Loading...
BOFAM CONSTRUCTIONCity of South Miami Zls. Construction Contract Sunset Drive Downtown Median From SW S7` Court to SW S8` Avenue CITY COMMISSION Mayor: Pp K. Stoddard, Ph Vice Mayor: josh Liebman I Commissioner: Valerie Newman Commissioner: Walter Harris City Manager: Hector Mirabile, PhD City Attorney: Thomas Pepe, Esq. City Clerk: Maria M. Menendez, CMC Public Works Operations Manage 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) Proposal Submittal Checklist Form Sunset Drive Downtown Median This checklist indicates the forms and documents required to be submitted for this solicitation and to be presented by the deadline as set forth 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: Bidder Form g Bid Bond Bidder Qualification Statement Non- Collusion Affidavit V Public Entity Crimes and Conflicts of Interest Drug Free Workplace V Acknowledgement of Conformance with OSHA Standards List of Proposed Subcontractors and Principal Suppliers 15 17 21 22 25 26 27 Submit this checklist along with your proposal indicating the completion and submission of each required forms and/or documents. © thomasfpepe- 09 -2 8-1 I (Updated 05 -16 -2012) Page 7 THIS BID IS SUBMITTED TO: Dr. Hector Mirabile City Manager City of South Miami 6130 Sunset Drive South Miami, FL 33143 The undersigned BIDDER proposes and agrees, that if this Bid is accepted, to enter into a Contract with the City of South Miami in the form included in the Contract Documents which are part of this Bid Package to perform and furnish all work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated therein and in accordance with the other terms and conditions of the Contract Documents which include those prepared by Palm Engineering Group, Inc. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to BIDDERS, including without limitation those dealing with the disposition of Bid Bond /Security, This Bid will remain subject to acceptance for 90 days after the day of the Bid opening. BIDDER agrees to sign and submit the Contract with the Bonds, Insurance Certificate and other documents required by the Bidding requirements within ten (10) calendar days after the date of the City's Notice of Award. 2. In submitting this Bid, BIDDER represents, as more fully set forth in the Contract, that: a. BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged.) Addendum No. Dated: t ee�-YJ, ) Addendum No. Dated: Addendum No. Dated:�i Addendum No. Dated: b. BIDDER has familiarized himself with the nature and extent of the Contract Documents, the proposed work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. c. BIDDER has studied carefully all reports and drawings of subsurface conditions and drawings of physical conditions. d. BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies in addition to or to supplement those referred to in (c) above which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, 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, 0 thomasfpepe -09 -28- 1 I (Updated 05 -16 -2012) Page 8 investigations, explorations, tests, reports or similar information or data are, or will, be required by BIDDER for any reason in connection with the Bid. e. BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. f. BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of all Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect to any Underground Facilities are, or will be required, by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. g. BIDDER has given written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and, if any conflicts, errors or discrepancies have been found and notice given, the BIDDER represents, by submitting its bid to the City, that the BIDDER has received sufficient notice of the resolution thereof by Consultant, that such resolution is acceptable to BIDDER and the BIDDER waives any claim regarding the conflicts, errors or discrepancies. h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; BIDDER has not directly or indirectly induced or solicited any other BIDDER to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from Bidding; and BIDDER has not sought by collusion or otherwise to obtain for itself any advantage over any other BIDDER or over the CITY. 3. BIDDER understands and agrees that the Contract Price is the lump sum that it needs to furnish and install all of the Work complete and in place. The Schedule of Values is provided for the purpose of Bid Evaluation and when initiated by the CITY, it shall form the basis for calculating the pricing of change orders. The