Loading...
HomeMy WebLinkAboutBack-Up DocumentsCITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Arthur Noriega V DATE: November 25, 2024 City Manager Annie Perez, CPPO SUBJECT: Recommendation for Award of Design - Chief Procurement Officer/Director Build Services for Auburndale Flood Mitigation Department of Procurement Improvements - D4, Project No. 40-B223802 REFERENCES: RFP No. 23-24-025 ENCLOSURES: Bid Security List, Contractor's Price Proposal, Best and Final Offer RECOMMENDATION: Based on the findings below, the City of Miami ("City") Department of Procurement ("Procurement") hereby recommends that the referenced contract be awarded, on a phased basis, to David Mancini & Sons, Inc. (DMSI), the responsive and responsible Proposer with the lowest adjusted bid, for RFP No. 23-24-025, Design -Build Services for Auburndale Flood Mitigation Improvements - D4, Project No. 40-B223802 ("Project") . FISCAL IMPACT: The fiscal impact to the City of Miami ("City") for the negotiated contract is Sixty -Seven Million One Hundred Thousand Dollars ($67,100,000.00), on a phased basis. The negotiated amount for the base Scope of Work for the City elements, is comprised of $11,304,472.59 for Phase 1 ($9,776,793.26 for Section 2-City, plus $500,000.00 for City of Miami Project No. B-173655, plus $1,027,679.33 for a 10% Owner's Contingency Allowance); $50,723,206.75 for subsequent phases to be determined as funding becomes available ($12,936,649.26 for Section 1, $4,018,624.53 for Section 2-WASD, $19,754,015.81 for Section 3, $13,513,917.14 for Section 4, $500,000.00 for Right of Way Enhancement Option at SW 36th Avenue, and $5,072,320.67 for a 10% Owner's Contingency). BACKGROUND: On April 5, 2024, Procurement issued Request for Proposals ("RFP") No. 23-24-025 for the provision of design -build services for the Project, on behalf of the Department of Resilience and Public Works ("RPW"). On May 20, 2024, Procurement received three (3) proposals in response to this solicitation. Subsequently, the proposals were reviewed by Procurement staff, and upon completion of its due diligence effort, two (2) proposals submitted by DMSI and Ric -Man International, Inc. ("RMI"), were deemed responsive and responsible in accordance with the minimum qualifications and experience requirements of the RFP. The remaining proposal, submitted by JVA Engineering Contractor, Inc. (JVA) was disqualified from the selection process for proposing an individual for the position of Project Manager without holding a professional Engineering registration in the State of Florida for the last five (5) years, as it was required by the RFP. Consequently, on July 9, 2024, pursuant to Section 3.1, "Acceptance/Rejection," and in consultation with the City Attorney's Office, JVA's proposal was deemed non -responsive. On July 24, 2024, an Evaluation Committee ("Committee") appointed by the City Manager, met to complete the Step 1 evaluation of the two (2) responsive and responsible proposals, following the guidelines stipulated in the solicitation. Subsequently, the Committee voted unanimously to advance the two (2) firms to the next phase of the selection process and required that an oral presentation be conducted to allow them to elaborate on their proposals, and for the Committee to ask further questions on their merits. The Proposers were notified of the Step 1 Meeting results on July 30, 2024, and were invited to submit their Step 2 Technical and Price Proposals by August 20, 2024; the Technical and Price Proposal due date was further extended to August 27, 2024. PR24283 Page 2 - Recommendation of Award of RFP No. 23-24-025, Design -Build Services for Auburndale Flood Mitigation Improvements Arthur Noriega V, City Manager On September 4, 2024, the Committee met and evaluated Technical Proposals from DMS and RMI and received a full presentation by both teams on the proposed solutions for the Project, following the guidelines stipulated in the Step 2 Meeting Invitation. Upon opening of sealed bids, DMSI was deemed the Proposer with the lowest adjusted bid, and as a result, negotiations with DMSI were authorized by the City Manager on September 12, 2024. Negotiations with DMSI began on September 25, 2024, and after holding further discussions with the Negotiations Committee on October 15, October 22, November 1, and November 14, 2024, DMSI was directed to submit a Best and Final Offer (BAFO) for the Project. DMSI submitted its BAFO on November 19, 2024, and as a result, negotiations were successfully concluded on November 19, 2024. Consequently, RPW recommended awarding the Project to DMSI, on a phased basis. Based on the above findings, Procurement hereby recommends that the Project be awarded to DMSI as shown below: DAVID MANCINI & SONS, INC. BID ITEMS BID ITEMS VALUES Lump Sum Bid Phase 1 (Section 2 COM) $9,776,793.26 City of Miami Project No. B-173655 $500,000.00 Ten Percent (10%) Owner's Contingency $1,027,679.33 Design + Construction Subtotal Bid Phase 1 $11,304,472.59 Lump Sum Bid Subsequent Phases (Sections 1, 3, and 4, COM + WASD and Section 2 WASD) $50,223,206.74 Right of Way Enhancement Option at SW 36t" Avenue $500,000.00 Ten Percent (10%) Owner's Contingency $5,072,320.67 Design + Construction Subtotal Bid Subsequent Phases $55,795,527.41 TOTAL CONTRACT AWARD VALUE $67,100,000.00 CONTRACT EXECUTION: Accordingly, Procurement hereby requests authorization to prepare and execute a contract with DMSI, upon approval of this award recommendation by the Miami City Commission. The total contract value at award for Phase 1 is $11,304,472.59 for the COM scope of work, with the remainder $55,795,527.41 being allocated for subsequent phases to be determined as funding becomes available. Upon completion of Phase 1, authorization to proceed with any portion of any subsequent phase/s will be given upon verification of available funding provided by the OMB, and at the sole discretion of the City. Your signature below indicates your approval of Procurement's recommendation. Approved: Arthur Noriega V, City Manager Date: c: Natasha Colebrook -Williams, Deputy City Manager Asael "Ace" Marrero, AIA, Assistant City Manager/Chief of Infrastructure Larry M. Spring, Jr., CPA, Assistant City Manager/Chief Financial Officer Thomas Fossler, Assistant City Attorney Juvenal Santana, PE, CFM, Director, RPW Fernando V. Ponassi, MA Arch., MA PPA, LEED°AP, Assistant Director, Procurement PR24283 Solicitation #23-24-025 - Design -Build Services for City of Miami Bid #23-24-025 - Design -Build Services for Auburndale Flood Mitigation Improvements - D4 Creation Date Apr 4, 2024 Start Date Apr 5, 2024 8:00:07 AM EDT End Date May 20, 2024 5:00:00 PM EDT Awarded Date Not Yet Awarded 23-24-025-01-01 Design -Build Services for Auburndale Flood Mitigation Improvements - D4 Supplier Unit Price Qty/Unit Total Price Attch. Docs David Mancini & Sons, Inc. First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: RIC-MAN INTERNATIONAL[Ad] First Offer- 