CITY OF DEERFIELD BEACH Request for City Commission Agenda

Similar documents
CITY OF DEERFIELD BEACH Request for City Commission Agenda

CITY OF DEERFIELD BEACH Request for City Commission Agenda

Request for City Commission Agenda

CITY OF ELK GROVE CITY COUNCIL STAFF REPORT

Office of Superintendent of Schools March 29, 2016 Board Meeting of April 13, 2016

RESOLUTION NUMBER 2877

COUNTY OF LOS ANGELES

SCHOOL BOARD OF BREVARD COUNTY, FLORIDA BOARD AGENDA ITEM April 18, 2017

STANDARD PROCEDURE Number: S410.10

Office of Superintendent of Schools November 25, 2013 Board Meeting of December 11, 2013 COMMITTEE: INSTRUCTIONAL EXCELLENCE AND COMMUNITY ENGAGEMENT

FEMA Hazard Mitigation Grant Application for Seismic Retrofit of Live Oak Community Center

CITY OF SIGNAL HILL SUBJECT: EXTENSION OF CONTRACT SERVICES AGREEMENT FOR CONTRACT CITY ENGINEERING SERVICES WITH RKA CONSULTING GROUP

City of La Palma Agenda Item No. 5

Updated August Metro State Aid Payment Guide

BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY

REPORT TO MAYOR AND COUNCIL

TENNESSEE EDUCATION LOTTERY CORPORATION. Invitation to Bid

DEPARTMENTAL CORRESPONDENCE

PORTLAND DEVELOPMENT COMMISSION Portland, Oregon RESOLUTION NO. 6784

Brenda J. Billingsley

Le-Nor-Co Purchasing Cooperative. Joint Purchase Agreement. February 2017

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

Below are five basic procurement methods common to most CDBG projects:

City of Norwood Young America

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services

Maine Turnpike Authority Procurement Policy

Office of Business and Financial Services Procurement and Contracts Division Section SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES

AGENDA ITEM. Item No.: 8 Date: October 9, 2017 Item Description: Application for Hennepin County Youth Sports Facility Grant

GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan related to this action.

Florida Association of Public Procurement Officials, Inc.

CASSELBERRY NEIGHBORHOOD IMPROVEMENT GRANT PROGRAM FY APPLICATION

City of Mount Rainier

REQUEST FOR LETTERS OF INTEREST

CITY OF NORTH LAUDERDALE FIRE RESCUE DEPARTMENT

OFFICE OF SMALL BUSINESS OPPORTUNITY AD HOC COMMITTEE MEETING

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

Deerfield Beach Community Redevelopment Agency AGENDA. Tuesday, January 17, 2012, 6:30 P.M. City Commission Chambers, Deerfield Beach City Hall

SOUTH BROWARD DRAINAGE DISTRICT Letter of Interest Design Professional Architectural Services Due: October 10, 2016

CITY OF NORTH LAUDERDALE FIRE RESCUE DEPARTMENT

LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee]

CHAPTER 6 Construction Traffic Management Program. Overview

REQUEST FOR PROPOSALS (RFP) For Electrical Engineering Design Services City Hall Switchgear Replacement October 28, 2016

REQUEST FOR PROPOSAL: RFP No Asphalt Repair Services

BID ADDENDUM. Addendum No. 1 DESERT VENDING PROGRAM

City Commission Agenda Cover Memorandum

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF BROWARD COUNTY, FLORIDA: The foregoing "WHEREAS" clauses are hereby confirmed and 11

PRE-BID CONFERENCE FOR BID NO SOUTH MAIN STREET MILLING AND RESURFACING IMPROVEMENTS TOWN OF WINDERMERE, FLORIDA

CITY OF ROHNERT PARK CITY COUNCIL AGENDA REPORT

Bank of Uganda REPUBLIC OF UGANDA ADDENDUM TO THE BIDDING DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF A DISK TO

ocr 1 B 2011 J.Jf/cfV/s

REPORT TO THE DULLES CORRIDOR COMMITTEE RECOMMENDATION TO AWARD A CONTRACT FOR CLAIMS CONSULTING SERVICES FOR THE DULLES CORRIDOR METRORAIL PROJECT

Internet WAN RFP. Request for Proposal for Internet WAN. Colquitt County Schools. Issuance of RFP 02/25/2015

NOTICE IS HEREBY GIVEN OF THE FOLLOWING ATTACHMENTS TO THE ABOVE REFERENCED PROPOSAL:

INVITATION TO BID (ITB) BID # FY

SUBJECT: SEE BELOW DATE: May 26, 2016

TRANSMITTAL THE COUNCIL THE MAYOR TRANSMITTED FOR YOUR CONSIDERATION. PLEASE SEE ATTACHED. ERIC GARCETTI Mayor. To: Date: 03/16/2016.

