Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
CRA-R-15-0025 Backup
H.A. Contracting Corp. providing quarity construction serviccs May 8, 2015 Mr. Brian Zeltsman Director of Architecture and Development Southeast Overtown/ Park West CRA 819 NW 2nd Ave Miami, Florida Re: Town Park Plaza South Projected Budget Dear Brian, CGC: 010703 AA: 26001486 SUPPORTING DOCUMENTATION Per your request at our meeting May 4, 2015, attached for your review is our Projected Budget for this project. Our budget pricing, is based on a presumed scope and Historical Data for similar projects. Per our proposed contract, as part of our preconstruction services, we will provide additional Construction Cost analysis once the scope is validated and construction documents are developed. Design and Preconstraction Fees were applied to the projected job cost number only. We look forward to working with you to provide a successful project, Please feel free to contact my office with any questions you may have. Regards, Henry Angelo, III Miami Office: 9500 NW 12th Street, Bay 1 • Miami, FL 33172 • Phone (305) 591-9212 Fax (305) 591-9630 Broward Office: 1910 SW 100 Terrace, Unit G• Miramar, FL 33025 • Phone (954) 433-9311 Fax (954) 433-9312 Pahn Beach Office: 941 S, Military Trail, F 14 *West Palm Beach, FL 33415 •Phone (561) 242-9484 Fax (561) 242-9485 www.haeontracting.com /lik H.A. Contracting Corp. CGC010703 CUC056S75 AA26001486 H.A. .,C. Headquarters: 9500 N.W. 12th St., Miami, FL 33172 providing quality construetIon services Phone: (305) 591 - 9212 Fax: (305) 591 - 9630 Project : Design Build & Relocation Services for Town Park Plaza South Rehabilitation Plan Data: Not available Last Revision Date: N/A Projected Budget I .0i,000 GENERAL CONDITIONS' :. tib Biel e:ornflatirqi unit quantity Limit $,eost, $ amount Project Manager 100% 104 $1,500.00 $156,000.00 Superintendent 100% 104 $1,000.00 $104,000.00 Tennant Llason 10D% 104 $850.00 $88,400.00 General Conditions Total .F..... REQUIREMENTS . 117 $6,000.00 $348,400.00 Security 4 610,000.00 $40,000.00 Construction Fencing 1 $20,000.00 $20,000.00 Testing 1 $10,000.00 $10,000.00 Storage 24 $1,500.00 $36,000.00 Site Office 24 $1,500.00 $36,000.00 Surveying 17 $1,000.00 $17,000.00 Temporary Toilets 24 $600.00 $14,400.00 Trash 104 $350.00 $36,400.00 Utilities 24 $500.00 $12,000.00 Gas 24 $400.00 $9,600.00 Vehicle 24 $650.00 $15,600.00 Office 24 $1,500.00 $36,000.00 Phone 24 $400.00 $9,600.00 Clean up 86000 $0.50 $43,000.00 Asbuilts 615.000.00 General Requirements Total $350,600.00 02000 SITMRKANG igEj lO.ITION Sit$id Cprlioipnl, 011 tltlarrtit)+: $ aniO.Uflt Demolition 120 $2,800.00 $336,000.00 Demo. Drywall Interiors Complete incl Demo. Plumbing and Electrical Fixtures incl Demo. All floor finishes Incl Demo. Concrete Slab as required incl Demo all Windows and Doors incl Demo. All Cabinets Intl Dumpster Enclosure Fencing and Gates 8 $3,500.00 $28,000.00 Site utilities $300,000.00 Photo Voltaic Site Lighting $35,000.00 Unit Entrance Gates 118 $250.00 $29,500.00 Site Landscaping $68,500.00 Site irrigation $25,000.00 Sidewalks $35,000.00 Site Paving Clean out exisling catch basins Signage Motorized Fence Entrance Perimeter Fence Repaint Labor Crew 6 men @ 900 64250 3 $1,000.00 70 $3.00 $5,000.00 $8.00 $5,400.00 $192,750.00 $7,500.00 $5,000.00 $15,000.00 $8,000.00 $378,000.00 Sitework and Demolition Total $1,463,250.00 060 CONCRETE' Sub Bid orrment .unituantlt u.na:$:cost $ n let Concrete Patching 117 $1,000.00 $117,000.00 Precast Concrete Pads for NC Condnesers 117 $150.00 $17,550.00 * Elevator Structure $50,000.00 age Concrete Total U400(1 MA$Ql4tt. $184,550.00 Sub $lot @mm rit unit gan:My Wn t $ Q141st $ amount 04000 Masonry BLOCK UP EXISTING WINDOW SHAKER UNITS 117 $500.00 $58,500.00 05500 Masonry Total Structural Steel Sub Bid $58,500.00 fpmto1 nf. tlnIt qugnttly ton€t $ q4? # $MOM Replace Stair Handrails 117 $150.00 Hardening of NC Equipment 6 $350.00 $17,550.00 117 $100.00 $2,100.00 $11,700.00 Metals Total 06000. WOODS 4 PLAMTMM5 06100 Fascade Improvements 06410 $31,350.00 1b...EId :;t mment"unit gtaantlty Uniteast $Aniaunt _• Exterior Finish Carpentry Kitchen Cabinets Vanities 120 17 117 $1,000.00 $1,500.00 $2,200.00 Granite Counter tops 120 $350.00 $120,000.00 $25,500.00 $257,400.00 117 $1,000.00 $42,000.00 $117,000.00 Wood & Plastics Total 07%O THERMAL_ & MOISTURE PI9OTECTION_. 