Loading...
Res. No. 175-08-12772RESOLUTION NO.:175-08-12772 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA,AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH BUDGET CONSTRUCTION,INC.FORSW 66th STREET IMPROVEMENTS -PHASE I CONSTRUCTION INAN AMOUNT OF $398,985.85 TO BE CHARGED TO MIAMI-DADE COUNTY OFFICE OF COMMUNITY &ECONOMIC DEVELOPMENT (OCED)GRANT ACCOUNT NUMBER 106-1790-541-6305;CITY'S COMMUNITY REDEVELOPMENT AGENCY ACCOUNT NUMBER 610-1110-513-3450 AND 610-1110-541-3450;AND THE CITY'S PUBLIC WORKS CONTRACTUAL SERVICES ACCOUNT NUMBER 001-1730-541-3450;PROVIDING FOR AN EFFECTIVE DATE. WHEREAS,the Mayor and City Commission wishes to provide infrastructure improvements along SW 66th Street from SW 59th PlacetoSW 58th Avenue,and WHEREAS,the Mayor and City Commission authorize the City Manager to execute a construction contract with Budget Construction,Inc.for theSW 66m Street Improvements -Phase I project inan amount of $398,985.85;and WHEREAS,the total construction cost is $398,985.85 and OCED will fund $240,000.00 for construction fromOCED grant account no.106-1790-541-6305;City's Community Redevelopment Agency (CRA)will fund:$98,985.85 from account no.610-1110-513-3450 viaCRAResolution No.22- 08-334 passed and adopted on August 11,2008and $36,200 from account no.610-1110-541-3450 via CRA Resolution No.31-08-343 passed and adopted on September 8,2008;City'sPublicWorks Contractual Services will fund the remaining amount of $23,800.00 from account no.001-1730-541-3450 via Resolution No.157-08-12754 passed and adopted on September 16,2008. NOW,THEREFORE,BEIT RESOLVED BYTHE MAYOR ANDCITYCOMMISSIONOFTHE CITY OF SOUTH MIAMI,FLORIDA THAT: Section 1:That the MayorandCityCommission authorize the City Manager to execute construction contract with Budget Construction,Inc.for theSW 66th Street Improvements -Phase I project inan amount of $398,985.85. Section 2:That the project's construction cost shallbe charged as follows: Account No.Amount Account Balance 106-1790-541-6305 $240,000.00 $300,000.00 610-1110-513-3450 $98,985.85 $98,985.85 610-1110-541-3450 $36,200.00 $36,200.00 001-1730-541-3450 $23,800.00 $35,352.50 Pg.2 of Res.No.175-08-12772 Section 3.The attached agreement is made a part of the resolution. PASSED AND ADOPTED this6 th dayof November 2008. EST: £2o ('/>(h*^t£~jQ&v x CITY CLERK READ AND APPROVED AS TO FORM: CJJY-ATTORNEY APPROVED: MAYOR COMMISSION VOTE:4-0 Mayor Feliu:Yea Vice Mayor Beasley:Yea Commissioner Wiscombe:absent Commissioner Palmer:Yea Commissioner Beckman:Yea k To: Via: From: Date: Subject: Resolution: Request: CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM The Honorable Mayor Feliu and Members of the City Commission W.Ajibola Balogun,City Manager Jose Olivo,P.E. Public Works &Engineering Department November 6,2008 Agenda Item No.:. South Miami 2001 Construction Contract with Budget Construction,Inc.for construction ofSW 66th Street Improvements -Phase I. A RESOLUTION OFTHE MAYOR AND CITY;COMMISSION OFTHE CITY OF SOUTH MIAMI,FLORIDA,AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH BUDGET CONSTRUCTION,INC.FORSW 66th STREET IMPROVEMENTS -PHASE I CONSTRUCTION IN AN AMOUNT OF $398,985.85 TO BE CHARGED TO MIAiyil-DADE COUNTY OFFICE OF COMMUNITY&ECONOMIC DEVELOPMENT (OCED)GRANT ACCOUNT NUMBER 106-1790-541 -6305;CITY'S COMMUNITY REDEVELOPMENT AGENCY ACCOUNT NUMBER 610-1110-513-3450 AND 610-1110-541-3450; AND THE CITY'S PUBLIC WORKS CONTRACTUAL SERVICES ACCOUNT NUMBER 001-1730-541-3450;PROVIDING FOR AN EFFECTIVE DATE. Authorizing the City Manager to execute a construction agreement with Budget Construction,Inc.for the SW66m Street Improvements -Phase I. The intent of this project isto provide infrastructure improvements along SW 66th Street.Improvements along SW 66th Street will start from SW 59th Place to SW 58th Avenue. Reason/Need: Cost: Funding Source: $398,985.85 The total construction cost of the project is $398,985.85.Miami-Dade County OCED FY 2008 Community Development Block Grant (CDBG) will fund $240,000.00 for construction from OCED grant account number 106-1790-541-6305.The City's Community Redevelopment Agency (CRA)will fund:$98,985.85 from account number 610-1110-513-3450 via CRA Resolution No.22-08-334 passed and adopted on August 11,2008 and $36,200 from account number 610-1110-541-3450 via CRA Resolution No.31-08-343 passed and adopted on September 8,2008. The City'sPublic Works Contractual Services will fund the remaining amount of $23,800.00 from encumbered FY 2007-2008 account number 001-1730-541-3450 via Resolution No.157-08-12754 passed and adopted on September 16,2008. Page2 of2 Comm.Agenda ItemNo.:_ November 6,2008 (Encumbered FY 07-08) Funding will be from the following account numbers: Account No. 106-1790-541-6305 610-1110-513-3450 610-1110-541-3450 001-1730-541-3450 Amount $240,000.00 $98,985.85 $36,200.00 $23,800.00 Account Balance $300,000.00 $98,985.85 $36,200.00 $35,352.50 Backup Documentation: • • • • • • • • • • • • Proposed Resolution Bid Opening Report Tabulated Bids Certified Advertised Notice of Bid Invitation Engineer of Record's Letter of Recommendation Verified Contractor References | Project Map j Copy of Section 00500 (Contract)of the Project Manual OCED Executed Funding Agreement for $300K CRA Resolution No.22-08-334 CRA Resolution No.31-08-343 Resolution no.157-08-12754 from Public Works Department Page 2 of2 BID OPENING REPORT Bids were opened on: SW 66th STREET IMPROVEMENTS PHASE 1For: Friday.July 18.2008 at:3:05pm Pre-Bid Estimate:$483.645.00 CONTRACTORS:BID AMOUNTS: jf y/y-f77o7M1.ACOSTA TRACTORS,INC 1.BUDGET CONSTRUCTION CO.3^q 60(KhQ M3i,i-^v.co"2.DEVELOPMENT &COMM.GROUP OF FLORIDA 3.DOWNRITE ENGINEERING 4.HOMESTEAD CONCRETE &DRAINAGE HI?.3^.gC>&M5u>q^T5S5.J.V.A.ENGINEERING 7.MIGUEL LOPEZ JR.INC.&Mil .ao.T.nO 8.M.VILA &ASSOCIATES,INC ft Hg-f ,MMf>M0 9.SOUTHEASTERN ENGINEERING S3S",3 3^.?..? 10.STRAIGHTLINE ENGINEERING &^q.qgoTio 11.TRAN CONSTRUCTION INC &H51,1*1 .gfe 12.WILLIAMS PAVING CO.&44^8314.50 THE ABOVE BID AMOUNTS HAVE NOT BEEN CHECKED, THE BID TOTALS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN CO! REVIEWED. City Clerk's T.Y.Lin International Project:City of South Miami SW 66 STREET IMPROVEMENTS -PHASE I CITY BID No.:CI08-0718 Friday,July 18,2008 16-May-08 BID DOCUMENTATION CHECKLIST BID DOCUMENTATION CONTRACTORS DOC. No.DESCRIPTION Budget Construction Co,Inc. HOMESTEAD CONCRETE AND DRAINAGGE INC DOWNRITE ENGINEERING CORP. JVA ENGINEERING CORP. WILUAMS PAVING CO..INC TRAN CONSTRUCTION, INC. STRAIGHTUNE ENGINEERING Miguel Lopez Jr,Inc. Development & Communication Group ofFlorida, Inc. M.Vila & Associates.Inc. Acosta Tractors,Inc. Southeastern Engineering Contractors, Inc. Contractor's Bid Amount $399,000.00 $412,276.86 $412,770.00 $436,297.25 $443,834.50 $456,831.86 $459.440.50 $471.205.00 $477.173.50 $481.448.40 $517,770.51 $535,397.73 Bid (Verified)Amount $398,985.85 $412,276.92 $412,770.00 $436.297.25 $443.834.50 $456,831.86 $459,440.50 $471.205.00 $477,173.50 $481,448.40 $517,771.19 $535.397.73 Rank Number 1 2 3 4 5 6 7 8 9 10 11 12 300.1 Proposal Y Y Y Y Y Y Y Y Y Y Y Y 300.2 Agreement FormAmount Y Y Y Y Y Y Y Y Y Y Y Y 300.3 Construction Experience Y Y Y Y Y N Y Y Y Y Y Y 300.5 Bid Form Y Y Y Y Y Y Y Y Y Y Y Y 6.0 Agreement Signature Page Y Y Y Y Y Y Y Y Y Y Y Y 410.1 Bid Bond or Check for 5%of Base Bid Y Y Y Y Y Y Y Y Y Y Y Y 350.0 Contractor's Questionnaire Y Y Y Y N Y Y Y Y Y Y Y 350.0 Copyof General Contractor's License Y Y Y N N Y Y Y Y N Y N 350.0 Miami-DadeCertificateof Competency N N Y Y Y N Y Y Y N Y N 380.8 Non Collusion Affidavit Y N Y Y Y Y Y Y Y Y Y Y 380.9 CertificationRegardingLobbying Y N Y Y Y Y Y Y Y Y Y Y 380*13 DrugFree Workplace Affidavit Y N Y Y N N Y Y Y Y Y Y 380.29 PublicEntityCrimesAffidavitCrimes Y N Y N Y Y Y Y Y Y Y Y 650.0 Insurance •Workman's Compensation N N N N N N N N N N N N 650.0 Insurance -Liability Y N Y N Y N Y N N N N N 670.0 Affidavitfor Equipment Storage &Staging Yard Y N N Y Y N N Y Y Y N N ;:;:;:;:;:;:;:;:::;:L€G6ND?;i::;:::i;::::!;i:;: =Included and executed withno irregularities =NotIncluded Bid_Doca,Checklist Page1of1 City or South Miami SW 66 STREET IMPROVEMENTS PHASE I CITY BID No.:CI08-O71B Phase Project Quantities TYUN ENG CONST COST BUDGET CONSTRUCTION CO, INC HOMESTEAD CONCRETE AND DRAINAGE