Loading...
Res. No. 044-03-11593RESOLUTION NO.44-03-11593 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA,RELATING TO THE CONTRACT CONCERNING SIDEWALKS REPAIRS,AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH TJ PAVEMENT CORP. FOR AN AMOUNT OF $20,000 AND WITH DISBURSEMENT TO COME FROM "LOCAL OPTION GAS TRUST FUND ACCOUNT NUMBER 112-1730- 541-4640 "MAINTENANCE AND REPAIR STREETS AND PARKWAYS"; PROVIDING AN EFFECTIVE DATE. WHEREAS,theMayorandCityCommissionwishestoprovidemuchneededsidewalkrepairswithinthe City,and WHEREAS,TJPavementCorp.isacontactedvendorforthe City's Downtown Drainage&WaterMain Improvements,hastheexpertiseandtheequipmenttoprovidesidewalkrepairs,and; WHEREAS,the Mayor andCity Commission authorize theCity Manager to execute a construction contract withTJ Pavement Corp.foran amount of $20,000.00. NOW THEREFORE,beit RESOLVED bythe MAYOR ANDCITY COMMISSION of theCITY OF SOUTH MIAMI,FLORIDA that: Section 1.TheCity Manager is authorized to enter intoa contract withTJ Pavement Corp.tobebased upontheir current unit price contract forthe Downtown Drainage &Water Main Improvements contract withthecityforan amount of $20,000.00 tobe charged to account number 112-1730-541-4640. Section 2.This resolution shall become effective immediately after adoption. PASSEDAND ADOPTED this 18th day of March ,2003. ATTEST:APPROVED: CITY CLERK READ AND APPROVED AS TO FORM: CITY ATTORNEY r/L cK—K-^\ IAYOR Commission Vote: Mayor Feliu: Vice Mayor Russell: Commissioner Bethel: Commissioner Wiscombe: Commissioner McCrea: 5-0 Yea Yea Yea Yea Yea CITY OF SOUTH MIAMI Excellence,Integrity,Inclusion South Miami fcyilfcyj 2001 TO:Honorable Mayor,Vice Mayor &City Commission FROM:SanfordA.Youkilis 0 / Acting City Manager DATE:March 13,2003 "Ai ITEM No. RE:Request to authorize City Manager toexecutea maintenance agreement with TJPavementCorp. for Sidewalk Repairs Citywide H RESOLUTION or ORDINANCE ARESOLUTIONOFTHE MAYOR ANDCITYCOMMISSIONOFTHECITYOFSOUTH MIAMI,FLORIDA,RELATING TO THE CONTRACT CONCERNING SIDEWALKS REPAIRS,AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH TJ PAVEMENT CORP.FOR AN AMOUNT OF$20,000ANDWITH DISBURSEMENT TO COME FROM "LOCAL OPTION GAS TRUST FUND ACCOUNT NUMBER 112-1730-541- 4640 "MAINTENANCE AND REPAIR STREETS AND PARKWAYS";PROVIDING AN EFFECTIVE DATE. BACKGROUND &ANALYSIS As part of Public Works Department's Sidewalk Repair Program,we have identified several flags of sidewalk that needs tobe repaired immediately,to avoid potential hazard. Asaresult,PublicWorks Department is recommending piggybacking ontheCity's current contractwithTJPavementfortheDowntownDrainage&WaterMainImprovementsproject. The contract hasaunitpricelineitemfor concrete sidewalk restoration.TJ Pavement has agreed to uphold the price intheir Downtown Drainage &Water Main Improvements contract forthe citywide sidewalk repair program.The disbursement willbefromPublic Works Department's Local OptionGasTaxbudget,"Maintenance &Repair-Streets &Parkways"AccountNo.112- 1730-541-4640 with current account balance of $21,790.80. RECOMMENDATION ItisrecommendedthattheCity Commission approvetheresolution. Attachments: •Resolution •Copy of current contract with TJ Pavement Corp. •Public Works Department's account management sheet SAY/RL (WAB) 3' —J SECTION 00500 CONTRACT THIS AGREEMENT,made and entered into this T day of rw*.20 ^3.A.D.,by andbetweenthe City of South Miami,party ofthe first part (hereinafter sometimes called the"Owner"),and "T J!fakement CorptCaTion ,party of the second part (hereinafter sometimes called the "Contractor"). —«WITNESSETH:Thattheparties hereto,for the consideration hereinafter set forth,mutually I agree