10-20-09 Item 5Souuthh Miaami
im#g
10111,
To:
Via:
From:
Date;
Subject:
The Honorable Mayor Fe►iu dl lu
r
City Manage
W . Ajibola Balogun, 0.
P.E. Department
3ose Olivo, Engineering
Dep
Public Works &
Resolution:
Request:
Agenda Item No. :__—
October 6, 2009 & Associates for
ARRq Sunset Drive
withmM W 63ra to SW '" Ave.).
65
Contract Ave. THE CITY OF
construction Phase N (fro MISSION OF TE
improvements MAYOR AND CITY COM MANAGER TO EfION
THE TES FOR CONSTRUCTION OF
A RESOLUTION OF AUTHOR ►ZING THE T ARRA) SUNSET DRIVE
MIAMI, FLORIDA, VILA & A TMEN-V C ( 271,482.22 ,
SOUTH -r WITH M AMOUNT OF PEOPLE'S
AN AGREEMEECOVERY & REINVESTMENT E 2008 -2009 _ 310 AND
PROJECT IN AN TH 541 6
AMERICAN R TS PHASE IV 106-1770 -
GRANT AND
IMPROVEMENTS NUMBERS OR AN EFFECTIVE DATE'
TO ARRA T
CHARGED N ACCOU PROVIDING F
13F CHARGED ESPECTNELY, with M. Vil d
541.3450 R agreement from SW 63
124.1730- a construction
Manager to execute Improvements
Phase IV (
the City RA Sunset Drive Imp
Authorizing for AR
and Associates, t" Avenue.) providing infrastructure
to SW 65 continue p SW 65
Avenue o ect is to SW 63`d Avenue t the Sunset
this V, Drive from ent Plan for
The intent °f along Sunset Capital Improvem
improvements With our
ReasonlNeed: SW 69 Avenue. provide for
Avenue in accordance '" project will
1 to
Drive corridor from US Phase N Proj widening of
rovements as well as pedestrian
Sunset Drive improvements a improvements
keeping with the
The ARC` aving and drainag all ►n
needed p Irrigation well
much landscaping, objective as ublicly
sidewalks, calming bid was p held
friendly and traffic the construction
with pre-bid conference On
bid invitation for 2009, opene wi h
The Notice of July 2T he sealed bids were publicly
onded
advertised on Monday, -he bidders resp indicated
August 10 � A total of eleven id .tabulation with a bid
Monday, ,day, 26'" , 2009.to $747,035.00 Associates
Wednesday, 271 482.22 M. Vila & work with our
ranging from $ bidder was roceeded to bid
bids apparent lowest uently, we p Ross) to review the ible.
that the ap 271 482.22. Conseq deemed
of � Lin InternationallH.1 TY Lin
amount bid, which was deemed
by
engineering consultant (TY our lowest endation subm
and check references for of recomm
Attached is the
International /HJ Ross recommending M. Vila & Associates as the lowest
responsive bidder in an amount of $271,482.22.
Public Works- Engineering staff has reviewed the bid documentation and
concurs with the recommendation as provided by TY Lin International /HJ
Ross.
Cost: $271,482.22 .
Funding Source: Total construction cost is $271,482.22 of which $253,166.00 will be
charged to ARRA Grant account number 106 - 1770 - 541 -6310 with
account balance of $253,166.00 and $18,316.22 will be charged to the
2008 -2009 People's Transportation Plan account number 124- 1730 -54'1-
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
Page 2 of 2
RESOLUTION NO.:
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE AN
AGREEMENT WITH M. VILA & ASSOCIATES FOR CONSTRUCTION OF AMERICAN
RECOVERY & REINVESTMENT ACT (ARRA) SUNSET DRIVE IMPROVEMENTS
PHASE IV PROJECT IN AN AMOUNT OF $271,482.22 TO BE CHARGED TO ARRA
GRANT AND THE 2008 -2009 PEOPLE'S TRANSPORTATION PLAN ACCOUNT
NUMBERS 106 - 1770 - 541 -6310 AND 124 - 1730 - 541 -3450 RESPECTIVELY;
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the Mayor and City Commission wishes to provide infrastructure improvements along Sunset
Drive from SW 63rd Avenue to SW 65th Avenue, and
WHEREAS, the Mayor and City Commission authorize the City Manager to execute a construction contract
with M. Vila and Associates for ARRA Sunset Drive Improvements Phase IV Project for an amount of $271,482.22.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF
SOUTH MIAMI, FLORIDA THAT:
Section 1: That the Mayor and City Commission authorize the City Manager to execute a construction
contract with M. Vila & Associates for ARRA Sunset Drive Improvements. Phase IV for an amount of $271,482.22.
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 - 1770 - 541 -6310 ARRA Grant $253,166.00 $253,166.00
124- 1730- 541 -3450 PTP $18,316.22 $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 2009.
APPROVED:
MAYOR
COMMISSION VOTE:
Mayor Feliu:
Vice Mayor Beasley:
Commissioner Palmer:
Commissioner Newman:
Commissioner Sellars:
MIAMI DAILY BUSINESS REVIEW
Published Daily. except Saturday, Sunday and
Legal Holidays
Miami, Miami-Dade County, Florida
STATE OF FLORIDA
COUNTY OF MIAMI -DADE:
Before the undersigned authority personally appeared
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, Florida; that the attached copy of advertisement,
.being a Legal Advertisement of Notice in the matter of
CITY OF SOUTH MIAMI
BID NO. C109.0727
In the XXXX Court,
was published In said newspaper in the issues of
07/27/2009
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
newspape .
Sworn to and subscribed aforjme s
27 day of JULY . A.D. 2009
(SEAL)
V. PEREZ personally known to me
*pV PVe` Notary Pubic State of Wida
Cheryl H. Marmer
'o My Commisslon 00793490
'• eo-P Expires 0711812012
a�
ca
L
C
(D
E
a)
O
CL
E
IL
D �
N y O
C C O
6 � M
O
U w rn
°O
O Q N
Z Z (0
F-- F- N
U U CC)
w w
O O F
a d
�) e� ��G( ®- ;.)�(��
N
M
w
U
IL
C)
m
Z
O
CO
U)
2
Z
W
D
Q
0
w
O
W
O
O
U
Z
U
Z
U
Z
W
O
F
U
Z
O
U
W
U)
W
O
z
Q
U
°d
Z
=
U
Z
=
tal)
W
Z
U
U
D
F-
Q
Z
_Z
>
W
U
Z
w
z
O
d
=
Q
W
�
z
co
Z
U)
p
Z
Q
ot
Z
Z
O
L
Z
Q
Z
O
Z
Z
�
O
O
U
O
J
Q
>
U
<
-iw
Q
m
O
O
=O
LIINTERNATIONAL I HJ ROSS
engineers I planners I scientists
September 1, 2009.
