Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Res. No. 087-05-12066
RESOLUTION NO.87-05-1 2066 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA,AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH TJ PAVEMENT CORP.FOR DOWNTOWN DRAINAGE IMPROVEMENTS -PHASE IV CONSTRUCTION IN AN AMOUNT OF $217,851.15 TO BE CHARGED TO US DEPARTMENT OF COMMERCE, ECONOMIC DEVELOPMENT ADMINISTRATION (EDA)GRANT AND THE US ENVIRONMENTAL PROTECTION AGENCY STATE TRIBAL ASSISTANCE GRANT (STAG)ACCOUNT NUMBERS 001-0000-132-2062 AND 106-1721-536-6550 RESPECTIVELY;PROVIDING FOR AN EFFECTIVE DATE WHEREAS,theMayorandCitycommissionwishtoprovide drainage improvements withinthe Downtown Phase IV area (SW 58'"Avenue from SW 72nd Street to US 1 and SW 71s'Street from SW 58th AvenuetoUS 1)),and; WHEREAS,these improvements arepart of the Downtown Infrastructure Improvement Master Plan funded fromEDAand STAG grants and: WHEREAS,thecityreceivedfourteenbidsinresponsetothe Notice of BidInvitation advertised intheMiamiDailyBusinessReviewonJune7,13,20&27,2005;and. WHEREAS,the engineering consultant reviewedthebidsand 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,THAT: Section 1:TheMayorandCityCommissionauthorizetheCity Manager to execute an agreementwithT.J.PavementCorp.fortheconstruction of DowntownDrainageImprovements-Phase IV for an amount of $217,851.15. Section 2:The project willbefundedthrough grants fromU.S Department of Commerce. Economic Development Administrative (EDA)andUS Environmental Protection Agency's State Tribal Assistance Grant (STAG),with $213,825.55 and $4,025.60 tobe charged to account numbers 001-0000- 132-2062 and 106-1721-536-6550,with account balances of $297,012.50 and $32,025.60 respectively. Section 3:This resolution shall take effect immediately upon its adoption. PASSED AND ADOPTED this /tf _f_day of HuA^,.,2005. APPROVED:ATTEST: Iaria Menendez,City Clerk READ AND APPROVED AS TO FORM: ^^Z^^^^4^^^Ma(ySco\^Uissell,Mayor Commission Vote:4-0 Mayor Russell:Yea Vice Mayor Palmer:Yea Commissioner Birts-Cooper:Yea Commissioner Wiscombe:absent Commissioner Sherar:Yea CITY OF SOUTH MIAMI Inter-office Memorandum TO:Honorable Mayor,ViceMayor &City Commission ILtfffcFROM:Maria V.Davis City Manager iS DATE:July 19,2005 MAGENDAITEMNo.. RE:Authorizing the City Manager to execute agreement with the lowest responsible bidder for the Proposed Downtown Drainage Improvements Phase IV South Miami AO-AmericaCity UIIIF 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 TJ PAVEMENT CORP.FOR DOWNTOWN DRAINAGE IMPROVEMENTS -PHASE IV CONSTRUCTION IN AN AMOUNT OF $217,851.15 TOBECHARGEDTOUS DEPARTMENT OF COMMERCE, ECONOMIC DEVELOPMENT ADMINISTRATION (EDA)GRANT AND THE US ENVIRONMENTAL PROTECTION AGENCY STATE TRIBAL ASSISTANCE GRANT(STAG)ACCOUNTNUMBERS 001-0000-132-2062 AND 106-1721-536-6550 RESPECTIVELY;PROVIDING FOR AN EFFECTIVE DATE BACKGROUND &ANALYSIS: The proposed Downtown Drainage Improvements -Phase IV is the fourth phase of the Downtown Infrastructure Improvement Master Plan.The construction project will consist of drainage improvements,roadway resurfacing,landscaping and