Loading...
Res. No. 138-08-12735RESOLUTION NO.: 138 -08 -12735 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH M. VILA & ASSOCIATES, INC. FOR CONSTRUCTION OF SUNSET DRIVE IMPROVEMENTS - PHASE 11 IN AN AMOUNT OF $523,826.15 TO BE CHARGED TO FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP) GRANT ACCOUNT NUMBER 106-1726-536-6301; STORMWATER TRUST FUND ACCOUNT NUMBER 111-1730-541-3450; THE PEOPLE'S TRANSPORTATION FUND ACCOUNT NUMBER 124-1730541-3450; AND THE LOCAL OPTION GAS ACCOUNT NUMBER 112-1730-541-3450; PROVIDING FOR AN EFFECTIVE DATE WHOREAS, the Mayor and City Commission wishes to provide infrastructure improvements at City of South Miami City Hall public parking, as well as on streets adjacent to City Hall and Public Library (known as Sunset Drive Improvements-Phase 11), and WHEREAS, the Mayor and City Commission authorize the City Manager to execute a construction contract with M. Vila & Associates for the Sunset Drive Street Improvements - Phase 11 project in an amount of $523,826.15. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION • THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1: That the Mayor and City Commission authorize the City Manager to execute construction contract with M. Vila & Associates for Sunset Drive Improvements - Phase I[ project in an amount of $523,826.15. Section 2: That the project's construction cost shall be charged to the following account numbers with associated balances: Account Number Amount Account Balance 106-1726-536-6301 $ 300,000.00 $ 300,000.00 111-1730-541-3450 $ 70,000.00 $ 72,957.60 124-1730-541-3450 $ 78,000.00 $ 80,000.00 112-1730-541-3450 $ 75,826.15 $ 76,822.50 Section 3. The attached agreement is made a part of the resolution. Ale I I A PASSED AND ADOPTED this day of APPROVED: d-ITTY CLERK MAYOR READ AND APPROVED AS To ORM: COMMISSION VOTE: 4-0 Mayor Feliu: Yea Vice Mayor Beasley: Yea Commissioner Wiscombe: Yea .7� NEY Commissioner Palmer: absent Commissioner Beckman: Yea _____1 U `+ South Miami rsii-ftao icc city I V ° INCORPORATED CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER I INTER - OFFICE MEMORANDUM 2 °Q1 Toe The Honorable Mayor Feliu and Members of the City Commission Via: W. Ajibola Balogun, City Manager r From: Jose Olivo, P.E. Public Works & Engineering Department Date: August 19, 2008 Agenda Item Noe: Subject: Construction Contract with M. Vila and Associates, Inc. for Sunset Drive Improvements — Phase 11 Resolution: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH M. VILA & ASSOCIATES, INC. FOR CONSTRUCTION OF SUNSET DRIVE IMPROVEMENTS — PHASE II IN AN AMOUNT OF $523,826.15 TO BE CHARGED TO FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP) GRANT ACCOUNT NUMBER 106 - 1726- 536 -6301; STORMWATER TRUST FUND ACCOUNT NUMBER 111 -1730- 541 -3450; THE PEOPLE'S TRANSPORTATION FUND ACCOUNT NUMBER 124 - 1730 - 541 -3450; AND THE LOCAL OPTION GAS ACCOUNT NUMBER 112- _ 1730 -541- 3450; PROVIDING FOR AN EFFECTIVE DATE Request: Authorizing the City Manager to execute a construction agreement with M. Vila and Associates, Inc. for the Sunset Drive Improvements — Phase II. Reason /need: Sunset Drive Improvements Phase II Project will provide for much needed paving and drainage improvements for existing City of South Miami City Hall public parking, as well as for streets adjacent to City Hall and Public Library. Sunset Drive Improvements Phase I & II had been publicly bid previously to secure competitive prices. However due to limited funding at the time of award, only Phase I of the project was approved and passed by City Resolution No. 18 -08- 12615. Since then, the City has secured additional funding to complete Phase II of the project and is now prepared to authorize construction of Sunset Drive Improvements -Phase 11 to M. Vila & Associates under the previously secured contract bid prices. C� $523,826.15 Funding Source: The construction cost for Sunset Drive Improvements -Phase II project is $523,826.15. The construction cost will be funded as follows: Account Number Amount Account Balance 106 - 1726 -536 -6301 $ 300,000.00 $ 300,000.00 111- 1730 -541 -3450 $ 70,000.00 $ 72,957.60 124 - 1730 - 541 -3450 $ 78,000.00 $ 80,000.00 112 -1730- 541 -3450 $ 75,826.15 $ 76,822.50 Page 2 of 2 Comm. Agenda Item No.: August 19, 2008 Backup Documentation: El Proposed Resolution for Sunset Drive Improvements Phase 11 El Approved Resolution No. 18-08-12615 for Sunset Drive Improvements Phase I El Sunset Drive Improvements Phase 11 Contract Bid Prices El Engineer of Record's Letter of Recommendation for Sunset Drive Improvements Phase 11 El Project Map EI Copy of Section 00500 (Contract) for Sunset Drive Improvements Phase 11 Page 2 of 2 10-111*4*0411a Xlrolln-117W THIS AGREEMENT, made and entered into this day of , 20 , A.D., by and between the City of South Miami, party of the first part (hereinafter sometimes called the "Owner"), and party of the second part (hereinafter sometimes called the "Contractor"). WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: 1.01 SCOPE OF THE WORK A. The Contractor shall furnish all labor, materials, equipment, machinery, tools, apparatus, and transportation and perform all of the work shown on the Drawings and described in the Project Manual entitled: SUNSET DRIVE IMPROVEMENTS - PHASE L (City Hall Improvements) CITY OF SOUTH MIAMI, FLORIDA as prepared by Corzo Castella Carballo Thompson Salman, P.A. acting as, and in the Contract Documents entitled the Owners Engineer, and shall do everything required by this Contract and the other Contract Documents. 1.02 THE CONTRACT SUM A. The Owner shall pay to the Contractor for the faithful performance of the Contract, in lawful money of the United States, and subject to addition and deductions as provided in the Contract Documents, as follows: B. Based upon the price shown in the Proposal heretofore submitted to the Owner by the Contractor, a copy of said Proposal being a part of these Contract Documents, the aggregate amount of this Contract is the lump sum of Dollars ($ 1.03 COMMENCEMENT AND COMPLETION OF WORK A. The Contractor shall commence work on the date established in the Notice to Proceed. B. The Contractor shall prosecute the work with faithfulness and diligence and shall be substantially complete with the work not later than sixty (60) calendar days after the commencement date established in the Notice to Proceed. The work shall be completed and ready for final payment within sixty (60) calendar days from the date certified by City's Project Engineer as the date of substantial completion. 00500-1 1929-26 1.04 CONTRACTOR'S ACCEPTANCE OF CONDITIONS A. The Contractor hereby agrees that he has carefully examined the sites for the work to be pedbnnSd and has fU|k/ s8h5Mgd himself that such sites are correct and suitable ones for the work to be performed and he aasUrnee fU|| responsibility therefore. The pn)ViSinOS of this Contract Sh8|| control any inconsistent provisions contained iO the specifications. All Drawings, Specifications and Contract items contained in this Project K8aOUa| have been naed and carefully considered by the Contractor, who understands the same and agrees to their sufficiency fo[the work tD be done. It is expressly agreed that under no circumstances, conditions or situations shall this Contract be more strongly construed against the Owner than against the Contractor and his Surety. B. Any ambiguity orUOC8rtaintvhltheD or Project Manual shall beinterpreted and construed bv the Owner's Engineer and his decision shall be final and binding upon all parties. C. It is distinctly understood and agreed that the passing, approval and/or acceptance of any part of the work or material by the Owner, his Engineer, Or by any agent Or representative as in compliance with the terms of this Contract and/or of the Project K88DUa| covering said vV0d{. Sh8|| not operate as a vV8iVe[ by the OvvDe[ of strict compliance with the terms Of this Contract, and/or the Project K8aDU8|coVeriDQS8id vv0rh; and the Owner may require the Contractor and/or his insurer to repair, replace, restore and/or make tO comply strictly and in all things with this Contract and the Project Manual any and all of said work and/or services which within a period of one year from and after the date of the passing, approval, and/or acceptance of any such vVod( or services, are found to be defective or to fail in any way to comply with the D[@VViDgo and Specifications. This provision shall not apply to materials or equipment OVr08||y expected to deteriorate or wear out and become subject to normal repair and replacement before their condition isdiscovered. The Contractor SheU not be required to do DOrD8| maintenance work under the guarantee provisions. Failure on the part of the Contractor and/or his insurer, immediately after Notice to either, to repair or Fep|8Cg any such dgheC[iV8 0@teh@|S and workmanship shall entitle the Owner, ifitsees fit, tO replace Or repair the same and recover the reasonable cost Of such replacement and/or repair from the Contractor and/or his insurer, who shall iOany event bg jointly and severally liable to the Owner for all damage, loss and expense caused to the Owner by reason of the Contractor's breach of this Contract and/or his failure to comply strictly and in all things with this Contract and with the Drawings and Specifications. 1.05 LIQUIDATED DAMAGES A. It is DlWtUalk/ agreed that time is of the essence of this Contract and should the Contractor fail to complete the work within the specified time, or any authorized extension thereof, there shall be deducted from the compensation otherwise tObe paid to the Contractor, and the Owner will retain the @0OUOt Of Five Thousand Dollars ($6,000.00) per calendar day as fixed, agreed, and liquidated damages for each calendar day elapsing beyond the Specified time for completion Or any authorized extension thereof, which sum shall represent the actual damages which the Owner will have sustained by failure of the Contractor to complete the work within the specified time; it being further agreed that said sum isnot penalty, but iS the stipulated amount of damages sustained by the Owner in the event of such default by the Contractor. 00500-2 1929-26 B. For the purposes of this Article, the day of final acceptance of the work shall be considered a day of delay, and the scheduled day of completion of the work shall be considered a day scheduled for production. �'.l 1 11 A. In accordance with the provisions fully set forth in the General Conditions, and subject to additions and deductions as provided, the Owner shall pay the Contractor as follows: 1. Within 60 days after receipt of the Contractor's request for partial payment by the Owner, the Owner shall make partial payments to the Contractor, on the basis of the estimate of work as approved by the Owner's Engineer, for work performed during the preceding calendar month, less ten percent (10 %) of the amount of such estimate which is to be retained by the Owner until all work has been performed strictly in accordance with this Agreement and until such work has been accepted by the Owner. 2. Upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls, material bills and other costs incurred by the Contractor in connection with the work have been paid in full, and also, after all guarantees that may be required in the specifications have been furnished and are found to be acceptable by the Owner, final payment on account of this Agreement shall be made within sixty (60) days after completion by the Contractor of all work covered by this Agreement and acceptance of such work by the Owner. 