07620 7840 Roofing Systom Thermal Insulation Waterproofing at all Openings Firestop Systems $0.00 $0.00 $561,900.00 -told Bid ,eminent unit quantity unit $'gest $ arrlount 45000 120 $3.75 $1,000.00 117 117 J7461 Joint Sealant Thermal and Moisture Protection Total oai to Doors / Frames / Hardware 088o0 Entrance Doors Impact resistant Windows 00© 09260 09300 117 $100.00 $100.00 $200.00 $168,750.00 $120,000.00 $11,700.00 $11,700.00 $23,400.00 Sub Sid $335,550.00 ynr>7meni unit gtaantlty unit' '. coo $ at►ipiant.; Doors and Window Systems Total NISHES Drywall I A I 117 117 117 $1,800.00 $1,500.00 $2,000.00 $210,600.00 $175,500.00 $234,000.00 $620,100.00 Floor Covering Ceramic Tfle Sub did :karma unit quantity 117 117 unit $ cast amount 09900 5" Wood Baseboard Closet Shelving Interior Painting 117 40000 $4,400.00 $4,000.00 $1,050.00 $514,800.00 $468, 000.00 $122,850,00 $3.00 117 $350.00 $120,000.00 Exterior Painting 117 17 $2,800.00 $7,500.00 $40,950.00 $327,600.00 $127,500.00 Finishes Total 1t00q SpsCIALTIES 10100 10522 $1,721,700.00 Bathroom Accessories Mail Boxes ;eminent' unit quaatity nit $ cost $ ptnU 117 $350.00 Address Signage Fire Extinguishers, Cabinets and Accessories Specialties Total 117 117 117 $175.00 $50.00 $40,950.00 $20,475.00 $5,850.00 $100.00 $11,700.00 $78,975.00 Page 2 1 t oo EotA ME$T Freezer Sib Rid apt naent, Xilt 11o4nt1 y Wpit$,opsl. 117 $600.00 $ Ei.!utt $70,200.00 Oven 117 Hoodvent Equipment Total 00 FU} NISHR S 117 $460.00 $125.00 $53,820.00 $14,625.00 $138,645.00 Furnishings Total dub Old mm@ntl tanit qr! ltyl rir tt $ cost 1 • $ ampur+t 1,*0OQ SPEA, GONSTRi�CT1t3N". $0.00 111Rilc1 Im81Pnt uriltgi)1ty ntt tb i 41 Qo CCU SIVEYINq ,SYSTEM * Eievakr at Community Bttiiding Conveying Systems Total 15000 MEcNAN1CAf $0.00 LS1-10<f ld.pntmen milt quantity unit $'e6st • $ emount $75,00-.00 $75,000.00 Suit B101 )011006t unk quantity un)t $ cost $•amount 15200 Plumbing Tankless Water Heaters 117 $4,000.00 $468,000.00 15501 HVAC 117 $4,000.00 $468,000.00 Mechanical Total 15000 t0.:.. $936,000.00 Electrical Hardwired Smoke Detectors Fire Alarm Systems for Bldgs with 11 units or greater 'Hardwired Coor Bells Electrical Total Sufi F3id omment:-Wr It quantitytat $ oust 8j i uiit. 117 $5,000.00 $580,000.00 $580,000.00 I Subtotal Probable Cost $7,484,520.00 NE services (6.0%) I Tennant relocation Bidrs. Risk Insurance II $446,000.00 $600,000.00_ $72,000.00 Ij Subtotal Overhead (2.5%) $8,802,520.00 $220,083.00 $9,022,583.00 'Profit (7.0%) 1 $631,580.81 Estimated Permit Fees (Allowance) $205,824,30 Current Asbuilt Survey (Allowance) $20,000.00 Hazmed Surveys (Allowance) $25,000.00 Subtotal $9,904,988.11 Performance & Payment Bonds $95,000.00 Projected Budget -= F - ,.,..., . - --,., $9999,90.11' Page 3 H.A. Contracting Corp. 'warbling ql nllty von,lruriiun cervfuex CGC 010703 CUC 056875 AA 26061486 Headquarters: 9500 N.W. 1261 SL, Miami, FL 33172 Phone: (305) 591 - 9212 Fax: (305) 591 - 9630 Design -Build & Relocation Services Town Park Plaza South Rehabilitation Exclusions & Qualifications Project Location : 1798 NW 7th Ave., Miami Fl, 1. Pricing for this Projected Budget occurred in May 5, 2015. The pricing Information contained, is based on Historical Data for similar similar projects. Additional construction cost analysis will be provided by H.A. Contracting Corp,as construction documents are developed. 2. Off -loading, uncrating, storage, moving, handling and/or protection of Owner furnished items is not included. 3. Asbestos or Lead Abatement, Environmental Remediation, Mold Remediation and/or any Hazardous Waste Removal of any kind unless otherwise noted is not included. h, This proposal anticipates utility connections within the property boundaries. Road work or side walk closure, barricade or protection(off-site) @ city streets have not been included . 5. Florida Power & Light connection, conduits, duct banks(off site), feeders, transformers, electrical grid reconfiguration and/or any other FPL connection fees have not been included. 6. Bell South connections and/or required equipment, lines, etc, has not been included in this cost analysis. 7, New Traffic Light/s or signal/s (if required) have not been included in this projected budget. 8. Off site improvements are not included. 