Loading...
Citywide Rd. Resurf. Proj. #3ACKNOWLEDGEMENT OF CONFORMANCEWITH OSHA STANDARDS Citywide Road Resurfacing Project TO THE CITY OF SOUTH MIAMI r We, •, (Name of Contractor), hereby acknowledge and % agree that as Contractors for the Citywide Road Resurfacing Project, 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 and the Consultant (when available), 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. CONTRACTOR BY: Name Title Citywide Road Resurfacing Project No. SM- 2011 -07 -PW 31 of 120 LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS Citywide Road Resurfacing Project BIDDER shall list all Proposed Subcontractors to be used on this project if they are awarded the Contract. a - Landscape Sodding and Turf Work Electrical Irrigation Paving Park Amenities Graphics Utilities Excavation Building Structures Plumbing Painting Testing Laboratory Soil Fumigator Other: ��P,(f �Ca-7 w Z� 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. Citywide Road Resurfacing Project No_ SM- 2011 -07 -PW 32 of 120 ADDENDUM No. I Project Name: Citywide Road Resurfacing Project RFP NO. SM -201 1 -07 -PW Date: July 22, 2011 Sent: Fax/E- mail /webpage This addendum submission is issued to clarify, supplement and/or modify the previously issued BID Documents, and is hereby made part of the BID Documents. All requirements of the BID Documents not modified herein shall remain in full force and effect as originally set forth. Receipt of this Addendum shall be acknowledged on the Bid Form. The following changes, additions, and deletions amend the above - captioned Bid /Contract documents, and shall become an integral part of the Request for Proposal responses and the subsequent Contract. Please note the contents herein and affix same to the documents you have on hand. The following attachments are to be incorporated as part of the bid documents: I. Addendum # I Additional Information 2. Revised Schedule of Values 3. Bid Holders List of attendees of Pre -Bid Meeting held on July 20, 2011 THIS ADDENDUM SHOULD BE SIGNED AND DATED BY THE BIDDER AND SUBMITTED AS PROOF OF RECEIPT WITH THE SUBMISSION OF BIDS. THE BIDDER BY IDENTIFYING THE ADDENDUM NUMBER IN THE BID PROPOSAL AND BY SIGNING AND SUBMISSION OF THEIR BID SHALL SERVE AS PROOF OF RECEIPT OF THIS ADDENDUM. NAME OF FIRM:' SIGNATURE: �j r� DATE: P Citywide Road Resurfacing Addendum # I Additional Information • The contractor is responsible for attaining an MOT permit via the City of South Miami standards. Fees associated with this permit are waived for this project. • The Bid Bond is to have a 5% contingency with 60 days for substantial completion and 90 days for completion. • The budget is estimated at $75,000 • Licensing Requirements: A General Engineering license from the County or a State of Florida General Contracting license. • A revised bid form is attached with this addendum. Bidders must use the updated bid form to render a responsive bid. • The City may designate additional areas for resurfacing if funds remaining in the project are available. Below is a revised Schedule of Values for the project that must be used when submitting the bid: City of South Miaimi Citywide Road Resurfacing Project Schedule of Values Updated 7/22/2011 Item Description Unit Unit Rate Qty. Price I Mobilization LS 1 2 Clearing and Grubbing LS 1 3 Maintenance of Traffic L.5 1 Milting up to 1.00" depth existing 4 SY 4,764 asphalt Installation of 1.00" thick superpave 5 TON 250 hot asphaltic concrete 6 Traffic 6" Stripe Solid Yellow LF 340 Traffic 24" Stripe Solid White (Stop 7 LF 29 Bar) a Retroreflective Pavement Markers EA 5 SUBTOTAL Performance & Payment Bond (3% of 9 LS Subtotal) 10 Contingency (10% of Subtotal) LS TOTAL ADDENDUM No. 2 Project Name: Citywide Road Resurfacing Project RFP NO. SM -201 1 -07 -PW Date: July 22, 2011 Sent: Fax/E- mail /webpage This addendum submission is issued to clarify, supplement and/or modify the previously issued BID Documents, and is hereby made part of the BID Documents. All requirements of the BID Documents not modified