Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
02-03-09 Item 4
South Miami OftefleaCRV CITY OF SOUTH MIAMI D® OFFICE OF THE CITY MANAGER INTER - OFFICE MEMORANDUM 2001 To: The Honorable Mayor Feliu and Members of the City Commission Via: W. Ajibola Balogun, City Manager From: Jose Olivo, P.E. Public Works & Engineering Department Date: February 3, 2009 Agenda Item No.: Subject: Construction Contract with M. Vila and Associates, Inc. for Sunset Drive Improvements Phase III (From SW 62 "d Avenue to SW 63`d Avenue.) Resolution: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH M. VILA AND ASSOCIATES, INC., FOR CONSTRUCTION OF SUNSET DRIVE IMPROVEMENTS PHASE III (FROM SW 62ND AVENUE TO SW 63RD AVENUE) IN AN AMOUNT OF $331,932.87, $195,010.73 WILL BE FUNDED FROM SAVINGS MADE DURING PHASES 1 AND 2 OF THE PROJECT, TO BE CHARGED TO CAPITAL IMPROVEMENT ACCOUNT NUMBER 001 - 1790 - 519 -6440 AND THE PEOPLE "S TRANSPORATION PLAN (PTP) FUND ACCOUNT NUMBER 124- 1730 -541- 3450; PROVIDING FOR AN EFFECTIVE DATE. Request: Authorizing the City Manager to execute a construction agreement with M. Vila and Associates, Inc. for Sunset Drive Improvements Phase III (SW 62nd Avenue to SW 63`d Avenue.) Reason /Need: The intent of . this project is to continue providing infrastructure improvements along Sunset Drive from SW 62nd Avenue to SW 63`d Avenue in accordance with our Capital Improvement Plan for the Sunset Drive corridor from US 1 to SW 69th Avenue. It is our intent to award the construction contract to M. Vila and Associates, Inc. by "piggybacking" on their existing contract for Sunset Drive Improvements Phase I passed and adopted under City Resolution No.'s 18 -08 -12615 dated February 5th 2008. By using the "piggybacking" method (using older prices), the City will be able to retain the same construction contract unit prices used for the Sunset Drive Improvements Phase I, when the project was initially awarded through competitive bid process. The Sunset Drive Improvements Phase III Project will provide for much needed paving and drainage improvements as well as widening of sidewalks, construction of new concrete crosswalks, roadway median improvements, landscaping, irrigation and installation of a new bus shelter all in keeping with the pedestrian friendly and traffic calming objective as well. Cost: $331,932.87, however $195,010.73 will be funded from savings from Phases 1 and 2 of the project that was previously approved and encumbered. So, this request is actually seeking approval to expend $136,922.14. Funding Source: Capital Improvement People's Transportation Plan Backup Documentation: ❑ Proposed Resolution ❑ Contract prices submitted by M.Vila & Associates, Inc. for Sunset Drive Improvements Phase 1. ❑ Copy of Section 00500 (Contract). ❑ Contract prices submitted by M.Vila & Associates, Inc. for Sunset Drive Improvements Phase III. ❑ The City's approved resolution no. 18 -08 -12615 for Sunset Drive Improvements Phase I. ❑ Bid Opening Report for Phase 1 ❑ Tabulated Bids for Phase I ❑ Certified Advertised Notice of Bid Invitation ❑ Project Plan Page 2 of 2 RESOLUTION NO.: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH M. VILA AND ASSOCIATES, INC., FOR CONSTRUCTION OF SUNSET DRIVE IMPROVEMENTS PHASE III (FROM SW 62ND AVENUE TO SW 63RD AVENUE) IN AN AMOUNT OF $331,932.87, $195,010.73 WILL BE FUNDED FROM SAVINGS MADE DURING PHASES 1 AND 2 OF THE PROJECT, TO BE CHARGED TO CAPITAL IMPROVEMENT ACCOUNT NUMBER .001- 1790 - 519 -6440 AND THE PEOPLE "S TRANSPORATION PLAN (PTP) FUND ACCOUNT NUMBER 124 -1730- 541 -3450; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Mayor and City Commission wishes to provide infrastructure improvements along Sunset Drive from SW 62nd avenue to SW 63�d Avenue, and WHEREAS, the Mayor and City Commission authorize the City Manager to execute a construction contract with M.Vila and Associates, Inc. for Sunset Drive Improvements Phase III for an amount of $331,932.87. WHEREAS, $331,932.87 will be funded from savings of $195,010.73 from Phases I & II and the difference of $136,922.14 to be funded from the Capital Improvement account no. 001 - 1790 - 519 -6440 and the People's Transpiration account no. 124 - 1730 - 541 -3450 in the amounts of $115,000.00 and $21,922.14, respectively. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1: That the Mayor and City Commission authorize the City Manager to execute a construction contract with M.Vila and Associates, Inc. for Sunset Drive Improvements Phase III for an amount of $331,932.87 and funding $195,010.73 from project savings on Phase I and II and the difference of $136,922.14 from the Capital Improvement account no. 001 - 1790 - 519 -6440 and the People's Transportation account no. 124 - 1730 - 541 -3450 in the amounts of $115,000.00 and $21,922.14, respectively. Section 2: That the project's construction cost shall be charged to the following accounts with the associated balances before this expenditure: Account No. Amount Account Balance 001 - 1790- 519 -6440 $115,000.00 $115,000.00 124 - 1730 - 541 -3450 $ 21,922.14 $440,000.00 Section 3. The attached agreement is made a part of the resolution. PASSED AND ADOPTED this ATTEST: CITY CLERK READ AND APPROVED AS TO FORM CITY ATTORNEY day of 12009. APPROVED: MAYOR COMMISSION VOTE: Mayor Feliu: Vice Mayor Beasley: Commissioner Palmer: Commissioner Beckman: Commissioner Newman: SUNSET DRIVE IMPROVEMENTS.- PHASE 1 & 11 SW 62nd Avenue to US -1 and City Hall CITY OF SOUTH MIAMI, BID NO. Cl 07 -1205 C3TS Project No.: 1929 -26 BID FORM Bid unit prices stated in this proposal include all costs and expenses for labor, equipment, materials, contractor's overhead and profit. Unit prices for the various work items are intended to establish a total price for completing the project in its entirety. The Contractor shall include in the Bid price any work item and materials for which a separate pay item has not been included in the Bid Form. All work and incidental costs shall be included for payment under the several scheduled items of the overall contract, and no separate payment will be made therefore. Refer to Section 01025 Measurement and Payment, for Basis of Payment of the following pay items: BASE BID The base bid encompasses all work described in the plans, specifications, and contract documents as Phase I, and generally consists of improvements on Sunset Drive (from SW 62nd Avenue to US -1). UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT Roadway & Drainage (RD) Items RD -1 Standard clearing & grubbing including demolition, removal and disposal of existing pavement and base 1 L.S. $ L-w�� °13•`x$ 2(0, ��3 G3 �—' RD -2 Demolition, removal, disposal, and backfilling of existing drainage systems 1 L.S. $ 5l&, ')-7 $ $�� • ii +� RD -3 Demolition, removal and disposal of existing sidewalk 14,284 S.F. $ $ 2�; 5�� •!!� �" RD -4 Demolition, removal and disposal of existing concrete curb & gutter, curb or.valley gutter 2,623 L.F. $ % iy $ RD -5 Demolition, removal and disposal of existing bus shelter 1 L.S. $ 24500: 01/ $ 2� 56<1. 00 RD -6 Utility and drainage manhole cover and valve adjustment 1 L.S. $ 2,526• 641 2 /5Z(:,•&4 RD -7 Removal, disposal, relocation and /or transplanting of all trees, shrubs and groundcover as required 1 L.S. $ G,5�5.G�$ 75, 00 RD -8 Pavement milling (depth varies - 2" max.) 1,350 S.Y. $ 5 S5 $ 2,422-50 ✓ RD -9 S -3 Asphalt overlay (1" depth) 5,729 S.Y. $ ,0 i 23Y•r0 RD -10 Type "F" colored concrete curb and gutter or valley gutter 3,211 L.F. $ 21 ' ( 3 s 7, W-4-3 /L4 ' V/ CA j �1- Name of Bidder i Signatu a of Bidder 00300-5 1929 -26 SUNSET DRIVE IMPROVEMENTS - PHASE I & II SW 62nd Avenue to US -1 and City Hall CITY OF SOUTH MIAMI, BID NO. Cl 07 -1205 C3TS Project No.: 1929 -26 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT RD -11 Type "D" colored concrete curb 1,447 L.F. $ /'S %la $ 22; AV4. 9L .i RD -12 6" colored concrete header band in landscape Rated Grate 1 EA. $ //5"/4- l $ lI �J median 300 L.F. $ $ r- RD -13 Colored concrete and paver traffic separator 446 S.F. $ 20.2Z $ jf U /�. �Z , ✓ RD -14 Concrete colored /gray sidewalk and driveway aprons (4" thick, 6" at driveways), including cut and fill, subgrade prep., colored concrete handicap ramps, sidewalk finishes and providing and resetting water meter boxes, etc., .as needed. 28,386 S.F. $ �- % $ I�OtvZ ✓i RD -15 Back of sidewalk area restoration (including sod, landscaping & asphalt or paver driveways and sidewalks, with edge concrete curbing, as needed) 1 L.S. $, 29& .l�0 RD-16 Paver crosswalk or road surface (12" thick), including excavation, concrete slab and banding, sand bed, pavers (incl. white and yellow for pavement markings), reinforcing steel, and subgrade preparation 21,118 S.F. $ Lf 2 $ RD -17 . Colored concrete vehicular surface (9" thick) including excavation, reinforcing steel and subgrade preparation 8,636 S.F. $ /2, /3 $ 6,e y% RD -18 Tree well complete with colored concrete curb, frame and grate 53 EA. RD -19 Dedicated paver stones area in front of Sylva Martin Building (including paver stones, sand bed, 4" concrete base, subgrade preparation, etc.) 902 S.F. $ °/ 51 $ �j C✓ ?�. 02 �` RD -20 Convert existing catch basin to manhole, including ring and cover. 