R7E-Accept Recomm -Waive Bidding Sunset Harbour Pump Stations Retrofit-DrainageAGEIIDA ITEI''
-
COMMISSION ITEM SUMMARY
The current construction contract with LANZO (the one awarded pursuant to the ITB) is a straight construction
contract, requiring the Contractor to proceed based on the Consultant's design, as the engineer-of-record, and does
not allow for a "design" component, which would, should the City determine, allow the Contractor to undertake the
design of the Stormwater system and the neighborhood improvements along 20th Street. Any subsequent
agreement to for the provision of design services is subject to competitive bidding under Section 287.055, Florida
Statutes (also known as the "Consultants Competitive Negotiation Act" or CCNA).
Given that the facts do indeed support the existence of a public emergency, to the extent that a waiver of the
bidding requirements under the CCNA is justified, the Administration recommends that course of action. The City
has a contract agreement with Lanzo Construction Co. for work associated with the reconstruction of Pump Station
#3, which includes the installation of a new pipe drainage and structures in the 20th Street right of way. The City has
commenced survey and geotechnical evaluation for the neighborhood improvements in the Sunset Harbour
Neighborhood. This work will not duplicate any of the existing contracted services. The proposed Design/Build
contract will allow for some of these neighborhood improvements to be completed along 20' Street while the road is
already open for construction. lmprovements include additional parking (referred to as a typical section),
landscaping, lighting, water, sewer, drainage and paving. Flooding on 18'n Street, from West Avenue to Purdy
Avenue will also be addressed with the installation of a new 42-inch stormwater drainage pipe, allowing for Pump
Stations No. 1 and No. 2 servicing this area. All other improvements to this street will be part of a future
neighborhood project.
THE ADMINISTRATION RECOMMENDS ADOPTING THE RESOLUTION
Advisory Board Recommendation:
Financial lnformation:
Source of
Funds:
Amount Account
1 $1,159,344 420-2322-069357 Based on timing of the project, we are reappropriating
from the North Shore Neighborhood Capital Project to be refunded from
the next Water and Sewer bond issue
@ 2 $3,090,656 431-2324-069357 Based on timing of the project, we are
reappropriating from the La Gorce Neighborhood Capital Project to be
refunded from the Storm Water bond issue
OBPI Total I $4,250,000
Financial lmpact Summary:
Clerk's Office
No 2 SUMMARY
Agenda ltem
Date
Rte
Condensed Title:
A RESOLUTION OF THE MAYOR AND CITY COMM]SSION OF THE CITY OF MIAMI BEACH, FLORIDA,
PERTAINING TO THE CITY CONSTRUCTION PROJECT REFERRED TO AS THE "SUNSET HARBOUR PUMP
STATION',S RETROFIT AND DRATNAGE TMPROVEMENTS PROJECT" (PROJECT) AND, W|TH RESPECT TO
THE PROJECT, ACCEPTING THE FINDINGS AND RECOMMENDATION OF THE CITY MANAGER IN
DECLARING AN EMERGENCY PURSUANT TO SUBSECTION 287.055 (9XCX6), FLORTDA
STATUTES; AND, AS PERMITTED PURSUANT TO SECTION 2-357(E) OF THE CITY CODE, WAIVING, BY
5/7THS VOTE, THE COMPETITIVE BIDDING REQUIREMENTS, FIND]NG SUCH WAIVER TO BE !N THE BEST
INTEREST OF THE CITY; AND AUTHORIZING THE CITY MANAGER TO TAKE THE FOLLOWING ACTIONS
TO PROCURE THE NECESSARY EMERGENCY DESIGN AND CONSTRUCTION SERVICES FOR THE
PROJECT, PURSUANT TO A NEGOTIATED DESIGN.BUILD CONTRACT: I) PREPARE, WHETHER THROUGH
THE CITY'S PUBLIC WORKS DEPARTMENT OR THROUGH RETENTION OF AN OUTSIDE DESIGN CRITERIA
PROFESSIONAL, AS DETERMINED BY THE C|TY MANAGER, A DESTGN CRITERTA PACKAGE (DCp) WHTCH