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: JVA Engineering Contractor, Inc. First Offer - 1 / each Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes:Please find our Step 1 Proposal Attached Supplier Totals f JVA Engineering Contractor, Inc. $0.00 Bid Contact Maria G. Gutierrez info@jvaengineering.com Ph 305-696-7902 Fax 305-696-7903 Address 6600 NW 32nd Avenue Miami, FL 33147 Agency Notes: f David Mancini & Sons, Inc. Supplier Notes: $0.00 Head Attch: Bid Contact Christopher Lazzari bids@dmsi.co Ph 954-895-0741 Address 2601 Wiles Road Pompano Beach, FL 33073 Agency Notes: f RIC-MAN INTERNATIONAL[Ad] Supplier Notes: $0.00 Head Attch: DUI Bid Contact Hamill Andrade bid@ric-man.us Ph 954-426-1042 Address 1545 NW 27TH AVE POMPANO BEACH, FL 33069 Agency Notes: Supplier Notes: Head Attch: UI **AII bids/proposals submitted for the designated project are reflected on this tabulation sheet. However, the listing of the bid/proposal on this tabulation sheet shall not be construed as a comment on the responsiveness of such bid/proposal or as any indication that the agency accepts such bid/proposal as being responsive. The agency will make a determination as to the responsiveness of the vendor responses submitted based upon compliance with all applicable laws, purchasing guidelines and project documents, including but not limited to the project specifications and contract documents. The agency will notify the successful vendor upon award of the contract and, as according to the law, all bid/proposal responses received may be available for inspection at that time. 5/21 /2024 p. 1 Design -Build Services for Auburndale Flood Mitigation Improvements City of Miami Project No. 40-B223802 RFP No. 23-24-025 PRICE PROPOSAL Design -Build Firm's Name: CITY OF MIAMI DEPARTMENT OF RESILIENCE AND PUBLIC WORKS Design -Build Services for Auburndale Flood Mitigation Improvements City of Miami Project No. 40-B223802 With respect to this Project, the DESIGN -BUILD FIRM states that its Proposal Contract Price (Lump Sum) for providing services as specified in the RFP (Step 2), inclusive of any City approved Alternative Technical Concepts (ATCs), is the following: 1. SECTION #1 (Southeast Quadrant) 805,000.00 a. Base - Engineering & Design $ (FIGURES) b. Base - Construction $ 6,180,000.00 (FIGURES) c. WASD - Engineering & Design $ 345,000.00 (FIGURES) d. WASD - Construction $ 2,516,000.00 (FIGURES) 2. SECTION #2 (Southwest Quadrant) a. Base - Engineering & Design $ 770,000.00 (FIGURES) b. Base - Construction $ 12,360,000.00 (FIGURES) c. WASD - Engineering & Design $ 330,000.00 (FIGURES) d. WASD - Construction $ 4,144,000.00 (FIGURES) Page 1 Design -Build Services for Auburndale Flood Mitigation Improvements City of Miami Project No. 40-B223802 RFP No. 23-24-025 PRICE PROPOSAL Design -Build Firm's Name: 3. SECTION #3 (Northwest Quadrant) a. Base - Engineering & Design $ 1,155,000.00 (FIGURES) b. Base - Construction $ 12,360,000.00 (FIGURES) c. WASD - Engineering & Design $ 495,000.00 (FIGURES) d. WASD - Construction $ 4,440,000.00 (FIGURES) 4. SECTION #4 (Northeast Quadrant) a. Base - Engineering & Design $ 770,000.00 (FIGURES) b. Base - Construction $ 10,300,000.00 (FIGURES) c. WASD - Engineering & Design $ 330,000.00 (FIGURES) d. WASD - Construction $ 3,700,000.00 (FIGURES) 5. City of Miami Project No. B-173655 (SW 32nd Avenue and SW 2nd Street Auburndale Traffic Device) a. Engineering & Design (Not Applicable) Not Applicable b. Construction $ 500,000.00 (FIGURES) 6. Right -of -Way Enhancement Option for SW 36th Avenue (from SW 2nd Street to SW 4th Street) a. Engineering & Design $ 65,000.00 (FIGURES) 435,000.00 b. Construction $ (FIGURES) Page 2 Design -Build Services for Auburndale Flood Mitigation Improvements City of Miami Project No. 40-B223802 RFP No. 23-24-025 PRICE PROPOSAL Design -Build Firm's Name: 62,000,000.00 7. PROPOSAL CONTRACT PRICE (LUMP SUM) $ (FIGURES) SIXTY-TWO MILLION DOLLARS AND ZERO CENTS WRITTEN LUMP SUM TOTAL THE TOTAL PRICE IN ITEM 7 ABOVE SHALL BE THE SUM OF ALL COSTS FOR ITEMS 1 THRU 6. PRIOR TO AWARD OF THE CONTRACT, THE CITY OF MIAMI'S CONTINGENCIES AND DEDICATED ALLOWANCES SHALL BE ADDED TO THE PROPOSAL CONTRACT PRICE AS STATED IN ITEM 7 ABOVE, TO DETERMINE THE TOTAL CONTRACT AMOUNT. CONTINGENCIES SHALL INCLUDE THOSE FOR: (1) CONTINGENCY ALLOWANCE FOR UNFORESEEN CONDITIONS (10% OF ITEM 7 ABOVE) (2) DEDICATED ALLOWANCE FOR PERMITS, FEES, INSPECTIONS, AND IMPACT FEES (3% OF ITEM 7 ABOVE) THE TOTAL CONTRACT AMOUNT RESULTING FROM THE ADDITION OF THE PROPOSAL CONTRACT PRICE (ITEM 7) AND THE STATED DEDICATED AND CONTINGENCY ALLOWANCES SHALL BE USED TO DETERMINE THE AMOUNT OF THE PAYMENT AND PERFORMANCE BONDS REQUIRED FROM THE AWARDED PROPOSER. Page 3 Design -Build Services for Auburndale Flood Mitigation Improvements City of Miami Project No. 40-B223802 RFP No. 23-24-025 PRICE PROPOSAL David Mancini & Sons, Inc. } CHA Solutions Design -Build Firm's Name: WHEN THE DESIGN -BUILD FIRM IS A PARTNERSHIP or JOINT VENTURE (To be signed by each partner/venturer) ATTEST: Witness: Witness: Witness: Witness: (Seal) WHEN THE DESIGN -BUILDER IS A CORPORATION ATTEST: Secretary: Signature David Mancini & Sons, Inc Legal Name David Jr. Mancini / Secretary Name and Title (Corporate Seal) Page l4 Legal name of Partnership/Joint Venture By: Signature Name and Title By: Signature Name and Title David Mancini & Sons, Inc By: Signatu e Fabio Angarita / ce President Design -Build Services for Auburndale Flood Mitigation Improvements City of Miami Project No. 40-B223802 RFP No. 23-24-025 PRICE PROPOSAL David Mancini & Sons, Inc. / CHA Solutions Design -Build Firm's Name: WHEN THE DESIGN -BUILD FIRM IS A LIMITED LIABILITY COMPANY (LLC) ATTEST: Witness: Witness: Signature (Seal) Legal name of LLC By: Signature Date Name and Title WHEN THE DESIGN -BUILD FIRM IS AN INDIVIDUAL or SOLE PROPRIETORSHIP or OPERATES UNDER A TRADEMARK ATTEST: Witness: Witness: Signature (Seal) Page I 5 By: Signature Date Legal Name Design -Build Services for Auburndale Flood Mitigation Improvements City of Miami Project No. 40-B223802 RFP No. 23-24-025 PRICE PROPOSAL David Mancini & Sons, Inc. / CHA Solutions Design -Build Firm's Name: The Design -Build Firm's Base Proposal Contract Price (Lump Sum) shall be submitted on this Form and in the manner stated herein, without exception or any qualification; there is no exception allowprt to this requirement. Design -Build Firm: David Mancini & Sons. Inc. Authorized Signatur Fabio Angarita / Vice President Print Name & Title: Federal Employer Identification Number: 27-3716806 2601 Wiles Road Address: City/State/Zip: Pompano Beach.FL.33073 Telephone: ( 954 977-3556 Page'6 BID BREAKDOWN - SECTION # 1 BASE ENGINEERING & DESIGN SECTION # 1 Bid Item Description Units Preliminary Quantity Unit Price Total 25 Engineering Section # 1 (SE Qt) LS 1.00 805,000.00 805,000.00 SUB -TOTAL ENGINEERING & DESIGN SECTION # 1 805,000.00 CONSTRUCTION SECTION # 1 GENERAL CONDITIONS Bid Item Description Units Preliminary Quantity Unit