3 EA. $ % 014.12 $ RD -21 Convert existing manhole to catch basin Traffic Rated Grate 1 EA. $ //5"/4- l $ lI �J Name of Bidder ! Signature of Bidder 00300-6 R 1929 -26 w w ti t r� SUNSET DRIVE IMPROVEMENTS - PHASE I & 11 SW 62nd Avenue to US -1 and City Hall CITY OF SOUTH MIAMI, BID NO. Cl 07 -1205 C3TS Project No.: 1929 -26 UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT RD -22 Type 'P' catch basin structure, including structure, inlet, frame and grate and connections to existing pipe 2 EA. $ 513 &5 •S`i$ RD -23 Drop inlet with USF 5130 -6016 frame and grate 3 EA. $ Z& -95 `? 0i37. 91 RD -24 Core drill existing structure for 15" pipe connection 3 EA. n $ $ RD -25 15" HDPE solid pipe 40 L. F. $ `I/ �� $ Sub -Total RD Items $ Z.%5 v-- Pavement Marking & Signing ng (PMS) Items PMS -1 R1 -1 Stop sign assembly, including street name signs 1 EA. $ •OJ $ 31IS -00 PMS -2 6" white (10' -30' skip) thermoplastic stripe 1,295 L. F. $ 4, `7U $ PMS -3 6" white thermoplastic stripe 500 L. F. $ U %L $ 9,5-v oa -- PMS-4 6" yellow thermoplastic stripe 1,250 L. F. $ �� $ 75 - PMS -5 6" double yellow thermoplastic stripe 200 L.F. $ PMS -6 18" yellow /white thermoplastic stripe 55 L. F. $ PMS -7 24" white thermoplastic stripe 160 L. F. $ 3 00 $ PMS -8 BUS /ONLY thermoplastic message 9 EA. $ Ur/ $ �- PMS-9 Left turn, thru or left/thru thermoplastic arrow 15 EA. $ 00 $ 6257 . &v . PMS -10 R2 -1 Speed limit sign assembly 1 EA. $ /� 5 ao $ 12'5 . ov ice' PMS- 11 W -11 -2 Pedestrian crossing sign assembly 10 EA. $ 2 oa. oo $ Z� 000, ac? PMS -12 Bus stop sign assembly 1 EA. $ /5. oy 00 PMS -13 R3 -5R sign assembly 1 EA. $ 1h5, 00 $ %d•5• 06) PMS -14 Reflective pavement markers, as directed by Engineer 1 L.S. $ S-00,00 $ J"00. ca PMS -15 Removal & relocation of existing signs 1 L.S. $ i; 900. vv $ /,00c" roc• M V %G4 Name of Bidder Signature of Bidder 00300-7 1929 -26 x i r t i i i i SUNSET DRIVE IMPROVEMENTS - PHASE I & II SW 62nd Avenue to US -1 and City Hall CITY OF SOUTH MIAMI, BID NO. Cl 07 -1205 C3TS Project No.: 1929 -26 ITEM DESCRIPTION PMS -16 Provide replacement traffic loops at WB approach to 62nd Ave and EB approach to US -1 Sub -Total PMS Items Electrical (E) Items E -1 Relocate aluminum street light pole and Sub -Total E Items Street Ammenities and Architectural (SA) Items SA -1 Solid metal rod bench SA -2 Trash receptacle SA -3 Bollard Cycloops, including concrete base Name of Bidder 00300-8 UNIT QUANTITY UNIT PRICE AMOUNT 1 LS. $Z� o/ 1 L.S. $515,06),00 $ j /$LYJ•ca 1 L.S. $ 13,100-1117.$ /51100.00 ' 1 L.S. 1 L.S. luminaire, including new base, pull box and rewiring. E -2 Install underground electrical conduit and pull boxes for proposed FPL street lighting system (FPL will provide conduit and pull boxes. Contractor to pick up at FPL yard and install in field) E -3 Install electrical underground conduit, pull boxes and wiring for tree well receptacle and for median up- lights and receptacle power system E -4 WP receptacles at each tree well and median palm, including above grade conduits and juction boxes. E -5 Up- lights at median palms E -6 Electrical service point for tree well and median electrical system including coordination with and cost of FPL service, distribution panel and WP enclosure cabinet and base slab. Sub -Total E Items Street Ammenities and Architectural (SA) Items SA -1 Solid metal rod bench SA -2 Trash receptacle SA -3 Bollard Cycloops, including concrete base Name of Bidder 00300-8 UNIT QUANTITY UNIT PRICE AMOUNT 1 LS. $Z� o/ 1 L.S. $515,06),00 $ j /$LYJ•ca 1 L.S. $ 13,100-1117.$ /51100.00 ' 1 L.S. 1 L.S. $ r�l, 1 L.S. $ 2Z /3f 1 L.S. $ j %i -5aa,cv$ $ 12 EA. $ 47#442 $ 44,1739,f'Zt 11 EA. $ $ 25; ?4Z •64 Signature of Bidder / 1929 -26 t �!1 SUNSET DRIVE IMPROVEMENTS - PHASE 1 & II SW 62nd Avenue to US -1 and City Hall CITY OF SOUTH MIAMI, BID NO. Cl 07 -1205 C3TS Project No.: 1929 -26 UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT SA -4 Bus shelter complete, including foundations, structure, roof, finishes, masonry, metal fabri- cations, ss mesh, electrical, lighting, seal, PASU landscaping, etc. 1 L.S. SA -5 Water feature /entrance sign complete, including foundations, structure, masonry, seating, finishes, metal fabrications, ss mesh, seal, lettering, fountain elements, electrical systems, controls, lighting, landscaping and irrigation between seating wall and pond, etc. 1 L.S. �-- SA-6 Clock tower complete, including foundations, structure, seating, masonry, finishes, metal fabrications, clocks, electrical systems, controls, lighting, etc. 1 L.S. SA -7 Coral rock cladding of concrete barrier wall under Metrorail complete, including demolition of concrete between barriers, provision of planting soil bed and irrigation system into area between barriers, electrical systems and lighting 1 L.S. $ ZiJ i• 75 $ 24� W", Z5 s -- Sub -Total SA Items $ Z Landscape /Irrigation (LI) Items LI -1 Yellow poinciana (12' tall x 6' spread, 2 -1/2" B & B) 3 EA. $ 2oi w $ 6a9 , av LI -2 High Rise Live Oak (16' tall x 7' spread, 3" cal.) 44 EA. $ 110 $ 24,, -35_� aO LI -3 Medjool Palm 14 EA. $ ,025•00 $ LI-4 Royal Palm (18' tall) 9 EA. $ 571�• 06' $ LI -5 Wax leaf Privet (12' tall x 10' spread, treeform - Florida Fancy) 8 EA. $ ;Fe-o- $ LI-6 Spindle Palm (12' tall) 4 EA. $ $ LI-7 Crown of Thorns ( 3 gal. cans) 810 EA. 747 $ G, LI -8 Pentas ( 1 gal. cans) 50 EA. $ 3-19 $ LI -9 Yaupon Holly ( 3 gal. cans) 504 EA. $ '7- 6'O $ 41536. Of Name of Bidder Signature of Bidder 00300-9 1929 -26 y f t w y y w SUNSET DRIVE IMPROVEMENTS - PHASE I & II SW 62nd Avenue to US -1 and City Hall _ CITY OF SOUTH MIAMI, BID NO. Cl 07 -1205 C3TS Project No.: 1929 -26 00300-10 1929 -26 UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT LI -10 Blueberry Flax Lily (3 gal. cans) 222 EA. $ /2 -6161 $ Z, &0rt., 6V V- LI-11 Ficus Green Island (3 gal. cans) 91 EA. $ %-50 $ . LI -12 Podocarpus (5' tall) 12 EA. $ -2. eO $ 24 - LI -13 Cordyline Terminalis sp (3'- 4' tall, 2 - 3 stems) 6 EA. $ $ Z37. vy�' ✓ Nephrolepis Cordifolia "Kimberly Queen" ( 1 LI -14 gal. cans) 300 EA. $ $•2* $ %,572.067 �J LI -15 St. Augustine Sod 3,400 S.F. $ ° 3 $ % /2Z 00 LI-16 Planting Soil 1 L.S. 00 - LI -17 Mulch 1 L.S. $ 2f9 /i.vc' $ G,G/el,00 LI -18 Marble chip beds 5 C.Y. $ 3�� • «� $ /, -3G _cw �- LI-19 Irrigation system complete, including controller vacuum breakers, and coordination with and cost of MDWASD water meter, etc. 1 L.S. $15`/, ',W2, 061 $ X41 '74-2 •GO Sub -Total LI Items $ %d'G I /G . %0 General (G) Items G -1 Maintenance of traffic, including traffic control, pedestrian and vehicular access, signs, barricades and flaggers, and off -duty police officer, as required by Engineer, County and /or City 1 L.S. $ GG>/1.9f i.- G-2 Performance and Payment Bond 1 L.S. $i5 G -3 Project Signs 1 L.S. $ 4d3. 70 $ 403.24 G -4 Safety Act 1 L.S. $ $ /i321•G� G -5 Advance exploration of existing utilities 1 L.S. $ 2 v;G.3� G -6 Record As -built drawings 1 L.S. �- G-7 Owner's Contingency 1 L.S. $150,000.00 $150,000.00 -' Sub -Total G Items $ Name of Bidder Signature of Bidder 00300-10 1929 -26 SUNSET DRIVE IMPROVEMENTS - PHASE I & II SW 62nd Avenue to US -1 and City Hall CITY OF SOUTH MIAMI, BID NO. Cl 07 -1205 C3TS Project No.: 1929 -26 GRAND TOTAL (BASE BID) IN FIGURES (LUMP SUM): GRAND TOTAL - BASE BID (WRITTEN) : -fwd s'6 jD r iX gambl*J vIa/Z7 / 44 ,lu11112n*0 F � 5a Bidder: m.VItA `�/����,(n��S,It�C By: Okk7 C Vr (A Title: V Telephone: �'�`g 1- )2.2 Ln Fax: X05 -5'' O0.* 00300-11 1929 -26 SECTION 00500 CONTRACT THIS AGREEMENT, made and entered into this day of , 20 , A.D., by and between the City of South Miami, party of the first part (hereinafter sometimes called the "Owner "), and _ party of the second part (hereinafter sometimes called the "Contractor"). WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: 1.01 SCOPE OF THE 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 Manual entitled: SUNSET DRIVE IMPROVEMENTS - PHASE III SW 62 "d Avenue to SW 63rd Avenue CITY OF SOUTH MIAMI, FLORIDA as prepared by Corzo Castella Carballo Thompson Salman, P.A. acting as, and in the Contract Documents entitled the Owner's 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, as follows: 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 lump sum of Dollars ($ ). 1.03 COMMENCEMENT AND COMPLETION OF WORK A. The Contractor shall commence work on the date established in the Notice to Proceed. B. The Contractor shall prosecute the work with faithfulness and diligence and shall be substantially complete with the work not later than seventy -five (75) calendar days after the commencement date established in the Notice to Proceed. The work shall be completed and ready for final payment within thirty (30) calendar days from the date certified by City's Project Engineer as the date of substantial completion. 00500 -1 1929 -26 -0012 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 full 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 of any part of the work or material by the Owner, his Engineer, or by any agent or representative as in compliance with the terms 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 strictly and in all things with this Contract and the Project Manual 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, if it 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 to the 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 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 the Contractor fail to complete the work within the specified time, or any authorized extension thereof, there shall be deducted from the compensation otherwise to be paid to the Contractor, and the Owner will retain the amount of Five Thousand Dollars ($5,000.00) per calendar day as fixed, agreed, and liquidated damages for each calendar day elapsing beyond the specified time for completion or any authorized extension thereof, which sum 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 is not penalty, but is the stipulated amount of damages sustained by the Owner in the event of such default by the Contractor. 