9, Processing Fees for Local Water Management Authority have not been included 10. Sub -grade conditions / site soils remediation, de -muck, coral or rock subgrade or excessive fill is not included. 11. There are no insurance deductables included in this pricing exercise 12. There is no allowance included for construction material price inflation. SUPPORTING DOCUMENTATION Town Park Plaza South Scope of Work for the Rehabilitation of Units, Common Elements, and Site Town Park Plaza South ("TPS") is a HUD Cooperative housing complex located at 1798 NW 7th Ave, Miami, FL, 33136 (Reference Folio #: 01-3136-066-0001) and consists of 116 apartment units and common facilities scattered throughout 17, two-story building pods that were built in the early 1970's. The site is bounded at the North by NW 19th Street, on the East by NW 5th Avenue, on the South by NW 17th Street, and on the West by Interstate-95. Town Park Plaza South consists of CBS structure townhouse -style buildings and concrete walkways that lead to small parking lots for the residents. TPS is in need of its 40-year re -certification, and in general, the complex is in various states of disrepair as on -going building maintenance may have been neglected over the years. Most of the vacant units are in deplorable condition, requiring "full -gut" type rehabilitation. Underground water and sewer lines are assumed to be in need of replacement throughout the property. The scope of work to rehabilitate the property and the minimum standard of work are as follows: Division 1- GENERAL CONDITIONS • CM shall provide a performance and payment bond. • CM shall provide the standard general conditions for the duration of the project. • CM shall coordinate relocation efforts and logistics for unit owners during work of their units to include accommodations within reasonable distance and comparable size to existing residences along with all necessary moving and storage needs for residents. • CM shall coordinate and ensure compliance with all insurance requirements set forth by the CRAICity. • CM shall apply for, obtain, coordinate and pay for all surveys, permits, inspections and tests. • CM shall perform asbestos survey, lead -based paint survey, and mold inspection on each unit. • CM shall be responsible for securing the construction site at all times. • CM shall be responsible for all steps necessary for community to receive 40-year recertification. • Contractor shall remove and legally dispose of all materials, tools, supplies, old furniture, debris, drywall, baseboards, doors, cabinets, tiles, etc. from units. • Contractor shall furnish and install all new NC Units and associated electrical and plumbing work as required by minimum code and permit requirements. • Contractor shall furnish and install all electrical work associated with the installation of new tankless water heaters. • Contractor shall perform all work associated with the removal and replacement of all materials subjected to water contamination, including wood, drywall, insulation, metal plate tracks. • Contractor shall upgrade all electrical and HVAC systems to meet minimum code requirements. Note: Asbestos removal, lead paint removal, and mold remediation may be required depending on results of surveys and inspections. Demolition: • All drywall shall be removed. • All bathroom fixtures and finishes shall be removed. • All Kitchen fixtures, millwork and finishes shall be removed. • All flooring shall be removed. • All doors and frames shall be removed completely. • Drywall, furring and insulation at exterior walls shall be removed. • All windows and frames shall be removed completely. • 16" wide strips of concrete flooring shall be removed to run new sanitary for plumbing fixtures and electrical service feeds. Division 2 -- SITE WORK • Contractor shall mill and resurface existing asphalt parking area, and install new striping and signage. • Repair/replace broken side walk flags as required by code. • Underground sewer laterals to be replaced (with required clean -outs) from sewer main to each unit. Clean -out required at connection to new sewer lines at each unit. • Water service lines to be replaced and reconfigured to allow for individually metered units. Coordinate metering with MDWASD. • Clean-out/refurbishment of underground site drainage system as required (replacement as required). • Asphalt resurfacing required throughout community • Asphalt parking re -striping