04-03-07 Item 16South Miami
Al- MerieaCft
1 r
,N- p CITY OF SOUTH MIAMI
o Rio OFFICE OF THE CITY MANAGER
INTER- OFFICE MEMORANDUM zoos
To: The Honorable Mayor Feliu and Members of the City Commission
Via: Yvonne S. McKinley, City Manager
From: W. Ajibola Balogun, REM, CFEA, Dire r
Public Works & Engineering Department
Date: April 3, 2007 Agenda Item No.:
Subject: Construction Contract with Williams Paving Co., Inc. for Snapper Creek Roadway
& Drainage Improvements — Phase III -B
Resolution: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
SOUTH MIAMI, FLORIDA AUTHORIZING THE CITY MANAGER TO EXECUTE
AGREEMENT WITH WILLIAMS PAVING CO., INC. FOR SNAPPER CREEK
ROADWAY & DRAINAGE IMPROVEMENTS — PHASE III -B CONSTRUCTION
IN AN AMOUNT OF $411,000.00 TO BE CHARGED TO SOUTH FLORIDA
WATER MANAGEMENT DISTRICT (SFWMD) GRANT ACCOUNT NUMBER
106 - 1730 - 541 -6301 AND PUBLIC WORKS DEPARTMENT'S ENCUMBRANCE
RESERVE CARRY OVER FOR THE YEAR ENDED 09/30/06 FROM ACCOUNT
NUMBERS 124 - 1730 - 541 -3450, 111- 1730 - 541 -3450 AND 112 - 1730 - 541 -3450;
PROVIDING FOR AN EFFECTIVE DATE
Request: Authorizing the City Manager to execute construction agreement with Williams
Paving Co., Inc. for the Snapper Creek Roadway & Drainage Improvements
Phase III -B.
Reason /Need: To provide drainage improvements and much needed traffic calming
along SW 84th Street from SW 58th Avenue to SW 62 "d Avenue.
Cost: $411,000.00
Funding Source: $221,000 will be funded from SFWMD Grant Account No. 106- 1730 -541-
6301 with account balances of $525,000.00 and the balance will be
funded from all Public Works Department's encumbrance reserve carry
over for the year ended 09130/06 from account numbers 124- 1730 -541-
3450, 111 -1730- 541 -3450 and 112 - 1730 - 541 -3450 with account balances
of $160,000, $25,000 and $5,000, respectively.
Backup Documentatior
U
U
Q
U
U
U
U
Proposed Resolution
Bid Opening Report
Tabulated Bids
Certified Advertised Notice of Bid Invitation
Engineer of Record's letter of recommendation
Copy of Section 00500 (Contract) of the Project Manual
Map of Project Area
15
16
17
1.8
19
20
21
22
RESOLUTION NO.
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
SOUTH MIAMI, FLORIDA AUTHORIZING THE CITY MANAGER TO EXECUTE
AGREEMENT WITH WILLIAMS PAVING CO., INC. FOR SNAPPER CREEK
ROADWAY & DRAINAGE IMPROVEMENTS — PHASE III -B CONSTRUCTION
IN AN AMOUNT OF $411,000.00 TO BE CHARGED TO SOUTH FLORIDA
WATER MANAGEMENT DISTRICT ( SFWMD) GRANT ACCOUNT NUMBER
106 - 1730 - 541 -6301 AND PUBLIC WORKS DEPARTMENT'S ENCUMBRANCE
RESERVE CARRY OVER FOR THE YEAR ENDED 09/30/06 FROM ACCOUNT
NUMBERS 124 - 1730 -541 -3450, 111 - 1730 - 541 -3450 AND 112 - 1730 - 541 -3450;
PROVIDING FOR AN EFFECTIVE DATE
WHEREAS, the Mayor and City commission wishes to provide drainage improvements and
traffic calming along SW 84th Street from SW 58th Avenue to SW 62nd Avenue; and
WHEREAS, the Mayor and City Commission authorize the City Manager to execute a
construction contract with Williams Paving Co., Inc. for the Snapper Creek Roadway & Drainage
Improvements — Phase III -B project for an amount of $411,000.00.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF
THE CITY OF SOUTH MIAMI, FLORIDA THAT:
Section 1: That the Mayor and City Commission authorize the City Manager to execute
construction contract with Williams Paving Co., Inc. for the Snapper Creek Roadway & Drainage
Improvements — Phase III -B project for an amount of $411,000.00.
Section 2: That the project's construction cost shall be charged to SFWMD Grant Account No.
106 -1730- 541 -6301, with account balance of $525,000.00 and Public Works Department's encumbrance
reserve carry over for the year ended 09/30/06 from account numbers 124 - 1730 - 541 -3450, 111 -1730-
541 -3450 and 112 - 1730 - 541 -3450 with account balances of $160,000, $25,000 and $5,000, respectively.
Section 3: The attached exhibit is incorporate by reference into this resolution.
PASSED AND ADOPTED this
ATTEST:
CITY CLERK
READ AND APPROVED AS TO FORM
CITY ATTORNEY
Include File Name and Path
day of , 2006.
APPROVED:
MAYOR
COMMISSION VOTE:
Mayor Feliu:
Vice Mayor Wiscombe:
Commissioner Palmer:
Commissioner Birts:
Commissioner Beckman:
Snapper Creek Roadway & Drainage Improvements — Phase III -B
BACKGROUND & RECOMMENDATION
BACKGROUND:
The proposed drainage improvements and traffic calming project is part our multi- funded capital
improvement project carried -over from last year, due to late delivery of the grant documents from our
funding agency. The construction project will consist of approximately 30 new drainage structures (catch
basins), over 850 linear feet of exfiltration trench, construction of 2 traffic circles, paved /raised
intersection, re- grading of existing swale and asphalt resurfacing of the roadway. The improvements will
be performed along SW 84th Street from SW 58th Avenue to SW 62nd Avenue.
