Loading...
Res. No. 154-07-12539RESOLUTION NO.: 154 -07 -12539 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH HOMESTEAD CONCRETE & DRAINAGE, INC. FOR CHURCH STREET IMPROVEMENTS - PHASE IV CONSTRUCTION IN AN AMOUNT OF $340,404.18 TO BE CHARGED TO MIAMI -DADE COUNTY OFFICE OF COMMUNITY & ECONOMIC DEVELOPMENT (OCED) ACCOUNT NUMBER 106 -1730- 541 -6302 AND ACCOUNT NUMBER 001- 2100 - 519 -9920; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the Mayor and City commission wishes to provide infrastructure improvements along Church Street Improvement from SW 64th Street to SW 66th Street, and WHEREAS, the Mayor and City Commission authorize the City Manager to execute a construction contract with Homestead Concrete & Drainage, Inc. for the Church Street Improvements - Phase IV project for an amount of $340,404.18. •. THEREFORE, • •• AND CITY COMMISSION •' THE CITY OF • MIAMI, •' i Section 1: That the Mayor and City Commission authorize the City Manager to execute construction contract with Homestead Concrete & Drainage, Inc. for the Church Street Improvement - Phase IV project in an amount of $340,404.18. Section 20 That the project's construction cost shall be charged to account numbers 106 -1730- 541 -6302 and 001 -2100- 519- 9920with account balances of $235,000 and $612,900, respectively. Section 3. The attached t l/ f PASSED AND ADOPTED this day Of r E T: - (_� - CLERK 11 4 - Include File Name and Path APPROVED: AYOR COMMISSION VOTE: 4 -0 Mayor Feliu: Yea Vice Mayor Wiscombe: Yea Commissioner Palmer: absent Commissioner Birts: Yea Commissioner Beckman: Yea 17TIMIT1111rivilt "I, 141T11 To: The Honorable Mayor Feliu and Members of the City Commission Via: Yvonne S. McKinley, City Manager From: W. Ajibola Balogun, REM, CFEA, Director Public Works & Engineering Department Date: September 18, 2007 Agenda Item No.: Subject: Construction Contract with Homestead Concrete & Drainage, Inc. for construction of Church Street Improvements — Phase IV. 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 HOMESTEAD CONCRETE & DRAINAGE, INC. FOR CHURCH STREET IMPROVEMENTS — PHASE. IV CONSTRUCTION IN AN AMOUNT OF $340,404.18 TO BE CHARGED TO MIAMI-DADE COUNTY OFFICE OF COMMUNITY & ECONOMIC DEVELOPMENT (OCED) ACCOUNT NUMBER 106-1730-541-6302 AND ACCOUNT NUMBER 001-2100-519-9920; PROVIDING FOR AN EFFECTIVE DATE Request: Authorizing the City Manager to execute construction agreement with Homestead Concrete& Drainage, Inc. for the Church Street Improvements —Phase IV. . Reason/Need: The intent of this project is to continue providing infrastructure improvements along Church Street. This Phase IV improvement along Church Street will start from SW 64th Street to SW 66th Street. It is our intent to award the construction contract to Homestead Concrete & Drainage, Inc. by "piggybacking" on their existing contract for Phase 111. According to the attached Opinion of Construction Cost at current prices, this "piggybacking" method (using a year old prices) will save the City approximately $50,000. $340,404.18 Funding Source: Miami-Dade County OCED Grant Account No. 106-1730-541-6302 will fund $235,000 towards the project while $55,404.18 will be funded from account number 001-2100-519-9920. The City's Community Redevelopment Agency (CRA) will consider funding $50,000 towards the project at their next board meeting. Page 2 of 2 Comm. Agenda Item No.: Sept. 18, 2007 L3 Proposed Resolution U Bid Opening Report for Phase III on Friday, May 26, 2006 U Tabulated Bids and Revision to Bid Form Quantities & Cost for Phase III project U Prices submitted by Homestead Concrete & Drainage, Inc. for this Phase IV project U The City's resolution approved for Phase III U Copy of Section 00500 (Contract) of the Project Manual Page 2 of 2 08/01/07 City of South Miami 6130 Sunset Drive South Miami, FL 33143 Re: Church St (S.W 59th PI) Improvements — Phase 4 (S.W 6e St to S.W 64 St) Bid No. C107-0824 Attention: Ajibola Balogun Public works & Engineering Director Homestead Concrete & Drainage has reviewed the prices from phase 3 and compared them with the new quantities provided for phase 4 and have agreed to perform the work and keep the same prices used in phase 3 even though the wage have changed since phase 3 contract, as shown on the attached wage rate exhibit. Sincerely, Alfredo ord ro President Homestead Concrete & Drainage, InG •• . Box 1273 Homestead, FL 