Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
09-02-08 Item 15 (2)
CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER - OFFICE MEMORANDUM South Miami M- America Cit]► 1 2001 To: The Honorable Mayor Feliu and Member of the City Commission Via: W. Ajibola Balogun, City Manager ' From: Rodolfo de la Torre Q(Qe- Maintenance Services Operations Manager Date: September 16, 2008 Subject: Landscaping Services for SW 66 Street Improvements Phase 1 Resolution: A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A WORK ORDER WITH BUDGET CONSTRUCTION, INC. FOR LANDSCAPING SERVICES AS PART OF SW 66 STREET IMPROVEMENTS PHASE 1 IN AN AMOUNT OF $34,347.99 TO BE CHARGED TO PUBLIC WORKS CONTRACTUAL SERVICES ACCOUNT NUMBER 001 - 1730 -541 -3450; PROVIDING FOR AN EFFECTIVE DATE. Request: Authorizing the City Manager to execute a work order with Budget Construction, Inc., for landscaping services for SW 66 Street Improvements Phase I. Reason/Need: Miami -Dade County Office of Community & Economic Development (OCED) funded improvements to SW 66 Street Phase 1 as part of Community Development Block Grant and we committed to providing landscaping as a part of the improvements. To fulfill our commitment to OCED, we have secured the services of Budget Construction, Inc for the landscaping portion of the project. Budget Construction, Inc is the lowest responsive responsible bidder for SW 66 Street Improvements Phase 1 Project. COST: $34,347.99 Funding Sources: Public Works Contractual Service account number 001 - 1730 -541 -3450 Backup Documentation: • Proposed Resolution • Budget Construction Proposal • Contractor Bid Tabulation o Contractor References 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA AUTHORIZING THE CITY MANAGER TO EXECUTE A WORK ORDER WITH BUDGET CONSTRUCTION CO, INC FOR LANDSCAPING SERVICES AS PART OF SW 66 STREET IMPROVEMENTS PHASE 1 IN AN AMOUNT OF $34,347.99 TO BE CHARGED TO PUBLIC WORKS DEPARTMENT'S CONTRACTUAL SERIVCES ACCOUNT NUMBER 001 - 1730 -541 -3450; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Mayor and City Commission wishes to provide landscaping along SW 66 Street as part of SW 66 Street Improvements Phase 1 defined as between SW 59"' Place and SW 58`h Avenue; and WHEREAS, the City wishes to secure the landscaping services of Budget Construction, Inc in an amount of $34,347.99 for the SW 66 Street Improvements Phase 1 landscaping; and WHEREAS, the landscaping services will be funded through Public Works Department's contractual services account number 001 - 1730 -541 -3450 with current account balance of $35,352.50 before this request. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1: The Mayor and City Commission authorizes the City Manager to execute a service work order with Budget Construction, Inc. for landscaping services in amount of $34,347.99 for SW 66 Street Improvements Phase 1. Section 2: That the landscaping services will be funded through Public Works Department's contractual services account number 001 - 1730 -541 -3450 with current account balance of $35,352.50 before this request. Section 3: This resolution shall be effective immediately. PASSED AND ADOPTED this day of 52008. ATTEST: CITY CLERK READ AND APPROVED AS TO FORM: CITY ATTORNEY APPROVED: MAYOR Commission Vote: Mayor Feliu: Vice Mayor Beasley: Commissioner Palmer: Commissioner Wiscombe: Commissioner Beckman: SECTION 00300 PROPOSAL S.W. 66TH STREET IMPROVEMENTS S.W. 59TH PLACE TO S.W. 58TH AVENUE City Clerk's Office City Hall 6130 Sunset Drive South Miami, Florida 33143 Gentlemen: The undersigned, as Bidder, hereby declares that the only person or persons interested in the Proposal, as principal or principals, is or are named herein and that no other person than herein mentioned has any interest in the Proposal of the Contract to which the work pertains; that this Proposal is made without connection or arrangement with any other person, company, or parties making a bid or proposal and that the Proposal is in all respects fair and made in good faith without collusion or fraud. The Bidder further declares that he has examined the site of the work and that from personal knowledge and experience, or that he has made sufficient observations of the conditions of the project site to satisfy himself that such site is a correct and suitable one for this work and he assumes full responsibility therefore, that he has examined the Drawings and Specifications for the work and from his own experience or from professional advice that the Drawings and Specifications are sufficient for the work to be done and he has examined the other Contractual Documents relating thereto, including the Notice of Bid Invitation, Instructions to Bidders, Proposal, Contract, General and Special Conditions, Technical Specifications, Drawings