Loading...
HomeMy WebLinkAboutJOCMiami Beach kirakdi AU-AINNICSCNy TU E MI6 I: GORDIAN GROUP, MARCH 2004 CITY OF MIAMI BEACH, FLORIDA • PROCUREMENT DIVISION 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 JOB ORDER CONTRACT CONSTRUCTION CONTRACT DOCUMENTS VOLUME I PROJECT MANUAL FOR THE °FOLLOWING PROJECT(S): JOB ORDER CONTRACT 14-03/04-CAPITAL IMPROVEMENT PROJECTS C. W. Construction, Inc. PROCUREMENT Miami Beach kilfrd AI4mIedos '1111 March 2004 CITY OF MIAMI BEACH, FLORIDA PROCUREMENT DIVISION 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 JOB ORDER CONTRACT CONSTRUCTION CONTRACT DOCUMENTS VOLUME PROJECT MANUAL FOR THE FOLLOWING PROJECT(S): JOB ORDER CONTRACT ITB 12-03/04-PUBLIC WORKS DEPARTMENT C.W. Construction, Inc. PROCUREMENT • • •-Condensed Titia: Request for Award of Job Order Contracts (JOC) to seven (7) Contractors for Public Works, CltyWide. and Coital improvements Projects. • . Issue: . Shall the City Commission Award Contracts to Contractors for Public Works, Citywide, and Capital • Improvement Projects?• • :COMMISSION ITEMS MMARY • Item Summary/Recommendation: JOC has delivered a fast, cost-effective procurement system that gives each department an option In the procurement of construction services. In the first 12 months of the JOC program, Job orders were issued on 58 projects totaling $10,523,581.89. The number of constnictlon'projacts Initiated and awarded via .JOC Ill one year (58j, is greater than the total number of construction projects awarded via traditional bidding (53) In the past three years! • The average tirne from the Joint Scope meeting (Initial meeting of the Clty and Contractor to discuss scope of work) to a Notice to Proceed (document directing contractor to commence work) has averaged 28.3 days. With traditional bidding, the time It has taken to Issue a Notice to Proceed to a contractorfoliowing the execution of the contract books has averaged In excess of 160 days. Thus a timesaving of at least 164 days on average. Based on the •results of the Cftyr'a JOC program coupled with'tha high volutrie'of constructidn,rolated projects, the clty Issued three separate bid solicitations in order to increase the pool of responsive and responsible contractors that would be ready, willing and able to accomplish timely end cost effective construction work. Based snarls anatysfs'of the adjustritent factors bid and the volume of oonsirucllbn protects the Administtation Is recommending the following awards: Public Works: City Wide: CIP: CW Construction, Ind. . Alpine Construction, Inc. F.H. Prilidtan SN Nleleen ' H.A. Contracting, inc. Cartoon Construction, inc. F & L Construction. Inc. . Pass International, Inc. • APPROVE THE CONTRAC`F AWARb . Advisory Board Recommendation: .'Finenclal information: Fuhds are available from the capital improvements budget acoounta allocated to Clty Departmantri andfor Divisions, subject to Office of Management and Budget review. Each contract has a maximum estimated annual value of $2 Million dollars for the PubllcWorks and CIty-WIde end $6 Million for CIP ' ro acts. City Cleric's Office Legislative Tracking: Gus Lopez, ext. 6841 • • AGENDA ITEM P 3 • DATE 5.-Z-u`T 148 • • • • ' i•""Y O F ::M ! -A.M Is . •CITY HALL 1700 C`.ONVENTION CENtER DRIVE MIAMI BEACH, FLORIDA 33139 hltp llrnlambe3Ghfl.yoV mni COMMISSION MEMORANDUM . .TO: Mayor David Daiirtirar and ' . .embus of the City Commisslofl *MOM: • JONG M: ciontalie . ' City Manager rr • SUBJECT; • .. REQ JE$T 'fOR •AP'f'ROVAL f.TO AWARD JOD ORDER :.'CONTRACTS TO • THE FOLLOWING CONTRACTORS 'PURSUANT TO INVITATION 'FOR BIDS ("BID") NO. ' 12-03104 FOR PUBLIC WORKS 'PROJECTS; BID NO. 43-03104 FOR CITYWIDE '..CONSTRUCTION .PROJECTS; .,'AND BID NO. ..1$ 03104 FOR CAPITAL • • IMPROVEMENTS PROJECTS: 1)',ALPINE CONSTRUCTION, INC.; 2) CARNON CONSTRUCTION, INC.; 3) CW CONSTRUCTION, INC.; d) F & L CONSTRUCTION, .. • INC.; a) F.H. PASCHEN SN NIELSEN; 6) N.A. CONTRACTING, INC.; 1) 'PASS • INTERNATIONAL,., INC. AT AN, ESTIMATED ANNUAL AMOUNT OF $2 MILLION PER • CONTRACT FOR PUBLIC WORKS AND CITYWIDE CONSTRUCTION PROJECTS, •AND $S MILLION PER CONTRACT FOR CAPITAL IMPROVEMENT PROJECTS; AND FURTHER AUTHORIZING THE MAYOR •AND CITY CLERK TO EXECUTE ALL '. CONTRACTUAL AGREEMENTS'THERETO. DATE: May 26, 2004 • j4DwllN'1STRkfON riteal IMENDATt0N • Approve 'the•Award. of Canlrai:ta and authorize the Mayor arid City Clerk to execute all • contractual agreements thereto. j iJNb1 IQ ANpA JOUNT' Abide are •Iavallable frtaiti the capital improvements 'budget acbounts allocated • to :CRY.. • Departments end/or Divisions, •subject to Office of Management and Budget review. The • ,f6llo ing are the maximum value of each contract: . 