Mr. W. Ajibola Balogun, REM
City Manager
City of South Miami
6130 Sunset Dr. .
South Miami, FL 33143
Re: ARRA Sunset Drive Drainage Improvements Phase IV
Bid No. C109 -0727
Dear Mr. Balogun,
On August 26, 2009, bids for the above referenced project were received and publicly
opened at City of South Miami City Hall. Eleven bidders responded with bids ranging
from $ 271,482.22 to $747,035.00. The Balanced Average, omitting the highest and
lowest bid prices, was $312,177.94.
Attached is a copy of the Summary of Bid Documentation Review. The lowest bidder is
M. Vila & Associates with a bid of $271,482.22. Attached is also a copy of the Bid
Requirements Checklist for the Lowest Five Bidders. No irregularities were found in the
lowest bidder's submittal. M. Vila & Associates has had satisfactorily previous working
experience with the City. In addition, we also interviewed one reference which was
satisfactorily rated above average by the contact person provided.
Therefore, based on the above review of eligibility, we recommend the award of the
contract to the apparent low responsive bidder, M. Vila & Associates, Inc. for an amount
of $271,482.22.
If you have any
Sincerely
i
Jose
l/ r
Enc. Summary of Bid
call me.
. Ross
ocumentation Review
201 Alhambra Circle, Suite 900 1 Carol Gables, Florida 33134 I T 305.567.1888 1 F 305.567.1771 1 www.tylin.com
N
U)
FO
L
a
w
C
d
>' N Qo
E o
• y U
E C o
L � �
c c o
(n in a
O � N
U Q U
gmp
O :=((�
cg
{rdq�'r
U S Z
O O
co 0 W W
W
N
W
W
O
O}
Z
W< v
F"
y,Q.iiis.:i.x_
r}
Y
r
r
Z
Z
to Z > rn
a
tiy�' r
w U)
0 z
x
w
fs-
'Zxasc
p .-
• f V M' E !n
bKn�y�'
0
4i
fA
lo
(n
U)
Q
W W
W
W
W
W
W
W
N Z
wmaggwi
- .
-
mss::?1 ' {- atxx'
3 y cxyr .
W
c
W W
W
N
W
w
w
w
Z Z
kS"Z
P'.�'L�•C7 �?
w
wEr
%
r
F Z
Fn <
it CD
.Z�a q,
au
C
CO
?tp'r
W W
rr
W
r
co
w
w
w
w#
0 04
,
yrrrr
op
1 k
>
< z
'j•n,��"
L�"'SSSS
i;
Cl'
LL
F'2Afwti7..
v
m
•
Z�i•" :^
p
W <
W U v^
Z
Y =
L Q C m L m
y. {:1 ;��" fn
t ?��.PQI
fn
W W
to
W
N
to
W
U
W
to
W
U)
W
> r Of
O� Z N
O i` O
U =— t9
D.
y 'O O
Y>kWf-
C, :5
O a n
VJ
wH
W
rn
W
o
O
Z
O
O
m
O
LL
0
o
o
a
Z
?£� O
}R• . r
W,
Z
p
F-
w
V
w
H
U
LL
O
O
w
S
.'
F-
m
Z
W
LL
_W
W.
w
U
O
W
O
U
LL
p
U
W
U
co
. w
ulasK_
V1
szs:. y W
O
O
O
Q
V%
W
F
¢
U
O
°'
e
O
U
Z
O
Z
Y
LL
W
co
.a3 a O
O
w
<
a
?<
Z
LL
O
Z
�_
!n
0
0
O
O
U
m
p
f0
U
LL
y
V 5
0
Z
p
Z
O
Z
o
U
<
LL
7
w
m k=
F
w
u
of
x
3
e. x' U
m<
m(
v)
V)
>
z'.e ;sa
o
N
0)
Y1
fD
�
W
O
O
d
m
R
S.
m
8 a
88
1
8 8
9 9
$$
i
. .
. .
. .
. .
. .
.
.
. .
. .
. .
.
k.
;�:8
888
= 88888$8$88888
8
88888888
°888
8
88
8
88
88
8
8
8
8 8
8 8
99
8¢888$8
9
9 9
888.
8
8
8
8°$
R R
R 8
8 8
8
8
8 8
8 8
8
a 8
8 8
8 8
8 8
I.".
8 8
8
888888888888$
�
d 4
« «
« »
» »
» «
« «w
»
» «
«»
-
»
» »»
-
« »
»«
— -
- --
88888888_888888838
8
888888888888»
2
fz 2
R
a 8
R R
8
d A
g=
N
8
8 8
8 8
8 8
8 8
8 8
8 8
8 8 .
8 . R
8
8
8 8
8 8
8 8
8 8
8 8
8
. R
1
8 88888888888888888
g am
1
8.88°°83833888»
.8
8 v
2 2
:1 8
v r
8 - 8
8
IQ
R 8
8 8
8 8
8 8
g99
8 8
8 8
8 8
8 8
8 8
R
88
a
8 8
9 8
8 8
9 8
8
E is
; �
8888888888888°88
.9
V. 8810888
- -
- -
- -
- —
- -
-
-
- -
- -
- -
— -
- -
-
2 8
4 R
R
R °2888.88
®R
8
8 a
8 z
-
12
M
9 C
set
8
j
9
19,
n
:a
S
88806
ct
I F
5 1;
5
S
I
;s 5
15 5
5 ;s
5
5 5
5
gt;
IN
rg
I"
2 ¢
W 16
S.
m
L
n
E
i
E
�o
5
c
o �
N N
Jsg
H V Q
�s °�H�'.ii
��z�?c2v
w
w
w w
w
w
w w
w
°
w w
n
w
^
°
ry
°»
a
R r
a
oN
B
i.
1
°"s8
8888.88688888.88888
8
886888888888'°
at
�C
$$6888688868688.
8
88888888$888
it;:
o R
o
N
N
5
Zi
w
8
8 8
8 8
8 8
88
8
8 8
8 d 8d
8 8
8 8
8 8
8°
fig=
88888888885588
"gigggge6
4
8.
N2SS5895R868,t,
w
8 88888888688888688
G
868888688888
..
"',a
�'-
iz-
8 Q8Q
Q8Q58848Q
Q8Q8QQ88g888
N
8848
8888
F
°9888:
Q8 y8
p8
°
rrNlll
A C
°:8Q
=
88Q
25 25
Q8Q Q8Q8888Q88.Q8Q8g8g888888p
25 No
8
Yv
DNKo»
A
Q8
'✓
ap518888488Q8Q68Q8QQ8Q0
if
an
o F.