coMPLIES WITH THE SPECIFICATIONS SET FORTH UNDER SECTTON 287.055(2XJ), FLORTDA STATUTES;
2) UPON COMPLETION OF THE DCP, AUTHORTZING THE CrTy MANAGER TO NEGOTIATE AND, tF
succESsFUL, EXECUTE A DESIGN-BUTLD CONTRACT, W|TH A GUARANTEED MAXTMUM pRtCE (GMp)
FOR THE REMAINING WATER, STORMWATER, LANDSCAPE AND STREETSCAPE IMPROVEMENTS FOR
THE PROJECT, WITH THE FIRM OF LANZO CONTRUCTTON, CO. (LANZO), WHO, AS THE CtTy'S
CONTRACTOR CURRENTLY WORKING ON THE PROJECT UNDER THE CONSTRUCTION CONTRACT
AUTHORIZED PURSUANT TO INVITATION TO BID NO. 060-2013TC (lTB); AND 3) FURTHER AUTHORIZING
THE CITY MANAGER TO TERMINATE, FOR CONVENIENCE, THE REMAINING PORTION OF THE CURRENT
CONSTRUCT]ON CONTRACT WITH AND REQUIRING THAT, AS A CONDITION OF THE NEGOTIATED
DESIGN-BUILD CONTRACT, A RELEASE OF ALL CLAIMS AGAINST THE CITY UNDER THE FORMER
CONTRACT; WHERE THE COMBINED SUM OF THE NEGOTIATED DESIGN-BUILD GMP AND THE AMOUNT
NEGOTIATED AS PART OF THE SETTLEMENT OF THE EX]STING CONTRACT SHALL NOT EXCEED
$6,836,940.74 WHICH INCLUDES THE $2,586,940,74 CONSTRUCTION AWARD VALUE OF THE CURRENT
LANZO CONSTRUCTION CONTRACT AND THE PROPOSED DESIGN/BUILD AMOUNT OF
Ensure value and ti deliverv of oual
Data (Surveys, EnvironmentalScan, etc.): N/A
Item Summary/Recommendation:
&, MIAMIBFACH
lmprovements
237
g MIAMIBEACH
City of Miqmi Beoch, l200 Convention Center Drive, Miomi Beoch, Florido 33.l39, www.miomibeochfl.gov
COMMISSION EMORANDUM
TO:Mayor Philip Levine and Members of City Comm
FRoM: Jimmy L, Morales, City Manager
DATE: September30,2014
SUBJECT: A RESOLUTION OF THE MAYOR D CITY COMMISSION OF THE GITY OF
MIAMI BEACH, FLORIDA, PERTAINING TO THE CITY CONSTRUCTION PROJECT
REFERRED TO AS THE "SUNSET HARBOUR PUMP STATION'S RETROFIT AND
DRATNAGE IMPROVEMENTS PROJECT" (PROJECT) AND, WITH RESPECT TO
THE PROJEGT, ACCEPTING THE FINDINGS AND REGOMMENDATION OF THE
CITY MANAGER !N DECLARING AN EMERGENCY PURSUANT TO
SUBSEGTION 287.055 (9XCX6), FLORIDA STATUTES; AND, AS
PERMTTTED PURSUANT TO SECTION 2-367(E) OF THE Ctry CODE, WA|V!NG,
BY 5/7THS VOTE, THE COMPETITIVE BIDDING REQUIREMENTS, FINDING SUCH
WAIVER TO BE lN THE BEST INTEREST OF THE CITY; AND AUTHORIZING THE
GIry MANAGER TO TAKE THE FOLLOWING ACTIONS TO PROCURE THE
NECESSARY EMERGENCY DESIGN AND CONSTRUCTION SERVICES FOR THE
PROJECT, PURSUANT TO A NEGOTIATED DESIGN-BUILD GONTRACT: 1)
PREPARE, WHETHER THROUGH THE CIry'S PUBLIC WORKS DEPARTMENTOR THROUGH RETENTION OF AN OUTSIDE DESIGN CRITERIA
PROFESSIONAL, AS DETERMINED BY THE C!ry MANAGER, A DESIGN
CRITERTA PACKAGE (DCP) WHICH COMPLTES W|TH THE SpEctFtcATrONS SET
FORTH UNDER SEGTION 287.055(2XJ), FLORIDA STATUTES; 2) UPON
GOMPLETION OF THE DCP, AUTHORIZING THE CITY MANAGER TO
NEGOTIATE AND, IF SUGCESSFUL, EXECUTE A DESIGN.BUILD CONTRACT,
WITH A GUARANTEED MAXIMUM PRICE (GMP) FOR THE REMAINING WATER,
STORMWATER, LANDSCAPE AND STREETSGAPE IMPROVEMENTS FOR THE
PROJECT, W|TH THE FIRM OF LANZO CONTRUCTTON, CO. (LANZO), WHO, AS
THE CITY'S CONTRACTOR CURRENTLY WORKING ON THE PROJECT UNDER
THE CONSTRUCTION CONTRACT AUTHORIZED PURSUANT TO INVITATION TO
BID NO. 060-2013TC (lTB); AND 3) FURTHER AUTHORIZING THE clTY
MANAGER TO TERMINATE, FOR CONVENIENCE, THE REMAINING PORTION OF
THE CURRENT CONSTRUCTION CONTRACT WITH AND REQUIRING THAT, AS
A CONDITION OF THE NEGOTIATED DESIGN.BUILD CONTRACT, A RELEASE
OF ALL CLAIMS AGAINST THE GITY UNDER THE FORMER CONTRAGT; WHERE
THE COMBINED SUM OF THE NEGOTIATED DESIGN.BUILD GMP AND THE
AMOUNT NEGOTIATED AS PART OF THE SETTLEMENT OF THE EXISTING
CONTRACT SHALL NOT EXCEED $6,836,940.74 WHICH INCLUDES THE
$2,586,940.74 CONSTRUCTION AWARD VALUE OF THE CURRENT LANZO
CONSTRUCTION CONTRACT AND THE PROPOSED DESIGN/BUILD AMOUNT OF
$4,250,000.
