Loading...
Citywide Rd. Resurf. Proj. #1-iR City of South Miami REQUEST FOR PROPOSAL Citywide Road Resurfacing Project No. SM -201 1 -07 -PW The City of South Miami, Florida, hereinafter referred to as "City ", will receive sealed proposals. The submittal, consisting of one (1) original unbound proposal, ten (10) additional copies and one (1) digital CD copy to the Office of the City Clerk, South Miami City Hall, 6130 Sunset Drive, South Miami, Florida 33143. Sealed Proposals must be received by the Office of the City Clerk, either by mail or hand delivery, no later than 10:00 A.M. local time on 8/03/2011. A public opening will take place at 10:00 A.M. in the City Commission Chambers located at City Hall on the same date. Any Proposals received after 10:00 A.M. local time on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the Bidders. The Project is generally described as: The purpose of this solicitation is to select a vendor to perform road resurfacing work on selected streets within the City of South Miami. Work covered under this contract shall include and is not limited to maintenance of traffic, milling, clearing and grubbing, asphalt placement, retroreflective pavement markers and striping. The selected streets designated for resurfacing are as shown below: • SW 41St Street from SW 65th Avenue to residence home of 6446 SW 41st Street; • SW 65th Avenue from SW 61st Terrace to SW 64th Street; • SW 68th Street from SW 64th Place to SW 65th Avenue. A mandatory Pre -Bid Meeting will be held on 7122/201 1 at the Commission Chambers at 10:00 am. The conference shall be held regardless of weather conditions. The last day to submit questions is 8/1/2011. The estimated budget for this project is an amount not to exceed $75,000.00. Proposals are subject to the attached Standard Terms and Conditions contained in the complete bid package. Interested Bidders who wish to bid on this RFP can obtain the complete bid package at City's website at cit ofsouthmiarnmetlindex. h ?src= endocs &ref= BidPostin 2010 &cate o = RFPs-and- Bids or City Clerks office Monday through Friday from 9:00 A.M. to 4:00 P.M. upon the payment of $20.00 non- refundable deposit dollars (U.S.) to the City of South Miami. This fee is non - refundable. The City of South Miami reserves the right to award the bid to the lowest, most responsive, responsible bidder, as determined by the City Commission, subject to the right of the City to reject any and all bids, to waive any irregularity in the bids or bidding procedure and subject also to the right of the City to award bid and contract to bidders other than the low bidder. Maria Menendez South Miami City Clerk TABLE OF CONTENTS INSTRUCTION TO BIDDERS.......................... .. •-----....................................... ...........--------- ..........I BIDFORM. ........................ ................................................................................................................................ 9 BIDBOND ........................................................................................... ............................. .. ......... 14 BIDDER QUALIFICATION STATEMENT ............................................................... ............................... 19 NON — COLLUSION AFFIDAVIT ............................................................................. ........................... . . .. 23 PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST .............................. .............................25 DRUGFREE WORKPLACE ........................................................................................ ............................... 29 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS ........................... 31 LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS .... .............................32 NOTICEOF AWARD ............ ...........................................................................------------------ ........................ 33 CONTRACT................................................................................................................... ............................... 35 FORM OF PERFORMANCE BOND .......................................... ............................... .......... 38 FORMOF PAYMENT BOND.. .................................................................................................................. 42 NOTICETO PROCEED .................................................................. ............................... ........45 GENERALCONDITIONS ............................................................................................. .............................46 ARTICLE I —DEFINITIONS ...................................................................................... .............................46 ARTICLE 2 — PRELIMINARY MATTERS ............................................................... ............................... 50 ARTICLE 3 — CORRELATION, INTERPRETATION AND INTENT OF CONTRACT DOCUMENTS............................................................................................................. ............................... 