Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
11-06-08 Item 14
South Miami A6-Aaoarica City CITY OF SOUTH MIAMI D ®� OFFICE OF THE CITY MANAGER INTER - OFFICE MEMORANDUM 2001 To: The Honorable Mayor Feliu and Members of the City Commission Via: W. Ajibola Balogun, City Manager From: Jose Olivo, P.E. Public Works & Engineering Department Date: November 6, 2008 . Agenda Item No.: Subject: Construction Contract with Budget Construction, Inc. for construction of SW 66th Street Improvements — Phase I. 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 BUDGET CONSTRUCTION, INC. FOR SW 66th STREET IMPROVEMENTS — PHASE I CONSTRUCTION IN AN AMOUNT OF $398,985.85 TO BE CHARGED TO MIAMI -DADE COUNTY OFFICE OF COMMUNITY & ECONOMIC DEVELOPMENT (OCED) GRANT ACCOUNT NUMBER 106 - 1790 - 541 -6305; CITY'S COMMUNITY REDEVELOPMENT AGENCY ACCOUNT NUMBER 610 - 1110 - 513 -3450 AND 610 - 1110 - 541 -3450; AND THE CITY'S PUBLIC WORKS CONTRACTUAL SERVICES ACCOUNT NUMBER 001 - 1730 - 541 -3450; PROVIDING FOR AN EFFECTIVE DATE. Request: Authorizing the City Manager to execute a construction agreement with Budget Construction, Inc. for the SW 66th Street Improvements — Phase I. Reason /Need: The intent of this project is to provide infrastructure improvements along SW 66th Street. Improvements along SW 66th Street will start from SW 59th Place to SW 58th Avenue. Cost: $398,985.85 Funding Source: The total construction cost of the project is $398,985.85. Miami -Dade County OCED FY 2008 Community Development Block Grant (CDBG) will fund $240,000.00 for construction from OCED grant account number 106- 1790 - 541 -6305. The City's Community Redevelopment Agency (CRA) will fund: $98,985.85 from account number 610 - 1110 - 513 -3450 via CRA Resolution No. 22 -08 -334 passed and adopted on August 11, 2008 and $36,200 from account number 610 - 1110 - 541 -3450 via CRA Resolution No. 31 -08 -343 passed and adopted on September 8, 2008. The City's Public Works Contractual Services will fund the remaining amount of $23,800.00 from encumbered FY 2007 -2008 account number 001 - 1730 - 541 -3450 via Resolution No. 157 -08 -12754 passed and adopted on September 16, 2008. Page 2 of 2 Comm. Agenda Item No.: November 6, 2008 Funding will be from Account No. 106- 1790- 541 -6305 610- 1110- 513 -3450 610- 1110- 541 -3450 (Encumbered FY 07 -08) 001 - 1730 - 541 -3450 Backup Documentation: the following account numbers: Amount Account Balance $240, 000.00 $300,000.00 $ 98,985."85 $ 98, 985.85 $ 36,200.00 $ 36,200.00 $ 23, 800.00 $ 35, 352.50 ❑ Proposed Resolution ❑ Bid Opening Report ❑ Tabulated Bids ❑ Certified Advertised Notice of Bid Invitation ❑ Engineer of Record's Letter of Recommendation ❑ Verified Contractor References ❑ Project Map ❑ Copy of Section 00500 (Contract) of the Project Manual ❑ OCED Executed Funding Agreement for $300K ❑ CRA Resolution No. 22 -08 -334 ❑ CRA Resolution No. 31 -08 -343 ❑ Resolution no. 157 -08 -12754 from Public Works Department 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 BUDGET CONSTRUCTION, INC. FOR SW 66" STREET IMPROVEMENTS — PHASE I CONSTRUCTION IN AN AMOUNT OF $398,985.85 TO BE CHARGED TO MIAMI -DADE COUNTY OFFICE OF COMMUNITY & ECONOMIC DEVELOPMENT (OCED) GRANT ACCOUNT NUMBER 106 - 1790 - 541 -6305; CITY'S COMMUNITY REDEVELOPMENT AGENCY ACCOUNT NUMBER 610 - 1110 - 513 -3450 AND 610 - 1110 - 541 -3450; AND THE CITY'S PUBLIC WORKS CONTRACTUAL SERVICES ACCOUNT NUMBER 001 -1730- 541 -3450; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Mayor and City Commission wishes to provide infrastructure improvements along SW 66th Street from SW 59th Place to SW 58th Avenue, and WHEREAS, the Mayor and City Commission authorize the City Manager to execute a construction contract with Budget Construction, Inc. for the SW 66th Street Improvements — Phase I project in an amount of $398,985.85; and WHEREAS, the total construction cost is $398,985.85 and OCED will fund $240,000.00 for construction from OCED grant account no. 106 - 1790 - 541 -6305; City's Community Redevelopment Agency (CRA) will fund: $98,985.85 from account no. 610 - 1110- 513 -3450 via CRA Resolution No. 22- 08 -334 passed and adopted on August 11, 2008 and $36,200 from account no. 610 - 1110 - 541 -3450 via CRA Resolution No. 31 -08 -343 passed and adopted on September 8, 2008; City's Public Works Contractual Services will fund the remaining amount of $23,800.00 from account no. 001 - 1730 - 541 -3450 via Resolution No. 157 -08 -12754 passed and adopted on September 16, 2008. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1: That the Mayor and City Commission authorize the City Manager to execute construction contract with Budget Construction, Inc. for the SW 66th Street Improvements — Phase I project in an amount of $398,985.85. Section 2: That the project's construction cost shall be charged as follows: Account No. Amount Account Balance 106 - 1790 - 541 -6305 $240,000.00 $300,000.00 610 - 1110 - 513 -3450 $ 98,985.85 $ 98,985.85 610 - 1110 - 541 -3450 $ 36,200.00 $ 36,200.00 001 - 1730- 541 -3450 $ 23, 800.00 $ 35, 352.50 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 , 2008. APPROVED: MAYOR COMMISSION VOTE: Mayor Feliu: Vice Mayor Beasley: Commissioner Wiscombe: Commissioner Palmer: Commissioner Beckman: Pre -Bid Estimate: $483,645.00 CONTRACTORS: BID OPENING REPORT BID AMOUNTS: 1. ACOSTA TRACTORS, INC 0 0 1. BUDGET CONSTRUCTION CO. ou y W 2. DEVELOPMENT & COMM. GROUP OF FLORIDA L4 11. 1-4-3 e Q 3. DOWNRITE ENGINEERING 4. HOMESTEAD CONCRETE& DRAINAGE l 5. J.V.A. ENGINEERING Li G 4 7. MIGUEL LOPEZ JR. INC. o 8. M. VILA & ASSOCIATES, INC Lis AW Llo 9. SOUTHEASTERN ENGINEERING 5s- 3 3 9 � . --73 10. STRAIGHTLINE ENGINEERING 145 G b 60 11. TRAN CONSTRUCTION INC 12. WILLIAMS PAVING CO. LN S g3LA THE ABOVE BID AMOUNTS HAVE NOT BEEN CHECKED. THE BID TOTALS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN CO P ET Y REVIEWED. � f o 0 b 7i 7ioo�'o9'0 9p N0 a55� m 2 �z m T' . 9 3. o 2 °° ° 3° 3 x z m °ri o$ - > a m o Q C) o a ?_ 3 w A .Z O m A a . � m% m w C- o' 0 �j g n y p S a l a a > > a R a i0 .-. m $ c a °c m m (A m Nr 3 � 0 o � a?'.a 0 0 n 2 col 3 r' 91 0 m m z z m S m { m a N M QJ d d n { < z { { { i 2 m ' N N C O O Lr O 02 M N 00 i Q zoo mm Z Z Z Z 2 2 Z Z i< i < { { << N N N fp mm O m m A v n°i m czi N N m o °. mz z< z i< i i i j i i < < < <{ w N N A m t o 0 o z m °o C) N N m Z A2 < Z Z Z { < {{ Z i i i i < {< A m m D J J A N 2 N C) N N S r Olj{ z{ 2 i i i z z Z 0 O C) N N n Q z 1 �p Z z 2 i Z {{ z{ t< i< Z{ i 0 m m z C D E°i m 1 Z W O z� c� Z t 2 i i < < < < << t i i i i m= A i 0 r 0 G) m N N 3 c t Z Z {{ po N O O N � O O N N N g0P v m < z Z{ T O NW NWN 1 C w i 2 2 < { { < Z Z { < { i { { { ° R < � � � H W g g � M N i D 2 2 m o N A r N N O O z z z j i i i 2 2 N w N m 0 W n m N :4 w 74 am3 w v O n C m m z O Z n 2 m n X r N m n N V Ri c m o c.pH O g 1 O mQ m m�yg, o °3y mbor� mom m m Z 10 1 06ed saleloossy sso21•f•H :/9 pejeclOM 98•L£8'990 $ O9•Y£8'£44 $ 9Z'L6Z'9£4 $ 00.OLL'ZLV $ Z6.9LZ'Z1V $ 98'986'86£ $ 00•S49'f84 $ 1V101 00'000'SZ $ 00'000'SZ $ 00 "000'9Z S 00'000'SZ s 00 "000'9Z s 00'000'9Z S 00'000'9Z s 00'000'SZ $ 00000'92 $ 00'000'9Z S 00'000'924 00'000'92 S 0O'000'9Z $ 00'000'SZ$ t Sl - Aoua6u!luo0 9-0 90'OZ6'Z 4 EO'O94'L S 00'098 $ 00'049 S 00 009 s 