as follows: [ 1 1.01 SCOPE OF THE WORK A.TheContractorshall furnish all labor,materials,equipment,machinery,tools, apparatus,and transportation and perform all ofthe work shown on the Drawings and described in the Project Manualentitled: -]|DOWNTOWN DRAINAGE &WATER MAIN IMPROVEMENTS J|S.W.73rd Street,S.W.58th Avenue,and S.W.58th Court CITY OF SOUTH MIAMI,FLORIDA as prepared by Corzo Castella Carballo Thompson Salman,P.A.acting as,and in the Contract DocumentsentitledtheOwner'sEngineer,andshalldoeverything required by this Contract andtheother Contract Documents. 1.02 THE CONTRACT SUM A.The Owner shall paytothe Contractor for the faithful performance ofthe Contract,in lawful money ofthe United States,and subject to addition and deductions as provided intheContract Documents,as follows: B.Based upon the price shown in the Proposal heretofore submitted tothe Owner by the Contractor,acopyofsaid Proposal being apartoftheseContract Documents, the aggregate amount of this Contract is the lump sum of 1ux>¥[vAAne4 Sryfy--fajo 4k«,*&a*J Mo*hu/uW g*ghfy-si***J ^/fopDollars ($g6>2..38fe.«5fl ). 1.03 COMMENCEMENT ANDCOMPLETIONOF WORK A.The Contractor shall commence workon the date established in the Noticeto Proceed. B.The Contractor shallprosecutethe work with faithfulness and diligence and shall completethe work notlaterthan sixty (60)calendardaysafterthe commencement date established in the Notice to Proceed. I I J "J 00500-1 1929-15.05 Til' )4 CONTRACTOR'S ACCEPTANCE OF CONDITIONS a The Contractor hereby agrees that he has carefully examined the sites for the worktobeperformedandhasfullysatisfiedhimselfthatsuchsitesarecorrectand suitable ones for the work to be performed and he assumes full responsibilitySoreTheprovfeionsofthisContractshallcontrolanyinconsistentprovisoscoinedinthespecifications.All Drawings,Specifications and Contract itemscontainednhisProjectManualhavebeenreadandcarefullyconsideredbytheContractorwhounderstandsthesameandagreestotheirsufficiencyfortheiworkto be done It is expressly agreed that under no circumstances,conditions orsituatonsshalthisStomorestronglyconstruedagainsttheOwnerthanaga.nst the Contractor and his Surety. r Anv ambiauitv or uncertainty in the Drawings or Project Manual shall be interpretedandcTstWdby^Owner's Engineer and his decision shall be final and binding upon all parties. r It is distinctly understood and agreed that the passing,approval and/or acceptanceofanvSftheworkormaterialbytheOwner,his Engineer,or by any agent oreoresentarwea!^compliance with the terms of this Contract and/or of the ProjectManua!covering said work,shall not operate as awaiver by the Owner of stnctctmonan^tt.the terms o this Contract,and/or the Project Manual covenng saidwoTSrownermayrequiretheContractorand/or his insurer to repair replace,restore and/o^Se to comply strictly and in all things with this Contract and thePrSManuLanyandallofsaidwo*and/or services which within apenod of onevearfromandPafterthedateofthepassing,approval,and/or acceptance o any suchSorservicesarefoundtobedefectiveortofailinanywaytocomplywiththeDrawings^Tnd Specifications.This provision shall not apply to materials orSmentnormallyexpectedtodeteriorateorwearoutandbecomesubjecttonSrepairandreplacementbeforetheirconditionisdiscovered.The ContractorshaTnotberequh-ed to do normal maintenance work under the guaranteep^is^sFaiureonthe part of the Contractor and/or his insurer,immed.ate^afterNoticetoeithertorepairorreplaceanysuchdefectivematenalsand workmanship shall entitle the Owner,if it sees fit,to replace or repair the same andrecx^r?he reasonable cost of such replacement and/or repair from the ContactorLnXhstnsurl°who shall in any event be jointly and severally '^*o ^eOwnerforalldamage,loss and expense caused to the Owner by reason of the ContractorsbreachofthisContractand/or his failure to comply strictly and in all things with this Contract and with the Drawings and Specifications. 