Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
BEJAR CONSTRUCTION INC.
REQUEST PROPOSALS RFP lr t DANTE FASCELL PARK POURED-IN-PLACE (PIP) JOGGING TRAIL PROJEJ SUBMITTAL DATE: Friday, , 10:00 ` REQUEST FOR PROPOSAL Section Title Pa - s 1. Advertisement for Bids ..............:::......::::.................. ..............................3 2: Instruction to Bidders .......... ............................................................................... 4 -11 3. Contract :; .............: : ::......... ........................... ......... ........................12 -1 ' 4. Bidder's Representation and Proposal) id Form .... ............................... 19 -21 5. Supplementary Conditions .............. ......... ............ ...... ......... ..............,......22 6. Specification sJSc pe of Works ........: ...............:...... ............................... , ..23 7. Allowances ............ . . ............................... , ............. ............................... 2 8. Addendum Acknowledgement ......... .................. ........................... ,,.........2 9. Anti- Kickback Affidavit ............................... ...:.............................................. 27 10. Non- Collusive Affidavit ......... ..................... .......... . .......................... ......2 11., Sworn Statement Public Entity ......... .....:::.................. ..........................29 -31 2. Supplement Bid Tender .................. ..............:........ ................:.::......32 -36 13. Performance Bond .......................................... ....................... .......................... 37 -3 14. Payment Band ........ .....................:......... ............... ..................:...........3 -41 15; Drug -free Workplace Form ..... ..... ............................... .............. ............,4:2 Related Party Transaction .....; ....:: ::.. ......:........................ ,... ...............4 -51 17. Contract General Condition ... ...............,, ... ,............. .;.........................52 -7 18. Appendix A ........ ....................... .... ...................... ............................... . CITY OF SOUTH MIAMI REQUEST FOR PROPOSAL u RF1P #PR-DS2013-01 for the City of South Miami at Dante Fascell Park located at 5900 SW 66 Street, South Miami, FL 3314 Interested proposers should visit the City's website at wwWsouthmiamif1,gQv to obtain the REQUEST F PROPOSAL package. Packages may also be picked up during normal business hours: 6130 Sunset Drive South Miami, Florida 331 Sealed submittals including one (1) original and three (9) copies of the submittals plus a CD containing Im documents submitted must be received no later than 10-00 AM on 1000 P.M. on Friday, May 17,2013 and 1 clearly marked on the outside, #PR-DS2013-01.- DANTE FASCELL (PIP) JOGGING TRAIL PROJECT", Maria Menen CIT dez, City Clerk, Y OF SOUTH MIAMI , 6130 Sunset Drive., South Miami , Florida, 33143. La submittals and electronic submittals will not be accepted. 3 Pursuant to the City Code, vendors of the City are required to disclose any campaign contributions to the Cila Clerk, and each vendor must do so prior to and as a condition of the award Of any City contract to the vend Please seethe detailed specifications of this solicitation for further details, I The City of South Miami reserves the right to accept or reject and/or all proposals or parts of proposals, to ♦ H "1111111112-1".- IW "- I - 1, 91 SECTION 2 3 Deadline to Submit Questions 5/14/2013 10;00 A 4 Deadline to City Responses to Questions 5/15/2013 10:00 AM 5 Deadline to Submit Bid-Response 5/17/2013 gr Evaluation of Rid Responses 5/24/2013 10:00 Aid 7 Announcement of Selected Contractors /Cone of Silence 5/31/2013 10:00 PM ends *The City reserves the right to change the scheduled dates and tune. M •�Mgwfmom Addressed to: CITY OF SOUTH MIAMI 6130 Sunset Drive South Miami, Florida 33143 - I I "Fam R-11two 7 �T- w1e » © ®« 111i TTrff-C, ,< «<f» » « #»< k7u , U (5%) of the bid, shall accompany each bid as a guarantee that the Bidder will, if award is made, execute an Agreement to do the Work for the amount proposed and furnish any required certificates of insurance and bond documents. The bid bond shall be from a surety with an A-rating or «© under Best's Guidelines, made payable to.