Loading...
Maggolc Inc-Bid Progress Road Imp.City of South Miami xu Construction Contract Progress Road Improvements From SW 68 Street to SW 70t' Street CITY COMMISSION Mayor: Vice Mayor: Commissioner: Commissioner: Commissioner: CHARTERED OFFICIALS City Manager: City Attorney: City Clerk; Philip K. Stoddard, PhD Josh Liebman Valerie Newman Walter Harris Bob Welsh Hector Mirabile, PhD Thomas Pepe, Esq. Maria M. Menendez, CMC Public Works Operations Manager: Keith A. Ng, CFM Capital Improvements Program City of South Miami "Excellence, Integrity and Inclusion" . .. ..... ... CITY OF SOUTH MIAMI PROGRESS ROAD IMPROVEMENTS The City of South Miami, Florida, hereinafter referred to as "City", is hereby soliciting sealed proposals.. The submittal, consisting of one (1) original unbound proposal, ten (10) additional copies and one (1) digital CD copy to the Office of the City Clerk South Miami City Hall, 6130 Sunset Drive, South Miami, Florida 33143. Sealed Proposals must be received by the City Clerk, either by mail or hand delivery, no later than 10 A.M. local time on June 13, 2012. A public opening will take place at 10 A.M. in the City Commission Chambers located at City Hall on the same date. Any Proposals received after 10 A.M. local time on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the Bidders. The Project is generally described as: Based on the South Miami Redevelopment Community (SMCRA) Board funded survey work, associated drainage and percolation study and input provided by the SMCRA Board members and local business owners, a city-designated design firm completed the design portion of the Progress Road Infrastructure Improvement Project including a full set of construction drawings for the project. Scheduled improvements include the removal of three (3) existing drainage inlets, the installation of six (6) new drainage inlets. 5 new storm water manholes and associated exfiltration systems, roadway milling and resurfacing, street signage and striping. The work involved with the project shall include, but may not be limited to, the furnishing of all labor, materials, tools, equipment, machinery, superintendence and services necessary for the complete in place construction of the project A Mandatory Meeting will be conducted at City Chambers at 10:00 am located at 6130 Sunset Drive, South Miami 33143 Pre-Bid Conference shall be held at the site at May 31, 2012. The conference shall beheld regardless of weather conditions. Proposals are subject to the attached Standard Terms and Conditions contained in the complete bid package. Interested Bidders who wish to bid on this RFP can obtain the complete bid package at City website at ciMofsouthmiami.nettindex.php?src=gendocs&ref=BidPosting2OlO&catggo —RFPs- nd-Bids Q�� a or at the City Clerk's office Monday through Friday from 9:00 A.M. to 4:00 P.M. The City of South Miami reserves the right to award the bid to the lowest, most responsive, responsible bidder, as determined by the City Commission, subject to the right of the City to reject any and all bids, to waive any irregularity in the bids or bidding procedure and subject also to the right of the City to award bid and contract to bidders other than the low bidder. Maria Menendez South Miami City Clerk @ thomasfpepe-09-28-1 I Bid Form Progress Road Improvements THIS BID IS SUBMITTED TO: Dr. Hector Mirabile City Manager City of South Miami 6130 Sunset Drive South Miami, FL 33143 I ♦ The undersigned BIDDER proposes and agrees, that if this Bid is accepted, to enter into a Contract with the City of South Miami in the form included in the Contract Documents which are part of this Bid Package to perform and furnish all work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated therein and in accordance with the other terms and conditions of the Contract Documents which include those prepared by EAC Consulting, Inc. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to BIDDERS, including without limitation those dealing with the disposition of Bid Bond/Security. This Bid will remain subject to acceptance for 90 days after the day of the Bid opening. BIDDER agrees to sign and submit the Contract with the Bonds, Insurance Certificate and other documents required by the Bidding requirements within ten (10) calendar days after the date of the City's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Contract, that: a. BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged.) Addendum No, Addendum No. Addendum No Addendum No Addendum No. Dated: 6111 Dated: Dated: Dated: Dated: Addendum No. Dated: b. BIDDER has familiarized himself with the nature and extent of the Contract Documents, the proposed work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. c. BIDDER has studied carefully all reports and drawings of subsurface conditions and drawings of physical conditions. d. BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies in addition to or to supplement those referred to in (c) above which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost progress, @thomasfpepe-09-28-11 (Updated 04-30-2012) Page 8 performance, or the furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. The BIDDER hereby acknowledges that no additional examinations, investigations, explorations, tests, reports or similar information or data are, or will, be required by BIDDER for any reason in connection with the Bid. e. BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. f. BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of all Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect to any Underground Facilities are, or will be required, by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. g. BIDDER has given written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and, if any conflicts, errors or discrepancies have been found and notice given, the BIDDER represents, by submitting its bid to the City, that the BIDDER has received sufficient notice of the resolution thereof by Consultant, that such resolution is acceptable to BIDDER and the BIDDER waives any claim regarding the conflicts, errors or discrepancies. h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; BIDDER has not directly or indirectly induced or solicited any other BIDDER to submit a false or sham Bid-, BIDDER has not solicited or induced any person, firm or corporation to refrain from Bidding, and BIDDER has not sought by collusion or otherwise to obtain for itself any advantage over any other BIDDER or over the CITY. 4. BIDDER understands and agrees that the Contract Price is the lump sum that it needs to furnish and install all of the Work complete and in place. The Schedule of Values is provided for the purpose of Bid Evaluation and when initiated by the CITY, it shall form the basis for calculating the pricing of change orders. The Contract Price shall not be adjusted in any way so as to result in a deviation from the Schedule of Values, except to the extent that the CITY changes the scope of the Work after the Contract Date. As such, the Contractor shall furnish all labor, materials, equipment, tools, superintendence and services necessary to provide a complete, in place Project for the Bid Price of LUMP SUM BASE BID: -e P1 ok- A71 —tte, dollars and 42-f-0 cents f 99S.- 017 Alternates: #1 #5 #2 #6 @ thomasfpepe-09-28-1 I (Updated 04-30-2012) Page 9 #3 #7 #4 #8 A fee breakdown for each task must be completed in the table shown above. Failure to complete this information shall render the proposal non-responsive. 5. The ENTIRE WORK shall be completed, in full, within 240 Calendar Days from the date stipulated in the NOTICE TO PROCEED. Failure to complete the entire work during the described time period shall result in the assessment of liquidated damages as set forth in Paragraph 6 of the Contract. 