Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Bid Response
BID FORM (Page 1 of 11) SECTION 5 — Bid Form Submitted: — 1 ` 2,0 I Date City of Miami, Florida Office of the City Clerk City Hall, 15C Floor 3500 Pan American Drive Miami, Florida 33133-5504 The undersigned. as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into: that this bid is made without connection with any other person, firm, or parties making a bid; and that it is. in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done: that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and that it has submitted the required bid Guaranty: and all other required information with the bid: and that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted. to Contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials. equipment. machinery, tools. apparatus, means of transportation, and all labor necessary to construct and complete within the time limits, the specified Work covered by the Contract Documents for the Project entitled: Bid No: 17-18-019 Title: GROVE PARK ROADWAY AND WATER MAIN IMPROVEMENTS - D3 The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total bid price plus alternates. if any, and to furnish the required Certificate(s) of Insurance. The undersigned further agrees that the Bid Guaranty accompanying the bid shall be forfeited if Bidder fails to; execute said Contract and fails to furnish the required Performance Bond and Payment Bond as well as the required Certificate(s) of Insurance within fifteen (15) calendar days after being notified of the award of the Contract. In the event of arithmetical errors, the Bidder agrees that these errors are errors which may be corrected by the City. In the event of a discrepancy between the price bid in figures and the price bid in words, the price in words shall govern. Bidder agrees that any unit price listed in the bid is to be multiplied by the stated quantity requirements in order to arrive at the total. Note: Bidders are bidding on estimated quantities for the purpose of determining the lowest responsive and responsible Bidder. Payments will be made based on unit prices of actual quantities installed. Where a discrepancy exists between the unit price and the extended price the unit price will prevail. Where there is a discrepancy between the numerical and written bid amount, the written bid amount will prevail. City 78 Grove Park Roadway and Water Main ITS No. 17-18-019 Improvements - D3 - B-40347 BID FORM (Page 2 of 11) Form SU must be submitted with Bidder's Bid. The SU Form can be found posted on the webpage with the bid documents. The Bidder's Total Bid Construction Cost includes the total cost for furnishing all materials. labor, and equipment necessary for roadway improvements including, but not limited to, installation of an 8-inch Ductile Iron (D.1.) water main and other water main components, milling and resurfacing and overbuild. widening and/or reconstruction, installing swale blocks, install new curbs, replacement of damaged sidewalks, curbs and gutters, repair of driveway approaches, striping. signs and installation of Americans with Disabilities Act (ADA) compliant ramps. The full Scope of Work is detailed in the construction drawings. GROVE PARK ROADWAY AND WATER MAIN IMPROVEMENTS - D3 A. TOTAL BASE BID CONSTRUCTION COST - (City of Itellarni Project No. E-40347): 6. TOTAL ADD ALTERNATE CONSTRUCTION COST - (Water Main PCTS No. 15O41): C. COMBINED TOTAL BID CONSTRUCTION COST - (Total Base Bid + Total Add Alternate): $ 0 42- I qb-2,. 00 s l )10,41 Bc.i o WRITTEN COMBINED TOTAL BID CONSTRUCTION COST: s O ('r11�1 � �, << k 6 c'3vtz41"G )SCtr\ r eiq l`i4- huncl (Total Base Bid + Total Add Alternate): c1 &D\VA.2S 1 /-‘6 -Ten Corr+s BID FORM (Page 3 of 11) 79 Grove Park Roadway and Water Main ITB No. 17-18-019 Improvements - D3 - B-40347 IT8 17-18-019 - Grove Park Roadway and Water Main Improvements Water Main Improvements 61O FORM PCTS No, 15041 (ER No. W0171 ID) ITEM ITEM NO. DESCRIPTION UNITS UNIT COST QUANTITY TOTAL AMOUNT WATER MAIN PAY ITEMS 1 For performing areparaloy arcnc and operations in mobilizing for beginning the work of the Pto)ocl. Including preparation and acceptance of "MOT. tut excluding materia0 and permit costs), both of which arc paid under other payment items. rite aggregate sum of• (Civrded into 2 or 4 payments. See SecL allf! Measurement and Payment for Conditions) LS $ so,00).00 5 56.09000 2 For selling and delivering to Me Ceparnert 9-inch ;inc-coaled ductle iron pipe. fittings and valves. for water main. the price per linear Foot of LF S 38.04 2,509 5 95,000.00 3 For installing 3-inch zinc -coated doggie :roil pipe. filings and valves for water main. the pace per linear loot of LF $ 65.00 2.500 $ 162.500.00 4 Far selling and dellverng to the Department 6-mch zinc -coaled ductile iron pine, fittings and u0ires for water main. the. pnCe Der linear foot of LF $ 32.00 80 5 2,560.90 5 For installing 6-inch zinc -Coale: duntife Yon pipe, Fittings and valves for water main, the price ter inear fool of LF S 55.00 80 1 4,400.00 5 Far selling and delivering to tie Department 4-lrch zinc -coaled ductile iron pipe. 3tiegs and valves ler water main, the price per linear fool of LP 5 23.50 80 (Contingent )term S La90.44 7 For installing 4-inch ;inc-coaled ductile con oioo. fittings arc valves for water main. the once per linear fool of (Contingent geniiLF 1 50.00 00 $ 4,000.00 For making tapping conneolien(s) to eziSong water mainls) al: NW IBM Oland NW 7th SI ISTA.020+52±5 including fUm=sting and:nslaf,irxg taoc rig sleeve(S) (stainless steel} and tamping salve(s), as shown Cr, the P'ans, comlrele, me once each of EA 5 1$,600.00 1 1 15.000.00 9 :For makingtapping nneclicn(s) to existing wafer main);} al: NW 8(h Ave and NNW 6th St ISTA263.62±1 .0.010din furnishing and g g g upping sleeve(sl (stainless steel} and lapping val'reis), and outing and capping exls?rig mints) 35 51,0wn on ;Ye Plans, complete, the price each of EA 3 15,000.00 1 $ 15,000.00 10 For making tapping connection(s) to existing water main(s) al: NV/ 19th Cl and NW 9th St (STA:412-9331 including furnishing and installing tapping steeveu}',rainless steely and lapping valve al. 35 ;hewn .pn me Plans, complete, the price each of IC0ntrgent Item) EA $ 15,000.00 I 5 15,000.00 t 1 For making lappirg connectonis) la existing water main(5) at NW 191h CI and NW 7'h SI (STA_310+00'1) including furrliShirg and installing lapaing sieece)s) (stainless Sleet) and lapping vafve(s), and aile'ng and capping existing main(s), as shown on Ire Plaits, complete. the price each of EA 1 17,000.00 1 17.000.00 1n For removing existing *gist and connecting to existing wale, mains) at NW 21sl Ct and NW 7lh St(STA:3g0�32±; including furnishing and installing ad fittings mane:Sary for ccnnecuon(sl, and cutting and capping existing 'minis), as shown on the Plans. complete. the pnCe each of EA 5 700.40 i 13 (Contingent For making Cut-m conneclion(s) to existing water minis) at: N'0 21s0 C1(STA 791.81i) NW 2151 Ct (STA:391,182±) NW 91h SlE NW 21s1 Ct(STA:397+EO1) NW 1gih CI.& NW 9th St (STA:317+17±} NW kiln Ct d NW 3!h St (STA:343+06:i including furnishing and installing all stings necessary for cdnnectdnts1. as shown en the Plans, complete, 11e price coon of Item) EA $ 7,500.00 5 s 95,444.44 14 For setting and delive'..rig to 'he Department fire hydrant as5emulies Kilt guard posts, complete. the once each of EA 1 1,900.00 6 S '11,400.00 15 For installing iree hydra;t assemblies wroth guard posts. comp'ele. he price each of EA $ 3.200.0a 6 1 19,260.00 16 For removing and salvagrg existing fire hydrant assemblies with elbow/0oe and guard posts, d0mplele. the Once each of EA 5 1,564.00 2 $ 3.009.00 Fo• fumishmg and installing 1-g incur sine service short noloninn reconnecting 5' C11S:Cr1er'S S^nx(e pipe knit me w transfer 17 complete. the pricy each of EA $ 750.00 25 $ 1e.759.00 For furnishing and installing I -'rich single service Gna. �tuckno rein»nee:ion pf vu3(0Ue5s Service nice and me5er'rann`er 18 complete. the mice each of EA 1 600.00 20 $ 22,400.00 For furnishing and instating 1-inch dual service Ion o i,-(odinO reccnnoptldn 0f CUS1Omers aenfoe Dice and rce'er tansfer 1 COplele, m the price each Of EA $ 1,p00_DO 1 $ f,o-4o.4o- 20 For constructing Flushing Valve Outlet Assemblies (11V0o) at the 1p'a11on5 shown 0n the clans. complete, the price each of EA $ 850.00 5 1 4.250.00 21 For each (Contingent constructing Air Re'ease Valve .Assemblies (ARV's) for water mains at the locations shown on the Plans. complete, he once of Item) EA $ 1,100.00 5 5 5,500.0e 22 For foot furnishing and installing 'J-Bo polyethylene encasement for any size Nucllle iron pipe. fatting, or vale, the price per linear of LF $ 1.00 2.680 $ 2,680,00 23 For by (COntrtgenl constructing 8-inch reinforced concrete protective slay, per Standard Detail G5 1.2, in areas of low ground cover, 35 omer3d the Engineer, the price per cubic yard of 'tem) SY 1 75.00 120 5 9,00000 24 =Or iContingent Uench overalt in 1-foot depth increments, for any Size pipe. the price per linear foci of Item) LF 1 1.00 1,000 $ 1,50100 25 For 1Centingent sheeting and sharing ordered left in place by the Engineer_ tie once per Scuare font of Item) SF $ 0.50 27,000 S 13,500-00 26 =)r removal. t ansp0rt and egos disposal- of ,:nspdable bathf9 malerals.+n:Lding Poring lees. as ordered by the EngIf ear. Me pose per cut:c yard of +Cendngenl Item} CY 1 20.00 603 $ 12.000.40 27 For furnishing am ir0talling additional scalable back -III mate I, as -directed by he Engineer. 'Me 0 C6 per twin yard or (CSnngent (ten) CY S 25.00 500 $ 15.000.00 20 For :ons;n:cting Gmerock base for Trpe'ilf' perms::"enl pavement repairs. ye once per sauara yard of SY $ 14.00 1.125 $ 15.750.00 29 Far constructing Type "NIT as0'al10 coocrele surface ccirse pemrarent pavement repairs, `e Once air %Nave yard cf S" S 12.00 1.875 $ 22.500.60 30 Tor cold mating roadway surface course for aermanent pavement :wads (nominal 1 inch M 2.) (area as 5flpan ors ?fans the pose .,ner scuare yard of (Contingent Item, S' $ 5.30 550 $ 2.300.00 31 For tonstrocno.g Tyoe "V' permanent pavement reds re for roadway I nominal 1 iron Mick moanne!laid es0haltjC concrete frcti0n sseate overfayl, (area ae eh0wn an Plans). Me price per 5q,rare yard of (Con Fin gent 'term SY $ 20.00 5E0 S 11.204.00 32 For replacing patemenl markl^.3s damaged, removed or p001eraled by Ina Cereracfors operatics. the aggregate sum 7f LS S 6.000.00 1 $ 5.000_05 33 For canstnacling concrete sldewolt. ^eple,arc' to match ea•s0ng, Me once per square feet 0f ( .antingent tem; SF S 3.00 I,.r,•;C s 9,000.60 "-or ccrplru:vng concrete cL 5 and 3•1ter re5teratiea to neaten existing, the pr0e per linear ladof (Cr'-rgerl Item) LF $ 30,00 200 S 6.000.00 35 Fcr replacing and reoslailirg sanitary sewer PVC Ginn Iele,als (NIS 1F.M CI and NW flth S:1 (Candngent'lem) EA 5 1500 CO 3 $ 10,500.00 30 Far rsl0rng sodded area, the puce per square yard of ;Conhngenl Hem) SY 5 3.90 300 y 000.00 37 For ftrnishirg :mire control. lho arvgregale sum of LS $ 19,009.00 1 S 111.000.00 38 SUBTOTAL WATER .STAIN WORK. 865370 39 for provmdng undarreed. 066-i.ly poke offcero for the comae of mair+tenance of uaf^c. pie ag3•e3ate sum of Medicated Allowance) LS 5 f0 9"+: +';) 1 S 10.300.00 40 =7' cos: 5f required pereetS, fees. i1556:t nos. inland lees. a 0:1000ied ey 'he =0gineer.. The sun Of 3`I. Of the Subeatel Item No. 30. (_03) x (a'u01ota1, Item No. 38) Medicated f icwence) LS 1 5 19.351 10 41 far aninreseen conditions, for miner construction anan3es, and fof 4uanal', adjuelnrents. if Lettered by the Engineer The sum of 1C'.S of Ma SabiOlal item 1:. 38. ( 59.1 %;Subtotal, Ilem Me 38Y tCenhnge:rcy Allowance) LS 1 S 8E.537 CC •I. SUBTOTAL ALLOWANCES= S 98,458.10 A00 ALTERNATE - TOTAL WATER MAIN IMPROVEMENTS CONSTRUCTION COST = S 761.369.I0 'r..>_ Far a de.aded 30:00500n cf each A'7ler Man Proposal + lam, rotor :0 SooSon S.3 of Ihe'Wafer Mill See:rfrcedcns er lied as:remenf and Payment'. REVISED Roadway improvements BID FORM ITB No. 17-1 A-019 Grove Park Roadway and Water Main Improvements - B-40347 ITEM PAY ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL AMOUNT ROADWAY PAY ITEMS i 104-1 Prevention. Control and Abatement of Erosion and Water Pollution LS 1 516,000,00 $16.000 00 2 110-1-1 Clear and Grabbing LS 1 615,000.00 515,000.00 3 160-4 Type - Stabilization (12") (Min, 1_,6.R. of 40) SY 2,670 $12.00 S32.040,00 4 210-2 Limerock - New Material for Reworking Base SY 2.670 $23,00 $61,410.00 5 327.70.1 Milling Existing Asphalt Pavement (1' Average Depth) SY 7.650 $3.00 522.950.00 0 ',337-7-92 Asphalt Concrete Friction Course TITIFIC C, FC-9.5, High Foiyrnei- (1" Thick) (Resuriric-ing) 'TN 425 5165.00 570,125.0U 7 520.1-10 Conc. Curti and Gutter "F", includes cost of limerock LF 7.520 $22 00 $165,440.00 8 522-1 Conc. Sidewalk (4" think) 0fCioding Pedestrian Ramp) SY 565 $45.00 525,425.00 6 522-2 Conc. Sidewalk (6" thick) (Includes Driveways) SY 1,515 $47.00 571.205 00 10 527-2 Detectable Warning Sudacc SF 56 $30.00 51,68n 01) 11 575-1-1 Sodding (Pensacola Bahia or Match Existing) (Includes Watering & Mainlonaiice) SY 2,950 $3.00 58,850,00 12 5806 Tree Barrier Protection & Root Priming LS 1 515,000.00 $15,000.00 TOTAL ROADWAY ITEMS= $505,425.00 ITEM rAY ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL AMOUNT 0RA1NAGE PAY ITEMS 1 425-1-901 Inlets (Curb) Type D EACH 21 $1.515.00 $31,615.00 2 425.2-42 Manhole Typo A (Any dimension, maximum depth 15') EACH 14 $2,340.00 $32,760.00 3 Removal of Existing Drainage Structure EACH 19 5750.00 514250 00 4 425.6 Adjust existing valve boxes, meter boxes and Manhole Covert LS 1 $450.00 5450.00 5 425-8 Coredriil Existing Structures EACH 1 .$500.00 S500,00 0 425-74-1 Dean Existing Catch Basins LS 1 $475.00 $475.00 7 430-174.112 Pipe HOPE • 12" Diameter LF 12 $55.00 $780.00 8 430-171-123 Pipe HOPE - 15` Diameter - LF 290 $75.00 $21,750.00 9 430 171-120 Pipe HDPE - 24" Diameter LF 230 $05.00 S19.550.00 10 443-70-4 Exlillration Drain (24-) (includes Ballast Rock, Trench, and Plastic_ Filter Fabric) LF 1,690 $125.00 $211,250,00 TOTAL DRAINAGE ITEMS- $333,580.00 ~ ITEM PAY ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL AMOUNT S1GNINt AND PAVEMENT MARKING PAY ITEMS 1 700.1-50 Relocate Exisling 5_9ns (Single Post) EACH R 5150.00 51,200.00 2 706.3 Relrorelleclive Pavement Markings EACH 48 $5.00 5240.0n 3 711.11-123 Thermoplastic (While) (Solid) (121 LF 540 $1.00 5540.00 - 4 711-11-125 Thermoplastic White) (Solid) (241 LF 100 $2.00 $700.0n _ 5 711-11-221 Thermaplasllc (Yellow) (Solid) (6") LF B00 $2.00 51,6n0An TOTAL SIGNING AND PAVEMENT MARKING ITEMS- $3.26000 SULI10 AL ALT AREAS= $842,485 00 MISCELLANEOUS ITEMS 0 101.1 MOBILI/ATICN(10/) I S 1 $ 64,248550 $84,24A 50 / 102.1 MAINTENANCE OE 7RAFFIC(167,-) LS 1 $ 64,248.60 51L1.24850 32 SUE-001 ADVANCED UTILITIES EXPLORATION SOFT DIGGING EXPLONAI ION LS 1 5 5,000 no 55,000 00 33 PERM ALLOW PERMIT At LOWANCC $27,000.00 ['VLSI- BID - TOTAL ROADWAY IMPROVFMFNTS CONSTRUCTION COST $1,042,982.00 ._ __- The two (2) Excel Bid Forms reflecting Unit Costs are required to be submitted within the Bid Submittal Forms. Bidders must download the two (2) required Excel Bid Forms from the Project's webpage at: http:I/www.miamigov.com/MiamiCapital/NewBidsandProposals.html Failure to submit the two (2) required Excel Bid Forms may_result in the bid being determined to be non -responsive. The Excel Bid Forms shall round all bid prices to the second decimal. PROJECT NO. B-40347 —ITB NO.: 17-18-019 Line Pay Item No. No. Pay Item Description Unit Quantity Unit Cost Cost 1 1 2 2 3 3 4 4 5 5 6 6 7 7 8 I 8 9 1 9 10 10 TOTAL al c �vD fl 7 �t icgca 1=30E113;c sn Grove Park Roadway and Water Main ITB No. 17-18-019 Improvements - D3 - B-40347 BID FORM (Page 4 of 11) DIRECTIONS: COMPLETE PART I OR PART II. WHICHEVER APPLIES. AND PARTS III AND IV (If applicable) Part I: Listed below are the dates of issue for each Addendum received in connection with this bid: Addendum No. 1, Dated 2) 1 ZC{ \ I Addendum No. 2, Dated Addendum No. 3, Dated Addendum No. 4, Dated Part I1: No Addendum was received in connection with this bid. Part III: Certifications The Bidder. by virtue of signing the Bid Form, affirms that the Bidder is aware of the following, and shall comply with all the stated requirements, 1, Community Small Business Enterprise ("CSBE") Requirements Bidder certifies that it has read and understood the provisions of City of Miami Ordinance 13331, codified as Section 18-89 of the City Code, pertaining to the implementation of a "Community Small Business Enterprise" requirement. Evaluation of Bidder's responsiveness to Ordinance Section 13331 shall be a consideration in the award of a Contract. 2, Non -Collusion Bidder certifies that the only persons interested in this bid are named herein: that no other person has any interest in this bid or in the Contract to which this bid pertains; that this bid is made without connection or arrangement with any other person. Bidder certifies that the selected independent third -party verifier will verify and certify compliance data and reports honestly and accurately. 