1.07 ADDITIONAL BOND A. It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Performance and Payment Bonds hereto attached for its faithful performance, the Owner shall deem the surety or sureties upon such bonds to be unsatisfactory, or if, for any reason, such bond(s) ceases to be adequate to cover the performance of the work, the Contractor shall at his expense, and within three (3) days after the receipt of Notice from the Owner to do so, furnish an additional bond or bonds, in such form and amount, and with such sureties as shall be satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in the manner and form satisfactory to the Owner. 1.08 SOVEREIGN IMMUNITY AND ATTORNEY'S FEES The City does not waive sovereign immunity for any claim for breach of contract except for payment of any amount owed under the contract; provided, however, that in any action arising out of or to enforce this Agreement, the prevailing party shall be entitled to its reasonable attorney's fees and costs, including, but not limited to paralegal costs, and computer research costs. The parties shall not be liable for the prejudgment interest. 3 Any claim or dispute arising out of or related to this agreement shall be subject to informal mediation as a condition precedent to the institution of legal or equitable proceedings by either party. Both parties waive the right to arbitration. The parties 00500 -3 1929 -26 shall share the mediator's fee and any filing fees equally. The mediation shall be held in Miami-Dade County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation Sh8U be enforceable as settlement agreements in the circuit court for the 11"'Judicial Circuit for the State ofFlorida. 1.10 1 SIGNATORY AUTHORITY The officials executing this Agreement warrant and represent that they are authorized by their respective agency to enter into a binding agreement. 1.11 LIENS Contractor ia prohibited from placing a lien OD the City's property. This prohibition shall apply to, inter 8lix all aubcOOSUltanta and subcontractors, suppliers and labors. 1.12 INCORPORATE BY REFERENCE DOCUMENTS ENCLOSED IN PROJECT MANUAL The contract enclosed within the 11 (SW "P ROa|for ��VnSEtD[�e|rDp[OVeDleDtS- Phase | �� KSM2 nd AVeOUgto US-1 and City Hall) Phase | & ||' City ofSouth K8iG[ni, City's BID NO.: Cl 07-1205" and all attachments iOthe K88DWB| and the Construction Drawings shall be incorporated by reference into the contract, as exhibits tOthe contract. Between the contract and the attachments iO the manual, the provisions of the contract shall control should there be any inconsistency in the documents. 1.13 TRANSFER AND ASSIGNMENT A. None of the work O[ services under this contract shall be subcontracted beyond that shown on List of Major Sub-Contractors /page 00300-4 of the F`ropOS80 VO|eSS Contractor obtains prior written consent from the City. Approved subcontractors shall be subject to each provision of this contract and Contractor shall be responsible and indemnify the City for all subcontractors' mds, errors or omissions. B. The Contractor Sh@| not assign, transfer Or pledge any interest in this CDDtna[t without the prior written consent of the City; provided, however, that claims for money by the Contractor from the City under this contract may be assigned, transferred or pledged to @ bank, trust CD0paOy. or other financial institution without the City's approval. Written notice Of any assignment, transfer or pledge of funds shall be furnished within 1O days by the Contractor t0 the City. 1.14 EXAMINATION AND RETENTION [)FCONTRACTOR'S RECORDS A. The City, 0r any Of their duly authorized representatives, shall ,UOb}3years after final payment under this contract, have access to and the right to examine any of the Contractor's bnohe' |edgars, documents, papers, or other records involving transactions related to this contract for the purpose of making audit, examination, excerpts, and transcriptions. B. The Contractor 8g[e8S to include in first-tier subcontracts under this contract 8 clause substantially the same aa subparagraph 1.14,4.above. "Subcontract," as used iO this clause, excludes purchase' orders not exceeding $1O,OOO. C. The right to access and examination of records in subparagraph 1.14�� Sh8U 00500-4 1929-26 continue until disposition of any mediation, claims, litigation or appeals. 1.15 OWNERSHIP OF DOCUMENTS All documents, reports, plans, specifications or other records, including electronic records, resulting from the services rendered by the Contractor under this contract shall be deemed the property of the City and the City shall have all rights incident to this ownership. The Contractor acknowledges that all documents prepared under this contract shall be public records, and shall be subject to public inspection and copying, as provided by Florida Statutes chapter 119. Upon conclusion of this contract and any extensions, all documents shall be delivered by the Contractor to the City. The Contractor shall have the right to retain copies of the documents at the Contractor's expense. Should any paragraph or any part of any paragraph of this contract be rendered void, invalid or unenforceable by any court of law, for any reason, the determination shall not render void, invalid or unenforceable any other section or part of any section of this contract. 1.17 CONTINGENCY FEE AND CODE OF ETHICS WARRANTY A. Contractor warrants that neither it, nor any principal, employee, agent, representative or family member has promised to pay, and Contractor has not, and will not, pay a fee the amount of which is contingent upon the City awarding this contract to Contractor. B. Contractor warrants that neither it, nor any principal, employee, agent, representative or family member has procured, or attempted to procure, this contract in violation of any of the provisions of the Miami-Dade County or the City of South Miami conflict of interest and code of ethics ordinances. C. A violation of this paragraph will result in the termination of the contract and forfeiture of funds paid, or to be paid, to the Contractor. 1.18 WARRANTY OF AUTHORITY The signatories to this contract warrant that they are duly authorized by action of their respective city commission, board of directors or other authority to execute this contract and to bind the parties to the promises, terms, conditions and warranties contained in this contract. 1.19 INDEPENDENT CONTRACTOR The Contractor is furnishing its services as an independent Contractor and nothing in this contract shall create any association, partnership or joint venture between the parties, or any employer-employee relationships, IN WITNESS WHEREOF the parties hereto have executed this Agreement on the day and date first 00500-5 1929-26 above written in five (5) counterparts, each of which shall, without proof or accounting for the other counterparts, be deemed an original Contract. (Seal) Attest: City Clerk City's Resolution No. WITNESS: (if corporation, attach Seal and attest by Secretary) APPROVED AS TO FORM AND LEGALITY: City Attorney - City of South Miami, Florida Party of the First Part -2 City Manager Contractor Party of the Second Part M Title APPROVED AS TO FINANCE: By: , Director of Finance City of South Miami (*) In the event that the Contractor is a Corporation, the following certificate of resolution of the Board of Directors of the Corporation, authorizing the officer who signs the Contract to do so in its behalf shall be completed. 00500-6 1929-26 CERTIFICATE (Sample) STATE OF FLORIDA) ss COUNTY OF I HEREBY CERTIFY that a meeting of the Board of Directors of a corporation under the laws of the State of held on 20 the following resolution was duly passed and adopted: "RESOLVED, that as President of the corporation, be and he is hereby authorized to execute the Contract dated 20_, between the CITY OF SOUTH MIAMI, a municipal corporation, and this corporation, and that this execution thereof, attested by the Secretary of the corporation and with corporate seal affixed, shall be the official act and deed of this corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this day of 120 Secretary END OF SECTION 00500-7 1929-26 -------------------------- Engineers City Of South Miami Architects Public Works Department P I a n n e r s 4795 SW 75h Avenue Miami, Florida 33155 EB0005022 AAC002142 Attention., W. AJIbola Balogun, REM City Manager & Publb-- Works Director Reference: Sunset Drive Improvements phase 11 (CRY Hall Improvements) CRY of South Miami Bid No. Cl 07-1205 C3TS Project No.: 1929-26 The bids for the above refere't ezi T rse, i papt wm me &-- n! �i- i I I v no i ent T: ig a 4 z, �g', - g I 4F i i e plus Additive Bid Alternate (Phase 11). Due to budget constraints, the original City award did n :1 include the Additive Bid Alternate. If you have any questions, or need additional information, please do not hesitate to contact o office at (305) 445-2900. 1 Sincerely, Corzo Castella Carballo Thompson Salman, P.A. Ra on Cas 9laP.E.NWZ Principal X-101920-23 Suns D&m 1WWWWWtifte 05 Bid Co=d1w0ohARw Awont Left Prow 11.doc 901 Ponce de Leon 8W., Suite 900 Coral Gables, Florida 33134 305.445.2900 1.800.448.0227 Facsimile 305,445,3366 Web Site: www.c3ts.com Eoual OoDortunitv Emnlewmr J SUNSET DRIVE IMPROVEMENTS - PHASE I & 11 SW 62nd Avenue to US-1 and City Hall CITY OF SOUTH MIAMI, BID NO. Cl 07-1205 C3TS Project No.: 1929-26 (This additive bid alternate encompasses all work described in the plans, specifications and contract documents as Phase 11, and generally consists of improvements in and around the City Hall facility). UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT Roadway & Drainage (A -RDA Items A-RD-1 Standard clearing & grubbing including M Name of Bidder SignatuvKof Bidder 00300-12 1929-26 demolition, removal and disposal of existing pavement and base I L.S. $ z 5;% A-RD-2 Demolition, removal, disposal, and backfilling of existing drainage systems 1 L.S. $ A-RD-3 Demolition, removal and disposal of existing sidewalk 1,364 S.F. A" A-RD-4 Demolition, removal and disposal of existing concrete curb & gutter, curb or valley gutter 1,073 L.F. '7,-25 �1316-75 A-RD-5 Utility and drainage manhole cover and valve adjustment 1 L.S. $ A-RD-6 Removal, pruning, cutting, disposal, relocation and/or transplanting of all trees, shrubs and groundcover as required 1 L.S. $ A-RD-7 Pavement milling (V depth) 3,775 S.Y. A-RD-8 5 -3 Asphalt overlay (1 " depth) 3,775 S.Y. L_6-!570 A-RD-9 New asphalt pavement (including sub-grade preparation, limerock base and asphalt) 3,163 S.Y. $ 2.1--�l A-RD-10 Type "F" colored concrete curb and gutter or valley gutter 357 L.F. e' • K-7 73 A-RD-1 1 Type "D" colored concrete curb 1,191 L.F. Al- 2-3 12�2'2ZI2- A-RD-12 Concrete filled steel bollards, including concrete base. 2 EA. $ M Name of Bidder SignatuvKof Bidder 00300-12 1929-26 SUNSET DRIVE IMPROVEMENTS - PHASE I & 11 SW 62nd Avenue to US-1 and City Hall CITY OF SOUTH MIAMI, BID NO. Cl 07-1205 C3TS Project No.: 1929-26 UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT A-RD-1 3 Concrete colored/gray sidewalk and driveway aprons (4" thick, 6" at driveways), including cut and fill, subgrade prep., colored concrete handicap ramps, sidewalk finishes and providing and resetting water meter boxes, etc., 2,404 S A-RD-14 Back of