Loading...
R7G-Execute Change Order 2 Venetian Islands Bid Package 13C ProjectIIEIVI SUIVIIVIAKY Condensed Title: A Resolution Of The Mayor And City The City Of Miami Beach, Florida, Approving And Authorizing The City Manager To Execute Change Order No. 2 To The Construction Contract Between The City Of Miami Beach, Florida, And Lanzo Construction Co., Florida, For The Construction Of The City Of Miami Beach Right-Of-Way lnfrastructure lmprovement Program, Venetian lslands Bid Package 13c (Project), Dated March 13,2013 (The Contract); The Change Order Includes: '1) Construction Work Associated With A Redesigned Stormwater Conveyance System That Will Meet The New Stormwater Criteria ln The Not- To-Exceed Amount Of $4,090,094 Plus Time Extension Of 422 Calendar Days Required To Complete This Work Within San Marino, Dilido And Rivo Alto lslands ; And 2) lncreasing The Owner's Contingency ln The Amount Of $409,009; The Resulting Amount Of '103 wiil To The Construction Contract; With ted F Data (Surveys, Environmental Scan, etc.): The 2014 Customer Satisfaction Survey indicated that over 77o/o of residents rated recently completed capital improvement proiects as "excellent" or "qood". lssue: On March 13'",2013, the Commission approved Resolution No.2013-28163, recommending the award of a construction contract to Lanzo Construction Co. Florida, (Lanzo). On February 12,2014, the City Commission approved Resolution 2014-2849'1, recommending Change Order No. 1 to the construction contract with Lanzo Construction Co. Florida, for the purchase and installation of automatic meter readers As recommended by the Mayor's Blue Ribbon Panel on Flooding and Sea Level Rise and the Flooding Mitigation Committee, on February 12,2014 the City Commission approved to amend the City's Storm Water Management Master Plan by modifying the design criteria for the tailwater elevation and adopted an elevation of 2.7 ft-NAVD for all tidal boundary conditions. The Public Works Department (PWD) requested that staff implement the enhanced stormwater system criteria including increasing from 6- inch to 7.S-inch, S-day, z4-hout rain event. On March 5,2014, the City Commission adopted Resolution No.2014-28528 approving Amendment No. 3 for the re-design and permitting phase services associated with the enhanced stormwater system criteria. SS&A completed their design, and submitted it to Miami-Dade County Department of Regulatory and Economic Resources (RER), Environmental Resources Management for approval. On July 22, 2014, RER issued approval for the revised design. On August 5, 2014, the revised design was submitted to PWD and concurrently, change order negotiations were taking place with Lanzo Construction. The City retained AECOM to assist in the implementation of a citywide comprehensive flood management plan and to review stormwater improvement plans prepared by City's Consultants. On October 13, 2014 a follow up meeting took place in the City Engineer's office and additional design modifications were identified and added to the scope. Based on the comments issued by the City Engineer, SS&A had to revise stormwater drainage plans to meet the new criteria implemented by the City Engineer. On November 19, 2014, the City Commission adopted Resolution No. 2014-28821 approving Amendment No. 4 to SS&A Agreement to implement additional enhanced stormwater drainage design modifications to existing design and incorporate AECOM's review comments issued on October 10,2014 plus other comments issued on October 13,2014 by the City Engineer. On February 18, 2015, SS&A responded to additional comments issued by AECOM and finalized the enhanced stormwater drainage design modifications and on February 23,2015, submitted the 100% documents to PWD for final review. Once the design was completed, the Capital lmprovement Projects Office (ClP) contacted the twelve ('12) property owners that reside adjacent to the six (6) easements where the stormwater pump stations were proposed to be located. The purpose of the meeting was to discuss the stormwater pump station design and the process of constructing the improvements within the easement. The meetings with residents took place from February to March 2015. The residents expressed great concern on the visual impacts from the proposed structures and equipment components associated with the pump station installations.As a result, on April 1,2015, a meeting was held with concerned residents, their legal counsel, and staff from ClP, PWD, the City Attorney's Office and the City Manager's Office. lt was determined that the City would explore alternatives attempting to minimize the visual impact of the