Loading...
CORELAND CONSTRUCTIONSBA 8(a) Certified kVoman-Owned Business SBA CerlifiedSti?allDisatliciiitaiZedBtisitiess State of Florida Minority Business Entetprise (AME) Alliami-Dade County Conwninity Sinall Business Enleiprise (CSBE) Project Name: PINECREST VILLAS NEIGHBORHOOD TRAFFIC CALMING IMPROVEMENTS - PHASE 11 RFP #: PW-2012-09-20 Due Date: Wednesday, October 17, 2012 / 2:00 p.m. EST Submitted By: CORELAND CONSTRUCTION CO Point of Contact: NESTOR HERNANDEZ Address: 12301 SW 128TH COURT, #107 Phone Number: 305-233-1709 Submitted to: CITY OF SOUTH MIAMI Office of the City Clerk 6130 Sunset Drive South Miami, FL 33143 12301 S.W. 128t'Court, Suite 107 • Miami, FL 33186 • 305-233-1709 Office • 305-233-1809 Fax www.core]andconstructioii.com L Pinecrest Villas Neighborhoo • Traffic Calming Improvement Phase 11 CITY C# Mayor: Vice Mayor: MMISSION Philip K. Stoddard, PhTF josh Liebman Valerie Newman Walter Harris Bob Welsh CHARTERED OFFICIALS City Manager: Hector Mirabile, PhD City Attorney: Thomas Pepe, Esq. City Clerk: Maria M. Menendez, CM4 Public Works Operations Manager: Keith A. Ng, CFM Capital Improvements Program City of South Miami "Excellence, Integrity and Inclusion" thomasfpepe-09-28-1 I (Updated tfp 4-30-2012) -f E CITY OF SOUTH MIAMI PINECREST VILLAS NEIGHBORHOOD TRAFFIC CALMING IMPROVEMENTS PHASE I The City of South Miami, Florida, hereinafter referred to as "City", The submittal, consisting of one (1) original unbound proposal, three (3)saldditionall copies and one (1) digital copy (CD or Flash Drive) shall be enclosed in a sealed envelope or container and shall have RFP PW- 2012 -09 -20 "Pinecrest Villas Neighborhood Traffic Calming Improvements Phase l," and the name of the respondent clearly written on the exterior of the envelope in which the sealed proposal is delivered to the Office of the City Clerk, South Miami City Hall, 6130 Sunset Drive, South Miami, Florida 33143. Special envelopes such as provided by UPS or Federal Express will not be opened unless they contain the required information on the front or back of the envelope. Sealed Proposals must be received by the City Clerk, either by mail or hand delivery, no later than 10:00 AM local time on Friday, October 12, 2012. A public opening will take place at 10:00 AM in the City Commission Chambers located at City Hall on the same date. Any Proposals received after 10:00 AM 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: Traffic calming measures are being implemented to address vehicular speeding, and the safety concerns of the residents in the Pinecrest Villas Neighborhood. Five locations were identified and approved by Miami Dade County for installation of speed tables. The locations are as follows: ® SW 79 Street between SW 59 Avenue and SW 62 Avenue (two speed tables), ® SW 58 Avenue between SW 78 Street and SW 80 Street (One speed table), ® SW 58 Avenue between SW 74 Terrace and SW 76 Street (One speed table), ® SW 76 Street between SW 58 Avenue and SW 59 Avenue (One speed table). 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 Pre -bid Meeting will be conducted at City Chambers on Thursday, October 4, 2012 at 10:00 AM located at 6130 Sunset Drive, South Miami 33143. The conference shall be held 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's website http : / /www.southmiamifl.gov/ , under Solicitations & Bid Postings, 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, CMC South Miami City Clerk © thomasfpepe- 09 -28 -1 I Table ofContents SCOPE OF SERVICES ..---...—.--.—._.---.-------.---..-----.'—_--..~_-- INSTRUCTIONS FOR RESPONDENT --.~~~----.,—.,.----.—.—~—__~—...~--'---.. PROPOSAL SUBMITTAL CHECKLIST FORM --~—^--^—'—^---^—^--'—^—^--~--^—~^----...7 BID FORM ..—.'.—._..~_--.—.-- CITYUf SOUTH MIAMI .................................................................................................................................... |0 PUBLIC WORKS #' ENGINEERING DEPARTMENT CAPITAL IMPROVEMENT PROGRAM ..., SCHEDULE Of VALUES .--'.--.~ BIDBOND ......................................................................................................................................................... |5 BIDDER QUALIFICATION STATEMENT ............................................................................................................. |7 PJAFFIDAVIT .......................................................................................................................... ]| PUBLIC ENTITY CRIMES AND CONFLICTS DFINTEREST __,_,______,_,~,,__,___~_,.--..22 DRUGFREE WORKPLACE ................................................................................................................................ ACKNOWLEDGEMENT UF CONFORMANCE WITH OSHA STANDARDS ..................................................... 26 LIST DF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS --^-----'^^—'—'—^—^~---..27 RELATED PARTY TRANSACTION VERIFICATION FORM ''''''.''..''''''''''''''''''''''''''''.''.'.'''..... 28 NOTICEDF AWARD ......................................................................................................................................... 34 CONTRACT....................................................................................................................................................... 3S FORMOF PERFORMANCE BOND ..................................................................................................................... 37 FORMDF PAYMENT BOND .............................................................................................................................. NOTICETO PROCEED ...................................................................................................................................... ARTICLE! — Definitions ........................................................................................................................................... ARTICLE2— Preliminary Matters ........................................................................................................................... ARTICLE 3— Correlation, Interpretation and Intent of Contract Documents ........................................... 48 ARTICLE 4—AVAILABILITY OF LANDS SUBSURFACE C{]NODl[)NS REFERENCE POINTS ......... 5U ARTICLES— Insurance .............................................................................................................................................. 5/ ARTICLE 6—Contractor's Responsibilities —~-------------------------'-------53 Shop [>rnvvngu and Sam '—'—~.-----------------------------------.--'' CleaningUp: .................................................................................................................................................................. 57 Public Convenience and Safety: __________~__~________~_________.----.58 SanitxrvProvxiony: -------------- -------------------''---''-------- �8 � ||VUpx*eao����o|g �----' Indemnification: .............. ...................... ................................................................... .............................58 Responsibility for Connection to Existing Work: ................................................................................................ Cooperation with Governmental Departments, 58 Public Utilities, Etc.: UsePremises:.......... .............................. .............................59 ............................................................................................... ARTICLE7 — Work by Others ................................................................................................... .............................59 ARTICLE 8 — City's Responsibilities .............................60 .............................................. ARTICLE 9 — Consultants' Status During Construction ........................................... .............................61 ARTICLE10 - Changes in the Work ......................................................................................... ....................................................... .............................61 ARTICLE I I — Change of Contract Price .............................62 ARTICLE 12 — Time for Completion, Liquidated Damages ARTICLE13 - Guarantee .......................................................................................... and Chance of the Contract Time ..............66 ARTICLE 14 - Payments and Completion .............................67 ARTICLE 15 — Suspension of Work and Termination .......................................................... ARTICLE16 - Miscellaneous ............................................................................................... .............................70 ARTICLE17 - Waiver of Jury Trial ............................................................................................ .............................72 ARTICLE 18 - Attorneys Fees Jurisdiction / Venue .............................72 / Governing ARTICLE19 - Project Records Law ............................... .............................73 ................................................................................................... ARTICLE20 - Severability ............................................................................................................ .............................73 ARTICLE 21 — Independent Contractor .............................73 ................................................................................... EPAYABLES QUESTIONS & ANSWER FORM ...................................................................... .............................73 SUPPLEMENTARYCONDITIONS ........................................................................................ ............................... 75 SPECIALCONDITIONS ....................................................................................................... ............................... 77 ............................... 79 © thomasfpepe- 09 -28 -1 I Scope of Services RFP #PW- 2012 -09 -20 Pinecrest Villas Neighborhood Traffic Calming Phase II Pinecrest Villas Neighborhood Traffic Calming Improvements Phase II Traffic calming measures are being implemented to address vehicular speeding, and the safety concerns of the residents in the Pinecrest Villas Neighborhood. Five locations were identified and approved by Miami Dade County for installation of speed tables. The locations are as follows: • SW 79 Street between SW 59 Avenue and SW 62 Avenue (two speed tables), • SW 58 Avenue between SW 78 Street and SW 80 Street (One speed table), • SW 58 Avenue between SW 74 Terrace and SW 76 Street (One speed table), • SW 76 Street between SW 58 Avenue and SW 59 Avenue (One speed table). The work as well as related work as set forth in the construction drawings for the work (hereinafter referred to as the "Project'). Scope of work for 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 Performance and Payment Bond is required for the full amount of the project. END OF SECTION © thomasfpepe- 09 -28 -I I Page I -- . • .y..N� wvu 11dinc t aiming Phase II IT IS THE RESPONSIBILITY OF THE RESPONDENT TO THE SOLICITATION (HEREINAFTER REFERRED TO AS THE "BIDDER" THROUGHOUT THE CONTRACT DOCUMENTS) TO ENSURE THAT THE RESPONSE TO THE SOLICITATION (HEREINAFTER REFERRED TO AS THE "BID" THROUGHOUT THE CONTRACT DOCUMENTS) REACHES THE CITY MANAGER ON OR BEFORE THE CLOSING HOUR AND DATE STATED ON THE INVITATION TO BID FORM. I. Purpose of Bid: The City of South Miami is requesting bids for the lowest and most responsive price for Pinecrest Villas Nieghborhood Traffic Calming Improvements Phase 1. The City reserves the right to award the contract to the Bidder whose bid is found to be in the best interests of the City. 2. Any requests for additional information or clarification should be submitted in writing b 1 0:00 AM. local time on Wednesft October 10. 2012 r., - - w��+u`�nruamm. ov or via facsimile at 305 667 -7806. Interpretations or clarifications, considered necessary by the City in response to such questions, shall be issued by a written addendum to the Bid Specifications and mailed or delivered to all parties listed on the official BIDDER's list as having received the bidding documents. Verbal interpretations or clarifications shall be without legal effect. No plea b y a BIDDER of ignorance or the need for additional information shall exempt a BIDDER from submitting the Bid on the required date and time as set forth in the public notice. 3. Cone of Silence: You are hereby advised that this Invitation to Bid is subject to the "Cone of Silence," in accordance with Miami -Dade County Ordinance Nos. 98106 and 99 -1. From the time of advertising until the City Manager issues his recommendation, communication with the City's professional staff. The Cone of Silenceedoessnot apply' t'o'o verbal on communications at pre -bid conferences, verbal presentations before evaluation committees, contract discussions during any duly noticed public meeting, public Commission during any duly notice public meeting, contract c ngotiationsa with sthe staff following the made to the City award of an RFP, RFQ, RFLI, or communications in writing at any time with any City employee, official or member of the City Commission unless specifically prohibited. A copy of all written communications must be contemporaneously filed with the City Manager. Violation of these provisions by any particular bidder or proposer shall render any RFP award, RFQ award, RFLI award, or bid award to said bidder or proposer voidable, and, in such event, said bidder or proposer shall not be considered for any RFP, RFQ, RFLI or bid for a contract for the provision of goods or services for a period of one year. 4. BIDDER warrants that the prices, terms and conditions quoted in the Bid shall be firm for a period of 90 days from the date of the Bid opening unless otherwise stated in the Bid Form. Incomplete, unresponsive, irresponsible, vague, or ambiguous responses to the Invitations to Bid shall be cause for rejection, as determined by the City. S. Pursuant to the provisions of paragraph (2)(a) of Section 287.1331, Florida 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 or repair of a public building �htt www.le state. fl, usJStatutesfindex,cfm ?A mode =Dis 1 i la Statute &Search Strin = &URL =0200- 0299 /0287 /Secti onsf0287.133. html O thomasfpepe- 09 -28 -1 I (Updated 05 -I6 -2012) Page 2 or public work, may not submit bids on leases of 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 provided in Section 287.017, for category two for a period of 36 months from the date of being placed on the convicted vendor list ". 6. BIDDERS shall use the Bid Form(s) furnished by the City. Failure to do so may cause the Bid to be rejected. Removal of any of the Bid Forms may invalidate the Bid. BIDDER shall deliver to the City, as Bid package, the following documents: a) The Invitation to Bid and Instructions to Bidders. b) A copy of all issued addenda. c) Four (4) copies of the Bid Form completely executed. d) Bid Bond is Waived e) Certificates of Competencies, State, County and City Licenses. f) Certificate of Insurance and /or Letter of Insurability. g) Performance and Payment Bond is required in accordance with Sec. 17 -6 of the City's Ordinance h) Proposal submittals shall include an electronic copy, either CD or flash drive, in addition to one original hard copy and three copies of the complete bid package. The entire Bid Package shall be placed in an opaque envelope and clearly marked with the BIDDER'S name and "SEALED BID PINECREST VILLAS NIEGHBORHOOD TRAFFIC CALMING IMPROVEMENTS PHASE I." 1 Bids having an erasure or correction must be initialed by the BIDDER in ink at the location of each and every erasure or correction. Bids shall be signed in ink; all quotations shall be typewritten or printed and filled in with ink. 7. Mistake: In the event that unit prices are part of the Bid and if there is a discrepancy between the unit price(s) and the extended price(s), the unit price(s) shall prevail and the extension(s) shall be adjusted to coincide. BIDDERS are responsible for checking their calculations. Failure to do so shall be at the BIDDER'S risk, and errors shall not release the BIDDER from his /her or its responsibility as noted herein. 8. Brand Names: If a brand name, make, manufacturer's trade name, or vendor catalog number is mentioned, whether or not followed by the words "approved equal ", it is for the purpose of establishing a grade or quality of material only. BIDDER may offer equals with appropriate identification, samples and /or specifications on such item(s). The City shall be the sole judge concerning the merits of items Bid as equals. 9. Pricing: Prices should be stated in units of quantity specified in the Bid Form. In case of a discrepancy, the City reserves the right to make the final determination at the lowest net cost to the City. 10. Safety Standards: The BIDDER warrants that the product(s) to be supplied to the City conform in all respects to the standards set forth in the Occupational Safety and Health Act (OSHA) and its amendments. Bids must be accompanied by a Materials Data Safety Sheet (M.S.D.S) when applicable. 