1.05 LIQUIDATED DAMAGES A It is mutually agreed that time is of the essence of this Contract and should theContractorailtocompletetheworkwithinthespecifiedtimeoranyauthonzedextensionthereof,there shall be deducted from the compensation otherwise to bepaidto^Contractor,and the Owner will retain the amount of One Thousand Dollars ($1,000.00)per calendar day as fixed,agreed,and liquidated damages forMdTatewtodayelapsingbeyondthespecifiedtimeforcompletionoranyaSo^zed^xWstonmereof9 which sum shall represent the actual damages whichfheOwnerwillhavesustainedbyfailureoftheContractortocompleteheworkwUh^Te specified time;it being further agreed that said sum is not penaMybu ismestipulatedamountofdamagessustainedbytheOwnerintheeventofsuch defaultbythe Contractor. 00500-2 1929-15.05 J J 3 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 ofthe work shall be consideredadayscheduled for production. 1.06 PARTIAL AND FINAL PAYMENTS If A ,n accordance with the provisions fully set forth in the General Conditions,and -"subject to additions and deductions as provided,the Owner shall pay the Contractor as follows: 1 Within 60 days after receipt of the Contractor's request for partial payment by the Owner,the Owner shall make partial payments to the Contractor,on the basis ofthe estimate ofwork as approved by the Owner's Engineer,for work performed during the preceding calendar month,less ten percent (10 /o)of the amount of such estimate which is to be retained by the Owner until aH work has been performed strictly in accordance with this Agreement and until such work hasbeen accepted bythe 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 ofall work covered by this Agreement and acceptance of such work by the Owner. 1.07 ADDITIONAL BOND Mp a u is further mutually agreed between the parties hereto that if,at any time after the B 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 andformsatisfactory to theOwner. 1.08 SOVEREIGN IMMUNITY AND ATTORNEY'S FEES The City does not waive sovereign immunity for any claim for breach of contract except for payment of any amount owed under the contract;provided,however,that in any action arising out of or to enforce this Agreement,the prevailing party shaH 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 prejudgmentinterest. I 1.09MEDIATION 1 Any claim or dispute arising out of or related to this agreement shall be subject to I 00500-3 1929-15.05 (v informal mediation as a condition precedent to the institution of legal or equitable1nrocTedir^s by either party.Both parties waive the rightto arbitration.The partiesJSharethemediator's"fee and any filing fees equally.The mention shaI beheldinMiami-Dade County.Florida,unless another location is mutually agreedfuponAgreementsreachedinmediationshallbeenforceableassettlement.}agreements in the circuit court for the 11*Judicial Circuit for the State of Flonda. ij 1-,0 SIGNATORY AUTHORITY "'The officials executing this Agreement warrant and represent that they are authorized by their respective agency to enter into a binding agreement. jJ 1.11 LIENS 1 Contractor is prohibited from placing alien on the City's property.This prohibitionJshaTappfyto,Pinteralia.all subconsultants and subcontractors,supphers and labors. t U2 INCORPORATE BY REFERENCE DOCUMENTS ENCLOSED IN PROJECT J MANUAL .