Loading...
BEJAR CONSTRUCTIONSe a Sout laml Bathroom Remodeling at Dante Fascell Park & Palmer Park Proposal C, Thomas F. Pepe, 2014: 03124114 No. Event ate* Time* Advertisement/ Distribution of RFP & Cone of 7/24/2014 5:00 Ply silence begins Non-Mandatory Pre-Proposal Conference City of South Miami, it _ Hall Chambers, 814/2014 6130 Sunset Drive, South Miami, FL 33143 3 Deadline to Submit Questions 0/6/2014 I0 :00 AM Deadline to City Responses to Questions 8/7/2014 10 :00 AM 5 Deadline to it Bid-Response 8/12/2014 10:00 AM 6 Evaluation of Bid Responses 8/14/2014 10:00 AM 7 Agenda for Commission Approval of 8/19/2014 7 :00 PM Contractors /Cone of Silence ends Page 2 of 73 G Thomas F. Pepe, 2014 4/28/2014 zn��»», mvn�*< » §*«< The sites are located within the City of South Miami; Dante Fascell Park 8600 SW 57 Avenue-, Palmer Prk 6700 SW 61" Street, South Miami 33143. 1x !!!j !�11 Bathroom Remodeling, prepared by Sol-ARCH Dated June 0 < #2 are included and are a part of this 'FP by way of reference; ©t "A" Dante Fascell Park; and Attachment Palmer Park Page 3 of 73 C Thomas F. Pepe, 2014 4/28/2014 The current estimate • complete construction of the Dante Fascell Park and Palmer Park project is 60 days from issuance of Notice to Proceed. V. Warranty: ,1 11 111111;J1111111 P! 1 1 RM OR i�"I lipil III 01MI I L.An L*JMqgL;Ld MI amw LO I I a 1.%21 MUn 1 raq Lei a I gym I an VIA- 1AL-7.111, Ll Page 4 of 73 C, Thomas F. Pepe, 2014 4/28/2014 I t Thomas F. Pepe, 2014 412$12014 Page 6 of 73 C Thomas F, Pepe, 2014 4/28/2014 Page 7 of 73 G Thomas F. Pepe, 2414 4/28/2014 Page 8 of 73 O Thomas F. Pepe, 2014 412$12414 33. Proposal Guarantee- The successful Respondent shall execute the Contract (Agreement) and provide the applicable insurance documents, and a Performance and Payment Bond, if required, within ten (10) calendar days of Notice of Award by the City. The Respondent who has the Contract awarded to him and who fails to execute the Contract and/or furnish the required Bonds and Insurance documents within the specified time shall, at the City's sole and absolute discretion, forfeit the Proposal Bond/Security that accompanied the Page 9 of 73 C Thomas F. Pepe; 2014 . 472812014 (c � Thomas F. Pepe, 2014 4/28/2014 1111 11111111:1glin jjj'�!! 111111 11011211 MMM I by the deadline set for within the solicitation, Fulfillment of all solicitation requirements listed is man&tory f] consideration of response to the solicitatlon� Additional documents may be required and� if so, they will identified in an addendum to this RFP, The response shall include the following items- TWOOMMOM Proposal Bid Bond BIDDER Qualification Statemel Non-Collusion Affidavit Acknowledgement of Conformance with OSHA Standards List of Proposed Subcontractors and Principal Suppliers IN 11111121M N/A V/ Submit this checklist along with your proposal indicating the completion and submission of each required forms and/or documents. Page I I of 73 Thomas F. Pepe, 2014 4/28/2014 miama'aal Steven Alexander City Manager City of South Miami 6130 Sunset Drive South Miami, FL 3314 GO Thomas F. Pepe, 2014 4/28/2014 d. Respondent all o nflicts, errors or discrepancies discovered in x Contract Documents errors or discrepancies been acceptable found and notice given, the Respondent represents, by submitting its proposal to the City, that the Respondent has received sufficient notice of the resolution thereof from the City, that such resolution is to Respondent and that the R- .. regarding the discrepancies. conflicts, errors or C Thomas F. Pape; 2014 4/2812014 I complete this information shall render the