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