required maximizing parking spaces. • Replacement and repainting of concrete wheel stops as required. • New site traffic signage and poles as required. • A significant amount of new landscaping will be required throughout the property. • General clean-up of site and provision of planter borders/edging around property to contain existing plants. • Upgrades/replacement of child play areas to include safety surface flooring and play equipment Division 3 — CONCRETE • Contractor shall patch and repair concrete damage on buildings. • Repair conc. damage on exterior stair case and balcony. • Install conc. pads for NC condensers. Division 4 — MASONRY • Contractor shall repair all damaged masonry on exterior and interior walls. • Repair stucco cracks, spalling, and damage on exterior walls. • Install new concrete stucco on entire building exterior. • Exterior wall build -outs to enhance facade design will be required based on architectural design/plans. Division 5 — METALS • Contractor shall replace metal stair and balcony railings. • Install heavy gauge metal cages around A/C condensers. • Replacement of perimeter site fencing or Repair and Paint to "like new" condition. • Install motorized gates at parking entries. • New 42" High Aluminum Guardrail along 2nd floor exterior balconies. • New 1-1/2" Dia. aluminum handrails on both sides of each stair. • Dumpster enclosure fencing/gates required. Division 6 —WOODS & PLASTIC • Replace kitchen cabinets with plywood bases, granite countertops. • Replace bathroom vanity with plywood base, granite countertops. • Replace kitchen cabinets with solid wood cabinets (1/2" min.) with raised panel doors • Replace countertops and sinks, faucets, strainers, hose plugs and repair water leaks • Contractor to submit cut sheets of items and fixtures • Contractor shall use non -formaldehyde glues in cabinets and vanities • Replace any damaged wood framing, including at all bathroom walls. • Replace damaged floor and roof joists, including under all bathroom/wet areas. • Damaged portions of existing roof structure shall be replaced. • 3/4" plywood wall backing shall be provided for wall cabinets and future grab bars in bathtubs and restrooms per FHA/HUD requirements., • Replace damaged plywood floor and roof sheathing with new 3/" plywood sheathing. • Provide new interior furring and drywall at all exterior walls. • Provide new wood handrails at interior stairs of dwelling units. Division 7 — THERMAL AND MOISTURE PROTECTION • Contractor shall demolish existing roof and replace with energy efficient 'white' roof. Also, install new seamless gutters and downspouts and where applicable. • Install liquid applied waterproofing around all window and door openings that do not have overhang or eyebrow. • Install waterproofing at parapets as required by roof manufacturer. • New polyisocyanurate foam insulation boards on interior side of all exterior walls (R-value as per FBC). • New Batt insulation to be installed between roof joists/trusses (R-value as per FBC). • New Batt Insulation to be installed in all interior partitions where drywall has been removed. Division 8 — DOORS & WINDOWS • Replace all interior doors with six panel interior doors. • Replace knobs, doorstops and entry locks on bedroom and bathroom doors. • Install granite window sills, and blinds at all windows. • Replace all windows with impact resistant widows. • Replace all exterior doors with hurricane/impact resistant metal raised panel doors w/peep hole and new hardware • Replace closet doors and closet shelving with bi-fold wood louver doors Division 9 — FINISHES • Floor tile shall be 18" x 18" ceramic tile in kitchen, living & dining areas, bathrooms and bedrooms. Tiles in bathrooms shall consider slip resistance. • Interior semi -gloss paint shall be Semi -Gloss Interior Paint - Duration (Low VOC) • Install smooth finish throughout. • Kitchen and bathroom shall be painted with 2 coats of semi -gloss paint. • All woodwork including doors, trim, base boards, and railings shall be painted with 2 coats of semi -gloss paint. • Replace all walls, floors and/or ceilings. All work associated with removal and replacement of all materials subjected to water contamination or fire, including wood, drywall, insulation, metal plate tracks and studs must be replaced with new. • Provide new 5" high painted wood baseboards. • New 