238
Commission Memorandum -Sunsef Harbour Pump Sfaflons lmprovements
Page 2 of 2
ADMINISTRATION RECOMMENDATION
The Administration recommends adopting the Resolution
FUNDING
Funding is subject to the FY 14115 being approved by City Commission.
Amount
$1 ,159,344
$3,090,656
$4,250,000
Account Number
420-2322-069357 Based on timing of the project, we are reappropriating
from the North Shore Neighborhood to be refunded
from the next Water and Sewer bond issue
431-2324-069357 Based on timing of the project, we are reappropriating
from the La Gorce Neighborhood Capital Project to be
refunded from the Storm Water bond issue
TOTAL
As a result of the timing of this project, we are reappropriating $1 ,159,344 from the North Shore
Neighborhood Project that is not yet ready to be awarded. The reappropiated funding will be
replaced from the next Water and Sewer bond issue,
As a result of the timing of this project, we are reappropriating $3,090,656 from the La Gorce
Neighborhood Project that is not yet ready to be awarded. The reappropiated funding will be
replaced from the next Storm Water bond issue.
BACKGROUND
The current construction contract with LANZO (the one awarded pursuant to the ITB) is a
straight construction contract, requiring the Contractor to proceed based on the Consultant's
design, as the engineer-of-record, and does not allow for a "design" component, which would,
should the City determine, allow the Contractor to undertake the design of the Stormwater
system and the neighborhood improvements along 20th Street. Any subsequent agreement to for
the provision of design services is subject to competitive bidding under Section 287.055, Florida
Statutes (also known as the "Consultants Competitive Negotiation Act" or CCNA).
Consequently, any desired design of the Stormwater system, under the existing contract
structure, would either have to be undertaken by other Consultant, as the engineer-of-record, or
re-bid. The Administration recommends that the Contractor be used for the design-build of the
Stormwater system along 18th Street and the neighborhood improvements in the Sunset
Harbour neighborhood along 20th Street.
The Contractor is currently finalizing drainage installations within 20th Street and is scheduled to
be completed with all drainage improvements by the end of this month.
The inclusion of the Stormwater improvements for the 18th Street area will also contribute to
community relief with an improved level of service. ln the alternative, it is critical that the
Administration be able to immediately avail itself of a process which would enable it to: 1.) retain
LANZO to perform the necessary design services and any other corrective actions; and 2.)
239
Commission Memorandum -Sunsef Harbour Pump Sfafions lmprovements
Page 3 of 2
continue with construction of the Project with minimal or no disruption and/or interruption. To that
end, the Administration has been meeting with the City Attorney's Office to determine the most
practical approach which would allow the City to meet the afore stated goals, while complying
with public procurement laws including, without limitation, the CCNA.
While the CCNA requires municipalities to publicly bid certain professional services, including
architecture and engineering services, this requirement can be waived in cases of valid public
emergencies. ln this case, the Administration believes that given: 1.) current conditions, both at
the Project site and within the neighborhood; 2.) the potential community hardships, quality of
life issues, potentially aggravated due to a postponement of the current work in order to
undertake a procurement process; and 3.) the fact that this contractor is already performing work
in the area, the City Administration, in assessing the totality of factors giving rise to this situation,
believes there is ample support to find that a public emergency, necessitating a CCNA waiver of
the bidding requirements, exists here.
For example, if the City Commission does not waive the public bidding requirement (as both the
CCNA and City Code allow it to do, the alternative approach would be to issue an RFQ to obtain
a design consultant to revise the Stormwater system; provide the new design consultant with an
adequate amount of time to re-design and permit the Stormwater system; and then procure
another construction contract through the standard bidding process. lt is estimated that this
alternative could potentially take an additional twelve (12) months.
Given that the facts do indeed support the existence of a public emergency, to the extent that a
waiver of the bidding requirements under the CCNA is justified, the Administration recommends
the following course of action:
1. That the competitive bidding requirements be waived by 5/7ths vote as permitted pursuant to
Section 2-367(e) of the City Code, finding such waiver to be in the best interest of the City,
and that the City Manager be authorized to take further actions to procure the necessary
emergency design and construction services for the project, via a design-build contract,
including authorizing the preparation of a Design Criteria Package (DCP) which complies
with the specifications set forth under F.S. 287.055(2)0) (whether through the City's Public
Works Department or through retention of an outside Design Criteria Professional, as
determined by the City Manager);
2. That upon completion of the DCP, the City Manager be authorized to negotiate and, if
successful, execute a Design-Build contract in a not-to-exceed amount [essentially, a
Guaranteed Maximum Price (GMP)I for the remaining water, Stormwater, landscape and
streetscape improvements for the Project, with LANZO (as the appropriately licensed
Contractor who is most qualified to undertake the Project under the proposed Design-Build
contract because LANZO is currently under contract to perform work and is currently working
on the Project);
3. That the City Manager be authorized to terminate, for convenience, the remaining portion of
the current construction contract with LANZO and that, as a condition to the City and
LANZO's execution of the negotiated Design-Build contract, the parties enter into and
execute a settlement agreement and release of all claims against the City under the former
contract; and
4. That the total sum of the combined negotiated Design-Build contract and the negotiated
settlement release of the existing contract be capped at $6,836,940.74 (which includes the
240
Commission Memorandum -Sunsef Harbour Pump Stations lmprovements
Page 4 of 2
$2,586,940.74 construction award value of the current LANZO construction contract and the
proposed Design/Build Project amount of $ $4,250,000.
