C7B-Approve Renovation Existing Soccer Field For The Flamingo Park Master Plan PClerk's Office
ingo Park Soccer Fie,c\FLPKtulP - SUNll\zlARY.docx
COMMISSION ITEM SUMMARY
n c7B&
-
Condensed Title:
And City Commission Of The City Of Miami Beach, Florida, Authorizing The City Manager To Approve
And Execute The Renovation Of The Existing Soccer Field With Artificial Turf For The Flamingo Park Master Plan Project Utilizing
The Existing National Joint Powers Alliance (Njpa) Contract ln The Amount Of $686,080 Plus Ten Percent Owner's Contigency ln
The Amount Of S68,608 For A Total Of $754,688 With Previ F
pporting Data (Surveys, Environmental Scan, etc.): The 2014 Customer Satisfaction Survey indicated that over
residents rated recently completed capital im
Item
On September 05, 2007, pursuant to Request for Qualifications (RFQ) No. 15-06/07, the Mayor and City Commission adopted
Resolution No. 2007-26609 approving and authorizing the Mayor and City Clerk to execute an Agreement with Wolfberg/Alvarez
and Partners, lnc. (Consultant), for Professional Architecture and Engineering Services for the Flamingo Park Project. On March
27,2008 the Consultant was retained to prepare a master plan and provide for the detailed planning, design, permitting, bidding /
award and construction administration for the Project. The City Commission approved the Master Plan at its September 09, 2009
meeting and the Basis of Design Report (BODR) was issued November 2009.
The design and construction of the new tennis center was completed in June 2012 and the Footballffrack and Field was
completed in September 2013. ln December 2013, the City Commission adopted Resolution No.2014-28449 amending the
professional services agreement with the Consultant to provide professional services associated with the design of the remaining
Park improvements, which consist of a community garden, baseball field renovation, the Lodge building renovation, new park
entrance features, enhanced pedestriani bike paths, a new interactive water feature, teenage activity, lighting enhancements,
signage, drainage, landscaping and irrigation.
The City of Miami Beach Parks and Recreation Department (Parks) carries out an intramural and a travel soccer program for
children ages 5 through 16. These teams practice and play their home games at City Parks. The Flamingo Park Soccer Field is
currently closed due to the poor condition of the field. Since there are no other regulation sized fields, the players are currently
having to use the baseball outfield, the softball outfield and the football field at Flamingo Park when available. The loss of the
soccer field at Flamingo Park has resulted in the team practices and games being displaced. The teams have also been utilizing
the fields at Fainvay Park and Normandy lsle Park but neither one of these fields is regulation size so they cannot be used to hold
home games. The lack of capacity to carry out these programs has presented a hardship on the players, coaches and other park
users as the use of the fields limits the use by other park patrons.
On July 14,2015, Amendment No. 7 to the Agreement between Wolfberg/Alvarez and Partners, lnc. and the City of Miami Beach
was executed for additional architectural and engineering services associated with the renovation of the existing soccer field,
including replacement of sod with synthetic turf and site drainage in and around the field.
As a result of the constant use of the soccer field, the City is unable to properly maintain the sod requiring annual sod
replacement. The use of synthetic turf will allow use of the field year round with minor maintenance. The synthetic turf being
specified is fabricated by the same manufacturer as the one recently installed at the Flamingo Football Field. Parks is very pleased
with the characteristics of the synthetic turf material, the performance of the football field and its maintenance process.
Through the NJPA process, tvvo Contractors were identified to have the qualifications and experience in performing the required
scope. Shiff Construction Development, lnc. (contractor) was responsive and on September 17,2015, the City met with the
contractor at the Flamingo Park soccer field site to identify the necessary scope for the project. On September 29, 2015, the
Contractor submitted a bid proposal utilizing the NJPA cooperative @ntract system in the amount of $697,047 to include drainage,
grading, artificial turf, electrical conduits and restoration of surrounding sod and landscape areas. Further discussions were held
with the Contractor and on September 30, 2015, a revised proposal was submitted in the amount of $686,080.