:9 21
ffi
6x
ig
'
:i6'^
8p8Q
� i5
3S 8
866666
'A �
5R2 �
$ $
Q 8
6Bg 8.,
'4°t �
p8
N X
6B
JS
B
�
'.� .'i
'r7, �
B ❑B
B S
668''
� $
�e
86858668888888668
gg:
0R0
8
8886688888865
€ggge3aBSgs
°%
W
gyp,
'4
K
µ
- dr'
`m::8
88p88
88888888@588
g 3
a
N
p
5Q8
^ iS
88
R g
+88
4
_R 8m
88
n
-g'
8 p
NE
88 q8
Q $R
7:.
w
�
Ct
J 9
9bt
€6
.)
66315!s!s
!3
9
6
69999699999
w.
d
�
ge
6:
0
a
2e°
y2
F
m
m
v
d
Engineering & Construction Department
Contractor References
Based on Experience, Ability and Financial Standing
k144 d 4SS 9 /L-- ' /r✓G is a potential contractor for
the AX, /P' It is our practice to obtain
references from individuals and compames who have worked with a potential contractor. The above
company has included you and/or your company as a reference. We would greatly, appreciate your
prompt response to the following inquiry as it applies to the nature or your relationship with the
company. Those that do not apply should be left blank.
Please rate the consultant as follows:
1- poor 2 - average 3 - above average 4- very good 5- excellent
Reference given by:,
Name & Title
Address:
City /St/Zip
Telephone
Date
Ddv;d Rom370
Reference check conducted by:
Name: R0620 ' RO-fo 0 c- -l+
-P, le CA-,
1
2
3
4
5
Criteria
f e?,,74 -✓bc
Pnzs
�L >j�3Z
Ct�/�% �G S/ � i G 33i 3
A. Ability to complete project on time
B. Ability to stay within the budget
C. Quality of work
✓
D. Financial standing (if applicable)
E. Experience in their line of work
Additional Comments (May indicate last project /transaction with contractor):
FD07-
Reference given by:,
Name & Title
Address:
City /St/Zip
Telephone
Date
Ddv;d Rom370
Reference check conducted by:
Name: R0620 ' RO-fo 0 c- -l+
-P, le CA-,
lq,�a -,r
Ty,-i,✓ 1 /V," /z1V V70A/iK A/. ,T. R " -C- '
6,?C / sca
/ 4 6�61
4vee
Zol 41� - -,Itf A.-&
f e?,,74 -✓bc
Pnzs
�L >j�3Z
Ct�/�% �G S/ � i G 33i 3
5s' -- 6'YO- ;7 �'3'/
J OL5- --6 7�6 � — / 8d'c� eA'r z' / 7
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 _ parry of the second part (hereinafter
sometimes called the "Contractor ").
WITNESSETH: That the parties hereto, for the consideration hereinafter set.forth, mutually
agree as follows:
1.01 SCOPE OF THE WORK
A. The Contractor shall furnish all labor, materials, equipment, machinery, tools,
apparatus, and transportation and perform all of the work shown on the Drawings
and described in the Project Manual entitled:
SUNSET DRIVE IMPROVEMENTS - PHASE IV
(SW 651h Avenue to SW 63rd Avenue)
CITY OF SOUTH MIAMI, FLORIDA
as prepared by Corzo Castella Carballo Thompson Salman, P.A. acting as, and in
the Contract Documents, entitled the Owner's Engineer, and shall do everything
required by this Contract and the other Contract Documents.
1.02 . THE CONTRACT SUM
A. The Owner shall pay to the Contractorfor the faithful performance of the Contract, in
lawful money of the United States, and subject to addition and deductions as
provided in the Contract Documents, as follows:
B. Based upon the price shown in the Proposal heretofore submitted to the Owner by
the Contractor, a copy of said Proposal being apart of these Contract Documents,
the aggregate amount of this Contract is the lump sum of
Dollars ($ )
1.03 COMMENCEMENTAND COMPLETION OF WORK
A. The Contractor shall commence work on the date established in the Notice to
Proceed.
B. The Contractor shall prosecute the work with faithfulness and diligence and shall be
substantially completed with the work not later than one hundred twenty (120)
City of South Miami 00500 -1 Contract
Sunset Drive Improvements Phase IV
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 City's Project Engineer as the date of substantial
completion.
1.04 CONTRACTOR'S ACCEPTANCE OF CONDITIONS
A. The Contractor hereby agrees that he has carefully examined the sites for the work
to be performed and has fully satisfied himself that such sites are correct and
suitable ones for the work to be performed and he assumes full responsibility
therefore. The provisions of this Contract shall control any inconsistent provisions
contained in the specifications. All Drawings, Specifications and Contract items
contained in this Project Manual have been read and carefully considered by the
Contractor, who understands the same and agrees to their sufficiency for the work
to be done. It is expressly agreed that under no circumstances, conditions or
situations shall this Contract be more strongly construed against the Owner than
against the. Contractor and his Surety.
B. Any ambiguity or uncertainty in the Drawings or Project Manual shall be interpreted
and construed by the Owner's Engineer and his decision shall be final and binding
upon all parties.
C. It is distinctly understood and agreed that the passing, approval and /or acceptance
of any part of the work or material by the Owner, his Engineer, or by any agent or
representative as in compliance with the terms of this Contract and /or of the Project
Manual covering said work, shall not operate as a waiver by the Owner of strict
compliance with the terms of this Contract, and /or the Project Manual covering said
work; and the Owner may require the Contractor and /or his insurerto 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 Three Thousand
City of South Miami 00500 -2 Contract
Sunset Drive Improvements Phase IV
($3,000.00) per calendar day as fixed, agreed, and liquidated damages for each
calendar day elapsing beyond the specified time for completion or any authorized
extension thereof, which sum shall represent the actual damages which the Owner
will have sustained by failure of the Contractor to complete the work within the
specified time; it being further agreed that said sum is not .penalty, but is the
stipulated amount of damages sustained by the Owner in the event of such default
by the Contractor.
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:
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, forwork
performed during the preceding calendar month, less ten percent (10 %0) 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
City of South Miami 00500 -3 Contract
Sunset Drive Improvements Phase IV
except for payment of any amount owed under the contract; provided, however, that
in any action arising out of or to enforce this Agreement, the prevailing party shall be
entitled to its reasonable attorney's fees and costs, including, but not limited to
paralegal costs, and computer research costs. The parties shall not be liable for the
prejudgment interest.
1.09 MEDIATION
Any claim or dispute arising out of or related to this agreement shall be subject to
informal mediation as a condition precedent to the institution of legal or equitable
proceedings by either party. Both parties waive the right to arbitration. The parties
shall share the mediator's fee and any filing fees equally. The mediation shall be
held in Miami -Dade County, Florida, unless another location is mutually agreed
upon. Agreements reached in mediation shall be enforceable as settlement
agreements in the circuit court for the 11th Judicial Circuit for the State of Florida.