The project was advertised in the Miami Daily Business Review on May 31, 2006. Three contractors
submitted sealed bids on or before Monday, July 3, 2006 (the last day to receive bids). The bids were
publicly opened on Monday, July 3, 2006 at 3:05pm. Since the bid opening, the engineer of record has
tabulated the bids, reviewed and evaluated all bids, verified references, verified bid bonds and discussed
the project with the lowest responsible bidder (Williams Paving Co., Inc.) to make sure the scope of work
is clearly understood as designed and specified. The Engineer of Record (Milian, Swain & Associates,
Inc.) has submitted the attached letter of recommendation for Williams Paving Co., Inc.
RECOMMENDATION:
It is recommended that the City Commission approve the resolution.
,11�
BID OPENING REPORT
Bids were opened on: Monday;, July 3, 2006 at: 3:051) m
For: Snapper Creek Roadway& Drainage Iniprovements Phase 3B ( CI06 -0703)
CONTRACTORS:
BID AMOUNTS:
1.
Williams Paving Co.
A.1 1, 000 • �' ��
2.
T. J. Pavement Corp.
4Z7 t gO
3.
Pabon Engineering
t4 C) &D
4.
Budget Construction
Cj 6( T�
5.
Leon's Engineering Corp.
6.
7.
8.
9.
THE ABOVE BID AMOUNTS HAVE NOT BEEN CHECKED.
THE BID TOTALS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE B
REVIEWED.
City Clerk's Sign: _
I p
City of South Miami, Snapper Creek Roadway and Drainage Improvements, Phase III B
Bid Opening Date: JULY 3, 2006
Attachment A
BID TABULATION
Engineer's Summary of Proposals Received
Engineer's Opinion of Probable Construction Cost Base Bid: $366.512.00
BID PROPOSALS RECEIVED
BID ITEMS
WILLIAMS PAVING CO. T.J.. PAVEMENT CORP. Leon's Engineering
Item Description Bid Qty. TUnit Unit Price Total Unit Price Total Unit Price T Total
1
Existing Asphalt Pavement to be
Removed
1,992
SY
$2.50
$4,980.00
$7.65
$15,238.80
$12.00
$23,904.00
S.
1 -Inch (Type S -III) Asphalt
Overla
4,147
SY
$7.00
$29,029.00
$9.00
$37,323.00
$8 ?00
$33,176.00
5
5
Brick avers with 2-Inch Sand
Beddindin
538
SY
$59.50
$32,011.00
$56.25 $30,262.50 $67.00
$36,046.00
111 '10
$8.55 $18,262.80 $19.00
$40,584.00
7.
Rework Existing Limerock Base 2,136
SY
$7.00
$14,952.00
$3,978.00
9.
12 -Inch Stabilized Subgrade
663
SY
$3.75
$2,486.25
$5.85
$3,878.55 $6.00
r
11
9 -Inch Type B Curb @ Traffic
Circles
595
LF
$9.25
$5,503.75
$16.00
Q „
$9,520.00 $33.00
I
Nil P
$19,635.00
psi
$4,140.00
g
13.
2 -Foot Concrete Driveway Curb
207
SY
$11.00
$2,277.00
$58.50
$12,109.50 $20.00
Trench Pavement Restoration
15.
including compacted limerock
20
SY
$27.50
$550.00
$40.50
$810.00
$40.00
$800.00
base and asphalt course
Page 1
City of South Miami, Snapper Creek Roadway and Drainage Improvements, Phase VII B
Bid Opening Date: JULY 3, 2006
Attachment A
BID TABULATION
Engineer's Summary of Proposals Received
Engineer's Opinion of Probable Construction Cost Base Bid: $366,512.0 0
Page 2
BID PROPOSALS RECEIVED
BID ITEMS
WILLIAMS PAVING CO.
T.J.. PAVEMENT CORP.
Leon's Engineering
Item
Description
Bid Oty.
Unit
Unit Price
Total
Unit Price
Total
Unit Price
Total
IN
ll ,. 4A a , �.
13 F..: ,f�\„
_�
'• lF.,
., rcm
,. >i. .a;`x= :";3:. ., s.
S, Y ,.,
C,�.a..: �'?•j ••
36 -Inch Dia. Precast Structure,
16.
Complete Including Grate and
15
EA
$1,994.00
$29,910.00
$1,800.00 $27,000.00
$1,900.00
$28,500.00
Paved Aprons.
"t r
: r
.v
-.mac
,
ks,
gmg
�. .• .A:sP_:
.a E.. .,,.. >;x ' , :,-.,. .., z.s.
I _,�... ..
15 -Inch Diam. (C.M.P or H.D.P.E)
18.
Exfiltration Trench, Complete
875
LF
$75.00
$65,625.00
$80.00 $70,000.00
$75.00
$65,625.00
per Details on Plans, Including
Sod Restoration.
�
'
�'�
��lcr'k�iw
0j,
� x
3'..
j
,,YI ,.`�"
H� ..a2
.vik;��e�
�3.
�'
�
}t!e.n..,a
�Y
Y�
cx �y'� >�•
Pavement Marking Striping and
Signa a
n
¢
NI
p
6 -Inch Double Solid Yellow
21.
(Thermoplastic) Line with RPM's
541
LF
$1.05
$568.05
$3.40
$1,839.40
$1.80
$973.80
20 D.C.
W
LF
$3.10
$908.30
$5.20
$1,523.60
$2.40
$703.20
23,
6 -Inch Yellow (Thermoplastic)
293
with RPM's @ 18' O.C.