*The contract enclosed within the "Project Manual for Downtown Drainage and Water -J the orolMora of the contract shall control should there be any inconsistency in thedocumenteContractorisremindedthatallworkunderthiscontactmustcomply1wrthFederalRegionsaslistedinSection00750aswellasEDAStandardTermsJandConditionstoiheCity's grant award and the Special Conditions to the grant award (AppendixB). .)113 TRANSFER AND ASSIGNMENT "»a None of the work or services under this contract shall be subcontracted beyond that1sho^on Lfet of Major Sub-Contractors (page 00300-4 of the Proposal)unlessJCortrXobtainspriorwrittenconsentfromtheCity.Approved subcontractor*sha!bTsublectto each provision of this contractand Contractor shall be responsible"]and indemnify the City for all subcontractors'acts,errors or omissions. r The Contractor shall not assign,transfer or pledge any interest in this contract~1 a wKt"-1 by the Contactor from the City under this contact may be as^-^nf"?f°^pledged to a bank,trust company,or other flnancal mstitution wrthout the>Ch,s-"1 approval Written notice of any assignment,transfer or pledge of funds shall be J furnished within 10 days by the Contractor to the City. ^1.U EXAMINATION AND RETENTION OF CONTRACTOR'S RECORDS I A TheCity,oranyoftheirdulyauthorizedrepresentatives,shalll.un«l3^are,f^."fjL,pa JrTen under this contract,have access to and the right to examine,an>-o he I Contractor's books,ledgers,documents,papers,or other records involvingIJtanSnlrelatedtothiscontractforthepurposeofmakingaudit,examination. L1 excerpts,and transcriptions. i 00500-4 1929-15.05 I J B The Contractor agrees to include in first-tier subcontracts under this contract a:1]clause substantially the same as subparagraph 8.1 above."Subcontract,as used in Ji this clause,excludes purchase orders not exceeding $10,000. C The right to access and examination of records in subparagraph 8.1 shall continue until disposition of any mediation,claims,litigation or appeals.J m 1 15 OWNERSHIP OF DOCUMENTS —"All documents,reports,plans,specifications or other records,including electronic records,resulting from the sen/ices rendered by the Contractor under this contract 1 shall be deemed the property of the City and the City shall have ail nghts incident toH1thisownership.The Contractor acknowledges that all documents prepared under this contract shall be public records,and shall be subject to public inspection andcopyingasprovidedbyFloridaStatuteschapter119.Upon conclusion o thiscontactandanyextensions,all documents shall be delivered by the Contractor to the City.The Contractor shall have the right to retain copies of the documents attne Contractor's expense. 1.16 SEVERABILITY Should any paragraph or any part of any paragraph of this contract be rendered void brand orunenforceable by any court of law,for any reason,the determination shal 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 Contractorwarrantsthatneitherit,noranypri™ or family member has promised to pay,and Contractor has not,and will no 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 ofanyoftheprovisionsoftheMiami-Dade County orthe City of South Miami conflict of interest and code of ethics ordinances. C.Aviolation of this paragraph will result in the termination of the contract and forfeiture of funds paid,ortobe paid,tothe Contractor 1.18 WARRANTY OF AUTHORITY The signatories to this contract warrant that they are duly authorized by action of their respective city commission,board of directors or other authority to execute his contract and to bind the parties to the promises,terms,conditions and warranties contained in this contract. W 1.19 INDEPENDENT CONTRACTOR I The Contractor is furnishing its services as an independent Contractor and nothing in M this contract shall create any association,partnership or joint venture between the J..parties,or any employer-employee relationships. •J'•00500-5 1929-15.05 —"il ..