Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Maggolc-Bid PW2014-05 Documents
Sout (em,laml CITY OF SOUTH MIAMI Sunset Drive Downtown Median From SW 57' Court to SW 581 Avenue Proposal s Due !. t AM, July 3, 2014 FP .21114 -05 Interested persons who wish to respond to this RFP can obtain the complete RFP package at the City Clerks office Monday • • 910 11 RM. or by + r a Proposals http://www.southmiamift.gov which is the City of South Miami's web address for solicitation information. s° to the Standard Terms and Conditions contained • ' Package, including documents listed in the RFP Table of t CO °11iti tas 1i. Pepe, 2014. 03/24114 Page I of 72 3EUMLM 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: Bid Form Proposal Bid Bond Performance Bond Power of Attorney BIDDER Qualification Statement Non-Collusion Affidavit Public Entity Crimes and Conflicts of Interest Drug Free Workplace Acknowledgement of Conformance with OSHA Standards List of Proposed Subcontractors and Principal Suppliers N/A ► 004111*01 C), Thomas R Pepe, 2014 4/28/2014 Page 10 of 72 a"* Steven Alexander City Manager City of South Miami 6130 Sunset Drive South Miami, FL 33143 Addendum No. Dated: Addendum No, Dated. Addendum No. Dated: Addendum No. Dated: Page I I of 72 Thomas F. Pepe, 2014 4/2811-014 Sout (emiami � Hi t H Y N fASANT UVINC� ADDENDUM No. #1 Project Name: Sunset Drive Downtown Median R,FP NO. PW2014-05 Date: June 27, 2014 Sent: Fax/E-mail/webpage This addendum submission is issued to clarify, supplement and/or modify the previously issued Request for Qualifications (RFQ) Documents, and is hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responsibility of the bidder to secure Addendums that may be issued for a specific solicitation. Ouestion #1: Please explain the responsibility of the Contractor as it relates to the installation of the irrigation meter. Answer to Ouestion #1: Miami-Dade County Water and Sewer (WASD) will install the meter. The Contractor must Prepare the site, dig the trench and cover the trench with a plate until WASD completes the installation of the meter. The Contractor must coordinate with WASD for the meter installation and incorporate the work performed by WASD into the project timeline. Ouestion #2: Which permits are required to be pulled by the Contractor? Answer to Ouestion #2: ##2 #6 # #4 #8 Page [ 2 of CC') Thomas V Pepe, 2014 472` #'?O14 Page 13 of 77 Thomas F, Pepe, 2014 4/28/2014 Page 20 of 7 C Thomas F Pepe, 2014 4128/2014 Owner Name: Owner Address: Original Contract Price: Actual Final Contract Price (0'rhomas F, flepe, 2014 4/228/2011 MMMMM ,,• .' . I-Countywide Intersections Improvement, Roadway and Drainage, ($443,637) (Miami-Dade County Public Works Dept., Completed Dec. 2008). (Joaquin Rabassa 305-299 9822) Ora@mtamidade.gov) 2-Slue Road Roundabouts Re-Bid ($145,000) (Public Works Dep, City of Coral Gables, Completed March 2010) i • —• • • • .'s.• • 5- SIR 941SW 88 STI Kendall Dr. at SW 142 Ave • s. Department of e• • Completed October 2012) (Roland Rodriguez 305-345 0696) (rrodriguez@pinnaciecei.com) 6-Intersections Improvements ($246,000) (Public Works Dep, City of Coral Gables, Completed June 2013) (305-460 5018) (epinoocoralgables.com) , The following information shall be attached to the proposal. a) R SP N 3 NI"s home office organization chart. b) I SPf ND N°T "s proposed project organizational chart. c) Resumes of proposed key project personnel, including on -site Superintendent. a) Bankruptcy petitions filed by or against the Respondent or any predecessor organizations, AIIIA b) Any arbitration or civil or criminal proceedings, or Suspension of contracts or debarring from Bidding or Responding by any public agency brought c against the Respondent in the last five () years �.. � s • •- 0 Ili mas F. Flepc, 2014 4/28/2014 ENGINEERING CONTRACTOR - LIC: E-261302 11020 , REFERENCE PHONE: 786-291-2949 FAX: 786-472-8831 MAGGOLC GOVERMENT 1) Company Name.- Miami Dade County Public Works Department. A.•; • Contact Person: Alberto Estevez Telephone # 786 256 2627 2) Company Name: Miami Dade Park & Recreation Department. d Floor, Contact Person: Ruben Teurbe Tolon Telephone # 305 755 5465 3) Company Name- Office of Community & Economic Development M-D County * • • Floor Miami, FL 33136 Contact Person: Mario Berrios Telephone # 786 469 2112 4) Company Name- Florida Department of Transportation Address: Company Contact Person: Janice Corn Telephone # 305 640 721 of s . • • •• 5 Suite 200 Miami Gardens Company Contact Person: Willian Garviso Telephone # 305 662 8031 .