Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Res. No. 005-03-11554
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 RESOLUTION NO.4-03-11553 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA,RELATING TO AUTHORIZING THECITY MANAGER TO EXECUTE AGREEMENT WITH T.J.PAVEMENT CORP.FOR DOWNTOWN DRAINAGE &WATERMAIN IMPROVEMENTS -PHASE 1 CONSTRUCTION AT AN AMOUNT OF $262,986.50 TOBE CHARGED TOUS DEPARTMENT OF COMMERCE,ECONOMICDEVELOPMENTADMINISTRATIONGRANTFUNDACCOUNTNO.001- 0000-132-2062,USHUDECONOMIC DEVELOPMENT INITIATIVE GRANT FUND ACCOUNT NO.001- 0000-132-2063 AND FDEP WATERMAIN PROJECTS GRANT ACCOUNT NO.111-0000-132-2055; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS,theMayorandCity commission wishestoprovidedrainageand watermain construction improvements within the downtown area (SW 73rd Street from SW 58th Ave.to SW 58th Court,SW 58th Ave.from Sunset Drive to SW 73rd Street &SW 58,h Court from Sunset Drive toSW 73rd Street)and; WHEREAS,theconstructionactivitieswillconsist of watermainextensionanddrainagesystem improvements withintheconstructioncorridor,and; WHEREAS,the Mayor and City Commission authorize the City Manager to execute a construction contract with T.J.Pavement Corp.forthe Downtown Drainage &Watermain Improvements foran amount of $262,986.50. NOWTHEREFORE,beit RESOLVED bytheMAYORANDCITY COMMISION of theCITYOF SOUTH MIAMI,FLORIDA: Section 1:Thecity received sixbidsin response totheNoticeofBid Invitation advertised in theMiamiDailyBusinessReviewonDecember4,9,13 and 16,2002. Section 2:The engineering consultant review thebidsand recommended thatthe contract be awardedtothelowestresponsiblebidder:T.J.PavingCorp. Section 3:Theprojectwillbe funded through grants from U.S Department of Commerce, Economic Development Administrative (EDA),U.S.Department of HUD FY 2001 Economic Development Intiative(EDI)andFloridaDepartment of Environmental Protection. Section4:ThattheMayorandCity Commission authorizetheCityManagertoexecutean agreement with T.J.Paving,Corp.for the construction of Downtown Drainage &Watermain Improvements for an amount of $262,986.50. PASSED AND ADOPTED this 7th day of January,2003. APPROVED: /tLALUte RonettaTaylor,CityClerk READ AND APPROVED AS TO FORM: CITY ATTORNEY ATTEST: Horace G.Ffcliu,Mayor Commission Vote:5-0 Mayor Feliu:Yea Vice Mayor Russell:Yea Commissioner Bethel:Yea Commissioner Wiscombe:Yea Commissioner McCrea:Yea /':•;'<•:. CITY OF SOUTH MIAMI INTER-OFFICE MEMORANDUM To:RonettaTaylor,CMC Date:January27,2003 City Clerk From:W.Ajibola Balogun,REM Re:Request to correct Public Works Director Resolution 4-03-11553 Approved Jan.7.2003 Copy:Hakeem Oshikoya,Finance Director Sarai Lobaina Perez,Admin.Sec. Maria Virguez,Purchasing Agent Please be advised that one of the account numbers listed in the referenced resolution was inadvertentlytypedas 111-0000-132-2055,insteadof 001-0000-132-2055.Pleaseattachacopy of