6. Communications concerning this Bid shall be addressed to: BIDDER: Address: Telephone: � $G — -;Z- 9 1 -2— Facsimile: 3!:96 Attention: 7. The terms used in this Bid which are defined in the General Conditions of the Contract shall have the same meaning as is assigned to them in the General Conditions. SUBMITTED THIS DAY OF -;t_ 20 BID SUBMITTED BY; A&3c Company Telephone Number Title :?- 9 46 - 4 �_ a- 9 � 3 Fax Number Email A(4ftss P FAILURE TO COMPLETE, SIGN, & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE @ thomasfpepe-09-28-1 I (Updated 04-30-2012) Page 10 Item # Description Unit I city I Unit Price Amount 1 IMobilization LS 1 1.00 , ` ' • "`° 2 Dust Control LS 1.00 dicey 3 Project Sign EA 2.00 gsv 57M. O 4 Removal of Existing One (1 ") Inch Asphal S'Y 2,225.00 5 Removal of Existing Drainage Structure EA 3.00 �, OL3 fi 6 Type S -III (One (1 ") Inch of) Asphalt SY 2,225.00 �Y y1�WRI `' @ " 7 Limerock Base CY 20.00 6 1W 8 Subgrade CY 30.00 . 9 Embankment CY 240.00` ea 10 Curb Ramp EA 1.00 0 or 115le , 11 Disposal of Contaminated Soils (if Enountered) CY 30.00 � /0, 00 3 Q-Q The revised Schedule of Values must be used to render a responsive bid. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS' THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. 15" HDPE pipe 18" HbPE Pipe 18" French Drain III Manhole m # e ' r fi �S "��y�",'� �:� 2a\`�C� Y\ �Y y1�WRI `' @ " 2w' White Thermoplastic Stripe 1 12"White Thermoplastic Stripe " Thermoplastic .. 6" Yellow Thermoplastic stripe, y Double Yellow The rm, , astic Stripe 'Reflective Pavement Markings (RPMs) ® !! r r r Maintenance of Detectable Warning Surface ® Police ! !! a `" •ee e� ,Permits and insurance ,e, NOW The revised Schedule of Values must be used to render a responsive bid. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS' THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. ©thomasfpepe- 09 -28 -1 I (Updated 04 -30 -2012) Page ,. © Mobilization © ._ © D oXemovai . .. _._ Structure Type S-111 o .:. v Embankment ® pipe 19" HDPE Pipe ® 18" French Drain r� Type A Inlet Bottom ® Manhole NO Thermoplastic - r 12" White Thermoplastic Stripe White Thermoplastic 61 Yellow Thermoplastic 6" Double Yellow Thermoplastic Stripe ®` • �� Maintenance of Traffi® ,.l► Detectable Warning Surface__ _: ®Permits - • Insurance ®- " c 6,�iR�2.�a�d' ©thomasfpepe- 09 -28 -1 I (Updated 04 -30 -2012) Page PAY ITEM DESCRIPTION • Mobilization and Dust Control This item shall 'include the preparatory work and operations in mobilizing for beginning work on the project, including, but not limited to, those operations necessary for the movement of personnel, equipment, supplies, and incidentals to the project site. Payment will be based on a lump sum for mobilization. • Removal of Asphalt/Milling Square yards This item shall include the milling of the existing asphalt pavement within the limits defined by detail on the plans, and the FDOT specifications. Greater widths are at the contractor's option and expense. The price bid shall be full compensation for furnishing all necessary labor, materials, tools and equipment and for permitting all work required for milling of the existing asphaltic concrete surface, including the cost of removal and disposal of milled material from the project site, Payment will be based on the number of square yards of milled asphalt times the unit bid price, however, the area to be milled shall be designated on a map or drawing and any areas not so designated that are milled and /or asphalted shall be at the contractor's expense. • Removal of Existing Drainage Structure This item shall include the the existing drainage structures as shown in the engineering drawings and shall be removed only in accordance with the plans and drawings. The price bid shall be full compensation for furnishing all necessary labor, materials, tools, and equipment and for performing all work required for the removal of existing drainage structures and any necessary associated piping, the loading, transporting, and proper disposal of the structures and associated piping. Payment will be based on the number of structures removed times the unit bid price. • Type III' Asphaltic Concrete= Square Yards. This item shall include the furnishing and installing Type S -111 Asphaltic concrete (I") for permanent paving repairs within the limits defined by details on the plans, the FDOT specifications and /or the Standard Details and the map or drawing designation. Placement of asphalt must be placed in a manner that maintains the existing crown and the grade, Greater widths are at the contractor's; option (provided an adequate subsurface exists) and at the contractor's expense, either for the installation or for removal of unauthorized work. The price shall be full compensation for furnishing all that is necessary for a complete asphaltic concrete surface course installation including but not limited to supplying all labor, materials, tools, and equipment and for performing all work required for preparing and transporting mixture, tack cost application, placing, compacting, and testing. Payment will be based on the number of square yards of Type S -111 asphaltic concrete required to perform the contracted work. • 15" HDPE Pipe- This 'item shall include the linear feet for furnishing and installing 15" HDPE pipe at any depth of cut within the limits defined by details on the plan and Miami Dade County Standard 'Details or in accordance with the FDOT specifications. The price bid shall be full compensation for the contracted work required for the complete installation of the pipe; ready for service including but not limited to the furnishing all necessary labor, materials, tools; and equipment and performing all necessary exploratory excavation; any sheeting, shoring or bracing, dewatering; disposing of excess or unsuitable' fill material; placing the pipe in the trench; cutting and 'installing plugs, furnishing joint materials including lubricant; protecting existing utilities; making all pipe connections; cleaning and testing placing and compacting backfill (including rock bed); installing additional suitable backfili material and temporary paving, replacing water and sanitary services, trees, shrubs, sod, sidewalks, mail boxes, fences, walls, sprinkler systems, and all other similar items as required or necessary, to original locations and to equal or better than original conditions; and all other appurtenant and miscellaneous ©thomasfpepe- 04 -28 -1 I: (Updated 04. 30-2012) Page 12 items and work. Included in the unit cost are all survey, submittals, and shop drawing work, all loading, unloading, and transport costs ditch side. Payment will be based on the number of authorized linear feet of HDPE Pipe times the unit bid price. All lineal feet authorization shall be in writing signed by the City Manager or his designee. • 18" HDPE Pipe- This item shall include the linear feet for furnishing and installing 18" HDPE pipe at any depth of cut within the limits defined by details on the plan and, Miami Dade County Standard Details or in accordance with the FDOT specifications. The price bid shall be full compensation for the contracted work required for the complete installation of the pipe, ready for service including but not limited to the furnishing all necessary labor, materials, tools, and equipment and performing all necessary exploratory excavation; any sheeting, shearing or bracing; dewatering; disposing of excess or unsuitable fill material; placing the pipe in the trench; cutting and installing plugs; furnishing joint materials including lubricant; protecting existing utilities; making all pipe connections; cleaning and testing; placing and compacting backfill (including rock bed); installing additional suitable backfill material and temporary paving, replacing water and sanitary services, trees, shrubs, sod, sidewalks, mail boxes, fences, walls, sprinkler systems, and all other similar items as required or necessary, to original locations and to equal or better than original conditions; and all other appurtenant and miscellaneous items and work. Included in the unit cost are all survey, submittals, and shop drawing work; all loading, unloading, and transport costs ditch side. Payment will be based on the number of authorized linear feet of HDPE Pipe times the unit bid ;price. All lineal feet authorization shall be in writing signed by the City Manager or his designee. 