stormwater pump stations and related components. ln order to maintain the project on track, and to minimize impacts on the overall schedule, this change order will capture all stormwater drainage conveyance components that can be installed Wthout affecting the exploration of possible alternatives related to the installation of pump stations. The work related to the pump stations is not included in the scope of this change order. The scope of work, for this change order, will include; stormwater drainage structures with all associated pipes and drainage inlets, concrete valley gutter, roadway reconstruction, first and second lift of asphalt and driveway aprons. Based on the supporting documentation presented by Lanzo, the project Engineer of Record (EOR) / Schwebke-Shiskin & Associates, lnc. has found the proposal acceptable and is recommending approval of the change order and a project time extension of 422 calendar days to complete the work associated with stormwater conveyance work (Attachment B). The Administration recommends of the Resolution. Source of Funds: $D 429-2127-069357 Stormwater LOC Reso No. 2009-27076 Financial lmpact Summary: N/A Financial Information: AGENDA ITETIMIAMIBEACHsaa6 Si6-l f658 r9r5.20r5 City of Miomi Beoch, l700 Convention Center Drive, Miomi Beoch, Florido 33139, www.miomibeochfl.gov COMMISSION MEMORANDUM TO: Mayor Philip Levine and Members of FROM: Jimmy L. Morales, City Manager DATE: May 6, 2015 SUBJECT: A RESOLUTION OF THE MAYOH AND CITY COMMISSION OF THE CIry OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CIry MANAGER TO EXECUTE CHANGE ORDER NO. 2 TO THE CONSTRUCTION CONTRACT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA, AND LANZO CONSTRUCTION GO., FLORIDA, FOR THE CONSTRUCTION OF THE CITY OF MIAMI BEACH RIGHT. OF.WAY INFRASTRUCTURE IMPROVEMENT PROGRAM, VENETIAN TSLANDS BtD PACKAGE 13C (PROJECT), DATED MARCH 13,2013 (THE GONTRACT); THE CHANGE ORDER INGLUDES: 1) CONSTRUCTION WORK ASSOCIATED WITH A REDESIGNED STORMWATER CONVEYANCE SYSTEM THAT WILL MEET THE NEW STORMWATER CRITERIA IN THE NOT.TO. EXCEED AMOUNT OF $4,090,094 PLUS TIME EXTENSION OF 422 CALENDAR DAYS REQUIRED TO COMPLETE THIS WORK WITHIN SAN MARINO, DILIDO AND RIVO ALTO ISLANDS ; AND 2l INCREASING THE OWNER'S CONTINGENCY IN THE AMOUNT OF $409,009; THE RESULTING AMOUNT OF $4,499,103 WILL BE ADDED TO THE CONSTRUCTION CONTRAGT; WITH PREVIOUSLY APPROPRIATED FUNDING. ADM! N ISTRATION RECOMM ENDATION Adopt the Resolution. KEY INTENDED OUTCOME Build and maintain priority infrastructure with full accountability. FUNDING $4,499,103 429-2127-069357 Stormwater LOC Reso No. 2009-27076 City 659 Change Order No.2toLanzo Construction Co., forVenetian lslands prolect - Memorandum May 6, 201 5 Page 2 of 4 BACKGROUND Pursuant to Invitation to Bid (lTB) No. 49-11112, for the Right-of-Way lnfrastructure lmprovement Program -Venetian lslands Bid Package 13C, on March 13th,2013, the Commission approved Resolution No. 2013-28163, recommending the award of a construction contract to Lanzo Construction Co. Florida, (Lanzo) in the amount of $9,699,509 base bid plus $640,028 for selected alternates (sanitary sewer lining and road reconstruction) and a project contingency in the amount of $1,033,954;tor a total construction cost of $1 1 ,373,491. On February 12, 2014, the City Commission approved Resolution 2014-28491, recommending Change Order No. 1 to the construction contract with Lanzo Construction Co. Florida, for the purchase and installation of automatic meter readers in the amount of $195,532, plus contingency in the amount of $19,553, for a total of $215,085. As recommended by the Mayor's Blue Ribbon Panel on Flooding and Sea Level Rise and the Flooding Mitigation Committee, on February 12, 2014 the City Commission approved to amend the City's Storm Water Management Master Plan by modifying the design criteria for the tailwater elevation and adopted an elevation of 2.7 ft-NAVD for all tidal boundary conditions. The Public Works Department (PWD) requested that staff implement the enhanced stormwater system criteria including increasing from 6-inch to 7.S-inch, S-day, 24-hour rain event. The new criteria required the Engineer of Record, Schwebke-Shiskin & Associates (SS&A) to revise the design included in the contract documents for this project. On March 5, 2014, the City Commission adopted Resolution No. 201 4-28528 approving Amendment No. 3 for the re-design and permitting phase services associated with the enhanced stormwater system criteria. SS&A completed their design, and submitted it to Miami-Dade County Department of Regulatory and Economic Resources (RER), Environmental Resources Management