Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-87-0603
J-87-496 6/23/87 (No 87-857 NO 87-588 6/11/87) RESOLUTION NO. 8'' ~67t3 A RESOLUTION ACCEPTING THE BID OF DANVILLE/FINDORFP, INC. IN THE PROPOSED AMOUNT OF $3,654,000, BASE BID PLUS ALTERNATES "A" THROUGH "F" OF THE PROPOSAL, FOR BAYFRONT PARK REDEVELOPMENT - PHASE III); WITH MONIES THEREFOR ALLOCATED FROM THE CAPITAL IMPROVEMENTS ORDINANCE NO. 10187, PROJECT NO. 331302, IN THE AMOUNT OF $3,654,000 TO COVER THE CONTRACT COST; ACCEPTING FROM SAID LOW BIDDER A DONATION OF $25,000 AND A GUARANTEE TO HOLD THE CITY HARMLESS; APPROVING THE CHIEF PROCUREMENT OFFICER'S DISALLOWANCE OF A BID AWARD PROTEST; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH SAID FIRM. WHEREAS, sealed bids were received May 12, 1987, for Bayfront Park Redevelopment - Phase III; and WHEREAS, Danville/Findorff, Inc. (Danville) submitted the lowest bid which included a clerical or scrivener's error in computations contained in the bid proposal insomuch as cost items were inadvertently excluded from such computations; and WHEREAS, the City Commission has found that the low bidder acted in good faith in the submission of its bid to the City; and WHEREAS, the City Commission has established that the error which was made in the bid preparation is of a magnitude that will cause severe hardship on the bidder if its correction is enforced; and WHEREAS, said error was not one of gross negligence or wilful inattention, and it was discovered and communicated to the City by the low bidder promptly and prior to the herein award; and WHEREAS, on June 11, 1987, the City Commission was specifically requested by Danville to allow Danville to correct the foregoing error by adjusting its bid to reflect an increase of $638 , 600 , for a total amount of $3,654,000, for the base bid plus Alternates "A" through "F"; and WHEREAS, the City Manager and the Director of the Department of Public Works, after negotiations, have recommended that the CITY COId?IIISSION JH '?37 j A Na. 80 . 603 corrected bid received from Danville /Findorff, Inc. be accepted as the lowest responsible and responsive bid; and WHEREAS, these negotiations included a $25.000 donation from said low bidder by way of liquidated damages for improvements to Flagami Community Center and also included the low bidder's guarantee to defend and to hold the City harmless in an amount not to exceed $75,00O in any litigation which may result from this award; and WHEREAS, an unsuccessful seoond-ranked bidder, Tatum, Gomez, Smith and Vitale Construction, Inc., submitted a written bid award protest to Chief Procurement Officer Arthur L. Mullins on June 19, 1987, who has disallowed such protest; and WHEREAS, said second bidder was offered the opportunity to receive the award at the amount that Danville/Findorff has agreed to do the job, to wit: $3,654,0O0; and WHEREAS, the City Commission approves the Chief Procurement Officer's disallowance of the bid award protest with said disallowance having been recommended by both the City Manager and the City Attorney, and the City Commission also finds that in order to serve the City' s best interests and in order to assure that the City is adequately protected from any damages relative to this contract award that the herein conditions apply to this bid award; and WHEREAS, the Capital Improvements Ordinance No. 10187, as amended, was adopted on December 11, 1986, and monies are available for the proposed amount of the contract, project expense, and incidentals under Project No. 331302 of said Ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The findings and recitals contained in the preamble of this Resolution are hereby adopted by reference and hereby incorporated herein as if fully set forth in this Section. Section 2. The May 3.2, 1987, bid of Danville/ Findorff, Inc. (Danville), as corrected, in the proposed amount of , $3,654,000, for the project entitled Bayfront Park -2- 87--6Q2 Redevelopment - Phase 111, base bid plus Alternates "A" through "F" of the proposal based on lump sum prices, is hereby accepted at the price stated therein. Section 3. The amount of $3.654,000 is hereby allocated from the Capital Improvements Ordinance No. 10187, as amended, Project No. 331302, to cover the cost of said oontraot. Section 4. The amount of $25,000 is hereby accepted from the low bidder, Danville/Findorff. Inc., as a donation to be used for the improvement of Flagami Community Center. Section 5. The City Manager is hereby authorized to accept an amount not to exceed $75,000 from the low bidder, Danville/Findorff, Inc., as a guarantee to hold the City harmless in the event any litigation arises from the award of this contract. Further, said firm shall agree to defend any action arising out of the execution of this contract. The said amount, $75,000, is in addition to, and does not include the costs of defense for any such action or challenge to the validity of this contract. Section 6. The City Manager is hereby authorized to enter into a contract on behalf of the City of Miami with Danville/Findorff, Inc., for Bayfront Park Redevelopment - Phase III, base bid plus Alternates "A" through "F" of the proposal, conditioned upon timely proffer of the above undertakings by said firm. PASSED AND ADOPTED this 25th day of/'dune y 1987. A XAVIER L. SgAREZ, MAYOR NATTY HIRAI, CITY CLERK PREPARED AND APPROVED BY: APPROVED/ S TO FORM AND CORREC S: .r�- ROBERT F. CLARK CIA A. DOUG TY CHIEF DEPUTY CITY ATTORNEY CITY ATTORNEY RFC:bss:M471 -3- 8`'y-603 Is CITY OF MIAMI. FLORIDA I'a INTER -OFFICE MEMOIRANDUM TO DATE Honorab ,Mayor and Members of the�ty Commission SUBJE. ' FROM Lucia A. Dough ty REFFRF` CES City Attorney E:NCLCS.;RFS June 28, 1987 TILEJ-87-496 City Commission Agenda June 28, 1987 Items 412, 481 and 437 (4) We are transmitting separate enclosures herewith that should be helpful in your deliberations at today's meeting. The materials are identified by Item Numbers and are accompanied, where necessary, by explanatory memoranda. One enclosure that does not appear on today's Agenda is material which formalizes your action of June 11, 1987 in regard to the Bayfront Park Redevelopment - Phase III bid award. The enclosure contains the Chief Procurement Officer's Decision of June 24, 1987, disallowing the