00'00£ S 00'009 4 00'004 S 00'00E'L S 00099 $ 0o'ooZ't$ 00 009 S 00'OOVI, s 00'Os94 Z Sl (I'S -A) UB!S pafad we!W LInOS 4.0 00'OL9'L S 00'OL8'L S 00'000'4 S 00'00011 $ 00'000'01, $ 00'000'01. $ 00'000'8 s 00'000'8 $ 99'£80'8 s 98'£80'8 $ 48'EEO'Ls 48'££0'1, S 00000'6 s 00'000'6$ 1, Sl - ( %Z) puog luawABd PUB 03uBUrr0yad E-0 00'091,'£ S 00'091,'£ $ 00'000'9 S 00 "000'9 S 00'000'L S 00'000'L s 00'000'91, S 00'000'91, $ 00'098'£1, $ 00'098'£1, 4 00'000'428 00'00011Z S 00'000'91, 4 00 "000'9 LS L Sl ( %E) OOle,llo mueualumm Z -O 4£'069 S 4£'069 S 00'001,'£ $ 00'001'E s 00'000'2 $ 00 "000'Z s 00'000'21, $ 00'000'Zt $ 00,009,E S 00'009'£ s 00'009'Z$ 00'009'Z $ 00'000'L s 00'000'L$ t Sl Ioguo0 lsn0 1,-01 O9'8L6'94 $ M'SL6'94 $ 00'SK'LE S 00'S4E'LE $ 00'000'EE S 00'000'££ S 44'6OZ'eZ $ 44'60Z'8Z $ 00'000'1,L $ OO'000'1,L s 00'000'9£$ 00,000,9E 4 00'000'92 $ 00'000'sZS L Sl uogeu!puoo0 paleposse pue a6ueL0 uogellelsul OStlMOW 6u!pnpul walsAS uogeBwl alaldwoo gelsul pue 4slwnj 9-11 sZ90Z'ZL $1 GEESE $ 00'0S8'OL $ 00,09E $ 1 00'OLL'ZL S 00'01.4 $ 00'049'£1, $ 00'044 Sl 00 "OOE'6 $ 00,00E $ 46'ZLO'6$ 41, "06Z s 00'999 s 00'814 M V3 (1900 lueld u! apnpu!s! 4Olnw g pos) eqV xeup4lowo Ilelsul pue Ls!wnj 9-11 04'09£'9 S OZ'S£Z S 00'9ZL'4 $ 00'SLL $ 00 "OZO'L $ 00'09Z S 00 "9Z4'L $ 00 "SLZ S 9S "4£4'9 s 9ZLOZ S SZ'89E'Es 9L'4ZI S 00'984 $ 00'818 LZ V3 (Isoo lueld ul apnpul sl Wln .-q pos)uaddolS uo !S llelsul Due 4s!wnj 4-Il O4 "E4O'L $ 09'09t 4 00'SZ9'9 s 00'SLL 4 00'04 VOL S 00'09Z S 00'LZ9'L 4 OO'E6L $ OL'999'6 S 0£'S4Z 4 94'699114 £L'64 s 00'989 s 00 "91,$ 6£ V3 (Isoo lueld ul apnpul sl g3lnw g 1ps) POOmuo11o8 -j!S llelsul pue 4s!wnj E -11 0971, Vol, S SCE6E 4 00'00091, S 00,09E s 00'Z6C91, S 00'Z9E $ 00'04Z'OZ 4 00'044 $ 00184'61, 4 Os'6Z4 S 99'E6Z'L$ 95'991. S 00'8Z8 S 00'81,4 94 V3 OSOO Weld u!apnpu!s!ipinwg 110s) wled Wle4l ePPOIA llelsul pue 4s!wnj Z-11 OE'6L9'L1, $ E8'9 $ 09'L01,41, $ 92'8 $ 00'999'6L 8 09'11, $ 00'089'EL $ 00'8 S 00'OZS'OZ $ 0021, S 09'£00'01,$ 98'9 4 00'0Z4'E S 00'Z$ ou'1, V3 (1S00 lueld u!apnpu!sl Loin, g!los) ouwsef xeM l!elsul pue Ls!wnj HI 09 "BOVE 4 06'4LZ S 00 099'C $ 00'SLZ S 00'OOS'E S 00'O9Z s 00'099 $ 00'04 $ 00'008'Z $ 00'00Z S 00'06L'9$ 00'984 s 00'000'41. $ 00'000'ls 4L V3 'walsAs 6u q4B !I ld.A pawdoid uol saxoq lInd llelsul Z-3 00'9£9'L s ZO'4 $ 00'OOE'ZE s 00'13 4 00'OOE'EL S OO'L S 00'OZO'L1, S 08'5 s 00'009'9Z s 00'9t S 00'SZO'6S 9L'4 $ 00'000'LS S WOES 006'1, j1 -lua.uaned uapun walsAs Bug4B!I ldj pasodad Lol 1!npum Iwupala punaBuapun pelsul L -3 09'6L s 90'L $ 09 09 $ 08'0 S 004LU $ 09,L 4 9£'1,41, s 99,L s 09 09 s. 08'0 $ 00'08£ s OO'S S 00'291, s OO'Zs 9L Al adu1S Ops.ldauua4j mopaA dpls.9 9-SWd S4'4L1, S SO'L S OZLB s 08 0 $ 09'£91, $ OS'L S OZLB S 09'0 S OE'9L S 01,'0 $ OO'LZ£ S 00,E $ 00'60L S MIS 601, j1 edulS oSseldcwiagj al!VM.9 SSWd 00'090'1, s 0979Z S 00'044 4 00'01, 1, $ 00'009 S 00'921, S 00'008 s 00'00Z S MOLL S 09 Z61, $ 00'009 S 00'091, 4 00'008 S 00'OOZ$ 4 V3 (01- lald)u6!S 4-SWd 00 "929 s SZS $ 0O'9LZ $ 9L'Z S 00 "009 S 00'9 $ 00 009 s 00'9 S 00'6 LS S 61,'9 $ 00'OOL 4 00'L s OO'OOS $ 00'9$ OOL 41 Meg dolS Ogseldouua4l alPlM epVA.4Z E-SWd 00'9t£ S O1,'Z S OS'L4Z $ 59 "1, s 00'094 S 00,E S Won S 09'L S 00'BZZ s ZS' 1, $ 00'094 $ 00'E s 0000E s OOZS 09L Al ad!AS Ogseldouu04l mogaA algno0.9 Z-SWd 00'L4L 4 09'OL $ 00'£9 4 OS 4 $ 00'OL s 00'9 $ 00'041. S 00 o S 00'OL s 00'9 s 00'041, S 00'01, S OO'LL S 09'9S 41, V3 -P.M" luawaned ang3ayaa lelc!p9J!Q-!8 LSWd SZ5E8'4 S 9Z'see'4 $ 00'91,9'£1, $ 00'919'£1, s 00'000'4 4 00'000'4 $ 00'OOS'E S 00'005'£ S 00'00Z'Z 4 00 "OOZ'Z S 4Z3100'9 s 4Z3100'9 s 00'000'9 s 00'000'9$ L Sl (anueAV N89'M'S Ol Weld 4169'M'S wO4 ad!d PUB slolu! 6ugsc lie) walsAS Mamas wio1S BU0S.rx3IIIS -00 pue ueal0 SL•ON 9L'8EL $ 9Z'94Z S 0O'9L4'Z s 00'928 s 00'090'4 S 00'09£'1, $ 00'000'6 $ 00'000'6 $ 00'009'4 S 00'009'1, $ 00,000E 4 00'000'1, 4 00'009'4 s 00'009'1,$ E V3 lalul qun0 /m gels dol aunpwlS a6eu!w(36up...3.4!pon 4I-ON OZ'9L4'Z $ 4s'ZB 4 00'049'£ $ 00'821, s 00 "009'L $ 00'09 s 00'OOZ'L $ 00'04 s 00,094,E $ 00'91,1, $ 00'009'L $ 00'09 4 00'000'£ s 00'001,4 OE j1, -did a6eu100 lelaW paleB -00.91, EL-0N OL'1,99'L s 96 "9LZ't $ oo *006 s 09'E49't 4 o0'OOL'4l S 00'OSE'Z s 00'000'81. $ 00'000'£ 4 00 "090'01, S 00 "089'L S 00 "209'2 $ OO'L 1,4 s 00 "000'Z1, S 00 "000'Z$ 9 V3 slalul dou0 Zt-ON 9Z'MV9 S 9L'E8L S 00'0SL'8 4 OO OSZ S 00'9LE'4 S 00'921, S 00'OSL'9 4 00'09Z S 00'564'9 4 00'L9I $ 00'09Z's S 00 O9L S MOW'S s 00'091,4 SE AS alanwo snoauel! -!W IL-ON 04'OZ9'4Z S E6'L8 s 00 "00£'LZ S OS'L6 $ 00'9LZLZ S OZL6 s 00'000141, $ 00'09 S 00'000'41, s 00'09 S 00'004'22 S 0008 4 00'009'61. s 00'OL$ On AS Nessnou Be sd01 alo4uew pue aAlm Buglasou pue uo.gwedaid ap"gns Ou!pnpul'(sjje muO) alanuo011 ssel0 "loo lwBalul padwelS Old 0516Z'9E1, s C6 L9 S 00 "00 1,99 S 00 "Z4 $ 09 "ZBE'Z8 $ 9CEs s 00'000'29 S 00'04 $ OS'LEZ'EL S 9ZL4 S OS'ZSE'BL s 99'09 S 00'0004ZL S 00'084 0'. L AS /uessaOau se Sdol alo4uew PUB anlBA 5U.gjaSaJ pue uogeuedaud epekgns Bu!pnpul'luawu6Oe pa of saiCep 54:aI6ue waged (egmauay £01,0£# uolm 'waged auogBuwaH (j adAl-ZLZIO IHISV) .Z Im slaved )pug uelm!4aA 6aN 08' 1,EZ'O4 $ 40'92 S 09'969'EL $ OL'L4 $ SZ'960'65 s 92,0E $ 00'OSE'94 S 00,0E $ 00'SZ9'69 S 00'94 S 00'044'64 s 00,2E $ 00 "SZ9'69 4 00'944 945' L AS 'AIeSSWOU Be SdOI ap4uew PUB saxoq gala, ualem Buglasem Due Bu!Plnad PUB Utls!ug glemap!s'sdww dm!pue4'sgim dap 'SAamanup, dad apei6gns Bu!pnpu! (sAmmup le.9')p!N .4) MlemaP!S olanwo g'ON 0 L "921'1,6 $ 81,41, 4 09 "E9£'Z4 S 0£'61, S 00 "S IE'LE S 00'L1, S 00 "096'LZ 4 00'01, S 00'6LL'9Z s OZ'ZI, $ 00'SIE'LE 4 OO'LI S 00'SZ6'ZE $ 00'91,$ 961'Z j-1 uagnO g qmo alanum,j, adAj L-0N E9'89Z'Z s ES'892'Z S 00'000'4 S 00 "000'4 4 00'SL6'6 S c0'SL6'6 S 00'OOE'L 4 00'OOE'L S 00'000'E s 00'000'£ S 09ZE6'Z s 09'ZE6'Z S 00'0004 $ 00 000'44 1, S1, (Ilegdse uo px) uogaolsaN eauV Xlemop!S Lo MOae 9UN 56'405114 4 LO'61, s 09'468'6 S OL'L 4 09'90VOl 4 OCB _ s 097Z6'OI s 09'8 S OO'D9Z'OL 4 00'9 $ 00'OU'L s 00'9 4 00'09Z'Ot S 00'Bs 98Z'L AS Auessacau se sdol el04uew pue OAIe 6ui4asau 6u!pnpu! yle4dsV e-S adAl. 1, S-Crd OZ "864'4 S OZ86411 s 00 "000'£ S 00000'£ S 00'000'9 s 00'000'9 S 00'009'L S 00'005'L S 00'0091, s 00'00911 s 01,'009'£1, $ 81'009'EL $ 00'009'4 s 00'009'4$ l Sl 'aug uagn6 g Oro mau pul4ag luawaned Bugs!xa to Imods!p PUB lenowai'uc0!lowap 6wpnpu!'Bu!ggm8 pue 6uueaq bUN OS'LLO'S S O6'£ S 00'OL9'Z 4 002 $ 05291,'9 S OS'4 S 09'LZ6'L 4 0$1 S 00'9Zd9 S OO'S s 00 "924'9 s 00'S $ 00'SZ4'9 4 00'S$ 00'9821, AS (xew;sapm to ap) 6u!llw lummed E-ON 09'969'9 s 9914 S 00'419'4 $ 09,E s 00'0£Z'1, s 00' 1, S 00'09L111 S 00 z S 00'09E'L S 00 9 $ 00'09E'L s 00 9 $ 00'SZZ'6 s 09'L$ 00'OEZ' L Al uann5 V qjm alanum BuOs!r to lesods!p pue le-uau uo0!lowa0 F;3H 09'LZ8'4 S 88'9 s 00'9£0'9 S 08'6 4 00'Z49'9 S OC8 S 00'009'OZ S 0052 S OZ'S9E'LL $ 98'EL $ 00'OBE'L 4 00'6 s 00'00E'ZL s 00'91,$ 00'028 AS jlemapls Bugs" to lesods!p pue lanowau uoggowa0 ✓0N aolid G3IJd llun aoNd GOIAd llun eoNd 63ILd llun GOIjd aoNd kun aolLd aolJd llun aolJd aolLd llun GOILd aolLd 11un Meld llun uolldlnsa0 wall /ed wall Red ONI'NOIlOn211SN00 NV!!1 •oul'•oo Binned swe 1. lII.M Nl 33NIDN3 'V'A' °JNI2133NION3 'V'A'1 ON00 'JNRl33NIJN3 311MNMOO 'ONI 303 GV30 ONtl 313210N00 OV31S3WOH ONI 00 NOIlOnN1SN0013°JOn9 1900 1SN00 ON3 