33090 Phone: 305-248-9649 Fax: 305-248-9650 08/01/07 City of South Miami 6130 Sunset Drive South Miami, FL 33143 Re: Church St (S.W 59th PI) Improvements — Phase 4 (S.W 6e St to S.W 64 St) Bid No. C107-0824 Attention: Ajibola Balogun Public works & Engineering Director Homestead Concrete & Drainage has reviewed the prices from phase 3 and compared them with the new quantities provided for phase 4 and have agreed to perform the work and keep the same prices used in phase 3 even though the wage have changed since phase 3 contract, as shown on the attached wage rate exhibit. Sincerely, Alfredo ord ro President CIIUFRCH STREET (S.W. 59"` PLACE) IMPROVEMENTS — PHASE 4 (S.W. 66" STREET TO SA K 64h STREET) CITY OF SOUTH.NHANIff, BID NO. C107-0824 W` HS PROJECT NO. 573-4.00 BID FORM Bid prices stated* in the proposal shall include all costs and expenses for taxes, labor, equipment, materials, mobilization, contractor's overhead and profit. The quantities for pa)'MCDt UTVJ;:r this Contract will be detennined by actual measurement of the completed items in place, ready for service and accepted by the Owner. Contract prices for the various work items are intended to establish a total price for completing the project in its entirety. Payment for any item not listed in the Bid Form but shown in the plans shall be included in the proposal. All work and incidental casts %ha[J be included for payment under the sevc-ral scheduled items of the overall contract; no separate or additional payment will be made. 003rX)-4 LMT ITENI DESCRIPTION QUANTITY UMT PRICE IWOUN.-T ROADWAY rmms: RDA Demolition, removal and disposal 00 of existing sidewalk. I (IM SY 'S RD-2 Druvollition, removal and disposal of existing concrete curb & gutter. 1501") LF s _-'T 3, S 1 0, PS" C0 RD•3 Pavement Milling (depth varies -T'max.) '215.) SY 6V RD4 Clearing and grubbing, including demolition. rcraiwal and disposal of existing paverneul behind new curb & gutter line.. i US S:(4Y_CQ $_.nL5_ RD-5 1" Type S-3 Asphalt 2150 SY S_Jil _T' (Including Pavement Marking Replacement) C5 (03 RD-6 Back of sideixalk area restoration 1 RV-7 (sod asphalt) or as Type ­F'concrete curb and gutter 20OG LF S 7-9 0 - RD -8 Concrete Sidewalk (1" '1 6" at driveways), Including subgrade prep. driveways, dTop curbs, handicap ramp,s, sidewalks finishes. and providing and resetting %-dier meter boxes its necessary. 121{) SY ' L4/,, $ al f L- 0 . D RD-9 Vehicular Brick Pzvrrs with 2" 500 SY (XIIN i A�� oco - (ASTRI 01212 -Type F) Herringbone pattern, color #30103 (Terracotta) pattern angle: RD_ 10 45 degree to road alignment Miscellaneous Concrete -15 SY s-1�0--oD -00 RD -11 Light Pole (Relocate) I EA $_2 15 32 L15- D-11 OZ-1 RD-12 Tamp Irgets FA T11c, 's :7 t'2' RD -13 Manhole'rop Replacements 7 EA $ OV RD-14 12"Corrut-Fled Pipe 50 1j, SUB-TOTAL: 003rX)-4 CITURCH STREET (S.W. 50th PLACE) IMPROVEMENTS — PE SE 4 (S.W. 66th STREET TO SAV. 64'b STREET) CITY OF SOUTH ?off AMI, BUD NO. C107-0824 WHS PROJECT NO. 5734.00 SUB-TOTAL: $-!y e-1 / 0 • c 0 UMT ITEM DESCRIVIFION QUAINNITY INIT PRICp ELECTRICAL ITEMS E-1 Jr-stall underground electrical conduit for proposed ITL lighting system tinder pavement, 1200 B-2 Instal I pull boxes for proposed FPL lighting system. 8 SG TI- TOTAL: AMOUNT LF $_ :75 0 � S 3 (j', coo r-A $ CD $ y -7 UNIT ITEM DESCRUTION QUANT'ItY UNIT VRI .I± ANIOUNT smrr Ahawyms nEms • Furnish and install Prefabricated benches 5 PA Fum-receptacle aiJ install litterrece 4 EA s )A- 3 Furnish and Install Centered Canopy I 13A SUB-TOTAL: UNIT ITUM DESCRIPTION 011A.Vr lj-.Nff PRICE MNIOUNT LA NDSCAPINGARRIGAII!2N FrENIS (A Furnish and install Wax Iistnina 65R &I S (Soil & mulch is included in plant cost) NX 12 Furnish and install Key Thatch Palm 22 EA (Soil & mtjlcb is included in plant cost) -3 Furnish and install Silver Buttonwood 719 13- A (Soil & mulch is included in plant cost) L 4 Furnish and install Spanish S-oppr 30 LA 00300-5 MIT ITEM DESCRIPTION alAN'rITY UNIT P`RJCV AMOUNT PAVF'Lvf*F ,,N-rS MARKING & SIGIMNG ITEMS: PIMS- I iii-Directionat Ref ex- Pavement M-okers 40 FA 1IMS-2 12" Solid White Thermoplastic Stripe 750 LF., PIVIS-3 6" Double Yellow Thermoplastic Stripe 400 LF S _Q10 -I' PMS-1 24 "' Wide Whire'rhermoplasricStop Bar 50 LF -1; FNIS-5 Sign (Relocate) 4 EA $ 7C. SUB-TOTAL: $-!y e-1 / 0 • c 0 UMT ITEM DESCRIVIFION QUAINNITY INIT PRICp ELECTRICAL ITEMS E-1 Jr-stall underground electrical conduit for proposed ITL lighting system tinder pavement, 1200 B-2 Instal I pull boxes for proposed FPL lighting system. 