Loading...
G-2ADDENDUM No. 92 Project Name: Sunset Drive Improvements Phase V RFP NO. PW2014 -07 Date: August 6, 2014 Sent: Fax/E- mail /webpage This addendum submission is issued to clarify, supplement and/or modify the previously issued Request for Qualifications (RFQ) Documents, and is hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responsibility of the bidder to secure Addendums that may be issued for a specific solicitation. Question 91• How do we consider the Off Duty Police during the construction, full time? What rate does the - Police Department use? Answer to Question 41: The contractor is to estimate the amount of hours required for the police, depending on the MOT they are planning to implement for the project. The summary of quantities refers to this item as a lump sum unit. The rate for this would be $45.00 per hour, per officer. A minimum 3hrs per detail will apply. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page 1 of 1 H &RPA -2 OP ID: LR CERTIFICATE OF LIABILITY INSURANCE D Y) 0810812014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS 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 Phone: 305. 364 -7800 BROWN & BROWN Court FLORIDA INC 14900 NW 79th Court Suite #200 Fax: 305 - 714 -4401 CONTACT NAME: PHONE FAX Arc No: EMAIL ADDRESS: Miami Lakes, FL 33016 -5869 Ramon A Rodriguez INSURER B) AFFORDING COVERAGE NAIC p INSURER A:*WeSCO Insurance Co. 025011 INSURED H & R Paving, Inc. INSURER B:*WestchesterSurplus Lines Ins 10172 1955 NW 110th Ave Miami, F L 33172 -1911 INSURERC:*Federal Insurance Company 20281 WPP109493501 05/01/2014 05/01/2015 INSURER D : $ 100 OB CLAIMS -MADE ® OCCUR INSURER E: MED EXP(Any one person) INSURER F: PERSONAL &ADV INJURY 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. INSR LTR TYPEOFINSURANCE ADDL wvn POUCYNUMSER POLICY EFF PO /ICYEXP LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 19000509 A X COMMERCIAL GENERALLIABILITY WPP109493501 05/01/2014 05/01/2015 OAMAG O ED PREMISES Ea occurrence $ 100 OB CLAIMS -MADE ® OCCUR MED EXP(Any one person) $ 5709 PERSONAL &ADV INJURY $ 15000,09 B X XCU X Contractual GENERAL AGGREGATE $ 27000108 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMNOP AGO $ 2,000,08 POLICY X PRO LOC $ AUTOMOBILE LIABILITY COMBINED Ea accident SINGLE LIMIT 1,888,88 BODILY INJURY (Per person) $ A X ANY AUTO WPP109493501 05/01/2014 05/0112015 ALLOWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE Peracoident $ $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESSLIAB CLAIMS -MADE DED RETENTION 1 $ WORKERS COMPENSATION ANDEMPLOYERS'LWBILITY YIN ANY PROPRIETORPARTNER (EXECUTIVE ❑ OFFICER /MEMBER EXCLUDED? N/A TO WC STATU- RY LIMITS OTH- ER E.L. EACH ACCIDENT $ (Mandatory in NH) E.L. DISEASE - EA EMPLOYE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ C Pollution G24275516003 05/01/2014 05/01/2015 Pollution 1,000,00 DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) RE: Sunset Dr. Improvements PH -V from SW 65th Ave to SW 69th Ave SW 72nd Street South Miami, FL Start Date: Sept 2014 Work: Milling, Paving, Landscaping 6 Pav Marking. CITYSOU SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE i.lt of South Miami THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Y ACCORDANCE WITH THE POLICY PROVISIONS. 6130 Sunset Drive South Miami, FL 33143 AUTHORIZED REPRESENTATIVE ©1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD IA161 TO] Ig `u`I THIS PROPOSAL IS SUBMITTED TO: Steven Alexander City Manager City of South Miami 6130 Sunset Drive South Miami, FL 33143 I. If this Proposal is accepted the undersigned Respondent agrees that by signing this Bid Form, the Respondent is agreeing to each and every term, provision and condition contained in the form of the Contract that is included in this RFP Package ( "the RFP Contract "), and to perform and furnish all work as specified or indicated in this RFP for the Proposed Price, within the Contract Time and in accordance with the other terms and conditions of the RFP Package and the RFP Contract. The Respondent agrees that if the contract is awarded to the Respondent, the signature of the Respondent, or the signature of its authorized representative, on this Bid Form shall be the same as a signature on the RFP Contract. 