and has red all addenda prior to the receipt of bids, and that he has satisfied himself fully, relative to all matters and conditions with respect to the work to which this Proposal pertains. The Bidder further proposes and agrees, if this Proposal is accepted, to contract with the City of South Miami (Owner), in the form of contract specified, to furnish all necessary materials, all equipment, all necessary machinery, tools, apparatus, means of transportation, and labor necessary to complete the work specified in the Proposal and the Contract, and called for by the Drawings and Specifications and in the manner specified. The Bidder further proposes and agrees to comply in all respects with the time limits for commencement and completion of the work as stated in the Contract Form. The Bidder further agrees that the deductions for liquidated damages, as stated in the Contract Form, constitute fixed, agreed, and liquidated damages to reimburse the Owner for additional costs to the Owner resulting from the work not being completed within the time limit stated in the Contract Form. The Bidder further agrees to execute a Contract and furnish satisfactory Performance and Payment Bonds each in the amount of one - hundred percent of the Contract price, within ten (10) consecutive calendar days after written notice being given by the Owner of the award of the Contract, and the undersigned agrees that in case of failure on his part to execute the said Contract and Performance and Payment Bonds within the ten (10) consecutive calendar days after the award of the Contract, the cashier's check or Bid Bond accompanying his bid and the money payable thereon shall be paid to the Owner as liquidation of damages sustained by the Owner; otherwise, the check accompanying the Proposal shall be returned to the undersigned after the Contract is signed and the Performance and Payment Bonds are filed. 00300 -1 The undersigned agrees to accent in full compensation therefore the total of the lump sum prices for the items named in the following schedule, based on the quantities actually constructed as determined by the applicable measurement and payment portion of the technical specifications. Bidders Certificate of Competency No. E 7-02.00 Bidders Occupational License No. ZCN'00 3UL Acknowledgment is hereby made of the following Addenda received since issuance of the Project Manual: Addendum No. Dated: 31i 1 /09 Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Attached hereto is a cashier's check on the Bank of � r or Bid Bond for the sum of `o O r � I (l J. made payable to the City of Dollars Address: 1 2-�t C N W IS> Q viln 17-- I Ut (Z 00-(VL City: M I State: R O i -1 ICI S. S. S. The full names and residences of persons and firms interested in the foregoing bid, as principals, are as follows: MIdv��JiYreiZ.�r Name of the executive who will give personal attention to the work: Scan drvo- 00300-2 LIST OF MAJOR SUB - CONTRACTORS Bidders are required to list with the Proposal, on this attached sheet all major sub - contractors included for the prosecution of the work. Failure to complete the list may be cause for declaring the Proposal irregular. The successful bidder shall employ the sub - contractors listed hereunder for the class of work indicated, which list shall not be modified in any way without the written consent of the City of South Miami. The Bidder expressly agrees that: 1. If awarded a contract as a result of this proposal, the major sub - contractors used in the prosecution of the work will be those listed below. 2. The Bidder represents that the sub - contractors listed below are financially responsible and are qualified to do the work required. CATEGORY OR CLASS NAME OF SUB - CONTRACTOR ADDRESS OF WORK La45ccoe- Th 1, (.,av ASca,9I' vv zewl in cm e v-p At 00300 -3 07/14/2008 14:18 3054614640 HJ ROSS ASSOC INC PAGE 07 S.W. 66" STREET IMPROVEMENTS - PHASE 1 (S.W. 59'h PLACE TO S.W. 581h AVENUE) CITY OF SOUTH MIAMI, PROJECT NO. CIOS -0718 BID FORM Bid prices stated in the proposal shall include all costs and expenses for taxes, labor, equipment, materials, mobilization, contractor's overhead and profit. The quantities for payment under this Contract will be determined by actual measurement of the completed items in place, ready for service and accepted by the Owner. Contract prices for the various work items are intended to establish a total price for completing the project in its entirety. Payment for any item not listed in the Bid Form but shown in the plans shall be included in the proposal. All work and incidental costs shall be included for payment under the several scheduled items of the overall contract; no separate or additional payment will be made. ITEM RD -1 RD -2 RD -3 RD-4 RD -5 RD -6 RD -7 RD -8 RD -9 RD -10 RD -11 