25
6 -Inch white 2'-4' Skip
LF
$1.00
$165.00
$2.35
$387.75
$1.50
$247.50
(Thermoplastic)
�
�`
°ua
'.
�",.�i, �'��,a�
,,..�Q a ^; {,,•�`;�x
� ..Y
�_, ��
°'�,,�.:
i
�r , �
? '\� x �t �c� d"�
„gyp ` Y ;;?�
27.
Yield Marking (Thermoplastic)
80
LF
$5.00
$400.00
$5.00
$400.00
$1.60
$128.00
It
i"Y` "iAa
S`tt'n�r
EA
$50.00
'Gd
$750.00
$150.00
$2,250.00
$180.00
$2,700.00
29.
Remove Existing Street Sign
15
Page 2
City of South Miami, Snapper Creek Roadway and Drainage Improvements, Phase III B
Bid Opening Date: JULY 3, 2006
Attachment A
BID TABULATION
Engineer's Summary of Proposals Received
Engineer's Opinion ot'Probable Construction Cost Base Bid: $366,512.0 0
Page 3
BID PROPOSALS RECEIVED
WILLIAMS PAVING CO.
T.J.. PAVEMENT CORP.
Leon's Engineering
BID ITEMS
Item
Description
Bid City.
Unit
Unit Price
Total
Unit Price
Total
Unit Price
Total
Landscaping
r
Large Flowering Tree (14' -16' Ht)
3
EA
$1,000.00
$3,000.00
$330.00
$990.00
$750.00
$2,250.00
32.
_nom
WI
1
6
il ,
34.
Small Canopy Tree (12' -14' Ht)
3
EA
$750,00
$2,250.00
$248.00
$744.00
$550.00
$1,650.00
'', } $:.
_ a
x2 _,
rs IINS d
1,1111
Shrubs
305
EA
$5.00
$1,525.00
$9.75
$2,973.75
$18.00
$5,490.00
36.
,�•3r
Regrade & Resodding Existing
38.
swales @ S.W. 60th Ave, S.W.
608
SY
$2.70
$1,641.60
$3.75
$2,280.00
$10.00
$6,080.00
59th Ave and S.W. 58th Ave.
x
3
Wiwi
�4
1
LS
$5,000.00
$5,000.00
$5,000.00
$5,000.00
$5,000.00
$5,000.00
40,
lWater for Tree and Shrubs (3
Months/ 30 Watering/ Tree)
�}'
€
if.* k`''
;Y`,`
Page 3
City of South Miami, Snapper Creek Roadway and Drainage Improvements, Phase III B
Bid Opening Date: JULY 3, 2006
Attachment A
BID TABULATION
Engineer's Summary of Proposals Received
Engineer's Opinion of Probable Construction Cost Base Bid: $366,512o00
Page 4
BID PROPOSALS RECEIVED
WILLIAMS PAVING CO.
T.J.. PAVEMENT CORP.
Leon's Engineering
BID ITEMS
Item
Description
Bid Qty.
Unit
Unit Price
Total
Unit Price
Total
Unit Price
Total
Miscellaneous
11101 S',
Erosion Control 1
LS
$1,042.00
$1,042.00
$1,350.00
$1,350.00
$1,000.00
$1,000.00
104 -10 -1
,yN
a
. ;:�
., �,
Misc -2
Project Sign (1 Sign required) 1
EA
$825.00
$825.00
$625.00
$625.00
$800.00
$800.00
(See Section 00950)
M
Performance $ Payment Bond 1
LS
$4,834.00
$4,834.00
$12,500.00
$12,500.00
$7,000.00
$7,000.00
Misc -4
Kmig
p
s
p
d
�t
Totals
$411,000.00
$427,650.70
$540,171.10
Written on Bid Proposal
$411,000.00
$427,650.70
$540,171.10
NA
5
$
Ogg'
di�t4
Amount of Proposal Guarantee:
5% OF BID
5% OF BID
5% OF BID
Surety:
Insurance
Liberty Mutual Insurance
Travelers Casualty and
Surety Company of
International Fidelity
insurance Company, State
Company, State of
America, State of
of New Jersey.
I hereby certify that the above is a true and correct summary of proposals received.
':: JDZ4
Page 4
� v v
m
m i
m
L a
3
` N
D
i m
e
to
3
3
A
{
O
m
N
C
W
3
D
N
A
W
N
m
3
m
W
w
ra
D
00
m
p
A
m
D
>
A
m
Y
A
A
°
{
a
3
y
r
z
v
n
T
p
m
-n
O
D
3.
m
A
a
O
S
N
O
n
O
O
A
n
z
°
N
O
m
z
to
D
n
.v
3
.v
r
m
v
'�
3
D
m
N
Z
v
to
Dp
Ov
N
O
z
OT
c
3
m
m
3
m0
1
y
n
0
to
�
D
n
�
z
z
m
O
z
z
m
=
3
c
v
c
m
1
-a
m
{
O
m
i
c
G
to
N
D
-Z1
r
m
Cl)
O
O
v
v
n
°
D
A
3
<
3
v
^
00
D
n
o
A
O
m
�
m
z
z
D
m
p
z
m
O
m
D
0
-zi{
—�
m
m
m
z
N
A
D
Q
D
to
0o
Q
z
c
O
O
m
co
n
m
zo
A
O
m
m
o
d
c
z
o
N
v
h
1
z
2
m
0
0
9
z
o
O
M
to
0
0
N
S"
:5
Z
O
p
m
0
—
y
z
<
D
z
D
v
a�
z
m
rmi[
ai
tmo
m
m
z
D
to
to
to.
n 3
0 C
-1
O v
O
tmo
0)
N
N
c
N
N
N
y
9 3
C
z
3
a
X
m
{
Or
O
m
m
z
z
m
"
m
m
z
m0
T
N
to
N
O
O
CO)
a
to
N
D
C
A Di
W
z
�
3
o
CL
g0
CD o_
>: 3 of
m _.
