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