1.10 SIGNATORY AUTHORITY
The officials executing this Agreement warrant and represent that they are
authorized by their respective agency to enter into a binding agreement.
1.11 LIENS
Contractor is' prohibited from placing a lien on the City's property. This prohibition
shall apply to, inter alia, all subconsultants and subcontractors, suppliers and labors.
1.12 INCORPORATE BY REFERENCE DOCUMENTS ENCLOSED IN PROJECT
MANUAL
The contract enclosed within the "Pro�ect Manual for Sunset Drive Improvements —
Phase IV (SW 65�' Avenue to SW 63' Avenue), City of South Miami, City's BID No.:
C109 -0727 and all attachments in the Manual and the Construction Drawings shall be
incorporated by reference into the contract, as exhibits to the contract. Between the
contract and the attachments in the manual, the provisions of the contract shall
control should there be any inconsistency in the documents.
1.13 TRANSFER AND ASSIGNMENT
A. None of the work or services under this contract shall be subcontracted beyond that
shown on List of Major Sub - Contractors (page 00300 -4 of the Proposal) unless
Contractor obtains prior written consent from the City. Approved subcontractors
shall be subject to each provision of this contract and Contractor shall be responsible
and indemnify the City for all subcontractors' acts, errors or omissions.
B. The Contractor shall not assign, transferor 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.
City of South Miami 00500 -4 Contract
Sunset Drive Improvements Phase IV
1.14 EXAMINATION AND RETENTION OF CONTRACTOR'S RECORDS
A. The City, or any of their duly authorized representatives, shall, until 5 years after final
payment under this contract, have access to and the right to examine any of the
Contractor's books, ledgers, documents, papers, or other records involving
transactions related to this contract for the purpose of making audit, examination,
excerpts, and transcriptions.
B. The Contractor agrees to include in first -tier subcontracts under this contract a
clause substantially the same as subparagraph 1.14.A. above. "Subcontract," as
used in this clause, excludes purchase orders not exceeding $10,000.
C. The right to access and examination of records in subparagraph .1.14.A. shall
continue until disposition of any mediation, claims, litigation or appeals.
1.15 OWNERSHIP OF DOCUMENTS
All documents, reports, plans, specifications or other records, including electronic
records, resulting from the services rendered by the Contractor under, this contract
shall be deemed the property of the City and the City shall have all rights incident to
this ownership. The Contractor acknowledges that all documents prepared under
this contract shall be public records, and shall be subject to public inspection and
copying, as provided by Florida Statutes chapter 119. Upon conclusion of this
contract and any extensions, all documents shall be delivered by the Contractor to
the City. The Contractor shall have the right to retain copies of the documents at the
Contractor's expense.
1.16 SEVERABILITY
Should any paragraph or any part of any paragraph of this contract be rendered void,
invalid or unenforceable by any court of law, for any reason, the determination shall
not render void, invalid or unenforceable any other section or part of any section of
this contract.
1.17 CONTINGENCY FEE AND CODE OF ETHICS WARRANTY
A. Contractor warrants that neither it, nor any principal, employee, agent, representative
or family member has promised to pay, and Contractor has not, and will not, pay a
fee the amount of which is contingent upon the City awarding this contract to
Contractor.
B. Contractor warrants that neither it, nor any principal,,employee, agent, representative
or family member has procured, or attempted to procure, this contract in violation of
any of the provisions of the Miami -Dade County or the City of South Miami conflict of
interest and code of ethics ordinances.
C. A violation of this paragraph will result in the termination of the contract and forfeiture
of funds paid, or to be paid, to the Contractor.
1.18 WARRANTY OF AUTHORITY
City of South Miami 00500 -5 Contract
Sunset Drive Improvements Phase IV
The signatories to this contract warrant that they are duly authorized by action of
their respective city commission, board of directors or other authority to execute this
contract and to bind the parties to the promises, terms, conditions and warranties
contained in this contract.
1.19 INDEPENDENT CONTRACTOR
The Contractor is furnishing its services as an independent Contractor and nothing in
this contract shall create any association, partnership or joint venture between the
parties, or any employer - employee relationships.
IN WITNESS WHEREOF the parties hereto have executed this Agreement on the day and date first
above written in five (5) counterparts, each of which shall, without proof or accounting for the other
counterparts, be deemed an original Contract.
(Seal)
Attest:
City Clerk
City's Resolution No.
WITNESS: (If corporation, attach
Seal and attest by Secretary)
City of South Miami, Florida
Party of the First Part
IN
City Manager
Contractor
Party of the Second Part
0
Title
City of South Miami 00500 -6 Contract
Sunset Drive Improvements Phase IV
APPROVED AS TO FORM AND
LEGALITY:
City Attorney
APPROVED AS TO FINANCE:
By:
Director of Finance
City of South Miami
( *) In the event that the Contractor is a Corporation, the following certificate of resolution of the
Board of Directors of the Corporation, authorizing the officer who signs the Contract to do so in its
behalf shall be completed.
City of South Miami 00500 -7
Sunset Drive Improvements Phase IV
Contract
CERTIFICATE
(Sample)
STATE OF FLORIDA)
ss
COUNTY OF )
I HEREBY CERTIFY that a meeting of the Board of Directors of
passed and adopted:
"RESOLVED, that
a corporation under the laws of the State of
held on , 20 , the following resolution was duly
as
President of the
corporation, be and he is hereby authorized to execute the Contract dated , 20
between the CITY OF SOUTH MIAMI, a municipal corporation, and this corporation, and that this
execution thereof, attested by the Secretary of the corporation and with corporate seal affixed, shall
be the official act and deed of this corporation."
I further certify that said resolution is now in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the
corporation this day of , 20
Secretary
END OF SECTION
City of South Miami ..00500-8 Contract
Sunset Drive Improvements Phase IV
SUNSET DRIVE STREET IMPROVEMENTS, Phase IV
PROJECT LOCATION 4N
O
rind
8 8
8i 8
8 8
8 8 a
8 8
8
8
8
8 8
8 8 8 8
8 8
8 8
a
9
g
8
2
$
Am
888S
88888888S888°
S.
888°8$8r»
. 8
9. F. 8. . 8
S.
. .
. .
. .
. .
. .
. .
. . .
.
. .
. .
. .
. . . .
.
$$$$$$888$$8
°8888
9
0
9. E
9 9
.
. .
. .
. .
. .
. .
...
. .
