Loading...
Res. No. 116-05-12095RESOLUTION NO.116-05-12095 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 MANOR LANE DRAINAGE &TRAFFIC IMPROVEMENTS CONSTRUCTION,IN AN AMOUNT OF $257,724.85 TO BE CHARGED TO PEOPLE'S TRANSPORTATION TAX FUND AND STORMWATER TRUST FUND ACCOUNT NUMBERS 124-1730-541-3450 AND 111-1730-541-6490;PROVIDING FOR AN EFFECTIVE DATE WHEREAS,theMayorandCityCommissionwishtoprovide drainage andtraffic calming improvements along Manor Lane from about SW 63rd Avenue tothe intersection ofSW 66lh Avenue and SW 79"'Street,andSW 63rd AvenuefromSW 72"d StreettoManorLaneand; WHEREAS,theseimprovementsarepart of themuchneededtrafficcalmingplanforthearea, andwillbefundedfromthe People's Transportation Taxfundandthe Stormwater Trust Fund. WHEREAS,Thecityreceivedsixbidsinresponsetothe Notice of BidInvitation advertised in theMiamiDaily Business ReviewonJune30,2005,whichwerereviewedbythe engineering consultant, who recommended thatthe contract be awarded tothelowest responsive bidder T.J.Pavement Corp. NOW,THEREFORE.BEIT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA,THAT: Section 1:The Mayor andCity Commission authorize theCity Manager to execute an agreement withT.J.PavementCorp.fortheconstructionoftheManorLaneDrainageandTrafficImprovementsfor an amount of $257,724.85. Section 2:Theprojectwillbefundedfromthe People's Transportation Taxfund account number 124-1730-541-3450 (witha current balance of $120,000)andthe Stormwater Trust Fund account number 111-1730-541-6490 (witha current balance of $194,891.29)with $120,000.00 and $137,724.85 tobe charged to those accounts respectively. Section 3:This resolution shall become effective immediately upon its passage. PASSED AND ADOPTED this £—.daV o^S^r^l^,2005. APPROVED:ATTEST: (X (aria Menendez,CityClerk READ AND APPROVED AS TO FORM: CJJ^AlTORNEY Commission Vote: Mayor Russell: Vice Mayor Palmer: Commissioner Wiscombe: Commissioner Birts-Cooper: Commissioner Sherar: 5-0 Yea Yea Yea Yea Yea CITY OF SOUTH MIAMI Inter-office Memorandum Honorable Mayor,Vice Mayor &City Commission FROM:Maria V.Davis City Manager DATE:September 6,2005 AGENDA ITEM No.. RE:Authorizing the City Manager to execute an agreement with the lowest responsive bidder for the proposed Manor Lane Drainage &Traffic Improvements South Miami AD-AmeiteaCify 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 MANOR LANE DRAINAGE & TRAFFIC IMPROVEMENTS CONSTRUCTION,IN AN AMOUNT OF $257,724.85 TO BE CHARGED TO PEOPLE'S TRANSPORTATION TAX FUND AND STORMWATER TRUST FUND ACCOUNT NUMBERS 124-1730-541-3450 AND 111-1730-541-6490; PROVIDING FOR AN EFFECTIVE DATE BACKGROUND &ANALYSIS: The proposed drainage and traffic calming on Manor Lane is part ofthe scheduled capital improvement for the area.The construction project will consist of drainage improvements,traffic circles,and a landscaped traffic diverter with textured concrete,roadway resurfacing,signage and pavement marking.The construction activities will be provided for the project area defined as: Manor Lane from about SW 63rd Avenue tothe intersection ofSW 66,h Avenue andSW 79th Street,and SW 63rd Avenue from SW 72nd Street to Manor Lane (note that SW 63rd Avenue turns intoManorLaneat7530SW 63rd Avenue).Aspartofthebidpackageissued,we requested proposals for two options (Options "A"&"B").Following receipt ofthe bids,we chose Option "B,"duetoreducedcostwhencomparedtotheavailablebudget. The project was advertised inthe Miami Daily Business Review on June 30,2005.Six contractorssubmittedsealedbidsonorbeforeJuly29,2005(thelastdaytoreceivebids).The bids were publicly opened on Friday,July 29,2005 at 3:05 pm.Sincethebid opening,the engineer of record has tabulated,reviewed and evaluated all bids,verified references,verified bid bondsanddiscussedtheprojectwiththelowestbidderstomakesurethescope of workisclearly understoodasdesignedandspecified.The Engineer ofRecord(MilianSwain&Associates,Inc.) has submitted the attached letter of recommendation forT.J.Pavement Corp.asthe lowest responsive bidder.Theletterfurtherexplainswhythelowestbidders(Development& CommunicationsGroupand Domus Construction,Inc.)weredisqualifiedduetoirregularitiesin their bids. Thisprojectwillbefundedthroughthe People's TransportationPlan(PTP)andthe Stormwater TrustFund(STF).Theaccountbalancesforbothfundingsources,beforethisrequest,and amount to charge per this request are: to Page2 of 2 Comm.Mtg.Agenda Sept.6,2005 Agency Current Balance Requesting Amount •PTP $120,000.00 $120,000.00 •STF $194,891.29 $137,724.85 RECOMMENDATION: ItisrecommendedthattheCityCommissionapprovetheresolution. ATTACHMENTS: a Proposed Resolution •Bid Opening Report •Tabulated Bids a Certified Advertised Notice of Bid Invitation •Engineer of Record's letterof recommendation a Map of Project Area Bids were opened on: For:Manor Lane Drainage &Traffic Improvements BID OPENING REPORT Friday.July 29.2005 at:3:05pm Pre-Bid Estimate:Alt A $288.000.00 Alt B$228.000.00 CONTRACTORS: 1.Williams Paving Co. 2.Development &Communication Group ± BID.AMOUNTS:P-AM rcr Ko fetd 3.MVRT Engineering 4.The Redland Company,Inc. 5.TJ.Pavement Corp. Ho foja6.BudgetConstruction 7.Leon's Engineering 8.HorsepowerElectric,Inc. No Bid oo 9.MEF Construction,Inc. 10.APAC Group,Inc. 11.Domus Construction,Inc.$-Z<?lZ,4o(e'6U $2AK giT^ THE ABOVE BID AMOUNTS HAVE NOT BEEN CHECKED. THE BID TOTALS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY City Clerk's Sign:Witness: Cityof South Miami Manor Lane Drainage and Traffic Improvements Bid Opening Date:July 29,2005 Engineer's Summary of Proposals Received Engineer's Opinion of Probable Construction Cost Base Bid: COPY ID FORM-OPTION A $424,915.00 Prepared by: Date: MSA August 2.2005 BID ITEMS BID PROPOSALS RECEIVED Development & Communications Group T.J.Pavement Corp.Leon's Engineering Domus Construction.Inc.William Paving Co.MEF Construction,Inc. Item Description BidQty.Unit Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total V !."•Existinq Asphalt Pavement to be Removed 1.273 SY $2 25 S2.864.25 $3:15 S4.009.S5 '$8.00 $10,184.00 $5.00 ;•."•'•:'''$6,365.00 $4.00 ''(.S5.692:ob '{•^'$18.00 ''$22,914.00 2.1-inch (Tyj3e III)Asphalt Overlay 6,330 SY S6.00 S37.980.00 $6.30 $39,879.00 S4.55 $28,801.50 $6.50 $41,145.00 $5.25 $33,232.50 $10.00 S63.300.00 •••&'•.-•1-Inch AsphaRteCoric.Surface Course -•-157 sy'"$6.00 W.'$942.00 -••.'-•-'•$7:65 -::";siioi;o5 .$4.55 $714.35 $650 ''•U $1,020:50 $5.25 $824.25 •$25.00 $3,925.00 4 Brick Pavers W/2"Sand Beddnq 1,427 SY $4.00 $5,708.00 $48 15 $68,710 05 554 00 $77,058.00 S3 50 $4,994.50 $4700 $67.069 00 S72.00 $102,744.00 "':5r*'8"Compacted Limerock Base •476 SY '•'$9.00 $4,284.00 $9.00 $4,284.00 SO 00 $4,264.00 $25.06 $11,900.00 .$30.00 $14280.00 $18.00 $8,568 00 6.12-Inch Stabilized Subqrade 476 SY $0.60 $285.60 $4.50 $2,142.00 $2.25 $1,071.00 $20.00 $9,520.00 $4.25 $2,023.00 $18.00 $8,568.00 •"'"7v-{Type "F"'Curb ''•'••')i'y'••''615 ..;.t.F '-''-$20.00 .