Contract Price shall not be adjusted in any way so as to result in a deviation from the Schedule of Values, except to the extent that the CITY changes the scope of the Work after the Contract Date. As such, the Contractor shall furnish all labor, materials, equipment, tools, superintendence and services necessary to provide a complete, in place Project for the Bid Price of. LUMP SUM BASE BID: 6"ff�'% SAS rttt�iig,&. ,. rwb dollars and Alternates: =1� cents #1 #5 #2 #6 #3 #7 #4 #8 c�u © thomasfpepe- 09 -2 8-1 I (Updated 05 -16 -2012) Page 9 A fee breakdown for each task must be completed in the table shown above. Failure to complete this information shall render the proposal non - responsive. 4. The ENTIRE WORK shall be completed, in full, within 60 Calendar Days from the date stipulated in the NOTICE TO PROCEED. Failure to complete the entire work during the described time period shall result in the assessment of liquidated damages as set forth in Paragraph b of the Contract. 5. Communications concerning this Bid shall be addressed to: BIDDER: Address: Telephone: Facsimile: Attention: Aueo l -r f Aj zj l b. The terms used in this Bid which are defined in the General Conditions of the Contract shall have the same meaning as is assigned to them in the General Conditions, SUBMITTED THIS — DAY OFCL�`j� 20 BID SUBMITTED BY: A�'l C 7a5' iz,Ll� ahi C mmo' Company A&lAfPj Id Name of Per on Authorized to Submit Bid Signature Title e D�6 Fax Number FAILURE TO COMPLETE. SIGN & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE © thomasfpepe- 09 -2 8-1 I (Updated 05 -16 -2012) Page 10 Capital Improvement Program Sunset Drive Downtown Median Schedule of Values Company:/, )�yt 6M <r1w y 5 PA7tS Ii [A-Z Item No. Item Description Unit Quantity Unit Cost Total Cost EARTHWORK AND MOBILIZATION 101 -1 Mobilization LS I o 61 It UVb s 6 102 -1 Maintenance of Traffic (Including MOT permit) LS 1 49 Q t 66by c. 102 -14 Traffic Control Officer (Uniformed) MH 80 r $45 $3,600 110-1 Clearing and Grubbing (Inc. Asphalt pavement sawcutting, removal and disposal)(0.5 AC) LS I r-Fi� Q tc% f CQ 120 -1 Regular Excavation (Including Disposal) Cy 50 ..Lz ROADS 327 -70 -I Mising Existing Asphalt Pavement (I" Average Depth including Sy 11150 p �. 45� 333 -2 Type S -III Asphalt Concrete (1 " Average Depth)(I IOLBS /SY)(Resurfacing) TONS 60 8>5w� 2�j 16b 62 CURBING, LANDSCAPE AND IRRIGATION 520 -2-4 Concrete Curb (Type "D ")(includes Cost of Limerock Base) LF 210 11 %oy 14,3oa 570 -1 -2 Sodding (St Augustine Floratam) Sy 60 , js 6b 580 -1 -1 Landscape Complete - Small Plants (includes Sand/Topsoil Backfill, Mulch, Water and Fertilizer) LS I y1 I g2O `6b 11 ` 580 -1 -2 Landscape Complete - Large Plants (Palms)(Includes Watering and Fertilization) LS I do %L6 61b" 582 -1 Tree Root Barriers (Furnish and Install) LF 160 -�SZj rj 590 -70 Irrigation Complete (Includes WASD Coordination, Connections, and Pavement Restoration) LS I / G al ` SIGNING AND STRIPING 700 -48 -18 Sign Panel (Furnish and Install) EA 3 c4e17 Q 7r9b 16L 706 -3 Reflective Pavement Marker EA 60 .C� 50b 16b 71 1 -1 1 -160 Thermoplastic (White Pavement Messages) EA 2 40, dt 9D . Gb 71 1 -1 1 -170 Thermoplastic (White)(Arrows) EA I ' Oto �;0 16ti 711 -11 -111 Thermoplastic (White)(Solid)(6 ") NM 0.114 161 t 19M5Tt 711 -11 -122 Thermoplastic (White)(Solid)(8 ") LF 80 r % 60 71 1 -1 1 -124 Thermoplastic (White)(Solid)(I 8 ") LF 50 p 71 1 -1 1 -125 Thermoplastic (White)(Solid)(24') LF 30 , 40 67, CZ 711 -11 -211 Thermoplastic (Yellow)(Solid)(6 ") NM 0.11 10,6b 71 1 -1 1 -224 Thermoplastic (Yeilow)(Solid)(18 ") LF 60 e MISCELLANEOUS Performance and Payment Bonds LS I Permits LS I d GRAND TOTAL n Notes: This revised schedule of values must be submitted to vendor a responsive bid. The quantities stated in the bid form are approximate and are intended to establish competitive unit prices IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. 