Loading...
Res. No. 052-05-12031RESOLUTION NO.52-05-12031 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA,AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH T.J.PAVEMENT CORP.FOR NORTHEND DRAINAGE &TRAFFIC IMPROVEMENTS PHASE II CONSTRUCTION IN AN AMOUNT OF S279,473.10 TO BE CHARGED TO THE SOUTH FLORIDA WATER MANAGEMENT DISTRICT (SFWMD)GRANT AND THE PEOPLE'S TRANSPORTATION PLAN (PTP)ACCOUNT NUMBERS 001-0000-132-2057 AND 124-1730-541-3450;PROVIDING FOR AN EFFECTIVE DATE WHEREAS,theMayorandCity Commission wishtoprovidedrainage improvements &traffic calming within the North-end Drainage &Traffic Improvements Phase II area (SW 44 Street from SW 64,h Avenue to SW 62nd Court,SW 62nd Court from SW 44*Street to SW 43rd Street.SW 62nd Court from SW 42nd Street to Bird Road and the intersection of SW 42nd Terrace &SW 64th Avenue),and; WHEREAS,these improvements arepartofthe North-end Improvement MasterPlan funded from theSouthFloridaWaterManagementDepartmentgrantandthePeoples"TransportationPlanwith account balances of $185,222.35 and $287,877.22 respectively,and; WHEREAS.Proper procedures were followed tosecureanumberofbids from qualified contractors,and; WHEREAS,the City's engineering consultantreviewedthebidsand recommended thatthe contract be awarded tothelowest responsible bidder:T.J.Pavement Corp. NOW THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA: Section 1:That the Mayor andCity Commission authorize theCity Manager to execute an agreementwithT.J.PavementCorp.fortheconstructionofNorth-endDrainage&TrafficImprovements -Phase II for an amount of $279,473.00. Section 2:TheprojectwillbefundedthroughaSouthFloridaWater Management District (SFWMD)grantandthe People's Transportation Plan(PTP),with $175,000 and$104,473tobecharged to account numbers 001-0000-132-2057 and 124-1730-541-3450,respectively. Section 3:This resolution shall be effective immediately. PASSED AND ADOPTED this /jjjg day of _, APPROVED:ATI i SI: .2005. laria Menendez,City Clerk READ AND APPROVED AS TO FORM:Commission Vote: Mayor Russell: Vice Mayor Palmer: Commissioner Wiscombe: Commissioner Birts-Cooper: Commissioner Sherar: 4-1 Yea Yea Yea Yea Nay CITY OF SOUTH MIAMI Inter-office Memorandum TO:Honorable Mayor,Vice Mayor &City Commission FROM:Maria V.Davis City Manager DATE:April 19,2005 AGENDA ITEM No. RE:Authorizing the City Manager to execute an agreement with the lowest responsible bidder for the Proposed North-end Drainage &Traffic Improve ments Phase 2 South Miami AIl-AmeiicaCity uuir 2001 RESOLUTION: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA,AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH T.J.PAVEMENT CORP.FOR NORTHEND DRAINAGE &TRAFFIC IMPROVEMENTS PHASE H CONSTRUCTION IN AN AMOUNT OF $279,473.10 TO BE CHARGED TO THE SOUTH FLORIDA WATER MANAGEMENT DISTRICT (SFWMD)GRANT AND THE PEOPLE'S TRANSPORTATION PLAN (PTP)ACCOUNT NUMBERS 001-0000-132-2057 AND 124-1730-541-3450;PROVIDING FOR AN EFFECTIVE DATE BACKGROUND &ANALYSIS: The proposed North-end Drainage &Traffic Improvements -Phase 2isthe second phase of the North-end Improvement Master Plan.The construction project will consist of drainage improvements,traffic circles,roadwayresurfacing,signageand pavement marking.The improvements will be performed along the following streets: •SW 44th StreetfromSW 64th AvenuetoSW 62nd Court a SW 62nd Court fromSW 44th StreettoSW 43rd Street •SW 62nd CourtfromSW 42nd