Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
MAGGOLC, INC
Sunset Drive Downtown Median From SW 57 th Court to SW 58 th Avenue CITY COMMISSION Mayor: Philip K. Stoddard, PhD Vice Mayor: josh Liebman Commissioner: Valerie Newman Commissioner: Walter Harris Commissioner: Bob Welsh 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) 'A CITY OF SOUTH MIAMI SUNSET DRIVE DOWNTOWN MEDIAN The City of South Miami, Florida, hereinafter referred to as "City ", is hereby soliciting sealed proposals. The submittal, consisting of one (1) original unbound proposal, three (3) additional copies to the Office of the City Clerk, South Miami City Hall, 6130 Sunset Drive, South Miami, Florida 33143. Sealed Proposals must be received by the City Clerk, either by mail or hand delivery, no later than 2:00 P.M. local time on Tuesday, July 17, 2012. A public opening will take place at 2:00 P. M. in the City Commission Chambers located at City Hall on the same date. Any Proposals received after 2:00 P.M. local time on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the Bidders. The Project is generally described as: Construction of a landscaped median along Sunset Drive between SW 57th Avenue and SW 58th Avenue. The scope of work for this project includes and is not limited to milling and resurfacing, curbing, new signage, pavement marking and striping, tree planting, sodding and irrigation. In accordance with Section 17 -6 of the City Ordinance, a Performance and Payment Bond is required for the full amount of the project. 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 at 10:00 am located at 6130 Sunset Drive, South Miami 33143. Pre -Bid Meeting shall be held at the site on Monday, July 9, 2012. 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 at cityofsouthmiami. net / index. php ?src= gendocs &ref= BidPosting20IO &category =RFPs- and -Bids 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. © thomasfpepe- 09 -28 -1 I Maria Menendez, CMC South Miami City Clerk 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 mdickadon. Fulfillment of all solicitation requirements listed is mandatory for consideration of response tmthe 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 8 \/ Bidder Qualification Statement "/ Non-Collusion Affidavit Public Entity Crimes and Conflicts of Interest "/ Drug Free Workplace t/ Acknowledgement of Conformance with OSHA Standards / »/ List ofProposed Subcontractors and Principal Suppliers Is |7 2| 32 25 27 Submit this checklist along with your proposal indicating the completion and submission of each required forms andlor documents. @ || (Updated m5-|6-zO|q Page 7 Bid Form Sunset Drive Downtown Median Dr. Hector Mimbi|a City Manager City of South Miami 6|30 Sunset Drive South Miami, FL33|43 The undersigned 8|[][>ER proposes and ogrees, that if this 0d 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 6v Palm Engineering Group, Inc. |. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to 8|D[)ERS, including without |irnitnbVn 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 ofAward. 2. In submitting this 8|d. BIDDER reprmyantn, as more fully set forth in the [ontnact, that: a. BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt mf all which ia hereby ucknovv|edged.) /\ddendumNR. / / Dated: � Addendum No. Dated: Addendum No. - Doted: Addendum No. Dated: b. BIDDER has familiarized himself with the nature and extent of the Contract Documents, the proposed work, ahe' locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. c. B|[>[}ER has studied carefully all reports and drawings of subsurface conditions and drawings ofphysical conditions. ci BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and caret/||v 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, @ || (Updated 05-16-2012) Page 8 0151:4 L9 I Di I j z 0 L9 r.m 1 Project Name: Sunset Drive Downtown Median RFP RFP NO. Not `pp licabk- Date: July 16, 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. • Proposal submittals shall include an electronic copy, either CD or flash drive, in addition to one 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 $45K to $50K Project Name: Sunset Drive Downtown Median RFP RFP NO. Not Applicable Date: July |6i20|2 Sent: Fax/E-mail/webpage This addendum submission is issued to clarify, supplement and/or modify the previously issued Request for Proposals /RFP\ Docurnents, 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 tm secure /\ddendumoothat may be issued for a specific solicitation. 