RD -12 RD -13 RD -14 RD -15 UNIT DESCRIPTION QUANTITY UNIT PRICE ROADWAY ITEMS: Demolition, removal and disposal 820 of existing sidewalk. Demolition, removal and disposal 1230 of existing concrete curb & gutter. Pavement Milling (depth varies — 2" max.) 1285 Clearing and grubbing, including demolition, 1 removal and disposal of existing pavement behind new curb & gutter line. 1" Type S -3 Asphalt, including resetting 1285 valve and manhole tops as necessary. Back of sidewalk area restoration l (sod or asphalt) Type "F" concrete curb and gutter 2195 Concrete Sidewalk (4" Thick, 6" at driveways), 1545 including subgrade prep. driveways, drop curbs, handicap. ramps, sidewalks finishes, and providing and resetting water meter boxes and manhole tops as necessary. Vehicular Brick Pavers with 2" 1550 (ASTRI C1272 -Type F) Herringbone pattern, color #30103 (Terracotta) pattern angle: 45 degree to road alignment, including subgrade Preparation, reinforced concrete edge restraints, and resetting valve and manhole tops as necessary. Stamped Integral Color Class lI Concrete 280 (Crosswalks), including subgrade preparation and resetting valve and manhole tops as necessary. Miscellaneous Concrete 35 Drop Inlets 6 18" Corrugated Metal Drainage Pipe 30 Modify Existing Drainage Structure 3 Top Slab w/ Curb Inlet Clean and De -Silt Existing Storm. Sewer System 1 (all existing inlets and pipe from S.W. 59'b Place to S.W. 580' Avenue) SUB- TOTAL: 00300-4 SY LF SY LS SY LS LF SY SY 0.00 $b,00 $ !il � $M32'so $ 11100 $ —2 Go $ s0.5S SY $ 0 -60 CY $ 1 50.00 EA $ 4jQ.00 LF $ (190.00 EA $100uo LS $ Z4 AMOUNT $ X3,0.00 $ _73so l oQ $ togZS.oO $13 —�-�? '-79 $ 7dio' oo $ 2932 . so oo $ �oo $ 2a- i+ CY? $ co $ "LSD $ tL $ M 124 07/14/2008 14:18 3054614640 HJ ROSS ASSOC INC S.W. 66' STREET IMPROVEMENTS — PRASE 1 (S.W. 591h PLACE TO S.W. 58'b AVENUE) CITY OF SOUTH MIAMI, PROJECT NO. CIOS -0718 ITEM DESCRIPTION QUANTITY UNIT PAVEMENTS MARKING & SIGNING ITEMS: PMS -1 Bi- Directional Reflective Pavement Markers 14 EA PMS -2 6" Double Yellow Thermoplastic Stripe 150 LF PMS -3 24" Wide White Thermoplastic Stop Bar 100 LF PMS -4 Sign (Relocate) 4 EA PMS -5 6" White Thermoplastic Stripe 109 LF PMS -6 6" Skip Yellow Thermoplastic Stripe 76 LF SUB - TOTAL: and associated coordination ITEM DESCRIPTION _QUANTITY UNIT ELECTRICAL ITEMS E -1 Install underground electrical conduit for 1900 LF proposed FPL lighting system under pavement. E-2 Install pull boxes for proposed 14 EA FPL lighting system. SUB- TOTAL: ITEM DESCRIPTION LANDSCAPING/IRRIGATION ITEMS LI -1 Furnish and install Wax Jasmine (Soil & mulch is included in plant cost) LI-2 Furnish and install Florida Thatch Palm (Soil & mulch is included in plant cost) LI -3 Furnish and install Silver Buttonwood LL (Soil & mulch is included in plant cost) -4 Furnish and install Simpson Stopper LL -5 (Soil & mulch is included in plant cost) Furnish and install Cocothrinax Alta LL -6 (Soil & mulch is included in plant cost) Furnish and install complete irrigation system Including MDWASD meter installation charge and associated coordination SUB - TOTAL..: 00300 -5 .QUANTITY UNIT 17I0 EA 46 EA 39 EA 27 EA 31 EA I LS UNIT PRICE $ (0.00 $9.00 $ $ l_'� 00 $ - Old $3100 UNIT PRICE S. 4'1S $ 485, 00 UNIT PRICE $S:8S $68s5c sm.,1/ $129,75 $ Z C�//.��yy•�/� PAGE 08 AMOUNT $ ,0c $3070-T AMOUNT $ q0719.. 00 $ 0000 $tsif515i00 AMOUNT $ 10,011 A $�5 $AP0 ►�s 07/14/2008 14:18 3054614640 HJ ROSS ASSOC INC PAGE 09 S.W. 66TH STREET IMPROVEMENTS — PHASE 1 (S.W. 591h PLACE TO S.W. 58th AVENUE) CITY OF SOUTH MIAMI, PROJECT NO. CI08 -0718 UNIT I'T'EM DESCRIPTION QUANTITY UNIT PRICE GENERAL ITEMS G -1 Dust Control (This activity to be done everyday for the duration of the project) G -2 Maintenance of Traffic, including traffic control, pedestrian and vehicular access, signs, barricades, flaggers, and off -duty police officer, as required by Engineer and/or City G -3 Performance and payment Bond G -4 South Miami Project Sign (F &I) G -5 Contingency SUB-TOTAL: Grand Total (In Figures): Grand Total (Written): q K GA 00A Bidder (Company N By (Representative): Title: Telephone: Signature: 1 1 1 2 1 �fin�d��l h �oY�'�Ytr�fil o1 Co y (SOS, nt 00300 -6 AMOUNT. LS $x,00 $ 00 LS LS $ $4- EA $ 69J >C0 $12 ©_OC LS $_ 25,000.00 $ 25,000.00 $_a733_5q $� •Q� Fax: 3as��3q l w Date T.Y. Lin International 16 -May -08 Project: City of South Miami SW 66 STREET IMPROVEMENTS • PHASE CITY BID No.: C108 -0718 Friday, July 18, 2008 CONTRACTOR REFERENCES Budget Construction CO, Inc. Ref # Company Contact Person & Number Phone Number Type Reference 1.0 Bovis Lend Lease Ed Morse (PM) 305 - 373 -3502 Utilities, Paving Contact gave good references. Contract amounts varies from $300.000 to S500.000 Contact gave good references. Contractor has 2.0 BRV Construction