V ENGINEERING & CONSULTING'
REQUEST FOR PROPOSAL
FASCELL PARK POURED-IN-PLACE (PIP) JOGGING TRAK
RFP
Section
Title
Paee(s)
4.
Bidder's Representation and Proposal/Bid Form
... .......... _ 19-21
6.
Specifications/Scope of Work... ...
��
�.
Addendu�|AckmoYledgepoent.._.....^..._^........._.._^~..._.^.........._.~.`.._..
��
9.
Anti-Kickback Aff��aWit...~...._...........~......_.._...........^....^....~.......^..^..._,.
.
��
10,
Non-Co|lU�veAff|da�t...—.......^^..'....-~.._..........~.._......_^..._.....~......_,
11.
Sworn Statement Public EOtity_ .... ~...^........~......~..-~........._.........—.—,29-31
12.
Bid Tender .~__.~._...._.~...--_........~._~.~_.~
�����
37-38
15. @rug^freeWorkplace .._- ..... ~~, ...... ___ ......
^~_~.~...__...^~....^_...��
16. Related Party . ... -...... ~_~~~_~.._.~/43-51
17. Contract Genera[ Condition ........-...._..^.._~.................. ..^~..^............ �52-79
I& Appendix A.~~ ........ ~~ .... ___ ........... ~~___.._.~~~.~........—~.... .... _~_cm
REQUEST FOR PROPOSAL
KING TRAIL PROJECT
RFP #PR- S2013-01
ifiAd wro%osers to -trovide a Poured-In-Place (PIPJ�_QW.LUQ trail
for the City of South Miami at Dante Fascell Park located at 5900 SW 66 Street, South Miami, FL 33141
interested proposers should visit the Cit)(s website at AAAsouthm-----K— to obtain the REQUEST FOR
PROPOSAL package. Packages may also be picked up during normal business hours:
City Clerk, City of South Miami
6130 Sunset Drive
South Miami, Florida 33143
The City of South Miami reserves the right to accept or reject and/or all proposals or parts of proposals, to
workshop or negotiate any and all proposals, to waive irregularities, and to request re-proposals on the required
materials or services, or take any other such actions that may be deemed in the best interest of the City,
SECTION
II�I'III�IN,I �4
i, O
No.
Event
Date*
Tirane* (EST)
Advertisement/ Distribution of RFP & Cane of silence
4/25/2013
5 :00 PM
begins
Maud for Pre -Bad Conference _
2
Dante F sceii -Park, 5900 SW 66 Street, South Miami, FL
5/ 7/2013
10.00 A
33143
3
Deadline to Submit Questions
5/14/2013
10:00 Ally
4
Deadline to City Responses to Questions
5/15/2013
10000 AM
5
Deadline to Submit Bid-Response
5/17/2013
j 10:00 A
Evaluation of Rid Responses
5/24/2023
10:00 Ali
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 time.
H
I
flsdn���
A certified or cashier's check drawn on a national or state bank, or bid bond, in the amount of five percent
(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 better under Best's
Guidelines, made payable to: The City of South Miami,
1.07 SIGNATURE ON BID
1.08 COST OF BIDS
All expenses involved with the preparation and submission of Bids to the City or any work performed in
connection therewith, shall be borne by the Bidder(s). No payment shall be made for any responses
received, nor for any other effort required of or made by the Bidder(s) prior to commencement of work as
defined by the Agreement duly approved by the City Commission.
1.09 QpLktIFI TI RIiER
Each Bidder shall submit a completed Qualification Statement utilizing the form attached.
1.10 RIGHT TO REJECT BIDS
M
The City of South Miami reserves the right to accept or reject any and/or all Bids or parts of Bids, to
workshop or negotiate any and all Bids, to waive irregularities, and to request re-Bids on the required
materials or services.
1.11 AWARD _OFCONTRACT
1.11.3 if the successful Bidder to whom an Agreement is awarded forfeits the Award by failing to meet
the conditions of subsection 1,12, the City may, at the City's sole option, award the Agreement
to the next lowest Responsive and Responsible Bidder or reject all Bids or re-advertise the Work,
1.114 The City, at its sole discretion, may consider the lowest and responsive bidder as the bidder who
has the lowest bid amount for: DANTE FASCELL PARK (PIP) JOGGING TRAIL PROJECT.
