Loading...
HomeMy WebLinkAboutPre-LegislationsCrystal Report Viewer City of Miami Text File Report City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File ID: 13-00622 Enactment #: R-13-0233 Version: 1 Type: Resolution Status: Passed Enactment Date: 6/13/13 Introduced: 5/15/13 Controlling Body: Office of the City Clerk A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), AUTHORIZING AN INCREASE TO THE CONTRACT WITH PEREZ-GURRI CORPORATION D/B/A N&J CONSTRUCTION, FOR THE CARIBBEAN MARKETPLACE RENOVATIONS PROJECT, B-30671, FOR ADDITIONAL WORK, IN AN AMOUNT NOT TO EXCEED $10,120, THEREBY INCREASING THE AWARD VALUE FROM $873,462.45 TO AN AMOUNT NOT TO EXCEED $883,582.45; ALLOCATING FUNDS FROM CAPITAL IMPROVEMENT PROJECT NO. B-30671; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE AMENDMENT NO. 1 TO THE CONTRACT, IN SUBSTANTIALLY THE ATTACHED FORM, FOR SAID PURPOSE. WHEREAS, pursuant to Resolution No. 12-0273, adopted July 26, 2012, the City Commission authorized the execution of a Contract with Perez -Gum Corporation d/b/a N&J Construction ("N&J") for the Caribbean Marketplace Renovations Project, B-30671 ("Project"), in the amount of$831,869 for the scope of work, plus a five percent (5%) owner contingency amount of $41,593.45, for a total not to exceed award value of $873,462.45; and WHEREAS, additional work, in an amount of $10,120 is necessary due to unforeseen conditions such as repairs to the existing strap concrete beam, change of size of the exterior door and frame, and the addition of a new backflow preventer and Fire Department connection line; and WHEREAS, Amendment No. 1, attached and incorporated, increases the contract in an amount not to exceed $10,120, for a total not to exceed award value of $883,582.45; and WHEREAS, funds are to be allocated from Capital Improvement Project No. B-30671; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as fully set forth in this Section. Section 2. An increase to the contract with N&J, for the Project, for additional work, in an amount not to exceed $10,120, thereby increasing the award value from $873,462.45 to an amount not to exceed $883,582.45, is authorized, with funds for said increase, allocated from Capital Improvement Project No. B-30671. Section 3. The City Manager is authorized [1 } to execute Amendment No. 1 to the contract, in substantially the attached form, for said purpose. Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayor. {2} http://egov.ci.miami.fl.us/LegistarWeb/temp/rep5045.html[8/23/2013 10:15:46 AM] CITY OF MIAMI AMENDMENT NO, 1 TO CONSTRUCTION CONTRACT WITH PEREZ-GURRI CORPORATION D/B/A N&J CONSTRUCTION FOR CARIBBEAN MARKETPLACE RENOVATIONS, B-30671 This Amendment No. 1 to the Contract dated August 24, 2012, (the "Contract") between the City of Miami, a municipal corporation of the State of Florida ("City"), and Perez-Gurri Corporation d/b/a N&J Construction, Inc., ("Contractor") a Florida profit corporatio , for Caribbean Marketplace Renovations, B-30671 ("Project"), is entered into this day of �1JgtTf , 2013. RECITALS WHEREAS, pursuant to Resolution No. 12-0273, adopted July 26, 2012, the City Commission authorized the execution of a Contract with Perez-Gurri Corporation d/b/a N&J Construction ("N&J") for the Caribbean Marketplace Renovations Project, B-30671, in the amount of $831,869 for the scope of work, plus a five percent (5%) owner contingency amount of $41,593.45, for a total not to exceed award value of $873,462.45; and WHEREAS, additional work, in the amount of $10,120 is necessary due to unforeseen conditions such as repairs to the existing strap concrete beam, change of size of the exterior door and frame, and the addition of a new backflow preventer and Fire Department connection line; and WHEREAS, this Amendment No. 1, approved pursuant to R-13-0233, Increases the Contract by $10,120, thereby increasing the award value from $873,462.45 to an amount not to exceed $883,582.45; NOW THEREFORE, for the considerations hereinafter set forth: The Contract is hereby amended as follows: 1. Section 2, Scope of Work is hereby amended to include the following additional work: repairs to the existing strap concrete beam, change of size of the exterior door and frame, and the addition of a new backflow preventer and Fire Department connection line. 2. The Contract Sum, as reflected in Bid Form, page 77, plus a five percent (5%) contingency if authorized by the City, is hereby increased by $10,120, thereby increasing the total award value from Eight Hundred Thirty One Thousand, Eight Hundred Sixty Nine Dollars ($831,869), to an amount not to exceed Eight Hundred Seventy Three Thousand, Four Hundred Sixty Two Dollars and Forty Five Cents ($873,462.45). 1 3. All other terms and conditions of the Contract are in effect and remain unchanged. ATTEST: By: THE CITY OF MIAMI, FLORIDA Todd annon, ity Clerk 6 (Affix City Seal) CITY OF MIAMI, FLORIDA, a municipal Corporation of the State of Florida Y. fipt' Johnny Ma City Manager APPROVED AS TO LEGAL FORM APPROVED' AS INSURANCE CORRECTNESS: REQUIREMENTS: By: ATTEST: torney 0 .\411 C r Calvin Elli , Director Risk Man ,6e-ient Department CONTR,CTOR PEREZ-GURRI CORP RATION D/B/A N&J CONSTRUCT a Florida corporation By: By: Corp r te ta John Per President (Affix Corporate Seal) By: The By: Davor L Bond No. 1949786 Rider To be attached to and forma part of Bond No. 1949786 executed by Perez-Gurri Corporation d/b/a N&J Construction and by The Hanover Insurance Company in favor of City of Miami and effective as of July 17, 2012 in consideration of the mutual agreement herein contained the Principal and the Surety hereby consent to changing the bond amount From: S831,869.00 To: S879,087.78 Nothing herein contained shall vary, after or extend any provision or condition of this bond except as herein expressly stated. This rider is effective on the .2ndday of July Signed and sealed this 2nd day of July 200,d 3 , as Principal as Surety, , 20t 13. Perez-Gurri Coia'y.: dba N&J Construction /) jcipal) 'Il r- � •n osr4 �rney-ui-Fact & E es. Agent THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OP ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: ThatTHE HANOVER INSURANCE COMPANY and MASSACHUSETTS SAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint Charles C. Ball, Neana M. Bauza, William f', Klets, Davor I, Mimica and/or William L. Parker of Miami, FL. and each Is a true and lawful Attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behatf, and as its act and deed any place within the United States, or, if the following line be Riled in, only within the area therein designated any and all ponds, recognizances, undertakings, contracts of indemnity or other writings obligatory In the natero thereof, as follows: Any such obligations in the United States, not to exceed Twenty Miillon and No/100 ($20,000,000) In any single instance and said companies hereby ratify and confirm aft and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents, These appointments ere made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still In effect; "RESOLVED, That the President or any Vice President, in conjunction with any Vice President, be and they are hereby authorized and empowered to appoint Attorneys -In -fact of the Cornpany, In its name and as its acts, to execute and acknowledge for and on its behalf as Surety any and ail bonds, recognizances, contracts of indemnity, waivers of citation and all otherwritings obligatory In the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys -in -fact shall be as binding upon the Company as if they had been duly executed and Acknowledged by the regularly elected officers of the Company In their own proper persons," (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 - Massachusetts Bay insurance Company; Adopted September 7, 2001 - Citizens insurance Company of America) IN WiTNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 28th day of November Mt THE HANOVER INSURANCE COMPANY IYIASSAQHU TTS BAY INSURANCE COMPANY GiTIZFN3 Itj� ANCI: PANY OF ANIERIcA Robert't"f1'aalas, Vice President THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. On this 28th day of November 2011 before me came iha above named Vice Presidents of The Hanover Insurance Company, Massachusetts Bay insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding Instrument are the corporate seals of The Hanover insurance Cornpany, Massachusetts t3ayinsurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers wore duly affixed and subscribed to said instrument by the authority and direction of said Corporations. BAfitiARA A. 0AAtICK Notary Publk i:c00,s4.4ic1M es urhuse Ikj costal UVE(,'s4%soxJI,foit Barbara A. Garlick, Notary Pubito My Commission Expires September21, 2018 1, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay insurance Cornpany and Citizens insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Cornpany, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, 'RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification In respect thereto, granted and executed by the President or any Vice President in conjunction with any VtCe President of the Company, shall be binding on ttte Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be fesslcnite." (Adopted October 7, 1981- The Hanover lnsurance Company; Adopted April 14,1982 - Massachusetts Bay Insurance Company; Adopted September 7, 2001- Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this2nd day of July 20.13, THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA n Margoulan, Vice President Crystal Report Viewer City of Miami Text File Report City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File ID: 12-00733 Enactment #: R-12-0273 Version: 1 Type: Resolution Status: Passed Enactment Date: 7/26/12 Introduced: 6/22/12 Controlling Body: Office of the City Clerk A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH A 1'1 ACHMENT(S), ACCEPTING THE BID RECEIVED APRIL 6, 2012, PURSUANT TO INVITATION TO BID ("ITB") NO. 11-12-011, FROM PEREZ-GURRI CORPORATION D/B/A N&J CONSTRUCTION, THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, FOR THE CARIBBEAN MARKETPLACE RENOVATIONS PROJECT, B-30671, IN THE AMOUNT OF $831,869, FOR THE SCOPE OF WORK, PLUS A FIVE PERCENT (5%) OWNER CONTINGENCY AMOUNT OF $41,593.45, FOR A TOTAL NOT TO EXCEED AWARD VALUE OF $873,462.45; ALLOCATING FUNDS IN THE AMOUNT OF $829,116.45, FROM CAPITAL IMPROVEMENT PROJECT NO. B-30671 AND FUNDS IN THE AMOUNT OF $44,346, FROM CAPITAL IMPROVEMENT PROJECT NO. B-30541D; AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN SUBSTANTIALLY THE ATTACHED FORM, CONSISTING OF THE ITB DOCUMENTS AND ATTACHMENTS, FOR SAID PURPOSE. WHEREAS, the Capital Improvements Program ("CIP") issued Invitation to Bid ("ITB") No. 11-12-011 for construction services for the Caribbean Marketplace Renovations Project, B-30671 ("Project"); and WHEREAS, eleven (11) bids were received by the Office of the City Clerk on April 6, 2012; and WHEREAS, CIP performed an initial review for responsiveness of the two (2) lowest submitted bids: GEC Associates, Inc. ("GEC") and Perez-Gurri Corporation d/b/a N&J Construction ("N&J"); and WHEREAS, GEC, the lowest bidder, had made a material error in its bid amount and was allowed to withdraw from the solicitation, thereby making N&J the lowest responsive and responsible bidder; and WHEREAS, due to budgetary constraints, N&J agreed to review its bid with CIP staff and the design consultant in search of items that could be value engineered to reduce N&J's bid amount commensurate with the funding available to complete the Project; and WHEREAS, in addition, CIP staff requested and received permit fee waivers from various City of Miami departments to provide an additional $25,000 reduction in N&J's "Best and Final" bid amount and, thereby, allowing CIP to proceed with its recommendation of award of the contract; and WHEREAS, based on said review, N&J's "Best and Final" bid amount is $831,869; and WHEREAS, the City Manager requests authorization to execute a contract with N&J, in the amount of S831,869, for the scope of work, plus a five percent (5%) owner contingency amount of S41,593.45, for a total not to exceed award value of http://egov.ci.miami.fl.us/LegistarWeb/temp/rep3213.htm1[5/14/2013 3:57:00 PM] Crystal Report Viewer $873,462.45; and WHEREAS, funds in the amount of $829, 116.45, are to be allocated from Capital Improvement Project No. B-30671 and funds in the amount of $44,346, are to be allocated from Capital Improvement Project No. B-30541D; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as fully set forth in this Section. Section 2. The bid received April 6, 2012, pursuant to ITB No. 11-12-011, from N&J, the lowest responsive and responsible bidder, for the Project, in the amount of $831,869, for the scope of work, plus a five percent (5) owner contingency amount of $41,593.45, for a total not to exceed award value of $873,462.45, is accepted, with funds in the amount of $829,116.45, allocated from Capital Improvement Project No. B-30671 and funds in the amount of $44,346, allocated from Capital Improvement Project No. B-30541D, for said purpose. Section 3. The City Manager is authorized {1 } to execute a Contract, in substantially the attached form, consisting of the ITB documents and attachments, for said purpose. Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayor. {2} http://egov.ci.miami.fl.us/LegistarWeb/temp/rep3213.html[5/14/2013 3:57:00 PM] BID NO. 11-12-011 CARIBBEAN MARKETPLACE RENOVATION CIP PROJECT NO.: B-30671 Due Date: Friday, March 9, 2012 Due Time: 2:00 P.M. Mayor Tomas P. Regalado Commissioner Wifredo (Willy) Gort, District 1 Commissioner Marc Sarnoff, District 2 Commissioner Frank Carollo, District 3 Commissioner Francis Suarez, District 4 Commissioner Michelle Spence -Jones, District 5 City Manager, Johnny Martinez, P.E. Issued By: City of Miami Capital Improvements Program 444 SW 2nd Avenue, 8th Floor Miami, FL 33130 Section 4 — BID FORMS Submitted: City of Miami, Florida Office of the City Clerk City Hail, 1 Floor 3500 Pan American Drive Miami, Florida 33133-5504 ORIGINAL Date The undersigned, as Bidder, hereby declares that the only persons interested in this Bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this Bid is made without connection with any other person, firm, or parties making a Bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and that it has submitted the required Bid Guaranty; and all other required information with the Bid; and that this Bid is submitted voluntarily and willingly. The Bidder agrees, if this Bid is accepted, to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor. necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project(s) entitled: Bid No: 11-12-011 Title: CARIBBEAN MARKETPLACE RENOVATION — B-30671 The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total Bid price plus alternates, if any, and to furnish the required Certificate(s) of Insurance. The undersigned further agrees that the Bid guaranty accompanying the Bid shall be forfeited if Bidder falls to execute said Contract, or fails to furnish the required Performance Bond and Payment Bond or fails to furnish the required Certificate(s) of Insurance within fifteen (15) calendar days after being notified of the award of the Contract. in the event of arithmetical errors, the Bidder agrees that these errors are errors which may be corrected by the City. In the event of a discrepancy between the price Bid in figures and the price Bid in words, the price in words shall govern. Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. Caribbean Marketplace Renovation - B-30671 76 Bid No.: 11-12-011 BID Form (Page 2 of 8) Note: Bidders are bidding on a total lump surn basis for the purpose of determining the lowest responsive and responsible bidder, Where there is a discrepancy between the numerical and written Hid Amount, the written Bid Amount will prevail. City Form SU must be submitted with your bid. The SU Form can be found posted on the webpage with the bid documents. Total Lump Sum Bid Amount includes the total cost for the Work specified in this solicitation, consisting of furnishing all materials, labor, equipment, permits, supervision, mobilization, overhead & profit required in accordance with the Bid Specifications. Item 1: BASE BID AMOUNT: Item 2: ALLOWANCE FOR PERMIT FEES: Item 3: ALTERNATE ADDITIVE — ROOF REPAIR: Note: Alternate Additive -9 Roof Repair shall Include: Roof Coating and Metal Roof Deck Repair, Structural Repairs to Roof and Trusses, Seven New Skylights including associated Roofing and Gypsum Deck Repair and Mold Remediation. TOTAL LUMP SUM RID AMOUNT (Item I + item 2 + Item 3): pc) 25,000 $ r �1 -� DC) $ "j24, E56.0 a",‘;Ke. ice \ O � fcoiR7y\c_ Oth-QVNeD IA/ritten Total Lump Sure Did Amount 77 Caribbean Marketplace Renovation - 8-30671 Bid No.: 11-12-011 BIB FORM (Page 3 of 8) DIRECTIONS: COMPLETE PART 1 OR PART li', WHICHEVER APPLIES, AND PARTS III AND IV (If applicable) Part I: Listed below are the dates of issue for each Addendum received in connection with this Bid: Addendum No. 1, Dated b\i`°L. Addendum No. 2, Dated o\t jt t'2- Addendum No. 3, Dated >Au,\i.`i.- Addendum No. 4, Dated \\kl 1\JDzabvA i4o tom. 4 \A-\ii., Part II: No addendum was received in conncon with this Bid. Part 111; Certifications The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the following, and shall comply with all the stated requirements. 1. Affirmative Action Plan Successful bidder(s) shall establish an Affirmative Action Plan or an Affirmative Action Policy pursuant to Ordinance #10062 as amended. Effective date of implementation must be indicated on the policy: and 2. First Source Hiring Bidder certifies that it has read and understood the provisions of City of Miami Ordinance Section 18-110, pertaining to the implementation of a "First Source Hiring Agreement". Evaluation of bidder's responsiveness to Ordinance Section 18-110 may be a consideration in the award of a contract. 3. Non -Collusion Bidder certifies that the only persons interested in this Bid are named herein; that no other person has any interest in this Bid or in the Contract to which this Bid pertains; that this Bid is made without connection or arrangement with any other person; and 4. Drug Free Workplace The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the Bidder's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug -free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug -free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may beimposed upon employees for drug abuse violations occurring in the workplace; 78 Caribbean Marketplace Renovation - B-30671 Bid No.: 11-12-011 BID FORM (Page 4 of 8) (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug -free workplace program through implementation of subparagraphs(1) through (6); and 5. Lobbying The undersigned certifies to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid, or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) This undersigned shall require that the language of this certification be included in the award documents for "All" sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that ail sub -recipients shall certify and disclose accordingly. 79 Caribbean Marketplace Renovation - B-30671 Bid No.: 11-12-011 BID FORM (Page 5 of 8) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a pre -requisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure; and * Note: In these instances, "All" in the Final Rule is expected to be clarified to show that it applies to covered contract/grant transactions over $100,000 (per QMB). 6. Debarment, Suspension and Other Responsibility Matters The Bidder certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, and declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency. (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph 6.b of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. Where the prospective Bidder is unable to certify to any of the statements in this certification, such Bidder shall submit an explanation to the City of Miami. Part IV; Certification — Trench Safety Act The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the Trench Safety Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. Bidder acknowledges that included in the various items of the proposal and in the total Bid price are costs for complying with the Florida Trench Safety Act. These items are a breakout of the respective iterns involving trenching and will not be paid separately. They are not to be confused with bid items in the schedule of prices, nor be considered additional Work. 80 Caribbean Marketplace Renovation - B-30671 Bid No.: 11-12-011 BID FORM (Page 6 of 8) The Bidder further identifies the costs and methods summarized below: Quantity Unit Description Unit Price Price Extended . Method Total $ Attached is a Bid Bond [vJ, Cash [ ], Money Order [ j, Unconditional/Irrevocable Letter of Credit [ ], Treasurers Check [ Bank Draft [ ], Cashier's Check [ }, Bid Bond Voucher [] or Certified Check [ ] No. Bank of for the sum of Dollars ($ The Bidder shall acknowledge this Bid and certifies to the above stated in Part 111 and IV by signing and completin the spaces provided below. Firm's Name: 0.:\3.- Signature: Printed Name/Title: City/State/Zip: Y\\ • .)3.'D Telephone No.: \Z, Facsimile No.: -Ica/y.2-4'5, t E So'cial Security No. or Federal I.D. '2-M (d)-Lb LA-1A5•L E-Mail Address: ,A (01,1,c-mia54, Dun and Bradstreet No.: (if applicable) If a partnership, narnes and addresses of partners: 81 Caribbean Marketplace Renovation - B-30671 Bid No.: 11-12-011 BID FORM (Page 7 of 8) CERTIFICATE OF AUTHORITY (IF CORPORATION) HEREBY ERTI Y that at a meeting of the Board of Directors of taNcX�� *, (Wial\14' `Lc�aa cQr oration organized and existing under the laws of the State of %L i , 'teld on the ?l day of C @solution was duly passed and adopted authorizing (Name) )O j` --p1 arEic NI,C, as (Title) v1/4:e, y'V of the corporation to execute bids on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation, 1 further certify that said resolution remjns in fj 11force and effect. IN WITN WI J)OF,/ have hereunto set my hand this 5 , day of Secretary: Print: 1c.,' iaeL gc,,titk&� ,2oi'L CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of , held on the _day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the to execute bids on behalf of the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this - , day of , 20 Partner: Print: CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this Bid is authorized to sign Bid documents on behalf of the joint venture. If there is no joint venture agreement each member of the joint venture must sign the Bid and submit the appropriate Certificate of Authority (corporate, partnership, or individual), CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) 1 HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the Bid to which this attestation is attached. Signed: Print: IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 82 Caribbean Marketplace Renovation - B-30671 Bid No.: 11-12-011 BIB FORM (Page 8 of 8) STATE OF COUNT`( OF Ai, � i — bah_ NOTARIZATION ) ) SS: The foregoing instrument was acknowledged before me this day of 20 by \)4vs Z , who is personally known to me or who has produced as identification and who (did / did not) take an oath. SIGNATURE OF NOTARY PUBLIC STATE OF FLORIDA C�ILt.-//i• PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC 83 Caribbean Marketplace Renovation - B-30671 Bid No.: 11-12-011 Section 5- Attachments BID BOND *FORM (Page 1 of 3) State of Florida County of Dade City of Miami ) ) SS Perez-Gurri Corporation d/b/a KNOWN ALL PERSONS BY THESE PRESENTS, that N&J Construction as Principal, The Hanover Insurance Company as Surety, are held and firmly bound unto The City of Miami, in the penal sum of 5% of Bid Proposal Dollars ($ 5% ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying Bid, dated March 30th, CARIBBEAN MARKETPLACE RENOVATION — B-30671 Bid No.: 11-12-011 NOW THEREFORE: (a) ,2012,for: • If the principal shall not withdraw said Bid within one hundred twenty (120) days after date of opening the same, and shall within ten (10) days after the prescribed forms are presented to him for signature, enter into a written contract with the City, in accordance with the bid as accepted, and give bond with good and sufficient Surety or Sureties, as may be required, for the faithful performance and proper fulfillment of such contract; or, (b) In the event if the withdrawal of said Bid within the period specified, or the failure to enter into such contract and give such bond within the time specified, if the principal shall pay the City the difference between the amount specified in said Bid and the amount for which the City may procure the required Work and supplies, if the latter amount be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. 84 Caribbean Marketplace Renovation - B-30671 Bid No.: 11.12.011 I© BOND FORM (Page 2 of 3) IN WITNESS WHEREOF, the above bound parties have executed this instrument under their several seals, this 27th day of March, A. D,, 2012 the name and corporate seal of each party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. WITNESS: (If Sole Ownership, Partnership, or Joint Venture, two (2) itnes .e are required. If Cor+ « ation/ : creta y only t ` atte d affi seal.) urpty Secretar PRINCIPAL: Perez-Gurri Corporatio �, p N&J Construction f Flrrn) Affix Seal (Title) 4990 SW 72 Avenue, Suite 104 Miami (Business Address) Florida 33155 City State Zip Surety: The HA•v_I : nance Cotnpany Affix Seal of Authorized Officer) Davor 1. Miniica, Attorney in Fact and Florida Resident Agent (Title) 440 Lincoln Street (Business Address) Worcester, MA 01653 City State Zip 85 Caribbean Marketplace Renovation - B-30671 Bid No.: 11-12-011 BID BOND FORM (Page 3 of 3) CERTIFICATE AS TO CORPORATE PRINCIPAL certify that I am the Secretary of the Cor son named as Principal in the within bond; that ,jtv,ttx:j of said corporation; that I know his signature, and the signature hereto is genuine; and that said bon• as .0 signed, sealed and attested for and in behalf of said corporation by authority of its gody. STATE OF FLORIDA ) COUNTY OF DADE City OF MIAMI SS (Corporate Seal) Before me, a Notary Public duly commissioned, and qualified, personally appearedDavor I. Mimica to me well known, who being by me first duly sworn upon oath, says that he/she is the attorney -in -fact, for the The Hanover Insurance Company and that he/she has been authorized by Power of Attorney to execute the foregoing bond on behalf of the Contractor named therein in favor of The City of Miami, Florida. Subscribed and sworn to before me this 27th day of March, A. a, 20 12 INSTRUCTIONS: Bid Bonds must be accompanied by a Power of Attorney, In compliance with Instructions to Bidders ze,c41Z4,_ /(c Notaily Public, State of FI, rida of Large My Commission,cp� g aMhrs�=�F2`a �e mom°Q� rx.mm AKS °e° y. mg? �gg9,y, c : "1gT :.0. /7 FOb i1100�A 86 Caribbean Marketplace Renovation - B-30671 Bfd No.: 11.12.011 ?t ORIDA DEPARTMENT.O !',;INSURANCE • l,ic2ttse t<!u ber:.?.:; 1 • rs uci`tsco •_ Gene, ref Lines (Fir cp & Cas) ' thts r,canaea must hove an active apporntmelil,wi i( ihe4 in weror errpinyet for n.hlch prcducis or services are being marketed, Sae reverse for a<(Minn al requirements, THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint Charles C. Ball, Ileana M. Bauza, William F. Kleis, Davor I. Mimica and/or William L. Parker of Miami, FL and each Is a true and lawful Attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, or, if the following line be filled in, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows: Any such obligations in the United States, not to exceed Twenty Million and No1100 ($20,000,000) in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: 'RESOLVED, That the President or any Vice President, in conjunction with any Vice President, be and they are hereby authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as its acts, to execute and acknowledge for and on its behalf as Surety any and all bonds, recognizances, contracts of indemnity .waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys -in -fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons.' (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 - Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 28th day of November 2011. THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. On this 28th day of November 2011 before me came the above named Vice Presidents of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. THE HANOVER INSURANCE COMPANY MASSACHU TTS BAY INSURANCE COMPANY CITIZENS IN�JRAN0Et JY1PANYOF AMERICA BARBARA A.GARLICt( Notary Public CoRroxgaaln of MastaJwaErs Cc r6ssienEipirE;•l.21.2019 Barbara A. Garlick, Notary Public My Commission Expires September 21, 2018 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. 'RESOLVED, That any and at Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or any Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if at signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile.' (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 - Massachusetts Bay Insurance Company; Adopted September 7, 2001- Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 27th day of March 2012. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA n Margoslan, Vico President SUPPLEMENT TO BID FORM: QUESTIONNAIRE This Completed Form Must Be Submitted With The Bid, The City --^ At do Sole Discretion, Require That The' Bidder Submit Additional Information o|�-|---ded In The Submitted Form. Such Information Must Be Submitted Within Seven (7) Calendar -Daym Of The Cdy's Request, Pa||mce To Submit The Form Or Additional 'Information Upon Request By The City Qho|| Result in The R'gctinn Of The 8|d As Nmm'Rompmnm|ve Additional Pages �NayE�mUsed PoUovx!nQThe S'nmeForrnmtAnd 0unnherinQ. ' By submitting its Bid the Bidder certifies the truth and accuracy of all |DforD8UoD contained herein. A. Business Information 1. How many years has your company been in business under its current name and ownership? a. Professional Lice nses/Ce rtificati.o n s (include name and number)* (Include active certifications of small ordisadvantage business aname of certifying entity) b. Date company licensed bvDept. CfProfessional Regulation: C. Qualified Business License: F1' Yed—| No |fYes, Date Issued: Issuance Date d. What ksyour primarybUSineaa (This answer should hospecific. For example; 'nA.dminage-schools, interio--- `-. a e . . . to company: f. Names of previous Qualifiers during the past five (5\ years including, licenseDu0berm.no(atioDshiptoC0nopaOyandyeona8aquo|�8rfor ' '1h8company -- ��"^~ '��`~ `+�+x�`'^~��� 2. Name and Licenses Cfany priorcoDlpanieG Name of Company License No. Issuance Date 3. Type of Company: Corporation PSole Proprietorship []Other: (Corporations will required ~ provide " copy ". their corporate resolution prior mexecuting acontract) 0 Caribbean Marketplace Renovation 'B'30G7i Bid No.: 11'12-811 4. Company Ownership a. Identify all owners of the company Name Title b. % of ownership tc Is any owner identified above an owner in another company? If yes, identify the name of the owner, other company names, q(\ '&C)f)'\4 02k1A-, e\ktk: [ Yes E No and % ownership o lb c. Identify all individuals authorized to sign for the company, indicating the level of their authority (check applicable boxes and for other provide specific levels of authority) Name Title Signatory Authority All Cost No -Cost Other C L P ❑ C ❑ I- C L Explanation for Other: (Note: "All" refers to any type of document including but not limited to contracts, amenciment, change proposal requests (CPR), change orders (CO), notices, claims, disputes, etc. "Cost" refers to CPRs, COs. No -cost refers to RFIs,. Notices, and other similar documents) 5, Employee Information Total No. of Employees: 5 Number of Managerial/Admin. Employees: Number of Trades Personnel and total number per classification: (Apprentices must be listed separately for each classification) How many employees are working under H2B visas? 88 Caribbean Marketplace Renovation - B-30671 Bid No.: 11-12-011 6. Has any owner or employee of the company ever been convicted of a federal offense or moral turpitude: If yes, please explain: 7. Insurance & Bond Information a. Insurance Carrier name & address: FCC-1-� cvc, C. UbNA Li ` S + l 5� 1 1 � t . -Li` qo 9 c- b. Insurance Contact Name, telephone, & e-mail: c. Insurance Experience Modification Rating (EMR): 1.0 (if no EMR rating please explain why) d. Number of Insurance Claims paid out in last 5 years & value: 0 e. Bond Carrier name & address: Bond Carrier Contact Name, telephone, & e-mail: g. Number of Bond Claims paid out in last 5 years & value: C 8. Have any claims lawsuits been file against your company in the past 5 years, If yes, identify all where your company has either settle or an adverse judgment has been issued .against your company. Identify the year basis for the claim or judgment & settlement unless the value of the settlement is covered by a written confidentiality agreement. 9. To the best of your knowledge is your company or any officers of your company currently under investigation by any law enforcement agency or public entity. If yes, provide details: Ao 10. Has your company been assesseliquidated damages or defaulted on a project in the past five (5) years? ❑ Yes ;. No (If yes, provide an attachment that provides an explanation of the project and an explanation. 11. Has your company been cited for any OSHA violations in the past five (5) years. If yes, please provide an attachment including all details on each citation, 89 Caribbean Marketplace Renovation - B-30671 Bid No.: 11.12-011 12. Provide an attachment listing all of the equipment, with a value of $5,000 or greater, owned by your company. B. Project Management & Subcontract Details 1. Project Manager for th' roject: a. Name: b. Years with Company: c Licenses/Certifications: S-ee- ksbcC-Ae09, d. Last 3 projects with the company including role, scope of work, & value of project: 2. Subcontractors: Name Trade % of Work License No. Certification* (*active certifications of small or disadvantage business & name of certifying entity) 3. Scope of actual construction work to be performed by your company and the corresponding percentage of the work: (This does not include such items as insurance * bonds, dumpsters, trailers, d other similar non -construction work items) i C. Current and Prior Experience: 1. Current Experience including projects currently under construction, recently awarded, or pending award (Provide an attachment to this questionnaire that lists all such projects, including the owner's name, title and value of project, scope of work, projected or actual start date, projected completion date, and number of company trades personnel assigned to the project) 2. Prior Projects of a similar size, scope and complexity: Provide an attachment to this Questionnaire that includes Completed Projects the Proposer considers of a similar, size, scope and complexity that the City should consider in determining the Bidders responsiveness and responsibility. This attachment must include the project that meets the minimum number of projects identified by the bid solicitation. Information provided must include the owner's name , address and contract person, including telephone & e- mail, title of project, location of project, scope, initial value and final cost of the project, 90 Caribbean Marketplace Renovation - B-30671 Bid No.: 11-12-011 ' � v � � projected and final tiDD8fnaOOeS for completion in C8|8ndor days and the OUnObar of company trades pH[oOnDoi by o|asSBOo8UoD' that were assigned to the project. The delivery method, iDc7Uding, but not limited to; design -build, {�~~np` Risk. Design. -Bid -Build, etc. is to be identified for each Project, If there is G difference betweenthe x='initial and final cost or initial and aotWm| tinl ( Dle provide details OD why the diMtnBo exist. ~ reference letter is to be completed by the owner of the Project and submitted as part of the Bid submission. ' ' D. Bidder's References Bidders are tOinclude aminimum offive (5)references from completed projects listed in C.2above. The attached reference letter[ form must be used and included Vv�� the Bid submission. The Chv.Gtits sole disCR&ionDnoyallow the Bidder toSUbm�-the —�references after the specified date for Bid submission. 91 Caribbean Marketplace Renovation 'B-30871 Bid No:1142-U1i SUPPLEMENT TO BID FORM: CUSTOMER REFERENCE LISTING (Page 1 of 1) Bidders may furnish the names, addresses, and telephone numbers of firms or government organizations for which the Contractor has provided services in addition to the minimum five (5) projects of a similar size, scope, and complexity. 1. Company Name Address Contact Person Contract Amount Telephone No/Fax No 2. Company Name Address Contact Person Contract Amount Telephone No/Fax No 3. Company Name Address Contact Person Contract Amount Telephone No/Fax No 4. Company Name Address Contact Person Contract Amount Telephone No/Fax No 5. Company Name Address Contact Person Contract Amount Telephone No/Fax No 92 Caribbean Marketplace Renovation - B-30671 Bid No.: 11-12-011 SUPPLEMENT TO BID FORM; OFFICE LOCATION AFFIDAVIT (Page 1 of 2) Please type or print clearly. This Affidavit must be completed in full, signed and notarized ONLY IF YOU MAINTAIN AN OFFICE WITHIN THE CORPORATE LIMITS OF THE CITY OF MIAMI. Legal Name of Firm: Entity Type: (Check One) fl Partnership 0 Sole Proprietorship LIII Corporation Corporation Document No: Date Established Occupational License No: TrierMtNit PRESENT Street Address: Date of Issuance ttrabostfrnenUfrAtheilagotert-,,idio City: State: How long at this location: PREVIOUS Street Address: City: State How long at this location: According to Section 18-85 of the City of Miami Code, as amended: The "City Commission may offer to a responsible and responsive local bidder, who maintains an office in the City of Miami, the opportunity of accepting a Bid at the low bid amount, if the original bid amount submitted by the local bidder does not exceed 110 percent of the lowest other responsible and responsive bidder.'' The intention of this section is to benefit local bona fide bidders/Bidders to promote economic development within the corporate limits of the City of Miami. I (we) certify, under penalty of perjury, that the office location of our firm has not been established with the sole purpose of obtaining the advantage granted bona fide local bidders/Bidders by this section. 94 Caribbean Marketplace Renovation - B-30671 Bid No.: 11-12-011 SUPPLEMENT TDBID FORM: OFFICE LOCATION AFFIDAVIT (Page 2of2) Authorize Signature Authorized Signature Print Name Print Name (Corporate Seal) Title Title Authorized o/0/mtuna Authorized Signature (Must be signed by the corporate secretary of @ Corporation or one general partner of o partnership or the proprietor of S0|e proprietorship or all partners Of 8 joint venture.) NOTARIZATION STATE OF FLORIDA, COUNTY OF DADE That: ~ personally appeared before me and acknowledged the foregoing instrument as his/her act and deed. � That produced ` .�-- as identification. NOTARY PUBLIC: MY Commission : Please submit with your Bid copies of Occupational License, professional and/or trade License to verify local status, The City of Miami also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other docunnante(s) to verify the location of the firm's office. aay ADDENDUM NO. 1 March 1, 2012 INVITATION TO BID NO.: 11m12 O11 CARIBBEAN IVIARKETPLACE RENOVATION PROJECT NO. : B-30671 TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications and/or deletions amend the above -captioned Invitation to Bid and shall become an integral part of the Bids submitted and the Contract to be executed for Caribbean Marketplace Renovation -- Invitation to Bid No.: 11-12-011 (the 'Project"). Please note the contents herein and affix same to the documents you have on hand. All attachments (if any) are available on the CIF website and are part of this Addendum. A. REVISED BIDS DUE DATE: The Bids Due Date for this ITB NO.: 11-12-011 has been changed to: FRIDAY, MARCH 30, 2012 c@ 2:00 P.M. B. Revised Minimum Requirements: The provision specifying the Minimum Requirements for Prospective Bidders for ITB No:: '11-12-011, found on page 6 of the Contract is hereby replaced with the following: Minimum Requirements: Prospective Bidders must have, as of the Bids Due date, a current certified General Contractor license issued by the State of Florida or a current certified Building Contractor license issued by the State of Florida end must have a minimum of five (5) years experience under its current business name in the construction/renovation of commercial/retail building projects, supported by references for five (5) projects completed within the past five (5) years. Submitted reference projects must demonstrate that the Bidder was the Prime Contractor for the project. NOTE: The requirements that (i) Bidder has self -performed at least thirty percent (30%) of the physical construction work for each of the five (6) reference projects; and (ii) Contractor must self -perform at least thirty percent (30%) of the physical construction work for the Project have been eliminated. Addendum Pio. 1 Caribbean Marketplace Renovation ITS No.: 11-12-011 Requests for Information - Since Issuance of the Bld on Wednesday, February 8, 2012i The following responses are to RFI's posed since issuance of Bid No,: 11-12-011 on Wednesday, February 8, 2012, Ql. What is the estimated construction budget for the Caribbean Marketplace Renovation Protect? Al. CIP has established a maximum budget of $800,000 that Is unencumbered, available and allocated for this project. This amount is not CIP's official cost estimate for the work, but is the budgetary constraint established for this contract. Submission of a bid under the maximum budget is not a guarantee of contract award and cannot be interpreted as an appropriate or awardable bid amount, Q2. Where are the points of connection for FPL and 13ellsouth? A2. Please refer to the boxed note (#1) on sheet E-1 for power and telephone points of connection, There is a pole mounted transformer near the northeast corner of the building that should be noted by the bidders when they visit the site. Currently there is no power and no telephone service in the building. Q3. During the pre -construction meeting, it was mentioned that the owner has previously done an asbestos survey and lead paint resulting from no asbestos and lead paint, therefore it was not to be included in the proposal. Please confirm and or include the report if any asbestos was encountered. Please advise? A3. Please find attached hereto the Clty's Asbestos Renovation Survey dated January 26, 2010 and prepared by Professional Service Industries, Inc. (see Additional Information, Item 1, below). Assume that there is no lead -based paint. Q4, During the pre -construction meeting, it was mentioned that a possible 2"d site visit could be arranged. Please advise when is this going to take place. A4. The 2"d site visit for inspection purposes has been scheduled for Wednesday, March 21, 2012 @ 10:00 A,M. Q5. On Sheet A4.1, detail 7 8 8, it shows "Paint Finish (typ,)" on the walls of the restrooms. However, on sheet A7.1 room finish schedule, it shows ceramic tile W.1 finish on the walls, along with F-1 and B-1 ceramic flooring and base respectively. Please clarify location of tile, If any, and height of tile on walls. A5. Please refer to Roorn Finish Schedule on A7,1 and disregard "paint finish" note indicated on A4.1. All walls in rest rooms shall be finished with ceramic tile, full