NIIAl sagguen0 oa o1, 1 ( d aseyd 8 LLO.8010 :'ON 019 A110 1 3SVHd S1N3W3A0ildW1133il1S 99 MS lwolW tonoS to /110 Z 1 Z abed saleloossv ssoM 'f'H :AS peiedald £L'L6E'9£9 $ 6VUVL19 $ OV'8"'&B4 $ 0S'ELVLL4 $ 00'SOZ'LLO $ 09'8"'694 $ 00'949'£84 $ '16/101 00'000'9Z s 00'000'92 S 00'000'9Z $ 00'000'9Z S 00'000'92 s 00'000'92 S 00'000'9Z S 00'000'9Z S 00'000'gZ S 00'0o0'9Z S 00'000'9Z S 00'000'9Z S 00'000'9Z s 00'000'924 l Sl laualBuguoO 9 -0 00'492'1 s 00'2£9 s 00'000'1 s 00'009 S 00'620'2 S OS'6ES S 00'000'2 S 00'0001 $ 00'009'L S 00 "09L S 00'OOo'Z 4 00'000'1 $ 00'oo£'L s 00'099$ Z Sl (1 g j) u81S pa!oid !we!W 14005 4-9 00'090'13 s 00'090'8 4 29'999'9 S L9'999'9 s 4L'LSO'4 4 4L'1501, S 00'009'6 S 00'009'6 S 00 008'6 S 00009'6 s 00'009'6 4 00'009'6 S 00'000'6 S 00 000'6$ L Sl ( %Z)Pu08 IUa Aed PUe aoueuu0yad £-O 00'00E'Z 4 00'00E'Z S EE'£E9'6 s £E'EEB'6 $ 9CLVL'61 S 9L'LtW61 $ 00'009'81 S 00'009'91 S 00'000'8 S 00'000'8 S 00'000'SL s 00'000'92 $ 00'000'9L S 00'000'91$ l Sl ( %£) o0)e!l to mueualu!eyq Z -O 00'SL6'91 S o0'9L6'91 S ££'££13'Zt 4 E£'££8'ZL 4 96'SZ9'Lt S 96 "SZ9'Lt S 00 "005'2 s 00'009'Z S 00'0o0'S S 00'000'5 S 00'000'5 S 00'000'5 $ 00.000.2 $ 00'000'LS L Sl Iwluoolsno VO OS'BSE'OS $ 09'99E'09 S 10'966'9Z $ W,966'9Z s 0S'009'9Z S 09'009'9Z 4 00'9ZZ'9E S 00'9ZZ'9£ S 00'006'Z4 S o0'006'ZS s 00,000,0E S 00,000,0E s 00'000'9Z $ 00'000'525 L Sl u011ep000 polepoe pue ame uogellesul OSVMOW Bu!w yO ae6uq olalck -0 llelsul pue 4slwn.1 9-Il 09'0Z90t S 09'Z4E S 69'990'ZI $ 68'88£ $ 00'004'Zt S 00'004 S 00'6E4'LL S 00.69£ $ 00'SLVC1 $ 00 "90 $ 00,002,E $1 DO ON $ 00'899 $ 00 93 M V3 1 (ISOO lueld u!apnpu!s!4olnwVllos) elIV xeuu41=01!elsul pue 4s!wnj 911 09'690'9 S 09,90L 4 L6'669'9 S l L'L L $ 00'09L'9 S oo'O9Z S 09'9LZ'13 S 09'90E S 00'0£1'9 S 00'061 $ 00'04Z'£ S 00 on S 00'984 $ 00'81$ LZ V3 (ISOO lueld u! apnpul s! 1pinw $ pos) laddolS uosdtu!S 8elsul pue 4s!wn j 4-Il 09'004'9 S 04 "S9l S 9L M'6 S 44'442 s 00'928'9 $ 00'9LL S 00'644'L s 00162 S 00'OL4'L S 00'061 S 00'SLB'4 4 00'922 S 00585 s 00'924 6£ V3 (ls03lueld ul apnpu! sl 4olnw g l!os) Po UOROB JOAIIS IIet�l pue gs!wn j E-Il 00'LL9'8 $ 09 go S ZVZZVLL S ZZ "ZLE S 00'004'81 s 00'004 S Oo'Z 14'61 S 00 "ZZ4 S 00 "099 %L S 00 "SZ4 9 00'OZ9'9 s Oo'OZL $ 00'928 $ 00'81$ 94 V3 (Isoo lueld u! spnpul s! 4olnw g I!-) wled 4o1e41 epuolj llelsul pue 4slwn j Z-I1 00 "609'EL S O6'L s OE'4ES'ZL S E£'L S 00'OL6'LL 4. 00 -L S 00 "OOL'LL S 00'0L S OSZWVb S 9L'8 S 00'OOL'LL s wu $ 00'0Z4'E." $ 00'ZS - OLL'L V3 (lsOOlueldu!apnpu!sl Lpl=j;:os) euwsefxeMllslsul pue pwnj L-Il OZ'SOL'1 " "= S 081ZL " S Z6'888'E - - s 8L'LLZ - 5 00'098'9 -" " - - S 00'064- -S 00.OLL - - s 00'99 - s 00'094'9 - S 00,06E S 00'000'L" - - S 00 "009 $ 00,000,4E - B - 00 "000'LS - 4t V3 - 'w JSAS 5Ugg611 ldj pasodwd 1ol saxoq Ilnd gelsul - ". Z-3- "- 00'098'LZ $ " 0911 S 00 "ISOVtZ S LULL s 00'0£4'82 S OL'6 s 00'0£2'5 s OL'Z s 00'522'41 s SL'L s 00'000'8£ $ 00'0Z S 00'000'29 $ 00'065 006'2 dl 'luawaeed lapun walsRS 6ug46! I ldj Pasodoxl 101 Unpuoo lduloala punm6lapuo Ilelsul V3 00,29E $ SL'4 S 9ZELL s se S OZ'£S S OL'0 S OZ'l6 5 OZ't S 0o'8ZZ S o0'£ S 00'06L S 0S'Z $ 00751 s 007s 9L dl adulS oIlseldouuayl mollaA d!Ms.9 9-SWd OL'69E 4 OCT s Z9'94Z S OE'9L S OL'O s OB'OEL S OZ'L s 00'22£ S 00,E s 00'BLZ S o0'Z s 00 601 $ 00'14 602 jl adpIS opseldp a4l al!4M.9 S-SWd 00'094 s 00 "4ll S 89'999 S 00'004 s 00'001 $ 00'49£ S 00'96 s 00'004 S 00,00E s 00'004'2 $ 00,05E 5 00'008 s 00'OOZS 4 V3 (aleoola2ll U5S 4SVld 00'09£ $ 09,E S 00 "954 S 00'05£ s OS'£ $ 00'049 5 04'5 s 00'008 s 00'9 $ 00'009 S 00 "9 S OO 005 S 00'5$ 001 jl �e9 doll o!ISeldouuayl al!4M apym,pZ E•SWd 05,85E S 6E'Z s OS'664 s 00'0LZ S ov' S 00,00E S 00 "Z S 00'009 s 00'4 S 00'SLE s 09'2 s 00 00C s 00'Z$ 091 dl adulS ogseldp aqj m011aA alq -C].9 Z-SWd 80'99 S ZL1, S 94'522 4 R�% 0VL9 S OL'4 $ 00 "49 S 00'9 S 00'064 S 00'01 $ 00'022 $ 00'9L $ DULL s OS'SS 4L V3 WOVell luawaned aA!paBall leu011ov!O -!e LSWd 09780'4 $ 09'290'4 S L9'99V6 S 00'OS9'Z $ 00'099 -Z $ 00.000 -L $ 00'000'L s 00'OOS'9 s 00'009'9 s 00'000'£ $ 00'000'£ S 00'000'5 s 00'000'4$ t Sl (anu"V 418S'M'S al meld 4169'M'S wwl ad!d pue slalu! Bugs!xa Ile) walsLS j—.c; uuo1S Bugsm3 il!S-aO pue uealp 92921 00'588'£ s 00'S6Z'1 S LZ'96S'Z S O6'96Z'S S ovgw,1 $ 00,00VIC $ 00'OOL'L S 00'004'L s 00'OOS'Z $ 00'005'4 s 00'009'1 $ 00'0091, s 00'009'25 E V3 lalul gln0 /m gels dol vrgowlS 015 uj aOugs!x3 L4!paW 4LUU 00'OBE'L S 00'94 S O6'LE6'Z S CL L6 S 06 "OLS'£ $ EO "LLL s 00'000'£ S 00'001 $ 00'000'£ S 00'001 S 00 "009'4 $ 00'091 4 00 "000'£ $ 00'001$ OE dl adld 96eu!wa lelaW PaleBwoo.9 L EL-02l 00'OZO'L S 00'OLL'1 S bl19E91£L S 69'ZLZ'Z S 40'094'6L s 4£'EVVE $ 00'00Z'9L $ 00'OOL'Z $ 00'008'9L S 00'008'Z S 00'000'21 S 00'000'2 S 00'000'22 s 00'000'Z4 9 V3 slalul dap ZL-all 04'SLL'S $ 06'£91 S 0£'ZZL'6 S BL'LLZ s S9'££o'9L $ 41'854 $ 00'568'9 S 00'L6L $ 00'09'Z S 00'9L $ 00'0591, S 00'0EL S 00'09Z'S s 00'092$ se AS alanuoo snoauel!a0s!W LI-ml 00'99L'64 S OL'LLL s 0Z'L96'9Z S tICZ6 S 08'90Z'9E s 94'9EL S 00'994'SZ S OL "LB $ 00 "009'9Z $ 00 -56 $ 00'OZL'SL $ 00'45 $ 00'009'61 s 00'02$ o8Z AS ,Clessaoau se sdol 810guew pue OA!e Bu!Uasv pue uo.gmedaid opwBgns Bu!pnpul'(sMlemsswp) alanuoo 11 —13 loloo lei5olul pedwelS Otb21 09'284'98 S Sl'99 $ 00'662'901 $ 95'99 S 05'6LZ'6Z 4 68'82 S 00 "990'46 S OL'09 S 00'09['69 s 00'54 S 00'09L'69 s 00'94 $ 00'000'422 $ 00'084 OSS'L AS ,�mwou se sdol alo4uau pue "Il Bu!Uasa pue w.gwedald opw5gn Sulpnpul'luawuBee pew of avBap $y :al6ue waned ftmeLa� Co Loe# m100'waUed ewgBuwaH (j adLl•ZLZ1O I81SV) .Z /m vaned 1pug jelm!gaA 6-Qa 00'9LS'EM S 00'L9 $ 9VILO'49 s LS'tb S 44'£6L'4L s 24'84 s 00'OES'Z9 $ 00'4£ S 00'069'49 5 00 Z4 $ 00'0Z9'99 $ 00,9E S 00'4ZS'69 $ 00'544 9ts'l AS •Alessaoau se sdol aloyuew pue saxoq ialaw ialem Burp w pue Bu!p!Awd puvw4s!ug sMlemap!s'sdwel dd!pue4'sglro dwp 'sR App *dvd opwBgns Bu!pnpu! (s,Cemanup 1e.9')p!41.4) Mlemap!S alanuop 9-old 09 "108'09 $ OL'LZ S 98'L69'9£ S E9YL 5 O6'9L61,S s Z019Z S 09'999'9£ S OL "9L s 00'560'94 4 00'LZ s 00'098'99 s 00,0E 4 00'SZ6'ZE S 00'91$ 96VZ dl ann6 g q+ro alanuw j, ad61 L-ad 00'986'2 S 00'886'2 $ 00'0EV9 S 00'0£1'9 $ 06'09Z'9 $ 06'09Z'9 $ 00'0001, $ 00'000'4 $ 00'000'0L $ 00 "000'01 S 00'000'OZ s o0'000'0Z $ 00'000'4 S 00'000'4S L Sl (llegdse to pos) uonwojs l mV Mlemap!S to MOeg 9-021 00'902'91 s 00 CL S 9.Vou'se 5 6L'6L S 96'038'92 s L9111 $ 05'599'02 s GeV $ 9L'ESZ'L1 $ 9L'8 S 00'90L'91 s 00 CL S 00'09Z'Ot $ oves 99Z'L As vuessaoau se sdol elO4uew pue aAle Buglasv Bu!pnpu!'11e4dsV E-S adR1,t 9-021 9L'Z40'S $ 52740'9 s ££'£49'SZ S E£'E49'94 $ OE'60VZL S 0£'604'ZL S 00 "O09'LS S 00'009'l4 S 00'000'L S 00'000'L S 00'000'OL s 00'000'0L S 00'0091, S 00 -009,vs L sl oull la4n8 g q,m mau pul4aq luawaned Bugsnra to lesods!p pue lenaww'uoggowap Bulpnpu!'8wggmB pue BuuealO 4621 O£'LOB'Z S 81'2 S S9 "866'4 $ 68,E $ S9'Z80'9 S 6Z9 s 00'SZ4'9 S 00'5 $ SL'EOV9 $ SL1, $ 09'L64'4 4 O9 "£ $ 00524'9 s 00194 00 "SBZ'L AS I 4ldap) BU!Ilw JUa OAed £-CIE! 00,628,E s OVE s 08'8£8'9 $ 9S'S S 09'564'6 S ZL'L $ 00'094'2 $ 00'Z s 00'091'9 5 00'9 S 00'094'Z 4 00 "Z S 00'SZZ'6 S OTIS 00 "OEZ' L -Al jalln6 V giro alanuw 6ugsna to lewds!p pue lenawal uo!l!lowa0 Z-OH 00' 209'9 s 90'8 S 00'002'9 4 00 S 09 "OZ6'9 s 44'13 $ 00'OLB'Z S 0S'E $ 00'0413'6 S 00'21 s 00'094'2 s 00'£ S 00'00E'n S 00'91$ 00'0Z8 AS Mlamapls Bugs" to lesods!p pue lenpwaa u011!imap 1-021 aolJd aolLd 11uf1 aolad G3IJd llufl eol2d aoVd 11uf1 aol2d oolLd 11uf1 e3l2d aolid Aufl aoPd 03Rd fluff 0olJd 00Pd 11uf1 Veld 8uf1 uopol2oseO wall Red wall Aed ONI 'SM010VM1NOO ONIM33NION3 NM31SV3Hlf10S 'ONI'SMOloVMI VISOOV 'ONI'S3IVIOOSSV'8 VIIA'W oul 'eplLold 10 dnoLO uolleolunwwoo g luawdolana0 'oul "ir'zedo-I lan6lyy I ONIM33NION3 3NIl1HOIVMIS IS03ISN03 DN3 NIIAI sapguen0 13810M ase4d BILO-9010 :'ON 019 Alto 13SVHd S1N3W3A0MdW1133MIS 99 MS IweIW 41noS to Alo Ado Liu o w a 8 a 8 r a a a 2 a s a ai s; a; w 8 - - - - - - - - . . . . . . . . . . . . . . . . . . . . . . . . . . . z s! - - - - - - - - - - s 9 a 9999 2 s a - - - - - - - - - - - - - - - - - - - - - 888 8 2 8 8 a s a 8 8888888 a a 9 a 9 88 %° zp a a s a a 9 S a 9 8 g 9 -. 