11. Liability, Insurance, Licenses & Permits: Where BIDDERS are required to enter onto City of South Miami property to deliver materials or to perform work or services as a result of a Bid Award, the BIDDER shall assume the full duty, obligation, and expense of obtaining all necessary licenses, permits, inspections, and insurance required. The BIDDER shall be liable for any damages or loss to © thomasfpepe- 09-28 -1 I (Updated OS -16 -2012) Page 3 the City occasioned by the negligence of the BIDDER (or its agent or employees) or any person acting for or through the BIDDER. BIDDER shall furnish a certified copy of all licenses, Certificates of Competency or other licensing requirement necessary to practice their profession as required by Florida Statutes, the Florida Building Code, Miami -Dade County Code or City of South Miami Code. BIDDERS shall include current Miami -Dade County Certificates of Competency applicable to the work to be performed. These documents shall be furnished to the City as part of the Bid response. Failure to have required licenses or to furnish these documents shall be grounds for rejecting the Bid and forfeiture of the Bid Bond. 12. BIDDER shall furnish to the City Manager, Certificate(s) of Insurance which indicate that insurance coverage has been obtained from an insurance company authorized to do business in the State of Florida or otherwise secured in a manner satisfactory to the City, for those coverage types and amounts listed in Article 5 of the General Conditions, in an amount equal to 100% of the requirements and shall be presented to the City prior to issuance of any Contract(s) or Award(s) Document(s). 13. At the time of the Bid submission the BIDDER must submit Certificates of Insurance, or evidence of insurability in the form of a letter from BIDDER'S insurance carriers demonstrating the ability to obtain coverage outlined in Article 5 of the General Conditions. 14. All insurance shall be issued by companies rated A:VII or better per A.M. Best's Key Rating Guide, latest edition and authorized to issue insurance in the State of Florida. It shall be the responsibility of the BIDDER and insurer to notify the City Manager of cancellation, lapse or material modification of any insurance policies insuring the BIDDER, which relate to the activities of such vendor and the City of South Miami. Such notification shall be in writing, and shall be submitted to the City Manager thirty (30) days prior to cancellation or modification of such policies. This requirement shall be reflected on the Certificate of Insurance. 15. Failure to fully and satisfactorily comply with the City's insurance and bonding requirements set forth herein shall authorize the City Manager to implement a rescission of the Bid Award without further City Commission action. The BIDDER hereby holds the City harmless and agrees to indemnify the City and covenants not to sue the City by virtue of such rescission. 16. Copyrights and /or Patent Rights: BIDDER warrants that as to the manufacturing, producing or selling of goods intended to be shipped or ordered by the Bidder pursuant to this Bid, there has not been and will not be any infringement of copyrights or patent rights. The seller agrees to indemnify City from any and all liability, loss or expense occasioned by any such violation or infringement. 17. Samples: Samples of items, when required, must be furnished by the BIDDER free of charge to the City. Each individual sample must be labeled with the BIDDER'S name and manufacturer's brand name and delivered by it within ten (10) calendar days of the Bid opening unless schedule indicates a different time. If samples are requested subsequent to the Bid opening, they shall be delivered within ten (10) calendar days of the request. The City shall not be responsible for the return of samples. 18. BIDDER warrants by signature on the Bid Form that prices quoted here are in conformity with the latest Federal Price Guidelines. 19. Governmental Restrictions: In the event any governmental restrictions may be imposed which would necessitate alteration of the material quality, workmanship, or performance of the items offered on this Bid prior to their delivery, it shall be the responsibility of the successful BIDDER to notify the City at once, indicating in its letter the specific regulation which required an alteration. The City of South Miami reserves the right to accept any such alteration, including any price adjustments occasioned thereby, or to cancel all or any portion of the Contract, at the sole discretion of the City and at no further expense to the City. 20. Award of Bids: 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 © thomasfpepe- 09 -28 -1 I (Updated 05 -16 -2012) Page 4 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 a BIDDER other than the low BIDDER. 21. Evaluation of Bids: The City, at its sole discretion, reserves the right to inspect the facilities of any or all BIDDERS to determine its capability to meet the requirements of the Contract. In addition, the price, responsibility and responsiveness of the BIDDER, the financial position, experience, staffing, equipment, materials, references, and past history of service to the City and /or with other units of state, and /or local governments in Florida, or comparable private entities, will be taken into consideration in the Award of the Contract. 22. Identical (Tie Bids): In the event of an identical Tie Bid, a preference shall be given to a business having a drug free workplace under Florida Statute Section 287.087, as amended. 23. Drug Free Workplace: Failure to provide proof of compliance with Florida Statute Section 287.087, as amended, when requested shall be cause for rejection of the Bid as determined by the City. 24. Hold Harmless: All BIDDERS shall hold the City, its officials and employees harmless and covenant not to sue the City, its officials and employees in reference to its decisions to reject, award, or not award a Bid, as applicable, unless the claim is based solely on allegations of fraud and /or collusion. The submission of a bid shall act as an agreement by the BIDDER that the bid bond shall not be released until and unless the BIDDER waives any and all claims that the BIDDER may have against the City that arise out of this bidding process or until a judgment is entered in the BIDDER'S favor in any suit filed which concerns this bid process. In any such suit, the prevailing party shall recover its attorney's fees, court costs as well as expenses associated with the litigation. In the event that fees, court costs and expenses associated with the litigation are awarded to the City, the Bid Bond shall be applied to the payment of those costs and any balance shall be paid by the BIDDER. 25. Cancellation: Failure on the part of the BIDDER to comply with the conditions, specifications, requirements, and terms as determined by the City, shall be just cause for cancellation of the Award. 26. Bonding Requirements: The BIDDER, in submitting this Bid, shall include a Bid Bond in the amount of 5% of the total amount of the base Bid on the Bid Bond Form included herein. A company or personal check shall not be deemed a valid Bid Security. 27. Performance and Payment Bond: The City of South Miami shall require the successful BIDDER to furnish a Performance Bond and Payment Bond, each, in the amount of 100% of the total Bid Price, including Alternates if any, naming the City of South Miami as the obligee, as security for the faithful performance of the Contract and for the payment of all persons or entities performing labor, services and /or furnishing materials in connection herewith. The bonds shall be with a surety company authorized to do business in the State of Florida. 28. Bid Guarantee: The successful BIDDER shall execute the Contract (Agreement) and provide the required Performance Bond, Payment Bond and Certificates of Insurance within ten (10) calendar days of Notice of Award by the City. The BIDDER who has the Contract awarded to him and who fails to execute the Contract and furnish the Performance Bond, Payment Bonds and Insurance Certificates within the specified time shall forfeit the Bid Bond /Security that accompanied his /her or its Bid, and the Bid Bond /Security shall be retained as liquidated damages by the City, and it is agreed that this sum is a fair estimate of the amount of damages the City will sustain in case the BIDDER fails to enter into the Contract and sign the contract or furnish the Bonds and Insurance Certificates. Bid Bond /Security deposited in the form of a cashier's check drawn on a local bank in good standing shall be subject to the same requirements as a Bid Bond. 29. Pre -bid Conference Site Visits: It is mandatory that all BIDDERS attend a pre -bid conference if required or requested by the City, and tour all areas referenced in the Bid Documents. It shall be grounds for rejecting a Bid from a BIDDER who did not attend the pre -bid conference. No pleas of ignorance by the BIDDER of conditions that exist, or that may hereinafter exist as a result of failure to make the necessary examinations or investigations or failure to fulfill in every requirement of the © thomasfpepe- 09 -28 -1 I (Updated 05 -16 -2012) Page 5 Contract Documents, will be accepted as basis for varying the requirements of the Contract with the City of South Miami or the compensation of the BIDDER. 