Loading...
08-04-09 Item 10South Miami M- amedcacry CITY OF SOUTH MIAMI 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: August 4, 2009 Agenda Item No.: Subject: Construction Contract with Florida Engineering and Development Corp. for Citywide Drainage Improvements Phase V. 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 FLORIDA ENGINEERING AND DEVELOPMENT CORP. FOR CONSTRUCTION OF CITYWIDE DRAINAGE IMPROVEMENTS PHASE V PROJECT IN AN AMOUNT OF $155,703.20 TO BE CHARGED TO FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP) GRANT AND THE PEOPLE'S TRANSPORTATION PLAN ACCOUNT NUMBERS 106 - 1726- 536 -6302 AND 124 - 1730 - 541 -3450 RESPECTIVELY; PROVIDING FOR AN EFFECTIVE DATE. Request: Authorizing the City Manager to execute a construction agreement with Florida Engineering and Development Corp. for construction of Citywide Drainage Improvements Phase V. Reason /Need: In efforts to continue upgrading our drainage system citywide, we have completed construction design plans and bid phase analysis for the following areas: -SW 85th Street (from SW 60th Ave. to SW 62nd Ave. ) -SW 64th Avenue (from SW 58th Terrace to approximately 260 ft. north) - Employee Parking Lot at Public Works Compound The Notice of bid invitation for the construction bid was publicly advertised on June 1, 2009, with pre -bid conference held Monday, June 15, 2009. The sealed bids were publicly opened on Wednesday, July 1, 2009. A total of eighteen bidders responded with. bids ranging form $153,918.58 to $410,789.00. Bid tabulations indicated that the apparent lowest bidder was A&A Fonte, Inc. with a bid amount of $153,918.58. However their bid was deemed ineligible after a review of the bidder's verification of references for experience as a drainage contractor and ability to perform the work within specified time and budget. Therefore, the bidder's references were found to be non - responsive, resulting in an ineligible bid as per Item No. 11 Section 00200 of the project bid manual. Cost: Consequently, we proceeded to work with our engineering consultant (TY Lin International /HJ Ross) to review the bid and check references for our second lowest bid, Florida Engineering and Development Corp. who was deemed eligible. Attached is the letter of recommendation submitted by TY Lin International /HJ Ross recommending Florida Engineering and Development Corp. as the lowest responsive bidder in an amount of $155,703.20. Public Works- Engineering staff has reviewed the bid documentation and concurs with the recommendation as provided by TY Lin International /HJ Ross. $155,703.20 Funding Source: Total construction cost is $155,703.20 of which $77,851.60 will be charged to FDEP Grant account number 106 - 1726- 536 -6302 with account balance of $200,000.00 and $77,851.60 will be charged to the People's Transportation Plan account number 124 - 1730 - 541 -3450 with account balance of $299,168.25. Backup Documentation: ❑ Proposed Resolution ❑ Certified Advertisement of "Notice of Bid Invitation" ❑ Bid Opening Report ❑ Engineer's Letter of Recommendation ❑ Bid Tabulation ❑ Reference Check for Bidder ❑ Copy of Section 00500 (Contract). ❑ Project Location Plan ❑ Meeting Minutes with A&A Fonte, Inc. 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 FLORIDA ENGINEERING AND DEVELOPMENT CORP. FOR CONSTRUCTION OF CITYWIDE DRAINAGE IMPROVEMENTS PHASE V PROJECT IN AN AMOUNT OF $155,703.20 TO BE CHARGED TO FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP) GRANT AND THE PEOPLE'S TRANSPORTATION PLAN ACCOUNT NUMBERS 106 - 1726- 536 -6302 AND 124- 1730- 541 -3450 RESPECTIVELY; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Mayor and Ci,y Commission wishes to provide draina a improvements along S.W. 85th Street from SW 60th Avenue to SW 62" Avenue, SW 64th Avenue from S.W. 58 Terrace to approximately 260 ft. north and the employee parking lot at the Public Works Compound (known as Citywide Drainage Improvements Phase V), and WHEREAS, the Mayor and City Commission authorize the City Manager to execute a construction contract with Florida Engineering and Development Corp. for the Citywide Drainage Improvements Phase V project for an amount of $155,703.20. 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 Florida Engineering and Development Corp. for the Citywide Drainage Improvements Phase V project for an amount of $155,703.20. Section 2: That the project's construction cost shall be charged to. the following accounts with the associated balances before this expenditure: Account No. Description Amount Account Balance 106 - 1726- 536 -6302 FDEP $77,851.60 $200,000.00 124- 1730- 541 -3450 PTP $77,851.60 $299,168.25 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 Newman: Commissioner Sellars: TYLIN INTERNATIONAL I HJ ROSS engineers I planners I scientists MEETING MINUTES Subject: Citywide Drainage Improvements - Phase V Bid No. CI09 -0601 Attendees: Phone No. Fax No. Jose Olivo, P.E: Public Works - Engineering Dir., CSM 305- 663 -6350 305- 668 -7208 Jose Nessi - Project Manager, TY -Lin International 305 - 567 -1888 Roque Rokovich- Project Engineer, TY -Lin International 305 - 567 -1888 Andres Fonte - President, A &A Fonte, Inc. 305 -512 -4739 305 - 512 -4759 A &A Fonte Inc.,-Field Supervisor 305 -512 -4739 305 - 512 -4759 On Wednesday, July 15, 2009, a meeting was held at the City of South Miami Public Works Department with A &A Fonte, Inc., the apparent low bidder for the Citywide Drainage Improvement Phase V Project. At the meeting, the City informed A &A Fonte Inc. that even though they were the lowest. bid for- the above - referenced project, their bid was deemed ineligible after a review of the bidder's verification of references for experience as a drainage contractor and ability to perform the work within specified time and budget. Mr. Rokovich informed Mr. Fonte that all references provided by A &A Fonte, Inc. in their bid package,were contacted and verified via telephone by TY Lin and found them to be non - responsive, resulting in an ineligible bid as per Item No. 11 Section 00200 of the project bid manual. Furthermore, Mr. Rokovich explained to Mr. Fonte, that the references provided were not rated since. the contact persons referenced could not provide information on A &A Fonte, Inc. because they had no direct contact with A &A Fonte, Inc who performed the work as a subcontractor. Furthermore, Mr. Fonte informed the City that A &A Fonte Inc. had very limited experience working as a prime contractor with municipalities and the government - type bid process. Mr. Fonte acknowledged that they had not provided the appropriate references to verify their work as a drainage contractor. However, A &A Fonte Inc was willing and motivated to continue to submit bids on upcoming City of South Miami proposals. The City advised Mr. Fonte to include - appropriate references for any future bids released by the City. 201 Alhambra Circle, Suite 900 1 Coral Gables, Florida 33134 1 T 305.567.1888 1 F 305 567.1771 1 www tylin.com ATTENTION: 901t- RO 00C19- COMPANY: efitl A/are,V FAX NUMBER: 3 o5-- S12 —11-75- TELEPHONE: Ci.✓. oeC liiai n�f c DATE: 7 Z� -Q TIME: % /.-' 5, " FACSIMILE TRANSMITTAL TYLININTERNATIONAL/ H•J-ROSS 201 Alhambra Circle Suite 900 Coral Gables, Florida 33134 Tel. (305) 567 -1888 Fax. (305) 567 -1771 EMAIL: hjross @tylin- hjross.com FROM: 901t- RO 00C19- RE: efitl A/are,V T ✓/ i5; 0 9 Ci.✓. oeC liiai n�f c JOB No. TOTAL NUMBER OF PAGES (Including transmittal cover page): REMARKS: Page(s) THESE ARE TRANSMITTED as designated below: As you requested Approved as noted Final For review and comment For Your use Not approved - Resubmit Your Files Confirmation required el Aje, Hard'Copy Other: SIGNED BY: If the following is sent erroneousl�or arrives incomplete and /or illegible, k d/y notify us at once. F WBRARWacsimlle .Transmitial.doc TRANSMISSION VERIFICATION REPORT TIME 07/27/2009 12:33 NAME HJ ROSS ASSOC INC FAX : 3054614640 TEL : 3055671888 SER.