All Bid Guarantees of unsuccessful Bidders will be returned after the Agreement is awarded and executed,
if requested by unsuccessful bidder.
The successful Bidder(s) shall, within ten (10) days of receipt of a written notice of the Award of the
Agreement, deliver to the City a fully executed Agreement and all requested certificates of insurance and
bonds.
1.13.1
The Bidder agrees to abide by the overall and unit prices quoted in the Bid for up to ninety (90) days from
the date of bid opening to allow for the City review, award, and execute the Agreement.
i
1.15 INTERPRETATION AND CLARIFICATION
1.16 BID MODIFICATIONS
No modifications shall be submitted by Bidder or accepted by the City,
1.17 WITHDRAWAL OFA BID
A Bidder may withdraw his Bid at any date and time prior to the time the Bids are scheduled to be opened.
Notice of withdrawal should be made in writing to the Maria M. Menendez, City Clerk, City of South
Miami,6130 Sunset Drive., South Miami, Florida, 33143,
Bids will be publicly opened and read aloud at the appointed time and place stated in the Request for
Proposals. Late Bids will not be considered. No responsibility will be attached to any City Staff for the
premature opening of a Bid not properly addressed and identified. Bidders or their authorized agents are
invited to be present at the bid opening.
1.19 PUBLIC ENTITY CRIMES ACT
In accordance with the Public Bid Disclosure Act, 218.80, Florida Statutes, each license, permit, or fee a
Contractor will have to pay the City before or during the Work or the percentage method or unit method of
The Bidder shall be required to provide and maintain insurance coverage of such types and amounts as
specified in Article 5-Bond and insurance. The Bidder shall include with his or her Bid either Certificates of
insurance evidencing same or documentation from his or her insurer evidencing the insurability of the
Bidder to meet the insurance requirements.
MMEMM
A Performance and a Payment Bond for the entire base bid amount shall be required in connection with
this contract.
The Bidder is assumed to be familiar with all applicable Federal, State, and local laws, ordinances, rules,
and regulations that may in any manner affect the Work.
The City, as part of its evaluation may perform an examination of the Bidder's facilities. The City Manager
or designee, as part of the evaluation, may perform this examination.
N
Included in the contract sum is an allocation account 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 in accordance with the Contract Documents.
1.26 CAMPAIGN FINANCE RESTRICTIONS ON VENDORS
Pursuant to the City Code, vendors of the City are required to disclose any campaign contributions to the
City Clerk, and each vendor must do so prior to and as a condition of the award of any City contract to the
vendor.
Vendors' Campaign Contribution Disclosure:
1. General requirements.
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, stating all
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,
Q The City Clerk shall inform the Commission of any disclosures which were made in relation to any
items before the Commission prior to the hearing on the item or prior to the award of the contract.
D) If an existing vendor 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.
2. Disqualification-,
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 other person
makes a campaign contribution to a City candidate and fails 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.
1.27 CONE OF SILENCE
Notwithstanding any other provision 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:
H
1, A potential vendor, service provider, proposer, bidder, lobbyist, or consultant; and
20 The City Commission, City's professional staff including, but not limited to, the City Manager and his
or her staff, any member of the City's selection or evaluation committee.
SECTION 3
�rT wvFTWFFN
Documents, The Work is generally described as follows:
DANTE FASCELL PARK POURED-IN-PLACE JOGGING TRAIL PROJECT
The Project for which the Work under the Contract Documents may be the whole or only a part is generally
described as follows:
CITY OF SOUTH MIAMI
DANTE FASCELL PARK POURED-IN-PLACE JOGGING TRAIL PROJECT
Article 3. CONTRACT TIME.
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 date 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,
9
the actual loss suffered by OWNER if the Work is not
substantially or finally complete on time, CONTRACTOR acknowledges and agrees that the actual delay
damages which OWNER will suffer in the event of delay in achieving Substantial Completion or Final
Completion of the Work are difficult, if not impossible, to determine and that the liquidated damages
uvAjaLtLe OWN ected to
suffer in the event of such delay. Accordingly, instead of requiring any such proof, OWNER and
CONTRACTOR agree, that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall pay
ires after the time siecified in
Paragraph 3.1 for Substantial Completion until the Work is substantially complete, Liquidated damages
shall be deducted from the CONTRACTOR's Applications for Payment, However, if at the time of the
CONTRACTOR's Final Application for Payment, CONTRACTOR is owed insufficient amounts to fully cover
the deduction for liquidated damages, then CONTRACTOR shall pay any amount due within 10 days of
written demand by OWNER.