pavement marking.The improvements will be performed along the following streets: •SW 58th Avenue fromSW 72nd Street toUS1 •SW 71st Street from SW 58,h Avenue toUS1 The project was advertised in the Miami Daily Business Review four consecutive times (June 7, 13,20 and 27,2005),as required by one of the funding agencies.Five contractors submitted sealed bids forthe project.The bids were publicly opened thelast day ofbid submittal (Friday, July 8,2005)at 3:05pm.Since the bid opening,the engineer of record has tabulated the bids, reviewedandevaluatedallbids,verifiedbidbondanddiscussedtheprojectwiththelowest responsible bidder (T.J.Pavement Corp.)to make sure the scope of work is clearly understood as designed and specified.The Engineer of Record (C3TS)has submitted the attached letter of recommendation for T.J.Pavement Corp. This project will be funded through grants from U.S Department of Commerce,Economic Development Administrative (EDA)and US EPA State Tribal Assistance Grant (STAG).The grant accounts'balance,before this request and amount to charge perthis request is: Page2 of 2 Comm.Mtg.Agenda JULY 19,2005 Agency Current Balance Requesting Amount •EDA $297,012.50 $213,825.55 •STAG $32,025.60 $4,025.60 RECOMMENDATION: ItisrecommendedthattheCityCommissionapprovetheresolution. ATTACHMENTS: •Proposed Resolution q Bid Opening Report a Tabulated Bids a Certified Advertised Notice of Bid Invitation a Engineer of Record's letter of recommendation a Map of Project Area BID OPENING REPORT Bids were opened on:Friday.Julv 8.2005 For:Downtown Improvements -Phase IV at:3:05pm Pre-Bid Estimate:$240.000.00 CONTRACTORS:BID AMOUNTS: 1.T.J.Pavement Corp.ftatT,fc51J5 #3n,2.66.6o 2.BudgetConstruction. 3.Central Florida Equipment. 4.Williams Paving,Co.nId.fcid 5.Stone Paving,Co. 6.Solution Construction,Inc. 7.MVRT 8.Homestead Concrete &Drainage,Inc. 9.SoutheasternEngineeringContractors,Inc. 10.Development Group &Communication of Florida,Inc. 11.MTJRI Construction Ma fed 12.Arazoza Brothers,Corp.(4o fe'td Kib fotd. THE ABOVE BID AMOUNTS HAVE NOT BEEN CHECKED. THE BID TOTALS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED. City Clerk's Sign Witness:ctiftttwficy^-Witness: C3TS Bid Tabulation South Miami Downtown Improvements -Phase IV SW71ST&SW58AVE C3TS ProjectNo.01929-023 July 8,2005 C3TSEST. UNIT PRICE C3TSEST. AMOUNT TJ.Pavement Dev.&Com.Group of FL Inc.Homestead Cone.&Drain.Centr.FL Equip.Rentals 1 Solution Construction.Inc. UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT Section 1 -Roadway &Drainage Horns 1 RD-1 Demolition,removal,disposal,and backfilling ol existing drainage systems 1 LS.$5,000.00 $5,000.00 $3,000.00 $3,000.00 $6,000.00 $6,000.00 $3,500.00 $3,500.00 $15,000.00 $15,000.00 $3,450.00 $3,450.00 RD-2 Demolition,removaland disposal ol existing sidewalk 1.575 S.F.$2.00 $3,150.00 $1.25 $1,968.75 $2.00 $3,150.00 $2.50 $3,937.50 $2.00 $3,150.00 $0.77 $1212.75 RD-3 Demolition,removal,anddisposalof existing concrete curb and gutter 490 LF.$5.00 $2,450.00 $3.00 $1,470.00 $5.00 $2,450.00 $5.55 $2,719.50 $5.00 $2,450.00 $4.60 $2254.00 RIM Pavement milling(depthvaries•2" max.)935 S.Y.