Loading...
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