The IQC proposal received exceeds the $250,000 threshold limit approved by the City Commission for projects through the NJPA
IQC contract award. Accordingly, approval is required to exceed the $250,000 project threshold limit in order to move forward with
the completion of this project, and in an effort to meet the proposed completion goal of April 2016, to coincide with the
commencement of the Spring Soccer Season. The total contract amount to be approved is $686,080, plus owner's contingency in
the amount of $68,608, for a total of $754,688.
The cost proposal submitted by the Contractor was analyzed and was found to be consistent with the cost of the recently
completed Flamingo Park Football Field.
The Administration recommends approval of the resolution.
Frnancral
lnformation:
Amount Account
';H'p 1 s754,688 305-2963-069357 SB Quality of Life Resort Tax Fund
Total $754,688
Financial lmpact Summary: N/A
David Martinez, Ext. 6972
MIAMWEAC,H AGE*D&
e$= /0-/q-/{214
MIAMIBEACH
City of Miomi Beoch, I700 Convention Center Drive, Miomi Beoch, Florido 33139, www.miomibeochfl.gov
COMMISS MEMORANDUM
Mayor Philip Levine and Members the C
Jimmy Morales, City Manager
October 14,2015
A RESOLUTION OF THE MA AND CITY COMMISSION OF THE CITY
OF MIAMI BEACH, FLORIDA, AUTHORIZING THE CITY MANAGER TO
APPROVE AND EXECUTE THE RENOVATION OF THE EXISTING
SOCCER FIELD WITH ARTIFICIAL TURF FOR THE FLAMINGO PARK
MASTER PLAN PROJECT UTILIZING THE EXISTING NATIONAL JOINT
POWERS ALLTANCE (NJpA) CONTRACT tN THE AMOUNT OF $686,080
PLUS TEN PERCENT OWNER'S CONTIGENCY IN THE AMOUNT OF
$68,608 FOR A TOTAL OF $754,688 WITH PREVIOUSLY
APPROPRIATED FUNDING
FUNDING
$754,688 305-2963-069357 SB Quality of Life Resort Tax Fund
ADMINISTRATION RECOMMENDATION
The Administration recommends adopting the Resolution.
BACKGROUND
On September 05, 2007 , pursuant to Request for Qualifications (RFO) No. 15-06/07, the Mayorand
City Commission adopted Resolution No.2007-26609 approving and authorizing the Mayorand City
Clerk to execute an Agreement with Wolfberg/Alvarez and Partners, lnc. (Consultant), for
Professional Architecture and Engineering Services for the Flamingo Park Project. On March 27 ,
2008 the Consultant was retained to prepare a master plan and provide for the detailed planning,
design, permitting, bidding I award and construction administration for the Project.
The City Commission approved the Master Plan at its September09, 2009 meeting and the Basis of
Design Report (BODR) was issued November 2009.
The design and construction of the new tennis center was completed in June 2012 and the
Football/Track and Field was completed in September 2013. ln December 2013, the City
Commission adopted Resolution No. 201 4-28449 amending the professional services agreement
with the Consultant to provide professional services associated with the design of the remaining
Park improvements, which consist of a community garden, baseball field renovation, the Lodge
TO:
FROM:
DATE:
SUBJECT:
215
City Commission Memorandum -Authorization To Use Existing NJPA Contract for Flamingo Park Soccer
Field Renovation
October 14,2015
Page 2 of 3
building renovation, new park entrance features, enhanced pedestrian/ bike paths, a new interactive
water feature, teenage activity, lighting enhancements, signage, drainage, landscaping and
irrigation.
At the July 25,2014 Neighborhoods/Community Affairs Committee, Administration approached the
committee with the opportunity to discuss the Flamingo Park Master Plan and presented options to
continue as planned or revise the plan in order to incorporate elements that satisfy the current needs
of the community. The Committee agreed with the Administration's recommendation forthe Master
Plan to include the renovation of the soccer and softball fields with artificial turf, among other things.