0 The Bid due date is extended to Tuesday, July 24, 2012 at 11:00 AM. ° Proposal submittals shall include an electronic cmpy, either CD or flash drive. in addition to one original hard copy and three copies. � Performance and Payment Bond (|0U%o{ the Total Cost) is required inaccordance with Sec. 17-6 of the City's Ordinance. FA Q ° Any requests for additional information or clarification should he submitted in writing by 2:00 PM. local time on Friday July 20, 2012 to the attention of Steven KuUcLc C.P.M. Purchasing Manager at skulick@southmiamifl.gov or via facsimile at (305) 667-7806. I 13 Project Name: Sunset Drive Downtown Median RFP RFP NO. Not Applicable Date: July 19, 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 Addenclums that may be issued for a specific solicitation. Question #11: Some of the line items in the schedule of values appear to be incomplete. Please provide the following: • Landscape — Large Plants (units, quantities) • Tree Root Barrier (units, quantities) • Irrigation • Thermoplastic - Yellow Lines (I 8")(units, quantities) Answer to #11: Please see attached revised Schedule of Values on Page 2. 1 investigations, explorations, teotu reports or similar information or data are, or will, be required 6v BIDDER for any reason in connection with the Bid. e. BIDDER has correlated the results ufall such mbservadmnu, ewunoinaduns, investigations, explorations, ceuto, reports and studies with the terms and conditions of the Contract Documents. BIDDER has reviewed and checked all information and data shown orindicated on the Contract Documents with respect to existing Underground Faci|itimsatorcontiguounto the site and assumes responsibility for the accurate location of all Underground Facilities. No additional examinations, inventigationa, exp|orations, tests, reports or uirnl|ur information or data in respect to any Underground Facilities ane, or will be required, by 8|D0EK in order to perform and furnish the Work olthe Contract price, within the Contract Time and in accordance with the other terms and conditions ofthe 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 ordiscrepancies have been found and notice given, the R|[}C)ER represents, by submitting its bid to the City, that the B|[)[)ER 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 ordiscrepancies. h. This Bid is genuine and not made in the interest of or on behalf ofany undisclosed person, 0rrn 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 false or sham Bid; 8|[>[}ER 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 munn 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 ahuU 6onn the basis for calculating the pricing of change orders. The Contract Price shall not be adjusted in any vvuy 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. Alternates: #| #S #Z #6 #3 #7 #4 #8 @ || (Updated m5-|o-2O|2) Page 9 & fee breakdown for each task must ba completed in the table shown above. Failure to complete this information shall render the proposal non-responsive. 4. The ENTIRE WORK shall be connp|etad, 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 mf liquidated damages usset forth in Paragraph 6 of the Contract. S. Communications concerning this Bid shall be addressed to: SUBMITTED THIS DAY OF 20 FAILURE TO COMPLETE, SIGN, & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE @ || (Updated 05-|6-2O|q Page 10 Item No. (Item Description Unit I Quantity I Unit Cost Total Cost 101-1 Mobilization LS I 102 -1 Maintenance of Traffic (Including MOT permit) LS 1 102 -14 Traffic Control Officer (Uniformed) MH 80 $45 $3,600 110 1 Clearing and Grubbing (Inc. Asphalt pavement sawcutting, removal LS 1 and disposal)(0.5 AC) 120 -1 Regular Excavation (Including Disposal) CY 50 61 327 -70 -1 Milling Existing Asphalt Pavement (1" Average Depth including Disposal) SY 1,150 a 333 -2 Type S -III Asphalt Concrete (I "Average Depth)(I I OLBS/SY)(Resurfacing) TONS 60 520-2-4 Concrete Curb (Type "D')(Includes Cost of Limerock Base) LF 210 q owl 570 -1 -2 Sodding(St. Augustine Floratam) SY 60 r 580 -1 -1 Landscape Complete - Small Plants (includes Sand /Topsoil Backfill, Mulch, Water Fertilizer) LS I and 580 -1 -2 Landscape Complete - Large Plants (Palms)(Includes Watering and Fertilization) LS I 582 -1 Tree Root Barriers (Furnish and Install) LF 160 590 -70 Irrigation Complete (Includes WASD Coordination, Connections, Pavement Restoration) LS I and e 700 -48 -18 Sign Panel (Furnish and Install) EA 3 , 706 -3 Reflective Pavement Marker EA 60 71 1 -1 1 -160 Thermoplastic (White Pavement Messages) EA 2 71 1 -1 1 -170 Thermoplastic (White)(Arrows) EA 1 07 &VO 711-11-111 Thermoplastic (White)(Solid)(6 ") NM 0.114 711-11-122 Thermoplastic (White)(Solid)(8 ") LF 80 71 1 -1 1 -124 Thermoplastic (White)(Solid)(18 ") LF 50 m , Ulu 71 1 -1 1 -125 Thermoplastic (White)(Solid)(24 ") LF 30 71 I -I I -21 1 Thermoplastic (Yellow)(Solid)(6 ") NM 0.11 71 1 -1 1 -224 Thermoplastic (Yeilow)(Solid)(18 ") LF 60 Performance . Payment 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 i TO SECURE ISSUED ADDENDIUMS THAT MAY BE FOR A SPECIFIC SOLICITATION. City ufSouth Miami Public \0\zrko & Engineering Department Capital Improvement Program Sunset Drive Downtown Median Schedule ofValues Item Unit Quantity Price Total Site Development LS 160 Mobilization (10%) LS I Maintenance of Traffic LS 1 3 Traffic Control Officer MH 80 Clearing and Grubbing (Inc. Asphalt saw cutting, removal & disposal) LS I 1 Regular excavation, including disposal CY 50 0.114 Milling existing asphalt pavement (1" Avg depth)(incl. Disposal) SY 1150 80 Type S-3 Asphaltic Concrete (1" Avg.) TN 60 Concrete Curb (Type D) LF 210 30 Sodding (St. Augustine Floratam) SY 601 0.11 Sign Single Post- Furnish & Install AS 3 60 Sign Panel EA 60 Landscape Complete - Small plants (Inc. Backfill with topsoil, mulch, watering & fertilization) / LS Landscape Complete- Large Plants (5 palTs) LS 160 Tree Root Barrier LF 1 Irrigation (Inc. WASD coordination, co necti fittings, pressure vacuum, I tiltoraton� ns, onc. 7/1 LS 3 Thermoplastic Pavements Marking LA White Message EA 1 White Arrows NM 0.114 White Solid - 6" LF 80 White Solid - 18" LF 30 White Solid - 24" NM 0.11 Yellow Solid - 6" LF 60 Yellow 18" Reflective Pavement Marker EA 2� Performance Bond LS Permits and Insurance LS TOTAL @ || (Updated 05-|6-2O|q Page I I Bidder Qualification Statement Sunset Drive Downtown Median The B|[}DER's response to this questionnaire shall be utilized as part of the CITY'S overall Bid Evaluation and Contractor selection. On Schedule 1 List the last three 0Acmno�t��mjk� ` ' '--- projects. y � �,L~-�m� > / ��4��� -. �� ~ " x\ Pmicr~ N","� \~ ^, ...`~~�.-...- Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Rnu| Contract Completion [)ate: 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 Rnu| Contract Completion Date: Original Contract Price: Actual Final Contract Price: C) Project Name: Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time /[>ayu\: �momaufpepe-09'20'1 | (Updated O»'|6'z0|g Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price: @ thomasfpepe-09-28-1 I (Updated 05 -16 -2012) Page 18 4. The following information shall be provided for this project, a) Estimated total demolition man-hours Percent man-hours tobaperformed 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 5. The following information shall be attached to the bid. �� �� / � V� �� " / � Con�m�ohohome office o�u��onc�� 1� 6) Contractor's proposed project organizutonu|chart. u/ c) Resumes of proposed key project personnel, including on-site Superintendent. t// 6. List and describe any: x/�� � B�km�� 0|��or in�de0D�Rora� o����nn� ��� b) Any arbitration or civil or criminal proceedings, or /,) cl c) 3usoenskon of contracts or debarring from Bidding by any public agency � against the BIDDER in the last five 0Byears. @ || (Updated 05-|6-zO|4 Pope 19 7. Government References: e- 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 @ thomasfpepe-09-28-1 I (Updated 05 -16 -2012) Page 20 X61 1- Drainage Improvement for NW 22 CT from NW 107 ST to NW 112 ST, ($318,000) (Miami-Dade County Public Works Dept., Completed Dec. 2007). (Alberto Estevez 786-256 2627). (esteva@miamidade.gov) 2-Various Park Parking Lot Re-striping & Wheel Stop Replace. ($24,500) (Miami-Dade Park and Recreation Dept. Completed March 2008). (305-596 4460) 3-Seal Coat and