2 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 to 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 concerns Cubic Yards 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, 1" Average Depth — This item concerns the price per 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- Square Yards. This item shall include the furnishing and installing Type S -I 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- I 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 © thomasfpepe -09 -28- 1 I (Updated 05- 162012) Page 12 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. • 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 each sign 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 furnished and installed Solid Painted Pavement Marking (White, 12 -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 (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. © thomasfpepe- 09 -28 -1 I (Updated 05-16-2012) Page 13 • 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 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. • Permits and Insurance — This item shall include a lump sum for all permits and any required insurance. © thomasfpepe- 09 -2 8-1 I (Updated 05 -16 -2012) Page 14 r STATE OF FLORIDA ) COUNTY OF MIAMI -DADE ) KNOW ALL the City of South Miami, money of the United States, ourselves, our heirs, execu these presents. MEN BY THESE PRESENTS, that we, as Principal, and as Surety, are held and firmly bound unto a municipal corporation of the State of Florida in the sum of Dollars ($ ), lawful for the payment of which sum well and truly to be made, we bind .ors, administrators and successors jointly and severally, firmly by THE CONDITION OF THIS OBLIGATION IS SUCH that: WHEREAS, the Principal has submitted the accompanying Bid dated , for the Sunset Drive Downtown Median. 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. 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. © thomasfpepe- 09 -2 8-1 I (Updated 05- 162012) Page 15 IN PRESENCE OF: SECOND PAGE OF A TWO (2) PAGE BID BOND ATTEST: Secretary By: *Impress Corporate Surety Seal (Seal) (Individual or Partnership Principal) (Business Address) (City /State /Zip) (Business 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 Sunset Drive Downtown Median The BIDDER'S response to this questionnaire shall be utilized as part of the CITY'S overall Bid Evaluation and Contractor selection. 3 b) 2. a) 901 C) Number of similar construction projects completed, In the past 5 years On Schedule In the past 10 years On Schedule List the last three (3) completed similar projects. 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: 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: Project Name: Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): © thomasfpepe -09 -28- 1 I (Updated 05- 16.2012) � )2 di n , M(Azvr, 9211 �f ) �L, Gfb p=A7�LKPL4 l-tf (IkJ fZ vE51t&6fs 440 StJ 471"' &671 &A: fr Ui rC AcecA C y�'S4��r"C50 110Z. 3 « GKIV�� rff t e - M 6 X (- 7�77�� Page 17 Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price: 3. Current workload Project Name Owner Name Telephone Number Contract Price © thomasfpepe -09 -28- 1 I (Updated 05 -16 -2012) Page 18 4. 5. 6. The following information shall be provided for this project. a) Estimated total demolition man -hours Percent man -hours to be performed by Contractor's b) permanent staff Permanent man -hours to be performed by direct hired c) employees for this project d) Percent man -hours to be performed by Subcontractors The following information shall be attached to the bid. a) Contractor's home office organization chart. b) Contractor's proposed project organizational chart. A Oyfi �4 (r c) Resumes of proposed key project personnel, including on -site Superintendent. List and describe any: a) Bankruptcy petitions filed by or against the BIDDER or any predecessor organizations, b) Any arbitration or civil or criminal proceedings, or 11J DO'& Suspension of contracts or debarring from Bidding by any public agency brought C) against the BIDDER in the last five (5) years. A�r7V� 9 thomasfpepe- 09 -2 8-1 I (Updated 05 -16 -2012) Page 19 7. Government References: List other Government Agencies or Quasi - government Agencies for which you have done business within the past five (5) years. Name of Agency: I OV711 N Address: Telephone No.: Contact Person: 4 Type of Project: Name of Agency: Address: Telephone No.: Contact Person: Type of Project: Name of Agency: Address: Telephone No.: Contact Person: Type of Project: �hiN� C b 31 - Csx (to nes "t { CO 7U. ri FAILURE TO COMPLETE, SIGN, & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE © thomasfpepe -09 -28-1 I (Updated 05 -16 -2012) Page 20 Non - Collusion Affidavit L'i °vLra`irt' ?TV'- �'eh.s Y :a3a.' ••.• .� •• Sr �ti �r':F� "tee- °..k`.:L��`5.....- f:Fi..a: �a.� uk RiAF'- �i�.v.�"ss i`e°Zt.id2�Z�C Z' .Axlii3 Sunset Drive Downtown Median STATE OF FLORIDA ) COUNTY OF MIAMI -DADE ) �(ftC { A-aKT1J .