Loading...
HomeMy WebLinkAboutExhibit3Line No. 1 5 6 7 8 9 10 11 00402 FLAGAMI/WEST END STORM SEWER IMPROVEMENTS, PHASE II B-50695 Pay Item No. 101-1 102-1 104-11 SP-1 SP-2 285-706 285-711 327-70-19 331-72 400-1-2 400-2-2 Pay Item Description Mobilization Maintenance of Traffic Floating Turbidity Barrier Pavement Driveway restoration (6" I.R. Base & 1" Asph.) Concrete Driveway Restoration, including all types of surfaces 8" Limerock Base (LBR 100) 12" Limerock Base (LBR 100) Asphalt Milling (3/4" Average) Asphaltic Concrete Type S-111 Resurfacing (100 Ib/sy avg) Concrete Class I (Endwalls) Concrete Class II (Endwalls') Page 1 of 3 Unit Quantity LS LS LF SY SY SY SY SY SY CY CY Unit Cost 1 120,0009-4 1 290 7970 1595 23634 343 58946 82923 8 26 190, 40D d v 65°G' �Q 26 0y.-c 161 ih 1 Cost 22.0OA 12 415-1-3 Reinforcing Steel (Endwalls) LB 1944 04° q 72 "` 13 425-1-543 Drainage Structure Type "D" inlet with "J-Bottom (<10' depth) EA 3 6, i5OC7 ''-`) .Z 4 ic60 14 425-1-543 Drainage Structure Type "D" inlet with "J-Bottom (>10' depth) EA 4 1$00 `z' �J, too °`' 15 425-1-901-D4 Inlets Type D-4 (<10 ft. depth) EA 82 2 e60" 27-9 6001° 16 425-1-901-D5 Inlets Type D-5 (<10 ft. depth) EA 11 3„GOO p0 3q, b 00-`` 17 425-1-901-D6 Inlets Type D-6 (<10 ft. depth) EA 21 6r1-6014 13-t y,p0 °` 18 425-1-902-D8 Inlets Type D-8 (<10 ft. depth) EA 5 6, 700 00 55, 500 cr 19 425-1-901-D8 Inlets Type D-8 (>10 ft depth) EA 7 8, Eno"' 60, 2oO °` 20 425-2-101-D4 Manhole Type D-4 (<10 ft depth) EA 4 3,600 °` J 1 4 0 21 425-2-101-D5 Manhole Type D-5 (<10 ft depth) EA 17 -�,OCL� °c 68•000pe 22 425-2-101-D5 Manhole Type D-5 (>10 ft depth) EA 3 -/ADO V /q. MI av 23 425-2-101-D6 Manhole Type D-6 (<10 ft depth) EA 8 4:7401v 37aE00 0c 24 425-2-102-D6- Manhole Type D-6 (>10 ft depth) EA 1 7, Zcap - 7, ZAO°° 25 425-2-101-D8 Manhole Type D-8 (<10 ft depth) EA 10 604''' w3, QV ". 26 425-2-102-D8 Manhole Type D-8 (>10 ft depth) EA 14 �,6C `` zo, 100 °° 27 425-2-72 Manhole Type "J-7" (<10 ft depth) EA 7 q, it p' ° 43, 700 eO FlagamilWest End Phase II and Fairlawn Phase IIB Sewer Improvements Dnnn11R Bid No.: 06-07-012 00402 FLAGAMIIWEST END STORM SEWER PROJECT, PHASE II, B-50695 Page 2 of 3 Line No. Pay Item No. Pay Item Description Unit Quantity Unit Cost Cost 28 430-11-323 15"RCP (Class III) Storm Sewer, any depth of cut LF 510 63 r1v " �2, w .. 29 430-11-325 18" RCP (Class III) Storm Sewer, any depth of cut LF 3469 ��P eo 30 430-11-329 24" RCP (Class III) Storm Sewer, anydepth of cut P LF 1330 ° o `62� j� o9 31 430-11-333 30" RCP (Class III) Storm Sewer, any depth of cut LF 3147 ,gQ ef` � /70 co 32 430-11-338 36" RCP (Class III) Storm Sewer, any depth of cut LF 3825 6 0° 20) 14'6 a9 33 430-11-340 42" RCP (Class III) Storm Sewer, any depth of cut LF 1073 M 16l 4° � 37 ac 34 430-11-341 48" RCP (Class III) Storm Sewer, any depth of cut LF 2094 7 d) / 0�r7.3 Z6 ea 35 430-11-342 54" RCP (Class III) Storm Sewer, any depth of cut LF 1752 /2- �50a`i 2,62,geo °-° 36 430-11-343 60" RCP (Class III) Storm Sewer, any depth of cut LF 582 37 430-11-344 66" RCP (Class III) Storm Sewer, any depth of cut LF 1085 f Z32`° 720 0 72 38 430-11-3456 72" RCP (Class III) Storm Sewer, any depth of cut LF 190 182 'ZqO'° Li, 5: /oO` 4 39 430-81-029 24" Solid CAP Storm Sewer, any depth of cut LF 40 430-81-033 30" Solid CAP Storm Sewer, any depth of cut LF 35 72 -Z5-20 °`' 41 443-70-3 18" CAP French Drain, any depth of cut LF 1104 q $°b /02, b72°4 42 443-7-4 24" CAP French Drain, any depth of cut LF 1896 /O,Ej O" 24127 '° 43 443-70-5 30" CAP French Drain, any depth of cut LF 702 1 31 °" cq 416'2 44 460-5-1 Manatee Barrier for 48" Endwall EA 1 1700 =" 1 IOC?" 45 460-5-2 Manatee Barrier for 60" Endwall EA 1 I, $pp °` 1, $OO -' 46 460-5-3 Manatee Barrier for 72" Endwall EA 1 2, 'DO"' 2, /00 c'''' 47 520-2-4 Concrete Curb Type "D" LF 125 ZZ`� ed- z,��.30 48 522-1 Sidewalk Concrete (4" Thick ADA compliant ramps) SY 4475 rj $ •°•.