Price Total 45 Bonds & Insurance LS 1.00 176,996.33 176,996.33 50 Supervision LS 1.00 287,271.52 287,271.52 60 Mobilization LS 1.00 60,736.33 60,736.33 70 Maintenance of Traffic LS 1.00 51,976.09 51,976.09 80 Erosion Control LS 1.00 41,700.70 41,700.70 90 Survey & As-Builts LS 1.00 127,010.32 127,010.32 100 Quality Control LS 1.00 48,581.45 48,581.45 SUB -TOTAL GENERAL CONDITIONS CLEAR/GRUB/DEMOLITION 794, 272.75 Bid Item Description Units Preliminary Quantity Unit Price Total 110 Clearing & Grubbing LS 1.00 201,424.00 201,424.00 120 Asphalt Removal SY 3,360.00 14.65 49,224.00 130 Sidewalk Removal SY 6,653.90 32.91 218,979.85 140 Concrete Driveway Removal SY 1,228.50 34.56 42,456.96 150 Curb Removal Type D LF 4,000.00 15.35 61,400.00 160 Structures Removal EA 32.00 2,701.76 86,456.32 170 French Drain Removal LF 1,293.00 113.31 146,509.83 180 Solid Pipe Removal LF 554.00 72.27 40,037.58 SUB -TOTAL DEMOLITION DRAINAGE 846,488.54 Bid Item Description Units Preliminary Quantity Unit Price Total 205 Pot Holes LS 1.00 23,595.00 23,595.00 210 Curb Inlet EA 20.00 12,948.66 258,973.20 215 Curb Inlet W/J Bottom EA 12.00 13,902.41 166,828.92 218 Valley Gutter Inlet EA 8.00 12,001.38 96,011.04 220 Valley Gutter W/J Bottom EA 3.00 12,955.15 38,865.45 222 Manhole TypeJ< 10' EA 8.00 12,967.98 103,743.84 224 Manhole Type 1 > 10' EA 5.00 22,379.11 111,895.55 225 Concrete Apron EA 10.00 2,457.31 24,573.10 228 Baffles EA 26.00 1,448.56 37,662.56 230 18" HDPE Solid LF 476.00 274.64 130,728.64 240 24" HDPE Solid LF 42.00 231.27 9,713.34 250 30" HDPE Solid LF 168.00 238.15 40,009.20 270 24" French Drain LF 696.00 430.06 299,321.76 280 30" French Drain LF 2,780.00 465.05 1,292,839.00 290 Connect To Existing System EA 1.00 3,456.23 3,456.23 295 Trench Restoration SF 8,587.00 14.60 125,370.20 300 Cleaning System LS 1.00 16,904.00 16,904.00 SUB -TOTAL DRAINAGE CONCRETE 2,780,491.03 Bid Item Description Units Preliminary Quantity Unit Price Total 320 6" Sidewalk/Driveway SY 7,739.00 160.37 1,241,103.43 325 Detectable Warning EA 272.00 50.59 13,760.48 330 Curb Type D, Reinf LF 687.00 55.88 38,389.56 340 Curb Type F & Valley Gutter, Reinf. LF 9,700.00 47.22 458,034.00 370 Adjust Water Meter/Pull Box EA 53.00 286.67 15,193.51 380 Harmonization LS 1.00 94,769.00 94,769.00 SUB -TOTAL CONCRETE 1, 861, 249.98 ROADWAY Bid Item Description Units Preliminary Quantity Unit Price Total 400 Excavation Roadway CY 4,136.00 24.40 100,918.40 405 Excavation Widening CY 217.00 74.45 16,155.65 410 Embankment CY 541.00 36.26 19,616.66 420 Type B Stabilization SY 2,580.00 5.73 14,783.40 425 Type B Stabilization ( Widening) SY 455.00 50.25 22,863.75 430 8" Limerock Base ( Roadway) SY 2,580.00 39.10 100,878.00 440 8" Limerock Base ( Widening) SY 455.00 71.31 32,446.05 442 Limerock Curb Pad CY 208.50 548.69 114,401.87 455 Adjust MH EA 86.00 1,686.30 145,021.80 456 Adjust Water Valve EA 50.00 1,096.10 54,805.00 457 Water Valve To Be Removed EA 108.00 1,787.97 193,100.76 460 Asphalt Driveway (Inc. remove existing, subgrade, base and asphalt by hand)s SY 3,047.00 203.35 619,607.45 465 1" Milling SY 15,396.00 3.88 59,736.48 470 1" Asphalt SP-9.5 - Roadway TN 145.00 302.92 43,923.40 475 1" Asphalt SP-9.5 - Widening TN 20.00 781.88 15,637.60 480 1" Asphalt FC-9.5 TN 956.00 335.24 320,489.44 500 Striping & Signage LS 1.00 40,739.00 40,739.00 510 Regrade Swale SY 7,131.00 31.74 226,337.94 520 Sodding SY 7,131.00 11.85 84,502.35 530 Landscape LS 1.00 215,643.00 215,643.00 SUB -TOTAL ROADWAY 2,441, 608.00 TOTAL BASE CONSTRUCTION SECTION # 1 8,724,110.29 TOTAL BASE DESIGN + CONSTRUCTION SECTION # 1 9,529,110.29 BID BREAKDOWN -SECTION 1 WASD WASD ENGINEERING SECTION # 1 Bid Item Description Units Preliminary Quantity Unit Price Total 560 WASD Enginerering Section # 1 ( SE Qt) LS 1.00 345,000.00 345,000.00 SUB -TOTAL WASD ENGINEERING SECTION # 1 345,000.00 WASD -CONSTRUCTION SECTION # 1 Bid Item Description Units Preliminary Quantity Unit Price Total Bonds & Insurance LS 1.00 62,486.73 62,486.73 Supervision LS 1.00 101,418.26 101,418.26 580 Mobilization LS 1.00 13,476.00 13,476.00 590 Maintenance of Traffic LS 1.00 28,822.00 28,822.00 595 Erosion Control LS 1.00 14,722.01 14,722.01 600 Survey & As-Builts LS 1.00 36,424.00 36,424.00 605 Pot Holes LS 1.00 28,315.00 28,315.00 610 Quality Control LS 1.00 9,895.00 9,895.00 640 F & 18" DIP Water Main LF 4,850.00 233.47 1,132,329.50 650 F & 16" DIP Water Main LF 255.00 203.89 51,991.95 655 F & 14" DIP Water Main LF 20.00 258.39 5,167.80 660 F & I Fittings LS 1.00 34,386.00 34,386.00 670 6" Gate Valve EA 10.00 5,345.21 53,452.10 680 8" Gate Valve EA 19.00 7,429.76 141,165.44 720 Fire Hydrant EA 12.00 17,117.67 205,412.04 740 8" x 8" Tapping Sleeve & Valve EA 2.00 18,045.74 36,091.48 755 Connect To Existing Pipe With Fittings EA 7.00 6,772.97 47,410.79 760 5/8" Water Service (Short/Long) EA 98.00 4,599.03 450,704.94 780 Water Service Rear to Front EA 14.00 3,666.18 51,326.52 790 Sample Points EA 5.00 9,080.69 45,403.45 800 Abandom Existing System LS 1.00 45,312.00 45,312.00 820 Remove Existing System LS 1.00 9,252.00 9,252.00 830 Trench Restoration SF 13,500.00 15.07 203,445.00 840 Trench Restoration ( FDOT) SF 477.00 35.56 16,962.12 850 2" Milling & Resurfacing FC-12.5 ( FDOT) SY 966.60 56.39 54,506.57 SUB -TOTAL WASD SECTION # 1 2,879,878.70 TOTAL DESIGN + CONSTRUCTION WASD SECTION # 1 3,224,878.70 BID BREAKDOWN - SECTION # 2 BASE ENGINEERING & DESIGN SECTION # 2 Bid Item Description Units Preliminary Quantity Unit Price Total 25 Engineering Section # 2 (SW Qt) LS 1.00 770,000.00 770,000.00 SUB -TOTAL ENGINEERING & DESIGN SECTION # 2 770,000.00 CONSTRUCTION SECTION # 2 GENERAL CONDITIONS Bid Item Description Units Preliminary Quantity Unit Price Total 45 Bond & insurance LS 1.00 387,999.08 387,999.08 50 Supervision LS 1.00 629,736.73 629,736.73 60 Mobilization LS 1.00 121,320.00 121,320.00 70 Maintenance of Traffic LS 1.00 103,822.00 103,822.00 80 Erosion Control LS 1.00 91,413.40 91,413.40 90 Survey & As-Builts LS 1.00 253,703.00 253,703.00 100 Quality Control LS 1.00 97,041.00 97,041.00 SUB -TOTAL GENERAL CONDITIONS CLEAR/GRUB/DEMOLITION 1, 685, 035.20 Bid Item Description Units Preliminary Quantity Unit Price Total 110 Clearing & Grubbing LS 1.00 210,349.00 210,349.00 120 Asphalt Removal SY 3,360.00 14.65 49,224.00 130 Sidewalk Removal SY 7,232.50 32.91 238,021.58 140 Concrete Driveway Removal SY 2,457.00 34.56 84,913.92 150 Curb Removal Type D LF 2,500.00 15.35 38,375.00 160 Structures Removal EA 60.00 2,701.76 162,105.60 170 French Drain Removal LF 3,190.00 113.31 361,458.90 180 Solid Pipe Removal LF 1,367.00 72.27 98,793.09 SUB -TOTAL DEMOLITION DRAINAGE 1, 243, 241.09 Bid Item Description Units Preliminary Quantity Unit Price Total 205 Pot Holes LS 1.00 47,191.00 47,191.00 210 Curb Inlet EA 21.00 12,948.66 271,921.86 215 Curb Inlet W/J Bottom EA 19.00 13,902.41 264,145.79 218 Valley Gutter Inlet EA 5.00 12,001.38 60,006.90 220 Valley Gutter W/J Bottom EA 10.00 12,955.15 129,551.50 222 Manhole TypeJ< 10' EA 3.00 