The above recommended alternative would absorb the majority of the delays attributed to the
redesign of the storm water system, keep the Contractor mobilized on-site; and only extend the
construction schedule six (6) months, bringing the new anticipated Project completion date to
May 2015.
ln addition to the immediate time related benefits realized by keeping the current Contractor on-
site, there are also inherent benefits in having I-ANZO finalize the improvements of the Project
via the Design-Build method. LANZO has invested a substantial amount of time and effort
researching every aspect of the Project. lt has a working knowledge of the area, the community,
and the challenges lying ahead. The current Project team has overseen several major capital
projects throughout the City. Most importantly, LANZO is immediately available at this time, as
they are currently mobilized on the site, and are willing to work with the City to minimize the
impacts to the community.
The proposed Design-Build contract shall incorporate all remaining scope of work elements of
the Project, and provide any additional scope of work required to modify the current construction
documents, as required by PWD under the original scope, and construct a permittable storm
water system. ln general, the water main improvements and lighting improvements within 20th
Street shall be completed, in their entirety, as part of the current construction contract. lt will be
required to finalize and place into service those portions of the water main installation work that
has been completed, to-date, as part of the current construction contract. The remaining scope
of work will be performed as part of the proposed Design-Build contract. This scope of work
includes, but not limited to, the following:
1. The Stormwater improvements, Along 18th Street;
2. The watermain improvements along 20th Street;
3. The paving and hardscape improvements within 20th Street;
4. The landscape improvements within 20th Street;
5. The lighting improvements along 20th Street; and
6. The irrigation improvements within 20th Street.
As a condition to the City and LANZO's execution of the negotiated Design-Build contract, the
parties shall enter into and execute a settlement agreement that will release the City of all claims
pursuant to the current construction contract. The exact amount of the settlement agreement
shall be determined based on the actual cost of the Work performed through the date of
termination of the current construction contract. ln no event shall be the combined amount of
both the current construction contract settlement and the Design-Build contract exceed
$6,836,940.74.The above stated conditions have been reviewed with LANZO. (see attachment
No. 1: Letter from LANZO dated September 12,2014).
The City has a contract agreement with Lanzo Construction Co. for work associated with the
reconstruction of Pump Station #3, which includes the installation of a new pipe drainage and
structures in the 20th Street right of way. The City has commenced survey and geotechnical
evaluation for the neighborhood improvements in the Sunset Harbour Neighborhood. The
proposed Design/Build contract will allow for some of these neighborhood improvements to be
completed along 20th Street while the road is already open for construction. lmprovements
include additional parking (referred to as a typical section), landscaping, lighting, water, sewer,
drainage and paving. Flooding on 18th Street, from West Avenue to Purdy Avenue will also be
241
Commission Memorandum -Sunsef Harbour Pump Sfafions lmprovements
Page 5 of 2
addressed with the installation of a new 42-inch stormwater drainage pipe, allowing for Pump
Stations No. 1 and No. 2 servicing this area. All other improvements to this street will be part of
a future neighborhood project.
Flooding on 18th Street, from West Avenue to Purdy Avenue will also be addressed with the
installation of a new 4?-inch stormwater drainage pipe, allowing for Pump Stations No. 1 and
No. 2 servicing this area. All other improvements to this street will be part of a future
neighborhood project.
COST ANALYSIS
Lanzo Construction Co. has submitted a cost proposal in the amount of $4,250,000
(Attachment) for an additional scope of work which includes the reconstruction of 20th Street by
raising the road approximately 9" (addressing sea level rise concerns), the replacement of the
existing 20" water main, the replacement of an 8" water main, lighting, landscaping, irrigation,
and a new storm water drain pipe on 18th Street.
The City's Public Works Department has reviewed the proposal and the cost breakdowns and
deems the cost to be fair and reasonable.
CONCLUSION
The Administration recommends adopting the Resolution
Attachment - Lanzo Construction Co. Cost Proposal
JLM/MT/ETC/BAM/JR
T:\AGENDA\2014\SeptembeAPublicWorks\Sunset Harbour Pump Stations lmprovements 093014 Memo.doc
242
LANz,cJ
C0l'EInUGIlOil C0MPAIIY
IHlwfin ffiffi mxfidl! $lrdtuirslotfunilfiwlffitfr',
September 24,2014
Bruce Mowry, Ph. D, , P.E.