Contract Price
Contract Price (in words)
5.1.1 Prior to Substantial Completion, progress payments will be in an amount equal to: 90% of the
Work completed and 90% of materials and equipment not incorporated in the Work but delivered
and suitably stored, less in each case the aggregate of payments previously made.
5.1.2 Upon Substantial Completion, OWNER shall pay an amount sufficient to increase total payments
to CONTRACTOR to 95% of the Contract Price, less such amounts as CONSULTANT shall determine
in accordance Article 14 of the General Conditions.
a
.4m 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 in
reaching the Contract Price and Contract Time.
75. CONTRACTOR has given CONSULTANT written notice of all conflicts, errors or 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 or should have known exist in the Contract Documents as a basis for a claim for an extra to the
Contract Price or Contract Time.
M
9.3. OWNER and CONTRACTOR each binds himself, his partners, successors, assigns and legal representatives
to the other party hereto, his partners, successors, assigns and legal representatives in respect to all
covenants, agreements and obligations contained in the Contract Documents.
9.4. This Contract may be executed in counterparts,
9.5 The OWNER shall retain the ownership of all shols drawings and design drawings once payment therefore
is made.
96 OWNER and CONTRACTOR hereby knowingly, irrevocably, voluntarily and intentionally waive any right
either may have to a trial by jury in respect to any action or proceeding based upon the contract
documents or arising out of, under, or in connection with the work or the project,
93 The law of the State of Florida shall govern the contract between the City of South Miami and the
successful bidder and any action shall be brought in Miami-Dade County, Florida. In the event of litigation
to settle issues arising hereunder, the prevailing party in such litigation shall be entitled to recover against
the other party its costs and expenses, including reasonable attorney fees, which shall include any fees and
costs attributable to appellate proceedings arising on and of such litigation.
B
Upon default by the successful bidder to meet any terms of this agreement, the it will notify the bidder
three (3) days (weekends and holidays excluded) to remedy the default, Failure on the contractor's part to
correct the default within the required three (3) days shall result in the contract being terminated and
upon the City notifying in writing the contractor of its intentions and the effective data of the termination.
The following shall constitute default:
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:
A) The City has determined that such cancellation will be in the best interest of the City to cancel
the contract for its own convenience. In the event the contract is terminated for the City's
M
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.
9.15 Contractor shall abide by the applicable provisions of Chapter 119, Florida Statutes (Public Records).
IN WITNESS WHEREOF, the parties hereto have signed 6 copies of this Contract. At least one counterpart each
has been delivered to OWNER, CONTRACTOR, and CONSULTANT. All portions of the Contract Documents have
been signed or identified by OWNER and CONTRACTOR or by CONSULTANT on OWNER'S behalf,
OWNER CONTRACTOR
WITNESS
[CORPORATE SEAL]
TITLE - COMPANY
WITNESS
[END OF SECTION]
E
[CORPORATE SEAL]
SECTION 4
BIDDER'S _REPRESENTATION
O. CITY OF SOUTH MIAMI
Attn- City Clerk
6139 Sunset Drive
South Miami, Florida 33143
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,
apparatus, means of transportation, and labor necessary to complete the Work specified 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,
NOTE'. THIS SCHEDULE OF BID 111W IS MERELy liLusTRATIvE oF THE MINIMUM AMOUNTIQUAN77TY
OF WORK TO BE PERFORMED UNDER THE CONTRACT- IN THE CASE OF ANY CONFLICT BETWEEN THIS
SCHEDULE OF BID ITEMS AND THE DETAILED SPECIFICATIONS, THE DETAILED SPECIFICATIONS WILL
PREVAIL.
The Bidder further proposes and agrees to comply in all respects with the time limits for
commencement and completion of the Work as stated in the Agreement,
The Bidder agrees to execute the Agreement and furnish the executed Agreement, all required
bonds, insurance certificates, and other required information to City within ten (10) ten calendar
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.