ANALYSIS
The City of Miami Beach Parks and Recreation Department (Parks) carries out an intramural and a
travel soccer program for children ages 5 through 16. These teams practice and play their home
games at City Parks. The Flamingo Park Soccer Field is currently closed due to the poor condition
of the field. Since there are no other regulation sized fields, the players are currently having to use
the baseball outfield, the softball outfield and the footballfield at Flamingo Parkwhen available. The
loss of the soccer field at Flamingo Park has resulted in the team practices and games being
displaced. The teams have also been utilizing the fields at Fairway Park and Normandy lsle Park
but neither one of these fields is regulation size so they cannot be used to hold home games. The
lack of capacity to carry out these programs has presented a hardship on the players, coaches and
other park users as the use of the fields limits the use by other park patrons.
On July 14,2015, Amendment No. 7 to the Agreement between Wolfberg/Alvarezand Partners, lnc.
and the City of Miami Beach was executed for additional architectural and engineering services
associated with the renovation of the existing soccer field, including replacement of sod with
synthetic turf and site drainage in and around the field.
As a result of the constant use of the soccer field, the City is unable to properly maintain the sod
requiring annual sod replacement. The use of synthetic turf will allow use of the field year round with
minor maintenance. The synthetic turf being specified is fabricated by the same manufacturer as the
one recently installed at the Flamingo Football Field. Parks is very pleased with the characteristics of
the synthetic turf material, the performance of the football field and its maintenance process.
The IQC process is used extensively by the local, state and federal governmental agencies
throughout the United States to expedite the delivery of construction projects. The City, as a
governmental agency member, is authorized to utilize the IQC contract for construction services
competitively awarded by the National Joint Powers Alliance (NJPA)to the Gordian Group.
Through the NJPA process, two Contractors were identified to have the qualifications and
experience in performing the required scope. Shiff Construction Development, lnc. (contractor) was
responsive and on September 17, 2015, the City met with the contractor at the Flamingo Park
soccer field site to identify the necessary scope for the pro1ect. On September 29, 2015, the
Contractor submitted a bid proposal utilizing the NJPA cooperative contract system in the amount of
$697,047 to include drainage, grading, artificial turf, electrical conduits and restoration of
surrounding sod and landscape areas. Further discussions were held with the Contractor and on
September 30, 2015, a revised proposal was submitted in the amount of $686,080.
The IQC proposal received exceeds the $250,000 threshold limit approved by the City Commission
for projects through the NJPA IQC contract award. Accordingly, approval is required to exceed the
216
City Commission Memorandum -Authorization To Use Existing NJPA Contract for Flamingo Park Soccer
Field Renovation
October 14, 2015
Page 3 of 3
$250,000 project threshold limit in order to move forward with the completion of this project, and in
an effort to meet the proposed completion goal of April 2016, to coincide with the commencement of
the Spring Soccer Season. The total contract amount to be approved is $686,080, plus owner's
contingency in the amount of $68,608 , for a total of $754,688.
The cost proposal submitted by the Contractor was analyzed and was found to be consistent with
the cost of the recently completed Flamingo Park Football Field.
CONCLUSION
The Administration recommends the approval of the resolution.
Attachment
Shiff Cons bvelopment lnc. Proposal
JM/ETC/J
FIT_Drive\AGENDA\201S\October\ClP\Flamingo Park Soccer Field\Commission Memo_FLPKMP Soccer.doc
217
Job Order Contract
Proposal Review Summary - CSI
Date:
Work Order #:
Title:
Contractor:
Proposal Value:
Proposal Name:
Proposal Submitted:
September 30, 2015
03s487.00
Flamingo Park Soccer Field
FL06-022912€CD - Shiff Construction & Development, lnc.