City Bngineer
City of Miami Beach, Florida
Public Works Department' Engineering Division
1700 Convention Center Drive
Miami Beach, FL 33139
Reference:Sunset Harbour Pump Station Retrofit - ITB No. 60-20l3TC
Sunset Harbour Re-Design Proposal
Design and Construction of Sunset Drainage Improvement Change Summary
Revised 9D412014
Dear Bruce,
Please find below and as attached a summary of the proposals you have requested for additional
improvements to Sunset Harbour.
Item Activity
1 20th Street Water Main Replacement
2 18th Street Drainage
3 Water Quality Structures PS1, PS2, & PS 3
4 20th Street lmprovements
5 Landscape Allowance
TotalWith Allowance
Total
s 1,119,344.00
s 654,256.00
S soz,ggt.oo
S L,837,477.N
S so,ooo.oo
s 4233,408.00
We have included all of the separate proposals, applicable scopes, drawings and quantity take-offs. I am
available to meet with you to answer any further questions you may have.
"'i:{tp fi&/
MichaeJT.. Bone, Vice President
Lanzo Consfruction Company
Attachment(s)
CC: LCClFile
125 SE 5ffi Court Deerfield BeachEL3344l4749 Phone (954) 979-0S02 Fax (954)979-9897
www.lanzo.net
243
LANz,gJ
COI{STBUCTIOiI GOMPANY
Ntu?rn g B0,,Jffi frrfi,,ilwlifl' ,d0d4E
lilfrtdrBfll,fl/tfrffi
September 24,2014
Bruce Mowry, Ph. D, P.E.
City Engineer
City of Miami Beach, Florida
Public Works Departnent - Engineering Division
1700 Convention Center Drive
Miami Beach, FL 33139
Reference: Sunset Harbour Pump Station Retrofit - ITB No. 60-2013TC
Sunset Harbour Re-Design Proposal
Remove and Replace 20Inch Water Main on 20n Street
Revised 9l24DAl4
DearBruce,
Lanzo Construction Co., FL., proposes to design, permit and construct the water main replacement, on 20s
Street, from Alton Road, west to Purdy Avenue. The scope of work is as agreed upon by the City and
Lutzo, and is reflected in the attached drawing and unit breakdown sheet. All work per City Standard
Details and as summarized below.
l. Install 20" DIP from Alton Road to West Avenue.
2. Install 12" DIP from WestAvenue to Purdy Avenue.
3. Install 20'DIP from 20" Main South on West Avenue Approximate[ (a0) LF Tie-In Existing
Service, Capped for Future Extension.
4. Install 8" DIP from 20" Main South on West Avenue Approximately (40) LF Tie-In to Existing 8"
Water Main.
5. Install 12" DIP from 12" Main South on Bay Road Approximate$ (a0) LF Tie-ln to Existing
Services.
6. Install 8" DIP from 12" Main South on Bay Road Approximately (40) LF Tie-In to Existing
Services.
7. Install 12" DIP from 12" Main South on Purdy Avenue Approximate$ (40) LF Tie-kr to Existing
20" Water Main.
8. Remove all trees.
9. Maintenance of Traffic and Allowance for Police.
10. Remove and Replace All Unsuitable Material per Crty Standards.
11. Remove all Abandoned DI Water Main, Replaced by the New DI Water Main.
12. Reconnect All Services.
The Design and Construction duration is (180) days from NTP.
Total Lump Sum Price $1,119;44.00
W#,&"#.',---
Lanzo Construction Company
Attachmen(s)
CC: LCClFile
125 SE 5m Court Deerfield Beach FL 33441-4749 Phone (954) 979-08A2 Fax (95a) 979-9897
www.lanzo.net
244
8t27t2014 2.29 PM New WM along 20th Street PAGE 1 OF 1
DESCRIPTION QTY UNIT
NEW WATER MAIN ALONG 2OTH STREET
.General Conditions I LS
EngineeringlDesign I LS
20" DIP WM Restrained Including Fittings 5OO LF
._l?" DIP WM Restrained Including Finings 988 LF
8" DIP WM Restrained Including Firrings 300 LF
.De-Mu-ck Pipe Line . . ,,11, - CI
iTie into_E$'"gZOlly4l2" DIP I | rc
___n' i,1q---!__qc_ r2;E"*_- -_-- _ i---;
-
LS
_ifi9-iltoExisingS"DlP - [Z- ]aS
t 4 :EA120" P_v_tz"cv 6- -EA8EA8" GV
ARV w/ Precast'Fire
Hydrant rvi CV
2" Water Service w/Box
Remove and Dispose of existing 20" WM
.Remove and Dispose of existing 12" WM
.Remove and Dispose olexisting 8" WM
.