W
The following is a Lump Sure Bid Proposal is presented to the City, The Bid Amounts includes all items
described in the Bid Documents (Detailed Specifications). Upon receiving a Notice of Award contractor
shall submit a detail schedule of Values. Payment shall be made on the basis of or actually performed
and completed.
lip 11111 lglqji�� III I Jill
WWRINUMM
LUMP SUM BASE BID AMOUNT $
LUMP SUM BASE BID AMOUNT (IN WORDS) V) Tu
�1 Y
Taxpayer identification Number:
L4
(Company Address)
-3PS--
( ompany Phone NUmber)
[END OF SECTION]
M
SECTION S
SUPPLEMENTARY CONDITIONS
[END OF SECTION]
SECTION 6
SPECIFICATIONS ISCOPE OF WORK
Contractor shall provide all labor, parts, materials, and equipment necessary for the installation of EPIC M/Poured-
in -Place (PIP) playground surface/ jogging trail at the City of South Miami's Dante Fascell Park. (Refer to Exhibit
#1 "'Aerial View, Dante Fascell Park," The Exhibit depicts the suggested route and placement of the jogging
trail.
1. Material and Workrnanf;hi _
0 Material and workmanship shall comply with the following:
Mix proportions by weight -
* Basemat 14% P01YUrethane 86% rubber,
* Top Surface 18% polyurethane, 82% rubber.
Contractor shall be responsible to:
* Clear and grub area for the jogging trail.
0 Grade and compact subgracle to allow for the installation of 4" of firnerock.
M
Contractor must strictly comply with Federal, State and local building safety codes, Must meet all State
and Federal safety regulations. Certified Test Data that's safety Surfacing meets or exceeds the following:
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 frorn:
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 (Latest
edition). Copies may be obtained from:
D, Current Americans with Disabilities Act Guidelines (AD AG). Contractors certify that all products
(materials, equipment, processes, age appropriate signage, or other items supplied in response to this
bid) contained in its bid meet all Federal and State requirements, upon completion of installation of
playground surfacing, contractor shall furnish the City of South Miami a certificate so stating the surfacing
and its installation meet Federal and State requirements as outlined in the publications.
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.
C, Properly dispose of all material and packing waste before leaving the job site,
D, Be responsible for supplying a dumpster at job site for all waste associated with installation of the
safety surface.
All removal and disposal fees are to be included as part of the rate per square foot as bid.
[END OF SECTION]
0
Ara��i-�2
BIDDER: Y)
(Company Name
[END OF SECTION]
2
25
27
State of )
SS:
County of I
a) 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.
State of FIL-- I
SS:
County of
BEFORE ME, the undersigned authority, personally appeared A, to me
well known and known by me to be the person described herein and who executed the foregoing Affidavit and
acknowledged to and before me that executed said Affidavit for the purpose
therein expressed,
for
[print entity s�ubmitlrings orn state ent'j�
(if the entity has no FEIN, include the Social Security Number of the individual
4, 1 understand than an "affiliate' as defined in Paragraph 287,133(l)(a), Florida Statutes, means:
— This entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the entity, or an
affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989,
Personally known
OR produced identification Notary Public — State of
LUIS 1 Mot)
10 RIGUEZ
MYC to s SOON # J)D9
p8164
F—XPREc raj ()t 201
Pe C/ E t-' �4
' —
[END OF SECTION]
SECTION 12
SUPPLEMENT TO RintTENDER FORM
THIS FORM MUST BE SUBMITTED WITH BID FOR BID TO BE DEEMED RESPONSIVE,
The undersigned guarantees the truth and accuracy of all statements and the answers contained herein.
1. Please describe your company in detail.
t n C-t-1
VN T7 > r I
1 The address of the principal place of business is
'�'73 S-i-v-e-
�"A S_
1 Company telephone number:
4, Number of employees:
I C)
5, Number of employees assigned to this project:
N
6. Company Identification numbers for the Internal Revenue Service:
Q-73
7. Miami-Dade County and CITY OF SOUTH MIAMI Occupational License Number, if applicable, and expiration
date.
3
32
1-3
institutions for which you have performed similar work both in scope and cost:
(Continue list on insert sheet, if necessary.)