@Count Adminlstrato~s 51

SOUTHERN FLORIDA MINORITY SUPPLIER DEVELOPMENT COUNCIL CONSTRUCTION INDUSTRY GROUP MEETING

Ben Walsh, Mayor CITY OF SYRACUSE MINORITY AND WOMEN BUSINESS ENTERPRISE CERTIFICATION APPLICATION

September 14, 2016 ADDENDUM NO. 1 SPECIFICATION NO FOR REPAIR SERVICES FOR VEHICLE IMMOBILITY DEVICES ( BOOTS )

COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM (CDBG) 2017 CDBG Application and Instructions for 2018 Funding

DORAL BUSINESS COUNCIL INFORMATIONAL BUSINESS SEMINAR

Operations & Maintenance

REQUEST FOR PROPOSALS: PROFESSIONAL AUDITING SERVICES

Arkansas Transportation Alternatives Program (TAP-2015) & Recreational Trails Program (RTP-2015) Application Seminars

SMALL DISADVANTAGED BUSINESS PROGRAM APPLICATION

City of Sunny Isles Beach Collins Avenue Sunny Isles Beach, Florida 33160

CITY OF SACRAMENTO CALIFORNIA

Guidance for Locally Administered Projects. Funded Through the NJDOT/MPO Program Funds Exchange. August 27, Revised September 15, 2014

Sidewalk Café Permit GUIDELINES & CHECKLIST

DOAS State Purchasing Toolbox GA Fiscal Management Conference September 23, 2013

Memorandum CAPITAL OF SILICON VALLEY

Report to City Council RESOLUTION AMENDING THE SCOPE OF USE FOR THE MORENO VALLEY COMMUNITY FOUNDATION, A CALIFORNIA NON-PROFIT BENEFIT CORPORATION

INVITATION TO BID. (This is not an order.)

CITY OF NORTH LAUDERDALE FIRE RESCUE DEPARTMENT

HOW TO DO BUSINESS WITH THE CITY OF VALDOSTA, GEORGIA

FLORIDA INLAND NAVIGATION DISTRICT INTRACOASTAL WATERWAY MAINTENANCE DREDGING SOUTH OF PORT OF PALM BEACH PALM BEACH COUNTY, FLORIDA

REQUEST FOR PROPOSAL FOR BACKUP EMERGENCY GENERATORS DESIGN TOWN OF YUCCA VALLEY

This Week in Commission

Office of Superintendent of Schools March 22, 2017 Board Meeting of April 5, 2017

STATE OF NORTH CAROLINA OFFICE OF THE STATE AUDITOR BETH A. WOOD, CPA

BOARD OF TRUSTEES. Richardson Independent School District Richardson, Texas Study Session

MICHAEL N. FEUER CITY ATTORNEY REPORT RE:

SUBJECT: ACTIONS RELATED TO THE MINETA SAN JOSE INTERNATIONAL AIRPORT - PERIMETER SECURITY TECHNOLOGY INFRASTRUCTURE

Right-of-Way Improvement Standard Chapter 2 Streets Department Plan Review Standards. Right-of-Way Unit March 2015 Rev. June 2015

SECTION 3 PLAN & GUIDEBOOK

FLORIDA LOTTERY OFFICE OF INSPECTOR GENERAL ANNUAL REPORT FISCAL YEAR

Bidding Requirements for Alabama School Boards Using Federal and CNP Funds. Bid Requirements in State Laws. Public Works Definition 9/14/2016

REQUEST FOR PROPOSALS (RFP)

BOARD OF TRUSTEES. Richardson Independent School District Richardson, Texas. David Pate, Chief Financial Officer

General Government Committee 9/13/ E. Grand River Ave., Howell, MI 7:30 PM

Purchasing Directors Meeting March 22, 2018

City of Mount Rainier

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

MONTGOMERY COUNTY, OHIO SECTION 3 CONTRACTING POLICY & PROCEDURES

ORDINANCE NO Section 2C of Polk County Ordinance Number 06-24, as amended by Ordinance 08-63, is hereby amended to read:

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

Transcription:

Item: CITY OF DEERFIELD BEACH Request for City Commission Agenda Agenda Date Requested: 8/16/2011 Contact Person: Charles DaBrusco. P.E., Director, Environmental Services Description: Request for approval of contract award to Metro Express, Inc., for repair and installation of sidewalks throughout the City. Fiscal Impact: $100,000.00 Budget Line Item Number and Title: 108-4050-541-61-30, Road and Bridge Fund Improvements other than Building Required Attachment: A Cover Memo from the Department Head to the City Manager further describing the request and providing back-up information and documents. THIS SECTION RESERVED FOR PROCESSING OF THE REQUEST Ordinance Resolution Consent Agenda Agenda Item Type Presentation Written Request Public Hearing Public Hearing Second Reading Quasi-Judicial Public Hearing General Item Comments: ITEM APPROVED FOR THE AGENDA: Signature Date

