Loading...
HomeMy WebLinkAboutBid ResponseBID FORM (Page 1 of 11) SECTION 5 -- Bid Form Submitted: 5/17/2017 Date City of Miami, Florida Office of the City Clerk City Hall, 1st Floor 3500 Pan American Drive Miami, Florida 33133-5504 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, the specified Work covered by the Contract Documents for the Project entitled: Bid No: 16-17-026 Title: SW 71st Avenue from SW 8«' Street to SW 4th Street Roadway Improvement 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 fails to: execute said Contract and fails to furnish the required Performance Bond and Payment Bond as well as 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. Note: Bidders are bidding on estimated quantities for the purpose of determining the lowest responsive and responsible Bidder. Payments will be made based on unit prices of actual quantities installed. Where a discrepancy exists between the unit price and the extended price the unit price will prevail. Where there is a discrepancy between the numerical and written Bid amount, the written Bid amount will prevail. C 77 SW 715t Avenue from SW 8`h Street to SW 4th Street ITB No.: 16-17-026 Roadway Improvements - B-50405 BID FORM (Page 4 of 11) DIRECTIONS: COMPLETE PART I OR PART 11, WHICHEVER APPLIES, AND PARTS HI 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 4/20/2017 Addendum No. 2, Dated 5/05/2017 Addendum No. 3, Dated 5/12/2017 Addendum No. 4, Dated N/if} 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. Community Small Business Enterprise ("CSBE") Requirements Bidder certifies that it has read and understood the provisions of City of Miami Ordinance 13331, codified as Section 18-89 of the City Code, pertaining to the implementation of a "Community Small Business Enterprise" requirement. Evaluation of Bidder's responsiveness to Ordinance Section 13331 shall be a consideration in the award of a Contract, 2, 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. Bidder certifies that the selected independent third -party verifier will verify and certify compliance data and reports honestly and accurately. 3. 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 be imposed upon employees for drug abuse violations occurring in the workplace. (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1). 80 SW 715' Avenue from SW 8''` Street to SW 4"' Street ITB No.: 16-17-026 Roadway Improvements - B-50405 0,;.14, Int t.44:444..:, C�� o , FD)IECEIVEID ADDENDUM NO. 1 April 20, 2017 INVITATION TO BID NO.: 16-17-026 SW 71sT AVENUE FROM SW 8TH STREET TO SW 4TH STREET ROADWAY IMPROVEMENTS OFFICE OF CAPTIAL IMPROVEMENTS PROJECT NO.: B-50405 TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Invitation to Bid (ITB) and shall become an integral part of the Bids submitted and the Contract to be executed for SW 715t Avenue from SW 8th Street to SW 4th Street Roadway Improvements — ITB No.: 16-17- 026 (the "Project"). Please note the contents herein and affix same to the documents you have on hand, The Pre -Bid Conference date has been changed from April 20, 2017 at 10:00 a.m. to April 27, 2017 at 10:00 a.m. The location remains the same. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. IK_Annie Perez,'CPPO, Director of Procurement Nl t' 0....;„:14." „it H„, ADDENDUM NO. 2 May 5, 2017 INVITATION TO BID NO.: 16-17-026 SW 71' AVENUE FROM SW 8" STREET TO SW 4" STREET ROADWAY IMPROVEMENTS OFFICE OF CAPTIAL IMPROVEMENTS PROJECT NO.: B-50405 TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Invitation to Bid (ITB) and shall become an integral part of the Sid submitted and the Contract to be executed for SW 71st Avenue from SW 8th Street to SW Ott' Street Roadway Improvements — ITB No.: 16-17- 026 (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 Office of Capital Improvements (OCI) website and are part of this Addendum. A. The Miami -Dade County Water and Sewer Specifications, to include the Appendices, have been added to the OCI website, titled, "MDJPA SPECS" and "MDJPA APPENDICES". B. The Bid Form has been updated and loaded on the OCI website, C. Requests for Information — Since Issuance of ITB No.: 16-17-026: Q1. What is the City Engineer's estimate for this Project? Al. The estimated budget for this Project is $692,630.23, including all soft and hard costs. Q2. There is no pay item for clearing and grubbing. Shall the cost for demolition of asphalt, concrete, green areas, etc., be carried under the pay item for the proposed structure to replace what is being demolished? A2. Cost for demolition of asphalt shall be included on the Bid Form in the Pay item for milling existing asphalt. Cost of other removals such as concrete, sod, etc, shall be included in the related bid item for the Work being done. Q3. There is no pay item for line rock base, and the asphalt quantity only covers the roadway resurfacing, tinder what item shall the Contractor carry the cost for the asphalt flumes, driveways, and trench restoration? A3. Asphalt quantities provided in the plans already include areas for asphalt flumes and driveways. Cost of excavation, fill and base necessary for the construction of asphalt flumes and driveways shall be included in the related bid item for the Work being done. Subgrade, base, and asphalt required for trench restoration shall be included in the cost of drainage related bid item, such as pipe, French drain, inlet, manhole, etc. Q4. Please provide information on trench restoration requirements. A4. Trench restoration shall be constructed in accordance with City of Miami Standard Details 35-88-7 and 35-88-8 found on the City of Miami Public Works website, Q5. Under what pay item shall the Contractor include the cost for removal of drainage pipe and structures? A5. Cost of the removal of drainage pipe and structures shall be included in the cost of the related bid item for the Work being done. Q6. Is this a 100% Small Business Enterprise (SBE) Project? A6. No. Please refer to ITB Document Section 2, Article 16, Community Small Business Enterprise ("CSBE") Participation for Project details regarding CSBE requirements. Q7. Which permits for the Project have already been pulled by the City? Which permits will the Contractor be responsible for? A7. The following permits have been procured by the City: 1) Miami -Dade County Traffic Engineering Division (for signing and pavement markings), 2) City of Miami Fire Department, 3) Miami -Dade County Water and Sewer Department, 4) Department of Health, 5) City of Miami Public Works Department, and 6) Miami -Dade County Department of Environmental Resources Management (for drainage and water). Ali other applicable permits will be the responsibility of