StreettoBirdRoad a Intersection of SW 42nd Terrace&SW 64th Avenue The project was advertised inthe Miami Daily Business Review on February 21,2005.Ten contractors submitted sealedbidsonorbeforeMarch 23,2005 (thelastdaytoreceivebids).The bidswerepubliclyopenedonWednesday,March 23,2005 at3:05pm.Sincethebidopening,the engineer of record has tabulated,reviewed and evaluated allbids,verified references,verified bid bondsanddiscussedtheprojectwiththelowestresponsiblebidder(T.J.PavementCorp.)to makesurethescope of work isclearly understood as designed and specified.The Engineer of Record (Kimley-Horn &Associates,Inc.)has submitted the attached letter of recommendation forT.J.Pavement Corp. Asindicatedatthebottom of thebidtabulationreport,some of thebidders,includingthe recommended lowest bidder (T.J.Pavement),made calculation errors.TJ.Pavement inadvertently omitted$500whenaddingthegrandtotal of all53biditems.Thusmakinghistotal Page 2 of 2 Comm.Mtg.Agenda April 19,2005 bid$279,473.10,instead of the$278,973.10indicatedintheBidOpeningReport.Thisproject willbefundedthroughgrantsfromtheSouthFloridaWaterManagement District (SFWMD)and the People's Transportation Plan(PTP).Thegrant accounts'balances,beforethisrequestand amount to charge perthis request are: Agency Current Balance Requesting Amount SFWMD $185,222.35 $175,000.00 PTP $287,877.22 $104,473.10 • RECOMMENDATION: Itis recommended thattheCity Commission approvetheresolution. ATTACHMENTS: •Proposed Resolution a Bid Opening Report a Tabulated Bids •Certified Advertised Notice of Bid Invitation Q Engineer of Record's letter of recommendation a Map of Project Area A,-""M BID OPENING REPORT Bids were opened on:Wednesday.March 23.2005 at:3:05pm For:Northend Drainage &Traffic Improvements -Phase II Pre-Bid Estimate:$300.000.00 CONTRACTORS:BID AMOUNTS: 1.T.J.Pavement $Z-~7 ?.PflZ lO 2.PetroHydro,Inc.ffi ??°i%S5?^'°° 3.Acosta Tractors,Inc.1^0 E>I & 4.Williams Paving,Inc.$y]Q Q6?Q 'W 5.Horizon Contractors KO &f& 6.Stone Paving,Inc.Nlo Blfc> 7.Budget Construction ffi 2^1 gffj?'7° 8.M.Vila &Associates,Inc.f$4*(%.4G?('zjo" 9.ReporBros.,Inc.Nfr fotfe 10.Domus Construction,Inc.^39f?,4>^?£'° M.Txu&jQi'MQki'T j Cdivitvi.GtixxLf Of FtO(Ur>A 1k/£.41 3"7Q 0t£>°° 1Z.is/cvl^CQKJSTaccr<OK/^EM6.(<JC,$S^SfS tf O 13.<&LU.TlOtJ tCkI9T£UCTt<Xl #4H3,tD2A*°4r 14.yW/Af CPUSrtUCTiCd f 'Z^'ZbZ'70 THE ABOVE BID AMOUNTS HAVE NOT BEEN CHECKED. THE BID TOTALS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED. .orAfe^y^--CityClerk's Sign:f*-^V ?**p*nt+0 Witness:*~'»"^_?Witness: /-^. MIAMI DAILY BUSINESS RiiVIEW Publlahei Dsrty 9Kc«Pt Saturday,SundBy n3 !Logal Holidays !Miami,Miami-Dade County.Flor U STATE OF FLORIDA COUNTY OF MlAljll-DADE: Before the urjderslgned authority persoi 3\y .ici «re: SOOKIE WILLIAMS,whoonoath says thai ha ci::9 st itVICEPRESIDENT,Legal Notices of the Ml nl Lj lu i mas Review f/k/a Miami Review,a dally (except fcifirl",:>tidiy and Legal Holidays)newspaper,published t Ml.n r fvl ini-Dade County,Florida;{hat the attached copy ofa Vart.u •ml beingaLegal Advertisement ofNotice In th>rnatti•n CITY OF SOUTH MIAMI BID NO.C105-0q23 in the XXXX Court,in me xaax uourt, was published In paid newspaper Inthe Issu i of 02/22/2005 Affiant further says thatthe said Miami Dally 3usl/< Review Is anewspaperpublishedat Miami |i <alc f County.Florida and that the aald newspaper l as heretoforebeencontinuouslypublished In ss Cf .MiSJ< Florida,each day jfexcept Saturday.Sunday ti id 1.3: andhasbean entered as second class mall.lattei -\ office in Miami In $ald Mlaml-Dade County,F oridn I periodofone yeari nextprecedingthefirst pi >l ca ci attached copy of advertisement;and affiantf :nho •.