INC. DOWNRiTE ENGINEERING CORP. J.V.A,ENGINEERING CONTRACTOR,INC.Williams Paving Co.,Inc.TRAN CONSTRUCTION,INC. PayItem Pay Item Description Unit Plan Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price RO-1 DemolRlonremoval anddisposalofexistingsidewalk SY 620.00 $15.00 5 12,300.00 59.00 $7.380.00 $13X6 $11,385.20 $25.00 $20,500.00 $8.10 $6,642.00 $8X0 $8.038.00 $5X6 $4.621.60 RD-2 Demolitionremovalanddisposal of existingconcretecurtftgutter LF t ,230.00 17.50 5 9.225.00 $6.00 5 7.380.00 $8.00 $7,380X0 $12.00 $14,760.00 $1.00 $1.230.00 $3X0 $4.674.00 $4X5 $5,586X0 RDO Pavement mffling (depth varies-*max)SY 1,263.00 SS.00 5 6,425.00 $5.00 $0,426.00 $5.00 $6,425.00 $1X0 $1,927X0 $4.80 $5.702.50 $2.00 $2.570.00 $3.90 $5.011X0 RIM Clearingandgrubbing,IncludingdemoltBon,removalanddisposalofexisting pavementbehindnewcurb&guitarDue.L8 1 54,600.00 5 4,600.00 5 13,600.76 5 13,800.78 $4X00.00 $4,500.00 $7,500.00 $7,500X0 $8,000.00 $6,000.00 $3,000X0 $3.000.00 $4,49820 $4,49820 RO-5 1*Type 3-3 Asphalt.Includingresellingvalve and manhota lopsasnecessary.SY 1,263 16.00 5 10,260.00 5 6.00 $7.710.00 $8.00 $10.260.00 $8.50 $10.922.50 $8.10 $10,408X0 $7.70 $9,894.50 $19X7 $24.504.93 RD-6 BeckofSidewalkAreaRestoration(scdor asphail)LS 1 54.000.00 5 4.000.00 5 2.S32.50 $2,932.50 $3,000X0 $3X00X0 $7X00.00 $7.300.00 $9,978.00 $.9.976.00 $4.000.00 $4.000.00 $2,268.53 $2268.53 RD-7 Type *Fconcretecurb&gutter LF 2,185 $15.00 5 32,925.00 $17.00 S 37.315.00 $1220 S 26,779.00 $10X0 S 21.950.00 $17X0 $37.315.00 $19X0 $42.383.50 S 14.18 $3t.12S.10 RD-8 ConcreteSidewalk(4'thick.0*at dnYuways)Including subgrade prep,driveways, dropcurbs,handicapramps,sidewalksfinishes,endprovidingendresellingwater meterboxesendmanholelopsasnecessary. 8Y 1,545 S45.00 5 69,525.00 $32.00 5 49,440.00 $49X0 $69.525.00 $30.00 $46,350.00 $38.25 $59,09625 $47.70 $73,698X0 $26.04 $40,231.80 RO-9 VehicularBrickPavers w/r (ASTRIC1272-TypeF)Herringbonepattern,color (30103 (Terracotta)pattern ongtr.45degreetoroadalignment.Including subgradepreparationandresettingvalveendmanholelapsasnecessary.SY t.550 560.00 5 124,000.00 $50X5 $78.352.50 $4725 $73237X0 $40X0 $62X00X0 $53.15 $82,382X0 $42.00 $68,100.00 $67.93 $136291X0 RO-10 Stamped integralColorClassIIConcrite (Crossweats).Inducing subgrade preparationandresetting varve andmanholetopsasnecessary 8Y 260 570X0 5 19.600.00 5 80.00 $22,400.00 $50.00 $14,00000 $50.00 $14,000.00 $9720 $27216.00 $97X0 $27,300.00 $87.93 $24,620.40 RO-11 Miscellaneous Concrete SY 35 5150.00 5 5,250.00 5 150.00 $6,250.00 $167X0 $5.495.00 $250.00 $B.76OX0 $125X0 $4.375X0 $250.00 $6.780.00 $183.76 S 6.43125 RD-12 DropInlets EA 6 $2,000.00 5 12.000.00 5 417.00 $2.502X0 $1.660X0 $10,080X0 $3,000X0 $18.000.00 $2X50.00 $14.100.00 $1,543X0 $9261X0 $1.276X5 $7X61.70 RO-13 IB*CorrugatedMetalDrainage Pipe LF 30 $100.00 $3.000.00 $60.00 $1.800.00 $115.00 $3.450X0 $40.00 $1.200.00 $60X0 $1,600X0 $128X0 $3.640X0 $62X4 $2.47620 RD-14 ModifyExistingDrainageStructureTopSlab w*CurbWet EA 3 51,500X0 $4,500.00 $1.000.00 $3,000X0 $1,500.00 $4.500.00 $3,000X0 $9.000X0 $1X50X0 $4,050.00 $828X0 $2.478X0 $24826 $736.76 Rf>15 Cleanand De-SMExistingStorm SewerSystem(allexisting Inlets and pipe from S.W.S9th PlacetoS.W.58Bi Avenue)LS 1 55.000.00 5 6.000.00 5 8.00424 5 6.00424 $2200X0 $2200X0 $3,500X0 $3,500.00 $4.000X0 $4,000.00 $13,615X0 $13,815.00 $4X3525 $4.63525 PM5-1 BMXrecOonat Reflective Pavement Marian EA 14 55.50 $77.00 $10X0 $140.00 $6X0 $70.00 $10X0 $140.00 $5.00 $70.00 $4X0 $63.00 $10X0 $147.00 PMS-2 6*DoubleYellow Thermoplastic Stripe LF 150 52.00 $300.00 $3.00 $450.00 $1X2 $228X0 $1.60 $240.00 $3X0 $450.00 $1.65 $247X0 $2.10 $315.00 PMS-3 24"wide WWte ThermoptssOcStopBar LF 100 55.00 5 500.00 5 7.00 $700.00 $5.19 $519X0 $6.00 $600X0 $5X0 $800.00 $2.75 $279.00 $525 $525.00 PMS-4 .Sign (Relocate)EA 4 $200.00 $600.00 5 150.00 $600.00 5 192X0 $770X0 $200.00 $600.00 $125X0 $500X0 $110.00 $440.00 $282X0 $1,050X0 PMS-S 6*White TherrropIesUc Stripe LF 109 51.00 5 100.00 5 3X0 $327X0 5 0.70 $76X0 $0X0 $8720 8 1.50 $163X0 $0X0 $8720 $1X5 8 114.45 PM3-6 '6*sMpYellow ThermoplasticStripe LF 76 52.00 $152.00 5 5.00 $390.00 $0X0 $60X0 $1X6 $141X8 $1X0 $114X0 $0.80 $60X0 $1X5 5 79.80 E-1 InstallundergroundelectricalcondullforproposedFPLUghUng systemunder pavement.LP 1,900 530X0 5 57,000.00 5 4.75 $9,025.00 $15.00 5 28,800X0 $6.60 $11.020X0 $7X0 5 13,300X0 $17.00 S 32X00X0 $4.02 8 7,638.00 6-2 Install pull boxesforproposedFPLlighting system.EA 14 51.000.00 $14.000.00 $488X0 58.790.00 $200.00 5 2.600.00 $40X0 $660.00 5 250.00 5 3,500X0 $275X0 $3.850X0 $274.90 8 3,046X0 LM FurnishandInstallWaxJasmine (toS ftmulch Is Include In PlantCost)EA 1,710 52.00 $3.420.00 $9X5 510,003.50 $12.00 $20,520.00 $6.00 8 13.660X0 $11X0 $19,885.00 $828 8 14,107X0 $6X3 $11.679X0 11-2 Furnishand kistaBFloridaThalch Palm(son ftmulch Is IncludeIn PlantCoil)EA 46 516.00 $626.00 $158X6 $7,293.88 $423.50 5 19.461.00 $440.00 5 20240.00 $352.00 5 16.192.00 $350X0 $16,100.00 $393.75 $10,112.50 LI-3 FurnishandInstallSilver BoUonwood(soil ftmulch Is Include In PlantCost)EA 39 515.00 $599.00 $119.73 $4,669.45 $245.30 5 9.568.70 5 193.00 5 7.527X0 $260X0 S 10,140X0 $175X0 $6.625X0 $1B0.60 S 7,043.40 LM FurnishandInstallSimpsonStopper (son ftmulch Is tnckida In PlantCost)EA 27 $18.00 $488.00 5 124.75 $3,388.25 $20128 $5.434X8 S 275.00 5 7.425.00 $260.00 5 7,020.00 $175.00 $4.725.00 5 23520 S 6,350.40 L(.5 FurnishandInstallCocothrlnaxAlts {seJI.&mutchIsIncludeInPlantCost)EA 31 516.00 $558.00 $290.74 $8,012.94 $300X0 5 9,300X0 $440.00 $13.640.00 $410X0 $12,710.00 $350.00 $10,850.00 $393.75 $12.208.28 iw FurnishandInstallCompleternlgatonSystem Including MOWASDInstalaDon Charge andassociatedCoordination L8 1 525,000.00 $25,000,00 $35,000.00 $35,000.00 I 11,000.00 $11,000.00 t 26,209.44 5 28,209.44 8 33,000.00 S 33,000.00 $37,345.00 S 37X45.00 $48,976.50 $48,078.50 <M Quit Control j L8 1 57.000.00 $7.000.00 $2X00.00 $2X00.00 $3.500X0 5 3X00.00 8 12.000X0 5 12,000.00 $2,000.00 8 2,000.00 $3,100.00 5 3.100.00 $690X4 $690X4 6-2 MaintenanceofTraffic(3%)LS 1 515,000X0 $15.000.00 $24,000.00 $24,000.00 $13,650.00 $13,650.00 $15,000X0 5 15.000.00 8 7X00.00 5 7,000.00 $6,000.00 S 6.000.00 $3.180.00 $3,190.00 6-3 Performanceand Payment Bond (2H)LS 1 59,000.00 $g.ooo.00 $7.033.84 $7,033.84 $0,083.88 $8.083.88 5 6.000X0 $6,000.00 $10,000X0 $10,000X0 $4,000X0 $4,000.00 5 7.870.00 $7,870.00 6-4 SouthMiamiProjectSign (F &1)IS 2 $650.00 $1.300.00 $600.00 $1,200.00 $650.00 5 1X00X0 $400.00 5 600.00 $300.00 S 800.00 $440.00 $880X0 $1,460X3 $2,920X6 G-8 Contingency LS 1 $25,000.00 5 28X00.00 $28.000.00 525.000.00 $25,000X0 $25,000.00 $25.000.00 5 25,000X0 $25.000.00 $25.000.00 $25,000X0 8 25.0OOXO $28,000.00 $25.000X0 TOTAL $483,645.00 $398,985.85 $412,276.92 $412,770.00 $436,297.25 $443,834.50 $456,031.06 PreparedBy:HJ.Ross Associates Poge1 or 2 City of South Miami SW 66 STREET IMPROVEMENTS PHASE I CITY BID No.:CIO8-0718 Phase Project Quantities TYLIN ENG CONST COST STRAIGHTLINE ENGINEERING Miguel Lopez,Jr.,Inc. Development & Communication Groupof Florida,Inc. M.VILA&ASSOCIATES,INC.ACOSTA TRACTORS,INC. SOUTHEASTERN ENGINEERING CONTRACTORS,INC PayItem PayItemDescription Unit Plan Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price RD-1 Oemotlllon removalanddisposalof editing sidewalk SY 620.00 $15.00 $12,300.00 $3.00 $2,480.00 S12.00 $9,840.00 S 3.50 $2.670X0 $8.44 $6,920X0 8 10.00 8 8200X0 S 8.05 8 6.601.00 RO-2 LF 1,230.00 $7X0 $9,225.00 $2.00 $2,460.00 S5.00 $8.160X0 $2.00 $2.460.00 $7.72 $9,495.60 S 5.56 8 6,838X0 $3.10 8 3.613.00 RO-3 Pavement rrflBng(depth varies-*rrsx)SY 1.285.00 $5.00 $6,426.00 $3.50 $4.497.50 $4.75 $6,103.78 $5.00 $6,428.00 $629 $6.082X8 8 3X9 8 4.998.65 8 2.16 $2.601X0 RD-4 Clearingand grubbing.IncludingdemoftUon,removalenddisposalofexisting povemenl behindnewcurb&gutter fine.LS 1 $4,500.00 $4,500.00 $10,000.00 $10.000.00 $7,000.00 $7,000.00 $41.500.00 8 41X00.00 $12,409.30 $12.409X0 8 25.643.33 8 28.643.33 8 5,042.75 $5,042.75 RT>3 1*Type 8-3 AsphalLIncluding resettingvalveandmanholelops asnecessary.SY 1.265 $8.00 $10280.00 $13.00 $16.705.00 ?