the Contractor. Please refer to ITB Documents Section 3, Article 92, Permits, Licenses and impact Fees for additional information. Q8. Will the Engineer of Record (EOR) review shop drawings before issuing the NTP or is the 14-day review time a part of the Contract time? A8. The Contractor may submit shop drawings to the EOR as soon as the Contract is awarded. The 14-day review time still applies. Please refer to Section 3, Article 40, Submittals and Article 41, Shop Drawings for any other specific details regarding shop drawings or submittal instructions. Q9. Will substantial completion be issued prior to the installation of thermoplastic markings or will the asphalt cure time (typically 30 days) be a part of the substantial completion time? A9. Substantial completion will be issued once the EOR and the owner's representative agree that the roadway is ready for public use, regardless of the installation of thermoplastic markings. Q10. Is this a unit price or lump sum Project? A10. Please refer to ITB Document Section 2, Article 14, Bid Award for details concerning the method of award as well as the Bid Form located on the OCI website. SW 71 r Avenue from SW 8°h Street to SW 4"' Street Roadway Improvements Addendum 2 Bid No,: 16-17-O26 THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL. BE MADE A PART THEREOF, Annie Perez, CPPO, Director City of Miami Department of Procurement SW 715t Avenue from SW S"' Street to SW 4"' Street Roadway Improvements 3 Addendum 2 Bid No.: 16-17.026 ve ADDENDUM NO. 3 May 12, 2017 INVITATION TO BID NO.: 16-17-026 SW 71" AVENUE FROM SW 8T" STREET TO SW 4" STREET ROADWAY IMPROVEMENTS OFFICE OF CAPTIAL IMPROVEMENTS PROJECT NO.: 8-50405 TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Invitation to Bid (ITB) and shall become an integral part of the Bid submitted and the Contract to be executed for SW 71st Avenue from SW 8t" Street to SW 4th Street Roadway Improvements — ITB No.: 16-17- 026 (the "Project"). Please note the contents herein and affix same to the documents you have on hand. A. Requests for Information — Since Issuance of ITB No.: 16-17-026: Q1. Please clarify the following quantities on the Bid Form, under Water Main Pay Items. Line item 24 has a quantity of 5 and line item 25 has a quantity of 6. We wanted to clarify if these quantities are correct as they appear relatively small in amount. Al. The quantities included in the Bid Form under Water Main Pay Items 24 and 25 are only for the permanent pavement restoration along SW 6th Street that falls outside the project limits (see sheet WM 13 of the Water Improvement Plans). The cost associated with pavement restoration for the water main installation within the milling and resurfacing limits, including back filling and making temporary pavement repairs are included in the cost of the installation of the related water main bid item (pipe, fitting, fire hydrant, etc.). Refer to the Measurement and Payments section 8.00 of the TSP (Items No. 3, 5, 7, 9, 13, 15, 17, 18, etc.). Final layer of asphalt is included under the Roadway Pay Item 331- 2-3 of the Bid Form. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. �1 Annie Perez, CPPO, Director City of Miami Department of Procurement BID FORM (Page 5 of 11) (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: (7) (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. Making a good faith effort to maintain a drug -free workplace program through implementation of subparagraphs (1) through (6). 4. 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 all sub -recipients shall certify and disclose accordingly. 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 81 SW 71s' Avenue from SW 8th Street to SW 4th Street tTB No., 16-17-026 Roadway Improvements - B-50405 BID FORM (Page 6 of 11) fails to file the required certification shall be subject to a civil penalty of not less than ten thousand dollars ($10,000.00) and not more than one hundred thousand dollars ($100,000.00) for each such failure. * 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 one hundred thousand dollars ($100,000.00) (per QMB). 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 (3) year period preceding this bid 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 'I .b of this certification; and (d) Have not, within a three (3) year period preceding this application, had one (1) or more public transactions (Federal, State, or local) terminated for cause or default. (e) In addition, factors to be considered in determining responsibility of prospective contractual parties shall include but not be limited to: (1) Bidder does have availability of appropriate financial, material, equipment, facility, and personnel resources and expertise, or the ability to obtain them, to meet all contractual requirements; (2) Bidder does have a satisfactory record of performance: (3) Bidder does have a satisfactory record of integrity; (4) Bidder does possess qualified legal standing to Contract with the City; and (5) Bidder will be in compliance in supplying all requested information connected with the inquiry concerning responsibility. (f) Bidder has not had a termination, suspension, or cancellation of a City Contract, in whole or in part, for cause, due to a default by the Bidder or Offeror, within the past five (5) years, which has not been reversed on appeal by a court of competent jurisdiction; or (g) Bidder has not withheld a payment or nonpayment of moneys due the City from the Bidder or Offeror, within the past five (5) years, unless the full amount of such moneys due the City, (h) Have been deposited with a court of competent jurisdiction in Miami -Dade County, Florida, pursuant to the provisions of Fla. R. Civ. P. 1.600 titled "Deposits in Court", as amended, or other applicable Federal, State or Local Rules of Court, and are subject to distribution to the City or withdrawal by the City by order of the court. 82 SW 715L Avenue from SW 891 Street to SW 4« Street ITB No.: 16-17-026 Roadway Improvements - B-50405 BID FORM (Page 7 of 11) (i) The Bidder shall provide any information requested by the chief procurement officer or purchasing agent concerning responsibility. If such contractual party fails to provide the requested information, the determination of responsibility may be made upon available information or the prospective contractual party may be found non -responsible. The prospective contractual party may demonstrate the availability of necessary financial, equipment, facility, and personnel resources by submitting: (1) Bidder will, upon request, furbish evidence that the contractual party possesses such necessary resources; (2) Bidder affirms it has acceptable plans to subcontract for such necessary resources: or (3) Bidder will, upon request, submit a documented commitment for, or explicit arrangement with, satisfactory sources to provide such necessary resources. 