• shefias neither paid nor promised any perso i,fin• iy discount,rebajte,commission or refund fr th<f :securi/g this advertisement for publication r th;s Sworntoand subscribed before methis 22 da (SEAL)f>" •\mf '•My i oiwrinSOOKIEWILLIAMSpersonallyVQfajfm,8tM(r. 2G l(. Mar i .Mil! itii-t ale i;»l i County. J -In d*ys) tie f y.t 't\ El Am /;th rt h©o-* '•on >ratlon I OH -o r 30-81855 K JO J mmmmm '*£PK p^uuuMlarViV: rk Wednesday, @Rl£&Ppa ^§§iP . Po@6e;^iptlorv'Th^"ip pkm praric%9la uh¥3:dd P.M.! :3ti£005,at tjrM.pfty Cl»rk*a Office,* :Mlam|f,'TOhaat33'i.43,for the: fH^MpROVEMENTS-PHASE II ! ••:•r^n-...?myJ&a""of drialnage and.grading' ||#$!$£$!-^^^W^nt-Of-way repaii:along the following ,.i^Sli:Sjo^(Kg^y»ffl Avenua.tp.SWezhd Court ^W^^^^^^mmttomn,at three! SSIKS^^Traffic circle-..'; •i|^nag^i^am6rU_marklnga and ^Q9^p«W^«-'"linirinBgA,'^signage and pavement.'• '^^fMl^sptoate^ ^^|§Fi|lh8:-ai^^xJeisc^^,Abcrt>;e and.a&shown .bnijM1 M ^ fM«WM^^ife.^^ClW Commission!iMHfflM'wSSS^Wi*.Sduth Miami.? 'f$Sp?R</•:.-?"4Vjw-;.a^iy'j-7Jpw *£^«-..^yWa*-.ttn or after Monday,February 21, ^^e^^fe^'.dfflj^<n30!3mtwtDd^^)UWIsKepl^nonrefundable deposH perset of-, .,fewest resp.prtftbVtf^^ JI I'eae'fvss-ifie WJfpft T6;ect anyand all bids,tD>watve any! p.any brdsvarid;td.}ncreas8 oridecrease the quantftlea shown'1 ^^ttt^ppefty Ma|a^i^eejT)allv^p^:ft>thebq.stlnferesrcir lies;,of?^nyvjdndi;may b«rejected as• ?d%"n/.pre-Wd oonfarance wia be hisid a¥the^eity of Sbutti •p^J^y^f^a^t^^pi^pf Soutrv^tiamUs ah • 'Dhly.BuslnBftsco^traclort;;. ^^sw.'.'^ia?L65:E-5iy523725M S/S 33Vd •I^IVBO:0 I-so-W-ddV •8^9699906 •IWYIW HinOS dO A1I0 =A3 1N3S City of SouthMiamiProjectNo.CI05-0323 Northend DrainageandTraffic Improvements -PhaseII BID TABULATION ^*]HirvKMey-Horn 8»dAssociates,he CityofSouthMiami NorthendDrainage&TrafficImprovementsProjectPhaseII:CI05-0323 BIDTABULATION•March31,2005 Kln*y-«oiTnndAtKelitij,tnc OpMoiiclPretobliCwl ITEMWO.DESCRIPTION MAINTENANCEOFTRAFFIC EROSIONCONTROL CLEARWQANDGBUBaNO REGULAREXCAVATION MLLMOB0STWOPAVEMENT(fAVO.OEPTH) UMEBOCKBASE[81(PRatEDHSWGLECOURSE! L0X3»«BASEm(PB3tED)(SINGLECOURSE) TYPEBSTASUZATIONir(IBB«0) TYPES43ASFHALTCONCRETE(1'>»DMmRESIlRFACW6)(INCLTACKCOAT) CONCRETECUHB60UTTEH(TYPEFl CONCRETECURB«GUTTER(TYPEB CONCRETECURB(TYPEDl STORMMANHOLESWOCPWSM,SO4.41MOT TYPEVMANHOLEBOTTOMWITHMOOIFISDCURBWLETRISER PRECASTCONCRETECATCHBASHMPCPWSaSO3.1)MOT 3WSQUAREPRECASTCONCRETECATCHBASH PPECaVERTIirSAIWOW^RfORATEDl EXRTHATIONTRENCHjirXPERfOHATEP) CONCRETESIDEWALKirTHICK) COLOREDSTAMPEDCCHCBETEB'TWOX)ATORCLES S1QNMQAPAYEMENTUAHKWG REFLECTIVEPAVEMENTMARKER(CCUXlESSCOLORLESSi REFLECTIVEPAVEMENTMARKER(AM8ETVAMBER) SOUPTIWBCSTRIPE(rvVHTElfTHERMOFlASTIQ SCUDTRAfflCSTOIPEITWHITE)(THERMOPLASTIC) SOUPTRAFFICSTRIPEIFYELLOW)(THERMOPLASTIC) SOLIDTRAFflCSTRIPE(irYEUC^(THERMOPLASTICI SCUDTRAFFICSTRIPE(IfWHITE)(THERMOPLASTIC) SOUPTRAFFICSTRIPEOfWHTO(THERMOPLASTICI WHITEKTrrEDUNE(mERMOPLASTICI WHITEYIELDLHES(THERMOPLASTIC)SHARKTEETH YELLOWTRAFFICSTRIPEISJOPr^(THEiaiOPLASTIC) FURNISHAHDHSTAUKEWYBJSKSNpg^ANDPOST R)R>CSHAWtCTAUHFWTRAFFCaaCL£SXW(W2^W16-12s,W1^1]ANOPOST FURNISHANDHSTAU.HEWNOOUTLETSBH1WI4-2P)ANDPOST FURNISHANDWSTALLHEWNOOUTLETSCN(W14-2)ANDPOST