications, subject only to additions and deductions by Contract Amendment(s) or Construction Change Directive, as provided in the Contract Documents. The GMP for GMP Amendment No.1 is more 511 particularly itemized in the Schedule of Values prepared in accordance with the terms of the Agreement, which Schedule of Values is attached hereto as Attachment VIII-GMP Amendment No.1, and made a part of the Contract Documents by this reference. Included in the Schedule of Values and specifically identified herein, the Owners' Contingency as defined in Article 1.19 of the Pre-Construction Services Agreement is in the amount of $24,000. m. Should the CM realize any savings from the negotiated Schedule of Values, incorporated as Attachment VIII, the City shall receive 75% of said savings with no line item integrity. The City reserves the right to audit any and all contract related documents at any time during the Project and at the end of the Project. n. The CM shall provide Commercial General Liability Insurance, Automobile Liability Insurance, Worker's Compensation Insurance, and Builder's Risk Insurance, in compliance with the provisions of Article II, Insurance and Bonds of the General Conditions of the Contract for Construction. o. The CM shall provide the Public Construction Payment Bond and the Public Construction Performance and Guarantee Bond, in compliance with the provisions of Article II, Insurance and Bonds of the General Conditions of the Contract for Construction. p. By executing this GMP Amendment No.1, the CM acknowledges that it has ascertained and verified all existing underground utilities and has coordinated all correct locations for points of connection for all utilities, if any, required for this Project and has identified all clarifications and qualifications for this Project, if any. Utility Locations shall be identified by the CM and all existing utility connections will be capped as needed, as noted in the Qualification and Assumptions Statement. q. To the extent that the Owner has authorized the CM, in writing, to perform the Work contemplated in this GMP Amendment No.1, for this Project with the CM's own forces, the salary and wage schedule for the CM's personnel performing such portion of the Work, agreed upon by the City and the CM, shall be as set forth on Attachment V-GMP Amendment No.1, attached hereto, and is made a part of the Contract Documents by this reference. The CM warrants and represents that the salary and wage schedule includes the comparable market rates (including any and all benefits, contributions and insurance) charged by the CM for comparable contracts to other business and individuals for similar services, and that such rates are not higher than the standard paid for this Project, Scott Rakow Youth Center Ice Skating Rink, Mechanical Repairs, and Building Renovations . r. Except as expressly provided herein above all of the terms, conditions, covenants, agreements and understandings contained in the Pre-Construction Contract Documents (and as may have been amended pursuant to GMP Amendment No.1), shall remain 3 512 unchanged and in full force and effect. and the same hereby expressly ratified and confirmed by the City and CM. s. This GMP Amendment No.1 may be executed in several counterparts, each of which shall be deemed an original but all of which shall constitute one and the same instrument IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATTEST: THE CITY OF MIAMI BEACH Rafael Granado, City Clerk ATTEST: By: Thomas Thomton Treasurer/Secretary Philip Levine, Mayor CONSTRUCTION MANAGER/ Thornton Construction Company, Inc. 4300 Biscayne Boulevard # 207 Miami, Florida 33137-3255 Florida Contractor License: CGC 058425 By: ( Thomas Thornton President 0 Attomo~ Dato 513 4 Exhibit C CONSTRUCTION MANAGEMENT SERVICES, INC. 10 Fairway Drive • Suite 301 • Deerfield Beach, Florida 33441 • 9M-481-l611 • FAX 954427-3142 SCOTT RAKOW YOUTH CENTER ICE RINK MECHANICAL REPAIRS 2700 SHERIDAN AVENUE, MIAMI BEACH, FLORIDA 100°/o CONSTRUCTION DOCUMENTS ESTIMATE (R1) MIAMI BEACH PROJECT# 019716 February 19, 2014 PREPARED FOR: CAPITAL IMPROVEMENTS-CITY OF MIAMI BEACH PREPARED BY: CMS-CONSTRUCTION MANAGEMENT SERVICES, INC. CMS FILE# 2127 Quantity Surveyors • Constt·uction Managers 514 QUALIFICATIONS CMS-CONSTRUCTION MANAGEMENT SERVICES, INC. Confidential Page 1 CMS-Construction Management Services, Inc. 10 Fairway Drive, Suite 301 Deerfield Beach, Fl 33441 954-481-1611 CMS FILE# 2127 SCOTT RAKOW YOUTH CENTER MIAMI BEACH, FLORIDA 100% CONSTRUCTION DOCUMENTS ESTIMATE (R1) February 19, 2014 QUALIFICATIONS # ITEM 1 I THIS COST ESTIMATE IS BASED ON A STANDARD OPEN-BID PROCESS. 2~TIF TYPE OF CONTRACT: "CM·AT-RISK." ADD APPROXIMATELY 15 TO 20°/a TO THE COST. ~ 3 'GENERAl CONDITIONS ARE BASED ON A 12% OF CONSTRUCTION COSTS. ·-- .. -·-··· ----- THIS ESTIMATE IS BASED ON PLANS & SPECIFICATIONS BY BERMELLO AJAMIL & PARTNERS, 4 INC., DATED JANUARY 20,2014. __ _ _ Due to the present volatile nature of the construction market, construction material cost 5 could change su~sti!ntially prior to constru~tion. ------- 6 B1.Jil.91n_~tPermits are included. .. ' --.. 7 Testing is NOT included. ··~ -- 8 Asbestos abatemenVremoval is NOT included. --- 9 . Impact f~es O[ other utility company ~harg_es are not included. ···-- 10 Offsite storage is not included. -·· . .. 11 Night watchmen/Security guard services are NOT included. 