Re-striping of Station 131 Logistics Parking Area. ($19,000) (Miami-Dade Fire Rescue Dept. Completed July 2008). (786-331 4529) 4-Norman and Jean Reach Park/Foul ball Netting. ($25,000) (Miami-Dade Park and Recreation Dept., Completed June 2008). (305-596 4460) 5- Olympic Park Concrete Sidewalk Construction. ($184,000) (Miami-Dade Park and Recreation Dept., Completed July 2008). (Dan Crawford 305-596 4460) (dc93@miamidade.gov) 6-Dolphin Archaellogical Site Concrete Sidewalk Construction., ($114,084) (Miami-Dade Park and Recreation Dept., Completed July 2008). (Dan Crawford 305-596 4460) (dc93@miamidade.gov) 7-Countywide Repair of Existing Asphalt Pavement. (Milling & Resurfacing) ($949,990) (Florida Department of Transportation, Dist. Six, Executed the year 2008 and renewed for to year 2009 and 2010, Completed June 2011). (Janice Corn 305-256 6359) (Janice. corn @dot. state.fl. us) 8-Countywide Intersections Improvement, Roadway and Drainage. ($443,637) (Miami-Dade County Public Works Dept., Completed Dec. 2008). (Joaquin Rabassa 305-299 9822) Ora@miamidade.gov) 9-West Perrine Park Concrete Slabs, Sidewalks and Poured in Place. ($34,000) (Miami-Dade Park and Recreation Dept., Completed January 2009). (305-596 4460) 10-West Little River Asphalt Driveways Phase IV-B. ($68,000) (Miami-Dade County Office of Community and Economic Development, Completed January 2009). (Mario Berrios 786-469 2112) (mberr@miamidade.gov) 11- Brentwood Pool Park New Asphalt Walkways. ($34,000) (City of Miami Gardens, Completed April 2009). (305-622 8000) (fallen@miamigardens-fl.gov) 12-Country Club of Miami Parcel 1169 & 1168-E New Asphalt Walkways. ($178,000) (Miami-Dade Park and Recreation Dept., Completed July 2009). (Dan Crawford 305-596 4460) (dc93@miamidade.gov) 13-Country Club of Miami Grading, Sitework & Greens. ($107,000) (Miami-Dade Park and Recreation Dept., Completed August 2009). (305-596 4460) 14-SR 907 (Alton Rd) at Allison Dr. for Drainage and Retention Improvements. ($134,000) (FDOT, Completed December 2009) (Anthony Sabbag 305-256 6380) (anthony. sab bag @dot. state. fl. us) 15- West Little River Asphalt Driveways Phase IV-D. ($35,000) (Miami-Dade County Office of Community and Economic Development, Completed December 2009). (Mario Berrios 786- 469 2112) (mberr@miamidade.gov) 4- 16-District 2- Sidewalk Repair Project 11 ($75,300) (Public Works Dep. City of Miami, Completed March 2010) (Fabiola Dubuisson 305-416 1755 & 305-801 7816) (fdubuisson@miamigov.com) 17-Blue Road Roundabouts Re-Bid ($145,000) (Public Works Dep. City of Coral Gables, Completed March 2010) ( 305-460 5018) (epino@coralgables.com) 18-Harbor Drive Lighting and Resurfacing Improvement ($270,000) (Public Works Dep. Village of Key Biscayne April 2010) (786-255 6765) (anunez@keybiscayne.fl.gov) 19-District 1- Sidewalk Repair Project 11 ($95,990) (Public Works Dep. City of Miami, Completed September 2010) (Fabiola Dubuisson 305-416 1755 & 305-801 7816) (fdubuisson@miamigov.com) 20-Golden Shore Park Pavers Sidewalk ($23,895.00) (Public Works Dep. City of Sunny Isles Beach, November 2010) ( 305-947 0606) (gbatista@sibfl.net) 21-AD Barnes Park Asphalt Walkways ($86,615.00) (Miami-Dade Park and Recreation Dept., Completed December 2010) (305-755 7985) (rttolon@miamidade.gov) 22-Installation of Sidewalks and Ramps along NE 12 Ave ($123,750.00) (Public Works Dep. City of North Miami, Completed December 2010) (Gerardo Hernandez 305-893 6511) (ghernandez@northmiamifl.gov) 23-Intersection Realignment SW 139 Terr & SW 140 Dr. and East Guava Street One Way Street Conversion ($36,775) (Public Works Dep., Village of Palmetto Bay, Completed December 2010) (305-969 5011) (dcasals@palmettobay-fl.gov) 24-District #3 Citywide ADA Sidewalk Improvements, ($107,414) (Public Works Dep. City of Miami, Completed February 2011) (Fabiola Dubuisson 305 416 1755 & 305-801 7816) (fdubuisson@miamigov.com) 25- District #1 Citywide ADA Sidewalk Improvements, ($155,523) (Public Works Dep. City of Miami, Completed May 2011) (Fabiola Dubuisson 305 416 1755 & 305-801 7816) (fdubuisson@miamigov.com) 26- MIA Building 3050 Parking Lot Drainage & Asphalt Improvement ($103,000) (Aviation Department Miami- Dade County, Completed May 2011) (Greg Tai 305-876 8444) (gtai@mikegconst.com) 27- MIA- NW 67 Ave & NW 36 Street