00500 -2 1929 -26 -0012 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 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 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 is to be retained by the Owner until all work has been performed strictly in accordance with this Agreement and until such work has been accepted by the 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 of all work covered by this Agreement and acceptance of such work by the Owner. 1.07 1 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. 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 and form satisfactory to the Owner. 1.08 SOVEREIGN IMMUNITY AND ATTORNEY'S FEES The City does not waive sovereign immunity for any claim for breach of contract except for payment of any amount owed under the contract; provided, however, that in any action arising out of or to enforce this Agreement, the prevailing party shall 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 prejudgment interest. 1.09 MEDIATION Any claim or dispute arising out of or related to this agreement shall be subject to informal mediation as a condition precedent to the institution of legal or equitable proceedings by either party. Both parties waive the right to arbitration. The parties 00500 -3 1929 -26 -0012 shall share the mediator's fee and any filing fees equally. The mediation shall be held in Miami -Dade County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in the circuit court for the 11th Judicial Circuit for the State of Florida. 1.10 SIGNATORY AUTHORITY The officials executing this Agreement warrant and represent that they are authorized by their respective agency to enter into a binding agreement. 1.11 LIENS Contractor is prohibited from placing a lien on the City's property. This prohibition shall apply to, interalia, all subconsultants and subcontractors, suppliers and labors. 1.12 INCORPORATE BY REFERENCE DOCUMENTS ENCLOSED IN PROJECT MANUAL The contract enclosed within the "Pro�ect Manual for Sunset Drive Improvements — Phase III (SW 62nd Avenue to SW 63r Avenue), City of South Miami, City's BID No.: Cl 07- 1205" and all attachments in the Manual and the Construction Drawings shall be incorporated by reference into the contract, as exhibits to the contract. Between the contract and the attachments in the manual, the provisions of the contract shall control should there be any inconsistency in the documents. 1.13 TRANSFER AND ASSIGNMENT A. None of the work or services under this contract shall be subcontracted beyond that shown on List of Major Sub - Contractors (page 00300 -4 of the Proposal) unless Contractor obtains prior written consent from the City. Approved subcontractors shall be subject to each provision of this contract and Contractor shall be responsible and indemnify the City for all subcontractors' acts, errors or omissions. B. The Contractor shall not assign, transfer or pledge any interest in this contract without the prior written consent of the City; provided, however, that claims for money by the Contractor from the City under this contract.may be assigned, transferred or pledged to a bank, trust company, or other financial institution without the City's approval. Written notice of any assignment, transfer or pledge of funds shall be furnished within 10 days by the Contractor to the City. 1.14 EXAMINATION AND RETENTION OF CONTRACTOR'S RECORDS A. The City, or any of their duly authorized representatives, shall, until 3 years after final payment under this contract, have access to and the right to examine any of the Contractor's books, ledgers, documents, papers, or other records involving transactions related to this contract for the purpose of making audit, examination, excerpts, and transcriptions. B. The Contractor agrees to include in first -tier subcontracts under this contract a clause substantially the same as subparagraph 1.14.A. above. "Subcontract," as used in this clause, excludes purchase orders not exceeding $10,000. C. The right to access and examination of records in subparagraph 1.14.A. shall continue until disposition of any mediation, claims, litigation or appeals. 00500 -4 1929 -26 -0012 1.15 OWNERSHIP OF DOCUMENTS All documents, reports, plans, specifications or other records, including electronic records, resulting from the services rendered by the Contractor under this contract shall be deemed the property of the City and the City shall have all rights incident to this ownership. The Contractor acknowledges that all documents prepared under this contract shall be public records, and shall be subject to public inspection and copying, as provided by Florida Statutes chapter 119. Upon conclusion of this contract and any extensions, all documents shall be delivered by the Contractor to the City. The Contractor shall have the right to retain copies of the documents at the Contractor's expense. 1.16 SEVERABILITY Should any paragraph or any part of any paragraph of this contract be rendered void, invalid or unenforceable by any court of law, for any reason, the determination shall not render void, invalid or unenforceable any other section or part of any section of this contract. 1.17 CONTINGENCY FEE AND CODE OF ETHICS WARRANTY A. Contractor warrants that neither it, nor any principal, employee, agent, representative or family member has promised to pay, and Contractor has not, and will not, 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 of any of the provisions of the Miami -Dade County or the City of South Miami conflict of interest and code of ethics ordinances. C. A violation of this paragraph will result in the termination of the contract and forfeiture of funds paid, or to be paid, to the 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 this contract and to bind the parties to the promises, terms, conditions and warranties contained in this contract. 1.19 INDEPENDENT CONTRACTOR 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. 00500 -5 1929 -26 -0012 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, be deemed an original Contract. (Seal) Attest: City Clerk City's Resolution No. WITNESS: (If corporation, attach Seal and attest by Secretary) APPROVED AS TO FORM AND LEGALITY: City Attorney City of South Miami, Florida Party of the First Part City Manager Contractor Party of the Second Part al Title APPROVED AS TO FINANCE: By: Director of Finance City of South Miami ( *) In the event that the Contractor is a Corporation, the following certificate of resolution of the Board of Directors of the Corporation, authorizing the officer who signs the Contract to do so in its behalf shall be completed. 00500 -6 1929 -26 -0012 CERTIFICATE (Sample) STATE OF FLORIDA) ss COUNTY OF ) HEREBY CERTIFY that a meeting of the Board of Directors of a corporation under the laws of the State of held on , 20 , the following resolution was duly passed and adopted: "RESOLVED, that , as President of the corporation, be and he is hereby authorized to execute the Contract dated , 20 , 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 further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this day of , 20 Secretary END OF SECTION 00500 -7 1929 -26 -0012 SUNSET DRIVE IMPROVEMENTS - PHASE III SW 63rd Avenue to SW 62nd Avenue CITY OF SOUTH MIAMI, BID NO. Cl 07 -1205 C3TS Project No.: 1929 -26 BID FORM Bid unit prices stated in this proposal.include all costs and expenses for labor, equipment, materials, contractor's overhead and profit. Unit prices for the various work items are intended to establish a total price for completing the project in its entirety. The Contractor shall include in the Bid price any work item and materials for which a separate pay item has not been included in the Bid Form. All work and incidental costs shall be included for payment under the several scheduled items of the overall contract, and no separate payment will be made therefore. Refer to Section 01020 Measurement and Payment, for Basis of Payment of the following pay Items: UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT Roadway & Drainane (RD) Items t RD -1 Demolition, removal & disposal of existing curb 1,723 L.F. $7.77 $13,387.71 RD -2 Demolition, removal & disposal of existing 00300-5 1929 -26 sidewalk 6,869 S.F. $1.44 $9,891.36 RD -3 Type F colored concrete curb 1,677 L.F. $21.13 $35,435.01 RDA Type D colored concrete curb 74 L.F. $15.76 $1,166.24 RD -5 4" Thick sidewalk 8,903 SIF. $5.67 $50,480.01 RD-6 9" Thick concrete crosswalk 1,954 S.F. $12.13 $23,702.02 RD -7 1" Average milling (5' wide) 820 S.Y. $5.55 $4,551.00 RD -8 1" Asphalt overlay Type S-3' 7,596 S.Y. $6.50 $49,374.00 RD -9 Colorize existing Type F curb 1,003 L F. $7.50 $7,522.50 RD -10 15" HDPE Solid Pipe 18 L F. $71.82 $1,292.76 RD -11 Drop inlet 2 E'A. $2,645.93 $5,291.86 RD -12 Core drill existing catch basin 2 EA. $362.56 $725.12 RD -13 Convert CB to MH 4 EA. $1,894.12 $7,576.48 Sub -Total RD Items $210,396.07 KVI LA Az7�c.IAT(73 1 146. Name of Contractor Signat re of