height, and ceramic tile bases. See toilet rooms in existing Cultural Arts Center; the intent of the drawings is to duplicate the wall and floor finishes in the public rest rooms in the Cultural Arts Center (next door) per Roof Finish General Note #5. Q6. Sheet R-3 shows 0 wall mounted light fixtures with no type designated, on the same sheet there are fixtures shown and marked as fixture type M2, M3 and 11114, yet there is no corresponding fixture type on the fixture schedule. Pease provide some clarification. AG. Please see drawing A3.6, Key Note #46 as marked on the plan should have been indicated as Key Note #44 ("Wall mounted lighting fixture (see electrical drawings"). Revise drawing F-3 and add this general note: "Wall Scone: Provide a $250 allowance each fixture, to be selected by owner". Revise Drawing E-4 "Lighting Fixture Schedule" to include these fixtures that relate to the fixtures indicated on Drawing E-3: M2: 2'-0" linear fluorescent, 2 lamp, 2-17w T8 LSI model S217ss010-120 M3: 3'-0" linear fluorescent, 2 lamp, 2-28w T8 LSI model 82288s010-120 M1/14: 4'-0" linear fluorescent, 2 lamp, 2-32w T8 LSI model 8232ss010.120 Addendum No. 1 2 Caribbean Marketplace Renovation ITS No,: 11-12.011 B. Additional Information: 1. Please find attached the City's Asbestos Renovation Survey dated January 26, 2010 and prepared by Professional Service Industries, Inc.; The following changes are hereby Incorporated into the Project Plans: Change drawing A1.1, item 3/A1,1 Floor Plan General Notes, change note 41 to read: "Patch concrete slab on grade at locations where plumbing lines, electrical lines, concrete columns, and/or block walls were removed or will be installed as part of this project. Patch slab with 4" thick concrete on compacted base and vapor harrier; reinforce and finish concrete to match existing/adjacent slab -see structural drawings," Change drawing A1,1, item 3/A1.1 Floor Plan General Notes add note #9: "Prepare all concrete floor slabs to receive floor finishes noted on A7.1." Change drawing A7.1, item 2/A7.1 Room Finish General Notes, add note 47: Floor finish type F-3 shall be Benjamin Moore Anti -Slip Floor Coating (116), colors as selected by Architect (assume two colors),"; 3. Please note: paragraph 12, Work Stadind and Phasing on page 24 of the Contract, amended to include the following provisions: The Contractor shall have exclusive use of the property in order to complete the work of this Project except for the space between column lines A and B and between column lines 1 and 6 (called the "Western Bay"). The Contractor may use the Western Bay on all days except Saturdays between 12:01 AM until 11:59 PM, The City shall use the Western Bay for retail purposes on Saturdays, The Contractor must work around and protect the existing wood stud partition during the first four months of the project and after receiving a Notice To Proceed. The Contractor shall turn over the Western Bay to the City at midnight each Friday, and the Western Bay shall be kept free of stored construction material, tools, and equipment on Saturdays. The Western Bay shall be turned aver to the City in a broom -clean condition each week, At the conclusion of the previously mentioned four month period, the Contractor shall remove the wood stud and gypsum wall board partition and dispose of the debris. The Contractor shall patch the concrete floor slab to receive floor finishes as specified in the drawings. The Contractor shall not be responsible for the safety or security of people, furnishings, and equipment associated with or left in the Western Bay on Saturdays. has been 4. Please note: paragraph 1, Contract Time & Hours on page 69 of the Contract, has been amended to include the following provisions: Contractor shall have One Hundred Eighty (180) calendar days to achieve Substantial Completion from the date of the Notice to Proceed is issued. Contractor shall have an additional Thirty (30) calendar days for Final Completion of the Contract. Addendum P1o, 1 3 Caribbean Marketplace Renovation 'TB No,: 11.12-011 THIS ADDENDUM IS AN ESSENTIAL rORTION OF THE CONTRACTAOCUMENT AND SHALL BE MADE A PART THEREOF. JenVanny=odrc ntD|naotor This addendum should besigned and dated bvBidder and submitted Hs proof of n8ceiptwith the Submission of bids. The Bidder bvidentifying the addendum number in their bid proposal and by the signing and submission of their bid, shall serve as proof of receipt of this addendum. NAME OFFIRM: -4 '10-_~� 1 � 6' � � D�E � _-_-^ _ . _ / Addendum No. 1 4 LMY 4 H�e� ADDENDUM NO,2 March 14'2O12 IINIVITATION TO BID NO,: 11_12~011 CAR|BBEAN MARKETPLACE RENOVATION PROJECT NO.: 13'30671 TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, dariftatnns and/or deletions amend the above -captioned Invitation toBk1and shall baconoaanintegral pa�ofUmB�aaubnn��dand the ��ont�/ottnbaexoc''for Cahu�u»n ��orketu|acoRenuveUon—|nv�etiuntoBid No.:11 13-011 �he'1� "Project"). Please herein affix aannetothe dmnurnentayou have onhand. ' ^ ' contents '''m/ All attachments (if any) are available on the CIP welbsite and are part of this Addendum. A. Reqoeotayor|nformaUnn—SinoeIsmuancmofAddmndunmNo.1onTbunydaV.K0anch1,2U12; The following responses are to RR's posed since issuance of Addendum No. 1 on Thursdoy, March 1 2012. Q1' Dnprevailing wages apply tothis job? Al. Davis -Bacon wage requirements MOnot apply t0this Project, Q2' 9|eamw advise. Bronze Anodized finish as shown in specification. 08620- Aiunoiouno Windows note 3,ionot available, confirm KBronze PairdFinish |mgoing iobaused. ' A2, Bronze powder coat paint finish is acceptable. Q3. P{emmo clarify which system is going to be used for sliding Q|awa windows; a 8��D-26OU series" as shown in specification 08620' Aluminum Windows, note 3 Sheet SP-~' 1b ARCH �ada' 1GO0impact nienvmoohmvxnonkey note #3DetSheet /\3.G ' " A3. Sliding windows ehoU be Series 1800 Impact View as indicated by key nota#38 on aUA2 sheets (dis- regard 8GO'2500 product). Series 1600 is manufactured byTru|iteGlass and Aluminum Solutions ' Q4. Please Define Glass Color and thickness, A4. Bronze tinted glass; 7/16" impact resistant with low-E {JS. [)msheet A3.2, Key note 30^ it shows "mor|ee 1600 impact nium/" by ARH windows, two units J{Om/�hcanbaY1"x4/'a|urn|nunntube mu|Uon(N[)A09-MM17'O4)".please clarify: a."series 1608 Addendum No.2 ./ impact view" by f\FZH mdndovvm, is this the system that is going to be used? "The U insulated m|umiuurn horizontal sliding window" is not available in ARCH "series rma y 0g-0G17.04)" refers to RoofingRoofingcate0ury not Aluminum �|aoinQ n' ma 1G— »u" ' c' ^'(NC)^� ��8. The aluminum muUion'sNO/\number OQ-O617.O4has expired since the drawings were prepared The mullion's current NQA is 11'1213.07. Contractor may select any suitable mullion provided that it is finished to match the windowwindowunits and has a current NOA Omit requirement for thermally insulated a/ated glazing. Bronze tinted glass vvith|ov�E|sacceptable. ' 06' Dmor#<3'2 shows the rolling doors on the outside being cut in the middle, is there one door or doors leading the sectional door exposed to the outside? Sectional Q!amm doors cannot meet code, There would need to be nvhn|o door covering the g|ema sectional. The otherdoons are fine m/000 it covers the whole door. Please c|adh/'JG. Door G-2 (g[euo sectional door) is protected by two existing a'a||ar metal roll up doors. These metalroll up doors will remain and they are assumed to be hurricane resistant. Both wall openings mreprotaotedbvthemxiaUngnata| uvws, None of the new glass sectional doors one required to be hurricane resistant. Q7. 7/A6-2 shnovm tube steel and angle for curb framing. Onnm this detail represent what they will be doing with all the skylights ammxeU as the RTU frames? There �— is no indicated detail on the structural drawings. A7- The scuttle will be supported with ,daa| tubes as indicated on details 45/AU 1 and 7/A0The RTUs are to be supported'�a existing on roof racks as indicated VnAO 1 and 4/8 2 The ' iati '2 � be replaced and new steel oSupport'' structures for the skylights vviUrao�Q »e required skylights �na to Repair Plans). qu/eo(oee attached Roof C18' Sh[-1,sink faucet and drain shown on sheet PI under room 114a,a not specify on PlumbingFiu±uraamGbedu�amheetP'3.P/emse advice. ' A8. OK-1 shall be a Kindred Commercial Stainless Steel aink#LBS7312P-1/3 standard use382/304 Stainless Steel, Foucmt American Standard #4114.100.002.supply p-Trop. ' ` {l8' What iafloor finish F~3''ooetinQ"me indicated mo/\7.1? A9. Benjamin Moore Anti -Slip Floor Coating (116)| two coats, assume three manufacturer's standard colors as selected by Architect, Additional Information-, 1. Expanded Project, Scope: The Scope of Worh for this Project �p���on��Gm��� 7. paragraph J of the Contract)is hereby amended to include nupminy to the facility's roof structure inaccordance with the Roof Repair Plans attached hereto. Accordingly, page 77of the Contract, BID FORM (Page 2 ofU) has been revised to reflect the Roof Repair as ou&|ternatoAdditixe|ten(aeeuttached); 2' Required 88obd Ron�ediat|oq; The following Mold Remud�ton Specification is hereby incorporated into the Project Plans: Contractor shall perform mold namediaUon.Vimib|o microbial growth occurs on the underside of the gypsum roof deck (north portion of the building) and the water damaged interior stucco vvoU (south wall) as indicated on the attached marked up plan. These surfaces ohnU be wiped with anti -fungal agent and cleaned and dried and then sealed with Foster anti -microbial sealer paint. These nonoediationo and applications uhe|| be performed by a contractor that specializes in microbial rennediation. Products shall be applied in accordance with manufacturer's printed instructions and recommendations. Upon completion of AddondumNm.2 2 the mold remediation, the contractor shall submit to the City certification from an approved testing lab that the specified remediation techniques were correctly and completely applied and the remediation was in conformance with the remediation specifications. Acceptable anti -fungal wiped agent: Fosters 40180, disinfectant cleaner to wipe down the mold (see attached MSDS) Acceptable anti -microbial sealer paint: Fosters 40/20, e paint coat to prevent future growth (see attached MSDS) SEEEEALSO: (i) Roof Repair plan sheet A-2 marked to show known rd IocatIons (attached); THIS ADDENDUM 1S AN ESSENTIAL PORTION OF TFIE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF, Jeova Y ";dr►• rye E., Assistant Director Capit- Im; ovemo is grogram This addendum should be signed and dated by Bidder and submitted as proof of receipt with the submission of bids. The Bidder by identifying the addendum number in their bid proposal and by the signing and submission of their bid, shall serve as proof of receipt of this addendum, NAME OF FIRM: SIGNATURE: Addendum No. 2 Caribbean Marketplace Renovation Fre No.: 11-12-011 3 ~ ° � ADDENDUM NO, 3 March 2G.3O12 INVITATION TO BID NO.: 11~12.01 1 CARIBBEAN MARKETPLACE RENOVATION PROJECT NO.: B-30671 TO: ALL PROSPECTIVE BIDDERS: The following ohangeu, additions, ohnhfiooUony and/or deletions amend the above -captioned Invitation to Bid and shall become an (nhaqno| part ofthe Bids mubmitted and the Contract ho bwexnoVhedfor Caribbean Marketplace Renovation — Invitation toDid Nn.:11-12'O11 (the "Project"). Please note the contents herein a d a�|xsame k)the documents you have onhand, » All attachments (if any) are available on the CIP website and are part of this Addendum. A. Requests for information — Since iosuLlGq_pfAddmndumNn.2onVVadnneday [Na 2: The following responses are to RR'o posed since issuance ofAddendum No 1 an Wednesday, March 14,2012, Q1. Sheet A1.1 indicates o new window between gddUnea B & C. The demolition plan Sheet AO indicates existing louvers and frames to romaYn. Please clarify if any demolition work is to be -- 3 required |nthis opening. A1. A1.1 shows the existing wood louvers to remain and the new windows correctly. (32. Sheet CS.1` Note i'| states that the Ice machine is part of this permit.Sheet /\1 i lodiumtam . N'I,C. Please clarify ��h the ice �genstnrare tu he included in the b|d^ ��d�nynrn Please provide speuUiumUona. ' ' /\2. No. This equipment |apart nfthe permit, but not the bid'ascope. Q3. SheetA1'3. Note 2 oaUo to provide sprayed applied translucent insulation on the existing skylight. Addendum 42 is replacing the existing square sky|ights. Please clarify if only the rectangular skylight mnthe roof ridge will /ecoivethe spray applied inmu|aU0n A3. Spray applied translucent insulation onthe exiodnO Square skylights is no longer required because the new skylights willwillbe double dome, translucent units, The rectangular skylight on the ridge (south side) must bocoated with the spray applied insulation coating. Q4. Sheet 41.% Roo[ Plan Key Note #2 raVuinom ihmm (3) ooaby. vxhi|a VVaU Section Key Note 28 indicates four (4) coats. P|aaoa clarify the required number of coats and m/h|nh skylights will require the coatings. Addendum No. o Caribbean Marketplace Renovation OBNu;M-12~o11 A4. Three coats Q5. Sheet A3.5 Wall Section # 1 indicates a corrugated canopy with diagonal wood framing support. Please provide a framing plan how these canopies should be constructed. A5. Submit shop drawings - 2x4s at 48" on center maximum. Q6. Sheet A5.1 moor Schedule Note # 1 requires the contractor to repair or adjust, as required, the existing roll -up doors to "like new condition". It Is impossible to determine the cost involved with this scope. Please provide a dollar allowance so that each kidder bids the same cost. AG. Bidder has the option to install new Impact resistant metal roll up doors of same size and design. Q7. Sheet A5,1 Door Schedule does not Indicate the door material for the new double door E-1. Please provide. A7. Hollow metal, full flush, #17 on schedule. QB. Sheet A1.1 South Ramp Note states: "Omit Door E-2". Door E-2 on door schedule rernarks column refers to see Note 13, Note B states existing door and frame remains, Please clarify if door E-2 exists. AB. Omit door E-2 and Door Schedule's reference to Note A. The opening will be protected by the existing roll up metal door. No swinging doors are required at this opening. Q9. Please clarify the intent of Note A on the door schedule and Detail Key Notes on sheet A5.1. A9. Adhere 1" wide by 1/2" thick full height vertical hardwood strips to the exterior skin of the doors. These strips will be stained or painted a different color from the door skin. Q10. Doors 104 and 115 are designated as roiling grilles. Door schedule indicates these doors as aluminum/glass. Please correct. Al 0. These rolling grilles shall be bronze finished aluminum. There will be no glass. Q11. Sheet A1.3 Note 11 requires security gates at each condensing unit. Are the security cages to rest on the beam or should they rest on the roof? Please provide a detail how the cages are to be positioned. All. The security cages shall be fastened to the steel condenser support structure and may not rest on the roof or roofing. The intent of the cages is to prevent theft of the condensers and their parts. Cage must include bottom surface. 