. I
8
$
888
°88888585888
- -
- -
- -
- -
- -
- -
- -
-
-
- -
- -
- -
- -
- -
-
8
a 8
8 a
8 8
8 8
8 9
a 8
8 8
8
9
8 8
8 8
8 8
8 8
8 8
8
o
t;
2 Fo
R E;
E
'N 1
8 9
1
a 9
6 9
A V
19 M
9
13:1
o
. .
. .
. .
. .
. .
. .
. .
.
.
.
.
. .
. .
. .
. .
. .
.
88858888888
F F
S
8
8
8
8R
2
R
. .
. .
. .
. .
. .
. .
. .
. .
. .
.
. .
. .
. .
88588888888888
°88
8.
8888,888888
°8!P
E
R z;
9
9 9
0
rW
� rl,
88888-
8. S.
8. 8.
8. 5t
8.
8.
8.
8. V.:
8 8
8
8
8 8
8 8
8 8
8 8
8
8
8 8
8 8
S. 8
8 8
8 a
8:-$
9�
9
. .
. .
. .
. .
. .
. .
.
.
. .
. .
.
8
8 8
R
8 8
8
8
a
9
aS
I
a q
8 8
8 8
R
2
IS
8 88
8
8 z
. .
. .
. .
.
.
. .
. .
.
g
o
d g
u
N
g
JIM.
9 9
8
6 66
6
� rl
5
!i
6
6!5
b
5
6 IS
S 1
9
o
15
s o
'o
lo
rl
log
R
i
X
A
o
zo
6,2
o
is
X335
ow
9:
L
1 6
ui o.
4
F3k
-z
o
I�ITIITITI
ITI
z
d
0
6
E
m z
f o
'o
N NQQ
� ° K
mr
Fa•U Q
8
xmnv»xi9�ry
2 m
r
m o
R:
o n G
m$$
„:N
r. C
$$$$85$$$8888
R
818
81
sgss�m99
8888888
° -'
rC7 ii
8- S
8 R
4 8
8 8
8 8
8 8
8 8
8 8
8 8
8
8
8 8
8 8
8 8
8 8
8 8$
:»
»�»
8 8
8 8
8 8
8 8
8°
8 8
8 8
8 8
8 8
8 8
8 r
8 8
8''.°wo
t �
;a=
n
-
8$88$
888
SS$$
8
°8898
°8888$';,`':
8 8
8 8
8 8
8 8
8 8
8 8
8
8. S
8 8.
8$
8 8
8 8
ii
S 8
8
8 8
8 8
$. 88
8
8 8
S R
$
8 m
m 8
8:$
8M,
_ _
»
8 88
8888$$$$$8888$$
8
888888888
88
la,
2
9
1
R a
ig
liiii1.
8 8
8 S
S 8
S S
8 8
8 8
S 8°
8
8 8
8
8
8 8
8 8
8 81
8
8 8
8 ;°,'
.
Q
q Q
6N�m88�8,°$m°
-~
8 8
5 8
8
8 8
8 8
8 F.
8 m
8 8.
8
8
5
8 8
0»
x
8 8
8
�6
2 S
n N
H 'O
6
6 uS
uS uS
i
1Z;
fn n
11
O
'
u
o
°
u
d
°u t
»r
F
1
`
S
°
i, .
,
5!2
�
6
u
p
1
G
i
1 mi�k.
w
r '',
Q
m Z
m
w
1.
o p
a
> u
g
w
p
u I
5
u
1
Wo
u
.
oy
W
°
�
d
m
g
u�{{�rcu
o w
rcaercrcr�°w0g
"o
m
a
w
d-
m m
M m
0
T
.
D m
. .
m m
z
z z
m
c E
0
0
Z
20
0! to
;a
om
o
0
z
M
2
M
2 2
M
F
�; a
2 2
m
m
22
co
cn
0
L. 2
o m
C: I
w 0
O
c
=1 c
z 0
M
F
r-
22
m m
0 0
22
m
w 0
0
0
C,
z LO
0
z
m
Z
3.
E!
m
A
0
S G
c
r
Cl
O
P4
f {h
to
0 z
M
m m
0
0
ol
'08
a
m
m
C;
Fn 1;
0
. .
. . . . . . . . . .
W�w
=al
, INwl MAI
g
- -
- -
- -
- -
- -
- -
- -
- -
-
- ---
f i
--
t!
;3
- ?
4
P p
8 9
WtO
p A
Jgoi :�l
8 8
8 8
8 8
8 8
8 9
9
8 8
8 8
8 4
V
9
nn
S
NN O
8 8
-
- -
- -
-
-
- -
- -
-
-
M4z,
9
9
9 9
9
Lr
. .
. .
. .
. .
. .
b w
- -
- -
- -
- -
- -
- -
- -
N:
SNo 8
8
99F.-918M
A A.
'lN 9
s i
P.
8
8 8
g g
g 9
8
�id
TABLE I
City of South Miami
ARRA Sunset Drive Improvements Phase IV
- I
I . ... 1....v
Pr
IBM
gmw"
co ecf
MUM
Wi
pl�np
ME
.
mg
T-g
IN
Now
gg
44� i. , -J,
In
::Pfice
..... .......