sidewalk area restoration (including sod, landscaping & asphalt or paver driveways and sidewalks, with edge concrete curbing, as 1 L.S. $ 575, -2 needed) A-RD-15 Colored concrete vehicular surface (9" thick) including excavation, reinforcing steel and subgrade preparation 2,590 S.F. $ $ A-RD-1 6 Grass pavers in Sylva Mar-tin Parking lot, including colored concrete walkway (including 4,453 S.F. s 2�7.)G 2,014W I r sub-grade prep. pavers, grass seed, etc.) A-RD-17 Dedicated paver stones area in front of Sylvia Martin Building (including paver stones, sand bed, 4" concrete base, subgrade preparation, 657 S.F. S $ 4-1 etc.) A-RD-1 8 Exist catch basin - adjust frame and grate, 6 EA. $ rebuild apron _2 A-RD-1 9 TypeP'catch basin or manhole structure, including structure, inlet, frame and grate ring obi and cover 6 EX $ A-RD-20 5 ft. wide exfiltratlon trench 300 L.F. $ A-RD-21 15" HDPE solid pipe 250 L.F. $ $ Sub-Total A-RD Items 32 Pavement Marking & Signitig (A-PMS) Items Stop including street name A-PMS-1 R1-1 sign assembly, 7 EA. signs. A-PMS-2 4" white/yellow traffic stripe 2,266 L.F. $ A-PMS-3 4" blue traffic stripe 200 L.F. _-35 V I 7 6bidder Name of Bidder Signature of 00300-13 1929-26 ggm SUNSET DRIVE IMPROVEMENTS - PHASE I & 11 SW 62nd Avenue to US-1 and City Hall CITY OF SOUTH MIAMI, BID NO. Cl 07-1205 C3TS Project No.: 1929-26 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT A-PMS-4 18" white traffic stripe 80 L.F.'' 00 *4. A-PMS-5 24" white ,traffic stripe 40 L.F. J_ZL2(' $ 4V-d4' A-PMS-6 H/C parking sign and pavement symbol 6 EA. A" A-PMS-7 Single parking Meter pole 2 EA. V $ 1,?00.0o A-PMS-8 Reflective pavement markers, as directed by Dwarf Schefflera (3 gal, cans) A-LI-1 3 Podocarpus (5' tall) A-LI-14 Engineer 1 L.S. A-PMS-9 Removal & relocation of existing signs 1 L.S. $ 2 4�0, -c;tv s Sub-Total A-PARS Items $J /0�,. /0 Landscaoenrrioation (A-LI) Items A-LI-1 Glaucous Cassia (10' tall x 5' spread, 5' CT) A-LI-2 Bridalvell (12' tall x 4' spread, 2" cal.) A-LI-3 Spindle Palm (12'tall) A-LI-4 Royal Palm (18' tall) A-LI-5 Christmas Palm (16'tall) A-LI-6 Cocoplum (3 gal. cans) A-LI-7 Wart Fern (1 gal. cans) A-LI-8 Ficus Green island (3 gal. cans) A-LI-9 Wax Leaf Privet (12' tall & 10' spread, treeform - 100 Florida Fancy A-LI-1 0 Crown of Thorns (3 gal. cans) A-LI- 11 Ixora Nora Grant (3 gal. cans) A-L1 -1 2 Dwarf Schefflera (3 gal, cans) A-LI-1 3 Podocarpus (5' tall) A-LI-14 Bahama Firebush (3 gal. cans) A-LI-1 5 Pentas (1 gal. cans) /-7- VltA Name of Bidder 9911 2 EA. $ �6e"Lx, $ 8 EA. $ %•50 2-40.00 4 EA. J_LLO 9 EA. 3 EA. $ 25�­O� 100 EA. $ $ 80 EA. Z/ ? L_2f2- 6,6- 94, EA. Signature o 'Bidder 2 EA. $ �6e"Lx, $ 32 EA. $ %•50 2-40.00 280 EA. J_LLO 368 EA. 32 EA. L_IZ- _ael 58 EA. $ 80 EA. Signature o 'Bidder GRAND TOTAL (ADDITIVE BID ALTERNATE) IN FIGURES (LUMP SUM): GRAND TOTAL - ADDITIVE BID ALTERNATE (WRITTEN) : Flt c-- W6eA1PW- 61(olmr-o 21��VTzl siv 06L4,&,,25 &10 lsl--r f:;t Bidder:. By: VIU, Title- Telephone: oaf" 12,2Z.* OC4 Fax: 00300-15 1929-26 SUNSET DRIVE IMPROVEMENTS - PHASE I & il SW 62nd Avenue to US-1 and City Hall CITY OF SOUTH MIAMI, BID NO. Cl 07.1205 C3TS Project No.: 1929-26 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT A-LI-16 St. Augustine Sod 1,000 EA. 1 L22!c!t,L,, A-LIA 7 Planting Soil I L.S. JL /.00 /. A-LI-1 8 Mulch 1 L.S. I_Af/, $ A-LI-1 9 Irrigation system complete, including controller vacuum breakers, and coordination with and cost of MDWASD water meter, etc, 1 L.S. 45-25 Sub-Total A-Ll Items 57 _/6 Genera Items' A-G-1 Maintenance of traffic, including traffic control, pedestrian-and vehicular access, signs, barricades and flaggers, and off -duty police officer, as required by Engineer, County and/or city 1 L.S. 6�&00 A-G-2 Performance and Payment Bond 1 L.S. A-G-3 Project Signs' 1 L.S. $ A-G-4 Safety Act 1 L.S. G A-G-5 Advance exploration of existing utilities 1 L.S. /- �-Jt A-G-6 Record As-built drawings 1 L.S. ± z z_,j qZ. 4 A-G-7 Owner's Contingency 1 L.S. 50 000.00 $50,000.00 Sub-Total A-G Items GRAND TOTAL (ADDITIVE BID ALTERNATE) IN FIGURES (LUMP SUM): GRAND TOTAL - ADDITIVE BID ALTERNATE (WRITTEN) : Flt c-- W6eA1PW- 61(olmr-o 21��VTzl siv 06L4,&,,25 &10 lsl--r f:;t Bidder:. By: VIU, Title- Telephone: oaf" 12,2Z.* OC4 Fax: 00300-15 1929-26 RESOLUTION NO.: 18-08-12615_ WHEREAS, the Mayor and City commission wishes to provide infrastructure improvements and traffic calming along Sunset Drive from SW 62nd Avenue to US-1 (known as Sunset Drive Improvements -� Phase 1); and WHEREAS, the Mayor and City Commission authorize the City Manager to execute construction contract with M. Villa & Associates, Inc. for the Sunset Dove Improvements - Phase project in an amount of $2,146,634.18, NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1: That the Mayor and City Commission authorize the City Manager to execute construction contract with M. Villa & Associates, Inc. for the Sunset Drive Improvements - Phase I project in an amount of $2,146,634.18. Section 2: That the projects construction cost shall be charged to the following accounts with the associated balances: Account No." . 106-1726-536-6550 106-1727-536-6550 124-1730-641-3450 111-1730-641-3450 111-1730-641-6490 001-2100-519-3171 001-2100-519-9932 001-2100 -519-9920 I I n$o I I I Page 3 of 6 Account Balance $662,000.00 $298,477.00 $601,158.00 $162,357.60 $160,000.00 $176,000.00 $70,000.00 $199,040.41 - 2 of Res. No. 1 S-QB-�* 615 Secfio 3e The attached exhibit is incorporate by reference into this resolution. — h ' 7 PASSED AND ADOPTED this C4 day of _a,� 2008. 7 LERK Include File Name and Path APPROVED: COMMISSION VOTE: 5-0 Mayor Feliu: Yea Vice Mayor Wiscoinbe: Yea Commissioner Palmer Yea Commissioner Birts: Yea Commissioner Beckman: yea �.. .90TAffl, "M Y m CITY' OF SOUTH MIAMI t OFFICE OF THE CITY MANAGER INTER- OFFICE MEMORANDUM 2001 To: The Honorable Mayor Feliu and Members of the City Commission Via: Yvonne S. McKinley, City Manager Front: W. Ajibola Balogun, REM, CFEA, Director Public Works & Engineering Department Date: February 5, 2008 Agenda Item No.: Subject: Construction Contract with M. Villa & Associates, Inc. for Sunset Drive Improvements — Phase 1 Resolution: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CiTY MANAGER TO EXECUTE AN AGREEMENT WITH M. VILLA & ASSOCIATES, INC. FOR SUNSET DRIVE IMPROVEMENTS — PHASE 1 CONSTRUCTION IN AN AMOUNT OF $2,146,634.18 TO BE CHARGED TO FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION'S (FDEP) GRANT ACCOUNT NUMBERS 106 -1726- 536 -6550 AND 106 -1727- 536 -6550; THE PEOPLE'S TRANSPORTATION PLAN (PTP) FUND ACCOUNT NUMBER 124- 1730 -541- 3450, STORM . WATER TRUST FUND ACCOUNT NUMBERS 1111730-541 - 3450 AND 111 -1730- 541 -6490, THE CITY'S MATCHING ACCOUNT NUMBERS 001 -2100 -519 -3171 AND 001 - 2100 -519 -9932; AND THE ENCUMBRANCE RESERVE CARRY OVER FOR THE YEAR ENDED 09/30/07 FROM ACCOUNT NUMBER'001 -2100 -519 -9920; PROVIDING FOR AN EFFECTIVE DATE Request: Authorizing the City Manager to execute construction agreement with M. Villa & Associates, inc. for Sunset Drive improvements -- Phase 1. Reason /Need: in accordance with the adopted conceptual design for Sunset Drive improvements, we have completed the final construction design plans and bid phase analysis for the project. In an effort to secure competitive prices, Phases 1 & 2 of the project were advertised to bid, with phase II to be added or awarded for construction when funding becomes available. The Notice of Bid Invitation for the construction bid was publicly advertised on November 5, 2007 and November 13, 2007, with pre -bid conference held on Monday, November 19, 2007. The sealed bids were publicly opened on Wednesday, December 5, 2007. Five bidders responded with bids ranging from $2,146,634.18 to $3,588,443.00 for phase 1. Although the Bid Opening Report shows Solo Construction's bid as $1,979,897.50, but after reviewing and tabulating the bids we found -out that Solo Construction made a mathematical error, thus changing their bid to $2,289,897.50. We have worked with our engineering consultant (C3TS) to review the rest of the bids and check references. Attached is the recommendation letter Page 1 of 6 submitted by C3TS recommending M. Villa & Associates, Inc. as the lowest responsive bidder. Cost: $2,146,634.18 Funding Source- Funding will be from the following account numbers: Account No. Amount 106-1726-536-6550 $662,000.00 Account Balance $662,000.00 106-1727-536-6550 $298,476.18 $298,477.00 124-1730-541-3450 $601,158.00 $601,15,8.00 111-1730-541-3450 $30,000.00 $162,357.60 111-1730-541-6490 $160,000.00 -$160,000.00 001-2100-519-3171 $175,000.00 $175,000.00 001-2100-519-9932. $ 70'000.00 $70,000.00 001-2100-519-9920 $150,000.00 $199,040-41 Backup Documentation: El Proposed Resolution El Bid Opening Report El Tabulated Bids El Certified Advertised Notice of Bid Invitation El Engineer of Record's letter of recommendation El Reference Check for the Contractor El' Copy of Section 00500 (Contract) of the Project manual L3 The Project's Conceptual Design Plans Page 2 of 6 3 4 5 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 �I,O., A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH M. VILLA & ASSOCIATES, INC. FOR SUNSET DRIVE IMPROVEMENTS — PHASE 1 CONSTRUCTION IN AN AMOUNT OF $2,146,634.18 TO BE CHARGED TO FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION'S (FDEP) GRANT ACCOUNT LUMBERS 106 - 1726 -536 -6550 AND 106 - 1727 -536 -6550; THE PEOPLE'S TRANSPORTATION PLAN (PTP) FUND ACCOUNT NUMBER 124 -1730- 541 -3450, STORM WATER TRUST FUND ACCOUNT NUMBERS 111 - 1730 - 541 -3450 AND 111 -1730- 541 -6490, THE CITY'S MATCHING ACCOUNT NUMBERS 001 - 2100 -519 -3171 AND 001 - 2100 - 519 -9932; AND THE ENCUMBRANCE RESERVE CARRY OVER FOR THE YEAR ENDED 09130/07 FROM ACCOUNT NUMBER 001 - 2100 - 519 -9920; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the Mayor and City commission wishes to provide infrastructure improvements and traffic calming along Sunset Drive from SW 62nd Avenue to US -1 (known as Sunset Drive Improvements — Phase 1); and WHEREAS, the Mayor and City Commission authorize the City Manager to execute a construction contract with M. Villa & Associates, Inc. for the Sunset Drive Improvements — Phase 1 project in an amount of $2,146,634.18. NOW, THEREFORE, BE D CITY COMMISSION OF MIAMI, THE CITY OF SOUTH THAT: Section 1: That the Mayor and City Commission authorize the City Manager to execute construction contract with M. Villa & Associates, Inc. for the Sunset Drive Improvements — Phase 1 project in an amount of $2,146,634.18. Section 2: That the project's construction cost shall be changed to the following ac6ounts with the associated balances: Account No.: 106 -1726- 536 -6550 106- 1727- 536 -6550 124-1730-541-3450 111- 1730 -541 -3450 111 -1730 -541 -6490 001 - 2100 -519 -3171 001 - 2100 -519 -9932 001 - 2100 -519 -9920 Amount $662,000.00 $298,476.18 $601,158.00 $30,000.00 $160,000.00 $175,000.00 $ 70,000.00 $150,000.00 Page 5 of 6 Account Balance $662,000.00 $29$,477.00 $601,158.00 $162,357.60 $160,000.00 $175,000.00 $70,000.00 $199,040.41 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 Section 3: The attached exhibit is incorporate by reference into this resolution. PASSED AND ADOPTED this day of 2008. ATTEST: ,W]CM-4 "M L CITY ATTORNEY Include File Name and Path MAYOR COMMISSION VOTE: Mayor Feliu: Vice Mayor Wiscombe- Commissioner Palmer: Commissioner Birts: Commissioner Beckman. Bids were opened op.