$686,079.50
Flamingo Park Soccer Field
09/30/201 5
01 - General Requirements:$60,996.27
03 - Concrete:$1,776.77
06 - Wood, Plastic, and Composites:$2,737.76
22 - Plumbing:$1,523.60
23 - Heatins, Ventllating, And Air-Conditioning (HVAC):$27,918.40
26 - Electrical:$20,845.17
31 - Earthwork:$77,639.95
32 - Exlerior lmprovements:$388,691.09
33 - Utilities:$103,9s0.49
Proposal Total
This proposal total represents the correct total for the proposal. Any discrepancy between line totals,
sub-totals and the orooosal total is due to roundino of lhe line totals and sub-totals
The Percent of NPP on this Proposal: 0.00%
$686,079.50
Proposal Review Summary - CSI Page 1 of 1
9t30t2015
The Gordian Group Official Webs Feedback on this ReporT by Email
PDF created with pdfFactory trial version wu,v.pdffactory.com218
Job Order Contract
Proposal Review Detail - CSI
Date: SePtember3O,2015
Work Order #: 035487.00
Titte: Flamingo Park Soccer Field
Contractor: FL06-022912-SCD - Shiff Construction & Development, lnc.
Proposal Value: $686,079.50
Proposal Name: Flamingo Park Soccer Field
Proposal Submitted: ogl3ol2o15
Rec# CSI Number Mod. UOM Doscription Line Total
- General
1 01 22 16 00{002 EA Reimbursable Fees Reimbursable Fees will be paid to the contractor for the
actual cost of all permits, without mark-up, for which a receipt or bill is
received. The Adjustment Factor applied to Reimbursable Fees will be
1.0000. The labor cost involved in obtaining all permits is in the Adjustment
Factor. The base cost of the Reimbursable Fee is $1.00. The quantity used
will adjust the base cost to the actual Reimbursable Fee (e.9. quantity of 125
= $125.00 Reimbursable Fee). lf there are multiple Reimbursable Fees, each
one shall be listed separatev with a comment in the 'note" block to identify
the Reimbursable Fees (e.9. sidewalk closure, road cut, various permits,
extended warrantee, expedited shipping costs, etc.). A copy of each receipt
shall be included with the ProDosal.
$14,242.93
Quantity Unit Price Factor Total
lnstallation i3,436.73 x I.00 x 1.0600 = $14,242.93
Contractors Note: Bond Fee on 671,836.57
Categoryl: Bond Fee
2 01 22 20 004010 HR Electrician Tasks in the CTC incfude appropriate costs to cov€r labor. These
tasks will be requested specifically by the owner for miscellaneous work
not covered in the CTC.
$4,082.90
Quantity Unit Price Factor Total
lnstallailon BO.OO x 42.41 x 1.2034 = $4,082.90
Contractors Note: (2) electrician from Musco Lighting '1 weekfor work required on plan.
Categoryl: Electrica!
3 01 2223004372 MO 1-314CY,30" Bucket, 18'4" Deep, 112 HP, Loader-BackhoeWith Full-Time
Ooerator
$13,855.07
Quantity Unit Price Factor Total
lnstallation 1.OO x 11,513.27 x 1.2034 = $13,855.07
Contractors Note: Loader to facilitate all work on-site.
Categoryl: Orainage & Base Work
4 01 71 13 00{003 EA Equipment Delivery, Pickup, Iilobilization And Demobilization Using A Tractor
Trailer With Up To 53' Bed For equipment such as bulldozers, motor
scrapers, hydraulic excavators, gradalls, road graders, loader-backhoes,
heavy duty construction loaders, tractors, pavers, rollers, bridge finishers,
straight mast construction forklifts, telescoping boom rough t6nain
construction forklifts, telescoping and articulating boom manlifts with > 40'
boom lenqths, etc.
$518.42
Quantity Unit Price Factor
lnstallation 1 .OO x 430.80 x 1.2034 =
Total
$518.42
Category't: Drainage & Base Work
Proposal Review Detail - CSI Page 1 of 6
9130t2015
The cordian Group Officlal Webs Feedback on this Report by Email
PDF created with pdfFactory trial version MMr/.odffactory.com219
Proposal Review Detail . CSI Continued..