herein shall remain in full force and effect as originally set forth. Receipt of this Addendum shall be acknowledged on the Bid Form. The following changes, additions, and deletions amend the above - captioned Bid /Contract documents, and shall become an integral part of the Request for Proposal responses and the subsequent Contract. Please note the contents herein and affix same to the documents you have on hand. The following attachments are to be incorporated as part of the bid documents: I. Addendum # 2 — The Bid Holders List of attendees of Pre -Bid Meeting held on July 20, 2011 was not attached in the previous Addendum. THIS ADDENDUM SHOULD BE SIGNED AND DATED BY THE BIDDER AND SUBMITTED AS PROOF OF RECEIPT WITH THE SUBMISSION OF BIDS. THE BIDDER BY IDENTIFYING THE ADDENDUM NUMBER IN THE BID PROPOSAL AND BY SIGNING AND SUBMISSION OF THEIR BID SHALL SERVE AS PROOF OF RECEIPT OF THIS ADDENDUM. NAME OF FIRM: " eR P4 SIGNATURE: DATE: ADDENDUM No. 2 The Bid Holders List of attendees of Pre -Bid Meeting held on July 20, 2011 Name Company Phone I Email Manuel Maquiera JVA Engineering 305 -696 -7902 estimating(a�jvaengineering com Jose A. Chagoyen H & R Paving, Inc. 305 - 261 -3005 Jose hr avin .corn Gino Viton Rock Power Paving 305 -752 -7742 Robeft@rockpowerpaving.com AC-PR-P, CERTIFICATE OF LIABILITY INSURANCE 07 /29 /2011 PRODUCER (30S)822 -7800 FAX (305} 558- 4294 Collinsworth, Alter, Fowler & French LLC 8000 Governors Square Blvd Suite 301 Miami takes, FL 33016 THIS CERTIFICATE IS ISSUED AS A MATTER OF [NFORMAT[ON ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC# INSURED H & R Pavi ng Inc. 1955 NW 110th Ave Miami, FL 33172 INSURER A: Travelers Indemnity America LIMITS INSURER B: Charter Oak Fire Ins Co 6130 Sunset Drive INSURER C: DTC09831PI96TIAll INSURER D: - 05/01/2012 INSURER E: $ 11000,000 r•r. THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TOTHE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING, ANY REQUIREMENT, TERM OR CONDITION OF ANYCONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BYTHE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 6130 Sunset Drive GENERAL LIABILITY DTC09831PI96TIAll 05/01/2011 05/01/2012 EACH OCCURRENCE $ 11000,000 DAMAGE TO RENTED $ 300,000 X COMMERCIAL GENERAL LIABILITY ME❑ EXP (Any ane person} $ ],Q 000 s CLAIMS MADE CCCUR PERSONAL & ADV INJURY $ 1,000,000 A X XCU Coverage Incl GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMITAPPLIES PER: PRODUCTS - COMPIOPAGG $ 2,000,00 POLICY PE LOC El AUTOMOBILE LIABILITY ANY AUTO DT8109831P196COF11 05%012011 05/01/2012 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) $ B ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTOONLY: AGG EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ AGGREGATE $ OCCUR CLAIMS MADE $ DEDUCTIBLE $ RETENTION $ WORKERS COMPENSATION AND NCYSLIMITS TATU- OTH- E.L. EACH ACCIDENT $ EMPLOYERS' LIABILITY ANY PROPPiETORIPARTNEWEXECUTIVE E.L. DISEASE - EA EMPLOYEE 5 OFFICERIMEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS I LOCATIONS i VEHICLES! EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS TTY WIDE ROAD RESURFACING PROJECT PROJECT # SM- 2011 -07 -PW ACORD 25 (2001108) OACORD CORPORATION 1988 - SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of South Miami BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 6130 Sunset Drive OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE�� °^Gi South Miami, FL 33143 Richard French/TERESA ACORD 25 (2001108) OACORD CORPORATION 1988 c CERTIFICATE OF LIABILITY INSURANCE j 712812011 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER- THIS CERTIFICATE DS NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW- THIS CERTIFICATE OF INSURJ DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE T: If the certificate holder is an ADDITIONAL INSURED, the policy (ies) must be endorsed. If SUBROGATEON iS WA[VED, subject to the terms and of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such PRODUCER PROR 1_8pQ..277 -1624 x4804 `"" . Nei: 7277@7 -4704 [AC, N4 Exll: WG E -A7AIL FRANKCRUM INSURANCE AGENCY, INC. nooses: 100 S. MISSOURI AVE. INSURER 5 AFFORDING COVERAGE �NAICO#o CLEARWATER FL 33756 INSURER A: FRANK WINSTON CRUM INSURANCE, ]NC- FfankCrum 1 -800- 277 -1620 I 100 S MISSOURI AVENUE INSURER E: r.I.FARWATER FL 33756 INSURER F` THIS S, TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INZ Uxeu P4A ----- — =— I..