101-1
MOBILIZATION
LS
1
$16.267.03
$ 16.267.03
$ 800.00
$ 800.00
$ ZOIX)aCD
_$_ 2,000.00
$ 5,408.00
$ 5,408.00
$ 12,000.00
$ 12,000.00
$ 2.500.00
$ 2.500.00
102-1
MAINTENANCE OF TRAFFIC (INCLUDING OFF-DUTY POLICE AS REQUIRED,
SIDEWALK CLOSURE SIGNS, ELECTRONIC BOARDS)
Ls
1
$5,550.00
$ 5.550.DO
$ 8ro0o*oD
$ BtODOoOO
$ 13.000.00
$ 13,000.00
$ 19.46goOD
$ 19,469.00
$ 13.000.00
$ 13,ODO woo
$ 23,0D0.00
23, 1
$ 000.00
110-1-1
CLEARING AND GRUBBING
Ls
1
$2,723.63
$ 2.723.63
$ 18.250.00
$ 18250w00
$ 2,000.00
$ 2.000-00
$ 8,112.00
$ 8.112.00
$ 13.000.00
$ 13,000.00
$ 11.500.00
$ 11,500.00
110-4
REMOVAL OF EXISTING CONCRETE PAVEMENT
SY
1,000
$12.70
$ 12.700w00
$ 2.60
$ 2.600.00
$ 9.90
$ 9,900000
$ 1.90
$ 1,900.00
$ 11.00
$ 11.13DO.G0
$ 10.60
$ 10,600.00
327-70-1
MILLING EXISTING ASPHALTIC PAVEMENT (1- AVERAGE DEPTH)
BY
750.0
$5.29
$ 3.967.50
$ 5.50
$ 4,125.00
$ 3.50
$ 2.625.00
$ 5.00
$ 3.750.00
$ 5.00
$ 3,750.00
$ 4.40
$ 3.300.00
334-1e13
SUPERPAVE ASPHALTIC CONCRETE (TRAFFIC C)
TON
574w0
$80.00
$ 45,920.00
$ 104.50
$ 59,983.00
$ 132.00
$ 75.768.00
$ 105.00
$ 60.270,00
$ 115.00
$ 66,010.01)
$ 125.00
$ 71,750.00
425-1-201
INLETS, CURB, TYPE 9, <1101
EA
1.0
$3.150.44
$ 3,150.44
$ 5100*00
$ 5i100400
$ 2,120.00
$ 21120a00
$ 1,885.00
$ 1,885.00
$ 2,500a00
$ 2,500.00
$ 1.450.00
$ 1.450.00
425-1-205
INLETS, CURB, TYPE 9, PARTIAL
EA
2.0
$2.439.95
$ 4,879.90
$ 910.00
$ 11.820.OD
$ 1,020.00
$ 2,040.00
$ 1.005.00
$ 2,010.00
$ 600.00
$ 1.200.00
$ 815.00
$ 1,630.00
425-1521
INLETS, DT BOT, TYPE C. <10'
EA
2.0
$3.007.54
$ 6,015w08
$ 1,740.00
$ 3,480.00
$ 1,750.00
$ 3,500.00
$ 1,691.00
$ 3,382.OD
$
$ 4.400.00
$ 1,240.00
$ 2,480.00
425-2-73
MANHOLE, J-7, PARTIAL
EA
2.0
$1.503.21
$ 3,006.42
$ 715.00
$ 1.430.00
$ 900.00
$ 1.800.00
$ 655.00
$ 1,310.OD
$ 600.OD
$ 1.200.00
$ 760.00
$ 1,520.00
425-5
MANHOLE. ADJUST
EA
5.0
$234.27
$ 1.17135
$ 200.00
$ 1,000w00
$ 450.00
$ 2,250.00
$ 195.00
$ 975.00
$ 200.00
$ 1.000.00
$ 170.00
$ 1 850.00
425-6
VALVE BOX, ADJUST
EA
25.0
$90.59
$ 2t264*75
$ 132.00
$ 3.300w00
$ 200.00
$ 5,000.00
$ 195.00
$ 4.875.00
$ 100w00
$ 2,500.00
$ 140.00
$ 3,500.00
430-17L101
PIPE CULVERT OPTIO14AL MATERIAL ROUND-SHAPE 0-24"
LF
38.0
$40a91
$ 1454458
$ 50w00
$ 1,900.00
$ 60.00
$ 2,280.00
$ 40.00
$ 1.620.00
$ 60w00
$ 2,280.00
$ 50.00
$ 1,00.00
5.715
CONCRETE CURB & GUTTER, SPECIAL (COLOR EXIS. C&G PER PLANS)
LF
1,900.0
$1.47
$_ 2.793.00
$ 5w50
$ 10,450.00
$ 5w00
$ 9,50D.00
$ 21.60
$ 41,1540.00
$ goo
$ 17.100.00
$ 6.00
$ 11,400.00
520-1-10
CONCRETE CURB AND GUTTER, TYPE F (COLOR PER PLANS)
LF
1.400.0
$18.68
$ 26,152.00
$ 21.50
$ 30,100.00
$ 22.00
$ 30.800.00
$ 19.50
$ 27.300.00
$ 16.50
$ 23,100.00
$ 14w00
$ 19.600w00
522-1
CONCRETE SIDEWALK, 4 -THICK
SY
1,500.0
$36.80
$ 55,200.00
$ 28.70
$ 43.050.00
$ 31.50
$ 47,250.00
$ 20.60
$ 30.900.00
$ 24.00
$ 36,000.00
$ 40.00
$ 60.000-00
522-2
CONCRETE SIDEWALK, 6' THICK
SY
100.0
$48.69
$ 4.869.00
$ 36.00
$ 3.600.00
$ 42.30
$
$ 24.40
$ 2,440.00
$ 36mOD
$ 3t600.00
$ 51.00
$ 5.100.00
58D-1-2
LANDSCAPE COMPLETE - LARGE PLANTS
LS
1.0
$12,447.00
$ 12j447w00
$ 19.30000
$ 19,300.00
$ 19,000.00
$ 19.000.00
$ 20,852.00
$ 20.852.00
$ 28.000w00
$ 28.00D.00
$ 23.200.00
$ 23,200.00
IRRIGATION SYSTEM (INCLUDING VACUUM BREAKERS CONTROLLER,
Ls
1.0
$21,554.56
590-70
1 PROGRAMMER, & COORDINATION WITH WASD & COST OF WATER METER
$ 21,554.56
$ 15,00100
$ 15.000.00
$ 19,000.00
$ 19,000.00
$ 15,922.00
$ 15,922.00
$ 18,500.00
$ 18,500.00
$ 31,400.00
$ 31,400.00
700-21-11
MULTI-POST SIGN (PROJECT SIGN PER CITY'S DIRECTION)
EA
2.0
$476.40
$ 952.80
$ 850.01)
$ 1,700.00
$ 350.00
$ 700.00
$ 1.622.00
$ 3.244.00
$ 600.00
$ 1.200.00
$ 575.00
$ 1,150.00
706-3
RETRO-REFLECTNE PAVEMENT MARKERS BI-DIRECTIONAL AMBER
EA
150.0
$4.00
$ 600.00
1$ 4.80
$ 720.00
$ 5.00
$ - 750.00
$ 4.30
$ 645.00
$ 6.00
$ 900.00
$ 4.60
$ 690.00
711-11-121
THERMOPLASTIC STRIPE SOLID(WHITE)6'
LF
1,300.0
$0.80
$ 1 pD40IOD
$ 1.02
$ 1.326.00
$ 1.15
$ 1,495,00
$ 0.50
$ 650.00
$ oaga
$ 1,170.00
$ 0.90
$ 1,170.00
711-11-123
THERMOPLASTIC STRIPE SOLID (WHITE) 12-
LF
700.0
$2.40
$ 1,680.00
_$ 2.70
$ 10890w00
$ 230
$ 111610.00
$ 2.20
$ 1.540.00
$ 2.70
$ 1.890.00
$ 1.70
$ 1,190.00
710-11-126
THERMOPLASTIC STRIPE SOLID (WHITE) 24-
LF
100.0
$4.10
$ 410.00
$ 5.40
$ 540.00
$ 4.60
$ 460.01)
$ 4.30
$ 430.00
$ 6.00
$ 500.00
$ 3.60
$ 360.00
711-11-141
THERMOPLASTIC STRIPE SKIP(WHITE)6-
LF
480.0
$0.80
$ 384.00
$ 1.02
$ 489.60
$ 1.15
$ 552.00
$ 0.50
$ 240.00
$ 1.00
$ 480.00
$ 0.90
$ 432.00
711-11-170
THERMOPLASTIC DIRECTIONAL ARROWS
EA
6.0
$75.00
$ 450.00
$ 50.50
$ 303.00
$ 85.00
$ 510.00
$ 54.001
$ 324.00
$ 100.00
$ 600.00
$ 53.00
$ 318w00
710-11-221
TRAFFIC STRIPE SOLID (YELLOW) (6')
LF
2,000.0
$0.80
$ 1.600.00_1_$
1.02
$ 2,040.00
$ 1.15
$ 2,300.00
$ 0.50
$ 1,000.00,
$ 1.00.