for approval. On July 22,2014, RER issued approval for the revised design. On August 5, 2014, the revised design was submitted to PWD and concurrently, change order negotiations were taking place with Lanzo. Occurring on a parallel path with the change order negotiation, the City's Public Works Department (PWD) was in the process of completing their final review of the revised stormwater improvement plan when, the Mayor's Blue Ribbon Panel on Sea Level Rise directed PWD to provide the revised stormwater improvement design to AECOM for their review. The City retained AECOM to assist in the implementation of a citywide comprehensive flood management plan and to review stormwater improvement plans prepared by City's Consultants. On October 10, 2014, AECOM reviewed and issued comments. On October 13, 2014 a follow up meeting took place in the City Engineer's office and additional design modifications were identified and added to the scope. Based on the comments issued by the City Engineer, SS&A had to revise stormwater drainage plans to meet the new criteria implemented by the City Engineer. On November 19, 2014, the City Commission adopted Resolution No. 201 4-28821 approving Amendment No. 4 to SS&A Agreement to implement additional enhanced stormwater drainage design modifications to existing design and incorporate AECOM's FIT-Dr|ve\AGENDA\2015\May\ClP\Lanzo C.O\ITB 49-11-12 - Venetian lslands ROW - Memo - C.O. 2 - FINAL STEPHANTE .docx 660 Change Order No. 2 to Lanzo Construction Co., for Venetian lslands prolect - Memorandum May 6, 201 5 Page 3 of 4 review comments issued on Octobet 10,2014 plus other comments issued on October 13,2014 by the City Engineer. On February 18, 2015, SS&A responded to additional comments issued by AECOM and finalized the enhanced stormwater drainage design modifications and on February 23, 2015, submitted the 100% documents to PWD for final review. Once the design was completed, the Capital lmprovement Projects Office (ClP) contacted the twelve (12) property owners that reside adjacent to the six (6) easements where the stormwater pump stations were proposed to be located. The purpose of the meeting was to discuss the stormwater pump station design and the process of constructing the improvements within the easement. The meetings with residents took place from February to March 2015. The residents expressed great concern on the visual impacts from the proposed structures and equipment components associated with the pump station installations. As a result, on April 1, 2015, a meeting was held with concerned residents, their legal counsel, and staff from ClP, PWD, the City Attorney's Office and the City Manager's Office. lt was determined that the City would explore alternatives attempting to minimize the visual impact of the stormwater pump stations and related components. On April 15,2015, the City Commission adopted Resolution No.2015-28993 approving Amendment No. 5 to SS&A Agreement for additional Construction Administration and RPR services due to the increased construction schedule plus design modification services required to minimize the impact of the proposed structures and components. The design modifications will include conceptual design, meetings with City staff, electrical and structural revisions and permit submittals. ANALYSIS ln order to maintain the project on track, and to minimize impacts on the overall schedule, this change order will capture all stormwater drainage conveyance components that can be installed without affecting the exploration of possible alternatives related to the installation of pump stations. The work related to the pump stations is not included in the scope of this change order. The scope of work, for this change order, will include; stormwater drainage structures with all associated pipes and drainage inlets, concrete valley gutter, roadway reconstruction, first and second lift of asphalt and driveway aprons. Lanzo has presented a change order proposal, (Attachment A) that address the following:o Additional scope relating to stormwater drainage conveyance improvements designed to comply with the City's new stormwater.. Exercising the provision of Article 38.1.1 of their contract with the City of Miami Beach that allows for the adjustment of unit prices from the original contract wherever the unit quantities are adjusted in excess of 20o/o of the original amount.o Effects of recently imposed weight restrictions on the Venetian Causeway bridges. F:\T-Dr|ve\AGENDA\2015\May\ClP\Lanzo C.O\ITB 49-11-12 - Venetian lslands ROW - Memo - C.O. 2 - FINAL STEpHANIE .docx 661 Change Order No. 2 to Lanzo Construction Co., for