# BROA5J197654 DATE, TIME 07/27 12:32 FAX N0. /NAME 3055124759 DURATION 00:01:19 PAGE(S) 02 RESULT OK MODE FINE till� ECM FACSIMILE TRANSMITTAL TYLIIV INTERNATIONAL/ HJ•ROSS 201 Alhambra arde Suite 900 Coral Gables, Florida 33134 Tel. (:05) 567 -1888 Fax. (305) 567 -1771 EMAIL: hjross@tylln- h)ross.com H406 t11j 041p re �: ��', � k� ;�;� .T ✓r ice, p 9 �t� r h ft t t C I /� r�✓'8 /��e' �/y� /� till� �„'fp� � {it, i'� ('�d,sa r't {'•Fc�•IrY- ._Y lk` j�41 fsr.�ist•�t�r ilrrk�� "i3 ,,�tra� aX NUIiBM"Fr r ti w, pAiTE�t fir? 7 .2�'v rl. �i /.•',3'��"'t FACSIMILE TRANSMITTAL TYLIIV INTERNATIONAL/ HJ•ROSS 201 Alhambra arde Suite 900 Coral Gables, Florida 33134 Tel. (:05) 567 -1888 Fax. (305) 567 -1771 EMAIL: hjross@tylln- h)ross.com l`b7A ' A!Y'l`lNl l r0 ltGES' (Indus irig`tr iisrn)tta! ;p �:: : i Page(s) dIv .1i awe �i� � t i he H406 t11j 041p re �: ��', � k� ;�;� .T ✓r ice, p 9 �t� r h ft t t C I /� r�✓'8 /��e' �/y� /� l`b7A ' A!Y'l`lNl l r0 ltGES' (Indus irig`tr iisrn)tta! ;p �:: : i Page(s) dIv .1i awe �i� � t i he MIAMI DAILY BUSINESS REVIEW Published Dally except Saturday, Sunday and Legal Holidays Miami, MiamWade County, Florida STATE OF FLORIDA COUNTY OF MIAMI -DADE: Before the undersigned authority personally appeared V. PEREZ, who on oath says that he or she Is the LEGAL CLERK, Legal Notices of the Miami Daily Business Review f/k/a Miami Review, a daily (except Saturday, Sunday and Legal Holidays) newspaper, published at Miami in Miami -Dade County, Fionde.i; that the attached capy,cf-advertisement; being a Legal Advertisemerit of Notice in the matter of CITY OF SOUTH MIAMI BID NO. C109 -0601 CITYWIDE DRAINAGE IMPROVEMENTS - PHASE V in the XXXX Court, was published in said newspaper in the Issues of 0610112009 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 this advertisement for publication in the said newspaper. j Sworn to and subscribed before ne°fiiis 01 day of JUNE , A.D. 2009 (SEAL) V. PEREZ personally known to me -... D�AWy �r - Notary public State of Florida e Cheryl H. Marmet lyCommissionDD793490 fP Expires OTIJ819012 osponsllAe responsive bidde 1M.to ieject:any anti @II bids, t j o. lncrease:;or,decrease th ,bfii;confeirentie wHl�be held at ffie.City of 8ou1 Imission 09- t3- 238/1240920M; BID OPENING REPORT IN CORPORATEO 1927 .t+t O R 1 p A Bids were opened on Wednesday July 1 2009 at: _ 3:05pm For: CITYWIDE DRAINAGE EvIPROVEMENTS PHASE V CONTRACTORS BID AMOUNT: A&A FONTE BUDGET CONSTRUCTION f Teo s3 1. CARIBE UTILITIES OF FLRODIA FLORIDA ENGINEERING SSA 3- GONZALEZ & SONS f3 3 YY . Z S JVA ENGINEERING !' 1j? LEON'S ENGINEERING CORP. yf� 4 • Sv MN.R.T. MACONTEC LLC MAGGOLC INC' MARKS BROTHERS Z 31 iW . - MASTER EXCAVATORS MIGUEL LOPEZ JR INC 1 ?1 / q91' PABON ENGINEERING INC PERSANT CONSTRUCTION x d,� 6' o TASCO PLUMBING CORP TRAN CONSTRUCTION WILLIAMS PAVING THE ABOVE BID AMOUNTS HAVE NOT BEEN CHECKED. THE BID TOTALS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN CO City Clerk's TELY TYLIN INTERNATIONAL I HJ ROSS engineers I planners I scientists July 18, 2009 Mr. W. Ajibola Balogun, REM City Manager City of South Miami 6130 Sunset Dr. South Miami, FL 33143 Re: Citywide Drainage Improvements - Phase V Bid No. CI09 -0601 Dear Mr. Balogun, On July 1, 2009, bids for the above referenced project were received and publicly opened at City of South Miami City Hall. Eighteen bidders responded with bids ranging from $ 153,918.58 to $410,789.00. The Engineer's Estimate of Probable Construction Cost for the project was $248,827.00. Attached is a copy of the Summary of Bid Documentation Review. The lowest bidder is A &A Fonte, Inc with a bid of $153,918.58. The low bid amount in the Bid Opening Report had Leon's Engineering Corp ($145,768.50). However, they failed to include the owner's contingency of $25,000. Attached is also a copy of the Bid Requirements Checklist for the Lowest Five Bidders. A &A Fonte, Inc was asked to fax page 2 of Form 00350, since they had provided a set of one -sided copy and the original Form 00350 was two - sided. They were also asked to fax a copy of their 2008 Financial Statement since their bid package had their 2007's Financial Statement. We also interviewed the lowest bidder's two references placed in their Contractor's Questionnaire, Form 00350. The bidder worked as a subcontractor for two Owners provided as references by the bidder. Thus, the references provided could not be verified nor rated since Owner had direct contact only with contractors. Additional project information provided by A &A Fonte as part of the submittal package did not provide contact name or number of alternative references. Thus, based on the information provided by the bidder in their bid package, A &A Fonte was not considered an eligible bidder as per Item 11 of Section 00200 -2. We informed A &A Fonte's representatives of their ineligibility status for this bid at a meeting at the City's Public Works Department office on July 15, 2009. 201 Alhambia Circle, Suite 900 1 Coral Gables, Fla ida 33134 1 T305,567,1888 I F 305 567.1771 1 www tylin.com Mr. W. Ajibola Balogun, REM City of South Miami Page 2 of 2 The second lowest bidder was Florida Engineering and Development, Corp with a bid of $155,703.20. No irregularities were found in the second lowest bidder's submittal. We also interviewed the references and the bidder was satisfactorily rated by the contact persons provided. Furthermore, our office met with Florida Engineering and Development, Corp. this morning. The company representative informed us of their readily available equipment and personnel for this project. They understand and have no objections to the project's scope, schedule and construction plans. Therefore, based on the above review of eligibility, we recommend the award of the contract to the apparent low responsive bidder, Florida Engineering and Development, Corp. for an amount of $155,703.20. If you have any questions lease.,call me. Sincerely, . T.Y. Lit Iterriati, nal/H.J. Ross Jose Yf Nessi 7 Summary of Bid Documentation Review N R L a N C d r O c Q � � U Cm @ Z c C H i U L d O 13 0 Q O N w F- U U U z O m W U Z � H W U o ° d c0 } �zz v } } Lu N } y } �O 0 ZO m z w d z O = U 0 } o Q U w O Z r Z a,' w} W U i> > z r> > � 2 w00 F- W LLI 0 U a z > 0 D op D Q 0 Z U)- O W LL W K L U U� z 0 3 w =3 W 0 W } } } N } j } OU Q— 2U =K C7w n. �� w FZ n za Zcoo aw Z LL LL Ld J W LL a w W Uwa: 3:w PO w, X N W z }. W Z z w H �2FX W O v W0 � 0 � u2 �zN B3�ZOO =,0 z 0 p F N fn (n (n o o 'L) LL' z Q w?8 o O_Uo = U � (D LL }} } O }} } Z ~} Q H Z U Z Z U Z ti 0 Q Z z<a 20 z �Y w Z W 0 } d Q 0 OR'ua. W }30 U 0UOU YQw�n3: CL U Ucc QOFU }t11�Uz W " �dUYlai0f=- d Z W z} Wr a0 °o D OO N z a Z W OZO w w w w w 0 o rn a o m O a }>- } }>> v° o> U) g O J Z U 0 Y Z h u J W o° O o o y w w 0 � z 0 IYi O x f' O I- o (n ~ CL Z z z O F- F p w z w M: cl: W U w u� w F- a z D O LL LU U F W 0 O U 2 Z Z O Z w F W m Q f— Q U w H � A D N U) Cf J CC) Q LL LLF ' U U Z a Q O_ ¢ a O Z O [Z J o 2 O O ¢ F Fn LL z g U � pLL w O m~ w LL OU o a I o OU 2 m Q J J r0 U) > m d � L wind 0 ° E CL v E c y U N 7 A t/l ` G N a v N E p A 7 Y ?+ y d O u Z p L m ?