12,967.98 38,903.94 225 Concrete Apron EA 20.00 2,457.31 49,146.20 228 Baffles EA 53.00 1,448.56 76,773.68 230 18" HDPE Solid LF 743.00 274.64 204,057.52 240 24" HDPE Solid LF 84.00 231.27 19,426.68 250 30" HDPE Solid LF 336.00 238.15 80,018.40 270 24" French Drain LF 570.00 430.06 245,134.20 280 30" French Drain LF 2,278.00 465.05 1,059,383.90 290 Connect To Existing System EA 2.00 3,456.23 6,912.46 295 Trench Restoration SF 17,175.00 14.60 250,755.00 300 Cleaning System LS 1.00 34,900.00 34,900.00 SUB -TOTAL DRAINAGE CONCRETE 2, 838, 229.03 Bid Item Description Units Preliminary Quantity Unit Price Total 320 6" Sidewalk/Driveway SY 9,384.00 160.37 1,504,912.08 325 Detectable Warning EA 272.00 50.59 13,760.48 330 Curb Type D, Reinf LF 432.00 55.88 24,140.16 340 Curb Type F & Valley Gutter, Reinf. LF 4,580.00 47.22 216,267.60 370 Adjust Water Meter/Pull Box EA 105.00 286.67 30,100.35 380 Harmonization LS 1.00 92,600.00 92,600.00 SUB -TOTAL CONCRETE 1,881,780.67 ROADWAY Bid Item Description Units Preliminary Quantity Unit Price Total 400 Excavation Roadway CY 4,033.00 24.40 98,405.20 405 Excavation Widening CY 212.00 74.45 15,783.40 410 Embankment CY 236.00 36.26 8,557.36 420 Type B Stabilization SY 3,313.00 5.73 18,983.49 425 Type B Stabilization ( Widening) SY 585.00 50.25 29,396.25 430 8" Limerock Base ( Roadway) SY 3,313.00 39.10 129,538.30 440 8" Limerock Base ( Widening) SY 585.00 71.31 41,716.35 442 Limerock Curb Pad CY 417.00 548.69 228,803.73 455 Adjust MH EA 48.00 1,686.30 80,942.40 456 Adjust Water Valve EA 25.00 1,096.10 27,402.50 457 Water Valve To Be Removed EA 48.00 1,787.97 85,822.56 460 Asphalt Driveway (Inc. remove existing, subgrade, base and asphalt by hand) SY 2,378.00 203.35 483,566.30 465 1" Milling SY 15,367.00 3.88 59,623.96 468 Asphalt Type SP-9.5- Oberbuild 4" TN 357.00 286.67 102,341.19 470 1" Asphalt SP-9.5 - Roadway TN 159.00 302.92 48,164.28 475 1" Asphalt SP-9.5 - Widening TN 28.00 781.88 21,892.64 480 1" Asphalt FC-9.5 TN 1,088.00 335.24 364,741.12 500 Striping & Signage LS 1.00 81,478.00 81,478.00 510 Regrade Swale SY 9,795.00 31.74 310,893.30 520 Sodding SY 9,754.50 11.85 115,590.83 530 Landscape LS 1.00 192,627.00 192,627.00 SUB -TOTAL ROADWAY 2, 546, 270.16 TOTAL BASE CONSTRUCTION SECTION # 2 10,194,556.14 TOTAL BASE DESIGN + CONSTRUCTION SECTION # 2 10,964,556.14 BID BREAKDOWN - PHASE 2 WASD WASD ENGINEERING SECTION # 2 Bid Item Description Units Preliminary Quantity Unit Price Total 560 WASD Enginerering Section # 2 ( NW Qt) LS 1.00 330,000.00 330,000.00 SUB -TOTAL ENGINEERING SECTION # 2 330,000.00 WASD -CONSTRUCTION SECTION # 2 Bid Item Description Units Preliminary Quantity Unit Price Total Bonds & Insurance LS 1.00 77,591.50 77,591.50 Supervision LS 1.00 125,933.85 125,933.85 580 Mobilization LS 1.00 20,964.00 20,964.00 590 Maintenance of Traffic LS 1.00 44,835.00 44,835.00 600 Survey & As-Builts LS 1.00 56,659.00 56,659.00 Erosion Control LS 1.00 18,280.72 18,280.72 605 Pot Holes LS 1.00 44,045.00 44,045.00 610 Quality Control LS 1.00 15,392.00 15,392.00 620 F & 112" DIP Water Main LF 116.00 206.75 23,983.00 640 F & 18" DIP Water Main LF 6,800.00 233.47 1,587,596.00 650 F & 16" DIP Water Main LF 160.00 203.89 32,622.40 660 F & I Fittings LS 1.00 53,489.00 53,489.00 670 6" Gate Valve EA 6.00 5,345.21 32,071.26 680 8" Gate Valve EA 23.00 7,429.76 170,884.48 700 12" Gate Valve EA 1.00 11,997.25 11,997.25 710 Aire Release Valve EA 13.00 4,635.39 60,260.07 720 Fire Hydrant EA 8.00 17,117.67 136,941.36 740 8" x 8" Tapping Sleeve & Valve EA 2.00 18,045.74 36,091.48 755 Connect To Existing Pipe With Fittings EA 5.00 6,772.97 33,864.85 760 5/8" Water Service (Short/Long) EA 109.00 4,599.03 501,294.27 775 2" Commercial Water Service EA 1.00 11,567.28 11,567.28 790 Sample Points EA 7.00 9,080.69 63,564.83 800 Abandom Existing System LS 1.00 70,486.00 70,486.00 820 Remove Existing System LS 1.00 14,393.00 14,393.00 830 Trench Restoration SF 22,960.00 15.07 346,007.20 840 Trench Restoration ( FDOT) SF 742.00 35.56 26,385.52 850 2" Milling & Resurfacing FC-12.5 ( FDOT) SY 1,503.60 56.39 84,788.00 SUB -TOTAL CONSTRUCTION SECTION # 2 3,701,988.33 TOTAL DESIGN + CONSTRUCTION WASD SECTION # 2 4,031,988.33 BID BREAKDOWN - SECTION # 3 BASE ENGINEERING & DESIGN SECTION # 3 Bid Item Description Units Preliminary Quantity Unit Price Total 25 Engineering Section # 3 (NW Qt) LS 1.00 1,155,000.00 1,155,000.00 SUB -TOTAL ENGINEERING AND DESIGN SECTION # 3 1,155,000.00 CONSTRUCTION SECTION # 3 GENERAL CONDITIONS Bid Item Description Units Preliminary Quantity Unit Price Total 45 Bonds & Insurance LS 1.00 262,186.81 262,186.81 50 Supervision LS 1.00 425,538.80 425,538.80 60 Mobilization LS 1.00 118,435.85 118,435.85 70 Maintenance of Traffic LS 1.00 101,353.38 101,353.38 80 Erosion Control LS 1.00 61,771.76 61,771.76 90 Survey & As-Builts LS 1.00 247,670.12 247,670.12 100 Quality Control LS 1.00 94,733.82 94,733.82 SUB -TOTAL GENERAL CONDITIONS CLEAR/GRUB/DEMOLITION 1, 311, 690.56 Bid Item Description Units Preliminary Quantity Unit Price Total 110 Clearing & Grubbing LS 1.00 202,349.00 202,349.00 120 Asphalt Removal SY 4,640.00 14.65 67,976.00 130 Sidewalk Removal SY 10,704.10 32.91 352,271.93 140 Concrete Driveway Removal SY 750.75 34.56 25,945.92 150 Curb Removal Type D LF 4,500.00 15.35 69,075.00 160 Structures Removal EA 58.00 2,701.76 156,702.08 170 French Drain Removal LF 1,860.00 113.31 210,756.60 180 Solid Pipe Removal LF 797.00 72.27 57,599.19 SUB -TOTAL DEMOLITION DRAINAGE 1,142,675.72 Bid Item Description Units Preliminary Quantity Unit Price Total 205 Pot Holes LS 1.00 47,191.00 47,191.00 210 Curb Inlet EA 46.00 12,948.66 595,638.36 215 Curb Inlet W/J Bottom EA 7.00 13,902.41 97,316.87 218 Valley Gutter Inlet EA 17.00 12,001.38 204,023.46 222 Manhole Type 1 < 10' EA 29.00 12,967.98 376,071.42 224 Manhole Type 1 > 10' EA 8.00 22,379.11 179,032.88 225 Concrete Apron EA 20.00 2,457.31 49,146.20 228 Baffles EA 52.00 1,448.56 75,325.12 230 18" HDPE Solid LF 1,185.00 274.64 325,448.40 240 24" HDPE Solid LF 84.00 231.27 19,426.68 250 30" HDPE Solid LF 336.00 238.15 80,018.40 270 24" French Drain LF 850.00 430.06 365,551.00 280 30" French Drain LF 3,397.00 465.05 1,579,774.85 290 Connect To Existing System EA 2.00 3,456.23 6,912.46 295 Trench Restoration SF 17,175.00 14.60 250,755.00 300 Cleaning System LS 1.00 56,873.00 56,873.00 SUB -TOTAL DRAINAGE CONCRETE 4,308,505.10 Bid Item Description Units Preliminary Quantity Unit Price Total 320 6" Sidewalk/Driveway SY 11,475.00 160.37 1,840,245.75 325 Detectable Warning EA 368.00 50.59 18,617.12 330 Curb Type D, Reinf LF 752.00 55.88 42,021.76 340 Curb Type F & Valley Gutter, Reinf. LF 14,340.00 47.22 677,134.80 370 Adjust Water Meter/Pull Box EA 105.00 286.67 30,100.35 380 Harmonization LS 1.00 86,691.00 86,691.00 SUB -TOTAL CONCRETE 2, 694, 810.78 ROADWAY Bid Item Description Units Preliminary Quantity Unit Price Total 400 Excavation Roadway CY 8,695.00 24.40 212,158.00 405 Excavation Widening CY 458.00 74.45 34,098.10 410 