18" French Chain - This item shall include the Linear feet for furnishing and installing 18" French Drain within the limits defined by details on the plan and Miami Dade County Standard Details or in accordance with the FDOT specifications. The price bid shall be full compensation for for the contracted work required for the complete installation of the pipe, ready for service including but not limited to the furnishing all necessary labor, materials; tools, and equipment and performing all necessary exploratory excavation; any sheeting, shoring or bracing; dewatering; disposing of excess or unsuitable fill material; placing the pipe in the trench; cutting and installing plugs; furnishing joint materials including lubricant; protecting existing utilities; making all pipe connections; cleaning and testing; placing and compacting backfill (including rock bed); 'installing additional suitable backfill material and temporary paving, replacing water and sanitary services, trees, shrubs, sod, sidewalks, mail boxes, fences, walls, sprinkler systems, and all other similar items as required or necessary, to original locations and to equal or better than original conditions; and all other appurtenant and miscellaneous items and work. Included in the unit cost are all survey, submittals, and shop drawing work; all loading, unloading, and transport costs ditch side. Payment will be based on the number of authorized linear feet of HDPE Pipe times the unit bid price. All lineal feet authorization shall be in writing signed by the City Manager or his designee. A Inlet with P Bottom - This item shall include the installation of concrete curb inlets with P bottoms as set forth in the plans, and in accordance with the FDOT' Specifications, Miami Dade County Standard Details and in the quantity identified in the plans and as directed, in writing, by the City. The Price bid shall be full compensation for furnishing all required Curb 'inlets with P Bottoms including but not limited to all necessary labor, materials, tools, and equipment and for performing all work required including but not limited to preparing and transporting mixture, formwork and placement . Payment will be based on the number of authorized linear feet of concrete curbs times the unit bid price. All lineal feet authorization shall be in writing signed by the City Manager or his designee. Manhole- This item shall include the furnishing and installing of manhole Type J and P at any depth of cut within the limits defined by the plans and details and in accordance with Othomasfpepe -09 -28.11 (Updated 04 -30 -2012) Page 13 the Miami Dade County Standard Details and FDOT specifications. The price bid shall be full compensation for performing all work required for the complete installation of the manholes, ready for service, including but not limited to the furnishing of all necessary labor, materials, tools, and equipment and including exploratory excavation; any sheeting, shoring or bracing; dewatering; disposing of excess or unsuitable fill material; placing the structures in the trench; all rims, manhole covers, and anchors are required; protecting existing utilities; making all pipe connections; cleaning and testing, placing and compacting; backfili (including rock bed); installing, additional suitable backfill material and temporary paving, replacing water and sanitary services, trees, shrubs, sod, sidewalks, mail boxes, fences, walls, sprinkler systems, and all other similar items as required or necessary, to original locations and to equal or better than original conditions; and all other appurtenant and miscellaneous items and work. Included in the unit cost are all survey, submittals, and shop drawing work; all loading, unloading, and transport costs. Payment will be based on the authorized number of Manhole times the unit bid price. The number of Manholes authorized shall be in writing signed by the City Manager or his designee. • Solid Traffic White Stripe (for all widths)- This item shall include the Linear Feet for furnishing and installing Solid Traffic Stripe (6", 12 ", 18 ", 24 ") within the limits defined by details on the plans, the specifications, FDOT specifications. The price bid shall be full: compensation for performing all work required for the complete installation of solid traffic stripe (6 "', 12 ", 18 ", 24 "), ready for service including but not limited to the furnishing all necessary labor, materials, tools and equipment and shall include temporary paving, pavement markings, pedestrian < crossings markings and all others similar items as required or necessary, to original locations and to equal or better than original conditions; and all other appurtenant and miscellaneous items and work. Included in the unit cost are all survey, submittals and shop drawing work; all loading, unloading, and transport costs to installation location. Payment will be based on the number of authorized linear feet of solid traffic stripe times the unit bid price. The number of authorized linear feet shall be in writing signed by the City Manager or his designee. • Solid Traffic Yellow Stripe (for all widths) - This item shall include the Linear Feet; Furnishing and installing solid traffic stripe within the limits defined by details on the plans, the specifications and /or the FDOT specifications. The price bid shall be full compensation for furnishing all necessary labor, materials, tools and equipment and for performing all work required for the complete installation of solid traffic stripe, ready for service, and shall include temporary paving, pavement markings, pedestrians crossings markings and all other similar items as required or necessary, to original locations and to equal or better than original conditions; and all other appurtenant and miscellaneous items and work. Included In the unit cost are all the survey, submittals, and shop drawing work; all loading, unloading and transport costs to installation location. Payment will be based on the number of authorized linear feet of solid stripe.. The number of authorized linear feet shall be in writing signed by the City Manager or his designee. • Retro- Reflective Pavement Markers This item shall include the furnishing and installing Retro- Reflective pavement Marker within the limits defined by details on the plans, the specifications, andlor FDOT specifications. The price bid shall be full compensation for furnishing all necessary labor, materials, tools and equipment and for performing all work required for the complete furnishing and installation of Retro- Refleetive pavement Marker, ready for service and all to other similar items as required or necessary, to original locations and to equal or better than original conditions, and all other appurtenant and miscellaneous items and work. Included in the unit cost are all survey, submittals, and shop drawing work; all loading, unloading, and transport costs to installation location. Payment will be based on the authorized number of installed Retro- Reflective Pavement marker times the unit bid price. The number of authorized Retro- O thomasfpepe- 09 -28 -I I (Updated 04-30 -2012) Page 14 Reflective Pavement Markers shall be in writing signed by the City Manager or his designee. • Maintenance of Traffic — This item shall include the Lump sum price for