proposal non-responsive. S. The ENTIRE WORK shall be completed, in full, within 60 working days from the date stipulated in the NOTICE TO PROCEED, Failure to complete the entire work during the describe time period s a I result in the assessment of liquidated damages as set forth in the Contract. RESPONDENT: 19(5q-�&Vk- Address: 61 Zi, Telephone: Facsimile: Attention: 7. The terms used in this Proposal which are defined in the Contract shall have the same meaning as is assigned to them in the Contract Documents, Unless specifically defined in this RFP Package. Title Fax Number Email Address 12O"WROMAMM Page 14 of 73 C Thoinas R Pepe, 2014 4/28/2014 ld MMMMM STATE OF FLORIDA COUNTY OF MIAMI-DADE IN WITNESS WHEREOF —.z bonded parties have executed this instrument under their several seals this — ..z -_ --- - - 2 the nam-z.» corporate seal each corporate party being hereto affixed and these presents being duly signed by its undersigned representative.] Page IS of 73 (D Thomas F. Pepe, 2014 4/28/2014 SEC* M # tAGE OF A SAL IN PRESENCE OR F-MYMN Secretary 12 (Individual or Partnership Principal) (Business Address) (City/State/Zip) (Business Telephone) (Corporate Surety)* (Seal) IMPORTANT Surety companies executing bonds must appear • the Treasury Departmenes most current list (circular 570 as amended) and be authorized to transact business in the State of Florida. • 101 By: Page 16 of 73 C, 'fliomas F. Pepe, 2014 4/28/2014 �.��(hereinafter referred to as "Ci ") in the amount of WHEREAS, contractor has entered into a Contract, for the Bathroom Remodeling at Dante Fascell Park and Palmer Park, awarded on the _ day of -20—..under Contract Number — by the City for the construction of (brief description of the Work) in accordance with drawings (plans) and specifications prepared by -S—ol-ARCH which Contract is hereby made a part hereof by reference, and is hereafter referred to as the "Contrace'; Page 17 of 73 C Thomas F. Pepe; 2014 4728/2014 No right of action shall accrue on this Bond to or for the use of any person or corporation other than the City named herein. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract shall not affect the Surety's obligation under this Bond. IN WITNESS WHEREbF, the above bonded parties have executed this instrument under their several seals on this _ day • 4 name and the corporate seal of each corporate party being hereto affixed and these presents being duly signed by its undersigned representative. ma Secretary (individual, President, Managing Member or General Partner, etc.) (Business Address) (City/State/Zip) (Business Telephone) (Corporate Name) (President) (Business Address) (City/State/Zip) (Business Telephone) IN THE PRESENCE OF: INSURANCE COMPANY- BY- (SEAL) (Agent and Attorney-in-fact Signature) (Business Address)" (City/State/Zip COUNTY OF MIAMI-DADE I On this, the _ day of . 20 ®, before me, the undersigned notary public of the State of Florida, the foregoing performance bond was acknowledged by (Corporate Officer), (Title), of (Name of Corporation), a (State of Incorporation) corporation, on behalf of the corporation, WITNESS my hand and official seal. Notary Public, State of Florida O . 917AW . W i J 022 122 Personally known to me, or Personal identification: Type of Identification Produced Did take an oath, or Did Not take an oath. Page 18 of 73 C'niomas R Pepe, 2014 4/28/2014 That, pursuant to the requirements of Florida Statute 255.01, et seq., Florida Statutes, we, , whose business address is and whose I "Ora No (individual, President, Managing Member or General Partner, etc,) Page 19 of 73 C Thomas F. Pepe, 2014 4/28/2014 Secretary (Business Address) SECOND PAGE OF A TWO PAGE PAYMENT BOND WHEREBY IS THE PRINCIPAL AND STATE OF FLORIDA COUNTY OF MIAMI -BADE (City/State/Zip) (Business Telephone) BY: (SEAL) (Agent and Attorney-in-fact Signature) (Business Address) (City/State/Zip (Business Telephone) On this, the _ day of . 