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