- Wednesday, December 5 200 at: 3:05pm For: Sunset Drive Improvements Phase I & H -007-1205 Pre• Bid Estimate: $2.3M CONTRACTORS: DID AMOUNTS: - City Clerk's BWS HAVE BEEN COMPLETELY REVIEWED. K�VZ72ZMC 3. 7� V MAI 6 A Ws -cO f r 2 i , /F 6.. 7 7. 8. 9. 12. 13. 14. 15. 16. 17. 18. 19. City Clerk's BWS HAVE BEEN COMPLETELY REVIEWED. O O 0 6 0 C5 6 C; q 6 0 6 O O Q Ci 6 C! C�. Ct lnc� Ct Ct Cli rl� cKi ct c;t cli U) 0 -. -1 IL IE v lw� C, C�' C3. C! f 9 cz 41 IL a, Ci C> C� 0 filt yr yr s4 v4 64 C4 L+ t4 (Al 69 sr en as 00 0 C; 'NT ocmi 7z 6 6 of 0 �? !9 C> E 0 16 WT i 16 6 " to M- Iq Ci -0 Zi G4 ai4 (4 ID C! Ct Cd 765 U) 64 Ql) 64 F9 ics D 6 0 0 a 8 8 p C> p > N to m 0 0 0 O Ct ppO q N R m ppO C, . q . N q N q Cli Iq r% R -i R O M 'o E rl ci m to m m R w 0 X t GS > CL 64 .91 e4 64 to 6% 44 64 I�Q COY C) ui o C, 0 0 0 0 O 0 n 0 0 0 6 C> o d 0 C! O D IL O Ct r Ict Ca C t t A Irt CD C z 04 0 cj l`1 10 co m 0 CR N C� R 'R clq q M Mt N 0 Cl) 0 to 0 a 0 to 16 H (3 M, 0. og lu a M co En u) q 9 R N A V y. CA IL IL t4 m UJ m Z9 LU Ci Yn 41� 69- ta cr) < .2 8 s B 8 0 c� 0 0 in q c! 0 :3 0 m C; C; C; r4 m q4 6 n "C� 12 u t+ c� w N r't r cl! Ot m m 0 O 0 ILS N N tO N F- m rz LLI Do- n M m 6 d 6 C, ul — ci cc; (d C; m C; a Ct 0 co CL fA Q9. 0 Z N 05 LL: U: J C6 C6 0; J tz J U: U. lj_ ti J vi LE: U: > LL D J -j N -j -j C6 U3 J C6 V5 m m oi 0 ri (D CI 0. C L2 a) Rte 1.0 E m > .0 w 5 12 > E D m -. F "4. R rr 33n 2 > No -a FL mw 1. > > 0 a M > 0 > Cc. Fu g 2p le' G m m m s >o E -a' 1E F Z' E E E 3 E > 0 7g .2 ^o -omm L 2 . -6 -6 -6 .5 -6 > . co E -6 E E E E a m c a> T tD m -T3 tL m CA F- 7 T t- tq T o cl M 0 0 0 0 o o o 6 6 6 C5 6 0 0 0 0 0 cc I= cc m It cr cc CC cc m m rt cr m a: cc 0: 0: a: cr C� 6 X01 C; ci 6 6 6 6 6 6 C; C; 6 d q C� 0 C, O . . i 0 S RM, vq Cq L* P 8 ct FIRM O CR Ro� 0 Co 4 Ui R q C! q RI I (Iq M, w 6^1 64 w 64 64 fA di w w w fA 64 fA 64 H w w 64 64 ... - 0 0 p 0 0 M 0 0 C, C; O c; C; ci O hi O Lf) 6 0 0 0 CJ 0 0 d 6 C; 6 6 0 C-4 ot 0 q C� C� Ct Ci Ct q m m CIF C4 fFR 64 Lq- 03 M 64 .4 Hi fA V3 44 0 -0 -0 0 C� C! C� d C 0 � 0 i . � Cli N C, U) 0 n Vi ct O m Cq CA 64 0 14 m N m g C� C> Ct C� cq LO Ct N w Ci ct r'! C; Off cq 0) o °4. Ct q q C! I! I,*; Iq q �q C� 0 14 m C, ci D z �2 �2 0 0 C5 is 0 2 64 64 6% 619, 64 0. 64 C% w 6A 64 w 6q 6* 44 w 41F 44 .91 = 44, w b4 6pp'Y d) 0 a 0 0 0 o C) CL C-1 IR q q C) 0 i7 U; 0 n C, INR P��. 4 'ck r4 m m Of C+ � U� IR 0 C, ICI> OV cc) 00 4 o CO, C, C> 0 Ck C; C; i .5 C5 6 i C; CR R C,4 .0 0 Pt IZ UJ O w 44 w 6Y 64 64 69 6G V3 6+ e4 64 64 64 6% col (A 64 iq 64 0 -0 00 C8 S CB 8, 0' 0 0 0 8 a C, 0 0 q o 8 8 o 8 8 B Z r3 Wk 64 LLJ R 0 0 00 0 n C, LLJ C! pO > 0 1 In 0 0 0 C, Ct m N N ct g , �J- co 14 14 14 t4 U- L4 > LL LU A w 0 p � L- G m ' — u 'p N 8 Lo 0 D m m PU 3: B 79 E 15 a W E Ep co ;5O E Z: . -5 0 = C E E 0 w 9 9 -6- -A f L) RA, E ro= 'S 111 0 ��j g r CD E wu E rm r E E M b 9 o E >* uj Tj >0 E > 'm LE 9 iq n - ca 9 Lu :F-: CL CL > Z E L? E r= OR 4? -2 B i° m 0 0 cc u: ca w CC M CL m w cc E N N N w to in to in to to th 0 ch co V) to to 0 CI: w cc cc cL m a- n- n- a- D- D. cL cL 5- a. a. a. a. a. w w w. o vd O � ------7� �11&1 2 R C� C> 0 6 60 '; R C� C� pm pp C; C� C� C� 2� . . 0 f, I., - 6 d 0 Vi Ci - - 0 n 0 Ct 0 M L'i '4 cl cl c! g P, g o °° . . - g -. o o . . . - R q O c5 o o Ct c� ci Q c cli m If; c4 Q o o o 0 cl o c c:� C. c4 is i 0 v g 6 o rya 6 6 q q cw� m 1z m w — "! o a c> 6 mo m c6 c; ,I c� cl - IR Q t% q C. o cl n m m o O Ci v o 0 �2 D c4 -c> R col M c' g O ci c� C! R c"" 16 M om 2 til R> m m ui ci 16 fl: (9 q iR w q pp� C� 'i N ca m as 49. C, Bo 0 cl o cl o o o m cl o c5 c5 Iq V: c! V� 60. r& 6% &o w el N O c! R cl� ID m m "'X N CV "i C7; Oi c; Lr) li I q Cli N 2 to v �4 Cq cq N 'ol .4 C! Ci li w 0 r5 ri tz m 0 m co Ul 't C6 14 0 Cq cli Cf) cD v3 Va iA 44 CC, C5 q 000p C, 0 9 9 Bi q q q 'q 'q 0 ct q Q " w IL m O m to ci Op tQ t6 c4 ui v7 Iz 1: ..7 1 e; G 69 wr 64 wa 6% as 14 ms ma w ea w itr u) Lij m m LU q q 8 g L" N > ct C� - czt IL Q+ 6% W Ny fh W 61+ o CO LL w LU S, -cn r m -j E w o Lp g 2 E E2 LD M G tm E A E x -am, m E c0 7 61 m MFM m u D of o r- ID e w c E IL E E E E Z 7ig Lo Oi 41 E m o. E 7E E or E x m cc 3t a. u z to IL ru w ml m m 2 3 1, , w rl " . a o w M E c):z a. L2 m tL ii < < u? 17 T- — — co v) v) u) cn v) _j -L V NOW OR "I Z 0 z C 64 W 19 C; g O 6 C5 l 16 14 C, c n- O C m t Ct rq r o C5 n z D w tR a3 so 0 0 t4 U} 8 g t R O 0 Q ct z •v LQ E om (11 y 1 0 LU tu ci cs R Ci C, M-, Ci Ct U� > vo 0,� 64 7i 0 C� C, 9 It" t* C; C5 2;l mr.. 9 s S.0- 0 C; e cl tu tu ~ m aoao N 0 J i s 1-0 0 Cc, S C., CC3 S D z 0 z C5 m -0 0 Ln m C) m 6% an w w cs as an as us rfr as fL w rm rIz cr! 0 C�, C6 r! Cl? 11 r'. cq qi ;t < - R ;z ci IR q '31 cli C4 .6 C4 N t016 I" tG cli 0 Ju -6 W E m m Di li q cl 6 e; 'D 0 10 E LL! 40 < 0 C, 0 ci C, CL m 0 , z cl 6 g g m > or- at q Ct &q 5 I Zz C3 V4 a C; 9 0 ra 1; LU 8 8 CS 2 8 (D n U) N N V uj cs 9 C� 8 0 8 R q Co hg I 0 0: > 0 .6 Ct li CL 0 C; e4 C. C, C a- => E2 D IZ CL 0 Sw- CD LU to E6 U: C6 )4 > LL -1 J -j J J MIN z -j ui C6 uj -j -i — — — — — — ti LO 93 t-I cr Q Cc .0 m W CC, 0 00 m 16 43 -E ix T m 7� R R BG E E M m m 07 E 3 - a � E 9 8 m 72 > CL 2 ct: m ta E E E 'TO 2 F t e 2 . -w LL z E o! E 1, 5 RA w go 0 CL c') z z U m 'T L? 0 0 a 0 W cr, cr m cc cr Ix 0: f.- Er cc 6 cb (D 0 0 U) < -k ,t �t Q C 4 C! R C! cR R R ie,5 c:! O O czi r% -t -t -t I�t 19i -i Ezi -Z 14 cc 0 cli U r- Sq 09. 64 64 64 64 6q fiq C4 (4 64 Ni dl (• EFT olT 0 0 0 0 0 0 0 0 0 0 000 0 0 0 C> C� 0 0 0 0 0 0 0 fl q q q q q O CR q q . q q q R R q R R R q q l7 R R q q Iq q q to I=F 0 1 m 0 m 0 w 0 0 0 n M O N M 000 CC> 0-8 1=1 I Ot tet Q Ct -i "IL CR 0i N q C� U-L Ci m "I "f: tri 0 C. C-4 m C4 n m m 75 tN W) 6q 64 61 64 44 64 64 64 64 64 C4 Gq 4+ C4 W 64 64 W. 0. 64 6g &q. vk 64 64 W to vt b4 0 a 0 0 0 0 n 0 O C� R R C;! q R m o C. 'n 0 0 0 0 0 0 w !2 M 0 m 0 - 0 N Iq li v n C:� ti O 40. ER H 44 b 44 d4 6g EFT 419. 0 z T cq C� N q m 0 m m M to 0 C, Ict lzi cri t% :t �'t m m m I IN —7 C N C5 0 0 0 P V' O 0 0 0 0 0 0 C, tJ) IR Iq IR cb , C? "5 C3 q q IR q C5 s cl CIA V V to V N 44 Vi 4pp3 Ni t+ F • Q. > N F O U) m C! C! C! R IR C� m CD Clt ct r-I m "gi V cq N N cli to Efi f4 EST Ui AH M, 64 cl} to W EA 64 6A 44 64 4+ &4 44 di 44 4A 6FT 64 64 EA 64 E,4 H3 Nb 64 44 64 64 In In 0 0 0 0 C, 0 CO LO C� cq q 'R U� 7 cq Cl q q N R 0 q q q q q Uq ll� 1� Iq Lq ti R V: rn ll� 10 'o •m x N E LLJ 64 6% Eft EA U3 64 U3 ok e4 La 64 vP 64 b. 6H 0 C> 0 0 0 0 0 0 C, 0 0 0 0 n m C, 0 > 0 .t o C; C5 0 m C> 0 0 0 0 n 0 0 n C, C, 0 O 0 m 0 V V 0 �2 0 0 0 0 9 - - to co N3 64 Vi Ef} 69. w l? 64 64 64 64 f9 6R VT 64 V3 64 HT 64 fR VT 64 m LU 00 0 0 R R q q 0 q 0 C, LU 0 C� 0 0 0 0 0 > 0 d -p n _0 0 e L� &6 LC U: U: > LL W -j cli ui ui LU j J Ile ui C5 r Qry 10 m to D M 0 h N N yp tD N r r m ti 61 m O m pV N Ni Do wm Cf) z tt� rn x 0 C }9 2 g E �i E 13 ti U6 22 3 ro E IR E m m tm m -5 Lp 4 2 . S 0 ;E p E o rw r. to • > a & E z Lo m A , q 42 F. E > — m_ . E M q 5. 308 c44 g a -6 'ff , - F,-- h h 2, 7ff � m n. CL u Mu 0 tf . -5 — - Fl, :9 = E fu X w r= 'r- -6 u.- 27 F! 0 D- E R EL v C, is :g a .�': IL -6 > E M r m 42 0 !q .2 a zr C - = .!a C-) 'M 0 0 0 m m .0 w rw,c C�,: (n cr 0 LU CL co IL r I? T ❑ ❑ 6 ❑ 6 'm :s M a m rf > R- < m d < < < < C? S 0 o 6 ip", 1,R1 c:t EN Ct Ili IR C� ci q qm q q q q q �R 60 g 60 o - 8 -C� 8 -0 s n ui C� ci 0 Cc) cl:3 8 wi 0 0 0 C) 0 C; 0 8� 0 0 Q Ci R Qt ct m cli V) 4o C5 10R n 44. D O °, m 9 q 0 g m O :: 16 � B . 'RN w as Uj 0 v) lo z Q r: CL 111 0 C� t! N 44 to to 6p, m R go 0 o O o 0 EL .g g g 6 ri V N 64 Nv 6A `5 cl t- t-: c� NI c; m m ,q m m ui Lri 2 �cl RN Iq v r% m LR R N " cl W ffr 64 vi vi- c4 64 &g. co °o oc! 8o O.._ l 0 oo m o GS vi. 64 Lu — o o 2 � c; c; cR R q Lu — S S St c; c; cs c, m o o Ci ci R rq 0 CL *41 w 69 65, ift w 0 to J flj Vi u) !1! V7 w. U. -j -j J _j -j -1 pp m 'E Er -o w c c m E nto E E c t'L A- Ii ¢ tr 8 oz Jq tu lu -a C) dU O ZE Z: zo E 0 tL OV EO EO O Published Daily except Saturday, Sunday anc Legal Holidays Miami, Miami -Dade County, Florida STATE OF FLORIDA COUNTY OF MIAMI-DADS- Before the undersigned authority personally appeared O. V. FERBEYRE, who on oath says that he or she is the VICE PRESIDENT, Legal Notices of the Miami Daily Business Review f/k/a Miami Review, a daily (except Saturday, Sunday and Legal Holidays) newspaper, published at Miami in Miami-Dade County, Florida; that the attached copy of advertisement, being a Legal Advertisement of Notice in the matter of CITY OF SOUTH MIAMI - NOTICE OF BID INVITATION - SID NO, C107-1205 in the XXXX Court, was published In said newspaper in the issues of 11105/2007 11/13/2007 Affiant further says that the said Miami Daily Business Review is a newspaper published at Miami in said Miami-Dade C6unty. Florida and that the said- newspaper has heretofore been continuously published in said Miami-Dade County, Florida, each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mall matter at the post office in Miami in said Miami-Dade County, Florida, for a period of one year next preceding the first publication of the attached copy of advertisement-, and afflant further says that he or she has neither paid nor promised any person, firm or corporation any discount, rebate, commission or refund for the purpose of securing thK'advertfsem publication in the said newspapepe' n 4e_ Sworn to and subscribed before me this 13 A. - 2007 (SEAL) O. V. FERBEYRE personally known to me MARIA 1, WIESr, NOTARY PUBLIC STATE OF FLORIDI 9 Commission DD293855 Expires. MARCH 04, 2008 NOW69 OF BID, O TATIN Tile Citil' oS&u'th Miami wig t60 91v@ sea'W'�io56safij- nfil 3:o0 p.t local time; We8h6sd 2007 at tfis,City Gja�s b1f& I SOdfli Miami Cit" Hall, al 3D'Spri4 et Prlvi:POuth Mfimi, N6Kda 3114; for thg to, loi SUNSET DRIVE IMPROVEMENTS = PAASE I (SW 6i26d AiFbilue to U's:11 and C a Thgi"_ f... Suns*, Project consis o the 62nd Avi�hue 'f6' .US-1) arid also of T6 p,&,iA5' lotg-i et-Dri�e (fro'h S'i' loodtod 4 also 8*6hjet Drive: d6uhdi6g City h6 N6ct,qIem6jjts Ificludedern6fitioni curt Oralhag6;-'sydeivMks,-*Pavfng,:la6d,sraP'r)g; electrica Irrigation, etas t Jumftu_ re. and &'ft'itectuiaj f6ajtjr6g. E31ds_!1V1lI be ..6 pe I nod 'pdblicl y t 0 r* shortly . e '-3:05 P.m 6 it j Wpinbidaj, Do mber 12oo7 the So . .I City' Hall CGorrimiiil ri Chanb� 130''S niet 'Drive, Sol - Fiaddi 61d docUinenti may bd*obteJne d"on or afidr Miiifiday; 146v&inb.r E; 20071rcirn South MlEiml City Hall, City Clerk's 6fflc,4, 6130 Sunset Drive SOW Mkiml`i Florida 33143. A $1 &D plans "a' n*'d* .00 non-Tefundable deposit get 0, sPscifidations i� required. The bid 'will 15e a, %aded to the lowestjr—espbnsible respdrisive bidder. If, however, -the C IfY M* anagat deems it to be In ffie.best interest of th6'cjtp -of South Miami, the City Of South Waml reserves the right t6 (eject any land all bids, to waive any informaNtle s or minor defpcts in any bids, aria to increase ord&ceiitb.sD the quaribtlesshoiwn.in the Bid Form. Bids, which contain lif'eguj,:rltles 'of 'any kind, 'may be'. rejected . as informal. A n6h-mandatbjy pre-bld c6nference' -will b'E3'held at South'Miami city Hall, City Commission Chamber, 6130 Sunset Drive` ' '"South Florida $3143, at 10:00 A_M. , Ioc2I tIM6:on Monday, Novembei 19th, 2007. All interested contractors are Invited to attend. The City * *Of South Miami is -an I . 