furnishing all necessary traffic control including but not limited to flag persons, cones, markers, signs, lighting, flags, and other control devices for directing traffic and maintain safety, and other aides for the duration of the project. Included in this bid item is the payment of an off duty law enforcement officer to control and direct traffic. Since this item is bid as 'a lump sum, payment will be in accordance with the cost breakdown as approved by the Consultant and measured as required by and satisfactory to the Consultant. All MOT devices required must conform to applicable standards. • Detectable Warning Surface — This item shall include the furnishing and installing detectable warning surfaces (DWS) within the limits defined by details on the plans, the specifications and FDOT specifications. The price bid shall be full compensation for all work required for the complete installation of the DWS including but not limited to the furnishing of all necessary labor, materials, tools and equipment.. Payment will be based on the authorized number of DWS times the unit bid price. The number of authorized DWS shall be in writing signed by the City Manager or his designee. • Sign - This item shall include the furnishing and installing pedestrian crossing signs within the limits defined by details on the plans, the specifications, the Miami Dade County Standard Details and FDOT specifications. The price bid shall be full compensation for the complete installation of pedestrian crossing signage for each pedestrian crossing, ready for service, and all other similar items as required or necessary, to original locations and to equal or better than original conditions including the furnishing of all necessary labor, materials, tools and equipment and for performing all work required as well as all other appurtenant and miscellaneous items and work. Included in the unit cost are all survey, submittals, and shop drawing work; all loading, unloading and transport costs to install at each location. Payment will be based on a lump sum unit bid price. • Performance and Payment Bond - This item shall include the lump sum price for the cost of bonds. Permits and Insurance — This item shall include a lump sum for all permits and any required insurance. Q thomasfpepe-09-28-1 I (Updated 04-30-2012) Page 15 UM STATE OF FLORIDA r, s KNOW ALL MEN BY THESE PRESENTS,- that we Maggolc, Inc. as Principal, aril FOCI Insurance Com any as Surety, are held and firmly bound unto the City of South Milani, a municipal corporation of the State of Florida in the sum of Five Percent of Amount Bid Dollars ($ * * * * *� x rG % * * * *�, lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presenm THE CONDITK)N OF THIS OBLIGATION IS SUCH than WHEREAS, the Principal has submitted the accompanying Bid dated June 13, 2012 for the ftgg ss j ;oad Improveme nts. it was a condition precedent to the submission of said Bid that a Bid Bond in the amount of five percent (5 %) of the Base Bid be submitted with said OW as a guarantee that the BIDDER would, fulfill the obligations of the invitation to bid and bid documents: �T7:T��'F A- If the ` prinewW shag riot withdraw said bid within ninety (90) days after the date for opening of the same. and shah, within t (10) days after the prescribed forms are presented to it for sigsrature, enter into a written contract with the Owner in accordance with the bid as and give bonds with good and sufficient surety or sureties, as may be reed, for the faithful performance and proper fulfillment of such contract, then the above obiligatioris shall be void and of no ieffect, otherwise to remain in full force and effect. B. However in the evetx of the principal's unauthorized withdrawal of said bid within ninety (90) days after the date of the opening of the same or the failure to enter into a wrftm contract with the Owner in accordance with the bid as accepted, andtor the failure to provide the City with bonds issued from good and sufficient surety or sureties, as may be required, for tine fain *I performance and proper fulfillment of such Contract viiWm ten (10) days after the prescribed forms are presented to it for signature andt'or in the event that the principal is not awarded the Tait but fails to waive all claims that arose or might have arisen out of the bid process in the event_ that the bid is not awarded to the prindpat then the above obligations shall remain in full force and effect and the bond shall thereafter- be disburse, by court order, to the Owner in the full amount of the bond if the Bid Dmunterm provide for liciddated damages under the circumstance of the case car, if liquidated damages are not appllicaW then in an amount that is adequate to fully compensate the Owner- for all of its damages Incurred due to the breach of the terms of this Bond, including all attorney fees, court costs and legal expense incurred by the City for any and all proceedings required to obtain the court order of disbursement, including the cost of all appeals or other- proceedings, as well as the fees and costs incurred to collect these damages. IN WITNESS WHEREOF, the above bonded parties have executed this instrument under their several seals this 13th day of June 2012, the name and the corporate seal of each corporate party being hereto affixed and these presents being duly signed by its undersigned representative. 0 thwniskepie- 09 -2e-1 t (updxeed 04-30 -2012) Page 16 ' (Seal) Maggole, I NT- Or' --71- (individual or Parts jp Pri SECOND PAGE Of A TWO (2) PAGE Sit) BOND 11020 SW 55th Street (Business Address) Miami, FL 33165 (City /State/Zip) 786-291-2949 ATTEST: (Business Phone) See Power of Attorney Attached FCCI Insurance Company Secretary (For to Sureq., *Impress Corporate Surety Seal Micha�l A, Bonet, Attorney -In -Fact & FL Resident Agent IMPQU�AN Surety companies executing bonds must appear on the Treasury Depammeies most current list (circular 570 as amended) and be authorlmd to transact business in the State of Florida. FAILURE TO COMPLETE SIGN. & RETURN THIS FORM MAY DISOUAIJFY YOUR BID @ *"nas pepe-49 -28-1 I (Updawd 04-30-2012) Page 17 My commission expires: 9/25/2012 State of Florida County of Sarasota Johnson. who is personally uEum Ita of Fx)dft who is Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. 0 9 D Project Name: Progress Road Improvements RFP NO. Not Applicable Date: June 11, 2012 Sent: Fax/E-mail/webpage This addendum submission is issued to clarify, supplement and/or modify the previously issued Request for Proposals (RFP) 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. The Bid Submittal due date has been rescheduled to June 27, 2012 at 10 AM. Attached is the updated engineering drawings dated April 2012 and is to be used for the purpose of estimating, bidding and construction of the project. Attached is the drainage calculation report for reference. There were no environmental studies conducted for this project. • Line item (#11) was added to the bid tabulation sheet for disposal of any contaminated soils that may be encountered during construction. The contractor shall abide by all procedures as set forth in the construction documents and appropriate permit documents in the event that contaminated soils are encountered. 