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 in writing. 6. Local Workforce Participation Requirements The Bidder certifies to the best of its knowledge and belief, that it and its principals: (a) have read and understood the provisions of City of Miami Ordinance 13332, codified as Section 18-89 of the City Code pertaining to the Local Workforce Participation requirements on a quarterly basis; (b) have identified in City Form Subcontractor Utilization ("SU") a third party independent who verifies and is properly licensed under the provisions of F.S. 454,471,473, or 481 and who is not with the Contractor; and (c) the selected third party, who independently verifies compliance with this section, must have a minimum of two (2) years of experience as required in Ordinance No. 13332, codified as Section 18-89 of the City Code. Part IV: Certification — Trench Safety Act The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of Section 553.60, et. seq., Florida Statutes, 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 Bid 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. 83 SW 71s1 Avenue from SW 8'h Street to SW 4`h Street FIB No.: 16-17-026 Roadway Improvements B-50405 BID FORM (Page 8 of 11) The Bidder further identifies the costs and methods summarized below: Quantity Unit Description Unit Price Price Extended . Method - refik SiAilki 1I.0.0a dI3,1410.OD Skcrt , Total $ 13,410-0 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 hereby acknowledges and affirms to the contents of this Bid Form and its' response(s) thereto including without limitations Part I through IV have been, read, understood, and agree to by signing and completing the spaces provided below. Bidder Name: R„(Z4 g-tQ,ivt,e2riet - , c. � 0 Signature: ioell‘' ,Z) Printed Name/Title: f .r cv Cure..;c t, f r- `deaki- City/State/Zip: 1O63O f f g3 vl "FL. 3II Telephone No.: (oS )ria —Rog Facsimile No.: (305) - !Cie* E-Mail Address: Social Security No. or Federal I.D. No.: (P5-- De sf s-c Dun and Bradstreet No.: If a partnership, names and addresses of partners: ra l P ✓1 . Qaprvl (if applicable) 84 SW 715' Avenue from SW 8th Street to SW 4th Street ITB No,: 16-17-026 Roadway Improvements - B-50405 BID FORM (Page 9 of 11) CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY CERTIFY that at a meeting of the Board of Directors of iLCi , a corporation organized and existing under the laws of the State of F-(ertar4 , held on the 7' day of { {nla , 16146 __ , a resolution was duly passed and adopted authorizing (Name) (�ia,,�toe..C�Gcir e;R, as (Title e5�'det/It/SeoKe-+et✓y 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 WITNESS W, EREOF, I have hereunto set my hand this Secretary: Print: ) a..0 ,014 4c rt?t- day of 1VI cal.- , 20 17 . 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. Partner. Print: IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 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). 85 SW 71s1 Avenue from SW 8"' Street to SW 41h Street ITB No.: 16-17-026 Roadway Improvements - B-50405 BID FORM (Page 10 of 11) CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (dlbla) (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 86 SW 715' Avenue from SW 8th Street to SW 4th Street [TB No.: 16-17-026 Roadway Improvements - B-50405 BID FORM (Page 11 of 11) NOTARIZATION STATE OF Fpp��'.) COUNTY OF �`-,rlc 7V arc } The foregoing instrument was acknowledged before me this d6, day of 20 !7 , by 241- . &Gt-rcckl , who is(personally known to me)ar who has produced as identification and who (did / did not) take an oath, SIGNATURE mF •TARY PUBLIC S(P 1W1A... — t:V;;;;;;; MARYULYS TOLEDO z;°,*�:. Notary Public - State of Florida My Comm. Expires Dec 5. 2017 Comrrission FF 074795 �r f hSSrl. i. PRIN NAME OF NOTARY PUBLIC 87 SW 7151 Avenue from SW 8th Street to SW 4th Street ITS No.: 16-17-026 Roadway Improvements - B-50405 BtD BOND FORM State of County of City of (Page 1 of 3) ) } Section 6 - Attachments KNOWN ALL PERSONS BY THESE PRESENTS, that R&G ENGINEERING, INC. as Principal, QBE INSURANCE CORPORATION as Surety, are held and firmly FIVE PERCENT OF bound unto the City of Miami, in the penal sum of TI IE AMOUNT BID 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 MAY 17TIt , 2017 , for. SW 718' AVENUE FROM SW 8T►r STREET TO SW 4TK STREET ROADWAY IMPROVEMENTS PROJECT NO.: B-5O4O5 NOW THEREFORE: (a) if the Principal shall not withdraw said Bid within one hundred eighty (180) calendar days after date of opening the same, and shall within ten (10) calendar days after the prescribed forms are presented to him for signature, enter into a written Contract with the Cliy, 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 tatter 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. 88 SW 7161 Avenue from SW 8 h' Street to SW 4`h Street ITB No.: 16-17-026 Roadway Improvements - B-60405 BID BOND FORM (Page 2 of 3) IN WITNESS WHEREOF, the above bound parties have executed this instrument under their several seals, this 17TH day of MAY , 2017 the naine 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) Witnesses are required. If Corporation, Secretary. only will attest and affix seal.) re 1 R. ra rat,reafri et, /1/4 PRINCIPAL: R&G ENGINETR.ING, INC. (Na irm) (Signa re of authorized officer) Affix Seal (Title) I0830 N.W. 23 STREET (Business Address) MIAMI, FL 33172 (City/State/Zip Code) SURETY: OBE INSURANCE CORPORATION (Corporate Surety) Affix Seal ature of Authorized Officer) JOW. CHARLTON, ATrORNEY-IN-FACT (Title) 700 SOOT] I DIXIE HIGHWAY, SUITE 100 (Business Address) CORAL GABLES, FL 33146 89 (City/State/Zip Code) SW 710 Avenue from SW 8'E' Street to SW 4'11 Street ITS No., 16-17-026 Roadway Improvements - B-60405 BID BOND FORM (Page 3 of 3) CERTIFICATE AS TO CORPORATE PRINCIPAL I, irrtaKI ie& , certify that 1 am the Secretary of the Corporation named as Principal in the within bond; that grn z4,01Tpve . of said corporation; that I know his signature, and the signature hereto is genui e; and th t said bond was dui), signed, sealed and attested for and in behalf of said corporation by authority of its governing body, (Corporate Seal) STATE OF COUNTY OF CITY OF Before me, a Notary Public duty commissioned, and qualified, personally appeared JOHN W. CHARLTON to me well known, who being by me first duly sworn upon oath, says that he/she is the attorney -in -fact, for the QBE INSURANCE CORPORATION and that he/she has been authorized by ITS PRESIDENT to execute the foregoing bond on behalf of the Contractor named therein in favor of The City of Miami, Florida. Subscribed and sworn io before me ti s J.Z rj` day of MAY , 2017 INSTRUCTIONS: Bid Bonds must be accompanied by a Power of Attorney, in compliance with Instructions to Bidders No f i?y Public, State o Florida at Large My Commission Expires: JUNE 19, 2020 90 DINIACAVALIERE MY COMMISSION k FF 965168 EXPIRES: June 19. 