Venetian lslands project - Memorandum May 6,2015 Page 4 of 4 . lmplementing an alternative trench restoration detail, utilizing woven filter fabric and the use of Geosynthetic (GEOGRID) under lime rock to reduce the quantity of removal of unsuitable fill. The resulting costs are as follows:. Stormwater improvements $ 2,834,683. Bridge Weight Restriction Cost lmpact $ 1,200,461. Unit quantity greater lhan 20o/o $ S+.SSOSub-Total $ 4,090,094 . Contingency at 10% $ 409.009 Grand Total $ 4,499,103 Based on the supporting documentation presented by Lanzo, the project Engineer of Record (EOR) / Schwebke-Shiskin & Associates, lnc. has found the proposal acceptable and is recommending approval of the change order and a project time extension of 422 calendar days to complete the work associated with stormwater conveyance work (Attachment B). A subsequent change order to Lanzo will be presented to the Mayor and City Commission once all the available options for proposed enhanced pump station design have been explored and a consensus is achieved with the residents. CONCLUS!ON The Administration recommends approval of the Resolution. ATTACHMENTS: Attachment A - Lanzo Construction change order proposal Attachment B - SS&A - Letter of recommendation JLM\MT\DM FIT_Drive\AGENDA\2015\May\ClP\Lanzo C.O\ITB 49-11-12 - Venetian lslands ROW - Memo - C.O. 2 - FINAL STEPHANTE .docx 662 ATTACHEMENT "A'' trt|LANZOl-U ! colsrnucnor coMPAr{Y l,sri,4,,/tgstffi htuu,nn3duttu,sIttuMbffiil&s April27,2015 Luis Leon, P.E. Schwebke-Shiskin & Associates, Inc. 3240 Corporate Way Miramar, Florida 33025 Re: Venetian Islands Bid Package 13C - ITB No. 49-1lll2 - Price for Drainage System Redesign & Backup information Dear Mr. Leon, As requested, please find below the pricing breakdown for the Stormwater System Redesign, provided to us on the plans dated February 2015, and which, as directed by your office, exclude pump stations, grate boxes, water quality unit (WQ's) structures, piping between WQ's and Pump Stations, 2-N Water Services & wet taps, Dissipater Boxes, Tide Flex Valves, Turf Blocks, Restoration of Outfall R-/'W's, Core Drilling of existing sea walls, Manatee Grates, Plug Existing Outfalls, ALL RCP Outfall Pipe, ALL 20" and24" DIP Pressure Pipe, and Associated Bridge Loading Costs for these items. ' Stormwater Redesign improvements $ 2,834,683.00 ' Bridge Weight Restriction Cost Impact $ 1,200,461.00 ' Unit quantity greater than2}%o $ 54,950.00 Total Increase $ 4,090,094.00 Please, refer to the attached table for reference. 407 Lincoln Road Miami Beach FL 33139 Phone (954) 979-0802 Fax (786) 416-0368 www.lanzo.net 663 Page 2 of 2 A1l the prices here presented relate to the information currently available. Also, based on the information presented, it is expected for the project duration not to exceed 12 months from the date of Notice to Proceed, for construction of the re-designed collection system. As such, the total project duration shall be 422 pays from last day of the original contract date (21212015). Based on this duration, the Final Completion date of the project should be March 31, 2016. If you have any questions, comments or concerns, please do not hesitate to contact us. Sincerely, Pablo C. Riafio Project Manager CC: MarkTomczyk, P.E., City of Miami Eeach CIP (via e-mail) Roberto Rodriguez, City of Miami Beach CIP (via e-mail) James C. Tello, Schwebke-Shiskin & Associates, lnc (via e-mail) 407 Lincoln Road Miami Beach FL 33139 Phone (954) 979-0802 www.lanzo.net Fax (786) 416-0368 664 r i01 eEg EpE EAa E3i Bt i 665 I io<-di8e;f EE3 =3; E3i, vt I q 666 SEs5 I E dxx ts== HEi6;= ES!, Eg e 667 :E a a dEx 6EE. EEE6;;5=It:!, ig { 668 Sofi*,tfr,-Sfii,fri, *- t_Jtt Civil Engineers - Land Plannors . Surveyors 3240 Corporate Way " Miramar, Florida 33025 Phone: (954) 4A5-7010. Fax: (984) 4g8-92s8 April28,2015 Mr. David Martinez, P,8., Director of CIP City of Miami Beach Capital Irnprovernent Projects Office 1701 Meridian Avenue, Suite 300 Miami Beach, Ftorida 33139 Re: Venetian rsland Neighborkood 13 BID Package ,'c', - Drainage R.erlesign proposal Analysis (Drainage Collection System Only) Dear David, As requested, lve have completed onr review of the Change Order proposal provided by Lanzo Construction Company for a portion of the drainage improvements designed to comply with the City's recetlt sea level rise criteria. The portion of the drainage improvements in Lanzo's proposal includes all drainage construction upstream ofthe designed water quality units for each respective istand, Note that the proposal includes firll roacl reconstruction of all roadways as mentionecl in more detail in this letter. Based on the most recent information provided to us in a proposal by Lanzo Constnrctioo Company clatecl April27,2015 and in srnlmary of our review of the project costs: Total Stornwater Redesign Improvements (Exctuding Pump Stations & outfalls) = $2,834,683.00 ATTACHMENT'8" o'{srcciatuo, 0ro. Princlpals 116rnando J. Navas, P.E. Mark S. Johnson, P.S,M. Of Council Alfonso C. Tello, P.E., P.S.M. Luls F, L6on, P.E, Alborto A, Mora, P.E. John C. T€llo, P.E. Michael D, Gonzaloz, P,E, Ronald A. Fritz, P.S.M. Jose G. [{ornandez, P.9.M, Mlchasl J. Alley, P.S.M, Emlllo E. Llufrlo, P.S.M. Bridge Weight Restriction Cost Impact = Unit quantify increases/decreases greater than20Yo = $ 1,200,46 1 ,00 $54,9s0.00 Qljg[19!