53 ARTICLE 4 — AVAILABILITY OF LANDS SUBSURFACE CONDITIONS REFERENCE POINTS _5s ARTICLE 5 — INSURANCE ...................................................................................... ......................... . . . . .. 56 AIAINSUANCE PROVISION ............................................................................................. ................... 56 ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES .......................................... .............................60 ARTICLE 7 — WORK BY OTHERS ........................................................................ ............................... 71 ARTICLE 8 — CITY'S RESPONSIBILITIES ............................................................. ............................... 72 ARTICLE 9 — CONSULTANTS' STATUS DURING CONSTRUCTION ..... ............................... 72 Citywide Road Resurfacing Project No. SM- 2011 -07 -PW 1 of 120 ARTICLE 10 - CHANGES IN THE WORK ........................................................................................ 74 ARTICLE I I - CHANGE OF CONTRACT PRICE ........................................... ............................... 76 ARTICLE 12 - TIME FOR COMPLETION, LIQUIDATED DAMAGES AND CHANGE OF THE CONTRACTTIME ..............•--•---------------................................................................... .....-- •--- •----- ......-- -. - - -- 80 ARTICLE 14 - PAYMENTS AND COMPLETION ............................................. ............................... 82 ARTICLE IS - SUSPENSION OF WORK AND TERMINATION ................. ............................... 86 ARTICLE 16 - MISCELLANEOUS ..............................................•--......................... ............................... 88 ARTICLE 17 - WAIVER OF JURY TRIAL ....................... ..... .................. 89 ARTICLE 18 -ATTORNEYS FEES JURISDICTION/ VENUE / GOVERNING LAW .............. 89 ARTICLE 19 - PROJECT RECORDS ..................................................................... ............................... 90 ARTICLE 20 - SEVERABILITY ...............•----......---.................................................... ............................... 90 ARTICLE 21 -INDEPENDENT CONTRACTOR ............................................... .............................90 SUPPLEMENTARY CONDITIONS ............................................................................ ............................... 91 TECHNICAL SPECIFICATIONS STANDARD ROAD DETAILS Citywide Road Resurfacing Project No. SM- 2011 -07 -PW 2 of 120 INSTRUCTIONS TO BIDDERS Citywide Road Resurfacing Project IT IS THE RESPONSIBILITY OF THE BIDDER TO ENSURE THAT THE BID REACHES THE CITY CLERK OFFICE ON OR BEFORE THE CLOSING HOUR AND DATE STATED ON THE INVITATION TO BID FORM. I . Purpose of Bid: The City of South Miami is requesting bids for the lowest and most responsive price for Citywide Road Resurfacing Project. The City reserves the right to award the contract to the Bidder whose bid is found to be in the best interests of the City. 2. Any questions concerning the Bid Specifications or any required need for clarification must be made to the Purchasing Manager in writing, at least five (5) days prior to the date of the Bid closing. Interpretations or clarifications, considered necessary by the City in response to such questions, shall be issued by a written addendum to the Bid Specifications and mailed or delivered to all parties listed on the official BIDDER's list as having received the bidding documents. Verbal interpretations or clarifications shall be without legal effect. No plea by a BIDDER of ignorance or the need for additional information shall exempt a BIDDER from submitting the Bid on the required date and time as set forth in the public notice. 3. Cone of Silence: You are hereby advised that this Invitation to Bid is subject to the "Cone of Silence," in accordance with Miami -Dade County Ordinance Nos. 98106 and 99 -I. From the time of advertising until the City Manager issues his recommendation, there is a prohibition on communication with the City's professional staff. The Cone of Silence does not apply to verbal communications at pre -bid conferences, verbal presentations before evaluation committees, contract discussions during any duly noticed public meeting, public presentations made to the City Commission during any duly notice public meeting, contract negotiations with the staff following the award of an RFP, RFLI, or communications in writing at any time with any City employee, official or member of the City Commission unless specifically prohibited. A copy of all written communications must be contemporaneously filed with the City Manager. Violation of these provisions by any particular bidder or proposer shall render any RFP award, RFLI award, or bid award to said bidder or proposer voidable, and, in such event, said bidder or proposer shall not be considered for any RFP, RFLI or bid for a contract for the provision of goods or services for a period of one year. 4. BIDDER