- The City of South Miami. The Bidder shall submit »:o y »l Bid on the bid forms attached to this RFP. The Bidder shall fill in all the to spaces complet»>4,» «a«« Unit ite:4:» ch a Bid is tendered. The Bidder shall state the price, typewritten or in ink, for which he pr«»«y<42« each item of Work. The Bid shall include 1.08 ;OST OF BIDS All expenses involved with the preparation and submission of Bids to the City or any work performed connection therewith, shall be borne by the gidder(s). No payment shall ©e made for any respons received, nor for any other effort required of or made by the Bidder(s) prior to commencement of work defined by the Agreement duly approved by the City Commission. I UI wm 11111MI W I ■ The City of South Miami reserves the right to accept or reject any and/or all Bids • parts of Bids, is workshop or negotiate any and all Bids, to waive irregularities, and to request re-Bids on the requir materials or services. i 1.11.2 if the City accepts a Bid, the City will provide a written notice of Award to the lowest Responsi and Responsible Bidder, who meets the requirements of Section 1.10.1. 1 1.11.3 if the successful Bidder to whom an Agreement Is awarded forfeits the Award by failing to me-on the conditions of subsection 1.12, the City may, at the City's sole option, award the Agreeme to the next lowest Responsive and Responsible Bidder or reject all Bids or re-advertise the Wor 1,11.4 The City, at its sole discretion, may consider the lowest and responsive bidder as the bidder w has the lowest bid amount for- DANTE FASCELL PARK (PIP) JOGGING TRAIL PROJECT. I All Bid Guarantees of Unsuccessful Bidders will be returned after the Agreement is awarded And execute if requested by unsuccessful bidder. I The successful Bidder(s) shall, within ten (10) days of receipt of a written notice of the Award of tj Agreement, deliver to the City a fully executed Agreement and all requested certificates of insurance a bonds. N, 11 1 1 1 1 0 1 0 Opmm£# d # t 2222#«» it » » ¥£ Kt «a :» Notice of withdrawal should be made in writing to the Maria M. Menendez, City Clerk, City of Sou Miami, 6130 Sunset Drive., South Miami, Florida, 33143. 1 Bids will be publicly opened and read aloud at the appointed time and place stated in the Request I Proposals. Late Bids will not be considered. No responsibility will be attached to any City Staff for tMI premature opening of a Bid not property addressed and identified. Bidders or their authorized agents a invited to be present at the bid opening. i In accordance with the Public Bid Disclosure Act, 218.80, Florida Statutes, each license, permit, or fee a IE all licenses, permits and fees required by the City and payable to the City by virtue of the Work as part of the Agreement are as follows: 1.20.1 Contractor shall have and maintain during the term of the Agreement all appropriate City licenses, and fees for which shall be paid in full in accordance with the City's Fee structure for such licenses. THERE WILL NOT BE ANY PERCENTAGE REDUCTION OR WAIVING OF CITY LICENSE FEES. 1.21 INSURANCE The Bidder shall be required to provide and maintain insurance coverage • such types and amounts specified in Article 5-Bond and Insurance. The Bidder shall include with his or her Bid either Certificates insurance evidencing same or documentation from his or her insurer evidencing the insurability of t Bidder to meet the insurance requirements. I A Performance and a Payment Bond for the entire base bid amount shall be required in connection with this contract. kill The Bidder is assumed to be familiar with all applicable Federal, State, and local laws, ordinances, rule and regulations that may in any manner affect the Work. I I Eli 11 operatei, *1701 C u in Mevemorfulnue M COMM) xj, Me Alluel, dllu/M df]T IfUl evidence, tangible or intangible, that the City may deem necessary to substantiate the technical and oth qualifications, and the abilities of the Bidder to perform the work. I I r4a OWN Ai , i ordered and authorized by the City in accordance with the Contract Documents. Pursuant to the City Code, vendors of the City are required to disclose any campaign contributions to the 9Thj-8WA—,W- vendor. A) Any vendor required to disclose campaign contributions pursuant to the City of South Miami Code of Ordinances as may be amended, shall file a written disclosure with the City Clerk, statin all 9 contributions made that were accepted by an elected official of the City, the official to whom they were made and the date they were made. The City Clerk may develop a form to be used by vendors for such disclosure. B) The disclosure shall be filed prior to and as a condition of the award of any City contract to the Vendor. D) if an existingvencl• r makes a contribution the vendor must report the same to the clerk within ten days of its acceptance or prior to being awarded any additional contract or