0 The project has been budgeted for a maximum contract ceiling amount of $180,000 that includes the 101 Contingency. * Line item (#27) was added to the bid tabulation sheet for police escort. The quantity is 220 hours at $45/hr. The not to exceed amount for this item is $9,900. ahir- Pagel of The Schedule of values has been revised, as shown below: IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUM THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page 2 of '2 Mobilization t liust control F roject Sign Removal of Existing One (1") Inch Asphalt Removal of Existing Drainage Structure Type S-111 (One (1") Inch of) Asphalt Lime rock Base Disposal of Contaminated Soils (if Encountered) 11 511111"-111 15" HDPE pipe ®F_18" HDPE Pipe 18" French Drain Type A Inlet with P Bottom Storm Manhole \021 a �w 24" White Thermoplastic Stripe q 12" White Thermoplastic Stripe 411 White Thermoplastic Stripe 6" Yellow Thermoplastic Stripe, Skip 6" Double Yellow Thermoplastic Stripe Reflective Pavement Markings (RPMs) Maintenance • Traffic Detectable Warning Surface Performance and Payment Bond (100%) -Police Escort Permits and Insurance IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUM THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page 2 of '2 ADDENDUM No. 2 Project Name: Progress Road Improvements RFP NO. Not Applicable Date: June 18, 2012 Sent: Fax/E-mail/webpage This addendum submission is issued to clarify, supplement and/or modify the previously issued Request for Proposals (RFP) 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. • Line item (#11) was added to the bid tabulation sheet for disposal of any contaminated soils that may be encountered during construction. For bidding purposes, the quantity for this line item is 30 CY. There are no staging areas established for this project. All excavated material must be disposed at the end of each day. • The attached updated Schedule of Values must be included as part of the bid submittal to render a responsive bid. • The contractor is responsible for ensuring that construction does not interfere with local businesses in the area. For this reason, the contractor must coordinate with the City on all construction activities, communicating with local businesses on construction schedules, providing customer access to business properties, installing detour and information signs to advise customers when entering business properties. The cost of these activities shall be included in the "Maintenance of Traffic" line item (#23). Temporary signs shall be provided and installed within 24 hours of the City's request. City of South Miami . . . ........ . ;Progress Road Improvements Project ... ..... Revised Schedule of Values dated 6/12j ................... ...... .. . . . ..... .. ........ . . ....... . Item # Description Unit Qty Unit Price Amount I Mobilization LS 1.00 2 bust Control LS 1.00 3 Project Sign EA 2.00 4 Removal of Existing One (1") Inch Asphal SY 2,225.00 5 Removal of Existing Drainage Structure EA 3.00 6 Type S-111 (One (I") Inch of) Asphalt SY 2,225.00 7 Lime rock Base CY 20.00 a Subgrade CY 30.00 9 Embankment CY 240.00 10 Curb Ramp EA 1.00 Disposal of Contaminated Soils (if 11 Enountered) CY 30.00 12 15" HDPE pipe LF 5100 13 18" HDPE Pipe LF 42.00 14 18" French Drain LF 150.00 15 Type A Inlet with P Bottom EA 6.00 16 Storm Manhole EA 5.00 17 24" White Thermoplastic Stripe LF LF 150.00 18 12" White Thermoplastic Stripe LF 340.00 19 4" White Thermoplastic Stripe 1,995,00 20 6" Yellow Thermoplastic Stripe, Skip GM 0.14 21 6" Double Yellow Thermoplastic Stripe LF 150.00 22 Reflective Pavement Markings (RPMs) EA 28.00 23 Maintenance of Traffic LS 1.00 24 Detectable Warning Surface EA 4.00 25 Signage LS 1.00 5ubtotal 26 Performance and Payment Bond (100%) LS 1.00 27 Police Escort HR 220.00 9,900,00 28 Permits and Insurance LS 1.00 MEMNINEM Elm Total I _J The revised Schedule of Values must be used to render a responsive bid. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Bidder Qualification Statement Progress Road Improvements The BIDDER!s response to this questionnaire shall be utilized as part of the CITY'S overall Bid Evaluation and Contractor selection. 1. Number of similar construction projects completed, � C1441 a) In the past 5 years a On Schedule b) In the past 10 years On Schedule 2. List the last three (3) completed similar projects. a) Project Name: e- C- Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date. Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price: b) Project Name: Owner Name: Owner Address: thomasfpepe-09-28-1 I (Updated 04-30-2012) Page 18 Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price: c) Project Name: Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price: @ thomasfpepe-09-28-1 I (Updated 04-30-2012) Page 19 4. The following information shall be provided for this project. a) Estimated total demolition man-hours 4 3 S Percent man-hours to be performed by Contractors b) permanent staff l C17e Permanent man-hours to be performed by direct hired c) employees for this project J 0 oe_W ZtA' r-e d) Percent man-hours to be performed by Subcontractors 9(o 5. The following information shall be attached to the bid. a) Contractor's home office organization chart b) Contractor's proposed project organizational chart. c) Resumes of proposed key project personnel, including on-site Superintendent. 6. List and describe any: a) Bankruptcy petitions filed by or against the BIDDER or any predecessor organizations, b) Any arbitration or civil or criminal proceedings, or A) 1,4 Suspension of contracts or debarring from Bidding by any public agency brought C) against the BIDDER in the last five (5) years. � /A Q thomasfpepe-09-28-1 I (Updated 04-30-2012) Page 20 7. Government References: List other Government Agencies or Quasi-government Agencies for which you have done U3 "C33 within the past Name of Agency: Address: Telephone No.: Contact Person: Type of Project Name of Agency: Address: Telephone No.: Contact Person: Type of Project: Name of Agency: Address: Telephone No.: Contact Person: Type of Project: FAILURE TO COMPLETE, SIGN, & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE @ thomasfpepe-09-28-1 I (Updated 04-30-2012) Page 21 am a U r MCAP ENGINEERING CONTRACTOR— LIC: E-251302 11020 SW 65 ST., MIAMI, FL 33165 PHONE. 786-291-2949 FAX: 786-472-8831 maggolc@vahoo.com 1- Drainage Improvement for NW 22 CT from NW 107 ST to NW 112 ST, ($318,000) (Miami Dade County Public Works Dept., Completed Dec. 2007). (Alberto Estevez 786-256 2627). (esteva@miamidade.gov) 2-Various Park Parking Lot Re-striping & Wheel Stop Replace. ($24,500) (Miami-Dade Park and Recreation Dept. Completed March 2008). (305-596 4460) 3-Seal Coat and Re-striping of Station 131 Logistics Parking Area. ($19,000) (Miami-Dade Fire Rescue Dept. Completed July 2008). (786-3314529) 4-Norman and Jean Reach Park/Foul ball Netting. ($25,000) (Miami-Dade Park and Recreation Dept., Completed June 2008). (305-596 4460) 5-Olympic Park Concrete Sidewalk Construction. ($184,000) (Miami-Dade Park and Recreation Dept., Completed July 2008). (Dan Crawford 305-596 4460) (dc93@miamidade.gov) 6-Dolphin Archaelogical Site Concrete Sidewalk Construction., ($114,084) (Miami-Dade Park and Recreation Dept., Completed July 2008). (Dan Crawford 305-596 4460) (dc93@miamidade.gov) 7-Countywide Repair of Existing Asphalt Pavement. (Milling & Resurfacing) ($949,990) (Florida Department of Transportation, Dist. Six, Executed the year 2008 and renewed for to year 2009 and 2010, Completed June 2011). (Janice Corn 305-256 6359) (Janice. corn@dot.state.fl. us) 8-Countywide Intersections Improvement, Dade County Public Works Dept., Completed Ora@miamidade.gov) Roadway and Drainage. ($443,637) (Miami Dec. 2008). (Joaquin Rabassa 305-299 9822) 9-West Perrine Park Concrete Slabs, Sidewalks and Poured in Place. ($34,000) (Miami Dade Park and Recreation Dept., Completed January 2009). (305-596 4460) 10 -West Little River Asphalt Driveways Phase IV-B. ($68,000) (Miami-Dade County Office of Community and Economic Development, Completed January 2009). (Mario Berrios 786-469 2112) (mberr@miamidade.gov) 11-Brentwood Pool Park New Asphalt Walkways. ($34,000) (City of Miami Gardens, Completed April 2009). (305-622 8000) (falien@miamigardens-fl.gov) 12-Country Club of Miami Parcel 1169 & 1168-E New Asphalt Walkways. ($178,000) (Miami-Dade Park and Recreation Dept., Completed July 2009). (Dan