-•.'$12,300,00 •$20.00 S12.30UOO $21.00 .'$12,915:00 $32.00 }'h.$19,680i00 :•:•':'•.$18.25 $11,223 75 ;j •""•'•$25.00 $15,375!00 3.9"Type B Curb ((5>Traffic Circle )35 IF S15.00 S525.00 S20.00 $700.00 $23.00 $805.00 $27.50 S962.50 $13.75 $481.25 S50.00 $1,750.00 •;'-9V.r Concrete Beam 145 •i.F £*$2b'.6b :M'$'2'96b.bb \.$22.00 -•;S3,190.00 :$23.00 'S3.335.00 :.S28.0O :':$4,060.00 S16.50 :<•'.'S2:392;50 $40.00 $5,800.00 10.2'Concrete Dway Curb 190 IF $20.00 $3,800.00 S20.00 $3,800.00 S21.00 $3,990.00 $30.00 $5,700.00 $15.00 $2,850.00 $25.00 $4,750.00 SM1&. 36-Inch Dia;Precast Drainage'Structure,::.•':•:';'••'• Complete Includiriq Grate:and.Pave Aprons'''".-v '4$i."FA ..'52,000:00 ••••$8,000,OD $1,600.00 :;:S6,400.oo '."$1.6.66.00 $6,400.00 •••$1,900:00 '•:•.:•$7,600.00 '••$2,610.00 Vvij'f0^440.00 ^.$2,500.00 -':$10,000.00 12. 42-Inch Dia.Precast Drainage Structure, Complete Including Grate,Prband Paveed Apron.24 FA $2,500.00 $60,000.00 $1,700.00 $40,800.00 $2,400.00 $57,600.00 $2,200.00 $52,800.00 $3,460.00 $83,040.00 $3J)00.00 $72,000.00 •.•i3'."•,' 15-Inch Dia.E'xfiftrtaiion:trencrv,-Complete Per. Details on:Plans,Ihchidinq SodRestoration'"•;'••:255:-IF'',•:•-''{i'BO.bo •$'20,400:00 ''\-J $70.00 :'-:.$17,85b;00 ';'-•.-"$70.00 '.'$1'7,850.b0 ::'-$80.00 $20,400^00 ::'.'$ioo.oo $25,500 00 '^:$13000 $33,150^00 14.15-Inch Solid C.M.P.Drainaqe Pipe 290 I.F $25.00 $7,250.00 $41.50 S12.035.00 S32.00 $9,280.00 S35.00 $10,150.00 $93.00 $26,970.00 S80.00 $23,200.00 -V'l5::-f;Remove and Dispose.'of Exist.'.Drainage Structure 12 ""'FA-;-$300.00 $3,600.00 $415.00 .$4,980.00 $250.00 •$3,000.00 '$300.00 $3,600.00 $475.00 S5;700.0b $1,000.00 ;$12,000.00 16. Remove and Dispose ofExisting Slab-Trench System.Complete Including Removal of Cone. Slab and Backfilling Existing Trench 200 IF S40.00 $8,000.00 $28.00 $5,600.00 $32.00 S6.400.00 S10.00 $2,000.00 $90.00 S18.000.00 $100.00 $20,000.00 r-A?P Required AsphaHRav,ernent'.Restoraticin;,for. Drainage.Improvemerirrits^Complete,to Include 8- iricri LRB'and;i-lnchXcSC.;,'L.?-.'-'"'•:'''.:138 .SY .;":":-'$1\50 "-••$207.00 -'.$29.25 -"'.•$4,036.50 .•$22.00 '.$3,036.00 '525.00 •$3,450.00 $40:00 55,'520:00 '•v •$72.00 $9,936.00 18. Required Concrete Sidewalk Restoration Per Drainaqe Improvements.125 RY $32.00 $4,000.00 $35.55 $4,443.75 $34.50 $4,312.50 $50.00 $6,250.00 S27.00 $3,375.00 $72.00 $9,000.00 19. Required;2'Curb &Gutter Restoration Per'. Drainaqe Improvements.'200 LF $15.00 $3,000.00 S22.00 $4,400.00 $23.00 $4,600.00 "525:00 -"$5,000.00 $25.00 $5,000.00 '.-':.$30.00 $6,000.00 '/A /( Hm.rJiMrjjJ A Page 1 CityofSouth Miami ManorLaneDrainageandTrafficImprovements Bid Opening Date:July 29,2005 Engineer's Summary of Proposals Received Engineer's Opinion of Probable Construction Cost Base Bid:$424,915.00 PY BID FORM -OPTION A Prepared by: Date: MSA August 2,2005 BID ITEMS Development & Communications Group T.J.Pavement Corp. BID PROPOSALS RECEIVED Leon'sEngineering Domus Construction,Inc.William Paving Co.MEF Construction,Inc. Description BidQty.Unit Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total LF $1.50 S90.00 $6.00 $360.00 S4.50 S270.00 $5.00 $300.00 S2.75 $165.00 S10.00 S600.00 1400'•\lf-~•''$&8Q >'.$1;120;00 :V:iA.:$2.90 'S4.060.66 ;:;v-L$1:.80 "•$2,520.00 $2.10 •:$2,940.00 V:^;:$i:25 :;?$i'75o.'o6 ••'•'$4:66 $5;600.00 LF $0 60 S96.00 $290 $348 00 51.00 S120 00 $1.60 $192.00 $0.60 $72.00 $5.00 S600.00 IF $0.80 $2,124.80 $2.90 $7,702 40 •$0'85 $2,257.60 $1.55 •$4,116.80 ;:':,;"-V$0.60 $1,593.60 :$3:00 $7,968.00 EA $200.00 $1,400.00 $175.00 $1,225.00 $200.00 $1,400.00 $250.00 $1,750.00 $150.00 51,050.00 $120.00 $840.00 :EA •'$400.00 $10,006.00 :$300.00 $7,500.00 '.'$45'0.0'0 i $11,250.00 '"•.!$305.00 ::''$7,625.00 ':$325.00 "$8,125.00 :.:$750.00 $18,750.00 EA $200 00 $800.00 $7500 $300.00 $100 00 $400.00 $80.00 $320.00 $40.00 $160.00 $100.00 $400.00 i;-~$1.00 -$90.00 '••'.-'.$575 :'$517:56 '$3.00 $270.00 :^ft'^$3.56 .'.-•'$31"5:06 S$1J5 $'l'57iS6 '&J•••5'10;60 •'•;"-•::$900.60 EA S350 00 S350 00 $344 50 $344.50 $54000 $540 00 $550 00 T-C'iJO CO $475 CO $47500 $700.00 $700 00 7 •FA -$300.00 52.100.00 -$546.00 $3,822.00 $505.00 $4,235.00 $400.00 $2,800 00 $365 00 $2,55500 —$750.00 $5.250 00 6 FA $280.00 $1,680.00 $240.50 $1,443.00 $500.00 $3,000.00 $400.00 $2,400.00 $210.00 $1,260.00 $500.00 $3,000.00 1 /-IS {!5i,9ob;oo 51,900,00 -5632'5;b'0 •':$6,825,00 i.:$3,450X>6 :.$3*450.00 S1.800.00 $1,800.00 $6500.00 .$6,500.00 '$3,000.00 :$3,000.00 20 FA $15 00 $300.00 $10.56 $211.20 $15.00 $300.00 S12.00 $240.00 $11.00 $220.00 $20.00 $400.00 350 FA 18.00 $2;800:60 ?V&"t-$S.53 '-$1,935.50 $&:•$7:00 '.••-•$2.'450.00 ••>.,$4.66 '-;$1',406.00 'T-'.r$6.6o $2,100:00 :$1o.ob :'•-•''$3,500:00 30 EA $15 00 $450.00 $11.70 $351.00 $1500 $450 00 $1200 $360 00 S1200 S360.00 $2500 $750 00 \SF .•:••'•.'.'.-.$0.50 $1,850.00 SO 42 S 1.554:00 )•'•$0.44 .$1,628.00 $1,00 $3,700 00 so.35 $1,295.00 $1.00 53.700.00 1 LS $1,500.00 $1,500.00 $4,517.50 $4.517.50 $3,450.00 $3,450.00 $1,800.00 $1,800.00 S6.500.00 $6,500.00 $3,000.00 $3,000.00 '"'-1"'EA :-.$1,500.00 •$1,500.00 $481:00 $481.00 5250.00 S250.00 i -...5500.00 $500.00 $2,000.00 ;$2,000.00 $3,000.00 $3,000.00 Misc.Miscellaneous Page 2 Cityof South MiamiManor Lane Drainage and Traffic Improvements Bid Opening Date:July 29,2005 Engineer's Summary of Proposals Received Engineer's Opinion of Probable Construction Cost Base Bid: Item 102-1 Misc-1 Misc-2 Misc-3 Misc-^ Misc-5 BID ITEMS Description Maintenance of Traffic Dust Control Florida Trench Safety Act (See Section.00665)' ProjectSign(1Sign Required )(See Section 00950 ) Performance &Payment Bond:-;' Contingency Totals Written onBid Proposal ••.:''•-•;,Difference BidQty.Unit LS LS .1 LS EA LS LS Amount of Proposal Guarantee: Surety $424,915.00 Development & Communications Group Unit Price Total S3.000.00 S1,500.00 -:52,000.00 $500 00 $7.145.90 $15,000.00 $3,000.00 $1500.00 .$2,000,00 $500 00 $7,145.90 $15,000.00 $245,342.55 $245,342.55 •:SO.00 5%of Bid Lincoln General Insurance Company,State of Pennsylvania &*/£°Q5 rulUO M£klU-tif>. BID FORM-OPTION A T.J.Pavement Corp. Unit Price Total ss.coo go ss.coc.co $1,200.00 $1,200.00 •$1,500.00 31,500.00 S600 00 $500 00 $9,000 00 $9,000 CO $15,000.00 $15,000.00 •S317.556.90 $317,558.90 S0.00 5%of Bid Travelers Casualty and Surety Company of America,State of Connecticut BID PROPOSALS RECEIVED Leon's Engineering Unit Price Total S5.C00.00 $5,000.00 $2,250.00 $2,250.00 5500.00 S500.00 S650 00 5650 00 $4,000,00 $4,000.00 S15,000.00 $15.000.00 $321,276.95 $321 276 95 $0 00 b%of Bid Harrford Fire Insurance Company,State of Connecticut Domus Construction.Inc. Unit Price Total $10,000.00 sio:ooo.oo $7,500.00 $7,500.00 $2,500.00 .'•••$2500.00 $1 200 00 $1.200 00 $6,500.00 $6,500.00 $15,000.00 $15,000.00 $292,406.30 $292,406.30 $o;oo 5%of Bid Fist Sealord Surety.Inc., State of Pennsylvania Prepared by: Date: William Paving Co. Unit Price Total 315,775.00 $15,775.00 S4.400.00 $4,400.00 ,...