Embankment CY 3,540.00 36.26 128,360.40 420 Type B Stabilization SY 7,796.00 5.73 44,671.08 425 Type B Stabilization ( Widening) SY 410.00 50.25 20,602.50 430 8" Limerock Base ( Roadway) SY 7,796.00 39.10 304,823.60 440 8" Limerock Base ( Widening) SY 410.00 71.31 29,237.10 442 Limerock Curb Pad CY 417.00 548.69 228,803.73 455 Adjust MH EA 74.00 1,686.30 124,786.20 456 Adjust Water Valve EA 28.00 1,096.10 30,690.80 457 Water Valve To Be Removed EA 44.00 1,787.97 78,670.68 460 Asphalt Driveway (Inc. remove existing, subgrade, base and asphalt by hand)s SY 2,691.00 203.35 547,214.85 465 1" Milling SY 21,767.00 3.88 84,455.96 470 1" Asphalt SP-9.5 - Roadway TN 346.00 302.92 104,810.32 475 1" Asphalt SP-9.5 - Widening TN 61.00 781.88 47,694.68 480 1" Asphalt FC-9.5 TN 1,736.00 335.24 581,976.64 500 Striping & Signage LS 1.00 81,478.00 81,478.00 510 Regrade Swale SY 11,413.00 31.74 362,248.62 520 Sodding SY 11,413.00 11.85 135,244.05 530 Landscape LS 1.00 179,627.00 179,627.00 SUB -TOTAL ROADWAY 3,361,652.31 TOTAL BASE CONSTRUCTION SECTION # 3 12,819,334.47 TOTAL BASE DESIGN + CONSTRUCTION SECTION # 3 13,974,334.47 BID BREAKDOWN - SECTION # 3 WASD WASD ENGINEERING SECTION # 3 Bid Item Description Units Preliminary Quantity Unit Price Total 560 WASD Enginerering Section # 3 ( NW Qt) LS 1.00 495,000.00 495,000.00 SUB -TOTAL WASD ENGINEERING SECTION # 3 495,000.00 WASD - CONSTRUCTION SECTION # 3 Bid Item Description Units Preliminary Quantity Unit Price Total Bonds & Insurance LS 1.00 106,914.87 106,914.87 Supervision LS 1.00 173,526.74 173,526.74 580 Mobilization LS 1.00 21,712.00 21,712.00 590 Maintenance of Traffic LS 1.00 46,436.00 46,436.00 600 Survey & As-Builts LS 1.00 58,683.00 58,683.00 Erosion Control LS 1.00 25,189.37 25,189.37 605 Pot Holes LS 1.00 45,618.00 45,618.00 610 Quality Control LS 1.00 15,942.00 15,942.00 640 F & 18" DIP Water Main LF 9,310.00 233.47 2,173,605.70 650 F & 16" DIP Water Main LF 285.00 203.89 58,108.65 655 F & 14" DIP Water Main LF 15.00 258.39 3,875.85 660 F & I Fittings LS 1.00 55,400.00 55,400.00 670 6" Gate Valve EA 12.00 5,345.21 64,142.52 680 8" Gate Valve EA 36.00 7,429.76 267,471.36 710 Aire Release Valve EA 13.00 4,635.39 60,260.07 720 Fire Hydrant EA 12.00 17,117.67 205,412.04 730 16" x 8 " Tapping Sleeve & Valve EA 4.00 20,319.20 81,276.80 740 8" x 8" Tapping Sleeve & Valve EA 1.00 18,045.74 18,045.74 755 Connect To Existing Pipe With Fittings EA 1.00 6,772.97 6,772.97 760 5/8" Water Service (Short/Long) EA 124.00 4,599.03 570,279.72 780 Water Service Rear to Front EA 100.00 3,666.18 366,618.00 790 Sample Points EA 10.00 9,080.69 90,806.90 800 Abandom Existing System LS 1.00 73,004.00 73,004.00 820 Remove Existing System LS 1.00 14,907.00 14,907.00 830 Trench Restoration SF 23,780.00 15.07 358,364.60 840 Trench Restoration ( FDOT) SF 768.50 35.56 27,327.86 850 2" Milling & Resurfacing FC-12.5 ( FDOT) SY 1,557.30 56.39 87,816.15 SUB -TOTAL WASD CONSTRUCTION SECTION # 3 5,077,517.90 TOTAL DESIGN + CONSTRUCTION WASD SECTION # 3 5,572,517.90 BID BREAKDOWN - SECTION # 4 BASE ENGINEERING & DESIGN SECTION #4 Bid Item Description Units Preliminary Quantity Unit Price Total 25 Engineering Section # 4 ( NE Qt) LS 1.00 770,000.00 770,000.00 SUB -TOTAL ENGINEERING & DESIGN SECTION #4 770,000.00 CONSTRUCTION SECTION #4 GENERAL CONDITIONS Bid Item Description Units Preliminary Quantity Unit Price Total 45 Bond &insurance LS 1.00 156,775.53 156,775.53 50 Supervision LS 1.00 254,452.43 254,452.43 60 Mobilization LS 1.00 90,052.35 90,052.35 70 Maintenance of Traffic LS 1.00 77,064.16 77,064.16 80 Erosion Control LS 1.00 61,759.56 61,759.56 90 Survey & As-Builts LS 1.00 188,316.35 188,316.35 100 Quality Control LS 1.00 72,030.34 72,030.34 SUB -TOTAL GENERAL CONDITIONS CLEAR/GRUB/DEMOLITION 900,450.72 Bid Item Description Units Preliminary Quantity Total 110 Clearing & Grubbing LS 1.00 183,976.31 183,976.31 120 Asphalt Removal SY 4,640.00 13.00 60,306.37 130 Sidewalk Removal SY 4,339.50 29.20 126,699.58 140 Concrete Driveway Removal SY 2,388.75 30.66 73,240.62 150 Curb Removal Type D LF 1,625.00 13.62 22,129.38 160 Structures Removal EA 42.00 2,396.92 100,670.83 170 French Drain Removal LF 1,660.00 100.53 166,872.17 180 Solid Pipe Removal LF 711.00 64.12 45,586.40 SUB -TOTAL DEMOLITION DRAINAGE 779,481.67 Bid Item Description Units Preliminary Quantity Total 205 Pot Holes LS 1.00 34,888.91 34,888.91 210 Curb Inlet EA 16.00 11,487.68 183,802.92 215 Curb Inlet W/J Bottom EA 19.00 12,333.82 234,342.63 218 Valley Gutter Inlet EA 18.00 10,647.28 191,651.09 220 Valley Gutter W/J Bottom EA 13.00 11,493.44 149,414.72 224 Manhole Typei >10' EA 3.00 19,854.11 59,562.33 225 Concrete Apron EA 16.00 2,180.06 34,880.89 228 Baffles EA 43.00 1,285.12 55,260.21 230 18" HDPE Solid LF 702.00 243.65 171,044.26 240 24" HDPE Solid LF 70.00 205.18 14,362.33 250 30" HDPE Solid LF 280.00 211.28 59,158.37 270 24" French Drain LF 714.00 381.54 272,417.41 280 30" French Drain LF 2,852.00 412.58 1,176,675.65 290 Connect To Existing System EA 1.00 3,066.27 3,066.27 295 Trench Restoration SF 14,312.50 12.95 185,385.58 300 Cleaning System LS 1.00 63,295.25 63,295.25 SUB -TOTAL DRAINAGE CONCRETE 2, 889, 208.82 Bid Item Description Units Preliminary Quantity Total 320 6" Sidewalk/Driveway SY 6,366.00 142.28 905,727.10 325 Detectable Warning EA 160.00 44.88 7,181.12 330 Curb Type D, Reinf LF 291.00 49.58 14,426.37 340 Curb Type F & Valley Gutter, Reinf. LF 2,940.00 41.89 123,163.18 370 Adjust Water Meter/Pull Box EA 88.00 254.33 22,380.64 380 Harmonization LS 1.00 91,976.62 91,976.62 SUB -TOTAL CONCRETE 1,164,855.03 ROADWAY Bid Item Description Units Preliminary Quantity Total 400 Excavation Roadway CY 2,399.00 21.65 51,931.12 405 Excavation Widening CY 126.00 66.05 8,322.29 410 Embankment CY 201.00 32.17 6,465.94 420 Type B Stabilization SY 1,066.00 5.08 5,419.00 425 Type B Stabilization ( Widening) SY 56.00 44.58 2,496.50 430 8" Limerock Base ( Roadway) SY 1,066.00 34.69 36,977.84 440 8" Limerock Base ( Widening) SY 56.00 63.26 3,542.80 442 Limerock Curb Pad CY 347.00 486.78 168,913.41 455 Adjust MH EA 47.00 1,496.04 70,313.76 457 Water Valve To Be Removed EA 136.00 1,586.24 215,728.11 460 Asphalt Driveway (Inc. remove existing, subgrade, base and asphalt by hand)s SY 2,923.00 180.41 527,327.71 465 1" Milling SY 21,767.00 3.44 74,926.92 470 1" Asphalt SP-9.5 - Roadway TN 53.00 268.74 14,243.33 475 1" Asphalt SP-9.5 - Widening TN 3.00 693.66 2,080.99 480 1" Asphalt FC-9.5 TN 931.00 297.42 276,893.72 490 Colored Concrete Speed Hump EA 1.00 88,266.20 88,266.20 500 Striping & Signage LS 1.00 60,237.17 60,237.17 510 Regrade Swale SY 5,720.00 28.16 161,068.48 520 Sodding SY 5,720.00 10.51 60,134.26 530 Landscape LS 1.00 293,725.64 293,725.64 SUB -TOTAL ROADWAY 2,129,015.17 TOTAL BASE CONSTRUCTION SECTION # 4 7,863,011.41 TOTAL BASE DESIGN + CONSTRUCTION SECTION # 4 8,633,011.41 BID BREAKDOWN -SECTION 4 WASD WASD ENGINEERING SECTION #4 Bid Item Description Units Preliminary Quantity Unit Price Total 560 WASD Enginerering