2. Respondent accepts all of the terms and conditions of the Advertisement, RFP, Invitation for Proposals and Instructions to Respondents, including without limitation those dealing with the disposition of Proposal Bond /Security. This Proposal will remain subject to acceptance for 180 calendar days after the day of the Proposal Opening. Respondent agrees to sign and submit the Contract with the Bonds, Insurance Policy with appropriate endorsements, Insurance Certificate and other documents required by the RFP within ten (10) calendar days after the date of the City's Notice of Award. 3. In submitting this Proposal, Respondent represents that a. Respondent has examined copies of all the RFP Documents and of the following Addenda, if any (receipt of all which is hereby acknowledged.) Addendum No. Dated: � 0 Addendum No. Dated: t�� ✓� Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: b. Respondent has familiarized himself with the nature and extent of the Contract Documents, the proposed work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. c. Subsurface conditions: If applicable to this RFP, the Respondent represents that: _ i. Respondent has studied carefully all reports and drawings, if applicable, of subsurface :.conditions and drawings of physical conditions. u. Respondent 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 Respondent hereby acknowledges that no additional examinations, investigations, explorations, tests, reports or similar information or data are, or will, be required by Respondent for any reason in connection with the Proposal. The failure of the Respondent to request a pre -bid marking of the construction site by any or all utility companies shall create an irrefutable presumption that the Respondent's bid, or proposal price, has taken into consideration all possible underground conditions and Respondent, if awarded the O Thomas F. Pepe, 2014 Page 12 of 73 4/28/2014 contract, shall not be entitled to a change order for any such condition discovered thereafter. iii. Respondent has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. iv. Respondent has reviewed and checked all information and data shown or indicated in the RFP Package or in 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 Respondent in order to perform and furnish the Work at the Contract Price, unless the respondent makes a written request to the City for additional information prior to submitting the bid or proposal as required in subsection ii above, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. d. Respondent has given the City 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 Respondent represents, by submitting its proposal to the City, that the Respondent has received sufficient notice of the resolution thereof from the City, that such resolution is acceptable to Respondent and that the Respondent waives any claim regarding the conflicts, errors or discrepancies. e. This Proposal is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted pursuant to any agreement or rules of any group, association, organ¢ation, or corporation; Respondent has not directly or indirectly induced or solicited any other Respondent to submit a false or sham Proposal; Respondent has not solicited or induced any person, firm or corporation to refrain from responding; and Respondent has not sought by collusion or otherwise to obtain for itself any advantage over any other Respondent or over the CITY. 4. Respondent understands and agrees that the Contract Price is the amount that it needs to furnish and install all of the Work complete and in place. The Schedule of Values, if required, is provided