renewal, whichever occurs first. E) The City Clerk shall file a quarterly report with the Commission, which lists all the vendor disclosures in the quarter. OEM M A) As per the City Charter, if a vendor of products or services who directly or through a member of the person's immediate family or through a political action committee or through any ot er person makes a campaign contribution to a City candidate and falls to disclose it then he/she/it shall be barred from selling any product or service to the city for a period of two years following the swearing in of the subject elected official. Notwithstanding any other proviSioh of these specifications, the provisions of City "Cone of Silence" are applicable to this transaction. The entirety of these provisions can be found in the City's Purchasing Ordinance. The "Cone of Silence," as used herein, means a prohibition on any communication regarding a particular Request for Proposal ("UP"), Request for Qualification ("RFQ!') or bid, between' IM I'll lirilil: Please contact the City Clerk at for additional information. With respect to a protest of the terms, conditions, and specifications contained in a solicitation (RFP, RF or Bid), including any provisions governing the methods for ranking bids, proposals, or replies, awarding contracts, reserving rights of further negotiation, or modifying or amending any contract, the notice of protest shall be filed in accordance with City Ordinance. [END OF SEMONJ 1111 THIS CONTRACT is dated as of the — day of _ in the year 2013 (which shall be • i qy��;1111111111111 I Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents, The Work is generally described as follows: 0 1OLTIFS"i The Project for which the Work under the Contract Documents maybe the whole or only a part is generally described as follows: CITY OF SOUTH MIAMI 11E F1 SCIFELL H4,!V P*Uff,!ED-IN-PL1XE JOGGING TRAIL PROJECT Article 2. CONSULTANT. The Project's construction, design and Inspection services will be provid Owner's representative or by the following: I Who is hereinafter called "CONSULTANT" and who will assume all duties and responsibilities and will ha the rights and authority assigned to CONSULTANT in the Contract Documents in connection wil completion of the Work in accordance with the Contract Documents. 3.1 if awarded the Base Bid Work, the contractor may not mobilize prior to The Work will be substantially completed by _ and within 90 calendar days after the (Fate—when the Contract Time Commences to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions within 120 calendar days after the date when the Contract Time commences to run, after such time liquidated damages begin. 3.3 LIQUIDATED DAMAGES. OWNER and CONTRACTOR recognize that time is of the essence of this Contract and that OWNER will Suffer financial loss and other damages if the Work is not substantially or finally complete within the time specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the expense and difficulties 0 Contract Price Contract Price (in words) w 4.2 Included in the Agreement Sum is an allowance account of - for the Base Bid Form for unforeseen conditions, potential construction changes and quantity adjustments, and additional work or materials that the City may deem necessary if ordered and authorized by the City Manager in accor ifte with the Contract Documents. Money may only be taken from this account at the prior approval of the CONSULTANT and pursuant to any procedures Outlined by the City Manager. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the Gener Conditions. Applications for Payment will be processed by CONSULTANT as provided in the Gener'l Conditions, Prior to Substantial Completion, progress payments will be in an amount equal to: 90% of t Work completed and 90% of materials and equipment not incorporated in the Work but deliver and suitably stored, less in each case the aggregate of payments previously made. I sA.2 Upon substantial Completion, OWNER shall pay an amount sufficient to increase total paymen • CONTRACTOR to 95% • the Contract Price, less such amounts as CONSULTANT shall determ il in accordance Article 14 of the General Conditions. 1E 5.2. FINAL PAYMENT. Upon Final Completion and acceptance of the Work in accordance with paragraph 14.07.B.1 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by CONSULTANT as provided in Article 14 of the General Conditions. 7.1. In order to induce OWNER to enter into the Contract, CONTRACTOR makes the following representations: 7.2. CONTRACTOR has studied carefully all reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting cost, progress or performance of the Work which were relied upon by CONSULTANT In the preparation of the Drawings and Specifications. 