012. Sheet SPC-2 Addendum #2 includes roof coating system specifications for restoration of the existing metal roof. Please clarify if the cost associated with the restoration of the existing metal roof is part of the base bid, or should It be included in Item # 3 Alternate Additive — Roof Repair, of the bid form. Al2. See the Revised [aid Form (attached hereto as Additional Information, Item 1, below), Q13. Please clarify if only the cost of the "roofing scope" of work Indicated on sheet A-2 of Addendum #2, which also indicates water and mold damage, is this the only cost to be included in Item #3 of the bid form. A13. See the Revised Bid Form (attached hereto as Additional Information, Item 1, below). 014, Please reissue roof plan sheet A-2, "Roof Repair" because roof notes are not legible. A14. The text of the "Roof Plan Key Notes" is legible on sheet A-2 Included with the posted set of "Roof Repair Plans". Addendum No. 3 2 Caribbean Marketplace Renovation ITS No.: 11-12.011 015. Sheet SPC-2, General Conditions, paragraph 1.03, submittals, states that at the time of bidding the applicator shall submit various items to the owner, These items should be required once the project commences and before a pre -roofing meeting. Please clarify what is required to be submitted, if anything. A13. Correct. These items will be required once the project commences and before a pre -roofing meeting. Q16. On February 22, 2012, a non -mandatory meeting was held at the site, at which time the restoration to the metal roof was not being considered and not part of the bid. On March 14, 2012, Addendum #2 was issued which included and outlined the restoration specifications on sheet SPC-2. Paragraph 1.06 on sheet SPC-2 Part B states that the bidder shall inspect the roof and shall be responsible as to the condition that may affect the proper execution of the work. Please note that no claims for extra cost will be allowed because of lack of full knowledge of existing conditions. How can the bidders be responsible for something that was not available for observation and consideration at the time of the non -mandatory site meeting? Either please schedule another site visit and provide access to the roof, or eliminate this requirement. A16. The above -referenced requirement will not be eliminated and no additional site visits will be scheduled, Please note that the 2"d site visit for inspection purposes was scheduled for Wednesday, March 21, 2012 c� 10:00 A.M (see Q4 and A4 of Addendum #1 issued and posted on the CIP webpage Thursday, March 1, 2012). As noted, Addendum #2 was Issued and posted on the CIP webpage on March 14, 2012, seven days prior to the 2"d site visit. Accordingly, all information concerning this matter was available for observation and consideration at the time of the 2"d site visit. Nonetheless, Bidders shall assume that there are approximately 60 1/4" diameter holes that must be patched. There is at least one larger hole under the north cupola, about 81' x 10" and this must be patched as per detail B/S1.0. B. Additional information: 1. Revised Bid Form; Page 77 of the Contract, BID FORM (Page 2 of 8), has been revised to identify the items to be included in Item 3 - Alternate Additive Roof Repair (see attached); THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE IWONTRA T DOCUMENT AND SHALL. BE MADE A PART THEREOF. Jeovan y _ radr iez, P.E , Assistant Director Capital it ro ents P .rani This addendum should be signed and dated by Bidder and submitted as proof of receipt with the submission of bids. The Bidder by identifying the addendum number in their bid proposal and by the signing and submission of their bid, shall serve as proof of receipt of this addendum. NAME OF FIRM: ^rl +� 1r : �% c ^!� f'k. ,Si, DATE: "4— ' SIGNATURE: r�rrrrr Addendum No. 3 3 Caribbean Marketplace R:novatlon IT 3 No.: 11.12-011 ADDENDUM NO.4 March 3B,2O12 INVITATION TO BID NO.: 11~12~01 1 CARIBBEAN MARKETPLACE RENOVATION PROJECT NO. : B.30671 TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications and/or deletions amend the above -captioned Invitation boBid and shall become aOintegral part ofthe Bids submitted and the Contract tubeexecuted for Caribbean Marketplace Renovation — Invitation to Bid No.: 11-12-011 (the "Projecr'). Please note the contents herein and affix same hothe documents you have onhand, All attachments (if any) are available onthe CXPn«ubaih»and are part ofthis Addendum, A. REVISED BIDS DUE DATE: The Bids Due Date for this |TBNO., 11-12'011 has been ohnnqedto: TH18ADQENDU80 kSAN ESSENTIAL PORTION OFTI-EOO' RACTDwCUK8ENT Arm SHALL BE MADE A PART THEREOF. A ' ' Jeovann Capital Fhguez' P. ` Assimbont Director This addendum Should besigned a0ddabedbv8idderandsubnndb»dasp[oofof receipt with tile Submission oybids. The Bidder byk1bntKNngthe addendum number iDtheir bid proposal and bytile signing and submission oftheir bid, shall serve ooproof ofreceipt ofthis addendum, NAME OFFIRM: ' ` Caribbean Marketplace Renovation [7BNo.:1142-011 ADDENDUM NO. 5 April 4, 2012 INVITATION TO BID NO.: 11-i2-011 CARIBBEAN MARKETPLACE RENOVATION PROJECT NO.: B-30671 TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications and/or deletions amend the above -captioned Invitation to Bid and shall become an integral part of the Bids submitted and the Contract to be executed for Caribbean Marketplace Renovation — Invitation to Bid No.: 11-12-011 (the "Project"). Please note the contents herein and affix same to the documents you have on hand. All attachments (if any) are available on the CIP website and are part of this Addendum. A. Additional Information: 1. Required Mold Remediation: The following Mold Remediation specification supersedes the Mold Remediation specification provided in Addendum No. 2, and is hereby incorporated into the Project Plans. Contractor shall perform mold remediation. Visible microbial growth occurs on the underside of the gypsum roof deck (north portion •of the building) and the water damaged interior stucco wail (south wall) as indicated on the attached marked up plan. These surfaces shall be wiped with anti -fungal agent and cleaned and dried and then sealed with Foster anti -microbial seater paint. These remediations and applications shall be performed by a subcontractor that has a Florida Mold Remediation license. Products shall be applied in accordance with manufacturer's printed instructions and recommendations. The Contractor shalt advise the City, at the earliest convenience, that the specified clean-up has been completed and testing can be performed, The City will perform the mold testing. Acceptable anti -fungal wiped agent: Fosters 40/80, disinfectant cleaner to wipe down the mold (see attached MSDS) Acceptable anti -microbial seater paint: Fosters 40/20, a paint coat to prevent future growth (see attached MSDS) SEE ALSO: Roof Repair plan sheet A.2 marked to show known mold locations (attached) Addendum No. 5 Caribbean Marketplace Renovation ITB No.: 11-12-011 THIS ADDENDUM IS AN ESSENTIAL PORTION OF C h) RACT 'DOCUMENT AND SHALL BE MADE A PART THEREOF. Joova n Capital , Assistant Director ()gram This addendum should be signed and dated by Bidder and submitted as proof of receipt with the submission of bids. The Bidder by identifying the addendum number in their bid proposal and by the signing and submission of their bid, shall serve as proof of receipt of this addendum. NAME OF FIRM: SIGNATURE: Caribbean Marketplace Renovation ITS No.:11-12-011 J4y)TDATE: 17/// Addendum No. 5 2 Mal IX 0 taA4Y pr-r or•Isr [pM ettsU W N taM 77kaa Ilf•r rp' C(•a qr 11-41rq' ,:t j Rod Ma Kra nctaa 0 0410010' ri 0 141c401 3nmsa ate tpft WI tta w a< xra<am No.. Cat aka Rtatk trh raAn Stt tugl ratkv4 KIKaki 0Kra (ti,sok fa4a aura wMKrkk aoora tKkja dakr tzkl 0 bc(Ina% f 1, 1414 att 4YmMM1`LQ t>tta Pkat.a< I(tUft aottra Ma tar., an( [zaat l'Mt C.t Lard zwas as tiros (, A'.41ifx 1Rwa 1k rf ntl4w m;, Mnu-o, pr P+ha aort>ia satttta. 4 paK Qiltattma CU War. p.,aW4 KaWA+az, :tan Q:FY, Plat tra t}30am: A 14+t Iwo cat Q at tmecanri matt. -,i trat Ya-1 N't<Kat[ta.q. NJXs WA Pro%cant o1,a rats tFS.L CI0G ant rx hPS00I1LtvN,b-'Y al aa;at • an.vrmlarxt 0 pm9�s}oucc t•n n.c(1s9�1teaa az wlrc rive c;Yat4 q his ai KIK pMaxn T awl s tart aru Q' mar ar Mu( Mat asa=tev°a rr"arkka''rtLlsaana r��'ret lw ea Ms tiesim.O4t rue. m.n aa,cv i'•man w'n*4(p*Licav t,•,c41 ervrrnna as mrt CC. a ta*1 ra 0aaarrt an151`.a, QGO Mat lW IN toC0 loc+M 110 MLA 0f 9.4CABaar4 0 cAtnto rpm Q ca+t ww Q 441 Aa aaa p+sa tma LEGEND £ VtWA.T a4 MOL3, 05- 00- iz t�,St 4* IMI CPI ¢<zivvw ta4K.I Sac e1Y T Y ma nY ts...zt 4m SL4� JY Cm/ of Miami To Whom It May Concern Subject: Reference Letter Nam© of Bidder: N & J Construetinn Johnny Martinez, P,E. City Manager The above referenced contractor is submitting on a bid solicitation that has been issued by the City of Miami. We require that the Bidder provide written references with their Bid submission and by providing you with this document the Contractor is requesting that you provide the following reference information. We Would appreciate you providing the information requested below as well as any other information your feet is pertinent; Narne of Project: Scope .of work: Weston City Ball. - 15,000 SF Building & Site Work Value of project: $ 6,0ao,0U0 mate Completed; _ Oet0ber 2007 Percentage of physical construction work self -performed by Contractor: Was project cornp.leted on time & within budget: 3 Yes ❑ No If no, was the.contractor at fault or contribute to the delay(s) or increased cost? If yes, please provide details: ❑Yes ❑ No Comments: Thank you for your assistance in helping us in evaluating our bid solicitation. Name of individual Qom tl •g-this form. John R. Flint o Date: 03/14/2012 Signature: (7 °'-,' Telephone: 954-33S 2000 Sincerely, Jeovanny Rodriguez, f .E„ Assistant Director Caribbean Marketplace Renovation - B-30671 93 Title: City Manager, City of Weston, F[. E-mail: JFfint@weston l,org Bid No.; '11-'12-011 Telephone:_ Sincerely, kY Jeovanny Rodriguez, P.E., Assistant Director City of Mia To Whom it May Concern Subject: Reference Letter Name of Bidder: 1"°•% rc-"0 The above referenced contractor is submitting on a bid solicitation that has been issued by the City of Miami. We require that the Bidder provide written references with theft Bid submission and by providing you with this document the Contractor is requesting that you provide the following reference information. We would appreciate you providing the information requester) below as well as any other information your feel is pertinent: Name of Project: Scope of work: Value of project: $ t 9 } Date Completed: �r Percentage of physical construction work self -performed by Contractor: Was project completed on time & within budget: (' Yes [ No If no, was the contractor at fault or contribute to the cfelay(s) or increased cost? C Yes [] No If yes, please provide details: Johnny Martinez. P,E. City Manager Comments: r L .r-::i L.30,6fa. -ti^ Thank you for your assistance in helping us in evaluating our biro solicitation. Narne of individual completing this form: r'41.4j ' , � � ���;°�� Date: '��A�'�# Signature: '�n -', -- „ Title' 1"N5� i N 1..0 CL. E-mail: b,w,a -& , V 93 Caribbean Marketplace Renovation •• C3-3Oti7i Bid No.: 11-12-011 43 Ctap of f Ctami Johnny Martinez, P.E. City Manager To Whom it May Concern Subject: Reference Letter Name of Bidder: _N&J Construction The above referenced contractor is submitting on a bid solicitation that has been issued by the City of Miami. We require that the Bidder provide written references with their bld submission by providing you with this document the Contractor is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project: Robert King High Park Soccer Field and Restrooms Scope of work: Remove and relocate trees, earthwork to build a soccer field including, irrigation well, irrigation, sports lighting and bleachers for the soccer field, Bathroom building with sanitary lift station, landscaping and asphalt paved parking lot, Value of project: $688,457.00 - Date Completed: 2-23-12 Percentage of physical construction work self -performed by Contractor: 33% Was project completed on time and within budget: ® Yes E. No If no, was the Contractor at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No If yes, please provide details: Comments; Contractor was knowledgeable and very well versed in the latest construction methods. He was proactive in finding solution to construction problems as they occurred during the duration of the project. Thank you for your assistance in helping us in evaluating our bid solicitation: Name of indi idual c mpleting thh`` form: Nelson Cuadras Date: 3-14-12 Signature: d / vQ, /t Cftdcc �. — Title; Senior Construction Manager Telephone: 05-416-'I254 E-mail: ncuadras@miamigov.com Sincerely, Jeovanny Rodriguez, P.E. Assistant Director for Infrastructure Caribbean Marketplace Renovation — B-30671 Bid No.: 11-12-011. pity To VVho•rtt it iviay, Conoern- 3uLl6ct i-eferertce,Letter • Name or Btdrter ; _U900rty AI[rtine z,. F.E. City Manager • The above referenced oaptr etoi 1 _: ubnmittifit on a'brd soliciiatiori that €ias be l ur c y tl�c Gity of 1Giiai-r i. We re uire t1 t fhe_Pidde pwvicte written_.refereriees with their• did subtt is iar3 and kay pioutrtit�f� VOtj vvrtl� this r�ocumertt the Contractor°Is regri stli that yai1:ptovirle the to IP'wing Offi.ence ini'oi m tlerr Vt/e would aopi ,cute yoti ptovlclrrig the irif6TriatiQf roquestt,d - b low as wc3ll s orgy athar mfornl tian your ftai € e€tinanf irioofprojact ~ try rt3 yy 1 S 'thank you for your assistance:in helpilig _ Name of.utdivicivat corripfting=thie form: 'Te€ephene -ra -Siricer Sly, ,teavanny Rodriguez, Assistant Director 'sir rt'�i s"€r1 e.valtiating`bt r bit1_s ticitatinrt.' IitfFl�rtCafie CI ,ff Caribbean Marketplace Renovation f3-3067'1 93 -mail: C3id Pio,: 1v12-011 Signature: Telephone: Sincerely, Jeovanny Rodriguez, P.E„ Assistant Director Caribbean Marketplace Renovation - B-30B71 City of Miami To Whom it May Concern Subject: Reference Letter Name of Bidder: Johnny Martinez, P,E. City Manager The above referenced contractor is atibmitting on a bld solicitation that has been Issued by the City of Miami. We require that the Bidder provide written references with their Bid submission arid by providing you with this document the Contractor is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feet is pertinent: Name of PrOject Scope of Work: r,e eiTt 141 KX' Value of project: sL1 Date Completed: Percentage.ef physical construction work self-iperforime5,4 Contractor: % Was project completed on time & within budget: [RI Yes fl No If no, was the contractor at fault or contribute to the idelay(s) or increased cost? E Yes E No If yes, please provide detail's: 4 e r) (7 - it Comments: Thank you foryour assistance in helping us in evaluating our hid solicitation. Narne of individual completing this form: kr, R.4rzeiv - Date: • Title: 93 ."