2quil* Opportunity Em . plaYei and encburagBl�-the'parti6lpation Of obtlifiedblack MBE cdhtraictors:• -­_ Maria M. Menendez, CMC 1115-1 City Clerk 07-B-13/913673M January 25, 2008 I . City of South Miami Engineers Public Works Department Architects P I a n n s 4795 SW 75h Avenue Miami, Florida 33155 Attention: W. Ajibola Balogun, REM Public Works Director & Assistant City Manager Reference. Sunset Drive Improvements Phase 1 (62" Avenue to us-1) City of South Miami Bid No. CI 07-1205 C3TS Project Mo.- 1929-26 EBOODS022 AAC002142 Dear Mr. Balogun: The bids for the above referenced project have been Carefully reviewed and the results have been tabulated. Although at the Bid Opening on December 5, 2007 the apparent low bidder was Solo Construction, their bid contained a significant mathematical error, which upon correction displaced their rank as the lowest bidder., Solo Construction has been informed of, and has acknowledged, their mathematical error on the bid. The next lowest responsible, responsive bidder is M. Vila & Associates. We recommend that the contract be awarded to M. Vila & Associates, Inc., in the amount of $2,146,634.18 for Sunset Drive Improvements Phase 1; their construction experience is directly applicable to this project, and their references were very favorable. We have contacted M. Vila &' Associates regarding their position as the low bidder; they are looking forward to working for the City-on this project. If you have any questions, or need additional Information, please do not hesitate to contact me at (305) 445-2900, or via e-mail at Rich-ardg@C3TS.com. Sincerely, Corzo Castella Carballo Thompson Salman, P.A. Richard Blanco, P.E. Project Manager kkG2b18SdaZa1VNxedw0r1d01929 -26 SumelDdva JmpmvamanLsftar,: 05 Bid CoDrefiangonlRar Award Letter 2zlot: 901 Ponce cle Leon Blvd., Suite 900 Coral Gables, Florida 33134 305-445-2900 .1.800.448.0227 Facsimile 30S.445.3366 Web Site: www.c3ts.com Equal Opportunity Employer 0 vmv -it PROJECT: PROJECT NO.:.' BID DATE:- Zoo OWNER: 0-( spv-� , B DD D ER: v &i I-VI RF,FERENCES: 1. Reference:. Fbcj —I 1r) (-;�- (", Contact Person Listed: �(Xn- () Cak Phone Number: -(,3tS) HCt� - 7- Fay, Number: Address: MOO WA13 Uvim W6 , 3,) t � /,1 Questions: a) Did Contractor complete work? yes No b) Was the work considered satisfactory? Yes No c) Was the work completed on schedule? Yes No d) Comments: (4)06 2. Reference: t i -kN ro • Contact Person Listed: \,1 . C S M , Pf-A-U (kv Phone Number: (9 69 ) q Z 1- Sq C) 0 — Fax Number: Ad&ess:—Z71 V&A 901VA, Sj-fett- J-Q,b Description: � .ti U0 k --w�w --Lj�—.Vk cx-kAck IWODGKI Questions: a) Did Contractor complete work? Gb Yes Na b) Was the work considered satisfactory? (17;-S-7) No c) Was the work completed on schedule? Yes No d) Comments: Yoqo� e V _.,? (I A _O�q _ejA 3. Reference- h2, rAft DD It Contact Person Listed: Ir- WCC tcc Phone Number: Fax Number: 4p Address:' -C.5 e)' Vi Job Description: r a D 1-3 L-\j Questions: a) Did Contractor complete work? b) Was the work considered satisfactory? c) Was the work completed on schedule? d) Comments: N:\01314Medley\01314015 Wastewater Pacilities\0006-ConstAdrn & SSES Rept\Bids\C3TS Contractor Refcrnce Verification Cheo)distdor, US' No es No es No N:\01314Medley\01314015 Wastewater Pacilities\0006-ConstAdrn & SSES Rept\Bids\C3TS Contractor Refcrnce Verification Cheo)distdor, US' Engineering & Construction Department Contractor References Based on Experience, Ability and Financial Standing M, V C - is a potential contractor for Dr. - � 7, -9: It is our practice to obtain references from individual's and companies who have worked with a potential contractor. The above company has included you and/or your company as a reference. We would greatly appreciate your prompt response to the following inquiry as it applies to the nature or your relationship with the company. Those that do not apply should be left blank. Please rate the consultant as follows: 1 — poor 2 — average 3 — above average 4- very goad 5- exceRent * Reference given by: lk�,f) / Name & Title v k ( ��DUTV-* LA Address: oyn [01A NP L city/st/zip M -N , P L. 33 0 Telephone r3vf) Y —?,,3 C-P �2 Date Reference check conducted by: Name: -Pauwo (-, ?, If you have any question about this form, please call (305)663-6350. 2 3 4 5 Criteria A. Ability to complete project on time B. Ability to stay within the budget C. Quali ty of work D. Financial standing (if applicable) E. Experience in their line of work Additional Comments (May indicate last project /transaction with contractor): C Reference given by: lk�,f) / Name & Title v k ( ��DUTV-* LA Address: oyn [01A NP L city/st/zip M -N , P L. 33 0 Telephone r3vf) Y —?,,3 C-P �2 Date Reference check conducted by: Name: -Pauwo (-, ?, If you have any question about this form, please call (305)663-6350. Engineering& Construction Department Contractor References Based on Experience, Ability and Financial Standing \k - ,A I q i � ss 0 % is a potential contractor far the S–Qv1<-e kO(b\Akke�At DWA-S-Z It is our practice to obtain ,7� ah am references from individuals and companies who have worted with a potential contractor. The above company has included you and/or your company as a reference. We would greatly appreciate your prompt response to the following inquiry as it applies to the nature or your relationship with the company. Those that do not apply should be left blank. Please rate the consultant as follows: I – poor 2 – average 3-- above average 4- very good 5- excellent 2 3— 4 Criteria A. Ability to complete projecton time B. Ability to stay within the budget C.Qual1ty of work D. Financial standing (if applicable) WA E. Experience in their line of work Additional Comments (May indicate last project /transaction with contractor): Reference given by: Reference check conducted by: Narne& Title hAQ Ak Name: Tebt o-L cv- C:V�� C4 kAW'.Otk')J a 3T S Address- -7 1 ? VC, V-vA '( -r' City/St/Zip Telephone Nes & q) Date D-e J,73, 2-06? If you have any question about this form, please call (305)663-6350. Engineering & Construction Department Contractor References Based on Experience, Ability and Financial Standing M4, a - 1 - MC t is a 'potential contractor for the SO N 5C T DQ_ QONe Mz Y%, I T. It is our practice to obtain references from individuals and companies who have worked with a potential contractor. The above company has included you and/or your company as a reference. We would greatly appreciate your prompt response to the following inquiry as it applies to the nature or your relationship with the company. Those that do not apply should be left blank. Please rate the consultant as follows: I —poor 2 — average 3 — above average 4- very good 5- excellent Reference given by: Name & Title A Jem� \1 _;O _Q Lt ac -::Z- Address: vJ = VQ city/st/zip Telephone Date Reference check conducted by: Name: If you have any question about this form, please call (305)663-6350. , 2 3 4 5 Criteria A. Ability to complete project on time B. Ability to stay within the budget C. Quality of work D. Financial standing (if applicable) E. Experience in their line of work Additional Comments (May indicate last project /transaction with contractor): 9,%�Cd[C4VV1 C19M Reference given by: Name & Title A Jem� \1 _;O _Q Lt ac -::Z- Address: vJ = VQ city/st/zip Telephone Date Reference check conducted by: Name: If you have any question about this form, please call (305)663-6350. , I I a I IN I I I I ILL, 20.6E, A.D., by THIS AGREEMENT, made and entered into this day of I , fs and between' the C' 0 th MIq I, p of the firs pa (hereinafter sometimes called the "Owner"), and, M S, C,. -, party of the second part (hereinafter sometimes called the "Contractor"). WITNESSETH: That the parties hereto, forthe consideration hereinafter set forth, mutually agree as follows: MIEN, =0.-., A. The Contractor shall furnish all labor, materials, equipment, machinery, tools, apparatus, and transportation and perform all of the work shown on the Drawings and described in the Project Manual entitled: SUNSET DRIVE IMPROVEMENTS - PHASE I & 91 (SVV 62 nd Avenue to US-1 and City Hall) CITY OF SOUTH MIAMI, FLORIDA as prepared by Corzo Castella Carballo Thompson Salman, P.A. acting as, and in the Contract Documents entitled the Owners Engineer, and shall do everything required by this Contract and the other Contract Documents. 1.02 THE CONTRACT SUM A. The Owner shall pay to the Contractor for the fait * hful performance of the Contract, in lawful money of the United States, and subject to addition and deductions as provided in the Contract Documents, as follows: B. Based upon the price shown in the Proposal heretofore submitted to the Owner by the Contractor, a copy of said Proposal being a part of these Cqntract Documents h, lump sum of -T I" the aggregate amount of this Contract i e Dollars I 1.03 COMMENCEMENT AND COMPLETION OF WORK A. The Contractor shall commence work on the date established in the Notice to Proceed, B. The Contractor shall prosecute the work with faithfulness. and diligence and shall be substantially complete with the work not later than two hundred seventy (27'0) calendar days after the commencement date established in the Notice to Proceed. The work shall be completed and ready for final payment within sixty (60) calendar days from the date certified by City's Project Engineer as the date of substantial 00500-1 1929-26 completion. -1-04 CONTRACTOR'S ACCEPTANCE OF CONDITIONS A. The Contractor hereby agrees that he has carefully examined the sites for the work to be performed and has fully satisfied himself that such sites are correct end suitable ones for the 'work to be performed and he assumes full responsibility therefore. The provisions of this Contract shall control any inconsistent provisions contained in the specifications. All Drawings, Specifications and Contract items contained in this Project Manual have been read and carefully considered by the Contractor, who understands the same and agrees to their sufficiency for the work to be done. It is expressly agreed that under no circumstances, conditions or situations shall this Contract be more strongly construed against the Owner than against the Contractor and his Surety. B. Any ambiguity or uncertainty in the Drawings or Project Manual shall be interpreted and construed by the Owners Engineer and his decision shall be final and binding upon all parties. C. it is distinctly understood and agreed that the passing, approval and/or acceptance of any part of the work or material by the Owner, his Engineer, or by any agent or representative as in compliance with the terms of this Contract and/or of the Project Manual covering said work, shall not operate as a waiver by the Owner of strict compliance with the terms of this Contract, and/or the Project m a*nual covering said work; and the Owner may require the Contractor and/or his insurer to repair, replace, restore and/or make to comply strictly and in all things with this Contract and the Project Manual any and all of said work and/or services which within a period of one year from and after the date of the passing, approval, and/or acceptance of any such work or services, are found to be defective or to fail in any way to comply with the Drawings and Specifications. This is provision shall not apply to materials or equipment normally expected to deteriorate or wear out and become subject to normal repair and replacement before their condition is discovered, The Contractor shall not be required to do normal maintenance work under the guarantee provisions. Failure on the part of the Contractor and/or his insurer, immediately after Notice to either, to repair or replace any such defective materials and workmanship shall entitle the Owner, if it sees fit, to replace or repair the same and recover the reasonable cost of such replacement and/or repair from the Contractor and/or his insurer, who shall in any event be jointly and severally liable to the Owner for all damage, loss and expense caused to the Owner by reason of the Contractor's breach of this Contract and/or his failure to comply strictly and in all things with this Contract and with the Drawings and Specifications, 1.05 LIQUIDATED DAMAGES A. It is mutually agreed that time is of the essence of this Contract and should the Contractor fail to complete the work within -the specified time, or any authorized extension thereof, there shall be deducted from the compensation otherwise to be paid to the Contractor, and the Owner will retain the amount of Five Thousand Dollars ($5,000.00) per calendar day as fixed, agreed, and liquidated damages for each calendar day elapsing beyond the specified time for completion, or any authorized extension thereof, which sum shall represent the actual damages which the Owner will have sustained by failure of the Contractor to complete the work within the specified time; it being further agreed that said sum is not penalty, but is the stipulated amount of damages sustained by the Owner in the event of such default by the Contractor. 