Intersection Improvements ($65,000), (concrete works) (Aviation Department Miami Dade County, Complete July 2011) (John Peterson 305-622 8000) (jpet@mikegconst.com) 28- District #4 Citywide ADA Sidewalk Improvements, ($149,397) (Public Works Dep. City of Miami, Completed October 2011) (Fabiola Dubuisson 305-416 1755 & 305-801 7816) (fdubuisson@miamigov.com) 29- Tamiami Canal Miccosukee Linear Park, Tamiami Trail and SW 122 Ave. ($87,703) (Miami Dade Park & Recreation Department, Completed October 2011) (Ruben Teurbe Tolon 786-586 8360) (rttolon@miamidade.gov) 30- SW 19 Terrace Roadway and Drainage Improvements ($184,685) (City of Miami, Capital Improvements Department, Completed October 2011) (Maurice Hardie 786-229 5463) (mhardie@miamigov.com) 31- SR 909 (Alton Road) at West 52 Street Drainage Improvement ($138,000) (Florida Department of Transportation, Completed December 2011) (Roland Rodriguez 305-345 0696) (rrodriguez@pinnaclecei.com) 32- Suncrest Drive & Moss Ranch Road Stormwater Improvements ($ 110,000) (Village of Pinecrest, Public Works Dep., Completed December 2011) (Daniel Moretti 305-669 6916) (moretti@pinecrest-fl.gov) 33- Long Key State Park Roadway Improvements ($144,230) (Florida Department of Environmental Protection, Completed February 2012) (Fred Hand 850-488 6322) (Fred. Hand @dep. state.fl. us) 41 34- District #2 Citywide ADA Sidewalk Improvements, ($105,303) (Public Works Dep. City of Miami, Completed February 2012) (Fabiola Dubuisson 305-416 1755 & 305-801 7816) (fdubuisson@miamigov.com) 35- SW 64 Street Corridor Improvement, ($60,000) (Public Works Dep. City of South Miami, Completed February 2012) (Keith A. Ng 305-403 2072) (kng@southmiamifl.gov) 36- Long Key State Park Campground Entrance Modification ($49,450) (Florida Department of Environmental Protection, Completed July 2012) (Fred Hand 850-488 6322) (Fred. Hand @dep. state. fl. us) 37- FDOT LAP Roadway Improvements Project ($117,371) (Public Works Dep. City of Sweetwater, Completed July 2012) (Eric Gomez 305-553 5457) (egomez.egsc@att.net) • VUf MRT:T.- 1- ARRA Municipalities Group B: City of Miami Gardens Bus Shelters (Owner Miami Dade Transit. $ 894,000) (Executed 42%) (Completion November 2012) 01j- FDOT Contract: T6269- SIR 94 (SW 88 ST), at SW 142 Ave. (Owner FDOT, $138,391) (Completion: August 2012) 1 1 IIt;;qiIIq 4 mxftc W 0 Engineering Contractor — Lic. E- 251302 11020 SW 55 ST., Miami, FL 33165 Phone: 786-291-2949 Fax: 786-472-8831 magaoic(ftahoo.com RESUME: MARIO GONZALEZ Superintendent of Maggolc Inc. Gonzalez is a Roadway Construction and Civil Engineer with over 24 years of progressive experience in the fields of highway and railway design, construction, maintenance, and operations. EDUCATION: Instituto Superior Politecnico (Higher Polytechnic Institute) "Julio Antonio Mella ", Santiago de Cuba, Cuba. Degree: INGENIERO VIAL (Roadway Construction Engineer), July 1988. This is equivalent to a Bachelor of Science in Civil Engineering (BSCE) from a regionally accredited institution of higher education in the United States. Universidad Central de Venezuela, Caracas, Venezuela. Degree: INGENIERO CIVIL (Civil Engineer), July 1997. CERTIFICATIONS: - TROXLER Electronics Lab - Nuclear Gauge Safety Training, (2001 & 2004) FDOT — MUTCD /Maintenance of Traffic, Intermediate Level (2008) ASPHALT PAVING TECHNICIAN — Level 1 (2004) EARTHWORK CONSTRUCTION INSPECTION — Level 1 (2005) ACI, Concrete Field Testing Technician- Grade 1. (2005) FDOT Concrete Field Inspector Specifications. (2005) LICENSES (General Engineering Contractor, Miami -Dade County Public Works): -Plant Construction. (2005) - Paving Engineering. (2005) - Excavation and Grading. (2005) - Structural. (2005) - Registered and Certificate State of Florida Undergraund Utilities Contractor. WORK EXPERIENCE: MAGGOLC INC., Miami, Florida, USA. (June 2005 to Present). Gonzalez is the owner and president of Maggolc Inc., this is an Engineering Contractor Company. Specialized in Drainage Systems, Pavement and Concrete. Work Executed: - Long Key State Park - Resurface Campground Road (Florida Dep. of Environmental Protection) 2012. - Suncrest Dr. & Moss Ranch Rd. Stormwater Improvements (Village of Pinecrest) 20111 - SR 909 (Alton Road) at West 52 Street Drainage Improvements (FDOT District 