$ 2000,00 .
$ 0.90
$ 1,800.00
710-11-224
TRAFFIC STRIPE SOLID (YELLOW) (18')
LF
40.0
$3.45
1 $ 138.001$
3.25
$ 130.00
$ 1w75
$ 70.00
' $ 3.00
$ 120.00
$ 5.DD
$ 200.001$
2w10
$ 84.DO
SM-1
CONTINGENCY
Ls
1.0
$25,000.00
$ 25.000b0
$ 25,000.00
21.0111-00
25,000.00
$ 21.000.00
$ 25,00000
$ 25.0D0w00
$ 25.000.00
$ 25pOD0.00
$ 25,000.DO
$ 25,000.OD
SM-2
PERFORMANCE & PAYMENT BOND
Ls
1.0
$2.371.81
11
�'
1:;3r
71
$ � 0.
$ 5,500.0
i$
�
$ 2.500.00
$ 4,487.00
$ 4,487.00
�9�
$ 4.000.00
$ 4.000.00
$ 4,000.00
$ 4 non..nn
SM-3
EROSION AND DUST CONTROL
LS
1.0
$4.669.37
i$ il
� IT
$ 2,000.00
$ 2.000.00
$ 750 00
$ 750.00
$ 8,112.00
$ 8,112.00
$ 1500.00
$ 1,500.00
$ 1,100.00
s 1,100 .00
$„ r. .1 2,00'
-
.00,
BID OPENING REPORT
TABLE I
City of South Miami
ARRA Sunset Drive Improvements Phase IV
GI I Y'S
1:51w III U9 _Ul'4f
N I 1 1,
M, AWFUNT
0
01
d' qt 5
t PrIC6
u
n
MOBILIZATION
LS
1
1 19.483.001
$ 19,483.00
$15,00000
$ 15,000.00
$ 70,000.00
$ 70.000.00
$ 36.000.00
$ 36,000.01)
$ 10,000.00
$ 10.000.00
$ 18,132.33
$ 18.132.33
102-1
MAINTENANCE OF TRAFFIC (INCLUDING OFF-DUTY POLICE AS REQUIRED, SIDEWALK CLOSURE CLOSURE SIGNS, ELECTRONIC BOARDS)
1
$ 14.905.001
$ 14,905.00
$5,000.00
$ 5.000.00
$ 25.000.00
$ 25,000.00
$ 50.000.00
$ 50,000.00
$ 20,000.00
$ 20,000.00
$ 191041m56
$ 19,041.56
11D-1-1
CLEARING AND GRUBBING
LS
1
$ 3,920.001
$ 3,920.00
$5.000.00
$ 5,DDO.OD
$ 10,000.00
$ 10,000.00,
$ 18,000.01)
$ 18,000.00
$ 10.000.00
$ 10,000.00
$ 9,975.78
$ 9. 7 "
110-4
REMOVAL OF EXISTING CONCRETE PAVEMENT
SY
1.000
$ 5.601
$ 5,600.00
$12.00
$ 12,000.01)
$ 13.50
$ 13,500.00
$ 13.70
$ 13,700,00
$ 4.50
$ 4.500.00
$ 8.98
327-70-1
MILLING EXISTING ASPHALTIC PAVEMENT (1- AVERAGE DEPTH)
SY
750.0
$ 8.55
$ 6,412.50
$2.25
$ 1,687.50
$ 10.00
$ 7.500.00
$ 5.00
$ 3,750.00
$ 3.50
$ 2,62,5.00
$ 5.47
0
$ 4.100.00
"0
34-1-13
SUPERPAVE ASPHALTIC CONCRETE (TRAFFIC C)
TON
574.0
$ 118.00
$ 67,732.00
$125.00
$ 71,750.00
$ 94.00
$ 53,956.00
$ 95.00
$ 54,530.00
$ 135100
.$ 77,49D.00
$ 112.61
$ 64,638.78
425-1-201
INLETS, CURB, TYPE 9, <10'
EA
1.0
$ 2,89D.00
$ 2,890.00
$2,500.OD
$ 2,500.00.
$ 2,700.00
$ 2,700.00
$ 3.500.00
$ 3.500.00
$ 2,500.01)
$ 2,500.00
$ 2.738.33
33
$ 2,738.33
425-1-205
INLETS, CURB, TYPE 9, PARTIAL
EA
2.0
$ 1,980.00
$ 3,960.00
$2,200.00
$ 4,00.00
$ 100.0D
$ 3,60D.00
$ 1,700.00
$ 3.400.00
$ 2,500.00
$ S00D.00
$ 1,336.67
$ 2,673.33
425-1-521
INLETS, DT BOT, TYPE C, <10'
EA
2.0
$ 3t520ol)()
$ 7,040.00
$2,100.00
$ 4,200.00
$ 2,50D.00
$ 5,000.00
$ 3.20D.00
$ 6,400.00
$ 2,500.00
$ 5.000.00
$ 2.215.67
33
$ 4,431.33
425-2-73
MANHOLE, J-7, PARTIAL
EA
1 2.0
$ 1,470.00
$ 2,940.00
$2.400 DO
$ 4,800.00
$ 1,500.00
$ 3 '000.00
$ 1.6DD.00
$ 3.200.00
$ 3,500.00
$ 7,000.00
$ li!7718
f.
$ 2,355.56
425-5
MANHOLE, ADJUST
EA
5.0
$ 868.00.