2020 Bandedi1m Biota WiarySantos SW 71" Avenue from SW 6 "' Street to SW 4111 Street JTB No.: 16-17-026 Roadway Improvements - R-50405 QBE, eleD WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE BLUE BORDER POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS, that QBE Insurance Corporation (the "Company"), a corporation duly organized and existing under the laws of the Stale of Pennsylvania, having its principal office at 88 Pine Street, New York, NY 10005, has made, constituted and appointed, and does by these presents make, constitute and appoint D.W. Matson Ill and John W. Charlton of Matson -Charlton Surety Group of Coral Gables, FL its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of financial guaranty insurance, to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of New York, without giving effect to the principles of conflict of laws. This Power of Attorney is granted pursuant to the following resolutions, which were duly and validly adopted at a meeting of the Board of Directors of the Company with effect from June 30, 2014: RESOLVED, that the Chief Executive Officer, any President, any Executive Vice President, any Senior Vice President, any Vice President, the Corporate Secretary or any Assistant Corporate Secretary is authorized to appoint one or more Attomeys-in-Fact and agents to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time; FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking will be valid and binding upon the Company when (a) signed by any of the aforesaid authorized officers; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and agents pursuant to the power prescribed in his/her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and FURTHER RESOLVED, that the signature of any authorized officer and the seal of the Company may be drawn on or affixed by facsimile or electronically transmitted by email to any power of attorney. or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance. or other suretyship obligation of the Company, and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein slated the facsimile or electronically reproduced signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such al the time when such instruments shall be issued. IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this May 1, 2017. Attest: (Seal) By: STATE OF FLORIDA COUNTY OF SEMINOLE Brett Halsey Senior Vice President } )SS: QBE INSURANCE CORPORATION By: i i l5 Matt Curran Senior Vice President On this May 1, 2017, before me personally appeared Brett Halsey and Matt Curran, both to me known to be Senior Vice Presidents of QBE Insurance Corporation, and that each, as such, being authorized to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporation by each duly authorized otfrce. LISA M. PARENT NOTARY PtWLrG- STAR Of FLORIDA COMMISSIONS FF 104252 EXPIRES S116/20$ PIONINO /HRI 4.4N•NOTANYI CERTIFICATE Lisa M Parent, Notary Public 1, Jose Ramon Gonzalez, Jr., the undersigned, Corporate Secretary of QBE Insurance Corporation do hereby certify that the foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney -in -Fact set forth herein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. Given under my hand and seal of the Company, this 17TH day of MAY (Seal) By: 2017. Jose Ramon Gonzalez, Jr., Corporate Secretary SUPPLEMENT TO BID FORM: QUESTIONNAIRE This completed form Must be submitted with the Bid, the City may, at its sole discretion, require that the Bidder submit Additional information not included in the submitted form. Such information must be submitted within seven (7) calendar days of the city's request. Failure to submit the form or additional information upon request by the City shall result in the rejection of the Bid as non -responsive. Additional pages may be used following the same format and numbering. By submitting its Bid the Bidder certifies the truth and accuracy of all information contained herein. A. Business information 1. How many years has Bidder been in business under its current name and ownership? Professional Licenses/Certifications (include name and number)* Issuance Date h o vt 7tly44.aS crtC tq fears t0iq f tetcto, (PpAqta as Enepteerit11414-Frar-Pr'- Raotem cat ( ze1&01) - (ON2001 gad as h got - . r 0466 •) (ozi& I5-tso3i — cs zoos - ('include active certifications of community small business enterprise and name of certifying entity) b, Date Bidder licensed by Dept, of Professional Regulation: [0P2-1 2001 c. Qualified Business License: [Yes No If Yes, Date Issued: d. What is Bidder's business? Ppe- L Vtt a.tA-d (eCuff.t ktrt ie-2vt v1-- (This answer should be specific. For example; paving, drainage, schools, interior renovations, etc.) e. Name of Qualifier, license number, and relationship to Bidder: gLtrilget f. Names of previous Qualifiers during the past five (5) years including, license numbers, relationship to Bidder and years as qualifier for the Bidder. 2, Name and Licenses of any prior companies: Name of Company License No. N/A Issuance Date 3. Type of Business Entity: Corporation ❑"S" Corporation❑LLC❑Soie Proprietorship❑Other: (Corporations will be required to provide a copy of their corporate resolution prior to executing a Contract) 4. Business Entity Ownership: a. Identify all owners of the Business Entity. 9) SW 7151 Avenue from SW 8tr, Street to SW 41" Street ITB No.: 16-17-026 Roadway Improvements - B-50405 1.13101ir, =ff„ CTQB Construction Trades Qualifying Board 'tiSiNESS CERTIMA7E OF COMPETENCY E201801 R & G ENGINEERING INC D.B.A.• • tGARCI RAMON s certified tinder the provisions of Chadter 10 of MiarnfrDade County QUALIFYING TRADE(S) 0003 PIPE LINE ENG 0007 PAVING ENGINEERING SEVOivy EZ,C V65.1:74(Or Save, f. ecL, WP-43 3-3.3.3.33 -T.813 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION = CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 c 01 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 FUNDORA, CARLOS R&G ENGINEERING INC 18735 SW 124THAVE MIAMI FL 33177-0321 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myftoridaticense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers, Thank you for doing business in Florida, and congratulations on your new license! RICK SCOTT, GOVERNOR STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CGC1518082 ISSUED: 10/23/2016 CERTIFIED GENERAL CONTRACTOR FUNDORA, CARLOS R&G ENGINEERING INC IS CERTIFIED under the provisions of Ch.489 FS, exp;ra;iaridaie: AUG 34,2013 L4815230001423 DETACH HERE KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD CGC1518082 The GENERAL CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2018 FUNDORA, CARLOS R&G ENGINEERING INC 18735 SW 124TH AVE MIAMI FL 33177-0321 ISSUED: 10/23/2016 DISPLAY AS REQUIRED BY LAW SEQ to L1610230001423 Name Title % of ownership 17e f 100 °4 b. Is any owner identified above an owner in another company? ❑ Yes ❑ No If yes, identify the name of the owner, other company names, and % ownership ga41/100t 6' gsC`d5 a t l , - t1v - 6?)'