7.3. CONTRACTOR has made or caused to be made examinations, investigations and tests and studies of such reports and related data in addition to those referred to in paragraph 7.2 as he deems necessary for the performance of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, tests, reports or similar data are or will be required by CONTRA OR for such purposes, 7.4. CONTRACTOR has correlated and Considered the results of all such observations, examinations, Investigations, tests, reports and data with the terms and conditions of the Contract Documents and ir reaching the Contract Price and Contract Time. Im 7.5. CONTRACTOR has given CONSULTANT written notice of all conflicts, errors • discrepancies that he has discovered in the Contract Documents and the written resolution thereof by CONSULTANT is acceptable to CONTRACTOR. CONTRACTOR shall not rely on any conflicts, errors or discrepancies that CONTRACTOR knew • should have known exist in the Contract Documents as a basis for a claim for an extra to the Contract Price or Contract Time. The Contract Documents that comprise the entire Contract between OWNER and CONTRACTOR al attached to this Contract, made a part hereof and consist of the items listed in the general conditions a 6, the following- I There are no Contract Documents other than those listed above in this Article B. The Contract Documen may only be altered, amended • repealed by a Modification (as defined in Section 1 of the Generl Conditions). ®s Terms used in this Contract which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Conditions. ILI Qd It is the specific intent of the parties hereto that the foregoing indemnification complies with Floril Statute 725.06 (Chapter 725). It is further the specific intent and agreement of the parties that all of t and "Specific Consideration" therefore. The official title of the City is "CITY OF SOUTH MIAMI". This official title shall be used in all insurance, other legal documentation. City of South Miami is to be included as "Additional insured" with respect III * i i-o'! # ; ! * i a # a 1 rX 9.9 WARRANTIES OF CONTRACTOR. The CONTRACTOR hereby warrants and represents that at all times during the term of this Agreement it shall maintain in good standing all required licenses, certifications and permits required under Federal, State and local laws necessary to perform the Specified Services. 9.10 DEFAULT/FAILURE TO PERFORM. The City shall be the sole judge of nonperformance, which shall include any failure on the part of the successful bidder to accept the award, to furnish required documents, and/or to fulfill any portion of this contract within the time stipulated. The following shall constitute default- IA�0171 or TIMM P"t — C liable for all damages caused by its default which damages may Include but not be limited to any and costs incurred by the City in completing the project, and damages arising out of the contractor's failure adhere to the contract requirements and all attorney's fees and costs incurred by the City in seeking le relief for the default. I 9.11 OTHER CAUSES FOR TERMINATION. The CITY OF SOUTH MIAMI reserves the right to cancel this contract by written notice to the contractor effective the date specified in the notice should any of the following apply: oll IN convenience the contractor will be paid for all labor and materials provided as of thM termination date. No Consideration will be given for anticipated lost revenue, overhea mobilization or demobilization or the canceled portions of the contract. B) Funds are not available to cover the cost of the services. The City's obligation is continge upon the availability ♦ appropriate funds. 9.12 ANTI-DISCRIMINATION. The bidder certifies compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. Furthermore the bidder shall comply with all other State and local laws and policies that prohibit discrimination. 