_.8.76 $11243.78 88.30 8 10,688X0 $14X7 $10,650.85 8 19.79 8 25.430.15 8 13.00 $16,705X0 RD-8 BackofSidewalkAreaRestoration(sodoresphall)LS 1 $4,000.00 $4,000.00 $20.000.00 8 10,000.00 $10.000.00 $4,000.00 $4,000.00 $6250.90 $6.250.90 $8.130.00 8 5.130X0 $2.988.00 $2.968.00 RO-7 Type V concretecurb&gutter IF 2.195 $15.00 $32.925.00 $30.00 $65,650.00 %21X0 S 46.095.00 $16.70 S 38.656.50 S 25.02 8 64.918X0 S 17.63 S 36,697X5 $27.70 $60.001.50 RO-8 dropcurbs,handicapramps,stdewatksfinishes,endprovidingandresettingwater meterboxesandmanhole lops asnecessary.SY 1,545 $45.00 $69,825.00 $38.00 $05,620.00 S 42.00 $64,690.00 8 34.00 8 52,530.00 8 48.41 8 74,793.48 $41.47 5 64,071.16 5 67.00 $103,515.00 RD-6 VehicularBrickPaversvd 2*(ASTPiC1272*Type F)Herringbonepartem,color 830103(Terracotta)pattern angle:45degree la road cflgnmenL Including subgradepreparation andresellingvalveandmanholetopsasnecessary.SY 1X50 $60.00 $124.000.00 $45.00 $69,760.00 $45.00 $69,750.00 8 60.70 8 94.085.00 $18X9 8 29.279.60 $68.56 $106,299.00 8 55.15 $B5.482X0 RD-10 Stomped IntegralColorClass (1Concrete(Crosswalks),Includingsubgrade preparationandresettingvalveandmanholelopsas necessary SY 260 $70.00 $19.600.00 $54.00 $16,120.00 S 95.00 $26,600.00 8 67.70 S 24X56.00 S 138.48 8 38.208X0 S 92.74 8 25,98720 8177.70 $49,756.00 RO-11 Miscellaneous Concrete SY 35 $150.00 $6.250.00 $130.00 $4,550X0 $75.00 S 2.625.00 8 1B7.00 8 6,695.00 8 456.11 3 16.033X5 8 277.78 8 9,722.30 8 163X0 $5.715X0 RD-12 EA 6 $2,000.00 $12X00X0 $2,000.00 $12X00X0 $2,800.00 5 18.800X0 8 2,700X0 8 16200.00 8 3.243X4 8 18.480X4 8 2,272.69 RD-13 18"CorrugatedMetalDrainage Pipe LF 30 $100.00 $3.000.00 $150X0 $4.500.00 $100.00 8 3,000.00 3 100.00 8 3.000.00 5 117.03 8 3,510.90 8 97.73 8 2.931.90 8 46.00 5 1.360.00ModifyExistingDrainageStructureTopSlabw/CurbMel EA 3 $1X00.00 $4.500.00 $1.500.00 $4,500X0 8 2,500X0 8 7,500X0 $1.100.00 8 3.300X0 8 1,765.30 8 8,295.90 8 656.07 8 2.59621 5 1.295.00 $3,685.00 RO-1S Cleanand De-SOtExistingStormSewerSystem(allexistingInletsand pipe from 3.VY.69th Place to S.W.58thAvenue)LS '$5,000.00 $5.000.00 $3,000.00 5 3.000.00 $8.500.00 8 6.500.00 8 7,000.00 8 7.000.00 8 2,850.00 8 2,650.00 8 9,168.67 PMS-1 BMKrecBanal ReflscOva Pavement Markers EA 14 $5X0 $77X0 S 15.00 S 210X0 8 10.00 8 140.00 8 6.00 8 64.00 8 4.10 8 67.40 $6.89 8 124.48 5 4.72 $66.08 PMS-2 6*DoubleYellowThermoplasticStriae LF ISO $2.00 $300.00 $2X0 $375X0 $4.00 8 600.00 S 2.00 8 300.00 S 1.40 8 210.00 8 3.33 8 499.50 8 2X9 $358.50 PMS-3 24'wide While Thermoplasllc Slop tor LF 100 $5.00 $500.00 S 6.00 $600.00 8 8.00 8 600.00 S 5.40 8 540.00 $3.50 8 -350X0 S 4.58 8 456.00 8 3.60 $360.00 PMS-4 Sign(Relocate)EA 4 5200.00 $350.00 $1.400.00 $100.00 8 400X0 8 96.00 8 384.00 $100.00 5 400.00 8 166.67 8 668.68 $460.00 PMS4 8*WhiteThermoplasllcStripe IF 109 $1X0 $109.00 S 2X0 $216X0 S 3.00 8 327.00 8 1.20 8 130.60 $0.70 $76X0 S 228 8 248.52 $359.70 PMS-8 8*skip Yellow Thermoplastic Stripe LF 76 $2X0 8 152X0 $2X0 $190X0 5 3.00 8 228.00 8 120 8 9120 8 0.70 $5120 8 228 $17328 8 4.75 $381.00 £•1 InstallundergroundelectricalconduitforproposedFPLlightingsystemunder pavement.LF 1.900 $30.00 $57,000.00 5 20.00 5 38,000X0 8 7.78 $'14,728X0 8 2.70 $S.130.00 8 -9.70 $16.430.00 8 11.11 $21,109.00 8 11.50 $21,650.00-.&2 ..Installpun boxesforproposed Fpl Dgnsngsystem.EA 14 $1,000.00'$•-14.000.00 S 500.00 $7-.0O0.0O $390.00 $•6,460.00 8-88.00 $770.00 8 -490.00 $--•6X80.00 8--277.76 $•-3.888X2-$•121.60 $-1,70520LMFwnilsheridlmtaJlWoxJ8sn«rte(i<rt&rri^eftUlnch«JelnPt8ntCcji)EA 1.710 $2.00 5 '3.420.00 S 10.00 $17,100X0 S 8.75 8 14.982X0 8 10.00 $17,100.00 87.00 $11.v70.00 8 7X3 $'12.534X0 8 7X0U-2 Furnish andInstallFlorida ThatchPakn(soBftmulchtoIncludeInPlantCost)EA 46 816.00 $628.00 S 120.00 $8.620.00 $428.00 $t9.55O.0O 8 422.00 $18.412.00 8 400.00 $10.400.00 8 37222 $17.122.12 $168X0LMFurnishandInstallsaverBottormood(soilftmulchIs IncludeIn PlantCost)EA 39 515.00 $585.00 5 125.00 $4.678.00 8 190.00 8 7.410X0 8 191.00 $7.449.00 8 176.00 t 6.625.00 8 244.44 $8,533.18 $165.40LMFurnishandinstallSimpsonStopper{son ft mulch IsInclude InPlan)Cost)EA 27 $16.00 5 486.00 5 120.00 $3240.00 $190.00 $6.130X0 8 308.50 $8.276.50 8 250X0 $6.760.00 $211.11 $6.699.97LMFurnishendInstallCocothrlnaxAha(sonftmulchIsburudeIn PlantCost)EA 31 $16.00 $858.00 S 100.00 $3.100.00 $426.00 $13.175.00 8 389.00 $11,439.00 8 400.00 $12,400.00 8 388.69 $12.055.59 $342.69 LW Furnish andInstallCompleteIrrigation System Including MDWASD mslanstlon ChargeendassociatedCoordination LS 1 $25,000.00 $25.000X0 S 30,000.00 8 42.S0O.OO $42.900.00 8 38.225.00 $36225.00 $25.600.50 $26.600.50 8 26,995.01 $26,995.01 8 50X56.50G-1 Dust Control LS 1 $7,000.00 $7.000X0 S 5.000.00 $5.000.00 5 5,000.00 $6.000.00 8 1600.00 $2,500.00 8 17,625.96 $17,625.96 8 12X33X3 $12.833X3G-2 MaintenanceofTraffic (3%)LS 1 $15,000.00 $15.000.00 $15,000.00 $15.000.00 $6.000.00 $6.000.00 $16X00.00 $16,600.00 8 19.147.76 $19.147.76 $9,633X3 $9,633X3 Q-3 PerformanceandPaymentBond(2%)LS 1 $9,000.00 $9,000.00 S 9.600.00 $9.600.00 $9,800X0 $9.600.00 $9,600.00 $9,600.00 $4,051.74 t 4.051.74 8 6,668.67 &4 SouBt MiamiProjectSign (Fft 1)LS 2 $650.00 $1,300.00 $1.000.00 $2.000.00 $750.00 $1,500.00 $1,000.00 $639.50 $1,079.00 8 500.00 G-5 b*onDf>Q<ncy LS *1 $25,000.00 8 25.000.00 5 25,000X0 $28.000.00 $25.000.00 $25.000.00 $25.000.00 $28.000.00 $25.000.00 $25,000.00 $25X00.00 TOTAL *483,645.00 $459,440.50 $471,205.00 $477,173.50 $481,448.40 $517,771.19 $535,397.73 PreparedBy:HJ.Ross Associates Page2of2 MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday.Sunday and Legal Holidays Miami,Miami-Dade County,Florida STATE OF FLORIDA COUNTY OF MIAMI-DADE: Before the undersigned authority personally appeared V.PEREZ,who on oath says that he or she isthe LEGALCLERK,LegalNoticesoftheMiamiDaily Business Review f/k/a Miami Review,adaily (except Saturday,Sunday andLegalHolidays)newspaper,published atMiamiinMiami-Dade County,Florida;that the attached copyof advertisement, beingaLegal Advertisement ofNcticein tho matterof ClTY:OF SOUTH MIAMI -NOTICE OF BID INVITATION BID NO.CI08-0718 -S.W.66TH STREET IMPROVEMENTS.ETC. in the XXXX Court, waspublishedinsaid newspaper inthe issues of 06/19/2008 Affiantfurther says that the saidMiamiDaily Business Reviewisa newspaper publishedatMiamiinsaid Miami-Dade County,Florida andthatthesaid newspaper has heretofore been continuously published insaidMiami-DadeCounty, Florida,eachday(exceptSaturday,Sunday andLegal Holidays) and has been entered as second class mail matter at the post office inMiamiin said Miami-Dade County,Florida,fora period ofoneyearnextprecedingthe first publication ofthe attachedcopyof advertisement;andaffiantfurther says thatheor shehasneitherpaidnorpromisedanyperson,firm or corporation any discount,rebate,commission orrefundforthepurpose of securing thisadvertisement for publication inthesaid newspaper. i)-& Sworn to and subscribed before 19day of JUNE .A.D.2008 /* (SEAL) V.PEREZ personally known to me ^^Cheryl HMarmer *^^£My Commission D0333559 %£</Expires July 18.2008 *«3^^ tMStf^M^SOUTH MIAMI tf&OBJPKli& The CirMf SoMn faianii will receivesealedproposals untij 3:00 P.M. local Hmet^ro^^uiy 18.2008 at the ftty;t$ti&office;South Miami City Halt;6130 ^set.Drive.South .Miarhl,vFlorida 33143,for the fpilo^gljrblecbi^'•<•'•-• TheBro^ Stre^afilwl&n^^draTnagersW^^ejecfrfcal.irrigation and,street lighiinrg^:*.?iTi.'U>.'•-1^^:;;/.;v';""i"-.:•>;.;.vi -jy ^'>:*A^V'''•'':•.'-'•• Atortwtf^K^ect^I be t^dera^s^ed thr^ug^t«U.S.bepsfafleW A^inistrafjpr|,and othet^fede&Fa^^as .^uc^:biq^ers ^jj^;a^y with Pres^er^Exe^f^D**® _=,--.-.i•.-•ir&ttSZsxi&ZZfeit Wt/oti hcabi#-«t«fh»i^n6feriri /Anti-Kick s^^efttecflf&OFR ParV5,and all oW jt^pabje federal,state amijocSt^^••'.:;;s :A«e1r^iriSc^ll^>ine^triS nb^ess ^jjl^.^ftinj^^^^ anrfwage^'a¥ie£|prtn irt me ^ntBci Obcurn be paid on this prbje^alia^^iapp!$a*^^Qf:race^pc^^^' id,:2uM!aY3^^out|:ft R*!#>efS' Idilll^^frcw SotftjrMlaW^^Clerk's pffice^lSW^SunseVDove,feouth ^Blife^aldlamthe ib^re^^ii!^^M?!V?^^ hwteveKth^^of South Miam£theCity ofSouth Miami reseryesthe right to reject any artfattbi^&wa^^ incr^f$$^^ A^ol-r^^^City noridal&i43:at 2:00 PM local Ume;on Wednesday,July §,,2008-All interested <»htractors areinvitedtoattend.\ The "Ci^^South Miami is\an ^uaiipp^ortunft/Employer and encourages thep^clpafcbn ofcertified $tacK MB^contractors. 