RESOLUTION NO. 2011/ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DEERFIELD BEACH, FLORIDA APPROVING A CONTRACT TO METRO EXPRESS INC. FOR REPLACEMENT AND INSTALLATION OF SIDEWALKS THROUGHOUT THE CITY IN AN AMOUNT NOT TO EXCEED $100,000. WHEREAS, the City of Miami Gardens serves as the lead agency for Southeast Florida Governmental Cooperative for Bid #09-10-069 for the replacement and installation of sidewalks; and WHEREAS, Metro Express, Inc. submitted the lowest responsive responsible bid and met all bid conditions; and WHERERAS, the City of Miami Gardens has agreed to extend the same price, terms and conditions to the City of Deerfield Beach; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF DEERFIELD BEACH, FLORIDA, AS FOLLOWS: Section 1. The above referenced Whereas clauses are true and correct and made a part hereof. Section 2. The City Commission does hereby approve the contract with Metro Express, Inc. pursuant to the terms and conditions of City of Miami Gardens Bid #09-10-069 for the replacement and installation of sidewalks throughout the City for an estimated amount of $100,000.00. The Mayor and the City Manager are hereby authorized to execute any appropriate documents. Section 3. This Resolution shall become effective immediately upon adoption. PASSED AND ADOPTED THIS DAY OF, 2011. PEGGY NOLAND, MAYOR 1

ATTEST: ADA GRAHAM-JOHNSON, MMC, CITY CLERK Deerfield/Resolutions/Purchasing/sidewalks 2

Depro Department of Environmental Services TO: FROM: COPY: Burgess Hanson, City Manager Charles DaBrusco, P.E., Director, ES Ada Graham-Johnson, City Clerk Andrew Maurodis, City Attorney DATE: August 2, 2011 SUBJECT: Award of Contract in the amount not to exceed $100,000, to Metro Express, Inc., for replacement and installation of sidewalks throughout the City, in accordance with Southeast Florida Governmental Purchasing Cooperative Group and City of Miami Gardens Bid No. 09-10-069 The purpose of this memo is to obtain City Commission approval to award a contract in the total not to exceed $100,000, to Metro Express, Inc., for replacement and installation of sidewalks throughout the Cit y. Cracked, raised and ADA non-compliant sidewalks creates an unfriendl y pedestrian environment for residents and v isitors, and pose a serious liabilit y to the City. Their re pair or replacement ensures the safety of pedestrians and eliminates the potential of lawsuits that may arise from sidewalk related injuries. The Streets Divis ion has stepped up its efforts at repairing sidewalks throughout the City, but there still remains a large an d growing inventory of damage d sidewalks in need of repairs. Staff proposes the use of a contractor to perform additional repairs in order to substantially reduce the inventory of unsafe sidewalk locations. For the past several years, approximately twent y-six (26) government entities, including the City of Deerfield Beach, have participated in Cooperat ive Purchasing in Southeast Florida. The Southeast Florida Governmental Purchasing Cooperative was formed in an effort to provide cost savings an d cost avoidances to all entities by utilizing the buying power of combined requireme nts for common, basic items. City of Miami Gardens acting as a lead Agency for the Southeas t Florida Governmental Purchasing Cooperative Group solic ited sealed bids for si dewalk repair and installation, to which fourteen (14) firms responded. The City of Miami Gardens on September 9, 2010 awarded Metro Ex press, Inc. a one-year contract for Sidewalk Replacement and Installation, and recently renewed the cont ract for one additional year, until September 9, 2012. Metro Express, Inc. has agreed to extend the same price, terms and conditions of its contract with the City of Miami Gardens to the City of Deerfield Beach. Miami Gardens City Staff contract have expr essed satisfaction with the performance of Metro Express, Inc. under this contract. Metro Express, In c. has also s atisfactorily completed work for the City of Tamarac under this contract.

The Southeast Florida Governmental Purc hasing Cooperative Group and City of Miami Gardens contract award and extension is attached as Exhibit A. The funds would be provided from Acc ount No. 108-4050-541-61-30, Road and Bridge Fund Improvements other than Building. Staff recommends the authorization by Cit y Commission of a purchase order in an amount not exceeding $100,000 to Metro Express, In c., for the replac ement and installation of sidewalks, s ubject to the pric ing, terms and conditions of the Southeast Florida Governmental Purchasing Cooperat ive Group and City of Miami Gardens Bid No. 09-10-069. Charles DaBrusco, P.E., Director, ES Attachments cc: Hugh Dunkley, Director of Management & Budget, w/attachment David Santucci, Purchasing Manager

EXHIBIT A Southeast Florida Governmental Purchasing Cooperative Group And City of Miami Gardens Contract Award and Extension

Southeast Florida Governmental Purchasing Cooperative Group CONTRACT AWARD Please complete each of the applicable gray boxes and submit with bid documents and applicable award notices and tabulations to lpiper@myboca.us for placement on the NIGP SE FL Florida Website Coop Contract page. BID/RFP NO.: DESCRIPTION/TITLE: ITB#09-10-069 SIDEWALK REPLACEMENTS & INSTALLATION INITIAL CONTRACT TERM: Starts: 9/8/10 Ends: 8/31/11 RENEWAL TERMS OF CONTRACT: City Option RENEWAL OPTIONS FOR Two (2) years on year to year basis (Number of renewals) (period of time) SECTION #1 - VENDOR AWARD PRIMARY Vendor Name: Vendor Address: Metro Express Inc 9442 NW 109 th Street Medley, FL 33178 Mr. Delio Trasobares Contact: Phone: 305 885-1330 Fax: 305 885-1327 Email Address: FEIN: 65-0711071 SECONDARY Vendor Name: delio@metroexpresscorp.com CEB Construction, Inc. Vendor Address: 2451 NW 109 th Avenue, Unit #4 Miami, FL 33172 Contact: Mr. Javier Bustos Phone: 305 591-4440 Fax: 305 591-4084 Email Address: FEIN: 20-0145314 elio.bustos@cebengineering.com SECTION #2 AWARD/BACKGROUND INFORMATION Award Date: 9/8/10 Resolution/Agenda Item No.: ITEM# J-3 Insurance Required: yes 1

Performance Bond Required: yes SECTION #3 - LEAD AGENCY Agency Name: City of Miami Gardens Agency Address: 1515 NW 167 Street, Bldg 5 Suite 200 Agency Contact: Pam Thompson Telephone: 305 622-8000# 2490 Facsimile:305-474-1285 Email: pthompson@miamigardens-fl.gov 2

City of Miami Gardens 1515 N.W. 167 th Street: Bldg. 5, Suite 200 Miami Gardens, Florida 33169 September 9, 2010 Mr. Delio Trasobares Metro Express Inc. 9442 NW 109 th Street Medley, FL 33178 E-mail: delio@metroexpresscorp.com NOTICE OF AWARD RE: ITB#09-10-069 Sidewalk Replacement and Installation Annual Contract Dear Mr.Trasobares: Congratulations!! The City Council has awarded the above referenced solicitation to your company for an initial period of one year with options to renew for two additional one year terms in accordance with the terms and conditions of the bid specifications. Purchase Orders will be issued as needed when needed for each job. Please provide my office, with a current insurance certificate naming the City of Miami Gardens as an additional insured which meets or exceeds the amounts in the bid document. Each participating City listed in the bid document will be responsible for awarding the contract and issuing its own purchase orders and for order placement. If you have, any questions do not hesitate to contact my office. Again congratulations and we are looking forward to working with you and your company. Sincerely, Pam Thompson Pam Thompson, CPPO,CPPB Procurement Manager 1515 N.W. 167 th STREET, BUILDING 5 SUITE 200 MIAMI GARDENS, FL 33169 PH: 305-622-8031 FAX: 305-474-1285

City of Miami Gardens 1515 N.W. 167 th Street: Bldg. 5, Suite 200 Miami Gardens, Florida 33169 September 9, 2010 Mr. Javier Bustos CEB Construction, Inc. 2451 NW 109 th Avenue, Unit #4 Miami, FL 33172 E-mail: elio.bustos@cebengineering.com NOTICE OF AWARD Secondary Vendor RE: ITB#09-10-069 Sidewalk Replacement and Installation Annual Contract Dear Mr. Bustos: Congratulations!! The City Council has awarded the above referenced solicitation to your company, as the secondary vendor, for an initial period of one year with options to renew for two additional one year terms in accordance with the terms and conditions of the bid specifications. Purchase Orders will be issued when the primary contractor is unable to perform the service, as needed when needed for each job. Please provide my office, with a current insurance certificate naming the City of Miami Gardens as an additional insured which meets or exceeds the amounts in the bid document. Each participating City listed in the bid document will be responsible for awarding the contract and issuing its own purchase orders and for order placement. If you have, any questions do not hesitate to contact my office. Again congratulations and we are looking forward to working with you and your company. Sincerely, Pam Thompson Pam Thompson, CPPO,CPPB Procurement Manager 1515 N.W. 167 th STREET, BUILDING 5 SUITE 200 MIAMI GARDENS, FL 33169 PH: 305-622-8031 FAX: 305-474-1285

ITB#09 10 069 Sidewalk Replacements & Installation Annual Contract August 5, 2010 @ 2:00 p.m. Tabulation Items Price Est. Metro Express CEB Construction F&L Construction Horizon Contactor Maggolc Inc per Quantity Medley, FL Miami, Fl Miami, FL Hialeah, FL Miami, FL UOM UOM Total UOM Total UOM Total UOM Total UOM Total Bonds Projects $150,000 or $3,000.00 $6,500.00 $15,000.00 $6,000.00 Replace 4" Sidewalk Sq. Ft. 73,000 $2.90 $211,700.00 $3.00 $219,000.00 $3.55 $259,150.00 $4.00 $292,000.00 $4.45 $324,850.00 Replace 6" Sidewalk Sq. Ft. 16,500 $3.50 $57,750.00 $3.50 $57,750.00 $3.80 $62,700.00 $4.50 $74,250.00 $5.00 $82,500.00 New 4" Sidewalk Sq. Ft. 39,000 $2.80 $109,200.00 $3.00 $117,000.00 $3.75 $146,250.00 $4.00 $156,000.00 $4.45 $173,550.00 New 6" Sidewalk Sq. Ft. 5,000 $3.50 $17,500.00 $3.50 $17,500.00 $4.00 $20,000.00 $4.50 $22,500.00 $5.00 $25,000.00 Lime Rock C.Yd. 100 $12.00 $1,200.00 $30.00 $3,000.00 $18.00 $1,800.00 $45.00 $4,500.00 $15.00 $1,500.00 Curb Type D L Ft. 250 $12.00 $3,000.00 $14.00 $3,500.00 $14.00 $3,500.00 $17.00 $4,250.00 $14.00 $3,500.00 Curb Type F L Ft. 1,725 $15.00 $25,875.00 $16.00 $27,600.00 $14.00 $24,150.00 $24.00 $41,400.00 $18.00 $31,050.00 Valley-gutter L Ft. 3,000 $10.00 $30,000.00 $16.00 $48,000.00 $16.00 $48,000.00 $20.45 $61,350.00 $17.00 $51,000.00 R.O.W. Survey (to establish L. Ft. 3,000 $10.00 $30,000.00 $3.50 $10,500.00 $0.33 $990.00 $1.24 $3,720.00 $0.30 $900.00 Tree Root t li & Bio ) tree 125 $100.00 $12,500.00 $80.00 $10,000.00 $35.00 $4,375.00 $350.00 $43,750.00 $45.00 $5,625.00 Tree Remove 0 + to 18 tree 10 $50.00 $500.00 $100.00 $1,000.00 $100.00 $1,000.00 $300.00 $3,000.00 $35.00 $350.00 8" + to 18" tree 10 $100.00 $1,000.00 $200.00 $2,000.00 $250.00 $2,500.00 $650.00 $6,500.00 $40.00 $400.00 18" + to 30" tree 20 $300.00 $6,000.00 $300.00 $6,000.00 $700.00 $14,000.00 $1,200.00 $24,000.00 $50.00 $1,000.00 30" + tree 20 $400.00 $8,000.00 $400.00 $8,000.00 $1,200.00 $24,000.00 $1,600.00 $32,000.00 $60.00 $1,200.00 Live Oak Fla. #1 10-12 tree 15 $400.00 $6,000.00 $350.00 $5,250.00 $200.00 $3,000.00 $140.00 $2,100.00 $250.00 $3,750.00 Mahogany Fla. #1 10-12 tree 10 $400.00 $4,000.00 $350.00 $3,500.00 $150.00 $1,500.00 $180.00 $1,800.00 $260.00 $2,600.00 Crape Fla. #1 10-12 tree 10 $400.00 $4,000.00 $350.00 $3,500.00 $150.00 $1,500.00 $180.00 $1,800.00 $400.00 $4,000.00 Curbs Cut Each 510 $10.00 $5,100.00 $40.00 $20,400.00 $3.00 $1,530.00 $2.00 $1,020.00 $1.00 $510.00 Relocate Fench L Ft. 100 $10.00 $1,000.00 $10.00 $1,000.00 $10.00 $1,000.00 $13.00 $1,300.00 $8.00 $800.00 Install new Fench L Ft. 100 $15.00 $1,500.00 $20.00 $2,000.00 $10.00 $1,000.00 $26.00 $2,600.00 $12.00 $1,200.00 Type III Concrete Sq. Ft. 500 $2.00 $1,000.00 $14.00 $7,000.00 $5.00 $2,500.00 $3.00 $1,500.00 $1.00 $500.00 Detectable Warn Surf Sq. Ft. 200 $27.00 $5,400.00 $30.00 $6,000.00 $22.00 $4,400.00 $40.00 $8,000.00 $12.00 $2,400.00 Replace detectable Sq. Ft. 200 $27.00 $5,400.00 $30.00 $6,000.00 $22.00 $4,400.00 $35.00 $7,000.00 $12.00 $2,400.00 Relocate2" PVC lines L Ft. 300 $5.00 $1,500.00 $10.00 $3,000.00 $3.00 $900.00 $12.00 $3,600.00 $3.00 $900.00 Install 2" PVC lines L Ft. 300 $6.00 $1,800.00 $10.00 $3,000.00 $3.00 $900.00 $12.00 $3,600.00 $3.00 $900.00 Irrigation Heads Each 40 $15.00 $600.00 $15.00 $600.00 $7.00 $280.00 $47.00 $1,880.00 $2.00 $80.00 Relocate Signs Each 20 $60.00 $1,200.00 $60.00 $1,200.00 $20.00 $400.00 $100.00 $2,000.00 $5.00 $100.00 Compaction Test Each 50 $50.00 $2,500.00 $100.00 $5,000.00 $100.00 $5,000.00 $115.00 $5,750.00 $50.00 $2,500.00

Cont. Metro Express CEB Construction F&L Construction Horizon Contactor Maggolc Inc Bid item UOM Qty. UOM Total UOM Total UOM Total UOM Total UOM Total Raise Utilities Each 50 $100.00 $5,000.00 $150.00 $7,500.00 $120.00 $6,000.00 $200.00 $10,000.00 $50.00 $2,500.00 Brick Pavers/Clean Sq. Ft. 500 $0.25 $125.00 $1.00 $500.00 $0.20 $100.00 $1.00 $500.00 $1.50 $750.00 Night & weekend pav Sq. Ft. 500 $0.30 $150.00 $2.00 $1,000.00 $0.30 $150.00 $2.00 $1,000.00 $1.50 $750.00 Sidwalks/ Clean Sq. Ft. 1,000 $0.25 $250.00 $1.00 $1,000.00 $0.20 $200.00 $1.00 $1,000.00 $1.50 $1,500.00 Night & weekend side Sq. Ft. 1,000 $0.30 $300.00 $2.00 $2,000.00 $0.30 $300.00 $2.00 $2,000.00 $1.50 $1,500.00 (New) Sod Sq. Ft. 1,000 $0.25 $250.00 $5.00 $5,000.00 $0.60 $600.00 $2.00 $2,000.00 $0.60 $600.00 Est. Grand Total $531,100.00 $578,050.00 $599,525.00 $753,470.00 $749,975.00 Line items E8, E19-25 and Line items E41,42, 45 were not included in Est. Grand Total Construct Group non-responsive - proof of insurance not submitted This is only a tabulation of prices submitted and is not an indication of award or responsiveness

ITB#09 10 069 Sidewalk Replacements & Installation Annual Contract August 5, 2010 @ 2:00 p.m. Tabulation Items Price Est. Darcon Group Straightline Eng Homestead Concrete Williams Paving Construct Group per Quantity Miami Lakes, FL Miami Gardens,FL Homestead, FL Medley, FL Hialeah Gardens,FL UOM UOM Total UOM Total UOM Total UOM Total UOM Total Bonds Projects $150,000 or 0.025 $500.00 $15,000.00 Replace 4" Sidewalk Sq. Ft. 73,000 $4.15 $302,950.00 $4.15 $302,950.00 $4.90 $357,700.00 $5.00 $365,000.00 $5.00 $365,000.00 Replace 6" Sidewalk Sq. Ft. 16,500 $5.40 $89,100.00 $5.15 $84,975.00 $4.98 $82,170.00 $7.00 $115,500.00 $5.50 $90,750.00 New 4" Sidewalk Sq. Ft. 39,000 $4.35 $169,650.00 $3.85 $150,150.00 $3.20 $124,800.00 $4.00 $156,000.00 $3.00 $117,000.00 New 6" Sidewalk Sq. Ft. 5,000 $5.60 $28,000.00 $4.85 $24,250.00 $3.28 $16,400.00 $5.00 $25,000.00 $4.00 $20,000.00 Lime Rock C.Yd. 100 $28.00 $2,800.00 $20.00 $2,000.00 $24.00 $2,400.00 $75.00 $7,500.00 $10.00 $1,000.00 Curb Type D L Ft. 250 $16.00 $4,000.00 $22.00 $5,500.00 $13.00 $3,250.00 $20.00 $5,000.00 $20.00 $5,000.00 Curb Type F L Ft. 1,725 $21.00 $36,225.00 $23.75 $40,968.75 $15.00 $25,875.00 $20.00 $34,500.00 $22.00 $37,950.00 Valley-gutter L Ft. 3,000 $21.85 $65,550.00 $26.00 $78,000.00 $14.75 $44,250.00 $20.00 $60,000.00 $22.00 $66,000.00 R.O.W. Survey (to establish L. Ft. 3,000 $1.95 $5,850.00 $1.00 $3,000.00 $2.33 $6,990.00 $1.00 $3,000.00 $2.50 $7,500.00 Tree Root t li & Bio ) tree 125 $100.00 $12,500.00 $50.00 $6,250.00 $50.00 $6,250.00 $350.00 $43,750.00 $100.00 $12,500.00 Tree Remove 0 + to 18 tree 10 $310.00 $3,100.00 $100.00 $1,000.00 $200.00 $2,000.00 $150.00 $1,500.00 $200.00 $2,000.00 8" + to 18" tree 10 $450.00 $4,500.00 $125.00 $1,250.00 $275.00 $2,750.00 $325.00 $3,250.00 $400.00 $4,000.00 18" + to 30" tree 20 $670.00 $13,400.00 $150.00 $3,000.00 $350.00 $7,000.00 $375.00 $7,500.00 $600.00 $12,000.00 30" + tree 20 $880.00 $17,600.00 $200.00 $4,000.00 $450.00 $9,000.00 $500.00 $10,000.00 $800.00 $16,000.00 Live Oak Fla. #1 10-12 tree 15 $260.00 $3,900.00 $195.00 $2,925.00 $450.00 $6,750.00 $300.00 $4,500.00 $175.00 $2,625.00 Mahogany Fla. #1 10-12 tree 10 $260.00 $2,600.00 $195.00 $1,950.00 $400.00 $4,000.00 $300.00 $3,000.00 $175.00 $1,750.00 Crape Fla. #1 10-12 tree 10 $280.00 $2,800.00 $195.00 $1,950.00 $400.00 $4,000.00 $300.00 $3,000.00 $175.00 $1,750.00 Curbs Cut Each 510 $75.00 $38,250.00 $0.75 $382.50 $150.00 $76,500.00 $100.00 $51,000.00 $15.00 $7,650.00 Relocate Fench L Ft. 100 $18.00 $1,800.00 $18.00 $1,800.00 $5.00 $500.00 $15.00 $1,500.00 $15.00 $1,500.00 Install new Fench L Ft. 100 $22.00 $2,200.00 $20.00 $2,000.00 $15.00 $1,500.00 $25.00 $2,500.00 $20.00 $2,000.00 Type III Concrete Sq. Ft. 500 $2.75 $1,375.00 $3.50 $1,750.00 $1.33 $665.00 $3.00 $1,500.00 $4.00 $2,000.00 Detectable Warn Surf Sq. Ft. 200 $44.00 $8,800.00 $30.00 $6,000.00 $18.75 $3,750.00 $30.00 $6,000.00 $50.00 $10,000.00 Replace detectable Sq. Ft. 200 $42.00 $8,400.00 $32.00 $6,400.00 $16.00 $3,200.00 $55.00 $11,000.00 $50.00 $10,000.00 Relocate2" PVC lines L Ft. 300 $9.00 $2,700.00 $10.00 $3,000.00 $20.00 $6,000.00 $3.00 $900.00 $12.00 $3,600.00 Install 2" PVC lines L Ft. 300 $9.50 $2,850.00 $10.00 $3,000.00 $20.00 $6,000.00 $3.00 $900.00 $12.00 $3,600.00 Irrigation Heads Each 40 $14.00 $560.00 $20.00 $800.00 $30.00 $1,200.00 $8.00 $320.00 $50.00 $2,000.00 Relocate Signs Each 20 $130.00 $2,600.00 $150.00 $3,000.00 $75.00 $1,500.00 $125.00 $2,500.00 $250.00 $5,000.00 Compaction Test Each 50 $295.00 $14,750.00 $50.00 $2,500.00 $150.00 $7,500.00 $40.00 $2,000.00 $100.00 $5,000.00

Cont. Bid item UOM Qty. Darcon Group UOM Total Straightline Eng UOM Total Homestead Concrete UOM Total Williams Paving UOM Total Constructio Group UOM Total Raise Utilities Each 50 $195.00 $9,750.00 $300.00 $15,000.00 $250.00 $12,500.00 $125.00 $6,250.00 $300.00 $15,000.00 Brick Pavers/Clean Sq. Ft. 500 $0.85 $425.00 $1.00 $500.00 $1.20 $600.00 $1.00 $500.00 $5.00 $2,500.00 Night & weekend pav Sq. Ft. 500 $0.95 $475.00 $1.00 $500.00 $1.50 $750.00 $1.00 $500.00 $5.00 $2,500.00 Sidwalks/ Clean Sq. Ft. 1,000 $0.85 $850.00 $1.00 $1,000.00 $1.10 $1,100.00 $1.00 $1,000.00 $5.00 $5,000.00 Night & weekend side Sq. Ft. 1,000 $0.95 $950.00 $1.00 $1,000.00 $1.50 $1,500.00 $1.00 $1,000.00 $5.00 $5,000.00 (New) Sod Sq. Ft. 1,000 $0.45 $450.00 $0.60 $600.00 $4.75 $4,750.00 $0.50 $500.00 $5.00 $5,000.00 Est. Grand Total $811,935.00 $745,176.25 $792,600.00 $903,120.00 $816,570.00 Line items E8, E19-25 and Line items E41,42, 45 were not included in Est. Grand Total Construct Group non-responsive - proof of insurance not submitted This is only a tabulation of prices submitted and is not an indication of award or responsiveness