Section # 4 ( NE ) LS 1.00 330,000.00 330,000.00 SUB -TOTAL ENGINEERING SECTION #4 330,000.00 WASD CONSTRUCTION SECTION #4 Bid Item Description Units Preliminary Quantity Unit Price Total Bonds & Insurance LS 1.00 78,348.52 78,348.52 Supervision LS 1.00 127,162.53 127,162.53 580 Mobilization LS 1.00 18,717.00 18,717.00 590 Maintenance of Traffic LS 1.00 40,031.00 40,031.00 600 Survey & As-Builts LS 1.00 50,589.00 50,589.00 Erosion Control LS 1.00 18,459.08 18,459.08 605 Pot Holes LS 1.00 39,326.00 39,326.00 610 Quality Control LS 1.00 13,743.00 13,743.00 620 F & 112" DIP Water Main LF 154.00 206.75 31,839.50 640 F & 18" DIP Water Main LF 5,950.00 233.47 1,389,146.50 650 F & 16" DIP Water Main LF 230.00 203.89 46,894.70 660 F & I Fittings LS 1.00 47,758.00 47,758.00 670 6" Gate Valve EA 11.00 5,345.21 58,797.31 680 8" Gate Valve EA 16.00 7,429.76 118,876.16 700 12" Gate Valve EA 1.00 11,997.25 11,997.25 710 Aire Release Valve EA 13.00 4,635.39 60,260.07 720 Fire Hydrant EA 12.00 17,117.67 205,412.04 730 16" x 8 " Tapping Sleeve & Valve EA 2.00 20,319.20 40,638.40 740 8" x 8" Tapping Sleeve & Valve EA 2.00 18,045.74 36,091.48 750 8" x 6" Tapping Sleeve & Valve EA 2.00 14,278.38 28,556.76 755 Connect To Existing Pipe With Fittings EA 4.00 6,772.97 27,091.88 760 5/8" Water Service (Short/Long) EA 149.00 4,599.03 685,255.47 775 2" Commercial Water Service EA 1.00 11,567.28 11,567.28 790 Sample Points EA 6.00 9,080.69 54,484.14 800 Abandom Existing System LS 1.00 62,934.00 62,934.00 820 Remove Existing System LS 1.00 12,851.00 12,851.00 830 Trench Restoration SF 20,500.00 15.07 308,935.00 840 Trench Restoration ( FDOT) SF 662.50 35.56 23,558.50 850 2" Milling & Resurfacing FC-12.5 ( FDOT) SY 1,342.50 56.39 75,703.58 860 Miscellaneous Restoration LS 1.00 14,577.62 14,577.62 SUB -TOTAL CONSTRUCTION SECTION # 4 3, 739, 602.76 TOTAL DESIGN + CONSTRUCTION WASD SECTION # 4 4,069,602.76 CITY MIAMI PROJECT B-173655 ( TRAFFIC DEVICE SW 36 ) Bid Item Description Units Preliminary Quantity Unit Price Total 910 Remove Asphalt SY 1,420.00 14.65 20,803.00 920 Remove Curb LF 1,067.00 15.35 16,378.45 930 Remove Concrete Sidewalk/Driveway SY 956.00 34.56 33,039.36 950 Curb Type F & Valley Gutter LF 1,067.00 68.41 72,993.47 960 6" Concrete Sidewalk/Driveway SY 956.00 160.37 153,313.72 970 Detectable Warning SF 80.00 50.59 4,047.20 980 Concrete Hrader, Reinf. LF 365.00 70.88 25,871.20 990 Concrete Approach Ramp Colored SF 642.00 31.06 19,940.52 1000 Pavers, Roadway SF 1,270.00 15.21 19,316.70 1010 Type B Stabilization SY 1,160.00 5.73 6,646.80 1020 8" Limerock Base SY 1,160.00 39.10 45,356.00 1030 1" Asphalt SP-9.5 TN 72.00 315.34 22,704.48 1040 1.5" Asphalt FC-12.5 TN 96.00 370.99 35,615.04 1042 Adjust Manholes EA 2.00 2,107.88 4,215.76 1043 Adjust Valve Box EA 1.00 1,096.10 1,096.10 1045 Sodding SY 330.00 11.81 3,897.30 1050 Striping & Signage and miscellaneous LS 1.00 14,764.90 14,764.90 The quantities included in this breakdown were deducted from Section # 4 TOTAL PROJECT B-173655 500,000.00 ROW ENHANCEMENT OPTION SW 36 AVE Bid Item Description Units Preliminary Quantity Unit Price Total 2110 Engineering LS 1.00 65,000.00 65,000.00 SUB -TOTAL ENGINEERING 65, 000.00 CONSTRUCTION ENHANCEMENT OPTION SW 36 AVE Bid Item Description Units Preliminary Quantity Unit Price Total 2202 Asphalt Removal SY 1,400.00 14.65 20,510.00 2203 Concrete Removal SY 800.00 34.56 27,648.00 2210 Regular Excavation CY 440.00 24.41 10,740.40 2220 Embankment CY 400.00 36.27 14,508.00 2230 Type B Stabilization SY 1,400.00 5.73 8,022.00 2240 8" Limerock Base ( Roadway) SY 1,400.00 39.10 54,740.00 2250 Superpave Asphalt SP-9.5 TN 92.00 315.34 29,011.28 2260 Asphalt Friction Course FC-9.5 TN 92.00 370.99 34,131.08 2270 Adjust Manhole EA 5.00 1,686.30 8,431.50 2280 Remove Valve Box EA 15.00 1,096.10 16,441.50 2290 Curb Type F LF 1,000.00 68.41 68,410.00 2300 6" Concrete Sidewalk/ Driveway SY 800.00 160.37 128,296.00 2310 Detectable Warning SF 64.00 50.59 3,237.76 2320 Sodding SY 135.00 8.43 1,138.05 2330 Striping & Signage and miscellaneous LS 1.00 9,734.43 9,734.43 The quantities included in this breakdown were deducted from Section # 4 SUB -TOTAL ROW ENHANCEMENT OPTION -CONSTRUCTION 435,000.00 TOTAL DESIGN + CONSTRUCTION OPTION SW 36TH AVE 500,000.00 GRAND TOTAL (EXCLUDING CONTINGENCIES, ALLOWANCES AND POLICE OFFICERS FEES) 61,000,000.00 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Honorable City of Miami Commissioners DATE: September 6, 2024 and Honorable Mayor of the City of Miami FROM: Arthur Noriega V City Manager DocuSigned by: Qvt' u� Navitia. 850CF6C372DD42A... SUBJECT: Report of Evaluation Committee for Request for Proposals ("RFP") No. 23-24-025 Design -Build Services for Auburndale Flood Mitigation Improvements - D4, Project No. 40- B223802 ENCLOSURES: Report of Evaluation Committee In accordance with Section 18-87 (i) of the City of Miami Code, attached please find the Report of the Evaluation Committee for subject solicitation. AP: ah c: Natasha Colebrook -Williams, Deputy City Manager Asael "Ace" Marrero, Assistant City Manager/Chief of Infrastructure Larry M. Spring, Jr., CPA, Assistant City Manager/Chief Financial Officer Thomas M. Fossler, Assistant City Attorney Annie Perez, CPPO, Chief Procurement Officer, Director of Procurement Juvenal Santana, PE, CFM, Director of Resilience and Public Works Fernando V. Ponassi, MA Arch., MA PPA, LEED°AP, Assistant Director, Procurement PR24251 TO: CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Arthur Noriega V City Manager Annie Perez, CPPO Director/Chief Procurement Officer Department of Procurement ,—DocuSigned by: 4 '-89540EB73CAC468... DATE: September 6, 2024 SUBJECT: Report of Evaluation Committee for Request for Proposals ("RFP") No. 23-24-025 Design -Build Services for Auburndale Flood Mitigation Improvements - D4, Project No. 40- B223802 REFERENCES: RFP No. 23-24-025 ENCLOSURES: Tabulation, Evaluation Committee Score Sheets, Evaluation Committee Appointment Memorandum, and Response Security List BACKGROUND On April 5, 2024, the City of Miami ("City") Department of Procurement ("Procurement") issued Request for Proposals ("RFP") No. 23-24-025 for the provision of Design -Build Services for Auburndale Flood Mitigation Improvements ("Project"), on behalf of the Department of Resilience and Public Works ("RPW'). On May 20, 2024, Procurement received three (3) proposals in response to this solicitation. Subsequently, the proposals were reviewed by Procurement staff, and upon completion of its due diligence effort, two (2) proposals submitted by David Mancini & Sons, Inc. ("DMS") and Ric -Man International, Inc. ("RMI"), were deemed responsive and responsible in accordance with the minimum qualifications and experience requirements of the RFP. The remaining proposal was disqualified from the selection process for proposing an individual for the position of Project Manager without holding a professional Engineering registration in the State of Florida for the last five (5) years, as it was required by the RFP. Consequently, on July 9, 2024, pursuant to Section 3.1, "Acceptance/Rejection," and in consultation with the City Attorney's Office, JVA Engineering Contractor Inc.'s proposal was deemed non -responsive. SUMMARY OF EVALUATION While governed by Florida Statutes Section 287.055, a typical selection for design -build services is comprised of two (2) steps: Step 1, "Evaluation of Qualifications and Experience," and Step 2, "Evaluation of Technical Proposals/Oral Presentations." On July 24, 2024, an Evaluation Committee ("Committee") appointed by the City Manager, met to complete the Step 1 evaluation of the two (2) responsive and responsible proposals, following the guidelines stipulated in the solicitation. Accordingly, the proposals were evaluated pursuant to the six (6) evaluation criteria listed below: Page 2, RFP 23-24-025 Design -Build Services for Auburndale Flood Mitigation Improvements Arthur Noriega V, City Manager Evaluation Criteria Step 1 Maximum Points (Per Committee Member) 1. Proposer's Qualifications and Experience 30 2. Proposer's Project Manager's Qualifications and Experience 20 3. Proposer's Lead Engineer/Design Manager's Qualifications and 20 Experience 4. Proposer's Team Members Qualifications and Experience 15 5. Design Philosophy and Process/Technical Capabilities and Approach 10 6. Amount of Work Awarded by the City 5 Total Points Per Committee Member 100 Due to the potential utilization of non -local funding sources to compensate the selected team under contract, the standard fifteen percent (15%) participation of Small Business Enterprise ("SBE") firms did not apply. Furthermore, Procurement staff assigned scores for Criterion 6, "Amount of Work Awarded by the City," based on the amount of work awarded by the City of Miami within the previous three (3) years from the Proposal Submission Due Date of May 20, 2024. The individual scores per team under Criterion 6 are indicated in parenthesis next to the total awarded points shown below. The final scores were as follows: Proposing Firms Awarded Points (Maximum 500 points) 1. David Mancini & Sons, Inc. 2. Ric -Man International, Inc. 421 (1 point) 400 (5 points) Subsequently, the Committee voted unanimously to advance the two (2) firms to the next phase of the selection process and required that an oral presentation be conducted to allow them to elaborate on their proposals, and for the Committee to ask further questions on their merits. The Proposers were notified of the Step 1 Meeting results on July 30, 2024, and were invited to submit their Step 2 Technical and Price Proposals by August 20, 2024; the Technical and Price Proposal due date was further extended to August 27, 2024. On September 4, 2024, the Committee met and evaluated Technical Proposals from DMS and RMI and received a full presentation by both teams on the proposed solutions for the Project, following the guidelines stipulated in the Step 2 Meeting Invitation. The Technical Proposals were evaluated pursuant to the three (3) evaluation criteria listed below: Evaluation Criteria Step 2 1. Proposer's Design Approach 2. Proposer's Construction Approach 3. Ability to Provide the Required Services within Schedule and Budget Maximum Points (Per Committee Member) 30 50 20 TOTAL 100 The individual scores per firm under this criterion are indicated below. The final scores were as follows: P R24252 Page 3, RFP 23-24-025 Design -Build Services for Auburndale Flood Mitigation Improvements Arthur Noriega V, City Manager Proposing Firms Awarded Points (Maximum 500 points) 1. David Mancini & Sons, Inc. 457 2. Ric -Man International, Inc. 440 At that moment, the sealed envelopes containing DMS and RMI's Price Proposals were opened publicly, and the proffered prices were read out loud and incorporated into the final scores. Each proposed price, $62,000,000.00 from DMS and $60,013,585.95 from RMI, was divided by the total score garnered by each team. This resulted in adjusted bids of 135,667.40 for DMS, and 136,394.51 for RMI, and therefore, DMS was deemed the top -ranked responsive and responsible Proposer. Subsequently, the Committee decided and voted to unanimously recommend to the City Manager that negotiations of a design -build agreement ("DBA") be initiated with David Mancini & Sons, Inc. The tabulations and individual Committee member score sheets for both Steps 1 and 2 meetings are attached as supporting documentation. Recommendation The Committee hereby requests authorization for Procurement, in collaboration with the nominated Negotiations Committee, Ms. Clara Sidan Messrs. Charles Alfaro and Giraldo Marquez (RPW), and Mr. Fernando V. Ponassi (Procurement), to commence negotiations of a DBA with David Mancini & Sons, Inc. for the provision of design -build services for Auburndale Flood Mitigation Improvements. Should negotiations with the firm fail, the Committee hereby requests permission to commence negotiations with the second ranked firm, until a DBA is successfully negotiated, and subsequently awarded. DocuSigned by: auiAPPROVED: QV� 850CF6C372DD42A Arthur Noriega V, City Manager Date: September 12, 2024 110:5 c: Natasha Colebrook -Williams, Deputy City Manager Asael "Ace" Marrero, Assistant City Manager/Chief of Infrastructure Larry M. Spring, Jr., CPA, Assistant City Manager/Chief Financial Officer Thomas M. Fossler, Assistant City Attorney, Office of the City Attorney Juvenal Santana, PE, CFM, Director, DRPW Fernando V. Ponassi, MA Arch., MA PPA, LEED°AP, Assistant Director, Procurement P R24252 STEP 1: EVALUATION COMMITTEE MEETING Wednesday, July 24, 2024 Department of Procurement Request for Proposals (RFP) No. 23-24-025 Design -Build Services for Auburndale Flood Mitigation Improvements Arthur Noriega, V, City Manager Annie Perez, CPPO Juvenal Santana, PE, CFM Director/Chief Procurement Officer Director of Resilience and Public Works EVALUATION COMMITTEE MEMBERS 1 1 2 TABULATION SHEET RFP No. 23-24-025 NAME OF FIRM(S) David Mancini & Sons, Inc. 1A - Proposer's Qualifications and Experience (Max. 30 points) 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 3A - Proposer's Lead Engineer/Design Manager's Qualifications and Experience (Max. 20 points) 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 6A - Amount of Work Awarded by the City (Max. 5 points) Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. Ric -Man International, Inc. 1A - Proposer's Qualifications and Experience (Max. 30 points) 2A - Proposer's Project Manager's Qualifications and Experience (Max. 20 points) 3A - Proposer's Lead Engineer/Design Manager's Qualifications and Experience (Max. 20 points) 4A - Proposer's Team Members Qualifications and Experience (Max. 15 points) 5A - Design Philosophy and Process/Technical Capabilities and Approach (Max. 10 points) 6A - Amount of Work Awarded by the City (Max. 5 points) Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A and 6A in that order. Chairperson: Anthony Hansen Page 1 of 2 30 18 20 15 