1243104', Pilblic Worke....$2 Million' annually, Maidrritiiii value $10 Million in five years... . • .13-03104 - City Wide $2 million annually, maximum'Value $10 million in five years: 14-03/04 - CIP $5 million annually, maximum value $25 million in five years. :TEt roP _cONTRAQTs . • . 'l hei • Initial .touri of each Contract .Is 12 months' and may bar renewed for four (4) addltlonal one-year periods at the City's sole discretion:. The renewal options may be exerclead When the annual' maximum value Is reached ($2 million •for Public Works and • Citywide, and $5 million for CIP projects), or when the one-year has expired, whichever occurs first. For example, should a Public Works • contractor •reach $2 million in Construction work within the first six (6) •months of their contract, the City at its sole discretion, may renew the contract, and the contractor will be In year iwc of their contract. . 149 • Cotn!nission Mcmo Bids No, 12-03/04,13-43104,'and 14-03/04 . 'May 26, 2004 •ANALYSIS •The City fully irnpilemented a Job Order Contracting (JOC) program on May 2, 2003. The City's JOC program was Implemented after thorough research and presentations, that included the following: • ' .The Mayor and CityCommisslon at its December 20, 2000'rrreeting, referred to the Finance and Citywide Projects Committee for discussion, the JOC program. • . 'The Finan'oe' ,and Citywide' Projects' Committee` at its .February 12, 2001 meeting, listened to a presentation from the Procu'rernent Director relative to ' • the JOC system and Its benefits, and recommended 'that the :Administration .pursue the .implementation of the JOC program for timely completion of construction projects. • On .February 21, 2001; Conirnissioner Simon Cruz • provided • the City Commission with a verbal report relative to the Finance and Cfywtde Projects • • 'Committee's recommendation as stated above. :. -On .July 18, 2001, the Mayorand City Commission adopted •Resolution No. '2001-24524, which authorized the Issuance of a Request for Proposals (RFP) for the establishment of JOC program. • .On Api11 10; 2002, 1the Mayor and City Commission adopted Resolution .No. • 2002-24818, which authorized the administration to enter Into negotiations with The Gordian group. • On July 10, 2002, the Mayor and City Commission adopted Resolution No. 2002-24914, which authorized the ;Mayor and City Clerk to execute an 'agreement with The Gordian Group for the establishment of the JOC program. • • On March 19,' 2003, ttte Mayor and City 'Commission adopted Resolution No: • • ..2003-25157, which awarded contracts to the following contractors: 1) HA Contracting; 2) F & I Construction; 3) Carivon Construction: 4) TRAN Construction; 5) Grace & Naeem Uddin, Inc.; and 6) TROPEX Construction, Thefirst year results of the City's JOC program are as folirws • JOC has delivered a fast, cost-effective •procurernent system that gives each department an option in the procurement of construction services. In the first 12 - months of the JOC program, job orders were Issued on 58 projects totaling $10,523,581.69. • The number of construction projects Initiated and • awarded via JOC In one year (58), is greater than the total number of construction projects awarded via traditional bidding (53) in the past three years! 