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