9 -. 8 9 8 a - n L1 n a 8 :Di T81 - - - - - - - - - - - - - 2 8 a 8 s 08 R s pi s Pi 88888888 ' °° 1 %88 E o o uim R a g$8 zrc 888 8888 8 8 00080 °888 %8m 8 °° %888 9 9 AS ,, o8 g 9. - - - - - - - - - - - - - - - - - - - - - - - - F4 s q s s s s 8 8 a 8 s; s; 8 -- 8 8 8 8 8% 9 8s; 8 a m a Cl z 00 04 888 s; St 2 s a $ ; 2 g 6 6 a 6 9 8 V g ` 0 s q 8 6Z 88.888 6 g n8° 6 °888 9 88898° 9 g 9 ;i 9 z 2 8 F a S a zi 8 o 49-a 6 A a - - - - - - - - - - - - - - - - - - - - 8 9 8 8 8 8 8 8 8 9 s! 8 8 8$8 8 s; 8 S; S; 8 - 8; E; 8 8 8 8 8$ 8; a o g g a 5 - - - w »» - - w» w» - Di »« - w » »» a 88888 a 8 9 15 a_` 9 f -29 ff -E E ;7 Z5 em 0 rc - - - - u «« - w» - - - - - - - - - - - oz, $ ry i9i a S uh S? m 82 8 8 m ni ryNm 8 .9. t� E. a. 5� s ° °88 %8R a a a a R IOA 2 68 =Ao a aq 2 11 8 8 �2 to 0 a s s F 8 8 8 8858888 8 a a a g x - 8 F A F - 2f $88$ 8 a q Iq n %888$8 8888 %$ %s % %°%% 8 8 8 8 2 NYSm 8851 8 88 8 8 88888 8 s a a a a 8 8588888 W 8 8 8 . . . . Fit xw - - - - - - - - - - - - - - 8 8888 %8% 9 x88$ . . . g Is . . . . . n 8 8 8 -. -8 a 8 8 PI q 10 s O . . . w» . . . . . . . 8 °88 R 888888 g„8888 di- 9 W. A 11 O X66166 2 9 5 5 1 alp fi 22 nm IN E E E E i mill rc MIAMI DAILY BUSINESS REVIEW Published Dairy 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 flctice in !ho mst!er of CITY OF SOUTH MIAMI - NOTICE OF BID INVITATION BID NO. CI08 -0718 - S.W. 66TH STREET IMPROVEMENTS. ETC in the XXXX Court, was published in said newspaper in the issues of 06/19/2008 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. 11 //) Sworn to and subscribed before 19 day of JUNE , A.D. 2008 (SEAL) V. PEREZ personally known to me �y CheM H Marmer My Commissan 00338559 a p/ Expires July 18, 2008 NOTICE OF, 81D.INVITATION CITY OF SOUTH ,MIAMI DID NO. CI08.0718 The City of South Miami will receive sealed proposals until 3:00 P.M. local time, Friday, July 18, 2008 at the City.Clerk's Office; South Miami City Hail, 6130 Sunset_ Drive, South Miami; Florida 33143, for the following project: S.W 66th'STREET , IMPROVEMENTS -- PHASE.1 :39ttrPiace toS-Vfr58th•A4ende The project consists of the reconstruction „of portions of SW 66th Street, all within. the. City of South Miami. Project elements include drainage, sidewalks, paving, landscaping, electrical, irrigation and street fighting. - A portion, of this_ project will be federally assisted through the U.S. Department of. Commerce, Economic Development Administration,.and other federal agencies, and as such bidders ;must comply with Presidential Executive Order 11246, and 41 .CFR Part 60-4; the Davis Bacon Act, as supplemented by 29 CFR Part, 5; the Copeland (Anti -Kick Back) Act; the, Contract Work Hours and'Safety Standards Act as supplemented by 29 CFA Part 5, and all other applicable federal, state and local ordinances. r Attentlon GIs called to the fact that no less than the minimum salaries and wages as set forth in the Contract Documents may be paid on this project and that •the. Contractor must ensure that employees and appficants for employment are not. discriminated 'against because of race, color, religion, sex or national origin.. Bids will be opened publicly at or, shortiyaiter 3:05 P.M. on Friday, July 18, 2008 at"the South Miami City Hall, City Commission Chambers, 6130 Sunset Drive, South Miami. Florida 33143. ' Bid documents maybe obtained on or attar Thursday, June 19.2008 from South Miami City Hail, City Clerk's office, 6130 Sunset. Drive, South Miami, Florida 33143. A $150.00 non - refundable deposit per set of plans and specifications is riequired. Tfie bid will be awarded to the lowest responsible responsive Bidder: if, however, the City Manager deems It to be in the best interest of the City of South Miami, the City of South Miami reserves the right to reject any and all bids, to,walve any informalities or minor defects in any bids, and to increase, or decrease the quantities shown in the Bid Form. Bids, which contain irregularities of any.kind, may be rejected _as informal. A non- mandatory pre -bid conference Wih be held at South Miami City Half, City Commission Chamber, 6130 Sunset . Drive, South Miami, Florida 33143, at 2:00 PM focal time -on Wednesday, July 9, 2008. All interested contractors are Invited to attend. The City of South Miami is an Equal Opportunity Employer and encourages the participation of certified Black MBE contractors. Maria Menendez, CMC City Clerk 6/19 08- 8.2711036181M TYLU IN INTERNATIONAL I HJ ROSS engineers I planners I scientists July 29, 2008 Mr. W. Ajibola Balogun City Manager City of South Miami 6130 Sunset Dr. South Miami, FL 33143 'Re: SW 66 th Street Improvement Phase I Bid No. CI08 -0718 Dear Mr. Balogun, On July 18, 2008, bids for the above referenced project were received and publicly opened at City of South Miami City Hall. Twelve bidders responded with bids ranging from $399,000 to $535,397.73. The Engineer's Estimate of Probable Construction Cost for the project was $483,645.00. Attached is a copy of the Summary of Bid Documentation Review. The low bidder is Budget Construction, Inc. The low bid amount per table ($398,985.85) differs from the amount submitted from Budget Construction, Inc. ($399,000) due to rounding in the total amount for items RD -9, LI -1, LI -2, LI -3, LI -4 and LI -5. No irregularities were found in the low bidder's submittal. We interviewed the references and the bidder received good recommendations. We also interviewed the low bidder on July 29, 2008 to make sure they understand the Project Manual provisions, schedules, and quantities. Based on the above, we recommend the award of the contract to the apparent low responsive bidder, Budget Construction, Inc. for an amount of $398,985.85 pending the City's legal verification of compliance with other contractual requirements. ,If you have any questions, please call me. Construction Enc. Summ�ry of Bid Documentation Review 201 Alhombro Circle, Suite 900 1 Cofol Gables, Florida 33134 1 T 305 567 1 888 1 F 305.567 1771 1 rr.rw i,,hn corn T.Y. Lin International Project: City of South Miami SW 66 STREET IMPROVEMENTS • PHASE I CITY BID No.: C108 -0718 Friday, July 18, 2008 CONTRACTOR REFERENCES 16 -May -08 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 $500.000 Contact gave good references. Contractor has 2.0 BRV Construction Services, Inc. Ron Loheide (PM) 305 - 238 -7953 Paving. Drainage. been working for many years and with good performance. Contact gave good references. Contractor has 3.0 Coastal Construction Company Mark Miller (PM) 305 - 559 -4900 Paving, Site Work been working for many years and good performance. Contact gave good references; except for a sub 4.0 Miami Dade WASD Miguel Pichardo (PM) 786- 552 -8146 Water and Sewer contractor for the asphalt pavement. Jobs performed in the Village of Miami Shores.Contract 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 B;O Docs Checklist Page 1 of 1 o� sourq � 7 �hcoxroe+�tto '�`� ,O R l9 i• Engineering & Construction Department Contractor References } Based on Experience, Ability and Financial Standing `�-v-b � -6v G 4 * 4,W(. is a potential contractor for the' 2W llvi. Wow t It is our practice to obtain refereneds from indivicTuals and companids 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 & Tide �, 1, �• 1A Name: , N�Ihrzy �Vw , P . F Wis., Address: V srw 2 S� tCA cityistaip 1►M �+%+ , L, Telephone -� 3 ` 3 '3 KD 2 Date 57 If you have any question about ,his form, please tail (305)663 -6350. I 2 3 4 5 Criteria A. Ability to com lete project on time B. Ability to stay within the budget C. !2unk of work D. Financial standing if applic able ) �.3 A E. Experience in their line of work Additional Comments (May Indicate last project /transaction with contractor): Reference given by: Reference check conducted by: Name & Tide �, 1, �• 1A Name: , N�Ihrzy �Vw , P . F Wis., Address: V srw 2 S� tCA cityistaip 1►M �+%+ , L, Telephone -� 3 ` 3 '3 KD 2 Date 57 If you have any question about ,his form, please tail (305)663 -6350. SourH � 1 u x i�ro��rco t YY9 C goo Engineering & Construction Department Contractor References Based on Experience, Ability and Financial Standing ca 0.,140 M . 4. N C is a potential contractor for the' 66 sw s rt�A lme —mNa4- f ih fi j g r It is our practice to obtain referencds 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: Name Sc Title s - :N Address: W►KEt DrNc •City /Sttzip WA L4; 6 IGe3 r V`3301V Reference check conducted by: Name: 6)(, . Telephone 29 Date of If you have any quesflon about This form, please call (305)663 -6350. l 2 3 4 5 Criteria A. Ability to complete ro ect on time B. Ability to sta within the budget C. 2uaHty of work D. Financial standin if applicable) E. Experience in their line of work Additional Comments (May indicate last project /transaction with contractor): Reference given by: Name Sc Title s - :N Address: W►KEt DrNc •City /Sttzip WA L4; 6 IGe3 r V`3301V Reference check conducted by: Name: 6)(, . Telephone 29 Date of If you have any quesflon about This form, please call (305)663 -6350. soury o s, Z; x • � „caerowrtce Engineering & Construction Department Contractor References Based on Experience, Ability and Financial Standing I3U t %G Wt Nt C. is a potential contractor for the' W S tbv It is our practice to obtain referencds from indivitTuals and companies who have worked with a potential contractor. The above company has included you and/or your company as a reference. We would greatly appreciate your prompt response to the following inquiry as it applies to the nature or your relationship with the company. Those that do not apply should be left blank. Please rate the consultant as follows: 1- poor 2 - average 3 - above average 4- very good 5- excellent Reference given by: Name & Title mu 16i A- (P- M ( alw X46 tkm Address: �YGV t 32 7 T- -W t ty St. City /Staip �1/1i1, �(, 3311M Reference check conducted by: T Nam // Name: _ kV- &i7 �U % Telephone 3-02 K'- Z 3$- -71 C 3 Date 2 U?J If you have any question aboui this form, please call (305)663 -6350. l 2 3 4 5 Criteria A. Ability to complete project on time B. Abili to stay within the budget for C. Quality of work D. Financial standin g if a licable sJ A. E. Ex erience in their line of work Additional Comments (May indicate last project /transaction with contractor): Reference given by: Name & Title mu 16i A- (P- M ( alw X46 tkm Address: �YGV t 32 7 T- -W t ty St. City /Staip �1/1i1, �(, 3311M Reference check conducted by: T Nam // Name: _ kV- &i7 �U % Telephone 3-02 K'- Z 3$- -71 C 3 Date 2 U?J If you have any question aboui this form, please call (305)663 -6350. 8E sour9 6 IMCORf011�tt0 � 1119 � Engineering & Construction Department Contractor References Based on Experience, Ability and Financial Standing UV Vvc-'WO 4 t V L. is a potential contractor for the.'~ SSW 4 t It is our practice to obtain referencds from individ"aals 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 ' 6 �--�� L i iy''f� Name: t krto_ Address: 19D c1 w City/St/Zip Ahi FL 3 ii6 Telephone I'M - S S 9 - q goo Date O? 2 ds If you have any question about this form, please call (305)663 -6350. ] 2 3 4 5 Criteria A. Ability to complete project on time B. Abili to stay within the budget C. Quality of work D. Financial standIR& if a licable E. Experience in their ling of work Additional Comments (May indicate last project /transaction with contractor): Reference given by: Reference check conducted by: Name & Title ' 6 �--�� L i iy''f� Name: t krto_ Address: 19D c1 w City/St/Zip Ahi FL 3 ii6 Telephone I'M - S S 9 - q goo Date O? 2 ds If you have any question about this form, please call (305)663 -6350. o� sour. w� r • tncoe►OR,0 ' +ozs �tOltld� Engineering & Construction Department Contractor References Based on Experience, Ability and Financial Standing 'RUt4b-t- ".r6d :ON. f1 r— is a potential contractor for the.' 6 �►W S ft� iLt M&-U t4✓f� 4b– T It is our practice to obtain refereneds from indivicTuals and companids 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 i %� ��r o 1'l� Name: t �% X � M +A�i DkDG wks� ) Address: 3a %� SSWAve CiWSt/Zip W A $A, FL 3 3 1 tic, Telephone 6 – 9162 -81 qto *Date If you have any question about this form, please call (303)663 -6350. l 2 3 4 5 Criteria A. Ability to complete ro ect on time B. Ability to stay within the budget C, !Quality of work D. Financial standing if applic able ►J /a E. Experience in their line of work Additional Comments (May Indicate last project /transaction with contractor): Reference given by: Reference check conducted by: Name & Titl i %� ��r o 1'l� Name: t �% X � M +A�i DkDG wks� ) Address: 3a %� SSWAve CiWSt/Zip W A $A, FL 3 3 1 tic, Telephone 6 – 9162 -81 qto *Date If you have any question about this form, please call (303)663 -6350. M013S 13NVd 139HS SIHI 33S 00+91.'VIS:3NIIH31M anN3AV L069 -A'S, WC5 0+ cr �2 (L a g 3nN3AV zcn W 4399 'M'S 1 1F Li LU solv 30VId , IQ 4199 'M s 3AOSVI3NVd 133HS SIHI 33S 00+96'VIS:3N11H31VA cn Z LLI 2 8 w L, L 13- i, LLI CO LLJ 0: 0 Z CD CID CID 3: cn Qo 0 00 co 0 W LL 0 13, Woo 0 CL + Z LU ED CO -ld I069,M's SNN 59 p It Li LU solv 30VId , IQ 4199 'M s 3AOSVI3NVd 133HS SIHI 33S 00+96'VIS:3N11H31VA cn Z LLI 2 8 w L, L 13- i, LLI CO LLJ 0: 0 Z CD CID CID 3: cn Qo 0 00 co 0 W LL 0 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: Miami -Dade County through its office of Community Development has entered into a contract with the Owner, and 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: S.W. 66TH STREET IMPROVEMENTS — PHASE 1 S.W. 59TH PLACE TO S.W. 58TH AVENUE as prepared by T.Y. Lin International I H.J. Ross 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, as follows: B. Based upon the price shown in the Proposal heretofore submitted to the Owner by the Contractor, a copy of said Proposal being a part of these Contract Documents, the aggregate amount of this Contract is the 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 One Hundred & Fifty (y( 150) calendar days after the commencement date established in the Notice to Proceed. 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 ft, 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 ay authorized extension thereof, there shall be deducted from the compensation otherwise to be paid to the Contractor, and the Owner will retain as liquated damages the amount of One Thousand Five Hundred dollars ($1,500.00) per calendar day 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: 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. 00500 -3 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 proceeding 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 l la` 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 This project in part will be federally assisted through the Miami -Dade County Department of Community and Economic Development with Community Development Block Grant funds and as such bidder must comply with Presidential Executive Order 11246, as amended; by Executive Order 11375; Title VII of the Civil Rights Act of 1964 as amended; the Davis Bacon Act of 1968, as amended; the Copeland Anti - Kickback Act; the Contract Work Hours and Safety Standards Act and all other applicable federal, state and local ordinance. The contract enclosed within the "Project Manual for S.W. 66th Street Improvements — Phase 1, City of South Miami, City's Project No.:CI08- 0718" and all attachments in the Manual and the Construction Drawings shall be incorporated by reference into the contract, as exhibits to the contract. Between the contract and the attachments in the manual, the provisions of the contract shall control should there be any inconsistency in the documents. 1.13 TRANSFER AND ASSIGNMENT A. None of the work or services under this contract shall be subcontracted beyond that shown on List of Major Sub - Contractors (page 00300 -4) of the Proposal) unless Contractor obtains prior written consent from the City. Approved subcontractors shall be subject to each provision of this contract and Contractor shall be responsible and indemnify the City for all subcontractors' acts, errors or omissions. B. The Contractor shall not assign, transfer or pledge any interest in this contract without the prior written consent of the City; provided, however, that claims for money by the Contractor from the City under this contract may be assigned, transferred or pledged to a bank, trust company, or other financial institution without the City's approval. 00500 -4 Written notice of any assignment, transfer or pledge of funds shall be furnished within 10 days by the Contractor to the City. 1.14 EXAMINATION AND RETENTION OF CONTRACTOR'S RECORDS A. The City, or any of their duly authorized representatives, shall, until 3 years after final payment under this contract, have access to and the right to examine any of the Contractor's books, ledgers, documents, papers, or other records involving transactions related to this contract for the purpose of making audit, examination, excerpts, and transcriptions. B. The Contractor agrees to include in the first -tier subcontracts under this contract a clause substantially the same as subparagraph 14.A. above. "Subcontract." as used in this clause, excludes purchase order not exceeding $2,000. C. The right to access and examination of records in 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 professional 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 Statues 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. 00500 -5 C. A violation of this paragraph will result in the termination of the contract and forfeiture of funds paid, or to be paid, to the Contractor. 1.18 WARRANTY OF AUTHORITY The signatories to this contract warrant that they are duly authorized by action of their respective city commission, board of directors or other authority to execute this contract and to bind the parties to the promises, terms, conditions and warranties contained in this contract. 1.19 INDEPENDENT CONTRACTOR The contractor is furnishing its services as an independent Contractor and nothing in this contract shall create any association, partnership or joint venture between the. parties, or any employer - employee relationships. 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 WITNESS: (If corporation, attach Seal and attest by Secretary) APPROVED AS TO FORM AND LEGALITY: City Attorney City of South Miami 00500 -6 City of South Miami, Party of the First Part By: City Manager Contractor Party of the Second Part Title ( *) 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 -7 CERTIFICATE (Sample) STATE OF FLORIDA ) ss COUNTY OF ) I HEREBY CERTIFY that a meeting of the Board of Directors of a corporation under the laws of the State of Florida , held on , 20_, the following resolution was duly passed and adopted: "RESOLVED, that , as President of the corporation, be and he is hereby authorized to execute the Contract dated 920 , 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 -8 RESOLUTION NO. CRA 23 -U8 -334 A RESOLUTION OF THE CITY OF SOUTH MIAMI COMMUNITY REDEVELOPMENT AGENCY ( SMCRA) RELATING TO INFRASTRUCTURE IMPROVEMENTS; AUTHORIZING THE SMCRA DIRECTOR TO INITIATE A BUDGET TRANSFER IN THE AMOUNT OF $21,355.85 FROM ACCOUNT NO. 610 - 1110 - 513 -63 -40 (INFRASTRUCTURE IMPROVEMENTS /STREETSCAPE ENHANCEMENTS) TO ACCOUNT . NO. 610 - 1110 - 513 -34 -50 (CONTRACTUAL SERVICESANFRASTRUCTURE); AND AUTHORIZING 'A FUNDING DISBURSEMENT IN THE TOTAL AMOUNT OF $98,985.85 TO BUDGET CONSTRUCTION INC TO INITIATE CONSTRUCTION OF THE SW 66' STREET IMPROVEMENT PROJECT; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the 07/08 Budget includes funding in the total amount of $372,000 for the design and construction of major infrastructure improvement projects in the SMCRA District; and WHEREAS, significant projects identified by the Board during the 07/08 budget approval process include the following projects: • The 59th Place (Church Street) Streetscape Improvement Project (Phase IV); S The SW 660' St. Streetscape Improvement Project; O The Sunset Drive Streetscape Improvement Project; and • Other Infrastructure Projects to be identified during the 07/08 Budget Year WHEREAS, thus far during the current fiscal year, the SMCRA has contributed a total of $47,370 towards the design costs for the SW 66th Street Improvement Project; and WHEREAS, The 66th Streetscape Improvement Project includes many of the similar design features as the recent SMCRA funded 59th Place Infrastructure Improvement Project and is located along one of the major arterial roadways in the SMCRA and primary entrance to the City of South Miami's Murray Park: WHEREAS, as part of a City initiated bidding process, Budget Construction Inc. was selected to provide construction services for the Project; and WHEREAS, as part of a recent City initiated bidding process, the project engineer of record has recommended that Budget Construction Inc. be selected to provide construction services for the project; and WHEREAS, during the August 19, 2008 meeting of the City Commission, the. Commission will vote to approve the recommended contractor based on a submitted bid price by Budget Construction Inc. in the total amount $398,985.85 Page 1 of 2 No. CRA 22 -08 -3345 WHEREAS, the SMCRA desires to contribute funding in the amount of $98,985.85 to facilitate completion of the project and following approval of the recommended contractor by the City Commission, funding in the total amount of $98,985.85 shall be disbursed to Budget Construction Inc; WHEREAS, as a result of completion of this project; a major arterial roadway in the SMCRA area.and the primary entrance to the City of South Miami's Murray Park will be greatly improved. NOW THEREFORE BE IT RESOLVED BY THE COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1. The South Miami Community Redevelopment Agency authorizes a budget transfer in the amount $21,255.85 from Account # 610 - 1110 - 513 -63 -40 (Infrastructure Improvements /Streetscape Enhancements) to Account #610 -1110- 513-34-50 (Infrastructure /Contractual Services). Following budget transfer, the remaining balance in Account # 610 - 1110 - 513 -63 -40 (Infrastructure Improvements /Streetscape Enhancements) shall be $13,481.65. Section 2. The South Miami Community Redevelopment Agency authorizes payment in the total amount of $98,985.85 to Budget Construction Inc. to construct the 66th Street Streetscape Improvement Project. Following funding disbursement, the remaining balance in Account # 610 - 1110 - 513 -34 -50 shall be $0. Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 11 day of August, 2008. ATTEST: bity a" of South Miami Community Redevelopment Agen Clerk READ AND APPROVED AS TO FORM: 44�'Wlx W4-. G n ral Co sel Page 2 of 2 Chair Feliu: Vice Chair Beasley: Member Wiscombe: Member Palmer: Member Beckman: Member R. Williams: Member L. Williams: -0 Yea Yea absent Yea Yea Yea Yea RESOLUTION NO. CRA 31 -08 -343 A RESOLUTION OF THE CITY OF SOUTH MIAMI COMMUNITY REDEVELOPMENT AGENCY ( SMCRA) RELATING TO PARK IMPROVEMENTS; AUTHORIZING THE SMCRA DIRECTOR TO DISBURSE FUNDING IN THE AMOUNT OF $36,200 TO BUDGET CONSTRUCTION INC. TO INSTALL STREET' TREES AND DECORATIVE LANDSCAPING ALONG SW 66TH STREET AS PART OF THE 66TH- STREETSCAPE IMPROVEMENT PROJECT AND AUTHORIZING BUDGET TRANSFERS IN THE AMOUNT OF $12,425 FROM ACCOUNT NO. 610 - 1110 - 513 -63 -40 (INFRASTRUCTURE IMPROVEMENTS) AND $7,500 FROM ACCOUNT NO. 610 - 1110 - 541 -31 -20 (PROFESSIONAL SERVICES /STREET BEAUTIFICATION) TO ACCOUNT NO. 610 -1110- 541 -34 -50 (CONTRACTUAL SERVICES /STREET BEAUTIFICATION) TO FACILITATE THE EXPENDITURE AND CHARGING THE TOTAL AMOUNT TO ACCOUNT NO. 610 - 1110 - 541 -34 -50 (CONTRACTUAL SERVICES /STREET BEAUTIFICATION); AND PROVIDING AN EFFECTIVE DATE. WHEREAS, contained in the FY 07/08 Budget is specific line item funding for the installation of street .trees along major roadways in the SMCRA District; and WHEREAS, the City of South Miami is currently implementing a major roadway improvements along SW 66`h Street in the SMCRA District which includes the installation of street trees and decorative landscaping along the SW 66`h Street Corridor; and WHEREAS, based on a cost estimate received from Budget Construction Inc, the total cost to install landscaping along the SW 66th Street Project is $60,000; and WHEREAS, the installation of street trees along SW 60h Street will help to facilitate the City's current "green" initiative and will also greatly enhance a major arterial roadway in the SMCRA District; and WHEREAS, the SMCRA Board desires to contribute funding in the amount of 36,200 towards the installation of street trees and decorative landscaping at this location in the SMCRA. NOW, THEREFORE, BE IT RESOLVED BY THE SOUTH MIAMI COMMUNITY REDEVELOPMENT AGENCY: Page 1 of 2 Res. No. CRA 31 -08 -343 Section 1. The SMCRA Director is authorized to disburse funding upon completion of work in the amount of $36,200 to Budget Construction Inc. to install street trees and decorative landscaping along SW 66`h Street as part of the SW 66`h Street Improvement Project and charging the total ainount to Account No. 610-1110 - 541 -34 -50 (Contractual Services /Street Beautification Account) Section 2. This resolution shall take effect immediately upon approval. PASSED AND ADOPTED this 8th day of September, 2008. ATTEST: Qou4th Miami Community Redevelopment Agency Clerk Board Vote: 6 -1 Chairperson Feliu: Yea Vice Chairperson Beasley: Yea READ AND APPROVED AS TO FORM: Board Member Wiscombe: Yea Board Member Palmer: Yea Board Member Beckman: Yea Board Member R. Williams: Yea Board Member L. Williams: Nay General sel Page 2 of 2 RESOLUTION NO. 157 -08 -12754 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 SERVVCES 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 59th Place and SW 586 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 , 2008. EST: Cam. G CITY CLERK READ AND APPROVED AS TO FORM: ORNEY APPROVED: /a-V�6- Y-�S- MA OR Commission Vote: 4-1 Mayor Feliu: Yea Vice Mayor Beasley: Yea Commissioner Palmer: Yea Commissioner Wiscombe: Yea Commissioner Beckman: Nay M I A iii I -DADE _a ) 0 - Carlos Alvarez, Mayor October 6, 2008 Mr. W. Ajibola Balogun Assistant City Manager City of South Miami 6130 Sunset Drive South Miami, FL 33143 Community & Economic Development 701 NAM 1st Court • 14th Floor Miami, Florida 33136 T 786- 469 -2100 F 786 -469 -2236 Re: Amendment One to the FY 2008 Community Development Block Grant Contract - $200,000 S.W. 66th Street Improvements — Phase I Dear Mr. Balogun: miamidade.gov Enclosed is an executed copy of the Amendment One to the FY 2008 CDBG Contract between the City of South Miami and Miami -Dade County for your agency's S.W. 66th Street Improvements — Phase I activities. The effective term of this agreement is from January 1, 2008 through December 31, 2009. Your staff must ensure that the Office of Community and Economic Development receives the reports and other required documents identified in the contract by the required deadlines to avoid suspension of funds. If you have any questions, please contact me at 786 -469 -2220. Sincerely, 1 ! t r 1 `Letitia S. Goodson Contracts Officer Isg Enclosure Index Code: CD534C10C1 AMENDMENT ONE TO THE FY 2008 COMMUNITY DEVELOPMENT BLOCK GRANT CONTRACT BETWEEN MIAMI -DADE COUNTY AND CITY OF SOUTH MIAMI The FY 2008 Community Development Block Grant Contract between Miami -Dade County and the City of South Miami, executed on May 6, 2008, is amended as follows: III. The County Agrees, is amended to read: Subject to the availability of funds, to pay for contracted activities according to the terms and conditions contained within this contract in an amount not to exceed $300,000.00. This amendment increases the total amount by $100,000.00. The new contract amount is $300,000.00. Attachment A is amended as indicated in Attachment A. Attachment Al is amended as indicated in Attachment Al. Attachment B is amended as indicated in Attachment B. The effective date of this amendment is May 6, 2008. . Except for the changes enumerated above, all other provisions of the agreement shall remain in full force and effect. IV. The Awardee and OCED Agree: A. Effective Date 1. This contract shall begin on January 1, 2008. Any costs incurred by the Awardee prior to this date will not be reimbursed by the County. 2. This contract shall expire on December 31, 2009. Any costs incurred by the Awardee beyond this date will not be reimbursed by the County. This Amendment and all its attachments are hereby made a part of the Agreement. IN WITNESS THEREOF, the caused this two (2) page day of_S?-(- 2008. AWARDEE: City of South Miami parties agree to the mutual covenants herein contained and have Amendment to the Contract to be executed on their behalf this MIAMI -DADE COUNTY BY: -� DATE: BY: NAME: to. lr6i7LrCU NAME TITLE: City Manager DATE: q jgo -r BY: NAME TITLE: DATE Witness BY: (Signature) Type or Print Name BY: ��C-z'f C� () — ig ture) Maria M. Menendez Type or Print Name Federal ID Number: 59- 6000431 Resolution #: R- 1222 -07 and R- 489 -08 Index Code: Awardee's Fiscal Year Ending Date: CORPORATE SEAL: 09/30!08 TITLE: Mayor ✓ i /to _ ATT •\ �_ BY: r ; k ✓R• TITLE: °aE�lei*A.$cogd°of County Coi�itnis� oners Approved as to form and Le ..i }ufficie y Assistant County Attorney ._AldtbDd"' CONTRACT IS NOT VALID UNTIL SIGNED AND DATED BY BOTH PARTIES r� RFA FY2008I Acronym: SMIAMI Date: SCORE: FY 2008 Activity ID: 20081011 Action Plan ID: Index Code: IDIS Number: Contract Number: 80 ®� sort Contracts by AnencV sourro Contract Shell Type: CATEGORY: Capital CDBG District: MD Specific: Improvement 07 1. Description - Applicant P Agency / Developer Information: EIN: 59- 6000431 Applicant 1 tlevelollt I (/�.14.A. }: Applicant legal Address: 6130 SUNSET DR City of South Miami CITY, ST, ZIP: SOUTH MI` FL � 33143 Contact: Mr.W. Ajibola Balogun Applicant Type: Municipality Phone: (305) 663 -6338 Activity Title and Description: Monitoring Issues: Title-:: SVV 66 Street Improvement - Phase I Street Improvement from SW 66th Street from SW 57 Ave to SW 61 Ct in South Miami NRSA. Project consists of reconstruction and upgrading of sidewalk (widening), roadway resurfacing, lighting and landscaping associated with 2. Funding information FY07 Contract # FY07 IDIS # FY07 Funding: FY08 Non -OCED Funding: $40,000 i=Y08 Requested Amount: $550,000 Prior Year Carry Forward FY 2008 $200,000 Action Plan Allocation: (OOt(D 0o Ame:,cimt� 5. Contract Tracking 3. Contract Information ! Signees Contract Officer: 241 Goodson Parkn Planner: 143 ison $o (— _ _. _ . _.. _.i Salutation FName I-Name Title: City Manager N/A Title: Number Of Units Proposed in Application Proposed by Funding: Cost per Unit (CPU) F- Contract Status: Contract Dates Start Completion Amendment ` U )100 Total FY 2008f}g F—J scal Year Contract $$ End: AUDIT DUE: Contract Tracking Report I Export C Sent to County Sent to Clerk Issued Date Scope Finalized Attorney of Board Signed Date Budget Approved Sent to County Returned from i g Manager County Manager / Executed 6. Geographic Information (Please remember to GEO CODE Activity Address) Activity Geo Address: Activity Geo City: ST: Geo7_ipCode: Census Tract: Block Group: from SW 66th Street from SW 57 Ave to S South Miami FL i 33143 76.03 7. HUD Information If no street address, provide crossroads information: f=olio Number (CI and HO only) HUD Codc: HUD Activity Type: 03K Street Improvements Proposed: Accomplishment'rype 2,000 People National Citation National Objective: 570.201(c) 570208(a)(1) LMA l7riority Need Infrastructure % I_ow /Mod: % smalli119in. Contractors: \ . ]� ;aJ» §§§ ArBm §%S7Q»@S%%Ak$AN2 \r��#)§ ^2w2§ %G£$A 7G%Ag5 § «99 m(2n ( 7 ,Zz 2m�2 % z �K §M §�0 k%8�m ) {/) § 6m%G�)q�!zE�Q � z: 2%)\2 S o\®Bq2m) ^m42 G�tB2!B)w�lozo��,noajkm2 ��®% o z m 0Q-< 'n C,rn2/ % �q 'a ®n �kb«4 4@°« ��.l �G�n�\ (,pram §o,n m 222 oo;ono�n no -n _,.� o n�2m onana (® ■�a®�o2�kR0 . c, -,�.. aoo,no,» nm .�_g�7� e» �! 4 ; lg9k@G�Q o »2 »ca.m # %227§ , �> /n mm §2 # ��zz �� m q, .� ■n o - ; mJm.�2.a 7 kQ,mq og %oG ® - § ��2 ^(� a® \2)\ { / § 22/§ § 2$( - 3 �2( § )< �j 70 _ �Z2§ !_ ) ve � CO) mo0 ;3 ` «%§ "- 2 \w,� �/ ff2 . k m 01 . . bnm R ) 2 r § §( ®zw �§ §� » / 3 n§ ! \ /) ) Kk 2 ] m (k 2 [i m §. \ � \ V vl 71 to � N m n p 0 n 0 D A m m A n n A o O 3 z n v m O � n O z ` � b (n W O 0 C nm °D 0 O 0 O O m O ro O D 0 0 p U 3 � y A zi K < r .y Z m Z j (n T ti N —< U) U) m v m A t 00 m p (0 m Z O m n m 2 z t1 o A O c ((7 n i a o - `• C 0 Z~O 0 Q G7 m O$ m < (p !n x - m O 'S bA O r y O Li m $ 0 b p I 0 A m ttooy O C T m O m K' m C Y Z O O ZA r b r p b r T S D O z ' Z •. .Aro m D Z O y O Z ...( Z g; r mz A e m (� D ( 2 n m a ar z m m y -i a g y m O b m m n a m o �? i y a -c m .• o m o o A ... Z O m v v pmC O mm� Gl S A A O No S t. T, 0 o< 0 0 Z O m N N 0 m m = m m mDC 3 8 'U H 3 O � -4 mm� A O z < m'. 'a D A C A Cmm mo m < N (�nm N r 8 mn o mc n mz� 0D1, O m > D O n D T 0 m f O z CA cc D A C C s C A z m n N n O A n � m c C s C C m m V) m z (n Attachment B CITY OF SOUTH MIAMI, INC CDBG FY 2008 SW 66th STREET IMPROVEMENTS DETAIL BUDGET January 1, 2008 thru December 31, 2009 vvav rr ur c ucr cnw FICA sala X7.65% PP Non -OCED OCED OCED Total OCED Total All Source., 21012 Environmental Audit CD533C08C1 Plan Amendment - $ $ Sub -Total Fringe $ - $ - $ 1,000 $ 47,500 4010 PERSONNEL- Employee $ 1,000 31420 Advertising Radio $ S - S - $ - Regular- Salaries 22350 Bottled Water Total Personnel S $ $ 12,500 $ Public Works Director $ 12,500 $ - $ 6,500 $ $ 6,500 $ 6,500 Chief Accountant 25511 Building Rental $ $ 1,000 $ $ 1,0001$ 1,000 Grants Administrator Total Contractual $ - $ 4,000 $ 47,500 is 4,000 1 S 4,000 Sub -Total Salaries S $ 11,5001 L$ 11,500.1.s 11,500 vvav rr ur c ucr cnw FICA sala X7.65% S S 1,000 $ 100,000 $ 1,000 $ 1,000 21012 Environmental Audit $ S - - $ $ Sub -Total Fringe $ - $ - $ 1,000 $ 47,500 $ 1,000 $ 1,000 31420 Advertising Radio $ S - S - $ - $ - 22350 Bottled Water Total Personnel S $ $ 12,500 $ $ 12,500 $ 12,500 v vnu a.a.ava, .aca ..0...- 21011 External Audit $ S $ 100,000 S $ 21012 Environmental Audit $ S - - $ $ 21030 Other Professional- Svc Const M mt $ - S 47,500 S - $ 47,500 $ 47,500 21030 Other Professional Svc 31420 Advertising Radio $ S - S - $ - $ - 22350 Bottled Water Total Operating Expense S S - $ - $ $ 25330 Rent Copier $ $ $ " $ 25511 Building Rental $ $ $ - $ Total Contractual S $ 47,500 $ 47,500 1 $ 47,500 wjiwr ar w 31011 Telephone Regular $ S - $ 100,000 $ $ 31011 Telephone Long Distance S S - - $ $ 31610 Postage $ S - 100j000 $ $ 31420 Advertising Radio S S - S $ Total Operating Expense S $ - $ S Commodities 31510 Outside Printing $ S 140,0001 $ 100,000 S 140,000 S 180,000 95020 Computer Purchase $ - $ 47010 Office Supplies/ Outside Vendors 1 $ S 100j000 $ $ Total Commodities 1 $ $ Capital Outla 90 Construction $ 40,000 1 S 140,0001 $ 100,000 S 140,000 S 180,000 Infrastructure Improvements $ - $ Total Capital Outlay S 100j000 S 140,000 $ 180,000 TOTAL BUDGET S 40,000 $ 200,000 $ 100,000 $ 200,000 $ 240,000 SOURCES OF OTHER FUNDING CRA TOTAL AMOUNT $40,000 CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any of the hinds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreement in excess of $100,000) and that all subrecipients shall certify and disclose accordingly. 4. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. By: Print: U. 11-11-C-31 t�o� Ic of Authorized Representative) i�t,©C -) c1 N . (Print Name of Firm and Authorized Represen(ative) Title: G CT`C M 6�l -14 C C —r— Date: Q/� U