00500-2 192926 B. For the purposes of this Article, the day of final acceptance of the work shall be considered a day of delay, and the scheduled day of completion of the work shall be considered a day scheduled for production. 1.06 PARTIAL AND FINAL PAYMENTS A. In accordance with,the provisions fully set forth in the General Conditions, and subject to additions and deductions as provided, the Owner shall pay the Contractor as follows: I Within 60 days after receipt of the Contractor's request for partial payment by the Owner, the Owner shall make partial payments to the Contractor, on the basis of the estimate of work as approved by the Owner's Engineer, for work performed during the preceding calendar month, onth, less ten percent (10%) of the amount of such estimate which is to be retained by the Owner until all work has been performed strictly in accordance with this Agreement and until such work has been accepted by the Owner. 2. Upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls, material bills and other costs incurred by the Contractor in connection with the work have been paid in full, and also, after all guarantees that may be required in the specifications have been furnished and -are found to be acceptable by the Owner, final payment on account of this Agreement shall be made within sixty (60) days after completion by the Contractor of all work covered by this Agreement and acceptance of such work by the Owner. 1.07 ADDITIONAL BOND NVII A. It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Performance and Payment Bonds hereto attached for its faithful performance, the Owner shall deem the surety or sureties upon such bonds to be unsatisfactory, or if, for any reason-, such bond(s) ceases to be adequate to cover the performance of the work, the Contractor shall at his expense, and within three (3) days after the receipt of Notice from .the Owner to do so, furnish an additional bond or bonds, in such form and amount, and with such sureties as shall be satisfactory to the Owner. In such evont, no further payment to the Contractor shall be deemed due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in the manner and form satisfactory-to-the Owner. il;lriirriii; ilzi m=!1rii;i;:l The City does not v�aive sovereign immunity for any claim for breach of contract except for payment of any amount owed under the contract; provided, however, that in any action arising out of or to enforce this Agreement, the prevailing party shall be entitled to its reasonable attorney's fees and costs, including, but not limited to paralegal costs, and computer research-, costs. The parties shall not be liable for the prejudgment interest. Any clairh or dispute arising out of or related to this agreement shall be subject to informal mediation, as a condition precedent to the institution of legal or equitable proceedings by either party. Both parties waive the right to arbitration. The parties shall 00500-3 1929-26 1.10 1.11 1.12 1.13 1.14 0 [a FA proceedings by eit er party. Both parties waive the right to arbitration. The parties shall share the me Jiator's fee and any filing fees equally. The mediation shall be held in Miami-Dada County, Florida, unless another location is mutually agreed upon. Agreemen:s reached in mediation shall be enforceable as settlement agreements in the pircuit court for the 11'' Judicial Circuit for the State of Florida. , SIGNATORY AUTOORITY The officials exe�uting this Agreement warrant and represent that they are authorized by their respective agency to enter into a binding agreement. LIENS Contractor is prohi ited from placing a lien on the City's property. This prohibition shall apply to, inter fia, all subconsultants and subcontractors, suppliers and labors. INCORPORATE ERY REFERENCE DOCUMENTS ENCLOSED IN PROJECT MANUAL The contract enclo 3ed Within the "Project Manual for Sunset Drive Improvements — Phase I & 11 (SW 62 d Avenue to US-1 and City Hall) Phase I & 11, City of South Miami, City's BID No.: Cl 07-1205" and all attachments in the Manual and the Construction Drawings shall be incorporated by reference into the contract, as exhibits to the con, ract. Between the contract and the attachments in the manual; the provisions oft e contract shall control should there be any inconsistency in the documents. TRANSFER AND ASSIGNMENT None of the work 0 services under this contract shall be subcontracted beyond that shown on List of Major Sub-Contractors (page 00300-4 of the Proposal) unless Contractor obtains prior written consent from the City. Approved subcontractors shall be subject to Oach provision of this contract and Contractor shall be responsible and indemnify the Pity for all subcontractors' acts, errors or omissions. The Contractors all not assign, transfer or -pledge any interest in this contract Without the prior written consent of the City; provided, however, that claims for money by the Contractor f rom the City under this contract may be assigned, transferred or pledged to a bank, trust company, or other financial institution without ' the City's approval. Written notice of any assignment, transfer or pledge of funds shall be furnished within 10 days by the Contractor to the City. - EXAMINATION AND RETENTION OF CONTRACTOR'S RECORDS The City, or any of payment under th Contractor's boot transactions relate excerpts, and trar, air duly authorized representatives, shall, until 3years afterfinal contract, have access to and the right to examine any of the ledgers, documents, papers, or other records involving to this contract for the purpose of making audit, examination, ;riptions. B. The Contractor agrees to include in first-tier subcontracts under this contract a clause substantial y the same as subparagraph 1.14.A. above. "Subcontract," as used in this clausE excludes purchase orders not exceeding $10,000. C. The right to access and examination of records in subparagraph 1.14.A. shall continue until disposition of any mediation, claims, litigation or appeals. All documents, reports, plans, specifications or other records, including electronic records, resulting from the services rendered by the Contractor under this contract shall be deemed the property of the City and the City shall have all rights incident to this ownership. The Contractor acknowledges that all documents prepared under this contract shall be public records, and shall be subject to public inspection and copying, as provided by Florida Statutes chapter 119. Upon conclusion of this- contract and any extensions, all documents shall be delivered by the Contractor to the City. The Contractor shall have the right to retain copies of the documents at the Contractor's expense. 1.16 SEVERABILITY Should any paragraph or any part of any paragraph of this contract be rendered void, invalid or unenforceable by any court of law, for any reason, the determination shall not render void, invalid or unenforceable any other section or part of any section of this contract. 1.17 CONTINGENCY FEE AND CODE OF ETHICS WARRANTY A. Contractor warrants that neither it, nor any principal, employee, agent, representative or family member has promised to pay, and Contractor has not, and will not, pay a fee the amount- of which is contingent upon the City awarding this contract to Contractor. I B. Contractor warrants that neither it, nor any principal, employee, agent, representative or family member has procured, or attempted to procure, this contract in violation of any of the provisions of the Miami-Dade County or the City of South Miami conflict of interest and code of ethics ordinances. C. A violation of this paragraph will result in the termination of the contract and forfeiture of funds paid, or to be paid, to the Contractor. gx*_TdF_110,�� The signatories to this contract warrant that they are duly authorized by action of their respective city commission, board of directors or other authority to execute this contract and to bind the parties to the promises, terms, conditions and warranties contained in this contract. INDEPENDENT CONTRACTOR The Contractor is furnishing its services as an independent Contractor and nothing in this contract shall create any association, partnership or joint venture between the parties, or any employer-employee relationships. 00500-5 1929-26 IN WITNESS WHEREOF the parties hereto have executed this Agreement on the day and date first above written in five (5) counterparts, each of which shall, without proof or accounting for the other counterparts, be deemed an original Contract. (Seal) CleFW-eda M. Manen WWI 25 11 WITNESS: (if corporation, attach Seal and attest by Secretary) I I U-1 W U0000 A I �b City of South Miami, Florida Party of the First Part ktBy. tt vn City Manager Contractor Party of the Second Part Title (*) In the event that the Contractor is a Corporation, the following certificate of resolution of the Board of Directors of the Corporation, authorizing the officer who signs the Contract to do so in its behalf shall be completed. 00500-6 1929-26 STATE OF FLORIDA) ss COUNTY OF I HEREBY CERTIFY that a meeting of the Board of Directors of wvlt-4 a corporation under the laws of the State of held on 20�, the following resolution was duly passed and adopted: 11aTiv V111A as "RESOLVED, that i-A en of the corporation, be and he is hereby authorized to execute the Contract dated ,(, 20V3 between the CITY OF SOUTH MIAMI, a municipal corporation, and this corporation, and that this execution thereof, attested by the Secretary of the corporation and with corporate seal affixed, shall be the official act and deed of this corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of thb corporation this day of �t;3. 