-) 0,4'e 11.py 0,1 @id No.: 11-12-011 Project No. 9- 30671 CITY OF MIAMI CAPITAL IMPROVEPAENTS PROGRAM SUBCONTRACTOR UTILIZATION Project Title: Caribbean Marketplace Interior Renovation Sheet No. 1 of 5 This Form must be submitted with a Bidder's Bid submission. Failure to submit this Exhibit with the Bid will result in the bid being rejected as non -responsive. The City in its sole discretion allow the Bidder to submit the Exhibit after Bids are due. Provide the following information for each subcontractor regardless of tier.* Attach additional sheets if necessary. Name of Business Portion of Work Dollar Amount Percent Address/City/State/Zip License Inforrroation' Business Certification' CSBE DBE Type Number SBE Allstate Insulators Batt Insulation 860 0.09 1751 W 38th Place, Unit 106A CC 17735 I I v Hialeah, FL 33012 I 1 El ji 11 Stateline Products Cellulos Insulation 62,0 0 6.70 302 NVV 25t.11, Pompano CC 0713301051 Beach, FL 33069 11 11 I 11 fl 11 Active Drywall Framing & DrywsU 77,255 8.35 4444 SW 71st Avenue, Suite CKC 056685 110, Miami, FL 33155 11 I Ali tiers must be shown, including multiple sub -tiers, if permitted by the Contract Documents. **List only those relevant to this Project. *** Must be certified by either Miami -Dade County, State of Florida, or the Federal Government Form SU Project No. Q- 30671 CITY OF MIAMI CAPITAL IMPROVEMENTS PROGRAM SUBCONTRACTOR UTILIZATION Project Title Caribbean Marketplace Interior Renovation Sheet No. 2 of 5 This Form must be submitted with a Bidder's Bid submission. Failure to submit this Exhibit with the Bid will result in the bid being rejected as non -responsive. The City in its sole discretion allow the Bidder to submit the Exhibit after Bids are due. Provide the following information for each subcontractor regardless of tier.* Attach additional sheets if necessary. Name of Business Portion of Work Deilar Amount Percent Address/City/State/Zip License information** Business Certification**** CSBE DBE Type Number SBE Millennium Flooring VVall The 13,900 2.04 4208 Adams Street, Tile/Marble 008S00215 Contractors Inc. Hollywood, FL 33021 1 I lI €€ 11 Eergolla inc. Acoustical Ceiling 1,400 0.15 8115 W 31stAvenue, Hialeah, CGC 005013 I'' I 1 ... 1 1 FL 33018 1 1 1 1 I 11 II I1 Al All Florida Painting Painting u Floor 16,600 1.79 8511 SW 12th Terrace, Miami Painting 06BS01336 ) 1 € r 1 1 1 Coating FL 33144 1 1 1 1 1 1 ll I1 11 Doyle Dickerson Terra.'7o Terrazzo Flooring 13,900 1.50 6914 Orr Road, Charlotte, NC F08000001- 1 1 1 1 1 1 28213 177 1 1 1 11 ll n €1 11 II * All tiers must be shown, including multiple sub -tiers, if permitted by the Contract Documents. **List only those relevant to this Project. *** Must be certified by either Miami -Dade County, State of Florida, or the Federal Government Form SU Project No. B- 30671 CITY OF MIAMI CAPITAL IMPROVEMENTS PROGRAM SUBCONTRACTOR UTILIZATION Project Title: Caribbean Marketplace Interior Renovation Sheet No. 3 of 5 This Form must be submitted with a Bidder's Bid submission. Failure to submit this Exhibit with the Bid will result in the bid being rejected as non -responsive. The City in its sole discretion allow the Bidder to submit the Exhibit after Bids are due. Provide the following information for each subcontractor regardless of tier.* Attach additional sheets if necessary. Name of Business Portion of Work oar Amount Percent Address/City/State/Zip License information** Business Certification**** CSBE DBE Type Number SBE Card& Fire Protection Inc. Fire Sprinklers 18,900 2.04 1430 NW 108th Avenue, Suite CC 731447000 1 I I I 1 1 101, Miami, FL 33172 1 I ET 1 11 11 11 GPE Engineering & Fire Line 20,000 2.16 13117 NW 107th Avenue, Bay CUC 057061 ) 1 I r I ! ! General Contractors 1, Hialeah Gardens, FL 33018 I 1 i 1 1 1 I1 11 11 Nabuc Plumbing Plumbing 43,100 4.66 10371 SW 131stAvenue, CFC 1428325 I v 1 1 ✓ 1 Miami, FL 33174 1 1 n 1 1 II 11 n Ccltec Engineering Inc. HVAC 90,600 9.79 12169 SW 131st Avenue, CMC 1249845 11 1 1 1 1 Miami, FL 33186 I 1 1 I 1 1 11 11 Ji !1 1 11 A11 tiers must be shown, including multiple sub -tiers, if permitted by the Contract Documents. **List only those relevant to this Project. *** Must be certified by either Miami -Dade County, State of Florida, or the Federal Government Form SU Project No. B- 30671 CITY OF MIAMI CAPITAL IMPROVEMENTS PROGRAM SUBCONTRACTOR UTILIZATION Project Title: Caribbean Marketplace Interior Renovation Sheet No. 4 of 5 This Form must be submitted with a Bidder's Bid submission. Failure to submit this Exhibit with the Bid will result in the bid being rejected as non -responsive. The City in its sole discretion allow the Bidder to submit the Exhibit after Bids are due. Provide the following information for each subcontractor regardless of tier.* Attach additional sheets if necessary. Name of Business Portion of Work D°Ila' Amoran'a Percent Address/City/State/Zip License Information** Business Certification**** CSBE DBE T .e Number SBE Marey Electric Inc. Electrical 135,000 14.59 7842 W 30th Court, Hialeah, EY 12000242 I v I I r I _- FL 33018 ER 13012419 I I 1 I I I 0 11 I1 Skylighi Concepts Inc. Skylights 6,600 0.71 6741 W Sunrise Blvd, Suite 25 CGG 1249845 MII ( I I Fort Lauderdale, FL 33313 ElI 1 I I n 1 11 MCO Environmental Inc. Mcld Remediation 6,000 0.65 7275 NW 64th Street, Miami, Mold Remidiator MRSR596 I I 1 1 I I FL 33166 I I 1 I ri II 11 II Fernandez Cabinet, Inc. Casework 20,600 2.20 2595 W 8th Avenue, Hialeah Special Building 94BS00279 1 ✓ I I I I I FL 33010 Contractor nI 1 1 0 I1 11 11 11 n! 1 I * All tiers must be shown, including multiple sub -tiers, if permitted by the Contract Documents. —List only those relevant to this Project. " ' Must be certified by either Mierni-Dade County, State of Florida. or the Federal Government Form SU Project No. B- 30671 CITY OF M1AMI CAPITAL IMPROVEMENTS PROGRAM SUBCONTRACTOR UTILIZATION Project Title: Caribbean Marketplace Renovation Sheet No. 5 of 5 This Form must be submitted with a Bidder's Bid submission. Failure to submit this Exhibit with the Bid will result in the bid being rejected as nor -responsive. The City in its sole discretion allow the Bidder to submit the Exhibit after Bids are due. Provide the following information for each subcontractor regardless of tier.* Attach additional sheets if necessary. Name of Business Portion of Work Dollar Amount Percent Address/City/State/Zip License Informations** Business Certification**** CSBE DBE Type Number SBE Peach State Roofing Built-up Roofing 13,260 1.32 1805 20th Street, East CCC 045926 1 I I 1 Palmetto, FL 33710 I I 1 1 I 1 11 II II Door Systems of South Grille & Sectional 26,000 2.81 1300 NW 15th Avenue, CC 07BS01295 1 I I 1 1 Florida Doors Pompano Beach, FL 33069 I I 1 1 I 1 I1 11 11 Superior Window Corp. Windows 9,800 1.06 9875 NW 79th Avenue, CGG 131149636 1 I Hialeah Gardens, FL 33016 1 1 1 1 1 1 71 1 1 f l Peach State Roofing Sikacoat System 69,000 7.46 1805 20th Street, East CCC 045926 I7 1 1 1 1 Palmetto, FL 33710 I I 1 1 I l I 1 17 1 1 I I I.1 1 1 * All tiers must be shown, including multiple sub -tiers, if permitted by the Contract Documents. **List only those relevant to this Project. *** Must be certified by either Miami -Dade County, State of Florida, or the Federal Government Form SU �L90Ca $34 r,GG O4,, mhe Gti}VP L2A C�:. 1(3p f 1AG,:TO 'hie .l' e�ow %1r er ',th¢, -ci;g _Gha ". Elipirat±on crate:. AUG 31, 2012. M[AMI:DADEI cQ ITAX COI LEr:T 740W FLciQLE I I st F'L;OOA f EI 527217-4 .4990 SW 72 AVE 33155 UNIN DADE COUNTY IOWErkEZ GURRI CORPORATION secllY8e`faPi`iE'�'�'aBUILDING CONTRACTOR H18 IS ONLY A LOCAL USINESS TAX RECEIPT. IT 0HS NOT PERMIT THE OBDER TO VIOLATE ANY )(ISTING REGULATORY OR ON1NG LAWS OF THE DI,NTY on CrrrEs. Ron on •IT EXEMPT THE 0111ER FROM ANY OTHER EMT OR LICENSE EGIUIRED BY LAIN. THIS IS OS A CERTIFICATION OF 11E. HOLDER'S OLIALIFICA- OIdS. AYMENT RECEIVED 1A61I-DAOE COUNTY TAX OLLECTOR: 07/28/201.1 60020000580 000075,00, sEE o1NCR SIDE 01 IS G` I 1 pG I'YI IT `�+ i I GA4. BiUS)AJCSS 1' x1RCEIt'11 1,+r 1AMI BADE COiJJ�TYIL S$ p.fA OF rLIc5 8IDA ,101j3 "ERI'I ES'S;CPTE, I0,I20 I'23('r1 IyiI,,Iat !PI r1USTTBE#DISP I4jEDiATP ACEiOFZIRUSINES'S� 'PollS J a'1 TQ COW' Y �1DES CHAP�fr848,AA, 49At j+o ..II;I; .. 14 f 1 I tiii,11 .,! J'y ,.,. t- 1 i 144 i lkl i t ii ��`.: x11.•: THIS IS NOT A BILL - DOjNOT PAY RENEWAL FIRST-CLASS U.S. POSTAGE PAID MIAMI, FL PERMIT NO. 231 550914-7 SftATEFFE C(11'0464 104 •WORKER/S 1 Do PLOT FORWARD N & J CONSTRUCTION JOHN PEREZ OURRI PRES 4990 SW 72 AVE 104 MIAMI EL 33155 1„11,i/L„,111111„),1„1,1„Iiinihi,1„1„1,11,1,„1i,I I xperience Construction Experience; 20 yrs Owner / President 2004- Present, Perez- Gurri Corp d.b.a N & .1 Construction Responsible for all corporate operations, including estimating, contract administration/negotiations and corporate financial management. Produce and maintain corporate marketing strategies. Oversee field operations. Produce requisition and schedules of values for updates to job cost reports. Chief Estimator 2000-2004, M.C.M Corp., Responsible for management and supervision of the production of all bids and budgets. Contract negotiations and scope confirmation of all subcontractors used in securing bids in excess of $ 150 Million Dollars. Owner / President 1991-2000 N & J Construction Corp, Responsible for all corporate operations, including estimating, contract administration/ negotiations and corporate financial management Produce and maintain corporate marketing strategies. Oversee field operations. Produce requisitions and schedules of values for updates to job cost reports. Responsible for management and supervision of the production of all contracts administration documents including request for information; shop drawings log; change order requests, coordination and correspondence to architects and engineers, owners and subcontractors. Identifying problems and potential problems with plan specifications and subcontractors. Owner/ Vice President 1984-1991 Garcia- Ross Construction Company ° Responsible for all corporate operations, including estimating, contract administration/negotiations and corporate financial management. Produce and maintain corporate marketing strategies. Oversee field operations. Produce requisitions and schedules of values for updates to job cast reports. Responsible for management and supervision of the production of all contracts administration documents including request for information; shop drawings log; change order request, coordination and correspondence to architects and engineers, owners and subcontractors. Identifying problems and potential problems with plan specifications and subcontractors. Civil Kngineer 1979-1984 Florida Power Light Company Responsible for all civil engineering related to the design/ construction of distribution and transmission stations. Design and supervision of storm drainage systems. Designs steel lattice tower under hurricane wind loads. Design/ analysis of existing and new steel sub -station structures. ^� civil Engineer 1S774070Ray & Associates, Inc ~ xeapono|b|e for 0a|d supervision and inoPadinna of water & oonatmuUonk�ensure contract oomp|/onoa Preparation of sewer line uontrautplans and budQebfor new developments u water &sewer EdUccition Univar-gitynf MiamL1877 US|nCivil Engineering Ucen»c-y State Certified General Contractor Uo#CGCDi34G4 John Perez Gurri PROJECT REFERENCES eMle,TP-mtfrj, titzx ' - Submitted by: N&J CONSTRUCTION 4990 SW 72 Ave Suite 104 Miami, FL 33155 786-268-1285 N4J C Jt1ST ttJGTlON Port of Miami Terminal D Parking Garage Project No. 2006 019R Port of Miami Terminal D Garage 1400 N. Cruise Blvd Miami, FL 33132 Owner Information: IViiami-Dade County Port of Miami Juan i3ergouignan, Project Manager Phone: 305-905-3025 Scf- Pilaf #91029012 Date: 10/29/09 Lat/Lon; 25.7725-80.1638 Aorta/Photography, Inn. 954368A484 1015 N.America Way Miami, Fl 33132 1\.1 & J Construction has recently completed a 4 slaty at the Prt of iami to serve Terminal D. The garage is a precast system on at.geracast gpiilles arage measuring approximately 240,000 sf, the garage has a capacity of 738 spaces and a surface lot capacity of .135 spaces. The drainage system utilizes two injection wells. The total project value is $10,437,000 with duration of 11 months. $s earlsTJIIJCT Oni Owner Information: City of Miami Gardens Jimmie Allen, Project Manager Phone: 305-622-8000 Miami Gardens Community Center Miami Gardens Community Center 3000 NW 199 St Miami Gardens, FL Print #100127043 Date: 01/27/10 LaLLon:25,85404-30.2S22 ~Aerinl Photography, Inn.95,4-588.0484 1515 NW 167 St Miami Gardens, FI 33169 N & J Construction has also recently completed the Miami Gardens Community Center. This facility is 52,000 sf on 22 acres. The project value is $14,500,000, The Community Cinter has a professional basketball court layout inside of the Gymnasium including fully automated digital and retractable scoreboards, The Center also houses a complete fitness center, 150 seat auditorium and a spacious dance studio along with classrooms for technology and art & crafts classes. The center of the building will have locker rooms and support services for the swimming pool, spa and water slide: The exterior is as impressive as the interior spaces. There will be a rubber surface track surrounding a football field utilizing artificial turf just like the pros. 111: 0 S FIUTION Owner Information: City of Weston City Manager John Flint 954-385-2000 Calvin Giordano & Associates Sabrina Baglieri, Project Manager Phone: 954-921-7781 Weston City Hell Weston City Hall 17200 Royal Palm Boulevard Weston, FI 33331 Print71121027 Date:11/21/07 • AgrIci. Photggroptiv, g54-568-aia4 1800 Eller Drive, Suite 600 Fort