20__, before me, the undersigned notary public of the State of Florida, the foregoing payment bond was acknowledged by (Corporate Officer), (Title), of (Name of Corporation), a (State of Incorporation) corporation, on behalf of the corporation. WITNESS my hand and official seat. Notary Public, State of Florida 1171114MIORK119 h 1 I. I = M � &;4ffW*J IN I E LOL-71 I t1i I I OV11 VVI A 11171-7= -4 MW_T4 Did take an oath, • Did Not take an oath. plom 1=001"o 101947010001 Page 20 of 73 V) Thomas F. Pepe, 2014 4/28/2014 RESPONDENT QUALIFICATION STATEMENT The response to this questionnaire shall be utilized as part of the CITY'S overall Proposal Evaluation and CONTRACTOR selection. 1. Number of similar construction projects completed, a) Project Name: C) Owner Name: <-19= Owner Address: I cc-xb�—d-; Actual Final Contract Completion Date: —17— , ty--- I Original Contract Price: Actual Final Contract Price: J YJ :J , 0V b) Project Name: g 4Z Page 21 of 73 GO Thoinas F. Pepe, 2014 4/28/2014 Owner Address: Owner Telephone: Original Contract Completion Time (Days): r I -r h""'I — '1 '51 , 6 1 ( 6 0 6--t s Original Contract Completion Date: Actual Final Contract Completion Date: t—I 2-0 t a Original Contract Price: �A":K 1 '0 � '0 0 v Actual Final Contract Price IA •12- �0, c' 0 v, 04-' Project Name: t-" cq.- ,, . -J'r, e , I Owner Name: Owner Address: I Z -1 &1 " , k'J' 2-0g, Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: ( 7- 3,j Page 22 of 73 Co Thomas E Pepe, 2014 4/28/2014 Original Contract Price: kto oug , U0 Actual Final Contract Price: 4. The following information shall be attached to the proposal. a) RESPONDENT's home office organization chart. b) RESPONDENT's proposed project organizational chart. c) Resumes of proposed key project personnel, including on-site Superintendent. 5 List and describe any *" 5 ,- ot� a) Bankruptcy petitions filed by or against the Respondent or any predecessor organizations, b) Any arbitration or civil or criminal proceedings, or Suspension of contracts or debarring from Bidding or Responding by any public agency brought c) against the Respondent in the last five (5) years 1. Government References: 00 Thomas F. Pepe, 2014 4/28/2014 List other Government Agencies or Quasi-government Agencies for which you have done business within the past five (5) years. Name of Agency: 't"t-rz. Address: Telephone No.: "(-e) k - 0 � Contact Person: ke—'ev, a -r— - �� —"Jxx5z Type of Project: Name of Agency: -t— ((D Thomas F. Pepe, 2014 4/28/2014 Ox— "-k w being first duly sworn, deposes and states that.: ,--'-"77 Signed, ledm.and-deliver ed the presence of. Yi • Witness SignaRure Witness Print Name and Title 8.1 Date Page 25 of Z G Thomas F. Pepe, 2014 4/28/2014 ACKNOWLEDGEMENT STATE OF FLORIDA COUNTY OF MIAMI-DARE of Florida, personally appeared (Nime(s) of individual(s) who appeared before and whose name(s) is/are Subscribed to the within instrument, and hefshelthey acknowledge that helshe/they executed it. Ll WWq W01 a a (Name of Notary Public: Print, Stamp or type as commissioned.) — JIL Personally known to me, or 1 1411 01101111120gow- Page 26 of 73 C Thomas F. Pepe, 2014 4/28/2014 The award of any contract hereunder is subject to the provisions of Chapter 112, Florida State Statutes. Respondents must