‘ c. Identify all individuals authorized to sign for the Business Entity, 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 gars(brat side-K- L ` ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ Explanation for Other: (Note: "Ail" refers to any type of document including but not limited to Contracts, amendment, change proposal requests (CPR), change orders (CO), notices, claims, disputes, etc. 'Cost" refers to CPRs, CDs. No -cost refers to RFis, Notices, and other similar documents) 5. Employee Information: Total No. of Employees: e Number of Managerial/Admin. Employees: 4 Number of Trades Personnel and total number per classification: (Apprentices must be listed separately for each classification) i tit ►t- 4 `9c1,4°s 4 forzma44 , 4 jw-ee .- P (1 r 4 Opmfor 8 C- E c tcrvivLf, 2. r1. �( P i,. i 4 /--%5 Nf cal a TA1tforylcto a45cosep, haorop.e -r. How many employees are working under H2B visas? ,ovle., 6. Has any owner or employee of the Bidder been convicted of a federal offense or moral turpitude? If yes, please explain: tto 92 SW 7151 Avenue from SW au Street to SW 4th Street ITB No.: 16-17-026 Roadway Improvements - B-50405 7. Insurance and Bond Information: a. Insurance Carrier name and address: I.6 e ift, . ,VYb :3 ✓v a-frt.vvie W e `rPaf is #f , d' rle /4,e A- tlwvtd�(i�rr , b. Insurance Contact Name, telephone, and e-mail: (395) 2 v-?(.1'(T AA- unPrWri> s •e,001 Ar1tAdr3 1 Va I ' 0 916t ,1---) 533"t'7G11--• faJAeo Irls)rr eta- ' fr✓e.dam c. Insurance Experience Modification Rating (EMR): •r/R (if no EMR rating please expain why) d. Number of Insurance Claims paid out in last five (5) years and their corresponding value: e. Bond Carrier name and address: 6 > Strt ee t r II`at &f3 ter . *red , i '1 4000 5 f. Bond Carrier Contact Name, telephone, and e-mail: l'rtCCC v&Lre, (395) Igo. A,— 30 .r ! (r F/u tx rr 1e¢ . eorr1 g. Number of Bond Claims paid out in last five (5) years and their corresponding value: 8. Have any claims lawsuits been file against the Bidder in the past five (5) years? If yes, identify all Bidder has either settled or an adverse judgment has been issued against Bidder. Identify the year, basis for the claim or judgment, and settlement; unless the value of the settlement is covered by a written confidentiality agreement. /4.000 9. To the best of Bidder's knowledge, is Bidder or any of Bidder's officers currently under investigation by any law enforcement agency or public entity? If yes, provide details: hto 10. Has Bidder been assessed liquidated damages or defaulted on a Project in the past five (5) years? YesNo ❑ if yes, provide an attachment that provides an explanation of the Project. affpclid 11. Has Bidder been cited for any OSHA violations in the past five (5) years? If yes, please provide an attachment including all details on each citation. r,(p 12, Provide an attachment listing all of the equipment, with a value of five thousand dollars ($5,000.00) or greater, owned by the Bidder, -. 4 B. Project Management and Subcontract Details 1. Bidder's Project Manager for this Project: a. Name: Acuro 4 q 0.-v -- 93 SW 71 sr Avenue from SW 8th Street to SW 4th Street ITB No.: 16-17-026 Roadway Improvements - B-50405 AC�RD� sr.....-.--- CERTIFICATE OF LIABILITY INSURANCE DATE (MM1DD€YYYYI 0511512017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ASA Underwriters Inc. 8778 SW 8st Miami FL 33174 CONTACT NAME: Pablo M Conde €a coNt o Exts• (305) 220-7447 (NC, No): 305-220-4821 E-MAIL pmcl&aaunderwrikers.com INSURER(S) AFFORDING COVERAGE NAIL INSURER A: Bridgefield Employers Insurance Co. 12158 INSURED R&G Engineering, Inc. 10830 NW 23rd ST Miami FL 33157 INSURER a: Scottsdale Insurance Company 41297 INSURER C: INSURER D : INSURER E INSURERF: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR; - ;AWL SUER LTR , TYPE OF INSURANCE 11NSD VIVO POLICY NUMBER POLICY EFF 1 POLICY EXP jmwmfrrm,00mowrirfl LIMITS COMMERCIAL GENERAL LIABILITY I I I I I 1 � 1 1 ) k j EACH OCCURRENCE i S h CLAIMS-MAZE_OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence4 ; 5 GEN'L MED EXP (Any me person) 15 PERSONAL & ADV INJURY 15 AGGREGATE LIMIT APPLIES PER: PRO- POLICY JECT i• , LOC OTHER: GENERAL AGGREGATE 15 PRODUCTS • COMP/OP AGG I S I AUTOMOBILE i 1 r LIABILITY ANY AUTO AUTO(PAINED ! HIRED AUTOS 1 SCHEDULED I I CC MSIN_C SINGLE LIMIT s tee a=cent) BODILY :NJURY (Per person) 15 BODILY NJURY (Per aoddent) I S PROPERTY DAMAGE ;Per act:0entl I5 UMBRELLA LAB OCCUR CLAIMSWDE. I EACH OCCURRENCE 15 EXCESS LIAR ! AGGREGATE ! S DED I RETENTIONS 1 ( S A WORKERS COMPENSATION ANO EMPLOYERS' LIABILITY ANY PROPRIETORRA.P,TNEREXECUTIVE OFFICER/MEMBER EXCLUDED1 (Mandatory In Mil It yes, descrte under DESCRIPTION OF OPERATIONS Y 1 N N I A 830-41737 04/14/2017 104/14/2018 X I sicR.TU'TE I OTn E.L. EACH ACCIDENT IS 1,000,000 y r E L DISEASE • EA EMPLOYEd S 1 ,000,00G I below I E.L. DISEASE - POLICY LIMIT ; 5 1.000.000 8 Commercial Inland Marine I CPS2508574 EQUIPMENT LIMIT S 845.708 08/05/2016 f 08/05/2017 COINS 90 % DED S 1,000 ACV DESCRIPTION OF OPERATIONS! LOCATIONS I VEHICLES (ACORD 101, Additional Remarks 5cheduie, may be attached if more space Is required) CERTIFICATE HOLDER CANCELLATION City of Miami CA), Hall 3500 Pan American Drive . Miami. FL 33133 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE • .- —'� ACORD 25 (2014/01) O 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ,4C®Rr�� �� CERTIFICATE OF LIABILITY INSURANCE DATE (MWUDIYYYY) 05i15/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(!es) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Tadeo Insurance Agency Inc 8201 SW 24 st Miami FL 33155 NANNsACT Barbra Gonzalez Rodriguez PHONE E,cl. (305) 553-1760 i nrc, No; (305) 553-1762 EMAIL .ADDRESS. tadeoinsurance@live.eom INSURER(S) AFFORDING COVERAGE NA]C it INSURER A ; National Indemnity Co of the South 42137 INSURED R & G ENGINEERING INC 10830 NW 23rd STREET Miami FL 33172 INSURER B: SECURITY NATIONAL INSURANCE COMPANY 19879 INSURER C : INSURER D t INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAIL) CLAIMS. .NSR LTR TYPE OF INSURANCE ADDL'SUFR 1NSO MD POL3CY EFF POLICY NUMBER I IMMIDDY EEF 1 POLICY EXP i LIMITS iMNJDO,YYYYI B X i COMMERCIAL GENERAL LIABILITY I 1 1 SES133094901 101/17,2017 ! 