��� � . --11----.-- • � -- NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER OOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUGH POLICIES. LIMITS SHOWN MRY HA�BEEN EbllCED BY PAID C LAIMS. iNSR AODL POLICY NUMBER POLIOY EFF POLICY EXP Lyg L"' FIRSURANCE SdSR WVD (MAU)an YYI (MMIDDfY" eACHOCCURRENGE GENERAL OAAIAGE tq RENTEO _ COMMERCIALGENERALLIABILITY Ci MSMADE =OCCUR GEN'LAGGREOATE UMR APPLIES PER: Ppii(.`Y PROJECr LOG AIfrONOSKA LIABILITY ANYAUTO ALLOWNED SCHEDULED AUTOS AUTOS NON - OWNED FfiRED AUTOS AUTOS UMBRELLA LEAS acCUR EXCESS UAS Ct"&MADE jowl RETENTIONS A WORKERS COMPENSATION AND ANY Pso R eToRI AR y(M PROPRIETORIPRR'TNERfE%EGUTNE ru�7 NIA OFFECERIMEMBER EXCLUDER? (Mandatary in NR) R yes, dewibe under CESCRiPTION OF OPERATIONShelsw WC201100000 i 1/112411 1 1!112012 1 X 1 TORY UMrrS j i R )ESCMPTtON OF DPERA' IONS 1 LOCAYtONS r VEHICLE'S [Attach ACORD 101, AM tseadl Remarks Sehedvle, if more sPrs is repvhed; EFFECTIVE 0511212003, COVERAGE IS FOR 10Qe/a OF THE EMPLOYEES OF FRANKCRUM LEASED 70 H & R PAVING, INC. (CLIENT) FOR WHOM THE CLIENT IS REPORTING HOURS TO FRANKCRUM. COVERAGE IS NOT EXTENDED TO STATUTORY EMPLOYEES. RE: CITY WIDE ROAD RESURFACING PROJECT #SM -201 07 -PW CITY OF SOUTH MIAMI 6130 SUNSET DRIVE SOUTH MIAMI, FL 33143 ACORD 26 {24101061 OLD ANY OF THE ABOVE DESCRIBED POLICIES SE CANCELLED BEFORE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN r)IZnamnrr WITH THE POLICY PROVISIONS, IRIZED RURt:SENTATIVE The ACORD name and toga are reg[siered marks of ACORO ®1988.2010 ACORD CORPORATION. All rights reserved. IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) STATE OF FLORIDA KNOW ALL MEN BY THESE PRESENTS, that we, D&R PAVING, INC. v. * as Principal, and Berkley Regional. Insurance ComPany , as Surety, are held and firmly bound unto the City of South Miami, a munielpai corporation of the State of Florida in the sum of Five Percent of Amount Bid Dollars ($r 5% . lawful money of the United Stems, fbr the payment of which sum well and tmly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these THE CONDITION OF THIS OBLIGATION IS SUCH that :7- °. ►aff l ±i �� -..fr- �..��t 1Y , Y ;1.'f.�- +..�. .� : ' -,��. August 3. 2011— - for the Q &W Rmu&C4g&i .I= It Was a Condition prudent to the submission of said Bid that a Bid Bond In the amount of five percent (5%) of the Lase Bid be submitted with said Bid as a guarantft that the BIDDER would, fulfill the obligations of the invitation to bid and bid documents, NOW THEREFORE, A. If the principal shall not withdraw said bid within ninety (90) days after the date for opening of the same, and shall, within ten (10) days after the prescribed forms are presented to it for signatuM enter into a written contract with the Owner in accordance with the bid as accepted, and give bonds with rood and sufficient sureq or suer as may be renquirad; for the &.!I performance artd proper fuffillment of such eontram then the above obligations shall be void and of no effete, otherwise to remain In full force and CifyMde Rued Rig Prgf ca No. 5M12011 -07 -PW 17 of 120 Ju1,22. 2011 3:38PM Ampbenol Asserrbletech Accounting lo. 7223 P. 3/3 IN WITNESS WHEREOF, the above bonded parties have executed this instrument under their several SMIS this 3rd day of August 2011, the nacre and the corporate seal of each corporate party being hereto wed and the presents being duly signed by its undersigned r eprewMatim 1N PR NCE ®P: I?