6/19 Maria Menendez.CMC CityCterk U&-B-27/1036181M WLISMINTERNATIONAL |HJROSS engineers |planners |scientists July 29,2008 Mr.W.Ajibola Balogun City Manager City of South Miami 6130 Sunset Dr. South Miami,FL 33143 Re:SW 66 th Street Improvement Phase I BidNo.CI08-0718 Dear Mr.Balogun, On July 18,2008,bidsfortheabove referenced project were received and publicly openedatCity of SouthMiamiCityHall.Twelvebiddersrespondedwithbids ranging from$399,000to$535,397.73.TheEngineer'sEstimate of ProbableConstructionCost for the project was $483,645.00. Attached isacopy ofthe Summary ofBid Documentation Review.The low bidder is BudgetConstruction,Inc.Thelowbidamountpertable($398,985.85)differsfromthe amountsubmittedfromBudgetConstruction,Inc.($399,000)duetoroundinginthetotal amount for items RD-9,LM,LI-2,LI-3,LI-4 and LI-5. No irregularities were found inthe low bidder's submittal.We interviewed the references and the bidder received good recommendations.Wealso interviewed the low bidderonJuly29,2008tomakesurethey understand theProjectManual provisions, schedules,and quantities. Basedontheabove,we recommend theaward of thecontracttotheapparentlow responsivebidder,Budget Construction,Inc.foranamount of $398,985.85pendingthe City's legalverification of compliancewithothercontractualrequirements. If you have any questidnsLplease callme. Jose^ deader Construction Enc.Summwy of Bid Documentation Review infflntemational/HJy^oss 201 AlbombroCi.de,Suile 900|Corel Gables,Florida 331 34|T305567 1888 |F305567 1771 |v,-.w/tylm com T.Y.Lin International Project:City of South Miami SW 66 STREET IMPROVEMENTS -PHASE I CITY BID No.:CI08-0718 Friday,July 18,2008 16-May-08 CONTRACTOR REFERENCES Ref# 1.0 Company Bovis Lend Lease Contact Person &Number Ed Morse (PM) Budget Construction CO,Inc.••' Phone Number 305-373-3502 Type Utilities,Paving Reference Contact gave good references.Contract amounts varies from $300,000 to $500,000 2.0 BRV Construction Services,Inc.Ron Loheide (PM)305-238-7953 Paving.Drainage. Contact gave good references.Contractor has been working for many years andwith good performance. 3.0 Coastal Construction Company MarkMiller(PM)305-559-4900 Paving,Site Work Contact gave good references.Contractor has been working for many years and good performance. 4.0 Miami Dade WASD Miguel Pichardo (PM)786-552-8146 Water and Sewer Contact gave good references;except forasub contractor for the asphalt pavement Jobs performed in the Village of Miami Shores.Contract amount $805,000 5.0 Suncon,Inc.Rick Pelaez 305-827-2970 Paving,Drainage, Sewer,Water Contact gave good references;Contract amounts over $900,000 and has been working with the contractor for many years inDade, Monroe and Broward Counties.Contract amounts over 900.000 Bid Docs_Checktist Page 1of1 Engineering &Construction Department Contractor References Based on Experience,Ability and Financial Standing BUfeqgV Ift^VvO W ,JfrrU.is a potential contractor for fhe'bbW SbreO;lUpoa^C^^A^|pV1A^C 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 tothe following inquiry as it applies tothe nature or your relationship with the company.Those thatdonotapplyshould be leftblank. Please rate the consultant as follows: 1 -poor2-average3-above average 4-very good 5-excellent :1 2 3 4 5 i Criteria | i A.Ability to complete project on time S B.Ability to stay within the budget y C Quality of work s D.financial standing (if applicable)C kJ /a^ » / E.Experience in their line of work • AdditionalComments(Mayindicatelastproject /transaction with contractor): Reference given by: Name &Title £&•KOrfrjf.fe|A »(BflL/tt t^kfMfr) Address:1R>Zw I4**S-Cku^Sufa fito City/St/Zip M*MAi,FL, Telephone ,fepC)V73 3SP1. Date Q-7/257 flg If you have any question about Ibis form,pleasecall (305)663-6350. Reference checkconductedby: Name:V[/W^&V^6.P,CT , Engineering &Construction Department Contractor References Based on Experience,Ability and Financial Standing C^Ul^gT-(k>JUSTYUctfOKt>£pC is a potential contractor for the^y&SW street-iMpnMdUodr PhkZ fc T It is our practice to obtain references fromindividualsandcompanieswhohave worked withapotential contractor.The above companyhas included youand/oryourcompanyasareference.We would greatlyappreciateyour promptresponsetothefollowinginquiryasitappliestothenatureoryour relationship withthe company.Those thatdonotapplyshouldbeleftblank. Please rate the consultant as follows: 1-poor 2—average 3-above average 4-very good 5-excellent 1 2 3 4 5 Criteria i .i. i A.Ability to complete project on time / B.Ability to stay within the budget / C.Quality of work • D.Financial standing (if applicable)(*0 /a^ * y Ea Experience in their line of work s Additional Comments (May indicate last project /transaction with contractor): Reference given by: Name &Title fedt -Pl?W^ Address:S03o Ml**.UfcgtbriVg City/St/Zip \M*Lu UtoiH'SloU/ Telephone ^Pg-727-,y|'7Z> Date 07 fef /(g If you have any question about Ibis form,please call (305)663-6350. Referencecheckconductedby: Name:M/hrr>Q lu*,P&' Engineering &Construction Department Contractor References Basedon Experience,Ability andFinancialStanding But^^WcV^/Int.is a potential contractor thef&kSU/SjfV*lVtM,|>ro^^^ftHA&tP \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 asa reference.We would greatly appreciate your prompt response tothe following inquiry asit applies tothe nature or your relationship with the company.Thosethatdonotapplyshouldbeleftblank. Please rate the consultant as follows: 1 -poor 2-average 3-aboveaverage 4-very good 5-excellent 1 2 3 4 5 Criteria A.Ability to complete project on time S ' B.Ability to stay within the budget S C»Quality of work / D.Financial standing (if applicable)(k)/a^ a E.Experience in their line of work s AdditionalComments(May indicate lastproject /transaction with contractor): Referencegivenby: Name &Title %kli l>OW?lfa(M Address:SWuiZet•/\%l 7f fru/\Vaht City/St/Zip iMkWi,FL**»rcV Telephone /VpSf-^g^lC* Date Cnlzdto If you have any question about thfe form,pleasecaU (305)663*6350. Referencecheckconductedby: Name:Mkr^O \u*.T>*& for Engineering &Construction Department Contractor References Basedon Experience,Ability andFinancial Standing pUbgjfcnr ^WC^(M/\*^ry is a potential contractor for the'frk Stu StlT<^r VMP^UaUiw^fiUASe 3C Itisour practice to obtain referencesfromindividualsandcompanieswhohaveworkedwithapotential contractor.Theabove companyhasincludedyou and/or yourcompanyasa reference.We would greatly appreciate your promptresponsetothefollowinginquiryasitappliestothenatureoryourrelationshipwiththe company.Those thatdonotapplyshould be left blank. Please rate the consultant as follows: 1 -poor 2 —average3-above average 4-very good 5-excellent i 23 4 5 Criteria .^ A.Ability to complete project on time / ,>- B.Ability to stay within the budget * s C.Quality of work • D.Financial standing (ifapplicable)(*0 /a^ • • E»Experience in their line of work i " Additional Comments (May indicate last project /transaction with contractor): Referencegivenby:Referencecheckconductedby: Name&Title^ibflL.MUll^(M)Name:M krtQ klTtf.P.E Address:Sf CP ftW U»|t)t>v fry Ciry/St/Zip UiAaVH,Fl^Sl^ Telephone 30S ^$1-QloC> Date Ol/lZfOl 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 Please rate the consultant as follows: 1-poor2—average3-above average Criteria A.Ability to complete project on time B.Ability to stay within the budget C.Quality of work D.Financial standing (if applicable)(*J/V) E.Experience in their line of work a potential contractor for ____—.It isourpracticetoobtain 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.Thosethatdonotapplyshouldbeleft blank. 