30. Time of Completion: The time is of the essence with regard to the completion of the Work to be performed under the Contract to be awarded. Delays and extensions of time may be allowed only in accordance with the provisions stated in the appropriate section of the General Conditions. The time allowed for the completion of the work shall be as stated in the Bid Form. 31. Cancellation of Bid Solicitation: The City of South Miami reserves the right to cancel, in whole or part, any invitation to bid when it is in the best interest of the City. END OF SECTION © thomasfpepe- 09 -28 -II (Updated 05 -16 -2012) Page 6 Proposal • Form FZFP 1 1• 1 Pinecrest Villas Neighborhood • Phase This checklist indicates the forms and documents required to be submitted for this solicitation and to be presented by the deadline set for within the solicitation. Fulfillment of all solicitation requirements listed is mandatory for consideration of response to the solicitation. Additional documents may be required and, if so, they will be identified in an addendum to this RFP. The response shall include the following items: X Bidder Qualification Statement X Non - Collusion Affidavit X Public Entity Crimes and Conflicts of Interest X Drug Free Workplace X Acknowledgement of Conformance with OSHA Standards X List of Proposed Subcontractors and Principal Suppliers X Related Parties Transaction Verification Form 15 17 21 22 25 26 27 Submit along your proposal inv • ting the completion • 1 • submission of each required forms andlor documents. © thomasfpepe- 09 -28 -1 I (Updated 05 -16 -2012) Page 7 Bid Form THIS BID IS SUBMITTED TO: Dr. Hector MimNle City Manager City of South Miami 6130 Sunset Drive South Miami, FL33|43 The undersigned BIDDER proposes and agrees, that K this Bid is accepted, to enter into aContract with the City of South Miami in the form included in the Contract Documents which are part ofthis Bid Package to perform and furnish all work ns 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 Ribbeck Engineering, Inc. I BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to 0d and Instructions to BIDDERS, including without limitation those dealing with the disposition of 0d Bond/Security. This Bid will remain subject to acceptance for 90 days after the day of the 0J opening. BIDDER agrees to sign and submit the Contract with the Bonds, Insurance Certificate and other documents required by the Bidding requirements within ten (18) calendar days after the date of the City's Notice ofAward. 3. In submitting this Bid, B|C>[}ER represents, as more fully set forth in the Contract, that: u. BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged.) Addendum No. 1 Dated: Addendum No. 2 Dated: 10/1012 Addendum No. 3 Dated: Addendum No. Dated: b. 0DOB\ has familiarized himself with the nature and extent of the Contract Documents, the proposed work, site, locality, and all local conditions and kmvy 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. C || (Updated 05-16-2012) Puou 8 4 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, 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 Ribbeck Engineering, Inc 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. 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. © thomasfpepe- 09 -28 -1 I (Updated 05 -16 -2012) Page 9 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: — Twenty-eight thousand, two hundred seventy-two dollars and zero cents Alternates: N/A #| #4 #2 #S Afee breakdown for each task must be completed in the table shown above. Failure to complete this information shall render the proposal non-responoive 5. The ENTIRE \A/[)KK shall be comp|ete6, in full, within 60 Calendar Days from the date stipulated in the NOTICE T[)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: 12301 SW 128 Court, #107 Miami, FL 33186 Telephone: 305-233-1709 Facsimile: Attention: Monica Hernandez 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 17th DAY {)F October 20 IM Company President Title 305-233-170 Telephone Number Fax Number Email Address FAILURE TO COMPLETE, SIGN--& RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE City of South Miami @ || (Updated m5-|6-z 12) Page 10 Public Works & Engineering Department Capital Improvement Program Schedule of Values Pinecrest Villas Neighborhood Traffic Calming Improvements Phase I Company: CORELAND CONSTRUCTION CORP, 101-1 Mobilization ILILY I U1111 rnce Amount 102-1 LS 1555.00 Maintenance of Traffic LS 1 120-4 Re ular Excavation 963.00 120-6 Re ular Fill $620.00 327-70-1 CY 23 $27.00 $621.00 334-1-13 Millin V Average depth SY 222 $20.00 $4,440.00 520-2-4 T - L_ III A___ltiC Concrete TN 19 $235.00 $4,465.00 570-1-2 Concrete Qjrh T-pe D LF 80 $28.00 $2,240.00 Performance Turf/ Sod SY 51 70_0-20-1 1 Single Post Sign- Less than $5 . 00 $255.00 — — 700-20-60 SF Single Post Sign --to be AS 20 $168.00 $3,360.00 70_6-3-1 removed AS 2 $62.00 $124.00 — 706-3-2 Bi-Directional (yellow- Yellow) EA 92 $5.00 $460.00 _71-1-11-111 Bi-Directional (White - Red) —Traffic EA 60 $5.00 $300.00 �l —1-11-122 Stripe Soli d. ff' White) NM — 0.016 $4,562.50 $73.00 t 1 Traffic Stripe Solid (8" White) LF — 115 $1.00 $115.00 T1 1-11-1-24 Traffic Stripe Soli cl.'� 12" White) LF 578 $2.00 — $1,156.00 — Traffic Stripe Solid (18" White) LF 72 711 -11 -211 Traffic Stripe Solid (16" Yellow) NM 0.687 $2.25 $162.00 —$3,135.00 , $40563.32 Performance Bond Insurance $710.00 $518.00 �l. it (P thomasfpepe-09-28-1 I (Updated 05 -16 -2012) Page II 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. 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. Regular Excavation — This item is the unit price for each Cubic Yard for Regular Excavation within the limits defined by Details on the Plans and the FDOT Specifications. The price bid shall be full compensation, as to each cubic yard removed and disposed of offsite, for furnishing all necessary labor, materials, tools, and equipment and for performing all work required for excavation, widening and other required general excavation, including but not limited to the loading, transporting, and proper disposal of the removed materials. Payment will be paid for based on the number of Cubic Yards removed, and disposed of offsite, times the unit bid price for Regular Excavation. Milling Existing Asphalt Pavement, I" Average Depth — This item is the unit price for each Square Yard that is milled from the existing asphalt pavement (approximately I -inch average depth) within the limits defined by the Details on the Plans and the FDOT Specifications. Greater widths and depths than are defined by the Plan and Specifications, and removal of unauthorized work as required by the City, are at the Contractor's sole expense unless the Contractor has a written change order for such work. The price bid shall be full compensation for furnishing all necessary labor, materials, tools, and equipment and for performing 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. Type I Asphaltic Concrete- This item is the unit price for each Square Yard. This item shall include the furnishing and installing Type S -1 Asphaltic concrete 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 and depths than are defined by the Plan and Specifications, and removal of unauthorized work as required by the City, are at the contractor's sole expense, either for the installation, or for removal of unauthorized work as required by the City, unless the Contractor has a written change order for such 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 -1 asphaltic concrete required to perform the contracted work. The area to be asphalted shall be the same as the area designated on a map or drawing of the area to be milled and any areas not so designated and milled that are asphalted, and the removal of unauthorized work as required by the City, shall all be at the contractor's sole expense. © thomasfpepe- 09 -28 -1 I (Updated 05 -16 -2012) Page 12 Concrete Curb — This item is the unit price for each Linear foot needed to install concrete curb as required by the plans, the FDOT Specifications and /or Miami Dade County Standard Details or the quantity identified on the plans and as directed by the City. The Price bid shall be full compensation for furnishing all necessary