-.18 3 1 I m ®$Un i 3 -* Hi—i I IN WITNESS WHEREOF the parties hereto have executed this Agreement onthedayanddate first above writteninfive(5)counterparts,each ofwhichshall,without proofor accounting fortheother counterparts,be deemed an original Contract. (Seal) Attest: kit^MsL^fr- City Clerk WITNESS:(If corporation,attach Seal and attest by Secretary) eontraotorfr Resolution No.jfr-03-U6BS> APPROVED AS TO FORM AND LEGALITY: City of South Miami,Florida Party of the FirstPart Contractor Party of the' By:"5ose A,AtvJftce& He ' APPROVED AS TO FINANCE: By:. Director of Finance City of South Miami pwAC (*)In the event thatthe Contractor isa Corporation,the following certificate of resolution ofthe BoardofDirectorsofthe Corporation,authorizing theofficerwhosignstheContracttodosoinits behalf shall be completed. 00500-6 1929-15.05 h iB_—* _J SECTION 00300 PROPOSAL DOWNTOWN DRAINAGE &WATER MAIN IMPROVEMENTS S.W.73rd Street,S.W.58th Avenue,and S.W.58th Court CITYOFSOUTH MIAMI,FLORIDA CityClerk'sOffice CityHall 6130 Sunset Drive South Miami,Florida 33143 Gentlemen: The undersigned,as Bidder,hereby declares that the only person or persons interested in the Proposal,as principal or principals,is or are named herein and that no other person than herein mentioned has any interest in the Proposal of the Contract to which the work pertains;that this 1 Proposal is made without connection or arrangement with any other person,company,or parties|-J making abid or proposal and that the Proposal is in all respects fair and made in good faith without j collusion or fraud. CJ The Bidder further declares that he has examined the site of the work and that from personal knowledge and experience,or that he has made sufficient observations of the conditions of the T proposed Project Site to satisfy himself that such site is a correct and suitable one for this work and„J he assumes full responsibility therefore,.that he has examined the Drawings and Specifications for I the work and from his own experience or from professional advice that the Drawings,including bid —>item quantities,and Specifications are sufficient for the work to be done and he has examined the I other Contractual Documents relating thereto,including the Notice of Bid Invitation,Instructions to r Bidders Proposal,Contract,Affirmative Action Requirements,Davis Bacon Wage Determination, I ,General Conditions,EDA Supplemental General Conditions,Supplementary Conditions,and ^1 Special Conditions,Technical Specifications,Drawings and has read all addenda pnor to the receipt -~^of bids,and that he has satisfied himself fully,relative to all matters and conditions with respect to the worktowhichthis Proposal pertains. L»The Bidder proposes and agrees,if this Proposal is accepted,to contract with the City of South Miami (Owner),in the form of contract specified,to furnish all necessary matenals,all n equipment,all necessary machinery,tools,apparatus,means of transportation,and labor necessaiy J to complete the work specified in the Proposal and the Contract,and called for by the Drawings and Specifications and in the manner specified. The Bidder further proposes and agrees to comply in.all respects with the time limits for commencement and completion ofthe work as stated in the Contract Form. The Bidder further agrees that the deductions for liquidated damages,as stated in the Contract Form,constitute fixed,agreed,and liquidated damages to reimburse the Owner for additional costs tothe Owner resulting from the work not being completed within the time limit stated in the Contract Form. 00300-1 1929-15.05 ,»- J" J- ,«.