Crawford 305-596 4460) (dc93@miamidade.gov) 13-Country Club of Miami Grading, Sitework & Greens. ($107,000) (Miami-Dade Park and Recreation Dept., Completed August 2009). (305-596 4460) 14-SR 907 (Alton Rd) at Allison Dr. for Drainage and Retention Improvements. ($134,000) (FDOT, Completed December 2009) (Anthony Sabbag 305-256 6380) (anthony.sabbag@dot.state.fl.us) 15- West Little River Asphalt Driveways Phase IV-D. ($35,000) (Miami-Dade County Office of Community and Economic Development, Completed December 2009). (Mario Berrios 786- 469 2112) (mberr@miamidade.gov) 16-District 2- Sidewalk Repair Project 11 ($75,300) (Public Works Dep. City of Miami, Completed March 2010) (Fabiola Dubuisson 305-416 1755 & 305-801 7816) (fdubuisson@miamigov.com) 17-Blue Road Roundabouts Re-Bid ($145,000) (Public Works Dep. City of Coral Gables, Completed March 2010) ( 305-460 5018) (epino@coraigables.com) 18-Harbor Drive Lighting and Resurfacing Improvement ($270,000) (Public Works Dep. Village of Key Biscayne April 2010) (786-255 6765) (anunez@keybiscayne.fl.gov) 19-District I- Sidewalk Repair Project 11 ($96,990) (Public Works Dep. City of Miami, Completed September 2010) (Fabiola Dubuisson 305-416 1755 & 305-801 7816) (fdubuisson@miamigov.com) 20-Golden Shore Park Pavers Sidewalk ($23,895.00) (Public Works Dep. City of Sunny Isles Beach, November 2010) ( 305-947 0606) (gbatista@sibfl.net) 21 -AD Barnes Park Asphalt Walkways ($86,616.00) (Miami-Dade Park and Recreation Dept., Completed December 2010) (305-755 7985) (rttolon@miamidade.gov) 22-Installation of Sidewalks and Ramps along NE 12 Ave ($123,760.00) (Public Works Dep. City of North Miami, Completed December 2010) (Gerardo Hernandez 305-893 6511) (ghernandez@northmiamifl.gov) 23-Intersection Realignment SW 139 Terr & SW 140 Dr. and East Guava Street One Way Street Conversion ($36,775) (Public Works Dep., Village of Palmetto Bay, Completed December 2010) (305-969 5011) (dcasals@paimeftobay-fl.gov) 24-District #3 Citywide AD A Sidewalk Improvements, ($107,414) (Public Works Dep. City of Miami, Completed February 2011) (Fabiola Dubuisson 305 416 1755 & 305-801 7816) (fdubuisson@miamigov.com) 25- District #1 Citywide ADA Sidewalk Improvements, ($155,523) (Public Works Dep. City of Miami, Completed May 2011) (Fabiola Dubuisson 305 416 1755 & 305 -80`1 7815) (fdubuisson@miamigov.com) 26- MIA Building 3050 Parking Lot Drainage & Asphalt Improvement ($103,000) (Aviation Department Miami -Dade County, Completed May 2011) (Greg Tai 305 -876 8444) (gtai a@7mikegconst.com) 27- MIA- NW 67 Ave & NW 36 Street Intersection Improvements ($65,000), (concrete works) (Aviation Department Miami Dade County, Complete July 2011) (Jahn Peterson 305- 622 8000) apet mikegeonst.com) 28- District #4 Citywide ADA Sidewalk Improvements, ($149,397) (Public Works Dep. City of Miami, Completed October 2011) (Fabiola Dubuisson 305 -416 1755 & 305 -801 7816) (fdubuisson@miamigov.com) 29- Tamiami Canal Miccosukee; Linear Park, Tamiami Trail and SW 122 Ave. ($87,703) (Miami Dade Park & Recreation Department, Completed October 2011) (Ruben Teurbe Tolon 786 -586 8360) (rttolon @miamidadegov) 30- SW 19 Terrace Roadway and Drainage Improvements ($184,585) (City of Miami, Capital Improvements Department, Completed October 2011) (Maurice Hardie 786 -229 5463) (mhardie @miamigov.com) 31- SR 909 (Alton Road) at West 52 Street Drainage Improvement ($138,000) (Florida Department of Transportation, Completed December 2011) (Roland Rodriguez 306 -345 0696) (rodriguez @pinnaclecei.com) 32- Suncrest Drive & Moss Ranch Road Stormwater Improvements ($ 110,000) (Village of Pinecrest, Public Works Dep., Completed December 2011) (Daniel Moretti 305 -669 6916) (moretti @pinecrest fl.gov) 33- Long Key State Park Roadway Improvements ($144,230) (Florida Department of Environmental Protection, Completed February 2012) (Fred Hand 850 -488 6322) (Fred. Hand@dep.state.fl. us) 34- District #2 Citywide ADA Sidewalk Improvements, ($105,303) (Public Works Dep. City' of Miami, Completed February 2012) (Fabiola Dubuisson 305 -416 1755 & 305 -801 7816) (fdubuisson@miamigov.com) 35- SW 64 Street Corridor Improvement, ($60,000) (Public Works Dep. City of South Miami, Completed February 2012) (Keith A. Ng 305 -403 2072) (kng @southm arnifl.gov) an a 11 MA %Sft G ENGINEERING CONTRACTOR= LIC: E-261302 11020 SW 55 ST., MIAMI, FL 33165 PHONE: 786-291-2949 FAX: 786-472-8831 mannoIcAvahoo-com PROJECTS UNDER CONSTRUCTION (All as a Prime Contractor) I- ARRA Municipalities Group B: City of Miami Gardens Bus Shelters (Owner Miami Dade Transit. $ 894,000) (Executed 42%) (Completion November 2012) 2- FDOT LAP Roadway Improvements (Owner City of Sweetwater $79,572) (Completion: June 2012) 3- Long Key State Park- Campground Entrance Modification (Owner Florida Department of Environmental Protection $49,680) (Executed 65%) (Completion July 2012) Mario Gonzal Maggolc Inc. tT ENGINEERING CONTRACTOR- LIC: E-261302 11020 SW 56 ST., MIAMI, FL 33165 PHONE: 786-291-2949 FAX: 786-472-8831 maqaoic@,yahoo.com MAGGOLC REFERENCE LISTING 1) Company Name: Miami Dade County Public Works Department. Address: 111 NW 1't ST 14 Floor, Miami, FL 33128 Contact Person: Pedro Estopinan Telephone # 305 934 6294 2) Company Name: Miami Dade Park & Recreation Department. Address:275 NW 2nd Street, 4th Floor, Miami, FL 33128 Contact Person: Ruben Teurbe Tolon Telephone # 305 755 5465 3) Company Name: Office of Community & Economic Development M-D County Address:701 NW 1st CT 14 Floor Miami, FL 33136 Contact Person: Mario Berrios Telephone # 786 469 2112 4) Company Name: Florida Department of Transportation Address: 14655 SW 122 Ave Miami, FL 33186 Contact Person: Janice Corn Telephone # 305 986 1581 5) Company Name: City of Miami Gardens Address: 1515 NW 167 ST Bldg 5 Suite 200 Miami Gardens FL, 33169 Contact Person: Willian Garviso Telephone # 305 662 8031 6) Company Name: City of Miami Address:444 SW 2nd Ave, 8 Floor, Miami FL 33130 Contact Person: Fabiola Dubuisson Telephone #'305 416 1755 7) Company Name: City of North Miami Address:776 NE 125 Street, North Miami, FL 33161 Contact Person: Gerardo Hernandez Telephone # 305 895 9831 8) Company Name: Village of Key Biscayne Address:88 West McIntyre Street, Suite 220 Key Biscayne, FL 33149 Contact Person: Armando Nunez Telephone # 305 365 7574 9) Company Name: City of Coral Gables Address:2800 SW 72 Ave Miami, FL 33155 Contact Person: Esther Zabalo Telephone # 305 460 5004 10) Company Name: City of Miami -Capital Improvement Program Address:444 SW 2nd Ave, 8th Floor, Miami, FL 33130 Contact Person: Maurice Hardie Telephone # 786-229 5463 11) Company Name: Miami Dade County Public Works Department Address: 111 NW 1 st ST 14 Floor, Miami, FL 33128 Contact Person: Joaquin Rabassa Telephone # 305-299 9822, 305-989 4943 12)Company Name: Village of Pinecrest Address: 10800 Red Road, Pinecrest, FL 33156 Contact Person: Daniel F. Moretti Telephone # 305-669 6916 13)Company Name: Pinnacle Consulting Enterprises, Inc. Address: 1700 South Red Rd, Suite 201, Miami, FL 33155 Contact Person: Roland Rodriguez Telephone # 305-345 0696 14)Company Name: City of South Miami - Address: 6130 Sunset Drive South Miami 33143 Contact Person: Keith Ng Telephone # 786-566-1104 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 1940 NORTH MONROE STREET .we TALLAHASSEE FL 32399-0783 GONZALEZ, MARIO H MAGGOLC INC 11020 SW 55TH STREET MIAMI FL 33165 Congratulations! With this license you become one of the nearly one million STATE OF FLORIDA AQ#, G 1 S,2 .7 G G . � DEPARTMENT OF BUSINESS AND Floridians licensed by the Department of Business and Professional Regulation. PROFESSIONAL REGULATION Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. CUC1224668 11S198509 Every day we work to improve the way we do business in order to serve you better.: M� For information about our services, please