labor, materials, tools, and equipment and for performing all work required for preparing and transporting mixture, formwork, placing for a complete concrete curb for each foot authorized and installed. Payment will be based on the number of linear feet of concrete curb and gutter times the unit bid price. All linear feet of concrete curb shall be authorized in writing signed by the City Manager or his designee. Performance Turf, Sod — This item is the unit price for each Square Yard for sodding within the limits defined by Details on the Plans and Specifications and 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 sodding of new swales and any other grassy areas disturbed during construction, including the loading, transporting, and proper disposal of the removed materials for each square yard authorized and installed. Payment will be based on the number of square yards of authorized and installed times the unit bid price. All square yards shall be authorized in writing signed by the City Manager or his designee. Single Post Sign, Less Than 12 SF — This item is the unit price for furnishing and installing Single Post Signs (Less than 12 square feet) within the limits defined by Details on the Plans, the Specifications, and 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 a single post signage, ready for service 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 to installation location and any other cost or thing necessary to complete the work. Payment will be based on the number of authorized and installed Single Post Signs (Less than 12 square feet) times the unit bid price. The signs to be installed, and their location, shall be designated and authorized in a writing signed by the City Manager. Painted Pavement Marking, Standard, White, Solid, 12" — This item is the unit price for each Lineal Foot of Solid Painted Pavement Marking (White, 12 -inch) furnished and installed within the limits defined by Details on the Plans, the Specifications, and 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 (white, 12- inch), ready for service, and shall include temporary paving, pavement marking, pedestrian crossings markings and all other similar items as required or necessary, at the original locations and to equal or better than original conditions; and all other appurtenant and miscellaneous items and work necessary to provide a complete job. Included in the unit cost are all survey, submittals, and shop drawing work; all loading, unloading, and transport costs to installation location and any other cost or thing necessary to complete the work. Payment will be based on the number of authorized linear feet of Solid Painted Pavement Marking (white, 12 -inch) installed times the unit bid price. All Lineal feet shall be authorized in writing signed by the City Manager or his designee. Painted Pavement Marking, Standard, Yellow, Solid, 6" — This item is the unit price for each Net Mile required for the furnishing and installing of Solid Painted Pavement Marking (Yellow, 6 -inch) within the limits defined by Details on the Plans, the Specifications, and 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 (yellow, 6- inch), ready for service, and shall include temporary paving, pavement marking, pedestrian crossings markings and all other similar items as required © thomasfpepe- 09 -28 -1 I (Updated 05 -16 -2012) Page 13 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 and any other cost or thing necessary to complete the work. Payment will be based on the authorized and installed net mile of Solid Painted Pavement Marking (yellow, 6 -inch) times the unit bid price. All net miles shall be authorized in writing signed by the City Manager or his designee. Performance and Payment Bond - This item shall include the lump sum price for the cost of bonds. Insurance — This item shall include a lump sum for all permits and any required insurance. Stickers will be provided by the City and will be affixed by the contractor to the back of all traffic signs associated with this project. Stickers will identify the City of South Miami and provide a phone number. © thomasfpepe- 09 -28 -1 I (Updated 05 -16 -2012) Page 14 Bid Bond 1. ' ' 1 1• 1 Pinecrest Villas Neighborhood Traffic Phase STATE OF FLORIDA COUNTY OF MIAMI -DADE KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, and as Surety, are held and firmly bound unto the City of South Miami, a municipal corporation of the State of Florida in the sum of Dollars ($ ), 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 presents. THE CONDITION OF THIS OBLIGATION IS SUCH that: WHEREAS, the Principal has submitted the accompanying Bid dated for the Pinecrest Villas Nieghborhood Traffic Calming Improvements Phase 11. 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 Bid as a guarantee 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 signature, enter into a written contract with the Owner in accordance with the bid as accepted, and give bonds with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such contract, then the above obligations shall be void and of no effect, otherwise to remain in full force and effect. B. However, in the event 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 written contract with the Owner in accordance with the bid as accepted, and /or the failure to provide the City with bonds issued from good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such Contract within ten (10) days after the prescribed forms are presented to it for signature and /or in the event that the principal is not awarded the bit 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 principal, 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 Documents provide for liquidated damages under the circumstance of the case or, if liquidated damages are not applicable, 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. C thomasfpepe- 09 -28 -1 I (Updated 05 -16 -2012) Page 15 =I' IN WITNESS WHEREOF, the above bonded parties have executed this instrument under their several seals this day of , 2012, the name and the corporate seal of each corporate party being hereto affixed and these presents being duly signed by its undersigned representative. IN PRESENCE OF: SECOND PAGE OF A TWO (2) PAGE BID BOND ATTEST: Secretary *Impress Corporate Surety Seal 0 (Seal) (Individual or Partnership Principal) (Business Address) (City /State /Zip) siness Phone) (Corporate Surety)* IMPORTANT Surety companies executing bonds must appear on the Treasury Department's most current list (circular 570 as amended) and be authorized to transact business in the State of Florida. FAILURE TO COMPLETE SIGN & RETURN THIS FORM MAY DISQUALIFY YOUR BID © thomasfpepe- 09 -28 -1 I (Updated 05 -16 -2012) Page 16 Bidder Qualification Statement RFP #PW-2012-09-20 Pinecrest Villas Neighborhood Traffic Calming Phase 11 The BIDDER's response to this questionnaire shall be utilized as part of the CITY'S overall Bid Evaluation and Contractor selection. |. Number of similar construction projects completed, a) |n the past Syears On Schedule b) In the past |0years On Schedule 0 I. List the last three /3\ completed similar projects. SEE ATTACHED CHART a) Project Name: Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion [>utu: Actual Final Contract Completion Date- Original Contract Price: Actual Final Contract Price: b) 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: C) Project Name: Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): ox /| (Updated 05-16-2012) Page 17 Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price: 3. Current workload © thomasfpepe- 09 -28 -1 I (Updated 05 -16 -2012) Page 18 4. The following information shall beprovided for this project. u) Estimated total demolition man-hours Percent man-hours tu6e performed bvContractor's b) Permanent staff Permanent man-hours to6e performed by direct hired c\ Employees for this project 6) Percent man-hours to be performed by Subcontractors S. The following information ohu|| 6e attached tothe 6}J, 3hm 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: u} Bankruptcy petitions filed by or against the BIDDER or any predecessor organizations, N/A b) Any arbitration or civil nr criminal proceedings, or N/A C) Suspension cfcontrag � snrdehorrin�omBiddingbvanypub|)cogencybnought ' against the 8|[>C>EK in the last five (3} years. N/A *o |/ (Updated a5-|6-z 14 Page 19 l Government References: SEE ATTACHED List other Government Agencies or Quasi -government Agencies for which you have done business within the past five (5) years. FAILURE TO COMPLETE, SIGN.& RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE @ ||V�u�e m�|a�o|4 . . _ _,___ Page 20 Non-Collusion Affidavit STATE OF FLORIDA COUNTY OF MIAMI-DADE Monica Hernandez being first duly sworn, deposes and state (/) He/3he/They is/are the President (Owner, Partner, Officer, Representative orAgent) O the BIDDER that has submitted the attached 8|[>' , () He/She/They is/are fully informed with respect to the preparation and contents of the attached B|[} and of all pertinent circumstances concerning such B|[]; (3) Such BID im genuine and is not a collusive or sham 8|[}' . (4) Neither the said BIDDER nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this u0ant' have in any way colluded, conspired' connived or agreed, directly or indirect|y, with any other 8|[>DER' firm, or person to submit u collusive or sham 8|O 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; ur have in any manner, directly orindirectly, sought by agreement orcollusion, or communication' or conference with any 8|O[)ER' 8,m' or person to 0x any overhead, profit, or cost elements of the 8|O or of any other B|C)[}E&' or to 0x any overhea6, profit, or cost elements of the 8|[} Price or the BID Price of any other B|DOER, or to secure through any co/|uaion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (S) The price or prices quoted in the attached B/C) are fair and proper and are not tainted by any co||ooion, conspiracy, connivance, or un|avvh/| agreement on the of the BIDDER other of ityagents. representooives.ovvnens.emp|oyeeo ' Signed, sealed fk delivered in the presence of. Monica Hernandez, President Print Name and Title Subscribed and ovmxrn to before me this 17th day of October , 20 12 Commission # Bonded Through National Notary Assn, FAILURE TO COMPLETE, SIGN., & RETURN. FORM MAY DISQUALIFY YOUR RESPONSE @ | (Updated m5-/a-2n/q Page 21 Public RFP #PW- 2012 -09 -20 Pinecrest Villas Neighborhood Traffic Calming Phase II 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. I. This sworn statement is submitted to City of South Miami [Print name of the public entity] By Monica Hernandez, President [Print individual's name and title] For Coreland Construction Corp. [Print name of entity submitting sworn statement] Whose business address is 12301 SW 128 Court, #1071 Miami; FL 33186 [Print full mailing address] and (if applicable) its Federal Employer Identification Number (FEIN) is 65- 0073665 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: NIA ) 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 (I) (b), Florida 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 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 contendere. 4. 1 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, thomasfpepe- 09 -28 -1 I (Updated 05 -16- 2012) Page 22 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 (1) (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 the entity submitting this sworn statement. [Indicate which statement applies.] X 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 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 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 31 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. 0 thomasfpepe- 09 -28 -1 I (Updated 05 -16 -2012) Page 23 Signed, sealed & delivered in the presence of By: My ny it Expi 9HFER FERN nEz Notary Public E> « a = My Comm. Expires Sep 18, 2014 Commission EE 25369 Ho,nded Through National Notary Assn. FAILURE TO COMPLETE. SIGN & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE thomasfpepe- 09 -28 -I I (Updated 05 -16 -2012) Page 24 Drug Free Workplace RFP #PW- 2012- 09- 20�Pinecrest Villas Neighborhood Traffic Calming Phase II 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: I) 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 be taken 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 (I). 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 nolo contenders 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;" Monica Hernandez, Date: October 17. 2012 FAILURE TO COMPLETE. SIGN & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE thomasfpepe•09 -28 -1 I (Updated 05 -16 -2012) Page 25 We, Coreland Construction Corp; (Name of Contractor), hereby acknowledge and agree that as Contractors for the Pinecrest Villas Nieghborhood Traffic Calming Improvements Phase I, asg 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): Coreland Construction Corp. and its subcontractors names to be Provided within 5 calendar days of bid, if Coreland Construction is the lowest responsive & responsible bidderl to comply with such actor regulation. CONTRACTOR Monica Hernandez, President Title © thomasfpepe- 09 -28 -1 I (Updated 05- 16- 2012) Page 26 O thomasfpepe- 09 -2$ -11 (Updated 05 -16-2012) Page 27 PARTY j Monica Hernandez , individually and on behalf of . Coreland Construction Corp. ("Firm") Name of Representative CompanylVendorlEntity have read the City of South Miami ( "City ")'s Code of Ethics, Section 8A -1 of the City's Code of Ordinances and 'I hereby certify, under penalty of perjury that to the best of my, knowledge, information and belief- (1) neither I nor the Firm have any conflict of interest (as defined in section 8A -I) with regard to the contract or business that 1, and /or the Firm, am(are) about to perform for, or to transact with, the City, and (2) neither I nor any employees, officers, directors of the Firm, nor anyone who has a financial interest greater than 5% in the Firm, has any relative(s), as defined in section 8A -1, who is an employee of the City or who is(are) an appointed or elected official of the City, or who is(are) a member of any public body created by the City Commission, i.e., a board or committee of the City, and (3) neither I nor the Firm, nor anyone who has a financial interest greater than 5% in the Firm, nor any member of those persons' immediate family (Le., spouse, parents, children, brothers and sisters) has transacted or entered into any contract(s) with the City or has financial interest, direct or indirect, in any business being transacted with the city, or with any person or agency acting for the city, other than as follows: NIA (use a separate sheet to supply additional information that will not fit on this line but make reference to the additional sheet which must be signed under oath). (4) no elected and /or appointed official or employee of the City of Miami, or any of their immediate family members (i.e., spouse, parents, children, brothers and sisters) has a financially interest, directly or indirectly, in the contract between you and /or your Firm and the City other than the following individuals whose interest is set forth following their names: NIA (use a- separate sheet to supply additional information that will not fit on this line but make reference to the additional sheet which must be signed under oath); The names of all City employees and that of alb elected and /or appointed city officials or board members, who own, directly or indirectly, an interest of five percent (5 %) or more of the total assets of capital stock in the firm are as follows: N/A (use a separate sheet to supply additional information that will not fit on this line but make reference to the additional sheet which must be signed under oath). (5) 1 and the Firm further agree not to use or attempt to use any knowledge, property or resource which may come to us through our position of trust, or through our performance of our duties under the terms of the contract with the City, to secure a special "privilege, benefit, or exemption for ourselves, or others. We agree that we may not disclose or use information, not available to members of the general public, for our personal gain or benefit or for the personal gain or benefit of any other person or business entity, outside of the normal gain or benefit anticipated through the performance of the contract. (6) 1 and the Firm hereby acknowledge that we have not contracted or transacted any business with the City or any person or agency acting for the City, and that we have not appeared in representation of any third party before any board, commission or agency of the City within the past two years other than as follows N/A (use a separate sheet to supply additional information that will not'fit on this line but make reference to the additional sheet which must be signed under oath). Neither 1 nor any employees, officers, or directors of the Firm, nor any of their immediate family (i.e., as a spouse, son, daughter, parent, brother or sister) is related by blood or marriage to: (i) any member of the City Commission; (ii) any city employee; or (iii) any member of any board or agency of the City other than as follows NIA (use a separate sheet to supply additional information that will not fit on this line but make reference to the additional sheet