8 SG TI- TOTAL: AMOUNT LF $_ :75 0 � S 3 (j', coo r-A $ CD $ y -7 UNIT ITEM DESCRUTION QUANT'ItY UNIT VRI .I± ANIOUNT smrr Ahawyms nEms • Furnish and install Prefabricated benches 5 PA Fum-receptacle aiJ install litterrece 4 EA s )A- 3 Furnish and Install Centered Canopy I 13A SUB-TOTAL: UNIT ITUM DESCRIPTION 011A.Vr lj-.Nff PRICE MNIOUNT LA NDSCAPINGARRIGAII!2N FrENIS (A Furnish and install Wax Iistnina 65R &I S (Soil & mulch is included in plant cost) NX 12 Furnish and install Key Thatch Palm 22 EA (Soil & mtjlcb is included in plant cost) -3 Furnish and install Silver Buttonwood 719 13- A (Soil & mulch is included in plant cost) L 4 Furnish and install Spanish S-oppr 30 LA 00300-5 CHURCH STREET (SM, 59'h PLACE) IMPRONTNEENTS - PHASE 4 (S.W. 6e STR.E9f TO SM. 64�h STREET) CITY OF SOUTH 7MIAM, BID NO. C107-0824 WHS PROJECT NO. 57.34.00 ITEM DESCRIPTION QUANTITY VMT PRIG-F AMOU.Vt LANP)SCAPINGARRIGATION ITEMS (Soil & mulch is included in plant cost) LL-5 Furnish and install Flo ridaThatch Palm 3tl E-A S_ ,_ $ (Soil & mulch is included ift plan! cost) LL-6 Furnish and install complem irrigation systcrn I LS Including 14DWASI) triciet installativii charge and associawl coordiration SUB-TOTAL: UNIT 1TEI-NI DESCRIPTION 01).WrITY UNIT PRICE ANIQUIVI (7W%3 RAJ, ITEMS G -1 Dtist Control Cfhis activity to be done I I $1 000 $2-c—)0-0 everyday for the duration of the project) CT-2 Maintenance of Traffic, including kraffic I LS slb-5-760 $ control, pr-drstrian and ,vWjcular access, suns, barricade-i, P.aggers, and off-ditty police officer, as required by trigineer andler City G-3 Performance and payment 14ond 1 LS G-4 South Miami rYojec-i Sip (F&I) I EA 00 G5 Contingency I LS S 20.000.00 $ -20'(w.0 SUB - TOTAL: Grand Total flit Figure-s.). Grand Total PD Bidder (Company Name): W,04- By (Representative): IN Title: "P/rv-f Tc[qihone* &)6- Fax: Signature, Date Ww)-f) CEMIMCMIONTaCEIPT This is to acknowledge receipt of a copy of the U.S. Department of Housing and Urban Dove,lopmcnt Federal Labor Standards Provisions (HUD Form 4010) c- oncerning the City of South Miami Church Street Improvement Phase TV. Further, I hereby certify that I have on this date, read, examined, understood and acknowledge the contents of U.S. Department of Labor requirements, particularly Lho--requirements contained in Wage General Dccision Number FL070044 02/09/2007 that is applicable to this project. {Attach -meet A) I hereby agree to abide by the requirements of the Federal Labor Standards Provision issued by the United States Department of Housing and Urban Development and described in I"onn IIUD-4010 (Attachment B) mid those requirements contained in Wage General Decision Number FL070044 02109107 for this project (Attachment A)- Narne: 4MA�Zd Glyo)-,-k 4- Nnwag? Employer ID 9 Authorized Signature: Print Name: '91A'= J'o Title: L--4 2 -5� IBC K Date- �' ( - Full Address (including Zip Code) rX) I , -,C" `-/ /h 'Z ,-J I Telephone Number: Check one, as applicable: t �tractor Subcontractor Other L. W=s-Dade C.;.: CY-EV CHUR( STREET (SW 59TH. PLACE) IMPROVE[ JTS - PHASE 4 Estimated Costruction Cost July 17, 2007 Item Description Unit Quantity Est. Unit Estimated No. Cost Cost 1 Demolition, removal and disposal of existing sidewalk SY 1000 $15.94 $15,940.00 2 Demolition, removal and disposal of LF 1500 $8.45 $12,675.00 existing concrete curb & gutter 3 Pavement Milling (depth varies - 2" imax.) SY 2150 $9.20 $19,780.00 Clearing and grubbing, including 4 demolition, removal and disposal of LS 1 $5,175.00 $5,175.00 edisting pavement new curb & gutter line 5 1" Type S-3 Asphalt(Including Pavement Marking Replacement) SY 2150 $11.44 $24,596.00 6 Back of sidewalk area restoration LS 1 $3,864.00 $3,864.00 (sod or asphalt) 7 Type "F" concrete curb and gutter LF 2000 $15.94 $31,880.00 Concrete Sidewalk (4" Thick, 6" at driveways). Including subgrade 8 prep.driveways, drop curbs,handicap SY 1200 $62.39 $74,868.00 ramps, sidewalks finishes, and providing and resetting water meter boxes as necessary. Vehicular Brick Pavers with 2"(ASTRI C1272-TYPE F) 9 Herringbone pattern, color #30103 SY 500 $57.50 $28,750.00 (Terracotta pattern angle: 45 degree to road alignment 10 Miscellaneous concrete SY 35 $180.55 $6,319.25 11 Light Pole (Relocate) EA 1 $3.,622.50 $3,622.50 12 Drop Inlets EA 7 $1,932.00 $13,524.00 13 Manhole Top Replacements EA 7 $603.75 $4,226.25 14 12" Corrugated Pipe LF 50 $112.90 $5,645.00 15 Bi-directional Reflective Pavement EA 40 $6.33 $253.20 Markers 16 12" Solid White Thermoplastic Stripe LF 750 $3.30 $2,475.00 17 6" Double Yellow Thermoplastic LF 400 $1.75 $700.00 Stripe 18 24" Wide White Thermoplastic Stop LF 50 $5.97 $298.50 Bar 1 19 Sign (Relocate) I EA � 4 i I $885.52 1 CHURr STREET (SW 59TH. PLACE) IMPROVEr ITS - PHASE 4 Estimated Costruction Cost July 17, 2007 Item Description Unit Quantity Est. Unit Estimated No. Cost Cost Install underground electrical conduit 20 for proposed FPL lighting system LF 1200 $34.50 $41,400.00 under pavement 21 Install pull boxes for proposed FPL lighting system EA 8 $1,610.00 $12,880.00 22 Furnish and install Prefabricated EA 5 $0.00 $0.00 benches 23 Furnish and install litter receptacle EA 4 $0.00 $0.00 24 Furnish and install Centered Canopy EA 1 $0.00 $0.00 Furnish and install Wax Jasmine 25 (Soil & mulch is included in plant EA 658 $0.00 $0.00 cost) Furnish and install Key Thatch Palm 26 (Soil & mulch is included in plant EA 22 $0.00 $0.00 cost) Furnish and install Silver 27 Buttonwood (Soil & mulch. is EA 39 $0.00 $0.00 included in plant cost) Fumish and install Spanish Stopper 28 (Soil & mulch is included in plant EA 30 $0.00 $0.00 cost) Furnish and install Florida Thatch 29 Palm Tree (Soil & mulch is included EA 20 $0.00 $0.00 in plant cost) Furnish and install complete 30 irrigation system. Including MDWASD meter installation charge LS 1 $23,693.45 $23,693.45 and associated coordination Dust Control (This activity to be done 31 everyday for the duration of the LS 1 $8,050.00 $8,050.00 project) Maintenance of Traffic, including traffic control, pedestrian and 32 vehicular access, signs, barricades, LS 1 $18,975.00 $18,975.00 daggers, and off-duty police officer, as required by Engineer and/or City 33 Performance and payment Bond LS 1 2% $7,351.58 34 South Miami Project Sign (F&I) EA 1 $747.50 $747.50 35 1 Contingency LS 1 $23,000.00 $23,000.00 TOTAL COST: $391,574.75-1 lim Bids were opened on: Fridgy, Ma At: 3:05pm �y 26, 2006 For: Church Street huprovements — 1 )6-0526) Pre-Bid Esfimate: $220.000.00 CONTRACTORS:. BEDAMOUNTS: I. TMMM raving Co. I Homestead Concrete & Drainage. v" 3. T-T. Pavement Corp. 4 . Development Group & Communication of Florida, Inc. # 47 -3 66M ` ,2 5. The Redland Company. 6. Pudgeit Construction 7. Horizon Contractors ao &ID 8. DACA Environmental, Inc. f4c P,, ID 9. ITS Bridge & Dredge 14,C) A f b to 9 0 m M, to = 2 00 to u m IN. CHURCH S'T'REET (SW 59TH. PLACE) IMPROVEMENTS - PHASE 3 BID PTO. CIO&O66 REVISIONS TO QUANTITIES AND COST August 14, 2006 Item Description Unit Quantity Bid Unit Cost Bid Cost Quantity Revision Cost Revision $21,392.50 $0.00 $3,360.00 $0.00 $16,632.00 $0.00 $43,400.00 $0.00 1 Demolition, removal and diisposai, ol SY 8D0 $13.86 $11,088.00 0 $0,00 $2,100100 existing sidewalk $1,963.40 $0.00 $99.00 $0.00 $86.10 $0.00 2 Demolition, removal and disposal LF 1200 $735 $8,820.00 0 $0.00 existing concrete curb & gutter 3 Pavement Milling (depth varies - 2" max.) SY 2150 $5.00 $17,200.00 0 $0.00 Clearing and grubbing, including 4 demolition, removal and disposal oi LS 1 $4,500.00 $4,500,00 0 $0.00 edisting pavement new curb & gutter line 5 1" Type S-3 Asphait(tncluding Pavement SY 2150 $9.95 $21.392.50 0 $0100 Marking Reptacement) 6 Back of sidewalk area restoration (sod or LS 1 $3,380.00 $3,380.00 0 $0.00 asphalt 7 Type "F" concrete curb and gutter LF 1200 $13.86 $16,632.00 0 $0.00 Concrete Sidewalk (4" Thick, 8" at driveways). Including subgrade $ prep.driveways, drop curbs,handicap SY 800 $54.25 $43,400,00 0 $0.00 ramps, Sidewalk$ finishes, and providing and resetting water meter boxes as necessary. Vehicular Brick Pavers with 2 "(ASTPJ 01272 -TYPE F) Herringbone pattern, SY 410 $50.00 $20,500.00 -410 ($20,500.00) color 930103 (Terracotta pattern angle: 45 degree to road alignment f0 Miscellaneous concrete SY 8 $157.00 $1,256.00 0 $0.00 11 Light Pole (Relocate) FA 1 $3,150.00 $3,150.00 0 $0.00 42 Drop Inlets EA 4 $1,680.00 $6,720.00 0 $0.00 13 Manhole Top Replacements EA 4 $525.00 $2,100.00 0 $0.00 14 12" Comigated Pipe LF 20 $98.17 $1,963.40 0 $0.00 16 Bi- -diirac anal Reflective Pavement F-A 18 $5.50 $99.00 0 $0.00 'Marking 16 12" Solid While Thermoplastic Stripe LF 