bid award protest dated June 19, 1987 filed by the second low bidder. It also includes our own memorandum and a proposed resolution which formally awards the contract to Danville/ Findorff, Inc. and approves the above Decision disallowing the bid protest. We recommend your adoption of this resolution as being appropriate and necessary. LAD/RFC/bss/P414 cc: Cesar H. Odio, City Manager Natty Hirai, City Clerk -ilk CITY OF MIAMI. FLORIDA INTER -OFFICE MEMORANDUM HonorabI4 Mayor and Members of the -'City Commission 40M Luoi . A. , Dougheriy City Attorney DATE June 24, 1987 `"EJ-87-496 SUBJECT Award of Contract for Bayfront Park Development - Phase III REFERENCES City Commission Meeting June 25, 1987 ENCLOS:.:RFS ( 1 ) It is respectfully recommended that the City Commission adopt the attached resolution which formalizes Motions No. 87-557 and No. 87-558 and formally awards a contract for Bayfront Park Development - Phase III to Danville/ Findorff, Inc. ("Danville"), and approves the Chief Procurement Officer's disallowance of a bid award protest. At the City Commission meeting of June 11, 1987, by Motion No. 87-557, Danville/Findorff, Inc. ("Danville") was found to be the lowest and best bidder for the public works contract for Bayfront Park Development - Phase III despite a unilateral mistake or error in Danville's bid which caused Danville to inadvertently omit $638,600 from its bid. At that Commission meeting, Danville was allowed to adjust its bid price to $3,654,000 for the base bid plus Alternates "A" through "F", and was found still to be the lowest and best bidder. Our Office was subsequently informed that the second -ranked bidder, Tatum, Gomez, Smith and Vitale Construction Inc. filed a bid award protest dated June 19, 1987, which protest has been disallowed by Chief Procurement Officer Arthur L. Mullins, which disallowance has been approved by the City Manager and City Attorney. This resolution does not appear on the printed Agenda due to the time constraint involved. LAD/RFC/bss/P411 cc: Cesar H. Odio, City Manager Natty Hirai, City Clerk Arthur L. Mullins, Chief Procurement Officer Donald Cather, Director, Public Works Department. 87-60C-11 r� CITY OP MIAMI. PLON16A INTER -OFFICE MEM01VANDUM Honorable Mayor and Members June 24, 1087 of the City Commission subact: AOM: thur . Mullins Chief Proourement Offioer MCLO*UREs: payfront Parr Redevelopment Phase III Bid Number B-3208-F As the Chief Proourement Offioer of the City of Miami, I have been asked to make a reoommendation, pursuant to Seotion 18-88.1. City of Miami Code, and other applioable laws, to the City Manager and City Commission regarding the bid protest made by Attorney D.L. Swimmer on behalf of Tatum, Gomez, Smith and Vitale Construotinn, Ino. (hereinafter "Tatum") dated June 19, 1987 regarding ;;he award of the Bayfront Park Redevelopment - Phase III oontraot bearing Bid Number B-3208-F to Danville/Findorff, Ino. (hereinafter "Danville"). I am hereby reoommending to you that Danville be awarded this oontraot and am resolving this bid award protest by hereby deoiding against Tatum beoause of the faotors set forth herein. In arriving at this reoommendation, I have reviewed the following doouments: a. City Invitation for Bid (IFB) No. B-3208-F for Bayfront Park Redevelopment - Phase III. b. Proposal submitted by Danville in response to said IFB. o. Proposal submitted by Tatum in response to said IFB. d. The City Attorney's Opinion regarding a review of the bid prooess for Bayfront Park Redevelopment - Phase III to the Mayor and City Commissioners dated June 10. 1987. e. Letter to Danville dated June 12, 1987, regarding this oontraot from L.B. Long of the- Publio Works Department. f. The oontraot documents (oontraot form, bond requirements, speoifioations, eto.) for this oontraot. o 6 W� 16torabie Mayor and Members June 94, 1087 of the City Commission page 2 g. The bid protest of Tatum dated dune 19, 1087 submitted to me, and my recollection and transcribed notes of the June 11, 1987 City Commission meeting regarding this item, including without limitation City Commission discussion, motion and representations made by Danville Attorney Neil Flaxman at such meeting. Based upon a review of the foregoing documents and materials, it is my opinion that Danville is the lowest responsible and responsive bidder, and should be awarded this contract based upon the following factors: I. Danville made, in good faith, an excusable or inadvertent error on its bid computation by not including its own (e.g. Danville's) personnel or labor costs. The amount of this scrivener's error was approximately $638,600. 2. Danville brought up this mistake at the earliest possible opportunity and conveyed and communicated the mistake to the City prior to the contract award by the City Commission at its June 11, 1987 meeting. However, Danville did not discover the error prior to this bid award and, as such, could not have communicated the mistake at an earlier time. 3. Danville was granted equitable relief by the City Commission, and was allowed to correct its bid proposal and adjust its bid price by an increase of $638,600, to a total amount of $3,654,000 for the base bid, plus Alternate Items "A" through "F". It was entirely appropriate for the City Commission to take such action insofar as that enforcement of the original bid price would have worked a severe economic hardship upon Danville which would not be equitable nor in the interest of allowing economic stability and financial viability to South Florida companies and businesses. 4. Danville has clearly established that its error vat in the nature of a computer "glitch"; an inadvertent or scrivener's error of $638,000 and A Honorable mayor at Members Of the CityCommission Dune a4, i987 page not the result of gross negligence or willful and wanton inattention by Danville. S. Danville has shown itself to be a responsible and responsive bidder by volunteering to do the followings which all serve the City's best interests: a. Executing an Indemnity/Hold Harmless Agreement in favor of the City. b. Making a $28.000 contribution to the City to defray the City's administrative and professional time and expense expended in this matter. c. Executing the contract documents and posting the requisite bonds in a timely manner. 