Lauderdale, Florida 33316 N & J Construction served as the General Contractor for the state of the art, new Weston City Hall. The project site consisted of 31/2 acres located at 17200 Royal Palm Boulevard. This one-story, 14,000 square foot building includes offices, meeting rooms and a Commission Chamber with auditorium seating for 156 people. The exterior of the building is predominantly stone while the interior finish is a mix of stone and wood. The project also includes a fully integrated generator system, parking, landscape, entry spaces, drainage, and paving. Lobby boasts 22 feet high ceilings with wood covered columns, fiber optically lit, glass entry feature at the commissions' chambers. Jerusalem Stone veneer with granite accent bands with great attention to workmanship make the building exterior visually pleasing. Our outstanding workmanship is evident throughout in the mix of high end finishes that include wood floors, glass and marble. The Commission Chamber walls are acoustically treated with wood sound absorption panels. The City Hall was also built to serve as an EOC center in case of emergency. Project value $6,500,000 Prototype Library at Kendal e Lakes Kendale Lakes Library 15208 SW88 Street Miami, Fi Owner information 1Viiami Dade County GSA Robert Stebbins, Project Manager Supervisor Phone: 786-469-2060 62-nq Print# 80710200 Date: 07/10/08 Aerla! F li�IrrapF.y, Ine.954-568-D4a4 172 W. Flagler Street 3rd Fir Miami, Florida 33130 N & J Construction completed the construction of The Kendal Lakes Branch, the third of 10 libraries to be built as part of the Library System's Capital Construction Plan. The 15,000 square -foot facility, built on a two -acre parcel, is designed to house a collection of 30,000 books and materials and will has access to the Internet through a state-of-the-art Wi-FI environment. The design includes specialty, high end finishes such as: Epoxy terrazzo floors, Jerusalem Stone facing, aluminum vertical panels, and clear story Windows. Systems include: FM 200 agent extinguishing system, decor adhered and thermoplastic and membrane roofing. Project Value $ 5,632,000 fti CON s'1'' uwTION Philippe Harari 305-672-3232 Six on the Green Six on the Green 2055 Meridian Ave Miami Beach, FL Owner Information: Aqua Blue Realty Print# B0728445 Date: 07/28/08 1gl9yre hy, Inq.954-588-0484 Six on the Green consists of six spacious two bedroom two bath luxury units. Each unit has interior washer / dryers, Jacu77i tubs in each master bath and wood floors throughout. The living space has floor to ceiling impact glass windows, while there is a full balcony off the master suite. The roof is accessed via a stainless steel elevator and serves as La Gorce golf course across the street. Project Value $ 2,301,000e pool deck with great views of the Courthouse Center Interior Renovations 175 NW 1St Ave Miami Florida MVliarni-Dade County GSA Bonnie Hargett, Building Manager Phone: 305.349 5500 175 NW list Ave Miami, FL 33128 N & J Construction completed the Courthouse Center Interior Renovations consisting of within four (4) floors of an operational Courthouse,. Project scheduling,J d8 0ec S.F. required phasing the demolition during night hours and J the build -out of three(3coordination and courtrooms suand supporting judge's chambers per floor. Our expertise and the qualify of our workforce were invaluablee in this secured site. The extensive courtroom furnishings were constructed frorn solid mahogany. The judge' clerk station and witness stations were internally lined with Kevlar bull judge's s benches support areas of the Chambers were card -access controlled and video rno ito ed by eachng i judge's T staff and also linked to the police sub -station located in the building lobby. Each of the judge's desks as well as each courtroom was equipped with duress buttons also linked to station. Project Value J ge's staff ! $ 3,706,000 the police sub_ 4990 SW 72ND AVE, SUITE 104 MIAMI, FL 33155 TEL 786.268.1285 FAX 786.268.1086 www.n-jconstruction.com N&J CONSTRUCTION LITIGATION FILED BY OR AGAINST PEREZ-GURRI CORPORATION dba N&J CONSTRUCTION WITHIN THE PAST FIVE (5) YEARS. 1) N&J v. Miami Dade County - Port of Miami Parking Garage Project: This lawsuit was brought by N&J against Miami Dade County. This contract dispute centered upon the reimbursability of certain costs on the project. This lawsuit was settled and is no longer pending. 2) N&J v. Miami Dade County - Crandon Adventures Office Renovations Project: This lawsuit was brought by N&J against Miami Dade County. This contract dispute centered upon County's failure to provide adequate constructiondocuments and its failure to properly administer the project. This lawsuit was settled and is no ongerrpending 40014 The contY d[so b ha.nce affpeasrc5 aottmoaslsociaespre: igeripending he Villa atrbn of A.C. Sh the bid prose; enand Hammond & Associates - The Carol City Community Center b4'N&J aganst The City of Miami Gardens and its Engineer, Hammond & vritth the City centers upon the City's active interference with Najd's egligence carmagainst Hammond & Associates centers upon Hammond that was htOed with errors and omissions. This lawsuit was settled and seayrieand A.C. Shultes of Florida, Inc. d/b/a Jailer Will Drilling - zoj ect: This lawsuit was brought by N&J against The Village of Key :orida, Inc. The claims asserted by N&J centered upon conflicts of interest 3lis lawsuit was settled and is no longer pending. vi Dywidag SysternsInternational USA;=Inc. - Port of Miami Parking Garage Project: This lawsuit 'yt by Dywidag Systems InteratioriaWSA, Inc. against N&J. This contract dispute centers upon ajd's purported breach of asubcontractor agreement. This lawsuit is currently pending in Miami Dade County Court. (Citp of fRiami May 2, 2012 Via Electronic mail and US mail: jpgAnandjconstruction.com John Perez-Gurri, President N&J Construction 4990 S.W. 72°dAvenue Suite 104 Miami, Florida 33155 JOHNNY MARTINEZ, P.E., City Manager Re: Invitation -To -Bid No. 11-12-011 — Caribbean Marketplace Renovation Project No. B-30671 Dear Mr. Perez-Gurri: Perez-Gurri Corporation d/b/a N&J Construction ("N&J") has been deemed the lowest bidder for the Caribbean Marketplace Renovation Project. However, as you may know, whenever possible, the City of Miami makes an effort to benefit local, bona fide bidders in order to promote economic development within the City's corporate limits. To that end, the City's Local Preference ordinance, Section 18-85(a) of the City of Miami Code, as amended, provides that: "when a responsive, responsible non -local bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local bidders who maintain a local office, as defined in City Code Section 18-73, is within fifteen percent (15%) of the price submitted by the non -local bidder, then that non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local bidder. Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best and final bid. In the case of a tie in the best and final bid between a local bidder and a non -local bidder, contract award shall be made to the local bidder." The City's staff has determined that N&J's bid is responsive to ITB No.: 11-12-011, N&J is a responsible, non -local bidder, and a responsive bid within fifteen percent (15%) of N&J's bid was also submitted by one or more responsible bidders who maintain a local office, as defined in City Code Section 18-73. CAPITAL IMPROVEMENTS PROGRAM 444 SW 2"d Avenue, 8th Floor / Miami, FL 33130 / (305) 416-1280 ! Fax: (306) 416-2153 Mailing Address: P.O. Box 330708 Miami, FL 33233.0708 Therefore, in accordance with Section 18-85(a) of the City of Miami Code, as amended, N&J and all other responsible local bidders who submitted responsive bids within fifteen percent (15%) of N&J's bid are hereby granted the opportunity to submit their best and final bid equal to or lower than the amount of N&J's original bid. BEST AND FINAL SUBMISSION DEADLINE: Please use the attached bid form to submit N&J's best and final bid for the Project on or before 2:00 P.M., Wednesday, May 9, 2012 to the City of Miami, City Clerk's office located at City Hall, First Floor, 3500 Pan American Drive, Miami, Fla. 33133, enclosed in a sealed envelope, legibly marked on the outside: BID NO.: BIDS FOR: 11-12-011 CARIBBEAN MARKETPLACE RENOVATION -- B-30671 Bidders must submit two originals. Failure to submit two originals may result in the rejection of the Bid as non -responsive If you have any questions, please do not hesitate to contact me at arolle@miamigov.com. Very truly yours, Ant cony olle, Pr pet Manager AAR/ cc: File Copy CAPITAL IMPROVEMENTS PROGRAM 444 SW 2nd Avenue, 8th Floor / Miami, Ft. 33130 / (305) 418-1280 / Fax: (305) 416-2153 Mailing Address: P.O. Box 330708 Miami, Ft. 33233-0708 Section 4 — BID FORMS Submitted: City of Miami, Florida Office of the City Clerk City Hall, 16t Floor 3500 Pan American Drive Miami, Florida 33133-5504 ate ORIGINAL The undersigned, as Bidder, hereby declares that the only persons interested in this Bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this Bid is made without connection with any other person, firm, or parties making a Bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and that it has submitted the required Bid Guaranty; and all other required information with the Bid; and that this Bid is submitted voluntarily and willingly. The Bidder agrees, if this Bid is accepted, to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project(s) entitled: Bid No: 11-12-011 Title: CARiBBEAN MARKETPLACE RENOVATION B-30671 The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total Bid price plus alternates, if any, and to furnish the required Certificate(s) of Insurance, The undersigned further agrees that the Bid guaranty accompanying the Bid shall be forfeited if Bidder falls to execute said Contract, or fails to furnish the required Performance Bond and Payment Bond or fails to furnish the required Certificate(s) of Insurance within fifteen (15) calendar days after being notified of the award of the Contract, In the event of arithmetical errors, the Bidder agrees that these errors are errors which may be corrected by the City. In the event of a discrepancy between the price Bid in figures and the price Bid in words, the price in words shall govern. Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. 75 Caribbean Marketplace Renovation - /3-30671 Bid No.: 11-12-011 BID FORM (Page 2 of 8) Note: Bidders are bidding on a total lump sum basis for the purpose of determining the lowest responsive and responsible bidder. Where there is a discrepancy between the numerical and written Bid Amount, the written Bid Amount will prevail. City Form SU must be submitted with your bid. The SU Form can be found posted on the webpage with the bid documents, Total Lump Sum Bid Amount includes the total cost for the Work specified in this solicitation, consisting of furnishing all materials, labor, equipment, permits, supervision, mobilization, overhead & profit required in accordance with the Bid Specifications, Item 1: BASE BID AMOUNT: 60 $ cAcc)• _ Item 2: ALLOWANCE FOR PERMIT FEES: $ 25,000 Item 3: ALTERNATE ADDITIVE — ROOF REPAIR: Note: Alternate Additive — Roof Repair shall Include: Roof Coating and Metal Roof Deck Repair, Structural Repairs to Roof and Trusses, Seven New Skylights including associated Roofing and Gypsum Deck Repair and Mold Remediation. TOTAL LUMP SUM BID AMOUNT (Item 1 + Item 2 + Item 3): $ cW\,6}4. $ orgt,4 Written Total Lump Sum Bid Amount 77 Caribbean Marketplace Renovation - B-30671 Bid No.: '11-12.011 BID FORM (Page 3 of 8) DIRECTIONS: COMPLETE PART I OR PART [!, WHICHEVER APPLIES, AND PARTS 111 AND IV (If applicable) Part 1: Listed below are the dates of issue for each Addendum received in connection with this Bid; Addendum No. 1, Dated Addendum No. 2, Dated Addendum No. 3, Dated Addendum No, 4, Dated Part II: No addendum was received in connection with this Bid. Part III; Certifications The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the following, and shall comply with all the stated requirements. 1. Affirmative Action Plan Successful bidder(s) shalt establish an Affirmative Action Plan or an Affirmative Action Policy pursuant to Ordinance #10082 as amended. Effective date of implementation must be indicated on the policy: and 2. First Source Hiring Bidder certifies that it has read and understood the provisions of City of Miami Ordinance Section 18-110, pertaining to the implementation of a `First Source Hiring Agreement". Evaluation of bidder's responsiveness to Ordinance Section 18-110 may be a consideration in the award of a contract, 3. Non -Collusion Bidder certifies that the only persons interested in this Bid are named herein; that no other person has any interest in this Bid or in the Contract to which this Bid pertains; that this Bid is made without connection or arrangement with any other person; and 4. Drug Free Workplace The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the Bidder's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug -free awareness program to inform its employees about: (1) The dangers of drug abuse in the workplace; (i1) The Bidder's policy of maintaining a drug -free workplace; (i1i) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; 78 Caribbean Marketplace Renovation .. B-30671 Bid No.: 11-12-011 BID FORM (Page 4 of 8) (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of .a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and Including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to* maintain a drug -free workplace program through implementation of subparagraphs(1) through (6); and 5, Lobbying The undersigned certifies to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid, or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement, (2) If any funds other than Federal appropriated funds have been paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) This undersigned shall require that the language of this certification be included in the award documents for "All" sub -awards at all tiers (including subcontracts, sub -grants, and contracfs_under_gr_ants,_loans, and cooperative -agreements) -and that all sub -recipients -shall certify and disclose accordingly, 79 Caribbean Marketplace Renovation - B-30871 Bid No.: 11-12-011 BID FORM (Page 5 of 8) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a pre -requisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code, Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure; and * Note: In these instances, "All" in the Final Rule is expected to be clarified to show that it applies to covered contract/grant transactions over $100,000 (per QMB). 