warrants that the prices, terms and conditions quoted in the Bid shall be firm for a period of 90 days from the date of the Bid opening unless otherwise stated in the Bid Form. Incomplete, unresponsive, irresponsible, vague, or ambiguous responses to the Invitations to Bid shall be cause for rejection, as determined by the City. Citywide Road Resurfacing Project No. SM- 2011 -07 -PW 3 of 120 5. Pursuant to the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes — "a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a contract to provide any goods or services to a public entity, may not submit a Bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded to perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for category two for a period of 36 months from the date of being placed on the convicted vendor list ". 6. BIDDERS shall use the Bid Form(s) furnished by the City. Failure to do so may cause the Bid to be rejected. Removal of any of the Bid Forms may invalidate the Bid. BIDDER shall deliver to the City, as Bid package, the following documents: a) The Invitation to Bid and Instructions to Bidders. b) A copy of all issued addenda. c) Four (4) copies of the Bid Form completely executed. d) Bid Security, (Bid Bond or cashiers check) attached to the Bid Form. e) Certificates of Competencies, State, County and City.Licenses. f) Certificate of Insurance and /or Letter of Insurability. The entire Bid Package shall be placed in an opaque envelope and clearly marked with the BIDDER'S name and "SEALED BID CITYWIDE ROAD RESURFACING PROJECT." 1 Bids having an erasure or correction must be initialed by the BIDDER in ink at the location of each and every erasure or correction. Bids shall be signed in ink; all quotations shall be typewritten or printed and filled in with ink. 7. Mistake: In the event that unit prices are part of the Bid and if there is a discrepancy between the unit price(s) and the extended price(s), the unit price(s) shall prevail and the extension(s) shall be adjusted to coincide. BIDDERS are responsible for checking their calculations. Failure to do so shall be at the BIDDER'S risk, and errors shall not release the BIDDER from his /her or its responsibility as noted herein. �httn:// wwgv. 3ec�. sstate.fi.uslStatuteslindex.cfm ?App mode - Display Statute &Search String = &URL= 0200 - 029910287 lSections10287.133.html Citywide Road Resurfacing Project No. SM- 2011 -07 -PW 4 of 120 8. Brand Names: If a brand name, make, manufacturer's trade name, or vendor catalog number is mentioned, whether or not followed by the words "approved equal ", it is for the purpose of establishing a grade or quality of material only. BIDDER may offer equals with appropriate identification, samples and /or specifications on such item(s). The City shall be the sole judge concerning the merits of items Bid as equals. 9. Pricing: Prices should be stated in units of quantity specified in the Bid Form. In case of a discrepancy, the City reserves the right to make the final determination at the lowest net cost to the City. 10. Safety Standards: The BIDDER warrants that the product(s) to be supplied to the City conform in all respects to the standards set forth in the Occupational Safety and Health Act (OSHA) and its amendments. Bids must be accompanied by a Materials Data Safety Sheet (M- S.D.S) when applicable. 1 I. Liability, Insurance, Licenses & Permits: Where BIDDERS are required to enter onto City of South Miami property to deliver materials or to perform work or services as a result of a Bid Award, the BIDDER shall assume the full duty, obligation, and expense of obtaining all necessary licenses, permits, inspections, and insurance required. The BIDDER shall be liable for any damages or loss to the City occasioned by the negligence of the BIDDER (or its agent or employees) or any person acting for or through the BIDDER. BIDDER shall furnish a certified copy of all licenses, Certificates of Competency or other licensing requirement necessary to practice their profession as required by Florida Statutes, the Florida Building Code, Miami -Dade County Code or City of South Miami Code. BIDDERS shall include current Miami -Dade County Certificates of Competency applicable to the work to be performed. These documents shall be furnished to the City as part of the Bid response. Failure to have required licenses or to furnish these documents shall be grounds for rejecting the Bid and forfeiture of the Bid Bond. 12. BIDDER shall furnish to the Purchasing Manager, Certificate(s) of Insurance which indicate that insurance coverage was obtained from an insurance company authorized to do business in the State of Florida or otherwise secured in a manner satisfactory to the City, for those coverage types and amounts listed in Article 5 of the General Conditions, in an amount equal to 100% of the requirements and shall be presented to the City prior to issuance of any Contract(s) or Award(s) Document(s). 