8. Danville, at its corrected bid price of $3.884,000, is still the lowest and best responsive bidder. 7. Clearly, the maxim of competitive bidding procedures and the best interests of the taxpayers of the City reveal that Danville has submitted the lowest responsible bid, that is. Danville has the lowest cost to the City. Danville is- a responsible bidder and has the financial resources and ability to do the work. 8. Clearly. Danville is the lowest responsible bidder in that it met and complied with the bid documents in all material respects, more so than Tatum, including without limitation that Danville responded to the Statement of Compliance with Ordinance No. 10032 by noting the creation of construction laborer jobs. Tatum did not affirmatively respond to same. 9. Danville has shown that it made an honest mistake not due to willful or gross neglect, and is able and willing to do what is in the public interest. Honorable Mayor and Members June 24, 108? of the City Commission page 4 10. The matters raised in th da n.t, based upon t recommendations that different conclusion. afforded the opportunity award at the same figure but declined said offer. e Tatum bid award protest he foregoing facts and 1 have made, merit a Moreover, Tatum was to receive the contract as Danville, $3,654,000, 11. Tatum's bid protest, moreover, ignores the issue that Danville was adjusting or correcting a scrivener's or clerical error in its bid computation and not, as the protest indicates, arbitrarily or capriciously changing its figures. ALM/yv/bs8/MO88 Arthur L. Mullins Chief Procurement Officer APPROVED: Cesa . Odic Cityf g$anaster Lucia A. Dougherty City Attorney 8 7 -60: l 0. LAW OEEICES DAVIU L. SN I-.-iMEtt, P. A. SLITE a-B OAK PLAZA PROrFSSIONAL CENTER SS25 SOUTHWEST 92-D STREET MiAmt, Ft.omDA 331rin DAVID L. SWIMMER JUDITH KAZER LAMET June 1.9, 1.987 Arthur L. Mullins Chief Procurement Officer General Services Administration Department 1390 N.W. 20th Street, 2nd Floor Miami, Florida 33142 Donald W. Cather, Director Department of Public Works 275 N.W. 2 Street Miami, Florida 33125 TELEPHONE (305) 274-1222 CERTIFIED MAIL/RRR Luther E. Long, Project Coordinator DuPont Plaza Center, Suite 400 300 Biscayne Blvd. Way Miami, Florida 33131 RE: Bayfront Park Redevelopment Phase III B 3205-F Bid Protest by Tatum, Gomez, Smith & Vitale Construction, Inc. Our File No. 1257 Gentlemen: This law firm represents Tatum, Gomez, Smith & Vitale Construction, Inc. ("TGSV") which has authorized the filing of this Bid Protest pursuant to paragraph 14 of the Instructions to Bidders and in accordance with City Code Section 18-56.1(ord. no. 9572, Section 1, 2-10-83). On May 12, 1987, pursuant to the City of Miami's advertisement for bids, TGSV submitted its bid proposal for the referenced project. A copy of TGSV's bid is attached hereto as Exhibit A. Danville- Findorff ("Danville") also submitted a bid proposal for the same project on that date. On May 13, Danville advised the City by mailgram that it had made a mathematical error and omitted all labor for the project amounting to a total error of $362,737.00. Thereafter, on May 20, Danville advised the City of a second error, failure to include the specified allowance "Provision for Special Items." Based on these two errors, Danville requested that its bid be increased in an amount well in excess of $675,000.00, to a total corrected base bid of $3,190,729.00. Copies of Danville's correspondence in regard to its erroneous bids are attached hereto as Exhibit B. JUN 2 2 1987 GENERAL SERVICES ADMINISTRATION PROCUREMENT MANACEMENT DIVISION Subsequently, Luther H. Long, Project Coodinatort requested that TGSV modify its bid proposal to $31704,000.00, base bid plus alternates in order to match Danville's bid plus alternates. TGSV agreed to modify its proposal to $3,775,000.00 and this modified bid proposal was presented by Long to the City Manager who recommended that TGSV be awarded the bid. Subsequently, the City Manager changed his recommendation to award Danville the contract based on its corrected bid subject to a $50t00.00 penalty and a $25000.00 donation. TGSV strongly protests the award of the contract to Danville based on the amount reflected in its *corrected bid." Acceptance of the bid contravenes the purpose of the competitive bidding process which is to insure the sanctity of the competitive atmosphere and to afford an equal advantage to all bidders. A bidder cannot be permitted to change its bid after the bids have been opened except to cure minor irregularities. Adjustments in an amount over $675,000.00 cannot be termed minor in that the variation gives the bidder an advantage not enjoyed by other bidders. Clearly, the Danville corrected bid did not represent a minor irregularity which could be waived but was a substantial departure which destroyed the competitive nature of the bidding process. Pursuant to the provisions of City Code Section 18-56.1 b, TGSV requests that you immediately resolve this protest by awarding the contract to TGSV, the next lowest bidder. Additionally, insofar as the provisions of this Section require a decision only within thirty days after receipt of this protest, TGSV demands that you immediately halt the letting of the contract until the administrative and/or legal resolution of this protest. If the undersigned has not that the City has agreed to have no alternative but to been advised within five (5) days hereof stay the award of the contract, TGSV will file a complaint for injunctive relief. Very truly yours, ,�JUDITH KAZER LAMET JKL:df Attachments: as stated cc: Miriam Maer, Esq. Raphael Suarez -Rivas, Esq. Arthur L. Mullins/via Hand Delivery 12571tr D82 COMMISSION OF THE CITY OF MIAMI, FLORIDA 16 Gentlemen: P R O P O S A L DATED May 12, 1987 SUB14ITTED By Tatum, Gomez, Smith & Vitale -C ADDRESS 1301 W. 68th Street " Hialeah,FL 33014 CERTIFICATE OF COMPET£MCY 110. CGC 013783 The undersigned, as Bidder (herein used in the masculine singular, -irrespective of actual gender and number) hereby declares that the only.persons interested in this Proposal are named herein, that no other person has any interest in this Proposal, or in the Contract to which this Proposal pertains, that this Proposal is made without connection or arrangement with any other person and that this Proposal is in every respect fair, in.good faith, and without collusion or The Bidder further declares that he has complied in eve= respect with all of the instructions to Bidders, t-.at he has read all addenda issued prior to the opening of Bids, and that he has satis-tied himself fully relative to all matters and cor_dit:ors with respect to the work to which the Proposal pertains. The Bidder proposes and agrees, if this Proposal is accepted, to execute all appropriate Contract Docurents for this purpose of establishing a formal contractual relationship between himself and the City of Miami, Florida, for the furnishing of all materials and the performance of all wor - to L—,-Lc.i t :ice proposal to e_xec,,;te a `c..'