$2,725,00 :$2,725.00 S500 00 S500.00 $6,600.00 $6,600.00 $15,000.00 $15,000.00 $404,351.35 $404,351.35 S0.00 5%of Bid LibertyMutual Insurance Company.State of Massachusetts MSA August 2,2005 MEF Construction,Inc. Unit Price Total S15.000.00 $15,000.00 $8,000.00 $8,000.00 514.000.00 $14,000.00 $1,500.00 S1,500.00 .$10,000.00 S10.000.00 $15,000.00 S15,000.00 $558,438.00 $558,438.00 S0.00 5%of Bid Great American Insurance Company.State ofOhio Page 3 Cityof South Miami Manor Lano Drainage and Traffic Improvements Bid Opening Date:July 29,2005 Engineer's Summary of Proposals Received Engineer's Opinion of Probable Construction Cost Base Bid: COPY $329,463.00 BID FORM -OPTION B Prepared by: Date: MSA August 2,2005 BID PROPOSALS RECEIVED BID ITEMS Development & Communications Group T.J.Pavement Corp.Leon's Engineering Domus Construction,Inc.William Paving Co.MEF Construction,Inc. Item Description Bid Qty.Unit Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total •;i;~>:Existmq Asphalt Pavement.to be Removed .,V1;27.3-SY :''$'2.25 $2'864.25 .$3.15 $4,669.95 ':'$8.00 $10,18400 .$5.00 S6.365.00 S4.00 $5,092.00 '$18.00 $22,914:00 2 1-inch (Type III)Asphalt Overlay 6310 SY 56 00 $37,860 00 $630 S39.753 00 $4.55 $28,710.50 $6.50 $41,015.00 $5.25 $33,127.50 S10.00 S63,100.00 3 1-lncK Asphaltic Cone.Surface Course '1'.234 SY S'6'00 v.:-'S7,404.06 $7.20 S8.884.80 "$4.55 •$5,614.70 ;{::'':-$6:50 '-'$8:621.60 i£:••••'$5:25 .S6;478"'50 '•;;':V-$25.oo ...--S30.850.00 4 Buck Pavers W/2"Sand Beddmq 201 SY $4 00 S804.00 $48 IS $9,678 15 $54 00 $10.854 00 $350 $703 50 S47.00 $9,447 00 $72.00 $14.472 00 5.8"Compacted Limorock Base-476 SY-$9.00 $4,284.00 $9,00 .S4.284.00 '•'$9.00 $4,284.00 ''=•••$25.60 $1t900.00 S30:00 $14;280.00 "''$18.00 $8,568.00 6.12-Inch Stabilized Subqrade 476 SY S0.60 S285.60 $4.50 $2,142.00 S2.25 $1,071.00 520.00 S9.520.00 S4.25 $2,023.00 $18.00 S8.568.00 ;rfe7S$2'(Type.F)Curb and Gutter -'-,'.'.<.'574-'•'t&•'•••'/•••$20.06 $11,480 00 *V>rl$Moo $11:480.00 •';-:>$23.'o6 $13,202:00 •y'V;^$32:b6 $18,368 00 £^-$18:25 $10(475:50 &<4$25!06 $14,35000 5 9"Ty:;e i3Curb((3)TrafficCircle)40 _r S15 00 S600.00 520 OC $800 00 S23.00 $920.00 $27.50 $1,100.00 $13 75 $550.00 $50 00 S2.000.00 9.Concrete Beam ...•:•65 LF-'•"'$26:00 -:$1,300.00 $22.00 $1,430.00 .:$23:ob $1,495.00 $2800 $1,820.00 ••$16.50 $1,072,50 :$40 00 S2.600.00 10.2'Concrete Dway Curb 190 LF $20.00 536CO 00 $20 CO S3.300.00 $21 00 S3.990.C0 $30 00 $5,700 00 $15 00 $2,850 03 $25 00 $4,750 00 11 36-lnclvDa.Precast Dra stage Structure, Complete Iricludinq Gratean'dlPaveApron'-••'.4 "FA.:'•$2,6o6'06 S8.000.00 -•$1:660:00 ..S6.400.00 '*-$1,600:00 .$6,400.00 S 1,900.00 $7,800.00 •'••S2.610.00 $10,440.00 $2,500.00 $10,000.00 12. 42-Inch Dia.Precast Drainage Structure. Complete Includinq Grate.Prb and Paveed Apron.24 EA $2,500.00 $60^000.00 $1,700.00 S40.800.00 $2,400.00 S57.600.00 $2,200.00 S52.800.00 S3.460.00 $83,040.00 $3,000.00 $72,000.00 13- •15-thch Dia Exfiltftatton Trenchi'Obmplete Per Detailson Plan-,,Includinq Sod'Restbratibri '"'.':'•\?':••'255 •••:.lf;:'>''':'•'>:$8o;66 $20,400'.u0 :"-.':)'-$7.0:00 •^'$17,856.06 W'h $70:00 :-"$17;850.06 -'ssb.'ob :'$2o';40o:ob -.:•/'$100:00 .'.$25.'50o:ob •:-'$130.06 $33,150.00 14.15-Inch Solid CM.P.Drainaqe Pipe 290 LF $25.00 S7.250.00 $41.50 $12,035.00 $32.00 $9,280.00 535.00 $10,150.00 S93.00 S26.970.00 S80.00 $23,200.00 '-''Ad\Z Remove and:Dispbse.of ExistDrainaqe Structure ':y':\i'&:EA k-'-'.szooiob '•••'•'-'••'•$3,6'00;00 -•••;"$415:00 $4,980:00 ?'-v'v';$250.ub •$3fOOb:'06 '•^'•:';'$30b:66 ':••'':$3:6001)0 ^';$475.00 :O$5;Vo0^6b !'$1,600:06 $12:000 00 16. Remove and Dispose of Existing Slab-Trench System.Complete Including Removal of Cone. Slab and Backfillinq Existinq Trench 200 LF $15.00 $3,000.00 $20.00 $4,000.00 $32.00 $6,400.00 $10.00 52,000.00 $90.00 $18,000.00 $100.00 $20,000.00 •i7.--;;' Required AsphaltPavement Restoration for''•'_'.'•. Drainage Improvemehmts.Complete to lnclude-8:: IhchiRBahd'^-lnch'ACSC;:"^'.'^.^--'"•::->.•'•',••138 SY ;,••:$14.00 :-"•$1,932:00 '>\?J.T$&$a V:yS4,63656 '¥•%'.'$22:00 ':i '-$3,036:00 ''•;"-"$^5i66 •'$3;450,00 ^'••~$4'0;00 •:;$5,520.60 'v $72:00 -.•".$9,936:00 18. Required Concrete Sidewalk Restoration Per Drainaqe Improvements.125 SY $3.50 $437.50 $35.55 $4,443.75 $34.50 $4,312.50 $50.00 56,250.00 S27 00 S3.375.00 S72.00 S9,000.00 ImnenT & t / Troth men Page 1 Cityof South Miami Manor Lano Drainage and Traffic Improvements Bid Opening Date:July 29,2005 Engineer's Summary of Proposals Received Engineer's Opinion of Probable Construction Cost Base Bid: COPY $329,463.00 BID FORM-OPTION B Prepared by: Date: MSA August 2.2005 BID PROPOSALS RECEIVED BID ITEMS Development & Communications Group T.J.Pavement Corp.Leon's Engineering Domus Construction,Inc.William Paving Co.MEF Construction.Inc. Item Description BidQty.Unit Unit Prico Total Unit Price Total Unit Prico Total Unit Prico Total Unit Price Total Unit Price Total :';;.*i9p-' Required.2'Curb,&GutterRestorationPer •'200:0.•'••i!f.$20.00 $4,000.00 $22:00 $4400.00 •$23.00 54,600.00 $25.00 $5,000.00 ''$25.00 $5,000.00 $30.00 *"•'•;:"$6,000:00 20.24"Stop Bar (ThermoDlastic Paint)60 LF $1.50 S90.00 $6.00 $360.00 S4.50 S270.00 $5.00 $300.00 $2.75 $165.00 S5.00 S300.00 21:-6"DoubleYellow (Thermoplastic )•'•'-.,'"-'1400 'IF $0:86 $1,120.00 S230 ':.'$4,66000 $1.80 S2.520.00 $2:10 •''$2,646.00 -^$i:2b ,:::.$1:,750.06 •.$4 CO $5,600.00 22.6"White Skip (Thermoplastic )120 LF $0.60 $72.00 $2.90 $348.00 $1.00 $120.00 S1.60 $192.00 $0.60 $72.00 $5.00 S600.00 '.23.'6"Solid White'f Thermoplastic.)'•.-•.'••:•-•.-"".2656 V -LF''••"SO90 .'$2;39O.40 '•'..-'-$250 :"$6,640.00 >'•':'-$055 S2.257.60 •-•".--'s1:55 .54,11650 •$0.60 •"''•$1;593.60 :••*"•.-'$3.00 $7,968.00 24.Relocate Exist.Street Siqn 7 EA $100.00$700.00 $175.00 $1,225.00 $200.00 $1,400.00 $250.00 $1,750.00 S150.00 $1,050.00 $120.00 $840.00 •:25;'/'Proposed-TrafficS iqns-•'-•->•.•ohi:''••'••••".•:..::-;••;--25rA -'•FA-;::-'$366.60 •'•S7;5'bO:00 ri::'•$300:b6 'S7.500 00 5450.00 :$11250.00 n."i;$305.00 $7 625.00 >''•:$325.00 :•;•$8:125:00 :;••-••.$750.00 -••$18,756:00 26.Directional Arrow 12"White (Thermoplastic )4 EA $200 00 $800 00 $75 00 $300 00 S100.00 $400 00 S80 00 $320 00 $40 00 $160 00 $100 00 $400.00 ,&23&£i8VWhite('fhermdpiistic;:)'::i ..'''.-V •',-'•'..-'v^:':...:90-^.".i.'F.$1.25 '''--$11250 S5.75 $51750 53.00 .$270.00 $3.50 $315.00 $1 75 $157.50 •$10.00 ;,.::•'••.'$900:00 28 Delonix Regia (14'-16'H!)1 FA $400 00 5400 00 S344 50 S344 50 $540 00 S54000 S550 00 S550.00 $475.00 S475.00 $700.00 $700.00 29.Bulnesia Arborea (10 -l2Ht)'-7i:.--'EA'$260.00 ''$1,820.00 5546.00 '.".'-$3,822.00 '.$605.00 "•".$4,235.00 $400.00 S2.800.00 r:,;$365.00 .':•.'