6. Debarment, Suspension and Other Responsibility Matters The Bidder certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, and declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency, (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or falsification or destruction of records, making false statements, or receiving stolen property; Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph 6.b of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default, Where the prospective Bidder is unable to certify to any of the statements in this certification, such Bidder shall submit an explanation to the City of Miami. (c) Part IV; Certification — Trench Safety Act The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the Trench Safety Act, and will comply with ail applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. Bidder acknowledges that included in the various items of the proposal and in the total Bid price are costs for complying with the Florida Trench Safety Act. These items are a breakout of the respective items involving trenching and will not be paid separately. They are not to be confused with bid items in the schedule of prices, nor be considered additional Work. 80 Caribbean Marketplace Renovation - B-30671 Bld No.: 11-12-011 BID FARM (Page 6 of 8) The Bidder further identifies the costs and methods summarized below: Quantity Unit Description Unit Price Price Extended Method Total $ P OO Attached is a Bid Bond [ ], Cash [ ], Money Order [ ], Unconditional/Irrevocable Letter of Credit [ ], Treasurer's Check [ ], Bank Draft [ ], Cashier's Check [ ], Bid Bond Voucher [ ] or Certified Check [ ] No, Bank of for the sum of Dollars ($ ). The Bidder shall acknowledge this Bid and certifies to the above stated in Part III and IV by signing and completing the spaces provided below, Firm's Name: E3ti Signature: Printed Narne/Tit1e: City/State/Zip: Telephone No,: JOkill.)(?:442- 44444/ ilt-eS/004.ir 7 Ft f 3 3 /Sr' Facsimile No,: --lea 26.0 E-Mail Address: -A .eSaa..4-l�r,.) F 6tiv? Social Security No. or Federal 1.D. No.: /2 01.30 Dun and Bradstreet No.: /.i 6P:.� iz (If applicable) If a partnership, names and addresses of partners: 81 Caribbean Marketplace Renovation - B-30671 Bid No._ 11-12-011 Secretary: ;, j!i li �f t J;r Print ic: ^otti.- BID FORM (Page 7 of 8) CERTIFICATE OF AUTHORITY (IP CORPORATION) I HEREBY CERTIFY that at a meeting of the Board of Directors of h � f4.- "� `.x, a co odrat!on organized and existing under the laws of the State of t i p he d on the . da of �' and adopted authorizing(Name) y TCl) a!`esolution was duly passed p )�Jtt Cst�1� as (Title) '\Jr, SL)1:,a,t"C` of the corporation to execute bids on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN W1TN{ESS Wir 4AEO I have hereunto set my hand this c\ , day of 1. _ , 20 I HEREBY CERTIFY the State of , held adopted authorizing (Name) bids on behalf of the partnership and the official act and deed of the partne CERTIFICATE DF AUTHORITY (IF PARTNERSHIP) that at a meeting of the Board of Directors of a partnership organized and existing under the laws of on the day of , a resolution was duly passed and as (Title) offthe to execute provides that his/her execution thereof, attested by a partner, shall be rship. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20 Partner: Print: CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing thls Bld is authorized to sign Bid documents on behalf of the joint venture. If there is no Joint venture agreement each member of the joint venture must sign the Bid and submit the appropriate Certificate of Authority (corporate, partnership, or individual). CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, 1 (Name) individually and doing business es (d/bfa) (If Applicable) have executed and am bound by the terms of the Bid to which this attestation Is attached. IN WITNESS WHEREOF, I have hereunto set my hand this Signed: Print: , clay of ,20 62 Caribbean Marketplace Renovation - B-30671 Bid No,:.11-12-011 BID FORM (Page u CUf 8) NOTARIZATION STATE OF P-.. COUNTY OF The foregoing instrument was acknowledged before me this day of 20 PI by efela eP e 42 -, who is personally known to me or who has produced '/(-°6c3 --b- ' - --77s identification and who (did /did not) take an oath. SiallATURE OF NO STATE OF FLORIDA PR NA CRISTINA LLACA Sa VB �i ;'p°,4'"~"�`�s Notary Public • State of Florida rLL `�- iluipi linen # ££ 137681 #Nq„no Bonded Waugh national Notary Assn. 83 Caribbean Marketplace Renovation - B-30671 Bid No,: 11-12-011 ttp ofi taint OtiU IIOR ,tr, 0 R Via Electronic mail and US mail: jpct(nandiconstruction.com John Perez-Gurri, President N&J Construction 4990 S.W. 72ndAvenue Suite 104 Miami, Florida 33155 May 2, 2012 JOIHNNY MARTINEZ, P.E., City Manager Re: Invitation -To -Bid No. 11-12-011 — Caribbean Marketplace Renovation Project No. B-30671 Dear Mr, Perez-Gurri: Perez-Gurri Corporation d/b/a N&J Construction ("N&J") has been deemed the lowest bidder for the Caribbean Marketplace Renovation Project. However, as you may know, whenever possible, the City of Miami makes an effort to benefit local, bona fide bidders in order to promote economic development within the City's corporate limits, To that end, the City's Local Preference ordinance, Section 18-85(a) of the City of Miami Code, as amended, provides that: "when a responsive, responsible non -local bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local bidders who maintain a local office, as defined in City Code Section 18-73, is within fifteen percent (15%) of the price submitted by the non -local bidder, then that non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local bidder, Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best and final bid. In the case of a tie in the best and final bid between a local bidder and a non -local bidder, contract award shall be made to the local bidder." _The City's staff has determined that N&J's bid issesponsive_to_IIB No.:-_1.1_-1.2-01-1. 1&J-is-a-responsibleE--- --- --- - non -local bidder, and a responsive bid within fifteen percent (15%) of N&J's bid was also submitted by one or more responsible bidders who maintain a local office, as defined in City Code Section 18-73. CAPITAL IMPROVEMENTS PROGRAM 444 SW 2nd Avenue, 8th Floor / Miami, FL 33130 / (305) 416-1280 / Fax: (305) 416-2153 Maiking Address: P.O. Box 330708 Miami, FL 33233-0708 Therefore, in accordance with 5eubmO 18-85(a) of the City of Miami Code, as amandnd. N&J and all other responsible local bidders who submitted responsive bids within fifteen percent (1596)ofN&J'e bid are hereby granted the opportunity tosubmit their best and final bid equal to or lower than the amount of N&J's oftinal bid. BEST AND FINAL SUBMISSION DEADLINE: P>eoom use the attached bid form to muhm|tNQJ'm best and Dno| bid for the Project on or before 2:00 P.M., VVednosaay' K8ay9. 2012 to the City of Miami, City Clerk's pff|c* located at C|h/ Hall, First Floor, 3500 Pan American Drivm, KDiamni, F1a, D3133.enclosed inasealed envelope, legibly marked nnthe outside: BID NO,: BIDS FOR: 1i42'011 Bidders must submit two originals. Failure to aubmnit two originals may result in the ' of the Bid aenon'noapone�e rejection If you have any questions, please donot liesitate tocontact ue atam| mm, Yoytm)yynmrs, Anthony yfu\he- PrL�Iejt cc: File Copy OAP�ALIMPROVEMENTS PROGRAM 444GvV2m8vnnue.u�Floor/ Miami, FL03130/(3O5) 41(-1%OO/Fax: (305)416-2153 Mailing Address: P.O.Box 3307V8M|omi.FLx3233'Or0D citp of fifiami May 18, 2012 Via Electronic mail and US mail: jpganandjconstruction.com John Perez-Gurri, President N&J Construction 4990 S.W. 72ndAvenue Suite 104 Miami, Florida 33155 JOHNNY MARTINEZ, P.E., City Manager Re: Invitation -To -Bid No, 11-12-011 — Caribbean Marketplace Renovation Project No. B-30671 Dear Mr. Perez-Gurri: Perez-Gurri Corporation d/bla N&J Construction ("N&J") has been deemed the lowest responsive and responsible bidder for the Caribbean Marketplace Renovation (the "Project"). However, because N & J's Bid exceeds the amount of funding available for completion of the Project, and the City would rather proceed with awarding and completing the Project without canceling the current solicitation and re - advertising for new bids, the City hereby requests that N&J provide us with the schedule of values on which its bid is based to allow us the opportunity of possibly adjusting and aligning the Project's scope with the available funding. Upon receipt, staff will review the requested schedule of values and determine which items, if any, may be subject to reduction, alteration or adjustment to provide Project cost savings, after which, we will schedule a meeting to discuss these matters. If you have any questions, or if you require any additional information, please contact me at arolle@miamigov.com. Ver truly y,%urs iy A.�.'olle, ro ect Manager AAR/a cc: File Copy CAPITAL IMPROVEMENTS PROGRAM 444 SW 2nd Avenue, 8d' Floor / Miami, FL 33130 / (305) 416-1280 / Fax: (305) 416-2153 Mailing Address: P.Q. Box 330708 Miami, FL 33233-0708 s 1 $ Subject: Attachments: FW: Caribbean Market Place Final Savings PROPOSED SAVINGS FINAL.xls From: JPG [mailto:jpg@nandjconstruction.comj Sent: Monday, June 25, 2012 8:18 PM To: Cuadras, Nelson Subject: RE: Caribbean Market Place Final Svings Item # 22 eliminated. John Perez-Guni ST U T 4990 SW 72 Ave Suite 104 Miami, FI 33155 786-268-1285 Tel 786-268-1086 Fax 786-294-8640 Cel From: Cuadras, Nelson [mailto: ncuadras@miamigov,com] Sent: Monday, June 25, 2012 3:14 PM To: `JPG' Cc: Douge, Marcel; 'Don McLeod' Subject: RE: Caribbean Market Place Final Svings John, We have one more change. Please revise and resubmit the list to eliminate item #22. Sorry. This should be the last change. Thank you, ✓Vet aia eaarkao Senior Construction Manager City of Miami - Capital Improvements Program Miami Riverside Center 444 SW 2 Avenue - 8th Floor Miami, Florida 33130 Ph: (305) 416-1254 Fax: (305) 416-2153 Email: ncuadras@,,miamigov.com Website: www.miamigov.com/capitalproiects I , Frommr]PG [maUhz:jpg@nandjconstnuction.coml Sent: Monday, June 25,2O1211:4OAM To: Cuadnas/Nelson Subject: Caribbean Market Place Final Svings See attachment jOhDPeFeZ-GUnj �� om��CONSmnuUCTu 4yQ0SVV?2Ave Suite 1O4 Miami, F|33i55 788-268-1285Te| 786-288-1080Fax 788-294-8840Ca| Novirus found bothis message. Checked hvA\/G-pnww.avg.conz PROPOSED SAVINGS "CARIBBEAN MARKETPLACE RENOVATION" FINAL SCOPE BtD AMOUNT PROPOSED SCOPE CHANGE COST DUE TO CHANGES SAVINGS 1 Fire Line & BFP as indicated on Sheet P-1 20 140 Connecting to existing Fire Line at Rear of Building 8,320 -11,780 3 Architectural Woodwork 17,600 Eliminate Scope 1,056 -16,544 Rolling Grills By Best Rolling i7,290 Doors Eliminate Scope 437 -6,853 6 Adjust existing OH Doors 1,600 Eliminate Scope 96 -1,504 7 Ceramic Wall Tile at Restrooms 18,000 Change Dal -Tile "Sunflower" Wall Tile (3" x 6") # DH50 to (41/2" x 41/2") # DH50 at Plumbing Walls & Change Dal -Tile White Wall Tile (3" x 6") # 0109 to (4112" x 41/2") # 0100 16,500 -1,500 8 Ceramic Tile Backsplash at Beverage Service Counter 500 Eliminate Tile Backsplash and Paint 30 -470 Epoxy Terrazzo Flooring at Restrooms 13,900 Eliminate Scope 0 -13,900 10 13 { 14 Porcelain Tile Flooring at Restrooms 0 Ceramic Group # 1 - 2x2 Glazed Dal -Tile Porcelain Floor Tile (Nine Colors Available) 6,572 6,572 Plumbing- Water Closet, Urinal, Lavatory, Faucets Sensor Valves as specified 4,400 Change Water Closet: Sloan- Regal-111, Urinal: Sloan Regal-186 & Faucets: American Standard -metering faucet 1340.227 2,270 -2,130 Plumbing - Domestic water piping under -ground & above -ground as specified 2,288 Change Domestic Water piping under- ground & above -ground to CPVC-80 & CPVC-40 930 -1,358 1 Wire Adjustable Shelving at Beverage Storage Room 113 400 Eliminate Scope 24 -376 -4,000 17 -h L 19 North & South Plenum Walking Surface 8,800 Changed from 18 gauge sheet metal to 1/2" Fire Retardant Plywood Sheathing 4,800 LED Lights Type "L" at Copula 9,774 Delete (12) LED Lights Type "L" including Labor & Material to Rough In. 586 -9,188 25 Fire Sprinkler Subcontractor Design Built Services 0 Cost for Fire Sprinkler Subcontractor to provide Design Built Services 2,300 2,300 -60,731 TOTAL SAVINGS: Section 6- Contract Exectition Form This Contract #12-2H2made this 49fjay of in the year 2012in the amount of $831.869 by and between the City of Miami, ��o�do. honainafter called the "City," and N8J CONSTRUCTION. III WITNESS WHEREOF, the pailies have executed this Agreement as of the day and year first above written. VV[TN | ) T signatur Print Name, li8e � � I CONTRACTOR Secretary (Affirm CONTRACTOR Seal, if available) ATTEST: / / APPROVED AS TO I URANQE Calvin ,I —Risk Manaoenieti D4paftrnent { / ` Caribbean K0xrkctp\aceRvnoxuhon'B-30V71 PORATONd/b/nN&J CUNSTRU aFlorida corporation 8ignatu (Corporate Seal) City Of @iurni, o nounkjmal corporation of the Gbha of Florida �nyMarUn-lz,F\ ,CKv Manager APPROVED ASTQLEGAL FORM AND CORRECTNESS: ] "A, ^ _- m/�u��nu. ~ _ x ornoy 07 Bid No.: 11-12-011 CORPORATE RESOLUTION WHEREAS, Perez-Gurri Corporation d/b/a N&J Construction desires to enter into a contract with the City of Miami for the purpose of performing the work described in the contract to which this resolution is attached; and WHEREAS, the Board of Directors at a duly held corporate meeting has considered the matter in accordance with the By -Laws of the corporation; Now, THEREFORE, BE I ESOLVED BY THE BOARD OF DIRECTORS that the /1c/t2a/ (type title of officer) is hereby authorized (type name of offiCer) and instructed to enter into a contract, in the name and on behalf of this corporation, with the City of Miami upon the terms contained in the proposed contract to which this resolution is attached and to execute the corresponding performance bond. DATED this 23 day of orp ecretary (Corporate Seal) 08 Caribbean Marketplace Renovation - B-30671 Bid No.: 11-12-011 African Square Park — Improvements and Renovations/Splash Park Scope of Work The project consists of the design and construction of a new Splash Park. It will include the demolition of the existing restrooms and some other miscellaneous demolition, the construction of new men's and women's ADA accessible restrooms, the construction of a new interactive water playground in an approximately 40'x60' paved area, and new concrete walkways. The splash park area will be enclosed with a 48" high steel fence. The electric and water utilities will be extended to the splash park area. All existing large trees will be preserved.