*& It it v?^»"; $$«: aS^. ir-^ Payment Bonds each in the amount of one-hundred percent of the Contract price,withinten (10)consecutive calendar days afterwrittennoticebeinggivenbythe Owner of theaward of the Contract,andthe undersigned agrees that in case of failureonhispartto execute the said Contract and Pen^ffiajhSpe anjd Payment theten (16)consecutive calendar days after the award ofHie'Contra^ihe"cashier's check or Bid Bond accompanying his bid and the money payable thereon shall be paidto the Owner as liquidation of damages sustained by the Owner;otherwise, me c^eck accompanying the Proposal shallbe returned tothe undersigned after the Contract is signed ancj the Performance,and Payment Bondsare filed.•,•..,...:: The undersigned agrees to accept in full compensationtherefore the totalofthelump sum pricesfor the items named in the following schedule/based onthe plan quantitiescontained within thisbid form.;Furj^ermore,the undersigned,has ^these quantitiesand agrees thatbid quantities are correct andadequatetocompletethejobinits entirety,asdescribedinthe contract document. Bidders Certificate of Competency No.E9 MtAQO I Bidders Occupational License No.30 -*336>5*f SW Acknowledgment is hereby made ofthe following Addenda received since issuance of the Project Manual: ($_ Addendum No._J Dated:^J^op-Addendum No.Dated:. Addendum No.Dated:Addendum No.Dated:. Addendum No.Dated:Addendum No.Dated: Attached hereto is a cashier's check on the Bank of or Bid Bond for the sum of _),made payable to the City of South Miami,Florida. Dollars f.3 ^vJgrnerYf Coop .LS. (Name of Bi (Affix Seal) Signature (Title of Officer) Address:\)<\Q\$>M-40 &\<ie&J ?Sjm\C 335 City:tTVlftmi State:flcfeidA 00300-2 LS. LS. 1929-15.05 ftp'-: r^s^. It "51- I Msaf 3 |T^'• X-^'JIH The full names andresidencesofpersonsand finns interestedinthe foregoing bid,as principals,areas follows: 53b^e A.ftlu^z'1D74-)S&.36stf.mi Ami J PL.33/^S 1^ArL/A M»Mvlftflg^10*141 ^-«3o ST-w'i*W J Tt-.33*65 Nameoftheexecutive whowill give personal attention tothe work: "5c^B ft.ft\v)ft&£Z> •'••••ri Vr';'•'-'''• 00300-3 1929-15.05 LIST OF MAJOR SUB-CONTRACTORS Bidders are required tolistwiththe Proposal,onthis sheet all major sub-contractors included for the w*>•oro^ecutibn ofthe work.Failure tocompletethe list maybecause for declaring the Proposal I B^T'^M^^^r ^V'^v^^|hS$ucc^sfuJ bidder shall employ the sub-contractors listed hereunder for the class of work, ;1 *1VI indicaiSd"which listshall notbe modified in any way without the written consent ofthe City of South j Miami,: JJl,.The;iSdier expressly agrees that: -.'^MB^-^f^.iy^rded a contract as a result of this proposal,the major sub-contractors used in the •*<&v :^prosecutionofthe work will be those listed below. 2.r^The Bidder representsthatthe sub-contractors listed below are financially responsible and :,^Jane qualified,to dp the work required. CATEGORY OR CLASS NAMEOF SUB-CONTRACTOR ADDRESS ,.§OF WORK I ] ] ] ] 00300-4 1929-15.05 ;?l!iI:SH: Wm- DOWNTOWN DRAINAGE &WATER MAIN IMPROVEMENTS SW 73rd Street,SW 58th Avenue and 58th Court CITY OF SOUTH MIAMI,BID NO,CI 02-1223 C3TS PROJECT NO;1929-15.05 gfINFORM ^,,^llfla a„rftQfe and exDenses for labor,equipment,materials,contractor's JiivKfe-ii-.VA'^•!•-•••*UNIT^K%DESCR.PT.ON QUANTITY ^PRICE AMOUNT feafiBmfc Devtifomenf Administration _.— lp§;I#'Demolition,removal,and backfilling of w||f^l^t^xjs§ng drainage system.;-.• *PI.03 !!$$;•••? f'l;04 'Vis-'i;1.-''t^SIC1.055: •^.•-,••1.07.- 1.081. 1.09 1.10 ;111 i v..