Contractor 00300-5 1929 -26 SUNSET DRIVE IMPROVEMENTS - PHASE III SW 63rd Avenue to SW 62nd Avenue CITY OF SOUTH MIAMI, BID NO. Cl 074205 C3TS Project No.: 1929 -26 UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT Miscellaneous tM) Items M -1 Striping 1 L.S. $8,500.00 M -2 Irrigation 1 L.S. $8,800.00 M -3 Landscaping 1 L.S. $5,400.00 M-4 Bus Shelter 1 L.S. $48,357.72 Sub -Total M Items General (G) Items G -1 Maintenance of traffic 1 L.S. $12,000.00 G -2 Performance and Payment Bond 1 L.S. $4,905.00 G -3 Compliance with Trench Safety Act 1 L.S. $2,743.97 G-4 Advance exploration of existing utilities 1 L.S. $692.11 G -5 Record As- builts 1 L.S. $5,138.00 G -6 Contingency 1 L.S. $25,000.00 Sub -Total G Items Grand Total Items RD, M & G GRAND TOTAL - (WRITTEN): � l Contractor: M - V I Lb A4X-9 tAT�J By: KfA Tide: T. Telephone: Fax: $8,500.00 $8,800.00 $5,400.00 $48,357.72 $71,057.72 $12,000.00 $4,905.00 $2,743.97 $692.11 $5,138.00 $25,000.00 $50,479.08 $331,932.87 00300-6 1929 -26 t RESOLUTION NO.: 18 -08 -12615 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH M. VILLA & ASSOCIATES, INC. FOR SUNSET DRIVE IMPROVEMENTS - PHASE 1 CONSTRUCTION IN AN AMOUNT OF $2,146,634.18 TO -BE CHARGED TO FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION'S (FDEP) GRANT ACCOUNT NUMBERS 106 -1726- 536 -6550 AND 106 - 1727 - 536 -6550; THE PEOPLE'S TRANSPORTATION PLAN (PTP) FUND ACCOUNT NUMBER 124 - 1730 - 541 -3450, STORM WATER TRUST FUND ACCOUNT NUMBERS 111 - 1730 - 541 -3450 AND 111 - 1730 - 541 -6490, THE CITY'S MATCHING ACCOUNT NUMBERS 001 - 2100 - 519 -3171 AND 001 - 2100 - 519 -9932; AND THE ENCUMBRANCE RESERVE CARRY OVER FOR THE YEAR ENDED 09/30/07 FROM ACCOUNT NUMBER 001 - 2100- 519 -9920; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the Mayor and City commission wishes to provide infrastructure improvements and traffic calming along Sunset Drive from SW 62nd Avenue to US -1 (known as Sunset Drive Improvements - Phase 1); and . WHEREAS, the Mayor and City Commission authorize the City Manager to execute a construction contract with M. Villa & Associates, Inc. for the Sunset Drive Improvements - Phase 1 project in an amount of $2,146,634.18. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1: That the Mayor and City Commission authorize the City Manager to execute construction contract with M. Villa & Associates, Inc. for the Sunset Drive Improvements - Phase 1 project in an amount of $2,146,634.18. Section 2: That the project's construction cost shall be charged to the following accounts with the associated balances: Account No.: 106- 1726- 536 -6550 106- 1727- 536 -6550 124- 1730- 541 -3450 111- 1730 - 541 -3450 111- 1730 =541 -6490 001 - 2100- 519 -3171 001 - 2100- 519 -9932 001 - 2100 -519 -9920 Amount $662,000.00 $298,476.18 $601,158.00 $ 30,000.00 $160,000.00 $175,000.00 $ 70,000.00 $150,000.00 Page 3 of 6 Account Balance $662,000.00 $298,477.00 $601,158.00 $162,357.60 $160,000.00 $175,000.00 $70,000.00 $199,040.41 r I i 2 of Res. No. 18- 08 -fJ615 Section I The attached exhibit is incorporate by reference into this resolution. PASSED AND ADOPTED this day of 7 2008• ZTAPPROVED: LERK M YOR READ AND j p� VEGAS TO F M: COMMISSION VOTE: 5 -0 F I'u' Yea CITY ATT It Include File Name and Path Mayor e I . Vice Mayor Wiscombe: Yea Commissioner Palmer: Yea Commissioner Birts: Yea Commissioner Beckman: Yea SOU7, u BID OPENING REPORT U " INCORPORATED 1927 E p RHO P Bids were opened on: Wednesday, December 5, 2007 at: 3:05pm For: Sunset Drive Improvements Phase I & II -007 -1205 Pre -Bid Estimate: S2.3M `gl7�>, CONTRACTORS: BID AMOUNTS: - 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: �.... Maria M. Menendez 2. 244—;ZaV 'o • l % 519 3. Win% /��yl di%� Ccz!%�2ldYz l2 v 4. 5.A�� �ss��' . 2 -,1;3 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 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: �.... Maria M. Menendez O O O O O O - O O O O O O O - O O O 0 0 o 0 0 0 0 0 0 0 0 0 0 0 co co O. O O o 0 u) V O O N O - O O O C Z O O O to r N 0D O O O O O 0 0 O r N I� N O O O 41 O 10 )1 O O u) O) O m O m v) N 0 0 O Lo p O N u) m O rD 00 m ('1 °> h T cm) N � OJ r (n W D w w w w w w w w w w w w w w w O J a Q' LLJ O O O O O o O O O O 0 0 o O o O O O O 0 U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 o 0 0 C. 0 o 7 (try Z -R' o O o O v r o 0 o o v r Lri N N ui � N to m Oo vi N ui N n O �-• C W a Cl 0 O O O m > (� F- o o m m 0 v) cn n Q Z < C w w w w w w w w w w w w w w o o o o O o 0 0 0 o o n o o o 0 o o o N ' clo o 0 0 0 0 0 0 0 .- 0 0 0 0 0 0 0 0 0 0 F- O O (') fo O G o O P u) o o m O m O o lV U) C9 Z O o O o c v N o O o O o o O r 1. r� N ao o2 o N N o O ' v u) (n O 7' Z O O O u) O n u) aC co O m u) r T ui c'l) m w O (() C Q5 (n r r Lo w to r W N m "- Z w• w w w' w w w ww w ww w w w w w w w > O O O u) O O o O O -O O O O O O O O .O O O D W V 0 o ti o 0 0 0 o.rn o 0 0 0 0 0 0 0 0 O °0 O O N O O O O O N N r r a) > a C 0 0. o C m !n C 7 O O O u) 'o O Z z C') C ❑ w w w w w w w w w w w w w w w C O o o O O o O o 0 o O o 0 O O o 0 o O O m a O O O O o O O 0 0 1l� W (R N O O O O O •7 C J H o O N m N O C) o u) 0 o O O 1� m r u) m fD v) O O co u) o (D O o O O wV pa Z O O O O O ^ (o O fD O u) N M O N (') m c0 m T N CD E F_ 0 0 m o'i h. N r C7 u) ui r- N V aD O = m °) Z 1 — w C N cL C w w w w w w w w w w w w w w w w w w (0 Q) '0 0 0 0 0 0 0 uj o O O 0 O 0 O 0 o 0 O 0 0 0 O N o 0 o o < N N O O O O O N o o j Z U 0 0 0 r o 0 0 V o v N of 'v °i vi r o o vi .- 0 0 0 o Z W O z .d o O o Ct o O 0 u) o O .- .- u) ra N F- ci m O — y O yd v U w w w w w w w w w w www w w w w w w C O >, (n h u) O 7 O O (D cn N O N N O u) f• N CL h m A Of O O O u1 u) 'V' h O ''• v) V C 0 10 � Cl! O p2 F- Z c'1 m o u) c0 O O o O 0 N u) cV m m c7 t0 V' o _w w O tt O m N � u) u) u) !� Q � C O to u) u) m N u) U) R N O t0 ( O m N u) ti r u) W V Q 0 u) O O N N (O 1- A f` m N m m O N u) uS V O/ a O of O C Al w w w ww w www w w w w w w b W f'/ ti of N O -e- O N O ^ t0 v) N 1- - O N n m I V ❑ m Q • U m t7 I� u) < r 1� C co u7 o (o 1l� �- N u) T N o u) s>: m r u) u) C C:, O L J ce m - (D O N Lq N N N N m O Co Q.. F N N (D - _y N UJ N c C Z . w w w w w w w w w w www w. w w w w w U) (j c o 0 0 O o 0 0 0 0 o o 0 0 0 0 0 0 0 0 mQ m o 0 0 0 o 0 0 o 0 0 0 0 q 0 0 0 0 O o 0 O 0 tD 0 O 0 0 o ' Q j 0 F- Z o O o O m - m to O O O O N O O (n c0 m N O N O N O O O O' N a• Z L) �+ O C C O �" h N c0 O O O O O N c0 cn u] P r r N Of LO f�1 of (A O O O v_ m fn v) O m c7 O ( Q O V U � U O O (n u) N r r �-• •.r u) N N (o N co . u) r m Z w w_w w w w w w www w w w w w w f. R W c 2 q Lu o 0 0 0 0 0 0 0 0 o 0 o 0 0 0 o 0 o o 0 O o 0 0 Q u U� V o O o O O o 0 o 0 o 0 0 0 O 0 co o co O o o O m 0 0 0 O o W 0 ' O O O r r v N r r — O C G c J a o 0 0 0 0 C 0 _ O m 0 to F o o 0 n 0 0 0 Z 0 w w w w w w w w w 0 0 w w w w w w w w w w W 4- Z J J (n -i J J J In y J J J (n V) ..J u5 h W u) > LL v :3 n N co r O w V) W U N Q �- r N N (D r r r u) N ^ ti N a co ` r O O u) o) N u) (7 10 N N Z () CF 4 C y 7 N m 12 m N y m d m> aa) (ma c 3 E a m d a ° m s n° v L° m a c a m m a c y D c - m a m- E m a" m ti" 7° m _ u° n o g u U O C ° i 0 m N 1C0 > m >` N m d y C C A N C y N E m C c c c > G O U O �_ y E m m Y m Y 7 TS 9 •O m e m C a 1n o y N j c d^ m K y y Lo m V .`m. 9 m > 9 VI t` o d Y m a'Zi aXi v . v E rn m ani v m E 3 7 10 y m m c E A a m O ° 3 > a O O O o m C C y V m c > N O v N 7 d V m an d l0 > •0 y N C m m V V c 9 E: c r C t m p'a C C m a E: °• m p m O 0 7 O 0 C d d •e m 'e cc S Y C V N A W 100 V 4 •CD 7 N C N m h m n n °! n m p> .0 1j 7 7 9 1p d V > Co C C Co 1`0 y O O V U) C d N O y 9 y >. o m 2 •O L O m n V> m V d y a) 7 C u m 'O O m c w n 7 m n �) d m ` C V m y a U) d 2 N m ° `) .m_. 9 » n m c m �` ° L v N 0 mm C m C j m C m m E 7 n O m C (j d T r:.m. C L C A d p N m V m y° y `O 0 m C d >` C C e6 y m m m° m v cT0 c°j T C c°j m m m m C 9 m n d m C m m m > p m y d cp N L) m °n C O y E O O -E 7 O m y V m L C C d C N .m. � 3 O> G N m Y y` m Y U >. _ C ..m. F d C n C d m C Z ❑ y c c E 2 E E° E C p ° m > m d ` O Q c o> v a m m V o4 c d ;$ c ?; m t d E m 7 N N r) m m L - yy - y y •E y0 C °° C O V d 9 0 d m O y m y C O n o 'O H U C C y G C CO m U V O O p C y 9 C 0 V) C m p) O C V V m C N d d o m O m o O 7 O C m t v L m 0 .m_. m p m C _y O. Ol E L C O p y m .m. m 7 Z V m m m = m a = m O _= m > y E y LL O° N d (o 0 d y N O U 0 m` m 10 3 A (0 C y U N N U C •p C O C •E2 O aS O Z• ° vi m Q d d 0 p 0 Y. a N Y y m y m d W R E W N N m _ d m m ("; >n.. T U O O y d 'C X C •` O X C 7 10 a U ❑ ❑ v) d D v ❑ O v O 7 d' b a (q F F- o U V a 1. m m d m c U m F- m O m n a7 = etl F Z . m VN a U m cn W O O O O- ❑ ❑ O O O❑ ❑ 00 0 ❑ ❑ O ❑ O O 0 0 C. 0 o O o ° o• ° o >' 0 a � 3 T 10n_ ton o o_ O Ip 00 1 O r R f� N W O V. 0 w w w w w w E °o• E t r Oo oo• E 00 O o C O N 000• oo Oo o °o c° °m In In o 1n Ip y m " N TV of h C c w w w Vi w w 0 00 OV O r � w w CD 00• C f") V w w 0 0 O O O O w O U N C C N w w R 0) r" e- 0 00 (n O O D ° o 0 O Z r r m m w w .O C L CL r m 'C M ° cV U � U') r O rn rn — N m Ict t Lu w w QU 00• 00 O= 00 00 ri Z Z m w w LU 0 0 LL1 Q o0 00 ' O O O = r C ~ w w C a O W cn W W LL R O 0 W U a) Z D f O 00• 00 0 00• v0 ti N top r0 m (7 N w w w w 0 0 o o o O o 0 O O O 10 N N N tD 7 O r w w w w O o O o °0 1°n 1°n 00 N V O) O w w w w o ° O 00• ° R o_ 00 0 O O ICJ N w w w w m m o 0 n m O cq r0 r N w w w w o rn h cq LO n mm m ~ m N w w w w CD o 0 0 0 0 C5 O° ci 0 00 C 0 O o. e 1(i r r w w w w o° cR ° o °o o 0 o N O c0 10 N r w w w w W LLI W J N (7 17 0 C N z d c d c C m d >' 0 a � 3 T T u7 a m m C b C ° C ~ y y C 0 m C O H pl X C d 10 0 d n a o E n E t r c ^ ° E O V O O C O N 7 m 100 y o0 N o y U C y 0 c 10 U ? d m E y m " LL °• Im o a d C c H - O d $ !p. •C t J L W d •q pl CL d �8 % % m v y d W z> r p• d c v O d U d d E N n>n 0 N _ c9 c' o•E o G O. f0 U L) (D FT•2 O U O N m r N N N N N N o O o o O O d co d m Q� it It o 0 O o 0 0 0 0 0 0 0 0 0 0 0 n 0 0 0 0 0 0 0 0 0 q 0 0 q 0. o O O 0 0 0 0 0 0 0 0 0 0 0 0 O O O O m O O O N O N 10 10 0 0 0 O O O v 10 O 10 10 N w f0 O) C) O 10 < O O O w wwww wwww w w "w w w w w o 0 0 o o o o o O o o 0 0 o o 'o O 0 0 0 10 0 0 0 0 0 0 0 0 O O O O N N N N< N o 0 0 0 0 0 -O O O v° mr n 0 01 °� 0 0 0 0 v 1[ 0 n 7 co w wwwww %www www w w w o o o o o o o o 0 o o o o o 0 o 0 1p o 0 0 0 0 0 0 0 0 0 0 0 0 0 O fV O m 0 0 0 0 0 C. 0 0 m O O O O V O N IO h• O N 10 W N O O o v at N 10 10 N O) r . N N N N O O O r r r N 0 o 0 o o o o o 0 o 0 o o o o o O In S N O o o O. O O O O O O O O O r .