-lcontract Amount. including change orders = _ $11.588.s75.13 Totai Project Cost=$ I 5,679,669,1 3 The change order proposal submitted by Lanzo Construction Company hTclLrderi a combination of Unit Price and Lump Surn values for change order work.- Pursuant to Article 3 B.l.l of the colltract between the City of Miami Beach and l,anzo Consil'trction Cornpany 0TB 49-1 l/12) we found that unit pdces from the original contract were used wherever the unit qtrautities did not exceetl 20% of the origir:al amount. However due to recently imposed weight restrictions on the Venetian Causeway,Lanzo Construction Cornpany provided suppoftirrg docurnentation nsecl to detennine the adclitional cost of construction to comply with the regulated bridge rveight rostriotions. Based on the documentation provided, the weight reshictions on th€ Venetian Causeway require that the nunrber of trips needed to irnport and expott materials to and fi'om the project be increased to transport the mentioned materials in lighter loads. We find that the documentation provided clearly defines the impacts of the bridge loading restrictions, holvever, please note that the change orcler proposal and supporting 669 Mr, David Martinea P,Fl. April 28, 2015 Page2 ofT documentation provided by Lanzo Construction Company was not independently verified by this firm and that our fitm does not have infonnation available ou the pricing struohue and comparison of Lanzo's truck capacities used iu the original contract. As such, for our review of the supporting documentation, we could only assumo that the truck capacities used to bid the project i,vere based on full tluck loads as shown in the supporting documentation.- Pursuant to Article 38.7 of the contract befws'en the City of Miarni Beach and Lanzo Construction Company (ITB 49- 1 1112), wherc unit quantities increased or decreased more than 20% of the conkacted quantities, we found that Lanzo Conshuctiorr Company adjusted unit prices based on negotiated values. It is our opinion, to the best ofour knowledge, that the negotiated values of these items are within an acceptable value.. - Pursuant to Article 38.1.2 of the confiact between the City of Miami Beach and Lanzo Construction Conipany (ITB 49-11112), a change order for individual items proposed for construction that were not included in the original bid documerts was provided. The proposal provided by Lanzo Construction Company included a redesigned drainage collection system, fumishing and installing FPL conduits and pullboxes for anticipated electrical systems, and firrnishing and installing a geosynthetic grid below the proposed loadway limerock base. Based on our review of the change order proposal for these items it is our understanding that a component for overhead and profit is included and to the best of our lorowledge it is our opirrion that tlre rmit prices for these items are within an acceptable value for the work proposed. Our review consisted of au independent cost analysis while also taking into consideration the unique circumstances regarding the bridge loading restrictions of the Venetian Causeway. Using these factors rve detennined that the cost proposed by Lanzo Constructiou Company an acceptable value for the proposed work. It is oul understanding that the project duration is alticipated not to exceed 12 months from the date of Notice to Proceed fot' construetion of the re-designed collection system. As such, it is our understanding that the total project duration shall be 422 days from last day ofthe original contract date (21212015). Based on this dr.rration, we find that the Final Cornpletion date of the project shall be March 31,2016. As always, if you have any questions please contact me, Respectfully submitted, 3"8*r[fi"-Slu,kn & o$u.aalolus., -finc. &ok" tg E"-Sk fitn & o4ea,"aialzt, -flna. k:\325342Wi-sm-di.ta\documents\outgoillg\dayid mfftinez - cmbcip03.doc Assistant Vice President 670 RESOLUTION TO BE SUBMITTED 671