- 2 y-6, 12S °' 49 522-2 Sidewalk Concrete (6" Thick) SY 527 6 q•O 3,6, 363 - 50 530-1 Rip Rap (Sand -Cement) CY 15 17 ?" 7/2 5 '". 51 575-1-1 Sodding (Bahia) SY 44241 5-1' zzi, 205" 52 580-332-2 Remove Existing Trees (Cut and Remove) EA 5 375 °° 1, 7 `-v Flagami/West End Phase II and Fairlawn Phase IIB Sewer Improvements Bid No.: 06-07-012 n_ __ 11A 00402 FLAGAMI!WEST END STORM SEWER PROJECT, PHASE 11, B-50695 Page 2 of 3 Line No. Pay Item No. Pay Rem Description • Unit Quantity Unit Cost Cost 53 , 580-336 Root Prune and Trim Existing Tree EA 59 20 e° li, Mel(' 54 583-3 Tree (5 gallon container 19" to 7' height or spread) EA 2 3�so 55 583-4 Tree (15 gallon container 8' to 20' height or dear trunk) EA 22 ' COO" ov 6�I.9OO - 6G6 °° 56 584-3 S Single Trunk Palms (5 gallon container 19" to 7' height or spread) EA 24 6°P t' 5� 57 584-4 Single Trunk Palms (15 gallon 8' to 20' height or clear trunk) EA 13 elo >>2op- 15, oc �s6a�- 58 1070-100-14 18" TideFlex Slip -in Type Check Valve Series 37G EA 4 -I 500 44' fie), "t4 P FLAGAMIIWEST END STORM SEWER PROJECT TOTAL oq ¶_? Flagami/West End Phase 11 and Fairlawn Phase 118 Sewer Improvements Bid No.: 06-07-012 Page 140 00402 FAIRLAWN STORM SEWER IMPROVEMENTS PHASE IIB, B-50703 Page 1 of 2 Line No. 1 2 3 4 5 6 7 8 9 10 Pay Item No. 101-1 102-1 SP-1 SP-2 285-706 327-70-19 331-72 425-1-901-D4 425-1-901-D5 425-1-901-D6 Pay Item Description Mobilization Maintenance of Traffic Pavement Driveway Restoration (6" L.R. Base & 1" Asph) Concrete Driveway Restoration, including all types of surfaces 8" Limerock Base (LBR 100) Asphalt Milling (3/4" Average) Asphaltic Concrete Type S-111 Resurfacing (100 Ib/sy avg) Inlets Type D-4 (<10-ft. deep) Inlets Type D-5 (<10-ft. deep) Inlets Tvoe D-6 (<10 ft. deep) Unit 1 Quantity 1 Unit Cost LS LS SY SY SY SY SY EA EA EA 1 125,0`ti 1 3145 227 12160 36490 48650 53 14 Cost 129,000 " t27,U006e • /1(15/O°i 1"7, Z32`'c 3i 04oa° 2h7, 5-i5 If 7CaCi se 4-2. 0601" i4 • DX,'4 11 425-2-101-D4 Manhole Type D-4 (<10 ft depth) EA 2 3.906 °O 7400°n 33.,E dO °O 12 425-2101—D5 Manhole Type D-5 (<10 ft depth) EA 8 4- 200O° 13 425-2-101-D6 Manhole Type D-6 (<10 ft depths EA 5 ;;ODD"* 4D00'v 14 425-2-72 Manhole 6'x 6' Box Type (<10 ft depth) EA 3 0, ZOO°° •33,600°' 15 430-11-325 18" RCP (Class III) Storm Sewer, any depth of cut LF 1393 t7°`' 65:17/e4' 16 430-11-329 24" RCP (Class 111) Storm Sewer, any depth of cut LF 522 5t2e Z .h 22'7`' 17 430-11-333 30" RCP (Class 111) Storm Sewer, any depth of cut LF 158 b7O° /0. SSbe•° 18 430-11-338 36" RCP (Class III) Storm Sewer, any depth of cut LF 546 612 -° So, 2 3 Z" 19 430-99-27 24" HDPE Storm Sewer, any depth of cut LF 312 30.2!' la 9 3;60 20 430-99-29 30" HDPE Storm Sewer, any depth of cut LF 77 3 °O 2, q Z,� oti� 21 430-99-31 36" HDPE Storm Sewer, any depth of cut LF 10 a° 4 7 .. 