3:c m m
m 0
o
r
N
°Ta3
fD.oM 3
�
o
_DoMa3
CD f < ,
S
m f <,
•
£ <,
o
o N 9
o
o
O N mS 7
gv
3m n
oi
omn
m[7
o•m.B
o•moR
R
°
^oDa
mama
^o7a
�-°'ma
^o 7a
�°'CDo.
to
o°
n
a
a
��a°
c
m
m mno
aoc
'o
aoc
love
aoc
oi3
vv
Km 3 .
KID
ovv
K. 3.
3
m
D3
m°
D3S
S;
D3�
D
i
ry
O p
O ry
o ry
m o
X
to
oo.
°o
oaf
do
oan
do
�o
°-
c N£
`
?
D
j
c
c
�3
3•
X33:
PD r.: CD
OJ M
O
W M
O
N
N v
0 C
N E
o°La
N Cr
oaa
K
N m
.9 :r
$os
$o>
mS
o
ro
o
3
y D<
a ➢<
m D<
o
C N
C' �
O H S
v 0..
To -.
n
°'0...
7
N `G
°
a m
m
a m
m
n CD
m
a
[
� v v
m
m i
m
L a
3
` N
D
i m
e
to
3
3
A
{
O
m
N
C
W
3
D
SENT BY: CITY OF SOUTH MIAMI; 3056636S48; JUN -1 -Or i:24PM; PAGE 1/i
r
i
a
• it
1
7
i
1
Y
Z
1
-
MIAMI DAILY BUSINESS REVIEW
Pubfthad Daily e=epl Saturday, Sunday and
Legal Moridaya ;.i, ' a•_'ryn � wwW'w, i 'T '' r' "• I j
Miami. Waft-Dade Came ill ride ; F'; i3 , �. ':�:,:�'k } x ` .
ty, o ,;i� � ,y''.
STATE OF FLORIDA yr at. • ''
COUNTY OF MIAMi- DADS:: t r; S a i tra"� 1t Mt`t9
wi 7%(
Before the undersigned authority peCsonall ared
Y apps
SOOKIE WILLIAMS, who on oath says
y$ That he or she is the ,; r., �;! e�;_ h: :::�'b.tc�C..•,..:..f►.it9ttd9s is���?;�[vi�;:. ,!`�;�v:s�,''s!�±.:. x"�'. 'i�t;:i
VICE PRESIDENT, Legal Notices of the Miami Daily Business
Review ffk/a Miami Review, a daily (except Saturday, Sunday ,�y ' ■` i terra
and Legal Holidays) newspaper, published at Miami in Miami - Dad s'»
w'-
County, ;Florida; that the attached COPY of advertisement. of ° .-W tirtt I t i+
g 9 office 16 the matter of a r_
being a Legal Advertisement of N :,�tmceJ ll ri'Cl1ji , rim ' ` 34
kd�
• ; 3i�iea ;E�Xivei�ak °!u�niflr�l!�')9,Ytif 11G�ifWi
:.- ..• s. �t �" cw+as?r. ..cry, r .rp)�"
CITY OF SOUTH MIAMI ;�� : w,.;:: �•iAP roPF.Fi,�`� f±.1.... E ,:
...r-
.y�
CITY BID NO. 0106.0703 �. sis ; 4 ? &:. r t .,; ��..11MItP
r '�
,w
in the )D(XX Court ":fit"' -":# � •a ..i. � *' .: 't
was published In said news er In the issues of i ?Rrra!!funon (°, � °' a`(
PIP 'traol SV�I 8gnd u4 4i " 8yif i341n, tiebf' o e
05131/2008
Affiant further says that the said Miami Deily Business
Review is a newspaper published at M" In said Miami -Dade
County, Florida and that the said newspaper has
heretofore been continuously published in said Miami -Dade County,
Florida, each day (except Saturday, Sunday and Legal Holidays)
and has been entered as second class ttlrail matter at the post
office In Miami in said Mlaml -Dade County, Florida, for a
period of one year next preceding the first publication of the
attached copy of advertisement; and affiant further says that he or
shWdt, her paid nor promised any p$rson, firm or corporation
n rebate, commission or refund for the purpose
Of his advertisement for publication In the said
Swom to and subscribed before me this
31 da AY = 2006
�f
(SEAL)
SOOKIE WILLIAMS personally k�
�- I. Mesa
r MY Cort+r+tsslon r�pseb81f6
a„ Expree Mardi U4.2008
- t`foiida8314;3.+= - ..i.: "Y;yT :W
;...8id;.docurtierlte ..r1ieY_.4e.:�uEalned :on.di•l.
r 00E, mir" tho pHibie W ,Clay Clei a et'ft,
slAierr►li Florlde.87if,
A41 00
hfin -rot
�glansandsP® ci flcettyb�rre)�8yiequlyiiid.` /.; °:
f �XC ",l -
Thtl IW r- L. LL
l in the Bid .Form. 'rf the CRY. Manager aeeme rrtc
.U19 Clly.gf Soulh M
t3idi9 OR0;11. n irraguia�� �f iutY. 1
'A non- rilandetory pre -bid 600. eticd will
fiitlariil -pit y I�ommisoon Ctri��]bei; •61.;10: S r
Atl inNi�iateSi vof'rtragtors gre.lr)+C1te4t:la 8txe rTie,�s r�y:or �cfum ,rr
an Equei ;Opp4rtunily ' mploydr.. and ertca� rages • thi pnr1Gi<i
certified Stack Minority Buelnsas contractora�`±
3EAR14t
Milian, Swain & Associates, Inc.