Services, Inc. Ron Loheids (PM) 305- 236 -7953 Paving. Drainage. been working for many years and with good 1performance. Contact gave good references. Contractor has 3.0 Coastal Construction Company Mark Miller (PM) 305 - 5594900 Paving, Slte Work been working for many years and good performance. Contact gave good references; except fora sub 4.0 Miami Dade WASD Miguel Pichardo (PM) 786 - 552 -8146 Water and Sewer contractor for the asphalt pavement. Jobs iShores.Contract performed in the Village of Miami amount $805.000 Contact gave good references; Contract Paving, Drainage, amounts over $900.000 and has been working 5.0 Suncon, Inc. Rick Pelaez 305 -827 -2970 Sewer, Water with the contractor for many years in Dade, Monroe and Broward Counties. Contract amounts over 900.000 Bid_Dors_Checklist Page I of 1 o�. soury /NOON►OMI[O � 1027 0 It I Engineering & Construction Department Contractor References Based ojnn Experience, Ability and Financial Standing VD �� �.� "v G � M is a potential contractor for the' 4tv t Iyl. �VUl3tict�, (� / It is our practice to obtain referenods from indivicTuals and companies who have worked with a potential contractor. The above company has included you and/or your company as a reference. We would greatly appreciate your prompt response to the following inquiry as it applies to the nature or your relationship with the company. Those that do not apply should be left blank. Please rate the consultant as follows: 1— poor 2 — average 3 — above average 4- very good 5- excellent 1 2 3' 4 5 Criteria A. Abili ty to complete project on time B. Ability to stay within the budget C. Quality of work D. Financial standin if applicable) r.3 A E. Ex erience in their ling of work, Additional Comments (May indicate last project /transaction with contractor): Reference given by: Reference check conducted by: Name & Title. �" 6�rf �� Li Name: _ t`�:1� �M�yG . �� E Address: Sr . $ 51 wA [?W Cit3 #svzip 11 tai i., Telephone 3 3 32 Date 0-7 Z . rryou have any question aboui this form, please caU (305)663 -6350. 60 Ur �ncon►oaatco OR% Engineering & Construction Department Contractor References Based on Experience, Ability and Financial Standing t,lD ccP 94wA#OM . I PC. is a potential contractor for tW66 5 W gulls' ItWf wvt,-m c"4- P kks a T' It. is our practice to obtain referencds from individuals and companies who have worked with a potential contractor. The above company has included you and/or your company as a reference. We would greatly appreciate your prompt response to the following inquiry as it applies to the nature or your relationship with the company. Those that do not apply should be left blank. Please rate the consultant as follows: 1— poor 2 — average 3 — above average 4- very good 5- excellent I 2 3 4 5 Criteria A. Ability to complete 12roject on time B. Ability to stay within the budget C. Quality of work D. Financial stanMn if a iicable r.f Ea E. Experience in their line of work Additional Comments (May indicate last project /transaction with contractor): Reference given by: Reference check conducted by: Name & 71t1e; R 4 NameA �U X . . Address: s8;.o M; A" 6 y- t b we City /St/Zip µi 11 �.t: I A 43 XI3011V ' Telephone *OV'7 Z7 29 ID Date If you have any question abouf this form, please call (305)663 -6350. oa soury� �• r �ncoe►o�.tm IPZ7 LORI Engineering & Construction Department Contractor References Based on Experience, Ability and Financial Standing is a potential contractor for the"k?(.i SW StwA*— tM.prbU&- V -tUUA- -Pkf&*i~ I _ It is our practice to obtain refereneds from individuals and companies who have worked with a potential contractor. The above company has included you and/or your company as a reference. We would greatly appreciate your prompt response to the following inquiry as it applies to the nature or your relationship with the company. Those that do not apply should be left blank. Please rate the consultant as follows: 1— poor 2 — average 3 — above average 4- very good 5- excellent a 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 standin g if applicable) q E. Ex erlence in. their Line of work Additional Comments (May Indicate last project /transaction with contractor): Reference given by: Name & Title, wkv . W f J4 <i!'l� Address: Vv�7,t T-LI 21(rCrw ty s�• Cit34t0l) t AN-, 33Ifib Telephone =312 V 2,3:9-- -71 K 3 Date C7 �2 C1 -7 (� Reference check conducted by: Name: __N 1 kIrW 66 If you have any questlon'sboui this form, please call (305)663 -6350. o� sourH N � v �NCOero,� +xo sea? �oaio Engineering & Construction Department Contractor References Based on Experience, Ability and Financial Standing �UDdG�CUVt, is a potential contractor for the' b SW l %M A MUAb14a A3 EE It is our practice to obtain refereneds from individuals and companies who have worked with a potential