Remove and Dispose of existing 18" Storm FM
2
5
24
EA
EA
EA
r,r75 LF
2OO LF
2OO LF
90 LF
t _Lq
_ 5 _ i-EA_
.L-E{
DY
m,LAtrzo P01 1 AWg Bid Sheet WM 02 JD,xtsx
245
246
247
LANz,rJ
GO I{STRUGTIOII COUPAT{Y
o&dlry crutfrnDL bfr/firrtf! dilot s
futmwraw!d4D,/tffi'E
September 24,2014
BruceMowry, Ph. D, P.E.
City of Miami Beach, Florida
Public Works Deparhnent - Engineering Division
1700 Convention Center Drive
Miami Beach, FL 33139
Reference: Sunset Harbour Pump Station Retofit - ITB No. 60-2013TC
Sunset Harbour Re-Design Proposal
Design and Installation of 18e Street Drainage
Revised 9/2412014
Dear Bruce,
Lanzo Construction Co., FL., proposes to design, permit and construct the drainage, on 18ft Stree! from
West Avenue, west to Purdy Avenue. The scope of work is as agreed upon by the City and Lanzo, and is
reflected in the attached drawing and unit breakdown sheet. All work per City Standard Details and as
summarized below.
l. lnstall 42" RCP from West Avenue west to Purdy Avenue Tie-In to Existing.
2. install (3) 84'x 84" Junction Boxes.
3. Install (l) 60" Round Catch Basin.
4. Replace Damaged Curbing and Sidewalk.
5. Patch Pave Damaged Asphalt.
6. Remove and Replace all Unsuitable Material per City Standards.
7. Maintenance of Traffic and Allowance for Police.
The Design and Construction duration is (130) days from NTP.
Total Lump Sum Price $664,256.00";X:gfrW
Michael R. Bone, Vice President
Lanzo Construction Company
Attachment(s)
CC: LCC/File
125 SE 5rH Court Deerfield Beach EL 33441-4749 Phone (954) 979-0802 Fax (954) 9'79-9897
www.lauzo.net
248
812712014 1:43 PM New 18th Street Drainage PAGE 1 OF 1
mlLANzo P01 1 AWg Bid Sheet 18ST O2 JD.xlsx
249
250
251
LANZcJ
COIISTRUCTI(IN COMPAflY
Ihfrt"'it g ffi frrfir,nffii[!
'olpl|d,6Itfuturfficfr,ilto/ly'fy'EE
September 24,2014
Bruce Mowry, Ph.D, P.E.
City Engineer
City of Miami Beach, Florida
Public Works Departnent - Engineering Division
1700 Convention Center Drive
Miami Beach, FL 33139
Reference: Sunset Harbour Pump Station Refrofit - ITB No. 60-20l3TC
Sunset Harbour Re-Design Proposal
Desigrr and Installation of PS l, PS 2, and PS 3 Water Quahf Structures
Revised 9D412014
Dear Bruce,
Lanzo Construction Co., FL., proposes to design, permit and construct water quallty structures for Pump
Stations 1,2 and 3. The scope of work is as agreedupon by the City and Lanzo, and is reflected in the
attached drawing and unit breakdown sheet. All work per City Standard Details and as summarized below.
I. PS
2. PS
Relocate Existing 6" Water Main.
Instal I Contech CD S 5 640- I 0-C ( I 0' Diameter) Water Quality Structure.
3. PS 1 Install Connecting 24" Drainage Pipe.
4. PS 2 Relocate Existing 6" Force Main.
5. PS 2Install Contech CDS5640-10-C (1O'Diameter) Water Quality Stucture.
6. PS 2 Install Connecting 24" Drunage Pipe.
7. *PS 3 Install Contech CDS5653-10-C (1O'Diameter) Water Quality Structure
8. *PS 3 Install Comecting 42" Drainage Pipe.
9. Maintenance of Traffrc and Allowance for Police.
10. Replace Damaged Curbing and Sidewalk.
11. Patch Pave Damaged Asphalt.
12. Remove and Replace All Unsuitable Material per Crty Standards.
The Design and Construction duration for PS 1 and 2 is (120) days from NTP. t The desigt and
construotion for PS 3 is (30) days after the removal of the existing 20" water main.
Total Lump Sum Price $562,331.00
H?0h-<--"
Michael R. Bone, Vice President
Lanzo Construction Company
Attachment(s)
CC: LCClFile
125 SE 5m Court Deerfield Beach FL3344l-4749 Phone (954) 979-0802 Fax (954)979-9897
www.lanzo.net
252
812712014 1:46 PM New Defender Boxes PAGE 1 OF 1
ITEM DESCRIPTION QTY UNIT
DEFENDER
SUNSET
General Cond
.Engq_eq{1g{
= ,P_yryftatpl
,Pump Station
BOXES VARIOUS PUMP STATIONS IN
L_S
LS
r- ? .-sAItEA
_._ _ 5_8
r 130
CYi --,CYt__]LS
ISY
---
I _!.