MSA Civil & Environmental Engineers
2025 S.W. 32nd Avenue, Miami, Florida 33145
tel. (305) 441 -0123 fax (305)441 -0688
File: C24 -02 Phase III B
Bidding and Construction- Revised 08 -08 -06
July 18, 2006
City of South Miami
PUBLIC WORKS DEPARTMENT
4795 SW 75th Avenue,
Miami, Florida 33155
Attention: Mr. Ajibola Balogun, REM
Director of Public Works
Reference: Snapper Creek Roadway & Drainage Improvements Phase III B
City of South Miami, Miami -Dade County, Florida
City Project Number: C106 -0703
Dear Ajibola:
Milian, Swain & Associates, Inc. (MSA) has evaluated the construction bids submitted for
the referenced project pursuant to the required submittals set forth in the Instructions to
Bidders and throughout other sections of the Project Manual
Bid Tabulation:
MSA tabulated bids extracted from the completed Bid Forms received from each of the
participating Contractors (See Attachment A).
Initial Ranking (Top three bidders, starting with LOWEST bid):
1 Williams Paving Co. Inc.
2. T.J. Pavement, Corp.
3. Leon's Engineering, Inc.
Bid Irregularities:
The tabulated totals match the totals submitted by each of the bidders. From the
information provided to us there are no bid irregularities.
Review of Submittals:
MSA conducted a detailed review of the required submittals received from the bidders.
Sections 00350, 00410, 00650, 00660 and 00665 are the required submittals of the
referenced project. Based on our review of the information submitted to our office, the
initial top ranked bidder (Williams Paving Co. Inc.) did not provided all of the required
Sections (00650 and 00660) with their submittal. (See Attachment B). A brief telephone
conversation was held with Alex Martija Project Manager at Williams Paving Co. Inc.
inquiring about the required Sections riot submitted with the Bid. The missing Sections
were completed and faxed to MBA's office. MSA also verified with the City of South
Miami's Clerks office that, Williams Paving Co. Inc. has performed work for the City of
South Miami in the past and is on file.
Ranking (Top three bidders, starting with LOWEST bid) after detailed review of submittals:
1 Williams Paving Co. Inc.
2. T.J. Pavement, Corp.
3. Leon's Engineering, Inc.
Interview.
MSA conducted a personal interview and verified the references submitted by the lowest
bidder Williams Paving Co. on July 14, 2006. See attached copy of the Contractor
References conducted by MSA.
FINAL Ranking (Top three bidders, starting with LOWEST responsive bid):
1 Williams Paving Co. Inc.
2. T.J. Pavement, Corp.
3. Leon's Engineering, Inc.
Based on MBA's evaluation of the bids submitted, contractor interview and verification of
references we highly recommend Williams Paving Co. Inc. as the lowest responsible
bidder for the construction of this project. Final Contractor selection shall be based on the
above recommendation and any other factor(s) deemed relevant by the City of South
Miami Public Works Department.
If you have any questions or require additional information, please contact me at your
earliest convenience.
S: \(PROJ) \C24 -02 SNAPPER CREEK\(3) BIDDING\PHASE III B\BIDDING LETTER REVISED- 08- 03- 06.DOC 2
Sincerely,
MILIAN, SWAIN & ASSOC T S, INC.
Rashad K Stinson
Project Engineer
copy: Arsenio Milian, P.E
Julio Menache
File
Attachements: A - Bid Tabulation
B - Required Submittals
Contractor References
S: \(PROJ) \C24 -02 SNAPPER CREEK \(3) BIDDING\PHASE III B\BIDDING LETTER REVISED- 08- 03- 06.DOC
3
7
Engineering & Construction Department
Contractor References
Based on Experience„ Ability and Financial Standing
Williams Paving Co. is a potential contractor for the
Snapper Creek Roadwav and Drainage Improvements Phase III B. It is our 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 as a reference. We would greatly appreciate your
prompt response to the following inquiry as it applies to the 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
Reference given by:
Name & Title V11 E:P
Reference check conducted by:
Name
CX�P rT f f- aEr-1- M* r-4W-roR R MS "D
Address: Igo 5O H E i 9 ' NVE 2- 0ZS 32 A-v I ,
City /St/Zip F1OPT4 M l F" 1 f6JP ;I,/ I l FL 2_�31 Li 115'
Telephone 3 O 5 - I? 9J! - z _
Date sL(LL /� 00
If you have any question about this form, please call (305)663 -6350.
40 D RANTA X61
1
2
3
4
5
Criteria
A. Ability to complete project on time
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):
RAS WORK EQ 5 TO G YJE&IQS rtil MoRrii Mi AMI. FEACA If4 RQAQc3JW PO
Reference given by:
Name & Title V11 E:P
Reference check conducted by:
Name
CX�P rT f f- aEr-1- M* r-4W-roR R MS "D
Address: Igo 5O H E i 9 ' NVE 2- 0ZS 32 A-v I ,
City /St/Zip F1OPT4 M l F" 1 f6JP ;I,/ I l FL 2_�31 Li 115'
Telephone 3 O 5 - I? 9J! - z _
Date sL(LL /� 00
If you have any question about this form, please call (305)663 -6350.