contractor. The above company has included you and/or your company as a reference. We would greatly appreciate your prompt response to the following inquiry as it applies to the nature or your relationship with the company. Those that do not apply should be left blank. Please rate the consultant as follows: 1- poor 2 - average 3 - above average 4- very good 5- excellent Reference given by: Reference check conducted by: Name & Title All V qi (P"4) Name: • IE Address: 05D Vur LWovv Ur ........... City %5t/Zip �L'+ A iii, F 1. i� 3 t z4 Telephone 2L10-5 - S Ci g0C7 Date p712, 103 If you have any question aboui this form, please cal! (305)663 -6350. o� S�UrN t- 7 S V �+ �ncoero�•+co ' Io:7 Engineering & Construction Department Contractor References Based on Experience, Ability and Financial Standing 6 COrvti1rUG :ON, i Y�.0 • is a potential contractor for the' & Stm S N-(,t O;. uG- P kid T It is our practice to obtain references from indivicTuals and companies who have worked with a potential contractor. The above company has included you and/or your company as a reference. We would greatly appreciate your prompt response to the following inquiry as it applies to the nature or your relationship with the company. Those that do not apply should be left blank. Please rate the consultant as follows: 1— poor 2 — average 3 — above average 4- very good 5- excellent Reference given by- Reference check conducted by: Name & Titl Kt�!� i�ti�l•�O �� �'l� Name• _ t"t �rY'wX , :% W bAW VVA Address: 3�!_ 71 S•w S'N Ay@ City/St/np W: A 14, , FL 3 3146 Telephone 6 s Z -Or y6 Data If you have any question abouf this form, please call (305)663 -6350. 9 6 yA F w ANA mm� =moo mmg o -mi3 33 80 mm 2 m d 3 O2 — ��� c Sy w g d �n R o la qq $ $ s c n %$gg$ 888 °$8 s �a�% s °$s8fs $ $$g's m z m oo �� moo I » 9 � o y $ $ $ $ $ $ 8 $ s 8 $ $ $ s s $ 8 $ $ 8 8 $ $ $ $ $ a 8 8 $ $ E $ 8 H _ 2 m Z m nA V C $$'8888: 8's89 9 $r $ $$$ m $$$ p jjj. �' ` C_ Z Dp ON $ $eg8g u 8 e88$ 88g m� N zo m N V 0 s $ $ $88 s8o8$$$ $k8 °8899$$$$ 8 8 s8's 8 $'so x „» 8 x §�� »« „xx oN73' « » »« S - --- „ „« +'8 w « „ »„ x c °o e $ $ $ 8 %8 9' 8' m,om8m 9999$ 9999 $ $ $98 9 0$$ nm o r N Z z 9 V C ragi pp .pp. +pp m v 89 � u qq @@ gg yg. pp iiyy lio Q�i y Q ��S 9 m 3 — T P 9$ 8$ 8 8 8$$ 8$ 8$ 8$ 8 8 8$$ 8 g $ 8 8 8 + 8 c 2 $$8$$$$ $$$$'� Pm N 0$8889$ mme _ $ $ $ $8$ 9$$8$98 $$$88 8 88$ 8 ssss c � C2 RE 888$9 S d � o s 9 n $ 8 $$$ $$ 8$9$$ $ 5 $$$ $ $9$ c yy 9 = Am oo A +ein 9 m A n � Z 888$eo u'SsBo$ 8u's$9 `Deu` g oeN8 88ffi ANA mm� =moo mmg o -mi3 33 80 mm 2 m 0 C]Nn mq0 ZAc e s c � 3 3 v3 bo- mm 3 m N m mx 9 - 3 p Ep Q 2 k a AN y G D gSgBg g 8888$$ % $ %088ffi pp e g$g 9 Z g 88 $ o 8 e 8 m z M m 99999$ % i'q T O O z 9999988 %o 99 999s9 s 9998 999 ~ — � ffi's 9'%s 8999'98 99s'990 8s8ga 9 s ag8 iss' >o �� a e m2 _ Ar v zz 8 9 9 99 8% 8 9 $ 8 8 e 5 $ $ $ 9 S $9$ 8 9$99m9a c " 8 o S o @ 8o S �iio$'� ffiU Em %8 i5° 25 8 $ 8u 9 o - %$ 88 %$888 999998 9999990 98$0989 999° 8 o89s 899 °s 9 e 999 '998999 '999999 999% 999 9 999 — « C 3 Hffi: $ s : mxii % %assso 0990'09 9WY; N999 ui � D A H O Sew 5 wffi9 c Np yy 88 9? x'818 -° - - fit -- mm9ffi C89 @ uffima %" E8eG m9S n D a � A Q S 6 ri�„$ �n G{iY$,, °m °3i ieuwffi S��u$ gN i m O � %a�eW -N5N% m �ssffi ffi:sk % >°n$t'„'ii �ffis N mffi 8 $ 8 889 ffiffit9899 _ N758 sp%s 88850 ti '8 0 %$ 69 _— �' 1z1 ~ H O ZtS�nn u u Om Aiy s SIN 'm eUeommu as 9 m N Z m Z $98999 999995$ $08$$99 $9999 9 9 999 w99 C]Nn mq0 ZAc e s c � 3 3 v3 bo- mm 3 m N m City of South Miami SW 66 STREET IMPROVEMENTS PHASE I CITY BID No.: CI08 -0718 Prepared By: H.J. Ross Associates Page 1 of 2 Phase Project Quantities TYLIN ENG CONST COST BUDGET CONSTRUCTION CO, INC HOMESTEAD CONCRETE AND DRAINAGE INC. DOWNRITE ENGINEERING CORP. J,V,A, ENGINEERING CONTRACTOR, INC. Williams Paving Co., Inc. TRAN CONSTRUCTION, INC. Pay Item Pay Item Description Unit Plan Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price RD-1 Demolition removal and disposal of edsUng sidewalk BY 1 820.00 $15.00 $ 12,300.00 1 $ 9.00 $ 7.380.001$ 13.86 $ 11,36520 $ 25.00 $ 20,500.00 $ 8.10 $ 6,662.00 $ 9.80 $ 8,036.001 $ 5.68 S 4,821.60 R13-2 Denglltion renoval and disposal of edsting concrete curb & gutter 1,230.00 $7.50 $ 9,225.00 $ 6.00 $ 7,380.00 $ 6.00 $ 7,380.00 S 12.00 $ 14,760.00 $ 1.00 S 1,230.00 $ 3.80 $ 4,674.00 $ 4.55 $ - 5,596.50 RD-3 Pavement milling (depth varies- max) BY 1,285.00 $5.00 $ 6,425.00 $ 5.00 s 6,425.00 S 5.00 $ 6,425.00 $ 1.50 $ 1,927.50 $ 4.50 S 5,782.50 $ 2.00 $ 2,570.00 $ 3.90 S 5,011.50 RD-4 Clearing and grubbing, including demolition, removal and disposal of existing pavement behind new curb & gutter line. 1 $4,500.00 $ 4,500.00 $ 13,600.78 $ 13,600.78 $ 4,500.00 $ 4,500.00 $ 7,500.00 $ 7,500.00 $ 6,000.00 S 6,000.00 $ 3,000.00 $ 3,000.00 $ 4,49820 S 4,49820 RD-5 1' Type S3 Asphalt, Including resetting valve and manhole tops as necessary. JLF 1285 $8.00 $ 10,280.00 $ 6.00 $ 7,710.00 $ 8.00 S 10,280.00 $ 8.50 $ 10,922.50 $ 8.10 $ 10,408.50 $ 7.70 $ 9,894.50 $ 19.07 $ 24,504.95 RD-6 Bads of Sidewalk Area Restoration (sod or asphalt) 1 $4,000.00 S 4,000.00 $ 2,932.50 $ 2.932.50 $ 3,000.00 $ 3,000.00 $ 7,300.00 S 7,300.00 $ 9,975.00 $ 9,975.00 S 4,000.00 $ 4,000.00 S 2,268.53 $ 2.268.53 RD-7 Type'P concrete curb d gutter 2,195 $15.00 $ 32,925.00 $ 17.00 S 37,315.00 $ 1220 $ 26,779.00 S 10.00 S 21,950.00 $ 17.00 $ 37,315.00 $ 19.30 $ 42,363.50 $ 14.18 S 31,125.10 RD-8 Concrete Sidewalk (4' thick. 