$2,'555.ob ''•'•"'$750:00 $5,25000 30 Cordia Boissien (30 Gal.8'•10 Ht)6 EA $270 00 SI.620 00 5240 5C $1 443.00 $500.00 $3,000.00 $400 00 $2400.00 $210.00 $1,260.00 $500 00 S3.000.00 3'..Water Per.Tree'(3 months /30 Waterinq'tree -1'"•':ts;•''1 $1,500.00 S1.fJ00.0Q ''$5;825 00 :--$5,825.66 $3450:00 '$3450:00 $1,80000 ~51,806.00 $6,500:00 '..$6,500.00 $3,000.00 $3,000:66 32 Ficus "Green Island"(3 qal.IS"-24 Ht)2C HA $250.00 S5.C03 CO $10.55 $211 20 $15.00 S300C0 $12.00 $240 00 $11 00 $220 00 $20 00 $400.00 33 Nephrolepls.Exaltata (.1 qal,12"-16"Ht)"350'••EA •$8.00 $2,806:00 $5 53 •$1;935.'50 $7.CO '$2450.00 $4.00 $1,400;0O $6.00 $2,100.00 $10 00 $3,500.00 :;4 Stachycharpeta Jamaiciensis (3 qal,24'x 24")30 EA $15.00 $450 CO $11.70 S351.00 5 15 00 S450.00 $12.00 $360.00 $12.00 $360.00 $25.00 $750.00 35:Sod -St.Auqustirie %3700:-SF $'650 :$1,650.00 $0.42 '••-.'$1,554 00 $0 44 '•'S1-.626:00 V':''"v-S.f'OO ;•:.:?$3v76o;0b ;fe;.:$6:35 $1,295.00 -'.',"/*.^"$lV00 !:'$3,700:00 36.Water for Shrubs (3 months )1 LS $1.500 00 $1.500 00 $4,500 00 $4,500 00 $3.450 00 $3450 00 S1.800 00 S1.800 00 $5,500.00 S6500 00 S3.000 00 $3,000.00 37."Remove &-Dispose of Existmq Trees-'EA •$1,000.00 '51,000:00 $481-00 ••-$481 00 •,$250.00 •'$250.00 $500:00 $500.00 $2.00000 •$2,000 00 S3.000.CO ...$3,000.00 Page 2 Cityof South MiamiManorLano Drainage and Traffic Improvements Bid Opening Date:July 29,2005 Engineer's Summary of Proposals Rocoived Engineer's Opinion of Probable Construction Cost Base Bid: COPY $329,463.00 BID FORM -OPTION B Prepared by: Date: MSA August 2.2005 BID PROPOSALS RECEIVED BID ITEMS Development & Communications Group T.J.Pavement Corp.Leon's Engineering Domus Construction,Inc.WilliamPavingCo.MEF Construction,Inc. Item Description Bid Qty.UnitUnit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Prico Total Unit Price Total Misc.Miscellaneous ^102-1 =Maintenance'bf.T raffle-"•;-••'•.'"V;--'•=.;?-.•••'•"'••'••--•'••.li^-::'-v±ii\>:'$3:060.06 ;;':'-$3;6oo:b6 •.'••$6,'6o6;6'6 -'':;.:'''.$6}060/66 ^V$8;boo;bo '•'•;v saio6o:o6 :$'-i6;6oo:'ob '.'•;'$l6j600;66 ^$15,775.00 $15.7.7500 s$i 5,000:00 $15,000 00 Misc-1 Dust Cor.trol 1 LS $2,000 CO S2.CC0O0 SI,200.00 S1.200 00 $2,250 00 S2.250.00 $7,500 00 S7.5C0 00 S4.400 00 S4.400 00 S8.000.00 $8,000.00 Miso-2:F.IOrida'Trcheh'Safety A'cT(SeeSection 00665)':-.-V1--LS S2.0CO.0O -''$2,000.00 ."$1,300.00 -••'$1,300.00 ':'-.'-.$50C!00 $500.00 .$2,560.60 $2,500:00 "52 72500 -$2,725.00 $14,000.00 $14,000:00 Misc-3 Project Sign (1Sign Required )(See Section 00950 )1 EA $450.00 S450.00 S600.00 $600.00 $650.00 $650.00 51,200.00 51.200.00 S500.00 $500.00 $1,500.00 S1.500.00 MiSc-4-Performance &.Payment Bond ....'f:'••':•''':;;'.'1:'-.'LS •"-•'•$6-908.86 >-•'•'S6.908:86 "-:$7;ooo:6o "'$7,000.00 '$5,500.00 $5,500.00 •S6,500.o6 •'S6.500.00 .'•$6,600.00 "•'.'-'S6.600.00 $10,000.00 •.-"•$10,000.00 Misc-5 Contingency 1 LS $15,000 00 S15.000CC $15,00000 S15.000 03 S15.OCC00 S15.C0DC0 $15.000 00 5-5CC0 CO S15.OC0O0 515 C00 00 $15,000 CO $15,000 00 .'•.'.'•..'Tot.ll3 .£2 39,385.11 S257.72'4:85 .$262,944.30 $291,571.30 ;:::;':.:'$350,279.10 $492,616.00 WrittenonBid Proposal ':''".•'.--Difference '":'TJ"\._....,v;_$237,204.11 •-'•-$2,i8r.o6 -::-•:—:-: $257,724.85 '•S'O'.OO •;:':•'•,•:•:•--••-: $262,944.30 •$0.00 ®TfP ' $291,571.30 '.'•.$0.00 '-:.-:••:-'•; $350,279.10 '•'.'$0.00 pkM'W $492,616.00 '..S0.00 r Amount of Propo sal Guarantee: Surety: 5%of Bid Lincoln General Insurance Company.State of Pennsylvania 5%of Bid Travelers Casualty and Surety Company of America,State of Connecticut 5%of Bid Harrford Fire Insurance Company,State of Connecticut 5%of Bid Fist Sealord Surety,Inc., State of Pennsylvania 5%of Bid LibertyMutual Insurance Company,State of Massachusetts 5%of Bid Great American Insurance Company.State ofOhio -"-'""""N /S ( Ihereby certify/that the^atJCve is a t/ue apdtcprfecl summar£of/roposals re V 6 ceived. ^Ll^^/1 -—Date Page 3 CityofSouthMiamiManorLaneDrainageandTrafficImprovementsCOPY Preparedby: Date: MSA August12.2005 REQUIREDSUBMITTALS Development& CommunicationsGroup T.J.PavementCorp.DomusConstruction.Inc.Leon'sEngineeringCorp.WilliamsPaving,Corp.Remarks ItemDescription 1. CONTRACTOR'SQUESTIONARE. (SECTIONO0350):•> A.LICENSE: . 1STATEOFFLORIDALICENSEYES''!-YESYESNO'(1)"'NO(1);!; (1)MissingStateofFlorida Licence: 2MIAMI-DADECOUNTYCERTIFICATEOFCOMPETENCYYESYESNOYESYES . 3CITYOFSOUTHMIAMICONTRACTORSREGISTRATION'NO(2)'YES•''NO{2)'•yes''NO(2) (2)MissingCity,ofSouthMiami Registration 4YEARSINBUSINESS121145.553 CERTIFICATEOFINSURANCE NO•:';-Yes•'-;:YES-.NO-•NO- BCOPYOFCERTIFICATEOFINSURANCEPROVIDEDNO(3)YESYESNO(3)NO(3) (3)MissingCertificateof Insurance ACKNOWLEGEMENTOFCONFORMANCEWITHO.S.H.A. STANDARD •;'NO:..YES:.-::-:ye's;.-•"-•.:':'.YES•••':•':'.'•.yes':-'• NOYESYESYESYES -,:';'. 5.BIDBONDYESYESYESYESYES Page1 MIAMI DAILY BUSINESS REVIEW Published Daily exceptSaturday,Sunday and LegalHolidays Miami,Miami-Dade County,Florida STATE OF FLORIDA COUNTY OF MIAMI-DADE: Before the undersigned authority personally appeared SOOKIE WILLIAMS,whoonoathsaysthatheorsheisthe VICE PRESIDENT,Legal Notices ofthe Miami Daily Business Review f/k/a Miami Review,a daily (except Saturday,Sunday andLegal Holidays)newspaper,publishedat Miami in Miami-Dade County,Florida;thattheattachedcopyof advertisement, beingaLegal Advertisement ofNoticeinthe matter of CITYOF SOUTH MIAMI -BIDINVITATION CITY BID NO.CI05-0729 inthe XXXX Court, waspublishedinsaid newspaper inthe issues of 06/30/2005 Affiant further saysthatthesaid Miami Daily Business Reviewisa newspaper publishedat Miami insaid Miami-Dade County,Florida andthatthesaid newspaper has heretofore been continuously published in said Miami-Dade County, Florida,eachday (except Saturday,Sunday and Legal Holidays) andhasbeenenteredassecondclass mail matter atthepost office in Miami insaid Miami-Dade County,Florida,fora period ofoneyearnextprecedingthe first publication ofthe attached copyof advertisement;and affiant further saysthatheor shehas neither paidnor promised any person,firm or corporation any discount,rebate,commission or refund forthe purpose ofsecuringthisadvertisementfor publication inthesaid news Sworn to and subscribed before me this P.2005 (SEAL) SOOKIE WILLIAMS personally k rYJ§ria I.Mesa vg.,^My Commission DD293355 ^efs^Expires March 04,2008 ,Street,iSW:66thAvenueS!ong,ManonLane-and:SW:63rdAvenue-to:SW;, faforrnat^ faterSsieB^ MSA August 15,2005 City of South Miami PUBLIC WORKS DEPARTMENT 4795SW 75th Avenue, Miami,Florida 33155 Milian,Swain &Associates,Inc. Civil &Environmental Engineers 2025 S.W.32nd Avenue,Miami,Florida 33145 tel (305)441-0123 fax (305)441-0688 File:C24-01 Bidding Attention:Mr.Ajibola Balogun,REM Director Reference:Manor Lane Drainage &Traffic Improvements City of South Miami,Miami-Dade County,Florida City Project Number:C105-0729 Dear Ajibola: Milian,Swain &Associates,Inc.