disclose with their Proposals, the name of any officer, director, partner, associate or agent who is also an officer or employee of the City of South Miami or its agencies. SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES I understand that a "public entity crime" as defined in Paragraph 287.133 (1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to , any bid, proposal or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of tht United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresEntation. Sworn to and subscribed before me this S of Personally known OR Produced identification Notary Public — State of My commission expires (Type of identification) (Printed, typed or stamped Form PUR 7068 (Rev.06/11/92) name of notary public) Page 28 of 73 Oc Thomas K Pepe, 2014 4/28/2014 e or Dy any political SUDC11VISions Tor Lne procU Ur proposal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process, Established procedures for processing tie Bids or proposals shall be followed if none of the tied vendors have a drug-free workplace program, in order to have a drug-free workplace program, ;« shall. Date: t Page 29 of 73 CC) Thomas F. Pepe, 2014 4/2W2014 1p iqli��';; TO THE CITY OF SOUTH MIAMI (Name of CONTRACTOR), hereby acknowledge and agree that as CONTRACTORs for the Project as specified have the sole responsibility for compliance with all the I'mi i iiew wo go N 101WINEWT111111 Name t Title e'ss Page 30 of 73 C'niornas F. Pepe, 2014 4/28/2014 Page 31 of 73 (D Thomas F. Pepe, 2014 4/28/2014 r.. ; # . . —1411b— individually and on behalf of I ;= " ` CO�Awa--Je lru °I the line above to the separate sheet, ie., "see attached additional information" and make reference to this document and this paragraph on the additional sheet which additional sheet must be signed under oath). [See Note #1 below]; (5) 1 and the Firm further agree not s use or Y r to use any knowledge, property or s come to us through our position of trust, or through our performance of our duties under the terms of the we may not disclose or use information, not available to members of the general public, for our personal gain or benefit or for the personal gain or benefit of any other person or business entity, outside of the normal gain or benefit • through i performance • Page 32 of 73 C Thomas F. Pepe; 2014 4 /28/2014 Page 33 of 73 O Thomas F. Pepe, 2014 1412812014 Municode Page 1'�W' Page 34 of 73 Cc) Thomas F. Pepe, 2014 4/28/2014 Page 3S of 73 C Thomas F Pepe, 2014 4/28/2014 Page 36 of 73 C Thomas F. Pepe; 2014 4/28/2014 Page 37 of 73 C Thomas F. Pepe, 2014 4/28/2014 (Ord. No. 6-99-1680, § 2, 3-2-99) Editor's note- Ord. No. 6-99-1680, § 1, adopted 3-2-99, repealed §§ 8A- I and 8A-2 in their entirety and replaced them with new §§ 8A- I and 8A-2. Former §§ 8A =1 and 8A-2 pertained to declaration of policy and definitions, respectively, and derived from Ord. No. 634, §§ I (IA -1), 1 (1 A-2) adopted Jan J 1, 1969. zlm�� C Thomas F. Pepe, 2014 4/28/2014 Park and Palmer Park in response to its advertisement for Request for Proposal and Instructions Respondents. i You are hereby notified that your Proposal has been accepted for the Bathroom Remodeling at Dante Fascell Park and Palmer Park in the lump sum amount of broken down as follows: Base Proposal: 0�� You are required by the Instructions to Respondents to execute the Contract and furnish the requirfi-9 Performance Bond; Payment Bond, Insurance documents (see Proposal Submittal Checklist Form) within ten (I day from the date of this Notice to you i if you fail to execute said Contract and to furnish said bonds or required