40 D RANTA X61
Engineering & Construction Department
Contractor References
Based on Experience, Ability and Financial Standing
Williams Paving Co. is a potential contractor for the
Snapper Creek Roadway and Drainage Improvements Phase III B. It is our 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 as a reference. We would greatly appreciate your
prompt response to the following inquiry as it applies to the 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
Reference given by:
Name & Title G L-0 Q I Pr N14, (,l.0 R, E
Reference check conducted by:
Name:
RP,s l_- ND K Sil H _S &N
� E Address: U) /S / __�fT ?02S n w Z A'
City /St/Zip b4l &M j LhrKFs 1 FCi 33011Y t-A IQ M 1 � 3 31 LJ S
Telephone _305 — a ZZ —:7-KC)
Date `J (/LY ')nOG
If you have any question about this form, please call (305)663 -6350.
1
2
3
4
5
_
Criteria
A. Ability to complete project on time b4
B. Ability to stay within the budget I-A ZAr
C. Quality of work I-A ZA
D. Financial standing if applicable
E. Experience in their line of work
Additional Comments (May indicate last project /transaction with contractor):
I N soC) TC-
Reference given by:
Name & Title G L-0 Q I Pr N14, (,l.0 R, E
Reference check conducted by:
Name:
RP,s l_- ND K Sil H _S &N
� E Address: U) /S / __�fT ?02S n w Z A'
City /St/Zip b4l &M j LhrKFs 1 FCi 33011Y t-A IQ M 1 � 3 31 LJ S
Telephone _305 — a ZZ —:7-KC)
Date `J (/LY ')nOG
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
Williams Paving Co. is a potential contractor for the
Snapper Creek Roadway and Drainage Improvements Phase III B. It is our 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 as a reference. We would greatly appreciate your
prompt response to the following inquiry as it applies to the 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
Reference given by: Reference check conducted by:
Address: �. O . (?]0/K \� C d4o
City /St/Zip} 11� L f�f =Ltd
Telephones
Za 2.5 S w 32- A-V -
►M ATU
Date To (r 26o CQ
If you have any question about this form, please call (305)663 - 6350.
4
1
2
3
4
5
Criteria
A. Ability to complete project on time
B. Ability to stay within the budget
C. Quality of work
D. Financial standing if a licable) h-4
E. Experience in their line of work
Additional Comments (May indicate last project /transaction with contractor):
Reference given by: Reference check conducted by:
Address: �. O . (?]0/K \� C d4o
City /St/Zip} 11� L f�f =Ltd
Telephones
Za 2.5 S w 32- A-V -
►M ATU
Date To (r 26o CQ
If you have any question about this form, please call (305)663 - 6350.
4
Engineering & Construction Department
Contractor References
Based on Experience, Ability and Financial Standing
Williams Paving Co. is a potential contractor for the
Snapper Creek Roadwav and Drainage Improvements Phase III B. It is our 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 as a reference. We would greatly appreciate your
prompt response to the following inquiry as it applies to the 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
Reference given by:
Name & Title _� - &A- 4Jm,
�nl`4 UN�I� fi1,4T)'oN�4t✓
Address: B�K
City /St/Zip
Reference check conducted by:
Name:
>&d +A -0 1--, 071-) S0714
202tS SW 3,->- AVE.
MI/}/,111 FL 3S/y�
Telephone 3C6 - 5 ?? -
Date , oD (b
If you have any question about this form, please call (305)663 -6350.
1
2
3
4
5
Criteria
A.
Ability to complete project on time �}
B.
Ability to stay within the budget H
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):
N6r 6 fl/ CjQ Fire tlT/O D �2L�f �2�,tilCaE
Reference given by:
Name & Title _� - &A- 4Jm,
�nl`4 UN�I� fi1,4T)'oN�4t✓
Address: B�K
City /St/Zip
Reference check conducted by:
Name:
>&d +A -0 1--, 071-) S0714
202tS SW 3,->- AVE.
MI/}/,111 FL 3S/y�
Telephone 3C6 - 5 ?? -
Date , oD (b
If you have any question about this form, please call (305)663 -6350.
SECTION 00500
CONTRACT
THIS AGREEMENT, made and entered into this day of , 20 , A.D. by and
between the City of South Miami, party of the first part (hereinafter sometimes called the "Owner "), and
party of the second part (hereinafter sometimes called the
"Contractor ").
WHEREAS: Miami -Dade County through its office of Community Development has entered
into a contract with the Owner, and
WHEREAS: the Owner desires to engage the Contractor to perform services as stated herein:
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually
agree as follows:
1.01 SCOPE OF WORK
A. The Contractor shall furnish all labor, materials, equipment, machinery, tools, apparatus,
and transportation and perform all of the work shown on the Drawings and described in
the Project Manual entitled:
Snapper Creek Roadway and Drainage Improvements -Phase III B — No. C106 -0703
as prepared by Milian, Swain and Associates, Inc. acting as, and in the Contract
Documents, entitles the Owner's Engineer, and shall do everything required by this
Contract and the other Contract Documents.
1.02 THE CONTRACT SUM
A. The Owner shall pay to the Contractor for the faithful performance of the Contract, in
lawful money of the United States, and subject to addition and deductions as provided in
the Contract Documents.
B. Based upon the price shown in the Proposal heretofore submitted to the Owner by the
Contractor, a copy of said Proposal being a part of these Contract Documents, the
aggregate amount of this Contract is the sum of
Dollars ($ ).
1.03 COMMENCEMENT .AND COMPLETION OF WORK
A. The Contractor shall commence work on the date established in the Notice to Proceed.
B. The Contractor shall prosecute the work with faithfulness and diligence and shall
complete the work not later than One Hundred Twenty (120) calendar days after the
commencement date established in the Notice to Proceed.