5/8" drywall throughout units. In high moisture areas such as bathrooms, moisture resistant drywall (greenboard) shall be provided and Durock shall be provided in showers, tubs and behind all tile areas. All demising walls shall be 1-hour fire rated. • New 1/2" drywall ceilings throughout units. • New full height ceramic wall tiles shall be installed in bath/shower areas. • New granite countertops and backsplashes at kitchens and bathrooms. Backsplashes at kitchens to be full -height. Division 10 — SPECIALTIES • Install fire extinguishers in all units as per fire code. • New 6" high painted metal unit numbers shall be provided and installed. • Replacement and redesign of community's site signage/signage wails. • and 24"x30 medicine cabinet). • 2 rows of plastic coated wire shelving shall be provided in each closet. Division 11 — EQUIPMENT • Replace appliances (Ranges and Refrigerators) with industry standard energy efficient 30" ranges and 18 cu. Ft. refrigerators. Finish of all appliances to be stainless steel. • Provide new kitchen hoods. Division 12 — FURNISHINGS • N/A. Division 13 — SPECIAL CONSTRUCTION • N/A. Division 14 — CONVEYING SYSTEM • Provide new exterior addition to accommodate new elevator to 2nd floor of community room Division 13 — MECHANICAL & PLUMBING • Replace bathroom sinks, faucets, medicine cabinets, mirrors towel racks, toilet paper holders, light fixtures, shower heads. • Replace all bathtubs, faucets and shower heads (anti -scold), caulk bathtubs, tub strainers, stoppers and replace shower curtain rods. • Tubs shall be American Standard or Equal — Color White • Faucets shall be AMERICAN STANDARD OR EQUAL Vanity Faucet - Chrome (Water Sense) • Shower Valve Assembly shall be AMERICAN STANDARD OR EQUAL Shower Valve Assembly - Chrome (Water Sense) • Kitchen Faucet shall be AMERICAN STANDARD OR EQUAL Kitchen Faucet - Chrome (Water Sense) • Kitchen sink shall be AMERICAN STANDARD OR EQUAL Double Bowl Kitchen Sink - Stainless Steel • All commodes shall be ADA accessible commodes - AMERICAN STANDARD OR EQUAL ADA Commode — Color White • Contractor to submit cut sheets of items and fixtures. • Replace strainers, hose plugs and repair water leaks (contractor to submit cut sheets of items and fixtures). • Replace all equipment with Energy Star equipment. • Replace all water heaters and drain pans with energy efficient tankless water heaters — Titan or Equal. • Replace all toilets and repair leak in all units. • Replace vanity sinks and faucets and repair water leaks in all bathrooms. • Replace air conditioning units, thermostats, components, vent covers and/or filters and make electrical modifications per code. • lnstall new Rheem Air Handler Unit — with heat kit (14 SEER minimum). • Install new Rheem Condensing Unit (14 SEER minimum). • Ductless HVAC System may be considered. • Remove all Cast Iron Plumbing stacks, drain pipes, and replace with PVC. • Provide new copper water supply lines within dwelling units. • Submit cut sheets and Product Data on all appliances, equipment and devices. • New exhaust fans shall be provided and installed in each kitchen and bathroom. Division 16 — ELECTRICAL • Completely replace and ground all electrical wiring, outlets, switches, plates, ceiling plates, light fixtures, electrical panels, disconnects, meters, and house panel to comply with 40-year recertification & code requirements. • Replace light fixtures throughout units. Install energy efficient light bulbs. • Replace or provide smoke detectors with interconnected hard wired detectors. • Install photovoltaic site lighting. • Hardwired doorbells shall be provided at each unit. • Power shall be provided for new exhaust fans and new tankless water heaters. • All units shall be wired for telephone / Internet and cable. • New complete fire alarm system with hard -wired smoke alarms shall be provided at common area buildings or buildings with 11 or more units as per NFPA/NEC. • New exit signs as required by code to be provided. Miscellaneous: Note: The community's common elements and facilities will require complete rehabilitation consistent with the rehabilitation indicated above for the individual units. This includes the following areas: • Community meeting room with kitchen area • Community building bathrooms • Community building office • Storage room • Laundry room • Mailbox facilities