30 $2.87 $86.10 0 $0.00 17 6" Double Yellow Thermoplastic Stripe LF 300 $1,52 $456.00 0 $0.00 18 24" Wide White Thermoplastic Stop Bar LF 45 $5.19 $233.55 0 $0.00 19 Sign (Relocate) F,A 4 $192.50 $770.00 0 Revised profit that Total Cost HC &D needs $11,088.00 $0.00 $8,820.00 $0.00 $17,200.00 $0.00 $4,500.00 $0.00 $21,392.50 $0.00 $3,360.00 $0.00 $16,632.00 $0.00 $43,400.00 $0.00 $0.00 $2,2'64.00 $1256.00 $0.00 $3,150.00 $0,00 $6,720.00 $0.00 $2,100100 $0.00 $1,963.40 $0.00 $99.00 $0.00 $86.10 $0.00 $456.00 $0.00 t 5 $0.00 0 $0,00 CHURCH STREET (SW BOTH. PLACE) IMPROVEMENTS - PHASE 3 BID NO. CI06 -0526 REVISIONS TO QUANTITIES AND COST Auaust 14.2006 Item Description Unit Quantity Bid Unit Bid Cost Quantity cost No. $336.00 $0.00 $1,320.00 Cost $768.00 Revision Revision Install underground electrical conduit for $947.52 $20,603.00 $7,000.00 .20 proposed FPL lighting system under LF 1200 $X00 $36,000.00 -1,200 $0.00 pavement 21 Install pug boxes for proposed FPL EA 2 $1,400.00 $2,800.110 1 -2 $0.00 ffghfin.2 system 22 Furnish and install Prefabricated benches EA 5 $2,200.00 $11,000.00 -5 ($1 1,00aclo) 23 Furnish and install lifter receptacle EA 4 $1,600.00 $6,400.00 -4 ($0,400,00) 24 Furnish and install Centered Canopy EA 1 $10,000.00 $10,000.00 -1 ($10,000.00) 26 FLqnlsh and install Wax Jasmine (Sao a EA 658 $12.00 $7,896.00 -658 ($7,896.00) mulch is included In plarit cost) 26 Furnish and Install Key Thatch Palm (Soil EA 22 $423.50 .$9,317.DO -22 ($9,317.00) mulch Is included in plant cost) 27 Furnish and install Silver Butbartwooci EA 39 $245.30 $9,566.70 -39' ($9,566.70} (Soil & mulch Is Included in plant cost) 28 Furnish and install Spanish Stopper (Sol] EA 30 $201,281 $15,038A0 -30 ($6,038.40) & mulch Is Included in plant cost) Furnish and Install Florida Thatch Palm 29 Tree (Soil & mulch is included In pia ni EA 20 $574.33 $11,486.80 .20 ($11,486.60) cost) Furnish and install complete Irrigation 30 system. Including MDWASD meter LS 1 $20,603.00 $20,603.00 0 $0.013 installation charge and, associated coordination 31 Dust Control (This activity to be done LS 1 $7,000.00 $7,000,00 0 $0.00 eveiyday for the duration of the project) Maintenance of Tragic, including traffic control, pedestrian and vehicular access, 32 signs, barricades, fraggers, and off-duty LS I $16,500.00 $16.500,00 t7 $0.00 police officer, as required by Engineer and/or City 33 Performance and payment Bond LS 1 2% $6,392.611 0 $0.00 34 South Miami Project Sign (F&I) EA 2 $650.00 $1,300.00 -1 ($650.00) 35 Contingency LS 1 $1 0.000A0 $10X0.0 0 0 $0.00 TOTAL COST- $336,026.931 Revised profit that Total Cost HC&D needs $36,000.00 $4,000.00 $2,800,00 $336.00 $0.00 $1,320.00 $0.00 $768.00 $0-00 $1,200.00 $1,200.00 $947.52 $16,500.00 $6,392.68 243-172-23 ACCEPTED BY CONTRACTOR: Homestead Concrete, Inc. oq Ir) Date Contractor Date Engineer Data cl�y $988.00 $1,000.00 $0.00 $724.60 $1,200.00 $20,603.00 $7,000.00 $16,500.00 $6,392.68 243-172-23 ACCEPTED BY CONTRACTOR: Homestead Concrete, Inc. oq Ir) Date Contractor Date Engineer Data cl�y RF ,SGLUTIONNO. 154-06'12295 . V*WEREAS, the Mayor and City commission wishes* to provide infrastructure improvements along Church Street Improvement from SW 68"' Street to SW 6e Street; and WHEREAS, the Mayor and City Commission aufhorize -: - the City Manager to execute a construction. contract with Homestead Concrete & Drainage, Inc. ibrffie Church Street Improvements -- Phase Iff project for an amount of $243,172.23. NOW, THEREFORE, BET RESOLVED BY THE MAYOR AND CITY COMMISSION OF TBE CITY OF SOLITH MIA vZ FLORIDA THAT: section 1: The Mayor and City Conn aission authorize the City Manager to execute construction contract with Homestead Concrete & Drainage, Inc. for the Church Street Improvement - Phase Ell project in an amount of $243,172.23. Section 2: The project's construction cost shall be cha4od'to account numbers 106- 1724 -541- 3454 and 106-1712-536-6437 with account balances of $170,730 an1U3,800, respectively. Swdon 3. The attached agreement is made a part of the resolution. READ A:ND A7P7,AS T70 FO COAEVIISSION VOTE: 4-0 Mayor-Feliu- Yea Vice Ma�q Wiscombe: absent Comrfiiisf6fler Palmer. Yea "RNEY U Commissioner Birts: Yea Commissioner Beckman: Yea - Jjy� • :F' • s 1116 '* • • t • • MIAMI DAILY BUSINESS REVIEW paw" Darly Sahaday,Sundayand !:. : - -z :'� t `• .'st . Leo • ir.`.= C'.vr. t �.. 