(MSA)hasevaluatedthe construction bids submitted for the referenced projectpursuanttothe required submittals set forth in the Instructions to Biddersand throughout other sections oftheProjectManual. Bid Tabulation: MSA tabulated bids extracted from the completed Bid Forms received from each of the ContractorsforOptionAand Option B.(See attachments Aand B). Initial Ranking (Top three bidders,starting with LOWEST bid): OPTION A 1.Development &Communications Group 2.Domus Construction,Inc. 3.T.J.Pavement,Corp. OPTION B 1 .Development &Communications Group 2.T.J.Pavement,Corp. 3.Leon's Engineering Total Bid Amount Irregularities Option A:None.The tabulated totals match the totals submitted by eachofthe bidders. Option B:Total submitted by Development &Communications Group:$237,204.11 Actual tabulated totalbid amount:$239,385.11;Difference:$2,181.00 Impacts onInitial Ranking:None. Required Submittals: MSA conducted a detailed reviewoftherequiredsubmittalsreceivedfrom the bidders.One ofthe requirements isthateach bidder must complete andexecute Section 00665: "TrenchSafetyActCompliance".Furthermore,paragraph 2ofsaid section specifically states that failure to complete this section will result in the bid being dedapd non? responsive.The following bidders did not complete and execute Section"0p6§5;|:-J 'f •Development &Communications Group Consequently,the bid submitted by Development &Communications Group is declared non-responsive.(Seeattachedtable summarizing required submittal results). RevisedRanking(Remainingtopthreebidders,starting with LOWEST bid): OPTION A OPTION B 1.Domus Construction,Inc.1.T.J.Pavement,Corp. 2.T.J.Pavement,Corp.2.Leon's Engineering 3.Leon'sEngineering 3.Domus Construction,Inc. Further detailed review of the bid tabulation revealed the following unit price disparity: Bid Item #4:Brick Pavers with 2"sand bedding: BIDDER:UNIT PRICE SUBMITTED Development andCommunications Group:$4.00per square yard. Domus Construction,Inc.:$3.50 per square yard. Average unit price (all other fourbidders):$55.29per square yard. Given thedisparityintheunitpricefor Bid Item #4,MSA discussed this issue with Development Communications Group (DCG)and Domus Construction,Inc.(Domus).Mr. Carlos Petersen (Presidentof DCG)and Mr.Graziano LaGrasta (President-Domus)both indicatedthattheunitpricetheyquotedfor Bid Item #4wasintended PERSQUARE FOOT not square yardandconsequently,thetotalamountforthis bid itemiserroneous.Asa result,Domus (apparent new low bidderfor Option A)declinedawardofthe project.(See attached formalwritten response tothis issue receivedfrom Mr.La Grasta). Revised FINAL Ranking (Top three bidders,starting with LOWEST responsive bid): OPTION A OPTION B 1.T.J.Pavement,Corp.1.T.J.Pavement,Corp. 2.Leon'sEngineering 2.Leon'sEngineering 3.WilliamsPaving,Co.3.WilliamsPavingCo. P:\CITY OFSOUTH MIAMJ\0)MANOR LANE TRAFFIC CALMINGIMPROVEMENTSVFINAL PROPOSALVBIDDINO LETTER812OS DOC MSA conducted personal interviews and verified the references submitted by Development and Communications Group and T.J.Construction,Inc.See attached copy of the reference verification results and interviews conducted byMSA. Based on MSA's evaluation of the bids submitted,we recommend T.J.Pavement,Corp. as the lowest responsible bidder for the construction of this project.Final award and determination as to which improvement option isto be constructed shall be determined by the Cityof South Miami Public Works Department based on budget constraints and any other factors deemed relevant by the department. If you have any questions or require additional information,please contact me at your earliest convenience. Sincerely, lulio M.Menache Manage^-Ch/il &Municipal Engineering copy:Arsenio Milian,P.E. File P:\CJTY OFSOUTH MIAMI\(l)MANOR LANE TRAFFIC CALMING IMPROVEMENTSVFINAL PROPOSAL\BIDDING LETTER8 12OS.DOC MSAMilian,Swain &Associates,Inc. 2025 S.W.32nd Avenue,Miami,Florida 33145 Tel.305-441-0123 Fax 305-441-0688 CIVIL ENGINEERS -ENVIRONMENTAL ENGINEERS -UTILITY MANAGEMENT -FIN ANCIAL CONSULTANTS TELEPHONE CONVERSATION MEMORANDUM File:C24-01 Project:MANORLANE DRAINAGE AND TRAFFIC IMPROVEMENT Spoke with:GrazianoLagrasta-President Of:DOMUS CONSTRUCTION,INC. Regarding:BidSubmittalRecaivedforDomus Date:8/12/2005 Time:9.30 a.m. x 1 Iplacedthephonecall iParty placedphonecall BMy message Party's message Julio stated thatDomusmaybethelowest responsible bitter for Option A of of this contract.Julio discussed biditem#4 with Garziano regarding the extremelylowunitpricehehadusedfortheinstallation of pavers.Graziano statedthattheunitpricehehadusedwasforsquarefeet rather thensquare yardsandthathehadmadeamistake.JulioaskedGracianowhatwouldbehis positioniftheCitywastoaskhimtoacceptthebidforOptionA. My reply Party's reply Graciano stated that hecouldnot accept the contract atthe unit price of $3.50per square yardsfortheinstallation of thepavers.He would rather decline his bid for the contract. |x |Action or follow-up necessary Julio informed Graciano thathewill contact the City and explain to them the situation regarding this issue. Copy:Julio Menache Signed:Joe Palacios Document Control nop MSA Telephone Memo 8-12-05 8/15/2005 U«/I3/2UU3 IU ^U hrtX JUDOfblbia UU MU S UUNSIHUUIJLUW 1NU DOMUS CONSTRUCTION August 15,2005 DOMUS CONSTRUCTION,INC. "CONTRACTOR OF THE MILLENIUM" 2601 NE 2*r'AVENUE,SUITE 5B,MIAMI,FL 33137 TEL:305.576.1997 FAX;305.576.1949 LC#CGC061600 /CUC1223B12 WUU2/UU* Milian,Swain &l Associates,Inc. 2025 SW 32nd Avenue Miami,FL 33145 RE:Manor Lane Drainage Dear Julio: By means of this letter,weare respectfully declining theawardforourbidonthe above referenced project.Unfortunately,our unit price for the pavers section was incorrect, thus,the numbers submitted were erroneous. We appreciate your consideration. Sincerely, Graziano La Grasta, President r\I"GO MSA Milian,Swain and Associates 2025S.W.32nd Avenue,Miami,Florida 33145 Tel.(305)441-0123 Fax (305)441-0688 CIVIL ENGINEERING •ENVIRONMENTAL ENGINEERING •UTILITY MANAGEMENT •FINANCIAL CONSULTING Date: To: From: Copy: MEETING MINUTES File:C24-01-Bidding August 12,2005 Ajibola Balogun Joe Palacios |Ij |" Gregory Netto,P.E.,Julio Menache,Arsenio Milian,P.E. Reference:Manor Lane Traffic Calming &Drainage Improvements Meeting to Interview TJ Pavement,Corp. A meeting was held at 10:45 A.M.on August 12,2005 at the offices ofMilian,Swain & Associates,Inc.located at 2025 SW 32 Avenue,Suite 110,Miami,Florida. The following individuals attended this meeting: Attendee Jose Alvarez Julio Menache Joe Palacios Organization TJ Pavement,Corp.