M
The foregoing list of subcontractor(s) may not be amended after award of the contract without the prior written
approval of the Contract Administrator, whose approval shall not be unreasonably withheld.
15. What equipment do you own that is available for the work?
k " e, / S �; I a -�; +-eex- / a\-�V"P
16. What equipment will you purchase for the proposed work?
IN-) / r' If,
M
3
�5
STATE OF FLORIDA
S.
COUNTY F I IAMI -i AI F
The foregoing instru nt was ackn wl d d f %t_ day of 2013, y
.. �-.
who I ji rsonaily known, t me or w o has produced
_
as id ntiflca id rrdN tt i chid /did not take an oath,
WITNESS y hand and official l seal, this day cif �` � " � A ___ 201 3,
[END OF SECTION]
3
.
[NOTARY SEAL)
Mils 1. I I I EZ
398, 0 M,
7,
M.
r i rratur a r t
[END OF SECTION]
3
STATE OF §— /
KNOW ALL MEN BY THESE PRESENTS: That by this Bond, we,
of the City of
County of
Principal, and . . .... ........
laws of the State of Florida to act as Surety on bon
SOUTH MIAMI, as Obligee, in the penal sur
($__) for the payment whereof, the :=
administrators, executors, successors and assignsj&f
Whenever Principal shall be 4eclared by Obligee to be in default under the Agreement, Obligee having performed
Obligee's obligations thereV'nder, the Surety shall promptly rernedy the default, or shall promptly:
(1) Complete the Aireement in accordance with its terms and conditions; or
M
Address. 'Address¢
The n r e and address of the Resident Agent fcar'° rvice of process can Surety
is-
me: �
Address:
e
SECTION 1
PAT BOND
PROJECT TI `LE ATP FASCELL PARK PIP JOGGING TRAIL the "Project"
CONTRACTOR:
AGREEMENT Nib.: AGREEMENT DATED,
BY THIS BOND (the "Bond"), We as
called CONTRACTOR, and
hereinafter called SURETY, are bound to CITE' OF SOUTH MIAMIPAORIDA, a Florida municipal corporation, hereina ft r
called City, in the amount eat_
-Dollars for payment of which CONTRACTOR =end SURETY wind themselves, their heirs, personal
representatives, executors, administrators, successors antf assigns, jointly and severally, with reference to a written
Agreement entered into by CONTRACTOR and City, for rite following:
m
By:
(Secretary) (Surety)
3=
[END OF SECTION)
The undersigned vendor in accoi
with Section 2 Z.087, Florida Statutes, hereby certifies that
A V , does:
) Give each employee engaged it providing the commodities or contractual services that are under bid a copy
of the statement specified in subsection (1).
In the staternent specified in subsection (1), notify the employees that, as a condition of working on the
commodities or contractual services that are under bid, the employee will abide by the terms of the
statement and will notify the employer of any conviction of, or plea of guilty or nolo cant ndere to, any
violation of chapter 893 or of any controlled substance law of the united States or any state, for a violation
occurring i
(6) 1 and the Firm hPreby acknowledge that we have not contracted or transacted any business with the City or
any person or agency acting for the City, and that we have not appeared in representation of any third party
before any board, commission or agency of the City within the past two years other than as
folly sysr (use a separate sheet to supply additional information that will not fit
on this line but make reference to the additional sheet which must be signed under oath), Neither I nor any
M
_f use a separate sheet to supply additional information that wHI not tit on
this line but make reference to the additional sheet which roust be signed under oath).
sisters of the person involved.
m
t o comply with such act or regulation.
m
m
0
m
CONTRACT GENERAL CONDITIONS
Is
w
m
m
0
m
m
m
60
m
m
m
m
m
0
m
m
0
E
w
m
thirty (30) calendar days of presentation to it of any approved partial payment estimate, pay the
CONTRACTOR a progress payment on the basis of the approved partial payment estimate. The CITY shall
retain ten (10%) percent of the amount of each payment until Final Completion and Acceptance of all
Work covered by the Contract Documents, Any interest earned on the retainage shall accrue to the
E
m
m
77
Narne'.