5tscv.i•4 -47: Flib"4 Miami -Dada County. Fiaida H ' Y �`� _ STATE OF FLORIDA - 1Z'� :; • - • � r rn�� �' rr..�^ - -,.• z sc uni$�f3tyi'�:lvs: N++uemi Before the undersigned authority personalty appeared �- ;rs�� �rid�y;- � x �?� WIN atfc�, 8�7u � � O.U. FERSEifRE, who on oath says that he or she Is to ,tl Sunset Ftr�+s; gputbt:iNi SUPERVISOR, !Legal Notices of the Miami Dally Business � 'AFC' ? ilv Iuf xs Reviser Mde Miami Reviews, a dally (wic ept Saturday, Sunday and E.agai Hotldays} newnspapar, published at Miami in Miami -Dade t. PjifAse3r -Rom S. Couunty. Floods; that the a€ ached copy of advertisam being a Cegat Admrlissmsnt of Noftce in the metier of ' i• °pi�ilct c ' � � � �'da ` EPW ell vim the CVQ ! L ors shd:s sf ' dF- „s�r'+aga,�sida��� . iu�� ,ia.,a�rt• --.' b.:,� .,.:t . -. . - , ' :i «,,+'Sit. F • -fh7 �� .a7C1.+}•.,Z'� � ^fit• , CITY OF SOUTH MIAMI l3tD tNlfftATIQRI NCI. GHtl6 11526 •;{ {+zstfi A par8an of ttFts ppje"ct wriD'I 3s Y��iy 6s"sl d"fhr`t i'iiaa El s � E= cdi,orn�C.�evelogrr �miniF� ��' In the X)= Court, . �t =sdfnpTy.' h was published in said newspaper in the issues of ib 'fart I� the i3avts:: A-�! a4)2�oos wcii Pius ailH Part; ours agie' {,. -, Afoant furthersays that the said Miami Dally Business Reviews is a newspaparpubltahad at Miar d in said 1111smt [lade �� !o #act ifra`i nc County Radda and brat the saki newspaper has snd s+erf�s`�t ioith l i�tie - herebatare been oonHnuously published in said Miami -Dade CoFaniy. a e€ • ... . of Florida. each day (except Saturday. Sunday and U*W Holidays) �0, and has been entered as samid cuss mail anatter at the post office in M'Faml in said Miaml -[lade Gorariy' Fiodda. fora Bidsiti period of one yearnmd pracerlt V*1w first publication of the fig, at Fe 8oudi _ ii Cds� fiam6en &130 atfachad copy of advertisement; and aftiant further says that he or }:., she has nafflw pall nor promised any person. iii:n Or GOt r63hC3r9 Va+u 1Jf1Y�• . L ••JL'.�yw. .'1 �i �•{ %'. � : ��'!••• =:.R t. A w s.. .. an dtsF ouM rebste, commission or refund for Ihs.purposs Hkl.dot vrt ' b� d t +t or ptiar, tuHond . Of y arri for publication In the said f€ta1���8ts0;saE(y p- I`noFi= reluFdsbie�fpa}tf land new ti;x:.,�. ' r {'.Q'7.•�” • �rnF .::a??5 7s ":'7:tit :- ;_xl:;cF t.° x• s:• ryy- •�5���.':��7''��-�}•j•. :�',�i IA ,h�• r ...: feFrff8iebStetsfUi t9 - fdinaa ! a1BVlt3l; _ Swam to and slit)jcribsd before me this MfaTt:11� ufs��'kifami i��uasR�Ceaau�.�e # .F�fid >sil: ds;• fit' Val' v� `eriylidorFifeiik®�•r3ritr#"oi• -r:,�. irantiHeashnwnfrFdFeBldFonn , ,., "• "r; :? 24 day of APRIL . A.D. 2006 q :.dg; vshlcli cotif>37n irre tj� {; -uses . — '''yyy��y'}//}����/ / ///// / ////r. — [tttflEli: • s" ' ° ;i .t �t�'''tf-. • •i t- x.''if.i' : ` ��ii rrew2Ft'r!•4iFii%[ei t;a'in>€if•(ss�'s�'` l4liiansl City; AnonmandstaFyp 6t30;Sutisst [5dve. 6oulh T}Ylarttl, Hall, City Crmmisslon�•, . i (SE'0.t') HrrFe`nri:� M �'i2m% A�i, ON. FERBeM personally known me tut tested c - , "_ -st';y a�=�: »rvr- : 4_,fi3 =� . t•E:., ' - CcmFpcaafinet '•Titbit t?f` otrltP 71'T �8r!l 9i i:[iPF Pl wr tdyls.%k48 +eFx "l .rue, (tadi a»2lf edgTec3c%GB ¢ of .; ai malfa M. ManeisdaA CMC =' • e F'- , • , Gtty Clerk - DS- 6.4SlS6928$id A XIXNFF•.,� THIS AGREEMENT, made and entered into this day of 1 20—, A.D. by and between the City of Couth Miami, party of the first part (hereinafter sometimes called the "Owner"), and party of the second part (hereinafter sometimes called the "Contractor"). WHEREAS: Miami-Dade County through its office of Community Development has entered into a contract with the Owner, and WHEREAS: the Owner desires to engage the Contractor to perform services as stated herein: WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: 1.01 SCOPE OF WORK A. The Contractor shall furnish all labor, materials, equipment, machinery, tools, apparatus, and transportation and perform all of the work shown on the Drawings and described in the Project Manual entitled: CHURCH STREET (S.W. 59TH PLACE) INIP ROVE MENTS – PHASE 4 S.W. 66TH STREET TO S.W. 64TH STREET as prepared by Williams, Hatfield, & Stoner, Inc. acting as, and in the Contract Documents, entitles the Owner's Engineer, and shall do everything required by this Contract and the other Contract Documents. 