thismemorandumtotheresolutionastypographicalcorrection. Shouldyouhaveanyquestionsorcomments,pleasedonothesitatetocontactme. END OF MEMORANDUM CITY OF SOUTH MIAMI INTER-OFFICE MEMORANDUM To:Mayor and City Commission Date:December 29,2002 * From:Sandy Youkilis Acting City Manager Agenda Item #_ Comm Mtg.01-07-03 Re:Authorization the City Manager to execute agreement with thelowest responsible bidder fortheProposed Downtown Drainage &Watermain Improvements -Phase1 REQUEST: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA,RELATING TO authorizing THE CITY MANAGER TO EXECUTE AGREEMENT WITH TJ PAVEMENT CORP.FOR DOWNTOWN DRAINAGE &WATERMAIN IMPROVEMENTS - PHASE 1 CONSTRUCTION AT AN AMOUNT OF $262,986.50 TOBE CHARGED TO US DEPARTMENT OF COMMERCE,ECONOMIC DEVELOPMENT ADMINISTRATION GRANT FUND ACCOUNT NO.001-0000-132-2062,US HUD ECONOMIC DEVELOPMENT INITIATIVE GRANT FUND ACCOUNT NO.001-0000-132-2063 AND FDEP WATERMAIN PROJECTS GRANT ACCOUNT NO.111-0000-132-2055;PROVIDING FORAN EFFECTIVE DATE. BACKGROUND: The proposed Downtown Drainage &Watermain Improvements -Phase 1 is the first phase of the Downtown Infrasturcture Improvement Master Plan.In part,this phase of the master plan was initiated to allow construction activities to commence before March 6,2003 as requested by on of the project's funding agencies.The construction project will only cover the underground work (drainage structures and watermain)with temporary asphalt restoration until final engineering design for the area is completed.The project was advertised in the Miami Daily Business Review four consecutive times (December 4,9,13 &16,2002),as required by one of the funding agencies.Six contractors submitted sealed bids for the project.The bids were publicly opened the last day of bid submittal (Monday,December 23,2002)at 3:16pm.Since the bid opening,the engineer of record has tabulated the bids,reviewed and evaluated all bids, verified references,verified bid bond and discussed the project with the lowest responsible bidder (T.J.Construction Corp.)to make sure the scope of work is clearly understood as designed and specified.The Engineer of Record (C3TS)has submitted the attached letter of recommendation for T.J.Construction Corp.During the bids tabulation/review,it was determined that the initial lowest bidder (Budget Construction)made a mathematical error of $7,000.00,thus increasing their bid to $267,867.00 instead of $260,867.00 indicated as their grandtotal. Page 2 of2 Comm.Mtg.Agenda Dec.29,2002 ThisprojectwillbefundedthroughgrantsfromU.SDepartment of Commerce,EconomicDevelopment Administrative(EDA),U.S.Department of HUDFY2001Economic Development Intiative(EDI)and Florida Department of Environmental Protection.The project's account balance per funding source is: a U.SDepartment of Commerce-(EDA)$800,000.00 a U.S.Department of HUDFY 2001 (EDI)$252,148.70 •FloridaDepartment of EnvironmentalProtection$77,267.00 RECOMMENDATION: ItisrecommendedthattheCityCommissionapprovethefundingfortheworktobeperformed. ATTACHMENTS: •Proposed Resolution •Bid Opening Report •Tabulated Bids •Certified Advertised Notice of Bid Invitation •Engineer of Record's letter of recommendation •LetterfromBudgetConstructiondated 12/26/02 •Map of Project Area a Project's Budget&FundingSourcefundbalance South Miami All-America City Mill' 2001 t J * BID OPENING REPORT Bids were opened on:Dec.23,2002 at 3:16 pm For:Downtown Drainage &Watermain Improvements,Project No.CI 02—1223 Pre Bid Estimate:S280,000.00 CONTRACTORS:BID AMOUNTS: 1.Williams Paving Co.$363.715.00 2.T.J.Pavement Corp.$262,986.50 3.Southeastern Engineering $348.510.00 4.Development &Communication Group of Florida $272,929.00 5.Budget Construction $260,867.00 6.The Redland Company $475,809.03 THE ABOVE BID AMOUNTS HAVE NOT BEEN CHECKED.THE BID TOTALS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED rk's Sign:>fi«I ^^^tnegs^^^^ '^3 ° City Clei Witness BID TABULATION S.Miami DowntownDrainage&WatermainImprovements SW73ST,SW58 AVE,andSW58Ct C3TS Project No.01929-015.0005 December 23.2002 1.09 1.10 1.11 1.12 1.13 1.15 1.16 1.17 1.18 1.19 1.20 Demolition&BackfillingofExisting Drainage System Furnish&Install ExllltratlonTrench(4' wide.15'Deep) Fumsth &Install Drop Inlet (w/Frame &Grate) Furnish&InstallDrop Inlet (vtf Temporary PlywoodCover) Furnish&Install Type "P"Catch Basin (w/Frame&Grate&Pollution Ratatdant Baffles). Furnish&InstallType *P*Catch BasinorManhole (vrfTemporary Plywood Cover) Furnish &Install 15*CAP. Furnish &Install12"O.I.P.Rain Water Leader w/Rug Pavement Reconstruction & Reqradtnq In area ol S-1 &S-3 Pavement Restoration Curb &Gutter Restoration Concrete Sidewalk Restoration Dust Control Maintenance of Traffic,Including TrafficControl,Signs.Barricades, Flaggers and Off-dutyPoliceOfficers. as Required Compliancewith the Florida Trench Safety Act Advanced ExplorationofExisting UtHHas Performance &Payment Bond EDA ProjectSign SocBoa 1 Sub-Total: Section 2 -Water Main Improvements Furnish &InstaH12*D.I.P.Class 52 w/Fittingsand Specials.Including Pavement Restoration2.01 pJ2 233. kos Bacteriological SampHng Points Furnish &Install Fire Hydrant Assembly Including 6*PipetoMain& 6*QateVavle __^ Furnish &Install Gate Valve Complete (121) Furnish &Install Gate Valve Complete«T) $7.500.00 LF. S1,200.00 EA.$1.000.00 $2300.00 $2.200.00 $45.00 LF.$60.00 I_S.$2.500.00 $25.00 LF.$20.00 S.F.$6.00 $750.00 $7.500.00 LS.$500.00 LS.$1.000.00 LS. LS. $5.560.50 $3.336.30 $500.00 LS.$7.500.00 LF. EA. $80.00 $500.00 EA.$3.500.00 EA.