Insurance documents within ten (I calendar days from the date of this notice, the CITY, at its sole and absolute dlscretion� shall be entitled disqualify the Proposal, revoke the award and retain the Proposal Bond/Security. Please be advised that If t contract price exceeds $5,000.00 or if it is a multi-year contract requiring payment out of more than one yea appropriation, the award and the contract must be approved by the City Commission before it is binding on t City. I W Steven Alexander City Manager BY: TITLE: Page 39 of 73 Thomas F. Pepe, 2014 4/28/2014 entered THIS CONTRACT was made and of 1 by r between hereafter referred to as "Contractor", and the City of South Miami, hereafter 110 11 referred s, "Owner", through its City Manager, hereafter referred to . Page 40 of C Thomas F. Pepe, 2014 4/28/2014 IN WITNESS WHEREOF, the parties hereto have executed this Contract on • prior to the day and date "I above written� in five (5) counterparts, each of which shalli without proof or accounting for the other counterp be deemed an original Contract WITNESSES: CONTRACTOR: Signature: Name: (print name of Witness) Title: (print name of Witness) AUTHENTICATION: OWNER: CITY OF SOUTH MIAMI Signature: Signature: Maria Menendez Steven Alexander City Clerk City Manager Legality and Execution thereof- Page 41 of 73 0 Thomas K Pepe, 2014 4/28/2014 Page 42 of 73 G Thomas F. Pepe, 2014 472812014 Page 43 of 73 C Tbomas F. Pepe, 2014 4/28/2014 County and provide OTY Vith evidence of such recording. Page 44 of 73 C Thornas F. Pepe, 2014 4/28/2014 Starting the Projject 2.6 CONTRACTOR shall start to perform its obligations Under the Contract Documents on the date the Contract Time commences to run. No Work shall be done at the site (as defined or to the date on which the Contract Time commences to run, except with the written consent of the CITY. C Thomas F. Pepe, 2014 4/28/2014 Present at the conference will be the ClIYS representative� CONSULTANT, Resident Project Representatives, CONTRACTOR and its Superfntenclent� Page 46 of 73 C Thomas F. Pepe, 2014 4/28/2014 SUbsU `aCe Cond-itions: 43 The CONTRACTOR acknowledges that he has investigated prior to bidding and satisfied himself as to the conditions affecting the Work, including but not limited to those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electric Dower, roads and Page 47 of 73 Oc Thomas F. Pepe, 2014 4/28/2014 ARTICLE 5 — INSURANCE 5.0 The Contractor shall purchase insurance from and shill maintain the insurance with a company or Page 48 of 73 v Thomas F. Pepe, 2014 4/28/2014 Page 49 of 73 9,Thomas F. Pepe, 2014 4/28/2014 Page 50 of 73 C Thomas F. Pepe, 2014 4/28/2014 � Oc Thomas F. Pepe, 2014 412812014 Page 52 of 73 Ca Thomas F. Pepe, 2014 4/28/2014 Page 54 of 73 C Thomas F. Pepe, 2014 4/2812014 Page 55 of 73 C Thomas F. Pepe, 2014 4/28/2014 Cooperation with • ., Departments, CONTRACTOR 637 The responsible * making all necessary arrangements with governmental departments, public utilities, public carriers, service companies and corporations (hereinafter referred to as "third parties") owning or controlling roadways� railways, water, sewer, gas, electrical conduits, telephone, and telegraph facilities such as pavements, tracks, piping, wires, cables, conduits, poles, guys, etc�, including incidental structures connected therewith, that are encountered in the Work in order that Page 56 of 73 Thomas F. Pepe; 2014 412872014 Page 57 of 73 C Thomas F. Pepe, 2014 4/28/2014 rmalan , Rnmamy • -. 