(TJPC) MSA MSA The purpose of this meeting was toformally interview the Contractor that may be the lowest responsible bidder for the Manor Lane Traffic Calming &Drainage Improvements Project. The following isa summary of the discussions undertaken and conclusions arrived at during this meeting: Meeting Introduction-Project Scope Julio Menache began the meeting witha brief explanation of the scope of work and MSA's role in the tabulation of the Bids in order to assist the Citywith the Contractor contract selection process. Julio: Julio: Stated that the grand bulk difference between Option A&Bis the pavers. Informed Jose Alvarez that MSA had interviewed the lowest apparent bidder, Development and Communication Group. S:\(PROJ)\C24-01 MANOR LANE TRAFFIC CALM!NG\DOCUMENTS>Mcclmg MmutcsMemorandum (OS-12-2005).doe Page 1 of3 Julio:Statedtheorderofthe first three contractors basedonOptionsA&B. Option A Option B 1.DCG 1.DCG 2.Domus 2.TJPC 3.TJPC 3.Leon's Julio:Explained toJose that Domus wasnexttothe lowest bidder on Option A,but had made themistakeof using S.F.insteadofS.Y.for the brick pavers. Julio:Stated thatthe limits of liability inSection 00650 ofCertificateofInsurance didnot agree withtheCertificateof Liability Insurance submitted. Jose:Stated that the correct figures are shown on the Certificate of Liability Insurance submitted. Julio:Asked Joseifhe could handle the schedule of 120 days for this project. Jose:Statedthathewouldnothavea problem with theschedule. Jose:Statedthat TJPC would haveno problem in handling all the work in house and may use ofasub-contractor for thebrickpaverwork. Julio:AskedJoseifTJPChas previously installed pavers. Jose:Stated that they have done brick paver work in the past. Julio:AskedJoseifhe had any concerns with the drawings and ifhe understood the scope of the project. Jose:Stated that this was s straight forward project and that the has no problems with this project. Julio:Statedthatthe MOT in this project is crucial. Julio:Suggested to Jose to pre-video tape the project in order to have proof of existing conditions. Julio:Stated that Joe Palacios would be the contact person from MSA during construction. Jose:Stated that the likes to work close with the MSA project manager to ensure proper interpretation of the plans. Jose:Stated that he does not like to submit change orders. S:\(PROJ))C24-01 MANOR LANE TRAFFIC CALMING\DOCUMENTS^teelmgMinutes Memorandum (08-12-200SJ.doc Page2 of3 Jose:Stated that he will haveasupervisoronsite,buthe will be lookingatthejob on a daily basis. Julio:Asked Jose if he had any questions or concerns about the contract. Jose:Stated that he had no questions or concerns with this project. Julio:Stated that the contract will be awarded within 45 days of the opening of the bids.The commission will award the contract ina public hearing. Julio:Stated that MSA will respond to the City this week with MSA's recommendations. Julio:Stated that the contract will probably be awarded by mid September. Jose:Stated that if the contract is awarded to TJPC,he will be in contact MSA there after to begin the process with the shop drawing approval. Julio:Asked Jose who was going todo the major part of the project. Jose:Stated that TJPC will handle the major part of the project and will only sub contract the brick pavers work. Julio:Requested from Jose to submit the company's financial statements. Julio:Reminded Jose about the concerns the City has regarding the staging area. Jose:We are very aware of South Miami regulations regarding staging material and equipment from past projects. Meeting adjourned:11:45 a.m. -end- Meeting Minutes This document was prepared byJoePalaciosandreflects the writer'sinterpretationof the issues discussed,consensus reached and decisions made during the meeting. S.\(PROJ)\C24-0l MANOR LANETRAFFIC CALMING\DOCUMENTSMeeting MinutesMemorandum (03-12-200S).doc Page 3 of3 Engineering &Construction Department Contractor References Basedon Experience,Ability and Financial Standing TJ PAV6M6KT Cg>rZPc?lZA-nc>lvi is a potential contractor for the MAMQg LANg.fogAnMA<5g &~rgar=RV:IkiRZoU.Itis our practice to obtain references from individuals and companies whohaveworkedwitha potential contractor.The above company has included you and/or your company asa reference.Wewould greatly appreciate your prompt response tothefollowing inquiry as it applies tothe nature oryourrelationshipwiththe company.Those that do not apply should be left blank. Please rate the consultant as follows: 1-poor 2—average 3—above average 4-very good 5-excellent Criteria A.Ability to complete project on time 4- B.Ability to stay within the budget C.Quality of work D.Financial standing (if applicable) E.Experience in their line of work Additional Comments (May indicate last project /transaction with contractor): MIL-(ZASTGLCA.5potC<Z UJ&CJL.OF T«_l pA\JGM&hlf A kJk?£>7A-r&i?TlUrC T^ft TfPg OF WOrZK"h^t?TUG AmounTf <gp Ta-£"Cp^TOPcf fs #=g|-jgg.r t=*g' ^TW IS CGtOXOJ3cxOQ , Reference givenby Address: City/St/Zip Telephone Date Reference check conducted by: Name&Title (2AMc?n ^ASTELflA R£Name:K^G^W&UbcZ.\cy£>"MSA CT375 QO\PbhlCG D<£L.&OH BLVD., C^f2Al (SABL-(fS FL33154- (So£)A45 -Z'fQQ 3/u/c(OS If you have any question about this form,please call (305)663-6350. Engineering &Construction Department Contractor References Based on Experience,Ability and Financial Standing T J R6vgMg.NT Co(2v*crfZ&r:[0&js a potential contractor for the M.AK6T7,LAMS PgAlMAgg &TRAFFIC IMPEC*/..Itisourpracticetoobtain referencesfrom individuals andcompanieswhohave worked with apotentialcontractor.Theabove companyhasincluded you and/oryourcompanyasareference.We would greatlyappreciateyour prompt responsetothe following inquiryasitappliestothenatureor your relationship with the company.Those that do not apply should be left blank. Please rate the consultant as follows: 1-poor 2 —average 3—above average 4-very good 5-excellent 1 2 3 4 5 Criteria A.Ability to complete project on time 4 B.Ability to stay within the budget 2. C.Quality of work 4 D.Financial standing (if applicable)H-k -E- E.Experience in their line of work 4 Additional Comments (May indicate last project /transaction with contractor): Ml2.(2.AY WAS SATlSFlzSP uJ t~TH HTH-tS \X>on.l*peg poR.**i (5O *B¥T~Hls COrUT£.A<3TOfZ . Reference given by: Name &Title CaQgg&g gAV Address: City/St/Zip Telephone Date niTV OP C&&AL GkBLGS "Z&CC?S.V)I.72M AVE. K/ttAMi ^L*33155 fes)AC?0~I50\.5 &/t\Jos Reference check conducted by: Name:Jog.'pALAClbS -KSA If you haveany question about this form,pleasecall(305)663-6350. Engineering &Construction Department Contractor References BasedonExperience,Ability andFinancial Standing "T^Pan/gft/HS-iMT CoTZ PoTZ/srnc^isa potential contractor for the [W A iQPg.LA ME 5>CAi N A6/r.A^n2JVFFic fmPGc*/.Itisour practice to obtain references from individualsand companies whohaveworkedwitha potential contractor.Theabove company has included you and/or your company asa reference.Wewould greatly appreciate your prompt response tothefollowing inquiry as it applies tothe nature oryour relationship withthe company.Those thatdo not apply should be left blank. Please rate the consultant as follows: 1-poor 2—average 3—above average 4-very good 5-excellent 1 2 34 5 Criteria A.Ability to complete project on time 3 B.Ability to stay within the budget 4 C.Quality of work 3 D.Financial standing (if applicable) T . E.Experience in their line of work 4- Additional Comments (May indicate last project /transaction with contractor): a mo he was veer satishigp uj/th wis Perz. Reference given by:Reference check conducted by: Name &Title ZZ>\l\Q\Q V.Ropfcl<au£Z.Name:i^g^LAcib-S-MSA A^Ti SI<k A SSCSTANT Ol£eCTO|2. .pugu'c UA?rZfcs dePt. Address: City/St/Zip Telephone Date In N.w.l*T ST-STgJ4to MIAMI ft..33/gg If you haveany question about this form,please call (305)663-6350. MSA Milian,Swain and Associates 2025 S.W.32nd Avenue,Miami,Florida 33145 Tel.