01/17/2018 EACH OCC_RR=NCE S 1000,000.00 i } CLAIMS•MADE I �'��r " OCCUR I J� Contributon DAMAGE TO RENTED PREMISES ,5 occurrence) 5 100,000.00 X X GEEN'L X ! Primary & non Mso EXP (Any one person) S 5,000.00 I waiver of subrogation PERSONAL S ADV INJURY S 1000.000.00 AGGREGATE LIMIT APPLIES PER: POLICY L_.._J Te i[ LCC OTHER: GENERAL AGGREGATE S 2000.000.00 PRODUCTS - COMP/OPAGO 5 2000,000.00 S A AUTOMOBILE !� X LIABILITY X X X SCHE.uLED ALTOS NON -OWNED ALTOS 10,000 - 74APSO7o01' avas/2a17 alraa/zats COMB„INEDtSINGLE LIMIT 5 1,000,000 BODILY INJURY (Per person) S BODILY INJURY Per ecadent c ) s PROPERTY DAMAGE S (PeracGdenri I UMBRELLA LIAB i I acCUR : EXCESS LIAB II CLAIMS MADE EACH OCCURRENCE 5 AGGREGATE S A l DED I I RETENTION S S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PAFtTNEFUEXECL'TIVE OFFICERIMEMBER EXCLUDED? (Mandatory In NH) Ir yes. descri5e under DESCRIPTION OF OPERATIONS YPN NIA E j I S' ,R4TLF7 I I OTH- ! E:L. EACH ACCIDENT 15 E.L. DISEASE - EA EMPLOYEE S below E.L. DISEASE - POLICY LIMIT 1 5 A PHYSICAL DAMAGE I 74AP5070011 101/08/2017 01/08/2018 DED 1.000.00 COLL & COMPR OESCRIPTION OF OPERATIONS 1 LOCATIONS! VEHICLES (ACORD 101, Additional Remerlta Schedule, may be attached it tnore space is required) 1995 Whgm Wgm 4V1JBBJGGSR838071 2001 Mack ChB 1M1AA13Y71W138528 value $35,000 1992Mack ChB 1 M12AA12YVNW01553 value $30,000 1999 Mack Ch6 1 MIAA13Y6XW107876 value S30,000 1990 Ford Ls9 1FTYS90W4LVA20488 2007 Low Boy Trailer 4SODK482271002536 2000 Intl 257 1 HTG GATTOYH286485 value 578,000 CERTIFICATE HOLDER CANCELLATION City of Miami City Hall 3500 Pan American Drive Miami, FL 33133 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2014/01} © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD JEFF ATWATER CHIEF FINANCIAL OFFICER STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF WORKERS' COMPENSATION * * CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS' COMPENSATION LAW * CONSTRUCTION INDUSTRY EXEMPTION This certifies that the individual listed below has elected to be exempt from Florida Workers' Compensation raw. EFFECTIVE DATE: 7/15/2016 EXPIRATION DATE: 7/15/2018 PERSON: GARCIA FEIN: 650851598 BUSINESS NAME AND ADDRESS: R&G ENGINEERING INC 10830 N.W. 23RD STREET MIAMI FL 33172 SCOPES OF BUSINESS OR TRADE: CONCRETE OR CEMENT WORK - FLOO RAMON IRRIGATION OR SEWER CONSTRUCTION DRAINAGE SYSTEM ALL OPERATI Pursuant to Chapter 440_05(14), F.S., an officer of a corporation who elects exemption from this chapter by tiling a certificate of election under this section may not recover benefits or compensation under this chapter. Pursuant to Chapter 440.05(12), F.S., Certificates of election to be exempt__ apply only within the scope of the business or trade listed on the notice of election to be exempt. Pursuant to Chapter 440.05(13), F.S., Notices of election to be exempt and certificates of election to be exempt shall be subject to revocation if, at any time after the filing of the notice or the issuance al the certificate, the person named an the notice or certificate no longer meets the requirements of this section for issuance of a certificate. The department shall revoke a DFS-F2-DWC-252 CERTIFICATE OF ELECTION TO BE EXEMPT REVISED 08-13 QUESTIONS? (850)413-1609 Engineering, Inc. 10830 NW 23 Street • Miami, FL 33172 • Tel (305) 470-1905 • Fax )305) 470-1906 Liquidated Damage History PROJECT 17011R - SW 71st Avenue from SW 8th ST to SW 4th ST Roadway Improvements City of Miami 5/17/2017 120 days OWNER: BID -DUE DATE: DURATION: Project Type of Penalty Description Amount Pump Station City Two Liquidated Damage NTP was given around 3 months before having paperworks approved $174,000.00 i rr &` Engineering, Inc. PROJECT: OWNER: BID -DUE DATE: DURAT#ON: 17011R - SW 71st Avenue from SW 8th ST to SW 4th ST Roadway Improvements City of Miami 5/17/2017 120 Days Equipment Item Number Manufacturer Type Model Description Year SerialflD Number Amount of Insurance 1 Caterpillar Compactor C8214E Drum Compactor 2006 21400742 $20,000.00 2 Caterpillar Compactor 433 Rcii Roll Compactor 1999 3TM00932 $25,000.00 3 Komatsu Excavator PC228 Excavator 2004 30987 $50,000.00 4 Komatsu Loader Wa250 Loader 1999 53364 330,000.00 5 Caterpillar Backhoe 420-D Backhoe 2005 Fdp021956 $30,000.00 6 John Deere Backhoe 410•G Backhae 2002 T0410gx91076 $20,000.00 7 Lay-Mor Broom 8HC Lay Mor 2005 27326005 $10,300.00 8 John Deere Backhoe 3105 Backhoe 2008 T0310sJ168522 552,000,00 9 John Deere Skid Steer 326D Skid Steer Loader 2010 T0326DM179841 $41,500.00 10 Lee Boy Asphalt Paver 7000 Asphalt Paver 2006 46116 $47,000.00 11 Caterpillar Tractor D3gx1 Track Type Tractor 2005 JMH01670 $42,500,00 12 Caterpillar Skid Steer 266E Skid Steer Loader 2007 SN-Lba01667 $30,000.00 13 Terex Asphalt Rollers 1840TV1200-1 Ashpalt Roller 2007 SLBTVPRDE104cc082 $16,000.00 14 Case Skid Steer 1840 Skid Steer Loader 1997 Jaf0289562 $11,000,00 15 John Deere Backhoe 31051 Wheel Loader Backhoe 2009 T031051170732 $48,500.00 16 Hitachi Excavator 2x300 LC 6 Excavator with 30'ROCk Bucket 2015 1FFDDP70CFF840024 $272,908.00 17 John Deere Excavator 120C Excavator 2008 FF120CX036470 $70,000.00 18 John Deere Skid Steer 3260 Skid Steer Loader 2011 T0326DL186230 $30,000.00 19 International Truck 257 Vactor Truck 2000 IHTGGATT0YH286485 $78,000.00 b. Years employed by Bidder: 14kevit, c. Licenses/Certifications: 0:10 - � �l r F��- L �2vO (00 d. Last three (3) Projects with the company including role, Scope of Work, and value of Project: lee i vVat/1 r'` J '— Pgf 6vx-or, emc r rr t G- I 4'(-)rtA'1'4"r 754Atlitricras;?;;.-r-Vi±lcji5{"wi I I ,75-V • 0"'" 2, Subcontractors: Name Trade % of Work License No. Certification* 4 i t .-- )4 - -1oe6oc ` ( qs" z ,ea s� �t Lft f1'Cf r � � cRG ��i itiS ('active certifications of community small business enterprise and name of certifying entity) 3. Scope of physical labor construction Work to be performed by Bidder and the corresponding percentage of the Work: (This does not include such items as insurance * bonds, dumpsters, trailers, and other similar non - construction Work items) PY1 ti ►11P4%} Yv®(1L. C. Current and Prior Experience Gee, afir,4' 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 and scope. Provide an attachment to this Questionnaire that includes Completed Projects the Bidder 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 and e-mail, title of Project, location of Project, scope, initial value and final cost of the Project, projected and final timeframes for completion in calendar days and the number of company trades personnel, by classification, that were assigned to the Project. The delivery method, including, but not limited to; design -build, CM at@Risk, Design -Bid -Build, etc. is to be identified for each Project. If there is a difference between the initial and final cost or initial and actual timeframe provide details on why the differences exist. A reference letter is to be completed by the owner of the Project and submitted as part of the Bid submission. D. Bidder's References See Bidders are to include a minimum of five (5) references from completed Projects listed in C.2 above. The attached form is to be used and is to be included with the Bid submission. The City, at its sole discretion may allow the Bidder to submit the references after the specified date for Bid submission. 94 SW 71" Avenue from SW gth Street to SW 4th Street ITS No.: 16-17-026 Roadway Improvements - B-50405 Project No. B- 50405 CITY OF MIAMI CAPITAL IMPROVEMENTS PROGRAM SUBCONTRACTOR UTILIZATION FORM Project Title: SW 71st Ave. from SW 8th ST to SW 4th ST Roadway Imo Sheet No. 1 of 1 This Form should be submitted with a bidder's bid form submittal. Failure to submit this Form with the bid may result in the bid being rejected as non -responsive. The City in its reasonable discretion may allow, in the interest of the competition, the Bidder to submit the Form after bids are due (as supplemental information). 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 Information** Miami-DadeCertification* CBE CSBE NIA Type - Number Miami Striping Signing & Pavemet 0.4% 22225 SW 1941h Ave Miami, FL 33170 Striping & Signs 1 OBS00071 l El t . JuaGty Construction Performance Milling, Asphalt, C 14.6% 2451 NW 109th Ave. Miami, FL, 33172 General Engineeri E251700 1 0 0 . . . . 0 f• 11 . . 11 0 0 . ED o . . 1I 0 0 0 0 0 . 0 0 * Must be certified by Miami -Dade County. All tiers must be shown, including multiple sub -tiers, if permitted by the Contract Documents. **List only those relevant to this Project. ***Check N/A if the listed SU does not have a CBE/CSBE certification (e.g., independent third party verifier) Form SU Engineering, Inc, 10830 NVs' 23 Street * Miami, FL 33172 • Te! (305) 470.1905 • Fax (305) 470-1906 EXPERIENCE Past Protects of Similar Scope PROJECT CLIENT INFORMATION DESCRIPTION DURATION AMOUNT TRADE PERSONNEL RPQ T1401 Furnish and install 36 Inch D.I.F.M. Miarni Dade Water and Sewer Deportment 3071 SW 381h Ave. Miami F133146 TEL: 305-665-7477 1 FAX: 305.268-5126 linspeclor Namel: Nelson Cespedes TEL: 305- 407-0799 EMAIL: nCospkmiamidnde.gov The work consisted an Furnish dnd install aproximately 2,350 LF of 36" D.I.P. and fittings Tor a sewer force main in NW 107 Ave. from W. Flagler St Go NW 7 ST. This Project also included making topping, fumish and installing lapping sleeve and lapping valves; furnishing and installing suitable backtill malaria: obtaining the services of linesiop specialists for2 Installation of two temporary Iinestops; demolition and modification work: temporary and permanent pavement repair: and all other appurlenonl and miscellaneous Items and work for a complete and fully functiona3 installation. 150 Cafendof Days $ i.b79.244.87 1- Supervisor 1- Foreman 2 -Lobare,r -Plpeloyer 2 -Operator I -Driver RPQ T-1845 Installation of 12- D.I.P W/M and 8" D.1.P. Sanitary Sewer in NW 361h Ave. NW 35 CT, NW 351h Ave, NW 41s1 ST, NW 46th ST. NW 48 fart, NW 491h ST. NW 50th 5T, NW 51 ST and NW 52nd ST Miami Dade Wafer and Sewer Department 3071 SW 38th Ave. Miami FL33146 TEL: 305-665-7477 / FAX: 305-268.5126 (Inspector Nome): Nelson Cespedes TEL: 305-607-0799 EMAIL: ncespWntiamidade.gav The project consists et the Improvement of approximately 11 t40linear feel of water and sanitary sewer pipes along NW 361h Avenue NW 35th Court, NW 351h Avenue. NW 41 ST, NW 46 ST, NW 48 Terrace, NW 49 ST, NW 50 ST, NW 51 5T, and NW 52 ST. 300 Calendar Days?,249,382.63 1- Supervisor 1- Foreman 2 -Laborer 2-plpeloyer 1 -Operator 2 -Driver 5-320 One -Year Countywide Contract for Dig and Replace Sewer Gravity Mains. with counly option to renew tar and additional Ihree years on o yearly basis Miami Dade Water and Sewer Department 3071 SW 38th Ave. Miami FL33146 TEL: 305-465.7477 / FAX' 305-268-5126 (Inspector Nome): Miguel Pichardo TEL: 786-268-5170 Email: mpicti siumidade.gov The blanket project consists of the rernoval and repiocement of approximately 19,600 linear feel of existing 6-Inch through 24-Inch diameter gravity sewer mains and laterals on a full reach or paunt repair basis and ail other appurienartl and miscellanous items and work for a complete, tunclional and satisfactory installation. the project also Includes lurnishing and installing sanitary sewer infrastructure disturbed during the course of the work pertormed. 365 Calendar Days later renewed for two more years (1095 in total) $4 703 284 24 1- Supervisor 1- Foreman 2 -Laborer 2-Pipelayer 2-Operator 2 Dnver S-Bl0 South Distrcil Wastewater Treatment Plant HID Upgrade to 285 tMIGD Final Silework Miami Dude Water and Sewer Department 3071 SW 3H111 Ave. Miami FL33146 TEL: 305.665.7477 / FAX: 305-268-5126 l Inspector Nome(: Morio Garcid TEL: 786-268-5758 The work Consists al furnishing all materials, labor, and equipment necessary for Una site work construction, including but not Wiled to aspholt overlay, new asphalt pavement construction. concrete paving. valve box arrd manhole modifications. and pavement markings; access control gales: polymer Interconnecting piping from the Clarifier Polymer Building to the Gravlliy Thickener System: irrigation pump siollon modifications. irrigation system distribution and controls. connection to the planivvide data highway inducing programming for irrigation control; cl site righting; storm wafer collection and disposal through on -site grading and exfillration trenches; grading and placement 01 seed and sod: instalitlon of concrete curbing and permeable rock ground cover: coordination with multiple ongoing construction conlracltons by others: testing. startup. training, warrantees, bonds and all related work at the South District Wastewater Treatment Plant, located al 8950 SW 232 Streel. 