Title*
Read and Approved as to Form, Language,
Legality, and Execution Thereof:
Signature:
City Attorney
LUIS 1. RODRIGUEZ
V
T- 11
MY COMMISSQN # DD978164
EXPRES April 01, 2014
0,7 F�Onoalloaryserv'ce'00'71
[END OF SECTION]
79
SECTION 1
APPENDIX
(SPACE LEFT INTENTIONALLY BLANK]
ME
Project Name: Dante Fascell Park Poured-In-Place (PIP) jogging Trail
This addendum Submission is issued to clarify, supplement and/or modify the previously issued
Request for Qualifications (RFQ) Documents, and is hereby made part of the Documents, All
requirements of the Docurnents, not modifi ed herein shall remain in full force and effect as
originally set forth, It shall be the sole responsibility of the bidder to secure Addenclums that
may be issued for a specific solicitation,
Correction to RFP: The address for Dante Fascell Park is
8600 Red Road
South Miami, FL 33143
Pac,
Page 3 o t'7
Q tLe s fi o q_# i 5:
Is there a requirement to allow for access of City vehicles and related equipment?
Answ r to estign #1 S:
Pau e 5 of
9_uestion #20:
It was mentioned at the Pre-Bid Meeting that a Temporary Security Fence /Chain Link Fence
will be required at the site. Please specify the fence high, amount of linear feet required, and
any other specification.
AAnswer o n
)uestio #20:
Refer to the Answer to Question #5. The security fence is only around the area where the
work is being performed, The fence is a deterrent to protect the patrons of the park. No
chain is fences are permitted. Contractors may use flexible polyethylene flexible material or
barricades. Upon awarding of the contract the contractor will have a pre-construction
meeting with the City to determine the logistics of the project.
!Qyesfion
Will the contractor be in charge of preparing and submitting the set of plans to the building
department prior to execution? If so, shall we include a dedicated amount for this item in our
bids?
flage 6 ()t'7
NOTE: NO CHANGE TO THE SUBMITTAL DUE DATE. PROPOSALS ARE
DUE FRIDAY, MAY 17, 2013 AT 10 AM
w.
Flage 7 of-7
s
"AERIAL IN SIMS
VlEw, DANTE FASCELL
S
i
t
Project Name: Dante Faacell Park Poured-In-Place (PIP) jogging Trail
This addendum submission is issued to clarify, supplement and/or modify the previously issued
Request for Qualifications (RFQ) Documents, and is hereby made part of the Documents. All
requirements of the Documents not modified herein shall remain in full force and effect as
originafly set forth. It shall be the sole responsibility of the bidder to secure Addendums that
may be issued for a specific solicitation.
Page 1 OC2
T SHALL BE THE SOLE RESPONSIBILITY
ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION.
AIA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, THAT WE V En ineeriIn nsultin mar
2138 S.W. 23rd Street Miami, FL 33145
MAREAS, the Principal has submitted a bid for Dante Fascell Park Poured-in-Place PIP) Jon in Trail P,- t
Signed and sealed this 17th day of May 2013
V Emineering & Consulting Corp,
a
AIA DOCUMENT A310 * BID BOND 0 AT A UAR 1970 ED. 0 THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y, AVE., N.W., WASHINGTON, aC. 20006
> d x £% , 2 i; 411 £ ] $ I { i .
hwo t S} ?t ti E rti t 3nr
,x ,noon r i s tts ,s , t
p '4 t t t' 35 ,3 ; Ss t
cis s # . +
r(Ft. Q Kaw 10W .P& 3 .} 4r
AS
NOMA
IS,
i 4, to Tod An A }
t,
r
r
s III #�(.;,�,I',S1 '�9i 9?. a }tyl dSiti s �. Up t i { W0 my < 4 ' � t c t., ,
I
k{
,a [ >''� z,. G d 7..'�.mS..x fir% yk .✓ "u,., —y "C-44
Icy
4 t, .Y i t I•
x 3. n z or i t e.