4-very good 5-excellent 4 "7" ZT Additional Comments (May indicate last project/transaction with contractor): Reference givenby: Name &TitleMtW r^TtUfrnlo fr*H) Address:307/*<W-gtofiMZ City/StfZip MiAaVH ,Fl3.3]tffr Telephone Tf^"g£2 -VWI, Date Reference check conducted by: NamerMfrT^D ktX .frF Ifyouhaveany question about this form,,please caU (305)663-6350. "b t s W t i o r f " T E C OA T B ,W / 1 8 / ° P DR A W N I F. Al O H S O DC S J C N t D : r. Al O N S O TV L I N I N T E R N A T i O N A U I HJ R O S S en g b w e ' t | pb n n m | xt e n O w t 20 1 AU 4 A U S R A Cl f l C t t . SW T t 8 0 0 c o s a l c w i e a , a o m o A 33 1 3 4 3 0 S - 3 6 T - I B a » / TA X 3 0 S - S 6 7 - 1 7 7 1 M / w c t x a j i p N s q e c v m t f UC I T Y OF SO U T H MIA M I MI A M I - D A D E CO U N T Y . RO R I D A S W 66 T H S T R E E T IM P R O V E M E N T S L A N D S C A P E PL A N LD - 3 SECTION 00500 CONTRACT THIS AGREEMENT,made and entered into this^.day of Xwo^tte-<.20 0^,A.D.by and Lreen the City of South,Miami,party of the first part (hereinafter sometimes called the "Owner"),Id ]0l(if4-C()v\£rMA\(V\/rwtnC'party of the second part (hereinafter sometimes called ^"Contractor") WHEREAS:Miami-Dade County through its office of Community Development has entered |to acontract 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 Igree as follows: 1.01 1.02 '1.03 B. A. B. SCOPE OF WORK The Contractor shall furnish all labor,materials,equipment,machinery,tools, apparatus,and transportation and perform all of the work shown on the Drawings and describedintheProjectManualentitled: S.W.66th STREET IMPROVEMENTS -PHASE 1 S.W.59thPLACE TO S.W.58™AVENUE as prepared by T.Y.Lin International I HJ.Ross 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. THE CONTRACT SUM 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: 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 fgregate amount of this Contract is the sum of fhn>&.hunaea ninrhj tight __ &myA fAv^\uA^yd tiqhkf Dollars ($M&Jffi&&5.)• COMMENCEMENTAND COMPLETION OFWORK The Contractor shall commence work onthe date established inthe Notice to Proceed. The Contractor shall prosecute the work with faithfulness and diligence and shall complete the work not later than One Hundred &Fifty f150)calendar days after the commencementdateestablishedintheNoticetoProceed. 00500-1 m i i; !" 1.04 CONTRACTOR'S ACCEPTANCE OF CONDITIONS A.The Contractor hereby agreesthathehas carefully examined thesitesforthe work tobe performed andhasfullysatisfied himself thatsuchsitesarecorrectandsuitableonesfor theworktobe performed andheassumesfull responsibility therefore.Theprovisions of this Contract shall control any inconsistent provisions contained inthe specifications. AllDrawings,SpecificationsandContractitemscontainedinthisProjectManualhave been readandcarefully considered bytheContractor,who understands thesameand agreestotheirsufficiencyfortheworktobedone.Itisexpresslyagreedthatunderno circumstances,conditions or situations shallthis Contract bemore strongly construed against theOwnerthanagainstthe Contractor andhisSurety. B.AnyambiguityoruncertaintyintheDrawingsorProjectManualshallbeinterpreted andconstruedbytheOwner'sEngineerandhisdecisionshallbefinalandbindingupon all parties. C.Itisdistinctlyunderstoodandagreedthatthepassing,approvaland/oracceptanceof anypartoftheworkormaterialbytheOwner,hisEngineer,orbyanyagentor representative asin compliance withtheitemsofthisContractand/or of theProject Manualcoveringsaidwork,shallnotoperateasawaiverbytheOwner of strict compliance withthetermsofthis Contract,and/or theProjectManual covering said work;andtheOwnermayrequiretheContractorand/orhisinsurertorepair,replace, restoreand/ormaketocomplystrictlyandinallthingswiththisContractandthe Project Manual anyandallofsaidwork and/or services whichwithinaperiodofone yearfromandafterthedateofthe passing,approval,and/or acceptance ofanysuch workorservices,arefoundtobedefectiveortofailinanywaytocomplywiththe Drawings and Specifications.Thisprovisionshallnotapplytomaterialsor equipment normally expected to deteriorate orwearoutand become subjecttonormalrepairand replacement before their condition is discovered.The Contractor shall notbe required todonormalmaintenanceworkundertheguaranteeprovisions.Failureonthe part of theContractorand/orhisinsurer,immediatelyafterNoticetoeither,to repair orreplace any such defective materials and workmanship shall entitle the Owner,ifitseesfit,to replace or repair the same and recover the reasonable costof such replacement and/or repair from the Contractor and/or his insurer,who shall inanyeventbejointlyand severally liable tothe Owner forall damage,lossand expense causedtotheOwnerby reason of the Contractor's breach of this Contract and/or his failure to comply strictly andinallthingswiththisContractandwiththeDrawingsandSpecifications. 1.05 LIQUIDATED DAMAGES A.ItismutuallyagreedthattimeisoftheessenceofthisContractandshouldthe Contractorfailtocompletetheworkwithinthespecifiedtime,orayauthorized extensionthereof,thereshallbedeductedfromthecompensation otherwise tobepaid totheContractor,andtheOwnerwillretainasliquated damages theamount of One Thousand Five Hundred dollars ($1.500.00)per calendar day for each calendardayelapsingbeyondthespecifiedtimeforcompletionoranyauthorized extensionthereof,whichsumshallrepresenttheactualdamages which the Owner will havesustainedbyfailure of theContractortocompletetheworkwithinthespecified time;itbeingfurtheragreedthatsaidsumisnot penalty,butisthestipulatedamountof damagesustainedbytheOwnerintheevent of suchdefaultbytheContractor. 00500-2 B.Forthepurposes of thisArticle,theday of finalacceptance of theworkshallbe consideredaday of delay,andthescheduledday of completion of the work shallbe considered aday scheduled for production. 1.06 PARTIAL AND FINAL PAYMENTS A.Inaccordance with the provisions fullysetforthintheGeneral Conditions,andsubject toadditionsand deductions asprovided,theOwnershallpaytheContractorasfollows: 1.Within 60daysafterreceipt of theContractor's request forpartial payment by the Owner,the Owner shall make partial payments totheContractor,onthe basis of the estimate of work asapproved by the Owner's Engineer,for work performed duringthe preceding calendar month,less ten percent (10%)of the amount of such estimate which isto be retained by the Owner until all work has been performed strictly inaccordance with this Agreement and until such work has been accepted by the Owner. 2.Upon submission by theContractor of evidence satisfactory tothe Owner that allpayrolls,material bills andothercosts incurred by the Contractorin connection with the work have been paidinfull,and also,after all guarantees that may be required inthe specifications have been furnished andarefoundto be acceptable by the Owner,final payment on account of this Agreement shall be made within sixty (60)daysafter completion by the Contractor of all work covered by this Agreement and acceptance of such work by the Owner. 1.07 ADDITIONAL BOND A.Itisfurther mutually agreed between theparties hereto that if,at any time afterthe execution of this Agreement andthe Performance and Payment Bonds hereto attached foritsfaithful performance,the Owner shall deem the surety or sureties upon such bonds to be unsatisfactory,orif,foranyreason,such bond(s)ceases to be adequate to cover the performance of the work,the Contractor shallat his expense,and within three (3)days after the receipt of Notice fromthe Owner todoso,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 tothe 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 andform 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 underthecontract;provided,however,thatin any action arising out of orto enforce this Agreement,the prevailing partyshallbe entitled toits reasonable attorney's feesand costs,including,but not limited to paralegalcosts,and computer researchcosts.The partiesshall not beliableforthe prejudgment interest. 00500-3 1.09 MEDIATION Anyclaimordisputearisingout of orrelatedtothisagreementshallbesubjectto informal mediation asacondition precedent tothe institution of legalorequitable proceedingbyeitherparty.Bothpartieswaivetherighttoarbitration.Theparties shallsharethe mediator's feeandanyfilingfeesequally.The mediation shallbeheld in Miami-Dade County,Florida,unless another location is mutually agreed upon. Agreementsreachedinmediationshallbeenforceableassettlementagreementsinthe circuit court forthe 11th Judicial Circuit fortheState of Florida. 1.10 SIGNATORY AUTHORITY The officials executing this Agreement warrant and represent that theyare authorized by their respective agency toenterintoa binding agreement. 1.11 LIENS Contractor isprohibitedfromplacingalienonthe City's property.Thisprohibition shallapplyto,interalia,allsubconsultantsand subcontractors,suppliersandlabors. 