3. Drug Free Workplace The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the Bidder's workplace, and specifying the actions that will be taken against employees for violations of such prohibition. (2) Establishing a continuing drug -free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug -free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. (3) Giving all employees engaged in performance of ti-e Contract a copy of the statement required by subparagraph (1). 81 Grove Park Roadway and Water Main !TB No. 17-18-019 improvements - D3 - B-40347 BID FORM (Page 5 of 11) (4) Notifying ail employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction. (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee. (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (7) (i) Taking appropriate personnel action against such employee. up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement. or other appropriate agency. Making a good faith effort to maintain a drug -free workplace program through implementation of subparagraphs (1) through (6). Lobbying The undersigned certifies to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid, or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress. an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal Contract, the making of any Federal grant. the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal Contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal Contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, 'Disclosure Form to Report Lobbying," in accordance with its instructions. (3) This undersigned shall require that the language of this certification be included in the award documents for "All" sub -awards at all tiers (including subcontracts, sub -grants, and Contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a pre -requisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who s? Grove Park Roadway and Water Main fTB No. 17-18-019 Improvements - D3 - 6-40347 BID FORM (Page 6 of 11) fails to file the required certification shall be subject to a civil penalty of not less than ten thousand dollars (S10,000.00) and not more than one hundred thousand dollars ($100,000) for each such failure. Note: In these instances, "All'' in the Final Rule is expected to be clarified to show that it applies to covered Contract/grant transactions over one hundred thousand dollars ($100,000) (per OMB). 5. Debarment. Suspension and Other Responsibility Matters The Bidder certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, and declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three (3) year period preceding this bid been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining. attempting to obtain. or performing a public (Federal, State, or local) transaction or Contract under a public transaction, violation of Federal or State antitrust statutes or falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph 1.b of this certification; and (d) Have not, within a three (3) year period preceding this application, had one (1) or more public transactions (Federal, State. or local) terminated for cause or default. (e) In addition, factors to be considered in determining responsibility of prospective contractual parties shall include but not be limited to: (1) Bidder does have availability of appropriate financial, material, equipment, facility, and personnel resources and expertise, or the ability to obtain them, to meet all contractual requirements; (2) Bidder does have a satisfactory record of performance; (3) Bidder does have a satisfactory record of integrity; (4) Bidder does possess qualified legal standing to Contract with the City; and (5) Bidder will be in compliance in supplying ail requested information connected with the inquiry concerning responsibility. (f) Bidder has not had a termination, suspension, or cancellation of a City Contract, in whole or in part, for cause, due to a default by the Bidder or Offeror, within the past five (5) years, which has not been reversed on appeal by a court of competent jurisdiction; or (g) Bidder has not withheld a payment or nonpayment of moneys due the City from the Bidder or Offeror, within the past five (5) years, unless the full amount of such moneys due the City. (h) Have been deposited with a court of competent jurisdiction in Miami -Dade County, Florida, pursuant to the provisions of Fla. R. Civ. P. 1.600 titled "Deposits in Court", as amended, or other applicable Federal, State or Local Rules of Court, and are subject to distribution to the City or withdrawal by the City by order of the court, 83 Grove Park Roadway and Water Main ITB No. 17-18-019 Improvements - D3 - B-40347 BID FORM (Page 7 of 11) (I) The Bidder shall provide any information requested by the Chief Procurement Officer or Procurement Officer concerning responsibility. If such contractual party fails to provide the requested information, the determination of responsibility may be made upon available information or the prospective contractual party may be found non -responsible. The prospective contractual party may demonstrate the availability of necessary financial, equipment, facility, and personnel resources by submitting: (1) Bidder will. upon request, furbish evidence that the contractual party possesses such necessary resources; (2) Bidder affirms it has acceptable plans to subcontract for such necessary resources; or (3) Bidder will, upon request, submit a documented commitment for, or explicit arrangement with. satisfactory sources to provide such necessary resources. Where the prospective Bidder is unable to certify to any of the statements in this certification, such Bidder shall submit an explanation to the City of Miami in writing. 6. Local Workforce Participation Requirements The Bidder certifies to the best of its knowledge and belief, that it and its principals: (a) have read and understood the provisions of City of Miami Ordinance 13332, codified as Section 18-89 of the City Code pertaining to the Local Workforce Participation requirements on a quarterly basis; (b) have identified in City Form Subcontractor Utilization ("SU") a third party independent who verifies and is properly licensed under the provisions of F.S. 454,471,473, or 481 and who is not with the Contractor; and (c) the selected third party, who independently verifies compliance with this section, must have a minimum of two (2) years of experience as required in Ordinance No. 13332, codified as Section 18-89 of the City Code. Part IV: Certification — Trench Safety Act The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of Section 553.60, et. seq., Florida Statutes, the Trench Safety Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and Subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. Bidder acknowledges that included in the various items of the bid and in the total bid price are costs for complying with the Florida Trench Safety Act. These items are a breakout of the respective items involving trenching and will not be paid separately. They are not to be confused with bid items in the schedule of prices, nor be considered additional Work. 84 Grove Park Roadway and Water Main ITB No. 17-18-019 Improvements - D3 - B-40347 BID FORM (Page 8 of 11) Telephone No.: 1 The Bidder further identifies the costs and methods summarized below: Description Total S • co Unit Quantity Price Unit Price Extended . Method Attached is a Bid Bond [ \ Cash [ ], Money Order [ I. Unconditional/Irrevocable Letter of Credit [ ], Treasurer's Check [ ], Bank Draft [ ], Cashier's Check [ ]. Bid Bond Voucher [ ] or Certified Check [ ] No. Bank of for the sum of Dollars ($ }. The Bidder hereby acknowledges and affirms to the contents of this Bid Form and its' response(s) thereto including without limitations Part 1 through IV have been, read, understood, and agree to by signing and completing the spaces provided below. n } t Bidder Name: = � CC-3n., f, Cow, Signature: Printed Name le: y � [ \jct , t�}1 City/StatelZip: '3C Facsimile No.: E-Mail Address: Social Security No. or Federal I.D. No.: 'tic t173 'Q-\''YOw.cco 'r\-ba-- Dun and Bradstreet No.: (if applicable) If a partnership. names and addresses of partners: Grove Park Roadway and Water Main ITB No. 17-18.019 Improvements - D3 - B-40347 BID FORM (Page 9 of 11) ! HEREBY authorizing (Name) CERTIFICATE OF AUTHORITY (IF CORPORATION) / ERTIFY tat at a meeting of the Board of Directors of V +' F lr'c1r1 %)I r Cb a corporation or anized and existing under the laws of the State of on th l! da of P_41 �l a respl ton as defy passed and adopted Secretary. Print: • tfs1k. "Ct(cLO as (Title) Q Si of the corporation to execute bids on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation... shalt be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this l ( , day o _.% , vet, \ick(Q CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of . a partnership organized and existing under the laws of the State of . held on the _day of a resolution was duly passed and adopted authorizing (Name) as (Title) of the to execute bids on behalf of the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. Partner: Print: IN WITNESS WHEREOF, I have hereunto set my hand this . day of , 20 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this bid is authorized to sign bid documents on behalf of the joint venture. If there is no joint venture agreement each member of the joint venture must sign the bid and submit the appropriate Certifcafe of Authority (corporate, partnership, or individual). 86 Grove Park Roadway and Water Main ITB No. 17-18-019 Improvements - D3 - B-40347 BID FORM (Page 10 of 11) CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the bid to which this attestation is attached. Signed: Print: IN WITNESS WHEREOF. I have hereunto set my hand this day of , 20 87 Grove Park Roadway and Water Main ITB No. 17-18-019 Improvements - D3 - B-40347 BID FORM {Page 11 of 11) NOTARIZATION STATE OF F\ dg_i C, ) COUNTY OF RCtn1 The foregoing instrument was acknowledged before me this 20 by le\t \c pet . who is peonafly know o me or who has produced as identification and who (did / did not) take an oath. SIGNATURE 0 ARY PUBLIC STATE-OFFCORtifift PRINTED, STAMPED oR TYPELS NAME OF NOTARY PUBLIC 88 Grove Park Roadway and Water Main !TB No. 17-18-019 Improvements - 03 - B-40347 SUPPLEMENT TO BID FORM: QUESTIONNAIRE This completed form Must be submitted with the bid, the City may, at its sole discretion, require that the Bidder submit Additional information not included in the submitted forth. Such information must 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. Additional pages may be used following the same format and numbering. By submitting its bid the Bidder certifies the truth and accuracy of all information contained herein. A. Business Information 1. How many years has Bidder been in business under its current name and ownership? Professional Licenses/Certifications (include name and number)* uf C. ,c)c)81(ioet CCkZp(oD Issuance Date 16 (-iretude active certifications of community small business enterprise and name of certifying entitentity)y b. Date Bidder licensed by Dept. of P fessional Regulation: 1Z(T) 7 5 c. Qualified Business License: es No If Yes, Date Issued: d. What is Bidder's business? (This answer should be specific For example; paving, drainage, schools, interior renovations, etc.) e. Name of Quali i r, license number, and relationship to Bidder: 1 f. Names of previous Qualifiers during the past five (5) years including, license numbers, relationship to Bidder and years as qualifier for the Bidder. 0 I IA--- 2. Name and Licenses of any prior companies: Name of Company License No. Issuance Date 3. T pe of Business Entity: Corporation ❑"S" CorporationEILLCOSole Proprietorship f Other: (Corporations will be required to provide a copy of theft corporate resolution prior to executing a Contract) 4. Business Entity Ownership: a. Identify all owners of the Business Entity. 9)2 Grove Park Roadway and Water Main ITB No. 17-18-019 Improvements - D3 - 8-40347 Name Title % of ownership \AQ'() VeQ-1&1J-- I q] b. Is any owner identified above an owner in another company? Ees 0 No If yes. identify the name of the owner, other company names, and % ownership 9 c. Identify all individuals authorized to sign for the Business Entity, indicating the level of their authority {check applicable boxes and for other provide specific levels of authority) Name CcA Title All Signatory Authority Cost No -Cost Other ❑ ❑ ❑ c ❑ 0 0 Explanation for Other: (Note: "All" refers to any type of document including but not limited to Contracts, amendment. change proposal requests (CPR) change orders (CO), notices, claims, disputes, etc. "Cost" refers to CPRs, CDs. No -cost refers to RFls, Notices, and other similar documents) 5. Employee Information: `] Total No. of Employees: I/5 Number of Managerial/Admin. Employees: Number of Trades Personnel and total number per classification: (Apprentices must be listed separately for each classification) How many employees are working under H2B visas? 6. Has any owner or employee of the Bidder been convicted of a federal offense or moral turpitude? If yes, please explain: 93 Grove Park Roadway and Water Main fTB No. 17-18-019 Improvements - €33 - B-40347 7 insurance and Bond Information: /� a. Insurance Carrier name and address: E-CAS3F'.2.n rl U LSt0x-{/2 5-70 s(-) LCn`nc�.�-1 Nl.lG i CLL3S /76 b. Insurance Contact Name, telephone, and e-mail: U! LOPeZ ( gC e- 59'6- gh3 a,v t ecAu) \ r\ ) C&r\-CC 1\34- c. Insurance Experience Modification Rating (EMR): �' 0 (if no EMR rating please explain why) d. Number of Insurance Claims paid out in last five (5) years and their corresponding value: e. Bond Carrier name and address: IN") ! e o� AcovQ_Az eayo c- r 0 S CA,)sZ ! v 101 N1iorli, f. Bond Carrier Contact Name, telephone, and e-mail: ur\cAxag.3n idoOi'j g. Number of Bond Claims paid out in last five (5) years and their corresponding value: 8. Have any claims lawsuits been file against the Bidder in the past five (5) years? If yes, identify all Bidder has either settled or an adverse judgment has been issued against Bidder. Identify the year, basis for the claim or judgment, and settlement; unless the value of the settlement is covered by a written confidentiality agreement. 9. To the best of Bidder's knowledge, is Bidder or any of Bidder's officers currently under investigation by any law enforcement agency or public entity? If yes, provide details: 10. Has Bidder been as ssed liquidated damages or defaulted on a Project in the past five (5) years? Yes ❑ No If yes, provide an attachment that provides an explanation of the Project. 11. Has Bidder been cited for any OSHA violations in the past five (5) years? if yes, please provide an attachment including all details on each citation. 12. Provide an attachment listing all of the equipment, with a value of five thousand dollars ($5,000.00) or greater, owned by the Bidder. B. Project Management and Subcontract Details 1. Bidder's Project Manager for this ProJect: a. Name: , 1 '1' t-i" Tcl j Grove Park Roadway and Water Main improvements - D3 - B-40347 94 PIegS� �. !TB No. 17-18-019 c Rik b. Years employed by Bidder5 c. Licenses/Certifications: d. Last three (3) Projects with the company including role, Scope of Work, and value of Project: 2. Subcontractors: Name Trade % of Work License No. Certification" {'active certifications of community small business enterprise and name of certifying entity? 3. Scope of Physical Labor Construction Work to be performed by Bidder and the corresponding percentage of the Work: (This does not include such items as insurance ' bonds. dumpsters, trailers, and other similar non - construction Work items) C. Current and Prior Experience P��-�i�l 1. Current Experience including Projects curren y under construction, recently awarded, or pending award (Provide an attachment to this questionnaire that lists all such Projects, including the owner's name. title and value of Project, Scope of Work, projected or actual start date, projected completion date, and number of company trades personnel assigned to the Project) 2. Prior Projects of a similar size and scope. Provide an attachment to this Questionnaire that includes Completed Projects the Bidder considers of a similar, size, scope and complexity that the City should consider in determining the Bidders responsiveness and responsibility. This attachment must include the Project that meets the minimum number of Projects identified by the bid solicitation. Information provided must include the owner's name, address and Contract person, including telephone and e-mail, title of Project, location of Project, scope, initial value and final cost of the Project, projected and final timeframes for completion in calendar days and the number of company trades personnel, by classification, that were assigned to the Project. The delivery method, including, but not limited to: design -build, Construction Manager at Risk, Design - Bid -Build, etc. is to be identified for each Project. If there is a difference between the initial and final cost or initial and actual timeframe provide details on why the differences exist. A reference letter is to be completed by the owner of the Project and submitted as part of the bid submission. D. Bidder's References Bidders are to include a minimum of five (5) references from completed Projects listed in C.2 above. The attached form is to be used and is to be included with the bid submission. The City, at its sole discretion may allow the Bidder to submit the references after the specified date for bid submission. 