3.13 If any provision of this Contract or any Authorization under this Contract or the application thereof to any person or situation shall to any extent, be held invalid or Unenforceable, the remainder of the is Contract, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 9.14 Whenever either party desires to give notice to the other, it must be given by hand delivery or written notice, sent by certified United States mail, with return receipt requested or a nationally recognized private mail delivery service, addressed to the party for whom it is intended, at the place last specified. �1111111111pjilij ADDRESS 6130 Sunset Drive rj i, Florida 3311 BY: W.101 MUSEUM 0 ADDRESS STREET 01Y, STITL L ZIP C*D M WITNESS 18 Proposal of (Name) (Address) to furnish all materials, equipment, and labor and to perform all work in accordance with the Contract Documents for: EMIR 11 M TO: CITY OF SOUTH MIA Attn: City Clerk 6139 Sunset Drive South Miami, Florida 3311 The Undersigned, as Bidder, hereby declares that the only person or persons interested in the Bid, as principal or principals, is • are named herein and that no other person than herein mentioned has any Mteft-stsHyr-tht-1--'114 of c*n-Re-ctier. or arrangement with any other person, company, or parties making Bids or Proposals and that the Bid is in all respects fair and made in good faith without collusion ♦ fraud. The Bidder further declares that he or she has examined the geographic location and sites of the Work,- that he has made sufficient investigations to fully satisfy himself that such sites are suitable for this Work; and he assumes full responsibility therefore; that he has examined the specifications for the Work and Crime Form, and Insurance requirements and he has read all addenda prior to the opening of Bids, and that he has satisfied himself fullkA relative to all matters and conditions with res#-,ect to the Work to which this Bid pertains. The Bidder proposes and agrees, if this Bid is accepted, to timely execute the Agreement with the City in the form attached and to furnish all necessary materials, all equipment, all necessary machinery, tools, and labor necessan)y to com-#,Iete the Work s%ecified in the Bid and the Agreement, and called for by the specifications and in the manner specified and to timely submit all required bonds and insurance certificates. z SCHEDULE OF BID ITEMS AND THE DETAILED SPECIFICATIONS, THE DETAILED SPECIFICATIONS WILL PREVAIL. The Bidder agrees to execute the Agreement and furnish the executed Agreement, all required and other re�kiuired information to Cito within ten LJQ�, ten calenda, days after written notice of the Award of contract. Failure on the part of the Bidder to timely comply with this provision shall give City all rights and remedies set forth in the Instructions to Bidders. I (30) days after Agreement execution. Bidder's Certificate of Competency No. �a6-�<)V`?73 I Bidder's Occupational License No. E WIT By: — Sig aturL f Authorped--A& ont Im 021 The following is a Lump Sum Bid Proposal is presented to the City. The Bid Amounts includes all ite described in the Bid Documents (Detailed Specifications). Upon receiving a Notice of Award contract shall submit a detail schedule 1 of Values. Payment shall be made on the basis of Work actually perform and completed. 1 The Base Bid Amount includes all material and labor for the construction of Me prUj-e-cT —entiTMZ7�#,-,Xff-f!6' FASCELL PARK LUMP SUM BASE BID AMOUNT 1 qV-0. I (Printed Name and Title) Z6 S, �cj/ -P, (Company Address) ?V—z-,z- V--7d3l (Company Phone Number) �101010 (Company Name) M m SECTION 6 rvr—'Pa-rLVffrd I YOTF-D .11 1 1 11 i , "I "I in-Place (PIP) playground surface/ jogging trail at the City of South Miami's Dante Fascell Park. (RefertoExhibit #1 "Aerial View, Dante Fascell Park." The Exhibit depicts the suggested route and placement of theJogging trail. mill I i � MMEEM Performance requirements for impact attenuation and Head Injury Criteria as per U.S. Consumer Product Safety Commission. Adjust thickness to meet varying critical fall heights within the repair areas of the jogging trail. Minimum 1/2" to maximum 5/8" as per line items. Surface shall consist of two layers. The base coat is recycled tire 100% wire free and a minimum 1/2" EPDM rubber installed • compacted crusted stone, Concrete • asphalt. Color mixture of the EPDM wear cap shall be 50% Standard color/ 50946 Black. a Mix proportions by weight - • Basemat 14% polyurethane 86% rubber. • Top Surface 18% polyurethane, 82% rubb] lgmm��� OWN-3=-0-111m, 114""FIF433, = W-H. =1117* I I nRWqRTFFA 14MIO'latt MMIPRIKWA lzatEn he jogging tra! s a 1, at a minimum, consist of 2 thick-�#V` rubff-e-r material and, is approximately 1,375 long and 6'wide, i EM m3m�� 119W �#� Upon completion of the project, a final inspection shall be made by the Contract Administrator or a City designee. W W, , KAM M =1 IN iftimmigswirn 11QFJ=UJ rig Foltinum a 111410 E = Phi 011114 iraw-w-ra M"Anum to il��i 'gill WO " KDOOLO-1.24 A. American Society for Testing and Materials (ASTM)-. ASTM-F1292 Standards- Method for Testing various surfacing materials to determine their "critical height- (the fall height below