-A4.1/U (z..lrU being first duly sworn, deposes and states that: (1) He/She /They is /are the rts% (Owner, Partner, Officer, Representative or Agent) Of bXAA 1 C6�r tC7i� (_t, IrUZ, the BIDDER that has submitted the attached BID; (2) He/She /They is /are fully informed with respect to the preparation and contents of the attached BID and of all pertinent circumstances concerning such BID, (3) Such BID is genuine and is not a collusive or sham BID; (4) Neither the said BIDDER nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other BIDDER, firm, or person to submit a collusive or sham BID in connection with the Work for which the attached BID has been submitted; or to refrain from bidding or proposing in connection with such Work, or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any BIDDER, firm, or person to fix any overhead, profit, or cost elements of the BID or of any other BIDDER, or to fix any overhead, profit, or cost elements of the BID Price or the BID Price of any other BIDDER, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached BID are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the BIDDER or any other of its agents, representatives, owners, employees or rtl of interest, including this affiant. Signed, sealed & delivered in the presence of By: Subscribed and sworn to before me this Zest TRICIA FLANLEV e Notary Public - State of Florida _ a a My Comm. Expires Feb 27, 2016 Commission # EE 173610 t')0( nt Name- and Title day of V1 Notary Public ($ignature My Commission Expires: V/1 C-1 ; NQS� 20 1- A FAILURE TO COMPLETE, SIGN. & RETURN FORM MAY DISQUALIFY YOUR RESPONSE © thomasfpepe -09 -28-1 I (Updated 05-16-2012) Page 21 Public Entity Crimes and Conflicts of Interest Sunset Drive Downtown Median 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. This sworn statement is submitted to [Print name of the public entity] By C� � /ts7 rp�i AAA jl r r, P [Print individual's name and title] For [Print name of entity submitting sworn statement] [Print full mailing address] is and If a licable) its Federal Employer Identification Number (FEIN) is bf�� 14 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 2. 1 understand that a "public entity crime" as defined in Paragraph 287.133 (1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to , any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1) (b), 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 © thomasfpepe -09 -28-1 I (Updated 05 -16 -2012) Page 22 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, 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.] Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of July I, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. [Attach a copy of the final order.] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VALID THROUGH DECEMBER 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. © thomasfpepe -09 -28-1 I (Updated 05 -16 -2012) Page 23 Signed, sealed & delivered in the presence of: By: Subscribed and sworn to before me this day of �l 7��Iz TRtC1A FLAN LEY tary Public - State of Florida Nora Public Sign ure vhvz Comm. Expires Feb 27, tots My Commission Expires• Commission # EE 173610 20 J J- FAILURE TO COMPLETE SIGN & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE © thomasfpepe- 09 -28-1 I (Updated 05 -16 -2012) Page 24 Drug Free Workplace Sunset Drive Downtown Median Whenever two or more Bids which are equal with respect to price, quality and service are received by the State or by any political subdivisions for the procurement of commodities or contractual services, a Bid received from a business that certifies that it has implemented a drug - free workplace program shall be given preference in the award process. Established procedures for processing tie Bids shall be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that shall 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 (1). 4) In the statement specified in Subsection (1), notify the employees, that, as a condition of working of the commodities or contractual services that are under Bid, he employee shall abide by the terms of the statement and shall notify the employee of any conviction of, or plea of guilty or polo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. BIDDER'S Signature: Print Name: Date: FAILURE TO COMPLETE. SIGN. & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE 0 thomasfpepe -09 -28-1 I (Updated 05 -16 -2012) Page 25 Acknowledgement of Conformance with OSHA Standards Sunset Drive Downtown Median TO THE CITY OF SOUTH MIAMI agree that as Contractors for the Sunset responsibility for compliance with all the Health Act of 1970, and all State and loca and hold harmless the City of South Miami expenses they may incur due to the failure ,4 to