20_0L. Secretary . MIM F901MAMMM 00500-7 1929-26 I 11 M-7 Bond no. SU1026894 PERFORMANCE BOND STATE OF FLORIDA) COUNTY OF Miami, -. ss Dade KNOW ALL MEN BY THESE PRESENTS, that M. Vila & Associates, Inc. as Principal, hereinafter called Contractor, and Arch Insurance Company as Surety, hereinafter called Surety, are held and firmly bound unto the City o f South Warn, as Obligee, hereinafter Galled Two Million oge Hundred Fon si� Thousand Owner, in the amount of S:Lx Hundred T irty Four.. and 871 0 ----------- Dollars ($2_,146,634.18 for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and. severally, firmly by these presents. WHEREAS, contractor has by written agreement dated -Y - 00 2 -L_, entered into a Contract with Owner for: SUNSET DRIVE IMPROVEMENTS - PHASE I & If (SW 62nd Avenue to US ®1 and City Hall) CITY OF SOUTH MIAMI, FLORIDA in accordance with Drawings and Specifications prepared by Corzo Castella Carballo Thompson Salman, P.A. which Contract is by reference made a part hereof and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH,- that, if the Principal shall in all respects promptly and faithfully perform and comply with the terms and conditions of said Contract and his obligations thereunder and shall indemnify the owner and the Consulting Engineer and save either or all of them harmless against and from all costs, expenses and damages arising from the performance of said Contract or the repair of any work thereunder, then this obligation shall be void; otherwise, this Bond shall remain in full force and effect, in accordance with the following terms and conditions: A. The Principal and Surety jointly and severally agree to pay the Owner any difference between the sum to which the said Principal would be entitled on the completion of the 00610-1 . 1929-26 the Contract, and that sum which the Owner may be obliged to pay for the completion of said work by Contract or otherwise, and any damages, direct or indirect or consequential, which the said Owner may sustain on account of such work, or on account of the failure of said Contractor to properly and in all things, keep and execute all of the provision of said Contract. B. And this Bond shall remain in full force and effect for a period of one (1) year from the date'of acceptance of the project by the Owner and shall provide that the Contractor guarantees to repair or replace for said period of one (1) year all work performed and materials and equipment furnished thatwere not performed orfurnished according to the terms of the Contract, and shall make good, defects thereof which have become apparent before the expiration of said period of one (1) year. If any part of the project, in the judgment of the Owner, for the reasons above stated needs to be replaced, repaired or made good during that time, the Owner shall so notify the Contractor in writing. If the Contractor refuses or neglects to do such work within five (5) days from the date of service of such Notice, the Owner shall have the work done by others and the cost thereof shall be paid by the Contractor or his Surety. C. And the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive Notice of any change, extension of time, alteration or addition to the terms of the Contract or to the work or to the Specifications. D. The surety represents and warrants to the Owner that they have a Best's Key Rating Guide General Policyholder's Rating of A and Financial Category of "Class XV IN WITNESS WHEREOF, the above bounded parties executed this instrument under their J several seals, this A -,--day of 20 0� I A.D., the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. WITNESS: (if Sole Ownership or Partnership, two (2) Witnesses Required). (if Corporation, Secretary Only will attest and affix seal). 00610-2 1929-26 % I I "?- 0, 1 r- t 11 f7 C' . PRINCIPAL: M- Vila & Associates, Inc. Signature of A6thorized Officer (Affix Seal) Title 12097 N.W. 98th Avenue Business Address Hialeah Gardens, Fl 33018 City, State ip Code SURjF: Aro?h IpAuWrac fmpan, Corporate Surety Uharles J- Nielson Attorney -in- fact /Resident Agent Title One Liberty Plaza, 53rd Floor Business Address New York, NY 10006 City, State & Zip Code Nielson & Company, Inc. Name of Local Insurance Agency 00610-3 1929-26 IT WrT" I �i OF I 09 1A -1111 fog 14- certify that I am the Secretary of the Corporation names as Principal in the within Bond; that ]h la who signed the said bond on behalf of the Principal, was the RV-S of said Corporation; that I know his signature, and his signature hereto is genuine; and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. Secretary (Corporate Seal) STATE OF FLORIDA) Miami- SS COUNTY OF Dade) Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared Charles J. Nielson to me well known, who being by me first duly sworn upon oath, says that he is the Attorney-in-Fact, for the Arch.Insurance Company that he has been authorized by Arch Insurance Company to execute the foregoing bond on behalf of the Contractor named therein in favor of the City of South Miami, Florida. Sworn and subscribed to before me this 25 day ru y .2008A.®. Qp�r �uy Attorney) official seal Notary Pubfie—State--of Florida GICUL, PA10,, at Large Nofarypub"61 Stal$OtFlorlda My Commission Expires: MYCOMM Fxplrwan4 2oog NOLD 370342 211111 9: 1 OV , 00610-4 1929-26 Know All Men By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City,, Missouri (hereinafter referred to as the "Company') does hereby appoint Mary C. Aceves, Warren. M. Alter, Charles D. Nielson, Charles J. Nielson and David R. Hoover of Miami Lakes, FL (EACH) its true and lawful Atfomey(s)4n-Fact; i.o make, execute, seat, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and died: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check, draft or letter of credit This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and Undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all infdnts and purposes, as If the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Kansas City, Missouri. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company an March 3. 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect 'VOTED, That the Chairman of the Board, the Presidenk or any Vice President or their appointees designated in writing and filed With the Secretary. or the Secretary shall have the power and authority to appoint agents and attomeys4ri-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity 'and other writings, obligatory in the- nature thereof, and any such officers of the Company may appoint agents for acceptance of process,' This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the B6ard of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board, the President, or ahV.*Vice President or their appointees designated in writing and filed with the Secretiry, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney' or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power to exectit6d, . sealed and certified with respect to any.bond or undertaking to which it is attached, shall continue to be.v'alid and binding upon the Company. 00ML0013 00 03 03 Page 1 of 2 Printed In U.S.A. In Testimony Whereof, the Company has cawed this instrument to tie signed and its corporate seal to be aff xed by their authorized officers, this 28th day of . Februay , 20 0Y Arch Insurance Company Attested and Certified iFAL &Marfln J. N /sen,'Secretary STATE OF NEW YORK SS COUNTY OF NEW YORK SS I Peter J. Calleo, a Notary Public, do hereby certify that Edward M. Taus and Martin J. Nilsen personally known to me to be the same persons whose names are respectively as Vice President and Secretary of the Arch Insurance company, a ' d, subscribed toe foregoing instrument corporation organized and existing under the laws of the State of MjI ssou appeared before me this day in person and severally acknowledged that they being thereunto duty authorized signed, ,n Avoluntary act of said corporation and as seated with the corporate seat and delivered the said Instrument as the free an o their own free and voluntary acts for the uses and purposes therein set forth'. Pl �R J. CALLEO, EM Peter J. C I M Notary Public, state of NOW York et J. Cal Notary Public iss n 0' ires No. 02CASM335 my commiss n expires 5-03-2C DS avaliflecl in NawYork County CERTIFICATION Commission Expires May3. 2001$ -by certify that the attached Power of Attorney dated 1, Martin J. Nilsen, Secretary-of the Arch Insurance Company, do here, s* been In full force and effect on behalf *of the person(s) as listed is a true and correct cop�'and that the same has since the date thereof and is in full form and affect on the date of this certificate; and I do further certify that the said Vice President, on the date of execution of the attached Edward M. filets, who executed ft Power of Attorney as V t Power of Attorney ' the duty elected Vice President of the Arch Insurance Conipany. IN TESTIMONY WHEREOF, 1' have hereunto subscribed my name and affixed the corpora!p seat of the Arch insurance Company on this day of Martin J. itssn; Secretary . Limits the acts ofthose named therein to the bonds and undertakings specifically narned.therein. This Power of Attorney Ii " and they have no auth61iiy to.binidthe Company excep t in the manner and to thd 'extent herein stated. PLEASE S&DALL tLAlM INOUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS. Arch Surety 3 Parkway, Suite 1500 Philadelphia, PA 19102 00MI-001 3 00 03 03 ance CO3M,gWE a SFAL Printed In U.S.A. STATE OF FLORIDA) Miat� SS COUNTY OF Dade Bond no. SU1026894 KNOW ALL MEN BY THESE PRESENTS, that M. Vila & Associates, Inc. as Principal, hereinafter called Contractor, and Arch Insurance Company as Surety, hereinafter called Surety, are held and firmly bound unto the city of South Miami , as Obligee, hereinafter called Owner, in the amount of Two Million One Hundred Forty Six Thousand Six Hundred Thirty Four and 18/100 Dollars ($2,146,634.18 for the payment whereof ............ Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated Krt . (A A-200 entered into a Salman, P.A. which Contract is by reference made a part hereof and is hereinafter, referred to as1h.e Contract. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that if the is Principal shall promptly make payment to all claimants, as herein below defined, then this obligation shall be void; otherwise, this Bond shall remain in full force and effect, subject to the following terms and conditions: A. A claimant is defined as any person supplying the Principal with labor, material and supplies, used directly or indirectly by the said Principal or any subcontractor in the prosecution of the work provided for in said Contract, and is further defined in Section 255,05(i) of the Florida Statutes. B. The above named Principal and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period 00620-1 1929-26 I period of ninety (90) days after performance of the labor or after complete delivery of materials and supplies by such claimant, may sue on this Bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. C. No suit or action shall be commenced hereunder by any claimant. 1. Unless claimant, other than one having a direct contract with the Principal, shall within forty-five (45) days after beginning to furnish labor, Materials or supplies for the -prosecution of the work, furnish the Principal with a notice that he intends to look to this bond for protection. 2. Unless claimant, other than one having a direct contract with the Principal, shall within ninety (90) days after such claimant's performance of the labor or complete delivery of materials and supplies, deliver to the Principal written notice of the performance of such labor or delivery of such material and supplies and the nonpayment therefore. 