11 O I
1.04 CONTRACTOR'S ACCEPTANCE OF CONDITIONS
A. The Contractor hereby agrees that he has carefully examined the sites for the work to be
performed and has fully satisfied himself that such sites are correct and suitable ones for
the work to be performed and he assumes full responsibility therefore. The provisions of
this Contract shall control any inconsistent provisions contained in the specifications. All
Drawings, Specifications and Contract items contained in this Project Manual have been
read and carefully considered by the Contractor, who understands the same and agrees to
their sufficiency for the work to be done. It is expressly agreed that under no
circumstances, conditions or situations shall this Contract be more strongly construed
against the Owner than against the Contractor and his Surety.
B. Any ambiguity or uncertainty in the Drawings or Project Manual shall be interpreted and
construed by the Owner's Engineer and his decision shall be final and binding upon all
parties.
C. It is distinctly understood and agreed that the passing, approval and/or acceptance of any
part of the work or material by the Owner, his Engineer, or by any agent or representative
as in compliance with the items of this Contract and/or of the Project Manual covering
said work, shall not operate as a waiver by the Owner of strict compliance with the terms
of this Contract, and/or the Project Manual covering said work; and the Owner may
require the Contractor and/or his insurer to repair, replace, restore and/or make to comply
strictly and in all things with this Contract and the Project Manual any and all of said
work and/or services which within a period of one year from and after the date of the
passing, approval, and/or acceptance of any such work or services, are found to be
defective or to fail in any way to comply, with the Drawings and Specifications. This
provision shall not apply to materials or equipment normally expected to deteriorate or
wear out and become subject to normal repair and replacement before their condition is
discovered. The Contractor shall not be required to do normal maintenance work under
the guarantee provisions. Failure on the part of the Contractor and/or his insurer,
immediately after Notice to either, to repair or replace any such defective materials and
workmanship shall entitle the Owner, if it sees fit, to replace or repair the same and
recover the reasonable cost of such replacement and/or repair from the Contractor and/or
his insurer, who shall in any event be jointly and severally liable to the Owner for all
damage, loss and expense caused to the Owner by reason of the Contractor's breach of
this Contract and/or his failure to comply strictly and in all things with this Contract and
with the Drawings and Specifications.
1.05 LIQUIDATED DAMAGES
A. It is mutually agreed that time is of the essence of this Contract and should the Contractor
fail to complete the work within the specified time, or any authorized extension thereof,
there shall be deducted from the compensation otherwise to be paid to the Contractor, and
the Owner will retain the amount of One Thousand Five Hundred Dollars ($1500.00)
per calendar day as fixed, agreed, and liquidated damages for each calendar day
elapsing beyond the specified time for completion or any authorized extension thereof,
which sum shall represent the actual damages which the Owner will have sustained by
failure of the Contractor to complete the work within the specified time; it being further
agreed that said sum is not penalty, but is the stipulated amount of damage sustained by
the Owner in the event of such default by the Contractor.
00500 -2
1.06
1.07
1.08
1.09
B. For the purposes of this Article, the day of final acceptance of the work shall be
considered a day of delay, and the scheduled day of completion of the work shall be
considered a day scheduled for production.
PARTIAL AND FINAL PAYMENTS
A. In accordance with the provisions fully set forth in the General Conditions, and subject to
additions and deductions as provided, the Owner shall pay the Contractor as follows:
1. Within 60 days after receipt of the Contractor's request for partial payment by the
Owner, the Owner shall make partial payments to the Contractor, on the basis of
the estimate of work as approved by the Owner's Engineer, for work performed
during the preceding calendar month, less ten percent (10 %) of the amount of
such estimate which is to be retained by the Owner until all work has been
performed strictly in accordance with this Agreement and until such work has
been accepted by the Owner.
2. Upon submission by the Contractor of evidence satisfactory to the Owner that all
payrolls, material bills and other costs incurred by the Contractor in connection
with the work have been paid in full, and also, after all guarantees that may be
required in the specifications have been furnished and are found to be acceptable
by the Owner., final payment on account of this Agreement shall be made within
sixty (60) days after completion by the Contractor of all work covered by this
Agreement and acceptance of such work by the Owner.
ADDITIONAL BOND
A. It is further mutually agreed between the parties hereto that if, at any time after the
execution of this Agreement and the Performance and Payment Bonds hereto attached for
its faithful performance, the Owner shall deem the surety or sureties upon such bonds to
be unsatisfactory, or if, for any reason, such bond(s) ceases to be adequate to cover the
performance of the work, the Contractor shall at his expense, and within three (3) days
after the receipt of Notice from the Owner to do so, furnish an additional bond or bonds,
in such form and amount, and with such sureties as shall be satisfactory to the Owner. In
such event, no further payment to the Contractor shall be deemed due under this
Agreement until such new or additional security for the faithful performance of the work
shall be furnished in the manner and form satisfactory to the Owner.
SOVEREIGN IMMUNITY AND ATTORNEY'S FEES
The City does not waive sovereign immunity for any claim for breach of contract except
for payment of any amount owed under the contract; provided, however, that in any
action arising out of or to enforce this Agreement, the prevailing party shall be entitled to
its reasonable attorney's fees and costs, including, but not limited to paralegal costs, and
computer research costs. The parties shall not be liable for the prejudgment interest.
MEDIATION
Any claim or dispute out of or related to this agreement shall be subject to informal
mediation as a condition precedent to the institution of legal or equitable proceedings by
II PI
either party. Both parties waive the right to arbitration. The parties shall share the
mediator's fee and any filing fees equally. The mediation shall be held in Miami -Dade
County, Florida, unless another location is mutually agreed upon. Agreements reached in
mediation shall be enforceable as settlement agreements in the Circuit Court for the I It"
Judicial Circuit for the State of ]Florida.