- r N t f0 0 0 0 N O 6 O O O o N N O 10 o N N M w wwwwwwwwwwww w w w O m O O O m 0 0 0 0 0 0 0 O O O O tl O O O N O 1n m O O O O O O O t[j m m N O w O O O - O N 10 N 0 0 0 1 t0 O 1� N t7 m o O lD I7 10 f? N N a0 N o v In N a{ t7 10 u') r r r N tf r r T w w w w w w w w w w w w w w w w O Ip I° v] O 10 0 0 0 0 0 0 •O O 0 0 O O O O N N O I0 t0 O t0 O N O O O Iii r r r fV f7 10 0 O cO . C v N < t7 N In r r Ol w w a. w w w w w w w w w O O O O O 10 0 0 0 0 0 0 0 O O O O 11'1 O O O N O 0 0 0 0 0 0 O O O I0 m O 1f) O m o m N t[) o m. Ui O O O m O 10 r O T m 10 /� 00 O © tD O O O M O) m m N 7 w m r 0 r m O O N r �2 w wwwwwwwwwwww w w vs 0 o o o o Ln o o 0 0 0 o 0 o o 0 Lo m O c o r r of m oo m ono O ° O° Oo ' M N w O o w w w w w w w w w w w w w w w w o o 0 0 o 0 o o C. o 0 o o o 0 o o o o o o o o o o o o 0 0 o o O O cC O I[i O h 0 0 Iri O O O O O O C O O N t� O t7 v O N 0 0 0 0 O O O N O m m w r w m N O m m O O O r r (7 r r tp w wwwi+rww'ww wwww w w w -- O. 0 0 o 0 o o o 0 0 0 (D 0 o O o O m r r- O Ir) 0 0 0 0 0 0 0 o O O O O O c>. `S tV V' o 10' o O O O O o G O o n o o o o 0 o o N N c7 I7 i7 O O O r tp w w wwww w w M. Qw w ¢ w Q w w w w Q lL LL LL LL LL LL 6. W W W W W J J J C6 vi us W J J J J J J r N IO N N (0 O) r r r r r r C L d y E >' C W V o C 3 T T O CL W m ° E m I - C m O V G a a ti O C O. v N h o T Of L' C g 7 O :: ° c •c co E ID d •d ° E .m 0 0 10 c m -2 _� R r E a E, 00• o0 N Yl lV d d N O C y° y 5 d d c mO003ao�o•E.0H S L a S'• a o ww o O Oo_ O O O. U) O. O d $ !p. •C t J L W d •q pl CL d �8 y L O y O r.- h 0 O N Y ; d O T m r 1f) c0 av N N G E N n>n 0 N 7 2 (D t0 iD Z. N m J 0: > m m d O_' W G O. f0 w w w O1 d O r C r 7 r r r 0• E r E N� y In rp 1; w rn o O o o O O d co Ui U) U) to U) U) a) U) J) U) U) U) CO O O m 2 2 2 2 2 2 2 2.� 2 f 2 O O i a a a a a a a a a a s n. n. n. a a- o. 00 L >' 0° d LL. m= . 0 O i? O O o 0 0 o I - C O O O O C 1' Or C^ 0 N r 7 O M 0 v ... O J •9 E 9° r ' E C a `o v a � c n C T°�p A d y 00• o0 00 00, m o° S L a S'• b o d O o O Oo_ O O O. C0o y d d w x a d 3 C 0 C w O O r O r.- h 0 O N i r C H d r n�z dTu N w w w w w O1 d O r a1 rn y jy C c•p d 7 y �• C d r U d Im O C y t 0• o o O o o O o o O O d O O O O O y O O O O O o O 0 O 0 O o to n m � 10 10 O � _d C •� W W W w w w d o oo• O ° n oo, o o O m o O O O O o Cl 0 O 0 C 0 O o O Z O (0 N 0 w I° 10 r O F O o O o o 00 Oo o° oo 0 i - In o 0 o O j fO f v° v roe n I - Oo Oo oo oo o O O O O C 1Lq o c O O :. m C. f o0i n w w w w w O O O O O O O O O O 100 O T �2 m ri Ol d w w w w w m 0 0 0 o o a 0 0 0 0 0 O O O N C o Ip O o o O c) ^ y ai ri 01 10 of N E E > O w w- w is w n E Oo (D Oo Oo 0 0• 0 O O O O O C - O O C O O O O N 10 O 10 O N O N d C U) w w w w w O o 0 0 0 0o Oo 00 O° 0 O Iri O O O w w w w w m U) y Ul U) J J J J J L y V J C 4 c rn E d LL. m= . 0 O 1p m 0 0. -0 n N o C X, c 3 x v °O C v 0 C c C a V - d m n a E d- E c M 0 v ... O J •9 E 9° •O v ' W C a `o v a � c n C T°�p A d y V 7 N S L a S'• b o E E �- 7 d y V V y O. N n y d d w x a d 3 01 E n w a c m °o c N H d d> n�z dTu v o E - r'100 t0 C ca d LL C C U •� 4 mam n 10 N O r a1 rn y jy C c•p d 7 y �• C d r U d Im O C y t z r E d O 2 n D L C 7 d 0 = Gl p y Q O 19 y C C j V E U s 5 a w y z � U � _d wl W W W W W �1 R w U N c 04 C N tC a) r T- Z d d 3 p Q 'a M � U N CD U) Lo N r•'V r ti W a� =O aZ Z m LU LLI CL�CC G Q n Q W U) LL. `0 0 f W U N z D o o "oa roo'r o 0 o 0 0 0 O 0 O 0 o t, 6 0 0 0 0 o aV o 0 0 0 0 o y0 O to o co tD O 0 O 0 N < >V,4ynrto O t'7 t7 tD O O Ct o 0 0 o CO O N m O sr o m Ln v m o r m N O m m N N o N 0 C. 0 0 tq O O m O N O O O O O o w O O o O O O O w O O O ct Lci O O o O O to 9 m of ri o Lri � O O m O O R� w w w w O O O - `M cD C! °o, °o °o O r... O O O O O V - ct w N y c ° c v v a m w w q � www w w .w w w w O o i O O O O o 0 0 0 0 0 0 0 0 O O O O O 0 0 S q 0 0 0 0 0 0 o (D Lq to 0 0 o 0 0 0 0 o o o ui o 0 lt') o m N N m < N o O LD lo. N t7 o m r m 0 m v m P% N m m m t'1 N O Lq w w w w w O 1' O OO o o O r f,. N d O cD cl cl N LLLq o Lci j` O! 1 N N mV' N w w w w w . O O O o o o O O N o m o o O O M 0 o 0 O o O O O O O 0 0? m In to o 0 o to o 0 0 o O O O c O N 41 < N m ? 1N cw ti LOA c o O o o N O N O Lo r ? e- O N o w w w w w w O o hR < C O m cD m R N r x o m rt m rn Y tOA w ci t" cm"f_ R Cr'° O° wwuaw w O O .—m.. '•' O o 0 0 O C o o o N m 0 0 O q O q w q w w O m O o tD r n N t0 END N m et n o O 1 to o N cV w M n O m N o o Im O tT O O m r m N m tp cD LA N o o m O O tD m < 'O m r rl m m tD n m ti m m cl o v f7 N r N m m m t7 N � n C N '- coo tq m N r co N =°- m c w w w w w v t ONw t V w q . y y y wwww w wwwwwwww w c oo_ Oo 0 c C O O O N O c0 m 0 0 m CV n O O LO y m >. ; E R N 0 m m m O O tD w o O � o O o o O O o o o o 0 0 C. 0 0 0 O O — C C y °,� N n Lq m N C O C C m m 0 0 O O O r R N O O Lo w w A m q wwww -wwww w w w w w y: LU J J J J W W W W IL W W to J- i U C 7 O m V U C) U C m m Q' m y U C a) m a E z W F- 0 z m a N c E Q E 'C O m U) U) i 'q 0 0 0 o :0 0 0 0 0 0 0 0 0 0 0 0 0'0 0 0 0 0 0 0 0 0 0 0 0 0 0 6 0 '�o o 0 0 0 0 0 0 0 o v m o 0 0 0 0 0 0 O O O Ct o 0 0 o CO O N m O sr o m Ln v m o r m N O m m N N o N 0 C. 0 0 tq O O m N O o. N r u1 N '- r m CD N w w 1 gwww w wwwwwwww w www w O O 0 0 0 0 O o o O o 0 o o 0 o 0 0 0 cD O O •s• O O O O O 0 0 0 0 0 0 0 0 O 0 0 0 0 o O c O O O - `M o o o o O h O N N r t7 Lo O O m o m M O m O to O Q to N o o o O O N C 0 �-• m LL• V - c u w C L d y c ° c v v a m w w v € w w w w w w w w w w w w w q .w w w w O o i O O O O o 0 0 0 0 0 0 0 0 O O O O O 0 0 S q 0 0 0 0 0 0 o (D Lq to 0 0 0 0 0 0 0 o O 11 -' o to N to o co o o) o 'V of N o N o o 0 O O o O LD m O r m m m m m N t7 o m r m 0 m v m P% N m m m t'1 N O Lq O O O O m O N m o In .e`p3 m N ef• N n Q N r r f,. N d !0 an d y .m. .. w w j` O! wwww w w w w w w w w w w w w w w O O O O o o o O O N o m o o O O M 0 o 0 o o n Etc° ai o 0 0 o O 0 0? m In to o 0 o to o 0 0 o O O O C O N 41 < N m ? o m r m m m o N h to o O o o N O C N m N m N ? e- O N o N O tan mQ c E> a �= �' m y E n N . t7 COI x o m rt m rn Y w w wwww w wwwwwwww wwuaw w O O .—m.. '•' O o 0 0 O C o o o N m 0 0 O O O' O o O O c O N O< N m O o tD r n N t0 o O O O O o O o O 1 to o N cV w M n O m N o o Im O tT O O m r m N m tp cc; n N o o m O O tD m O N O O Vi m ti m m cl o v f7 N r N m m m t7 N � n C N '- sr r tq m N r co N =°- m c v t t V w q . y y y wwww w wwwwwwww w ww vtw O O 0 0 0 0 O O O N O c0 m 0 0 N m O. o 0 O O y m >. ; E O m O m st N O V m n t7 cD m m m O O tD o O o O � o O N m co m N m st O O m m � m cb �- to N r .- 'C o o O r O tD O O — C C y °,� N n Lq m N v O C C m m c N N O E w H r m E •o L L L o N ' m N t7 w w wwww �» wwww -wwww w -www w n tno' q o000 0 00000000 0 0000 > y L o d m •E ^ v ' Ol y T c d o C p C 7 7 -.1 D a m o o O� to O O Lq O O O O O O O lD r m - m m O m O m m O o m o m m m et N v t� m m to m m m 'N m N n N m T o N O m cA >-=iit LL m t'° O ct r C Lq m to m N Lq O m t9 N N fo m C5 N m N — m -w N r �- N N N M z co ,z ° y w w w wwww q w w w w w w w w w www w r Ln 7 r - 0 O O o O O.m m 0 0 0 0 o a m o o o O N fn O O O O O O R 0 0 Lq O to N c7 O O O ID r m ui to o v M to cV n r m tci O m m m m 'N m O t7 O O O m f7 N N co N N N w w wwww w w w w w w w w w w w w w w 0 o o o o o o 0 0 0 0 0 o o o C. o o o o O q _ o o C. 0 o q o o g c c q o O o 0 0 .O o o O O O o o to O m O N o Q O N N m to 0 0 o m N n R m m O v o O 0 0 0 N m o o O O - m N 0 tD cO cD 7 t O D1 P° m to N '- Lq c o m to N N < .- n to m r r r r n O w wav- 4A www w wwwwwwww w gwww ' o o - O O O o O O o 0 o a 0 o 0 O m O o O O O 0 0 0 0 O O N LL' O o 0 0 0 O ti O O O 0 o O O O tD O O m m N m u) o o O° 7 O O O O 0 c f0'° O tND tmA R IOO O O O to N co h m w w. M.ce wwww w w w w w wwww w w w w w y: LU J J J J W W W W IL W W to J- i U C 7 O m V U C) U C m m Q' m y U C a) m a E z W F- 0 z m a N c E Q E 'C O m U) U) i co LO N ^ m O N O V N r� m � c y m • ?= y Ede � 9 m o cd m 6 J C m LL A 2 E E m m d d m V° .9° t' y Tj N cCO V m m LL• V - c u C L d y c ° c v v a m v € E mm m m H C d C O O _° �- L° m S v E O N V O y m ,O C C O .a C C D to 7 C 9 a N m 0 p m 3 C y •E M m m N = y C v u n m c° m o .V.• v •°c m `m �'m m m d !0 an d y .m. Y m y U p'L C j` O! 'E .O C C _ r N L N a L a d o a E y d oc c : MBZ n Etc° ai d y d C c y m V O N° o rn� o E O �' c m M1=` n x o.� tan mQ c E> a �= �' m y E c°...vi' —^ cv o m H °> x o m rt m rn Y N L ? L l0 y U y 0 tO t L y y p v l0 Mil .—m.. '•' n OI U °l v y 16 CD o n < c c m c p m v c ` p o. E o m m °' c T•°� ` ,•. m V _ H i C " '. .pm.• 00 a a m co E c E g g m mm vi o v n m E =°- m c v t t V .