3. After the expiration of one (1) year from the performance of the labor or completion of delivery of the materials and supplies; it being understood, however, that if any limitation embodied in this Bond is prohibited by any law controlling the construction hereof such limitations shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. 4. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. D. The Principal and the Surety jointly and severally, shall repay the Owner any sum which the Owner may be compelled to pay because of any lien for labor or materials furnished for anywork included in or provided by said Contract. . E. The Surety, for value received, hereby stipulates and agrees that no change, extension of -time, alteration of or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications applicable thereto shall in any way affect ' its obligations on this Bond, and the Surety hereby waives notice of any such change, extension of time, alterations of or addition to the terms of the Contract, or to the work or to the Specifications. F. The Surety represents and warrants to the Owner that they have a Best's Key Rating Guide General Policyholders rating of A and Financial Category of "Class XV IN WITNESS WHEREOF, the above bounded parties executed this instrument under their several seals, this__�! day of a 20 Ok, A.D., the name and corporate sea[ ofe'ach 'corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. 10MM IJ I WITNESS: (if Sole Ownership or Partnership, two (2) Witnesses Required). (if Corporation, Secretary Only will attest and affix seal). PRINCIPAL ;M;o Vila - && fAs ociates, Inc. -11--- Signature of Authorized Officer (Affix Seat) ff Title 12097 N.W. 98th Avenue Business Address Hialeah Gardens, FL 33018 City, State 1p Code 6ta Code te & 1p W1 SURET Arc Ins rVXo &pay Surety rat Su Corpora e urety arles J. Nielson Attorney -in -fact) Resident Agent Title One Liberty Plaza, 53rd Floor Business Address N ew -York, NY 10006 City, Stag & Zip Code Nielson & Company, Inc. Name of Local Insurance Agency 00620-3 1929-26 k certify that I am the Secretary of the Corporation named as Principal in the within Bond; that Hattivl—V', 14 who signed the said bond on behalf of the Principal, was then, of said Corporation; that I know his signature, and his signature hereto is genuine; and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. Secretary STATE OF FLORIDA) COUNTY 0 F Miam - ss Dadef Corporate 07Z Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared Charles J. Nielson to be well known, who being by me first duly sworn upon oath, says.that he is the Attorney -in` -Fact, for the Arch Insurance Company and that he has been authorized by Arch Insurance ComRanV to execute the foregoing bond on behalf of the Contractor named therein in favor of the City of South Miami, Florida. Sworn and Subscribed o before me this 25 day Of February 20 08 A.D. (Attach Power of A GICELLE PAJON Notary iic - -��e of Florida Notary Public, State of Florida at Larg�--' My Comm ExpiteSjanil 2009 NO.DD a73342 WA. My Commission Expires: END OF SECTION 00620-4 i Know All Men By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws Of the State of Missouri, having its principal office in Kansas City, Missouri (hereinafter referred to as the "Company") does hereby appoint Mary C. Aceves, Warren M. Alter, Charles D. Nielson, Cha' rles J. Nielson and David R. 1-16over of Miami Lakes, FL (EACH) its true and lawful Attorhey(s)4n-Fact; ter make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, an'd as its act and d6ed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check, draft or letter of credit_ This authority does not permit the same obligation to be split into two or more bonds in order ter bring each such bond within file dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all ini6nts and purposes, as If the same had been duty executed and acknowledged by its regularly elected officers at its principal Office in Kansas City, Missouri- This Power of Attorney Is executed by authority of resolutions adopted by unanimous consent of the Board of Directors . of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Sectetary as being in full force and effect: `VOTED, That the Chairman of the Board, the President; or any Vice President or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity 'and other writings, obligatory In the, nature thereof, and any such officers of the Company may appoint agents for acceptance of process.g I This Power of Attorney is signed, seated and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Bdard of Directors of the Company on March 3, 2003: VOTED. That the of the Chairman of the Board, the President, or ahV. Vice President, or their appointees designated in writing and filed' with the Secretary, and the signature of the Secretary, the deal of th6 Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors an March j, 2003, and any such powerso . . executed, 'seated and certified with respect to any bond or undertaking to which it is attached, shall continue to bav'alid and binding upon the Company. CM69MI-0013 00.43 03 e. Page 1 of 2 Printed In U.S.A. is rxed by their in Testimony Whereof, the Company has caused this instrument to be signed and its corporate seat to be aff authorized officers, this 2___ 8th of _ February_, 20 07 Arch Insurance Company Attested and Certified nee 0*0PATZ &EAL Martin J. Ni sen,'Secretapi STATE OF NEW YORK SS COUNTY OF NEW YORK SS qce President I Meter J. Calleo, a Notary Public, do hereby certify that Edward M. Titus and Martin J. Nilsen personally known to me to respectively as Vice President and, Secretary of the Arch insurance Company, a be the same persons whose names are resPe foregoing instrument Corporation organized and existing under the laws of the State of WlssOufl, subscribed to the foreg _ appeared before me this day in person and severally acknowledged that they being thereunto duty authorized signed, sealed with the corporate seal and delivered the said instrument as the tee an voluntary act of, said corporation and as y 4' their own free and voluntary acts for the uses and purposes therein set forth. P te J. Tic PF-TER J. 6ALLEG, ESQ- Cal ry P OFR Peter J. Cal ,notary PU tic I Notary PUbtle. State of NGWY a My (.0 23-2C No. 020AM9338 My core n expires 5-;�2008 ov:Jified In NawYork county CERTIFICATION commission Fxplres May .3,2008 1, Martin J. Nilsen, Secretary-of the Arch Insurance company, do hereby cofy.that the attached Power of Attorney dated of the person(s) as listed above is a true and correct copy and that the same has'been In full force and effect on behalf d effect on the date of this certificate; and I do further certify that the said since ' e the date thereof and is in full force an by as Mee President was on the date of execution of the attached Edward M. Titus, who executed the power of Attorney eyj President of the Arch Insurance Conlpany. Power of Attom the duty elect6d'Vic:6 Presi IN TEST[ . MONY WHEREOF, I* heive hereunto subscribed'my name and of the corpora ta seal of the Arch Insurance Company on this _day of 20_- Martin J. ilsen. Secretary This Power of Attorney limits the acts of those named therein to the bonds and - undertakings specifically named,therein and they have no authority to b. nthe Company except in the manner and to the extent herein stated. , d I' * PLEASE SEND'ALL i::Lmm INQ'UjRIES kl�TOG ` O THIS BOND TO T, HE FOLLOWING ADDRESS: Arch Surety 3 Parkway, Suite 1500 Philadelphia, PA 191,02 I- ance 63 FEtI. ODML0013 00 03 03 Page 2 of 2 Printed In U.S.A. V- --- - Fmm, brown & brown of Florida, Inc. To: Madefin Page: 213 Date: 2/28/2008 10:33:28 AM ACORD. CERTIFICATE OF LIABILITY INSURANCE OP ID CHI DATE (MVvDDrYYYy) TYPE OF INSURANCE 14VILA-'1 1 02/28/08 PRODUCER UIVIT's , THIS CERTIFICATE IS ISSUED AS MATTER OF INFORMATION - GENERAL LIABILITY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE BROWN & BROWN OF FLORIDA INC EACH OCCURRENCE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 8000 GOVERNORS SQUARE BLVD 400 X ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. MIAMI LAKES FL 33016-1388 03/18/07 03/18/OB �UL I U Ht:N I LIJ PREMISES (Ea attreace) Phone: 305-364-7800 Fax: 305-822-5687 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A C01MERCE AND INDUSTRY INS CO — i9410 $ 10 000 In' PERSONAL & AOV 1IMIRY INSURER B AMERICAN GUAFJUr= & LIAB INS 26247 M, VILA & ASSOCIATES INC INSUREP C CCM�MRCZ AND IBMUSTRY 119S CO 19410 12097 NW 98TH AVENUE GENEPALAGGPEGATE INSURER D. HIALEAH FL 33018 PRODUCTS - COMP170P AGG INSURER E THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I TRSR— LTR NSRD TYPE OF INSURANCE POLICY NUMBER CTTVE POUCY EXII DATE (M r1'Y) POLICY EXPIRATION DATE JMMMDIYY) UIVIT's GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X X 01.11,,En, tAL C-EI;ERAL LIABILI! GL1800011 03/18/07 03/18/OB �UL I U Ht:N I LIJ PREMISES (Ea attreace) $ 100,000 00, C L'I-iT. Fx-1 C."IC I,P MED E7P (Arry one Person)- $ 10 000 In' PERSONAL & AOV 1IMIRY 1; 1,000,000 GENEPALAGGPEGATE 42,000,000, PRODUCTS - COMP170P AGG s 2,000,0001 ',EtTi A,,GPEGATE LIMIT APPLIES PEP Ppo JEC T L---,: AUTOMOBILE LIABILITY BDMIEeD 2GLE OMIT - $1,000,000 , CA8262630 03/16/07 03/38/08 (East cn __-_._—.......- BODILY INJURY ALL (:NWED AUTOS Sr.HECOLEC. ALIT_iF- (per perann) $ BODILY INJURY HIPECI ALIT 0S I ",-WOWNEE, -Ul OS X PROPERTYCAMAGe (Per accident) ..GE U..' AUTO ONLY - FA ACCIDENT OTHER THAN EA AICC ANY AUTO $ $ AUTO ONLY ACG EXCESSUMBRELLA LIABILITY EACH OCCURRENCE 00 $ 3,000 1:04 3 KI OCCOR CL,-jnISt'V'r'E AUC9258641-00 03/18/07 03/18/08 AGGREGATE -1 3, 000, 000 '--T DEDUCTIBLE T: X P F :ETE.11'O. $10,000 WORKERS COMPENSATION AND TWCSA yT"1T11- 0TH- ' ] -C EMPLOYERS' LIAB., 1593307 06/01/07 06/01/08 EL EACH ACC40ENT __ s500,000 �Nv PP.CIPRIET"PJPAP.INEP.,E'<El�-I)IlYr: EL DISEASE - EA, EMPLOYEE I$ 5OO' 000H OFFICEPiMEMBEP EyrLi.-['ED^ nc5uiba unme, PP.'iv0ONS below EL DISEASE. POLICY LIMIT 1$500,000 OTHER DESCRIPTION OF OPERATIONS i LOCATIONS VEHICLES EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE: Bid #CI 07-1205 - Sunset Drive Improvements - Phase I & II (SW 62 Ave to USI & City Hall) ; City, of South Miami and C3TS are Additional Insureds, when required by written contract, with respects to General Liability only. CERTIFICATE HOLDER CANCELLATION CIT-143 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION 5 DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTE4 NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SHALL CITY OF SOUTH MIAMI IMPOSE NO OaUCATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS ACFNTS OR 6130 SUNSET DRIVE SOUTH MIAMI FL 33143 REPRESENTATIVES. *0 REPRESENTATIVE ACORD 25 (2001108) 1 @ ACORD CORPORA E 5 if �H as Lu wLU a off„ ;o alga lit 0 r- g n f � o co s do I t CS) K Ul O SZO� elm y Ul O N T to a � r �CY U o � 7 E- w y O zx d 0 W. r V G S = D u 1 VI Of{{;;-! �g2 roan imu Qg Zr e AT �4pea�fi W Z 0048 W ■aid MGM x. 4j I� w I z ujy F- �I i b � � t r Q it LL q, i� o W ' w � � IIII � 0 � 3 s �b N it JE a a € � $ gal � os� �a -114fli agl I "A'a a 111 ELI 0 n s n a 1 ao � o 4Z0 —fiZat U} LU J Q 0 N CZ 2 ca a � F �mv O c4 �M ai o z� mx � a a h O W W O 1- U a#Ux o -1 -a? y¢j e�8n Rknki a° Nao�a99 �VJg$E 80 �ZOI mom Fyn g U,pF aosoa W U�a4 za<gpgg �Wa0it pO 4 tu z 0-1 V a CO) Qa 0- i Q � 3 s �b N it JE a a € � $ gal � os� �a -114fli agl I "A'a a 111 ELI 0 n s n a 1 ao � o 4Z0 —fiZat U} LU J Q 0 N CZ 2 ca a � F �mv O c4 �M ai o z� mx � a a h O W W O 1- U a#Ux o -1 -a? y¢j e�8n Rknki a° Nao�a99 �VJg$E 80 �ZOI mom Fyn g U,pF aosoa W U�a4 za<gpgg �Wa0it pO 4