6) 2011 - SW 19 Terrace Roadway & Drainage Improvements (CIP, City of Miami) 20111 - Tamiami Canal Miccosukee Linear Park (Miami -Dade County, Park & Recreation Dep.) 20111 - District #4 Citywide ADA Sidewalk Improvements (City of Miami) 2011 -MIA NW 36 Street & 67 Ave Intersection Improvement (concrete) (Aviation Department M -D County) 2011 -MIA Building 3050 Parking Lot Improvements (Aviation Department M -D County) 2011 - District #1 Citywide ADA Sidewalk Improvements (City of Miami) 2011 - District #3 Citywide ADA Sidewalk Improvements (City of Miami) 2011 - Intersection Realignment SW 139 Terr. & SW 140 Dr. and Esat Guava ST One Way Street Conversion. (Village of Palmetto Bay) 2010 - Installation of Sidewalks and Ramps along NE 12 Ave. (City of North Miami) 2010. -AD Barnes Park Asphalt Walkways.. (M -D County Park & Recreation) 2010. - Golden Shore Park Pavers Sidewalks. (City of Sunny Isles). 2010 - District I, Sidewalks Repair. (City of Miami). 2010 - Crandon Park ADA Parking Space Striping and Signs. (M -D County Park & Recreation) 2010. - District II, Sidewalks Repair. (City of Miami). 2010 - Harbor Drive Lighting and Resurfacing Improv. (Village of Key Biscayne) 2010 -Blue Road Roundabouts and Drainage. (City of Coral Gables) 2010 - Drainage Retention Improvements of State Rd. 907 (Alton Rd.) at Allison Drive. Milling and Asphalt Resurfacing. (FDOT, District 6) 2009 - Country Club of Miami Park Concrete and Asphalt Walkway (Miami -Dade County, Park & Recreation Dep.) 2009. - Brendwood Park Asphalt Walkway. (City of Miami Gardens) 2009. -West Little River Improve Asphalt Driveways. (Miami -Dade County Office of Community and Economic Development) 2008. -West Perrine Park Concrete Slabs and Poured Safety Surface. (M -D C Park and Recreation) 2008 - Asphalt Pavement Repair. Florida Department of Transportation (District 6). 2008 -2009, 2009 -2010 and 2010 -2011. - Improve Intersections Countywide Project, include Milling and Asphalt Resurfacing. (Sidewalk, Handicap Ramps, Curb & Gutters, Pavers, New Pavement, Drainage, Sodding (M -D County Public Work Dep.) 2008 -Seal Coat and Restriping of Station 13 and Logistics Parking Area. (MD County Fire Rescue Department) 2008 - Dolphin Archaeological Site Sidewalk Construction. (M -D County Park and Recreation) 2008. - Olympic Park Sidewalks Construction. (M -D County Park and Recreation) 2007 - Norman & Jean Reach Park Foul Ball Netting. (M -D County Park and Recreation) 2007 - Drainage Improvement Project for NW 22 Court from NW 107 ST to NW 112 ST. (M -D County Public Work Dep.). 2006, etc Others Places where Gonzalez was working: SRS ENGINEERING, INC., Miami, Florida, USA. (August 2006 to July 2007). Construction Field Inspector of Drainage and Roadway Restoration. (Public Work Department, Miami - Dade County Projects). - Allaphatta Phase I. - Hardwood Village Phase II. BERMELLO, AJAMIL & PARTNERS, INC., Miami, Florida, USA. (May 2005 to July 2006). Quality Control (QC) Construction Inspector (DOT Projects): (Earthwork, Concrete and Asphalt). - Okeechobee Road. (W 12 Ave to Palmetto Expwy) -Miami Garden Drive. (NW 2 Ave to NW 17 Ave.) - Biscayne Blvd. (NW 96 ST to NW 104 ST) - Golden Gate Pkwy (Naples) - Florida's Turnpike (Griffin Rd to Sunrise Blvd). -A -1 -A (Key West). MARLIN ENGINEERING INC., Miami, Florida, USA. (October 2000 —May 2005). February 2004 to May 20050 Construction Field Inspector of Drainage and Roadway (FEMA -DERM, Miami -Dade County Projects). Activities Included: Verify of storm drainage structures in accordance with the approved shop drawings, installation of drainage and pollution control structures, drainage pipe inverts, joints, seals, French Drain Systems, solid pipe placement and bedding material. Check the Contractor's compliance with all Maintenance of Traffic. Reconstruction of Pavement, Roadway Milling and Resurfacing; reconstruction of Curb and Gutter and Sidewalks; Site Restoration, including Grading of Swales, Sod Placement, etc. Requirements: - Ensure the quality of the construction work, as per the Public Works Department Manual, FDOT Standards, and Project Contract Documents. - Ensure the full restoration of the project, including site cleanliness, swale grading, and sod placement. - Keep records of daily activities, daily production, site