°° O` O E L . y y y aEi V N _rn 'A E •E N� {- L�"' > E" E ° Ol �� U .t.0 l m T V N m _ N N G y L Lp y a y m >. ; E O m C V V L N m jEm . :.[."'a 'i V c C J E a •O an d C y m m o a S LL>. m E. m y C N fJ) L � o O �v m 's �% °' t' mm O O -` C m _y ° m. — C C y °,� " G y m cd O C C m m O p� U z E w H m E •o L L L o N ' m io u 9 V •C ti o Y C 'C m o E O m> m 3 O N U o 3C O. L. y O >' L 7 L V O q y y `'v V ° o m m m p ry y m > y L o d m •E v ' Ol y T c d o C p C 7 7 -.1 D a m o o ° m ¢ N j m m m yn _ tni- m m m d E L) c��n y ?„ >-=iit LL rnc�a>- mLTac� z ina� ao m M z co ,z ° y m m r N t'I Q Q Q Q 1°9 Q m Q P Q :+is' v r N t7 a� to O r- ^ t(r 1r to r' r r 7 r 7 co gy m. r r r r Uy V° V) (n (A N fn w N '.' J J J =i J J J J J J J J J ..J J J J J J t O C O 0 0 0 0 0 0 b730. ' o 0 0 0 0 o O o 0 0 °O o r:.ia o 0 0 ro ri. 0 0 0 0 o vi N ,yt Q F-I O O 7 m O O rND m ONE N O O N N N n O per �; p 00 O L O O N N m m w SxV.� 0 w 0 W w w wwwwww w" J4 J4 w w w w w w ww w w w [13'M: Vo °o o° oo °• oo °• o o °o o` M ¢ O = ¢ J w o o o o 0 o 0 o o o o o .} a p C p o 0 0 0 0 0 0 0 0 0 0 Cl u .._' -. +t F- W v ti W U 0 o a o o m� o ui N O 0 0 0 0 0 0 •'�'a Z yam, Z a' O O O O N N N O t`7 R N N N O 10 r U = cc U Z O O O O N +� 0 w w www wwfa '. ': p w w w'w w w ww w w w o co °o• o° o °, o °• °o• o o n., (J o o 0 0 0 o 0 0 o o 0 0 0 0 0 0 0 0' m o 0 O « O 0 0 0 0 0 0 C F ci o m co O o o N •7 h M o :1Mi o° 0 0 0 0 0 °o eo '� C� ` O j °o_ o o °o ° IR vii_ o m o V' u) m r u) N O o u) ? N u) N N r O a0 IV: r- < N N - N 0 Ol N F C a M, 69. � �, 2 m 2 w 'w w w w w ww w w w (� C C7 w O O n O o O 0 0 O O O o o o° o 0 0 0° o W y W 2 o O � 0 0 0 o rn in o 0 O _ o o o o 0 0 0 IL O O O N O O tC O) 0 N N ri r vi N O O N .4 4'i Ali w w w w w w w w O o w w w w w w w w w w w cL (Q O O 0 0 0 0 0 0O:'- E O O O O O O u) O O O O . 0 0 0 0 0 0 0 0 .o q q 0 0 0 o O o n o 'm v o° c °o °o voi uoi voi °o °o ° ^ � p `o O �' o o N ro 0 0 co o n ti N w Lc _ I O N m r O c . � : b y it O u) O m O O O N n m O (� N N o ' ""i'Ncn f� C� 'y !� U' O o n O °o N a Os S ^ arY W 2p , oo 410 2 a � w - w wwwwww - • N> ' °' �"= a� V 4� - w w w w w O Q m ¢ To° °o °o, °o• °o• °o• °o• o° > 2 W 2 V o o° °n °o• °o °o cv'v °o °n ° C. D p c, - 100 o N rul m o o -� W 100 O 0 o O `O N OJ O to rD w V ro _an N LO ., p C p m d d w w wwwwww: U _ V w w w w w w ww _' •O o rn° rn n o o m N o m m m m o N d h m y m r� q r� rn 1ri• u� o t• rn v m v o r� n o o° W t W of o rn t` m m n m is r Q ti m 1n v rwz c o '< 7: �- W d �- j v °_ cS 1n rn u�i N a rn C M •a rn rn N vi vo-r N O Q O O r- M N CO N v N m N U y (D w w w w w w, w w'"+ y Lj Z y ¢2 w ¢Z W co co o C N of 1n ri cf o ci q o Q U ¢ _U o f• .^ n W 100 O~. 100 m o N O o N t` _m m m o N rte+ o u`fi °v o o° v J v C _y O. as [� - o n N Lo 10 Q c°) N W O w w w w w w w w -` c `S D ww w w w -w w w w w w Q V o °o• o o °o, o° °o o CO y o o o o o o o o o o o = o 0 0 0 0 0 0 0 2 LU, - r o 0 o O o 0 o 0 .0 0 0 z c o 0 0 o 0 o o _ _p � m _p z o o v m o o vi o vi m o Z O O m m O O N O ui m O O O O u) O O O +g�..�.,�; O O 0 O O 1? N O N cl c O o O N N O O O °^� F" Z L y 2 p O O m m N O O O) •? Q 10 MN� O 11•) N of , Q r O ' p N N .^-• 0 r- ~ m p13�Vr ^Y ~¢ •� rte^ ¢ w w w w w w w w w- w w Z_ w w _vaww.�aww �. � 0 0 W c. - o o 0 0 o o o 2 p Q 2 0 0 0 0 0 0 0 0 0 0 0 0 co ^� < o o . 0 0 0 0 0 0 O m O w o o o 0 0 o 0 0 o o o W Q O o o O o o o o :; U p d U p U o o 6 u) o o ai rD vi N o O O 0 0 0 0 0 0 p y p K O O Cl O N O o O O N c 0 c h'- J U J U a O c O O 0= tt0] O o N N O N 10 O C O F N O N to h z CL w w wwwwww . ,: c. cL p w w w w s v w w w w w w o LU vi 0 vi vi vi vi ui rri vi vi ti u vi vi Y r } 1i LL > LL .J J J .J J .J .J J .,,, a Z "J O 0 U N U o a D n o (!1 E m y a) O m °+ y C7 ti• N c m d u ° c n y °° o W w t3 E aEi c' c m m Sc v ° U �° v y _d yLl C c0 d w W d C d Ol L' v m •Q •� 6., ; v n m m 0 m a m rn c 2 S ... rn m d c rn m' ci c m H. I: c ° 0 a 2 yu .. c a o c .y o o c °• 2 $> >> r o c n m H :., : c •X H rn H �°i,• m t0 C y U E m y L O N C C m C C y y •O L `1 m a c d ri E: ' ° c O" a E �_ v m so E a E: ,q o m c •$ u •. _ a� a_ E- o d rn c c ° m m a o m c _ ..a 8 0 m m� y u b � a. E m ° ° m ° 00 (J :`,:i U° C N V ?. S •. ; p^ °1 a O y O O m N. _ E C E ° m' tia o m o U m `o = c C7 +' �^ - z •c O1 E E E E B c c c m m m y y N o co m y _O Q ma :y.'� v_ m c° _ o am v�j m C> 7 G C Or W N ° ;� MIIY"r`'l;�� a F u C C N C C V d C E W N O O N C` m C V N m (n Q m¢ ai �.::: s :,» N a m O y 0 0 Dm C m r- g Y E y => o c € w m o d r r V c v> o m o o a5 f0 o c °�� E a° A n m r v> w "" £� ~ w m a'm d d v o >.ro fr O o u, O -b p O u C .. a to 10 ; N c? Y u? rq P7 m m ° U m g N 7 < N m r� w O K C C a C O tD p � o 0 O w 0 0 tom) w 0 0 w IQ O l f7 O N C N w w a) r r O Ch .. O N 0 °n Z 0 V � � w C � m d C O o ate^ 'a M N V CCD w CO In O O N o5 r ti } u O w U) CL o 0 Z" u' - o Z w W LLJ G m O= CL O aw W W W LL O 0 W V N U) Z i w w w w w w w w w 1L - vj U: LL U- Q Q Ul LL u) .J N vJ y W W J J r m 7 tmD m m en N (y N a C yy O C m m O F2 c N G U d Of Y 7 7 C a W c V 9 m lfl 9 N U C, U '7 N .� E m m m Y 5 0 v H mq - m o L°o `- L° 15 'S m E 3 m m.tA C to U7 m C m C ... C m V N C C Q N^ c y C m O C m LY m •C Y tT N O C m V m O C N V y m y m 5 on m d W m a m m E t o 3 2 C O f>fl y N :C. m O C Lu c `h t m m N m. C m N m m m N 0 H E C C m m O-e U �� m> 7 m >..2 O m 7 L C m m c m m o m `o m v Eo n > �Ce s% 3 v m ° E �? w E c c 0 to C, W Z5 t! ai N U .0 V m m V C C y y m C m y L _- d > v O C d V m m O C `... C y a V 0 s m X N u ocdvcaoc >oL°v.9 a mW o m m e _m •g m u o m u a ui m m d d> N m 0 U c N U b- .�. 2 e =C X m-00 m m m 'z >a2� n U n 1c m m '� '� U m (.� u a O m m W 0 r � � N N Q Q Q Q Q Q Q Q Q O 1 00 O OO o o O O O O O O m O O m O O O O m O 1[i ti 0 r O O O 0 0 m O O r r w w w w w w w w w N r c�D n A m N A w w w w w w w w is °o• °o °o, w- w w .w w o °o 00 °o ° CD o A N N O CD o O o O p o° 0 Oi 0 0 0 0 0 0 0 0 0 N O N � I Lo "�A N R w w w w w w w w w w w w w w w w w w 1L - vj U: LL U- Q Q Ul LL u) .J N vJ y W W J J r m 7 tmD m m en N (y N a C yy O C m m O F2 c N G U d Of Y 7 7 C a W c V 9 m lfl 9 N U C, U '7 N .� E m m m Y 5 0 v H mq - m o L°o `- L° 15 'S m E 3 m m.tA C to U7 m C m C ... C m V N C C Q N^ c y C m O C m LY m •C Y tT N O C m V m O C N V y m y m 5 on m d W m a m m E t o 3 2 C O f>fl y N :C. m O C Lu c `h t m m N m. C m N m m m N 0 H E C C m m O-e U �� m> 7 m >..2 O m 7 L C m m c m m o m `o m v Eo n > �Ce s% 3 v m ° E �? w E c c 0 to C, W Z5 t! ai N U .0 V m m V C C y y m C m y L _- d > v O C d V m m O C `... C y a V 0 s m X N u ocdvcaoc >oL°v.9 a mW o m m e _m •g m u o m u a ui m m d d> N m 0 U c N U b- .�. 2 e =C X m-00 m m m 'z >a2� n U n 1c m m '� '� U m (.� u a O m m W 0 r � � N N Q Q Q Q Q Q Q Q Q O 1 00 O 0 00 o O O O O O O O 0 O O N O O O t7 tD 0 O 100 m f m O O m N N A w w w w w w w w w m O P7 T A m r m w w w w w w Pl w w w w. w- w w .w w °o °o 00 °o ° CD m 0 r N O CD o o C! 0° o° 0 Oi 0 0 0 0 0 0 0 0 0 r N O O O O O o I Lo "�A O O cn w w 4o700 w m w r w w O fD m N N C O O N a) A m " N W v m h cli _ w w w w w w w w w o w w w w w w w w w o 0 0 0 O O O ` o o o o o o 0 0 0 0 0 0 0 0 0 O O O o 0 0 0 0 v, O 0 0 m O O o O r r o to O O O N m o tD a1 A O O n m N m 0 m N t� r of to O to N o F N 7 w w w w w w w w w w w w w w w w w w O O m 0 0 , Oc7i 0 0 0 0 0 0 0 Cn m 7 to 'V; 0 0 fq O c9 O OI.: N O O 100 0 o O N O O O co N a) n a0 N O m m m N, m-1 m m 0 w w w w w w w w w w w w w w w w w w w w w w w O 10 N 0 0 0 0 0 0 O co m o o 119 O O O O O O O O O N O O to m N m O O a) O 'C O O m O Cl O O C i fa O CD O o N 4� 0 o w w w w w w w w w w w w w w w w w w 1L - vj U: LL U- Q Q Ul LL u) .J N vJ y W W J J r m 7 tmD m m en N (y N a C yy O C m m O F2 c N G U d Of Y 7 7 C a W c V 9 m lfl 9 N U C, U '7 N .� E m m m Y 5 0 v H mq - m o L°o `- L° 15 'S m E 3 m m.tA C to U7 m C m C ... C m V N C C Q N^ c y C m O C m LY m •C Y tT N O C m V m O C N V y m y m 5 on m d W m a m m E t o 3 2 C O f>fl y N :C. m O C Lu c `h t m m N m. C m N m m m N 0 H E C C m m O-e U �� m> 7 m >..2 O m 7 L C m m c m m o m `o m v Eo n > �Ce s% 3 v m ° E �? w E c c 0 to C, W Z5 t! ai N U .0 V m m V C C y y m C m y L _- d > v O C d V m m O C `... C y a V 0 s m X N u ocdvcaoc >oL°v.9 a mW o m m e _m •g m u o m u a ui m m d d> N m 0 U c N U b- .�. 2 e =C X m-00 m m m 'z >a2� n U n 1c m m '� '� U m (.� u a O m m W 0 r � � N N Q Q Q Q Q Q Q Q Q O 1 00 O 0 N 1f 0 m m CD p O zCOi o O O O O to m tD et m N co O t% N N m N R A A w w w w w w w w w m N N P7 N 0 0 o o 0 o 0 0 0 r m w w w w w w w ww Ni c7 m °, m A cn N N N O o c0 m m m m r N O CD o o V) co ItI 0 0 0 0 0 0 0 0 0 1N N N O O O O O CV I C. 0 0 0 0 0 0 0 0 "�A 0 0 0 0 0 0 0 !O O cn w w w w w w w w w w w w w w w w w w 1L - vj U: LL U- Q Q Ul LL u) .J N vJ y W W J J r m 7 tmD m m en N (y N a C yy O C m m O F2 c N G U d Of Y 7 7 C a W c V 9 m lfl 9 N U C, U '7 N .� E m m m Y 5 0 v H mq - m o L°o `- L° 15 'S m E 3 m m.tA C to U7 m C m C ... C m V N C C Q N^ c y C m O C m LY m •C Y tT N O C m V m O C N V y m y m 5 on m d W m a m m E t o 3 2 C O f>fl y N :C. m O C Lu c `h t m m N m. C m N m m m N 0 H E C C m m O-e U �� m> 7 m >..2 O m 7 L C m m c m m o m `o m v Eo n > �Ce s% 3 v m ° E �? w E c c 0 to C, W Z5 t! ai N U .0 V m m V C C y y m C m y L _- d > v O C d V m m O C `... C y a V 0 s m X N u ocdvcaoc >oL°v.9 a mW o m m e _m •g m u o m u a ui m m d d> N m 0 U c N U b- .�. 2 e =C X m-00 m m m 'z >a2� n U n 1c m m '� '� U m (.