+ y C O C F C E > E A�m C, c E y 4 V A N f°0 L° cA ao 0 w C O ° O jy, N L o a 3 > N E as Y o a a L y ° C LL Q d O N Q N d N C Q A LL d a E_ 0 A L N Y Q C O O wO r0 N O O N 0 O ? Z L N J r0 6 oi v } N T N M" d t0 j O > N v O L L N d 4, C O N N 6 d 3 d m ° �+ C G s O1 p C °ad m'o E ° d N o ° ELL w 0 d rn R a FROM :AA FONTE INC FAX NO. :305 5124759 Jul. 06 2009 03:45PM P1 e ENCompEReSiepaiveopmnt A &A Fonte, Inca ".,'emolition - Clearing - Earthwork ^ Waker and Sewer - Storm Drainage n Paving ^ Concrete Curb and Walk Op Roque Rokovich from: Allen Navarro Fax: 305.567 -1771 Phone: (305) 512 -4739 I9:ompanp City of South Miami Date: 07/06/09 Ilia: City of South Miami Drainage Pages: improveynents phase V Urgent VFor Review 0 Please Comment ❑ Please Reply ❑ Please Quote an Motes /Comment IPleaso see attached documents. Thank you, i' ilen Navarro jk &A Foote, Inc. 12963 W. Okeechobee Road, Suite 8, Hialeah Gardens, FI- 33018 - (305) 512 -4739 Fax:(305) 512 -4759 FROM :AA FONTE INC FAX NO. :305 5124759 Jul. 06 2009 03:45PM P2 Pedro M.. 1. amos, CPA, PA 221 F 49th St 111alexh, FL 33013 305- 821. -3022 To the I:;oard of Directors A &A p:'ONTE, INC. 1.2963 'PW. OKEECHOBEE RD. 98 HIALE,Iqi. GAR17ENS, FL 33018 I have i.ompiled the accompanying statement of assets, liabilities, and equity - income tax basis of A & A FOT\" M, INC. as of December 31, 2008, and the related statements of revenues, expenses - income tax bash s, and retained earnings - income tax basis for the twelve months then ended, i.n accordance with Statem� : :nts on Standards for Accounting and Review Services issued. by the American Institute of Certifi A Public Accountants. The financial statements have been prepared on the accounting basis used by the G:,ot»pany for income tax purposes, which is a comprehensive basis of accounting other tban genera Hy accepted accounting principles. A compilation is limited to presenting in the form of financial. statements information that is the rcpresi:ntation of management. I have not audited or reviewed the accompanying lnancial statements and., accordingly, do not express all opinion or any other form of assurance on. them. Manal,ement has elected to o nit substantially all of the disclosures ordinarily included i.. financial statcrm,iiis prepared on the income tax basis of accounting. lf the omitted disclosures were included in the fn,:uicial statements, they might influence the user's aonclusiot�s about the Company's assets, liabilil:ies, eqt ty, revemles, and expenses. Accordingly, these financial statements are not designed for thos lilt], lot i.nfonT.1ed about such mattel-s. CPS Pedro 1q. Ramos, CPA, PA June 0V 2009 FROM :AA FONTE INC FAX NO. :305 5124759 Jul. 06 2009 03:45PM P3 A & A FONTS, INC. STATEMENT OF ASSETS, LIABILITIES & EQUITY As of December 31, 2008 ASSETS CURRENT ASSETS � 67,435.37 TRANSATLANTIC BANK 619,13 BANCO POPULAR 4,656.41 SUN AMERICAN BANK ACCOUNTS RECEIVABLE -TRADE 602,365.75 RETENTIONS RECEIVABLE 242,536.62 DUE FROM ANDRES FONTS 162,863.17 DUE FROM ANDRES FONTS JIB 152,064.27 154,084.27 ESCROW BAL., MORTGAGE 084.51 TOTAL CURRENT ASSETS _, 949,045.43 PROPERTY AND EQUIPMENT WAREHOUSE 397,625.41 FIXED ASSETS 1,000,805,00 ALLOW DER (1 635 805.00 NET PROPERTY & EQUIPMENT 762 302,27 TOTAL ASSETS 1,711,347.70 Sao Accountant's Corripllation Report FROM :AA FONTE INC FAX N0. :305 5124759 Jul. 06 2009 03:45PM P4 n A & A FONTS, INC.. STATEMENT OF ASSETS, LIABILITIES & EQUITY As of December 31, 2008 LIABILITIES AND STOCKHOLDERS' EQUITY CURRENT LIABILITIES ACCOUNTS PAYABLE PAYROLL LIABILITIES C.CARD OFFICE DEPOT C. CARD BRIGGS AMERICAN EXPRESS WASHINGTON MUTUAL CREDIT CARD CREDIT CARD -HOME DEPOT BANCO POPULAR ( LINE OF CREDIT) TOTAL CURRENT LIABILITIES LONG -TERM LIABILITIES CATERPILLAR EXCAVATOR 3300L CATERPILLAR WHEEL LOADER 938GI CATERPILLAR EXCAVATOR 321CLCR 2 CASE CREDIT COMPACT HAMM 2420 CASE CREDIT TRAILER 50GLS FORD F350 2004 FORD F150 2004 MOTOR GRADER 645 LOAN HAMM ROLLER 3307 LOAN CRAWLER DOZER 550H CASE CREDIT WHEEL LOADER 821C CASE LOADER 440CT POINTEER MODEL CS4233H RECYCLER CASE 560SM 2008 FORD F150 2006 CASE 40XT MORTGAGE - WAREHOUSE:: TOTAL LONG -TERM LIABILITIES TOTAL LIABILITIES STOCKHOLDERS' EQUITY RETAINED EARNINGS - C CORP. RETAINED EARNINGS - S CORP, TOTAL STOCKHOLDERS'S EQUITY TOTAL LIABILITIES AND STOCKHOLDERS' EQUITY $ 525,476.72 (577.07) 561,94 8,156.56 2,650.83 8,OB4.74 1,941.70 95 389.47 87,628.16 66,145.67 186,722.01 5,391.18 9,344.81 7,501.14 6,877.17 29,674,15 24,851.13 38,219.62 36,472,19 22,512.85 209,579.73 64,614.96 19,658.19 4,388.77 301.600.00 - 61,954.05 - 10.355.13 See Accountant's Compilation Report 641,684,89 1,121,261.73 1.762,946,62 $ 1,711,347.70 FROM :AA FONTE INC FAX NO. :305 5124759 Jul. OG 2009 03:45PM P5 A & A FONTE, INC. INCOME STATEMENT For The 12 Months Ended December 31, 2008 December 31, 2008 INCOME INCOME 5158 779.29 TOTAL REVENUES 5,158,779.2 COST OF GOODS SOLD SALARIES 412,293.15 PAYROLL TAX EXPENSE 33,213.47 UNIFORMS EXPENSE 4,584.01 FREIGHT EXPENSE 560.00 CON'T'RIBUTION 850.00 CASE CREDIT CORP 4,605.40 PAVING 346,40812 MATERIALS & SUPPLIES 1,512,735,15 SMALL TOOLS EXPENSE 215.50 ENGINEERING & LAYOUT 63,552.50 STRIPING & SIGNAGE 80,12110 CONC.RET CURB & SIDEWALK 228,427.80 MAINTENANCE OF TRAFFIC 36,263.14 AS -BUILT 31,545.00 TESTING 10,846.00 RENT - UNITED RENTALS 20,534.35 FORD MOTOR CO. - LEASE 13,589.61 WELLS FARGO 2,201.13 LAND ROVER CAPITAL GRP:567 -1 2006 11,180.60 BRIGGS EQUIPMENT 22,016.56 BROTHER TRUCK REPAIRS 6,882,37 DUMP FEES _ 23.524,90 TOTAL, COST OF GOODS SOLD 2,865, 139.46 GROSS PROFIT , _ 2,293,639.83 OPERATING EXPENSES: ADVERTISING & PROMOTIONAL 8,234.84 AUTOMOBILE EXPENSE 22,444.55 EQUIPMENT RENTAL 27,192.16 INTEREST EXPENSE 76,068.32 LICENSES AND PERMITS 36,386.71 MISCELLANEOUS 20,099.81 BUSINESS MEALS 2,716.07 PROFESSIONAL FEES 612,024,78 ADMINISTRATIVE EXPENSE 15,143.31 OFFICER MANAGEMENT SERVICES 80,580,00 DELIVERY EXPENSE -GAS 230,900.50 BANK � SERVICk CHARGES 290.83 CREDIT CARD CHARGES 222.65 WATER & UTILITIES 176.74 SUBSCRIPTIONS & DUES 599.00 INSURANCE-GENERAL 113,06834 HEALTH INSURANCE EXPENSE 26,158,79 See Accountant's Compilation Report FROM :AA FONTE INC FAX NO. :305 5124759 Jul. 06 2009 03:46PM P6 A & A FONTS, INC. INCOME STATEMENT For The 12 Months Ended December 31, 2008 December 31, 2008 STATE FARM INSURANCE 5,707.62 13,429,10 OFFICE SUPPLIES & EXPENSE 1,963.54 PENALTIES - 'CAKES COMPUTER EXPENSE- SUPPLIES 1,180.60 POSTAGE & MAIL 834.64 398,38 PAYCHECK SERVICES 36,535.50 RENT - OFFICE & WAREHOUSE 2,948.51 ALARM SYSTEM WATER & SEWER SERVICES 158.46 ACCOUNTING FEES 16,805.00 3,171,16 LEGAL FEES REPAIRS & MAINTENANCE 109,483.09 TRUCK SUNDRY 1,370.76 8,004.78 ROAD TAX LICENSES & MISC. TAXES 485.$9 FLORIDA POWER & LIGHT 2,528.18 BELLSOUTH- TELEPHONE 6,923.24 14,137.56 SPRINT PCS AT & T WIRELES 1,970.00 DEPRECIATION 305,484.00 250,000.00 DEPRECIATION SEC 179 19,881,37_ INTEREST EXPENSE TOTAL OPERATING. EXPENSES 2.074,71026 OPERATING INCOME (LOSS) .. 218,929.55 NET INCOME (LOSS)==Zt§� 29 55 See Accountant's Compilation Report FROM :AA FONTE INC FAX NO. :305 5124759 Jul. 06 2009 03:46PM P7 A & A FONTS, INC. STATEMENT OF RETAINED EARNINGS BEGINNING OF PERIOD DRAWS PLUS' NET INCOME LESS: DIVIDENDS PAID RETAINED EARNINGS END OF PERIOD For the 12 Months Ended December 39, 2008 $ 10,235.58 $ (218,810.00) $ 218,929.55 0.00 See Accountant's Corrmplhtlon Report �r o d� 3 ? 3 C i C �Yo - T IT -ff- — 1 ' 4 3 L 3 3 ag 2 "gxNR�g NHS .1 i ` 9�mn $q �P g=' b'9 " gg gPnm 0 8 8 8 8 s s r m 8 8$$ o a Eg 8$ ss s a asg W g 8 a s a a 8 a a 8 8 _ 8 8$ 8$$$ $$$ 8 8 8 Is s$$$ 8 8 8 $ 8 9 a s s 8 a 8 s 8 s 8 8 81818 $ S $$ $$ 8 a 9 s s $ 188818 8 s 8 8 8 a 8 «w «w « «« «ww « « wx «www wx n x « « «« «« x « «« wx w w «ww «« «« «www w _ ».8 o" A '8's 888 888 B 8 8N 8808 8 8$888 $8 8 8 8U U8 8 8 88$$8 88 $$8U �m oczi ° ' o 6 8 P o d m P P S 8 d d 8 u u d T ^' « 8 u 8 "w' « g K° 3 15 8 d d �tlaa$ s8$ 8$$ 8 a $N sos8 L W a$$8$$ 8 S $8 U8 $6'8 $8888 8$ 8880 x «ww $ so wx« ea «wn ma a w w n« nwww «w« s 8 x «x o «« as uH 8 w 8 n a «« nw � ww« a s w « o_as «xw a ww 8 P w » 888 «w - » A m --18 818181 a a $ as aoaa $ s ss 8 as as 9 $ $ $a g a sass $$ $aaa s° 9 w « w u « «« « «« x x w w n u w x w u w w w w x « w « «« 919 x u w w x u w n 'wOgn w w« e8.a w x «« o..8dd u« n «' u uuu 89 « � « 8° 2 A 08 88 888 888 8 8 88 $08$ 08 8 88888 9 8 8 8 88 88 08 8 88888 8$ 8888 8 «xww ww« wwn w w ww w «xw c wxx wwwwn ww w n «w « c x »w wwwxw «« www« « c ti"' A ad�dd 8 $$ 888 888 $ $ a8 8088 8 $ 88888 88 8 a s8 08 $ $ 8$S$$ $8 6888 M « w w u u w x x« « u « n «« w w x w w w w u u n w u u u x n w w « w x w w w uuu x n «« w u u u u u w u w A Z T '$ 2 �i u 1Y6di • u n w� x i v 1 w� .. �5d d5 l68 8§ S d @Y v d d g N 8� d88dd 8 d pw 8 '°8 $8 888 888 8 8 89 9 s a 8 88'8 8888$ 88 8 8 88 88 88 8 8888$ $8 888$ c c o 9, 8dd H w �� 8 6 �88 � 9 88 m - dss °sd "' �� 8 S czi B a s s89 88 a 8 a a 8 9 a 8 8 8 8 $8888 8a 8 a 88 81 1 8 8 $8888 88 888a 8 m wog 89 9 d o a e U B ° _ o 89 dd ^' 9 8a 8° 69 A Z O O 8 0 8$$ 8 8989 8 8 8 9 8 8 8 8 8 8 a 8 8 8 8 8 8 8 8 8 8 & 8 8 8 a 8 8 8 8 H 8 a$ 8 8 a a a 8 8 w» w w « «« w u ••9 u u u w w a u n a «av w u C w �,$ n n x x la x u de u n w •s x w a u w v8 x u C u «» .9 w u« dsadd w x u •« w N w ssa w u u C C O 8 88 888 888 8 8 88 8888 $ 8 88888 8a 8 8 88 88. 