HomeMy WebLinkAboutexhibit2INLETS RETROFIT FOR THE WAGNER CREEK BASIN PROJECT
B-30221
PROPOSAL
COMMISSION OF THE CITY OF MIAMI, FLORIDA DATED: Ah_ y],200
BIDDER'S NAME: '61VirenneVA-eik Rocr2remmaL5
PRIMARY OFFICE STREET ADDRESS: 1A*50 N.t+) So Ait, 1 w . 1Ve
(NOTE: THE BIDDERS SHALL SUBMIT WITH THEIR BID AN AFFIRMATIVE
ACTION PLAN AS REQUIRED IN ORDINANCE NO.10062 AND 10538.)•
Madam/Gentlemen:
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 fraud.
•
The Bidder further declares that he has complied in every respect with
all of the Instructions to Bidders, that he has read all addenda issued
prior to the opening of Bids, and that he has satisfied himself fully
relative to all matters and conditions 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 Documents for this purpose of
establishing a formal contractual relationship between him and the City
of Miami, Florida, for the. furnishing of all materials and the
performance of all work to which this Proposal pertains.
The Bidder further agrees to execute a Contract within ten (10)
consecutive calendar days after written notice being given by the
Engineer of the award of the Contract.
The Bidder certifies that this Bid is based upon all items as shown on
the Plans and/or listed in these Specifications, and that he has made
no changes in these Contract Documents.
The Bidder further declares that he has carefully inspected the site of
the proposed work.
PROPOSAL
Page 2
B-30221
INLETS RETROFIT FOR THE WAGNER CREEK BASIN PROJECT
B-30221
PROPOSAL
THE BIDDER STATES THAT THIS PROPOSAL IS BASED UPON THE CONTRACT
DOCUMENTS AND THAT HE ACKNOWLEDGES _..THE RECEIPT OF THE FOLLOWING
'ADDENDUM (ADDENDA):
ADDENDUM NO.
* * *
NOTE:
* * * *
ADDENDUM NO. ADDENDUM NO.
The bidder agrees to perform all the work as
Described in the Specifications and as shown on
The Plans for the unit and/or lump sum prices,
As noted on the following sheets.
*
TOTAL BID:. THE TOTAL OF ITEMS 1 through 7
based an a One hundred twenty (120)
working days completion time, the sum of
*
$ 111(211490.00
TOTAL BID
ITEMS 1 THRU 7
* * * * * * * * * * * *
The contractor shall submit with his Bid, a work schedule to be
approved by the City Engineer. Method of attachment, material,
type and shop drawings as per manufacturer recommendation must be
approved by the City Engineer prior to bid opening.
PROPOSAL
Page 2a
B-30221
INLETS RETROFIT FOR THE WAGNER CREEK BASIN PROJECT
B-30221
PROPOSAL
ITEM 1: TYPE F-3 CATCH BASIN CLEANING
For furnishing all labor, material and equipment to remove and
dispose of sediment debris and material collected inside
approximately Two Hundred and Fifty (250) storm sewer type "F'-
3'' catch_ basin structures, at any foot cut, using Vactor Trucks
or other mechanically powered equipments, as per Section 2.7,
for the unit price of
brie. I-kndr a For4
Dollars and
Cents ($ 14D, DO ) x 2 5 0 = $ 35, OUO. 00
Per structure ITEM 1
ITEM 2: HORIZONTAL GRATE FOR F-3 CATCH BASINS
For furnishing all labor, material and equipment to install
approximately Two Hundred and Fifty (250) horizontal type grates
at inlet throats of F-3 catch basin structures (including grate,
drilling ,screws, etc.), as per Section 2.8, for the unit price
of
f)r'e 14vrdred FiE ri Dollars and
Cents ($i15.00 ) x 250 = $ 21750,00
Each Inlet Grate ITEM 2
ITEM 3: LEAF COLLECTION BASKET FOR F-3 CATCH BASINS
For furnishing all labor, material and equipment to install
approximately Two Hundred and Fifty (250) leaf collection baskets
inside F-3 catch basin structures, as per Section 2.8, for the
unit price of
r Tir tired Th i r4y Tiesree.
Each Basket
Dollars and..
Cents ($LL 3 r0) x 250 = SlD$j2,50.00
ITEM 3
PROPOSAL
Page 2b
B-30221
INLETS RETROFIT FOR THE WAGNER CREEK BASIN PROJECT
B-30221
PROPOSAL
ITEM 4: MILLING AND RESURFACING OF EXCESS PAVEMENT
For furnishing all labor, material and equipment necessary to
mill and resurface the excess pavement at the inlet throat of
approximately fifty (50) catch basins more or less, in order to
properly install horizontal type grates, for the unit price of
Dollars and
Each
Cents ($ 2q. !mo) ) x 50 $ 1 _V7S0.OD
ITEM 4
ITEM 5: RESETTING CAST IRON TOPS
For furnishing all labor, material and equipment necessary to
reset any displaced cast iron tops, for a complete installation
of approximately Fifty (50) leaf collection baskets inside the F-
3 catch basins, for the unit price of
- Dollars and
Cents ($ 3b•DD, ) x 50 _ $ jJ 5 :.00
Each ITEM 5
ITEM 6: RESEALING CRACKS OR SPALLS IN CONCRETE FRAME
For furnishing all labor, material and equipment necessary to
reseal all cracks or spalls on the catch basin walls, for a
complete installation of approximately Fifty (50) leaf collection
baskets inside the F-3 catch basins, for the unit price of
r-11
Dollars and
Cents ($ 3JOO ) x 50
Each ITEM 6
PROPOSAL
Page 2c
B-30221
INLETS RETROFIT FOR THE WAGNER CREEK BASIN PROJECT
B-30221
PROPOSAL
ITEM 7: CASH ALLOWANCE
Provision for Special Items, as noted in Division 2 Special
Provisions 2-6, the lump sum of
Twenty Thousand Dollars and
NO Cents $ 20,000.00_
Lump Sum ITEM 7
PROPOSAL
Page 2d
B-30221
INLETS RETROFIT FOR THE WAGNER CREEK BASIN PROJECT
B-30221
PROPOSAL
STARTING AND CONSTRUCTION TIMES: -
The Bidder agrees to start work within ten (10) 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 Specifications thereof, within
the number of working days specified on Proposal Page 2, and that.
time is of the essence. The specified calendar day period shall
begin on the first calendar day after the above noted 10 calendar
day. All work shall be in full and complete accordance with all
terms and conditions set forth in and covered by the contract
documents
Should the contractor fail to complete the work on or before the
date specified, it is agreed that for each calendar day that any
portion of the work shall remain incomplete, after the time
specified in the proposal, withany extension of time which may
be allowed by the City for the completion of the work provided
for in the contract documents, the City will stop payment and
terminate the Contract.
The names of the Subcontractors and their current County
Municipal Occupational License numbers for the type of work shall
be listed below. No change in Subcontractors will be allowed
without written approval of the Engineer. Subcontractors shall
hold the license at the time of executing and during the
performance of this contract.
PROPOSAL
Page 2e
B-30221
INLETS RETROFIT FOR THE WAGNER CREEK BASIN PROJECT
B-30221
PROPOSAL
If no Subcontractors are to be used, insert the word —Self" in
the spaces under —Name of Subcontractor"
SUBCONTRACTOR'S
COUNTY --MUNICIPAL
NAME OF OCCUPATIONAL
TYPE OF WORK SUBCONTRACTOR LICENSE NUMBER
1 Catch Basin Cleaning Self
2 Horizontal Grates Sel c
3. Leaf Collect. Baskets Salk
4. Milling & Resurfacing
5. Reset Cast Iron Tops
6. Reseal Cracks or Spa11s
7.
8.
9.
10.
Other (Bidder Fill in)
NOTE: CONTRACTOR'S SUPERINTENDENT ON 24-HOUR CALL. In the event
that the Engineer must contact the Contractor to perform emergency
repair work to correct hazardous or unsafe conditions or problems
relating to public health or welfare as a result of or associated with
the project construction, the Contractor shall provide the name and 24
hour telephone number of the job superintendent to be contacted in the
space provided below:
7g6) Z02. _ q q3(47
Name (Job Superintendent) Telephone Number
The contractor shall also provide a toll free telephone number for his
business office for use during normal business hours of 8:00 a.m. to
5:00 p.m., Monday through Friday.
PROPOSAL
Page 2f
B-30221
INLETS RETROFIT FOR THE WAGNER CREEK BASIN PROJECT
B-30221
PROPOSAL
Note #1: Please replace this Proposal page with the City of Miami
Engineer's Approval of the method of attachment, material type and
shop drawings, as per manufacturer recommendation, according to
Division 2,. Section 2.10 of these Specifications.
_Note #2: The contractor shall submit with his Bid, a work schedule to
be approved by the City Engineer.
PROPOSAL
PAGE 3
BIDDER'S CONTRACTORS LICENSE (5) - LIST APPROPRIATE LICENSE (SI
I. STATE OF FLORIDA CONSTRUCTION INDUSTRY LICENSING BOARD:
CERI'WILD REGISTERED CONTRACTORS LICENSE No.: RAL12,5M9
EXPIRATION DATE: v . 31j2.601,
OR
QUALIFIED BUSINESS ORGANIZATION LICENSE* No.:
EXPIRATION DATE:
OR
II. MIAMI- DARE COUNTY:
CONTRACTORS CERTIFICATE OF COMPETENCY BUSINESS No.: C.,W,N2SSft
VALID UNTIL : i\u\
OR
STATE CONTRACTORS CERTIFICATE OF REGISTRATION" No.:
VALID UNTIL :
NOTE: * For a Corporation or other Business Organization, required by the State of Florida.
** Florida Licensed Contractors have the option of listing their State Licenses or listing their
Certificate of Registration with Miami- Dade County.
BIDDER'S MUNICIPAL OCCUPATIONAL LICENSE No.:
EXPIRATION DATE:
BIDDER'S INSURANCE EXPIRATION DATE : 2D0cr)
Attached hereto is a certified check in the amount of drawn
on (name of Bank) or a
Bid Bond furnished by C.l r& S r rd Sy re ,S nC-
(Bonding Company) n
represented by H 9)'Pc �r,,,,►igrl '1c-e Qup
(Insurance Agent)
for the sum of Pi ve. Ftrr.e.4 cC prrytn* tk Slot Dollars ($ 5 )
made payable to: City of Miami, Florida.
The full names and addresses of persons and firms interested In the foregoing Bid, as Principals, are as
follows:
C wi rOrnne‘er\-r-D.\ 1Vi4e.Corry i c .5VS 114.51 .1nL ,
12.(e so NI J , Soo}-- Ei vt iz.. c)atut
N\ozicti.e.J A F L a I -I $
SUBMITTED BY:
-xu'i ror „n u h 1 Pfr rws v1C P. �uS YY1S C
(Name of Firm or Corporation)
12105tj tJ .up . S -R1 vft_ DRt J2.
(Address of Firth or Corporation)
edi 9. i F L • 33I 1 -7 -, 377Oa
'ty State Zip Code (Telephone Wu nber)
(Signature)
Prey;ck-en
(Title)
Sef re -1-r2.'
(Tie)
(CORPORATE SEAL)
PROPOSAL
Page 4
City of Miami. Florida
MINORITY/WOMEN BUSINESS AFFAIRS REGISTRATION AFFIDAVIT
Please Check One Box Only (4Hispariic ( ) Female () Black () Not Applicable
If business is not 5 I% minorirti•,'femaie owned . affidavit does not apply. If not applicable. notarization is not required.
1 (We). the undersigned agree to the following conditions:
1) that we have read Section 2.25 of the General Terms and meet the fifty-one percent (519'6) ownership and
management requirement for minority/women registration status and will abide by all of the policies and regulations
governing the City of Miami Minority and Women Business Enterprise Procedures:
2) that if at any time information submitted. by the undersigned applicant in his/her Bidder Application should proye to
be false, inaccurate, or misleading. applicant's name will be struck from the City of Miami's Master Bidder list with
no further consideration given to this applicant;
3). that the Ciry of Miami maintains the right, through award of hid/contract. to revoke the award. should it be found
that false. inaccurate or misleading information or a change in the original information have occurred;
4) to notify the City of Miami within thirty (30) days of any change in the firm's ownership. control. management or
status as an ongoing Minority/women business concern as indicated on the Bidder Application. and that the Ciry of
Miami. upon a finding to the contrary. may render a firm's registration with the City null and void and cea'e to
include that firm in its registered list of minority and women -owned businesses;
5) that the City of Miami has a right to diligently verify all information submitted by applicant in his'her Bidder
Application to monitor the status of the Minority/Women Business Enterprise. once registered:
6): that the Croy of Miami may share a firm's registration information concerning its minority/women status and its
capabil iry with other municipal or state agencies for the sole purpose of accessing the firm to their procurement
opportunities. unless otherwise specified by the firm in writing.
I (We) certify under the penalties of perjury that the information contained in any and all application documents submitted to
the Ciry. of Miami is c• ect as per Ordinance No. 10062 as amended.
Firm Name:
If signing as
rikra \ Pr-corrmralW_ Sys-61115,
officer, kindly affix corporate seal)
This application ust be signed by at least one general partner of a partnership or the proprietor of a sole proprietorship or
all partners of a jint venture.
NOTARIZATION
COUNTY. SS
COUNTY OF DADE
That: �-> orb , S r ar o
the foregoing instrument as his/her act and deed.
That heshe. has produced
Date:
Mo irch 112c
personally appeared before me and acknowledged
G2 VZSP4,
/ f/ as ide MARIA TAIANA COMMISSION #. DD 360703
NOTARY PUBLIC: �'''" U(PiFIES:October 6,2OO8
1-800-3•NOTAFIY FL Nolary Discount Assoc. C;o.
My Commission Expires: 1 O to Q
FAILURE TO COMPLETE. SIGN. AND RETURN THIS FORM MAY DISQUALIFY THIS BID,
STATEMENT OF COMPLIANCE WITH OROINf.NCC • NO. 1003:
The Bidder certifies that r_ has rend and ur•,ders ..c•!_:;
provisions of City of Miami Ordinance N. 1UO3I,
to the implementation of a First Source Hiring Agreement.
The Bidder will complete and submit the following cues i.:Ins as
part of the bid proposal. Evaluation of tr._ Bir1aer
responsiveness to Ordinance No. 10032 will be a con_idera'_icn i%
the award of a contract.
Violations of this Ordinance may be considereM cause Fcr
annulment of a contract between the Eidder and the City Of Miami .
1 Do you expect to create new. positions (i.e, laborer,
bricklayer, pipe fitter) in your company in the event your
company was awarded this bid by the City? •
YES
NO
2. In -the event your answer to number 1 is yes, how rnarny new
positions would you create by Virtue of performing this bid"
37 Please list below the tit] e, rate of pay, summary of duties,
and expected length or duration of al) new positions which
:night be created by virtue of your company's award of this
job.'
POSITION/TITLE ATE OF PAY DUTIES EXPECTED
Circle one LENGTH OR
Hourly/Weekly DURATION
1. ) -----
2.
3.
4.
5.
6.
7.
8.
(Use additional sheets if necessary)
, 20D5
NO V
nUlronlme k401 R r,rmOrce.S .__
Name of Bidder
FnviROnn efltlal Par-rDrrvwalurc
,
• 12i,co •N. i kiu<)
Pv1Rd.lpl,
Name & Address of
Entity.
PROPOSAL
Page 6
4. Would your firm fully cooperate with the City of Miami
in filling .these positions under the First Source
Hiring Ordinance of the City, a copy of which is found
in the book titled "Standard Contract Documents and
Specifications for Public Works Contracts, October
2001. Edition," as revised?
YES NO
Is your firm ready, ,willing and able to execute s
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 Commission?
YES
Date Marc
SWORN TO AND SUBSCRIBED.
Before me this day.
Of 20
Notary Public, State of Florida at Large
My Commission Expires:
Dc-ko\D o
, 20 08
400r MARIA"RAANA
MY COMMISSION # OD 380793
'R'xor,6Cfi EXPIRES: October 6,;woe
LOO-3•NOTARY FL Notary 6lscountAswa. ro,