(305)441-0123 Fax (305)441-0688 CIVIL ENGINEERING •ENVIRONMENTAL ENGINEERING •UTILITY MANAGEMENT •FINANCIAL CONSULTING MEETING MINUTES August 11,2005 Ajibola Balogun,REM Joe Palacios File:C24-01-Bidding COPY Date: To: From: Copy:Gregory Netto,P.E.,Julio Menache,Arsenio Milian,P.E. Reference:Manor Lane Traffic Calming &Drainage Improvements Interview with Development &Communications Group,Inc.(DCG) A meeting was held at 11:00 A.M.on August 11,2005 atthe offices of Milian,Swain & Associates,Inc.located at2025SW32Avenue,Suite 110,Miami,Florida. The following individuals attended thismeeting: Attendee Carlos Petersen Julio Menache Joe Palacios Organization DCG MSA MSA The purpose of this meeting was to formally interview the Contractor with the lowest Bid for theManorLaneTrafficCalming&DrainageImprovementsProjectandto express concern regarding the low unit prices with someofthe bid items. The following is a summary of the discussions undertaken and conclusions arrived at during this meeting: Meeting Introduction-Project Scope Julio Menache began the meeting with a brief explanation of the scope of work and MSA's role in thetabulationoftheBids in orderto assist the City with the Contractor selection process. Carlos:Stated that he was the President ofDCGandPatricioDeArcoisthe partner (not present at the meeting). Carlos:Stated that DCG will cooperate with project manager and the City. S:\(PROJ)\C24-0l MANOR LANE TRAFFIC CAIMINGWOCUMENTSMeeting Minutes Memorandum (0S-11-2005).doc Page lcf3 Julio:The contractor was informed that the residents surrounding the project are very involved and vocal with respect to neighborhood improvements. Carlos:DCGwill video tape and photograph the entire length of the project forproof of existing conditions. Carlos:Stated that thisprojectwould have twoproject managers Patricioandhim available for questions duringworking hours from 6:00 a.m.to6:00p.m. Julio:Stated thatthisprojectisalinear project.Reference was made to sheet C-9 that reflects option A)and C-10 OptionB. Carlos:Stated that the estimator onthisproject was his partner Patricio. Julio:Stated three (3)bid items ofconcern,uponreview of the bid tabulation: 1.Line Item #4,forbrickspaversw/sand bedding is shown atalow$4.00 S.Y.not consistent with the other contractor's unit price or MSA's cost estimate of $63.00/s.y. 2.LineItem#6.the unitpricefor12"stabilized subgrade is shown at $0.60/c.y.not consistent withthe other bids. 3.Item #17,theunit price for pavement restoration toinclude 8"limerock base and 1"asphaltisshownat $1.50 onOptionAand $14.00 on Option B. Julio:The City ofSouth Miami does not like Charge Orders and MSA needsto know ifDCGis committed toinstallation of the above listed project elements at such low unit prices. Julio:Carlosisto discuss with his partner aboutthe inconsistency oftheunit price with those used in the local industry. Julio:Discussed withCarlosthe specification for thebricksas stated inSection 02782. Carlos:Stated thathe will discuss withhispartner Patricio the discrepancies in the unitpricesandcallMSAback. Julio:Requested that Carlos get in contact with MSAtoday. Julio:Questioned Carlos aboutother projects that DCG hasdone with the City of South Miami. Carlos:We completed the Sunset Drive Project,avery difficult project. S:\(PROJ)\C24-OI MANOR LANE TRAFFIC CALMING\DOClA4ENTS\Meetmg Minutes Memorandum (08-U-200S).doc Page2 of3 Julio:Asked Carlos ifDCG has done paver workin the past. Carlos:Yes,we have,I don't recallthe exact location,but can provideittoyou. Julio:Asked Carlos ifhe feels comfortable with the construction completion schedule. Carlos:Yes,we can complete the project in the stipulated schedule. Meeting adjourned :11:45 a.m. -end- Meeting Minutes Subsequent telephone conversation on 8/11/05 after the meeting with Mr.Petersen: Mr.Petersen called and indicated that he discussed the discrepancy in the unit price for pavers at$4.00perS.Y.per BidItem#4 with hispartner.Mr.Petersen stated that his partner Intendedto use apriceof$36.00S.Y.fortheinstallationof pavers,but assumed that the biditem was by square feet.Asaresult,Mr.Petersen continued,CDG can not absorb the cost of the difference if they were awarded the contract based on $4.00 per square yard. This document was prepared by Joe Palaciosandreflects the writer's interpretationofthe issues discussed,consensus reached and decisions made during the meeting. S:\(PROJ)\C24-OI MANOR LANE TRAFFIC CALMING\DOCUMENTSWeeliiig Minutes Memorandum (08-1 l-200S).doc Page3 of3 Engineering &Construction Department Contractor References Based on Experience,Ability and Financial Standing G*\2jDO?OF FIjOQM>A{[mc. £>BVgLOPMerJT 8k CQMMUMieATtD^is potential contractor for the MAM^e L-AMt=PlZAlN^ftg AMPTfZAFpTo IM^RO^.Itis our practice toobtain references from individuals and companies whohave worked with a potential contractor.Theabove company has included you and/or your company asareference.We would greatly appreciate your prompt response tothe following inquiryasitappliestothenatureor your relationship withthe company.Those that do not apply should beleftblank. Please rate the consultant as follows: 1 -poor 2-average 3-above average 4-very good 5-excellent V 1 2 3 4 5 Criteria A.Ability to complete project on time I B.Ability tostay within the budget (\4o CM&n<5£OCZ.VG i\>4 pp.scsrtoe C.Quality of work LhlO Q£>£>Y}OS&-13^QBGcuest) D.Financial standing (if applicable)M .A - -x- E.Experiencein their line of work Cuo \2&QO<*C£-Qi &%uesT ; Additional Comments (May indicate last project /transaction with contractor): P(2oJpcxf ujf>s toot CoiW Pce-r&&^r^<7i *vi £. Reference given by: Name &Title 'Pg-PTZP <G>OiO'Z<!y<-&Z -Debbie Reference check conducted by: Name:^Soe/Pa^a ciQS -M5A Address: City/St/Zip Telephone Date CCZOO SOtTtU OAV6LAMP 6LVP. Ifyouhaveany question aboutthisform,pleasecall (305)663-6350. Engineering &Construction Department Contractor References Based on Experience,Ability and Financial Standing <D&J&U>PV\G,rt't &(ZovAMQrtictyriD^isa potential contractor for the MAMQg L.Amg VQAIMAGB A^OTtZAFFi'c lMPfZoU-.Itisourpracticetoobtain references from individuals and companies who have worked with a potential contractor.The above company has included you and/or your company asa reference.We would greatly appreciate your prompt response to the following inquiry asit applies tothe nature or your relationship with the company.Those that do not apply should be left blank. Please rate the consultant as follows: 1 -poor 2—average 3—above average 4-very good 5-excellent Criteria A.Ability to complete project on time <Z- B.Ability to stay within the budget C.Quality of work D.Financial standing (if applicable)M-A E.Experience in their line of work Additional Comments (May indicate last project /transaction with contractor): 4CCCH2.QIM-C5 WITH-t*f2~.