FURNISHAM)HSTAgNEWCHEVIWALIGNMENTSIGN(Wl-O)ANDPOST FURNSHANDHSTAU.NEWSTOPSCN(BM)ANDPOST FURMSHANDWSTAaNEWSTREETNAMESKWqa-1)ANDPOST FURNISHANDWSTALLHEWH0REAU6NMEMrtSPEEDSGN(W-1-10,W13-l)ANDPOST FURNISHANDWSTALLNEWHORIZONTALAUCWUENTSIGN(W1-2L)ANDPOST WtDTAMAJaPr^irMrOAHEICWT.3<C»L.6,aEAHTRUNK.ff5l1BEAD. CRWUMUU.Y:70AL.FUa LAHTANA:1PAL.FULL24'O.C INOANHAWTHORN:3GAL.FULL.24'Q.a EXCAVATIONOFPLANTERAREAS ftANTMOSOlflflOcep) SOOOWOIPENSACOLABAHIA)(HCLWATERH0) MISCELLANEOUS DUSTCONTROL aORIDATRENCHSAFETYACTISwScaai00655) PROJECTSIGN(2SignRw*«8($«iSectcn00950) PERFORMANCEANDPAYMENTBOW) C«mNOENCT(faC»Awro»</D3O«t0BONLY| ToWSuMBidb*Ccrtntst EhwfftfcicJeii/ovwAaowiiStjbtfiad OH.UNITUMTPRICE S5X00X0 S1S.000.00 s2x00x0 shmxoxo S7X60XQ S2X25.00 S3.179X0 S35350X0 S14.400X0 S35.750X0 S3350X0 S24X00X0 SI8X00XO S23300X0 S49360.00 S5X5000 S5X50X0 162.00 81324X0 53X0 28X0 660.00 S3325.00 I2X10.00 $300.175X0 815X00X0$15X00X0 62300.0062300X0 65X00.0065X00X0 500X06IXOOXO 816X00X0 T.J.P«m»niCoi OTY.UNITPRICE 500.00 S1300X0 S1X00X0 231cS7330X0 S4346.00 S1,221.75 S1.156X0 S1X00X0 S2525X0 S20X00X0 S2325X0 S1375X0S18X00X0 S1.125X0S9X00X0 82030600 S56304X0 86X3230 S10351.00 1324 S1386X0 $139830 S4365X0 8259323.10 750X0 61300X0 81X00X0 600X0 66/00X0 810X00X0$10X00X0 8276X7110 cngfcm)88cn6B<tfV6ciBon LwrolbM PlboHyttro^bic QTY.IUMTPRICBITOTAL $13300X0$iisooxo 8600.00 S40XCQX0840X00X0 UK S42X00X0 S1700X0S3.780X0 S2X00X0S31300X0 S2X00X0S21200X0 $23300X0 1324 sc$ 193.64 813B0X0 S2X64X0 S1300X0 54600 S1.656X0 81/45X0 81.440X0 S3.190X0 3.68600 6361385.00 $15X00.00815X00X0 82X00X0 81X00X0 61X00.0062X00X0 86.703X066JC0X0 $10X00X0$10X0OXO 8398385X0 WllJtojPaving,haBudBUCoratructloo OTY.UWTPRICETOTALOTY.UNITPRICE S16.187X0SI8.I87.C0S1I.COO.00 S3351X0S3351X0 822318X0S22318X0S10X00X0 1135s23soxo isisi S1/85XO s3037100 S13300X0S14.400CO S4312X0S4.200X0 S5.12050S4X00X0 S34354X0 S3.195X0 1X00X0 2/00X0 S23/00X0 S2/00X0 S1383X0«S1.450X0S17.400X0 S2333X0IS1/COXOS11300.00 4835S27365X031X0S17X30X0 6030S50X84X0S57X60X0 S4X24X0S5310X0 S7.460.00S11X50.00 90.00 S1X5930 212.00 52.00 65.10 t130*35 43X0 S1.1S9X0 S2396X0 167X0 167X0 334X0 S1X50X0 111X0 t1X00X0 S1300X0 S13*0X0 765X0S1360X0 S10,152X01/4CS1X44X0 8334230S5,075.00 97CS1.70S1.649.00S2.18230 8308368358267388.70 $40.769.45$530600853COX0 62,786X0 186X0 62300XO600X0 185X26X065X28X066X00X0 1$10X0600$10X00X0$10X00X0 t:-y:<tm H.VBjAAuodita.Inc. OH.UMTPRICETOTAL S18300X0 S6300.00 S8300X0 4X0 231CSIBS 1030 S3X00X0 S8/COXO S1X00X0 IS2300X0 ~a 1324 1/40 S7.15150 S5300X0 S2X9230 S231430 S26/40X0 S20.160X0 S5X60X0 S5,145X0 S49/00X0 $6/00X0 S22X00X0 S16/00X0 S31X00X0 S82X00X0 S7350X0 S11320-00 S1.175.00 S1X50.00 S2X65X0 83X88X0 I3.770X0 51X40.00 8363X11X0 950X0 64X03X0 $10X60X0 8416/61X0 Vfy.+m DanaCcnstracttcn,he. OTT.UNITPRICETOTAL 85.000.00 S5.000.00 sloxooxo S1600X0 S6.755X0 S8350X0 S2/30X0 S6X82X0 S42X60X0 S20.160CO S8.440X0 S26X50X0 s4/ooxo S14/00X0 S12X00X0 S23300-00 82CS100X0 45X0 S1324.00 15900 39.00 93.00 S2320.00 66X0 S1.750X0 I330000 800X0 S1380X0 782X0 81330X0 1/4C$I1.44600 S1.160.00 S1X40.00 833838100 815,000X0$15X00X0 810.00600610X00X0 81500X0$3300X0 40600800X0 57300X0$7360X0 $10X00X0$16X00X0 $365385.00 DtvtlopnitnlACoran.Gravp olFloriaj,lnc OTY.iUMTPRICETOTAL IS8X00X0S6X00X0 IS3300.00S3300X0 US10X00X0S10X00X0 6.00sijoaco 2J511S5.020X0 S31717X0 S1350X0 S231200 S38.WS.00 S14/00X0 S4300X0 10X0S4J800XO S2X00X0 S3300X0 S36,400X0 t3300.00 S2300X0t30X00X0 