8 8 88888 88 8888 8 « « w n «« x n w x x u x u x w x w w u w u w u x x n w x x w x w x u » n u n w x u» n w w u u w u www u w yZ A C A aod,add as xd,$ sdda -~ dd �asds aY $� dp $ °ova$ ,d 88 988 888 B 8 5$ 8888 a$ $ 888$$ $8 8 a 88 88 S8 a S8 8 $$888 $$ 8888 8 w «w« www wxw n w ww «xnw xxw xwww nw w w ww »« www »wwxn ww wwww x d�sa98 Y" io 8888 888 a a a a s 99 999 8 8 98888 9a 8 8 8$ 88 888s8 $s 8888 8888 c O m �d_8d • wgK a8d 8uv goS80� &�mvw.� §9 dam Y§d 6 898888 8$$ $$$ $ $ 88 8888 a8 8 88898 8a 8 8 $$ a$ 8$ $ 8888$ $$ $68$ is x « «x dd wxw add «ww w » nw wwww c ww n «xx «w w x ww wn c «wx d, w « �dddd »ww w« 8 nw s98 «w 8 w $ 88 $8$ 8$8 8 8 88 88$8 $ 8 $$$$8 a8 8 8 98 s$? 8 8 88888 $8 $$88 s « wx « «« xw« «wwx w w ww wxn o nww xn «» n x x xw nw wxx w «nxw wx xn «» « it z � ° =98,89 sdd, -e ds g� eV�d m Sd,d dd'add = d d ed and �d,d 8 =,898 88 8a8 888 8 8 88 $$$$ s8 $ 918 8$9 88 8 8 99 9 8 9 8 $$$8 88 8 888 8 �r o d� 3 ? 3 5n f F o 23 3 3 0 a F E z zz� m 4 0 4 g =5 ;p A ft R 1W I 1 11 c c c D 88 8g8 8w Si = 88 C 8, 8 8 § w v 6 s '8 v ° 8 8880 8 v .888 C ° ; o $ $$ 888 Sss 8 $ 88 8888 $ $ 88888 8s 8 8 88 88 8's 88$8$ 88 8888 8 » « « » « «xx « « « «xn n w «« x « «» »x «w »xxnx x x x «« x » » «n xxxwn nx nnnw n A 8SS 88 $$ 888 888 1 8 8 88 8888 88 8 88888 $$ 8 8 $$ 88 88 8 88888 88 8888 8 u u u x u x u u u u u u u u u u u u u u u u u u u u u x n u u w x u C n« u u n u u u u u uuu u u C u� S6 S P ° — e N 8 88 888 888 8 $ $$ $$$s $ 8 88888 8$ 8 8 S8 18 $ 88888 1 $ $ 8880 8 < wee» w «w «u u «uw uu w u x« u u x» u » u n u n u n uu »« u u u u u u » uxu uuu «u u n uuu u n Z N C O £F af5 6� BLG.,9 ° .. 8& m _ S o b $8 $$ 888 888 8 8 88 88$8 88 8 88888 88 8 8 88 88 88 8 88888 $8 8888 8 xxxx 8,89 « «x 888 xwx 8=$ « n nn 6 s8 nxxx 8m98 c - xxx x « 89899 « «« «« •° x 6 x � xx ° « - v ° xnx 8,s « « «xx xx 's xxxx « - ° m O z aNi 8 Ss 988 888 Is $ 88 Ss88 $ $ 88858 ss $ 8 88 88 8 8 8 88888 88 888$ 98 $ — » « » «n »nx ° A Z N Ys 9 888 99 9 .. 9 v 6 r 8 s 8 B o o 8 8d8 6 88 'mod 8° _ =8$$'88 81 1 888 8 8 88 8888 88 8 $8$88 88 8 8 88 88 88 8 88$88 88 $$$$ 8 xxxx xxx xxx x x « xwxx c xx » »« ww » « nx nn c w «x «x «xx wx « « «» x s 88 888 888 s 8 is8 N88 8'8 8888 88 8 8 88 8e 81 8 88888 88 8888 8 < » N» » x x »» xxx u x x x x u u x x «» »« u u u u u« x« w u w w u u » uuu « x« x u x w uuu x x F �$ $$ 818191 1818 8 $ $ 8U o 8 $ 88888 88 8 8 88 e 8 $ $888$ is is IS 88 18 s x u b u u i5E n u S�$ u x u " u $ u 5 u« S u 6" u u • u u ] x u u $ u u E E u u S E$ u x u '• "' x 6 u E u u •$ x u � — uuu � S u« EEEg$ u u« x � u � xxx $'d$ u $ u C $ 88 888 888 8 $ 8$ $s$$ $ 8 8$$$$ $$ $ $ $$ 19 $° 1 $ $ 88885 $$ 8$$$ k° Q� OZ s =fie °�, �s ° s= sS i8 '$�e,s °. a8a$s mg 'sa "as° oSSB 88 888 888 8 8 8a 88$8 88 8 888$ 88 8 18 88 $8 a 81 8 18 $8$$ 18 $ 181819 8 $ «xxn nx« xx« x « nn xxxx c _ xnx x »xw« 0 6 '8 ww 8 x » «w xn c _ wxw w «x «x wn xnn» v,_ « c __ N z $ 88 888 Sig$ 8 8 u8 888'" 8 8 $91,8 8 �8 8 8 88 88 8 8 88$88 88 8888 8 ° om A C 'o D � u N So588'88 888 888 S S U8 888u 88 8 88888 88 8 8 88 8$ s8 8 $8888 88 s888 8 6 f5 88 d5 2 9 9 "' IS "' c c c _ 0 o $ 88 89s 888 8 8 $$ 88$U 8 8 8888$ 88 S 8 88 SU 8 $ 88888 $$ $88$ 8 z A V i O NS 88 $88 888 8 888 88SU $$ $ $$888 8$ S 8 $8 $$ 888 8$888 $8 8888 1 91 1 ww «« 88 « »» «x» vs » x xx xnwx c wxx xw «« x x x xx xx c wxx «xxx» xx »wxx x c 9 $8 8$$ 888 8 8 88 8$88 8 9 1919191819 88 8 18 Is:: 8 8 1 18 $ 88888 $ 8 20 c i y i $ 0 8$ 8 8$ 8$ 8 8$ 8 5 8 8 8 s 8 8$ $ 8 8 8 8 8$ 8 S 8 8 8 a 8 8 8 9 8 9 8 8 8 8 8 $ 8 8.8 8 18 8 5n f F o 23 3 3 0 a �e m� n 3 3 3 - v- o P - ^ €g gggCp¢ZO��g' Az _ «��¢ �� R z � 8 � a �gz 8 � b � 3 n 3 4 "o c gem g 5 a g g >C> O` o, 9P eu T_ e a s v v g s v s as w g ohs' d, S SS R98 8s8 8 8 e8 868 8 8 88888 88 8 8 8g 9a 8 8 88588 89 8 -1 8 9 b -? Ti P D% �ae W888 888'-188 8 $88 8sU8 s88 8sa$8'Big $ $8 9 $m8 o� sas s% 8$ s88 S° '. N_ S SS 88 888 8 8 88 8889 S S 88889 SS 8 s 88 88 ° S 888 -18 9s 88988 8' .,o.. I' N ' 8$'$$ 1818181 1818 8 8 E 18 8 8888 $8 8 $8886 $8 $ Is 1818 is 8 e9 8 18.8 8$8 8$ 8$88 8 c c 8 88 888 8$ S a s s$ g a g a s 8$ 8$ 8 81 is a 8 8 88 9 91 8 8 88888 8 8 888 a$° sag as sea' sss s 8 ss ease o191 18 .8 81818's 88 19 8 88 s8 9 9 '8 x8888 88 8888 s c c - "eY °6B P a d �' 2 �e 98 a 82 - g 8'�' "ss a¢ a� - .dm a .n ss see a s s s s s s s s s a s acv s 'D gm5 _z e. i B 8 & 6 SSRm Engineering & Construction Department Contractor References Based on Experience, Ability and Financial Standing �yrlwa / /hee,-ih f is a potential contractor for the C., w/ " o —'Ah q'r- k It is our practice to obtain references from individuals ang 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: i v Name & Title Al olG2 C PF %? ✓ <<tl�rlelf �/ou� Address: City /St/Zip Reference check conducted by: Name: vz4 Telephone J 0,�E -• 116 0 ^ Date Jvly 9. 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 X C. Qualityofwork D. Financial standing (if applicable) Nor A wz, E. Experience in their line of work /V Additional Comments (May indicate last project /transaction with contractor): has �vo,�ea for 7"c C PF bi vrdJ`'.�r c•, fro✓ a/` 71-c- D a- c!t a �� n �T. Reference given by: i v Name & Title Al olG2 C PF %? ✓ <<tl�rlelf �/ou� Address: City /St/Zip Reference check conducted by: Name: vz4 Telephone J 0,�E -• 116 0 ^ Date Jvly 9. If you have any question about this form, please call (305)663 -6350. Engineering & Construction Department Contractor References Based on Experience, Ability and Financial Standing F % Or'/ We /cn'1 xl h 2 C// 4 L, In c is a potential contractor for the Cr w�acv ai�a J �.+t f � ,qsc. V It is our practice to obtain referenc s from individuals and corfipanies 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: Reference check conducted by: Name &Title s el, '-i r /�/0 e �� 7q ?rName: go g he 4- RaKa o ' /er /acv n �i��ov� Address: F f V M W / q " J'Trt a7"` City /St/Zip 33 /Z,6 Telephone 3 OS " Z// Date 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) 1J E. Experience in their line of work N Additional Comments (May indicate last project /transaction with contractor): Reference given by: Reference check conducted by: Name &Title s el, '-i r /�/0 e �� 7q ?rName: go g he 4- RaKa o ' /er /acv n �i��ov� Address: F f V M W / q " J'Trt a7"` City /St/Zip 33 /Z,6 Telephone 3 OS " Z// Date If you have any question about this form, please call (305)663 -6350. 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 "). WHEREAS: the Owner desires to engage the Contractor to perform services as stated herein: WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as 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 Manual entitled: Citywide Drainage Improvements - Phase V — No. C109 -0601 City of South Miami, Florida as prepared by Milian, Swain and Associates, Inc. acting as, and in the Contract Documents, entitles 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. 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 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 complete the work not later than Sixty Days (60) calendar days after the commencement date established in the Notice to Proceed. The work shall be completed and ready for final payment within sixty (60) calendar days from the date certified by the City's Project Engineer as the date of substantial completion. 00500 -1 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 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 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 One Thousand Five Hundred Dollars ($1500.00) 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 damage sustained by the Owner in the event of such default by the Contractor. 