95 Grove Park Roadway and Water Main ITB No. 17-18.019 Improvements - D3 - B-40347 SUPPLEMENT TO BID FORM CUSTOMER REFERENCE LISTING (Page 1 of 1) C Sew-,k�w,�l Bidders may furnish the names, addresses, and telephone numbers of firms or government organizations for which the Bidder has provided services in addition to the required minimum three (3) Projects specified in the Minimum Requirements on page 6, above. 1) Company Name Address Contact Person/Contract Amount Telephone No.: /Email 2) Company Name Address Contact Person/Contract Amount Telephone No.: /Email Company Name Address Contact Person/Contract Amount Telephone No.: /Email 4) Company Name Address Contact Person/Contract Amount Telephone No.: /Email 5) Company Name Address Contact Person/Contract Amount Telephone No.: /Email 96 Grove Park Roadway and Water Main FTB No. 17-18-019 Improvements - D3 - B-40347 Anr Sole Proprietorshi-K/Corporation /i 1 Corporation Document No: Date Established SUPPLEMENT TO BID FORM: OFFICE LOCATION AFFIDAVIT (Page 1 of 3) Please type or print clearly. This Affidavit must be completed in full, signed and notarized ONLY IF YOU MAINTAIN AN OFFICE WITHIN THE CORPORATE LIMITS OF THE CITY OF MIAMI AS DEFINED BY CITY CODE SRCTION 18-73. flt(S\ ` Q\ \ Cccu \- Legal Namp of Firm: Entity Typeck One) ❑ Part Occupational License No: Date of Issuance Office Location (Establishment of the Bidder): PRESENT !� r"ieCl rest J�Q_� 5� City: i State: How long at this location: PREVIOUS Street Address: I g o O CC-) \ Li City: in ;\ ; State U How long at this location: L According to Section 18.73 of the City of Miami Code, as amended: City of Miami "Local Office" means a business within the City which meets all of the following criteria: 1) Has had a staffed and fixed office or distribution paint, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the City for a minimum of twelve (12) months immediately preceding to the date bids were received for the purchase or Contract at issue; for purposes of this section, "staffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal or owner of the local business: a post office box shall not be sufficient to constitute a local office within the City; and 2) if the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months been in effect for no less than the twelve (12) months immediately preceding the date bids were received, and be available for review and approval by the Chief Procurement Officer or its designee: for recently executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date bids were received, a prior fully executed lease within the corporate limits of the City that documents in writing continuous business residence within the corporate limits of the City for a term of no less than twelve (12) months immediately preceding the date bids were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval 9s Grove Park Roadway and Water Main IT8 No. 17.18-019 Improvements - D3 - B-40347 SUPPLEMENT TO BID FORM: OFFICE LOCATION AFFIDAVIT (Page 2 of 3) by the Chief Procurement Officer or its designee; further requiring that historical, cleared rent checks or other rent payment documentation in writing that documents local office tenancy shall be available for review and approval by the Chief Procurement Officer or its designee; and 3) Has had for a minimum of twelve (12) months immediately preceding the date bids were received for the purchase or Contract at issue, a current Business Tax Receipt issued by both the City and Miami - Dade County, if applicable; and 4) Has had, for a minimum of twelve (12) months immediately preceding the date bids were received for the purchase or Contract at issue, any license or certificate of competency and certificate of use required by either the City or Miami -Dade County that authorizes the performance of said business operations: and 5) Has certified in writing its compliance with the foregoing at the time of submitting its bid to be eligible for consideration under this section; provided, however, that the burden of proof to provide all supporting documentation in support of this local office certification is borne by the business applicant submitting a bid. According to Section 18-85(a) of the City of Miami Code, as amended: "when a responsive, responsible non -local Bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local Bidders who maintain a local office, as defined in City Code Section 18-73. is within fifteen percent (15%) of the price submitted by the non -local Bidder, then that non -local Bidder and each of the aforementioned responsive, responsible local Bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local Bidder. Contract award shall be made to the lowest responsive, responsible Bidder submitting the lowest best and final bid, In the case of a tie in the best and final bid between a local Bidder and a non -local Bidder, Contract award shall be made to the local Bidder." The intention of this section is to benefit local bona fide Bidders to promote economic development within the corporate limits of the City of Miami. I (we) certify, under penalty of perjury, that the office location of our firm has not been established with the sole purpose of obtaining the advantage granted bona fide local Bidders by this section. \iCit P • t Name pivr- Title r�Au horized Signature Print Name Title 99 Authorized Signature Grove Park Roadway and Water Main ITB No. 17-18-019 Improvements - D3 - B-40347 That he/she has produced SUPPLEMENT TO BID FORM: OFFICE LOCATION AFFIDAVIT (Page 3 of 3) (Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture.) NOTARIZATION STATE OF FLORIDA, COUNTY OF MIAMI-DADE That: CQ\\4, IC me and acknowledged the foregoing instrument as is/her et and deed. (2:a)fq 01,0( c NOTARY PUBLIC: My Commission Expires: personally appeared before as identification. -.Please submit with Bid Form 'copies of Occupational License, City of Miami and Miami -Dade County Business Licenses, professional and/or trade License to verify local office preference. The City of Miami also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other documents(s) to verify the location of the firm's office. 100 Grove Park Roadway and Water Main ITB No. 17-18-019 Improvements - D3 - B-40347 CERTIFICATE OF COMPLIANCE CITY CODE SECTIONS 18-87, 18-89 and 18-120 Principal) of (— t�n2� hereby certify that: am the (President/Secretary or Cap dder'sF ii) I have read Sections 18-87, 18-89 and 18-120 of the City of Miami Procurement Code; a. (Bidder) hereby acknowledges that the awarded Contract has an on -site labor component greater than or equal to twenty-five percent (25%), and therefore agrees to assign a minimum of fifteen percent (15%) of the Contract value to firms currently certified by Miami -Dade County as a Community Small Business Enterprise ("CSBE"); OR b. (Bidder) e v her is certified by Miami - Dade County as�CSBE firm and will self -perform to meet the minimum fifteen percent (15`%) CSBE requirement. An active copy of the Bidder's CSBE certification must be included in the bid document. 111) (Bidder) hereby agrees to comply with the Local Workforce Participation Requirements stated in Section 18-89 of the City of Miami Procurement Code. iv) (Bidder) hereby agrees to comply with the Responsible Wages and Benefits Requirements stated in Section 18-120 of the City of Miami Procurement Code. OPTIONAL: v) (Bidder) hereby agrees to make assignments pursuant to Item iii), above, to certified CSBE firms who maintain a "Local Office", as defined in City Code Section 18-73; STATE OF COUNTY OF �_ k Bofors+, rry�t �y Public duly commissioned, qualified and acting personally, appeared {-�; t \ ".A to me well known, who beingbyme first du! sworn upon oath says that he/she has been authorized to execute the foregoing Certificate of Compliance with Sections 18-87, 18-89 and 18-120 of the City of Miami Procurement Code on behalf of Bidder named therein in favor of the City. Subscribed and sworn bef r me this (� day of 4312- 1 , 20 C 1C° 1/� My commission expires: Bonded by 101 ry Public, State of Florida atLarge, Grove Park Roadway and Water Main ITB No. 17-18-019 Improvements - D3 - B-40347 Eidde(gna`ture Name of AdCress: Protect Name: Contract Dollar Amount. THIS FCR:vi MUST BE COMPLETEC By BIDCERS FOR PROJECTS WITH CSEE REQUIREMENTS SCHEDULE OF INTENT AFFIDAVIT (SOI) SMALL BUSINESS ENTERPRISE PROGRAM "SBE" Ulm sectianneoatbeaanrphter SittialilifithMroposorandk the CSBE Suboolnfreletorthatwiltbe' ulifieei for rscopes, ofwork onthe project Wsr"�_ }}�MIItjbrfr7 Al q Contact Person: Phone No.: Project Number: 15% SBE Dollar Amount Is • Name of Prime Bidder Certification No. (if applicable) tc Certification Type of $BE Work to be Expiration Date performed by the Bidder (if {if applicable) applicable) Bidder's self - performance percentage (%) of Contract Value Total Dollar ($) Amount of Bidders self -performance The undo lgned intends rform the following Work i conn- ion with the above Contract: Name of Subcontractor Certification Certification No, ! Expiration Date Type of SBE Work to be performed by the , Subcontractor Subcontractor Total Dollar ($) Amount of percentage (%) Subcontractor's SBE of Contract Value requirement rs•7'bet :he reareeertstcrs c;.^vaned ,r :h.gs `arm a-e :c the best cf r y krowle e I a , :^ lhel I wrvl vier grin sub -an•,rar,9,.ra� a..,rne':1s h ,h [he .cove listed 5e� Sg�.tc�n'sacicr� d awar•'en_ this Ccrtrael Cep es f e .qr�r ' t:s; v; it be. imme0iately mavz ava,labfe Ic Ilre Cgty of Miam as re-f:ured Bidder Print Name Title The undersigned has reasonable and uncommitted capacity sufficient to provide the required goods or services. all licenses and permits necessary to provide such goods or services. ability to obtain bonding that is reasonably required to provide such goods consistent with normal industry practice. and the ability to otherwise meet the hid specifications. Subcontractor Signature Date Subcontractor Print Name Title 102 Grove Park Roadway and Water Main ITB No. 17-1a-019 Improvements - D3 - B-40347 REQUIRED SUBMISSION WITH BIDDER'S BID LOCAL WORKFORCE PARTICIPATION BID QUESTION: List all Contracts Bidder has performed for the City of Miami in the past three (3) years which included Local Workforce Participation requirements. The City will review all Contracts Bidder has performed for the City in the past three (3) years in accordance with Section 18-89 of the City Code, which requires that "the City shall consider the Bidder's adherence to the City's Local Workforce Participation requirements within the past three (3) years in making any future Contract awards. The solicitation documents will include the Contractor's past compliance with these requirements of the City.' As such, the Bidder must list and describe all Work performed for the City of Miami in the past three (3) years. Please provide factually detailed responses for each Project. and address each of the important items below. (i) Contract number, name and brief description of Work; (ii) total dollar value of the Contract; (iii) dates covering the term of the Contract; (iv) percentage of Local Workforce Participation requirements met by Bidder: (v) breakdown of local workforce used to meet the requirements (number of persons broken down by trade and category); (vi) if Bidder's company was unable to meet the Local Workforce Participation requirements, explain the reasons why, and what efforts, if any, were utilized by Bidder to attempt to meet these requirements: (vii) if the Project was over one million dollars ($1,000,000) did Bidder hold a job fair(s), if yes, provide the date and location of the job fair(s), number of attendees: (viii) was a third party hired to verify and certify compliance with the Local Workforce Participation requirements, if yes were all requirements met, what was the third party's name and provide their current contact information; (ix) was the five percent (5%) retainage fee released to Bidder by the City upon Project completion. and (x) if Bidder did not meet the goals, did you seek a waiver of the program requirements from any City officials? Please explain in detail. THIS Contract #17-18-019 made this _ day of in the year 20 in the amount of $',I° '••: he;-e to enter text. by and between THE CITY OF MIAMI, FLORIDA, hereinafter called the "CITY," and C'ick here b enter text , hereinafter called the "Contractor". 103 Grove Park Roadway and Water Main ITB No. 17-18-019 Improvements - D3 - B-40347 CORPORATE RESOLUTION ul±-ina coer2 WHEREAS, U 11V'\ ! Inc. desires to(ent r into a Contract with the City of Miami for the pubse of performin he Work described in the Contract to which this resolution is attached: and WHEREAS. the Board of Directors at a duly held corporate meeting has considered the matter in accordance with the By -Laws of the corporation; Now, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that the P(2-(253\ ',--Q V \ A-- (Type title of officer) \6\ , is hereby authorized (Type name of officer) and instructed to enter into a Contract, in the name and on behalf of this corporation, with the City of Miami upon the terms contained in the proposed Contract to which this resolution is attached and to execute the corresponding performance bond. DATED this day of 1 k Corporate Secretary (Corporate Seal) 105 20 1. Grove Park Roadway and Water Main ITB No. 17-18-019 Improvements - D3 - B-40347 QUOTATION Grove Park Water Main Improvements Furnish & Install 8-Inch D.I. Water Main Along NW 21st CT., NW 19th CT., From NW 7th ST. to NW 9th ST., Along NW 18th CT., From NW 7th ST. to NW 8th ST., and Along NW 8th ST., From NW 18th CT. to NW 18th AVE. PCTS No. 15041 PROJECT ER No. W017110 Date Board of County Commissioners Miami -Dade County, Florida Honorable Members: The undersigned, as Contractor (herein used in the masculine singular, irrespective of actual gender and number) hereby declares that the only persons interested in this Quotation are named herein, that no other person has any interest in this Quotation or in the Contract to which this Quotation pertains, that this Quotation is made without connection or arrangement with any other person, and that this Quotation is in every respect fair, and is submitted in good faith and without collusion or fraud, The Contractor further declares that he has satisfied himself fully relative to all matters and conditions with respect to the work to which this Quotation pertains. The Contractor understands that the Quote for each and every item requiring a quote is the result of multiplying the Estimated Quantity times the Unit Price stated in words and figures. When the Estimated Quantity is an Aggregate Sum, the Aggregate Sum written in words shall be the same quantity as the Total, The Contractor proposes and agrees, if this Quotation should be accepted, to execute all appropriate Contract Documents for the purpose of establishing a formal contractual relationship between him and Miami -Dade County, Florida. All in full and complete accordance with all terms and conditions set forth in and covered by the Contract Documents including all addenda thereto through number * Please fill in number of last addendum received. (If none, so state.) ER W017110 QUOTATION (C) 2017-04-21 Page 1 of 3 BID SET QUOTATION Grove Park Water Main Improvements Furnish & Install 8-Inch D.I. Water Main Along NW 21st CT., NW 19th CT., From NW 7th ST. to NW 9th ST.. Along NW 18th CT., From NW 7th ST. to NW 8th ST., and Along NW 8th ST., From NW 18th CT. to NW 18th AVE. PCTS No, 15041 PROJECT ER No. W017110 Item Estimated No. Quantity 1. Aggregate Sum (Devided into 2 or 4 payments. See Sect 8,CO Measurement and Payment For Conditions) 2. 2,500 Linear Feet 3. 2,500 Linear Feet 4. 80 Linear Feet 5. 8D Linear Feet ER W017110 Description Total For performing preparatory work and operations in mobilizing for beginning the work of the Project, including preparation and acceptance of MOT, but excluding materials and permit costs, both of which are paid under other payment items, the aggregate sum of -FV4 (;1-k -\\rciocY)n. zeta Dollars and Cents $ 5G OQa Far selling and delivering to the Department 8-inch zinc - coated ductile iron pipe, fittings and valves for water main, the price per linear foot of C Dollars and Cents (S 3 V /LF) $ Q54 OCC3 For installing 8-inch zinc -coated ductile iron pipe, fittings and valves for water main, the price per linear foot of Dollars and `LPr Cents ($ 5 /LF) $ 1 L21 boo For selling and delivering to the Department 6-inch zinc - coated ductile iron pipe, fittings and valves for water main. the price per linear foot of Cents ($ 3 2- Dollars and ILF) $ ZI 5G10 For installing 6-inch zinc -coated ductile iron pipe, fittings and valves for water main, the price per linear foot of 1 �4� 2"4Cents (S _55 QCOTATICN Page 1 A of 3 Dollars and /LF) {C{ 2017.0649 BID SET QUOTATION Grove Park Water Main Improvements Furnish & Install 8-Inch D.I. Water Main Along NW 21st CT., NW 19th CT., From NW 7th ST. to NW 9th ST., Along NW 18th CT., From NW 7th ST. to NW 8th ST., and Along NW 8th ST., From NW 18th CT. to NW 18th AVE. PCTS No. 15041 PROJECT ER No. W017110 Item Estimated No. Quantity Description Total 6. 80 For selling and delivering to the Department 4-inch zinc - Linear Feet coated ductile iron pipe, fittings and valves for water (Contingent main, the price per linear foot of Item) 7 ` E` ,SP_ Dollars and 1 Cents ($ Z S . b() /LF) $ f 8 &)C 7. 80 Linear Feet and valves for water main, the price per linear foot of (Contingent Item) . T' Dollars and e-d Cents ($ 50 /LF) $ Lr� cc Q For installing 4-inch zinc -coated ductile iron pipe, fittings 8. 1 For making tapping connection(s) to existing water Each main(s) at: NW 18th Ct and NW 7th St (STA:339+52±) including furnishing and installing tapping sleeve(s) (stainless steel) and tapping valve(s), as shown on the Plans, complete, the price each of 1 . ,;\4-abctrk 6 Dollars and Cents ($ 1 51 JCi /EA) $ 9. 1 For making tapping connection(s) to existing water Each main(s) at: NW 18th Ave and NW 8th St (STA:263+62±) ER W017110 including furnishing and installing tapping sleeve(s) (stainless steel) and tapping valve(s), and cutting and capping existing main(s), as shown on the Plans, complete, the price each of Dollars and -ef Cents ($ i £4 000 IEA) $ QUOTATION Page 18 of 3 fen20,7-Q6.a9 BID SET QUOTATION Grove Park Water Main Improvements Furnish & Install 8-lnch D.I. Water Main Along NW 21st CT., NW 19th CT., From NW 7th ST. to NW 9th ST., Along NW 18th CT., From NW 7th ST. to NW 8th ST., and Along NW 8th ST., From NW 18th CT. to NW 18th AVE. PCTS No. 15041 PROJECT ER No, W017110 Item Estimated No. Quantity Description Total 10. 1 For making tapping connection(s) to existing water Each main(s) at: (Contingent NW 19th Ct and NW 9th St (STA:412+93±) Item) including furnishing and installing tapping sleeve(s) (stainless steel) and tapping valve(s), as shown on the Plans, complete, the price each of � 'U'_"ic.-J f '(._LCh,+ Dollars and Ze.YLG Cents ($ 5 i QC)6 /EA) $ I � ©CZ) 11. 1 For making tapping connection(s) to existing water Each main(s) at: NW 19th Ct and NW 7th St (STA:310+09±) including furnishing and installing tapping sleeve(s) (stainless steel) and tapping valve(s), and cutting and capping existing main(s), as shown on the Hans, complete, the price each of Yl. '~ -P'1 4k(arc5 cv C-i Dollars and e) Cents ($ 1 r to Q O-c /EA) $ 17 C) c) 12. "I For removing existing plug(s) and connecting to existing Each water main(s) at: NW 21st Ct and NW 7th St (STA:390+32±) ER W017114 including furnishing and installing all fittings necessary for connection(s), and cutting and capping existing main(s), as shown on the Plans, complete, the price each of Cents ($7(90 QUOTATION Page IC of 3 Dollars and /EA) $ 760 (C) 2O1 i -O5-ne BID SET QUOTATION Grove Park Water Main Improvements Furnish & Install 8-inch D.I. Water Main Along NW 21st CT., NW 19th CT., From NW 7th ST. to NW 9th ST,, Along NW 18th CT., From NW 7th ST. to NW 8th ST., and Along NW 8th ST., From NW 18th CT. to NW 18th AVE. PCTS No. 15041 PROJECT ER No. W017110 Item Estimated No. Quantity Description Total 13. 5 For making cut -in connection(s) to existing water main(s) Each at: (Contingent NW 21st Ct (STA:391+81±) Item) NW 21st Ct (STA:391+82±) NW 9th St & NW 21 st Ct (STA: 397+60±) NW 19th Ct & NW 9th St (STA:317+17±) NW 18th Ct & NW 8th St (STA:343+06±) including furnishing and installing all fittings necessary for connection(s), as shown or the Plans, complete, the price each of \(\ V(\, 6,12 c Dollars and Cents ($ -76 C) /EA) $ 3 5, 0 14. 6 For selling and delivering to the Department fire hydrant Each assemblies with guard posts, complete. the price each of i tom— (At Do -1 a Cents ($ I r 6 0 /EA) $ 15. 6 For instafling fire hydrant assemblies with guard posts, Each mplete, the price each of Cld &iV\ t Dollars and , Cents ($ f Za j /EA) $ jai 2—r-3U 16. 2 For removing and salvaging existing fire hydrant Each assemblies with elbow/shoe and guard posts, complete, the price each of ad � , t1 crI ''_- scn t1. d1 T-I Dollars and Cents ($ It cJ /EA) $ 3r 00 ER W017110 QI,GTA i!G.+ Page 1 D of 3 IC)2917-OG-09 BID SET QUOTATION Grove Park Water Main improvements Furnish & Install 8-Inch D.I. Water Main Along NW 21st CT., NW 19th CT., From NW 7th ST. to NW 9th ST., Along NW 18th CT., From NW 7th ST, to NW 8th ST., and Along NW 8th ST.. From NW 18th CT. to NW 18th AVE. PCTS No. 15041 PROJECT ER No. W017110 Item Estimated No. Quantity Description Total 17. 25 For furnishing and installing 1-inch single service short. Each including reconnection of customer's service pipe and meter transfer, complete, the price each o_ � f 52,U2� kU� C1`� YT i(ollars and Cents ($ 7C(3 /EA) $ /U , rCi 18. 28 For furnishing and installing 1-inch single service long, Each including reconnection of customer's service pipe and meter transfer. complete, the pri e each of el9 kur\e‘ Dollars and 7.-<r,4L-16 Cents ($ 8 co IEA) $ Cr "(Q 0 19. 1 For furnishing and installing 1-inch dual service long. Each includina reconnection of customer's service pipe and meter transfer. complete, the price each of Dollars and 7--- e Cents ($ Ic COO /EA) $ G coo 20. 5 For constructing Flushing Valve Outlet Assemblies Each (FVOs) at the locations shown on the plans, complete, the price ea h of Ef 'l+ L1i1,cjj rrr ri . Dollars and z_e.r Cents ($ /EA) $ qf -d 21. 5 For constructing Air Release Valve Assemblies (ARVs) Each for water mains at the locations shown on the Plans, (Contingent complete, the price each of Item) a Q� \JSCAr\.6 0 - — �1,U+�t ICE Dollars and zee_ Cents (A ) 1 U /EA) $ ___)j 5 00 ER W017110 QUOTAT LON (C ) 2d 17-O6-d9 Page 1 E of 3 BID SET QUOTATION Grove Park Water Main Improvements Furnish & Install 8-Inch D.I. Water Main Along NW 21st CT., NW 19th CT., From NW 7th ST. to NW 9th ST., Along NW 18th CT., From NW 7th ST. to NW 8th ST., and Along NW 8th ST., From NW 18th CT. to NW 18th AVE. PCTS No. 15041 PROJECT ER No. W017110 Item Estimated No. Quantity Description Total 22. 2,680 For furnishing and installing V-Bio polyethylene Linear Feet encasement for any size ductile iron pipe, fitting, or valve, the price per linear foot of 23. 120 Square Yards (Contingent Item) Dn� Dollars and ra Cents ($ ILF) $ -af , @16 For constructing 8-inch reinforced concrete protective slab, per Department Standard Detail GS 1.2, in areas of low ground cover as ordered by the Engineer, the price per square yard of Dollars and Cents ($ ISY) $ t oG 24. 1,000 For trench overcut in 1-foot depth increments, for any Linear Feet size pipe, the price per linear foot of (Contingent ,,rr';; Item) V 1 - Dollars and Cents ($ 1 1LF) $ j (X) 25. 27,000 For sheeting and shoring ordered left in puce by the Square Feet Engineer, the price per square foot of (Contingent item) Dollars and Cents ($ g0 ISF) $ 3 5 C% Jr- 26. 600 For removal, transport and legal disposal of unsuitable Cubic Yards backfill materials, including tipping fees, as ordered by (Contingent the Engineer, the price per cubic yard of Item)��� ER W017110 Dollars and Cents ($ ICY) $ 200 0 (QUOTATION IC) 2017.06-09 Page 1F of 3 BID SET QUOTATION Grove Park Water Main Improvements Furnish & Install 8-inch D.I. Water Main Along NW 21st CT., NW 19th CT., From NW 7th ST. to NW 9th ST., Along NW 18th CT., From NW 7th ST. to NW 8th ST., and Along NW 8th ST., From NW 18th CT. to NW 18th AVE. PCTS No. 15041 PROJECT ER No. W017110 Item Estimated No. Quantity Description Total 27. 600 For furnishing and installing additional suitable backfil Cubic Yards material, as directed by the Engineer, the price per cubic (Contingent yard of Item) L'" Dollars and Cents ($ /CY) 5 1 Ce t 28. 1,125 For constructing limerock base for type "M" permanent Square pavement repairs, the price per square yard of Yards IrCki► ,•\ Dollars and Cents ($ I /SY) $ IC)) 7 50 29. 1,875 For constructing Type "M" asphaltic concrete surface Square course permanent pavement repairs, the price per Yards square yard of Dollars and Cents ($ I /SY) $ 30. 560 For cold milling roadway surface course for permanent Square pavement repairs (nominal 1 inch thick) (area as shown Yards on Plans). the price per square yard of (Contingent ti Item) 1V- Dollars and Cents ($ 5 ISY) $ ER W017110 (continued next page) QUOTATION Page 1G of 3 (C) 2017-O6-09 BID SET QUOTATION Grove Park Water Main Improvements Furnish & Install 8-Inch D.I. Water Main Along NW 21st CT., NW 19th CT., From NW 7th ST. to NW 9th ST., Along NW 18th CT., From NW 7th ST. to NW 8th ST., and Along NW 8th ST., From NW 18th CT. to NW 18th AVE. POTS No. 15041 PROJECT ER No. W017110 Rem Estimated No. Quantity Description Total 31. 560 For constructing Type "V" permanent pavement repairs Square for roadway (nominal 1 inch thick machine -laid asphaltic Yards concrete friction surface overlay), (area as shown on (Contingent Plans), the price per square yard of Item) Dollars and Cents ($ 2--CD ISY) $ \ \) 20 [j 32. Aggregate For replacing pavement markings damaged, removed or Sum obliterated by the Contractor's operation. the aggregate sum of -! 1Ouy1 Y\ Dollars and Cents 5 cot C.)00 33. 1,500 For constructing concrete sidewalk restoration to match Square Feet existing. the price per square foot of (Contingent 91\ Item)Dollars and Cents ($ (4} /SF) $ 9-( 060 34. 200 For constructing concrete curb and gutter restoration to Linear Feet match existing, the price per linear foot of (Contingent Item) J" 4 Dollars and " "rC Cents ($ 30 /LF) $ (0/ 00 0 35. 3 For replacing and reinstalling sanitary sewer PVC 6-inch Each I rals (NV 18th Ct and NW 8th St) �i (Contingent .Lj, � �, f� hV Dollars and Item) Cents ($ 3/ 5,C10 /EA) $ �1 ; �j Q 0 ER W017110 OuOTA TION (C) 20174649 Page 1H of 3 BID SET QUOTATIO N Grove Park Water Main Improvements Furnish & Install 8-Inch O.I. Water Main Along NW 21st CT., NW 19th CT., From NW 7th ST. to NW 9th ST., Along NW 18th CT., From NW 7th ST. to NW 8th ST., and Along NW 8th ST., From NW 18th CT. to NW 18th AVE. PCTS No. 15041 PROJECT ER No. W017110 Item Estimated No. Quantity Description Total 36. 300 For restoring sodded area, the price per square yard of Square Yards Dollars and (Contingent Item) Cents ($2 /SY) $ Cie 0 37. Aggregate For furnishing traffic control, the aggregate sum of Sum }-<, 411"'l ollars and I25 Cents $ 18,coo 33. SUBTOTAL The SUM of Item Nos. 1 through 37 39. Dedicated For providing uniformed, off -duty police officers for the Allowance purpose of maintenance of traffic, the aggregate sum of Ten Thousand Dollars and Zero $ 537O Cents $ 10,000.00 40. Dedicated For cost of required permits, fees, inspections. impact Allowance fees, if authorized by the Engineer. The sum of 3% of the Subtotal Item No. 38, (,03) x (Subtotal, Item No. 38) y�t ,,r�0Nolika)'slai'n3'(4da`' l ti 1-Q.Qa C 5crl,, 6 i � J 17` E, ER W017110 Cents $ 19 i rQ , 10 QUOTATION IC) 2017-O6-O9 Page 11 of 3 BID SET QUOTATION Grove Park Water Main Improvements Furnish & Install 8-Inch D.I. Water Main Along NW 21st CT., NW 19th CT., From NW 7th ST. to NW 9th ST., Along NW 18th CT., From NW 7th ST. to NW 8th ST., and Along NW 8th ST., From NW 18th CT. to NW 18th AVE. PCTS No. 15041 PROJECT ER No. W017110 Item Estimated No. Quantity Description Total 41. Contingency For unforeseen conditions. for minor construction Allowance changes. and for quantity adjustments. if ordered by the Engineer, The sum of 10% of the Subtotal Item No. 38, (.10) x (Subtotal, Item No. 38){7-m\ 44110,& 51 5( `\11`"NCLFLN Dollars and Cents 42. TOTAL BID The SUM of Item Nos. 38, 39, 40 and 41 $_X1 c8,Igo Note: Fora detailed description of each Proposal Item refer to Section 8.00 "Measurement and Payment" of the Specifications. ER W017110 QUOTATION (C) 2O17-0G-09 Page 1J of 3 BID SET ORLLOM :1: D. "TRENCH SAFETY ACT" Bidder acknowledges that included in the various items of the Quotation and in the Total Bid Price are costs for complying with the "Trench Safety Act", Florida Statute 553, Part 3, The bidder further identifies the costs to be summarized below: Trench Safety Measure (Description) Units of Measure (LF, SY) Unit (Quantity) Unit Cost Extended Cost ao.Y- C c (ov 4'6 . o TOTAL $ 00 0 0 z The Contractor further proposes and agrees to begin the work with an adequate force and with sufficient equipment and facilities on the date stated in the written Notice to Proceed issued and served upon him by the Engineer and to complete the work in Two Hundred Forty (240) Consecutive Calendar Days including delivery time for materials and equipment. For the purpose of reimbursing the County for additional costs incurred by the County and resulting from the failure of the Contractor to complete the work within the prescribed time limits, it is understood that the reductions for liquidated damages which are specified in the General Covenants and Conditions will apply in the event that the work is not completed within such time limits. If Ordinance 90-143 applies to this project (Supplemental General Conditions and Wage and Benefit Schedules are included within these documents) the Contractor by submittal of this Quotation. acknowledges that he is aware of the applicability of Ordinance 90-143 and agrees to comply with the minimum wages and other provisions. The list of parties interested in this Quotation, the list of equipment, references, and financial statement are to be furnished to assist the County in making the award of the Contract and they shall be true and correct. ER W017110 QUOTATION (C) 2011.04.21 Page 2 of 3 BID SET WHEN THE CONTRACTOR IS A CORPORATION: By: (Corporate Seal) ATTEST: ignature of Secretary Print or type name By: k'r1eS--; Coll-5UPikv5 Color Name of Corporation / Signature of Officer FC16( [16 rint or type name Official Title 26(Zcti jct�t{{ S /6 Corporation Adtiress level,' L31/65 Corporation Telephone Organized under the laws of the State of16t2.! C , and authorized by the law to make this quote and perform all work and furnish materials and equipment required under the Contract Documents. n the event that the Contractor is a corporation, there shall be attached hereto a certified copy of a resolution of the Board of Directors of the Corporation authorizing the officer who signs the Quotation to do so in its behalf. ER W017110 QUOTATION (C) 2017.04.21 Page 3 of 3 BED SET (itu of 4ll{itmi ADDENDUM NO. I March 29, 2018 INVITATION TO BID NO. 17-18-019 RDVE PARK ROADWAY AND WATER MAIN IMPROVEMENTS - D3 OFFICE OF CAPITAL IMPROVEMENTS PROJECT NO. B-40347 TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Invitation to Bid, and shall become an integral part of the Bid submitted, and the Contract to be executed for the Grove Park Roadway and Water Main Improvements, D3, Invitation To Bid ("ITS") No. 17-18-019, Project No. B-40347 (the "Project"). Please note the contents herein, and affix same to the documents you have on hand. All attachments (if any) are available on the Capital Improvements Program's (CIP) website, and are part of this Addendum, A. Requests for information received and the corresponding responses: Q1. What is the cost estimate for the entire Project? Al. The engineer's cost estimate for the Roadway Improvements and the Water Main Improvements, combined, is $1,958,221. Q2. The Water Main Bid Form has an item for Police Officers, but the City of Miami Bid Form does not. Is it possible to include, an allowance for Off Duty Police Officers in City of Miami Bid Form? A2. In lieu of an "allowance" for off -duty police, the City of Miami Bid Form includes line item 102-1- Maintenance of Traffic to cover the cost of off -duty police and other related items. Q3. Is there a Geotechnical Report for the project site? A3. Yes. Please see Appendix "L" — Miami -Dade Water and Sewer Department Geotechnical Investigation (attached hereto as Exhibit 1)- Q4. The quantities of Asphalt are confusing. The Water Main Bid Form has the quantities very clear (items #28 and #29). However, in the City of Miami Bid Form, Bid item 3-6 does not make sense. The quantities in the Sheet G-01 has more logical quantities. A4. The quantities on Sheet G-01 are accurate, Items 3-6 have been updated on the Revised City of Miami Bid Form (attached hereto as Exhibit 2). Pavement restoration shall be per Grove Park Roadway and Water Main 1 ITB No. 17-18-019 Improvements, D3 - B-40347. Addendum No. 1 City of Miami Public Works Standards (R-3, Misc. 35-88-7, Sheet 1 of 1, attached hereto as Exhibit 3). Q5. The typical sections on sheet G-08 show no new roadway construction. Only Milling & Resurfacing. Please advise? A5. Pavement restoration shall be per the attached Exhibit 3. Full roadway reconstruction shall be limited to areas above drainage work and per Water Main plans. Please refer to response to Q5, above. Q6 Will the City of Miami accept a Certified Underground Utility Contractor licensed by the State of Florida to bid on the Grave Park Roadway and Water Main Improvements Project? A6. No. As stated in the Minimum Requirements on page 6 of the Contract Document, Bidders must have: i) a current certified General Contractor license issued by the State of Florida; Qr ii) a Miarni-Dade County Certificate of Competency as a General Engineering Contractor. B. Additional Information: 1. Exhibit 1, Appendix "L" -- Miami -Dade Water and Sewer Department Geotechnical Investigation; 2, Exhibit 2, Revised Roadway Improvements Bid Form — Base Bid; 3. Exhibit 3, City of Miami Public Works Standards (R-3, Misc. 35-88-7, Sheet 1 of 1). THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. A,4nie Perez, CPPO, Direror of Procurement Grove Park Roadway and Water Main 2 ITB No, 17-18-019 Improvements, D3 - B-40347, Addendum No 1 BRANTLEY TATE 2929 SW 3ke AVE, SUITE 3=10, l[IAtiil, FL 33129 I (786) 518-5042 I BRANTLEY @VECCORP.NET State of Florida Certified General Contractor with over 20 years of construction experience including project management Education BACHELORS OF SCIENCE j FLORIDA INTERNATIONAL UNIVERSITY • Construction N1drtagerTnent Project Experience • Miami -Dade County, FL 2014 T1805 Install SinC/? Water plain Contract Amount: $749,507 • Miami -Dade County, FL 2015 T1888 L'nrergenct.. Deep Gravity Sewer RepolrfarIkea Contract Amount: $300,000 • Miami -Dade County, FL 2015 T1925 Alexander ORR II TP Electrical Vault Hatch Replacement Contract Amount: $209,050 • Miami -Dade County, FL 2015 T1885 Furnish & Install 3,700 Linear Feet of $inch D.L Water Main Contract Amount: $519,017.49 • Miami -Dade County, FL 2015 T1794 Installation of El -inch D.1. Water Main Contract Amount: $700,00 • Miami -Dade County, FL 2015 T1883 Flushing 20 inch and 16 inch Ductile Iron Pipe for Central District Water Treatment Plant- Emergency Contract Amount: $1,100,000 Miami -Dade County, FL 2015 T1n^86 North District Treatment Plan Roof Repair Contract Amount: 140,157 Miami -Dade County Parks & Recreation, FL 2015 #116010 Ruben Dario Park, Driveway Lighting Contract Amount:: 140,000 Miami -Dade County Parks & Recreation, FL 2015 #115855 Holdover Park Marina- Utilities for Dry Dock Contract Amount: $726,052 • Miami -Dade County Parks & Recreation, FL 2015 4118699 Black Point Mariner: Shrimpers Rory Roadway improvements Contract Amount: $257,750 • City of North Miami Beach, FL 2015 #2015-05 Corona del Mar Force Main Extension Contract Atnount: $606,000 • Miami -Dade County Parks & Recreation, FL 2016 #120840 Westwind Lakes Park Splashpad Contract Amount: $569,500 • Miami -Dade County, FL 2016 T 19:34 Install Sinch D.I. Force Main Contract Amount: $1,519,997 • Miami -Dade County, FL 2016 T2111 Furnish & install 6inch, Sinch & 12inch D.1. Ftv! Contract Amount: $940,999.99 Miami -Dade County, FL 2017 P0190 Emergency RrAS Line at Central District Contract Amount: $1,896,000 Page 2 • Miami -Dade County, FL 2017 T21►33 Replacement of ACP Force Main from PS 0869 Contract Amount:.$309,000 Miami -Dade County, FL 2017 T2158 Furnish & lrrstrr118inclr of Sanitary Sewer Contract Amount: $270,000 • Miami -Made County, FL 2017 T21 24 Replacement of ACP Force Main Contract Amount: $309,000 • Miami -Dade County, FL 2017 T2226 Installation of Flushing Line to Grit Building Settlement Tank CDWWTP Contract Amount: $1,430,000 • Miami -Dade County, FL 2017 T2186 Replacement of ACP Force Main Contract Amount: $762.000 • City of Miramar, FL 2017 1t16-010 Historic Miramar Re -Development Transmission & Distribution Fire Hydrant & Water Main Improvements Contract Amount: $5,000,000 Page 3 V ENGINEERING & CONSULTING CORP. Juan Jimenez- Kimley Horn And Associates Engineer Email: Jim n.Jirenezc kinnlev-hnrn.com Office Phone: (786) 368-5365 Alex Valdes- Miami Dade Water & Sewer Project: FURNISH AND INSTALL OF 24 IN D.I. FORCE MAIN ALONG SW 248 ST FROM SW 121 AVE TO Liz AVE Email: .Alexis.Valdes( rniamidade.gov Office Phone: (786) 299-9008 Alex Montalvo- Miami International Airport (Only available during business hours) ML\ Water Distribution System Infrastructure Improvements 20-inch Water Main with Canal Crossing Email: A .\tontalvo q'miarni-airport.coin Phone: (3©5) 876-7513 Christopher Kish- Hazen And Sawyer Project: North Miami Beach Low Pressuee Email: ckish,o hazensawver.com Office Phone: (305) 443-40oi Cell: (305) 934-27a8 Mario Garcia- Miami Dade Water & Sewer Various Miami Dade Water & Sewer Projects, Construction Manager Email. Mario.Garcia2Pmiamidade.zov Office Phone: (786) 295-4103 Cell: (305) 878-7548 2929 SW 3A' Ave, Suit: 340, MIAMI FL. 33129•Phene: 788.420.5950•VEC.CORP@YAHOO.COM Luis Rojas- Miami Dade Water & Sewer Project: T2111: FURNISH AND INSTALL 24INCH Wli I IN NW 17oTH ST FROM NW 102 AVE TO NW 107 AVE HIALEAH Email: Liemidade.gov Office Phone: (786) 268-5177 Cell: (786) 402-1292 David Vasquez- Miami Dade Wate, Senior Specifications Writer Email- Davicl.Vasquez, f Miamidade.Rov Office Phone: (305) 313-5812 & Sewer V ENGINEERING & CONSULTING CORP. • ; — s -„-$ Job References FIRM NAME: Miami Dade Water & Sewer PROJECT RPQ: T2186 PROJECT NAME/DESCRIPTION: Replacement of ACP Force Main from NW 199 & NW 37th Ave PROJECT CONTACT: Carlos Lopez, (786) 746-1068, carciO miamidade.szo. PROJECT ESTIMATE: $762,000 YEAR COMPLETED: 2017 • FIRM NAME: Miami Dade Water & Sewer PROJECT RPQ: T1912 PROJECT NAME/'DESCRIPTION: Furnish and Install 6" 8" and 12" D,I. FM in NW 199 Street from NW 203 Terrace (PS 385) PROJECT CONTACT: Raul Caballero, (786) 268-2166, raul.caballero@miamidade.gov PROJECT ESTIMATE: $979,519.18 YEAR COMPLETED: 2015 • FIRM NAME: Miami Dade Water & Sewer PROJECT RPQ: T2123 PROJECT NAME/DESCRIPTION: Furnish and Install of 24inch DI Force Main PROJECT CONTACT: Raul Caballero, (786) 268-2166, raul.caballero cr;miamidade.gov PROJECT ESTIMATE: $572,003,17 YEAR COMPLETED: 2016 * FIRM NAME: Miami Dade Water & Sewer PROJECT RPQ: T1934 PROJECT NAMEiDESCRIPTION: INSTALL 8INCH DI FORCE MAIN IN SW 192 AVE FROM 354 ST TO 360 ST PROJECT CONTACT: Raul Caballero, (786) 268-2166, raul.caballero@.miamidade.gov PROJECT ESTIMATE: S1,519,997.97 YEAR COMPLETED: 2016 • FIRME NAME: Miami Dade Water & Sewer PROJECT RPQ: T2090 PROJECT NAMEtDESCRIPTION: FURNISH AND INSTALL 61N FM FROM EXISTING SEWER PS 746 TO INTERSECTION OF SW 156 ST PROJECT CONTACT: Raul Caballero, (786) 268-2166, raul.caballero rzmiamidade.gov PROJECT ESTIMATE: $ 1,190,500.00 YEAR COMPLETED: 2017 2929 SW 3FO Ave, Suite 340, MIAMI FL. 33129•Phone: 786.420.5950•VPC.CORP r@YAHOO.COM • FIRM NAME: MLAMI-DADE WATER & SEWER PROJECT RPQ: T1883 PROJECT NAME!DESCRIPTION: Flushing 20 inch and 16 inch Ductile Iron Pipe for Central District Water Treatment Plant- Emergency PROJECT CONTACT: Mario Garcia, (786) 295-4103, Mario.garcia2miamidade.gov PROJECT ESTIMATE: $1,100,000 YEAR COMPLETED: 2015 •FIRM: City of Miramar (In Progress) PROJECT NUMBER: 16-010 PROJECT NA_MEIDESCRIPTION: HISTORIC MIRAMAR RE -DEVELOPMENT TRANSMISSION AND DISTRIBUTION FIRE HYDRANT AND WATER MAIN IMPROVEMENTS PROJECT CONTACT: Stephen Glatthom, (954) 883-5143 PROJECT ESTIMATE: $5,000,000 YEAR COMPLETED: 2017- IN PROGRESS • FIRM NAME: Miami Dade Water & Sewer PROJECT RPQ: P0190 PROJECT NAME/DESCRIPTION: EMERGENCY RAS LINE AT CENTRAL DISTRICT 48 INCH, PROJECT CONTACT: Patrick Sheppard, (786) 268-2166, shepa@miamidade.gov PROJECT ESTIMATE: $1,896,000 YEAR COMPLETED: IN PROGRESS- 2017 • FIRM NAME: Miami Dade Parks & Recreation PROJECT RPQ: 120840 PROJECT NAME/DESCRIPTION: WESTWIND LAKES PARK - SPLASHPAD PROJECT CONTACT: DUANE KOPP, 305-755-7954 PROJECT ESTIMATE: $569,500 YEAR COMPLETED: 2016 • FIRM NAME: Miami Dade Parks & Recreation PROJECT RPQ: 116010 PROJECT NAME/DESCRIPTION: Ruben Dario Driveway Lighting PROJECT CONTACT: RUBEN TOLON, 305-755-7985 PROJECT ESTIMATE: $140,000 YEAR COMPLETED: 2015 • FIRM NAME: Miami Dade Parks & Recreation PROJECT RPQ: 222302-I3-03 PROJECT NAME/DESCRIPTION: HAULOVER PARK AND MARINA UTILITIES FOR DRY-DOCK BUILDING PROJECT CONTACT: LYDIA SALAS, 305-755-5456 PROJECT ESTIMATE: $726,052.7 YEAR COMPLETED: 2015 • FIRM NAME: Miami Dade Parks & Recreation PROJECT RPQ: 118699 PROJECT NAME/DESCRIPTION: BLACK POINT \•IARINA SHRIMPERS ROW ROADWAY IMPROVEMENTS PROJECT CONTACT:CESAR PEREZ, 305-755-7853 PROJECT ESTIMATE: $257,750 YEAR COMPLETED: 2015 H 1A M 1•DADE rniarnidade.gov September 08. 2015 Mr. Felix Valdes V ENGINEERING & CONSULTING CORP 2929 SiN 3rd Ave State 340 Miami, FL 33129-0000 Dear Mr. Valdes: Internal Services Department Small Business Development 111 NW 1 Street. 19th Floor Miami, Flcrda 33125 T 305-375-3111 F 305.375-31.3 CERT NO 14913 Approval Date: 4/7/2015 - MiCRO/SBE Expiration Date: 4/30/2018 Miami -Dade County Small Business Development (SBD). a division of the Internal Services Department (ISD) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami -Dade County Micro/Small Business Enterprise (MICRO/SBE) in accordance with section 2-8.1.1.1.1 of the code of Miami -Dade County. This (MICRO/SBE) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date of (April 07) for the first and second year of the three year period. The affidavit must indicate any changes or no changes in your firm pertinent to your certification el€gibility. The submittal of a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Date is required to maintain the three year certification. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. If at any time there is a material change in the firm including, but not limited to, ownership, officers. director, scope of work being performed, daily operations, affiliation(s) with other businesses or the physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed. if necessary. This letter will be the only approval notification issued for the duration of your firm's three years certification. If the firm attains graduation or becomes ineligible during the three year certification period, you will be properly notified following an administrative process that your firm's certification has been removed pursuant to the code. Your company is certified in the categories as listed below affording you the opportunity to bid and participate on contracts with Small Business Enterprise measures. Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet contract goals. You can find the firm's up-to-date certification profile as well as all other certified firms on the Miami -Dade County Internal Services Department, Small Business Development Certified Firms' Directory at the website httc://www miamidade.gov/smallbusiness/certification-orograms.aso Thank you for your interest in doing business with Miami -Dade County. Sincerely, Claudious Thompson, SBD Section Chief Small Business Development Division BID BOND FORM State of Florida County of Miami -Dade City of Miami (?age 1 of 3) Section 6 - Attachments KNOWN ALL PERSONS BY THESE PRESENTS. that V Engineering a Consulting Core Principal. Philadelphia fndeninity Insurance Company as Surety; are held and firmly bound unto the City of Miami, in the penal sum of Five Percent of Bi01oflars (a 5% of Amount Bid 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 Agri: t 1 20 1 for: GROVE PARK ROADWAY AND WATER MAIN IMPROVEMENTS - D3 Project No. B-a0347 NOW THEREFORE: (a) If the Prircipai shall not withdraw sad bid within one hundred eighty (160) calendar days after date of opening the same, and shall within ten (10) calendar 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 vvirhdrawal of said bid within the period specified, or The failure io enter into such Contract and give such bond within the time specified, if the Principal shah pay the City the difference between the amount specified in said bid and the amount for which the City may procure the required l^lork and supplies. if the latter amount be in excess of the former, then the above obligation shall be void. and of no effect, otnenvise to remain in full force and virtue. Grove Park Roadway and Water Main ITB No. 17.18-019 Improvements - D3 - B-40347 BID BOND FORM (Page 2 of 3) IN WITNESS WHEREOF, the above bound parties have executed this instrument under their seve al seals. this 11th day of April, 2018 the name and corporate seal of each party being hereto affixed and these presents du!y signed by its undersigned representative, pursuant to authority of its governing body. WITNESS: Of Sole Ownership, Partnership, or Joint Venture, bvo (2) Witnesses are required. If Corporation. Secretary only,will ttest an , x seas.) As per Attached Power of Attorney PRINCIPAL_ V Engineering & Consulting Corp. jName of Firm) Affix al S:ona:ure of authorized officer) 'Pius f (Title) 2929 S3rd Avenue, Sue 340 (Business Address) Miami FL 33129 (City/State/Zip Code) SURETY: Ph lade(phia Indemnity Insurance Company (Corporate Surety) Affix Seal Cleidi_Ai 7././ak, Surety Secretary (Signature of Authorized Officer) Cha-'.es D. Nielson. Attorney in Fact (Title) One Gala Plaza. Suite 100 (Business Address) Baia Cym.vyd, PA 19004 (city/State/Zip Code) 'n Grove Park Roadway and Water Main ITB No. 17-18-019 Improvements - D3 - B-40347 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. (Corporate Sea:) STATE OF COUNTY OF CITY OF Before me, a Notany Pubic duly commissioned. and qualified, personally apo-,aced shares D. Nielson to me well known. who being by me first duly sworn upon oath. says that he/she is the attorney -in fact, for the Philadelphia indemnity Insurance C:o•npargnd that he/she has been authorized by Them to execute the foregoing bond on behalf of the Contractor named therein iri favor of The City of Miami, Fiorida. Subscribed and sworn to before me th's 11kh day of April, 2018 INSTR°UCTIONS• Ed Bones must be accomoanied by a Power of Attorney, in compliance with Instructions to Bidders o Notary Publ c. State - lorida at Large My Commission Expires: 11/14/2021 }1 KRIS T1 MESSEL • M▪ ' CC?MMtS510N # GG 138793 • EXPIRES: November 14, 2921 Bonded Tha+Wary Pak Underwrfiers Grove Park Roadway and Water Main I T B No. 17-18-019 Improvements - D3 - 8-40347 i'r P(111..10E.1.r1rI 1 [40I:trsi r1 I5st 11...\cE: C0111.\41 One Hata Plaza. Suite NO ll,d.t t ,nit.d. r.ti lil!jd.) r19;ir rosier af-Ilturnet 154t )11 111 PI RS( )N5 111 1111 41 Sl 75l> Ihai P111I tPE:1.PIif 1 140E 51NI11 I`S1 R CO41P.541 itli: t i:i .in'. i. a cral+oraurn organized and iei..tin_A unrlrr the Lnri nr!h; ( t+tt:m:'n.,c.1101 Or renn,}hatlsa tLti: I1_r.h.:int.1::u!..! atlr,rinl f !larre, 1. tirrknn. 113ritl 14. 111rn: cr. aid (h trip, D. Nielson of "ielsnn_ Ilansrr .% C°anin:is 'is intt anil [au till Auarn,. •In t iet nrth Pill ala!lr•nly t.• event.: es it. h.'h.tlt hoi l.. und:rt•ll.in_, rr ,•rnifan.. u.,[ inh.r;,.ntrt_ts of indemnity and UI'Itiil1:l t1h1J}.n,i1:. In the n.nur: thereof. ,..•aril in ta: crier._ of Pi i•u,,it .viJ to hind the 1 t iipun:. th,:reb•., in to amount not to et.xed $1s.11ttil.flfll [his Potter t1CAirtime< gr ini.'d and is sr_ntJ and seal:tl fry ftarnlde under and 1i. the Anthony,. sd'ill: Iollo.,in., Resolution .til+pt:d by the lioanl1' 11 aturs of 1IJI i rl 11.1 IN L 11411't Nil (1)11r.4N1' km the I1" orNotenthcr, 20to t•lil(111E.11 l(t•:S01.1 let): Iltat the lined at t)rrecior, beret., suth.uve, the the Pre1Id. nt or an Ll.ce hr_siJrr.t a1 ilia Comps) i 1) Appoint loame)! s) rot ['a.l and autlionre the Attorney 1 Ft In Fate h+ et;:cut, on behalf of the C'otu[-lt,. bands and urtdeaaking,, contract.: of Lndetnntl.. and nilt:r xritin_i tihlt;t.rtort in the rii ere ther:af and to at[.kh 111: is°d nr lb: Cothran. thereto. and 121 to Remote, al an, him!. aa; such :Uiomny-in•F.i t and rott'L: the a•.ldn,rrt\ ge. Cil Ind. he it rhal the st outuua of seep officer and .he Sea1 of the C'tlnlran:i inn be afiisetl to any suds Pi+•.,ernl -\t orner. sr cell:Trr reforms. dleretobc ft.:sintilc, and any such Pur' r of -1tt,lrne. iu eea,u14t1 «art1 certified 111, facsimile sritt. t i' Arid faesinnle t .t! shalt Fs lalid ar:d bindrn.t upon the Cauaay hi ih: rintue ,kith sesreci to any bond or un.i:rt.tl.me I.i whi`h it i, attached i> 11:Sil:.l041' 1ttll.P.!_OI', I'11[I_-l2)L-[ r111.1 l)'. I :111' I'SL'[t_1\'C°r COMPANY 11.1..S C_ US[:D i!'15 1NSIRU\IEN1 11) Ill: tili)hil:[1 AND ITS 1-01=.Pt)R:1Tli SE:.11.10 Br AFrIxF:[) BY 1 IS A1.111 1Rl/.1:D OrHICI 1111S 111 DAV OF NI)1-[ MBER. 21116. (Seal) v 9J Rupert O ()'Lean Jr , President C1:0 PhilaArlphia lndenirrr.ty Insurance Cuinpuny On Iht I1'' day of Kuretnher, :1115, heforc ine earn.: the indi.tdicti mho ctecuted the preceding instruutanl, to me per;,molly Lnnt r, and heins by me duly sttern said that ho is di,: therein described And Autliolrized uflicer of the PIII[.ADEI.rlli.-511DI \1..NI11' t`:SITRANCE: C'O.11r-14'1'. that the seal apsred iu said insinttneni is the (°trrsorntcseal or sold (ullpanti; that the sand Corlorate tidal and )its signaittre sere duly alT,x:.l {3P..n N(JIr.. I. r.1,1 !i{,.1r. r" Ir 4•sr, Lu ✓t r %s.erd, 'Man' F+5"4 nor Mt•,m r., . IIVJ;.riser ea.:rr +Mr Parer rb, !qr-s v..1 2 ry 1 NoLtry Se.tll Notary Pttl7ht: reildnla al' 11y ct:innilisiun etplres r� 4'LP tle)x..,tir.F 0J111 %riw\d PA Januar, 8, ?t) IS 1, Edward Savasu. (•urpuratt: Seer:Lry o!'rt1UL:11JLI.PI lI.1 INDEMNITY INSURANCE CO»I?ASY, du herby certify that the fsregt:ing resolution of the Board of I)ireeturs anti dos Puwer of r\ltorrn:1 issued pursuant thereto on this 13•' day of November. 2016 are true and cerr_•cl and are still kit full fume and effect. I do further certiP: th.t' Rshert U O'Lean Jr , ttht) executed the Putter of Attorney as Preitdent ua; no the date of execution of the attached Power of Attonity thr duly elected Pr:o°idtnt of FIIILADEI.PIIL1 INDI:.1 IITY INSURANCE COMPANY, 18 In Testirlony Rhe eof! hate suhicnbed my name and affixed Arc facsimile seal of each Colman!. this 1 1 t' Hay of Aril 20 Edward Sayaeo, Corporate Secretary PIIILADELrI[1.A INDEMNITY INSURANCE CO!tlPANY A, O`rN= STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 VALDES, FELIX V ENGINEERING & CONSULTING CORP. 2929 SW 3 AVENUE SUITE 340 MIAMI FL 33129 Congratulations! With this license you became one of the nearly one million Floridians licensed by the Department of Business and Prcfessiona` Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve ;t-e way we do business in order to serve you better. For information about our services, please lag onto www.myfloridalicense.com. There you can find more information about our divisions and the regulations that impact you. subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! RICK SCOTT, GOVERNOR (850) 487-1395 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CGC 1508760 ISSUED: 08/11/2016 CERTIFIED GENERAL CONTRACTOR VALDES, FELIX V ENGINEERING & CONSULTING CORP. IS CERTIFIED under the previsions ar ch.488 FS Eweereedate - A;1G 3t, 20'2 1_16eq uo02S.?* DETACH HERE KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD t1034;Li 4.1, CGC 1508700 The GENERAL CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2018 VALDES. FELIX V ENGINEERING & CONSULTING CORP. 2929 SW 3 AVENUE SUITE 340 MIAMI FL 33129 ISSUED 08111)2016 DISPLAY AS REQUIRED BY LAW SEQ # L1608110002539 City of :Miami To Whom It May Concern Subject: Reference Letter Emilio T. Gonzalez. Ph.D. City Manager Name of Bidder: V 7G7/5./rv,e/ /ofki J6,7r_6cd J74" (c O . The above referenced Bidder is responding io a bid that has been issued by the City of Miami. The City requires that the Bidder provide written references with their bid submission. By providing you with this document, the Eider is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: rr Name of Referenced Project: 7 /,+-rseTZ.4co'7tnr c q5 �7/.�W ,�^ etc ( r !/a � i 20 cY'� " Scope of Referenced Work: Gf/ i�S� C ;.rJ,2dc gs. eZA-ti'2r c ' atar .5y (:r ,/ors 2C. r G ri /7-7d5a€77 b v'L� CorYt crLLr� ct-C' *. J / Did the Scope involve the milling, resurfacing or reworking a road, or he construction, installation, repair, and/or replacement of drainage system or water main pipes? Yes ❑ No Value of Project: $ �3 C; , `/C"', cr.; Date Completed: `7r/�'Z/F-0/ S Percentage of physical construction Work self -performed by Bidder: gC7 % Was Project completed on time and within budget: El/Yes ❑ No If no, was the B drier at fault or contribute to the delay(s) cr increased cost? ❑ Yes ❑ No if yes, please provide details: Comments: Name of Project Owner: ,ti6v17-i/--7)actf G 0el' vz. r.Date: Z7rZ % /le Signature of Project Owner's Representative: Title: Telephone: . O5 - /3 - 4fS E-mail: eG21e. J-.%/zo 10.'7/ mJ'4-a' r) Sincerely, Annie Perez, CPPO, Director Department of Procurement 97 Grove Park Roadway and Water Main IT8 No. 17-18-019 Improvements - 03 - B-40347 (Cit' of 3ftar i To Whom It May Concern Subject: Reference Letter Emilio T. Gonzalez, PhD. City Manager Name of Bidder: 1 The above referenced Bidder is responding to a bid that has beJ-n issued by the City of Miami. The City requires that the Bidder provide written references with their bid submission. By providing ycu with this document, the Bidder is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: U }r.l3L14,s CtVrii; Scope of Referenced Work: {}�. 1 Al hs 1! ie:� i �;,4 y,�e\! 7,11e.ofT e1,,;,,y,(211� r Did the Scope involve the milling, resurfacing or reworking a road, or the construction, installation, repair, and;or replacement of drainage system or water main pipes? Yes ❑ No II Value of Project: S n`1 ) Clc).7..,j 1 Date Completed: l� Percentage of physical construction Work self-performead"by Bidden 61 j % Was Project completed on time and within budget; Yes ❑j No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ Na If yes, please provide details: Comments: 1tir � 4' I Name of Project Owner: ! c 1)ti �ti�^r ,, u-rr Date: Signature of Project Owner's Representative: (t^ Title: • ru am. !1 �C,�,�� Telephone: 1 S 1 y Sincerely, Annie Perez, CPPO, Director Department of Procurement Grove Park Roadway and Water Main Improvements - 03 - 8-40347 E-mail: �. . ttl.c, lY, ly' C'rc .Uwi«., ;c tip 97 ITB No. 1 7-13-019 City �f jai Err.ilio T. Ccnzafez, Ph.D. City Manager To Whom. It May Concern Subject: Reference Letter Nacre of Bidder: Lf Eirke The above referenced Bidder is responding to a bid that has been issued by the City of Miami. The City requires that the Bidder provide written references with their bid submission. By providing you with this document, the Bidder is requesting that you provide the following reference information, The City wo r d appreciate you providing the information requested below, as well as any other information you feel is pertinent: Nacre of Referenced Project: 4r a \ , , ." i �, it . zI A 3 -1 f f S opeoft Refereed h�'r ire Dye\ ar� Cr ycy �'t�:I,�Jti~c�1 Did the Scope involve the ;milling. resurfacing or reworking a road, o the construction, installation, repair, and=or replacement o` drainage system or water Train pipes? Yes j] No Value of Project: �;i i� G'� . Gc, Date Completed: I, - Percentage of physical const-action Work self -performed by Bidder: CC,) °fa Was Project completed on time and within budget: r] Yes ❑ No f` no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes I No If yes, please provide details: Comments: Nacre of Project Owner: C .��. cj t, :^Data: Signature of Project Owner's Representative Title: cc° 'E'( ��t '^ • h i Telephone: CI :7 `i- — Sincerely, Annie Perez, CPPO, Director Department of Procurement E-mail: Grove Park Roadway and Water Main ITB No. 17-18-019 Improvements - 03 - B-40347 V ENGINEERING & CONSULTING CORP. Job References • FIRNI NAME: \Banff Dade Water & Sewer PROJECT RPQ: T2136 PROJECT NAMEDESCRIPTION: Replacement of ACP Force Main from NW 199 & NW 37th Ave Roadwork PROJECT CO\TACT: Carlos Lopez. (786) 74t5-1068, ra iimi:imidaJe.e, }v PROJECT ESTIMATE: 3762.000 YEAR COMPLETED: 2017 • FIRM NAME: Miami Dade Water& Sewer PROJECT RPQ: T1912 PROJECT N.AME DESCRIPTION: Furnish and Install 6" 8" and 12" D.I. FM in NW 199 Street from NW 203 Terrace (PS 3851 PROJECT CONTACT: Rau! Caballero, (786) 268-2166, rauI.caballeroqmiamidade.gov PROJECT ESTIMATE: S979,519.18 YEAR COMPLETED: 2015 • F1R.I NAME: Nliarni Dade Water & Sewer PROJECT RPQ: T2123 PROJECT NAME:DESCRIPTION: Furnish and Install of 24inch DI Force hlain PROJECT CONTACT: Raul Caballero. (786) 268-2166. raul..caballero lr'miamidade.gnv PROJECT ESTI\ [.ATE: S572.003.17 YEAR COMPLETED: 2016 • FIRM NAME: Miami Dade Water & Sewer PROJECT RPQ: T193-I PROJECTNAME;DESCRIPTION. INSTALL SINCH DI FORCE MAIN IN SW 192 AVE FROM 354 ST TO 360 ST FDOT ROADWAY IMPROVEMENT PROJECT CONTACT; Raul Caballero, (736) 263-2166, rauLcaballeregmiamidade.gov PROJECT ESTIMATE: $1.5 19.997,97 YEAR COMPLETED: 2016 • FIR,ME NAME: Miami Dade 1,Water& Sewer PROJECT RPQ: T2090 PROJECT NAME. DESCRIPTION: FURNISH AND INSTALL 6IN FM FROM EXISTING SEWER PS 746 TO INTERSECTION OF SEA 156 ST PROJECT CONTACT: Raul Caballero. (786) 268-2166, rauLcaballeroqmiamidade.gov PROJECT ESTIMATE: $1,190,500.00 YEAR COMPLETED: 2017 2929 SW 3 Ave. Suite 34G. MIAMI FL. 331294Phone 786.420.5950,VEC.CORPCYAHOO.COM • FIRM NAME: \TIA\II-DADE WATER & SEWER PROJECT RPQ: T1883 PROJECT NAME. DESCRIPTION: Flushing 20 ineh and 16 inch Ductile Iron Pipe for Central Distriet Water Treatment Plant- Emergency PROJECT CONTACT: Mario Garcia, (786)295-4103, Mario.garcia'miamidade.gov PROJECT ESTIMATE: S1.100.000 YEAR COMPLETED: 2015 •FIR\L City of :Miramar (In Progress) PROJECT NUMBER: 16-010 PROJECT4AME.DESCRIPTION: HISTORIC MIRAMAR RE -DEVELOPMENT TRANSMISSION AND DISTRIBUTION FIRE HYDRANT ROADWAY AND WATER :MAIN IMPROVEMENTS PROJECT CONTACT: Stephen Glatthorn. (95 4) 833-5143 PROJECT ESTI\LATE: S ,000,000 YEAR COMPLETED: IN PROGRESS • FIRM NAME: Miami Dade Water & Server PROJECT RPQ: P0190 PROJECT NAME -DESCRIPTION: EMERGENCY RAS LINE AT CENTRAL DISTRICT 48INCH. PROJECT CONTACT: Patrick Sheppard. 1736) 263-2166. shepaamiamidade._ov PROJECT ESTIMATE: $1.396.000 YEAR COMPLETED: 2017 • FIRM NAME: Miami Dade Water &. Sewer PROJECT RPQ: T2209 PROJECT NAME/DESCRIPTION: INSTALL OF 43 INCH DIP WM IN VICINITY OF ALL ABOARD FLORIDA PROJECT CONTACT: Raul Caballero, (7361263-2 € 66, raul.caballero 4miamidade.gov PROJECT ESTIMATE: S4,363,421.5 YEAR COMPLETED: IN PROGRESS FIRM N.A.\{E: Miami Dade Water & Sewer PROJECT RPQ: T2226 PROJECT NAME. DESCRIPTION: INSTALLATION OF FLUSHING LINE TO GRIT BUILDING SETTLEMENT TANK AT CDWWTP PROJECT CONTACT: AUGUSTINE DUR.AND, (786)263-5169 PROJECT ESTIMATE: 51,130.000 YEAR COMPLETED: 2017 FIRM NAME: TOWN OF KEY BISCAYNE PROJECT NAM1:DESCRIPTION: DR.AING.AGE CPGRADI?S.'i-IIGHTIDE MITIGATION PROJECT CONTACT: JOSE LOPEZ, 305-365-7581. JLOPEZ.'a KEY13ISCAYNE.I=L.GOV PROJECT ESTI\ LATE: $844,674.2-I YEAR CONIPLETED: 2016 • FIRM N 1\1E: Miami Dade Water & Sewer PROJECT RPQ: T2050 PROJECT N.\\IE. DESCRIPTION: ONE YEAR COUNTYWIDE CONTRACT FOR REa1OV:1L & REPLAC\1ENT OF SANITARY SEWER G!.1S FOR CONSENT DECREE P\1C\I DIG AND REPLACE PROJECTS 'A' PROJECT CONTACT: WARREN FIOWARD, 305-718-4843, warren.ho•,vard: r.:miamidade.20V PROJECT ESTIMATE: $ 1510956.25 YEAR COMPLETED: 2016 • F1R\1 N.A.ME: \littmi Dade Water & Sewer PROJECT RPQ: T1913 PROJECT NAME/DESCRIPTION: ONE- YEAR COUNTYWIDE CONTRACT FOR RE\IOVALAND REPLACEMENT OF SANITARY. SEWER GRAVITY MAINS FOR PSIP PROJECTS PROJECT CONTACT: FRANCISCO CORTAZAR, 786-268-5164. fcortazartniamidade-p ip.corn PROJECT ESTI\ LATE: $3186017.95 YEAR COMPLETED: 2016 kCif of IBLZILIII POST THIS COCUMENT .4.4 A CONSPZUOLLS PLACE THIS IS NOT A BILL NOT TRANSFERRABLE OR VALID AT ANOTHER ADDRESS UNLESS APPROVEIT BY THE FINA,VE DEPARTMENT. DO NOT PAY ale OF WWI 44.4 SW 2 AVE S'" FLOOR, P.f1A141, FL PHONE 13:)f)41e!*1.--.. Effective Year Oct. 1 2017 Thru Sep. 30 2018 RECEIPT FOR V-Engineering & Consulting Ccr ISSUED Oct 01, 2017 TOTAL FEE PAID 131.00 ACCOUNT NUMSER 127912 RECEIPT NUMBER 165916 NAME OF BUSINESS V-Engineering & Consulting Cor DEA LOCATION 2929 SW 3 AV 340 IS HEREBY IN COMPLIANCE TO ENGAGE IN OR MANAGE THE OPERATION OF: ADMINISTRATIVE OFFICE Erica T. Paschal Finance Director T•.1 1.54,arlor 1a.1 fo,rtFr ,IGS,SP. Ltt rr.L4.2 417f EVI.I8,; kap,' u0 dl.t.S4 rr)WS" Jr/ .7ilnwt ,:af • ,A1 1,aelaakd tit kair rx2 Q.-14.114Q &,,r/NAII.^, tar -.K.F1:,•:= Local Busuness Tax Receipt Miami —Dade County, State of Florida -TH:S IS NOT A SILL - NC- PAY 7203435 BUSINESS NAME/LOCATION V ENGINEERING & CONSULTING CORP 2929 SIN 3 AVE STE 340 rv1IAiMI FL 3312'9 OWNER V ENGJNEERINC & CONSULTING CORP C/O FELIX VALDEZ PRES Worker(s) 1 RECEIPT NO. RENEWAL 7486292 1 EXPIRES SEPTEMBER 30, 2018 MF. st be displayed at dace of i?usirbe3s Pursuant to County Code Chapter 6A -Art. 9 & 10 SEC. TYPE OF BUSINESS PAYMENT RECEIVED 196 SPECIALTY ENGINEERING CONTRACT BY TAX COLLECTOR E12CC232 S45.00 07/03/2017 ECHECK-17-184759 This Local Business Taw Hermint Duly confirms paymeul of the Local Business Tax. The Receipt is not a license, per mit, or a sertiticalion of the twirler's qualifications. to do business. Heider must comply with any governmental or nongoaernmenlet roguhatoty laws and requirements.vhich apply to the business. The RECEIPT h.1, above must be displayed an all commercial vehicles--Miami-Dade Code See to-276. Far mire information, visll wf nv.afiamidada.riuhaxggflgctor nedoso Local Business Tax Receipt Miami —Dade County, State of Florida -THSS NOT A BILL -CO PiCT PAY 6968532 BUSINESS NAME/LOCATION RECEIPT NO. EINGNEER NC & CONSULTING CORP RENEWAL 2929 SW 3 AVE #340 7244221 411AM FL 33129 OWNER V EriGiNEERING & CONSULTING CORP C/O FELIX VALDES PTRS Ror'.ker(s) 1 EXPIRES SEPTEMBER 30, 2018 Must be displayed at place of business Pursuant to County Code Chanter SA - Art. 9 & 10 SEC. TYPE OF 13U504E5S 121 SP:=C LTY ENGINEERING CONTRACTAY TAX TAX COLO DECEIVED LECTOq DX1224 1- $45.00 07/03/2017 ECHECK-17-184759 This Local Business Tax Receipt anty confirms payeteet of the Local Businass Tax. The Receipt ro nut a license, permit, or a cartiIi tIxn of the hotdar 5 quoliricruiuns, to do Listoess,. Holder roust comply with any governmcntol or nangaveminute! regulatory iawsand requirements which opp'.y le the business. The RECEIPT ;Siff_ above mus(he displayed an ail commercial vehicles -Miami -Duda Cade Sec 8a-275. Far more information, xisit www:miamidade.eovEWpollector G08779 Local Business Tax Receipt 11/1iarTli-Dade County, State of Florida -THS S NOT A la -DO ;,iCT PAY 696851E BUSMESS NAMEILOCATtON RECEIPT NO_ V E GIINEER:NG & CONSULTING CORP REiVE1N L 2929 SW 3 AVE #340 7244205 b1iA,Ll1 FL 33129 EXPIRES SEPTEMBER 30, 201S ,bloat be dig.,€eyed at place of busses Pursuant za County Cade ChaptrirSA - Art ° & 19 ONNNER SEC. TYPE OE BUSINESS V EVGINEERiNG & CONSULTING CORD 136 GENERAL 9UiLDING CONTRACTOR PAYMENT RECENED C/O FELIX VALDES PRES .. CG015C3750 BY TAX COLLECTOR Worker(5) 1 445.00 07/03/2017 ECHECK-17-184759 This Local Business Tax REteipt only confirms payment of the Lac& Business Tax. The Receipt is not a license, permit. or a caftif nation of the ha€der s gnehficatians, to da business. Holder must corn fy with any governmartta4 or nongovernmental reguJatarr Taws and requirements which apply io the business. The RECEIPT NO. above must be displayed NI all commercial vehicles - Miami -Dade Cada Sac 8a-27G. far more intarmat,on, visit www,miamideve.pnvr`.gxeolleetnr Project No. B- 40347 CITY OF MIAMI CAPITAL IMPROVEMENTS PROGRAM SUBCONTRACTOR UTILIZATION FORM Project Title: Grove Park Roadway and Water Main Improvement-D3 Sheet No. t of 1 This Form should be submitted with a bidder's bid form submittal. Failure to submit this Form with the bid may result in the bid being rejected as non -responsive. The City in its reasonable discretion may allow, in the interest of the competition, the Bidder to submit the Form after bids are due (as supplemental information). Provide the following information for each subcontractor regardless of tier.* Attach additional sheets if necessary. Name of Business Portion of Work Dollar Amount Percent Address/City/State/Zip License Information** Miami-DadeCertification* CBE CSBE N/A Type Number Tn-County Pavement Striping $ 3,700 0.2% 1250 SW 27th Ave. Suite 501 Striping 15790 0 1 0 Markings , Inc. Miami, FL. 33135 Q 0 A&M Brother Concrete Concrete Restorati $213,000 11.8 95 NE 12th Street Concrete 15635 Q ✓ I 1 Homestead, FL 33033 Q 0 0 0 © 0 0 0 NI Cl 0 lEi 0 0 0 0 El Ni 1=3 a o El a o a Must be certified by Miami -Dade County. All tiers must be shown, including multiple sub -tiers, if permitted by the Contract Documents. **List only those relevant to this Project. ***Check N/A if the listed SU does not have a CBE/CSBE certification (e.g., independent third party verifier) Form SU SCHEDULE OF INTENT AFFIDAVIT (SOI) SMALL BUSINESS ENTERPRISE— CONSTRUCTION PROGRAM ("SBE1:L-CONS') °t t--_=l-S-1,771t..t`�?Fr"'L4: -CIL `!I1=,'"-/tey t•! :TTajrT7c lIi7`.'n't' p_���llci_1Sff v Z j,nec-(.NrLi r) 3j7.z �c-1 t-e-. 5\euQ 'ikn- 12`1 .I 7B 6 `iZo r a_ r l I "1 r -'liz o Uystiq=_� 1'k}[% t?.tl�� !r\ _1fh f_ l ' -! I"I - 1't ,-t � l r,rlltt ll,''al, (t1"1(U 'a�Q ,f_ , I - I I't'!:tr A,,,,,:lnt Name of Prima Bidder Certificzttion No. (if applicable) 1 h ? 9,11 If' I ri .;)_k)r": 1c3rin the tc�l «�'W Inc Name of Subcontractor Certification No. Tri-County Payment Markings 15790 ,:l;lll,a Iry Certification Expiratin!t Date (if appiicatrle) 7Curtification I Expiration Date 10/31/20 Type of SEE -Cons Work to be performed by the Bidder (if applicable) 7,h the :loovi: Type of SBE-Gans Wok to bel p�errff orrnedEby the r nVPMaf rtJI k&INGS. STRIPING AND SIGPfAGE u t u",Iu r u._ :•,. ... -I .,�.r „,,,t• r,...,, ,,� V.r. !r, ❑,• I :}tl nrt ...r . •il ti.r I -r una, ',LAN,: i,r,11 a 1.:-I ., ,n II i „ , :I; 10,10e1 Y: rr1:YY5hw 3+, Ha:ay ql .li 1 "t!!Ii,:,• Bidder's self performance percentage (%) of Contract Value 88Y .. ,.,„,..17H11 it 61 rt,,' lr= SI.ILtt <.Jt)0 1'; {:f .wr'.r'lileS, at)Illry 10 hl� Vt GIt1 ,• Inwta the (),ICI pci[:Iflr tllrtn`: /'t65J 6/1/2018 Abel Gonzalez ul;:cntlrr4,':h f T'rtor t�!.:rn,I Subcontrar:tor percentage (%) of Contract Value Toial Dollar ($) Amount of Bidder's self Itkrforrnaoce Total Dollar (S) Amount of Subcontractor's SBF•Cons I rocrenlent L�e riSl:r :all llr?i I1B No 17•1tt-Ii1E3 President „,,,, ,•!, ,;: , SCHEDULE OF INTENT AFFIDAVIT (S01) SMALL BUSINESS ENTERPRISE - CONSTRUCTION PROGRAM (SBE-CONS”) 7111, :12,7:11t•iiIrIOR-2a.1-64ZEirilrilrfrilli_:iliarii..1E-47111,-1-v311.,7.7:7PALlirTITTO111111r).ruliLzg.'41-.'6,14trZkIllt=2:221Llititiill V No • . act). z....53 ,_,AL __ ,, It- 6YAltf ':..11)_2?0,V.'0.-11-4V tir);,7,-n. :.,111,1o,-i-. (:]- (-1 _ ,,,It Oolico- Anio,ar.:_ li BCD`—tc_860. tt 50._. ..,eF:.s1 00.inf Ailirtiii! Name of Prime Bidder ‘./ Ire ex-, h., Name of Subcontractor JUR --E3 ro.\--VieT5 N. Cnr tirication ' Certification No. (if Expiration Date applicable) (if applicable) Type of SBF-Cons Work to Bidder's salt he performed by the Bidder performance (if applicable) percentage (%) _ of Contract Value ee)(' 1 r Total Dollar (5) Amount of Bidder's self performance L.m.ifOrITI tIi C 1 .111',.i.nitne.c.tion '4ith Iltr! rCertification Certification Type of SBE-Cons Work to Subcontractor I Total Dollar (S) Amount of I Expiration Date he performed by the percentage Subcontractor's SBE-Cons / 5 5 06 /30/ Zdf20! Subcontractor of Contract Value rekui ement Qoyierek e C OY e 06110 f VIC re-51-0 fa .1i o iLfI Lialcierkoz6- IXI r •Ir • '• • : ' • . • r ilild uncommitteu cnpitic.ity s1iItit...1.e111 itto+.,ctle the rc,AiLari:'.1 :30 anti 1.ttrtil,15 :7 11-24‘:Sary to lo 11i.aifl bonciin,g grit reason'al.)Iv 1.1quito.r1 to provr:i-! !,Tt.o!.!,.; .nd...stry prat:t:,te alv! met -lithe Bici Lsirecity.ov.ntl.; 64 /6 ,/ //2( tilm_oaPii go (DO 5 IL- ti -cRe 5/4 Fri fr7,0,0lule tV) ITB No. 17oi1-0 18 7. insurance and Bond Information: a, Insurance Carrier name and address: Eastern Insurance Group 9570 S'W107 Avenue. Suite 104 Miami. FL 33176 b. Insurance Contact Narne. telephone. and e-mail: david easterninsurance,net David Lopez. : 305-595-3323. c. Insurance Experience Modification Rating (EMR): 0.9 (if no EMR rating please explain why) d. Number of Insurance Claims paid out in last five (5) years and their corresponding value: e. Bond Carrier name and address: Nielson Hoover & Company 8000 Governors Square Blvd.. Suite 101 Miami Lakes. FL 33016 f. Bond Carrier Contact Narne. telephone. and e-mail: nielson',nielscnbcnds.com 305.722.2679 Charles Nielson g. Number of Bond Claims paid out in last five (5) years and their corresponding value: 0 8. Have any claims lawsuits been file against the Bidder in the past five (5) years? If yes. identify all Bidder has either settled or an adverse judgment has been issued against Bidder. Identify the year, basis for the claim crjudgm.ent. and settlement; unless the value of the settlement is covered by a written confidentiality agreement. NA 9. To the best of Bidder's knowledge. is Bidder or any of Bidder's officers currently under investigation by any law enforcement agency or public entity? If yes, provide details. 1\1 a 10. Has Bidder been assessed liquidated damages or defaulted on a Project in the past five (5) years? Yes No ❑ If yes, provide an attachment that provides an explanation of the Project. 11. Has Bidder been cited for any OSHA violations in the past five (5) years? If yes, please provide an attachment including all details on each citation. 12. Provide an attachment listing all of the equipment, with a value of five thousand dollars ($5,000.00) or greater. owned by the Bidder. B. Project Management and Subcontract Details 1. Bidder's Project Manager for this Project: a. Name: 94 Grove Park Roadway and Water Main ITB No. 17-13-019 Improvements - D3 - B-40347 , Q Olittr ANNIE PZ,ZEZ, CPPO C, `:!Ur p! Procurcnlea: i‘;1 a y 15 2 515 Fe?ix Valdes. Fresidk:rt V Eng,ree irg & Cc•nsr.:in ; Corp 27)29 SW3"A;�Pie Suite 340 Miami. FL 33'2S, EMiL1O T. GONZALEEZ, PH.D City Manap;,v SENT VIA EMAIL fal!x!�vecccro net RE: Best and Final Offer (BAFO) for Invitation To Bid (ITB) No. 17-18-C119 — Grove Park Roadway and Wa`er Main Improvements — D3- B-40347 Dear Mr v.3 CE3 The C ty ofii' ca:7: IS ."i r? reaper s In`i'tat;on TD Bid No (ITB) 1' ' —O 9. — Grove Pa'k Rpazway and Via' — D3- B-4?347 The ITB closed on April 11. 2.31S. a'c. VA En]'neCr':rc 1."-. - !' apparent 1Owes: rescor&ive and responsible bide er. Ha•.y5ve-. pl,r3J3nt to ,..-..5ia; of the City o` iM a"ni Coda as amended .Wher.. a respcns;•.e esc-^__ .e r.on-lcca Bidder s;ihn is me Imes: Bid pr!Ce. and the Rd su .:ri', . by C•" cr more res_ ;r1 ; ve. re:+oocnsibie local Bidders w13 niainta!r a local cffJ::_-V a.s d..t,red ir. City CoCe Section 15-73. is within fifteen percent (15%) a` t".. -r, a.;br .ed by the nor -local Bdder. then Ina: non -local Edder and a3cl or the :, _ . _ 71.one°d respcns've.. res3onsib'e local adders shall have the oppc t.rit'r to sac,r-!t a best and fine` Bid equal to cr lower than :ne amount of the !per., prevpoJsl'y submitted by the non -local Bidder. Contract award snaJ be made to the rcwest responsive responsible Bider subrritting tie lc.,,?es: best and final Bid In the case cf a tie r the best and fr.a Bid between a .c ,al Bidder and a non -local 6 Oder, Cont-act award sha'I be made to the local Bidder " In accordance ,vth Section 15-85(a; cf t'-e City of Viam, Cole as amended. the City hereby requests tha: you carefully analyze your bid price for any cost savings you can in turn ex:erc to the C ty. a-d prove what is ccnstdered your firm s "best and final offer' as it pe`a rs to your cos'. to p-ovide the co^s Lcti r sery'ces srlicled in this ITB. The recuested best and final offe' s!^o..»'d b? erna ,ed to the attention of Anthony Rolle at aroi'e',S,nniamicov con1 by no later than close of business on Tuesday, May 21, 2018. Ffease !r ,:a-e tir fr-i s best and fine' offer or: Me lad Form cn pane 2. ?•,erect and on the three (3) at:ached Ii.' — item B d For! -Is tone in PDF format and two in_Excel form Invitation To Bid (ITB No. 17-18-0t9 -Grove Park Roadway and Water Main Improvements - 03 - B•44347: The C:dde s Total Bid cc;'-3:r,.C:.on Cps' Tnclud's tha total r:•"•Si for furi s•I rg a,I matar€als. iabcr a ,d reoessa: i for roadway prove— -", 5 i!--: . _. b'L, nC: ecf to installation o' a, E- - _ D_c I ):"ratera:•Fi-C`s r^„ irg and resLr•a:ing 3.-d • a d r r ,:F_ « r - : Dcks. ins:a!: new c.drba eo!a d s•r^ewa ks. curbs and gut,_-:l ..aa: i'1 fvra j approaches. str,p rg s cns d'lr, lr . orl cC Americans 'P to Disa3bd:t!es Act iADA) c%mpl,art ramps The `ail Soo of vv r'k is retail,ed -r the co'structran draw ngs. GROVE PARK ROADWAY AND WATER MAIN IMPROVEMENTS - b3 A. TOTAL BASE BID CONSTRUCTION COST - .f 1.J :I .cif .�.`/4. No. 7.7.;40347j: 5 Li B. TOTAL ADO ALTERNATE CONSTRUCTION COST - 7 ( ) 5i a, . ?ZITS ?Ic, As2r�i): s C. COMBINED TOTAL BID CONSTRUCTION COST - 1513 rm (Total Base Eid 4-Total Add Alternate): $ WR177E7,1 CO`,1E(NED TOTAL CID CONSTRUCTION COST: sDt-)en\‘1\)‘\oni C`rke•Q_. mr_\1-j Alivzfe--L--.1(0 0,5 cArY6 (Total Base Bid + — I atai Add ernate) P1Ra3= s c BtVd da:e r/ y-iur re.spcise 3?C v ce,1\0,1 cv23 Tire _ 1 J J CPFB �n QUOTATION Grove Park Water Main Improvements Furnish & Install 8-Inch D.t. Water Main Along NW 21st CT., NW 19th CT., From NW 7th ST. to NW 9th ST., Along NW 18th CT., From NW 7th ST. to NW 8th ST., and Along NW 8th ST., From NW 18th CT. to NW 18th AVE. PCTS No. 15041 PROJECT ER No. W017110 Dated 5,/Lf Board of County Commissioners Miami -Dade County, Florida Honorable Members: The undorsir:red, as Contractor (herein used in the masculine s'ngular, irrespect.ve of ac:ual gender and number) hereby declares that the only persons interested in this Quotation are naT,ed herein, that no other person has any interest in this Quotation or in the Contract to which this Quotaton pertains, that this Quotation is made without conr.ector or arrangement with any other person, and the: this Quotation is in every respect fair, and is submitted in good faith and without collusion or fraud. The Contractor further declares that he has satisfied himself fully relative to all matters ar.d conditions with respect to the work to which this Quotation pertains. The Contractor understands that the Quote for each and every item requiring a quote is the result of multiplying the Estimated Quantity times the Unit. Price stated in words and figures. When the Estimated Quantity is an Aggregate Sum, the Aggregate SA:m written in words shall be the same quantity as the Total. The Contractor proposes and agrees, if this Quotation should be accepted, to execute all appropriate Contract Documents for the purpose of establishing a formal contractual relationship between him and Miami -Dade County, Florida. Al in full ar.d complete accordance with all terms and conditions set forth in and covered by the Contract Documents including all addenda thereto through number * Please fill in number of last addendum received. (If none, so state.) ER W017110 guotnr gr Page 1 of 3 ic12 I a.ar_z, BID SET QUOTATION Grove Park Water Main Improvements Furnish & install 8-Inch D.I. Water Main Along NW 21st CT., NW 19th CT., From NW 7th ST. to NW 9th ST., Along NW 18th CT., From NW 7th ST. to NW 8th ST., and Along NW 8th ST.. From NW 18th CT. to NW 18th AVE. PCTS No. 15041 PROJECT ER No. W017110 Item Estimated No. Quantity Desorption Total 1. Aggregate. For perorming preparatory work and operations ir Sure mobilizing for beginning the work of the Project, including preparation and acceptance of MOT, but excluding ,Divided into materials and permit costs, both of which are paid under 2 or 4 other payment items, the aggregate sum of payments. See Sect. B..:G f Ole-I.:re er-t -i el� � Cti r , c Dollars and and Payment +\,.J fcr Ccnclitionsi .e:} k, Cents $',5G� ^ c7 2. 2,500 For selling and delivering to the Department 8-inch zinc - Linear Feet coated ductile iron pipe, fittings and valves for water main, the price per linear foot of 411`0-1 Dollars and [Q� t Cents f$ c � ILF} $ a)/SOO 3. 2,50D For installing 8-inch zinc -coated ductile iron pipe, fittings Linear Feet and valves for water main, the price per linear foot of Dollars and Z v Cents (S = 1LF) $ 4. 80 For selling and delivering to the Department 6-inch zinc - Linear Feet coated ductile iron pipe fittings and valves fcr water main, the price per linear foot of \�r"� V Dollars and Z-�t2n 137,�C Cents ($ 3° ILF) $ 274710CD 5. 80 For installing 6-inch zinc -coated ductile iron pipe, fittings Linear Feet and valves for water main, the price per linear foot of ER W017110 Dollars and `I Cents (S /LF) $ 1"1 t CAD a QU6'"ATIO 4 icl 20, •0&09 Page 1A of 3 BID SET QUOTATION Grove Park Water Main improvements Furnish & Install 8-Inch D.I. Water Main Along NW 21st CT., NW 19th CT., From NW 7th ST. to NW 9th ST., Along NW 18th CT., From NW 7th ST. to NW 8th ST., and Along NW 8th ST., From NW 18th CT, to NW 18th AVE. PCTS No. 15041 PROJECT ER No. W017110 Item Estimated No. Quantity Description Total 6, 83 For selling and de'!ivering to the Department 4-inch zinc - Linear Feet coated ductile iron pipe, fittings and valves for water (Centirgont rnair, the price per linen^ foot of Item) Ddlars and Cents ($ 2 . ILF) 7 8,7 Linear Feet and valves for water main, the price per linear foot of (Contingent (- v 1 8t.©m i_ For installing 4-inch zinc -coated ductile iron pipe, fittings Dollars and o C.� 'P Cents ($ I S iLF) $ 3, crs(7 8. 1 For mak:ng tapping connecton(s) to existing water Each mart(s) at: NW 18th Ct and NW 7th St (STA:339+52:-.) including furnishing and installing tapping slee•ie(s) (stainless steel) and tapping vaFve(s), as shown on the Plans, complete, the price each of 1a)S' (d Dollars and Cents ($ afO(UC) !EA) $ (O ( C)c o 9. 1 For making tapping conrection(s) to existing water Each mains) at: NW 18th Ave and NW 8th St (STA:263+62±) ER W017110 Including furnishing and installing tapping sleeve(s) (stainless steel) and tapping valve(s), and cutting and capp rg existing rrain(s), as s`acwn on the Plans, complete, the price each of `E \ CV SCV^ Dollars and Cents ($ � I Cod /EA) $ (CI () C 9UCFAT!ON Page 1B of 3 ICE 3017•OG-09 61D SET QUOTATION Grove Park Water Main Improvements Furnish & install 8.Inch D.1. Water Main Along NW 21st CT., NW 19th CT., From NW 7th ST. to NW 9th ST., Along NW 18th CT., From NW 7th ST. to NW 8th ST., and Along NW 8th ST., From NW 18th CT, to NW 18th AVE. PCTS No. 15041 PROJECT ER No. W017110 Item Estimated No. Quantity Description Total 10. 1 For making tapping connection(s) to existing water Each macs) at: (Contingent NW 19th Ct and NW 9th St (STA:412+93±) item) including furnishing and instailing tappinn sleeve(s) (stainless steel) and tapping vatve(s), as shown on the Plans, ccrr plete, the price each of 2-etc, Dollars and Cents (S i�, Oen TEA) $ (0:),C 11. 1 Fcr making tapping connection(s) to existing water Each ma:n(s) at: NW 19th Ct and N',V 7th St (STA:310*09±) inclucing furnishing and installing tapping sleeve(s) (stainless steel) and tapping valve(s), and cutting and capping existing main(s), as. shown on the Plans, complete, the price each of 4 (- 1 ou.`,GL1 Dollars and Cents ($ )5 CnO /EA) $ (.J C=n 12. 1 For removing existing plugs) and connecting to ex sting Each water main(s) at: NW 21st Ct and NW 7th St (STA:390 -32=) ER W017110 including furnishing and installing all fittings necessary for connection(s), and cutt'ng and capping existing main(s), as shown on the Plans, complete, the price each cf A - d) �.- r'1 Dollars and Z Q. Cents ($ � I QUOTATION Page IC of 3 6 /EA) ice" �C) 2C11.05-9R Sip SET QUOTATION Grove Park Water Main Improvements Furnish & Install 8-Inch D.I. Water Main Along NW 21st CT., NW 19th CT., From NW 7th ST. to NW 9th ST., Along NW lath CT„ From NW 7th ST. to NW 8th ST., and Along M`WV 8th ST., From NW lath CT. to NW l8th AVE. PCTS No. 15041 PROJECT ER No. W017110 Item Estimated No. Quantity Description Total 13. 5 Fcr ma',,:ing cut -in connection(s) to existing watermain(s) Each at: (Contingent NW 21st Ct (STA:331+81±) Item) NW 21 st Ct (STA:391+82±) NW 9th St & NW 21 st Ct (STA: 397+60±) NW 19th Ct & NW 9th St (STA:317+17±) NW 18th Cl & NW Sth St (STA:3,134-06±) including furnishing and installing all fittings necessary for cor,nection(s), as shown on the Plains, complete, the price each of 421 'j e j( I l- Dollars and tz Certs (3 3 COG /EA) S Z5 QCC1 14. E For selling and delivering to the Department ire hydrant Each assernbl es with guard posts, complete, the Mire each of Dr 1 t 7) 1 it l — liars and Cents ($ I ( 506 /EA) $ f J ` ' )c 15. 6 For installing fire hydrant assemblies with guard posts, Each complete, the price each of 11 D �ur, L1(t��i. � Se t°"� Dollars and Cents (S 7[ C? !EA) $ I k� zQi 15. 2 Fcr removing and salvaging existing fire hydrant Each assemblies with elbowlshoe and guard posts, complete, the price each of ER W017110 �h.(L 41'IC SGn 441 Dclia=3 ana6 tic ` 2 01 Cents ($ �f /EA) $ 2Cr no QUOTATION Page lb of 3 (G( 7057.16-34 SID SET QUOTATION Grove Park Water Main Improvements Furnish & Install 8-Inch D.I. Water fbiain Along NW 21st CT„ PI`WJ 19th CT., From NW 7th ST. to NW 9th ST.. Along NW 18th CT., From NW 7th ST. to NW 8th ST., and Along NW 8th ST., From NW 18th CT. to NW 18th AVE. PCTS No, 15041 PROJECT ER No. W017110 Item Estimated No. Quantity 17. 25 Description Total For ?::rrthrrg and installing 1-inch single service short. inrliudind reconnection of C'J.5tomer's service ptoe and meter transfer. complete, t'•e price eacf- of S!'I,, C\, Dollars and 20_ Cents r•DC) /EA) ( Z�,c) 18. 23 For :` "ing 1-inch sirr,:e serve lc!1c. 7.'.� irrludir c'is`.omer`s serfscr Pine and meter t _..3.- the price ea!:`` o` Dcl:ars and Cents (> l c0 Kt CSC 19. 1 F`cr furrish,rg ar'd insta'i ng 1-!nch dual .se.r,ioe Inn,,; E:' I* i CIu nQ re onnec', ,r of cus omer's se^,.re r.); r E: an:" mete° trap fear_ complete. the price each of an- 860ZQt~ Cents ('$E3 5o IEA) $ 20. 5 For constructing Flushing Valve Outlet Assemblies Each (FVOs) at the locations shown on the plans. complete. the price each cf (-56r i Dollars and 1. .I1Cents (S /EA) 5� 21. 5 For construct:,:, Airs Release Valve Assemblies (AFVs) Each for water mains a: the locations shown on the Plans, (Uri^bngert complete, the price each of Item) ER W01711C Dollars and Cents (S J (ca /EA) DI)0TAr1{;tl Page tEoF3 BID SET QUOTATION Grove Park Water Main Improvements Furnish & Install 8-Inch D.I. Water Main Along NW 21st CT., NW 19th CT., Frorn NW 7th ST. to NW 9th ST., Along NW 18th CT., From NW 7th ST. to NW 8th ST., and Along NW 8th ST., From NW 18th CT. to NW 18th AVE. PCTS No. 15041 PROJECT ER No, W017110 !tern Estimated No. Quantity Description 22. 2,680 For furnishing and installing V-Bio polyethylene Linear Feet encasement for any size ductile iron pipe, fitting, or valve, the price per linear foot of Ore Cents (s I Total Dollars and /LF) $ 1 j ( jo 23. 120 For constructing 8-inch reinforced concrete protective Square slab, per Department Standard Detail GS 1.2, in areas Yards of low ground cover as ordered by the Engineer, the (Contingent price per square yard of Item) , I‘(— t1 Dollars and 7 . ran Cents (5 /SY) $ b Goo 24. 1,t_'00 For trench overeat in 1-foot depth increments, for any Linear Feet size pipe, the price per linear foot of (Contingent Item) ' - Dollars and Cents (5 t /LF) 25. 27,000 For sheeting and shoring ordered left in peace by the Square Feet Enc!neer, the price per square foot of (Contingent Item) 2---ees3Dollars and $ j, c0O i:� Cents ($ G , JO /SF) S 26. 600 For removal, transport and legal disposal of unsuitable Cubic Yards backfill rrateria!s,, including tipping fees, as ordered by (Contingent the Engineer, the price per cubic yard of Item) ER W017110 ' J ,i Dollars and am Cents ($ 2C /CY) s } I?t )coC QUOTATION .; 2')17.011-T7 Page 1F of 3 EID SET QUOTATION Grove Park Water Main Improvements Furnish & Install 8-Inch D.I. Watar Main Along NW 21st CT„ NW 19th CT.. From NW 7th ST_ to NW 9th ST_, Along NW 18th CT., From NW 7th ST. to NW Bth ST., and Along NW 8th ST., From NW 18th CT. to NW 18th AVE. PCTS No. 15041 PROJECT ER No. WO1711G Item Estimated No. Quantity Description Total 27. 5 For ,- '-ling and installing addIcnal suitable back`ilr Cuh•c Yards r a- . a :: rioted h•r the Enrr.~e .r. tt-e price per cubic (Cortrngent y., ,, r,` 1tr\A-A{ Dollars and Cents (S ICY) S 12f Qt 25. r.125 For coistru::ung 1°ma'.cck basa `c•r Type 'PA perrna tent Squ -e p,averrent repalrs. the pace cer square yard cf r'ds Cents (3 1 "t Do'lars and /SY) $ ) 5, 7.57c:� 29. ,875 For conr,trl.:ctng Type "M' asphaltic concrete si ace :q'da-e c .:rse perr•ranent pavement rears the pace per Yodi sa'. a e yard of k`.1 Yt Cedars and Cents (3 1 2. I5Y) $ 221 500 30. 