S2350X0822X00X0 40X0S23300X0 80X0S66340X0 85/4600 I16300X0 1324 S2300X0 S4300.00 35600 35600 88X00X068X00X0 88X00X066X00X0 55X00X086X00X0 61/CQXO62X00X0 $10300X0$10Xi»X0 $10X00X0$10X00X0 $370X15X0 :t:::::R6QX0) CBQandAssociates,Inc. City,ofSouthMiami NorthendDrainage&TrafficImprovementsProjectPhaseII: BIDTABULATION-March31,2005 NovusCoitttnjttlooA Ensln»trins,lnc. SolutionConstructionUrlConstrocSen ITEMNO.DESCRIPTIONOTYUMTPRICETOTALOTYUMTPRICETOTALOTY.IWOTPRICETOTAL I GENERAL 102-1MAINTENANCEOFTRAFFIC$2340X0$2340.00$10350.00$10350.00$5X00.00i5X00.00 104-10-1EROSIONCONTROLS1.120X081,120.00$3.139.50$3.139301$$1X00X0 110-1-1CLEARINGANDGRU88MG$2320X082320.00$12305X0$12305X01$31778X0s 120-1REGULAREXCAVATION20CS1.76$352X0201$145$690X020C82X0$40600 ROADWAY 327-70-12UUJNQEXBTMGPAVEMENT(1*AVO.DEPTH)231C8838821,7863023TCS735$19301302310S2.50$6375X0 200-1-1UMEROCKBASE(81(PRIMED)(SHGLECOURSE)S9CstieS3334.406.10$3399X0590$10X0$5900X0 200-1-2UMEROCKBASE(81(PRMEO)(SINGLECOURSE)135$738$982X0WHS59.0587X71.7513!814.00$1380X0 1604TYPESSTABILIZATIONiriLBR40)576$1.408609305761$66885X17X457682X0S1.156X0 331-2TYPES-IJASPHALTCONCRETE(1*NOMINALRESURFACING)UNCITACKCOAT)7,11CS5.54S39389.407.11C$5.06S35X76X07.111$175$26382.50 520-1CONCRETECURB8GUTTER(TYPEF)960S1436$11977.60set$1735$18360X096C814.00$13/4000 520-2CONCRETECURB&GUTTER(TYPEB260S1736t4.660.602St8173584X30X02SC$14.5084X60X0 520-3CONCRETECURB(TYPED)490$11.78%5,762.4049t$1035$5X7130490$1135$531230 425-2-41STORMMANHOLES(MDCPWSUSO4.4)(<ttnIS$2335X8$29X56.1713$4X00X0859X00X01181.700X0822.100X0 425443TYPE\TMANHOLEBOTTOMWITHMOOiHEOCURBWLETRISER1$2335.0982335X91$4300XOS4300X01$3X00X083X00X0 4252-71PRECASTCONCRETECATCHBASH(MOCPWSW.SO111(<1(D12S2335X9$26321X812$4X00X0855300X012$1300X0$14/00X0 4254-72JMTSQUAREPRECASTCONCRETECATCHBASIN6$2335X9S17380.72ES4300X0$36300X0681/60X0$11300X0 430-11-323PIPECULVERT(15*&S.)(NON-PERFORATED)set$16X9$933230sec$6133835X00/0SSE$30X0817/00X0 443-70EXF0JRATIONTRENCH(I5WERFORATED)62!$122/58101366.60626867.408723673082688600866340X0 522-1CONCRETESIDEWALK(6*THICK)17C$28X084,760.00171$41.4087X38X0171832.618534170 522-1COLOREDSTAMPEDCONCRETE(FTWCKIATORCLES17C$25.76843793017t86335$10.75150170857.78$9322.60 StGMNGtPAVEMENTMARKMQ| 706-3REFLECTIVEPAVEMENTMARKER(CaCftESS/COLORLESS)It$4.48844301t$4X0$46X0It$600860X0 706-4REFLECTIVEPAVEMENTMARKER(AMBEWAMBER)1C$4.48$44X0It$4X0$48.001t$6X6860X0 711-3541SOLOTRAFFICSTRIPE(6*WHITE)(THERMOPLASTIC)H8038$31606t$039$41.406t$0.70842X0 711-3541SOLIDTRAFFICSTHPEirWHnEjmiERVOPlASTIC)4!$676$394304S$039$31X54!80X6$36.70 711-3641SCUDTRAFFCSTRIPE(6"YELLOW)nHERMOPLASTIC)1324$037$687X61324S0698911581324$070$926X0 711-36-181SajOTRAFTCSTRIPEnrYEUIW(THERMOPLASTIC)538218811534Zs$145$1823553t2X0$106.00 711-35-181SCUDTRAFFICSTRIPE(IB"WHITE)(THERMOPLASTIC)12S2188283413S145$44X5138200$26X0 711-35-242SCUDTRAFFICSTRIPE(24*WHITE)(THERMOPLASTIC)5CS336$1S8X056$5.16J_259.00St$4.00$ 711-5WHITEDOTTEDLINE(THERMOPLASTIC)938234$2083293$069$64.1793J$100848500 711-6WHITEYIELDLINES(THERMOPLASTIC)SHARKTEETH47S22.4081.0523047t17358610.7547E8.00$376.00 711-7TEUOWTRAFFICSTRIPE(SKIP2"41(THERMOPLASTIC)66S0.67$57.6266$0.69$59.3486$500$430.00 70040-1FURNISHANDINSTALLNEWYIELDSIGN(R2-2)ANDPOST7$17930$1354.407i2243581369.757$198.75$138135 70040-1FURNISHANDINSTALLNEWTRAFFICCBOESIGN<W2-6,W1S-12p.W1S-1)ANDPOST7t369.608238730738235$2335.757t31&008230500 70040-1FURNISHANDWSTALLNEWNOOUTLETSIGN(WI4-2P)ANDPOST1S163X08168X01t21275$212751$50.00$50X0 