00500 -2 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 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" 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 shall share the 00500 -3 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 11 h 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, inter alia, all subconsultants and subcontractors, suppliers and laborers. 1.12. INCORPORATE BY. REFERENCE DOCUMENTS ENCLOSED IN PROJECT MANUAL The contract enclosed within the "Project Manual `for Citywide Drainage Improvements Phase V, City of South Miami, City's Bid No.: CI09 -0601 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 Subcontractors (Page 00300 -3 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 and 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 three (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 14.A., above. "Subcontract," as used in this clause, excludes purchase orders not exceeding $10,000. 00500 -4 C. The right to access and examination of records un subparagraph 14.A. shall continue until disposition of any mediation, claims, litigation or appeals. 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 the 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 the 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 familiar 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. The signatories of 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 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. City of South Miami, Party of the First Part (Seal) By: Attest: City Manager 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 Contractor Party of the Second Part 0 Title APPROVED AS TO FINANCE: Director of Finance City of South Miami (T) 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 CERTIFICATE (Sample) STATE OF FLORIDA ) ss COUNTY OF ) I HEREBY CERTIFY that a meeting of the Board of Directors of corporation under the laws of the State of Florida , held on resolution was duly passed and adopted: "RESOLVED, that as corporation, be and he is hereby authorized to execute the Contract dated a 20_, the following President of the 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 CD �I N ZI �11 TH AVE NI O O M laJ F i f i; i ` 03 621. SW 62ND CT � O O M laJ F i f i; i City of South Miami Citywide Drainage Improvements Phase V Results CITY's project No. C109 -0601 Prepared By: TYLIN INT'L.IH.J. Ross Associates Page 1 of 3 Phase Project Quantities Millian, Swain and Associates, Inc (Engineer's Estimate) ABA FONTE ENGINEERING CONTRACTORS {1) FLORIDA ENGINEERING (2) J,V,A, ENGINEERING CONTRACTOR, INC {3) LEON'S ENGINEERING CORP (4) BUDGET CONSTRUCTION (5) TASCO PLUMBING & MECHANICAL CORP. (6) MAGGOLC INC (7) Pay Item Pay Item Description Site I Unit Plan Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price 1 1- INCH(TYPE S- III)ASPHALT OVERLAY. SY 1,520 58.00 $ 12,160.00 S 5.75 S 8,740.00 $ 7.50 S 11,400.00 S 7.20 $ 10944.00 S 7.00 $ 10640.00 S 5.00 $ 7600.00 $ 8.10 S 12,312.00 S 7.50 S 11,400.00 2 TRENCH PAVEMENT RESTORATION ( INCLUDING COMPACTED LIMEROCK BASE AND ASPHALT COURSE) SY 310 $35.00 $ 10,850.00 S 12.75 S 3,952.50 S 18.00 S 5,580.00 S 25.00 $ 7,750.00 S 29.00 S 8,990.00 S 17.00 S 5,270.00 S 24.00 S 7,440.00 S 25.00 $ 7,750.00 3 REMOVE AND DISPOSE OF EXISTING DRAINAGE STRUCTURE EA 2 $500.00 S 1,000.00 $ 150.00 S 300.00 $ 225.00 $ 450.00 S 450.00 $ 900.00 S 200.00 $ 400.00 S 250.00 S 500.00 S 345.00 $ 690.00 $ 250.00 S 500.00 4 36 -INCH DIA. PRECAST DRAINAGE STRUCTURE. COMPLETE INCLUDING EA 12 52,000.00 $ 24,000.00 S 1.825.00 $ 21 900.00 S 1,555.00 $ 18,660.00 S 1,435.00 S 17 220.00 S 1.622.00 S 19,464.00 S 1,550.00 $ 18 600.00 S 2,290.00 $ 27,480.00 S 1,750.00 S 21 000.00 5 42 -INCH DIA. PRECAST DRAINAGE MANHOLE, COMPLETE INCLUDING GRATE. EA 3 S2,500.00 $ 7,500.00 S 1,320.00 S 3,960.00 S 1,800.00 S 5,400.00 $ 1,870.00 S 5,610.00 S 1,800.00 $ 5.400.00 S 1,800.00 S 5,400.00 $ 1,855.00 S 5,565.00 $ 2,200.00 S 6,600.00 6 15 -INCH DIAM EXFILTRATION TRENCH, COMPLETE PER DETAILS ON PLANS, INCLUDING SOD RESTORATION. LF 188 585.00 S 15,980.00 S 88.00 S 16,544.00 $ 64.60 S 12,144.80 S 75.00 $ 14,100.00 S 75.00 $ 14,100.00 $ 93.00 S 17 484.00 S 73.00 S 13 724.00 S 68.00 S 12,784.00 7 154NCH SOLID C.M.P. OR HDPE DRAINAGE PIPE LF 137 544.00 S 6,028.00 S 28.00 S 3,836.00 S 29.00 S 3,973.00 S 25.00 S 3,425.00 S 35.00 S 4,795.00 $ 40.00 S 5,480.00 S 34.00 S 4,658.00 S 42.00 S 5,754.00 Miscellaneous $ 101 -1 MOBILIZATION LS 1 S5,000.00 S 5000.00 S 1500.00 S 1,500.00 S 3.900.00 S 3900.00 S t 000.00 S 1000.00 S 1000.00 S 1,000.00 S 4,000.00 S 4,000.00 S 1,000.00 S 1,000.00 S 3000.00 S 3,000.00 102 -1 MAINTENANCE OF TRAFFIC LS 1 S5.000.00 S 5,000.00 S 1,800.00 S 1,800.00 S 550.00 S 550.00 $ 1,000.00 S 1,000.00 S 1,000.00 S 1,000.00 $ 1,300.00 $ 1,300.00 S 525.00 S 525.00 $ 2,000.00 S 2,000.00 104 -10.1 EROSIONCONTROL LS 1 $1,000.00 $ 1,000.00 S 700.00 S 700.00 S 100.00 S 100.00 S 250.00 S 250.00 S 200.00 S 200.00 S 700.00 S 700.00 S 85.00 S 85.00 S 1,50020 $ 1500.00 MISC.-1 FLORIDA TRENCH SAFETY ACT LS 1 51,000.00 $ 1,000.00 S 1,200.00 S 1,200.00 $ 1.00 S 1.00 S 250.00 $ 250.00 S 100.00 S 100.00 S 400.00 S 400.00 S 350.00 $ 350.00 S 1,000.00 S 1,000.00 misc.-2 PROJECT SIGN LS 1 S800.00 S 800.00 $ 450.00 S 450.00 S 840.00 $ 840.00 S 250.00 $ 250.00 $ 500.00 $ 500.00 $ 660.00 $ 660.00 S 500.00 S 500.00 1 S 350.00 S 350.00 Misc.-3 DUST CONTROL LS 1 $2,000.00 $ 2,000.00 S 600.00 S 600.00 $ 1,730.001 q 1,730.00 S 500.001 $ 500.00 $ 500.00 $ 500.00 $ 1,300.00 q 1.300.00 q 750.00 $ 750.00 $ 500.00 $ 500.00 OWNERS CONTINGENCIES LS 1 $10.000.00 $ 10,000.00 S0.00 $ $ g g 0 q S 5 S $ $ S S $ Misc.4 PERFOMANCE AND PAYMENT BOND LS 1 $0.00 $ $ 2,619.30 S 2,619.30 S 1,400.00 S 1,400.00 S 500.00 $ 500.00 $ 1,000.00 S 1,000.00 S 1,300.00 S 1,300.00 S 600.00 S 600.00 S 2,000.00 S 2,000.00 TOTAL SITE I S 102 318.00 $ 68 101.80 $ 66 128.80 $ 63 699.00 $ 68 089.00 $ 69 994.00 $ 75 679.00 $ 76138.00 Pay Item Pay Item Description Site 2 Unit Plan Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price 1 EXISTING ASPHALT PAVEMENT TO BE REMOVED. SY 260 $5.00 S 1.300.00 $ 0.50 S 130.00 S 1.50 S 390.00 S 5.00 $ 1,300.00 $ 2.00 $ 520.00 S 2.00 S 520.00 $ 2.70 $ 702.00 S 10.00 S 2,600.00 2 1 -INCH (TYPE S -III) ASPHALT OVERLAY. SY 505 S8.00 g 4,040.00 $ 5.75 52,903.75 S 6.70 S 4,393.50 $ 7.20 $ 3,636.00 S 7.00 S 3,535.00 $ 6.00 S 3,030.00 S 8.10 $ 4,090.50 S 7.50 $ 3,787.50 3 TRENCH PAVEMENT RESTORATION ( INCLUDING COMPACTED LIMEROCK BASE AND ASPHALT COURSE) SY 120 $35.00 S 4,200.00 S 12.75 $1,530.00 $ 18.00 $ 2,160.00 $ 25.00 S 3,000.00 $ 29.00 $ 3,480.00 $ 30.00 $ 3,600.00 $ 24.00 S 2880.00 S 25.00 $ 3,000.00 4 ASPHALT DRIVEWAYRECONSTRUCTION SY 140 $30.00 S 4,200.00 S 15.00 $2,100.00 S 15.00 $ 2,100.00 $ 25.00 S 3,500.00 $ 29.00 S 4,060.00 $ 24.00 S 3360.00 S 22.00 S 3,080.00 S 31.00 S 4,340.00 5 17 "x27" U.S. PRECAST STRUCTURE D -1, COMPLETE INCLUDING GRATE AND PAVED APRONS. EA 4 S1,200.00 S 4 800.00 S 800.00 $3,200.00 $ 1,150.00 $ 4,600.00 S 1,100.00 S 4,400.00 S 1,360.00 S 5.440.00 S 1,700.00 $ 6,600.00 $ 1,520.00 S 6,080.00 S 1,700.00 S 6,800.00 6 36 -INCH DIA. PRECAST DRAINAGE MANHOLE STRUCTURE, COMPLETE INCLUDING GRATE. EA 4 $2.500.00 $ 10,000.00 S 1,180.00 $4,720.00 $ 1,540.00 $ 6,160.00 $ 1500.00 $ 6,000.00 S 1420.00 S 5,680.00 S 1,550.00 S 6,200.00 S 1,975.00 S 7,900.00.S 2000.00 $ 8,000.00 7 15 -INCH DIAM EXFILTRATION TRENCH, COMPLETE PER DETAILS ON PLANS, INCLUDING SOD RESTORATION. LF 103 $85.00 $ 8,755.00 S 88.00 $9,064.00 S 62.00 $ 6,386.00 s 75.00 $ 7,725.00 S 75.00 S 7,725.00 $ 93.00 $ 9,579.00 S 73.00 S 7,519.00 S 68.00 $ 7,004.00 6 15 -INCH SOLID C.M.P. OR HOPE DRAINAGE PIPE LF 36 $44.00 S 1.584.00 S 28.00 $1,008.00 $ 29.30 $ 1,054.80 S 25.00 S 900.00 S 35.00 S 1,260.00 S 40.00 S 1,440.00 S 35.00 S 1,260.00 S 42.00 S 1,512.00 Miscellaneous S $ 101 -1 MOBILIZATION LS 1 $3,000.00 S 3,000.00 S 300.00 S300.00 S 3,300.00 S 3,300.00 S 1,000.00 S 1,000.00 S 1,000.00 S 1,000.00 $ 1400.00 $ 1,400.00 $ 520.00 S 520.00 $ 1000.00 S 1,000.00 102.1 MAINTENANCE OF TRAFFIC LS 1 55,000.00 $ 5,000.00 S 500.00 $500.00 $ 500.00 $ 500.00 $ 1,000.00 $ 1,000.00 S 1,000.00 S 1.000.00 S 500.00 q 500.00 S 445.00 $ 445.00 S 800.00 $ 800.00 104 -10-1 EROSION CONTROL LS 1 $1,000.00 $ 1,000.00 $ 300.00 $300.00 S 170.00 $ 170.00 S 250.00 S 250.00 S 200.00 $ 200.00 S 900.00 $ 900.00 $ 85.00 $ 85.00.S 100.00 $ 100.00 Misc: 1 FLORIDA TRENCH SAFETY ACT LS 1 51,000.00 $ 1,00o.00 S 700.00 $700.00 S 1.00 S 1.00 $ 250.00 $ 250.00 S 100.00 S 100.00 S 150.00 S 150.00 $ 325.00 S 325.001S 500.00 $ 500.00 Misc.