$8.00 $7,460.00 $2.90 $2,711.50 $5.00 $4,675.00 $8.62 $8,059.70 $15.00 $14,025.00 $4.60 $4,301.00 1 RD-5 Clearing&grubbing,including demolition,removal and disposal of existing pavement behind new curband gutter line and In new median area 1 LS.$10,000.00 $10,000.00 $2,500.00 $2,500.00 $2,500.00 $2,500.00 $4,300.00 $4,300.00 $25,000.00 $25,000.00 $5,335.00 $5,335.00 RIM MDWASD manhole cover and valve adjustment and SBT manhole adjustment 1 LS.$2,500.00 $2,500.00 $2,000.00 $2,000.00 $1200.00 $1200.00 $2200.00 $2200.00 $4,000.00 S4.000.00 $3,160.00 $3,160.00 RD-7 S-3 Asphalt overlay (1')2.600 S.Y.$7.00 518.200.00 $6.30 $16,380.00 $8.00 $20,800.00 $5.17 $13,442.00 $9.00 $23,400.00 $8.05 $20,930.00 RD-8 S-3 Asphalt leveling In mill areas (thickness varies)50 Tons $70.00 $3,500.00 $100.00 $5,000.00 $100.00 $5,000.00 $115.00 $5,750.00 ft 4 QQ $92.00 S4.600.00 i $100.00 $5,000.00 RD-9 Back of sidewalk area restoration (sod or asphalt)1 LS.$4,000.00 $4,000.00 $2,750.00 $2,750.00 $3,500.00 $3,500.00 $5,800.00 $5,800.00 C11 00 $9,600.00 $9,600.00 . $14,000.00 $14,000.00 RD-10 Colored cone,valley gutter 315 LF.$17.00 $5,355.00 $28.00 $8,820.00 $20.00 $6,300.00 $25.00 $7,875.00 $20.00 $6,300.00 $18.12 $5,707.80 . RD-11 Type *F colored concrete curb&gutter (curb height 5*to 6')600 LF.$20.00 $12,000.00 $29.00 $17,400.00 $20.00 $12,000.00 $25.00 $15,000.00 $23.00 $13,600.00 $23.95 $14,370.00 RD-12 Concrete sidewalk (4*thick,6*at driveways),Including subgrade prep., colored concrete handicap ramps,and resetting ofwatermeter boxes,etc.as needed.)4.015 S.F.$6.00 $24,090.00 $4.50 $18,067.50 $6.00 $24,090.00 $7.00 $28,105.00 $6.00 $24,090.00 $9.50 $38,142.50 RD-13 Type "D"colored concrete curb 370 LF.$15.00 $5,550.00 $18.00 $6,660.00 $20.00 $7,400.00 $25.00 $9250.00 $14.00 $5,180.00 $16.45 $6,086.50 RD-14 Coloringexistingcurbandgutterto match new CoralGablesBeige3curb and gutter 1 LS.$4,000.00 $4,000.00 $6,000.00 $6,000.00 $3,500.00 $3,500.00 $5,000.00 $5,000.00 $3,000.00 $3,000.00 $2,500.00 $2,500.00 RD-15 Coloredconcretecrosswalk (9*thick) Including reinforcedsteeland subgrade prep.560 S.F.$25.00 $14,500.00 $9.45 $5,481.00 $12.00 $6,960.00 $12.00 $6,960.00 $10.00 $5,800.00 $25.80 $14,964.00 RD-16 Type 'C catchbasinstructure,including structure,frame and grate,and prb 3 EA.$2,400.00 $7200.00 $1,800.00 SS.400.00 $2,500.00 $7,500.00 $1,817.00 $5,451.00 $2,500.00 $7,500.00 $4,600.00 $13,800.00 RD-17 Type 'C manhole,Including,structure, ring and cover,and prb 2 EA.$2,400.00 $4,600.00 $1,850.00 $3,700.00 $3,000.00 $6,000.00 $3,507.50 $7,015.00 $2,500.00 $5,000.00 $4,600.00 $9200.00 RD-18 DropInletcatchbasinIncluding structure and frame and grata 5 EA.$1,500.00 $7,500.00 I $925.00 $4,625.00 $3,500.00 $17,500.00 $1,288.00 $6,440.00 $1,800.00 $9,000.00 $4,600.00 $23,000.00 I South Miami Downtown Improvements -Phase IV SW71ST&SW68AVE C3TS ProjectNo.01929-023 July 8,2005 RD-19 Solid 15'HDPE RD-20 Solid 24'HOPE pipe 4'wide exfillratlon trench Section 1 Sub-Total: C3TSEST. UNIT PRICE $55.00 $65.00 $90.00 C3TSEST. AMOUNT $5.940.00 $7.215.00 $18.000.00 $172,430.00 J J.Pavement Dev.ft Com.Group of FL Inc. UNIT PRICE AMOUNT UNIT PRICE AMOUNT $40.00 $45.00 $74.00 $4.320.00 $4.995.00 $14.800.00 $30.00 $40.00 $120.00 $3.240.00 $4.440.00 $24.000.00 $138,040.75 $172,205.00 Homestead Cone.