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