&R Paving, Inc. LV Gee c;A- GO 1 y (Individual or Part ip P " orporate) SECOND PAGE OF A TWO (2) By. � PAGE BID BOND Raul Gonzalez, reside 1955 Northwest 110th Avenu SG7>27�i) (Business Address) 4 Miami, Florida 33172 (Clty1statemp) (305) 261 -3005 (Business Phone) As per attached Power of Attorney Berkley Regional Insurance Company SeCPetary _ (co a' — — Charles D. Nielson, Attorney -in -Fact *ltr.press Corporate Surety Seal J i R _ NI[SurM companies executing bawds must appmr on the Tmasury Deparrnn is most cu rgm list (elmula.r 570 as arn, ) and be auftrbred to tanmct business in the S %te of FI®rid2L a ywide ROW RM441119 NOW No. SM- 2011.07-PW 18 of 120 No. 282f POWER OF ATTORNEY BERKLEY REGIONAL INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. _ KNOW ALL MEN BY THESE PRESENTS, that BERKLEY REGIONAL INSURANCE COMPANY (the "Company "), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Urbandale, Iowa, has made, constituted and appointed, and does by these presents make, constitute and appoint: Charles J. Nielson, Charles D. Nielson or Joseph A Nielson of Nielson & Company, Inc. of Miami Lakes, FL its true and lawful Attomey -in -Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with J the exception. of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 001100 Dollars s ($50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers r of the Company at its principal office in their own proper persons. r This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on August 21, 2000: f "RESOLVED, that the proper officers of the Company are hereby authorized to execute powers of attorney authorizing and Ij qualifying the attorney -in -fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; J and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further m RESOLVED that such power of attorney revokes all previous powers issued on behalf of the attome in -fact named; and � P Y P P Y- - further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as '~ though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any T person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued." IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its u corporate seal hereunto affixed this 7 day of �5 1 2010. 7S S Attest: Berkley t�A2"p any r .� � (Seal) By By Ira S. Lederman Robert P. Cole Senior Vice President & Secretary Senior Vice President WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE " BERKLEY" SECURITY PAPER � r . s u STATE OF CONNECTICUT) n ss: COUNTY OF FAIRFIELD ) Sworn to before me a Notary ublic in the State of Connecticut, this 9 day of �-'� y y , 2410, by Robert P. Cole and Ira S. Lederman who are sworn to me to be the. Seniors Vice, Presidents and the Senior Vice President and Secretary, respectively, of Berkley Regional Insurance Company. mot; Notary Public, State of Connecticut n J n r CERTIFICATE ' 1, the undersigned, Assistant Secretary of BERKLEY REGIONAL INSURANCE COMPANY, DO HEREBY CERTIFY that the z foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked z or rescinded and that the authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. y Given under my hand and seal of the Company, this 3rd day of August 2011 (Seal) Steven Coward 4) Company Name OF 1� & 4r4P Address 7Q0 4•KV Contact Person/Contract Amount �or oof- LUW4 00, QOG 00 304= 20- � 39 �305� 21.x— 463 Telephone No. 3 - �t - Fax No. I_ E -mail C o �a�g -�- (per s 5) Company Name _ Address S3oo AI KI .33 st *2-,o?- portaL.., PL Contact Person/Contract Amount ITo AWL 421 Y60-00 Telephone No. -30S'-5 � 3 --L (00 Fax No._�3G) ` 4% - 67Z4 E -mail fl4-0 - 3 � vD 1 �'i � �&-me//f, �. C^ej os PA GeV Z � 315,_ 0O0- 00 104: 10' 473 - W7 3os116�3- �49� l lac- r 01 r mc b,n ^I � �) Company Name / �� �tj-t� Address 'i s s _ _404i" PL 33W* '�!o Contact PersorVContract Amount J OAW I"� Q4646A M I LLB 0 ds) Telephone No..30- "aq- Utz Fax No. 345 3 2199- E -mail roe iQN?L - 2) Company Name ... _ F. D ' © ' 7 3) Address 4000 A(W 444 hjV M i At4i L 33 P72 Contact Person /Contract Amount t(*4 8 C 13 91WR,4 W Telephone No. - T% - S3 47 Fax No. 3 Q5) 00 - 53 6 J. E -mail 1'YYI a4- r"ma d ip-C • A& Company Name t 6 F TJ� L� t�ii8op Address 271? VA I�j UREN ST Contact Person/Contract Amount_ 0 5c+4 Ne 1 Vt Q `747 2 7D , Telephone No. ` f Z �� 3 ?F% Fax No. 9S4 92-t - 34 6Z E -mail k � n l'vrsto h o LL �eod