2 1 28 18 19 15 1 1 29 18 19 14 1 1 25 18 18 14 4 1 0 • cE E m0 U O_ N CI m zi p E to � m U • Y N O O 2r o_ U a = _ o_ 0.5 m o N CO E o 0- O N -0C C m F re 29 20 19 14 8 1 86 82 82 80 91 25 18 18 12 2 5 25 17 17 13 1 5 25 17 19 13 1 5 22 16 17 12 4 5 26 17 17 13 8 5 80 78 80 76 86 SUB -TOTAL QUALITATIVE SCORES 141 92 95 72 16 5 123 85 88 63 16 25 STEP 2 -EVALUATION COMMITTEE MEETING Wednesday, September4, 2024 Department of Procurement Request for Proposals (RFP) No. 23-24-025 Design -Build Services for Auburndale Flood Mitigation Improvements Arthur Noriega, V, City Manager Annie Perez, CPPO Juvenal Santana, PE, CFM Director/Chief Procurement Officer Director of Resilience and Public Works EVALUATION COMMITTEE MEMBERS SUB -TOTAL QUALITATIVE SCORES TOTAL QUALITATIVE SCORES QUALITATIVE RANKING TOTAL SCORES Proffered Bid Price Adjusted Bid FINAL RANK STEP 2 Clara Sidan, PE, Assistant Director, Stormwater & Permitting, Department of Resilience and Public Works, City of Miami Charles Alfaro, PE, Assistant Director, Development & Transportation, Department of Resilience and Public Works, City of Miami Giraldo Marquez, PE, Chief Project Manager, Department of Resilience and Public Works, City of Miami Jacqueline Alcina, MS, PE, Project Manager, Department of Transportation & Public Works, Miami -Dade County Rolando Jimenez Jr., PE, Project Manager, Department of Transportation & Public Works, Miami -Dade County TABULATION SHEET RFP No. 23-24-025 NAME OF FIRM(S) 1 David Mancini & Sons, Inc. 26 46 16 88 26 48 20 94 26 47 19 92 28 45 17 90 27 48 18 93 133 234 90 457 114% 1 1B - Proposers Design Approach 2B - Proposers Construction Approach 3B -Ability to Provide the Required Services within Schedule and Budget Qualitative Scores Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. 457 862.000.000.00 135667.40 1 2 Ric -Man International, Inc. 1B - Proposers Design Approach 2B - Proposers Construction Approach 3B -Ability to Provide the Required Services within Schedule and Budget Qualitative Scores Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. 26 44 14 84 28 44 20 92 28 43 18 89 28 44 15 87 25 44 19 88 135 219 86 440 110% 1 440 $60.013.585.95 136394.51 2 Chairperson: Anthony Hansen Page 1 of 1 DocuSign Envelope ID: 934988BD-1569-4478-8B48-A19672641374 T( Arthur Noriega V City Manager CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM FROM: Annie Perez, CPPO Chief Procurement Officer/Director Department of Procurement �DocuSigned by: 89540EB73CAC468... DATr April 19, 2024 SUBJECT Appointment of Evaluation Committee for Request for Proposals ("RFP") No. 23-24-025 Design -Build Services for Auburndale Flood Mitigation Improvements - D4, Project No. 40- B223802 REFERENCES RFP No. 23-24-025 The Department of Procurement ("Procurement"), on behalf of the Department of Resilience and Public Works ("RPW'), issued RFP No. 23-24-025 on April 5,2024, for Design -Build Services for Auburndale Flood Mitigation Improvements - D4, Project No. 40-6223802. It is respectfully requested that you approve the appointment of the following individuals to serve as members of the Committee to evaluate and score proposals to be received on May 6, 2024. Each proposed member has the requisite knowledge and experience to evaluate the proposals pursuant to the RFP. Chairperson (non -voting) Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, A&E + Construction Services, Procurement, City of Miami ("COM") City of Miami Committee Members (voting) Clara Sidan, PE, Assistant Director, Stormwater & Permitting, RPW, COM Charles Alfaro, PE, Assistant Director, Development & Transportation, RPW, COM Humberto Gomez, PE, CPM, Assistant Director, Roadway Infrastructure, RPW, COM External Committee Members (voting) Jacqueline Alcina, MS, PE, Project Manager, Department of Transportation & Public Works ("DTPW'), Miami -Dade County ("MDC") Rolando Jimenez Jr., PE, Project Manager, DTPW, MDC Alternate Committee Members Fabiola Dubuisson, Sr. Project Manager, RPW, COM Giraldo Marquez, PE, Chief Project Manager, RPW, COM Lin Li, PE, ENV SP, Construction Manager 3, DTPW, MDC APPROVED: AP: ah DocuSigned by: a Norm . Arthur Noriega V, City Manager April 26, 2024 1 17:23:12 EDT Date c: Natasha Colebrook -Williams, Deputy City Manager Asael "Ace" Marrero, Assistant City Manager/Chief of Infrastructure Larry Spring, CPA, Assistant City Manager/Chief Financial Officer Pablo R. Velez, Sr. Assistant City Attorney, Office of the City Attorney Juvenal Santana Jr., PE, Director, RPW Fernando V. Ponassi, MA Arch., MA PPA, LEED°AP, Assistant Director, Procurement PR 24108 5/29/24, 4:25 PM Detail by Entity Name DIVISION OF CORPORATIONS Jfyl�ffJ1; of r � j r �,;(4,/y).org �1�p rrJDlyr1rrr i l an official Jrur1 of Florida websig Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation DAVID MANCINI & SONS, INC. Filing Information Document Number P10000086044 FEI/EIN Number 27-3716806 Date Filed 10/20/2010 Effective Date 10/20/2010 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 03/23/2015 Event Effective Date NONE Principal Address 2601 Wiles Road Pompano Beach, FL 33073 Changed: 02/03/2020 Mailing Address 2601 WILES ROAD POMPANO BEACH, FL 33073 Changed: 05/15/2017 Registered Agent Name & Address MANCINI, DAVIDA 2601 WILES ROAD POMPANO BEACH, FL 33073 Address Changed: 05/15/2017 Officer/Director Detail Name & Address Title P MANCINI, DAVID 1875 N HIBISCUS DRIVE Miami, FL 33181 https://search.sunbiz.org/I nquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&search NameOrder=DAVIDMA... 1/3 5/29/24, 4:25 PM Detail by Entity Name Title SECR MANCINI , DAVIDA, Jr. 1875 N. HIBISCUS DRIVE MIAMI, FL 33181 Title EXECUTIVE VICE PRESIDENT Mancini, David A, Jr. 1875 N HIBISCUS DRIVE Miami, FL 33181 Title EXECUTIVE VICE PRESIDENT MANCINI, RICHARD 2601 WILES ROAD POMPANO BEACH, FL 33073 Title Vice -President Angarita, Fabio 2601 Wiles Road Pompano Beach, FL 33073 Annual Reports Report Year Filed Date 2022 02/01/2022 2023 03/01/2023 2024 03/19/2024 Document Image& 03/19/2024 --ANNUAL REPORT 03/01 /2023 --ANNUAL REPORT 02/22/2022 --AMENDED ANNUAL REPORT 02/01/2022 --ANNUAL REPORT 01/29/2021 --ANNUAL REPORT 02/03/2020 --ANNUAL REPORT 01 /24/2019 --ANNUAL REPORT 01 /16/2018 --ANNUAL REPORT 05/15/2017 -- Reg. Agent Change 02/02/2017 --ANNUAL REPORT 01 /26/2016 --ANNUAL REPORT 10/15/2015 --AMENDED ANNUAL REPORT 03/23/2015 --Amendment 01 /13/2015 --ANNUAL REPORT 09/30/2014 --AMENDED ANNUAL REPORT 01 /17/2014 --ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format https://search.sunbiz.org/I nquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=DAVIDMA... 2/3 5/29/24, 4:25 PM Detail by Entity Name 03/13/2013 --ANNUAL REPORT View image in PDF format 02/24/2012 --ANNUAL REPORT View image in PDF format 02/22/2011 --ANNUAL REPORT View image in PDF format 10/20/2010 -- Domestic Profit View image in PDF format Florida Department of State, Division of Corporations https://search.sunbiz.org/I nquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=DAVIDMA... 3/3