13. At the time of the Bid submission the BIDDER must submit Certificates of Insurance, or evidence of insurability in the form of a letter from BIDDER'S insurance carriers demonstrating the ability to obtain coverage outlined in Article 5 of the General Conditions. 14. All insurance shall be issued by companies rated A: VII or better per A.M. Best's Key Rating Guide, latest edition and authorized to issue insurance in the State of Florida. It shall be the Citywide Road Resurfacing Project No. SM- 2011 -07 -PW 5 of 120 responsibility of the BIDDER and insurer to notify the City Manager of cancellation, lapse or material modification of any insurance policies insuring the BIDDER, which relate to the activities of such vendor and the City of South Miami. Such notification shall be in writing, and shall be submitted to the City Manager thirty (30) days prior to cancellation or modification of such policies. This requirement shall be reflected on the Certificate of Insurance. 15. Failure to fully and satisfactorily comply with the City's insurance and bonding requirements set forth herein shall authorize the City Manager to implement a rescission of the Bid Award without further City Commission action. The BIDDER hereby holds the City harmless and agrees to indemnify the City and covenants not to sue the City by virtue of such rescission. 16. Copyrights and/or Patent Rights: BIDDER warrants that as to the manufacturing, producing or selling of goods intended to be shipped or ordered by the Bidder pursuant to this Bid, there has not been and will not be any infringement of copyrights or patent rights. The seller agrees to indemnify City from any and all liability, loss or expense occasioned by any such violation or infringement. 17. Samples: Samples of items, when required, must be furnished by the BIDDER free of charge to the City. Each individual sample must be labeled with the BIDDER'S name and manufacturer's brand name and delivered by it within ten (10) calendar days of the Bid opening unless schedule indicates a different time. If samples are requested subsequent to the Bid opening, they shall be delivered within ten (10) calendar days of the request. The City shall not be responsible for the return of samples. 18. BIDDER warrants by signature on the Bid Form that prices quoted here are in conformity with the latest Federal Price Guidelines. 19. Governmental Restrictions: In the event any governmental restrictions may be imposed which would necessitate alteration of the material quality, workmanship, or performance of the items offered on this Bid prior to their delivery, it shall be the responsibility of the successful BIDDER to notify the City at once, indicating in its letter the specific regulation which required an alteration. The City of South Miami reserves the right to accept any such alteration, including any price adjustments occasioned thereby, or to cancel all or any portion of the Contract, at the sole discretion of the City and at no further expense to the City. 20. Award of Bids: The City of South Miami reserves the right to award the bid to the lowest, most responsive, responsible BIDDER, as determined by the City Commission, subject to the right of the City to reject any and all bids, to waive any irregularity in the bids or bidding procedure and subject also to the right of the City to award bid and contract to a BIDDER other than the low BIDDER. Citywide Road Resurfacing Project No. SM- 2011 -07 -PW 6 of 120 21. Evaluation of Bids: The City, at its sole discretion, reserves the right to inspect the facilities of any or all BIDDERS to determine its capability to meet the requirements of the Contract. In addition, the price, responsibility and responsiveness of the BIDDER, the financial position, experience, staffing, equipment, materials, references, and past history of service to the City and/or with other units of state, and/or local governments in Florida, or comparable private entities, will be taken into consideration in the Award of the Contract. 22. Identical (Tie Bids): In the event of an identical Tie Bid, a preference shall be given to a business having a drug free workplace under Florida Statute Section 287.087, as amended. 23. Drug Free Workplace: Failure to provide proof of compliance with Florida Statute Section 287.087, as amended, when requested shall be cause for rejection of the Bid as determined by the City. 24. Hold Harmless: All BIDDERS shall hold the City, its officials and employees harmless and covenant not to sue the City, its officials and employees in reference to its decisions to reject, award, or not award a Bid, as applicable, unless the claim is based solely on allegations of fraud and /or collusion. The submission of a bid shall act as an agreement by the BIDDER that the bid bond shall not be released until and unless the BIDDER waives any and all claims that the BIDDER may have against the City that arise out of this bidding process or until a judgment is entered in the BIDDER'S favor in any suit filed which concerns this bid process. In any such suit, the prevailing party shall recover its attorney's fees, court costs as well as expenses associated with the litigation. In the event that fees, court costs and expenses associated with the litigation are awarded to the City, the Bid Bond shall be applied to the payment of those costs and any balance shall be paid by the BIDDER. 