-2 PROJECT SIGN LS 1 $800.00 g 800.00 S 700.00 $700.00 S 840.00 $ 840.00 S 250.00 S 250.00 S 500.00 $ 500.00 $ 660.00 S 660.00 $ 500.00 S 500.00 S 300.00 $ 300.00 Misc.-3 DUST CONTROL LS 1 $2,000.00 S 2,000.00 S 300.00 S 300.00 S 900.00 q 900.00 S 500.00 S 500.00 $ 500.00 5 500.00 S 400.00 5 400.00 $ 875.00 S 875.00 5 300.00 $ 300.00 OWNERS CONTINGENCIES LS 1 $5,000.00 $ 5,000.00 S - $ $ $ $ S S $ S 5 W $ $ S S - Misc. -4 PERFOMANCE AND PAYMENT BOND LS 1 $0.00 g S 1,098.73 $ 1,098.73 g 700.00 S 700.00 S 500.00 S 500.00 $ 1,000.00 S 1,000.00 S 800.00 $ 800.00 $ 600.00 S 600.00 S 1,000.00 $ 1,000.00 TOTAL SITE 2 $ 56 679.00 $ 28 554.48 $ 33,655.30 S 34 211.00 $ 36 000.00 $ 39 339.00 $ 36,861.50 $ 41 043.50 Pay Item Pay Item Description Site 3 Unit Plan Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price • Price Unit Price Price Unit Price Price 1 EXISTING ASPHALT PAVEMENT TO BE REMOVED. SY 225 $5.00 g 1,125.00 $ 0.50 S112.50 S 1.50 $ 337.50 $ 5.00 $ 1,125.00 S 2.00 S 450.00 $ 2.00 $ 450.00 $ 3.44 S 774.00 $ 8.001 S 1,800.00 2 EXISTING CONCRETE PAVEMENT TO BE REMOVED. SY 195 $5.00 S 975.00 S 1.40 5273.00 S 4.00 S 780.00 $ 7.20 $ 1,404.00 S 5.00 S 975.00 $ 16.00 $ 3,120.00 S 12.00 S 2,340.00 $ 10.00 $ 1,950.00 3 ASPHALT RECONSTRUCTION (1 -INCH ASPHALTIC CONC. SURFACE) SY 223 $30.00 $ 6,690.00 $ 6.90 $1,538.70 S 8.70 S 1,940.10 S 7.20 S 1,605.60 $ 8.50 S 1,895.50 S 6.00 S 1,338.00 S 9.00 $ 2,007.00 S 25.00 $ 5575.00 4 CONCRETE RECONSTRUCTION (8 -INCH CONC. SURFACE) SY 191 $60.00 S 11 460.00 $ 49.50 59.454.50 S 40.50 S 7,735.50 $ 50.00 $ 9,550.00 S 40.00 S 7,640.00 g 60.00 $ 11,460.00 S 66.00 $ 12 606.00 $ 40.00 S 7,640.00 5 TRENCH PAVEMENT RESTORATION ( INCLUDING COMPACTED LIMEROCK BASE AND ASPHALT/CONCRETE COURSE) SY 145 S35.00 $ 5,075.00 $ 12.75 $1,848.75 S 18.00 $ 2,610.00 S 25.00 $ 3.625.00 S 29.00 $ 4,205.00 S 30.00 $ 4,350.00 S 24.00 $ 3,480.00 S 25.00 S 3.625.00 6 REWORK EXISTING LIMEROCK BASE SY 415 $10.00 q 4,150.00 $ 6.00 $2,490.00 S 7.00 S 2,905.00 S 4.50 S 1,867.50 S 22.00 S 9,130.00 S 6.00 S 2,490.001 S 8.00 $ 3,320.00 $ 6.00 $ 2,490.00 7 364NCH DIA. PRECAST DRAINAGE STRUCTURE, COMPLETE INCLUDING GRAI EA 2 S2.000.00 S 4,000.00 S 1,825.00 53,650.00 S 1,555.00 S 3,110.00 $ 1,400.00 $ 2,800.00 $ 1,622.00 S 3.244.00 S 1,600.00 S 3.200.00 S 1,695.00 S 3,390.00 S 1,700.00 $ 3400.00 8 42 -INCH DIA. PRECAST DRAINAGE STRUCTURE, COMPLETE INCLUDING GRATE ANDPRB EA 2 $2,500.00 $ 5,000.00 $ 1,910.00 $3,820.00 S 1800.00 S 3,600.00 S 1,700.00 S 3400.00 $ 1,920.00 $ 3,840.00 S 1.900.00 S 3800.00 S 1,855.00 S 3,710.00 $ 2,300.00 S 4,600.00 9 15 -INCH DIAM EXFILTRATION TRENCH, COMPLETE PER DETAILS ON PLANS, INCLUDING SOD RESTORATION. LF 35 $85.00 $ 2,975.00 S 92.00 $3,220.00 $ 62.00 $ 2,170.00 S 75.00 $ 2,625.00 S 75.00 S 2,625.00 S 100.00 S 3,500.00 $ 75.00 S 2,625.00 $ 68.00 $ 2,380.00 10 15-INCH SOLID C.M.P. OR HDPE DRAINAGE PIPE LF 95 544.00 S 4,180.00 S 28.00 S2,660.00 S 29.20 S 2,774.00 $ 25.00 S 2,375.00 S 35.00 S 3.325.00 $ 40,00 q 3,8110.00 S 37.00 $ 3,515.00 S 32.00 S 3,040.00 11 6' CONCRETE WHEEL STOP EA 7 $200.00 S 1,400.00 S 22.00 5154.00 S 28.00 S 196.00 $ 20.00 $ 140.00 S 150.00 $ 1,050.00 S 40.00 $ 280.00 IS 100.00 S 700.00 S 30.00 S 210.00 Miscellaneous S - $ $ 101 -1 MOBILIZATION LS 1 S3,000.00 S 3,000.00 S 300.00 S 300.00 $ 1,000.00 S 1,000.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 S 1,600.00 S 1,600.00 S 1,300.00 S 1,300.00 $ 500.00 $ 500.00 104 -10-1 EROSION CONTROL LS 1 $1,000.00 $ 1,000.00 S 300.00 $ 300.00 $ 70.00 $ 70.00 $ 250.00 S 250.00 S 200.00 $ 200.00 S 200.00 S 200.00 $ 30.00 $ 30.00 S 300.00 S 300.00 Misc. -1 FLORIDA TRENCH SAFETY ACT LS 1 $1,000.00 $ 1,000.00 $ 450.00 S 450.00 $ 1.00 S 1.00 S 250.00 $ 250.00 S 100.00 $ 100.00 S 150.00 $ 150.00 S 100.00 $ 100.00 S 200.00 S 200.00 Misc.-2 PROJECT SIGN EA 1 $800.00 $ 800.00 g 450.00 S 450.00 q 840.00 $ 840.00 $ 250.00 g 250.00 $ 500.00 $ 500.00 q 660.00 $ 660.00 $ 500.00 $ 500.00 S 300.00 $ 300.00 Misc. -3 DUST CONTROL LS 1 S2,000.00 S 2,000.00 S 300.001 S 300.00 S 200.00 S 200.00 $ 500.00 $ 500.00 $ 500.00 S 500.00 S 1,000.00 S 1,000.00 $ 400.00 S 400.00 $ 300.00 $ 300.00 OWNERS CONTINGENCIES LS 1 $10,000.00 S 10000.00 S q $ $ $ S $ $ S S - S 1.001S 1.00 $ S Misc.-4 PERFOMANCE AND PAYMENT BOND LS 1 80.00 g S 1.240.85 $ 1 240.85 $ 650.00 S 650.00 $ 500.00 S 500.00 S 10.000.00 S 1,000.00 S 800.00 $ 800.00 $ 600.001 S 600.00 S 900.00 S 900.00 TOTAL SITE 3 $ 64,83 .00 1 $ 32 262.30 $ 30 919.10 33 267.10 $ 41 679.50 $ 42 198.00 1 1 $ 41 398.00 $ 39 210.00 TOTAL (SITE 1, SITE 2 AND SITE 3) $ 223 827.00 $ 128 918.58 $ 130 703.20 $ 131,V7.110 $ 145 768.50 $ 151 531.00 $ 153 938.50 $ 156 391.50 TOTAL PLUS OWNER'S CONTINGENCY ($25,000) $ 246 827.00 $ 153 918.58 $ 155 703.20 $ 156 177.10 $ 170 766.50 $ 176 531.00 $ 178 938.50 • $ 181 391.50 BID OPENING REPORT $ 153 918.09 $ 155 703.20 $ 156 177.10 $ W.768.50 $ 176 531.00 $ 178 937.50 $ 156 391.50 Prepared By: TYLIN INT'L.IH.J. Ross Associates Page 1 of 3 City of South Miami Citywide Drainage Improvements Phase V Results CITY's project No. C109 -0601 Prepared By: TYLIN INT'L. /H.J. Ross Associates Page 2 of 3 Phase Project Quantities MIGUEL LOPEZ, JR, Inc.(8) WILLIAMS PAVING CO. INC.(9) PABON ENGINEERING INC.(10) M.V.R.T.(11) PERSANT CONSTRUCTION CO.(12) CARIBE UTILITIES OF FLORIDA (13) GONZALEZ 8 SONS EQUIP. INC.(14) TRAN CONSTRUCTION INC.(15) Pay Item Pay Item Description Site 1 Unit Plan Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price 1 1- INCH (TYPE S -III) ASPHALT OVERLAY. SY 1,520 S 9.00 S 13680.00 S 5.80 S 8,816.00 S 8.00 S 12,160.00 S 7.08 $ 10,761.60 S 7.20 S 10,944.00 $ 10.30 S 15,656.00 S 13.00 $ 19,760.00 S 8.00 5 12160.00 2 TRENCH PAVEMENT RESTORATION ( INCLUDING COMPACTED LIMEROCK BASE AND ASPHALT COURSE) SY 310 S 16.00 S 4,960.00 $ 15.70 S 4,867.00 5 25.00 S 7,750.00 S 17.95 $ 5,564.50 S 50.00 S 15,500.00 S 23.30 S 7,223.00 S 27.00 S 8,370.00 S 22.90 S 7,099.00 3 REMOVE AND DISPOSE OF EXISTING DRAINAGE STRUCTURE EA 2 S 400.00 $ 800.00 S 135.00 $ 270.00 S 250.00 S 500.00 S 650.00 S 1,700.00 S 700.00 S 1,400.00 S 300.00 S 600.00 $ 500.00 S 1,000.00 S 218.00 $ 436.00 4 36 -INCH DIA. PRECAST DRAINAGE STRUCTURE, COMPLETE INCLUDING EA 12 S 1,400.00 $ 16 800.00 S 1,910.00 $ 22,920.00 S 1,450.00 S 17,400.00 S 1,530.00 $ 18,360.00 S 1,600.00 S 19 200.00 S 2,157.00 S 25,884.00 $ 1,600.00 S 19.200.00 $ 1,500.00 S 18,000.00 5 42 -INCH DIA. PRECAST DRAINAGE MANHOLE, COMPLETE INCLUDING GRATE. EA 3 S 1,950.00 5 5,850.00 S 1,800.00 S 5,400.00 5 1,800.00 S 5400.00 S 1,620.00 S 4,860.00 S 1,800.00 S 5,400.00 S 2,325.00 S 6.975.001 S 1,950.00 $ 5,850.00 S 2,355.00 IS 7.065.00 6 15 -INCH DIAM EXFILTRATION TRENCH, COMPLETE PER DETAILS ON PLANS, INCLUDING SOD RESTORATION. LF 188 S 128.00 $ 24,064.00 5 82.00 S 15.416.00 S 85.00 S 15,980.00 S 91.50 S 17,202.00 S 120.00 $ 22,560.00 S 110.00 $ 20,680.00 $ 120.00 S 22,560.00 S 130.00 S 24,440.00 7 15 -INCH SOLID C.M.P. OR HOPE DRAINAGE PIPE LF 137 S 31.00 S 4,247.00 S 31.00 S 4,247.00 $ 40.00 S 5,480.00, S 18.00 S 2,466.00 5 21.00 S 2.877.00 S 32.00 S 4,384.00 $ 40.00 S 5,480.00 S 29.00 S 3.973.00 Miscellaneous 101 -1 MOBILIZATION LS 1 S 600.00 S 600.00 5 5,670.00 5 5,670.00 S 6.500.00 $ 6,500.00 $ 3.000.00 S 3000.00 5 3,750.00 5 3.750.00 $ 1,140.00 $ 1,140.00 5 2,500.00 S 2.500.00 5 3,000.00 5 3,000.00 102.1 MAINTENANCE OF TRAFFIC LS 1 S 500.00 $ 500.00 S 2,470.00 S 2,470.00 5 1,500.00 S 1,500.00 $ 4,000.00 $ 4,000.00 S 2,400.00 5 2,400.00 $ 1,800.00 5 1,800.00 $ 1,000.00 S 1,000.00 S 7,000.00 S 7,000.00 1G4 -10-1 EROSIONCONTROL LS 1 $ 400.00 S 400.00 $ 4,155.00 S 4,155.00 S 150.00 $ 150.00 $ 1,500.00 S 1,500.00 S 300.00 $ 300.00 $ 180.00 $ 180.00 S 100.00 S 100.00 S 700.00 $ 700.00 Mist: 1 FLORIDA TRENCH SAFETY ACT LS 1 S 300.00 $ 300.00 S 530.00 S 530.00 S 47.00 $ 47.00 S 2,400.00 $ 2,400.00 S 200.00 S 200.00 S 420.00 S 420.00 $ 100.00 S 100.00 S 1,300.00 S 1,300.00 Misc.