560 For cold miltno raadway surface course for p-maneit S_,ua•e c', ner:t repairs (nominal 1 inch thick) (area as s'nowr Yards Qr P'ans)). the price per square yard of (Cc•lt:rgent Item) 1 Dollars a:•d ER W017110 Cents (3 5 /SY) S &IC: c7 (continued next page) auerArnn, Page 1G of 3 {CI IC 17 $15•09 BID SET QUOTATION Grove Park Water Main Improvements Furnish & Install 8-inch D.I. Water Main Along NW 21st CT., NW 19th CT., From NW 7th ST. to NW 9th ST., Along NW 18th CT., From NW 7th ST. to NW 8th ST., and Along NW 8th ST., From NW lath CT. to NW 18th AVE. PCTS No. 15041 PROJECT ER No. W017110 Item Estimated No, Quantity Description Total 31. 560 For constructing Type "V" permanent pavement repairs Sq are for roadway (nominal 1 inch thick machine -laid asphaltic Yards concrete friction surface overlay), (area as shown on (Contingent Rens), the price per square yard of Item) -1--t 4 Dollars and n �%{ Cents ($ ?_Q /SY) $ 32, Aggregate Fcr replacing pavement n;arkTgs damaged, removed or S_rn ob! aerated by the Contractor's operation, the aggregate summ of * —i`k C i�• , 5 1ryv<Si Dollars and Cents $ d O dL.J 33. 1,50J Fcr const-uctir.g concrete sidewalk restoration to match Square Feet ex'stir.g, the price per square foot of (Contingent Item) \INk. Dollars and ZQ'fJ Cents($ 5 'SF) $7j 50c'i 34. 2C0 For constructing concrete curb and gutter restoration to Linear Feet match exist'ng, the price per linear foot o` (Contingent Item) Dollars and Cants ($� 1LF) $ �CG� 35. 3 For replacing and reinstalling sanitary sewer PVC 6-inch Each la}cl als (NW 18th gand NW 8th St) (Contingent -r 1(Q 0 j) Cttid Dollars and Item) ER WO1711O Cents ($ 2/ COO /EA) $ !, QC QIYOLIVON Page iH of 3 ICI 1.417-06-Ja BID SET QUOTATION Grove Park Water Main Improvements Furnish & Install 8-Inch D.I. Water Main Along NW 21st CT., NW 19th CT., From NW 7th ST, to NW 9th ST., Along NW 13th CT., From NW 7th ST. to NW 8th ST., and Along NW 8th ST., From NW 18th CT. to NW 18th AVE. PCTS No. 15041 PROJECT ER No. W017110 Item Estimated No. Quantity Description Total 36. 30C For restorirg sodded area, the price per square yard of Square Yards Dollars and (Contingent �n r�I f� Item) �-e,r Cents ($ 3 ISY) $ L0�J 37. Aggre;g:~le Fcr furnishing tragic ortrol, the aggregate sum of Sari Ic I JCS Iv'j; Dollars and Cents $ (NCO 33. SUBTOTAL The SUM of Item Nos. 1 through 37 39. Ded;cated For providing uniformed, cff-duty pc+ice officers for the glow,vance purpose of maintenance of traff'c, the aggregate sum of Ter, Thousand Dollars and Zero Cents $ 10,000.00 40. Dedicated For cost of requireJ permits, fees, inspections, impact Alo.vance fees, if authorized by the Engineer, The sum of 3;a of the Subtotal Item No. 38, (.03) x (Subtotal, Item No. 38) tin liS6/ l di Dollars bnd Cents $ 1-7 ( 2 5 . 90 V ER W017110 4t:w TAT1 N IC1 i0" 06 04 Page 11of3 BID SET QUOTATION Grove Park Water Main Improvements Furnish & Install 8-Inch D.I. Water Main Along N'N 21 st CT., NW 19th CT., From NW 7th ST. to NW 9th ST„ Along NW 19th CT., From NW 7th ST, to NW 8th ST., and Along NW 8th ST., From NW i8th CT. to NW 18th AVE. PCTS No. 15041 PROJECT ER No. W017110 Item Estimated No. Quantity Description Total 41, Contingency Far unforeseen conditions, for minor construction Allowance changes, and for quantity adjustments, if ordered by the Encine r, The sum of 10% of the Subtotal Item No. 38, (.10) x (Subtotal, Item No. 38), eV )\ V:IY---.4j Y1\ y-cL,\//-,021,/16 01:a' 2,r2-vc cents $ ,U� 42. TOTAL BiD The SUM of Rem Nos. 38, 39, 40 and 41 $ 7-71 6 i 1 . o Note For a detai'ed descrIat on of each Proposal item refer to Seciijn 3.00 "Measurement and Payrne-;t" of the Snecifications. ER W017110 QL TA'10k f0 201'-O649 Page 1J of 3 BID SET 041L46MH3 B. C. D. "TRENCH SAFETY ACT" Bidder acknowledges that included in the various items of the Quotation and in the TotFt Bid Price are costs for complying with the '"Trench Safety Act", Florida Statute 553, Part 3. The bidder further identifies the costs to be summarized below: Trench Safety Measure (Description) Units of Measure (LF, SY) Unit (Quantity) cpc O fd 7 La Unit Cost Extended Cost n O z 0 3 N (11 Z ' C7 3 o o • pp Z C7 C/3n k'aa 14 -3- -k .� �l n w n�� 3. O -1 a,,3 c- TS Z.71• .p o ` ''} .71 4*Wa 3°w o w Z m [n TOTALS o � 0 C 0 0 Z The Contractor further proposes and agrees to begin the work with an adequate force and with s.f`icien: equipment and facilities on the date stared in the written Notice to Proceed isst.ed and served upon him by the Engineer and to complete the work in Two Hundred Forty (240) Consecutive Calendar Days including delivery time for materials and equipment. For the purpose of reimbursing the County for additional costs incurred by the County and resulting from t.ne failure of the Contractor to complete the work within the prescribed time limits, it is understood that the raduct:ons for liquidated damages which are specified in the General Covenants and Conditions will apply in the event that the work is not completed within such time limits. If Ordinance 90-143 applies to thls project (Supplemental General Conditions and Wage and Benefit Schedules are included within these documents) the Contractor by submittal of this Quotation, acknowledges that he is aware cf the applicability cf Ordinance 90-143 and agrees to comply with the minimum wages and other provisions. The liar of parties interested in this QJotation, the list of e uipmen, references, and financial statement are to be furnished to assist the County in making the award of the Contract and they shall be true and correct. ER W017110 OUOTA"1oH Page 2 of 3 I 2O 1?-)A. ] 1 BM SET WHEN THE CONTRACTOR IS A CORPORATION: By: ATTEST: (Corporate Seal) Name of Corporation By-� Signaturef Secretary Print er type name Si -nature of Officer Ve,fi \lc; \ ,0 Print or tyre name Q itr&S Official Title 2- su?CkL a 310E Corporation Adblress PA4C1,44 ( l Corporation Telephone Organized under the laws of the State of rid r(re�- and authorized by the law to make this quote and perform a!I work and furnish materials and equipment required under the Contract Documents. In the event that the Contractor is a corporation, there shall be attached hereto a certified copy of a resolution or the Board of Directors of the Corporation authorizing the officer who signs the Quotation to do so in its behalf. ER W017110 4110TAT!CN ICI 2317 0441 Page 3 of 3 BID SET RfrVISFrl Roadway Improvements HID FORM I1 F1 No 17-1 a-019 Grave Park Roadv nv anll Water M:,i.s ir„�r,.t.on,o„e� _ [»na. 1[l IA PAY Ii}M I1F;1 Hil,ru'1J 1 I1N114 L.1114t+'I4TY IINIT COS r TO►Al AMO(lrer IioAIIWAY PAY 11 EMS - y_-- _ - •+ _?70-1-1r; lu 10-1 . Ir"-r,train l- l,Vii 11ol nod Al:aleni:'11: I,1 F1f ltiNlel anti L'Valy, P.,m,l•;n, L.:. 1 5,,7,11I;.1.vj 11U•1-I L1r-ar 8I d Grubil154 "tom Ls l -.,,'i: $ 10.W',1l,.+ S.l.Gir _ )UU•4 i;' St:a1v11'atiyn I1".-J ....! r, L ts.L. cl 1+.') Tr 1111 2 I. Intuaik - New Alalerr al L � , ; ..,_'_ -9'1' 1 4 i l 57.1)41 127-70-1 '.l,118.9. 1ri318,t1 A$J1i81.6 F-,I>,, . .I ,- !°r�V�1r) 1i f.'..;,1 ai.Vii f' T 7.1.2 - Ab rail i.0 'r -It I'm I I L:ours,u l rail' . •"., Illoh PPu1Ynler II-1 lm,4)'Re4ur(: 4:1 l>I r N J.:', y l'15 0.1 f -. 4-U.C. LLID an. G.l11Mr-1.-,r,-i- ,•,, c..- 1F 7 Ut 52:l lkl • 1 c to-i S,odAad, 1-1- n �..,,.�Ir l 4Y f I1 5S i1 , - L.1 V � _ ... L Sulcwa14 Lb' . .... r... SY 1 '. A,S� S441 t:. .. •; .I (..l ;ll,rorc, Wu,nlrg',wld.14 1 Sr j;2r..tic _l 1 -- - .1 i-Y 5L-01 =-; 14 .i 1 i.Cds C.dr:: 44 tx todidi 1s1111al n ) ia71.iratb %Nate, ; A'.r.a I,:.I.tcnce 4 ::Y 2l1'.t) _ � _o: Sii 4-.440.0 71,ti.5.,,la:e Pn,it,t:114r16.145:,,1 Prow III19 r F. 11AL II:MO VAv II:.F11- 9.,:', :.:,,., r III 41 PAY 1TFM (IFS f HIl' 1111rt 141ilt. l2IIMITITY 1.1}414 f'(1111 TO TM. AM4111Nr L ltAINAct .AY 1111,1a .1."r l ;r,li 11i1Id13 [Cue01y1,e D G..::11 ., El 310.J. 5:2 01 r.i; •l _ _ .. - 12i. -2-42 ;.lantlole 1344 A 04/1 l:ilutnyiinl nlari: nulls lia:Vlh 15'1 LAC} I 14 52.34U Dr. j's:.7(ir1 OJ Rerll:.'4I ul ELietiog D1641te,lc 1$4,4.44144le thft1 la j.y„4.-)4 5,14 _-j1 Di! 4 .5 AJJJ91. ux191r1.19 v4.lv5 (1op:S, rid-1/..r trox114 a1:1 Mani, ,,,'c Cc:, e,.rs LS 1 £.ISCI.LIG _4:1Um1 4_`1..✓. Cortdrill F.aisladi Str.el.tuo,s EACI I 1 $0014 Cf,: 1.1400 n,l rc, 1•i• I _ -41.4.174-117 Clean Ear511n9 1,u1Ch k0a Sint: LC 1 _ $72%.63 Sa2u 63 Pipe HDPE.. - 12 Domeier L.1= 12 S,13.00 S'!Fr`ii_- 4;i(1.171-123 Para HDPir• 11.;"L7iurnl:le, I_F 2140 S'i7.6C, $194:1.101, 430-111-12,3 F'pC 1.11*1 - :4' Dld oel.er l F 230 VC. 03 $17,240 ba i44-70.4 Ex11 !ration Dial, (24'} Ilnllun4S F}2U4Sl ROSE Trench. and fleet:: F4iter Fats, i i5 LF 1 r•.9:1 .5114i.441 510?. n4•6:u TOTAL C,RA4JA,1F Lr E1.1S= 91i.Vd,101t.44 illr..4 I^n1IILt4 11FSCHII41111N 11411T9 QUASI IIrY I1fliTCOST r0YA1Ahio11N1" SII4NING ANG PAVbt. EN t AlAHIsINO PAY I I L Atro 1, . 4 t'.:J rte1GCa1e Exisnly: Skew (S4, t,(1et 5 t,sl) _ CAC,* 5 SISG 01, 34..4¢J.1t- 7111i•.4 Halrrr4ll4CLtre r'ilvrl nram M4rlin4s EAU I 48 55.00 374j i1G I1.11-123 TlydaenupL.JsIl[ Millie) (6ali-(i ( I2) LF 540 5) CO 5a4,104. r11-11-1i5 Tharnlaoloslic(While) (aoli4i 74') lF 100 S2,CO i!Ou 04, /11.11-221 Iller nar,lasl4L (YelWwl (SoI,4) lei: Lr il.:l1 52 GO. 51.L4.40 et ICi'AI sioinr;c AHD 'AVC414, NT 1, AN -o o ITEMS= $1 7r'J J,7 _ 44141411A1. Ai I.AREAS:,5i 1JL8e63 b.4SC111 L ANEDU5 Il Ems .1:'_ .11 101.1 MUud_i2.4TION(1II%i (3 1 71 b86(s8 _r: 661'; u" I4.2-1 MAANI t NANCh(1!- I rELFFHall4i., _ l3 1 5 7Lb— IA Sei -lrb w `,Ui'.1.i1 ADVANCED UTILITIES 1414 Ldi41 ION SOFT l.4(,17,4Nt1 F5e+l ORRA111 i44 L 5 1 $ 5,4u009 SS 00• .04} 1 F:RM-ALLOW PERMIT ALLOWANCE S,, ,s'. W E1ASE BID - TOTAL ROADWAY IMPROVEMENT'( CONSTILUCTION cos r $885.828 20 ;TO ;7.13'019 - Clrooe ark Roadway and Water 523;n1mprooentants Water Main ftnornwennents R.I0 FORM PCTS No. 15041 f ER No, W017110) ITEM ;TEM 90. DESE.R101"CN UNITS UNIT COST ouaN7irt WTAL ataCutit WATER MAIN PAO ITEMS 1, Peg!..;-,,ep ; p ep 'pat.:: ,...,-, .P, I. X•er31,...."3,3 3 r,-3a.o. -0 'or sorra-co '!"e NCI-% 3' ..11e m.r....iet: r,..3.1.F3 ,...fep.ral...3 .1±:ee.011^Ce f:r VCT 0...4 1,7,41 q 3,3,3,4 OW 3e07,3 .0.1%. ;err of /oio;nmet Se 33j dar 03.,,r. ,3-1. 'ne tcanogale T :Cr. :co 1 roa 2 3r 1 navnenta Edn ie.7! 3 --1". '.'4.133.eeleril ied 31'or C3,3,4fces, • 50.000 la i 1 56600 30 .,,...r.j ard 1'. tor 2:o ;re '.'"e.6,5,1.,11 I. roll .too:-acale3 .::1c122 tc." DOOO. fdd-go Ind ',awes 'Cr wafer "natn the cose aoor 7 ; -evraa; a: LE S ar....30 . 2 507: : 02 :CO 50 3 Iran Psi:. ; 3 -" 3 ., ,, • .! , , xee 0:Nor. ;oil meets fat row ran. :no once as- 'inom 'cat af 1" 5 55 00 1 2.117; 111590 30 '-'-af 13,401 1,0 73 ."3"11-9 "a tre 60a1-^-,10'ren .; aa-a :Med ;Loa; too. mat 50113 and ,a1-;e:',...wlier ma13.11,0 CHM pei rear 3ot of =1 30 .70 • 80 . $ 2 3C9 30 5 •z 1; 1513.,ng :,,,z4 t4,e -.:04red :4.1,-, •.-r• :- :-- '.' -.; •,: .:, ,qt. 'Or ;tato! mart. ire 3nce God:MeV tncr o' LF s $0 JO 60 S a 200 1.": 6 . = N lo,i,no aro Jo ...MAN '.3 :Fe ,:•:,‘ , ' ' , •1 ,• .' , .: ,--731..,.1..,3,::ie trr, 3,3. IIIA1.1. And 30.45 '.e, wi1er.7.0 4,!:.-Ce 3tr leitif ..:13I nr Conlrgon1 rem! Lr0 21 30 00 1 380 70 7 l'-":N 15/31311 1.en 2r:..131.1e ...,..,` ., .• -, 01.0 •," r ,j ' , 1 , 41..et: 11 431er ,,a13. the 011,:e .1e, ORM' '351 3‘ :::::rorgoot ;tern: IS 25.00 30 3.300 66 1, 3, +1.3,,,,g .6[1,-.1 :' ,r•!:' ':", :. '3 :'• Th, ; el1.2,. °ea r.,;3 gl :'&'.''` -I,P,, CI ircr .. r" i';' ".•-•;.1",•;'...; 3 '1 -;, 3 zo.2 : 3134,;lee, 2,.1'31:2...,,, ,3f,e,..3. As..1 S ,...., .0' the .'ersa. 70;11019:rr.. P EA 10.206 1 0 10.0110 la 9 : - ': '' ; ''',1 ' ; 1-; ; ee,e1; ,t.13 :d,,S ;,20C 3,1 'X:: ,,; ,ra ..,3 . 31,3 ..in.ril 333 :ar.00q 3t allog tr3;14, • ..s :- . o a- Pe 7 ..-', :::, ..=,...,. • .-:-.. jr11 t.i EA 5 10.205 04 1 17 060 00 I-, d : , ;..; - - ' : .1.• 1 -3' ,g !no:dto .:3"dd..e1.1r 31.331le9I Mee: 3,1 Izz ,5 ,..3i,Le ... -.3 ,-,, V" 3. '%.,-.i. cr...11:0.e.t. 4,e •0 EA 5 10.000,32 10 IC0 )n •,,,-,•L 11 1 ; d- :.; -; ; ' •r r. or; s ,d to ; 1; 131o.: 2o,, =,;;;,,, poi ;.;Nor-.1 1112 -Jt1=rg ind 015231; 31911103 ;rono,). 0 30000.30 1 f 15,700 30 12 ••• or 'r • • . - . i :.' ' i • ' , ',..r.-ting :0 tt E=1,1 water comma. at rv-s: ; ' ;" ' -7; '; ; 4 ; 131131133, '02339 ,15=333rf ,3, .733,,st:'..3.3ES. add :u1:319 or::;ags,og ot.atro ra.r; 3r 3, 13.3,3 33 Ile e65e t-..I E.e S 5.000.30 1 5 Sloe 36 13 5311eeran(3 fa Ont.': ng vote; Tanis) al N1.); 2; :r ::,3TA 391-31y; r303 2151 Co tSTA.39;o92c; re:t 41, St 3 VW Vst 01 E-o ; • s_a; ritv 100. C.4 3 Ntv 0,0 NW 1201,51 6 rt$9 321 2i .=. ' d•- ;:da; 0c.!....: ru; fu06193,j .8, ,1 1..' ,.'. 11 ortis ow:coo/of? fof 3211o3arcovi., as 0;03.1 an the Ptor's. comi0O.9. Ire 2,153 ar4:7 :I t....:on1tA9o0; 4E44,. EA $ 5.076 30 1 25 )0210 14 P-as 315,r4 ,ir.d 33,:,e, ng La :e..! : - , -1-i,es1 fel lyIrlir 30.:Te'::.el vc.,' 1.43-3 .3.:.5,..1.. taino;ele. :re 2-c1113911 of EA 5 1 960 2.1 a $ 11.3150.32 15 Ear 3131311533 rire fr,rlitrt toot:rt.:roan ;rah 4.41) Ooita Vr03t330 Ird 3,-.:2 44C;; Of EA $ 2 700.20 a 16 210.32 Ifi FE:7,211,01d4 OM: i3 ,.-d; -g 30s1o4 'ire 1.1611 1,...e0191-31.141, .T.:319.,,,Ve aro $ ra-22-061s.rorn23ole 0•ctme soc0 af E $ 1.260 30 .2 2.201 71 ' ."3 ond isld,;,33 "..;;-.., poTo 311..-33 3.;-_,2g, rtud r3 •trorroonn d-osto•nar's leroco w, 1,0 rarer..= . I ;c3150085e. Pte ;taco dr r. ::1 i7A 650 on 25 1 16 250 70 Foi 4:12'5,r9 7,4'16160,2 ,- r1-, ';;=9;9 se', 'e 2E9 k'oft-Orl 'ttoolrtnoco al :.;3torrefs 101433 0m2..22`..0.,r0w !we.t,I I r:-.0roiete. rhe pima oacn 3', 2,10 700.00 2,3 19 000.2,5 ,,, futo;so oi and nar3111,g loner Sal tart.-2.31trlg intl.:1110 otoronot:tor; I 3050-1131't tarare von and mere: •ransjot 19 cam311313. too to-ro 3aa,1:1 EA 5 ascon t 359 00 20 For :orratn.otng '.1.41).-1 stdloo Coin!! a Siottorle3 ! E ve-s . 1. r4. IH.3,e..^S Sen/in 3.-, .re Mins. aanto!otu. ine or,20 oar; LI EA 850 00 0 4 250 00 21 3,21o.;;1;;•4 a, Reeaso :5.3 A31431taes 4;7,21; 03, Asa:or -rifoos 21 tre costosts :roan on the Pans corm-tete. be ot,co ."03chsf I.C3r Jen; :teo;;; 5.11 1 5 1 8C0 20 S 11 .5,00A Oil 72 F .4 04,3•;;rg 3ri os;j1...1 A.3.;a; 0 01$31r,;ene cosca$3,-en1 'Or 31, Size 3,dile 4,cr ;nt 1.3131 ar ia 'rd. lee or23 Od' ;real ;out :f LF 1.00 i 4....in $ 2.620 30 23 11ar ao-ott „z0rg R•Tee , d nhicet: :Of17.fOld.;.ardscor; 2 Var. ee, 543,13,3 7.:214 I 55 1 2 r. 3re313 3f 5.' ;MAI 3:mer .14 1,..-3t.60 Cy :h.: Er.04,eer me ar.:4 :dr 5302 s ao g (c3r..,,ii,..mr lent: SY I 0 65.00 ! +.2n [ s 6.320 20 24 For notion ovotadt 1 .2.2 a; 3o,c9; n;,,,,,,,, •;,. 3, , ;„?..,,,,„,. o.,,,, 3, on.pir f..XOf; t 1= 42.:41,,:tt0i le, 1.00 1,000 31 ,: Pc, sr stir; art sectt,; srlesss 'se n stace 'Is ttp Erepree. sat peat soy 3ar2 tent st 1,t3aher0erre t Se SA 5 0 30 2".X1 13,500 30 28 sr ,e0,0,11 tar:sr:713r:: 60a1 51762.2 at we:oases backbit ester sts. Ina Ix te; spp,r; tees, a,„ ,rderrgi oy :pe Sng,,,,,er . !he brcs set :It= saci st r.zrrrelent ser. CY 5 20 04 600 12 30010 F, ,; e.,7,,.4. ,,,j -d,NN 1d47 f:Cflal :i6tt3r e •SackSe rymeral. 35 isected as 're Eflq...39,- :ha :reeler :..Co. iarl ..yr "Orc.,:irge....! 27 see, c, 2010 661 $ 12 100 30 20 -," :anstextr; Irse.bass bass 1st 7/04 '''..r peer:diem aarertePt resat's. tee tr.= per scs.are y.pd ;I S". 14.10 I "25 S 16,750.311 23 -,t -.....sestrLcers 757k...1' $Sheadt: caecrets ssa'ass :stese sere veto; 0,500222 'ePattS. Ott Once Pe' 240111 tad :1 5, 12.00 I.S TS s 22.300 30 30 y‘rarese, ,tase,a"." avrtace ara..rSe Pa' Semlbritet as•erer 'eCaeS .rterreedI I rill !P.M asea 33 .1.CVen to Marts". pte peas nal, saLare ya,d Oursegent .terj, s" 5 5.00 1110 2,100,S0 1" -4 7 'Jae ",* OSTIttrert SAsetrer: 'nal5 tcr reatreas "ncestal " ere tetra ma".rre.lato bs.lran,c larttret ,rVL'i,p sug{,,:e 36,t, 37 , 150o.3 aa ars., sm Kan.. Ms ner. re" iLlUall yard ;1 or.'iLnilnyari tele! $Y S 2888 560 11,200.00 32 , ra,tssotar:nq 2as4r-22.t --res :els 2a1,3:j2d 5.42,4 MI 7f 3-6 Sentel 3y tht C0/11£3L72ei opersi.cr, the aggregate Ian al LS1 6.04000 I $ 6100 00 33 .st carter:tate; 7.32312(2 5115003l5 restcrutett In rtame eesees; ses 544 :er sp(1ase. 'ars st (CanLte ogent te, SP b.00 1,a00 7.50010 7,32 carts raving cbrArrete curl 3e,P;L0er resmrstor 's "eaten scar; trte prod oef 7i.em kr.% - oCcettesen1 Nervi LP 5 27.64 VII S 5.100 10 35 j r sr %sops r.; era remslatItr; sartzr! sewer PsYS 6,ver, 131V IS .0..‘1 10h CI arid Nitei 6111 Sli (Car:epee:. I)em; EA 5 3,50/4 A i 9 090.00 36 •,-":r .estorng sateJed arna. t e ors* bet square yard st tCartirstent Item ' 5 3.".0 300 S 000.00 3: , P-: 'pert:tee; s50.PG,70`,11 d•R 191,0:Jale %W." If LS s 16 110 Cr, 1 73,00000 38 • SUBTOTAL IPIATSR MACS WORK= TPT.P.P0 •rfs' Jos st rr; ,ribene.1 art,Ists sta ca lif ::FAS `f, a,.!, Statftese at eterrerlattre at 1.3T:11 !Ilt, ngregate 15tT 5) ; 30 LS IC 1C-0 -.0.; ,j tGeLr: vest 4,1334260. 5 G.1330.,20 •40 Par :as" :I f....n. ral arm tt, fft0. tessea“;"50 areact tees. ,1 astlese3e1 by te Ellafeto 71p1 3,45' :'.f 3,,, lt es ionettat Pere 7.4a 35. !.a); ,:•.,:iinurvai. Item tic. SS: ("Leoca)eb Ailawarce, LS 1 1 5 7.75523 ;sr .Navesean ..:-..,..-nee.:13. kyr ,i0e10‘ .1.,,,t,,,CE: cr, ch 3P;V: -WI for sLanals atls.sbetres. :fat:eels as "ter. Esqtrett 4. 'I'r sun at IC,'t. .,r Ise frubagJI temes 'I 'S.101a/ •SuLtalam t. et "Ite 35,L5 C:anertgereas Ailutraese, . • - S 51'Ind.:10 42 j SUBTOTAL ALLOWANCES., 5 66.411.00 A Da AU_ rMA TT; - TOTAL WATER IVIA3N IMPROVEMENTS CONSTRUCTION COST . 3 .577.871.3C Soo; For a delayed 5257,01,^ :I 13421 L.4 Per %,34n P-csusa! Peas. -star te Seceas 6.3 of ;he 'haler Main Speallcalices bettebd 1.143swerneni and Payrer,I".