-:-,J:'1.13 i 1.14 1.15 F&I exfiltration trench (4*wide,15'deep) F&Idrop inlet(w/frame Agrafe) F&I drop inlet (w/temp,plywood cover) F&I type P catch basin (w/frame & grate)and P.R.B's. F&I type P catch basin or manhole (w/ temp,plywood cover)and P.R.B's. F&115w CAP. F&112H D.I.P.rain waterleader (w/plug) Pavement reconstruction and regrading in areas S-1 &S-3 Pavement restoration Curb&gutter restoration Concrete sidewalk restoration Dust Control Maintenanceof traffic,including traffic control,signs,barricades,flaggers and off duty police officers,as required. Compliance with the Florida Trench Safety Act Name of Bidder 1 347 1 5 7 345 10 1 615 100 600 1 00300 -5 LS. LF. EA. EA ea.$j^oo^i44eQ^l EA. LF. L.F. LS. S.Y. LF. s:f. LS. LS. T IS.00 al^DO.?*. y 3 .**>$1/1 JD»00 frlOfiD.00 ft ^0DD.0<> Tte^denT 1929-15.05 mtS Section 2 -Wafer Main Improvements dSit^v2:oi ^(11^2.14 .^^,2.03 2.Q4 2.05 2.06 2.07 tllfe 2.08 DOWNTOWN DRAINAGE &WATER MAIN IMPROVEMENTS SW,73rd Street*SW 58th Avenue an458fli Court > VtimWjsduTH WWt TO^-MP***2*C3TS PTOJE^W.1929-15,05 DESCRIPTION Advanced exploration of existing utilities Mobilization Performance &Payment Bond EDAprojectsign Contingency Section 1-Sub-Total F&(watermain (12")DIP Class 52,with fittings and specials,including restrained joints,flushing valveassembliesand pavement restoration Bacteriological samplingpoints F&I fire hydrantassembly including 6" pipetomain&6"gate valve F&I gatevalvecomplete (12") F&I gatevalve complete (6") F&I new water meter (single),including installation of€brp stop,service pipe, 6bxV pavenient curt)and sidewalk restoration,removal of old meter boxand connection to customer's pipe (size to existing sen/ice)y,.,*....,, QUANTITY 1,145 6 1 6 1 26 UNIT LS^ LS. LS. LS. LS. LF. EA EA EA EA UNIT PRICE AMOUNT CO$J^^$«^66o-. $5bh*>$SDb. $7.500 CO. 66 $7.500 ©6$H5.Q34. 00£$,606J*$J),1*00! s I fttt »?$IP^OO.0* $S15.00 $815.60 EA $b&0*°$11^130 to 00EA.*3pr*<»v2fiOD. ooEA.,$&ks?°$)M0. F&I new meter bank (5 services), including installation ofpipes,boxes, pavement curband sidewalk restoration, removal of old meter boxes and '-• connection to customer's pipe (size to existing service) Remove 12"plugand connect toexisting 12"water main T-^.'^huemerrl Coop. Name or biaaer signatun 'e^'id&Tf 00300-6 (RevisedAddendumNo.1)1929-15.05 *2s! ':.r- ^ fife I£j MI J]""ft Yif---; %$ *.i& i ITEM 2.09 2.10 2.11 2:12 2.13 2.14 2.15 2.16 2.17 2.18 DOWNTOWN DRAINAGE &WATER MAIN IMPROVEMENTS SW 73rd Street,SW 5$tft Avenue and 58th Court CITY OF sbUTH^MiA^BIDNO.CI 02-1223 C3TS PROJECT NO.1929-15.05 DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT ea.$456.°°$Qibb.60Connecttoexisting4"water main F&18"reinforced concrete slab over water main ^!r ~ Dust Control Maintenance of traffic,includingtraffic control,signs,barricades,flaggers and off duty police officers,as required! Compliance with me Safety^Act */"r '_'""'-:-!':;?"'•'"•' South Miami project sign Advanced exploration ofexistingutilities Mobilization Performance &Payment Bond Contingency Section 2-Sub-Total T."5«r?A0ernerrr Coap. Name of Bidder 25 1 LF. L.S. I$Mo^o $:V/**' .$\pb6™it\j6bb. tols.i5y60b.w r ^OOO.'fib ^^.^-YfibbJ^ $SfiD.00 $5CD.to tO v^j^J.bbp-"$^.600:CO 60 *i-k^O£> f LS. L.S. LS. LS. LS.$12.000 $12.000 so$1^-7^52: Signatu $c3^Q86.^GRAND TOTAL IN FIGURES (LUMP SUM) GRAND TOTAL (WRITTEN):TuJD VllindLftedL Siyfo—kuO 4lriOU6ftnd>j n(nC Vmivia&i a'a)nrk|--Q>?^T>6.lYpig£>AndjpflrL[cen^s Bidden "T.tS-^Aviennervf (Inrtpr^frpDNi • Bv:^5o&e ft .ft\vJ Pt*te£^ •rale:Ifresictervf Telephone:(2>0&)$2b~fe£0 00300-7 (Revised Addendum No.1) Fax:(305)220-1019 1929-15.05 DOWNTOWN DRAINAGE &WATER MAIN IMPROVEMENTS S.W.73rd Street,S.W.58th Avenue,andS.W.58th Court CITY OF SOUTH MIAMI,BID Nov CI 02-1223 C3TS PROJECT No.1929-15.05 ^feifi&r "T."""