-2 PROJECT SIGN LS 1 S 200.00 S 200.00 5 750.00 $ 750.00 5 1,000.00 $ 1,000.00 S 500.00 S 500.00 S 500.00 S 500.00 $ 1,440.00 S 1,440.00 S 1,500.00 $ 1,500.00 S 1,500.00 S 1,500.00 Misc. -3 DUST CONTROL LS 1 $ 400.00 S 400.00 S 1,225.00 5 1,225.00 S 500.00 $ 500.00 S 1,600.00 S 1,600.00 S 1,000.00 $ 1,000.00 S 1,442.00 $ 1,442.00 $ 250.00 $ 250.00 S 3.000.00 S 3,000.00 OWNERS CONTINGENCIES LS 1 Is 5 $ S $ 5 $ 5 S S $ $ 5 $ $ $ Misc. -4 PERFOMANCE AND PAYMENT BOND LS 1 S 800.00 S 800.00 S 580.00 $ 580.00 S 100.00 S 100.00 S 1,110.00 $ 1,110.00 S 2,076.00 S 2,076.00 S 2,220.00 $ 2,220.00 S 675.00 S 875.00 S 1,900.00 S 1,900.00 TOTAL SITE I $ 73 601.00 $ 77,316.00 $ 74 467.00 $ 75 024.10 $ 88,107.00 $ 90 044.00 $ 88,545.00 $ 91 573.00 Pay Item Pay Item Description Site 2 Unit Plan Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price 1 EXISTING ASPHALT PAVEMENT TO BE REMOVED. SY 260 S 8.00 S 2,080.00 S 0.80 $ 208.00 S 2.00 $ 520.00 S 14.69 S 3,819.40 $ 1.00 $ 260.00 S 2.55 $ 663.00 $ 3.25 S 845.00 S 5.70 S 1,482.00 2 1 -INCH (TYPE S -III) ASPHALT OVERLAY. SY 505 S 9.00 $ 4,545.00 S 5.80 S 2,929.00 $ 8.00 $ 4,040.00 S 7.08 $ 3,575.40 S 7.20 S 3,636.00 S 10.30 S 5,201.50 S 13.00 S 6,565.00 S 8.00 S 4,040.00 3 TRENCH PAVEMENT RESTORATION ( INCLUDING COMPACTED LIMEROCK BASE AND ASPHALT COURSE) SY 120 $ 22.00 $ 2,640.00 $ 15.70 S 1,884.00 S 25.00 $ 3,000.00 $ 17.95 $ 2,154.00 S 50.00 $ 6,000.00 S 23.50 S 2,820.00 $ 27.00 S 3,240.00 5 22.90 S 2,748.00 4 ASPHALT DRIVEWAY RECONSTRUCTION SY 140 $ 18.00 $ 2,520.00 $ 15.70 $ 2,198.00 S 8.00 S 1,120.00 $ 15.50 $ 2,170.00 S 40.00 S 5,600.00 $ 27.50 S 3,850.00 $ 32.00 S 4,480.00 $ 9.80 S 1,372.00 5 17'x27' U.S. PRECAST STRUCTURE D-1, COMPLETE INCLUDING GRATE AND PAVED APRONS. EA 4 $ 1,350.00 $ 5,400.00 $ 1,470.00 $ 5,880.00 S 1,300.00 $ 5,200:00 S 1,400.00 $ 5,600.00 S 1,500.00 S 6,000.00 S 1.635.00 S 6,540.00 S 1.450.00 S 5,800.00 $ 1,304.00 S 5,216.00 6 36 -INCH DIA. PRECAST DRAINAGE MANHOLE STRUCTURE, COMPLETE INCLUDING GRATE. EA a 5 1,450.00 5 5,800.00 5 1,620.00 5 6,480.00 5 1,450.00 $ 5,800.00 $ 1,500.00 $ 6,000.00 S 1,600.00 5 6,400.00 S 2175.00 S 8,700.00 S 1,950.00 S 7,800.00 S 1,718.00 S 6,872.00 7 15 -INCH DIAM EXFILTRATION TRENCH, COMPLETE PER DETAILS ON PLANS, INCLUDING SOD RESTORATION. LF 103 S 129.00 S 13,287.00 S 82.00 S 8,446.00 $ 85.00 S 8,755.00 S 91.50 $ 9,424.50 S 120.00 S 12,360.00 S 110.00 S 11,330.00 $ 120.00 $ 12,360.00 S 130.00 S 13,390.00 8 15 -INCH SOLID C.M.P. OR HOPE DRAINAGE PIPE LF 36 $ 37.00 $ 1.332.00 $ 37.00 $ 1,332.00 $ 40.00 $ 1,440.00 S 18.00 $ 648.00 $ 21.00 S 756.00 S 32.75 S 1,179.00 S 40.00 S 1,440.00 $ 29.00 S 1,044.00 Miscellaneous S 101.1 MOBILIZATION LS 1 S 600.00 S 600.00 S 4,610.00 S 4,610.00 S 6.500.00 $ 6,500.00 S 2.500.00 S 2,500.00 S 3,750.00 S 3,750.00 S 600.00 $ 600.00 S 2,500.00 S 2,500.00 S 3,000.00 S 3.000.00 102 -1 MAINTENANCE OF TRAFFIC LS 1 S 500.00 $ 500.00 S 2,470.00 S 2,470.00 $ 1,500.00 S 1,500.00 S 3,100.00 $ 3,100.00 S 1,200.00 $ 1,200.00 $ 440.00 S 440.00 $ 1,000.00 $ 1,000.00 S 5.500.00 S 5,500.00 104.10 -1 EROSION CONTROL LS 1 S 400.00 S 400.00 S 1,860.00 $ 1,860.00 S 150.00 S 150.00 S 1,500.00 S 1,500.00 S 300.00 $ 300.00 S 140.00 S 140.00 $ 100.00 S 100.00 S 650.00 S 650.00 Misc: 1 FLORIDA TRENCH SAFETY ACT LS 1 S 300.00 $ 300.00 S 530.00 S 530.00 S 47.00 S 47.00 S 2,400.00 $ 2,400.00 S 200.00 $ 200.00 $ 420.00 $ 420.00 S 100.00 $ 100.00 $ 600.00 $ 600.00 Misc.-2 PROJECT SIGN LS 1 S 200.00 $ 200.00 S 750.00 $ 750.00 $ 1,000.00 $ 1,000.00 S 500.00 $ 500.00 S 500.00 S 500.00 $ 1,440.00 S 1,440.00 $ 1,500.00 S 1,500.00 S 1,500.00 S 1,500.00 Misc.-3 DUST CONTROL LS 1 $ 400.00 S 400.00 $ 1,225.00 S 1,225.00 S 500.00 S 500.00 $ 1,600.00 $ 1,600.00 S 750.00 S 750.00 $ 1,440.00 S 1440.00 S 250.00 S 250.00 $ 2,700.00 S 2,700.00 OWNERS CONTINGENCIES LS 1 5 $ $ 5 $ 5 S 0% S S $ $ $ $ $ $ Misc. -4 PERFOMANCE AND PAYMENT BOND LS 1 $ 800.00 $ 800.00 $ 580.00 $ 580.00 $ 100.00 S 100.00 $ 700.00 1 $ 700.00 $ 1,118,00 $ 1,118.00 $ 960.00 S 960.00 $ 600.00 $ 600.00 $ 1,020.00 $ 1,020.00 TOTAL SITE 2 $ 40 804.00 $ 41 382.00 $ 39 672.00 $ 45 691.30 $ 48 830.00 $ 45 723.50 $ 48,580.00 $ 51 134.00 Pay Item Pay Item Description Site 3 Unit Plan Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price 1 EXISTING ASPHALT PAVEMENT TO BE REMOVED. SY 225 S 9.00 S 2.025.00 S 0.80 S 180.00 S 2.00 S 450.00 S 14.69 $ 3.305.25 S 1.00 $ 225.00 $ 2.55 $ 573.75 S 3.25 S 731.25 S 5.80 S 1,305.00 2 EXISTING CONCRETE PAVEMENT TO BE REMOVED. SY 195 $ 23.00 $ 4,485.00 S 10.00 $ 1,950.00 $ 3.00 S 585.00 $ 25.00 S 4,875.00 S 11.00 $ 2,145.00 S 3.20 S 624.00 $ 25.00 $ 4,875.001 S 5.00 $ 975.00 3 ASPHALT RECONSTRUCTION (1 -INCH ASPHALTIC CONIC. SURFACE) SY 223 5 20.00 $ 4,460.00 S 11.00 S 2453.00 S 8.00 S 1,784.00 S 27.75 S 6188.25 S 7.20 $ 1,605.60 S 10.30 S 2,296.90 S 11.00 S 2,453.00 $ 9.00 S 2,007.00 4 CONCRETE RECONSTRUCTION (8 -INCH CONC. SURFACE) SY 191 $ 51.00 S 9.741.00 S 18.00 $ 3,438.00 S 65.00 $ 12,415.00 S 69.39 S 13,253.49 $ 48.00 $ 9.166.00 $ 69.50 S 13.274.50 S 52.00 S 9,932.00 $ 40.00 5 7,640.00 5 TRENCH PAVEMENT RESTORATION ( INCLUDING COMPACTED LIMEROCK BASE AND ASPHALTICONCRETE COURSE) SY 145 S 21.00 $ 3,045.00 S 10.00 S 1,450.00 S 25.00 S 3625.00 S 12.95 S 1,877.75 S 50.00 $ 7,250.00 S 24.30 S 3,523.50 $ 27.00 $ 3,915.00 $ 23.00 S 3,335.00 6 REWORK EXISTING LIMEROCK BASE SY 415 S 5.00 S 2,075.00 S 17.00 S 7,055.00 S 20.00 S 8,300.00 S 4.50 S 1,867.50 S 4.00 $ 1,660.00 S 9.85 S 4,087.75 S 10.00 5 4,150.00 S 19.00 S 7,885.00 7 364NCH DIA. PRECAST DRAINAGE STRUCTURE, COMPLETE INCLUDING GRAI EA 2 $ 1,560.00 S 3,120.00 $ 1,785.00 $ 3,570.00 S 1,450.00 S 2,900.00 $ 1,485.00 $ 2,970.00 $ 1,600.00 S 3200.00 S 1,765.00 S 3,530.00 S 1,600.00 S 3,200.00 S 1,719.00 S 3438.00 8 42 -INCH DIA. PRECAST DRAINAGE STRUCTURE, COMPLETE INCLUDING GRATE AND PRB EA 2 S 1,950.00 S 3,900.00 S 2.070.00 S 4,140.00 S 1.800.00 S 3,600.00 S 1,575.00 S 3,150.00 S 1,800.00 S 3,600.00 S 2,230.00 S 4.460.00 S 1,950.00 S 3,900.00 S 2,355.00 $ 4.710.00 9 15 -INCH DIAM EXFILTRATION TRENCH, COMPLETE PER DETAILS ON PLANS, INCLUDING SOD RESTORATION. LF 35 S 130.00 $ 4,550.00 S 81.00 $ 2,835.00 $ 85.00 $ 2,975.00 S 91.50 S 3,202.50 S 120.00 $ 4,200.00 S 110.00 S 3,850.00 S 120.00 $ 4,200.00 $ 140.00 $ 4,900.00 10 154NCH SOLID C.M.P. OR HOPE DRAINAGE PIPE LF 95 $ 32.00 S 3,040.00 S 31.00 $ 2,945.00 $ 40.00 S 3,800.00 S 18.00 $ 1,710.00 S 21.00 $ 1,995.00 S 32.30 S 3,068.50 $ 40.00 S 3,800.00 $ 29.00 S 2,755.00 11 6' CONCRETE WHEEL STOP EA 7 S 35.00 $ 245.00 $ 25.00 $ 175.00 $ 150.00 $ 1,050.00 S 35.00 $ 245.00 S 25.00 S 175.00 S 30.001 S 210.00 $ 22.00 $ 154.00 S 25.00 S 175.00 Miscellaneous S $ $ S 101 -1 MOBILIZATION LS 1 $ 600.00 S 600.00 S 5.670.00 $ 5,670.00 S 6,500.00 $ 6.500.00 S 2.800.00 $ 2,800.00 S 3,750.00 $ 3,750.00 $ 600.00 S 600.00 IS 2.500.00 S 2,500.00 S 3,500.00 S 3,500.00 104 -10-1 EROSION CONTROL LS 1 5 500.00 $ 500.00 S 1,000.00 $ 1,000.00 S 1,5M.00 S 1,500.00 $ 1,500.00 S 1,500.00 $ 300.00 $ 300.00 S 180.00 S 180.00 S 100.00 $ 100.00 5 300.00 S 300.00 Misc: 1 FLORIDA TRENCH SAFETY ACT LS 1 S 400.00 S 400.00 S 530.00 S 530.00 $ 150.00 S 150.00 $ 2,400.00 $ 2,400.00 $ 200.00 S 200.00 S 420.00 S 420.00 S 100.00 $ 100.00 $ 520.00 S 520.00 Misc.-2 PROJECT SIGN EA 1 S 200.00 S 200.00 S 750.00 S 750.00 S 1,000.00 $ 1,000.00 $ 500.00 S 500.00 $ 500.00 S 500.00 $ 1,440.00 S 1,440.00 S 1,500.00 S 1,500.00 S 1,500.00 S 1,500.00 Misc.