4-7® Oo 22 443-70-4 24" HDPE French Drain, any depth of cut LF 2959 7/ `O Z1O pSY 23 443-70-5 30" HDPE French Drain, any depth of cut LF 1321 f32 °� 1f 822,c° 24 443-70-6 36" HDPE French Drain, any depth of cut LF 933 95'°0 a b35°`' 25 520-2-4 Concrete Curb Type "D" LF 150 26, °P 3, 01rD05' 26 522-1 Sidewalk Concrete (4" Thick, including ADA compliant ramps) SY 1722 `1"3 °` 7T, 81 522-2 Sidewalk Concrete (6" Thick) SY 286 "]2 °' 24 59Z 27 FlagamilWest End Phase II and Fairlawn Phase IIB Sewer Improvements Page 141 Bid No.: 06-07-012 Line No. 28 29 30 31 32 33 34 35 36 Pay Item No. 575-1-1 580-332-2 580336 583-3 583-4 584-3 584-4 1100-111-414 1100-111-424 FAIRLAWN STORM SEWER PROJECT, PHASE IIB, B-506703 Pay Item DescriptiOn Sodding (Bahia) Remove Existing Tree Root Prune and Trim Existing Tree Tree (5 gallon container 19" to 7' height or spread) Tree (15 gallon container 8' to 20' height or clear trunk) Single Trunk Palms (5 gallon container 19" to 7' height or spread) Single Trunk Palms (5 gallon container 8' to 20' height or spread) 12" Ductile Iron Pipe (Class 53), any depth of cut 16" Ductile Iron Pipe (Class 53), any depth of cut Unit . Quantity SY 13900 EA 3 EA 12 EA 1 EA 6 EA 9 EA 9 LF 57 LF 50 FAIRLAWN STORM SEWER IMPROVEMENTS TOTAL Page 2 of 2 Unit Cost Cost 5 0° 69, 5004 350o9 1,050`!` 010°O Z40006 5001O 500 4' 75,0" 4 500°° 400`'tl 3,6004° 1,2004n 10,01)(°° 70a° 3,,9 W ° g051' 1.500oc 2 006, 4 5e 1° *FLAGAMIIWEST END and FAIRLAWN STORM SEWER IMPROVEMENTS LUMP SUM TOTAL * Complete only if your firm is bidding on both projects. 6a4) 5$'4; 5Q FlagamiNVest End Phase II and Fairlawn Phase IIB Sewer Improvements Bid No.: 06-07-012 00405. City OF MIAMI LICENSES, PERMITS AND FEES: Pursuant to the Public Bid Disclosure Act, each license, permit or fee REQUIRED BY THE CITY AND PAYABLE TO THE CITY by virtue of this construction as part of the Contract is waived as follows: "City of Miami Master Permit Fee and applicable Major Trade Permit fees (Le. Mech., Plumbing, Elec., & Fire) are waived. Any other permit fees not directly related to the actual construction of the project (i.e. Permits for dumpsters, job trailers) are not waived"..."Licenses, permits and fees which may be required by Miami -Dade County, the State of Florida, or other governmental entities are not waiveable." LICENSES, PERMITS AND FEES WHICH MAY BE REQUIRED BY MIAMI- DADE COUNTY THE STATE OF FLORIDA, OR OTHER GOVERNMENTAL ENTITIES ARE NOT INCLUDED IN THE ABOVE LIST. Flagami/West End Phase 1! and Fairlawn Phase IIB Sewer Improvements Bid No.: 06-07-012 Page 142 00410. BID BOND FORM (Page 1 of 3) State of Florida County of Dade City of Miami ) SS Vo6"`k KNOWN ALL PERSONS BY THESE PRESENTS, that as Principal, as Surety, are held and firmly tic d e City of Miami, in the penal sum of Dollars ($ ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying bid, dated , 20, for: Flagami/West End Storm Sewer Improvements Phase II, CIP Project No. B-50695 and Fairlawn Storm Sewer Improvements Phase IIB, CIP Project No. B-50703 NOW THEREFORE: (a) If the principal shall not withdraw said bid within sixty (60) days after date of opening the same, and shall within ten (10) days after the prescribed forms are presented to him for signature, enter into a written contract with the City, in accordance with the bid as accepted, and give bond with good and sufficient Surety or Sureties, as may be required, for the faithful performance and proper fulfillment of such contract; or, (b) In the event if the withdrawal of said bid within the period specified, or the failure to enter into such contract and give such bond within the time specified, if the principal shall pay the City the difference between the amount specified in said bid and the amount for which the City may procure the required work and supplies, if the latter amount be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. Flagami/West