70040-1FURNISHANDWSTALLNEWNOOUTLETSIGN(W14-2)ANDPOST1$168X08168X01$21275$212.7518195X0816500 70040-1FURNISHANDWSTALLNEWCHEVRONALIGNMENTSIGN(W1-6UANDPOST3S15630$470.403%19530$566.503$145X0843500 70040-1FURNISHANDWSTAU.NEWSTOPSIGN(RI-1)ANDPOST2S168X08336X02s21275S425302$195X0S399X0 70040-1FURNISHANDWSTALLNEWSTREETNAMESIGN(D3-I)ANDPOSTItS73193$7339301Cs276X0$2,760.00It875008750X0 70040-1FURNISHANDWSTAUNEWHORZ.ALIGNMENT6SPEEDSIGN(W-M0.W13-IIANDPOST1$12035$120351$419.75$418.7518100X08100.00 700404FURNISHANDWSTAU.NEWHORIZONTALALIGNMENTSIGN(WI-2UANDPOST1S166X08168X01s19530$195301$18500t165X0 LANDSCAPING P-1WlDTAMARtND:FO,Itf-lffOA.HEIGHT,34-CAL,8*CLEARTRUNK.6*SPREAD.2$392.00$764.002$40230$605X0:$54500$1X90X0 P-2CflfflJMUU.Y:7GAL.FULL12$50.408604X012s3335$4003012$32.75$39100 P-3ANTANA:1GALFUU,24*O.C.1S4t430i_772301B4t139s62176184863051.196X0 P4INDIANHAWTHORN:3GAL,FULL,24*OC8!S1130S952X08581032s894308!$12X0$1X20.00 P-SEXCAVATIONOFPLANTERAREAS1/4tS695s10X06XO1/40$145$4X68X01,44C8270$3389X0 P-6PLANTINGSOL(3FtDeed14!$22.40$1246X014!$27.6084X02X014!$28X0$1770X0 P-7SODDING(PENSACOLABAHA)(MO.WATERNG)97tS131$1.755.70971$2X9$2X003097t$20081X40.00 SUBTOTAL8327X60711SUBTOTAL$432366678276369.05 ™|. lOSCELLANEOUS| MISC-1HOBUZATION1S2340.0082340X0ll$14/21X0814,421X01$2X060082X00X0 MISC-2)USTCONTROL111.120.0081.120X0ll$3,450X081/59X01$2X00.0082X00X0 UBC-3ICfllOATRENCHSAFETYACT(SesSeeta00685]1(1.120X011,120X01S81$1X00X081X00X0 USC4WJECTSIGN(2SignsRequtad)(SeeSecScn009SOJ2S1360X013360X02S40230$805X0i$1X00X082X00X0 USC-S1•ERFORMANCEANDPAYMENTBOND116/00X0t8/00X01$11.477X0811/77X0185X00.0085X00X0 MSC-6iX3NTWG£NCY(Faa»ABCfO«l/0(tt»»5cnOM.Y)1110X0O00t0X00X01$10X00X0810X00X01$0X00X0810X00X0 GRZl»353300.71847103U7$286308X5 TotalSubmRHdbyCortntor :::::::£.::::::v&^ 8349305.00$471024.04829836260 ty.*7K«:$>:+<*#.*'::•:-mn- *wedIncorrectbidlam•muCplterrcrj•utedkeenedbidlam c Kimley-Hom and Associates,Inc. B April 11,2005 Suite 411 8603 South Dixie Highway Mr.W.Ajibola Balogun,REM JjjJjJ ™* Public Works Director CityofSouthMiami 4795SW 75th Avenue South Miami,FL 33155 Re:CityofSouthMiamiProjectNo.CI05-0323 Northend Drainage andTrafficImprovements -PhaseII Dear Mr.Balogun: The bid packages received for the above-referenced project have been tabulated and reviewed.Thelowbidof$278,973.10wassubmittedby TJ.Pavement,alocal ContractorbasedinMiami,Florida.Thetabulationofthebid,utilizingtheunitprice provided by TJ.Pavement showed a total of $279,473.10,which represents a $500.00 increase in the overall total. We have reviewed thebid package submitted byTJ.Pavement Co.,andfindthe documentationsubmittedtobeinaccordancewithSections00200and00300ofthe Project Manual.The bid was accompanied by bid security and we have contacted the references listed bythe bidder and results are enclosed herewith.Copies of licenses are also attached. Basedonthe review ofthebid packages,responses from listed references,bid tabulation analysis and in accordance with the City of South Miami's requirements for awarding public contracts,T.J.Pavement as the low bidder should be awarded this contract, subject to acceptance bythe City Council,execution ofthe Contract Agreement, submittal bythe Engineering Contractor ofthe required Performance and Payment Bonds,and Certificate of Insurance. Sincerely, fr-HORN AND ASSOCIATES,INC. Rodri Projec Enclosures TEL 305 662 6445 FAX 305 662 6492 H:\04O818018 N-End Ph II\Btds\RP 050411 SoM NE Drain Ph 2Bid Recom.ltr.doc City of South Miami Project No.CI05-0323 Northend Drainage and Traffic Improvements -Phase II BID REFERENCES 04/01/2005 FRI 16:22 FAX 3053752547 03/31/08 IHU 14:07 FAX 3056626492 PUBLIC .WORKS CONST DIV KIMLEY-HORN DADELAND fWn Engineering &Construction Department Contractor References Based on Experience,Ability and Financial Standing T.J,Pavement Co. potennal subconsultant for the Northend Drainage &Traffic hnt^C^T?