testing, and progress of the work. - Resolve complaints by residents resulting from construction activities. March 2001 to February 2004: Project Engineer Project Engineer for the design, roadway restoration, and storm drainage systems improvement, including independent sites and community. (DERM/FEMA Program administered by the Division of Recovery and Mitigation -DORM) in Miami -Dade County and City of Miami Storm Drainage Improvement Program). Working closely with Microstation and AutoCAD software. October 2000 to March 2001 and October 2002 to February 2003: Roadway Inspector. Surveying, inspecting and drawing sketches for roadway restoration projects in Q.N.I.P, Public Work Department of Miami -Dade County. Inspecting and supervising construction of asphalt patching, milling and resurfacing operations. ENGINEERING CONTRACTOR — LIC: E- 251302 11020 SW 55 ST., MIAMI, FL 33165 PHONE: 786-291-2949 FAX: 786-472-8831 maggolcAvahoo.com MAGGOLC REFERENCE LISTING 1) Company Name: Miami Dade County Public Works Department. Address : 111 NW 1St ST 14 Floor, Miami, FL 33128 Contact Person: Pedro Estopinan Telephone # 305 934 6294 2) Company Name: Miami Dade Park & Recreation Department, Address :275 NW 2nd Street, 4th Floor, Miami, FL 33128 Contact Person: Ruben Teurbe Tolon Telephone # 305 755 5465 3) Company Name: Office of Community & Economic Development M -D County Address :701 NW 1St CT 14 Floor Miami, FL 33136 Contact Person: Mario Berrios Telephone # 786 469 2112 4) Company Name: Florida Department of Transportation Address :14655 SW 122 Ave Miami, FL 33186 Contact Person: Janice Corn Telephone # 305 986 1581 5) Company Name: City of Miami Gardens Address :1515 NW 167 ST Bldg 5 Suite 200 Miami Gardens FL, 33169 Contact Person: Willian Garviso Telephone # 305 662 8031 6) Company Name: City of Miami Address :444 SW 2nd Ave, 8 Floor, Miami FL 33130 Contact Person: Fabiola Dubuisson Telephone # 305 416 1755 7) Company Name: City of North Miami Address :776 NE 125 Street, North Miami, FL 33161 Contact Person: Gerardo Hernandez Telephone # 305 895 9831 8) Company Name: Village of Key Biscayne Address :88 West McIntyre Street, Suite 220 Key Biscayne, FL 33149 Contact Person: Armando Nunez Telephone # 305 365 7574 9) Company Name: City of Coral Gables Address :2800 SW 72 Ave Miami, FL 33155 Contact Person: Esther Zabalo Telephone # 305 460 5004 10) Company Name: City of Miami - Capital Improvement Program Address :444 SW 2nd Ave, 8th Floor, Miami, FL 33130 Contact Person: Maurice Hardie Telephone # 786 -229 5463 11) Company Name: Miami Dade County Public Works Department Address: 111 NW 1St ST 14 Floor, Miami, FL 33128 Contact Person: Joaquin Rabassa Telephone # 305 -299 9822, 305 -989 4943 12)Company Name: Village of Pinecrest Address: 10800 Red Road, Pinecrest, FL 33156 Contact Person: Daniel F. Moretti Telephone # 305 -669 6916 13)Company Name: Pinnacle Consulting Enterprises, Inc. Address: 1700 South Red Rd, Suite 201, Miami, FL 33155 Contact Person: Roland Rodriguez Telephone # 305 -345 0696 14)Company Name: City of South Miami Address: 6130 Sunset Drive South Miami 33143 Contact Person: Keith Ng Telephone # 786- 566 -1104 Non-Collusion Affidavit Sunset Drive Downtown Median CD is/are fully informed with respect to the preparation and contents of the attached BID and uf all pertinent circumstances concerning such BID; (3) Such BID im genuine and is not u collusive orsham Bi[}/ (4) Neither the said BIDDER nor any ofits officers, partners, mvvnara, agents, representadvem, employees or parties in interest, including this u0unt, have in any way colluded, oonspired, connived or agreed, directly or indirectly, with any other BIDDER, firm, or person to submit aco||uaive or sham B|[) in connection with the Work for which the attached 8|[) has been submitted; or to refrain from bidding or proposing in connection with such Work; or have in any munner, directly or indirect|y, sought by agreement or cn||uoion, or connnnunicudon, 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 8|D Price of any other 8|[J[)ER, or to secure through any cm||umion, conspiracy, connivance, or unlawful agreement any advantage against /Recipien6, or any parson interested in the proposed Work; (S) The price or prices quoted in the attached BID are fair