for the purpose of Proposal Evaluation and when initiated by the CITY, it shall form the basis for calculating the pricing of change orders. The Contract Price shall not be adjusted in any way so as to result in a deviation from the Schedule of Values, except to the extent that the CITY changes the scope of the Work after the Contract Date. As such, the Respondent shall furnish all labor, materials, equipment, tools, superintendence and services necessary to provide as�complete, in place Project for the Proposal Price of. i7" e) /\J D J( Six LUMP SUM BASE PRICE: tlSe � AJJAJE_ "DY,2_ �X r � dollars and cents $ Alternates: 41 I yq' #5 #2 #6 #3 #7 #4 #8 A fee breakdown, if applicable, for each task must be completed in the table shown above. Failure to complete this information shall render the proposal non - responsive. © Thomas F. Pepe, 2014 Page 13 of 73 4/28/2014 5. The ENTIRE WORK shall be completed, in full, within 120 working days from the date stipulated in the NOTICE TO PROCEED. Failure to complete the entire work during the described time period shall result in the assessment of liquidated damages as set forth in the Contract. 6. Communications concerning this Proposal shall be addressed to: RESPONDENT: Address: S� an ®4 d ,d 9l _ l.d A®S s 7. The terms used in this Proposal which are defined in the Contract shall have the same meaning as is assigned to them in the Contract Documents, unless specifically defined in this RFP Package. SUBMITTED THIS i� DAY OF 4q V (fS 20 �. PROPOSAL SUBMITTED BY: �tl�r Compan 9® Name of Person Authorized to Submit Proposal ;7 Signature @ Thomas F. Pepe, 2014 4/28/2014 Telephone Number Fax Number END OF SECTON Page 14 of 73 RESPONDENT QUALIFICATION STATEMENT The response to this questionnaire shall be utilized as part of the CITY'S overall Proposal Evaluation and CONTRACTOR selection. I. Number of similar construction projects completed, a) In the past 5 years o E In the past 5 years �/ ®- On Schedule toco (s T� b) In the past 10 years In the past 10 years On Schedule 2. List the last three (3) completed similar projects. Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price: b) Project Name: Owner Name: Owner Address: © Thomas F. Pepe, 2014 Page 21 of 73 4/28/2014 f N ci m a C ri O v d m pN O O O vl O O �➢ 00 vii H N Z Q U S 6S £A 69 64 £A F5 fA H3 V3 b9 H3 N N O O O O O W p O O N W i O U O U ❑ '� •�+ � 6. G r H ¢ ° '. W 3 `''� ¢ A � o � � W •`�"w" W Q� ¢' Q � G Q '3 C��1 3 a U lD vi D1 N r r Q\ N h 00 v1 � N \D N N N � N 0 O\ 00 V c0 M O A 00 m W d M M M M M M M M M Z 10 a a¢ Z o ti W d 0 00 w �oo� m 3�0 ov a'c o N� �o0 'T V 'C' W FG U D M 'Od z O ���iii r'> p•� a v H0O x q x o o N ci m a C ri O v d m 4 C' V� m 0 H N O N m 2 v 0 m -o v c a` v c0 in O O O O O O O O O O O� O O O Vl O O 01 Vi N �O Z' ° Vi FA fA V3 fA £H £A EH 69 FA 69 69 m z Q Q � O ti O O 00 O O O O p O .7i-� U n ,W V p• d�-� P] O 2 Q 6 o [ z y w w w U �u d' tT h .. t� V [� N rn V V _ O Vl O V1 O O O O O Vl vi v� W Na d 3 o z Q a o f Q Q Q ° U q � o ° �C3 ��' 45 v RS� A GUo ❑ � .kl Q �N, �3Q w ro WN q o W o in io � n � m 0 H N O N m 2 v 0 m -o v c a` v 3. Current workload 4. The following information shall be attached to the proposal. a) RESPONDENT's home office organization chart. b) RESPONDENT's proposed project organizational chart. G 2.3 Q c) Resumes of proposed key project personnel, including on -site Superintendent 56,e® S. List and describe any: a) Bankruptcy petitions filed by or against the Respondent or any predecessor organizations, `°- /J m ted b) Any arbitration or civil or criminal proceedings, or � oac_® Suspension of contracts or debarring from Bidding or Responding by any public agency brought c) against the Respondent in the last five (5) years ® *�/O �F_ 1. Government References: List other Government Agencies or Quasi - government Agencies for which you have done business within the past five (5) years. Telephone No 0 Thomas F. Pepe; 2014 4/28/2014 Page 23 of 73