^.rf Snnfh Miain^FIondaproiect.It is our practice to obtain references from individuals and companies who have worked with apotential subconsultant,The above company has included you and/or your company as areference.We would gready appreciate your prompt response to the following inquiry as it applies to the nature of your relationship with the company.Those that do not apply should be left blank.F "Hwenjaiao Pleaserate the consultant asfollows: 1-poor 2«average 3-above average 4-very good S -excellent M.5 W m.i-r criteria nii A.Ability tocomplete project on time.| B.Ability to stay within the budget C.Quality of work. W^Mffi II I IIRMMa D.Financial standing frf applicable). ••*"Tfl E.Experience in their line of work. ir EZZ; v" 3£ 32 Additional Comments (May indicate last project/transaction with contractor): Reference given by: Name&Tide Ovidio P.Rodrign^ Assistant Direct Company Miami-Dade County i Address 111 NW l Street.Suite1420 Cily/St/ZEP Miami,FL 33128 Telephone 305-375.1918 Date fi-mail Address ovidio@imamidada.flqv Reference Check conducted by: Name:Alexandra Keptaiae Kimley-Hom &Associates,Inc. 8603 South Dixie High-tcay -Suite 411 ami,FL 33143 T:305.662.6445 F:305.662.6492 E:lexyiraptaine@kimle]/-horn.coin Ifyou have any question about this form,please call at (305)662.6445.THANK YOUI @001 ©002 APR-01-2005CFRI)10:07 TECO PEOPLE GAS (FAX)3055765307 P.002/002 riBfl Wmley-Horn -5^"Pt_J_and.AssorjaiLandAssocfafesrlnc- March 31,2005 Fox Transmittal HrnVLocatian:Teco Pe0ples Gas Flom:Alexandra Kapfain, Original coming by mail:^q tfyouh.vemyproWeInSip]eiBeeaH3os66iw45- Comments; Fax No.: JobNo.: No JS Suitc4ij J% Miami.FL33J4J JO-305^61^45 F*X 305.662.6a92 ™»tane:I^pro^^^^™c Kaptaine Youri »-•.,«,-~BtC0~'<>"»—«MUM*. This facsimile is intended for rh*~jj~a™™*'intend^rgciJZ„l„fen^h^„-. ©001 APR-01-2005CFRI)10:07 TECO PEOPLE GAS (FAX)3055765307 P.001/002 Engineering &Constructs Department Ttncj n Contractor References potential subconsultant for the NonWi rT? no.apply should be left Sank.**"^^^relationship vfo «£co^.^^do Please rate the consultant as follows: Telephone "30S.S73.382I Dale ~^/J:r E-iMil Address "uSbyrdBtecoenergyxom e '«y-fc°PBiaeatam|ey.|,on,.e^- I&002 flPR-01-2005 0B:17 FROM:CITY PUBLIC WORKS 3054161278 TO:305 662 6492 P.l'E City of Miami tfH 0*«»r STEPHANIE N.GRINDELL PE Director -««s^s:f£; Department of Public Works 444 Southwest 2"*Avenue 8rt Floor Miami,Florida 33130 JOE ARRIOLA City Ma nager From. Hit cfiertc Phone Fax phone cc Phone- Fax phone cc: REMARKS a URGENT a FOR YOUR INFO •REPLY ASAP a PLEASE COMMENT RE RPR-01-2005 08:17 FROM:CITY PUBLIC WORKS 03/31/05 THU 14:uu rAA Jua on*o«»£ 3054161276 TO:305 662 6492 Engineering &Construction Department ContractorReferencesBasedonExperience,Ability and Financial Standing X.J.Pavement Co. who have w^edw,*a pa-SSconSntr^r*"'lnd,viduab ««competeyourcompanyasarefeieocTw.STzT COmpa"3'^indnded J™*W«UmSiS].£££*°?y appre,.a,e your pro,,,p,resp°n«***-M&kSi!