comply with such act or regulation. , (Name of Contractor), hereby acknowledge and Drive Downtown Median, as specified have the sole requirements of the Federal Occupational Safety and safety and health regulations, and agree to indemnify against any and all liability, claims, damages, losses and of (subcontractor's names): BY: A7t5 / JA - A16AP,,,( Name Title Witness FAILURE TO COMPLETE. SIGN. & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE © thomasfpepe -09 -28-1 I (Updated 05- 16-2012) Page 26 List of Proposed Subcontractors and Principal Suppliers Sunset Drive Downtown Median BIDDER shall list all Proposed Subcontractors to be used on this project if they are awarded the Contract. Classification of Work Landscape Subcontractor Name Address Email Sodding & Turf Work responsible bidder within five (5) calendar days after Electrical Opening. Irrigation Paving Mv"K4fk>f�� A-� 4R9 6AWom PW yS' —ZU7i Park Amenities Graphics Utilities Excavation Building Structures Plumbing Painting Testing Laboratory Soil Fumigator Signs Other: This list shall be provided to the City of South Miami by the apparent lowest responsive and responsible bidder within five (5) calendar days after Bid Opening. © thomasfpepe- 09 -2 8-1 I (Updated 05 -16 -2012) Page 27 FA 00 9 z 161 Project Name: Sunset Drive Downtown Median AFP RFP NO. Not Applicabla., Date: July |8^20|2 Sent: Fax/E-mail/webpav This addendum submission is issued to dnrKy, 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 met forth. It yhu|| be the sole responsibility of the bidder to secure /\ddendunms that may be issued for a specific solicitation. ° Proposal uubn}hTa|u ohd| include an electronic copy, either CD or flash drive in addition toone original hard copy and three copies. ° Performance and Payment Bond (100% of the Total Cost) is required in accordance with Sec. 17-6 of the City's Ordinance. ° Estimated project cost $45Kto$50K ° Any requests for additional information or clarification should be submitted in writing by 2:00 PM, local time on Friday, July 13. 2012 to the attention of Steven Ku|ick, C.P.M. Purchasing Manager at skulick@southmiamifl.gov or via facsimile at (305) 667-7806. cAms-q �� Project Name Sunset Drive Downtown Median RFP RFP NO. Not Applicable Date: July 16, 2012 Sent: Fax/E-mail/webpage This addendum submission b issued to clarify, supplement and/or modify the previously issued Request for Proposals (RFp) Documents, and is hereby made part of the [)ocuments. Al{ 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 Addendunou that may be issued for a specific solicitation. 1:131 R IN ° Proposal submittals uhuU include an electronic copy, either CD or flash drive in ° Performance and Payment Bond (100% of the Total Cost) is required in accordance with Sec. 17-6 of the City's Ordinance. Estimated project cost $45K to $50K ^ Any requests for additional information or clarification should be submitted in vvddng by 2:00 PM. local time on Friday July 30 2012 to the attention of Steven Ku||ck, C.P.M. Purchasing Manager at sku||ck@:outhmnhamUD.gov or via facsimile at /305\667-7806' t-Y,D*-t / -r 1AS-G Project Name: Sunset Drive Downtown Median RFP RFP NO. Not Applicabl,; Date: July 19\ 2012 Sent: Fax/E'mail/webpage This addendum submission is issued toclarify, supplement and/or modify the previously issued Request for Proposals (RFp) Docunoentu, 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 net forth. It shall be the nm|e responsibility of the bidder to secure /\ddendurnm that may be issued for m specific solicitation. Question #1: Some of the line kenm in the schedule of values appear to be incomplete. Please provide the following: • Landscape — Large Plants (units, quantities) • Tree Root Barrier (unhs,quantities) • Irrigation • Thermoplastic - Yellow Lines (I 8")(units, quantities) Answer to #I: Please see attached revised Schedule of Values on Page l PATRICK O. UJOWUNDU 460 NW 214'i Street, Miami, FL 33169 patujowundu @aol.com .Phone: (954) 534 1961 QUALIFICATION SUMMARY: Acquired 13 years of construction project management, and field supervision experience in federal, airports, civil, school facilities, and commercial projects. Possess in -depth knowledge of constructability reviews, pre. construction negotiations, and project scheduling. Strongly proficient in the following: ■ Prolog Project Management • Primavera Scheduling (P3,P6) • RS Means CostWorks • On- Screen Take Off • SureTmk Project Manager 3.0 • Microsoft Office Suite 2010 • Timberline • PlanSwif} 9 PROFESSIONAL EXPERIENCE INFINITY CONSTRUCTION, MIAMI, FL June, 2009 - Jun., 20/ 2 Project Manager Coordinated the activities of the Project Delivery Team, developed and maintained detailed Project Action Logs and followed -up to ensure adherence. Reviewed the construction documents for compliance with industry standard and building code. Verified all changed orders submitted by subcontractors and vendors timely, negotiated and updated status on prolog manager. Oversaw duties of the project superintendent and foremen. Constantly reviews the project critical path, and implemented dilemma control when needed to mitigate delays. Prepared and performed presentation using PowerPoint, to the owner on special reports. Ensured the project schedule is updated daily and monthly progress historical data maintained. Attended bi— weekly construction progress meeting. Selected Accomplishments: • Miami International Airport — MIC Project — $13M PBS &J CORPORATION, MIAMI, FL Senior Scheduler / Project Manager .Sept., 2006 - June, 2009 Managed and produced project status reports, which includes: cost reports, labor productivity report, schedule updates, and earned value reports, for Miami Dade County Public School Projects. Supported the project management team in maintaining timely, and effective construction management processes on the South Florida Regional Rail project. Makes timely field inspections to ensure effective performance of construction activities and conformance with plans and specifications. Attended bi— weekly construction progress meeting. Verified past performance history and references on prospective subcontractors, and suppliers. Conducted pre — award meetings and negotiation. Coordinated and supervised the development of FDOT Districts 4 and 6 statewide construction databases for projects timeline and cost analysis. Met with various FDOT stakeholders and agencies in the state of Florida. Selected Accomplishments: • Miami Gardens Senior High School Project — $78M • Miami Central Senior High School Project — $42M ■ Miami Holmes Elementary School Project — $17M • Miami Coral Park Senior High School Project —$8M • Palm Beach International Airport Project —$13M t PATRICK O. UJOWUNDU 460 NW 214`h Street, Miami, FL 33169 patujowundu ,aol.com .Phone: (954) 534 1961 SOLO CONSTRUCTION CORP., MIAMI, FL, Project Manager Aug., 2003 -- Sept., 2006 Attended weekly construction progress meetings and coordinated job site activities with the Federal Aviation Administration (FAA), and Miami Dade Aviation Department (MDAD). Conducted pre — constriction negotiation and subcontractors' buyout process. Wrote subcontracts, purchase orders and supplier contracts. Oversaw the duties of two superintendents' and foremen. Organized weekly safety and tool box meetings and maintained zero job site accident. Supervised the installation of various sizes of drainage, sewer, water, and gas pipes. Also installed electrical and fiber optics duct banks, box culverts, apron run -offs, and manholes. Constructed rive new taxiways and a new fire department. Negotiated and generated additional $3M in change order due to unforeseen contingencies on the project. Selected Accomplishments: ■ Miami International Airport - Midfield Expansion Project - $38 Million PAWA CORPORATION, MIAMI, FL, Assistant Project Manager Feb., 1999 - ;lug., 2003 Ensured all project policies, procedures, and standards were maintained. Reviewed and updated construction records and reports periodically, to ensure effective control of project information. Prepared timely and accurate budget information for procurement actions. Attended project progress meetings. Issued RFI to the owner regarding constructability discrepancies. Investigated and analyzed field, cost, reliability and safety concerns on the project. Prepared company's monthly payment requisition using American Institute of Architects (AIA) standard format. Assumed the duties of project manager as required. Selected Accomplishments: ■ Hialeah Senior High School Project - $23M ■ Road Restoration and Drainage Project (City of Opa Locka, Miami) - $7M EDUCATION & TRAINING: PUBLICATIONS: TECHNICAL SKILLS: REFERENCES: B.Sc, Electrical Engineering (1998) Extensive professional training in construction management, and scheduling. Thesis, "Design and Construction of a Microprocessor Based Temperature and Liquid Level Control System." Strong background in Technical Writing, Photoshop, Illustrator, Indesign, Primavera (P3, P6), On - Screen Takeoff, MS Office Suite 2010 (Word, Excel, PowerPoint, etc), Available upon request.