6- at dri -ays) Including subgrade prep, driveways. drop curbs, handicap ramps, sidewalks finishes, and providing and resetting water meter boxes and manhole tops as necessary. BY 1,545 $45.00 S 69,525.00 $ 32.00 $ 49.440.00 $ 45.00 $ 69,525.00 $ 30.00 S 46,350.00 S 3825 $ 59,09625 $ 47.70 $ 73,696.50 1 $ 26.04 $ 40,231.80 RD-9 Vehicular Brick Pavers w/ 2' (ASTRI C1272 -Type F) Herringbone pattern, color #30103 (renracotta) pattern angle: 45 degree to road alignment. Including subgrade preparation and resetting valve and manhole tops as necessary. SY 1.550 $80.00 $ 124,000.00 $ 60.55 S 78,352.50 $ 4725 $ 73,237.50 $ 40.00 $ 62,000.00 S 53.15 S 82.382.50 $ 42.00 $ 65,100.00 S 87.93 $ 136,291.50 RD-10 - Stamped Integral Color Class II Concrete (Crosswalks), Including subgrade preparation and resetting valve and manhole tops as necessary SV 280 $70.00 $ 19,600.00 $ 80.00 $ 22,400.00 $ 50.00 $ 14,000.00 $ 50.00 $ 14,000.00 S 8720 $ 27,216.00 S 97.50 $ 27,300.00 $ 87.93 $ 24,620.40 RD-11 Miscellaneous Concrete SY 35 $150.00 $ 5,250.00 $ 150.00 $ 5,250.00 $ 157.00 $ 5,495.00 $ 250.00 S 8,750.00 $ 125.00 $ 4,375.00 $ 250.00 $ 8,750.00 $ 183.75 $ 6,43125 RD-12 Drop Inlets FA 6 $2.000.00 $ 12,000.00 $ 417.00 $ 2,502.00 $ 1,680.00 S 10,080.00 $ 3,000.00 $ 18,000.00 $ 2,350.00 $ 14,100.00 $ 1,543.50 $ 9,261.00 $ 1.276.95 S 7,661.70 RD -13 18- Corrugated Metal Drainage Pipe LF 30 5100.00 $ 3,000.00 $ 60.00 S 1,800.00 $ 115.00 $ 3,450.00 $ 40.00 $ 1200.00 $ 60.00 $ 1,800.00 $ 128.00 $ 3,840.00 S 82.54 $ 2,47620 RD-14 Modify Edsting Drainage Structure Top Slab w/ Curb Inlet EA 3 $1,500.00 $ 4,500.00 $ 1,000.00 $ 3,000.00 $ 1,500.00 $ 4,500.00 $ 3,000.00 $ 9,000.00 $ 1,350.00 $ 4,050.00 $ 826.00 $ 2.478.00 $ 24626 $ 738.78 RD -15 Clean and De -Sill 5dsting Storm Sewer System (all existing inlets and pipe from S.W.59N Place to S.W. 581h Avenue) LS 1 $5,000.00 $ 5,000.00 5 6,00424 $ 6.00424 $ 2,200.00 $ 2,200.00 $ 3,500.00 S 3,500.00 $ 4,000.00 $ 4,000.00 $ 13,615.00 S 13,615.00 $ 4,83525 $ 4,83525 PMS-1 Bi -0Directional Reflective Pavement Markers FA 14 $5.50 S 77.00 $ 10.00 $ 140.00 $ 5.00 $ 70.00 $ 10.00 $ 140.00 S 5.00 $ 70.00 $ 4.50 $ 63.00 $ 70.50 $ 147.00 PMS -2 6' Double Yellow Thermoplastic Stripe LF 150 $2.00 $ 300.00 $ 3.00 $ 450.00 S 1.52 $ 228.00 S 1.60 $ 240.00 $ 3.00 $ 450.00 $ 1.65 $ 247.50 $ 2.10 $ 315.00 PMS-3 24' Wide White Thermoplastic Stop Bar LF 100 $5.00 $ 500.00 $ 7.00 $ 700.00 $ 5.19 $ 519.00 $ 6.00 $ 600.00 $ 5.00 $ 500.00 S 2.75 $ 275.00 $ 5.25 $ 525.00 PMS-4 Sign (Relocate) EA 4 5200.00 $ 800.00 $ 150.00 $ 600.00 S 192.50 S 770.00 S 200.00 $ 800.00 $ 125.00 S 500.00 $ 110.00 $ 440.00 $ 262.50 $ 1,050.00 Thermoplastic 6' White Theoplastic Stripe LF 109 $1.00 $ 109.00 $ 3.00 $ 327.00 S 0.70 S 76.30 S 0.80 $ $720 $ 1.50 $ 163.50 $ 0.80 $ 8720 $ 1.05 $ 114.45 PMS-6 6' skip Yellow Thermoplastic Stripe LF 76 $2.00 S 152.00 $ 5.00 $ 380.00 S 0.80 $ 60.80 $ 1.86 $ 141.36 $ 1.50 $ 114.00 $ 0.80 S 60.80 $ 1.05 $ 79.80 E-1 Install underground electrical conduit for proposed FPL lighting system under pavement. LF 1,900 500 30. $ 57,000.00 $ 4.75 $9,025.00 $ 15.00 $ 28,500.00 $ 5.80 $ 11,020.00 $ 7.00 $ 13,300.00 $ 17.00 $ 32,300.00 $ 4.02 $ 7,638.00 E -2 Install pull boxes for proposed FPL lighting system. EA 14 $1,000.00 $ 14,000.00 $ 485.00 $6,790.00 S 200.00 $ 2.800.00 $ 40.00 S 560.00 $ 250.00 $ 3,500.00 $ 275.00 $ 3,850.00 S 274.90 $ 3,648.60 ILIA Furnish and Install Wax Jasmdne (soil 8 mulch is include in Plant Cost) EA 1,710 $2.00 $ 3,420.00 $ 5.85 $10,003.50 $ 12.00 $ 20,520.00 S 8.00 $ 13,680.00 $ 11.50 $ 19.665.00 $ 8.25 $ 14,107.50 $ 6.83 $ 11,679.30 LI -2 Furnish and Install Florida Thatch Palm (soil 8 mulch is include in Plant Cost) EA 46 $18.00 $ 828.00 $ 158.56 $7,293.85 S 423.50 $ 19,481.00 $ 440.00 S 20,24000 $ 352.00 $ 16,192.00 $ 350.00 $ 16,100.00 $ 393.75 $ 18,112.50 Ll -3 Furnish and Install Silver Bottonwootl (soil 6 mulch la include in Plant Cost) FA 39 575.00 $ 585.00 $ 119.73 $4,669.45 $ 245.30 $ 9,566.70 $ 193.00 $ 7,527.00 $ 260.00 $ 10,140.00 $ 175.00 $ 6,825.00 $ 180.601$ 7,043.40 LI-4 Furnish and Install Simpson Stopper (soil & mulch Is Include in Rant Cost) EA 27 $18.00 $ 