^—rf^l-c^^fcco^.Thosethatdo Please rate the consultant as follows: lpoor »-"»»3-abo^a^ence 4-reiygood F Criteria a.Ability to campietB project on time.[ P.AftHftv to way within the buiSST 1^UtttWVOfw'orfc "~ ••.-•J••I ••I nnwmal standing WBppKe5bS^ s.experience in thair HnB'0f woljg ™m-'*™<°'^£~~;&U4—J mndsMitehfi Company Giy of Mi»mj • Address 444 MV2"1 Avenue -g*FJoo7 GtyJSUZiP "Miami,h^ho Telephone 305.416.1218 Data E-maflAtfAoss fateheitevj if^yf Name*Alexandra Kaptains Kunley-Honi &AasociAies,Inc. 8603 Soum Dixie Highway -SafeA|f Miana.PL33|43 T:305.662.6445 F:305.662.64W fc:iexy.fcapiaiaetf IdmlcyhanLcMT P.E'2 Mar 31 05 02:21p Pinecrest Public Dorks 305 669 6919 ^ ^zr|FAX COVER SHEET n DEPARTMENT OF PUBLIC WORKS To:Alexandra Kaptaine From:Dan Moretti Fax:305-662-6492 Pages:2 Phone:305-662-6445 Date:3/31/05 •Urgent •For Your Information D Please Comment/Reply t^As Per Your Request Re:Job No.04081801 #CI05-0323 Please feel free to contact me if you have additional questions. P-i ^*pnmtB>»i.n'T~fip 8 village q£&» PINECREST Dar.fe!F.hic,rs£i 10800 Red Road I Pinecresc Florida 33156 I ..305.669.6916 !305.669.6919 i?publicworUs@pinecresc-fl.gov Mar 31 05 02:22p Pinecrest Public Uorks 305 669 6919 ....„„.,„„..v-mv,.'ftlBLCX'-aUMN VAVEUiPtl) Engineering &ConstructionDepartment p.2 (a oo 2 Contractor References Baaed on Experience,Abilityand Financial Standing T.J.Pavement Co._.$& POtentiaI subconsultant for the Northend Drainage &Traffic Improvement Project.City nf.Sm.rrp Nftanu,Florida project.It is our practice to obtain references from individuals and companies who have worked with a potential subconsultant.The above company has included you and/or your company as a reference.We would greatly appreciate your prompt response to the following inquiry as it applies to the nature ofyour relationship with the company.Those that do not apply should be left blank. Please rate the consultant as follows: 1-poor 2•average 3 -aboveaverage4-very good T 5-excellent Reference given by; Name &Title Daniel F, Director Company Village of Pinecrest Address 10800 Red Road Cily/St/ZSP Pinecresc FL 33156 Telephone 30S659.6916 Date 3*3>/>&ST E-mail Address Moretri @pinecresi-fl.gov Reference Check conducted by: Name:Alexandra Kaptaine KimJcy-Horn &Associates,Inc. 8603SouthDixieHighway-Suite 411 Miami.FL 33143 -/•s T:30S.662.644S 305.662.6492 E:lexy.kaptainc@ldinley-horn.com Ifyouhaveanyquestionaboutthis form,please callat (305)662.6445.THANK YOU1 H.-WM10D1B N-eixf Pti lABtftftoforanc*Chacfcl.lrnufae City of South Miami NORTHEND DRAINAGE &TRAFFIC CALMING n IMPROVEMENTS -PHASE 2 Location Map 6443 J437 6419 SW 42ND TE SW 43RD ST 063955385,16375 B367 6361 63536343 63376321 3990 ^ CO BIRD RDSW 40THST f ^ 6340 6395 63676375 6367 -.303 5347 I J SW 41ST ST 6394 6366 6374 6366 6358 6346 6338 6330 0302 6300 6395 V 6387 6375 63676359 6347 6339 6331 -.321 6315 6303 J SW 42ND ST 16394 6386 6374 03 EG 6358 6346 6338 63306322 6302 $395 6375 6363 5351 6339 6331 6323 6307 SW 42ND TE 6367 53516347 SW 43RD ST 6394 6386 6374 6366 6358 6332 6318 6302 639563836375 6367 6359 6347 6335 63276315 6303 SW 44TH ST i 6291 p 6294 6282 6266 6250 6291 6251 J f \ 6290 6282 5270 6250 6295 62716251 V J f 6290 6282 5272 6260 6250 6291 6283 S871 6263 6251 % Q Z up. 1 6203 J SW 42ND ST 62346228 6222 6210 6202 4225 4226 4233 4232 4241 4240 4249 4248 4300 4309 4308 43174316 62356219 4318 in 300 600 900 1,200 1,500 Feet