__ _177
t65 I s-Y
.LF
SF
rF Curb_- Red
Sidewalk - Red
Allowance lor onsite Police
80
400
25 DY
mlLANZO P011 AWg Bid Sheel OEFEN 02 JD.xtsx
253
il*
oq
$;:-!6=
i
o_
EE
lB
u.b?6g!
et
lB
ao
EE
SQ
=d2*
EE
uc
rO
>gP
rr9
689o<Xzlo
E=EU.!2o
a3P9o
33ier
3dt{it
o:!Ea
HtrdE?E5o
d
r
o
E
o
o
oc
FUxtr
g-3P
qES
-u<krs:Yo
6i*
H=Boddooo
6fz
=za
=IdI
2tr*
=
lo
b
IF
=a
zo
&
o
x
dz;
,s,$
i, .i,,--'"'"i *-:-:- i ;.-l
i:lrl,ii:o2
z
XU
5a
R9EAzx3s
c
?9
=Eo_&aIE
E=
H;
=d irb I9;d6\X n ipE $p l
u6 1-O- lhr! un#
u= Jgg i6rq
E=!
=o?Y9E
frldEd
llipE
Ht
6I
>p
#a
aI
d
-::-:-i :i..-:r..:..-
'i'il
.- :..,:*-*** i-r-r-'-i--r----i-*
.i.lri'.:,,
I : :: : ::
-- t-:+ i---.--,-.: - -r , -i ---:
l:.....i : r l
.\
\'
\\\
-\!e \
\"-@ q
254
=4,<=
t6l
za
o
toozF
t
e
3I
st
?
=a6leF +Os;;
dEft
:d
=urD
3;I
.txa
o-
o
E
9i
I
!o
g
o
E
x
&E*
z
z
i!
aIdu ru
=a a
zfr u
ilg .n
=do8P !
Nzol
FI<iFLoj
L
:)lLI
Eo
o
j
=
Po
1<9E
6pFO
c
a
*5H
gEB
c
6
i
o
I
oI
E
oo
fi
HE
EA
Es
Q* hHi su16 5t
=E 89
gE EE
/HI'{J5
-"-*;L^--.
sR"
'.:.19:,
It"l"\l\
,/
-:)i.
I
I',1
-ET-
,l;
t:
rl
ti
tiliti
!3b- Bi5f, oiP9 f?Edo qoil
?g CHE
o9 Eud
N
cPa:
lTiI .J- ut
I rr=lt<i3ilJJftl
licoSi
ii=Es
=38r€)
i.iri:: -.--.,, i .,--- -,-.;*_:-
8=2< I "- <g ' ElEb69 E --_dU il iltsF !r..1 [-lr f, r::1
I= EJ= .: --
$9 :rU -
gT El:=E
/o';NgurYJL
I
z'o,
iiP'
;EdljE
' 5_
, a9
r !=
:)
255
0, 'oN J_3:IHS:tfs No[vnNU-Noc uoj
I
I
-
ieli
l>io
tb
-i-l
iliJ NrK
I
L--rt,;riiti
;l!
256
LANz,cJ
GOISTBUCIION GOMPAI{Y
fufuro,rortilmutlirc
September 24,2A74
BruceMowry, Ph. D, P.E.
City Engineer
City of Miami Beach, Florida
Public Works Departnent - Engineering Division
1700 Convention Center Drive
MiamiBeach, FL 33139
Reference: Sunset Harbour Pump Station Retrofit - ITB No. 60-201 3TC
Sunset Harbour Re-Design Proposal
Design and Construction of 20fr Street Improvements
Revised 912412014
DearBruce,
Lanzo Construction Co., FL., proposes to design, permit and construct the 20s Street Improvements. The
scope of work is as agreed upon by the City and Lanzo, and is reflected in the attached drawing and unit
broakdown sheet. All work per City Standard Details and as summarized below.
l. Remove Existing Pavement and Raise Road Elevation per Attached Drawings.
2. Remove Existing Curb and Sidewalks.
3. Installation of Geofabric.
4. New Black Base.
5. New Asphalt Roadway.
6. New Curbing.
7. New Sidewalks.
8. Brick Pavers in Roadway Only.
9. Maintenance or Traffic and Allorruance for Police.
10. Pavement Markings and Signage.
I 1. Drive Harmonization.
12. Street Lighting (Per DCP and APEX Visionary LED Lighting)
The Design and Construction duration is (90) days after the removal of the existing 20" water main.
Total Lump Sum Price $118371477.00
Additive Allowance for Landscaping $501000.00
Total Price Including Additive Allowance $11887,477.00
Sincerely,l"fLfrM
Michael R Bone, Vice President --\-
Lanzo Construction Company
Attachment(s)
CC: LCC/File
125 SE 5m Court Deerfield Beach FL 33441-4749 Phone (954) 9794802 Fax (954) 979-9897
www.lanzo.net
257
812712014 1:34 PM Raise Road along 20th Street PAGE 1 OF 1
_BIack Base 5"
Stabilize Subbase 12" and lnstall Marifie paper
Brick Pavers in Roadrvay (Concrete pad rvith Collar)
.