� u a O m m W 0 r � � N N Q Q Q Q Q Q Q Q Q 00 1 00 0 00 00 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p O to 0 0 0 0 0 0 0 zCOi o O O O O Q O O O ai Cl) m m N N o 7 to m 100 N N m N R A A w w w w w w w w w m N N o 0 o o o o 0 o o 0 0 o o 0 o 0 0 0 r m cq w' w w w w w w w °o °o, O o C o o 4m N a) o °, 0 c00 N O O N o 100 7 1N Oat o o° o N m to 0 0O O C o o O N p 0 0 0 0 0 0 0 0 0 N O O O O O O p N I C. 0 0 0 0 0 0 0 0 "�A 0 0 0 0 0 0 0 !O O N w w w w w w w w w 1L - vj U: LL U- Q Q Ul LL u) .J N vJ y W W J J r m 7 tmD m m en N (y N a C yy O C m m O F2 c N G U d Of Y 7 7 C a W c V 9 m lfl 9 N U C, U '7 N .� E m m m Y 5 0 v H mq - m o L°o `- L° 15 'S m E 3 m m.tA C to U7 m C m C ... C m V N C C Q N^ c y C m O C m LY m •C Y tT N O C m V m O C N V y m y m 5 on m d W m a m m E t o 3 2 C O f>fl y N :C. m O C Lu c `h t m m N m. C m N m m m N 0 H E C C m m O-e U �� m> 7 m >..2 O m 7 L C m m c m m o m `o m v Eo n > �Ce s% 3 v m ° E �? w E c c 0 to C, W Z5 t! ai N U .0 V m m V C C y y m C m y L _- d > v O C d V m m O C `... C y a V 0 s m X N u ocdvcaoc >oL°v.9 a mW o m m e _m •g m u o m u a ui m m d d> N m 0 U c N U b- .�. 2 e =C X m-00 m m m 'z >a2� n U n 1c m m '� '� U m (.� u a O m m W 0 r � � N N Q Q Q Q Q Q Q Q Q 1 j0 (( 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C.,, (off 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p O to 0 0 0 0 0 0 0 zCOi o 0 0 0 o o 0 m O O O O m 0 0 0 O m o N O N m N O N O tD O N 'O O O O O c") N co m O Ct m'j N O t0 to N O v m m N N c- N m N N o 7 to m 'ct' r r N N m w w w w w w w w w w w w w w w w w w w w w w w o 0 o o o o 0 o o 0 0 o o 0 o 0 0 0 o o o o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o r r '•f N O o 0 o O o C o o 4m N a) o o m a) o m 0 c00 N O O N - 100 7 1N Oat o O N m to w wwwww w w. w wwwww w w w w w w w % w 0 0 0 0 0 0 0 0 0 tt Wm¢ 0 0 0 0 0 Co 0 0 O O O O O O I C. 0 0 0 0 0 0 0 0 "�A 0 0 0 0 0 0 0 !O O O O O O O o w o o o o O o o o 0 aT o 0 o 0 "iD' `O. N m N m m 0 0 m N N W O O O m m m o to v cV m N O m N O fD m N N C O O N a) A m " N W v m h N m v N 10 _ cV N N m N cn Q r N f7 M _ w w w w w w w w w w w w w w w w w w w w w w w 0 0 0 0 0 0 0 0 0 ` 0 0 o o o o o p o o o o o o 0 0 0 0 0 0 0 0 0 O O o 0 0 0 0 v, O 0 0 m O O O r r o to O O O N o N W m N 7 W D7 D7 N T 100 0 M N c O 7 a) C) N v v N 'd' N r l`1 N _ F w w w w w w w w w w w w w w w w w w w w w w w 0 0 0 0 0 0 0 0 c G 0 0 0 0 0 0 0 0 O O O m 0 0 , Oc7i 0 0 0 0 0 0 0 Cn m 7 to 'V; 0 0 fq O c9 O OI.: N O - N N o O O 1n O o o A m w m N O O O T o m Nto o O o o N O O) O O (31 V m to o v fV -m N T A N m r r r m 10 N o N a) n a0 N O m m m N, m-1 m m w w w w w w w w w w w w w w w w w w w w w w w O 10 N 0 0 0 0 0 0 O co m o o 119 O O O O O O O O O N O O to m N m O O a) O 'C O O m O Cl O O C i fa O CD O o N 4� 0 o v o N m O m d' a) o m m a) r m 100 Oi{ e{ N N p N 7 v 10 V N r _ r N w w w w w w w w w - Al w w w w w w w w w w w w w O O o 0 0 0 0 0 0 Ga 0 0 0 0 0 0 0 co O O O N O N O 0 0 0 0 0 0 0 0 0 0 0 0 0 to O O O O c7 O R to M o o co 0 0 o o cD o w m N w o a o o 0 o' m O A m 7 N 0 0 0 A A O at N N co A M O m N m O N r A 1-- r A A, m A A < O m w m N r -t -' v N r M N N N .. wwwwwwwww wwdswwwww w ww.nww � O 10 m 0 0 0 0 0 0 O O O O O O A m O o o a o m 1 c O Ci c'1 O Cl! 0 0 0 0 0 0 0 0 0 N T O N h A O VT c 10 0 o r N M o 0 0 t- V' N CV r •-t A O A A co N A t.Oj r am) C11 N R A N C7 ~ E t wwwwwwwww wwwwwwww w wwwww E 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o o 0 0 0 0 0 0 0 0 0 o o o o o 0 0 0 0 0 c omoo do000 O c7 N O m 0 0 0 0 000oc o01>; o m m 0 0 O m N O 00000 N O m O m i C er r r N r N m LL') Mt N O m v r m v r N r) ct tc to 1a r r r N 1n r r r N m N G C V - wwwww w www .9 los. w w w w w www w 0 0 o 0 0 o p o o O 1n m LL') o o o o o 0 o- o o o o o o :.o 0 0 0 0 0 0 0 0 O o 'o o _o .'o o o o o o . 0 o O N d' 0 0 0 0 o o 0 0 o m to N O 0 0 0 N O c) O N O O N N N LL'i LL') c') tD o 0 A r O N N O co m to r r w w w w w w w w w w w w w w w w w w w w Qw Q W Qw Qw ¢ a Q a W W W W W W W W ¢ Q W W W W W 'W J J J J W J J m N o o r m of al C] O m N O m m - A o m N r N 1mCt t.Nj N N N m � m V O m LL N C W FC N U E - 0 ° F2 m .6 m d E W 7 C C N N m N N H umu11 U m ` N E LL7 'O m N C n m v N m m X x m ° m IL N 6 E O'N .m.. A m m a0 Q f1 C N — C C .m_. a1 tT D! - H `t m .0 .0 C .m_. d O i" O X '-• y U O v N N c E o c o a o) E m o J N N N m S° .� ifo E to u> H C Ltl E m m 0 m 15n E L (7 d v� dE_9 � � va �j � E n, = N a7 0 m m m> c a. o d a m m y d m o o c" Ei m Z m m a > m€ o> m a E aL U Z v E € A o c 3 a m c E m v c a c � X r �° t d x U c m m co) m c a o t o m u m m O o 3 o m Q U m' `v `v mr N 2 v7 5 fL (7 m v) K U U ii �i LL U X O d m (L o m V) Z ° M v m r N f oQ 0i .y V 0 m E u) vi u) m u) cii w u) m cV c? LL) 1? 17 c? q, ° r m 2 M'2 2 2 J J J J J J J J J J > i d d n. d c. d a- m a Q Q Q¢ ¢¢ Q Q Q J J J ...1 J Q Q¢¢¢¢ ¢ Q Q Q¢¢ ¢¢ J O O O O O Y0;3 O c :O 0 0 0 0 o ggp'x o d o 0 0 0 0 o iii "O C. 0 0 0 o p4' O o 0 0 0 0 0 {O iAE�y'� �Ol < 0 0 0 O O O 0 0 0 0 0 0o N Co O O O O O 17 CC O O O . =I �,h N c0 Of£Q w 69 69 v;< b9 69s 69 64 w 64 64 69 W K"i k�'? -b` OJ Eu y Q. o 0 0 0 0 �' 0 0 0 0 0 0 0 0 0 z= a s 0 0 0 0 0 0 0 0 0 0 O O O O t2 co 0 i 64 W 64 64 tR � 64 .01-49 64 69 cR O O O O O O 0 0 0 0 0 0 P9'' 0 0 0 0 O O 0 0 0 0 r�. ,: tam: 0 0 "o c o tzN= o o o 0 0 0 0 m 0 0 0 v� o 0 0 0 0 0 0 ^ 0 ;oq C7 N in ti 1Di o 0 0 0 0 0 0 ��„y, ICJ• a' t!3= ` r N O 0 tD4t}J W E9 fR 69 64 64 64 N 64 69 IA IA H O Cl) O O O O 0 0 0 0 0 0 10 O O O O -O 0 0 0 0 0 0 w m 0 0 0 0 o o o O O o O 0 0 0 0 0 0 0 0 0 0 ¢ v1 1n :, 0 0 0 0 0 0 0 Q] f�I 10 -c7 N 10 In O r - N w H 64 64 69. Ff! H W 69 64 IA 64 w. . t6 0 0 0 0 0 0 0 0' 0 0 0 = m o 0 0 o m o 0 0 d 0 0 0 0 0 0 0 � I 0 0 O - 0 0 m m 0 0 0 0 N 10 Q N Ct h O N N O N O fD W ems- N• � � � t'] cD O �� ,� _ �. {� U' .a C4 C N w w w 6s 6s 6g 6y w w 69 64 va en - �? a Rf � T� N M O O O O 0 0 0 0 0 0 OJ U 10 q O O O 0 0 0 0 0 0 L. (/) c'7 C O O O - O 0 0 0 0 0 0 W j O O O O - O O 10 u] O O O Z c? r O N C N N O N C O ep ^ 10 ^ l7 c0 O �' 0 ♦+ N n' O cD CD 64 64 69 f9 6q. �,ys.we E9 64 69 VJ fl'! W 64 C O O O O O IfC� 'O O t, .i-- 1* 'O ; a N 0 0 0 O I O Of I� Of of O 1n C Oi O Bm' O 1n m c7 N N o in 1n ch W M 0) N 10 R O eT Of V O fiY fD ,E%CY` cD c0 O P. N N 100 3 V i U . 69 h 69 N9 Vi 0. w 69 K 64 64 H cA 0, M CD 00• o o m C) rn 4 00• '¢a 2 c�i o ao W m 1°n v Cl c m y 00 J N m Lci 1n co L v 1c m o •� �f r O N N O 1 W 0 69 64 61 69 64 - 69 64 M 69 69 64 64 0 0 0 .0 0 :_g o 0 0 0 0 0 0 . S O N O O O O 0 0 0 0 0 0 &% u b 2 a 0 c� 0 1n o .� 0 C 1n u� 0 C 0 O' c Z N ^ g O O O 47 0co1 V O cn N ' - , O 0 Z_ m w 6V iA 69 69 v3 1R cA Y9 69 6 6 . h W -� 0 0 0 0 0 'o o 0 0 o o o - p d - o n 0 0 0 0 0 0 0 0 0 0 V C Q v 0 0 0 0 0 0 0 0 0 0 0 W o 0 0 0 0 C, 0 0 0 0 O V C 1n Cl o o S S 0 0 0 ' O N r4 N O cl 1n 100 �z p 0 _ H a U7 U) chi fn U) cn cQ W J .J y W W W J J J J J J t y, LU CL CM tL S Z ` C ii] � "rte m .y m J m Ol 4. "Fi•SC". pp,�7ppR C 1` cc N O N 9 0 O .. C C d� y E v y o m- c o U U O N N E o ° shy "` o m o U m o— S' P r' I d— w •O w m A °• ° m y Cc a -c F U 7 c 'L' m Y .mod.. ' ?: m> o c a y m o d='' J d¢ m O1 v m — •m o m° m v a in a •E a 3 C7 m m fa � y � N c7 7 In cD J J J J J y i7 iU iJ iU iU CU �:i ' ,q„y•Q.. �- ¢¢a¢ ¢ a a <¢aa< j 4 MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday, Sunday and Legal Holidays Miami, Miami -Dade County, Florida STATE OF FLORIDA COUNTY OF MIAMI -DADE: Before the undersigned authority personally appeared O. V. FERBEYRE, who on oath says that he or she is the VICE PRESIDENT, Legal Notices of the Miami Daily Business Review f /Wa Miami Review, a daily (except Saturday, Sunday and Legal Holidays) newspaper, published at Miami in Miami -Dade County, Florida; that the attached copy of advertisement, being a Legal Advertisement of Notice in the matter of CITY OF SOUTH MIAMI . NOTICE OF BID INVITATION - BID NO. C107 -1205 in the XXXX Court, was published in said newspaper in the issues of 11/05/2007 11/13/2007 Affiant further says that the said Miami Daily Business Review is a newspaper published at Miami in said Miami -Dade County,. Florida and that the said newspaper has heretofore been continuously published in said Miami -Dade County, Florida, each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mail matter at the post office in Miami in said Miami -Dade County, Florida, for a period of one year next.preceding the first publication of_the attached copy of advertisement; and affiant further says that he or she has neither paid nor promised any person, firm or corporation any discount, rebate, commission or refund for the purpose of securing ttj' clvertisem publication in the said newspape . c-, �- (� Sworn to and subscribed before me this L3!7! EFi , A. 2007 (SEAL) O. V. FERBEYRE personally known to me MAKIA L WSri 'd A t'OTAP,Y PUBLIC STATE OF FLORID; Commission YDD293855 Expires: MARCH 04, 2008 i �e SOU7' • .. ...j •:c " C O Rio . .. NOTICE. OF -BIDS INVITATION CI674205':.. 