25. Cancellation: Failure on the part of the BIDDER to comply with the conditions, specifications, requirements, and terms as determined by the City, shall be just cause for cancellation of the Award. 26, Bonding Requirements: The BIDDER, in submitting this Bid, shall include a Bid Bond in the amount of 5% of the total amount of the base Bid on the Bid Bond Form included herein. A company or personal check shall not be deemed a valid Bid Security. 27. Performance and Payment Bond: The City of South Miami shall require the successful BIDDER to furnish a Performance Bond and Payment Bond, each, in the amount of 100% of the total Bid Price, including Alternates if any, naming the City of South Miami as the obligee, as security for the faithful performance of the Contract and for the payment of all persons or entities performing labor, services and /or furnishing materials in connection herewith. The bonds shall be with a surety company authorized to do business in the State of Florida. Citywide Road Resurfacing Project No. SM -201 1 -07 -PW 7 of 120 28. Bid Guarantee: The successful BIDDER shall execute the Contract (Agreement) and provide the required Performance Bond, Payment Bond and Certificates of Insurance within ten (I0) calendar days of Notice of Award by the City. The BIDDER who has the Contract awarded to him and who fails to execute the Contract and furnish the Performance Bond, Payment Bonds and Insurance Certificates within the specified time shall forfeit the Bid Bond /Security that accompanied his /her or its Bid, and the Bid Bond /Security shall be retained as liquidated damages by the City, and it is agreed that this sum is a fair estimate of the amount of damages the City will sustain in case the BIDDER fails to enter into the Contract and sign the contract or furnish the Bonds and Insurance Certificates. Bid Bond/Security deposited in the form of a cashier's check drawn on a local bank in good standing shall be subject to the same requirements as a Bid Bond. 29. Pre -bid Conference Site Visits: It is mandatory that all BIDDERS attend a pre -bid conference if required or requested by the City, and tour all areas referenced in the Bid Documents. It shall be grounds for rejecting a Bid from a BIDDER who did not attend the pre -bid conference. No pleas of ignorance by the BIDDER of conditions that exist, or that may hereinafter exist as a result of failure to make the necessary examinations or investigations or failure to fulfill in every requirement of the Contract Documents, will be accepted as basis for varying the requirements of the Contract with the City of South Miami or the compensation of the BIDDER. 30. Time of Completion: The time is of the essence with regard to the completion of the Work to be performed under the Contract to be awarded. Delays and extensions of time may be allowed only in accordance with the provisions stated in the appropriate section of the General Conditions. The time allowed for the completion of the work shall be as stated in the Bid Form. END OF SECTION Citywide Road Resurfacing Project No_ SM- 2011 -07 -PW 8 of 120 Citywide Road Resurfacing Project THIS BID IS SUBMITTED TO: City of South Miami City Clerk's Office 6130 Sunset Drive South Miami, FL 33143 I. The undersigned BIDDER proposes and agrees, that if this Bid is accepted, to enter into a Contract with the City of South Miami in the form included in the Contract Documents which are part of this Bid Package to perform and furnish all work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated therein and in accordance with the other terms and conditions of the Contract Documents which include those prepared by the Consultant if available. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to BIDDERS, including without limitation those dealing with the disposition of Bid Bond /Security. This Bid will remain subject to acceptance for 90 days after the day of the Bid opening. BIDDER agrees to sign and submit the Contract with the Bonds, Insurance Certificate and other documents required by the Bidding requirements within ten (10) calendar days after the date of the City's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Contract, that: a. BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged.) Citywide Road Resurfacing Project No, SM -201 I -07 -PW 9 of 120 Addendum No. Dated: r� s Addendum No. Dated: r7 ,z ?, Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Citywide Road Resurfacing Project No, SM -201 I -07 -PW 9 of 120 b. BIDDER has familiarized himself with the nature and extent of the Contract Documents, the proposed work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. c. BIDDER has studied carefully all reports and drawings of subsurface conditions and drawings of physical conditions. d. BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies in addition to or to supplement those referred to in (c) above which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance, or the furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. The BIDDER hereby acknowledges that no additional examinations, investigations, explorations, tests, reports or similar information or data are, or will, be required by BIDDER for any reason in connection with the Bid. e. BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. f. BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of all Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect to any Underground Facilities are, or will be required, by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. g. BIDDER has given the Consultant written notice of all conflicts, errors, discrepancies that it has discovered in the Contract Documents and, if any conflicts, errors, discrepancies has been found and notice given, the BIDDER represents to the City that the BIDDER has received a written notice of the resolution thereof by Consultant and that such resolution is acceptable to BIDDER. h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; BIDDER has not directly or indirectly induced or solicited any other BIDDER to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to Citywide Road Resurfacing Project No. SM- 2011 -07 -PW 10 of 120 refrain from Bidding; and BIDDER has not sought by collusion or otherwise to obtain for itself any advantage over any other BIDDER or over the CITY. 4. BIDDER understands and agrees that the Contract Price is the lump sum that it needs to furnish and install all of the Work complete and in place. The Schedule of Values is provided for the purpose of Bid Evaluation and when initiated by the CITY, it shall form the basis for calculating the pricing of change orders. The Contract Price shall not be adjusted in any way so as to result in a deviation from the Schedule of Values, except to the extent that the CITY changes the scope of the Work after the Contract Date. As such, the Contractor shall furnish all labor, materials, equipment, tools, superintendence and services necessary to provide a complete, in place Project for the Bid Price of: LUMP SUM BASE BID: FatZ11141 p?Norls/41-lO dollars and f C ~` �I �N cents $ � ° 2� dq Alternates: #1 #5 #2 #6 #3 #7 #4 ##B 5. The ENTIRE WORK shall be completed, in full, within 60 days Substantial Completion; 90 days Total Completion from the date stipulated in the NOTICE TO PROCEED. Failure to complete the entire work during the described time period shall result in the assessment of liquidated damages as set forth in Paragraph 6 of the Contract. Citywide Road Resurfacing Project No. SM- 2011 -07 -PW 11 of 120 b. Communications concerning this Bid shall be addressed to: BIDDER: v t 11J-G Address: A q A40— !/ Telephone: Facsimile: ®,^ ✓� 6® Attention: 14A ,0 /zC� 0 7. The terms used in this Bid which are defined in the General Conditions of the Contract shall have the same meaning as is assigned to them in the General Conditions. SUBMITTED THIS 13 DAY OF A(5;e'lg� 2011 BID SUBMITTED BY: 04V 1 AJly 4C, 1 Company '361 -7- 26�- 34re-j Telephone Number Name of Person Authoriz o Su Bid Fax Number ' Signature -T- Title C�. Email Address Citywide Road Resurfacing Project No. SM- 2011 -07 -PW 12 of 120 it L Below is a revised Schedule of Values for the project that must be used when submitting the bid: City of South Miaimi Citywide Road Resurfacing Project Schedule of Values Updated 7/22/2011 Item Description Unit Unit Rate Qty. Price I Mobilization LS r I 2 Clearing and Grubbing LS 1-f - I 3 Maintenance of Traffic LS lop I° 4 Milling up to 1.00" depth existing SY " � 4,764 � �J asphalt + ! �` Installation of 1.00" thick superpave 5 TON /�o�` 250 �g ` 1 426 hot asphaltic concrete P 6 Traffic 6" Stripe Solid Yellow LF 340 7 Traffic 24" Stripe Solid White (Stop LF 293 3, Bar) 8 Retroreflective Pavement Markers EA / : 5 i SUBTOTAL Performance & Payment Bond (S% of 9 Subtotal) 4.176 , '10 10 Contingency (10% of Subtotal) LS r7 70 TOTA1r Z z3 s �s (SAu�L� City of South Miaimi Citywide Road Resurfacing Project Schedule of Values Item Descripti on 1 Mobilization 2 Clearing and Grubbing 3 Maintenance of Traffic 4 Milling up to 9.00" depth existing asphalt 5 Installation of 1.00" thick superpave hot asphaltic concrete S Traffic 6" Stripe Solid Yellow 7 Traffic 24" Stripe Solid White (Stop Bar) 8 Retroreflective Pavement Markers 9 Performance & Payment Bond (5% o Subtotal) 10 Contingency (10% of Subtotal) Unit LS LS LS TQN EA LF LF LS LS Un'C Rate Qty 1 I i 4,764 250 1A 0 2y b SUBTOTAL TOTAL Citywide Road Resurfacing Project No. SM- 2011 -07 -PW 13 of 120 Price PAY ITEM DESCRIPTION • Mobilization - Perform preparatory work and operations in mobilizing for beginning work on the project, including, but not limited to, those operations necessary for the movement of personnel, equipment, supplies, and incidentals to the project site. Payment will be based on a lump sum for mobilization. • Maintenance of Traffic — Lump sum for furnishing traffic control including but not limited to flag persons, cones, markers, signs, lighting, flags, and