,. I�III xii�ni =ii
�s #A3Y "Hf Ii,k YS `;• $ F�s;`tHF 4 t £ i lv s ,!. OAK,, 17th May R13 41
Uu i
x` a
m'St
Kx
S%£
.k, {; <; 3 zi ty1Y v4 { ; 4} '`, i 2 f £1` < h W,I£ Y rjwr
r1
_.,.._ . ........... ..��..,,<. _.... -.. ..,, .... rw.>:.�-- :m—nrr x;+aa ;fi`. s8. n...'€•.YPf Fg, ' �,` �A" if C, B£§y
6 k
Y .
k0 0
R� Y,� �
MEN, , "d" $$; �I, s i „�w r' a t� met � P111# IN y€ z,£ H k its ,S €� 5,I $� N i 'Fat sY
KNOTS � rY t e r <Y m
-49 x 1111 .3 sPt ":Pd. +. •t€ IS 1) \IH,t A'.tt4
IrMn
4 x
x43, i , 1 1
yi wRit °HIN INSI R1!Ml 1 S 1\ AN ANA YI'N't NO] 'k) EXC 1'$.1 }-
Y .$i ?. �f l , Tii + � Y
Y} 55 r
a
�. t
t.. x
p v l 4 #
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395
1940 NORTH MONROE STREET
T LARASSEE FL 32399-0783
AL
VALDES HELIX
V ENGISERING & CONSULTING CORP.
2138 SW 23 STREET
MIAMI FL 33145
DETACH HERE
STATE OF FLOR0A
b one of le neap cme Won
DEPARTMENT OF BUSINESS AND
ts Weme yw
'3usiness andProfessi()na� fyeqW
PRDFESSIONAL REGULATION
g ams by Me Depin ni uf
frown"
bumnesses ranp bum aMMWCtS,,0 pf,;,hi bo,cikei3,
anvo, lhey popo w-dw, eamomy wmng
I " "
06/30/12 118215567
Doxers to barbeque TeStaUrant',s,
CGC1508760
EveN cay we w06 jo,mproe ttje wavove aonusiness in aMer W se roe you bKW.
CERTIFIED GENERA CONTRACTOR
OWSE.1,"oces. 0,ase joc,, www,myfloridalicensexom
c,
.&L,
F-er info,,rnabon about
cn 4 Q OoMws art the regjiitiOnSthal,
VALDES, FELIX
ere r more informatw, ,"s6cy
he
V ENGINEERING & CONSULTING CORP.
,apac you sunwnbe M mpanmem new ietters and iearn rnore about
Depamenfs
!-,ur the Ucense Efficiently, Re,,,;tilate Fai0y �,yye
nriss�cmaf
awe to sorve yanu beder so the! yc,, can serve custOmers
1S CKRTIFIMB al-- �b* ,'h-489 Fs
cowasy
Aw dairg MOMS in ROWa and on ymr neon, kense'
d4le- AUG 31, 2014 Li2063010rw35rll
I hmk ph
DETACH HERE
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
(850) 487-1395
CONSTRUCTION INDUSTRY LICENSING BOARD
1940 NORTH MONROE STREET
HASSEE FL 32399-0783
TALLA
VALDES ' FELIX
V ENGINEERING & CONSULTING CORP.
2138 SW 23 STREET FL
M 33145
IAMVI
?C',',ETACH HERE
g 42 F'ATEE OF FLOROA &
near�j Me m,�;ion
DEPARTIMENT OF BUSINESS AND
Mie
I R6�pialuc'0
REGULATION
�'�5 .'W'wk�b- c'M�"u c- 5 �,c.,ensedl')v 'he LN`4),'�fllm profeisional
PROFESSIONAL
ClIC-2,224681 06/30/12
t: -ve,,�ou better
do u&ness mi order tu, se,,
CERT Tilg-nERGROUND & EXCAV CNTR
�Wv jLos p�,a%e www myfloridalicen'se,corn
abuwt or
1� s a tile q�gulatbn,,�',,-rw
d v,, )n nd
VALDES, FELIX
CORP
I ")
r��7re "uu l 'mc, �mre infcnvylat an-','01 �,,,lcwv
'V ENGINEERING CON SULT ING
n s sC.43 ti[,' 3„ a -,,nur
ic-ir�y. 'e
cjjr mssion ts� !L,:ense, Effilclleilti'v' a N
bc,,' SO that YOU your ,,t �-� nn e,, n;
CERTIrTED
strp,,F� 1�),,jerve ycp ,tOr
ns w Ouf new licensel
ongprahkaW--,, -
dac�� AUG 31,
2)ank 'c""' 10"
xxp'lr4t-,-"
?C',',ETACH HERE