which must be signed under oath). M (7) (8) (9) No Other Firm, nor any officers or directors of that Other Firm or anyone who has a financial interest greater than 5% in that Other Firm, nor any member of those person (i.e., spouse, parents, children, brothers and sisters) nor any of my immediate s' immediate family family members (hereinafter referred to as "Related Parties") has responded tar a solicitation by the City in which I or the Firm that I represent or anyone who has a financial interest greater than 5% in the Firm, or any member of those persons' immediate family (i.e. spouse, parents, children, brothers and sisters) have also responded, other than the following: N/A (use a separate sheet to supply information ed that will not fit on this line but make reference to the additional sheet which additional must be sign under oath). I and the Firm agree that we are obligated to supplement this Verification Form and inform the City of any change in circumstances that would change our answers to this document. Specifically, after the opening of any responses to a solicitation, I and the Firm have an obligation to supplement this Verification Form with the name of all Related Parties who have also responded to the same solicitation and to disclose the relationship of those parties to me and the Firm. A violation of the City's Ethics Code, the giving of any false information or the failure to supplement this Verification Form, may subject me or the Firm to immediate termination of any agreement with the City, and the imposition of the maximum fine and/or any penalties allowed bylaw. Additionally, violations may be considered by and subject to action by the Miami-Dade County Commission on Ethics. ATTACHED: Sec. 8A -1 - Conflict of interest and code of ethics ordinance. 29 p. llY 7 . l ADDENDUM No. 1 Project Name Pinecrest Villas Neighborhood Traffic Calming RFP NO. PW- 2012 -09 -20 Date October, 5, 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. Question # 1: Are pulling permits the responsibility of the contractor? Answer to Question # l Yes, the contractor must pull all required City permits however, City permit fees will be waived. Question 2. Please explain the discrepancy in the bid documents regarding the specification for asphalt to be used on this project. Answer to Question 2: As per the included plans, the asphalt specification is 19 TN of S -1 asphalt. 1 Question #3: As discussed in the Mandatory Pre -bid, off -duty police shall be part of the MOT item and shall be required. Should we account for a full day of off -duty police per calendar day of the contract at the determined rate? Answer to Question #3: The awarded contractor will have to inform the City when they will need an off -duty police officer and for how much time. Normal Hours of operation for an off -duty police officer is 8 AM to 5 PM. Based on the requirements of the awarded contractor, the City will decide if an off -duty officer would be required for a longer period than the normal hours of operation of 8 AM to 5 PM. The cost for the off -duty police officer is $45 per hour. Question #4: Please review the title of the project as the front cover of the bid document shows "Phase II ", but the next page shows "Phase I ". Please clarify. Answer to Question #4: The project is designated as "Phase II." Question #5: What are the limits of milling and resurfacing and what type of asphalt to be used? Answer to Question #5: The milling should be the extents of the speed tables. The contractor should review the units specified in the schedule of values and divide that by the number of speed tables (5). See Question and Answer #3 for the asphalt specification. Question 96: What are the traffic calming devices made of and is any existing asphalt required to be removed to install the devices? Answer to Question #6: The devices are to be made out of asphalt. With regards to milling, refer to Answer #5, as to what will be removed. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. ' ADDENDUM No. 2 Project Nome: PineoestVi|kas Neighborhood Traffic Calming '2-09-20 Date: October, 10, 2012 Sent: Fa)/E-rnaiVxYebpage This addendum submission is issued to clarify, supplement and/or modify the previously issued Request for Proposals (F(Fp) Documents, and is hereby nnoda part of the Documents. All requirements of the Documents not modified herein shall nannoin in full force and effect as originally sat forth. It shall be the sole responsibility of the bidder to secure /\ddendunno that may be issued for m specific solicitation. The Bid Due Date is extended to Wednesday, October 17, 2012 at 2 PM M�= F Project Name: Pinecrest Villas Neighborhood Traffic Calming RFP NO. PW-2012-09-20 Date: October H, 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. nest on #I: What is the construction budget? Answer to Question #I: The construction budget is $30,000 Question #2: What is the finish elevation (height) of the new signs to be installed? Answer to Question #2: Refer to the Engineering Drawings and Plans; General Notes/Signing & Pavement Marking Notes #2. Signing and pavement markings installed as part of the plans shall conform to the 2009 edition of the Federal Highway Administration's Manual of Uniform Traffic Devices for Street and Highways, FDOT design standards (2012). 1 Question #3: Please provide the type of post required for the new signs. Answer to Question #3: U shape post signs are to be installed; the same sign type as existing signs located in the project area. Question #4: Roadway plans (sheet 4 thru 8) shows the arrow pavement marking to be installed on the new speed humps. However, construction details (sheet 9) shows arrow pavement marking to be installed on existing pavement. Please clarify. Answer to Question #4: Please refer to the attached Pavement Markers Plans, Section 3B.24; Section 3B.25; Section 313.26. Question #5: Please provide spacing detail for 12" white thermoplastic lines approaching speed humps. Answer to Question #5: See answer to # 4 above, and the attached Pavement Markers Plans. Question #6: Are we to provide cost for temporary paint/marking? Answer to Question #6: Yes, provide costs for temporary paint/marking. Question #7• Asphalt quantities on bid docs are not accurate for the size and thickness of speed humps. Please clarify. Answer to Question #7: As per the included plans, the asphalt specification is 19 TN of S -1 asphalt. Question #8: Please specify what type of sod we are to install. Answer to Question #8• The contractor is to replace the sod with St. Augustine sod to match the existing sod in the area. Question #9: Concrete quantities stated on Summary of Quantities /Summary of Pay items versus the dimensions shown on sheet 5 (two curbs, inside 65.8' + outside 65.8' + returns) do not coincide. Please clarify. Answer to Question #9• The Contractor is to enter their estimated quantities as part of their proposal. The Contractor is to follow the plan dimensions and not the total quantities shown on the Schedule of Values. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. • All Lm Q. E 0 0 4, C N c ID (L) N C (1) W 4 (D 0) N C Q) N. c W (D C c an co a) E 7E (U 0) t (U 11) E"E M N. E 7E 0 (1) t 0 2 2 a •E -a a) 0) -C �: 0 (D 'C �: 0) •C (D r- (D 0 .2 1 T2 .2 I �Q 0 ,6 Q CL E o a Ein 0 a) 0 ) 5 w 2 P Na . Z CL Z cl Z a- Z 0- a- 0 r- co co 0 0, dc 0 0 w 0 0 CN w 0 a C�! 6 �; C, -6 N , 0 C\l 'i C\l c 04 E 0 LL 0 d iT cm n 0 U- 0 0 c E 6 0 T E T. 0 0 < 0 Q ca C 12 m C\! N <6 U) oc� cf� t, 0) N (0 1- R r-- 0 It 'Olt m C', co I-- Cl! cc� a, N (D a 0 E LL OM LL CN cl� r-� m C14 LL V9 vl> 69 61) 61) 6q ur 0 (D (D 0 CL 0 2 cn (D a ?: m 16 zi - 6 cu 2 - a) E2 > 2 o a) M V. -1 (D 16 15 0 OR 0 c a a a) C, • 00 .2 .EL ICU [2 4) .2- 0) C (D ! 1.5; cu 6 , S >x -5 0) 0 t6 (n m > E cu 0 CL �6 CL E w 0 CL CL E ca ie c 0 0 . m cu 0 yi -Fn '2 IL . 6 0 CL a) F (-D M o (a OJ 0) E c -6 16 C,,, 0 n m 2 a) 6 c CL ?� m 0 (y 2 t , 6 m a 0 0 m o ? o E .0 'E (D� . 4 .2 w 6 3: 0 �o . 0 a) 00 E a) 'c 0 E .2 -0 (D 2 -0 m (U > co 0 0 w 'D 2 C6 -t5 "D 0 0 .2 E a) 0 C 0 () (D 'a E ig — cu (a 0) ig 6 -& 16 = co (D c .2 (D 0 Z5 m > (Ou- Vi 2O n. m 0 Z 0 .2 cu S 2 , 15 (0 C\l Cc, W . > (D < 6 (D > E m (100 > '2 > 04 C,) oo-;s M, 0.) m 3. u, 4 0 0 E U� < -.(D -6 0 D -6 M :RE > N. 9 @ C) 1-5 -b "2 N ) LL 'T -0 z E o LL E LL E MN LO 2 R� o < 0 �o r (a E @ E R �5 0 U-r w 16 2) 0 z 2' 0 I 2 = L 0 0 Z z LL 0 m E (D o CO C) t O CL E 0 d 2 O 0 CL > ID :!2 U! E < >0 0) 2 LL (D CL 4) Q) r cr EEC - z 9 E a) m E m m 0, E = Z > M W 9 CL Z z r 0 0 cl = t m 0 rm Im a. 0. 0 m CL E o 0 cn 2 0 E 0 m m p cn ca 0 U- �a t� c O .a N R L. ar U O �O L LL d O Q O L. 0. 