Item Coversheet

Resolutions - C7  S




COMMISSION MEMORANDUM

TO:Honorable Mayor and Members of the City Commission 
FROM:Alina T. Hudak, City Manager 
DATE:October  18, 2023
 



SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING A CHANGE ORDER TO THE CONTRACT BETWEEN THE CITY AND THE STOUT GROUP, LLC, PURSUANT TO ITB 2021-012-WG, FOR RESTORATION AND MAINTENANCE SERVICES TO THE 20-INCH NORTH AND SOUTH WATERMAINS ALONG THE MACARTHUR CAUSEWAY EAST BRIDGE (THE "PROJECT"); SAID CHANGE ORDER PROVIDING FOR ADDITIONAL, CRITICAL RESTORATION WORK TO THE WATER MAINS ALONG THE MACARTHUR CAUSEWAY IN THE AMOUNT NOT TO EXCEED $640,622.00, WHICH SUM, AFTER APPLYING THE REMAINING PROJECT CONTINGENCY OF $297,054.22, WILL INCREASE THE CONTRACT AMOUNT BY $343,567.78, FOR A TOTAL CONTRACT AMOUNT NOT TO EXCEED $5,312,412.72.

RECOMMENDATION

The Administration recommends approving the Resolution.

BACKGROUND/HISTORY

On October 20, 2020, the City issued Invitation to Bid (ITB) 2021-012-WG for Routine and Emergency Services Pool of Prequalified Contractors to receive applications for prequalification from contractors.

 

At the February 10, 2021 Commission meeting, the Mayor and City Commission approved Invitation to Bid (ITB) 2021-012-WG (the “ITB”) for Routine and Emergency Services Pool of Prequalified Contractors to receive applications for prequalification from contractors.

 

At the December 8, 2021 Commission meeting, the Mayor and City Commission approved the award of a contract to the Stout Group, LLC (“Contractor”) pursuant to the ITB  for rehabilitation of the 20-inch north and south water mains along the MacArthur Causeway Bridge (the “Contract”), in the total contract amount of $4,517,230.00, plus a 10% contingency, in the amount of $451,723.00, for a total contract amount of $4,968,953.00.  

 

As the pipe replacement segments from the original scope of work were being executed, the Contractor, identified the need for additional replacement of pipe segments along the south water main adjacent to the west end; and further discovered that the mechanical joints (hardware and glands) along the south water main were in an extremely deteriorated condition, primarily due to excessive corrosion.  The Contractor was able to make this discovery through an inspection conducted by a snooper truck, a method distinct from the original drone footage employed to develop the initial scope of work.

 

The Contractor has submitted a negotiated cost proposal, in the amount not-to-exceed $640,622.00, for the additional services, such as the replacement of 139 feet of pipe and a total of 78 mechanical joint rehabilitation, including hardware and/or gland replacements, along the south water main.

 

The Contract contains a contingency balance of $297,054.22, which may be applied to the cost of the additional work and services, reducing the total cost to $343,567.78 and thereby increasing the contract amount from $4,968,844.94 to $5,312,412.72.

 

The Public Works Department has reviewed the cost proposal and has determined it to be fair and reasonable, as such, the City Manager recommends approving the proposed change order, a copy of which is attached to the City Commission Memorandum accompanying this Resolution as Attachment B, in order to expeditiously complete this critical infrastructure restoration work.

SUPPORTING SURVEY DATA

Results from the 2022 Resident Survey related to the City's perception and satisfaction show an overall approval of 67.4%, and rated the City as a good place to live.

FINANCIAL INFORMATION

419-0815-069357-29-418-000-00-00-00-28520             $343,567.78

CONCLUSION

The Administration recommends approving the Resolution.

Applicable Area

South Beach
Is this a "Residents Right to Know" item, pursuant to City Code Section 2-14? Does this item utilize G.O. Bond Funds?
Yes No 

Strategic Connection

Prosperity - Market and promote Miami Beach as a world class arts, culture, and quality entertainment destination.
Legislative Tracking
Public Works

ATTACHMENTS:
Description
Attachment A – EAC Consulting, Corrosion Damage Report
Attachment B - Stout Group Change Order
Resolution