486.00 $ 124.75 $3,368.25 $ 20128 s 51434.56 $ 275.00 $ 7,425.00 $ 260.00 $ 7,020.00 $ 175.00 $ 4,725.00 $ 235.201 $ 6.350.40 LI -5 Furnish and Install Cocothdrax Alta (loll 8 rulch is include in Plant Cost) EA 31 $18.00 $ 558.00 $ 290.74 $9,012.94 $ 300.00 $ 9,300.00 $ 44000 $ 13,610.00 S 410.00 $ 12.710.00 $ 350.00 $ 10,850.00 S 393.75 $ 12,20625 LI-6 Furnish and Install Complete Irrigation System Including MDWASD Installation Charge and associated Coordination LS 1 $25,000.00 $ 25,000.00 $ 35.000.00 $35,000.00 $ 11,000.00 $ 11,000.00 $ 28,209.44 $ 28,209.44 $ 33,000.00 S 33.000.00 $ 37,345.00 $ 37,345.00 $ 46,978.50 5 46,978.50 G -1 Dust Control LS 1 $7,000.00 $ 7,000.00 $ 2,500.00 $2,500.00 $ 3,500.00 $ 3,500.00 $ 12,000.00 $ 12,000.00 S 2,000.00 $ 2,000.00 $ 3,100.00 $ 3,100.00 $ 690.34 $ 690.34 G -2 Maintenance of Traffic (3%) LS 1 $15,000.00 $ 15,000.00 $ 24,000.00 $24,000.00 $ 13,850.00 $ 13,850.00 $ 15,000.00 $ 15.000.00 $ 7,000.00 $ 7,000.00 $ 5,000.00 $ 51000.00 $ 3,150.00 $ 3,150.00 G -3 Performance and Payment Bond (2 %) LS 1 $9,000.00 $ 9,000.00 $ 7,033.84 $7,033.84 $ 8,083.86 $ 8.083.86 $ 8,000.00 $ 8,000.00 S 10.000.00 $ 10,000.00 $ 4,000.00 $ 4,000.00 $ 7,870.00 $ 7,870.00 G-4 South Miami Project Sign (F & 1) LS 2 $650.00 $ 1,300.00 $ 600.00 $1,200.00 $ 650.00 $ 1,300.00 S 400.00 $ 800.00 $ 300.00 $ 600.00 $ 440.00 $ 880.00 $ 1,460.03 $ 2,920.06 G-5 Contingency LS 1 $25,000.00 $ 25,000.00 S 25,000.00 $25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 TOTAL $ 483,645.00 1 $ 398,985.85 1 $ 412,276.92 $ 412,770.00 $ 436,297.25 1 1 $ 443,834.50 1 1 $ 456,831.86 Prepared By: H.J. Ross Associates Page 1 of 2 City of South Miami SW 66 STREET IMPROVEMENTS PHASE 1 CITY BID No.: C108 -0718 Prepared By: H.J. Ross Associates Page 2 of 2 Phase Project Quantities TYLIN ENG CONST COST STRAIGHTLINE ENGINEERING Miguel Lopez, Jr., Inc. Development & Communication Group of Florida, Inc. M. VILA & ASSOCIATES, INC. ACOSTA TRACTORS, INC. SOUTHEASTERN ENGINEERING CONTRACTORS, INC Pay Item Pay Item Description Unit Plan Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price Unit Price Price RD -1 Demolition removal and disposal of existing sidewalk SY 820.00 1 $15.00 $ 12,300.00 1 $ 3.00 E 2,460.00 IS 12.00 E 9,840.00 1 $ 3.50 $ 2,870.00 S 8.44 S 6,920.80 $ 10.00 $ 8,200.00 1 $ 8.05 $ 6,601.00 RD-2 Demolition removal and disposal of existing concrete curb 8 gutter LF 1,230.00 $7.50 $ 9,225.00 1 $ 2.00 $ 2,460.00 $ 5.00 E 6,150.00 S 2.00 $ 2,460.00 $ 7.72 E 91495.60 $ 5.56 $ 6,838.80 $ 3.10 $ 3,813.00 RD-3 Pavement milling (depth varies -8 max) SY 1,285.00 $5.00 $ 6,425.001 S 3.50 $ 4,497.50 S 4.75 S 6,103.75 $ 5.00 $ 6,425.00 S 629 $ 8,082.65 $ 3.89 $ 4,998.65 $ 2.18 $ 2.801.30 RD4 Clearing and grubbing, including demolition, removal and disposal of existing pavement behind new curb 8 gutter line. LS 1 $4,500.00 $ 4,500.00 $ 10,000.00 E 10,000.00 E 7,000.00 E 7,000.00 S 41,500.00 $ 41,500.00 $ 12,409.30 E 12,109.30 E 25,643.33 S 25,643.33 $ 5,042.75 $ 5.042.75 RD,5 1' Type S-3 Asphalt. including resetting valve and manhole tops as necessary. SY 1,285 $ 10,280.00 $ - 13.00 $ 16,705.00 $ 8.75 $ 11,243.75 S 8.30 $ 10,665.50 $ 14.67 $ 18,850.95 $ 19.79 $ 25,430.15 $ 13.00 $ 16,705.00 RD-6 Back of Sidevrdlk Area Restoration (sod or asphalt) LS 1 �$7 $ 4,000.00 $ 20,000.00 $ 20,000.00 E 10,000.00 S 10,000.00 $ 4,000.00 $ 4,000.00 $ 6,250.90 $ 6,250.90 $ 5,130.00 $ 5,130.00 $ 2,986.00 $ 2,988.00 RD-7 Type'F concrete curb 8 gutter LF 2,195 $ 32,925.00 $ 30 .00 $ 65,850.00 $ 21.00 $ 46,095.00 $ 16.70 S 36,656.50 $ 25.02 $ 54,918.90 $ 17.63 $ 38,697.85 $ 27.70 $ 60.801.50 RD-8 Conaete Sidewalk (4" thick. 6" at driveways) inducting subgade prep. driveways, vra drop curbs, handicap ramps, sidelks finishes, and providing and resetting water meter boxes and manhole tops as necessary. SY 1,545 $45.00 S 69,525.00 S 36.00 S 55,620.00 $ 42.00 $ 64,890.00 $ 34.00 $ 52,530.00 $ 48.41 $ 74,793.45 $ 41.47 $ 64,071.15 $ 67.00 $ 103,515.00 RD-9 Vehicular Brick Pavers w72" (ASTRI C1272 -Type F) Herringbone pattem, color #30103 (Terracotta) pattern angle: 45 degree to road alignment. including subgrade preparation and resetting valve and manhole tops as necessary. SY 1,550 . $80.00 $ 124,000.00 1 S 45.001 $ 69,750.00 $ 45.00 S 69,750.00 S 60.70 $ 94.085.00 $ 18.89 $ 29,279.50 $ 68.58 $ 706,299.00 $ 55.151 $ 85,482.50 RD-10 Stamped integral Cola Class II Concrete (Crosswalks), including subgrade preparation and resetting valve and manhole tops as necessary SY 280 $70.00 $ 19,600.00 $ 54.00 1 $ 15,120.00 $ 95.00 $ 26,600.00 S 87.70 S 24,556.00 $ 136.46 $ 38,208.80 $ 92.74 1 $ 25,96720 $ 177.70 E 49,756.00 RD-11 Miscellaneous Concrete SY 35 $150.00 $ 5,250.00 $ 130.00 $ 4,550.00 $ 75.00 $ 2,625.00 $ 197.00 $ 6,895.00 $ 458.11 $ 16.033.85 S 277.78 E 