1.12 i INCORPORATE BY REFERENCE DOCUMENTS ENCLOSED EST PROJECT MANUAL This project inpartwillbefederallyassisted through theMiami-DadeCounty Department of Community andEconomic Development with Community Development Block Grant fundsandas such bidder must comply with Presidential Executive Order 11246,asamended;byExecutiveOrder 11375;Title VII of theCivilRightsAct of 1964 as amended;the Davis Bacon Act of 1968,as amended;the Copeland Anti- Kickback Act;the Contract Work Hours and Safety Standards Act andall other applicable federal,stateandlocal ordinance. The contract enclosed within the "Project Manual forS.W.66th Street Improvements - Phase 1,City of SouthMiami,City's Project No.:CI08-0718"andall attachments inthe Manual andthe Construction Drawings shall be incorporated by reference intothe contract,as exhibits tothe contract.Between the contract and the attachments in the manual,the provisions of thecontractshallcontrol should therebeany 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 fromtheCity.Approved subcontractors shall be subject to each provision of this contract and Contractor shall be responsible and indemnify the City forall 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 theCity;provided,however,that claims for money bythe 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. 00500-4 Written notice of any assignment,transferor pledge of fundsshall be furnished within 10 days by theContractortotheCity.. 1.14 EXAMINATION AND RETENTION OF CONTRACTOR'S RECORDS A.The City,orany of their duly authorized representatives,shall,until 3years after final payment underthiscontract,haveaccesstoandtherightto examine any of the Contractor's books,ledgers,documents,papers,orotherrecords involving transactions related tothis contract for thepurpose of making audit,examination,excerpts,and transcriptions. B.The Contractor agrees to include in the first-tier subcontracts under this contract a clause substantially thesameassubparagraph 14.A.above."Subcontract."as used in thisclause,excludes purchaseorder not exceeding $2,000. C.The righttoaccessand examination of recordsinsubparagraph 14.A.shall continue until disposition of any mediation,claims,litigation orappeals. 1.15 OWNERSHIP OF DOCUMENTS All documents,reports,plans,specifications orotherrecords,including electronic records,resulting fromthe professional services rendered by the Contractor under this contract shall be deemed theproperty of the City andthe City shall have allrights incident tothis ownership.The Contractor acknowledges thatall documents prepared under thiscontractshallbepublicrecords,andshallbe subject topublic 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 toretain copies of the documents atthe Contractor's expense. 1.16 SEVERABILITY Should anyparagraphoranypart of anyparagraph 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 orpart of any section of this contract. 1.17 CONTINGENCY FEE AND CODE OF ETHICS WARRANTY A.Contractor warrantsthat neither it,norany principal,employee,agent, representative or family member has promised to pay,and Contractor has not,and will not,pay afee 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 hasprocured,or attempted to procure,this contract in violation of any of the provisions of the Miami-Dade County orthe City of South Miami conflict of interest and code of ethics ordinances. 00500-5 19 A violation of this paragraph will result in the termination of the contract and forfeiture of funds paid,ortobe paid,tothe Contractor. 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. INDEPENDENT CONTRACTOR The contractor is furnishing its services as an independent Contractor and npthing in this contract shall create any association,partnership or joint venture between the parties,or any employer-employee relationships. I WITNESS WHEREOF the parties hereto have executed this Agreement on the day and date first .jjve written in five (5)counterparts,each of which shall,without proof or accounting for the other counterparts,be deemed an original Contract. [Seal) :ierk City of SouthMiami, Party of theFirstPart By:t*S City Manager %^<b(bMwb(bn Coptic Contractor Party ofthe Second Part ^ ~Hv<*ao^r\c* WITNESS:(If corporation,attach ;f Seal and attest by Secretary) i UrvlJtU?jfU)flJ^ IAPPROVED AS TO FORM AND I LEGALITY: ^(SyAttofney'' Cify-oT SouthMiami Rv:SUk A.Smlhfl- \W PwSISaW- Title 00500-6 (*)Inthe event thatthe Contractor isa Corporation,the following certificate of resolution of the Board of Directors of theCorporation,authorizing the officer whosignsthe Contract todosoinits behalf shall be completed. 00500-7 M CERTIFICATE (Sample) IfATE OF FLORIDA ) i&')ss' |)UNTYOF M>«rw»0sefc) I HEREBY CERTIFY that ameeting of the Board of Directors of Bu/itjd- P^_rptf^YKCkn CD-.lVte',acorporation under the laws of the State of Florida ,held In'Ttepwilvi^ffih ,20Cfe,the following resolution was duly passed and adopted: "RESOLVED,that gjfe ASfty\cV\ff2-.,as \llUu President of the piporation,be and he is hereby authorized to execute the Contract dated\>e^h^\^c T^>,20 g*g, Between the Citv of South Miami ,a municipal corporation,and this corporation,and that this ixecutibn thereof,attested bythe Secretary of the corporation and with corporate seal affixed,shall He the official act and deed ofthis corporation." I further certifythatsaid resolution isnowin full force and effect. IN WITNESS WHEREOF,I have hereunto setmy hand and affixed the official sealofthe Icorporation this ^day of \tfCOmber ,20 Oft Secretary N\\a^&\A J men?z 3V. END OF SECTION^ 'i W • 00500-8 RESOLUTION NO.r^a 9?,hr,^4 A RESOLUTION OF THE CITY OF SOUTH MIAMI COMMUNITY REDEVELOPMENT AGENCY (SMCRA)RELATING TO INFRASTRUCTURE IMPROVEMENTS;AUTHORIZING THE SMCRA DIRECTOR TO INITIATE A BUDGET TRANSFER IN THE AMOUNT OF$21,355,85 FROM ACCOUNT NO.610-1110-513-63-40 (INFRASTRUCTURE EVCPROVEMENTS/STREETSCAPE ENHANCEMENTS)TO ACCOUNT NO.610-1110-513-34-50 (CONTRACTUAL SERVICES/INFRASTRUCTURE);AND AUTHORIZING A FUNDING DISBURSEMENT IN THE TOTAL AMOUNT OF $98,985.85 TO BUDGET CONSTRUCTION INC TO INITIATE CONSTRUCTION OF THE SW 66ra STREET IMPROVEMENT PROJECT;AND PROVIDING AN EFFECTIVE DATE. WHEREAS,the07/08Budgetincludesfundinginthetotal amount of $372,000 forthedesignandconstruction of major infrastructure improvementprojectsinthe SMCRA District;and WHEREAS,significantprojectsidentifiedbytheBoardduringthe07/08budget approvalprocessincludethefollowingprojects: •The 59th Place (Church Street)Streetscape Improvement Project (Phase IV); •TheSW 66th St.Streetscape Improvement Project; •The Sunset Drive Streetscape Improvement Project;and •Other Infrastructure Projects tobeidentifiedduringthe07/08 BudgetYear WHEREAS,thusfarduringthecurrentfiscalyear,theSMCRAhas contributed a total of $47,370 towards the design costs for the SW 66th Street Improvement Project; and WHEREAS,The 66th Streetscape Improvement Project includes many ofthe similardesignfeaturesastherecentSMCRAfunded59thPlaceInfrastructure ImprovementProjectandislocatedalongoneofthemajorarterialroadwaysinthe SMCRAandprimaryentranceto the CityofSouth Miami's MurrayPark. WHEREAS,aspart of aCityinitiatedbiddingprocess,Budget Construction Inc. wasselectedtoprovideconstructionservicesfortheProject;and WHEREAS,aspart of arecentCityinitiatedbiddingprocess,theproject engineer of recordhasrecommendedthatBudgetConstructionInc.be selected to provide construction services forthe project;and WHEREAS,duringtheAugust19,2008meeting of theCity Commission,the Commission willvotetoapprovetherecommendedcontractor based ona submitted bid pricebyBudgetConstructionInc.inthetotalamount$398,985.85 Page 1 of2 CRA 22-08-3345 WHEREAS,the SMCRA desiresto contribute funding in the amount of $98,985.85 to facilitate completion ofthe project and following approval ofthe recommended contractor bytheCityCommission,fundinginthe total amount of $98,985.85shallbedisbursedtoBudget Construction Inc; WHEREAS,asaresultof completion ofthis project,amajorarterial roadway in the SMCRA area.and the primary entrance tothe City of South Miami's Murray Park willbe greatly improved. NOW THEREFORE BE IT RESOLVED BY THE COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF SOUTH MIAMI,FLORIDA THAT: Section1.TheSouthMiami Community Redevelopment Agencyauthorizes a budget transfer in the amount $21,255.85 from Account #610-1110-513-63-40 (Infrastructure Improvements/Streetscape Enhancements)toAccount#610-1110- 513-34-50 (Infrastructure/Contractual Services).Followingbudgettransfer,the remainingbalancein Account #610-1110-513-63-40 (Infrastructure Improvements/Streetscape