150 ConsiisBion Me die Bids No. 12-03/04, 13-03/04, and 14-03/04 May 26, 2004 • s The average time from the Joint Stops meeting (initial meeting of the City and Contractor to discuss scope of work) to a Notice to Proceed (document directing contractor to commence work) has averaged 28.3 clays. With traditional bidding, the time it has taken to issue a Notice to Proceed to a contractor following the . execution of the contract books has averaged in excess of 180 days. Thus a • timesaving of at least 154 days on average. r Thera' have been no contractor lnfilated change orders on any project. Under JOC the contractor jointly scopes the work with the City and • any Misunderstanding or confusion is openly discussed and resolved. If a question arises during the proposal development the contractor is free to contact the City's representative and get the appropriate answers. This non -adversarial relationship eliminates the underlying cause of most claims and changes. » There has been do claim Or any litigation relative to 'any JOC project, • Based on. the results of the City's JOC program coupled with the high volume of construction -related projects, the city issued three separate bid solicitations' in order to increase the pool of responsive and responsible contractors that would be ready, willing and able to accomplish timely and cost effective construction work. 1D PBOCESS A mandatory pre -bid conference was held on April 8, 2004.. -The ' pre -bid conference was held for the purpose of discussing the JOC concept and the contract documents, the City's construction program, and bid considerations. Bidders had to be represented • by a person that would be directly Involved in preparing the JOC bid and responsible for executing the construction work. A total of 21 bidders attended the pre -bid conference. • Prospective bidders were required to .submit' a "bid" on all work contained in the unit price book by quoting a single adjustment factor that would be applied for work accomplished during normal working hours and a single adjustment factor for work to be accomplished during other than normal working hours. These two adjustment factors represent the contractor's only adjustment to the prices published In the unit price book and must include all indirect cost such as overhead, profit, bonds, insurance, design and contingency costs. For example, an adjustrneiit factor of 15% would be bid as 1.15. During the execution of the contract the unit price of a specific construction task Is multiplied by the appropriate adjustment factor to obtain the final price to be paid for a specific construction task. JOC 'represents a competitively bid, firm fixed price contract since all the prices and the adjustment factors are established before the contract is awarded. All interested bidders were provided a copy of the Project Manual and provided with a Compact Disk containing the following: The Unit Price •.Book containing aver 140,000 'construction tasks. Each task contains a task description, unit of measurement, and a unit" price, Each unit 151 .Cotrirnission Memo . • 'Bids No.12-03/04, 13-03/04, and 14-03104 . May 26, 2004 price contains locally developed direct costs for 'Material, equipment, and labor. The construction tasks encompass all aspects of construction work. A set of detailed 'technical specifications for Oath of the 140,000 construction tasks, The specification set Incorporates the City's own specifications.. • The' legal terms and conditions that contain the specific contract language concerning the execution of the contract, which Is standard with all our construction contract awards. • •, iD RESULI'S/DETERMINATION of AWARD .On April 20, 2004, the City received five (5) bide for the Public Works Contnect (#12- 03/04). And On April 21 2004, the City received six (6) bids for City Wide Contract (#13- 03/04), and on April 22, 2004, the City received seven (7) bids for the CIP JOC Contract (#14-03/04). The tabulated results are attached. The recommended contractors were selected based on the following evaluation criteria which was Incorporated into all three invitation for bids: a. Factor Weights for Determining the Low Bid Only: Type of Work Non Davis Bacon — 90% Type of Work Davie Bacon — 10% Normal Working Hours — 90°% . • . • -Other Than Normal Hours —10% Architectural and Engineering Services.— 30% , b.` .The ability, capacity and skill of the bidder to perform the contract. c. Whether the' bidder performed .satisfactory on contracts within •the time specified,' without delay or interference. d. The character, Integrity, reputation, Judgment, experience and efficiency of the bidder. e. The quality of perfomianee of previous •contracts. f. The previous and existing compliance by the 'bidder with laws and ordinances relating to the contract. • • g. , The' Management Plan' submitted and 'experience Of the •contractor as listed In the questionnaire. Included within the Project Manual was -the City's position In 'awarding projects under this contract. All contractors were instructed that It was the City's intention to award at least one (1) Job Order Contract for each contract number on the basis of the lowest and best bid. However, the City of Miami Beach reserves the right to award multiple contracts, if determined to be in the City's best interest, The City will award only one JOC contract to a single Contractor under this advertisement (1.e., no Contractor will be awarded more than one (1) JOC contract). 152 Commission Menlo . •... Bids No. 12-03/04, 13-03/04, bid 1.403/04 • May 26, 2004 • • .In determining a bidder's retponsibiliti and ability to. perform the contract, the City . • investigated and requested information concerning the financial Condition, exPerience record, personnel, equipment, facilities, principal business location and organization of . the bidder, the bidder's record with environmental regulations, and the cialms/litigatIcn 'history of the bidder. . • • The following are references secured by the 'procurement staff in references to past project experience: AIDIN; COriettud1911, !bp. Daniel Perez • Perez and Perez Architects -• "I have personally known Mr. Alfred Quero for over 20 years, and during thIstirne 1 have known him to be a dedicated construction professional always striving for excellence In his field. Without reservation I recommend him and his company.' Joe Herrera • 'SMG/Miami Bosch Cotwention Center • "Very reliable contractor, friendly and on -time." CariVon Construction. Inc. Roy Martinez Miami international Airport • . • "Carivon construction has provided tonatruction services for Miami international Airport • for the last 2 years. Value and quality are of the up most importance to Carillon • Construction. They are a great asset for any organization that may need their services" • StaVi Clark SMG/Mlami Beach Convention Center' • ' "Carivon Is a great contractor, reliable and always ready to provide the services needed on time and budget.' • CW COnstruction, Inc. :John Harrison • • Harrison Construction Company 'Contractor Is very conscientious, high integrity. Would be happy to -woric.with CW • 'again. Excellent performance."' •Buddy Meazaros •' Miami -Dade College 'Very good service and workmanship, Responds well to owners requests and demands. Would not hesitate to use them again." 153 Commission Memo Bids No. 12-03/04,13-03/04, and 14-03/04 May 26, 2004 F & L Construction,lrc. Nury Menicnccl .City of Miami BeaciilClP . "F&L has a pro -active approach in management AM .takes pride ' in their work (performing good quality work)." 81uce Latrmberto • City of Miami Beach/Property.Mariagement : "F & L has been very responsive to the four projects that I requested they quote on for us. The Immediately came out.and met with me to go over proposed work and they did Provide timely estimates when we needed !L" . F.H. Paschen SN Nielsen • Eric Mitcheii San Diego Department of General Services "F.H. Paschen hes provided excellent work products on oiler 6 million dollars of new and old construction projects." . Jack Faman • . . • ' Metropolitan Water Recleitation District 7.1-I. Paschen has worked on the District's MC program for several years. Their prices ' • ' - am competitive and their work is done well." • N.A. Contracting. Inc. • N.A. Contracting; Inc. is an existing JOG contractor With the City. The Procurement staff . has contacted CIP, Public Works, Property Management and the Convention Center for references. All departments have commented that H.A. •Contracting is a good contractor that has performed well under the existing JOC contract for the City. 4 • . Pass International. inc. Roberto Smith • Koger Equities %Pass international has been our preferred general contractor fo'r over 1b years and will • continue to do work for us. Their professionalism and dedication to the Job at hand Is unsurpassed 1 wholeheartedly endorse Pass international as a quality general contractor." Ronald Langiois Franklin Templeton' Companies. LLC . "i have used Pass Construction for over nine years end 1 am very pleased with the quality of their work. Pass construction has gone out of their way'to provide the lowest cost to us without sacrificing quality. They have worked closely with our architect over the. past nine years end have identified a number of design problems that would have delayed the project l have been impressed with the honesty of their ownership.' It is nice to do business with an organization that you oan trust." • 154 "Commission Memo Bids No. 12-03104, 13-03/04, and 14-03/04 May 26, 2004 . Scope of Work: • Individual Job Ordera issued will determine the'scope of work under for each protect. Upon receipt of a notice to proceed, the contractors Will furnish all architectural and engineering services (less than $25K) to support Individual job orders, shop drawings, samples, management, documentation, materials, supplies, parts (to Included system components), transportation, plant, supervision; labor and equipment needed to perform the work at designated City properties. The contracts' will Include but' not be limited to .the follovirtng construction repair, 'renovation, or new construction protects: Public Works, Capital Improvements Projects, • Facilities and Parks, Parking, the Miami Beach Convention Center, and the Jackie Gleason Theater of the •Performing Arts. The Public Works Department and the Capital improvements Program. (CIP) office Will administer the contracts. Evaluation: The contractor will be evaluated on each Jib Oder. Results of the evaluation will Impact the Issuance of future Job orders. . .Contract pt•Ica: . ".The contract price is to include tare furnishing'cif all labor, materials, etuipment Inctuding • tools, services, obtaining permits, applicable taxes, overhead, . . architectural end engineering services, overhead and profit for the completion of each Job Order. .The ' -cost of any items) of work not covered by a specific contract unit.price shall be treated as a non pre -priced item. ach -Contract wilt have an initial tent of 12 months. Each contract will include an option for four (4) additional one-year renewals. Renewals shall be subject to prior approval of 'the City Manager. The Contract duration shall riot exceed five (5) years. An option term • . may be exercised when the maximum value of $2 million on the Public Works and • • Citywide contracts, and $5 million on the CIP contracts is achieved or the expiration of • the 12 month term, whichever Is first. Based on the analysis of the adjustment factors bid and the volume of construction projects the•Adminlstration is recommending the following awards: Public Works: City Wide: CW Construction, Inc. Alpine Construction, Inc. 15.5 H.A. Contracting, Inc. ' Carivon Construction, Inc. F & L Construction, Inc. Pass International, Inc. F.H. Paschen SN NIelsen Commission Memo Bids No. 12-03/04,13-03/04, and 14-03/04 May 26, 2004 -QQNCLUS1011 'In eurnrnery, the JOC system will enable the' City to achleve its primary objective of 'being able to "more rapidly engage contractors" while lowering costs and strengthening 'internal controls. JOC does not replace any of the existing contracting systems including program management services. JOC is just an efficient and effective tool for the City to ... use In accomplishing its facilities maintenance and construction program. JOC has proven to be a system. that can offer immediate as well as. long-term benefits. The Adrriinlstrfition recofhi iends that the:Mayor and City [:OmrIsslon award contracts to the following contractors pursuant to Invitation for Bide No. 12-03/04, 13-03/04, and 14-03/04: 1) Alpine Construction, Inc.; 2) Carivon Construction, •Inc.; 3) CW Construction, Inc.; 4) F & L Construction, Inc.; 5). F .H. Paschen SN Nielsen; 6) H.A. . . Contracting, Inc.; 7) Pass International, Inc., for capital Improvements projects, publio • works projects, sand other citywide projects whereby funds have been appropriated by . the City Commission; and. further authorizing the Mayor and City Clerk to execute all contractual agreements thereto. JMD:RCM: :TM:GL T:1AGENDA120041May►26O41Regufarl OCCommisalo nMbma.doc 1S6 Counnission Mean • Bids No. 12-03/04,13-03/04, and 14-03/04 May 26, 2004 - 0 • i. ( 1 C,1TY OF MIAM FORMABERCH, FORA T r WA Results Straty "'"'"' Job Order Contract #12-03104 Public Works Department- ioaarrfo g rt Aral20. 2004 2110 wn.• } Lino 1 Lim a Lin. E Ws 7 LI s 4 Um 11 Lint /2 Gs 1S Linn 17 41643 47o} 1.303.60.201 1.110.I33.70h Lr col L1041124.7131 4104.0aci9 41oc.aoe.7o1 ciararsexa oomlMd•04UltIW e 0.0343 021ao 0.1233 60140 now /aims Caffria 6001 Ailmatr T near Fodor AgdOerO .heFache 0dpoinond Fodor A*atlsr! Fodor #r2et aM, F.cslr A*shnwi Farba' CZA2+l1o[ Jq 4lhrlan On Plld Efwl Qeltef nob EIdIYAGa2pelar swan 11EmNl WAN Mir lion llnimd 061e71onllaerl tlolirwl+ig 711J l/emalaaigEg vi7A0.E 8tlr7Hnn iMordf Clfilr71� JYOnfdCllI Fier WOW NAM I wire C9 nitre --- 2 AWN C nobw en Corp . . Larao: hear - 1.a to . V1r0r 1.20:0 12100 12113 LIDSOY 1.1172 1.1174 S emkenc nomossi Ca,npa y 1.1476 1 IM& • 1160% 1.1M0\ 1.12e2t 12323 12115 1.1610 1.1552 1.15e0 - f.14. Pada% 100011om 1.1293 1.1072 12222 1.2410 1Ylre 1.3013 1.32m, 1.7;r21 • 1.1997 L1001 S f1.lOslallilaCagl. 1.1000 - 1J203_ 1.360 12/030 1213e • 12163 1.760 12030 12i52 1.214e * These contractors have been awarded a contract under Bid 14-03/0 4-CIP " These contractors have been awarded a contract under Bid 13-03/04-City Wide Commission' Memo Bids No. 12-03/04, 13-03/04, and 14-03/04 May 26, 2004 - 1 I T I 1 112:4 -� - CITY OF MIAMI BEACH, FORMA1 r i } Bid Results S(antla>y _ -� J i 1 i ""aa� Job Order Coinfract #13-03104 City Wide - • 1 I J 1 I Bid Da • 21.2004 300p. . r0111110 um, 1 1 Lima Li ra Line? Lim Una 11 L1M13 i LiM15 Liar 17 L c eor.701 (.0000a..10) ;5 .2Ik 7n1 ( .2mc a01 (.101.00x.10) 1.10clec311 (.1 c20k i(0 (.112c0X30) QxdiNed Adj sin * 01310 02110 41203 0ID11 0l030D 0.0210 00140 00010 µxAl*ME + Award OOadbF iv /braid Facts 1FtEM1414BE ipwlwd Fac�nA rack ari r+{ eLrMe Facial AgpsforntRam C tSe4Dx ., WOW Q011d 51wa1. OidrdFifth fldded0miakt arae7Ma If:Mnl rortard n�+.zte.l Idaa11MA8E If NapdadegDB ice. BD �,le�e Minim _ 00143E Ilona wig DO Nomad aft CB .1amdC7Eef1Agin - 1 ER PEOCIMIn. Sefton= 1 •,,, . 1.11500_ 1.0403 1M00 1.0000 1.120k 1.1700 t1300. 1.0451 1.0147 2 2 F&1. Caidaallan. Inc. 1 . •- . 1.1100 1.0598 1.1140 10140 4.1300 1.1301 L1Z00 1D678 - 1.0679 3 ciao combumm oniony. 1.1, .. 1. 1' 1_i400 1.0200 1.1430 1.1000 1.1000 1.0958 1.1012 • 4 11J1 Centaclko Cop CiVetailaslen, 010. 1. , -, 1.1111 t t911 = - - 1.1611 _ • . - • . 1.>®D 1.1111 • 1.2mo 1.10H tam . 1.181{ - to 1.2811 - . 1.2333 i t8i1 1.2303 tali . 1.0989 1.1313, - . 1tiea tom These c:arltradors have been awarded a contract under Bid 14-03104-CIP "* This contractor has been awarded a contract under Bid 12-03/04-Public Works • . • Commission Memo - Bids No. 12-03/04, 13-03/04., and 14.03/04 May 26, 2004 ** • MIIIIMIN IIIIMIMMIIIIIIMINIIIIMINNIMINIMIIIIIIMI 111.11.11.1111 110=111=111111111•111111111111111 MM. CITY OF MIAMI BEACH FORIDA morem immumerommormmnees meneemummownemmins ZIIIIMIIIMIIIIIIIIIIIIIIIIIIIIIMOIMIIII 11=111=111111111INIIIIIIIIII111111111111111111111=111M1111111 min= ME= IMINIOMEMINIMOMMEMEMINENIMME 11.1111111111. immus iiiiiiii 111=1.81/ Bid Results IIIIImm1111.1111MilliiiiiminallailmillINI=1111111 -111011' Job Order Contract immilmommummulausimmummommummusins— Bid MIME IMINIMMEINEMEMINIMIME1.11111.1.111.11.11111.11.1.011.111. MEM .......11.M. 111111111111.1111M.MmimmiglIMMEME=W=EINIMINEMEMINIIIIIIE:121111111111111=71111MEMEN111•=11•111111=1111=11=1•11111111=1111 MIMI MIIIIHNIIIIMIammi MIMIIIIIIMINIMMIllin #14-03/04 Capital Ji' . D0iX - , .• 2004 MEMO Improvement Projects r . =NM MIIIIIIIIIIIIIMIIIMI .I4 ligM115.1.nr-• 1.11111... MEM= =MN MIMI , UME=E 111kL 11111. 1 It 5... A:-...-JIIIIIIIIIIII awe IIICEEZINII rz-r- =L: 0-12(6 &MO 0.400 6.02,1 QM. OD= i^7•"%.: .=10'.:- MR ' Billedetriiider MIME 111.11111PRIEMM OfterAin Mewl %MIME Name CD lbw•011wribio Nord DB • CS /WNW DEMI IIIIIIII - - - - 7 1.Dromentan. 6.aL . . M=11= - ME= MEM 1111.11r4 • • . - - MiMMMMMMIMIM 1-1511110111ft1111111MIMIIIIIIMEMEMl= _ _ - _ _ . .....M......Mi EM=EMMINNiMMEM . - _ . a COnact urKier Wide ** This contractor has been awarded a contract under Bid 12-03/04-Public Works