End Phase II and Fairlawn Phase IIB Sewer Improvements Bid No.: 06-07-012 Page 143 00410. BID BOND FORM (Page 2 of 3) IN WITNESS WHEREOF, the above bound parties have executed this instrument under their several seals, this day of , A. D., 20__ the name and corporate seal of each party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. WITNESS: (If Sole Ownership, Partnership, or Joint Venture, two (2) Witnesses are required. If Corporation, Secretary only will attest and affix seal.) PRINCIPAL: (Name of Firm) Affix Seal (Signature of authorized officer) (Title) (Business Address) City State Zip Surety: (Corporate Surety) Affix Seal Surety Secretary (Signature of Authorized Officer) (Title) (Business Address) City State Zip (Name of Local Insurance Agency) Address Flagami/West End Phase I1 and Fairlawn Phase JIB Sewer Improvements Bid No.: 06-07-012 Page 144 Telephone Number Flagami/Wesl End Phase II and Fairlawn Phase IIB Sewer Improvements Bid No.: 06-07-012 Page 145 00410. BID BOND FORM (Page 3 of 3) CERTIFICATE AS TO CORPORATE PRINCIPAL , certify that I am the Secretary of the Corporation named as Principal in the within bond; that of said corporation; that I know his signature, and the signature hereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority of its governing body. STATE OF FLORIDA ) COUNTY OF DADE City OF MIAMI SS (Corporate Seal) Before me, a Notary Public duly commissioned, and qualified, personally appeared to me well known, who being by me first duly swom upon oath, says that he/she is the attorney -in -fact, for the and that he/she . has been authorized by to execute the foregoing bond on behalf of the Contractor named therein in favor of The City of Miami, Florida. Subscribed and sworn to before me this INSTRUCTIONS: Bid Bonds must be accompanied by a Power of Attorney, in compliance with Instructions to Bidders day of A. D., 20_ Notary Public, State of Florida at Large My Commission Expires: Flagami/West End Phase 11 and Fairlawn Phase 11B Sewer Improvements Bid No.: 06-07-012 Page 146 00500. SUPPLEMENT TO BID FORM: QUESTIONNAIRE THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID, HOWEVER; SUBMISSION OF THE FORM OR ANY ADDITIONAL INFORMATION NOT INCLUDED IN THE SUBMITTED FORM AS DETERMINED IN THE SOLE DISCRETION OF THE CITY, MAY BE SUBMITTED WITHIN SEVEN (7) CALENDAR DAYS OF THE CITY'S REQUEST. FAILURE TO SUBMIT THE FORM OR ADDITIONAL INFORMATION UPON REQUEST BY THE CITY SHALL RESULT IN THE REJECTION OF THE BID AS NON -RESPONSIVE. The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements and the answers contained herein. 1. How many years has your organization been in business while possessing one of the licenses, certifications, or registrations? Licen ertification/Registration Name and N mber # Years � caa C/kia- &-er) - \Airs cvcooss113 - so2yrs_ c6ci5o'7(11-1 - uu� 1A. What business are you in? Ec1 .s2(ti (van r i ] 2. What is the last project of this nature that you have comple ed? 'J T se 5 ( b6CaklAz. d Jc0_ 4$,t5R 29 2. 8 i -goo i gg 25 ( 3 s+.' - 5 (3 3 (n , U4. CraG ,0-Tani (cp C,� m- - v73 Boa. 3. - Have you ever failed to complete any work awarded to ou? If so, where and why? 4. Give owner names, addresses and telephone numbers, and Surety and project names, for all projects for which you have performed work, where your Surety has intervened to assist in completion of the project, whether or not a claim was made. DrL Flagami/West End Phase 11 and Fairlawn Phase 118 Sewer Improvements Bid No.: 06-07-012 Page 147