*5>A blTi JLt TV+6 STAV-I Op TW(5 OorB TU6 *)oGM. W«&S mot frottoco (jl><5cc <puc?-ro pg.ESoiOe=C issuer.^ugw/-SOPtS£nvrreHl0£MT wvMIS uirigPTb QonJ TUCg O0&*AS Pg.g>,ka (2.Sam-t/At=?/g>z-~rw& Reference givenby:Referencecheckconductedby: Name &Title i V~>6 SamTI , Debbie Pt smug>UTio *J 7Qf s.W.~7f ST. Q54 -TZ4-1O-70 Address: City/St/Zip Telephone Date b/i*/'Q€? Name:i \/O0/l3>L^m^-Mf?4 If youhaveany question about this form,pleasecall (305)663-6350. Engineering &Construction Department Contractor References Based on Experience,Ability and Financial Standing .<2n1oO<(=>OF (3Lc?fZl<DA,IMC. Pgyg.Lg>Pt^^MT A g^3t*qiM (JKuCurtjotA isapotentialcontractorfor the MAN oft.L Aim6.Q(ZAi **&<?>£SlTSLAFFJc iMpfcovJ..Itisour practice toobtain referencesfrom individuals and companies who have worked with a potential contractor.Theabove companyhasincludedyou and/or yourcompanyasa reference.We would greatly appreciate your prompt response tothefollowinginquiryasit applies tothe nature oryour relationship withthe company.Those thatdo not apply shouldbeleftblank. Please rate the consultant as follows: 1-poor2-average 3—aboveaverage4-very good5-excellent \1 2 3 4 5 Criteria A.Ability to complete project on time -Z- B.Ability to stay within the budget 3 C.Oualitv of work 3 D.Financial standing (if applicable) ~z- E.Experience in their line of work 3 Additional Comments (May indicate lastproject/transaction with contractor): A^£e?f2.pJN*<S LOiTH MfZ.<£T A STfaC,WG WAD To PoSHT^ CIO NT O.A crTOQ-TO 3&CS>rO SiTG-P>U<s To <OTHt2C2—acDMMlTMlcNTS Reference given by: Name &Title Paul C^sfgL. ^OPl3f2-Vl sorz. -Dobbio.__ Address: City/St/Zip Telephone Date [401 K-W.~7 ST. &[lo(oS Reference check conducted by: Name:i^g>^L^g|b-S-r4SA Ifyouhaveany question about thisform,pleasecall(305)663-6350. Engineering &Construction Department Contractor References Based on Experience,Ability and Financial Standing Gi(zoov°c?f="F^oGiD//.IMC . Df5VISloPM&NT St CZC?Mtv\VH\.CXf\ON\s a potential contractor for the M hhiafZ tAMg 'D\na\MA<he AHO^HlAfFtc iW^rZpu.Itisour practice to obtain references from individuals and companies who have worked with a potential contractor.The above company has included you and/or your company asa reference.We would greatly appreciateyour prompt response to the following inquiry asit applies tothe nature or your relationship with the company.Those thatdo not apply should be left blank. Please rate the consultant as follows: 1-poor 2—average 3—above average 4-very good 5-excellent Criteria A.Ability to complete project on time B.Ability to stay within the budget C.Quality of work 3. D.Financial standing (if applicable)H -4 E.Experience in their line of work Additional Comments (May indicate last project /transaction with contractor): MC.ODDiN WAS V/efi^f SA-n^fT'CftD tJTH T-u.i£L*JO'i-l\.pfSC2.poa*"G£> AhJO Vlh HOT &lMCQOMTG.(l&t>6KY PQ/Q*3 C&MS mrfHTHg G?i»TT?^cT<H^ Reference given by: Name &Title HTaStPIN UPPINJ Lbbiu Address: City/St/Zip Telephone Date P|2/jn/OP*C -Bet Miami }fl.33\s& -3&S -Z&4-03&4 qIioIos- Reference check conducted by: Name:i.ln£C\^LACiOS-M5A Ifyouhaveany question about this form,pleasecall(305)663-6350. Engineering &Construction Department Contractor References Based on Experience,Ability and Financial Standing ,<5$ZouP£>F IrLOQlVAjhic. 'PrSvtSK^PhtgMT &L COMMUNICAtiQNis apotential contractor for the MANPtZ CA.NC5 PgAlNA6ff eft TfZAPfl^iMPgDl/,.Itis our practice toobtain references from individuals and companies who have worked with a potential contractor.The above companyhas included you and/oryourcompanyasareference.We would greatly appreciate your promptresponsetothefollowinginquiryasitappliestothenatureoryourrelationshipwiththe company.Those thatdo not applyshouldbe left blank. Please rate the consultant as follows: 1-poor 2—average 3-above average 4-very good5-excellent Criteria A.Abilitytocompleteprojecton time(utdpep.CjotdSTOocTiS^) B.Abilitytostaywithinthebudget (mc?Change a2P£PS) C.Quality of work D.Financial standing (if applicable) E.Experience in their line of work Additional Comments (May indicate last project /transaction with contractor): A<2CO(ZOtrJT6 (jl3|TH W&.CVISbi C/HTfl'S OO3 UJAS AU?A G-0 GSj AS TH <2 \-o\aj &\ooe(L with veef LiT-n-e:m^^c^y na<T-Htf Go^Tnaoy;&ut T"H£T GDH-Id&CrorL StATc^O THAT l-ig UJAS 7^1-A *£/kJ *,MON£^. Reference givenby:Reference checkconductedby: Name &Title At2.MANDC>cTqgNCA Name:I )Q&.rbL*Ac\6s -MSA P&joO\3.ct MAKA^glZ Address:3a3 S-g.(7 5>T. City/St/Zip PT.U&ODeQ.V&L.£[PL.J333i(p Telephone clS4'3>'5S-S97S Date &/10/O& Ifyouhaveany question aboutthisform,pleasecall (305)663-6350. Engineering &Construction Department Contractor References Based on Experience,Abilityand Financial Standing <£lO.OO IP c9f=^LOfZi OA.{/nC . O^YS^PMgNT &CTQMML)MtCAno«is a potential contractor for the MAMQ12.La>^c5 PgAiNA<&g AMPTTZapRc MRTqO-Itisour practice to obtain referencesfrom individuals andcompanies who haveworkedwithapotentialcontractor.Theabove companyhasincludedyou and/or yourcompanyasa reference.We would greatly appreciate your promptresponsetothefollowinginquiryasitappliestothenatureor your relationshipwiththe company.Those that do not apply should be left blank. Please rate the consultant as follows: 1 -poor 2—average 3-above average 4-very good 5-excellent V 1 23 4 5 Criteria A.Ability to complete project on time 1 B.Ability to stay within the budget *Z. C.Quality of work 2. D.Financial standing (if applicable) T , E.Experience in their line of work 1 Additional Comments (May indicate last project /transaction with contractor): CTc*Vtrt>AcS^TTDtt-1-4-AQ pnoOLgl^lS WITH pAP&rZ.UJO'LK.SPRCIAtY WTH-P-&GPU&ST *fon~PAH vn &n)f . Reference given by: Name &Title MgLSoM OgTlg. F»CjOJC3gt <MANA<2)er2. Debbie- Address: City/St/Zip Telephone Date 89-25 S.W.148 ST, *Sorrls"Too MIAMI {FL.33l7£ 3g>€T-37/3-^SSS e>\\o\os Reference check conducted by: Name:i )c>{~4-ALAO/7.5-44 5A If you have any question about this form,please call (305)663-6350. uf tyHl&lT A Cityof South Miami:Manor Lane Traffic Calming ~r^z ~D—^T3! SUNSET DR 6500 6490 6480 7220 7240 6491 6481 7260 7300 LO 6490 6480 lv .•'••''7320 7350 6491 6481 300 "Z TT 6478 6461 6460 6461 SW 72ND ST 6450 64406360 6350r—'6340 7241 7230 7240 7311 7310 7321 7320 7331 7330 73407341 6451 7230 7240 7310 6450 7320 7330 6451 7340 600 •••—...<'-•• 900 ^E Feet 6330 >32C 6310 7223 7231 7243 7240 7251 7301 7248 7313 7321 7320 7333 7330 6331 1,200 ' ^ il 7340 pU 7231 7241 7331 1,500 6280 7330 Q Xs