-3 DUST CONTROL LS 1 $ 400.00 S 400.00 S 1,225.00 $ 1,225.00 $ 500.00 $ 500.00 S 1600.00 $ 1600.00 S 1,000.00 $ 1,000.00 $ 1,440.00 S 1440.00 $ 250.00 $ 250.00 S 2,500.00 $ 2500.00 OWNERS CONTINGENCIES LS 1 $ $ S S S $ $ $ 5 $ S $ S $ $ S Misc.4 PERFOMANCE AND PAYMENT BOND LS 1 S 800.00 $ 800.00 S 580.00 S 580.00 $ 100100 S 100.00 I S 800.00 $ 800.00 S 950.00 $ 950.00 $ 960.00 $ 960.00 S 460.001 S 460.00 S 972.00 S 972.00 TOTAL SITE 3 $ 43 586.00 E 39,946.001 51 234.00 1 1 $ 52 244.74 $ 41 923.60 $ 44 538.90 1 $ 46 220.25 $ 48 417.00 TOTAL (SITE 1, SITE 2 AND SITE 3) $ 157 991.00 $ 158 644.00 E 165 373.00 $ 172 960.14 $ 178 860.60 S 180 306.40 $ 183 345.25 $ 191 124.00 TOTAL PLUS OWNER'S CONTINGENCY ($25,000) $ 182 991.00 $ 183 644.00 $ 190 373.00 $ 197 960.14 $ 203 860.60 $ 205 306.40 $ 208 345.25 $ 216 124.00 81D OPENING REPORT $ 181 991.00 $ 183 644.00 E 190 373.00 $ 172 960.14 $ 178 860.60 $ 180 306.40 $ 183 345.25 $ 216124.00 Prepared By: TYLIN INT'L. /H.J. Ross Associates Page 2 of 3 City of South Miami Citywide Drainage Improvements Phase V Results CITY'S project No. C109 -0601 Prepared By: TYLIN INT'L.IH.J. Ross Associates Page 3 of 3 Phase Project Quantities MASTER EXCAVATORS, - INC.(16) MARKS BROTHERS; INC.(17) MACONTEC LLC (18) - Balanced Average (omitted extraordinarily high or`lotiv'bid- prices) Pay Item Pay Item Description Site I Unit Plan Unit Price Price Unit Price Price Unit Price Price Unit Price Price 1 1 -INCH (TYPE S-111) ASPHALT OVERLAY. SY 1,520 $ 8.30 $ 12,616.00 S 11.00 S 16,720.00 $ 115.00 5 174 800.00 5 14.34 S 21,792.33 2 TRENCH PAVEMENT RESTORATION ( INCLUDING COMPACTED LIMEROCK BASE AND ASPHALT COURSE) SY 310 $ 22.00 5 6.820.001 $ 50.00 S 15,500.001 S 26.00 S 8,060.00 5 24.56 S 7,615.06 3 REMOVE AND DISPOSE OF EXISTING DRAINAGE STRUCTURE EA 2 $ 450.00 5 900.00 S 450.00 S 900.00 5 250.00 S 500.00 5 363.12 S 726.24 4 36 -INCH DIA. PRECAST DRAINAGE STRUCTURE, COMPLETE INCLUDING EA 12 5 2,300.00 S 27,600.00 S 3,350.00 S 40,200.00 S 1,200.00 S 14 400.00 S 1,788.35 S 21,460.24 5 42 -INCH DIA. PRECAST DRAINAGE MANHOLE, COMPLETE INCLUDING GRATE. EA 3 S 2,640.00 5 7,920.00 5 3,600.00 S 10,800.00 S 1,600.00 S 4,800.00 S 2.016.76 S 6,050.29 6 15 -INCH DIAM EXFILTRATION TRENCH, COMPLETE PER DETAILS ON PLANS, INCLUDING SOD RESTORATION. LF 188 S 104.00 S 19,552.00 5 140.00 S 26,320.00 5 60.00 S 11,280.00 S 96.01 S 18,049.11 7 15 -INCH SOLID C.M.P. OR HDPE DRAINAGE PIPE LF 137 $ 25.00 S 3,425.00 S 55.00 S 7,535.00 5 33.00 S 4,521.00 S 32.53 S 4,456.53 Miscellaneous 101.1 MOBILIZATION LS 1 5 9,700.00 $ 9,700.00 S 2,950.00 5 2950.00 5 1,200.00 S 1,200.00 § 3,200.59 § 3,200.59 102 -1 MAINTENANCE OF TRAFFIC LS 1 $ 3,200.00 $ 3,200.00 $ 550.00 S 550.00 S 1,000.00 S 1,000.00 5 1,917.35 S 1,917.35 104 -10-1 EROSION CONTROL LS 1 5 2,550.00 S 2,550.00 S 200.00 S 200.00 S 600.00 S 600.00 S 833.53 5 833.53 Misc: 1 FLORIDA TRENCH SAFETY ACT LS 1 $ 665.00 $ 665.00 $ 360.00 S 360.00 S 1,000.00 S 1,000.00 5 619.00 S 619.00 Misc. -2 PROJECT SIGN LS 1 5 410.00 S 410.00 $ 200.00 S 200.00 5 1,000.00 S 1,000.00 S 708.82 S 708.82 Misc.-3 DUST CONTROL LS 1 § 715.00 S 715.00 $ 100.00 5 100.00 5 500.00 $ 500.00 § 947.76 § 947.76 OWNERS CONTINGENCIES LS 1 5 § S S S S § 0 $ Misc.4 PERFOMANCE AND PAYMENT BOND LS 1 $ 1,500.00 $ 1,500.00 $ 1,223.00 5 1,223.00 5 4,570.00 $ 4,570.00 5 1,492.55 S 1,492.55 TOTAL SITE 1 $ 97 573.00 $ 123 558.00 $ 228 231.00 S $9,869.39 Pay Item Pay Item Description Site 2 Unit Plan Unit Price Price Unit Price Price Unit Price Price Unit Price Price 1 EXISTING ASPHALT PAVEMENT TO BE REMOVED. SY 260 S 5.10 $ 1,326.001$ 4.80 $ 1,248.00 S 6.00 $ 1,560.00 $ 4.20 S 1 091.86 2 1- INCH (TYPE S -III) ASPHALT OVERLAY. SY 505 S 8.30 S 4,191.50 S 11.00 5 5,555.00 $ 115.00 S 58075.00 S 13.66 5 6,899.70 3 TRENCH PAVEMENT RESTORATION ( INCLUDING COMPACTED LIMEROCK BASE AND ASPHALT COURSE) SY 120 S 22.00 S 2,640.00 S 50.00 5 6,000.00 S 26.00 S 3,120.00 $ 24.27 $ 2,912.00 4 ASPHALT DRIVEWAY RECONSTRUCTION SY 140 S 21.00 $ 2,940.00 $ 24.00 S 3,360.00 S 26.00 S 3,640.00 S 20.53 5 2,873.89 5 77'x27' U.S. PRECAST STRUCTURE D-1, COMPLETE INCLUDING GRATE AND PAVED APRONS. EA 4 $ 1,400.00 $ 500.00 S 1700.00 5 6,800.00 S 1,400.00 $ 5,600.00 S 1,326.61 $ 5,306.44 6 36 -INCH DIA. PRECAST DRAINAGE MANHOLE STRUCTURE, COMPLETE INCLUDING GRATE. EA 4 § 2,350.00 S 9,400.00 S 3.300.00 5 13,200.00 $ 1,200.00 $ 4,800.00 5 1,669.89 $ 6,679.56 7 15 -INCH DIAM EXFILTRATION TRENCH, COMPLETE PER DETAILS ON PLANS, INCLUDING SOD RESTORATION. LF 103 S 104.00 S 10 712.00 5 140.00 S 14,420.00 S 65.00 S 6,695.00 $ 90.86 $ 9,358.69 8 15 -INCH SOLID C.M.P. OR HDPE DRAINAGE PIPE LF 36 § 25.00 $ 900.00 S 44.00 S 1,584.00 S 33.00 $ 1,188.00 S 30.89 S 1,112.10 Miscellaneous § $ $ $ $ 101 -1 MOBILIZATION LS 1 S 8,530.00 S 8,530.00 $ 1,900.00 S 1,900.00 S 1.000.00 S 1,000.00 $ 2,389.44 5 2,389.44 102 -1 MAINTENANCE OF TRAFFIC LS 1 S 2,655.001 S 2,655.00 S 280.00 S 280.00 $ 500.00 S 500.00 S 1,271.67 S 1.271.67 104.10 -1 EROSION CONTROL LS 1 § 1,020.00 S 1,020.00 $ 100.00 S 100.00 S 500.00 $ 500.00 S 473.61 S 473.61 Misc: 1 FLORIDA TRENCH SAFETY ACT LS 1 5 285.00 5 285.00 S 160.00 S 160.00 $ 500.00 S 500.00 S 414.89 5 414.89 Mist -2 PROJECT SIGN LS 1 § 410.00 S 410.001S 200.00 S 200.00 S 1,000.00 S 1000.00 5 680.56 $ 680.56 Misc.-3 DUST CONTROL LS 1 $ 356.00 S 356.00 § 85.00 S 85.00 $ 500.00 $ 500.00 5 726.72 S 726.72 OWNERS CONTINGENCIES LS 1 5 S $ 5 § S 5 S Mist. -4 PERFOMANCE AND PAYMENT BOND LS 1 $ 1,500.00 S 1,500.00 S 550.00 $ 550.00 S 1,824.00 $ 1,824.00 S 802.82 S 802.82 TOTAL SITE 2 $ 52 465.50 $ 55 442.00 $ 90 502.00 $ 42 993.95 Pay Item Pay Item Description Site 3 Unit Plan Unit Price Price Unit Price Price Unit Price Price Unit Price Price 1 EXISTING ASPHALT PAVEMENT TO BE REMOVED. SY 225 $ 6.00 S 1,350.00 S 4.80 S 1,080.00 $ 5.00 S 1,125.00 S 4.19 S 941.63 2 1EXISTING CONCRETE PAVEMENT TO BE REMOVED. SY 195 § 8.15 $ 1,589.25 S 16.00 5 3,120.00 $ 7.00 $ 1,365.00 S 10.39 $ 2,025.29 3 ASPHALT RECONSTRUCTION (1 -INCH ASPHALTIC CONC. SURFACE) SY 223 $ 8.30 $ 1,850.90 $ 13.00 S 2,899.00 S 115.00 5 25,645.00 S 16.851$ 3,758.17 4 CONCRETE RECONSTRUCTION (84NCH CONC. SURFACE) SY 191 $ 33.00 $ 6.303.00 S 100.00 5 19,100.00 $ 80.00 S 15,280.00 5 51.77 S 9,888.39 5 TRENCH PAVEMENT RESTORATION ( INCLUDING COMPACTED LIMEROCK BASE AND ASPHALT /CONCRETE COURSE) SY 145 S 22.00 $ 3,190.00 S 35.001 S 5,075.00 S 26.00 S 3,770.00 $ 22.83 S 3.310.83 6 REWORK EXISTING LIMEROCK BASE SY 415 § 1.10 S 456.50 $ 5.20 S 2,158.00 S 5.00 $ 2,075.00 S 7.68 S 3,185.13 7 36 -INCH DIA. PRECAST DRAINAGE STRUCTURE, COMPLETE INCLUDING GRAI EA 2 5 2.265.00 S 4,530.00 S 3.050.00 S 6,100.00 $ 1,250.00 S 2.500.00, S 1,628.00 S 3,256.00 8 42 -INCH DIA. PRECAST DRAINAGE STRUCTURE, COMPLETE INCLUDING GRATE AND FRB EA 2 S 2,645.00 S 5,290.00 5 3,500.00 $ 7,000.00 S 1,500.00 S 3,000.00 S 1,935.56 S 3,871.11 9 15 -INCH DIAM EXFILTRATION TRENCH, COMPLETE PER DETAILS ON PLANS, INCLUDING SOD RESTORATION. LF 35 S 105.00 $ 3,675.00 $ 140.00 $ 4,900.00 S 70.00 S 2,450.00 S 92.47 S 3,236.53 10 15 -INCH SOLID C.M.P. OR HDPE DRAINAGE PIPE LF 95 § 25.001 $ 2,375.00 S 55.00 S 5,225.00 S 33.00 S 3,135.00 $ 30.42 $ 2,889.58 11 6' CONCRETE WHEEL STOP EA 7 $ 22.00 S 154.00 S 35.00 S 245.00 $ 200.00 $ 1,400.00 S 46.89 S 328.22 Miscellaneous S $ $ $ $ 101 -1 IMOBILI ZATION LS 1 5 8840.00 S 8,840.00 S 1900.00 S 1900.00 $ 1,000.00 S 1,000.00 $ 2,408.89 $ 2,408.89 104 -10-1 EROSION CONTROL LS 1 S 1,200.00 $ 1.200.00 $ 50.00 S 50.00 $ 500.00 S 500.00 S 460.00 $ 460.00 Mist: 1 FLORIDA TRENCH SAFETY ACT LS 1 $ 260.00 $ 260.00 $ 138.00 S 138.00 $ 1,000.00 S 1,000.00 S 403.83 S 403.83 Misc.-2 PROJECT SIGN EA 1 S 410.00 § 410.00 $ 200.00 5 200.00 $ 1,000.00 $ 1,000.00 § 666.67 $ 666.67 Misc.-3 DUST CONTROL LS 1 S 360.001 S 360.00 $ 31.00 5 31.00 5 500.00 S 500.00 S 694.78 S 694.78 OWNERS CONTINGENCIES LS 1 $ S 5 5 S S $ 0.06 $ 0.06 Misc. -4 PERFOMANCE AND PAYMENT BOND LS 1 5 1,500.00 $ 1,500.00 S 592.00 S 592.00 S 1,311.00 S 1,311.00 5 761.99 S 761.99 TOTAL SITE 3 E 43 333.65 $ 59 813.00 $ 67 056.00 $ 42 087.09 TOTAL (SITE 1, SITE 2 AND SITE 3) $ 193 372.15 $ 238 813.00 $ 385 789.00 S . 174 950.43 TOTAL PLUS OWNER'S CONTINGENCY ($25,000) 1 b 218 372.15 $ 263 813.00 $ 410 789.00 $ 199 950.43 BID OPENING REPORT I $ _218,372.15 $ 238 863.00 $ 385 789.00 Prepared By: TYLIN INT'L.IH.J. Ross Associates Page 3 of 3