0 fE (.i C O N N C t6 z. d V d E O N i O w L +a C O Lit TIMOTHY S. JONES 230 SW 159`x' Way Sunrise, FL 33326 tjones @cof•elandconstruction.com PRESENT POSITION Project ManaLyer / Superintendent / Estimator I Coreland Construction Corp. I Sept. 2011— Present Responsibilities: Coordinate and supervise field operations /personnel /subcontractors, create/update construction schedule, prepare job cost estimates. PREVIOUS EXPERIENCE Proiect Manager I Alpine Construction Management Corp. 12007 — Sept. 2011 Responsibilities: Supervise, administration and control of company budget, project management, estimating, supervising site operations, scheduling and bid preparation /packaging. V.P. / Proiect Manager I BMA Construction, Inc. 12001 — 2007 Responsibilities: Supervise, administration and control of company budget, project management, estimating, supervising site operations, scheduling and bid preparation /packaging. Plating Supervision I B.F. Goodrich Aerospace 1998 -2001 Responsibilities: Design and develop new plating processed for the plating department; organize, schedule, and installed new plating equipment, assist in the operation of waste treatment system, inventory, and hazardous waste chemicals. Proiect Coordinator I B.F. Goodrich 11997 —1998 Responsibilities: Supervise /coordinate construction of new $ 2.5M facility, scheduling of facility relocation and managing of decommissioning of old facility. EDUCATION I TRAINING I PROFESSIONAL / TECH REGISTRATIONS / LICENSES Broward Community College / University of Nevada — coursework in Architecture and Construction Management. State of Florida Licenses - General Contractor CGC1506819 - Plumbing Contractor CFC1427741 Training — Haz -Woper Confined Space Entry Spill Containment Quality Assurance / Control Safety Procedure Facilitator First Aid /CPR Certification NESTOR I HERNANDEZ 7335 SW 142 Terrace Palmetto Bay, FL 33158 nhernandez@corelandconstruction.com EDUCATION / LICENSES: Florida Licensed General Contractor — CGC 1510780 Miami -Dade Community College — Course study focusing in architecture Miami Senior High School PROFESSIONAL EXPERIENCE: Coreland Construction Corp. - Vice President (1995 — Present), President (1988 — 1995) Duties and responsibilities include: Estimating_:-- attending pre -bid meeting to familiarize site conditions (etc.), reviewing plans and specifications, preparing detailed materials /labor take -off, analyzing and comparing sub -trade bids, finalizing final bid estimate and bid documents for submittal. Soliciting potential work (bid journals, invitations to bid, etc.), preparing & sending invitations to bid to sub - trades and suppliers, preparing & distributing bidding packages to sub - trades and suppliers, preparing pre -bid RFI's (requests for information). Project Management — preparing project schedule, schedule of values, attending pre - construction and construction meetings, preparing/reviewing product specifications submittals, coordinating/scheduling labor & subcontractors, preparing RFIs /correspondence, overseeing field work/progress of work to comply with contract documents, preparing monthly payment requisitions. Amcon Inc. - Vice President (1994 — 1996) Duties and responsibilities included: Estimating — attending pre -bid meeting to familiarize site conditions (etc.), reviewing plans and specifications, preparing detailed materials /labor take -off, analyzing and comparing sub -trade bids, finalizing final bid estimate and bid documents for submittal. Soliciting potential work (bid journals, invitations to bid, etc.), preparing & sending invitations to bid to sub - trades and suppliers, preparing & distributing bidding packages to sub - trades and suppliers, preparing pre -bid RFI's (requests for information). Project Management — preparing project schedule, schedule of values, attending pre- construction and construction meetings, preparing /reviewing product specifications submittals, coordinating/scheduling labor & subcontractors, preparing RFIs /correspondence, overseeing field work/progress of work to comply with contract documents, preparing monthly payment requisitions. Status Construction - Superintendent (1987 - 1988) Duties and responsibilities included: coordinating /scheduling labor and materials deliveries, overseeing labor, subcontractors and progress of work to comply with drawings /code, maintaining daily job reports and labor time sheets. Deco Truss Corp. — Draftsman / Plant operations supervisor (1984 — 1987) Duties and responsibilities included: design and drafting of truss layout plans, preparing engineering cut sheets, jobsite trouble shooting, overseeing manufacturing plant operations. COMPUTER SHILLS / SPECIALIZED TRAINING: Microsoft Office WinFax Quick Books Pro Carpenter by trade (finish and rough) Hands -on experience in site preparation, building layout, shell construction, setting wood trusses and other scope of work. CORELAND CONSTRUCTION SBA 8(r) Certified I'l,'on7ciii-Oit7i,iedB isiiies,y SBA Certified Small Disadvantaged Business State of Florida Minority Business Eateiprise (MBE) Aflami-Dade Counly Community Small Business Enterprise (CSBE) Government References I . Mr. Jerry Lopez, Conti-acting Officer United States Coast Guard BSU Miami (fp) 909 SE First Avenue, Suite 512 Miami, FL 33159 Phone: 305-415-7085 Fax: 305-415-7092 JERRY.LOPEZ c USCG.MIL Q 2. Mr. William Shelley, COTR/PE National Park Service 40001 State Road 9336 Homestead, FL 33034 Phone: 305-242-7748 WILLIAM SUELLEY@NU.GOV 3. Mr. Jorge Oro], Construction Manager Miami-Dade County GSA Design & Construction Services Division. 3501 NW 46 Street Miami, Fl, 33142 Phone: 786-469-2755 Fax: 305-637-1749 JLOROL(cb,MIAMI DADE.G O V 4. Mr. Edward Villareal, Construction Manager Miami-Dade Fire Rescue Facilities & Construction Division 9300 NW 41 Street Miami, FL 33178 Phone: 786-331-4509 EDWARD.VILLAREALAMIAMIDADE.GOV 5. Mr. Juan Curiel, P.E. Miami-Dade County DERM 701 NW I Court, Suite 500 Miami, FL 33159 Phone: 305-372-6424 Fax: 305-372-6425 6. Ms. Livia Blair, COTR Department of Homeland Security Customs and Border Patrol 909 SE 1st Avenue Miami, Fl, 33131 Phone: 305-810-5204 Fax: 305-536-7442 LIVIA.B�LAIR �HS.G�OV 12301 S.W. 128" Court, Suite 107 e Miami, Fl, 33186 * 305-2331709 Office • 305-233-1809 Fax www.corelandconstruction.com ­—"1 CORECON -01 ISABEL CERTIFICATE OF LIABILITY INSURANCE °ATE(MM' ° °"YY' 1.0_/10/20.12 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS I CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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). PRODUCER License # NPN 2332080 CONTACT I Inc. PHONE, 670 -6111 FAX 305 670 -9699 I P.O. Box 561567 _(A/c No, Ext): ( ) -__ - ICJ No): (_ _ ) Miami, FL 33256 -1567 ADDRESS: INSURER(S) AFFORDING COVERAGE___ ______ INSURER A: Starr Indemnity & Liability Co 38318 INSURED INSURERB:The Phoenix Insurance Company X25623 Coreland Construction Corp. INSURER C:FCCI Insurance Company 110178 i 12301 SW 128 Court, Suite 107 INSURER D: I Miami, FL 33186 -- " - -- — — - -' INSURER E : L_.— __.._.- _ -__ -_ ___ _ INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT 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 SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR -- - - - �DLrSUBRi O CY EFF POLICY EXP - -- - - - - -- LTR _ - _ TYPE OF INSURANCE _ -I, INSR WVD .__. PO_L_IC_ Y NUMBER _ _ RW D/YYYY) (M_M /DD_/YYYY) LIMITS GENERAL LIABILITY r EACH OCCURRENCE $ 1,000,000 - MMERCIALGENERALLIABILITY SIPGGL0012601 3/22/2012 3/22/2013 DREMSES_�corEence)__;I -S- - 50,000 A X co CLAIMS -MADE �X OCCUR !• MED EXP (Any one person) ; $ -- - 5 -I _.... -. PERSONAL_ &ADVINJURY i_$- 1,000,0001 GEN'L AGGREGATE LIMIT APPLIES PER: I,i PRODUCTS - COMP /OP AGG $ - _- 2,000,000, �I POLICY X PRO- LOC --- - - --- — -- - _ i� ... $ _ _GENERAL AGGREGATE 0001 COMBINED SINGLE LIMIT 1,000,000 B X ANY AUTO �(Ea AUTOMOBILE LIABILITY _ IBA6825X86812SEL 3/22/2012 3/22/2013 BODILY INJURY (Per person) $ ALL OWNED -' SCHEDULED 'BODILY INJURY Peraccident AUTOS (AUTOS ( ) r X HIRED AUTOS X� NON -OWNED !PROPERTY DAMAGE $ - - . - - -, I-- (Per accident) ^- ~- UMBRELLA LIAB' - -- " - -- - - _ - -_ - -- $ EACH OCCURRENCE $ -�I EXCESS LIAB OCCUR - .I __.. _�- CLAIMS -MADE, - -- A�ATE $ nFni RI FTFNTIONA WORKERS COMPENSATION AND EMPLOYERS' LIABILITY C ANY PROPRIETOR /PARTNER/EXECUTIVE YIN OFFICER /MEMBER EXCLUDED? I N I A (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below _ W C 12A63907 1 3/22/2012 !� WC STATU- OTH 1 TORY LIMITS; ER_- 3/22/2013 I E.L. EACH ACCIDENT _ $ 1,000,000' E E.L. DISEASE - POLICY LIIMITI $ 1,000,000�I DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) I CERTIFICATE HOLDER City of South Miami 6130 Sunset Drive South Miami, FL 33143 CANCELLAT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD TOW