other control devices for directing traffic and maintain safety, and other aides for the duration of the project. Included in this bid item is the payment of an off -duty law enforcement officer to control and direct traffic. Since this item is bid as a lump sum, payment will be in accordance with the cost breakdown as approved by the Consultant and measured as required by and satisfactory to the Consultant. All MOT devices required must conform to applicable standards. ® Type III Asphaltic Concrete- Square Yards for furnishing and constructing Type S -III Asphaltic concrete (I") for permanent paving repairs within the limits defined by details on the plans, the FDOT specifications and/or the standard details. Placement of asphalt must be placed in a manner that maintains the existing crown and the grade. Greater widths are at the contractor's option and expense. The price shall be full compensation for furnishing all necessary labor, materials, tools, and equipment and for performing all work required for preparing and transporting mixture, tack cost application, placing, compacting, and testing for a complete asphaltic concrete surface course installation. Payment will be based on the number of tons of Type S -Ill asphaltic concrete. Retro- Reflective Pavement Marker- Each for furnishing and installing Retro - Reflective pavement Marker within the limits defined by details on the plans, the specifications, and /or FDOT specifications. The price bid shall be full compensation for furnishing all necessary labor, materials, tools and equipment and for performing all work required for the complete furnishing and installation of Retro- Reflective pavement Marker, ready for service and all to other similar items as required or necessary, to original locations and to equal or better than original conditions, and all other appurtenant and miscellaneous items and work. Included in the unit cost are all survey, submittals, and shop drawing work; all loading, unloading, and transport costs to installation location. Payment will be based on the number of installed Retro- Reflective Pavement marker times the unit bid price. ® Solid Traffic 'White Stripe 24 "- Linear Feet for furnishing and installing Solid Traffic Stripe (24 ") within the limits defined by details on the plans, the specifications, and /or FDOT specifications. The price bid shall be full compensation for furnishing all necessary Citywide Road Resurfacing. Project No. SM- 2011 -07 -PW 14 of 120 labor, materials, tools and equipment and for performing all work required for the complete installation of solid traffic stripe (6 ", 12 ", 18 ", 24 "), ready for service and shall include temporary paving, pavement markings, pedestrian crossings markings and all others similar items as required or necessary, to original locations and to equal or better than original conditions; and all other appurtenant and miscellaneous items and work. Included in the unit cost are all survey, submittals and shop drawing work; all loading, unloading, and transport costs to installation location. Payment will be based on the number of linear feet of solid traffic stripe times the unit bid price. • Solid Traffic Yellow Stripe- Linear Feet Furnishing and installing solid traffic stripe within the limits defined by details on the plans, the specifications and/or the FDOT specifications. The price bid shall be full compensation for furnishing all necessary labor, materials, tools and equipment and for performing all work required for the complete installation of solid traffic stripe (yellow), ready for service, and shall include temporary paving, pavement markings, pedestrians crossings markings and all other similar items as required or necessary, to original locations and to equal or better than original conditions; and all other appurtenant and miscellaneous items and work. Included In the unit cost are all the survey, submittals, and shop drawing work; all loading, unloading and transport costs to installation location. Payment will be based on the number of linear feet of solid stripe (6" Yellow). • Selective Clearing and Grubbing- Lump Sum for furnishing the work required for selective clearing and grubbing within the limits defined be details on the plans and in accordance with FDOT specifications. The price bid shall be full compensation for furnishing all necessary labor, materials, tools and equipment and for performing all work required for the removal and disposal of all trees, stumps, roots, tree trimming and other such protruding objects, structures, pipes, appurtenances, existing flexible asphalt pavement, and other facilities necessary to prepare the area for the proposed construction. This includes roadway area, ditch area, and areas where culverts or pipe lines will be constructed. Work also includes the cutting, removal and plugging of existing piping to be abandoned and /or taken out of service. Included in the lump sum are all the survey, submittals and shop drawing work; all loading, unloading and transport and disposal costs. Payment will be based on a lump sum for selective clearing and grubbing. ® Milling- Square yards- for milling the existing asphalt pavement within the limits defined by detail on the plans, and the FDOT specifications. Greater widths are at the contractor's option and expense. The price bid shall be full compensation for furnishing all necessary labor, materials, tools and equipment and for permitting all work required for milling of the existing asphaltic concrete surface, including the cost of removal and disposal of milled Citywide Road Resurfacing Project No. SM -2011 -07 -PW 15 of 120 material from the project site. Payment will be based on the number of square yards of milled asphalt times the unit bid price. Performance and Payment Bond - lump sum for prepatory work on the project, including moving of equipment, materials, supplies and incidentals to and from the project site, including all setup and breakdown, the cost for safety equipment, first aid supplies, sanitary and other facilities, rental of storage areas, off site cleanup. All other costs incurred to commence and terminate construction, as described in the General Conditions, shall be considered incidental and necessary as part of the lump sum amount. Include the cost of bonds, permits and any required insurance and any other reconstruction expense necessary for the start of the work. Partial payment will be in accordance with FDOT Section 10 1 schedule. ® Contingency — An amount that is 10% of the Subtotal for items 1 through 6. The contractor is not entitled to these funds unless a request is submitted in writing to the City or designee for review and approval. Citywide Road Resurfacing Project No. SM- 2011 -07 -PW 16 of 120 Citywide Road Resurfacing Project STATE OF FLORIDA ) COUNTY OF MIAMI -DADE } KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, and , as Surety, are held and firmly bound unto the City of South Miami, a municipal corporation of the State of Florida in the sum of Dollars ($ ), lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that: WHEREAS, the Principal has submitted the accompanying Bid dated , for the Citywide Road Resurfacing Project. it was a condition precedent to the submission of said Bid that a Bid Bond in the amount of five percent (5%) of the Base Bid be submitted with said Bid as a guarantee that the BIDDER would, fulfill the obligations of the invitation to bid and bid documents; NOW THEREFORE, A. if the principal shall not withdraw said bid within ninety (90) days after the date for opening of the same, and shall, within ten (10) days after the prescribed forms are presented to it for signature, enter into a written contract with the Owner in accordance with the bid as accepted, and give bonds with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such contract, then the above obligations shall be void and of no effect, otherwise to remain in full force and effect. B. However, in the event of the principal's unauthorized withdrawal of said bid within ninety (90) days after the date of the opening of the same or the failure to enter into a written contract with the Owner in accordance with the bid as accepted, and/or the failure to provide the City with bonds issued from good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such Contract within ten (10) days after the prescribed forms are presented to it for signature and /or in the event that the principal is not awarded the bit Citywide Road Resurfacing Project No, SM- 2011 -07 -PW 17 of 120 but fails to waive all claims that arose or might have arisen out of the bid process in the event that the bid is not awarded to the principal, then the above obligations shall remain in full force and effect and the bond shall thereafter be disburse, by court order, to the Owner in the full amount of the bond if the Bid Documents provide for liquidated damages under the circumstance of the case or, if liquidated damages are not applicable, then in an amount that is adequate to fully compensate the Owner for all of its damages incurred due to the breach of the terms of this Bond, including all attorney fees, court costs and legal expense incurred by the City for any and all proceedings required to obtain the court order of disbursement, including the cost of all appeals or other proceedings, as well as the fees and costs incurred to collect these damages. IN WITNESS WHEREOF, the above bonded parties have executed this instrument under their several seals this day of , 2011, the name and the corporate seal of each corporate party being hereto affixed and these presents being duly signed by its undersigned representative. IN PRESENCE OF: SECOND PAGE OF A TWO (2) PAGE BID BOND ATTEST: Secretary M *Impress Corporate Surety Seal (Individual or Partnership Principal) (Business Address) (C itylStatelZi p) (Business Phone) (Corporate Surety)` (Seal) IMPORTANTSurety companies executing bonds must appear on the Treasury Department's most current list (circular 570 as amended) and be authorized to transact business in the State of Florida. Citywide Road Resurfacing Project No. SM- 2011 -07 -PW 18 of 120