log onto www.myfloridalicense.com, CERT UNDER CAV CNTRI There you can find more information about our divisions and the regulations that GONZALEZ MIN impact you subscribe to department newsletters and learn more about the MAGGOLC. IN Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! IS: =RTIFIEM under the provislons of Ch.489 FS' Rxpsra: ion date:. AUG 311 2014 t12460501184 L DETACH HERE AC#6152766- STATE OF FL DEPARTMENT OF BUSINESS AND CONSTRUCTION INDUST] I SEQ#L12060501184 KEN LAWSON SECRETARY AMR" i MIAMI -DADE COUNTY 2011 LOCAL BUSINESS TAX RECEIPT 2012 MIAMI COUNTY. STATE OF FLORIDA FIRST -CLASS AGE U.S. POSTAGE TAX COLLECTOR 140 W. FLAGLER ST. -BADE EXPIRES SEPT. ,30, 2012 ENGINEERING CONTRACT 1 1st FLOOR MUST BE DISPLAYED AT PLACE OF, BUSINESS MIAMI, FL MIAMI, FL 33130 PURSUANT TO COUNTY CODE GHAPTEH „$A ART 9 & 10, PERMIT NO. 231 HOLDER TO VIOLATE ANY THIS IS NOT A BILL -- DO NOT PAY ENEWAL EXISTING REGULATORY OR ZONING LAWS OF THE I 568406 -4 BUSINESS NAME/ LOCATION MAGGOLCI NC 11020 SW 55 ST 33165 UNIN DADE COUNTY IN RECEIPT NO. 592848 -7 CC # E251 -302; OWNER MAGGOLC INC WORKER /S Sec. T of Business I e SPECIALTY ENGINEERING CONTRACT 1 THIS: IS ONLY A LOCAL BUSINESS TAX RECEIPT. IT .DOES NOT PERMIT THE HOLDER TO VIOLATE ANY EXISTING REGULATORY OR ZONING LAWS OF THE I DO NOT. FORWARD. COUNTY OR CITIES. NOR: DOES IT EXEMPT THE HOLDER FROM ANY OTHER PERMIT OR LICENSE REQUIRED BY LAW. THIS IS MAGG0:LC INC NOT A CERTIFICATION OF THE HOLDER'S OUALIFICA -. :MARIO GONZALEZ PRES TIONS 11020 SW 55 ST MIAMI FL. :33165 PAYMENT RECEIVED MIAMI -DADE COUNTY TAX COLLECTOR:: 07/07/2011 090fr10077001 000075.00 ((99 {{ jj {{ {{ p III }} `1F111II Irf111��I �fII�t�k1111`) if lit I Idi t I III 17 li! III l2isw SEE OTHER SIDE MAMG W�m Engineering contractor— Lic. E-251302 11020 SW 55 ST., Miami, FL 33165 Phone: 786-291-2949 Fax: 786-472-8831 maquolcOyahoo.com RESUME: MARIO GONZALEZ Superintendent of Maggole Inc. Gonzalez is a Roadway Construction and Civil Engineer with over 24 years of progressive experience in the fields of highway and railway design, construction, maintenance, and operations. EDUCATION: Instituto Superior Polit6cnico (Higher Polytechnic Institute) "Julio Antonio MOW% Santiago de Cuba, Cuba. Degree: INGENIERO VIAL (Roadway Construction Engineer), July 1988. This is equivalent to a Bachelor of Science in Civil Engineering (BSCE) from a regionally accredited institution of higher education in the United States. Universidad Central de Venezuela, Caracas, Venezuela. Degree: INGENIERO CIVIL (Civil Engineer), July 1997. CERTIFICATIONS: TROXLER Electronics Lab - Nuclear Gauge Safety Training, (2001 & 2004) FDOT — MUTCD/Maintenance of Traffic, Intermediate Level (2008) ASPHALT PAVING TECHNICIAN — Level 1 (2004) EARTHWORK CONSTRUCTION INSPECTION — Level 1 (2005) ACI, Concrete Field Testing Technician- Grade 1. (2005) FDOT Concrete Field Inspector Specifications. (2005) LICENSES (General Engineering Contractor, Miami-Dade County Public Works): -Plant Construction. (2005) -Paving Engineering. (2005) -Excavation and Grading. (2005) -Structural. (2005) -Registered and Certificate State of Florida Undergraund Utilities Contractor. WORK EXPERIENCE: MAGGOLC INC., Miami, Florida, USA. (June 2005 to Present). Gonzalez is the owner and president of Maggolc Inc., this is an Engineering Contractor Company. Specialized in Drainage Systems, Pavement and Concrete. Work Executed: - Long Key State Park - Resurface Campground Road (Florida Dep. of Environmental Protection) 2012. - Suncrest Dr. & Moss Ranch Rd. Stormwater Improvements (Village of Pinecrest) 2011. - SR 909 (Alton Road) at West 52 Street Drainage Improvements (FDOT District 6) 2011 - SW 19 Terrace Roadway & Drainage Improvements (CIP, City of Miami) 2011. - Tamiami Canal Miccosukee Linear Park (Miami-Dade County, Park & Recreation Dep.) 2011. -District #4 Citywide ADA Sidewalk Improvements (City of Miami) 2011 -MIA NW 36 Street & 67 Ave Intersection Improvement (concrete ) (Aviation Department M-D County) 2011 -MIA Building 3050 Parking Lot Improvements (Aviation Department M-D County) 2011 -District #1 Citywide ADA Sidewalk Improvements (City of Miami) 2011 -District #3 Citywide ADA Sidewalk Improvements (City of Miami) 2011 -Intersection Realignment SW 139 Terr. & SW 140 Dr. and Esat Guava ST One Way Street Conversion. (Village of Palmetto Bay) 2010 -Installation of Sidewalks and Ramps along NE 12 Ave. (City of North Miami) 2010. -AD Barnes Park Asphalt Walkways.. (M-D County Park& Recreation) 2010. -Golden Shore Park Pavers Sidewalks. (City of Sunny Isles). 2010 -District 1, Sidewalks Repair. (City of Miami). 2010 -Crandon Park ADA Parking Space Striping and Signs. (M-D County Park & Recreation) 2010. -District 11, Sidewalks Repair. (City of Miami). 2010 -Harbor Drive Lighting and Resurfacing Improv. (Village of Key Biscayne) 2010 -Blue Road Roundabouts and Drainage. (City of Coral Gables) 2010 -Drainage Retention Improvements of State Rd. 907 (Alton Rd.) at Allison Drive. Milling and Asphalt Resurfacing. (FDOT, District 6) 2009 -Country Club of Miami Park Concrete and Asphalt Walkway (Miami-Dade County, Park & Recreation Dep.) 2009. -Brendwood Park Asphalt Walkway. (City of Miami Gardens) 2009. -West Little River Improve Asphalt Driveways. (Miami-Dade County Office of Community and Economic Development) 2008. -West Perrine Park Concrete Slabs and Poured Safety Surface. (M-D C Park and Recreation) 2008 - Asphalt Pavement Repair. Florida Department of Transportation (District 6). 2008- 2009, 2009 -2010 and 2010-2011. -Improve Intersections Countywide Project, include Milling and Asphalt Resurfacing. (Sidewalk, Handicap Ramps, Curb & Gutters, Pavers, New Pavement, Drainage, Sodding (M-D County Public Work Dep.) 2008 -Seal Coat and Restriping of Station 13 and Logistics Parking Area. (MD County Fire Rescue Department) 2008 -Dolphin Archaeological Site Sidewalk Construction. (M =D County Park and Recreation) 2008. -Olympic Park Sidewalks Construction. (M-D County Park and Recreation) 2007 -Norman & Jean Reach Park Foul Ball Netting. (M-D County Park and Recreation) 2007 -Drainage Improvement Project for NW 22 Court from NW 107 ST to NW 112 ST. (M-D County Public Work Dep.). 2006, etc Others Places where Gonzalez was working: SRS ENGINEERING, INC., Miami, Florida, USA. (August 2006 to July 2007). Construction Field Inspector of Drainage and Roadway Restoration. (Public Work Department, Miami-Dade County Projects). -Allaphatta Phase 1. -Hardwood Village Phase 11. BERMELLO, AJAMIL & PARTNERS, INC., Miami, Florida, USA. (May 2005 to July 2006). Quality Control (QC) Construction Inspector (DOT Projects): (Earthwork, Concrete and Asphalt). -Okeechobee Road. (W 12 Ave to Palmetto Expwy) -Miami Garden Drive. (NW 2 Ave to NW 17 Ave.) -Biscayne Blvd. (NW 96 ST to NW 104 ST) -Golden Gate Pkwy (Naples) -Florida's Turnpike (Griffin Rd to Sunrise Blvd). -A- I -A (Key West). MARLIN ENGINEERING INC., Miami, Florida, USA. (October 2000 —May 2005). February 2004 to May 2005. Construction Field Inspector of Drainage and Roadway (FEMA-DERM, Miami-Dade County Projects). Activities Included: Verify of storm drainage< structures in accordance with the approved shop drawings, installation of drainage and pollution control structures, drainage pipe inverts, joints, seals, French Drain Systems, solid pipe placement and bedding material. Check the Contractor's compliance with all Maintenance of Traffic. Reconstruction of Pavement, Roadway Milling and Resurfacing; reconstruction of Curb and Gutter and Sidewalks; Site Restoration, including Grading of Swales, Sod Placement, etc. Requirements: Ensure the quality of the construction work, as per the Public Works Department Manual, FDOT Standards, and Project Contract Documents. Ensure the full restoration of the project, including site cleanliness, swale