91722.30 S 163.30 $ 5,715.50 RD-12 Drop Inlets EA 6 $2,000.00 S 12,000.00 $ 2,000.00 $ - 12,000.00 $ 2,800.00 $ 16,800.00 $ 2,700.00 $ 16,200.00 S 3,243.34 $ 19,460.04 $ 2,272.69 $ 13,636.14 $ 1,170.00 $ 7,020.00 RD-13 18" Corrugated Metal Drainage Pipe LF 30 $100.00 $ 3,000.00 $ 150.00 $ 4,500.00 $ 100.00 $ 3,000.00 S 100.00 S 3,000.00 $ 117.03 $ 3,510.90 $ 97.73 $ 2,931.90 $ 46.00 $ 1,380.00 RD-14 Modify Usting Drainage Structure Top Slab w7 Curb Inlet FA 3 $1,500.00 E 4,500.00 S 1,500.00 $ 4,500.00 $ 2.500.001 $ 7,500.00 $ 1,100.00 $ 3,300.00 $ 1,765.30 $ 5,295.90 $ 866.07 E 2,59821 $ 1,295.00 $ 3,885.00 RD-15 Clean and De -Silt Usfing Storm Sewer System (all existing inlets and pipe from S.W. 59th Place to S.W. 58th Avenue) LS 1 $5,000.00 E 5,000.00 E 3,000.00 $ 3,000.00 $ 8,500.00 1 E 8,500.00 $ 7,000.00 $ 7,000.00 S 2,650.00 $ 2,650.00 $ 9.166.67 E 9,166.67 $ 4,082.50 $ 4,082.50 PMS-1 BI- Directional Reflective Pavement Markers EA 14 $5.60 $ 77.00 S 15.00 $ 210.00 $ 10.001 $ 140.00 $ 6.00 $ 84.00 $ 4.10 E 57.40 $ 8.89 $ 124.46 E 4.72 $ 66.08 PMS-2 6' Double Yellow Thermoplastic Stripe LF 150 52.00 $ 300.00 S 2.50 $ 375.00 $ 4.00 E 600.00 $ 2.00 $ 300.00 $ 1.40 S 210.00 $ 3.33 $ 499.50 $ 2.39 $ 358.50 PMS3 24' wide White Thermoplastic Stop Bar LF 100 $5.00 $ 500.00 1 $ 6.00 $ 600.00 $ 8.00 $ 800.00 $ 5.40 $ 540.00 $ 3.50 $ 350.00 $ 4.56 S 456.00 $ 3.60 S 360.00 PMS-4 Sign (Relocate) EA 4 $200.00 $ 800.00 1 S 350.00 E 1,400.00 $ 100.00 E 400.001 $ 96.00 $ 384.00 $ 100.00 $ 400.00 $ 166.67 $ 666.68 $ 115.00 $ 460.00 PMS -5 6' White Thermoplastic Stripe LF 109 $1.00 $ 109.00 $ 2.00 $ 218.00 $ 3.00 S 327.00 E 720 E 130.80 $ 0.70 $ 76.30 S 228 S 248.52 $ 3.30 $ 359.70 PMS$ 6'skip Yellow Thermoplastic Stripe LF 76 $2.00 S 152.00 $ 2.50 $ 190.00 $ 3.00 $ 228.00 $ 1.20 $ 91.20 $ 0.70 $ 53.20 $ 2.28 $ 17328 $ 4.75 $ 361.00 E-1 Install underground electrical conduit for proposed FPL lighting system under pavement. LF 1,900 530.00 $ 57,000.00 $ 20.001S 38,000.00 $ 7.75 $ 14,725.00 $ 2.70 S 5,130.00 $ 9.70 S 18.430.00 $ 71.71 $ 21,109.00 $ 11.50 $ 21,850.00 - -E -2 Install pull boxes for proposed FPL lighting system EA 14 - $1,000.00- $ - 14,000.00 $ - 500.00 $ .. -7;000.00 $ - 390.00 S - 5,460.00 $ - - 55.00 $ - 1 770.00 S- -490.00 - $ - - 5;060.00 $ - 277.78 $ - 3,888.92 $ - 121.80 S. 1,705.20 LI -1 Furnish antl Install Wax Jasrtine (scil8 mulch Is include in Plant Cost) EA ,1,710 52.00- $ - 3,420.00 5 -10.00 $ 17,100.00 $ - 8.75 $ -. 14,962.50 S 10.00 $ 17,100.00 $ 7.00 $ 11,970.00 $ 7.33 $ 12,534.30 $ 7.90 S 13,509.00 Lb2 Furnish and Install Florida Thatch Palm (soil 8 mulch Is include In Plant Cost) EA 46 $18.00 - $ 828.00 S 120.00 $ 5,520.00 $ 425.00 $ 19,550.00 S 422.00 $ 19,412.00 $ 400.00 S 18.400.001 $ 37222 $ 17,122.12- $ - 188.50 $ 8,671.00 LI.3 lFumish and Install Silver Botto -,00d (soil 8 mulch is Include in Plant Cost) EA 39 1 $15.00 $ 585.00 $ 125.00 S 4,675.00 $ 190.00 $ 7,410.00 $ 191.00 S 7,449.00 S 175.00 $ 6.825.001 $ 244.44 $ 9,533.16 $ 165.40 E 6,450.60 LI-4 Furnish and install Sirrpson Stopper (soil 8 mulch is include in Plant Cost) EA 27 $18.00 1 $ 486.00 Is 120.00 $ 3,240.00 $ 190.00 S 5,130.00 1 $ 306.50 $ 8,275.50 S 250.00 $ 6,750.001 $ 211.11 $ 5,699.97 $ 188.50 $ 5,089.50 LI -5 Furnish and Install Cocothrinax Alta (soil 8 mulch Is include In Plant Cost) EA 31 $16.00 $ 558.00 E 100.00 S 3,100.00 $ 425.00 $ 13,175.00 S 369.00 $ 11,439.00 $ 400.00 $ 12,400.001 S 388.89 $ 12,055.59 E 342.60 $ 10,620.60 LI-6 Furnish and Install Complete Irrigation System Including MDWASD Installation Charge and associated Coordination LS 1 $25,000.00 $ 25,000.00 $ 30,000.00 $ 30,000.00 $ 42,900.00 $ 42,900.00 S 36,225.00 - $ 36,225.00 $ 25,600.50 $ 25,600.50 1 $ 28,995.01 S 28,995.01 $ 50,358.50 $ 50,358.50 G-1 Dust Control LS 1 $7,000.00 $ 7,000.00 $ 5,000.00 S 5,000.00 $ 5,000.00 S 5,000.00 S 2,500.00 $ 2,500.00 $ 17,625.96 $ 17,625.96 $ 12,833.33 $ 12,833.33 E 18,975.00 $ 18,975.00 G-2 Maintenance of Traffic (3 %) LS 1 $15,000.00 $ 15,000.00 $ 15,000.00 $ - 15,000.00 $ 8,000.00 $ 8,000.00 $ 18,600.00 S 18,600.00 $ 19,147.76 $ 19,147.76 $ 9,833.33 $ 9,833.33 $ 2,300.00 $ 2,300.00 G -3 Performance and Payment Bond (2 %) LS 1 $9,000.00 $ 9,000.00 $ 9,600.00 $ 9,600.00 S 9,800.00 E 9,800.00 $ 9,600.00 S 9,600.00 $ 4,051.74 $ 4,051.74 $ 64666467 S 6,666.67 $ 8,050.00 $ 8,050.00 G< South Miami Project Sign (F 8 1) LS 2 $650.00 $ 1,300.00 $ 1,000.00 $ 2,000.00 $ 750.00 S 1,500.00 $ 1,000.00 $ 2,000.00 $ 539.50 S 1,079.00 $ 500.00 $ 1,000.00 S 632.00 $ 1,264.00 G -5 Contgen in cy LS 1 $25,000.00 S 25,000.00 $ 25,000.00 E 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 S 25,000.00 TOTAL $ 483,645.00 $ 459,440.50 $ 471,205.00 $ 477,173.50 $ 481,448.40 $ 517,771.19 $ 535,397.73 Prepared By: H.J. Ross Associates Page 2 of 2