&Drain. UNIT PRICE $3220 $4025 $97.00 AMOUNT $3.477.60 $4.487.75 $19.400.00 $160,150.05 Centr.FL Equip.Rentals UNIT PRICE AMOUNT $45.00 $50.00 $4.860.00 $5.550.00 $120.00 $24.000.00 $220,105.00 Solution Construction,Inc. UNIT PRICE AMOUNT $41.37 $48.00 $6325 $4,487.96 $5.328.00 $12.650.00 $205,059.51 Section 2-Pavement Marklno &Slonlno Items 1 PMS-1 Replace traffic signal loop assembly 5 EA.$750.00 $3,750.00 $1,100.00 $5,500.00 $450.00 $2250.00 $1,000.00 $5,000.00 $1,600.00 $9,000.00 $1,150.00 $5,750.00 PMS-2 Stop sign (R1-1)assembly,twoof which also Include streets name and number signs 4 EA $210.00 $840.00 $420.00 $1,680.00 $450.00 $1,800.00 $324.50 $1298.00 $350.00 $1,400.00 $31625 $1265.00 PMS-3 Crosswalk sign assembly (Wl 1-2)with arrow below (W16-7P)2 EA.$300.00 $600.00 $350.00 $700.00 $1,500.00 $3,000.00 $313.50 $627.00 $320.00 $640.00 $230.00 $460.00 PMS-4 Handicap parking sign assembly 2 EA.$210.00 $420.00 $250.00 $500.00 $600.00 $1200.00 $159.50 $319.00 $200.00 $400.00 $143.75 $287.50 PMS-5 'Keep right*sign assembly (R4-7)1 EA.$210.00 $210.00 $250.00 $250.00 $800.00 $600.00 $214.50 $214.50 $175.00 $175.00 $172.50 $172.50 PMS-6 8*white thermoplastic stripe 325 LF.$0.50 $162.50 $1.80 $585.00 $2.00 $650.00 $0.61 $19825 $0.80 $260.00 $0.58 $188.50 PMS-7 8*blue thermoplastic stripe 85 LF.$0.50 $42.50 $220 $187.00 $3.00 $255.00 $0.66 $56.10 $2.00 $170.00 $2.00 $170.00 PMS-8 6*double yellow thermoplastic stripe 440 LF.$1.00 $440.00 $2.60 $1,144.00 $2.00 $880.00 $121 $532.40 $1.30 $572.00 $1.15 $506.00 PMS-9 12*white thermoplastic stripe 250 LF.$3.00 $750.00 $3.70 $925.00 $2.50 $625.00 $220 $550.00 $2.50 $625.00 $1.73 $432.50 PMS-10 18'white thermoplastic stripe 45 LF.$3.00 $135.00 $4.30 $193.50 $3.00 $135.00 $2.75 $123.75 $3.50 $157.50 $2.88 $129.60 PMS-11 18*yellow thermoplastic stripe 45 LF.$3.00 $135.00 $4.30 $193.50 $3.00 $135.00 $3.02 $135.90 $3.50 $157.50 $2.88 $129.60 ' PMS-12 24*white thermoplastic stripe 105 LF.$4.00 $420.00 $5.70 $598.50 $4.00 $420.00 $4.40 $462.00 $5.00 $525.00 $4.03 $423.15 JPMS-13 Single paridng meter pole 2 EA $75.00 $150.00 $100.00 $200.00 $200.00 $400.00 $1,000.00 $2,000.00 $150.00 $300.00 $143.75 $287.50 JPMS-14 Doubleparkingmeterpole with bracket arm 1 EA.$150.00 $150.00 $150.00 $150.00 $350.00 $350.00 $1,500.00 $1,500.00 $175.00 $175.00 $230.00 $230.00 |PMS-15 Concret wheel stoos 4 EA $125.00 $500.00 $25.00 $100.00 $50.00 $200.00 $15.40 $61.60 $25.00 $100.00 $23.00 $92.00 i Section 2 Sub-Total:$3,705.00 $12,906.50 $12,900.00 $13,073.50 $14,657.00 $40*3446 $10,523.65 South Miami Downtown Improvements -Phase IV SW71ST&SW68AVE C3TSProjectNo.01929-023 July 8,2005 C3TSEST. UNIT PRICE C3TSEST. AMOUNT T J.Pavement Dev.