$1.200.00 $1.000.00 Budqat Construction $7.500.00 $27.760.00 $1.200.00 $5.000.00 $5.000.00 $15.400.00 $15.525.00 $600.00 $2.500.00 $15.375.00 $2.000.00 $3.600.00 $750.00 $7.500.00 $500.00 $1.000.00 $5.56030 $3.336.30 $500.00 $7.500.00 $128,106.80 $91.600.00 UNIT PRICE $1.100.00 $81.00 $2.000.00 $2.000.00 $1.900.00 $2.000.00 $40.00 $40.00 $2.500.00 $20.00 $20.00 $4.00 $700.00 $6,000.00 $2.000.00 $130000 $7.600.00 54.000.00 $600.00 $7300.00 $58.00 $3.000.00 j $100.00 $3.500.00 $3.400.00 $7.200.00 $1.400.00 $600.00 AMOUNT $1,100.00 $28.107.00 $2.000.00 $10.000.00 $3.800.00 $14.000.00 $13.800.00 $400.00 $2300.00 $12300.00 $2.000.00 $2.400.00 $700.00 $6.000.00 $2.000.00 $1.500.00 $7.800.00 $4.000.00 $600.00 $7.500.00 $122,507.00 $68.410.00 $600.00 $3.400.00 $8,400.00 $1.100.00 $600.00 Southeastern UNIT PRICE AMOUNT $6.000.00 $6.000.00 $65.00 $22355.00 $1.200.00 $1.200.00 $1.000.00 $5.000.00 $2.200.00 $4.400.00 $2.000.00 $35.00 $14.000.00 $12.075.00 $90.00 $900.00 $5.000.00 $22.00 $20.00 $3.00 $500.00 $5,000.00 $13330.00 $2.000.00 $1.800.00 $500.00 $10.000.00 $10.000.00 $1.000.00 $1.000.00 $4.000.00 $7.000.00 $3300-00 $500.00 $7.500.00 $4.000.00 $7.000.00 $3300.00 $500.00 $7,500.00 $122,460.00 $80.00 $400.00 $91.600.00 $2.400.00 $2.500.00 $2300.00 $1.400.00 $8.400.00 $900.00 $900.00 Development&Comm.Group ofFL UNIT PRICE AMOUNT $6.000.00 $6.000.00 $88.00 $34.006.00 $2.800.00 $2.800.00 $2.000.00 $10.000.00 $1.900.00 53.800.00 $£200.00 $45.00 $15.400.00 $15325.00 $40.00 $400.00 $8.448.00 $18.00 $15.00 $330 $1.400.00 $8.448.00 511.070.00 $1300.00 $2.100.00 $1.400.00 $9.000.00 $9.000.00 $2.000.00 $2.000.00 $1300.00 $2.000.00 $3.491.00 $850.00 $7300,1.00 $i.5oaoo $2.000.00 $3.491.00 $850.00 $7.500.00 $138,790.00 $40.00 $600.00 542.600.00 53.600.00 $3.800.00 $3.800.00 £2.000.00 $10.000.00 $800.00 $800.00 Williams Paving UNIT PRICE AMOUNT $3.150.00 $3.150.00 580.00 $27.760.00 $1.800.00 $1.800.00 $1.250.00 $6150.00 $230000 $5.000.00 $235a00 $3aoo $17350.00 513.110.00 $36.00 $360.00 $3350.00 $32.00 526.00 $530 $1.050.00 53350.00 $19.650.00 $2.600,00 $3300.00 $1.050.00 $3.050.00 $3.050.00 $1.850.00 $1.850.00 $2.750.00 $21,250.00 $3.150.00 $500.00 $730000 $2.750.00 S21.2S0.00 $3.150.00 $500.00 $7300.00 $145,510.00 566.00 $460.00 575370.00 $2.760.00 $2300.00 52300.00 $1.625.00 $9.750.00 $875.00 $875.00 T.J.Pavement UNIT PRICE AMOUNT $1.000.00 $1.000.00 $73.00 $25331.00 $900.00 $900.00 $700.00 $3300.00 $1.700.00 $3.400.00 $1.400.00 530.00 $9,800,00 510.350.00 $90.00 $900.00 $18328.00 527.00 518.00 $320 $1.000.00 $18328.00 $16,605.00 51300.00 $1,920.00 51.000.00 $5.000.00 $5.000.00 51300.00 $1300.00 $2.000.00 $1.000.00 52300.00 5500.00 $2.000.00 $1.000.00 $2300.00 $500.00 $7300.00 $7300.00 $115,034.00 575.50 5100.00 586.447.50 5600.00 $2.600.00 $2.600.00 $1.800.00 510.800.00 $815.00 $815.00 The Redland Company UNIT PRICE $13.700.00 5154.47 53.600.00 $3,600.00 $3349.41 $335131 $88.75 $116.50 $12,600.00 $43.00 $65.00 $835 $5.000.00 $8300.00 51.000.00 $3.000.00 $16,000.00 $330000 $750.00 $7.500.00 $91.11 $165.00 53.740.00 51.925.00 5660.00 AMOUNT 513.700.00 $53.601.09 $3.600.00 $18.000.00 $7.098.82 522.759.17 530.618.75 51.165.00 512.600.00 $26.445.00 $6300.00 $5310.00 $5.000.00 $8300.00 $1.000.00 $3.000.00 $16.000.00 $3300.00 5750.00 $7.500.00 $246,647.83 5104.320.95 5990.00 53.740.00 511.550.00 5660.00 S.Miami Downtown Drainage&Watermain Improvements SW73ST,SW58 AVE,andSW 58 Ct C3TS Project No.01929-015.0005 December 23,2002 2.08 2.10 2.11 Furnish&InstallNewWaterMeter (Single)Including Installation of Corp Stop,ServicePipe,Box.Pavement. CurbandSidewalkRestoration & Removalof Otd Meter Box. ConnectiontoCustomer's Pipe (Size toExisting Service) Furnish&InstallNewMeterBank(5 Services)Inducting Installation of Pipes,Boxes,Pavmant,Curb& SidewalkRestoration,RemovalofOld Meter Boxes &Connection to CustomerPipes(SizetoExisting Service) Remove 12*Plugand Connect to Existing 12*Water Main Connect toExisting 4*Water Main Furnish&Install 8*Reinforced Concrete Slab OverWater Main Dust Control Maintenance ofTraffic,Including TrafficControl,Signs,Barricades, Flaggers and Off-dutyt Police Officers,as Required Compliancewiththe Florida Trench Safety Act EA. LF, C3TS EST.UNIT PRICE $750.00 $2.000.00 $1.000.00 $1.500.00 $100.00 $750.00 57.500.00 C3TS EST. AMOUNT $19.500.00 $2.000.00 S2.000.00 $3.000.00 $2.500.00 $750.00 $7.500.00 Budget Construction AMOUNT UNIT PRICE AMOUNT $900.00 $23.400.00 $2.500.00 $65.000.00 $1.800.00 $1.800.00 $6.000.00 $6.000.00 $500.00 $1.000.00 $2.000.00 $4.000.00 $1.000.00 52.000.00 $2.500.00 $5.000.00 $30.00 $750.00 5900.00 $90.00 $500.00 $2350.00 $500.00 $6.500.00 $6.500.00 $10.000.00 Development &Comm.Group pIFL Williams Paving TJ.Pavement UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 51.400.00 536.400.00 $2.500.00 $2.500.00 $2.400.00 $1300.00 54t300t00 $100.00 $2.600.00 $1300.00 $2300.00 $1.500.00 $9.000.00 $1.400.00 $34.500.00 5575.00 $925.00 $25.00 $60.00 $1.150.00 55.750.00 $36.400.00 534300.00 51.150.00 51.850.00 51300.00 $1,150.00 Addendum#1 NotIncluded:only1065LFof 12*DIPIncluded. "Addendum*1 Net Included:only512*GatsValvesIncluded. ~*Addendum il Not fnefuded:Item 2.09 b missing. "-Addendum #1Not Included:512.000Conttoencyonlyshownas $7300 $620.00 $16,120.00 $2.000.00 $2.000.00 $585.00 $1.170.00 $450.00 $900.00 $40.00 $1.000.00 $1.000.00 $1.000.00 The Radland Company UNIT PRICE AMOUNT $990.00 525.740.00 $2.475.00 $2.475.00 5935.00 $1.870.00 $44030 5880.00 512331 $1.650.00 53,08035 51.650.00 V MIAMIDAILYBUSINESSREVIEW PublishedDailyexceptSaturday,Sundayand LegalHolidays Miami,Miami-DadeCounty,Florida STATEOFFLORIDA COUNTYOFMIAMI-DADE: Beforetheundersignedauthoritypersonallyappeared OVFERBEYRE,whoonoathsaysthatheorsheisthe SUPERVISOR,LegalNoticesoftheMiamiDailyBusiness Review«£MiamiReview,adaily(exceptSaturday,Sunday andLegalHolidays)newspaper,publishedatMiamiinM.am.-Dade County,Florida;thattheattachedcopyofadvertisement,beingaLegalAdvertisementofNoticeinthematterof CITYOFSOUTHMIAMI-NOTICEOFBIDINVITATION BIDNO.C102-1223 intheXXXXCourt,waspublishedinsaidnewspaperintheissuesof 12/04/200212/09/200212/13/200212/16/2002 AffiantfurthersaysthatthesaidMiamiDailyBusinessReviewisanewspaperpublishedatMiamiInsaidMiam.