and proper and d6vuny co||usion, conspiracy, connivance, or un|avvh�| agreement rt or any other of its agents, represen�1ivax, owners, employees o rd o of ndudingthis �fiant. / | ~ //7 Signed, sealed & delivered in the presence ot 8n Subscribed and sworn to before me this My COMMISSION #EE73340 EXPIRES: MAR 13,2015 Bonded through 1 st State Insurance No NO 1 N�ffi Notar/y\Public ( _ ) My Commission Expires: RAm FAILURE TO COMPLETE, SIGN, & RETURN FORM MAY DISQUALIFY YOUR RESPONSE @ || (Updated 05-|6-2O|2) Page 21 int`hunmeof entity submitting sworn statement] 2 | understand that u "public entity crime" as defined in Paragraph 287.133 U\(g), Florida Statutes, means a violation of any state or federal law by o person with respect to and directly related to the transaction of business with any public entity orwith an agency or political subdivision of any other state or of the United States, |nduding, 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 antitruxt, fraud' theft, bribery, collusion, racketeering, conspiracy, ormaterial misrepresentation. ]. | understand that "convcted^or"cnnvcdon"au defined in Paragraph 2B7'|33U\86. Florid � Statutes, means o finding of guilt or u 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 ntity submitting this sworn statement. [Indicate which statement applies.] 7Neither 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 1, 19890 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 1, 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 r6-A PATRICIA A. RIVERA tgAY AU My COMMISSION #EE73340 EXPIRES: MAR 13, 2015 015 Bendel through 1st State Insurance 0 thomasfpepe-09-28-1 I (Updated 05 -16 -2012) Page 24 Drug Free "Trforkplace 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 uenicau. u Bid received from a business that certifies that ithas implemented a drug- free workplace program shall be given preference in the award process. Established procedures for processing da Bids shall be followed if none of the tied vendors have a drug-free workplace program. |n order to have a drug-free workplace program, u business shall: |) Publish a statement notifying employees that the unlawful manufacture` diotribution, dispensing, possmnaion, or use of 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 inthe workplace, the business' policy of maintaining a d any available drug counseling, rehah|hatkon, 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 /|\. 4\ In the statement specified in Subsection (|), notify the employees, that, as a condition of working of the commodities or contractual services that are under 8id, he employee shall abide by the terms of the statement and ahu|| notify the employee of any conviction of, or plea of guilty or nok/ cuntondere 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 sanction on, or require the satisfactory participation in u drug abuse assistance or rehabilitation prognam, if such in available in the employee's community, by any employee who isaoconvicted. 6) Make u good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, | thotthis firm complies fully with the above requirements. � BIDDER's Signature: Print Name: FAILURE TO COMPLETE, SIGN, & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE @ || (Updated 05-|6-zO|4 Page 25 Drive Downtown Median We, Va Name of Contractor), hereby acknowledge and agree that # Cc6krktors for the Sunset Drive Downtown Median, as specified have the sole responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami against any and all liability, claims, damages, losses and expenses they may incur due to the failure of (subcontractor's names): to comply with such act or regulation. P" 4 , Title 0;��w Witness • ! ! RESPONSE If ©thomasfpepe- 09 -28 -II (Updated 05 -16 -2012) Page 26 List of Proposed Sunset Drive Downtown Median B|[>[JBR shall list all Proposed Subcontractors to be used on this project if they are awarded the Contract. Landscape Sodding & Turf Work Irrigation Electrical Paving Park Amenities Graphics Utilities Excavation Building Structures Plumbing Painting Testing Laboratory Soil Fumigator Signs This list shall b/e provided to the City of South Miami by thle'apparent lowest responsive and responsible bidder within five (5) calendar days after Bid Opening. @ ||(Updated 05-16-2012) Page 27