•- of ws West McIntyre Street, Suite 220 Key Biscayne, FL 331 1 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 Namw City of Miami -Capital Improvement Program a • x x SW 2nd Ave, 8th Floor, Contact Person: Maurice Hardie Telephone # 786-229 5463 Company Name- Miami D.l. County Public Works Department x • ! Floor, Miami, FL 33128 Contact Person: Joaquin Rabassa Telephone # 305-299 9822, 305-989 4943 • ♦ .!* of Pinecrest x • • "a °• Road, Pinecrest, FL 33156 Contact Person- Daniel F. Moretti Telephone # 305-669 6911 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 • . of Address: 6130 Sunset Drive South Contact • erson: Grizel Martinez Telephone # 305-403 !• • .. of Address: 1050 NW 163 Dr Miami Gardens, FL 33169 Contact Person: Osdel Larrea Telephone # 305-622 8000 Ext. 3107 16)Company Name: City of Miami -Capital Improvement Program x.. Ave, 8th Floor, Contact ''^ • Robert Fenton -• hone # 786-26 RESUME: MA RIO GONZALEZ Superintendent/ Project Manager of Maggole Inc. Gon7alez 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 Polit6enico (Higher PolN4echnic Institute) "John 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 (B SCE) 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. LICENSES: -General Engineering Contractor -General Building Contractor -Registered and Certificate State of Florida Undergraund Utilities Contractor. -Registered General Contractor State of Florida WORK EXPERIENCE: Others Places where Gonzalez was working-. SECS ENGINEERING, INC., Miami, Florida, USA. (August 2006 to July 2007). Construction [Meld. Inspector of Drainage and Roadway Restoration. (Public Work Department, Miami -Bade County Projects). - llaphatta Phase I. - Hardwood village Phase II, MARLIN ENGINEERING INC., Miami, Florida., LISA. (October 2000. -May 2005). February 204 to May 2005. Construction Field Inspector of Drainage and Roadway (FFM -DERM, Miami -Dade County Projects), Activities Included. ffwl7l lillll�l Lit m Page 24 of 72 O "F'homaa Ft. Pepe, 201 mmswm�►� Mill! F 15, 5 IMIMVFFM�� MINLOW 21. OWN111, Sworn o and subscribed .., Pugs 27 of 72 CD'rhomas F, Pepe, 2014 12WOl4 by the State or by any political subdivisions for the procurement of commodities or contractual services, a Bid or proposal 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 or proposals shall be followed if none of the tied vendors have a dru&free workplace program. In order to have a drug-free workplace program, a business shall: 1R iF Page 28 of 72 C, Thomas F, Pere, 2014 4/218/2014 2Namo `« : <©Tide ,y A7 29 672 .. 9 Thomas rPepe, 2014 :� 4/28/21014 2 LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS BIDDER shall list all Proposed Subcontractors to be used on this project if they are awarded the Contract. Landscape r Sodding and Turf Work Electrical Irrigation ` Paving Parke Amenities Graphics Utilities Excavation Building Structures Plumbing Painting Testing Laboratory Soil Fumigator Signs Other-: 16 1 00,45 This list shall be provided to the City of South Miami by the apparent lowest responsive and responsible Kidd within five (5) business days after Bid Opening. Page 30 of 72 nyias F. Pepe, 014 'lly�ts��Y UU (1) neither I nor the Firm have any conflict of interest (as defined in section 8A-1) with regard to the contract or business that 1, and/or the Firm, am(are) about to perform for, or to transact with, the City, and (2) neither I nor any employees, officers, directors of the Firm, nor anyone who has a financial interest greater than 5% in the Firm, has any relative(s), as defined in section 8A-1, who is an employee of the City or who is(are) an appointed or elected official of the City, or who is(are) a member of any public body created by the City Commission, ie., a board or committee of the Oty[See Note #1 below], and I Page 31 of 72 Thomas F. Pepe, 2044 4/28/2014 R fWIT-TT M, nor 7171 T 7dT,0TMTrMTTT7 Mrrw than 5% in that Other Firm, nor any member • those persons' immediate family (i.e., spouse, parents, children, brothers and sisters) nor any of my immediate family members (hereinafter referred to as "Related Parties") has responded to a solicitation • the City in which I or the Firm that I represent • anyone who has a financial interest greater than 5% in the Firm, ♦ any member • those persons' immediate family (i.e. spouse, parents, children, brother; and sisters) have also responded, other than the following- Signature- Print Name& Tit te Page 32 of 72 C) Thomas F. Pepe, 2014 4/28/21014