1.02 THE CONTRACT SUM In A. The Owner shall pay to the Contractor for the faithful performance of the Contract, in lawful money of the United States, and subject to addition and deductions as provided in the Contract Documents, as follows: B. Based upon the price shown in the Proposal heretofore submitted to the Owner by the Contractor, a copy of said Proposal being a part of these Contract Documents, the aggregate amount of this Contract is the sum of Dollars ($ A. The Contractor shall commence work on the date established in the Notice to Proceed. B. The Contractor shall prosecute the work with faithfulness and diligence and shall complete the work not later than One Hundred & Twenty (120) calendar days after the commencement date established in the Notice to Proceed. 00500-1 1 A4 CONTRACTOR'S ACCEPTANCE OF CONDITIONS A. The Contractor hereby agrees that he has carefully examined the sites for the work to be performed and has fully satisfied himself that such sites are correct and suitable ones for the work to be performed and he assumes full responsibility therefore. The provisions of this Contract shall control any inconsistent provisions contained in the specifications. All Drawings, Specifications and Contract items contained in this Project Manual have been read and carefully considered by the Contractor, who understands the same and agrees to their sufficiency for the work to be done. It is expressly agreed that under no circumstances, conditions or situations shall this Contract be more strongly construed against the Owner than against the Contractor and his Surety. B. Any ambiguity or uncertainty in the Drawings or Project Manual shall be interpreted and construed by the Owner's Engineer and his decision shall be final and binding upon all parties. C. It is distinctly understood and agreed that the passing, approval and/or acceptance of any part of the work or material by the Owner, his Engineer, or by any agent or representative as in compliance with the items of this Contract and/or of the Project Manual covering said work, shall not operate as a waiver by the Owner of strict compliance with the terms of this Contract, and/or the Project Manual covering said work; and the Owner may require the Contractor and/or his insurer to repair, replace, restore and/or make to comply strictly and in all things with this Contract and the Project Manual any and all of said work and/or services which within a period of one year from and after the date of the passing, approval, and/or acceptance of any such work or services, are found to be defective or to fail in any way to comply with the Drawings and Specifications. This provision shall not apply to materials or equipment normally expected to deteriorate or wear out and become subject to normal repair and replacement before their condition is discovered. The Contractor shall not be required to do normal maintenance work under the guarantee provisions. Failure on the part of the Contractor and/or his insurer, immediately after Notice to either, to repair or replace any such defective materials and workmanship shall entitle the Owner, if it sees fit, to replace or repair the same and recover the reasonable cost of such replacement and/or repair from the Contractor and/or his insurer, who shall in any event be jointly and severally liable to the Owner for all damage, loss and expense caused to the Owner by reason of the Contractor's breach of this Contract and/or his failure to comply strictly and in all things with this Contract and with the Drawings and Specifications. 1.05 LIQUIDATED DAMAGES A. Ii 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 ay authorized extension thereof, there shall be deducted from the compensation otherwise to be paid to the Contractor, and the Owner will retain as liquated damages the amount of One Thousand Five Hundred dollars ($1,500.00) per calendar day for each calendar day elapsing beyond the specified time for completion or any authorized extension thereof, which sum shall represent the actual damages which the Owner will have sustained by failure of the Contractor to complete the work within the specified time; it being further agreed that said sum is not penalty, but is the stipulated amount of damage sustained by the Owner in the event of such default by the Contractor. 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. !t 1 1 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: 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. W11 WTVIOMI to]0IMI a *00)►1 0] 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. is • 1 1 l •' 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. 