$ 4,340.00
$200.00
$ 1.000.00
$ 400.00
$ 2.000.00
$ 180.00
$ 900aDO
$ 400m00
$ 2.0W.00
$ 318.11
r
$ 1,590.56
425-6
VALVE BOX, ADJUST
EA
25.0
$ 390.00
$ 9,750.00
$95.00
$ 2,375.00
$ 250.00
$ 6.250.00
$ so' .00
$ 2,250.001
$ 100.00
$ 2,500.00
$ 176.89
$ 4,422.22
430-175-101
PIPE CULVERT OPTIONAL MATERIAL ROUND-SHAPE 0-24"
LF
38.0
$ 78.50
$ 2,983.00
w.00
$ 1,330.00
$ 54.00
$ 2.052.00
$ 30.00
$ 1,140.00
$ 85.00
$ 3,230.00
$ 50.83
$ 1,931.67
52D-1-8
CONCRETE CURB & GUTTER. SPECIAL (COLOR EXIS. C&G PER PLANS)
LF
1,900.0
$ 3.90
$ 7.410.00
$19.50
$ 37,050.00
$ 8.30
$ 15,770.00
$ B.DD
$ 15,200.00
$ 60.00
$ 114,000.00
$ 9.64
$ 18,324.44
52D-1-10
CONCRETE CURB AND GUTTER, TYPE F (COLOR PER PLANS)
LF
1.4GO.0
$ 2100
$ 32,200.00
-
$19-50
$ 27.300.00
$ 13,90
$ 19,460.00
$ 14.60
E$
E�
$ 20.300.00
$ 60woo
$ 84t000%00
$ 18%27
$ 25,573.33
522-1
CONCRETE SIDEWALK. - 4" THICK
SY
1.500.0
$ 42.85
$ 64.275.00
$25.50
$ 38,250.00
$ 19.35
$ 29,025.00
32.510
$ 48,750.00
$ 40.00
$ 60,000.00
$ 29:44
.6
$ ",166.67
522-2
CONCRETE SIDEWALK, 6- THICK
SY
100.0
$ 75.50
$ 7.550.00,
$32.65
$ 3,265.00
$ 32.40
$ 3.240.00
$ 4 0
$ . 0
$ 4.000.00
$ 50.00
$ 5,000.00
$ 4114
$ 4,113.89
58D-1-2
LANDSCAPE COMPLETE - LARGE PLANTS
LS
1.0
-
$ 16.500.00
$ 16,500.00
$42,500.00
$ 42,500.00
$ 19,279.20
$ 19,279.20
$ 35.500.DO
�"So. 0
$ 35,5D0.00
$ 150,OOD,00
$ 150,000woo
$ 24,903:47
$ 24,903.47
IRRIGATION SYSTEM (INCLUDING VACUUM BREAKERS CONTROLLER
LS
1.0
$15,500.00
590-70
PROGRAMMER, & COORDINATION WITH WASD & COST OF WATER METER
$ 7,260.00
$ 7.260.00
$ 15.500.00
$ 12.220.97
$ 12.220.97
$ 16,000.00
$ 16,000.00
1 $ 125,000.00
$ 125,000.00
1 $ 16,755.89
$ 16,755.89
70D-21-11
MULTI-POST SIGN (PROJECT SIGN PER CITY'S DIRECTION)
EA
20
$ 335w00
$ 670.00
-
$250.00
$ .500.00
$ 700.00
$ 1,400.00
$ 72.30
$ 144.601
$ 500.00
$ 1,000.00
$ 594.92
$ 1,189.84
706-3
RETRO-REFLECTIVE PAVEMENT MARKERS BI-DIRECTIONAL AMBER
EA
150.0
$ 4.75
$ 712.50
$4.35
$ 652.50
$ 4.00
$ 600.00
$ 170
$ 555.00
$ 6,00
$ 900.01)
$ 4.61
$ 691.67
711-11-121
THERMOPLASTIC STRIPE SOLID (WHITE) 6'
LF
1.3DO.0
$ 1.05
$ 1,365.00
-
$0.55
$ 715.00
$ 0.80
$ 1,040.00
$ 0*60
$ 780.00
$ 1.00
$ 1,300.00
$ 0.83
$ 1,079.00
711-11-123
THERMOPLASTIC STRIPE SOLID (WHITE) 12-
LF
700 -_
.0
$ 2.651
$ 1,855.Dl)
$125
$ 875.00
$ 2.40
$ 1,680.00
$ 1.90
$ 1,330.00
$ 1.00
$ 700.00
$ 2.20
$ 1,540.00
- - -
710-11-125
THERMOPLASTIC STRIPE SOLID (WHITE) 24'
LF
100. 0
$ 5.351
$ 535.00
$Z50
$ 250.00
$ 4.10
$ 410.00
$ 3.30
$ 330.00
$ 1.50
$ 150.00
$ 4.24
$ 423.89
711-11-141
THERMOPLASTIC STRIPE SKIP(WHITE)6"
LF
480.0
1 1.05
$ 504-00
$0W60
$ 288.00
$ 0.80
$ 384.00
$ 0.60
$ 288.00
$ 1.00
$ 480.00
$ 0.85
$ 406.40
711-11-170
THERMOPLASTIC DIRECTIONAL ARROWS
EA
6.0
$ 50.25
$ 301.50
$27.00
$ 162.00
$ 75.00
$ 450.00
$ 69.10
$ 414.60
$ 100.00
$ 600.00
$ . 62.65
$ 375.90
71011-221
TRAFFIC STRIPE SOLID (YELLOW) (6-)
LF
2,000.0
$ 1.05
$ 2,10D.00
$0.80
$ 1,600.00
$ 0.80
$ 1,600.00
$ 0.60
$ 1.200.00
S l..
$ 2.000.00
$ 0.87
$ 1,737.78
71011-224
TRAFFIC STRIPE SOLID (YELLOW) (181
LF
40.0
$ - 125
S 130.00
$2.00
$ 80.00
$ 3.45
E 138.00
$ - 2.20
$ 88.01)
$ 1.50
$ 60.01)
$ 2*89
$ 115.56
SM-11
CONTINGENCY
LS
1.0
$ 25.000.00
$ 25.000w00
$25,000.00
1 $ 25,000.00
$ 25,000.00
$ 25,000.00
$ 25,00.00
$ 25,000.00
$ 25,000.00
$ 25,000w00
$ 25,000.00
$ 25,000.001
SM -2
PERFORMANCE & PAYMENT BOND
LS
1.0
$ 2,980.00
$ 2,98OwOO
1 $13,000 00
12 DO OO
1 17.000.00
$ 17,000.00
$ 5,00D.00
$ 200202
15.000.00
$ 15,000.00.
$ 6.496.33
$ 2 :4i2l�3Z3
SM-3
EROSION AND DUST CONTROL
LS
1.0
$ 2,810.00
$ 2,810.00
1 .00
$ 1!0 '. .
21500w00
$ 2,500.DD
$ 9.000.00
$
$ '000.00.
$ 10,000.00
�'w
$ 3,252.44
-
$ 3 'i
- �"4--
33%530
5
BID OPENING REPORT