9.1 The CONSULTANT shall be the CITYS representative during the construction perio& The duties and responsibilities and the limitations of authority of the CONSULTANT as the CITYS representative during C Thomas F. Pepe„ 2014 4128/2014 Page 59 of 73 C Thomas F. Pepe, 2014 4/28/2014 Limitations on Consultanes ReSDOnsibilitiev 9.11 The CONSULTANT will not be responsible for the construction means, methods, techniques, sequenc, or procedures, or the safety precautions and programs incident thereto. 9.12 The CONSULTANT will not be responsible for the acts or omissions of the CONTRACTOR, or ar Subcontractors, or any of their agent, servants or employees, or any other person performing any of t�l Work under • through them. ;n1wom-212 Page 61 of 73 Cc, Thomas F. Pepe, 2014 4/28/2014 Page 62 of 73 C'Thomas F. Pepe, 2014 4/28/2014 Page 63 of C Thomas F. Pepe, 2014 4/28/2014 ARTICLE 13 - GUARANTEE Thomas F. Pepe, 2014 4128/2014 Page 65 of 73 Thomas F. Pepe, 2014 4/28[2014 Page 66 of 73 CO Thomas F. Pepe, 2014 4/28/2014 Page 67 of 73 D'Fhornas F. Pepe, 2014 4/28/2014 Page 68 of 73 G Thomas F. Pepe, 20t4 412812014 Page 69 of 73 C Thomas F. Pepe, 2014 4/28/2014 93 If CONTRACCTOR or its subcontractor does not comply with a public records request the CITY shall have the right to enforce this contract provision by specific performance and the person who violates this provision shall be liable to OWNER for its costs of enforcing this provision, including attorney fees incurred in all proceedings, whether administrative or civil court and in all appellate proceedings. 20.1 If any provision • the Contract or the application thereof to any person • situation shall to any exte be held invalid or Unenforceable, the remainder of the Contract, and the application of such provisions persons or situations other than those as to which it shall have been held invalid or unenforceable sh not be affected thereby, and shall continue in full force and effect, and be enforced to t e est exte permitted by law. 21.1 The CONTRACTOR is an Independent CONTRACTOR Under the Contract Services provided by the CONTRACTOR shall be by employees of the CONTRACTOR and subject to supervision by the CONTRACTOR, and hot as officers, employees, or agents of the OWNER. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures, applicable to services rendered under the Contract shall be those of the CONTRACTOR. IN WITNESS WHEREOF, the parties hereto have executed the General Conditions to acknowledge th inclusion as part • the Contract Documents on this _ day of 2q--, 1 Signature: Maria Menendez City Clerk Signature: 1322= 7 ' eNamel 7 Signature: Name: Tltle I Signature: _ Steven Alexander. City Manager Page 70 of 73 t Thomas F. Pepe, 2014 4/28/2014 2= K Consultariv In accordance with ARTICLE I of the General Conditions CONSULTANT is defined as t tl.111�14 Pit, Sbiglemett?" Conditig-ts 0� if none t en CITY's designate A i 11 Consultant: City's Designated Representative Ricardo A. Ayalaj P.E. erit Pro*ect Manager 4795 SW 75 Ave 400 & Supplemental Definition- Work that does not Conform to the Contract Documents includes work that is i unsatisfactory, faulty, or deficient or that does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Document% or has been damaged prior to CONSULTANT's recommendation of final payment (unless responsibility for the protection thereof has been assumed in writing by CITY). c Termination or Substitution: Nothing herein shall prevent the CITY from terminating the services of the CONSULTANT or from substituting another "person" as to act as the CONSULTANT. OWNWIN eparunent ITIVI Diu 71;-W-P K ;.W FW W� and send a written copy of its decision to the CONTRACTOR, which shall be