1.09 MEDIATION 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 proceeding by either party. Both parties waive the right to arbitration. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Miami -Dade County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in the circuit court for the 11`h Judicial Circuit for the State of Florida. 1.10 SIGNATORY AUTHORITY The officials executing this Agreement warrant and represent that they are authorized by their respective agency to enter into a binding agreement. 1.11 LIENS Contractor is prohibited from placing a lien on the City's property. This prohibition shall apply to, inter alia, all subconsultants and subcontractors, suppliers and labors. 1.12 INCORPORATE BY REFERENCE DOCUMENTS ENCLOSED IN PROJECT( f DseO t enclosed within the "Project Manual for Church Street Improve ents — +' ity of South Miami, City's BID N o.:C -J9 ! ' and all attachments in the the Construction Drawings shall be incorporated by reference into the exhibits to the contract. Between the contract and the attachments in the manual, the provisions of the contract shall control should there be any inconsistency in the documents. 1.13 TRANSFER AND ASSIGNMENT A. None of the work or services under this contract shall be subcontracted beyond that shown on List of Major Sub - Contractors (page 00300 -4) of the Proposal) unless Contractor obtains prior written consent from the City. Approved subcontractors shall be subject to each provision of this contract and Contractor shall be responsible and indemnify the City for all subcontractors' acts, errors or omissions. B. The Contractor shall not assign, transfer or pledge any interest in this contract without the prior written consent of the City; provided, however, that claims for money by the Contractor from the City under this contract may be assigned, transferred or pledged to a bank, trust company, or other financial institution without the City's approval. Written notice of any assignment, transfer or pledge of funds shall be furnished within 10 days by the Contractor to the City. A. The City, or any of their duly authorized representatives, shall, until 3 years after final payment under this contract, have access to and the right to examine any of the Contractor's books, ledgers, documents, papers, or other records involving transactions related to this contract for the purpose of making audit, examination, excerpts, and transcriptions. B. The Contractor agrees to include in the first -tier subcontracts under this contract a clause substantially the same as subparagraph 14.A. above. "Subcontract." as used in this clause, excludes purchase order not exceeding $10,000. C. The right to access and examination of records in subparagraph 14.A. shall continue until disposition of any mediation, claims, litigation or appeals. IN_ • 11•• t• 1 All documents, reports, plans, specifications or other records, including electronic records, resulting from the professional 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 Statues 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. In '•:t 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. 11 11 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. ME�. 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 W EREOF the parties hereto have executed this Agreement on the day and date first above written in five (5) counterparts, each of which shall, without proof or accounting for the other counterparts, be deemed an original Contract. (Seal) Attest: City Clerk WITNESS: (If corporation, attach Seal and attest by Secretary) ,...� 4 �• City Attorney City of South Miami City of South Miami, Party of the First Part By: 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. CERTIFICATE (Sample) STATE OF FLORIDA ) ) ss COUNTY OF I BEREBY CERTIFY that a meeting of the Board of Directors of a corporation under the laws of the State of Florida . held on , 20_, the following resolution was duly passed and adopted: "RESOLVED, that , as corporation, be and he is hereby authorized to execute the Contract dated President of the 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 fall force and effect. IN WITNESS VOMREOF, I have hereunto set my hand and affixed the official seal of the corporation this day of 20 Secretary END OF SECTION 00500-7