grading, and sod placement. - Keep records of daily activities, daily production, site testing, and progress of the work. - Resolve complaints by residents resulting from construction activities. March 2001 to February 2004: Project Engineer Project Engineer for the design, roadway restoration, and storm drainage systems improvement, including independent sites and community. (DERM/FEMA Program administered by the Division of Recovery and Mitigation-DORM) in Miami-Dade County and City of Miami Storm Drainage Improvement Program). Working closely with Microstation and AutoCAD software. Non-Collusion Affidavit Progress Road Improvements STATE OF FLORIDA COUNTY OF MIAMI-DADE U1 r_ Q 66A) Zalf— Z,/ being first duly sworn, deposes and states that: (1) He/She/They islare the _&'/ Uj (4- (Owner; Partner, Officer, Representative or Agent) of A47 63--q C�l 4�,_ the BIDDER that has submitted the attached BID; V (i (2) He/She/They is/are fully informed with respect to the preparation and contents of the attached BID and of all pertinent circumstances concerning such BID; (3) Such BID is genuine and is not a collusive or sham BID; (4) Neither the said BIDDER nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other BIDDER, firm, or person to submit a collusive or sham BID in connection with the Work for which the attached BID has been submitted; or to refrain from bidding or proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any BIDDER, firm, or person to fix any overhead, profit, or cost elements of the BID or of any other BIDDER, or to fix any overhead, profit, or cost elements of the BID Price or the BID Price of any other BIDDER, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work, (5) The price or prices quoted in the attached BID are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement the nart-of the BIDDER or any / other of its agents, representatives, owners, employe o part' interest, including this affiant, 7.4 /Vy/1_ Signed, swied & delivered in the presence of By: Subscribed and sworn to before me this qax PATRICIA A. RIVERA MY COMMISSION #EE73340 EXPIRES: MAR 13, 2015 Deno BOndel through Ist state insurance day qf' 20 NoiWy Public (S1'gnVfbre) My Commission Expires: FAILURE TO COMPLETE, SIGN, & RETURN FORM MAY DISQUALIFY YOUR RESPONSE @ thomasfpepe-09-28-1 I (Updated 04-30-2012) Page 22 Public Entity Crimes and Conflicts of Interest Progress Road Improvements Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes - "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a Contract to provide any goods or services to a public entity, may not submit a Bid on a Contract with a public entity for the construction of repair of a public building or public work, may not submit bids on leases or real property to a public entity, may not be awarded to perform Work as a Contractor, supplier, Subcontractor, or Consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount Category Two of Section 287.017, Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list". The award of any contract hereunder is subject to the provisions of Chapter 112, Florida State Statutes. BIDDERS must disclose with their Bids, 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 THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1. This sworn state nmen is submitted to ., [print name of t public entity] by Va _ [print in &ViJual's name and title] for [print name of entity submitting sworn statement] whose business address is [print full mailing address] and (if applicable) its -federal Employer Identification Number (FEIN) is ,;?-0- 33 -f- ?- 5- (if the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 2. 1 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 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 the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1) (b), Florid Statutes means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought @ thomasfpepe-09-28-1 I (Updated 04-30-2012) Page 23 by indictment or information after July I, 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of guilty or nolo contenders. 4. I understand that an "affiliate" as defined in Paragraph 287.133 (1) (a), Florida Statutes, means: (a) A predecessor or successor of a person convicted of a public entity crime; or (b) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in any person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. 1 understand that a "person" as defined in Paragraph 287.133 (i) (e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to thg4ntity submitting this sworn statement. [Indicate which statement applies.] Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The 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 I, 1989. The 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 of July I, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined; that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. [attach a copy of the final order.] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTiFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VALID THROUGH 'DECEMBER 3`I OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. O thomasfpepe- 09 -28 -1 I (Updated' 04- 30- 2012)' Page 24 Signed, sealed & delivered in the presence of By Subscribed and sworn to before me this PAIRICIAA.AryERA MY Go 'ON #EE73340 . Maa 73, tors 80nded Orouplr 7stState insurance day � , 20'. N ry Public ( ture) My Commission Expires: ao FAILURE TO COMPLETE SIGN & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE ©thomasfpepe- 09 -28 -1I (Updated 04-30-2012) Page 25 Free Workplace Whenever two or more Bids which are equal with respect to price, quality and service are received by the State or by any political subdivisions for the procurement of commodities or contractual services, a Bid 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 shall be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that shall betaken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in Subsection (1). 4) In the statement specified in Subsection (1), notify the employees, that, as a condition of working of the commodities or contractual services that are under Bid, he employee shall abide by the terms of the statement and shall notify the employee of any conviction of, or plea of guilty or noto contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five ;(5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. BIDDER's Signature: Print Name: Date: FAILURE TO COMPLETE SIGN RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE t: tnomasfpepe- 09 -28-1 i (updated 04 -36 -2012) Page 26 Acknowledgement of Conformance with OSHA Standards Progress Road Improvements TO THE CITY OF SOUTH MIAMI We, VASGIOC � -• , (Name of Contractor), hereby acknowledge and agree thai as Contractors for the Progress Road Improvements, as specified have the sole responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami against any and all liability, claims, damages, losses and expenses they may incur due to the failure of (subcontractor's names): to comply with such act or regulation. Name Title Witn ss FAILURE TO COMPLETE SIGN & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE O thomasfpePe- 09 -28 -I I (Updated 04 -30 -2012) Page 27 List of Proposed Subcontractors and Principal Suppliers Progress Road Improvements BIDDER shall list all Proposed Subcontractors to be used on this project if they are awarded the Contract, Landscape Sodding & Turf Work Electrical Irrigation Paving Park Amenities Graphics Utilities Excavation Building Plumbing Painting Testing Laboratory Soil Fumigator Signs W yaj-,7-474 -Y'-J,3T-1e - 360 4 -74 tA,,,; r/ -13/ c- -f d-r,= A0,6 z, Few t r This list shall be provided to the City of South Miami by the apparent lowest responsive and responsible bidder within five (5) calendar days after Bid Opening. thomasfpepe-09-28-1 I (Updated 04-30-2012) Page 28