&Com.Group of FL Inc.Homestead Cone,ft Drain.Centr.FL Eouls.Rentals Solution Construction.Inc. UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT Section 3•Lendscaoe ft Irrigation Items U-1 Furnish &Install Brfdalvell trees 4 EA $450.00 $1,800.00 $243.10 $972.40 $325.00 $1,300.00 $456.50 $1,826.00 $425.00 $1,700.00 $20125 $805.00 U-2 Furnish ft install Ixora 'Petite'shrubs 537 EA $12.00 $6,444.00 $10.00 $5,370.00 $10.00 $5,370.00 $11.00 $5,907.00 $10.00 $5,370.00 $8.05 $4,322.85 U-3 Furnish &Install Wax Jasmine shrub 110 EA.$12.00 $1,320.00 $10.00 $1,100.00 $10.00 $1,100.00 $9.90 $1,089.00 $10.00 $1,100.00 $8.05 $885.50 U-4 Furnish &Install Roundleaf Fan Palm 5 EA $810.00 $4,050.00 $1,001.00 $5,005.00 $360.00 $1,600.00 $836.00 $4,160.00 $950.00 $4,750.00 $805.00 $4,025.00 U-5 Furnish ftInstall Solitaire Palm 7 EA.$375.00 $2,625.00 $400.00 $2,600.00 $284.00 $1,988.00 $467.50 $3,272.50 $410.00 $2,870.00 $402.50 $2,817.50 LI-6 Furnish &Install Pink Trumpet tree 6 EA $300.00 $1,800.00 $221.00 $1,326.00 $267.00 $1,602.00 $440.00 $2,640.00 $290.00 $1,740.00 $172.50 $1,035.00 U-7 Furnish &Install Planting Soil 67 C.Y.$35.00 $2,345.00 $30.50 $2,043.50 $25.00 $1,675.00 $53.90 $3,611.30 $31.00 $2,077.00 $24.00 $1,608.00 U-8 Furnish &Install mulch 11 C.Y.$40.00 $440.00 $39.00 $429.00 $200.00 $2200.00 $40.70 $447.70 $31.00 $341.00 $109.77 $1207.47 U-9 MDWASDMeter charges Inorderto Installnew 2'Irrigation meter.Please notethat this application must be submitted as soon as possible to MDWASD New Business as itwill take 8-10 weeks to have MOWASD install the meter.1 LS.$2,600.00 $2,600.00 $2,600.00 $2,600.00 $2,600.00 $2,600.00 $2,600.00 $2,600.00 $2,600.00 $2,600.00 $2,600.00 $2,600.00 LI-10 Furnish&Installcomplete Irrigation system Includinganyadditional MDWASD meter charges 1 LS.$12,000.00 $12,000.00 $9,750.00 $9,750.00 $26,000.00 $26,000.00 $8,260.00 $8260.00 $14,000.00 $14,000.00 $18,525.00 $18,525.00 $35,424.00 $31,395.90 $45,635.00 $33,833.50 $36,548.00section3sub-ntai: $37,831.32 • Section 4-General Items G-1 Dust Control 1 LS.$1,500.00 $1,500.00 $1,500.00 $1,500.00 $3,000.00 $3,000.00 $2,500.00 $2,500.00 $5,950.00 $5,950.00 $1,377.82 $1,377.82 Q-2 Advanced exploration of existing utilities 1 LS.$2,000.00 $2,000.00 $2,000.00 $2,000.00 $4,000.00 $4,000.00 $1,500.00 $1,500.00 $10,000.00 $10,000.00 $6,670.00 $6,670.00 Q-3 Maintenanceoftraffic,Includingtraffic control,pedestrianandvehicular access,signs,barricades,flaggers,and off-dutypoliceofficer,asrequiredby Engineer and/or city 1 LS.$10,000.00$10,000.00 $5,000.00 $5,000.00 $10,000.00 $10,000.00 $1,000.00 $1,000.00 $4,000.00 $4,000.00 $15,525.00 $15,525.00 G-4 Performance &Payment Bond 1 LS.$6,500.00 $6,500.00 $6,000.00 $6,000.00 $6,000.00 $6,000.00 $5,000.00 $5,000.00 $4,000.00 $4,000.00 $6,955.00 $6,955.00 G-5 EDA project sign 1 LS.$500.00 $500.00 $500.00 $500.00 $600.00 $600.00 $400.00 $400.00 $1,000.00 $1,000.00 $400.00 $400.00 G-6 South Miami projectsign 1 LS.$500.00 $500.00 $500.00 $500.00 $600.00 $600.00 $400.00 $400.00 $1,000.00 $1,000.00 $400.00 $400.00 G-7 Contingency 1 LS.