-Dade County,Floridaandthatthesaidnewspaperhas heretoforebeencontinuouslypublishedinsa.dMam,DadeXounty,Florida,eachday(exceptSaturdaySundayandLegalIHolidays) andhasbeenenteredassecondclassmailmatteratthepost officeinMiamiinsaidMiami-DadeCounty,Florida,JoMl periodofoneyearnextprecedingthefirstpubl.cat.onofhe attachedcopyofadvertisement;andaffiantfurthersaysthatheor SehaVnXrpaidnorpromisedanyperson,firmorcorporation anydfscount,re^commisafsnorrefundforthePurpose ofsecuringM^Z«fe5E«^publicationinthesa.d newspaper. Sworntoandsubscribedbeforemethis 16dayofDECEMBER.A.D.2002 r^-^"^_j^J^2Z£ (SEAL)c0^ici^OT?SYS^r li'v''r"""oFF»GWLNOTARYSEA OV.FERBEYREpe|scri&WrfKc^nto©BERYLHMARMER Ft^f*COMMISSIONNUMBER '"'—:i•'•'•"-CC931156 T*"V^MYCOMMISSIONEXPIRES OFfVcAPR.24,2004 _.--;---„~ . NOTICEOFBIDINVITATION CITYOFSOUTHMIAMIBIDNO.C|02^ lowingproject 11245and.41-^^g^X^^^S^^^^-\ 'ion,sex-ornationalorigin.......,..ic---.....':•.. iiSlllo'sSDla;SbuiHMiami.Florida33143.;;;; plansandspecificationsisrequ.red. mal..;'•;•'-;-:':,.•;'•';:'..'•'•'•.v'S''•;.•-'..'•."•"•'..:".;•.'...-\.''v..V; A^^if^igiiMm?Sm£fS: estedcontractorsareinvitedtoattend,;...,_.:-..,,,, _12/4,9:13-16.:.,: RonettaTaylor,CMC CityClerk.02-B_-54/31.9739M CORZO CASTELLA CARBALLO THOMPSON SALMAN Engineers Architects Planners EB0005022 AAC002142 December 27,2002 City of South Miami Public Works Department 4795 SW 75th Avenue Miami,Florida 33155 Attention:W.Ajibola Balogun,REM Public Works Director Reference:Water MainandDrainage Improvements SW 73rd Street,SW 58th Avenue andSW 58th Court City of South Miami Bid No.CI 02-1223 C3TS Project No.:01929-015.0005.03 Dear Mr.Balogun: Upon our review ofthebidssubmittedfortheabovereferenced project,we recommend thatthe contract be awarded tothe lowest responsible responsive bidder,T.J.Pavement Corp.,in the amount of $262,986.50.Their construction experience is directly applicable to this project,and their references were very favorable. If youhaveanyquestions,orneed additional information,please donothesitatetocontactme at (305)445-2900 ext.254,orvia e-mail at dianas@c3ts.com. Sincerely, Corzo Castella Carballo Thompson Salman,P.A. Diana Sudasassi Bilbao,P.E.' Project Manager DSB/dsb Attachments: cc: Published Bid Invitation Bid Opening Report Bid Tabulation Contractor Acknowledgement Asa R.Williams,U.S.Dept.of Commerce E.D.A. I:\1929-015\0005\Documents\1 L122402WABalogun.doc 901 Ponce de Leon Blvd..Suite 900 Coral Gables,Florida 33134 Web Site:www.c3ts.com 305.445.2900 1.800.448.0227 Facsimile 305.445.3366 Eaual Opportunity Employer DEC 27 2002 11:23RM BUDGET CONSTRUCTION CO.,305-883-9788 12/24/2002 TUE 12:27 FAX 3054450668 C5TS ©001/001 p.l C3TS 4 CORZO CASTB.LA CARBAUO THOMPSON SALMAN Engineers-Architects-Planners 901Ponce de LeonBoulevard,Suite900•CoralGables,Florida 33134 Telephone No.305.445.2900 •Facsimile 305.445.0869 e-mail dianas@c3Ls.com va rfiiMTTJR TRANSMITTAL