binding on both parties. F. Default Provision: In case of default by the CONTRACTOR,' the City of South Miami may procure the articles or services from other sources and hold the CONTRACTOR responsible for any excess costs occasioned or incurred thereby i INS, n-VIR I an�bmx I mo g��ul Lnn I, LM a argina � at 4 V. Page 71 of 73 Oc Thoinas F Pepe, 2014 4/28/2014 am= m"iml Irms - ' 0 Legality, and Execution Thereof. I= "m Signature: Steven Alexander City Manager mmiuO SIX41911*321 Page 72 of 73 CaThoinas F. Pepe, 2014 4/28/2014 NOTICE TO PROCEED Bathroom Remodeling at Dante Fascell Park and Palmer Park TO: DATE: PROJECT DESCRIPTION: <<PROJECT>> in accordance with Plans and Contract Documents as may be prepared in whole or in part by < > You are hereby notified to commence Work in accordance with the Contract dated on or before You are to complete the work within 30 days. The date of completion of all Work is therefore mm��� BY: Steven Alexander. City Manager Receipt of the above Notice to Proceed is hereby acknowledged by on this - day of , 20 Page 73 of 73 C Thomas F. Pepe, 2014 4/28/2014 South(e�*Iami I �,,* (AYM MAISANE I, MN6, I EMMINUM Date: August 5, 2014 Sent: Fax/E-mail/webpage 'T elicaturn su ssion is issue J-1 SPIP *=w"I"I Q • Request for Qualifications (R-FQ) 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 onginally set forth. It shall be the sole responsibility of the bidder to secure Addendums, that may be issued for a specific solicitation. V Are all permit fees waived? 1=11 M= What is the budget amount for the Bathroom Remodeling at Dante Fascell and Palmer Park RFP? There is no budget Iffi—e-lTe—m-for ect s Xuaget, C—apitaf Improvements Projects (CIP) 5-Year Plan MM Page I oft 1� � � i , �. � . �! Sout M *aml IHI-, ( IIY (A IIIJASANI HVING SPIN! EM Date: August 6, 2014 Sent: Fax/E-mail/webpage This addenduin 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 originally set forth. It shall be the sole responsibility of the bidder to secure Addendums that may be issued for a specific solicitation. On page 4 of 73 last paragraph stated "Note- A Proposal Bond is NOT required for this project." Question: is payment and performance bond required? Please refer to page 11 of the RFP, "Proposal Submittal Checklist Form" Payment and Performance Bond are required for this project. INSURANCE BEAR-1 OP 1 CERTIFICATE LIABILITY d i certificate #: 1� 6326 SW 191 Avenue Pembroke Fines, FL 33333 Mid-Continent Casualty Co ^OVERAGES CERTIFICATE NUMBER: REVISION NUMBER- r • s Kgffm ILA D TYPE OF INSURANCE POLICY NUMBER POLICY EFF POLICY EXP MMIDD MMIDDfYYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,00 COMMERCIAL GENERAL LIABILITY 04L000074 04f11f014f11f01 PREMSES Ea accur ence $ 100° CLAIMS -MADE O OCCUR MED EXP (Any one person) $ EXCLUDE PERSONAL & ADV INJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2,000;00 POLICY PRO- LOG $ LInt 1.,000;00 AUTOMOBILE LIABILITY a $ 04 L000 00274 04/11/2014 04111/2016 BODILY INJURY (Per person) ANY AUTO ALL OWNED SCHEDULED BODILY INJURY (Per accident) $ AUTOS A NON OWNED PROPERTY DAMAGE HIIaEDAUTC S AUTOS PER ACCIDENT $ UMBRELLA LiAB OCCUR EACH OCCURRENCE $ EXCESS LIAR CLAIMS -MADE AGGREGATE $ DEO RETENTION $ $ WORKERS COMPENSATION WG SLl OTH- TORY LiMiTS ER AD EMPLOYERS' LIABILITY Y f N ANY PROPRIETOR/PARTNER/EXECUTIVE E,L, EACH ACCIDENT $ OFFICERIMEMBER EXCLUDED? NIA (Mandatory In NH) E.L. DISEASE - EA EMPLOYEE $ If s, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT DESCRIPTION OF OPERATIONS f LOCATIONS f VEHICLES (Attach ACORD 909, Additional Remarks Schedule, If more space Is required)