-_.lact c- -' _ irn sh t..__?_ ._ - ..:. - .- � - - - .. _ — .- -. -. _ : i is -. _ .. :_ �.:. - . -- -- -' -- �- • • -. T!:e Bidder certifies that this Bid is based upon all Items as shown on the Plans a.nd/or listed in these Speci`ications, and that he has made no changes in these Contract Doc,_.ents. The Bidder further declares that he has carefully inspected the site of the proposed work. 8`: -60 3 PROPOSAL Page 2a (Revised) 8-3205-F THE BIDDER STATES THAT THIS PROPOSAL IS BASED UPON THE. CONTRACT DOCUMENTS AND THE BIDDER ACKNOWLEDGES THE RECEIPT OF THE FOLLOWING . •„ ADDENDA: Addendum Four ADDENDUM NO: One AODENOUM NO: TWO ADDENDUM Three BASE BID: THE TOTAL OF ITEMS 1 through 12 based on the construction completion date of December 1, 193 BASE BID ITEM 1: For furnishing all labor, material and equipment for .construct Ion of al site work, site Improvements and related activities In accordance with the Spec I f I cat I ons and/or as shown on the Construction Drawings, the lump sum of: i= Dollars and NL cents I TEM 1 IV ITEM 2: For furnishing all labor, material and equipment fcr the provision and placement of all cast-In- piace concrete, related work and accessories, In acc:':r-cdarce :iith they Specifications and/or as shc:�n cn t_ C nztruct io,-i Dr-aviings, the Iurnp sum of: Dollars 4 ITEM 2 ALTERNATE BASE BID: THE TOTAL OF ITEMS 1 THROUGH 12 based cn the construction completion date of March 1st 1988, a unifor.:, (reductlon)(addltlon) of percent of all Items 1 througn 12 resulting in a total alternate base bid of I.r... -.... PROPOSAL Page 2c B-,)205-F ITEM 6: For furnishing all labor, material and equipment for the provision and placement of all doors, louvers, rolling doors, related work and accessories in accordance with the Specifications and/or as shown on the Construction Drawings, the lump sum of: tJ,�lr"-�/--Tilr2=E Ti0uUSt>.�JrJ --- Dollars and N V cents ITEM 6 ITEM 7: For furnishing all labor, material and equipment for the provision, construction and placement of all metal work including but not limited to fences, handrails, speaker support systems, related work and accessories in accordance with the Specifications and/or as shown on the Construction Drawings, the lump sum of: 1 i`(Ir� ;?;:�:►,':i� i ilf'•Ir=T'%-i�,�0 l�,,jr.t..r.(L, Dollars and � cents �r ITEM 7 * * * * * * * * * * * * * * ITEMM 8: For furnishing all labor, material and equipment for the provision and placement of all roofing, thermal and moisture protection, related :,ork and ies it, ac(--o,- lance '.:ith the Specificatic-:._ Q11 �:i:C' .1; t l C'.l:?. 17 �Ld`::'_:lCJS :• r o f . ITEM 8 8 f —V4.la_i 04,0 PROPOSAL Page 2b B-3205-F ITEM 3: For furnishing -all labor material and equipment for the provision construction and placement of all ` fixed wooden seats, related work and accessories in accordance with the Specifications and/or as shown on the Construction D r�awings, the lump sum of: L4 U ,If JE 15 HT 7-HJU`ii •30 Dollars and N C cents $ �I ✓ CCU , ITEM 3 * * * * * * * * * * * * * * ITEM 4: For furnishing all labor, material and equipment for the provision and placement of all masonry work .,..... including but not limited to granite paving, concrete block, sound -absorbing concrete block, related work and accessories in accordance with the Specifications and/or as shown on the Construction Drawings, the lump sum of: -,i,i� �j: i;..�r- E=L I 'i� F.i -"_i ..�i���i'•11� —_ Dollars and �D cents ITEM 4 * * * * * * * * * * * * * * ITEM 5: For furnishing all labor, material and equipment for the provision and placement of all stucco related work and accessories in accordance with the Snecificat:ions and/or as sho,.:n on the Construction Drawings, the lump sum of: $ ITEM 5 * * * * * * * * * * * * * * 8 i "`602 PROPOSAL Page 2c B-,�205-F ITEM 6: For furnishing all labor, material and equipment for the provision and placement of all doors, louvers, rolling doors, related work and accessories in accordance with the Specifications and/or as shown on the Construction Drawings, the lump sum of: Dollars and ►�'O cents ITEM 6 ITEM 7: For furnishing all labor, material and equipment for the provision, construction and placement of all metal work including but not limited to fences, handrails, speaker support systems, related work and accessories in accordance with the Specifications and/or as shown on the Construction Drawings, the lump sum of: --i (lil Dollars and N10 cents ITEM 7 * * * * * * * * * * * * * * ITEM 8: For furnishing all labor, material -and equipment for the provision and placement of all roofing, thermal and moisture protection, related work and accessories in accordance with the Specificatios and/or as sho;•ln on the Construction Drawings, the - Sul -,I o f : yin f •;t _ _.:� $ ITEM 8 87-60 3. ITEM 9e 0 ok PROPOSAL Page 2d B-3205-F. 'For furnishing-all"-l-abor-, -material and equipment for the provision and placement of all finishes including but .not .limited to all floors,, -walls and ceilings in accordance with the Specifications and/or as shown on the. Construction Drawings, the lumpy sum of: "i1Nn F-fr INnP'TV) r-Ml - "T7-}�-F! `-22('!1-.Dollars and t,;J cents _ 1& J � ITEM 9 For furnishing all labor, material and equipment for the provision and placement of all mechanical systems including but not limited to HVAC and plumbing in accordance with the Specifications and/or as shown on the Construction Drawings, the lump sum of: l,_ --- /- ! tF_ ,•.1 -71- n, i,-.,.1%)ID ---- - -- Dollars and 1Q0 cents ITEM 10 * * * * * * * * * * * * * * ITEM 11: For furnishing all labor, material and equipment for the provision and placement of all electrical equipment, devices and related accessories in accordance with the Specifications and/or as shown on the Construction Drawings, the lump sun of f.10 cents 7_60431 PP.OP_,SAL Page 2f B-32.05-F ADDITIVE' .�� ALTERNATES BIDDER AGREES THAT THE FOLLOWING ALTERNATES MAY BE ACCEPTED IN ANY ORDER BY THE CITY, AND THAT THE CI!Y SHALL ADD OR DEDUCT THE ALTERNATES TO OR FROM THE BASE BID IN ANY ORDER OR SEQUENCE IN ORDER TO MAKE: A DETERMINATION AS TO THE: LOW BIDDER. ITEM A: For furnishing all labor, ma'te)rial and equipment for the provision and placement of the fabric structure over the Amph i -wa 1 k xtxtt}gcxx�gcx{�gx lxhe S&&g* in accordance with the Specifications and/or as shown on the Construction Drawings, the lump sum of: `i�i1��=r- 1?� �t.IG1�I=f� tl�Hry- ! +,,;�:,�(•.il_ Dollars and - NJO cents S J8(o , OJO, co ITEM A ITEM B:,. For furnishing all labor, material and equipment for the provision and placement ofE Landscape work dxaexa7xx®rixt�x in accordance with the Specifications and/or as shown on the Construction Drawings, the lump sum of :This cost is to be in addition to the 25,000 cash_ allowance in special provisions -RHO ►., ?�Jt�lJ7=i': Dollars and NO cents ITEM B 8i-603 00� PROPOSAL Page 2e B-3205-F. ITEM 12: Provision for Special Items, as described in Division 2 - Provisions for Special Items, the sum of Three Hundred Twenty-five Thousand Dollars ' "" and no cents ----------------- 325, 000.00 ITEM 12 * * * * * * * * * * * * * * 87 6 `' . ' d Olk __ . _ -- -• _ _ -- _ _ PROPOSAL _ ..- - _' `-_.--. -----•. ... ._ - -.- _ __ .Page 2g -• _-,.- ..w_�.=..�,.-.�.._ _ B-3205-F = _� ITEM C: For -furnishing• -all labor, material and equipment for the installation of the Christopher Columbus " Statue in the Plaza for the Water Taxi Landing in accordance with the Specifications and/or as shown on the Construction Drawings. This cost is to be in addition -to -the $5,000 cash allowance in Special - Provisions section 2.12^ -F6r--the above mentioned work, the lump sum of: �- - - E; I i -i ;' ' • 1- Dollars and cents $ 49 ITEM C ' ^Yldrra»,, r ITEM D: For furnishing all labor, material and equipment for the provision and installation of the Memorial Well, except for the purchase of the granite well itself, at the end of the Memorial Walk in accordance with the Specifications and/or as shown on the Construction Drawings, the lump sum of: Dollars and i` cents $ ITE14 D * * * * * * * * * * * * * * ITEM E: For the provision and application of two coats of L.M. Scofield Company Cementone Clear Sealer to a fpzr :;i:,l�:tely 54,000 square feet of color admixture sanod r1asted concrete in Phase IT_, the unit cost Of . Dollars _`2:.r.�i .. _ :.._ :... $ � L-, 00L� ITEM E * * * * * * * * * * * * * * ITF•.I.1 F: For furnishing all labor, material and equipment for the provisions and placement of the fabric structure on the wings of thi stage in accordance with the specifications and/or as shown on the construction drawings, The Lump Sum of f F- % - -__�: .�� 1 �, ����-_/',i Jim Div car}�5 S G-7 OGC, N 7 -603 N NOTE: PROPOSAL Page 2h 9-3205-F A Pre -bid Conference will be held to assist prospective bidders on Minority Participation, Bidding procedures and Technical Issues related to the Construction Documents. This meeting will be held in the ground floor conference room of the City of Miami's downtown Administration Building,N,lpcated at 275, NW 2nd Street, Miami, Florida. This meeting will begin promptly at 10:00 AM on April 16, 1987 and all potential bidders are strongly urged to attend and participate in order to become familiar with the unique requirements of this project. NOTE: A contract will be awarded for the Base Bid or the Base Bid plus one or more of the Additive Alternates, whichever is in the best interest of the city and depending on the availability of funds. Except for Alternates A through E, the Base Bid shall cover the cost of all work called for in the Construction Documents (drawings plus specifications). work not specifically itemized shall nonetheless be considered as being part of one of the 11 Items in this Proposal. STARTING AND CONSTRUCTION TIMES: The Bidder agrees to start work within ten (10) consecutive calendar days after date of written notice from the engineer to begin work. The work may be started on any working day within this ten (10) consecutive calendar day period. The Bidder shall complete the contract in accordance with the plans and :)2cifications by December 1, 1987, and time is o`: the essence. ?.l'. -::or'.-: shall be in full and complete accordance with all terms set forth in and covered by the contract sl_. t.:. n:ltractor fail to complete the :o .. on Or befo:-e the L;_.ecified in the proposal, with any extension of time which may be allowed by the city for completion of the work provided for in the contract documents, the sum per day, given in Division 2 - Special Provisions, shall be deducted from the monies due the contractor not as a penalty but as liquidated damages and added expense for inspection. 8 7 -60 u .Page 3 ,.. ..... _ -.. _ -. - _• - . • - .. _ . •• y_�a_ _ BIDDER'S METROPOLITAN DADE COUNTY CERTIFICATE OF _..... COMPENTENCY:NO " CGC 013783 _ .. BIDDER'S COUNTY -MUNICIPAL OCCUPATIONAL LICENSE NO 0588278 81DOER 'S IIJSURANCE EXPIRATION XATE - NMay 1, 1988 Attached hereto is a certified check on the Bank of or a Bid Bond furnished by Employers of Wausau (BondingCompany) represented by Collinsworth Alter and Associates Inc. l(Insurance gent for the sum of 5% of the Amount Bid Dollars (S ) made payable to The City of Miami, Florida. The full nanes and addresses of persons and firms interested in the foregoing Bid, as Principals, are as follows: C. Harvey Tatum - President Gerard M Vitale- Sr. Vice President J. M. Gomez - Executive Vice President Charles R. Smith - Vice President SUBMITTED BY: T• t-S Wit -alp, ronstrurtinn Tnc. )lame of ri rm or Gorcor•ation) 1301 1.4. 68t—li Street (Address of Firm or Corporation) 821-4555 (Telephone Nu a rJ 0 Executive Vice President i i tl e (Signature) t i r e ,,Dr):1 .. - -_ .' . _ - _ _ _ ,.. -... • ..-_ . - - ?BOposkc Page -4 STATEMENT OF COMPLIANCE WITH ORDINANCE NO. 10062 The Bi dder certi fies that he _ ha,s read and un-ierstood the provisions of City of Miami Ordf-nahi eNNo. 10062, which pertains to the allocation of contracts to minority vendors. The Bidder further certifies that he is s not (circle one) a minority provider of goods and serviices s defined by said Ordinance No. 10062. Violations of of a contract Da to May 12, this Ordinance may he considered cause for�%ulrnent between the Bidder and the City of Miami . SWORN TO AIND SUBSCRIBED 19 87 before me thi s / day 0 f -... )« 19 ri�itaiy`Nudl ic, �Cat� ,�r -� „r-i Id My Commission Expires: J.M. Gomez name or ni oov- r✓ Tatum, Gomez, Smith & Vitale Cor 1301 W. 68th Street Hialeah,FL 33014 ;lame & Address of Entity a t La r'ge NOTARY POLK STATE CF FLC?:^A MY CosKj:SIDY EXP. ;0-. "?33 BONDED THRJ GENERAL 1:15 W60- tl 8': -603 PROPOSAL -.. _ Page 5 STATEMENT OF COMPLIANCE WITH ORDINANCE NO. 10032 The Bidder certifies that he has read and understood the provisions of City of Miami Ordinance No. .10032, which pertains. y to the implementation of a First Sourcg,Hiring agreemeit. The bidder will complete and submit the following questions as part of the bid proposal. Evaluation of the bidder's responsiveness to Ordinance No. 10032 will be a consideration in the award of a contract. Violations of this Or.dinance may be considered cause for annulment of a contract between the Bidder and the City of Miami. 1. Do you expect to create new positions (ie. laborer, bricklayer, pipe Fitter) in your company in the event your company was awarded this bid by the City? Y E S NO Xxx 2. in the event your answer to number 1 is yes, how many new positions would you create by virtue of performing this bid? 3. Please list below the title, rate of p?v, summary of duties, and expected length or duration of all new positions which might be created by virtue of your company's award of this job. POSITION/TITLE RATE OF PAY DUTIES EXPECTED Circle one LENGTH OR Hourly/Weekly OURr.TION 4 8 7-603 PROPOSAL Page 6 4. Would your - firm fully cooperate with the City of Miami in filling these positions under the First,_.Source. Hiring- Ordi nance of the Ci ty, a copy o�fwhich is found precedi ng Division 2? YES XX N0 5. Is your firm ready, willing and able to execute a First Source Hiring Agreement with the South Florida Employment Training Consortium and to be bound by its terms prior to consideration of the bid award by the City Commissio . YES XX NO J.M. Gomez Date Mav 12 19 87 Tatum, Gomez, Smith & Vitale Const ame of Bidder 1301 W. 68th Street Hialeah, FL 33014 Name & Address of Entity SWORN TO AND SUBSCRIBED before me this % day 19 ri ",)tary Pubi !r_, Sr,ate or Fiortda are �y Comri i s 1 Ofl EX p i re S -% •.0 I BID BOND Paae 1 of 4 B I D B O State of Florida ) County of Dade ) SS City of Miami KNOW ALL MEN BY THESE PRESENTS , that L) M , Cam& --T.rL_ �m ;�' k `� �'�' A L c �►� s� tt U z'{' tas Principal rr,Pti c,iRrL t/H.SI.°2;'1y CL v i; Ck-)►iL 5-A0 as Surety are held and firmly bound unto The City of Miami, in the penal sure F'i J C N 2c, t_ rr, 0 ') Jy Do 11 a ► (S ,5 arc, i lawful money of the United States, for' the paymer of which sum well and truly to be made, we bind ourselves, our heir executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF Principal has submitted NOW THEREFORE: THIS OBLIGATION IS SUCH, that whereas t! the accompanying bid, dated A?R,L- 3G , 19 S-7 , for: grAyuLcI47T PR2k V }-\N sc i i 1 -C�- ( a ) If the principal shall not withdraw said bid within sixty (5 days after date of opening the same, and shall within ten '? days after• the prescribed forms are presented to him signature, enter into a written contract with the City, accordance with the bid as accepted, and give bond with good a sufficient surety or sureties, as may be required for ` `a i th`'tl ;,,r•�,)r+ranc , ,nd �:rooer f-rl �i 1 11,-,n+ ,,f ;t:.h .(.,— r Yc t ; (b) In the event if the withdrawal of said bid within the per; specified, or the failure to enter into such contract and ai such bond within the time specified, if the principal shall p the City the difference between the amount specified in said t and the amount for which the City may procure the required wC and suppl ies, i f the latter amount be in excess of the for,-.i( then the above obligation shall be void and of no effec otherwise to remain in full force and virtue. N7-603 B I0 BOND Page 2 of 4 IN WITNESS WHEREOF; •.the'above' bound parties have executed this instrument under their several seals, this--r149� day of A n:; 19 the n tit", -an corporate seal of eachorporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body, WITNESS: (If Sole Ownership or Partnership, two (2) Witnesses are required. If Corporation, Secretary only will attest and affix seal.) Surety s2cr•r�tary/ I PRINCIPAL: --frig; - f a c: J.M. Gomez' Executive Vice President it e (Business Address) ,i ty S tate Zi o SURETY: OF Cl,►T1JS.�l� Corporate Surety �i,7(iature or AutnorizCri Ti tl e Business Address LOAL!;-,Av 'NsIn; i ty S to to Z i f BID 60ND ame NO NYca nsursance- gency ) 5h6S N W Est S'�hc�'f` MliM: LAkZ S, �ton,oA 33o��J Address Telephone um er The rate of premium on this bond is N per thousand. Total amount of premi um charges S N (The above must be filled Tn y Corporate Surety) CERTIFICATE AS TO CORPORATE PRINCIPAL'"'' I , Mary V. Tatum certify that I am the Secretary of the Corporation named as Principal in the within bond; that J.1.1. Gomez who signed the said bond on behalf of the Principal, was then F.xorurivp vi.-P_p,-osi+ionr. of said corporation; that I know 1 his signature, and his signature hereto is genuine; and that said pond was duly signed, sealed and attested for and in behalf of said corporation by authority of its governing body. ( CORPORATE I —All STATE OF FLORIDA ) '');JHTY (�F DADE ) I.Y Before me, a Notary Public duly commissioned, qualified and acting personally appeared �/�c_�r F.• {-n:� + +? to me well known, who being by rye first duly sworn upon oath, 87-60 �t t � i 4 B 10 BOND Page 4 of 4 says that he is the attorney-i n-fact, for the �M��ovtRs tfrSy,�l.ArVC �� WRJSfl 1 and that. he has been -au thori zed by _K)_ to execute the foregoing bond-.ofi- b Ph'al f of the Oontrac for named therein in favor of The City of Miami, Florida. Subscribed and sworn to before me this *Z!-q h day of A�1011L A.D., 19i�L. INSTRUCTIONS: Bi d Bonds' must be accompanied by an Affidavit and a Power -of Attorney, in compliance with Instructions to Bidders Notary Public, State o F1 on da at Large My Commission Expi res: M..� tir -�� ��St- '� +�°3''''i �' irk#'�•"�r_�. ;t r M LA rt / / ! 1 M 30S8684331 P40 TDMT/ DANVILLE-FIN CRFF 0 SHELCCh Po BCX 14093e CORAL GABLES FL 33114 THIS IS A CCNFIP."ATION CCPY CF THE FCLLChING MESSAGEt iD 3052629337 KGMB TDMT MIAMI FL 186 05-13 1018F.EST ZIP THE CITY CF MIAt�I DEPT CF PUBLIC hCRKS r 275 Nk 2 ST UTH FLCOR MIAMI FL 33128- ATTN MR PETE LONG RE: BAY FRCNT PARK RECEVELCPMENT PHASE III BID A E-3205F GENTLENENi THIS LETTER IS TC ADVISE YCU THAT DANVILLE-FINCCRFF, INC fAS MACE A MATHEMATICAL ERRCF IN OUR BID THAT hAS SLBMITTEC CN MAY 1,2o 1987 2:00FM CN THE A$OVE REFERENCED PRCJECT, SPECIFICALLY IT WAS A FEATURE IN CUR CCMPUTER PRCGRAN THAT ME MERE NOT AWARE OF AND IT OMITTED ALL CF CUR LABOR FCR THE PROJECT IN'TPE AMCUNT THREE-FUNCRED FORTY TMREE THCL;SANO NINE HLNORED AND EIGHT DOLLARS C3343,908,00) BEFCRE TAXES, DUE TO THE LAST MINUTE CHANGES AND ACJLSTMENTS AND PRICING FROM SUBCCNTRACTORS AND SUPPLIERS hE CID NCT NOTICE TFIS CMISSION. WE ARE REGUESTING THAT WE BE ALLCNED TO CORRECT *THIS ERROR AND TO HAVE A MEETING %ITS YOU TC EXPLAIN IN DETAIL %FAT HAS HAPPENED; AS YOU CAN SEE IN THE DIFFERENCE IN THE NEXT ThC BIDS WE HAVE MADE A MISTAKE, e IF YOU HAVE ANY OLESTIONS REGARDING THIS DO NCT + ESITATE TO CONTACT ME, 1 VERY TRULY YOLRS, DANA C SHELCON, PRESIDENT Nv DANVILLE-FINDCRFF 22:19 EST M.GMCCPFIPT ?I;-y+r� • ; �s � MAY 141967 - ti::::.. ; : • DANVILLE FINDORFr Qom- -.n' � _ .,.1 � ..�•.f .,r•.1- �('�f•H•lr�.'0 •t,•� ��� r._ TO REPLY BY MAILGRAM MESSAGE. SEE REVERSE SIDE FOR WESTERN UNION'S TOLL - FREE PHONE NUMBERS - a. , DANVILLE•FINDORFF U l i..N 1 •U DWT. a GGMPUT"M 3F-NtRALCONTRACTORS CONSTRUCTION MANAGERS 7331 CORAL WAY, Su1TE 210 • P O Box 14093E • CORAL GABLES. FL 33114 • 13051 262 9337 The City of N'iarni :3 ,i10 Pa;; Drive 33133 Attention: Ce-sar H. 10dio, City Manager Reference: B.ayfront Park Redevelopment. Fhasrs III Bid No. D-32:Ci5F Gentlemen: In our Mailgram dat,�d May 13, 1937, we advised you that we had discovered a mathematical error in our bid. This error r�•sulted in our total estimated labor of $:43, 903, plus 5'1� tax, not Deinr; included in our bid. Today, we have discovered a second error. We did not include the specified allowance "Provision for Special Items" in our t)id. Although this was listed in Item 12 of our Proposal, it was not in.:luded in the Base Bid Amount of $21,498,000. The corrected amount of our base bid is $3,190,729. Because accepting this Contract at our Proposal Price would cause: Danville-Firdorff catastrophic, financial loss, we are request.in.g that you either let. us withdraw our bid proposal in which case you would return our Rid Bond as we have made an obvious error, or t.h.at you allow us to correct our errors and allow us to revise our Proposed Price accordingly. We feel that it would be unconscionable for the City to benefit from our mistake. We have attached a summary of how this mistake was made and will be glad to meet before the award date, with all parties involved in order to discuss how this error was made and what options will be recommended or exercised at the City Commission, muting. We are requesting this in order that we be prepared to answer any items that may come up at the City Commission meeting. Continued, w May Ci The- .y nA Miami Cesar ;i. Odio, City t;ailogcr Page 2, If t You ha�e any ru?L....... _ E7•-,rc.ing �hi� , p.ldo n., hesitate to cc.ntacAL, Very,,".12uly Yours,/,2A Tana C . ,1'e aon President 1 �S/Ps cc: Xavier L. Suarez, Mayor J . L . Plutmmc:r, Vice Mayor Joe Carollo, Commissioner Miller Dawkins, Commissioner Rosario Kennedy, Commissioner Pete Lon.-, Project Director 1 9 ©ANVILLE-FINDOAFF GENERAL CONTRACTORS CONSTRUCTION MANAGERS 7331 CORAL WAY. SUITE 210 • P.0 BOX 140938 • CORAL GABLES. FL_ 331 14 • (3051 2629337 DIC City Of i'Iiarii 3,,00 Tan Miami, Fir,.rida Attent.ic•z:: Cet: ar H. a>jicf, City Ea nager :i, f�rc::ce: 73ayfrc.nt Park Rcci_:el_L,��rat r,._1sc III E' d No. B- 3 201,',F GC•:ltlts:iicn : Tiils 1_t�:er ic, suppior;entary to our cover iett•er or this sar:e C3I.- . The purpo!:-e of this lVttF'1' -: to Cxplain in more 7 i .. Q do-1-ali t:ie -::r►_•ors in GUY bid �•�I:7iiit-te i 11-k 1G, 1,987. 11�f.:r :'%:pi�:::C�vilfr. reft:rences "Exhibit A" - A copy of our A, EID ' Exlhlbit lb - A caps of -,Lhe forliiulas used to o:.ticu:c,:.e cur L•iZ, and "Exhibit- - A copy of our AS {:-1. ECTED LID ESTI;Jr�Tr.. These exhibits are attached. uur error wa:: :iue. to what we consider to be a "glitch" in L0-1 US _2 . 01 , a popular- _ preadzheet program which performs rapid mat.:I:,ma-L-ical. calculations'. The specific error was due to referencing a workshe:et "cell" in a formula. inadvertently zissigning a "rangyo name" to that "cell", and then reassigning thy_ Si.lme "range n4fine- to another "cell", until we discovered tS'Jls error, we were unaware of this "gilt c h " . R-.fercncing "Exhibit B", the -formula for totaling labor, Jnatt.!rials, and subcontracts is "+FA3E-D1D+G66+I66". "BASEBIU" i--: a "range name" which refers to the "cull" including tl,e "total line" in the "Cede" column. The formula was written :is, and we expi-cte:d it to remain as, "+1 69+G66+If6" . Prior to bid dm.v, the fUrMLIl;a fc,r tc,taling labor, materialL;, anti sut-contract.s was entered correctly as "+E69 }G66+I66" . Continued, -603 DANVILLE-FINDOAFF GENERAL CONTRACTORS - CONSTRUCTION MANAGERS 7331 CORAL WAY, Su1TE 210 • P.O. 13OX 140938 * CORAL GABLES, FL 33114 • (305) 262 9337 1 „i 8 " 3500 Fan American Drive 1 •;i -m i , Florida 33133 :;L.t.� 2'i�l�'ll: 1 coar H. �.dic,, l%lt.y M%lI'1c1EICI' :1 '�'t�.rC•ci�'�: Laytront. Park Redevelopment Phases III Lid No. B-3205F Attach the enclosed explanation letter to the letter that was hand delivered to your office on Friday May 22, 1987 fr:.m our office. This should be inserted just after the :•:v.�r letter before the exhibits.' This was inadvertently if yt:,u ;iave anv questions regarding this , please do not hesitate. t,� contact me. Very TJG4 Yours ,1 � resident cc: Xavier L. Suarez, Mayor J.L.. Plummer, Vice Mayor Joe C:arollo, Commissioner Miller Dawkins, Commissioner Rosario Kennedy; Commissioner Pete Long, Project Dircretor s May ::tt, i0?� Thv C i t y c,:' : Ii _ulj i Ge_ ct1• H . Page c�;a•_t.i;;t�: , just. Prior to the bid w d : � c ' ' like to J P c: 1 c•id��cj w woulc, c ut>1C. — Ju np fro.; ar:ywhc_-,_• «� :.�_ ri:_ �c t ', t 1�e bottcil Yl:]ich showed our t'_ �,..__ Y:1`..:1= l:.F �CrC:_� II1C1 --) dc, thiz,, whi le we had the proper "window- Cyr: the 31-'1'L-' n , We Entered a "range. name" BAcL BID in tale ._ ,irrent cell . La. ter, when w•_ used this ..range name" to go tc, prop•_r ":airflow" , we discovered that the "window" was not, pr:,p,:!rl.y posit.ioned. We then reassigned the "range name" to another location which gave us t•1'2 proper "winc'ow" . :..ince we were in a "manual recalculation" mode, we did not see any change in the numbers at the time. I is this reassignment of the "range" which ol;;itted the labor from our totals. The total na lol:gur includcd the "cell" with Burdened Labor; it included a "cell" with a "zero numer4.caAI value". jYi:cI: we later reclicula"ce, the worksheet., just t._';c_ vv `:uLmit•t.ing our bid, this error was nOt is?G same: _rrc•r o =urred G;1 th-� iille the 5 b :� taX On r-i::'.t�r:.... zib-)r anc-. F:'r.-jsit 84 1-1f:. 1�;L 5'*o C.alCL11&tfc! > cn 'lie Pro & OH, but not on the labor. In addition, the cost of the Perfvrrtance Bond was riot calculated on either of these error-v. Ly adding th-E. J:..me 'cells" on Exhibit A, these errors are apparent.. The amount. of errors are as follows: r.urdened Labor 343,903 5 P Tax oil Burdt•r.ed Labor 17, 195 ?erformarce Fond on Above 1.6�4 Total Error 362,737 2. ) GhII,•SIoA] OF ALLOWAI•ICE: Your FROFOISAL form required that we enter a "BASE BID" and, in addition, enter Items 1 thru 12 which totaled the "BASE BID- - Since our estimate develops a "BASE BID", we set up a formula to t.aI:e the "BASE BID", subtract Item 1, subtract Items 3 thru 12, and resillt in an Item 2, which was a variable amount depending on our "BASE BID". Thew formula; E:haw 011 Ex"i;,i t B at the end _,1 the printout . A May ;�0, 1537 Th%D City of t;iami Cesar H. Odio, City flanaeer Page 3, These formulas arc correct. Our was that. we subtracted �Lt_nl ice, "F'1'L'V1: iOn for �-Peeial It ,"._ fI"C 1• vct2'iable Item wltl'l•',ut lIlcluding the llluem ' In our cr-ntimate In thl_ first pl3c.c. itl.lilng t`1 Was. :lot in our estimated Ex:]ibit• C: where this Amount should have been ir.cludc-A. We have, correct i,-d OUr L-St•1mClto tc� show near the beginning of th•:, first pago.. With this. Item 12 included in the subcOn::ract column, the total is raised by $.325, 000, and the, calcu1:atid71-js for I1L—,e,] 2 would be correct. The an,*)urlt of this error is as follow;,: Allowance 325,000 Ferformance Bond on Above 1,463 Total Errc,r 320, 4E3 3. L L, : ::t .1 i ERFXC RS : 'iho fi:iluwir;g js our original "East Bid", plus t1h adjustment for the two errors, and our "Corrected Bid". From Exhibit A, line "Ease Bid" 2,501,529 Add E.:rder]cc; 5zt-jor, lax, Bond 362,737 AdId Allvy;anc:e, Band 32a, 463 Correctcd Bid 3,190,729 This Bid" agrees with our "Ease Bid" amount. on Exhibit C. Ex}:ibit• C is a fully corrected copy of our estimate the wa;; it should have been withClUt any errors. We hope you have followed our explanation of our errors and understand hog; they occtirred.+ Should you wish to discuss this njatl[lsr in more depth, please let me know. VeV.K/1'ruly Youly President S , -s03 ` wy, s • F:rk Re:erEicFne�t Fhase i11-�1�FAiiheati?r tx h i t t!•�e Fcc::IFtiorl Latoi- rz!erial 5uw -=-----=------=-------=---=-------===-=--==--------------------_-----1 i.i--�.•" is ri E: May lij 1�q1 Fa,;ror.; 'ari F.e:e�eloprert P'iate ill-r r`:itheattr LES:ri t:oi La:G.• 1,�, d• ':.E.�L: L.E1':isi-r,s ixuxc_•__--i--_--------il• :'tc; i .._..' •fEl1•i.:t-G::''EtE ,xxx.___xx_-;-----_-----It' -i!£ i - ;� ••--_----x-.--- - - - -_- __-------i-----------;it cLt" i----`------i �[:E,. • •t LEic�lr^ --- IC -1- r,r- - - - -'i----------i ..... E:t::E :'EEt iiGDt: :•}'St, - - - - - - -- - - - - --� itjiL t �- - - -i'-- - -- -_iY. - -----i `•11:':' i-----------i •(..• • .:Li .•iY:•- :-.!s ,- -- -- --1_ - _ --1 :j1y6 1 ..i: ..iE S * C:o::r,y i- ---- ----i'- - -i �. E•�.E2: iC::1L-y i':drs i -- - - - - -- -- --� iier��z!e :ir• :arp r'"? I-- - - - --- - jt 176 1 i_..'. .":�ca. l'.'►oil i--- - �i- -----_ --1 :Jjbll'�1i - .... tie :LEtC.- iQ 1r•s!all J►aGtte 1--- -1' 7---- ....J :h::al .::1:q Evsters i- -- - - -i- -- ----i aj(•43 i • �. t- --- - -1 t f11 t ..:��. i�.e:.:::E:r.! i t:.:•:a"� t M.. 1--- - -1 . - t Jl�i• 1 rl rigr1 ..:c:: f::iy:"� La,.l. i' - - --_i' - --_ - tri ..,227 1 3EL!e • E;Eted tCri- - - - -----__-"-1 re: i hit;n F;`,'n i----.-- ----1 - - - - -- - - :h 1 ..... :..:tE�E i• - - - - :H. 1 - ' ....E: h::-css"lE; ;jrl :i•p i .J�C i-'-_ _---i f i • c:d ate: Part ReCevelcpEr.t Ft,>;e Iii-A�Y'.1t`:eate. o�e Descri Labor "aIeria bs 15400 ;riu.5trg ----------- -----------I ;Exterior Ligtti°g ;---------- ,-----------!in e:0: l !_;:: :li::hting Cortrcl 5y�' ti _ .. Its Mira :pSta ----------- ----------- if eleC _ .. ;:uric �I:ringl;acl.staye , -----------i-----------;t- eler ----------;-----------,---------- ------------------------------ Y,YE.,45 F,•t �o^' i�,1�6 Case c:J i,E::,S:? "PION e%l., .-.J .w.'z:c: "ay ;ari eP�eoE�OrOEn_ F,aSE ii:-ti.,r... _.. Cale �e�:r2,.tca ia::. B:Er.4 S.:t5 :c.,' �F�':� >i:•:•,`ca: e!eye 1�:..-------------- .-------------- ------------------------------ ;i� -' 8'6 - 60 3 •.. }u .5"jf Vats a. Y�..i :•�� rj��i�: .r1 1'--:. tL� x j: 1 1 1 it t � s J! 1 F _ r t Loci a.et t LCr a Gi - L$ .. Ei: EiLL l. E jy •YtiiJ�t i.a Y.Lg9L*:.. _. Y111.-a i�: i. 1 a�c4i :� ,_..j_yi_._....-i -+ .`t. ISM. lacYcti LSitjl LL'L'YLT.-Ei Litl ,E .-.. r••• 1 r Y 1 q,j:•;r, '!' t��3:i- -a' jmfsaxrss.ncjz�atcmaccjtsr� v��gf�r'1 yiicLiizjfza:�sczxxcnifzafi:t ?1ai i j�1� Lat.'bi=�'-�{::J ;tL1CYaL::�YjiY;is f:LYLLZit.`�� �Y�lr i :a. ��. 1; �'• ha�'�1 ayE� _Lj:jji_«-; _=�=j=�---;i` �i=_ - y rb•i. <aS'G h=ai. - •- ,�-.�- _. a.-� _..<u�.:jc;:+jam � l etEi r •;ihjlP:/:GlCLZjL;iL . 1 1 _ iitl tiii. 3: ;"titi4L_-ji, 1 +LLY6jY:,a T. iLYL;jLZYjLL____lt _-_-__tl 4.4� 2.31. l 7� 17,i�2 9r7 r' hrrm Z." [S __-- ... 31.7tJ tom. LG:i:rE:: var at e its: i t _:e 3 150 uti:J hS it:! .5 12 v �..� . itfa s ,r,�J•.: itea 7 Lv .13;; as 1.ea iU,Jto AllcK;;::ce'i;et i2 325,8n�! -• total 3,19G,729