$20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 Section 4 Sub-Total:$41,000.00 $35,500.00 $44,200.00 $30,800.00 $45,950.00 $51,327.82 \z TOTAL BID PACKAGE:$267,659.00 $217,851.16 $274,940.00 $245,862.05 $317260.00 S304.742.50 SENT BY:CITYOFSOUTH MIAMI; RECEIVER ®*JUN 28 2005 •* CITY CLERK'S OFFICE 3056626348; MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday,Sttriday and Legal Holidays Miami,Miami-Dada County,Florida STATE OF FLORIDA COUNTY OF MIAMI-OA0E: Beforethe undersigned authority personally appeared O.V.FERBEYRE,whoonoath says that heor she Isthe SUPERVISOR,LegalNoticesoftheMiamiDaily Business Review f/k/a Miami Review,adaily(exceptSaturday,Sunday andLegal Holidays)newspaper,publishedat Miami In Miami-Dade County,Florida;thattheattachedcopyofadvertisement, beingaLegalAdvertisementofNoticeInthematterof CITY OF SOUTH MIAMI-NOTICE OF BIDINVITATION BID NO.CI-05-0708 inthe XXXX Court,! was published in said newspaper in the issues of 06/07/2005 06/13/2005 06/20/2005 06/27/2005 Affiantfurther says thatthe said MiamiDaily Business fieview isanewspaperpublishedat Miami insaid Miami-Dade County,Florida and that the said newspaper lias heretofore been continuously published jn saidMlaml-DadeCounty, Florida,eachday(exceptSaturday,Sunday andLegalHolidays) and has beon entered as second class mall matter at the post officeinMiamiin said Miami-DadeCounty,Florida,fora periodofoneyearnextprecedingthefirstpublicationofthe attached copyof advertisement;and affiant further says thatheor she has neither paidnor promised any person,firm orcorporation any dlscounUwbate,commission orrefundforthe purpose of securinflrtnis adve^erjreTitTbT\publicationinthe said Sworn to and subscribed,before me this 27 day_aUUNE—^^TKtT^QOS J> (SEAL) O.V.FERBEYRE personally iamm^m^^,^ vXj ***Com'T"a«ori D02C3S65 t**^Expjfo*March 04.Z006 JUN-29-05 7:58AM;PAGE 1/1 07/11/2005 MON 15:20 FAX ©002/003 CORZO CASTELLA CARBALLO THOMPSON SAL MAN engineers Architects Planners EB0005022 AAC002142 July 11,2005 Cityof South Miami Public Works Department 4795 SW 75th Avenue South Miami,FL 33155 Attention:W.Ajibola Balogun Public Works Director \• Reference:Cityof South Miami Downtown Improvements -Phase IV C3TS Project No.1929-023 Dear Mr.Balogun: Wehavecheckedthe bids submitted for the above-mentioned project.The bid from the low-bidder,TJ Pavement Corp.,was reviewed andwe find no discrepancies.The bid was accompanied by proper bidsecurity.We spoke with Mr.Jose M.Alvarez,President ofTJ PavementCorp.,regardinghisbidandits completeness.Hehas confirmed his confidence in his bid amount. Basedonour findings,itis our opinion that this General Contractor is qualified and capable of performing the work.Therefore,we recommend thatthe project be awarded to the lowest responsible responsive bidder,TJ Pavement Corp.,in the amount of $217,851.15.The award is subject to acceptance by the City Council,execution of the Contract Agreement,submittal by the General Contractor ofthe required Performance and Payment Bonds,andCertificateof Insurance. Sincerely, Corzo Castella CarballoThompsonSalman,P.A. famon Castella,P.I Principal I:\1929_23 SoMiami_PnaseJW3ocuitiofllEWecnm.nf.Awafd.doc 901 Ponce de Loon Blvd.,Surfs 900 Coral Gables,Florida 33134 305,445.2900 1.800.443.0227 Facsimile 305.445.3366 Web Site:www.c3ts.com Equal Opportunity Employer