12 Exterior painting i~ not ir19luded {none shown)_ _ ,. ·- 1~ All ~!_owa!1ce of $2,500.00 hi\ls been included for structural in_~ection of steel bar joists. _,_ .... _ -· 14 Pedestrian MOT, _is inclllded in the General9onditions for the General Contractor. 15 Premium time and Phasing are NOT included. Preparad by Dan Jeffreys 2/1912014 Page 1 515 SCOTT RAKOW YOUTH CENTER ICE RINK MECHANICAL REPAIRS 100% CONSTRUCTION DOCUMENTS ESTIMATE (Rl) February 19, 2014 SUMMARY 516 I $ L095,6n.30 I RESOLUTION NO. _____ _ A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND THE CITY CLERK TO EXECUTE GUARANTEED MAXIMUM PRICE (GMP) AMENDMENT NO. 1 TO THE PRE-CONSTRUCTION SERVICES AGREEMENT WITH THORNTON CONSTRUCTION COMPANY, INC., DATED SEPTEMBER 16, 2013, FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES FOR THE SCOTT RAKOW YOUTH CENTER ICE SKATING RINK, MECHANICAL REPAIRS, AND BUILDING RENOVATIONS PROJECT, IN THE AMOUNT OF $1,175,220 PLUS A FIVE PERCENT OWNER'S CONTINGENCY IN THE AMOUNT OF $58,761; FOR A GRAND TOTAL AMOUNT OF $1,233,981 WITH PREVIOUSLY APPROPRIATED FUNDING IN THE AMOUNT OF $213,849 FROM FUND 383 GO BONDS-PARKS AND BEACHES; AND $1,020,132 FROM FUND 302 PAY-AS-YOU-GO. WHEREAS, at the Commission meeting of May 8, 2013, the Mayor and City Commission authorized the Administration to issue an RFQ for a Construction Manager at Risk (CMR) firm to provide pre-construction services and construction phase services via a Guaranteed Maximum Price (GMP) amendment for the mechanical cooling system replacement and building renovations for Scott Rakow Youth Center-Ice Skating Rink project; and WHEREAS, a request for Qualifications (RFQ) No. 22-2013TC was issued on December 14, 2012, seeking proposals and three CMR firms were interviewed; and WHEREAS, on February 26, 2013 the selection committee unanimously ranked Thornton Construction as the top ranked firm; and WHEREAS, pursuant to the City manager's recommendation, on May 8, 2013, the Mayor and the City Commission approved Resolution No.2013-28199 Authorizing the Mayor and the City Clerk to execute a Pre-Construction Services Agreement with Thornton Construction; and WHEREAS, per the requirements of the contract, the CMR, shall coordinate with the Architect/Engineer team and the City, the issuance of bid documents to a pre-approved list of subcontractors to obtain the pricing in order to develop the GMP; and WHEREAS, On February 7, 2014, Thornton Construction held their subcontractor bid opening at their offices located at 4300 Biscayne Blvd, Suite 207 in Miami in the presence of representatives of the City's CIP office, and A/E of Record, Bermello Ajamil and Partners Inc.; and WHEREAS, the bids were evaluated and thoroughly reviewed to insure that they encompassed the full scope of work; and 517 WHEREAS, the GMP was formulated based on the lowest responsive bid for each element and was then negotiated with the CMR to obtain the best possible price based on the specified project scope; and WHEREAS, in order to obtain further assurance that the best value for this project had been negotiated, the City contracted CMS Estimating Services (CMS), a consultant retained under the City's Constructability, Cost & Value Engineering Review Services contract, to perform an independent construction cost estimate; and the estimated construction cost as submitted by CMS is $ 1,213, 722 (Exhibit C); and WHEREAS, following a number of discussions, evaluation of value engineering options, analysis of constructability recommendations, and negotiations, Thornton Construction submitted the final negotiated GMP in the amount of $1,175,220 (Exhibit A} and The GMP Amendment No.1 (Exhibit B) reflects the negotiated amount of $1,175,220, and a five percent owner's contingency in the amount of $58, 761for a project total of $1,233,981; and WHEREAS, the administration is of the opinion that based on the scope of work identified in the documents the final negotiated GMP is a competitive, fair and reasonable price for the construction of the Scott Rakow Youth Center Ice Skating Rink, Mechanical Repairs and Building Renovations project; and WHEREAS, the construction duration of this project has been negotiated at 120 calendar days to substantial completion (approximately 4 months) and 30 days for punch list completion with an anticipated commencement in May 2014 (pending permit approvals). NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby _accept the .recommendation of the City Manager, pursuant to approving and authorizing the Mayor and the City Clerk to execute Guaranteed Maximum Price (GMP) Amendment No. 1 to the Pre-Construction services agreement with Thornton Construction, dated September 16, 2013, for Construction Management at Risk Services for the Scott Rakow Youth Center Ice Skating Rink, Mechanical Repairs and Building Renovations project, in the amount of $1,175,220 and a five percent owner's contingency in the amount of $58,761, for a grand total amount of $1,233,981 with previously appropriated funding in the amount of $213,849 from fund 383 GO Bonds-Parks and Beaches; and $1,020,132 from fund 302 Pay-As-You-Go. PASSED AND ADOPTED this __ day of ____ , 2014. ATTEST: Rafael G. Granado, CITY CLERK Phllip Levine, MAYOR t:\agenda\2014\march\sryc ice rink-amendment 1\cmr scott rakow-ice rink amendment 1 reso 2014.doc S TO APPROVED A 518 /~ / FORM & LANGUAGE & FOR EXECUTION z..-~~_,.,{At Date THIS PAGE INTENTIONALLY LEFT BLANK 519