-vv^y^;;..y; NOTICE TO ALL BIDDERS 1?^*I ^v^"bid,to"reject any and all bids and to delete any part of any oftheabove .items, m.™•••••.••?$•%!&&>Vft^ny y$©*s ^--^?••••*•"'\V''w-*:v'^'-;"w'''•#Kft JS^t J.?J h^;^hanges in the Contract Price and Contract Time require prior authorization in writing i^^^fc^r^""*^^^Owner and the Engineer,in the form of a Change Order or Work Change^^0^-i^ti -v rJ?!irectiye.cThe Contractor is responsible for verification of all bid quantities and to report ^B^iS-^^S^W^Siio Erigiheer any discrepancies found prior to ordering materials and or equipment for i||p^^Conditions...,_,..,,.. SSivSY^i^r,i FwM%C>t^:mm^\^\s:?"'^-•••-••^^••*;*:*•".;,"_:'"",«",,-•,_.....4._.. ^p:||;p.Bid pricesTor tKeiVanous Work items are m&M&mA^-**~tFie project in its;entirety.The Contractor shall include in the Bid,any item for which a separate pay item has not Men established in the Bid Form (under any related payIllfS-fec^i i Disparate Sll^''s-"item)7to n mB0$y*'O*i'*Crv.LProjectM; .^Jtp^r. reflect the totalpriceforcompletingtheprojectinitsentirety,as specified inthe Manual and Construction Drawing^.°v 'f!>e' ^0& W0pl I"S -'-47 -Bid pricesfor"various work items may be extended by,the City of South Miami for C:J 3 additional work atother similar locations ^^ 5 ""honor the unit prices established within this bid proposal for other similar work as requested by the city....?.,M,,v ..¥V f'"3 ^Avis^nenj Corap . Name of Bidder»•:".t '•"' (305)i&6<-1,3 3D Telephone No.Fax No. 00300-8 Signatore/6JBia^erf5o£e ft #ft\v)<V2.eZ,4*6^. (3Q&)-^>a-lbi9 .**••''••*'-'?;-»g_.„Y:'_Y^~T!-~-,^~ii«*—&-••••' •>•****•v,..".^1:/7:?S'-v,m,- 1929-13.01 •gjtf.eri rv**r *•*^.rtJM.111 ti->t*±.-BiZSM<3t S88i NOUVMOd^oa GMrirw a f= ~mui TOVM3A0°Mwnmv sa-mnsni 2—1 aQNVMnSNl Ainmwn -i#i -.,^,•ss tarn L _toi)S-S2 mm* w_i .*J*880"5**wwvy o-nveavo vnaisvo ozaooaw rwviWHinosdOAiio ••AI *mi ioh aivflnrrgs 59«fc TJ'IWVIW isoeMs^zoi. ^OOJ.|^3W3AVdri oanBM NOd i i j' 1 ™m?.7-037B I®55 ^j.pAVEMEMT,CORP- •|~*W",uijJU_Lll!!Lii Mil'l iI'l'LHiLL'!'I"'"11""".S-"gg^ga^yan/20031 "T^M3oNsai_cA§^^ COMWWf B COMPAQ C COMPANY D '^—• QEMBUkLUABJUTY PR6MI8EWOPERATIONS $P^U**WeHAZAF PROOUCTSICOMW-E^0 ©**« CONTRACTUAL WDBPENDENT CONTRACTORS BHOAOFORMPPXWfVTVOAJ*^ MM>ftflNM.tNJUHY_ CO cm [automow*"""-"* 1ANY AUTOMAUOWWBDAyTOeCWWWlO gl HIRED AUTOS [Xj t40W-0«»«OAUTO5 JoAnAOEUAauTv rptceMUAWirrr 1 UMBRELLA FORM l IOTHSR '"AU'MgSiU """- TWEPROPWEJOW.-PARTNHR»EXBCUTIVe nPWGEHS ARE.. [OTHER ICA00151536 pROPWrYDA«AaEOCC_ PB0PWTY0MJA08A00. n..P^r^MftlKlBPOCC. ^,»on COMBINED A00,_ «^*r»lAL INJURY A66__ I BODILY INJURY (Porpereon) bodly injury u«nx 08/21/02 08/21/03 |PPOPePTtpaham BODILY INJUR** reOPERTf DAMAGE /vmtUHED 6ACH0CCUR^£L AQQREflATJL iSrATjE |B.eACHAoei&Q|'T [•.MaBAte'eAeigiWM, Pff""*«*««DM*1MM*THE «U™*£^^^w,.U*. rTTY OF SOUTH MIAMI ^_^mm*«"«•TO ""*"™"zL M0 0m*aw*or uabjutyPUBLICWORKSDEPARTMEKT^^^""^ITS5i5iSW75THAVENUE^.,««ih>ofaPAijV^jmjgMIAMI?"FioRIDA 33155 ^fc**^^ 112-1730-541-4640 MAINTENANCE &REPAIR -STREETS &PARKWAY DESCRIPTION REQUISITION # AMOUNT OF PURCH.QUANT.DATE PO#CK/DATE AMOUNT PROJECT BALANCE: Original BudgetAmount $56,000.00 TotalAmountSpent /Remaining $106,209.20 $(50,209.20) Pios&Sons Enterprises PW04689 $20,000.00 12/9/02 VOID 12/9/02 $20,000.00$36,000.00 Transfer from 3450 N/A $10,000.00 2/5/03 2/5/03 $10,000.00 $46,000.00 Transfer from 6210 N/A $6,000.00 2/5/03 2/5/03 $6,000.00 $52,000.00 Williams Paving Co.,Inc./14-03-11563 CI020403-2 $50,209.20 2/5/03 2/5/03 $50,209.20$1,790.80 Account credited per VOID PO (Pios &Sons Enterprises)N/A $20,000.00 3/13/03 3/13/03 $20,000.00 $21,790.80