Date:
Work Order #:
Title:
September 30, 201 5
035487.00
Flamingo Park Soccer Field
Rec# CSI Number Mod. UOM Description Line Total
- General
5 01 71 23 16{006 HR 3 Person Survey Crew (Unit Of Measure ls Per Crew Hour Worked) lncludes
surveyor, rodman, chainman, equipment and instruments.
$3,390.31
Quantity Unit Price Factor
lnstallation 16.00 x 176.09 x '1.2034 =
Contractors Note: For layout and laser grading.
Categoryl: Drainage & Base Work
Total
$3,390.31
6 01 74 19 004025 CY Excavated Dirt Landfill Dump Fee
Quantity tJnit Price Factor Total
lnstallation 1,123.00 x 14.13 x 1.2034 = $19,095.54
Contractors Note: 1021 cy excavated ftll+ 10% swell factor removed and disposed.
Categoryl: Drainage & Base Work
7 01 74 19 00{029 CYI\4 Haullng On Paved Roads, First 15 Miles
$19,095.54
$5,81 1.10
Quantity
lnstallation 1 i,230.00 x
Contractors Note: '1,'123 - 10 miles
Categoryl: Drainage & Base Work
Unit Price Factor Total
$5,811.100.43 x 1.2034 =
Subtotal for 01 - General Requirements:$60,996.27
. Concrete
8 03 21 11 004006 TON Grade 60 Reinforcing Steel, Footings And Slabs, #3#6 $1,776.77
Quantity Unit Pdce Factor Total
lnstallation 0.79 x 1,868.93 x 1.2034 = $1,776.77
Contractors Note: (2) #5 rebar continuous. 766.2= 1 ,532LF, 1 .043lbs/ft='1,597 lbs/2000=.79 tons
Categoryl: Drainage & Base Work
Subtotal for 03 - Concrete:$'t,776.77
- Wood,and Com
9 06 11 15 00{147 LF 2" x 4' Pressure Treated Wood Blocking To Concrete $2,737.76
Quantity Unit Price Factor Total
lnstallatlon 766.00 x 2.97 x 1.2034 = $2,737 .76
Contractors Note: PT 2><4 nailed to concrete curb at perimeter. 766LF
Categoryl: Drainage & Base Work
Subtotal for 06 - Wood, Plastic, and Composites:$2,737.76
10 22 1329 334011 EA 24" Diameter x 30' High Fiberglass Basin And Lid vvith lnlet And Hub
Quantity Unit Price Factor Total
lnstallation 4.oo x 316.52 x 1 .2034 = $1 ,523.60
Contractors Note: Used at the corners. Volume is same as on plans as 12" diam, 4'7" height basin.
Categoryl: Drainage & Base Work
Subtotal tor 22 - Plumbing:
$1.523.60
$1,523.60
And Air
Proposal Review Detail - CSI Page 2 of 6
9t30t2015
The Gordian Group Official Webs Feedback on this Report by Email
PDF created with pdfFactory trial version ww.pdffactorv.com220
Proposal Review Detail - CSI Continued..
Date:
Work Order #:
Title:
Rec# CSI Number
September 30, 2015
035487.00
Flamingo Park Soccer Field
Mod. UOM Description Line Total
And Ai
11 23 1323 134211 EA 200% Containment Double Wall Sealed Top Basin For 1000 Gallon Tank $27,918.40
Contractors Note:
Categoryl: Drainage & Base Work
Quantity Unit Price Factor
lnstalla$on 2.OO x 1 1,599.80 x
(2) 1,000 gallon capacity drainage structures at wells.
1.2034 =
Total
$27.918.40
- Electrical
12 26 05 33'13-1368 EA 2" PVC Schedule 40 Adapter, Direct Burial, Glued Coupling $10,409.41
Contractors Note:
Categoryl: Electrical
Quantity Unit Price
lnstallation 1,250.00 x 6.92
New 2" Sched 40 conduit installed underground.