Enhancements)shallbe$13,481.65. Section2.TheSouth Miami Community Redevelopment Agency authorizes paymentinthetotalamountof $98,985.85 toBudgetConstructionInc.to construct the 66^Street Streetscape Improvement Project.Following funding .disbursement,the remaining balancein Account #610-1110-513-34-50 shall be $0. Section3.This resolution shall takeeffect immediately upon adoption. PASSEDANDADOPTEDthis 11 day of August,2008. ATTEST:APPROVED: of South Miami '''v ™ Community Redevelopment Agem Clerk j READ AND APPROVED AS TO FORM: Page 2 of2 Chair Hora< Board Vote:N Chair Feliu: ViceChair Beasley: Member Wiscombe: Member Palmer: Member Beckman: Member R.Williams: Member L.Williams: 6-0 Yea Yea abs.ent Yea Yea Yea Yea <s RESOLUTION NO.CRA 31-08-343 A RESOLUTION OF THE CITY OF SOUTH MIAMI COMMUNITY REDEVELOPMENT AGENCY (SMCRA) RELATING TO PARK IMPROVEMENTS;AUTHORIZING THE SMCRA DIRECTOR TO DISBURSE FUNDING IN THE AMOUNT OF $36,200 TO BUDGET CONSTRUCTION INC. TO INSTALL STREET TREES AND DECORATIVE LANDSCAPING ALONG SW 66™STREET AS PART OF THE 66ra STREETSCAPE IMPROVEMENT PROJECT AND AUTHORIZING BUDGET TRANSFERS IN THE AMOUNT OF $12,425 FROM ACCOUNT NO.610-1110-513-63-40 (INFRASTRUCTURE IMPROVEMENTS)AND $7,500 FROM ACCOUNT NO.610-1110-541-31-20 (PROFESSIONAL SERVICES/STREET BEAUTEBTCATION)TO ACCOUNT NO. 610-1110-541-34-50 (CONTRACTUAL SERVICES/STREET BEAUTTFICATION)TO FACILITATE THE EXPENDITURE AND CHARGING THE TOTAL AMOUNT TO ACCOUNT NO. 610-1110-541-34-50 (CONTRACTUAL SERVICES/STREET BEAUTIFICATION);AND PROVTDING AN EFFECTIVE DATE. WHEREAS,containedintheFY07/08 Budget is specific line itemfunding forthe installation of streettreesalongmajor roadways inthe SMCRA District;and WHEREAS,theCity of SouthMiamiiscurrently implementing amajor roadway improvements along SW 66^Street in the SMCRA District which includes the installation of street trees and decorative landscaping along the SW 66th Street Corridor;and WHEREAS,basedonacostestimate received from Budget Construction Inc, the total cost to install landscaping along the SW 66th Street Project is $60,000;and WHEREAS,the installation of street trees along SW 66th Street will help to facilitatetheCity'scurrent"green"initiativeandwillalsogreatlyenhanceamajor arterial roadway intheSMCRA District;and WHEREAS,the SMCRA Board desires to contribute funding inthe amount of 36,200 towards the installation of street treesand decorative landscaping atthis location in the SMCRA. NOW,THEREFORE,BE IT RESOLVED BY THE SOUTH MIAMI COMMUNITY REDEVELOPMENT AGENCY: Page 1 of2 Res.No.CRA 31-08-343 ^Section 1.The SMCRA Director is authorized to disburse funding upon completion of workintheamount of $36,200 toBudgetConstructionInc.toinstall street trees and decorative landscaping along SW 66th Street as part of the SW 66^ Street Improvement Project and charging thetotal amount to Account No.610-1110- 541-34-50(Contractual Services/Street Beautification Account) Section2.This resolution shalltakeeffect immediately uponapproval. PASSEDANDADOPTEDthis 8th day of September,2008. ATTEST: Community Redevelopment Agency Clerk READ AND APPROVED AS TO FORM: PROVED: Chairperson Board Vote:6~1 Chairperson Feliu:Yea Vice Chairperson Beasley:Yea Board Member Wiscombe:Yea Board Member Palmer:Yea Board Member Beckman:Yea Board Member R.Williams:Yea Board Member L.Williams:Nay Page 2 of2 WW?' IR / RESOLUTION NO.,157-08-12754 A RESOLUTION OF THE MAYOR AND CITY COMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA AUTHORIZING THE CITY MANAGER TOEXECUTEA WORK ORDER WITH BUDGET CONSTRUCTION CO,INC FOR LANDSCAPING SERVICES AS PART OF SW 66 STREET IMPROVEMENTS PHASE 1 IN AN AMOUNT OF $34,347.99 TO BE CHARGED TO PUBLIC WORKS DEPARTMENT'S CONTRACTUAL SERIVCES ACCOUNT NUMBER 001-1730-541-3450;PROVIDING FOR AN EFFECTIVE DATE. WHEREAS,the Mayor and City Commission wishes to provide landscaping along SW 66 Street as part of SW 66 Street Improvements Phase 1defined as between SW 59th Place and SW 58th Avenue; and WHEREAS,theCity wishes to secure the landscaping services of Budget Construction,Inc inan amount of $34,347.99 for the SW 66 Street Improvements Phase 1 landscaping;and WHEREAS,the landscaping services willbe funded through Public Works Department's contractual servicesaccountnumber 001-1730-541-3450 withcurrentaccountbalance of $35,352.50 before this request. NOW,THEREFORE,BEITRESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA THAT: Section 1:The Mayor and City Commission authorizes theCity Manager to execute a service work order with Budget Construction,Inc.for landscaping services in amount of $34,347.99 for SW 66 Street Improvements Phase1. Section2:Thatthe landscaping services willbe funded through Public Works Department's contractual servicesaccountnumber 001-1730-541-3450 withcurrentaccountbalance of $35,352.50 before this request. Section 3:This resolution shallbe effective immediately. PASSED AND ADOPTED this /k day of ST: CITY CLERK READ AND APPROVED AS TO FORM: e_i2T¥^TrORNEY ^L,2008. APPROVED: !MAYOR Commission Vote:4_1 Mayor Feliu:.Yea Vice Mayor Beasley:.Yea Commissioner Palmer:yea Commissioner Wiscombe:yea Commissioner Beckman:Nay October 6,2008 Mr.W.Ajibola Balogun Assistant City Manager City of South Miami 6130 Sunset Drive South Miami,FL 33143 Community &Economic Development 701 N.VV.1st Court °14th Floor Miami,Florida 33136 T 786-469-2100 F 786-469-2236 miamidade.gov Re:Amendment One to the FY 2008 Community Development Block Grant Contract -$200,000 S.W.66th Street Improvements -Phase I Dear Mr.Balogun: Enclosed is an executed copy of the Amendment One to the FY 2008 CDBG Contract between the Cityof South Miami and Miami-Dade County for your agency's S.W.66th Street Improvements-Phase I activities.The effective term of this agreement isfrom January 1,2008 through December 31,2009. Your staff must ensure that the Officeof Community and Economic Development receives the reports and other required documents identifiedin the contract by the required deadlines to avoid suspension of funds.Ifyou have any questions, please contact me at 786-469-2220. xetitia S.Goodson Contracts Officer :lsg Enclosure Index Code:CD534C10CI AMENDMENTONETOTHEFY2008COMMUNITY DEVELOPMENTBLOCKGRANT CONTRACT BETWEEN MIAMI-DADE COUNTY AND CITY OF SOUTH MIAMI The FY 2008 Community Development Block Grant Contract between Miami-Dade County and the City of South Miami,executed on Mav 6.2008,is amended as follows: III.TheCounty Agrees,isamendedto read: Subject to the availability of funds,to pay for contracted activities according to the^terms and conditions contained within this contract In an amount not to exceed $300,000.00. This amendment increases the total amount by $100,000.00.The new contract amount is S300.000.00. AttachmentAisamendedasindicatedinAttachmentA. Attachment A1 isamendedasindicatedinAttachmentA1. Attachment Bis amended asindicatedinAttachmentB. i The effective date of this amendment is Mav 6.2008.Except for the changes enumerated above, all other provisions of the agreement shall remain in full force and effect. IV.The Awardee and OCED Agree: A.Effective Date 1 This contract shall begin on January 1.2008.Any costs incurred by the Awardee prior to this date will not be reimbursed bythe County. 