4 The City=of South Miami will receive sealed 'proposals until 3:00 P.M:'! local time, Wednesday;;-December:5,'2007 at tfie °City CWk's office;' South- Miami City Haif, 6130• Sunset Drfve - South Miami, Florida 33143,1 for the following project: SUNSET DRIVE IMPROVEMENTS = PHASE 1& 11 ' (SW 62nd Avenusto US =1 and City Haf_I) The project corisists of the reconstructionof Sunset Drive (from SW 626d Avenue - 6 —US-1) and also of ti 6 parldng lots stirrouhclirig City flail!' located of 6130 Sunset Drive: Project elem6hts inciude:demolifion; curb,: pavers;'drainage; • sfdeivalks, 'paving, Iaridsoapind lighting,° electrical, irrigation, street fumiture and architectural features•.' :=• ' I .. - Bfds*'will be opened publicly 'at or. shortly 'after •3:05 P.M. on Wedlnbe clay, December 5;'2007 at the -Sotitti Miami City' Hall, City- Commission Chambers; - 6130- Sunset .Drive, .South Miantt, ` Florida 33143. Bid documents may be obtained•on oKaffer Monday; November 5 2007 from South Miami City Hall, City Clerk's office, 6130 Sunset Drive,' South Miami, Florida 33143. A $150.00 non - refundable deposifger set of ... plans:and specifications i§ required..' The bid will lie awarded to the lowest 'respbnsible responsive bidder. If, however, -the Cify Manager deems it to be in the best interest of the'City .of South Miami, the City of South Miami reserves the right to (eject any - land all bids, to waive any informalities or minor defects in any bids, and to increase or decrease the quantities shown'in the Bid Form. Bids, which contain irregularitiesh'of any I kind, may be; rejected as Informal. . A non - mandatory' pre -bid conference will be held at,South*Miami City Hail, City'Commission Chamber, 6130 Sunset Drive,'South•MPami, Florida 33143, at 10:00 A.M. local time'on Monday, November 19th, 2007. All interested contractors are invited to attend. The City of South Miami is '-an 'Equal Opportunity Employer and eincourages-the participation of certified Black MBE ctirttractors:. '.'• :`:' Maria M. Menendez, CMC City Clerk 11/5 -13 Q7- B- 13/913673M January 25, 2008. City of South Miami E n s r n e e r s Public Works Department Architects 4795 SW 75th Planners Avenue Miami, Florida 33155 Attention: W. Ajibola 13al ,ogun, REM Public Works Director & Assistant City Manager Reference: Sunset Drive Improvements Phase 1 (62nd Avenue to US -1) City of South Miami Bid No. CI 07 -1205 C3TS Project No.: 1929 -26 EB0005022 AAC002142 Dear Mr. Balogun: The bids for the above referenced project have been carefully reviewed and the results have been tabulated. Although at the Bid Opening on December 5, 2007 the apparent low bidder was Solo Construction, their bid contained a significant mathematical error, which upon correction displaced their rank as the lowest bidder. Solo Construction has been informed of, and has acknowledged, their mathematical error on the bid. The next lowest responsible, responsive bidder is M. Vila & Associates. We recommend that the .contract be awarded to M. Vila & Associates, Inc., _in the amount of $2,146,634.18_ for Sunset Drive Improvements Phase I; their construction experience is directly applicable to this project, and their references were very favorable. We have contacted M. Vila & Associates regarding their position as the low bidder; they are looking forward to working for the City on this project. If you have any questions, or need additional information, please do not hesitate to contact me at (305) 445 -2900, or via e-mail at RichardB @C3TS.com. Sincerely, Corzo Castella Carballo Thompson Salman, P.A. Richard Blanco, P.E. Project Manager 11Gablesdatallmixed work10 1 929 -26 Sunset Drlve Improvementsftase 05 Bid CoordantlonlRer Award Letter 2doc 901 Ponce cle Leon Blvd., Suite 900 Coral Gables, Florida 33134 305.445.2900 1.800.448.0227 Facsimile 305.445.3366 Web Site: www.c3ts.com Equal Opportunity Employer I BIDDER REFERENCE VERIFICATION CHECKLIST PROJECT: U `Gr`! :��ri� a € € �� .141 PROJECT NO.: i6lz It " o p BID DATE: -• . E OWNER: t.......m. BIDDER: f�U t UR S S0cox Ty f_. REFERENCES: 1. Reference: fart o- cp NA Contact Person Listed: Phone Number: ° 7 Fax Number-. Address: Q L Job Description: e -V . EA CIL llt�0Vikk,6 Questioris: a) Did Contractor complete work? Yes b) Was the work considered satisfactory? Yes? c) Was the work completed on schedule? Yes d) Comments: ("Qcr)�) T�v-(" %N n a , tco- ayvy V , 2. Reference: �. t ,�t —�s> W to 0 No No No Contact Person Listed: ► V as E /,e Guz- Phone Number: 47 — ✓ Fax Number: . Q.c)A, Address: 071-7 J./k,�/ �' r � (D' ; � 1 v Description: aly w.:k Lz�� st J'i'g Questions: a) Did Contractor complete work? Yes No b) Was the work considered satisfactory? Yew No c) Was the work completed on schedule ?. Yes No d) Comments: YOVO —t C,i r LAC Va.' y" u Lne-e" C A 09— t E 3. Reference: A-12 ��' fV DD � y it rl e-�-Z Contact Person Listed: f �t2meb,,) 0 y 'tn 6 7- 1 �:g P . Phone Number. b � 65, �'�r J� Fax Number: E _ Address: I t,hj Ka- Job Description: Questions: a) Did Contractor complete work? No b) Was the work considered satisfactory? cy7es No c) Was the work completed on schedule? es No d) Comments: ` 1 N: \01314_Medley \01314_015 Wastewater Facilities \0006 -Const Adm & SSES Rept\Bids \C3TS Contractor Refernce Verification Checklist.doc i Engineering & Construction Department Contractor References Based on Experience, Ability and Financial Standing \� A, V t a A 5-S o a oO-62? !� is a potential contractor for the QV'I .r-P .°i 1 ; . p ^fit S P_ i It is our practice to obtain references from individual's and companies who have worked with a potential contractor. The above company has included you and/or your company as, a reference. We would greatly appreciate your. prompt response to the following inquiry as it aplies to the nature or your relationship with the company. Those that do not apply should be left blank. Please rate the consultant as follows: 1 poor 2 - average 3 -above average 4- very good 5-excellent Reference given by: Reference check conducted by: Name & Title 016W 4 0 %0f 01% Name: PCL,61 Address: i 11.sV1, r City /St/Zip d ` W. cp f.. 3� - Telephone ��, ice` -) k) q -Z,3 Date IiC ✓ t If you have any question about this form, please call (305)6636350. 1 2 3 4 5 Criteria A. Ability to complete project on time B. Ability to stay within the budget C. Quality of work D. Financial standing (if applicable) ,f E. Experience in their line of work Additional Comments (May indicate last project /transaction with contractor). Reference given by: Reference check conducted by: Name & Title 016W 4 0 %0f 01% Name: PCL,61 Address: i 11.sV1, r City /St/Zip d ` W. cp f.. 3� - Telephone ��, ice` -) k) q -Z,3 Date IiC ✓ t If you have any question about this form, please call (305)6636350. 1 t Engineering & Construction Department Contractor References Based on Experience, Ability and Financial Standing • ►� !,�, a A SS 0 C4 at P"� , Jlt to . is a potential contractor for the ;vi �,AEr. �t�g �..� . It is our practice to obtain references from individuals` and companies who have woried with a potential contractor. The above company has included you and/or your company as a reference. We would greatly appreciate your prompt response to the following inquiry as it applies to the nature or your relationship with the company. Those that do not apply should be left blank. Please rate the consultant as follows: 1— poor 2 — average 3•— above average 4- very good 5 excellent Reference given by; Reference check conducted by: Name & Title MJ & \Ae —AN AQ Al`.- Name: '- � E� Gay c' m Address: -7 1 -7 VCO 91) Ie!A � 5 City /St/Zip d °`1 .330 Telephone l o` t j Date 6) 7 If you have any question about this form, please call (305)663 -6350. 1 2 3 4 5 Criteria A. Ability to complete project on time B. Ability to stay within the budget C. Quality of work D. Financial standing (if applicable) E. Experience in their line of work Additional Comments (May indicate last project /transaction with contractor): Reference given by; Reference check conducted by: Name & Title MJ & \Ae —AN AQ Al`.- Name: '- � E� Gay c' m Address: -7 1 -7 VCO 91) Ie!A � 5 City /St/Zip d °`1 .330 Telephone l o` t j Date 6) 7 If you have any question about this form, please call (305)663 -6350. r Engineering & Construction Department Contractor References Based on Experience, Ability and Financial Standing k A rintPnfial rnnfr�rfnr f.,r the. () jN !R -r DO . M�n Qrefflz yt,rr, V9 i It is our practice to obtain references from individuals and companies who have worked with a potential contractor. The above company has included you and/or your company as a reference.. We would greatly appreciate your prompt response to the following inquiry as it applies to the nature or your relationship with the company. Those that do not apply should be left.blank. Please rate the consultant as follows: 1— poor 2 — average 3 — above average 4- very good 5-excellent Reference given by: Name &Title r � �'7V G£ Y? Reference check conducted by: Name:,�,f';r�c�J Address: es W . Al l k ,\I kI y �! . City /St/Zip 1Cl fv fRil'��J4 Telephone -7 09- -- 42afI"� Date I If you have any question about this form, please call (305)663 -6350. 1 2 3 4 5 Criteria A. Ability to complete project on time X B. Ability to stay within the budget v C. Quality of work D. Financial standing (if applicable) E. Experience in their line of work Additional Comments (May indicate last project /transaction with contractor): g%�CdICAAI-Ir Cow Reference given by: Name &Title r � �'7V G£ Y? Reference check conducted by: Name:,�,f';r�c�J Address: es W . Al l k ,\I kI y �! . City /St/Zip 1Cl fv fRil'��J4 Telephone -7 09- -- 42afI"� Date I If you have any question about this form, please call (305)663 -6350. I � s g C o 6t It -V�' 3NIIHOIVW r7 `Z9 MS' -1 3A"' P'E9 •M'S � I a VW oaozO z AQ J...lQ N J J y <.,o U I — Q UUy \W f2 � w MM `-, S /1 LU u7 O H C W LU Q N Lv W cn C/) z V L 2 O U) LL- O} U +moo g a g H 3A"' P'E9 •M'S � I a VW oaozO z AQ J...lQ N J J y <.,o U I — Q UUy \W f2 � w MM `-, S /1 LU u7 O H C W LU Q N Lv W cn C/) z V L 2 O U) LL- O} U +moo g