Factor
't.2034 =
Total
$10,409.41
13 26 05 33 16{292 EA 24" x 24" x 10' Cast lron Pull Box Wilh Cover s 1 0,435.76
QuantitY
lnstallation 10.00 x
Demolition 6'00 x
Unit Price
828.76
64.05
Factor
1.2034
1.2034
Total
$9,973.30
$462.47
Contractors Note: lnstall (10) 13'x24" pull boxes. Demo (6) existing
Gategoryl: Electrical
Subtota! tor 26 - Electrical:$20,84s.17
I - Earthwork
14 31 05 16 004003 CY fl4 Stone Aggregate Fill (3/4" To 1-112" Clean)$21,060.22
Contractors Note:
Categoryl: Drainage & Base Work
QuantitY
lnstallation 530.00 x
4" Base rock- 43,344sf.33=530cy
Unit Price
33.02
Factor
1.2034 =
Total
$21.060.22
15 31 05 16 004005 CY #6 Stone Aggregate Fill (3/8" To 3/4" Clean)$1 1,337.98
Contractors Note:
Categoryl: Drainage & Base Work
QuantitY
lnstallation Z57.OO x
2" finish stone, 43,344sf2"= 257cy
t.lnit Price
36.66
Factor
1.2034 =
Total
$11,337.98
16 31 05 16 004007 CY #57 Stone Aggregate Fill (t 4 To 1 ")s12.182.U
38.64 x
Factor
1.2034 =
. ContractorsNote: #5Tstoneusedinexfiltrationtrench.T66LF,3'wide,3'deep; 255CY+3oloforcompaction
Categoryl: Drainage & Base Work
Quantity Unit Price Total
$1 2,182.84lnstallation 262.00 x
t7 31 05 16 004026 CY Aggregate Placement lncludes Spreading, Grading. Compaction Rolling $23,671.80
Quantity Unit Price Factor
1.2034 =
Total
$23,67'r.80lnstallation t,O57.OO x 18.61 x
Placement and compaction of 6' of stone at field (43,344sf*6"=802sy), and 3' of #57 stone at trench
(766lf 3'x3'=255cy)- Total- 1,057cy
Contractors Note:
Categoryl: Drainage & Base Work
Proposal Review Detail -CSl Page 3 of 6
9/30/20 1 s
The Gordian Group Official Webs Feedback on this Repon by Email
PDF created with pdfFactory trial version wmr/.odffactory.com221
Proposal Review Detail . CSI Continued..
Date:
Work Order #:
Title:
September 30, 201 5
035487.00
Flamingo Park Soccer Field
Rec# CSI Number Mod, UOM Dascription Line Total
31 - Earthwork
18 31 23 16 334018 SY Compaction of Fill or Subbase for Bulk Excavation by Machine Per Lift $1,738.67
Quantity Unit Price Factor
lnslallation 4,916.00 x 0.30 x 1.2034 =
ContractorsNote: Compactsubgradeonce6"offillremoved.43,344/9=4816;compactionofaggregateinaggregateplacement
line item.
Catogoryl: Drainage & Base Work
19 3't 23 16 364007 CY Excavation For Building Foundations And Other Structures By Hydraulic
Excavator. Backhoe, Loader in Loose Rock
Quantity Unit Price Factor Total
lnstallation 1,021.00 x 4.14 x 1.2O34 = $5,086.70
Contractors Note: Excavate 6" for whole field. 43,344SF= 802cy; excavate for trench drain- 766LF ' 3' wide x 3' deep=255 cy
Categoryl: Drainage & Base Work
20 31 2323234002 MGL Compaction Waler, Water Truck And Operator Use this task in situations
where fill, base material, etc. requires additional moisture to comply with the
compaction specification. lncludes delivery up to 15 miles. (Per '1000
Gallons) See CSI section 01 2223 0G1163 for water truck when water is
available on site.Excludes Quantity Unit Price Factor TotalMatariar lnstallation 25.00 x gS.1S x 1.2034 = $2,561.74
contractors Note: Water to clean #57 stone- Labor only
Categoryl: Drainage & Base Work
Subtotal for 31 - Earthwork:
Total
$'1.738.67
$5,086.70
$2.561.74
$77,639.95
32 - Exterior
21 32 16 13 13{002 LF 6" X 12" Cast ln Place Concrete Curb $6,295.92
QuantitY
lnstallation 766.00 x
contractors Note: Curbing around field
Categoryl: Drainage & Base Work
Unit Price Factor Total
$6,295.926.83 x '1.2034 =
22 32 16 13 134002 N4od LF For > 500 To 1000, Deduct s-801.97
Quantity Unit Price Factor Total
$-801.97lnstallation 766.00 x -0.87 \ 1.2034 =
Contractors Note:
Categoryl: Drainage & Base Work
23 32 18 23 29{008 EA Soccer, Lacrosse, Softball Or Field Hockey Markings For AstroTurf@
GameDav Grassil MT 38 Fields Per soort.