which a life threatening head injury would not be expected to occur). Copies may be obtained from- American Society for Testing Materials 100 Barr Harbor Drive West Conshohocken, PA 19428 B. Consumer Product Safety Commission (CPSC) - Printed Handbook for Public Playground Safety (Late edition). Copies may be obtained from- i ,1Tr1MTVJP I -- 3 • 4330 East West Highway Bethesda, MD 20814 (301) 504-4973 C. National Playground Safety Institute (NPSI)- identification of 12 leading causes of injuries on playgrounds. Copies may be obtained from: 22377 Belmont Ridge Road Ashburn, VA 20148-41SO N IN Contractor shall: A. Be responsible for protection of finished surfaces until completion of construction and sign off. B. Not leave adhesive on adjacent surface or play equipment. Spills of excess adhesive shall be promptly cleaned. D. Be responsible for supplying a clumpster at job site for all waste associated with installation of the safety surface. E MUM, PA Addendum # Date Received t 011p ze7j.3 �'ZtlD BIDDER: c rr s (Printed Name & Title) w STATE OF FLORIDA } } SS: COUNTY OF MIAMI-DARE } <Q,tky p Pe A PE ARIE E APE.. E Notary Public m State of Florida 4 y Comm. . Expires Fab 23, 2017 Commission # EE 870470 3 Dwough National Notary Assn. PP$Pt4�4' [END OF SECTION) M State of } SS: County of_ ) SECTION 10 being first duly sworn, deposes and says that: e) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. --- Signed, seated and delivered ill e Witness Witness State of County of (Printed Name) (Title) Rk, 1111111111141 A1111 I I El AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to the CITY OF SOUTH MIAMI 1 111111111 !1111,11 11 1 1 1 1 i I malmm signing this sworn statement: WIN # # # • I d I L e f -11 t V; . L, . L 0 0. J, a result ► a jury verdict, nonjury trial, or e ry of a plea of guilty or nolo contendere. nt IN MW IRM W-11ill W IM WMF RE ANNMARiE E CLARKE Notary public -State of Florida >t My Comm. Expires Feb 23, 2017 Commission # EE 870470 TWDUO Nglonal Wiry Assn, 31 SUPPLEMENT TQgjpjl�fir, air I . ... ..... .. .. . ig 1. Please describe your company in detail. o r gy (2 rlAt- 2. The address of the principal place of business is: 43 .4 (-( 1 4-"-5 f=Wr—.1e.*wo XT3'37_ 3. Company telephone number: TV-14', LV-3�' 6, 2-59 - QG L(- 4. Number • employeesi 7-CA/0 S. Number of employees assigned to this project: 6. Company Identification numbers for the internal Revenue Service: 9r'0&J'a'-'L 00(1<27--t 7. and CITY OF SOUTH MIAMI Occupational License Number, if applicable, and expiration date. /t3o� 61Z,3 6sa,� 4-7-M�,Aeh COA-� M 8. How many years has your organization been in business? /is 9. What similar engagements is your company presently working on? Saw IM (name) (address) (phone #) 12. List the following information concerning all contracts in progress as of the date of submission of this bl (in case • co-venture, list the information for all co-ventures,)(sr-E7 I MMMM= M 13. Has the Bidder or his or her representative inspected the proposed project and does the Bidder have a complete plan for its performance? 14. Will you subcontract any part of this work? If so, include a list of subcontractors and task performed by each subcontractor. Mi 1411 1 1 1 1 1 is. What equipment do you own that is available for the work? (ScrfV-'bm- 16. What equipment Will YOU purchase for the proposed work? 18. State the name of your proposed project manager and give details of his or her qualifications a experience in managing similar work. (Ken'J'-, rlgr-ry --e� I 19.1 The correct name of the Bidder is: 19.3. The names of the corporate officers, or partners, or individuals doing business under a trade name, areas follows: fSerl-l"-1 19.4. List all organizations which were predecessors to Bidder or in which the principals or officers of the Bidder were principals or officers. " /A- 19.5. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description the disposition of each such petition. H OLAO-- 19.6. List and describe all successful Bid, Performance or Payment Bond claims made to your surety(ies) during the last five (5) years. The list and descriptions should include claims against the bond of the Bidder and its predecessor organization(s). 1.40"e IN 19.7. List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five (5) years. The list shall include all case names; case, arbitration or hearing identification numbers; the name of the project over which the » <t« : »« and a description of the subject matter of the dispute. i-40,A-iC STATE OF FLORIDA )SS. COUNTY OF M4AMl-DADE ------------- \ \/ � � ��� \ \. » � . \� \� � � � /� \� �� \ \� � \ \ M