Drive Way Aprons
.F Curb - Red
.Valley Cutter - Red
Sidervalk - Red
:Remove and Dispose of Concrete w/ Rebar
__ Adjust Rim and Valve B_ox Elev_ations to Match
Allowance for onsite Police
5,774 SY
s,774
. 3,266 SF
l,496 SF
2,278 LF
1.t37 LF
18,790 SF
ILS
I
6_67
514
I
60
SY
mlLANZo P01 1 AWg Bid Sheet RD 02 JD.xlsx
258
812712014 1 1:48 AM New Drainage for Raising Road along 20th Street PAGE 1 OF 1
ITEM DESCRIPTION QTY L]NIT
De-Muck Pipe Line : 6s icY
mILANZO P011 AWg Bid Sheet DRN 02 JD.xlsx
259
812712014 1:50 PM New Lighting along 20th Street PAGE 1 OF 1
ITEM DESCRIPTION TJNIT
STREET LICHTINC ON 2OTH STREET
- e&rco*..ti* poirt ruitt potiCun a-Olsconnect
' r iLSj__r,ioo _ i L.
_ 2,500 LF
F&l Poles & Fixtures l2' Mount for Siaewaft
IEA ., ::5+EA
l,-.20EAF&l Poles & Fixtures l2'Mount for Sidewalk + 20'for RD
te
mlLANZO P0t 1 AWg Bid Sheet EL 02 JD.xtsx
260
812712014 2:31 PM New Landscaping for 20th Street PAGE 1 OF 1
ITEM DESCRIPTION
Landscaping along 2(}th Street
Engineering I Design
. Mimusops (Street Tree)
.Ficus (Creen lsland)
Irrigation Excluding Water Supply or Control, Just Heads
-Soil for new Trees
_ .$_emgve Trees Large
.Remove Trees Srnall
Tree Trust Fund DERM Allowance
LS
EA
EA
LS
CY
EA
EA
LS
QTY
I
l4
200
I
r30
3
5
I
mlLANzo P01 'l AWg Bid Sheet LS 0t.xlsx
261
:l
II
3,
{:
*
,>ii
h
a*e
flwmmm
i i ril,
rHlEEEIE
Fo
LJ
=oY,Po-f,
zo6<UFtD(/)
GI
HILi
Q6EU@=
262
a a rE.
.E -E ,E :E
EE iE IE !EPA tV gP Sg
el
flffiMEH
FOr)UN
x$
o<z-U(/)
<-z*,
.t
'lr
i
!r
{r
pj
.t}{j;
*1
=;@?.:.-air-,Z4t*
=,-_,_;Yi{ =+_
a:dgtE 3l
ug
eeoczO'oz
NOt]'CnULSNOC
/l&t( rt(( \ /\ \ i{1,tI//-
E19l<lL)
96EUo>
6
9!6
@!9d
tr +
FaoF
+
Fa
FQ
sRu
u<z
oc<z>>oluooE
263
EUii ;ii
UnO8UVH lSSNnS N\nd eNrl-Hen
HCVfS lt/!Vly\ lo l-lc r-rfulsq]oz o EiliLLLI
I
I
(f)
+tIEo+iooa
CLo
U'
0)
=IF
l.U
LUtFa
-EoN
:€l:
;ie!!g,:lg;3;i;r
Be lEEq9i 9IiZ
JE: P:
A;EE !,;
E6 i;?a ce
EE EgY" !3
E9 -!
:p ,
E+
EE o
:E
P
!q
I
gq
E: !E-
N+t
IEo
ooa
oop
IF
LU
LU
v.Fa
-CoN
r:+t
IEo'FooacLo
a(tr
tU
IF
l.JJ
l,U
x.Fa
r
oN
*
a
6.-\fr t+c!iry;
3
I
FF/83,1.
!; Ig
t!
aY 1/-=\ -r ) lciElii 64 - l4E=.\ cl tE;:I -Y
tr $ig IEEffii '
i?:iiEs i;:i: :iE3;
*ffi)1 *[
=
lll i z! ri b* Eq-t :: . g9 99 e
Bi If: E; Ei }E T
d! d, :i
:
a
5+-p-'"EAd;!;*r
264
EEE; fr;
UnO8UVH lf SN0S N\.rd cNr^vd
HCVjg lyyvly\ lO AIIC rrrulsLr]oZ
Ir o 3 Euillu
I0-J
ifo
9I
5l
9l
"to ll
itli6
cf)+Co.E
oo
U)
ELoa
c)
=IF
tU
TUtF
U)
-coN
N{t
ICo.E
ooa
oop
It-tu
tUtF
U)
-CoN
+
Ico
oo
@
ELo
a(tr
l.U
I
l--
tU
I.JJt
F-a
-CoN
cNoS
a3
;:6-
ePlE
a-ii r:
:dES
B
z
1N3nr^vd Hdsv I:]EIS q+0
i:P:qPiP
:1EE
;i! 3
265
RESOLUTION TO BE SUBMITTED
266