2 This contract shall expire on December 31.2009.Any costs incurred by the Awardee beyond this date will not be reimbursed bythe County. This Amendment and all its attachments are hereby made a part of the Agreement. IN WITNESS THEREOF,the parties agree tothe mutual covenants herein contained and have caused this two (2)page Amendment to the Contract to be executed on their behalf this day QfSyf *4-2008- AWARDEE: City of South Miami MIAMI-DADE COUNTY iJ$.BY: NAME: TITLE: DATE: BY: NAME TITLE: DATE City Manager aI/A : BY: (Signature) Type or Print Name ^0*-"L^~ >jgnature) Maria M.Menendez Type or Print Name Federal ID Number:59-6000431 Resolution #:R-1222-07 and R-489-08 Index Code: Awardee's Fiscal Year Ending Date: CORPORATE SEAL: 09/30/08 TITLE: Qarlos Alvarez Mayor ATTE#V-r^a) TITLE:'^etK^QparjKpf County Coffttniss'ibners MA^fo iC^J Approved as to form and Lecpj sufficierfcy Date CONTRACT IS NOT VALID UNTIL SIGNED AND DATED BY BOTH PARTIES 2 Acronym:SWIIAM1 Date:SCORE: 5/20/2008 Contract Number: FY 2008 Activity ID:20081 011 Action Plan ID: Index Code: CATEGORY: Capital Improvement Source CDBG IDIS Number: District: 07 ZHxaar-ESESEEEE MD Specific: Sort Contracts bv Agency Contract Shell Type: EIN:59-60004311.Description -Applicant /Agency /Developer Information Applicant/Developer (A.K.A.): Cityof South Wliami Applicant Type:Municipality ActivityTitle and Description: 6130 SUNSET DRApplicantLegalAddress: CITY,ST,ZIP:|SOUTH Ml _;[fl]|33t43 Contact:Mr.W.Ajibola Balogun Phone:(305)663-6338 Monitoring Issues: Title:SW66 Street Improvement -Phase I ....Street Imorovement from SW 66th Street from SW 57 Ave to SW 61 Ct in South Miami NRSA.Project consists offe^(widening),roadway resurfacing,lighting and landscaping associated w,th 2.Funding Information FY07 Contract # FY07 IDIS # FY07 Funding: FY08 Non-OCED Funding: $40,000 FY08 Requested Amount: $550,000 Prior Year Carry Forward $0 3.Contract Information /Signees Contract Officer: Planner: 241 Goodson 143 i [Parkinson Salutation FName LName i Title:[City Manager Iltfon Plan $200^000Allocation:^|0Q)00d 5.Contract Tracking Contract Tracking Report [Export Contract Data Sent to County Issued Date Signed Date $0 N/A Title: 4i 300,00 Total FY 2008 .$20©jGGe Contract $$.=——• Scope Finalized Budget Approved Attorney Sent to County Manager Number Of Units Proposed in Application [^2,000 Proposed by Funding Cost per Unit(CPU) Contract Status: J Contract Dates Start Completion Amendment Aaencv Fiscal Year Start:End:AUDIT DUE: Sent to Clerk of Board Returned from County Manager/ Executed 6.Geographic Information (Please remember to GEO CODE Activity Address) Activity Geo Address:Activity Geo City:ST:GeoapCog:Census Tract:Block Group: (from SW 66th Street from SW 57 Ave to S (South Miami |Fli|33143 76.03 7.HUD Information If no street address,provide crossroads information: HUD Code:HUD Activity Type: 03K Street Improvements Proposed: 2,000 Accomplishment Type People Folio Number (CI and HOonly) National Citation National Objective: 570.201 (c)570.208(a)(1)LMA Priority Need Infrastructure %Low/Mod: %Small/Mm.Confrnctors: APPROVED AGENCYNAME THECITYOFSOUTH MIAMI ACTIVITY SW 66lh Street Improvements FUNDING SOURCE CDBG2008 AMOUNT:$300,000 ATTACHMENT-A-1" TOTAL ACTMTIY COSTS:S340.000 TOTALAVAILABLEFUNDING [Mafchinq bv CHv)$40,000 PROPOSED ACCOMPUSHMENT UNITS:People ACCOMPLISHMENT UNITS:952 TYPE:People QUARTER • ACTION STEP CATEGORY CUMULATIVE PERCENTAGE OF COMPLETION APPROVED CUMULATIVE QUARTERLY SERVICE UNITS APPROVED CUMULATIVE PROJECTED PAYMENT LEVEL APPROVED ACTUAL QUARTERLY ACCOMPLISHMENTS CUMULATIVECUMULATIVECUMULATIVE PERCENTAGE OF COMPLETION SERVICE UNITS REIMBURSEMENTS 1st ENVIRONMENTAL CLEARANCE(OCED APPROVALREQUIRED)"-. BID PACKAGE FOR CONTRACTOR (REQUIRESAPPROVALFROMOCED) SUBMITTAL OF PROGRESS REPORT .•.••.•;-•..'••*••':;'*••-12%.0 $36,000 2nd DAVIS BACON WAGE DETERMINATION (OCED) • ADVERTISEMENT PRE-81D CONFERENCE BID OPENING RECOMMENDATION.SELECTION/AWARD VERIFY CONTRACTOR IS NOT ON DEBARMENT UST OBTAIN EVIDENCE OF LICENSES SUBMITTALOF QUARTERLY REPORT 25%0 •$75,000 3rd PAYMENT AND PERFORMANCE BOND CERTIFICATES OF INSURANCE EXECUTE CONTRACT WITH CONTRACTOR (OCEDAPPROVAL REQUIRED) SUBMITTALOF QUARTERLY REPORT 37%0 ..S111.000 4th PRE-CONSTRUCTION CONFERENCE (INCLUDE WORKSCHEDULEAND MAINTENANCE OF TRAFFIC)- CONTACT AND COORDINATE MEETING WITH OCED AND CONTRACTOR RELEASE NOTICE TO PROCEED OBTAIN PERMITS SUBMITTAL OF QUARTERLY PROGRESS REPORT 'SQ°A C>$150.00C )•.: APPROVED ATTACHMENT "A-r AGENCYNAME THECITYOF SOUTH MIAMI ACTIVITY SW66thStreet Improvements FUNDING SOURCE CDBG2008 AMOUNT:$300,000 TOTALACTIVITIYCOSTS:$340,000 TOTAL AVAILABLE FUNDING (Mnlching byCity)$40,000 PROPOSEDACCOMPLISHMENTUNITS:People ACCOMPLISHMENTUNITS:952 TYPE:...-...People < QUARTER ACTION STEP CATEGORY CUMULATIVE ( PERCENTAGE OF COMPLETION APPROVED CUMULATIVE ( QUARTERLY I SERVICE UNITS APPROVED EMULATIVE PROJECTED 'AYMENT LEVEL APPROVED ACTUAL QUARTERLY ACCOMPLISHMENTS CUMULATIVE PERCENTAGE OF COMPLETION CUMULATIVE SERVICE UNITS CUMULATIVE REIMBURSEMENTS COMMENCE CONSTRUCTION 5lh CONSTUCTION MANAGEMENT AND MONITORING REQUIRESOCEDREVIEWANDAPPROVAL SECTION3PLANS,COMPLIANCE,MONTHLY REPORTS (PAYMENT REQUESTAND REIMBURSEMENT REQUESTS) SUBMITTAL OF PROGRESS REPORT 62%'.0 $186,000 6th CONTINUE CONSTRUCTION CONTINUECONSTRUCTIONMANAGEMENT AND MONITORING CONTINUE SUBMITTAL OF WEEKLY PAYROLLS(LABOR COMPLIANCE) OCED REVIEWAND APPROVAL SECTION3PLANS,COMPLIANCE,MONTHLY • REPORTS SUBMITTALOF QUARTERLY REPORT 75%."'.0 $225,000 7th CONTINUE CONSTRUCTION CONTINUECONSTRUCTIONMANAGEMENT AND MONITORING CONTINUE SUBMITTALOF WEEKLY PAYROLLS (LABOR COMPLIANCE)• OCED REVIEWAND APPROVAL SECTION3PLANS,COMPLIANCE,MONTHLY REPORTS SUBMITTALOF QUARTERLY REPORT •;„*87*»••/••X)$261.00C *•' Bth COMPLETE CONSTRUCTION SUBMIT FINAL PAYMENT REQUEST SUBMIT FINAL RELEASE OF LIENS PROJECT CLOSEOUT • 1 ..100*b•••952>S300;00():.• CITY OF SOUTH MIAMI,INC CDBG FY 2008 SW 66th STREET IMPROVEMENTS DETAIL BUDGET January 1,2008thru December 31,2009 Attachment B PP Non-OCED OCED OCED Total OCED Total All Sources CD533C08CI Plan Amendment 4010 PERSONNEL-Employee Regular-Salaries Public Works Director $$6.500 $6,500 $6.500 Chief Accountant $$1.000 $1.000 $1.000 Grants Administrator $$4.000 $4.000 $4.000 Sub-Total Salaries $$11,500 $11,500 $11,500 4010 Fringe Benefits FICA (salaryX7.65%)S $1,000 $1.000 $1.000 Sub-Total Fringe $$1,000 $1,000 $1,000 Total Personnel $$12.500 $12,500 $12,500 Contractual Services 21011 External Audit $$-$-$- 21012 Environmental Audit $$-$-$- 21030 Other Professional-Svc Const Mgmt $$47.500 $47.500 $47.500 21030 Other Professional Svc $$-$-$-' 22350 Bottled Water $$-$-$'-i 25330 Rent Copier $$-$-S " 25511 Building Rental $$-$-$- Total Contractual $$47,500 $47,500 $47,500 Operating Expenses 31011 Telephone Regular $$$$ 31011 Telephone Long Distance S $$$ 31610 Postaqe S $$$ 31420 Advertising Radio s $$s Total Operating Expenses $$$$ Commodities 31510 Outside Printinq $$$s 95020 Computer Purchase $s s $ 47010 Office Supplies/Outside Vendors $s $$ Total Commodities $$$$ Capital Outlay 90 Construction Infrastructure Improvements Total Capital Outlay ITOTAL BUDGET SOURCES OF OTHER FUNDING CRA 40.000 140.000 100,000 140.000 180,000 40,000 140,000 100,000 140,000 180,000 ||$40,000 |$200,000 JT 100,000 |$200,000 |$240,000 | TOTAL AMOUNT $40,000 CERTIFICATION REGARDING LOBBYING Certification for Contracts,Grants,Loans and Cooperative Agreements The undersigned certifies,tothebestofhisorher knowledge andbelief,that: 1.No Federal appropriated funds have been paidorwillbepaid,byoronbehalfofthe undersigned,toanypersonfor influencing or attempting to influence an officer or employee ofan agency,a Member of Congress,an officer or employee of Congress, oran employee ofa Member of Congress in connection withthe awarding of any Federalcontract,themakingofany Federal grant,themaking of anyFederalloan, theenteringintoofany cooperative agreement,andtheextension,continuation, renewal,amendment,ormodification of anyFederal contract,grant,loan,or cooperative agreement. 2.Ifanyofthefundsotherthan Federal appropriated funds havebeenpaidorwillbe paidtoanypersonfor influencing or attempting to influence anofficeror employee ofanyagency,aMemberof Congress,anofficeroremployee of Congress,oran employee of aMemberof Congress in connection withthisFederalcontract,grant, loan,orcooperative agreement,the undersigned shallcompleteandsubmit Standard FormLLL,"Disclosure FormtoReport Lobbying,"in accordance withits instructions. 3.Theundersignedshallrequirethatthe language ofthiscertificationbeincludedin theaward documents forallsubawardsatalltiers (including subcontracts,subgrants, andcontractsundergrants,loans,and cooperative agreementinexcess of $100,000) andthatallsubrecipientsshallcertifyanddiscloseaccordingly. 4.Thiscertificationisamaterialrepresentation of factuponwhichreliancewasplaced when this transaction was made or entered into.Submission of this certification is a prerequisiteformakingorenteringintothistransactionimposedbysection 1352, title 31,U.S.Code.Anypersonwhofailsto file therequiredcertificationshallbe subjecttoacivilpenaltyofnotlessthan $10,000 andnotmore than $100,000 for each such failure. By.(AJ^^^\^ (SigiutUti'c(Sigiutturc of Authorized Representative) Print: (Print Name of Firmand Authorized Representative) TitiC:C[T<t^OfrMft-qeP- Date: