Loading...
Res. No. 031-03-115801 2 3 4 5 6 7 S 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 RESOLUTION NO.31-03-11580 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA,RELATING TO AUTHORIZING THECITY MANAGER TO EXECUTE AGREEMENT WITH DEVELOPMENT AND COMMUNICATION GROUP OF FLORIDA,INC.FOR SUNSET DRIVE ROADWAY &DRAINAGE IMPROVEMENTS CONSTRUCTION AT AN AMOUNT OF $100,893.50 TO BE CHARGED TO SOUTH FLORIDA WATER MANAGEMENT DISTRICT GRANT ACCOUNT NO.001- 0000-132-2060;PROVIDING FOR AN EFFECTIVE DATE WHEREAS,theMayorandCitycommissionwishestoprovidedrainageconstruction improvements within City of South Miami streets (SW 62nd Place,SW 63rd Court and SW 64*Court),justas they intersect Sunset drive,to re-grade and re-align parking stalls along Sunset Drive between SW 62nd Avenue and SW 64* Court and; WHEREAS,the construction activities will consist of drainagesystem improvements,right-of-way re-gradingandpavementmarkingwithintheconstructioncorridor,and; WHEREAS,theMayorandCity Commission authorizetheCityManagertoexecutea construction contract with Development and Communication Group of Florida,Inc.forSunsetDrive Roadway &Drainage Improvementsprojectforanamount of $100,893.00. NOW THEREFORE,BEITRESOLVEDBYTHEMAYORANDCITY COMMISION OFTHE CITY OF SOUTH MIAMI,FLORIDA: Section1:ThecityreceivedsevenbidsinresponsetotheNoticeofBidInvitationadvertised intheMiami Daily Business Review on December 30,2002. Section2:Theengineeringconsultantreviewthebidsandrecommendedthatthecontractbe awarded tothelowestresponsiblebidder:Development and Communication Groupof Florida,Inc. Section3:Theprojectwillbe funded through grantfrom Legislative Appropriation funds managedbySouthFloridaWaterManagementDistrict. Section4:Thatthe Mayor andCityCommission authorize theCity Manager to execute an agreement with Development and Communication Group of Florida,Inc.forthe construction of SunsetDrive Roadway&DrainageImprovementsforanamount of $100,893.00. PASSED AND ADOPTED this 18*day ofF®brufM3. APPROVED:a ATTEST: READ AND APPROVED AS TO FORM: /<r\<&<z/h/l-' CITY ATTORNEY Horace G.tfel/u! Commission Vote: Mayor Feliu: Vice Mayor Russell: Commissioner Bethel: CommissionerWiscombe:yea Commissioner McCrea:Yea CITY OF SOUTH MIAMI South Miami Excellence,Integrity,Inclusion imirit TO:Honorable Mayor,Vice Mayor &City Commission FROM:Sanford A.Youkilis Vp Acting City Manager—^ 2001 DATE:February 11,2003 s ITEM No,(J? RE:Authorization the City Manager to execute agreement with the lowestresponsible bidder for the Proposed Sunset Drive Roadway &Drainage Improvements RESOLUTION or ORDINANCE A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA,RELATING TO AUTHORIZING THECITY MANAGER TOEXECUTE AGREEMENT WITH DEVELOPMENT AND COMMUNICATION GROUP OF FLORIDA,INC.FOR SUNSET DRIVE ROADWAY &DRAINAGE IMPROVEMENTS CONSTRUCTION AT AN AMOUNT OF $100,893.50TOBECHARGEDTOSOUTH FLORIDA WATERMANAGEMENTDISTRICT GRANT ACCOUNT NO.001-0000-132-2060;PROVIDING FOR AN EFFECTIVE DATE BACKGROUND &ANALYSIS The proposed roadway projectis intended to provide drainage improvements atthe intersections ofSunsetand SW 62nd Place,SW 63rd Court and SW 64th Court.Theconstructionactivitieswillalso include the re-grading ofthe south parking and swale area along Sunset Drive between SW 62n Avenue &SW 64th Court.The request for construction bids for the project was advertised in the MiamiDailyBusinessReviewon Monday,December30,2002.Sevencontractorssubmitted sealedbidsfortheproject.Thebidswerepubliclyopenedthelastday of bidsubmittal(Friday, January 31,2002)at 3:05pm.Sincethebid opening,theengineer of recordhas tabulated the bids,reviewedandevaluatedallbids,verifiedreferences,verifiedbidbondanddiscussedthe projectwiththelowest responsible bidder (Development &Communication Groupof Florida, Inc.)tomakesurethescope of workisclearlyunderstoodasdesignedandspecified.The Engineer of Record(ConsultingEngineering&Science)hassubmittedtheattachedletter of recommendationfor Development &CommunicationGroup of Florida,Inc. Thisprojectwillbefundedthrough Legislative AppropriationgrantadministeredbySouth FloridaWaterManagementDistrict.The project's accountbalance,withoutthisproject,is $706,266.PublicWorksDepartment'saccountmanagementsheet,persubmittedrequisitionsis attached. Page2 of 2 Comm.Mtg.Agenda Feb.11,2003 RECOMMENDATION Itis recommended thatthe City Commission approve the funding forthe work tobe performed. Attachments: •Proposed Resolution a Bid Opening Report •Tabulated Bids •Certified Advertised Notice of Bid Invitation a Engineer of Record's letter of recommendation •Map of Project Area a PublicWorks Department's accountmanagementsheet SAY/RL (DeptDirector'sinitials) SECTION 00500 CONTRACT THIS AGREEMENT,made and entered into this ^^av of Arf*M .20 Q£,A.D.by and .between the City ofSoufh Miami,party of the first part (hereinafter sometimes called the "Owner"),and i^LtopmtOX*-Wnri.toS2QU&party of the second part (hereinafter sometimes called the"Contractor").Of PL t JJHC, WHEREAS:Miami-Dade County through its office of Community Development has entered into a contract with the Owner,and WHEREAS:theOwner desires to engage the Contractor to perform services as stated herein: WITNESSETH:That the parties hereto,for the consideration hereinafter set forth,mutually agreeas follows: 1.01 SCOPE OF WORK A.The Contractor shall furnish all labor,materials,equipment,machinery,tools,apparatus, and transportation and perform all of the work shown on the Drawings and described in the Project Manualentitled: Sunset Drive (S.W.62nd AvenuetoS.W.64th Place) Parking and Roadway Improvements as prepared by Consulting Engineering &Science,Inc.acting as,and inthe Contract Documents,entitled the Ownerfs Engineer,and shall do everything required by this Contract and the other Contract Documents. 1.02 THE CONTRACT SUM A.The Owner shall pay to the Contractor for the faithful performance of the Contract,in lawful money of the United States,and subject to addition and deductions as provided in the Contract Documents,asfollows: B.Based upon the price shown in the Proposal heretofore submitted to the Owner by the Contractor,a copy of said Proposal being a part of these Contract Documents,the aggregate amount of this Contract is the sum of UUg mXldUdi lf)«9tl WL&i£P &ch f hluducE tuuiknfotpe Doiiarsrsioo.^qa.cn )* ^CXMtOO '—— 1.03 COMMENCEMENT AND COMPLETION OF WORK A.The Contractor shall commence work on the date established inthe Notice to Proceed. B.The Contractor shall prosecute the work with faithfulness and diligence and shall complete the work not later than one hundred twenty (120)calendar days after the commencement date established inthe Notice to Proceed 00500-1 H * 1.04 CONTRACTOR'S ACCEPTANCE OF CONDITIONS A.The Contractor hereby agrees that he has carefully examined the sites for the work to be performed and has fully satisfied himself that such sites are correct and suitable ones for the work to be performed and he assumes foil responsibility therefore.The provisions of this Contract shall control any inconsistent provisions contained in the specifications All Drawings,Specifications and Contract items contained in this Project Manual have been read and carefully considered by the Contractor,who understands the same and agrees to their sufficiency for the work to be done.It is expressly agreed that under no circumstances,conditions or situations shall this Contract be more strongly construed against the Owner than against the Contractor and his Surety. B.Any ambiguity or uncertainty in the Drawings or Project Manual shall be interpreted and construed by the Owner's Engineer and his decision shall be final and binding upon all parties. C.It is distinctly understood and agreed that the passing,approval and/or acceptance ofany part ofthe work or material by the Owner,his Engineer,or by any agent or representative as in compliance with the items of this Contract and/or of the Project Manual covering said work,shall not operate as a waiver by the Owner of strict compliance with the terms of this Contract,and/or the Project Manual covering said work;and the Owner may require the Contractor and/or his insurer to repair,replace,restore and/or make to comply sjrictly and in all things with this Contract and the Project Manuai any and all of said work and/or services which within a period of one year from and after the date of the passing,approval,and/or acceptance of any such work or services,are found to be .defective or to fail in any way to comply with the Drawings and Specifications.This provision shall not apply to materials or equipment normally expected to deteriorate or wear out and become subject to normal repair and replacement before their condition is discovered.The Contractor shall not be required to do normal maintenance work under the guarantee provisions.Failure on the part of the Contractor and/or his insurer, immediately after Notice to either,to repair or replace any such defective materials and workmanship shall entitle the Owner,ifit sees fit,to replace or repair the same and recover the reasonable cost of such replacement and/or repair from the Contractor and/or his insurer,who shall in any event be jointly and severally liable to the Owner for all damage,loss and expense caused tothe Owner by reason of the Contractor's breach of this Contract and/or his failure to comply strictly and in all things with this Contract and withtheDrawingsand Specifications. 1.05 LIQUIDATED DAMAGES A.Itis mutually agreed thattimeis ofthe essence ofthis Contract and should the Contractor fail to complete the work within the specified time,or any authorized extension thereof, there shall be deducted from the compensation otherwise tobe paid to the Contractor,and the Owner will retain the amount of Four hundred Dollars ($400.00t per calendar day as fixed,agreed,and liquidated damages for each calendar day elapsing beyond the specified time for completion orany authorized extension thereof,whichsum shall represent the actual damages which the Owner will have sustained by failure of the Contractor to complete the work within the specified time;it being further agreed that said sum isnot penalty,butis the stipulated amount of damage sustained by the Owner in theevent of suchdefault by the Contractor. 00500 -2 I I I I I B.For the purposes of this Article,the day of final acceptance of the work shall be considered a day of delay,and the scheduled day of completion of the work shall be considered a day scheduled for production. 1.06 PARTIAL AND FINAL PAYMENTS A.In accordance with the provisions folly 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 ofthe Contractor's request for partial payment by the Owner,the Owner shall make partial payments to the Contractor,on the basis of the estimate of work as approved by the Owner's Engineer,for work performed during the preceding calendar month,less ten percent (10%)of the amount of such estimate which istobe retained by the Owner until all work has been performed strictly in accordance with this Agreement and until such work has been accepted by theOwner. 2.Upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls,material bills and other costs incurred bythe Contractor in connection with the work have been paid in full,and also,after all guarantees that may be required in the specifications have been furnished and are found to be acceptable by the Owner,final payment on account of this Agreement shall be made within sixty (60)days after completion by the Contractor of all work covered by this Agreement and acceptance of such work bythe Owner. 1.07 ADDITIONAL BOND A.It is further mutually agreed between the parties hereto that if,at any time after the execution of this Agreement and the Performance and Payment Bonds hereto attached for its faithful performance,the Owner shall deem the surety or sureties upon such bonds to be unsatisfactory,or if,for any reason,such bond(s)ceases to be adequate to cover the performance of the work,the Contractor shall at his expense,and within three (3)days after the receipt of Notice from the Owner to do so,furnish an additional bond or bonds, in such form and amount,and with such sureties as shall be satisfactory to the Owner,hi such event,no former payment to the Contractor shall be deemed due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in the manner and form satisfactory to the Owner. 00500 -3 K IN WITNESS WHEREOF the parties hereto have executed this Agreement on the day and date first above written in five (5)counterparts,each of which shall,without proof or accounting for the other counterparts,bedeemedan original Contract. (Seal) Attesi Ronetta Taylor,City Clerl JSS:(If corporation,attach SAal kid attest by Secretary) OdbUl-V APPROVED AS TO FORM £k:>p,City Attorney if Soiith Miami City of SouthMiami, Party of the FirstPart Afrs/l/j^mXzz D.Souir,City Manager J^JboLLfluW Conn,(dump sd Ft Contractor''/ Party of the Second Part Title (tyin the event thattheContractorisaCorporation,thefollowingcertificate ofresolution of theBoard of Directors of theCorporation,authorizingthe officer whosignstheContracttodosoinits behalf shallbe completed. 00500-4 STATE OF FLORIDA ) )ss COUNTYOF ) CERTIFICATE (Sample) I HEREBY CERTIFY that at ame^T^^o^^iTi8 <Wftf|lf.acorporationunderthelawsoftheStateofFlorida,held on Q^ol 200^the following resolution was duly passed and adopted: "RESOLVED,tliatV&W^^&Mr &1&Q ,President of the corporation,is hereby authorized to execute the Contract dated S^n 20O3,between the City of South Miami,a municipal corporation,and this corporation,and that this execution thereof,attested by the Secretary of the corporation and with corporate seal affixed,shall be the official act and deed of this corporation." I furthercertify that said resolution is now in foil force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the official seal ofthe corporation this If-day of TM^M .20 0?) Secretary END OF SECTION 00500 -5 the follows SECTION 00510 SUPPLEMENTTO CONTRACT BETWEEN CITY OFSOUTH MIAMI AND FOR SUNSET DRIVE PARKING &ROADWAY IMPROVEMENTS This Addendum is made and entered into as of the H4fdav of Ao»t (<jm&u ♦,City of South Miami ("City")andHOfbpneO T "r TpV,\200^betweenows:4 tonn,Gkam}3 W^hcV ——Contr*ctor)'who"S"*« WHEREAS the parties agree that certain terms of the Agreement between the City and_^_J for Sunset Drive Parking &Roadway Improvements needs to be clarified due to a fewscrivener's errors,as well as substantive clarification;and,"annea <me to a few amJ^^Hf'*"??***Sc?vener's eiTOTS «*«°P^vide clarification,the partiesagreetoamendtheoriginalAgreementbyexecutingthisAddendum. NOW THEREFORE,in consideration of the sum of $10.00,the mutual promises and covenant*contained in this con|ract and for other good and valuable consideration,the SSsffiZ!of which is acknowledged by both parties,the parties agree as follows.g sufficiency Section 1.Whereas Clauses. 1.1 The above referenced whereas clauses are incorporated into this Addendum. Section2.Sovereign Immunity andAttorneys'Fees. excent 11 ^J?*^*"•n0t Wdve T^8*k*""**for «V claim for breach of contractexceptforpaymentofanyamountowedunderthecontract;provided,however,that in anvactionarisingoutofortoenforcethisAgreement,the prevailing party shall be entitL^sreasonableattorneysfeesandcosts,including,but not limited to pandTgal costs,^compute research costs.The parties shall not be liable for the prejudgment interest Section 3.Mediation. i„*]A \-!^y daim °^.d!sPute a^g out of <*elated to this agreement shall be subject tomformalmediationasaconditionprecedenttotheinstitutionoflegalorequitableproceedings by eiflier party Both parties waive the right to arbitration.The parties shall share the mediator's fee and any filing fees equally.The mediation shall be held in Miami-Dade County,Florida ^^T™**"**"*•*"*Up0n-*&**«**reached in mediation shaU beenforceableassettlementagreementsinthecircuitcourtforthe11thjudicialcircuitfortheState 00510-1 Section 4.Signatory Authority, 4.1 TheofficialsexecutingthisAgreementwarrantand represent thattheyare authorizedbytheirrespectiveagencytoenterintoabindingagreement. Section 5.Liens. 5.1 u^WjQ£lA "is prohibited from placing a lien on the City's property.This prohibitionshallapplyto,interalia,allsubconsultantsandsubcontractors,suppliersandlabors. Section 6.Incorporate by Reference Documents enclosed in Project Manual. 6.1 The contract enclosed within the "Project Manualfor Sunset Drive Parking & RoadwayImprovements-City of SouthMiami,City's BIDno.:CI03-0131"andall attachmentsinthe Manual shallbeincorporatedbyreferenceintothecontract,as exhibits tothe contract.The Project Manualshallconsist of theitemsenclosedintheattached exhibit 1,entitled 'Table of Contents."Between the contract andtheattachmentsinthe manual,the provisions of the contract shall control should there beany inconsistency inthe documents.However,the provisions of thisaddendumshallcontrolany inconsistent provisionsinthecontractor attachments in the Manual. Section 7.Transfer And Assignment. 7.1 None of the work or services under this contract shall be subcontracted unless Contractor obtains prior written consentfromtheCity.Approved subcontractors shallbesubject toeachprovision of thiscontractandContractorshallberesponsibleandindemnifytheCityfor all subcontractors'acts,errors or omissions. .7.2 The Contractor shall notassign,transfer or pledge any interest in this contract withoutthepriorwrittenconsent of theCity;provided,however,thatclaimsformoneybythe ContractorfromtheCity under thiscontractmaybeassigned,transferred or pledged toabank, trustcompany,orotherfinancialinstitutionwithoutthe City's approval.Writtennotice of any assignment,transferorpledge of fundsshallbe furnished within10daysbytheContractortothe City. Section 8.Examination And Retention Of Contractor's Records 8.1TheCity,orany of theirdulyauthorizedrepresentatives,shall,until3yearsafter finalpaymentunderthiscontract,haveaccesstoandtherighttoexamineany of theContractor's books,ledgers,documents,papers,orotherrecordsinvolvingtransactionsrelatedtothiscontract forthepurpose of makingaudit,examination,excerpts,and transcriptions. 8.2 The Contractor agreestoincludeinfirst-tier subcontracts under this contract a clausesubstantiallythesameassubparagraph8.1above."Subcontract,"asusedinthisclause, excludespurchaseordersnotexceeding $10,000. 00510-2 Section9.Ownership Of Documents shall be deemed the property of ^0^^r£?5li?I Cont^CIOr ™to ^contactownership.The Contractor adaLlrfg*JaI^oc™e^n™IL "«"***'««"to *" the documents a,££££?e^ense.°aM*Ml ,TO «"*»to reWn «*-<* Section 10.Severability Section 11.Contingency Fee And Code Of Ethics Warranty fee the amount of which is contingent upon the City awarding this contract to ContrTcto" Section 12.Warranty Of Authority *•.u •12-1 V*"Snatories to this contract warrant that they are duly authorized bvactionoftheirrespectivecitycommission,board of directors or omer aumorhV to execTte^flns *2"to bind **parties to *•promises'*•*«•**«--srs: 00510-3 Section 13,Independent Contractor 13.1 The Contractor is furnishing its services as an independent Contractor and nothing in this contract shall create any association,partnership or joint venture between the parties,or any employer-employee relationships. anual.CITY^ flcf/A/fcity Manager City of South Miami 6130 Sunset Drive South Miami,FL 33143 Date tllS: e/^//-e3 as to Form jallop,City Attorney hoA^mm\i-SonT).62&4P©f Date:frf 1M UXJol 00510-4 BID OPENING REPORT Bids were opened on;Friday,January 31,2003 at:3:05pm For:SunsetDriveParking&RoadwayImprovements Pre-Bid Estimate:$120,000.00 CONTRACTORS:BID AMOUNTS: 1.Budget Construction " 2.APAC Group,Inc. 3.Williams PavingCo.n*:%i.sB 4.T.J.Pavement,Corp.i*Sj i^n.oo 5.R&GEng.,Inc.SLI3.%o+.(>0 6.Community AsphaltCorp. j ....JL 7.Homestead Concrete 8.Leon's EngineeringCorp./04fOAZ.AS~ 9.Development&Comm.Group /0t>g?3.ao 10.The Redland Co.,Inc.273.f*/.^3 11.Dunol EngineeringCorp./Ol,003.OO j THE ABOVE BID AMOUNTS HAVE NOT BEEN CHECKED. THE BID TOTALS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED. City Clerk's Sign:itness Witness.usflbk^ CO N S U L T I N G EN G I N E E R I N G & SC I E N C E , IN C . Ci v I E n g f n e e n Co a s t d En g h e e i t En v b a n m e n l d S c i e n t t l t 89 2 5 S.W . 14 8 t h St r e e t S u » o 10 0 . M a r t i . f i o M o 33 1 7 6 Pn o n a : (3 0 6 | 37 8 - 6 5 6 8 Fo e (3 0 5 ) 37 8 - 9 3 0 4 E- m a k co 8 r r t o i r t ® b e t t o u 9 u w l SU N S E T DR I V E (S . W . 62 n d A v e n u e t o S . W . 8 5 t h C o u r t ) Ci t y of So u t h Mi a m i BI O T A B U L A T I O N • Fa t x u t i y S, 20 0 1 Co n t u t t l n g en o h t t f t n g ft Sc t o n c c . In c . CO N S T R U C T I O N IT E M a* T « f f l C O w i n g in d C m b b t o f l . ^ w a w * * w . — — — . - Ct e i n E i d r t l i w S l w d u f f l n W w M w h o t o - hd u d t Re m o v a l tn d OI « o c i » l ot Tw i n tn d Ro » d w v Co n t t u c U o n (C o n t f w d Ur t w o d c Um t r o o f c B m . «n d T TW c h T w 8- 1 i« i « t n d At a h t M e Co u f M wt t t i a- ml n , PO m c d O n * I Co n c r t l * tM l t c e f a M O U i PI o « . Pt a w . C u r h M d . T V M P - 5 So r m Mt n h a t e <p . 7 T W A r t v Dl m t f t t l o i f l Mo d f v Bd t l . Dt » l M 0 > St n i c t u f (C o w 1 S - J « . St o r m S « w « P H » Fr m c h On t o . IS - Ot o m e t o r (1 5 ' P e t r i T v m V Cu r b w i d Gu t t e r C n n e r e t . S t d ^ k w t w o , m o r f n a cy t t ^ t 9 q « w » * ( « - T W ) 8o d 4 n o (S » . Au o u t f n e Ft o r e t e m l f t m f t i d b m We l c i t n o l> Mt M e n t n c o fo r 3 0 Ce l e n d e / Pe v r t Rt l o c e l e E i d f t t n g B j g f l . B o l d Tr t f f l c St r t o o . Th e r m o t f i r t c (4 « W d e l B o l d Tf t f f l e St r i o a . Th c r m o p m i t e W Wd e > So B d Tr e f f l c SM o o . Th e r m o p l e i f l c I1 Q - WM r t S r f d T i e f l t e S t r t o o . T t a n ^ e t e m ' W d e l m B B s a t UN I T U N I T C O S T $2 0 . 0 0 0 0 0 SI S O O O < o o s o o 3 0 0 0 0 Du n e ! Bn f l t n M f l n g Ci UN I T C O S T E S T . QT Y . 4. 0 0 0 , 0 0 M O O " 3. 8 8 0 W L i m i t Bt i g l n t i t t n g Co r p . UN I T C O S T BB T . Q T Y . CO S T 12 . 8 0 0 . 0 0 9. 6 0 0 . 0 0 5 0 0 0 15 0 . 0 0 1 T. J . Pa v e m e n t Co r p . UN I T C O S T ES T . Q T V . Wl f f l i m s Pa v i n g C o m p a n y , I n UN I T CO S T ES T . QT Y . R& O En g t n e e m g , In c . UN I T CO S T ES T . QT Y . T h e Re d l a n d < UN I T C O S T E S T . Q T Y . .. 1 0 0 0 0 15 0 . 0 0 1S S U S 1. 2 3 U S B S 2 5 ! cu r t > | r t e t , T y p « P - 8 = — r - ; So l d T r a f f i c St r i p * . Th t m i o o m t l c 12 4 ' Wt d o l Co r w ^ o S d e ™ t * < 4 * T H d ( . r n d u t f n g N a w S u b t o t a l E A S Y 1. 8 5 8 00 1 . 2 7 0 0 0 3 5 0 43 65 ™ * . 0 0 3. 8 1 0 . 0 0 22 7 . 5 0 4 8 J 27 5 1. 3 3 3 . 7 5 SI 64 . 6 3 2 . 0 0 MIAMI DAILY BUSINESS REVIEW Published DaByexcept Saturday,Sunday end UsptKo&fcwf Miami Miami-Owe County,Florida STATE OF FLORIDA COUNTY OF MIAMI-DADE: Before lha undersigned authority personallyappeared SOOKIE WILLIAMS,whoonoath says that .he or she isthe VICEPRESIDENT.LegalNoticesoftheMiamiDailyBusiness Review IVk/e Miami Review,a dally (exceptSaturday,Sunday and I e$al Holidays)nauspapsr.published at Miami in Miami-Dade County,Fiends;mat ths attachedcopyof advertisement, being aLegalAdvertisementofNoticeInthematterof CITY OF SOUTH MIAMI- BID NO.CiOS-0131 •1/31/03 intheXXXX Court, was publishedin said newspaperinthe issues of 12'30/2002 AffiantfurthersaysthatthesaidMiamiDally Business ReviewisanewspaperpublishedatMiamiin eald Miami-Dad* County,Rorida andthatthesaid newspaper has heretofore been continuously published insaid Miami-Dade County, Ronda,each day(exceptSaturday,Sunday andLegalHolidays) and has been entered as second class maB matter atthepost office in Miamiin said Mlamt-Dade County,Rorida,fora periodofoneyearnextprecedingthefirstpublicationofthe attaehedeppy of advertisement;and affiant further says that heor sheJwSnajther paid nor promised any person,firm or corporation an/discouht,rebate,commission orrefund for the purpose of JectiripQ this advertsem&nt lor publication In the said (SEAL) SQOKlEVl \-i\-39Vd person TW" .„IWCOluAllSSlONftCC 885*40 ^f EXPIRES;March*,2004 faPCfSd Tfani Notary PvbfcUMfBAffltf «' •rrHdB5!8l.BO-51--83d :W89BWS0B •IWVM HinOS JO A1IQ :A9 J.N3S CONSULTING ENGINEERING &SCIENCE,INC. Civil Engineers Coastal Engineers Environmental Scientists February 5,2 003 HAND DELIVERED W.Ajibola Balogun,REM Public Works Director City of South Miami 4795 S.W.75th Avenue Miami,Florida 33155 Re:City of South Miami -Project No.CI03-0131 Sunset Drive Drainage and Roadway Improvements Dear Mr.Balogun: On January 31,2003,proposals were received for the above referenced project.Ten (10)copiesofthe Bid Tabulation are enclosed for your use. Thelowbidof$100,893.00wassubmittedbyDevelopmentand Communication Group of Florida,Inc.,a local General Contractor based inMiami,Florida.The specified contract timeforthis projectisOneHundredTwenty (120)calendardaysforfinal completion. Wehave checked the bid submitted by Development and Communication Group ofFlorida,Inc.andhave found no discrepancies or qualifying statements withtheexceptionofa$0.50 difference attributable to a calculation error of the total cost listed as $227.00 insteadof $227.50 (on Item No.1.23 Solid Traffic Stripe, Thermoplastic (24"Wide)).Thebidwasaccompaniedbyproperbid security,andwechecked references forperformanceoncompleted projects with other clients.Ofthefour (4)references checked, three (3)wereaboveaverageandone (1)wasbelow average.Based on our findings,itis our opinion that this General Contractor is qualified and capable of performing thework. 8925 S.W.148th Street,Suite 100 •Miami,Florida 33176 •Phone:(305)378-5555 •Fax:(305)378-9304 W.Ajibola Balogun,REM February 5,2003 Page 2 Therefore,we recommend the project be awarded to Development and Communication Group of Florida,Inc.,subject to acceptance by the City Council;execution of the Contract Agreement;and,submittal by the General Contractor of the required Performance and Payment Bonds and Certificates of Insurance. Shouldyouhaveany questions,please call. Very Truly Yours, CONSULTING ENGINEERING &SCIENCE,INC. Richard B(Bochnovich,P.E, Senior Vice President (0163.02) Attachments Bid Tabulation Sheet oo O 2 ° MS ca a> 1 IS if 0 > 3*<QB £z co5z o °o 3J co 2 >i < o I ro 51 §1 2 a ii 1 i' MATCH LINE A LS:=:•::!g ! r-,;;"-Us b!*in[iUi ==J I 'Si :••.,.i:lg «ljj :;::'l !!i!»|tes^-!'- ji HMi Up Hit ll iiils «Ii;H I!-fitftfHi-y S.W.62nd COUFrf^j^;| '=esi 'I •'His iK II §11 !is--ii ii!s;W.©3rd AVENUE MATCH LINE A IN S T A L L N E W P A R K I N G M E I E R ME T E R (T Y P . O F 9 ) < S E E NO T E S , TH I S SH C C I ) NO T E S : I. WI T H I N T H E P R O J E C T L I M I T S . CI T T OF S O U T H M I A M I S H A L L R E M O V E AL L E X I S T I N G P A R K I N G M E T E R S & C O N T R A C T O R S H A L L R E M O V E AL L E X I S T I N G M E T E R P O L E S A N D OI S P O S E OF T H E M P R O P E R L Y . PA Y M E N T O F ME T E R PO L E R E M O V A L / D I S P O S A L T O 8E IN C L U D E D UN D E R C L E A R I N O A N D OR U 8 B 1 N 0 . NE W M E T E R P O L E S S H A L L B E I N S T A L L E D B Y T H E C O N T R A C T O R A T E A C H PA R K I N G S P A C E P E R O E T A I L TH I S SH E E T A N D IN AC C O R D A N C E W I 1 H CI T Y Or SO U T H M I A M I S T A N D A R D S . N E W P A R K I N G M E T E R S S H A L L B E PR O V I D E D ft IN S T A L L E D BY T H E C I T Y O F S O U T H MI A M I . PA Y M E N T F O R NE W M E T E R P O L E IN S T A L L A T I O N SH A L L B E IN C L U D E D UN D E R MA I N T E N A N C E OF TR A F F I C . CI T Y O F SO U T H MI A M I 61 3 0 SU N S E T DR I V E SO U T H MI A M I . FL O R I D A 3 3 1 4 3 CO N S U L T I N G EN O I N B E B I M Q a SC I B M C B , IN C . 89 2 6 S . W . 1 4 8 t h S T R E E T 8U I T E 10 0 MI A M I . FL O R I D A 33 1 7 6 (3 0 5 ) 3 7 8 - 6 6 6 5 SU N S E T DR I V E S. W . 6 2 n d AV E N U E TO S . W . 8 4 t h CO U R T ST R I P I N G / S I G N A G E P L A N A N D N O T E S SFWMD Grant ($1 ^million) ESOLUTION/PROJE ACCOUNT #Req.# RESOLUTION Williams Paving Consulting Engineeri Consulting Engineeri Kimley-Horn &Asso Schwebke-Shiskin & Kimley-Horn &Asso C3TS C3TS C3TS T.J.Pavement Corp. T.J.Pavement Corp. C3TS REVISED:2/11/03 -0000-132-2060 PW4493 I-23MS 1-01WA I-02WA I-03WA DATE 5/21/02 5/21/02 5/21/02 7/29/02 9/3/02 9/5/02 9/16/02 9/16/02 10/1/02 10/16/02 11/7/02 1/13/03 1/14/03 PO# M4137 M4099 M4131 M4143 M4136] 4018* M4141 M4146 M5011 M5009 K/DAT AMOUNT 390,527.00 23,850.00 27,760.00 4,553.00 4,000.00 9,000.00 119,760.00 13,710.00 2,815.00 68,159.00 7,000.00 22,600.00 S^SPJi __ VENDOR'S #: PROJECT BALANCE: 1,400,000.00 $1.009,473.00 $985,623.00 $957,863.00 $953,310.00 $949,310.00 $940,310.00 $820,550.00 $806,840.00 $804,025.00 $735,866.00 $728,866.00 $706,266.00 $706,266.00 $706,266.00 $706,266.00 $706,266.00 706,266.00 706,266.00