Quantity Unit Price Factor Total
lnstallation 2.00 x 3,353.28 x 1.2034 = $8,070.67
Contractors Note: Striping for 6v6 and 8vB on Field Turf.
Categoryl: Turf Field
24 32 1823 294117 SF Drainage Layer For G9 Synthetic Tlrf Used for drainage over asphalt or on
roof tops.
Ouantity Unit Price Factor Total
lnstallation $344.00 x 2.40 x 1.2034 = $125,184.41
ContractorsNote: Taskusedfor2,000LFofl2"ADSAdvanedgedrainagepipinginstalledinmiddleofbaserock.Seeplan
sheet C.2.
Categoryl: Drainage & Base Work
Proposal Review Oetail - CSI
The Gordian Group Official Webs Feedback on this Report by Email
$8.070.67
$125,184.41
Page 4 of 6
9130t2015
PDF created with pdfFactory trial version www.odfFactory.com222
Proposal Review Detail - CSI Continued.-
Date:
Work Order #:
Title:
September 30, 2015
035487.00
Flamingo Park Soccer Field
Rec# CSI Number Mod, UOM Description Line Total
- Exterior
25 32 1823 294135 SF 2.5' Height, Concave And Rigid Monofilament Fiber, Polyethylene Synthetic
Turf With Rubber/Sand Inflll (FieldTurf Revolution) Excludes preparation of
sub.base. oroomino. soorts lines and loaos.
$244,1 09.59
Quantity Unit Price
lnstallation 43,344.00 x 4.68 x 1.2034= $244,',109.59
Factor Total
Contractors Note: FieldTurf field as specified. New version is Revolution 360.
Categoryl: Turf Field
26 3291 13264023 SY Filter Fabric Weed Barrier
Quantity Unit Price Factor Total
lnstallation 5,326.00 x 0.91 x 1.2034 = $5,832.47
Contractors Note: Turf field 43,344SF + perimeter at both sides of trench- 766LF * 3' x2= 4,596SF; Total=47,940SF/9=5,326
Categoryl: Drainage & Base Work
Subtotal for 32 - Exterior lmprovements:
$s,832.47
$388,591.09
33 . Utilities
27 33 01 30 72{0s7 LF 12.75" O.D. HDPE Culvert Liner DR 32.5 $28,3s4.70
Quantity Unit Price Factor Total
lnstallation 766_00 x 30.76 x 1.2034 = $28,354.70
Contractors Note: 'l2" HDPE pipe around field
Categoryl: Drainage & Base Work
EA Well Drilling Mobitrzation And Demobilization, > 12" To 24" Diameter Wells $71 9.0628 33 21 00 00{005
Categoryl: Well
lnstallation
Quantity Unit Price Factor
.l .00 x 597.52 x 1.2034 =
Total
$719.06
29 33 21 00 00{017 LF 24" Water Well Hole Drilled ln Normal Soil, Sand, Gravel, O.B.
Quantity Unit Price Factor Total
lnstallation 2OO.OO x 103.45 x 1.2034 = $24,898.35
Contractors Note: (2) Wells drilled 100'total each. Soil estrmated at sand. lf found to be rock, shall be addilional to contract.
Categoryl: Wel!
30 33 21 00 00{017 Mod LF For > 100 To 250, Add
$24,898.35
$31 1.68
Quantity
lnstallation 100.00 x 2.59 x 1.2034 =
Unit Price Factor Total
$311.68
Contractors Note:
Categoryl: Well
31 33 21 00 00{0s8 LF 24" Diameter, Steel Well Casing, Flush
Quantity Unit Price Factor Total
lnstallation 200.00 x 15'1.51 x 1.2034 = $36,465.43
Contractors Note: (2) wells drilled 100' per well
Categoryl: Well
32 33 21 00 004058 Mod LF For > 100 To 250. Deduct
Quantity Unit Price Factor Total
lnstallation 200.00 x -4.09 x 1.2034 = $-984.38
Contractors Note: 2 wells, 100'deep each.
Categoryl: Well
Proposal Review Detail - CSI
fhe Gordian Group Official Webs Feedback on this Report by Email
$36,465.43
$-984.38
Page 5 of 6
9t30t2015
PDF created with pdfFactory trial version unMru.pdffactory.com223
Proposal Review Detail - CSI Continued..
Date:
Work Order #:
Title:
September 30, 2015
035487.00
Flamingo Park Soccer Field
Rec# CSI Number Mod. UOM Description Line Total
33 . Utilities
33 3321 00004092 LF 24" Stainless Steel Well Screen $835.30
Quantity Unit Price Factor
lnstallation 4.00 x 173.53 x 1 .2034 =
Contractors Note: Well screen on 24'diam well steel casing 2'per each.
Total
$83s.30
Categoryl: Well
34 33 21 00 0041'18 HR Develop Well
Quantity Unit Price Factor Total
lnstallation 32.00 x 214.75 x 1.2034 = $8,269.76
Contractors Note: 2 days ('16 hours each) per well to remove spoils.
Categoryl: Well
35 33 39 13 00{156 EA 24" Diameler x 350 LB Watertight Manhole Cover With Frame
Quantity Unit Price Factor Total
lnstallation 2.OO x 820.47 x 1.2034 = $1,974.71
Contractors Note: (2) 24" USF 3177-5640 ring and grate at drainage structure.
Categoryl: Well
36 33 39 13 004159 EA 32" Diameter x 575 LB Watertight Manhole Cover With Frame
Quantity Unit Price Factor Total
lnstallation 2.oo x 1,071.36 x 1.2034 = $2,578.55
Contractors Note: (2) 34' USF 120 U Ring and cover at drainage struclure.
Gategoryl: Well
37 33 41 13 004324 LF 12" Coupled, Single Wall, Corrugated HDPE Pipe
Quanlity Unit Price Factor Total
lnstallation 28.00 x 8.24 x 1.2034 = $277.65
Contractors Note: 12" non perforated pipe at 4 corners. from grate down and to drain basin at 2 locations. estimated at 2'
down. 2'x4= 8'. + 10'to each drain structure. 2 each
Categoryl: Drainage & Base Work
38 33 41 13 004433 EA 12" Coupling, Corrugated HDPE Pipe
$8,269.76
$1,974.71
$2,578.5s
$277.6s
$249.68
Quantity
lnstallalion 38.00 x
Contractors Note: Every20' -766120'
Categoryl: Drainage & Base Work
Unit Price Factor
5.46 x 1.2034 =
Total
$249.68
Subtotal for 33 - Utilities:$103,950.49
Proposal Tota! $686,079.50
This proposal total represents the correct total for the proposal. Any discrepancy between line totals,
sub-totals and the orooosal total is due to roundino of the line tolals and sub-totals
The Percent of NPP on this Proposal: 0.00%
Proposal Review Detail - CSI Page 6 of 6
9t3012015
The Gordian Group afficial Webs Feedback on this Repoft by Email
PDF created with pdfFactory trial version www.pdffactorv.com224
RESOLUTION TO BE SUBMITTED
225