TO:PannV A-vqre* Budget Construction Co..Inc. FAX NO:ttOSl 883-9788 Nujnber of pages including this cover pagcg_l FROM:piana Sudasassi Bilbao.P.E. PROJECT:S.MiamiWaterMainand Drainage Improvements C3TS Project No.01929-015.0005 DATE:December 24.2002 COPY;Ajihola Balogun FAX NO:(30SY 668-7208 MESSAGE /REMARKS: Mr.Alvarez: As per our telephone conversation earlier today,Item 2.04 of the bid package submitted by budget (instruction Co.was entered incorrectly.The unit cost entered for this item was $1400 00 The quantity for this item was 6,therefore making the total for Item 2.04 $8,400.00 msteadof the amount recorded in your bid submittal of$1,400.00.This changes your grand total from $260,867.00 to $267,867.00,no longer placing you as the lowest bidder. Please acknowledge receipt of this information by signing,dating and faxing back to my attention.Thank you. Print Name Date If you have any questions or need further information,please feel free to contact mc at (305)445-2900 ext.235. /\ / PHASE1: EarlyWorkUtilityPackage A 4;.--A <v;'/y%;.^* V£^_ SW71ST i.r !i i !:-.;^ **v r" y s A 1 s L;•'-.~- i;r•;-.-:.;,'-.-;' •.... Hi J*""*""* i wsmIvw...' & ^/ SW72ST u> (••- iT••:. 71n ^—i •> SW73ST t..r...^i yBS" CITYOFSOUTHMIAMI DOWNTOWNIMPROVEMENTS CONSTRUCTIONPHASINGPLAN .*•// / SW72ST fc to SW73ST r ——*———*-'-,j--1.—\ ^" 1 CORZO GAS1HLA CARBAUO IHQM90N SAlMAh Water Main Extension Grant OLUTION and/or PROJ ACCOUNT*PO#DATE ACTUAL AMOUNT: ACTUAL BALANCE: APPROVED AMOUNT: PROJECT BALANCE: RESOLUTION 1-0000-132-2055 4/20/01 $1,017,658.00 $1,017,658.00 C3TS •t 4/20/01 107,591.00 $910,067.00 107,591.00 $910,067.00 C3TS ii 9/10/01 33,000.00 $877,067.00 33,000.00 $877,067.00 Redland H 9/10/01 368,240.00 $508,827.00 368,240.00 $508,827.00 C3TS H 10/16/01 81,700.00 $427,127.00 81,700.00 $427,127.00 C3TS n 6/11/02 18,450.00 $408,677.00 18,450.00 $408,677.00 Redland •I 6/11/02 251,181.00 $157,496.00 261,281.00 $147,396.00 City Administrative ii 10/16/02 70,129.00 $87,367.00 70,129.00 $77,267.00 $77,267.00 $77,267.00 $77,267.00 $77,267.00 $77,267.00 930,291.00 $77,267.00 $77,267.00 $77,267.00 $77,267.00 $77,267.00 $77,267.00 940,391.00 REVISED:1/2/03 VENDOR'S #: US Dept.of HUD -EDI RESOLUTN./VENDOR ACCOUNT*PO#DATE ACTUAL AMOUNT: ACTUAL BALANCE: APPROVED AMOUNT: PROJECT BALANCE: RESOLUTION 1-0000-132-2063 $340,000.00 $340,000.00 165-02-11514/TJPav/t ii $87,851.83 $252,148.17 $252,148.17 $252,148.17 $252,148.17 $252,148.17 $252,148.17 $252,148.17 $252,148.17 $252,148.17 $252,148.17 $252,148.17 $252,148.17 Jr0;00 ^ 87,851.83 I REVISED:1/2/03 VENDOR'S #: US Dept.of Commerce -EDA RESOLUTION/PROJ.ACCOUNT*PO#DATE ACTUAL AMOUNT: ACTUAL BALANCE: APPROVED AMOUNT: PROJECT BALANCE: RESOLUTION 01-0000-132-2062 $800,000.00 $800,000.00 $800,000.00 $800,000.00 $800,000.00 $800,000.00 $800,000.00 $800,000.00 $800,000.00 $800,000.00 $800,000.00 $800,000.00 $800,000.00 $800,000.00 0:00 i. 0.00 REVISED:112103 VENDOR'S #: