Loading...
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,