ITB#09 10 069 Sidewalk Replacements & Installation Annual Contract August 5, 2010 @ 2:00 p.m. Tabulation Items Price Est. Lambert Bros. per Quantity Ft. Lauderdale, FL UOM UOM Total Bonds Projects $150,000 or.02/1.00 Hartzell Const. Pompano Bch, FL UOM Total UOM Total UOM Total UOM Total Replace 4" Sidewalk Sq. Ft. 73,000 $5.20 $379,600.00 $6.00 $438,000.00 Replace 6" Sidewalk Sq. Ft. 16,500 $5.90 $97,350.00 $7.00 $115,500.00 New 4" Sidewalk Sq. Ft. 39,000 $3.30 $128,700.00 $5.00 $195,000.00 New 6" Sidewalk Sq. Ft. 5,000 $4.75 $23,750.00 $5.60 $28,000.00 Lime Rock C.Yd. 100 $35.00 $3,500.00 $60.00 $6,000.00 Curb Type D L Ft. 250 $23.00 $5,750.00 $55.00 $13,750.00 Curb Type F L Ft. 1,725 $19.75 $34,068.75 $45.00 $77,625.00 Valley-gutter L Ft. 3,000 $21.70 $65,100.00 $45.00 $135,000.00 R.O.W. Survey (to establish L. Ft. 3,000 $1.20 $3,600.00 $3.00 $9,000.00 Tree Root & Bio tree 125 $112.10 $14,012.50 $200.00 $25,000.00 Tree Remove 0 + to 18 tree 10 $147.50 $1,475.00 $50.00 $500.00 8" + to 18" tree 10 $590.00 $5,900.00 $70.00 $700.00 18" + to 30" tree 20 $1,121.00 $22,420.00 $120.00 $2,400.00 30" + tree 20 $2,006.00 $40,120.00 $200.00 $4,000.00 Live Oak Fla. #1 10-12 tree 15 $737.50 $11,062.50 $350.00 $5,250.00 Mahogany Fla. #1 10-12 tree 10 $737.50 $7,375.00 $250.00 $2,500.00 Crape Fla. #1 10-12 tree 10 $737.50 $7,375.00 $255.00 $2,550.00 Curbs Cut Each 510 $49.00 $24,990.00 $200.00 $102,000.00 Relocate Fench L Ft. 100 $27.00 $2,700.00 $14.00 $1,400.00 Install new Fench L Ft. 100 $53.10 $5,310.00 $30.00 $3,000.00 Type III Concrete Sq. Ft. 500 $3.25 $1,625.00 $7.00 $3,500.00 Detectable Warn Surf Sq. Ft. 200 $20.00 $4,000.00 $50.00 $10,000.00 Replace detectable Sq. Ft. 200 $21.00 $4,200.00 $50.00 $10,000.00 Relocate2" PVC lines L Ft. 300 $5.90 $1,770.00 $4.50 $1,350.00 Install 2" PVC lines L Ft. 300 $9.50 $2,850.00 $4.20 $1,260.00 Irrigation Heads Each 40 $35.40 $1,416.00 $17.00 $680.00 Relocate Signs Each 20 $21.00 $420.00 $100.00 $2,000.00 Compaction Test Each 50 $148.00 $7,400.00 $100.00 $5,000.00 Cont. Lambert Bros. Hartzell Const. Bid item UOM Qty. UOM Total UOM Total UOM Total UOM Total UOM Total Raise Utilities Each 50 $207.00 $10,350.00 $250.00 $12,500.00

Brick Pavers/Clean Sq. Ft. 500 $0.18 $90.00 $0.30 $150.00 Night & weekend pav Sq. Ft. 500 $2.50 $1,250.00 $0.75 $375.00 Sidwalks/ Clean Sq. Ft. 1,000 $0.70 $700.00 $0.30 $300.00 Night & weekend side Sq. Ft. 1,000 $1.15 $1,150.00 $0.75 $750.00 (New) Sod Sq. Ft. 1,000 $1.80 $1,800.00 $0.50 $500.00 Est. Grand Total $823,252.25 $1,196,015.00 $0.00 $0.00 $0.00 Line items E8, E19-25 and Line items E41,42, 45 were not included in Est. Grand Total Construct Group non-responsive - proof of insurance not submitted This is only a tabulation of prices submitted and is not an indication of award or responsiveness

06/29/2011 16:36 3056200' 1 CITY HALL MAIN1 -' PAGE 82/02 City of Miami Gardens 1515' vt.w, 167th Street: Bldg. 5, Suite 200 Miami Gardens, Florida 33169 June 29, 2011 Delio Trasobares Metro Express Inc. 9442NW 1.09th Street Medleyi,FL33178 RE: ITB# 09-10-06'> Sidewalk replacement and Installation Dear Mr. Trasobare 5: The specifications n the above referenced bid provide that the current contract can, be renewed fot an additional year., on a.n Annual basis. The same terms and conditions and prii ;ing of the current contract will be applied to the extended contract. Inasmuch as the current contract will expire on, or about September 09, 2011, the City of Miami Gar lens is extending this agreement through September 09, 2012. If you concur, plea ;e sign bejow and return to my attention as soon as possible. Plea.se notify your insurance carrier of the extended period of award and have them forward any j enewal insurance certificates to my office. I want to thank yc u for all of the service you and your company have provided this past year and 1 nok forward to your continued service in the coming year. If you have any qu 5Stions or if I can. be of any assistance contact my office. Sincerely, s Pam Thompson, C PPO, FCPM, FCN Procurement Marnger Signed Signed Agree to renew contract until 9/09/2012 Do not agree to renew contract until 9/09/2012 'STREET. BUILDINGS - JUITE.2QO - MIAMLGARDENS, FL33169 - PH: 305-622-8031 - FAX; 305-474-1285