1.10 SIGNATORY AUTHORITY
The officials executing this Agreement warrant and represent that they are authorized by
their respective agency to enter into a binding agreement.
1.11 ; LIENS
Contractor is prohibited from placing a lien on the City's property. This prohibition shall
apply to, inter alia, all subconsultants and subcontractors, suppliers and laborers.
1.12 INCORPORATE BY REFERENCE DOCUMENTS ENCLOSED IN PROJECT
MANUAL
The contract enclosed within the "Project Manual for Snapper Creek Roadway and
Drainage Improvements -Phase III B, City of South Miami, City's Bid No.: CI06 -0703
and all attachments in the Manual and the Construction Drawings shall be incorporated
by reference into the contract, as exhibits to the contract. Between the contract and the
attachments in the manual, the provisions of the contract shall control should there be any
inconsistency in the documents.
1.13 TRANSFER AND ASSIGNMENT
A. None of the work or services under this contract shall be subcontracted beyond that
shown on List of Major Subcontractors (Page 00300 -3 of the Proposal) unless Contractor
obtains prior written consent from the City. Approved subcontractors shall be subject to
each provision of this contract and Contractor shall be responsible and indemnify the City
for all subcontractors' acts, errors and omissions.
B. The Contractor shall not assign, transfer or pledge any interest in this contract without the
prior written consent of the City; provided, however, that claims for money by the
Contractor from the City under this contract may be assigned, transferred or pledged to a
bank, trust company, or other financial institution without the City's approval. Written
notice of any assignment, transfer or pledge of funds shall be furnished within 10 days by
the Contractor to the City.
1.14 EXAMINATION AND RETENTION OF CONTRACTOR'S RECORDS
A. The City, or any of their duly authorized representatives, shall until three (3) years after
final payment under this contract, have access to and the right to examine any of the
Contractor's books, ledgers, documents, papers, or other records involving transactions
related to this contract for the purpose of making audit, examination, excerpts, and
transcriptions.
00500 -4
B. The Contractor agrees to include in first -tier subcontracts under this contract a clause
substantially the same as subparagraph 14.A., above. "Subcontract," as used in this
clause, excludes purchase orders not exceeding $10,000.
C. The right to access and examination of records un subparagraph 14.A. shall continue until
disposition of any mediation, claims, litigation or appeals.
1.15 OWNERSHIP OF DOCUMENTS
All documents, reports, plans, specifications or other records, including electronic
records, resulting from the services rendered by the Contractor under this contract shall
be deemed the property of the City and the City shall have the rights incident to this
ownership. The Contractor acknowledges that all documents prepared under this contract
shall be public records, and shall be subject to public inspection and copying, as provided
by the Florida Statutes chapter 119. Upon conclusion of this contract and any extensions,
all documents shall be delivered by the Contractor to the City. The Contractor shall have
the right to retain copies of the documents at the Contractor's expense.
1.16 SEVERABILITY
Should any paragraph or any part of any paragraph of this contract be rendered void,
invalid or unenforceable by any court of law, for any reason, the determination shall not
render void, invalid or unenforceable any other section or part of any section of this
contract.
1.17 CONTINGENCY FEE AND CODE OF ETHICS WARRANTY
A. Contractor warrants that neither it, nor any principal, employee, agent representative or
familiar member has promised to pay, and Contractor has not, and will not, pay a fee the
amount of which is contingent upon the City awarding this contract to Contractor.
B. Contractor warrants that neither it, nor any principal, employee, agent, representative or
family member has procured, or attempted to procure, this contract in violation of any of
the provisions of the Miami -Dade County or the City of South Miami conflict of interest
and code of ethics ordinances.
C. A violation of this paragraph will result in the termination of the contract and forfeiture
of funds paid, or to be paid, to the Contractor.
1.18 WARRANTY AND AUTHORITY
The signatories of this contract, warrant that they are duly authorized by action of their
respective city commission, board of directors or other authority to execute this contract
and to bind the parties to the promises, terms, conditions and warranties contained in this
contract.
1.19 INDEPENDENT CONTRACTOR
The Contractor is furnishing its services as an independent Contractor and nothing in this
contract shall create any association, partnership or joint venture between the parties, or
any employer- employee relationships.
11 ITI �
IN WITNESS WHEREOF the parties hereto have executed this Agreement on the day and date first
above written in five (5) counterparts, each of which shall, without proof or accounting for the other
counterparts, be deemed an original Contract.
(Seal)
Attest:
City Clerk
WITNESS: (If corporation, attach
Seal and attest by Secretary)
APPROVED AS TO FORM AND
LEGALITY:
City Attorney
City of South Miami
City of South Miami,
Party of the First Part
By:
City Manager
Contractor
Party of the Second Part
IM
Title
( *) In the event that the Contractor is a Corporation, the following certificate of resolution of the Board of
Directors of the Corporation, authorizing the officer who signs the Contract to do so in its behalf shall be
completed.
11 PI .
U)
z
w
w
O
ry
2
wn
V Q
a ca
Z
0 � o
cu
06� o
o>
a
0'
O A
w
Y
w
Nw
U
OC
w
a
z
U
C)
LL
0
1
0
0
N
m
m
0
0
M
0
0
M
u
8
U)
0
0
N
rn
N
M
LO
C O
N N
d
pU
oCU
0
�E
nu
ca
�p
oU
o a�
U�
a�
a�
N U
N •N
2m