395 Calendar Days $3.651.280 1- Supervisor 1- Foreman t-Laborer 2 -plpeloyer I -Operator 2 -Driver R1G Engineering Inc Ecrwnenre RPQ T 1556 Furnish and Install 6 The project consists of lurnishtng all materials. labor. and equipment necessary for the Inslatlolion at six new °crass manhole assembles al six different locations as shown on plans. The work includes, but is not limited to, exploratory excavation: excavation: dewatering ditch and french If required: furnish install Access MN Structures Miami Dade Water and Sewer Department and °crass manhole assembly Including 1- Supervisor on existing 48" 3071 SW 381h Ave. Miami FL33146 TEL: wire meth. reinforce concrete, 60 inch diameter alumniaed sleet corrugated metal 1- Foreman Prestressed concrete 305-665.7477 / FAX: 305-268-5126 (Inspector 1 -Laborer water main al 6 Namej: Alexis Valdes TEL: 786.299 pupe, top reinforced concrete slob. brick 120 Calendar Days 5109,790.00 2 Pipelnyer locations along NW 2 9008 EMAIL: masonry and manhole frame and cover:can rock base for Type `n4" 1 -Operator Ave., N,W, I PL. and cl NW 6 and NW 69 Ave.e. ST ojvaida"miamidade.gov s:lic pavement repairs; constructing asphaltic r I repairs; concrete surface course for Type "M" permanent paving repairs; milling existing osphnll pavement and constructing overlay asphaltic pavement repairs; construct concrete curb ad gutter: furnish traffic control; providing traffic control and a Maintenance of 2 -Driver Traffic plan, City el Corot Gables 1- Supervisor Old Curter Force Main MoIase 2800 SW 72nd Ave Morn! FL 33155 TEL: For installation of approximately 2.670 linear I- Foreman Replacement P 305.460 5102 / FAX: 305-261-1601 Contact feet ol 16-lnch PVC force main including but 135 Calendar Days $493.675.28 2 -Laborer IV Person: Julia Abraham TEL: 305- 460-5069 CMA1L: jabrahan6•caralgables.com not limited to pipes. fillings. valves. and ether appurtenances located on Old Culler Road. 2-Pipeiayer I -Operator 2 -Driver Protects in nroress Furnish and install: 8' DPP Sewer Main. 6" DIP iateral, new manhole, fittings and accessories. temporary restoration, density fest new 1-Supervisor 1- Foreman Englne Overhaul Ermine Overhaul Services sidewalk. post CCTV Inspection of sewer line Start pale: 7/Ii2016 2 taborerer Services-Sifework 1664 SW 108 Ave. Miam:. FL 33174 and Farerat. furnish and install: catch basins. Completion Dope: N; A 1167.824.00 2 -Pi eta (Subcontractor) Jose 6ergouignnn Tel: 786-556-9505 15" HDPE solid pipe, 15" HDPE perforated pipe. 1-Operator 1"Asphalt pavement type s-3, 6-base limerock, 17' Stabalized subgrade, and 2-Driver Striping. Dianthus Wareh9use- Removal 01 existing 6" VCP lateral, Furnish and install; 6" PVC C-900 lateral, new 6' cleanout, saw cut and demolition o1 existing asphalt. restoration ol the asphalt within the sewer 1-Supervisor Slleworkl NW 26 Ave ANC Builders, INC. french. pre and post CCTV inspection, density 1- Foreman between NW 75 S 18715 SW B4#h CT. Miami, FL 33157 test. Furnish and Install: 12" DIP Water Main, 4" Start Dole: 8/28/2016 $I 18.400.00 1 -Laborer and NW 77 Si, Miami. FL) (S ubcaniroctorl Jae Casanova Te1:335 796 7180 DIP Water Main, 2' backliow prevenler asse mb4y, Install lire hydrant. install 2" water meter, furnish and install catch basin structures, Completion Dale: N/A 2-Pipeloyer 2 -Operator 1 -Driver 15" HDP perforated pipe and solid pipe. 1" Asphalt pavement type s-l. 8"concrete sidewalk, and striping. RdG Enpineennp Inc Experience 2 I' Cli `28- 2 J I tiL 1 G 5 1 1 1 1 t n?. NO, P. 01 February 28, 2012 RE: R & G Engine rino, Inc, Letter of Recommendation Contract No,: S-820 Project Name; Miami Dade Countywide Contract for Removal and Replacement of Sanitary Sewer Gravity Mains, To Whom It May Concern: R & G Engineering Inc has performed numerous projects for Mlaml Dade Water and Sewer Department over Its 14 year history. As an Underground Utility contractor, R & G Engineering has performed work for the departrnent related to all facets of underground utility work from water mains, force mains and gravity mains to Neighborhood improvement projects. They personnel have extensive experience in drainage, road building, grading, and paving. The scope of the Contract S-820 a budget of $ 13,00O,000,00, was to furnishing al! labor, materials and equipment necessary to excavate, and repair or replace sanitary sewer. The project is progressing satisfactory and the first year was completed between March 8, 2Q10 for a cost of $3,250,000.00. The Owner and the Design Engineer of this project is Miami Dade Water and Sewer Department, Engineering Division, located on 3575 South Le)eune Road, Miami, Florida 33146, You may contact Miami -Dade Water & Sewer by phone at (305) 665-7471, I have personaify managed projects R & G Engineering has performed and can comment on their excellent ability to manage sub -contractors as well as their willingness to cooperate with the department when changes to the projects have been required. If you desire you may contact me at 786-258-2573 for additional information. Sinoarely, Miguel Pichardo, C.G.C./ C,U,C, Supervisor, intiltrationiExlltrstionllni ow Unit Construction Contracts Management Divieir n Miami -Dada Water and Sower Department Water and Setter Pr) noi.13011b • )iri S. tt"mry Rood marni, N..,:rla ):13 { 1.(1 i th 1 it)t-r,GS'471 miantidtdi.gty 'fo Whom It May Colleen): The undersiimed have been a Water N Sewer Construcion Supervisor for the past lith years. As a Construction Manager I have been imnlve.d ut severaI projects tltrurtghnut the Miami Dade County and worked with R & G Engineering, Some of the projects were: NW 107' Ave and Plagler St force main which ua; the imaallation of approximately 3,I00 I..10r36-inch DIP. _. SW 264 St and US I which wits Ole installation of approximately 2,600 If installation of Force Alain Both projects including but not limited to all pipes. fitting. valves and appurtenances necessary for a complete and functional installation. Also included cleaning and testing as required. maintenance of uninterrupted server coicctiun system service. restoration of area to prcconstructinn condition together with all appurtenances. miscellaneous hems fora complete project. R & G Engineering did their hest in 'luting those pmjects completed and running on time. Their excellent engineering and experience in handling these types of projects have given them Mt ndenniagc to accomplish any tusk for underground utilities. Should you have any questions. please contact me at {305) 5o7.01T9. / • Sincerely,._ _ p Ne jon A. C pedes Water & Sewer Construction Supervisor Miami Dade Water & Sewer Department of Aitiairrti Ix J P IFEF 9! if I!t 1 0 September 17, 20 ] 2 R&G Engineering, Inc. — Letter of Recommendation To Whom It May Concern: JOHNNY MARTINET., P.E. Otv Manager R&G Engineering has performed several projects wi.thin the City of Miami. As an underground utility contractor, the company had to apply for different type of permits, such as Excavation, Right -of -Way Closure, and Special Events Permits, to perform the work within the city boundaries. R&G Engineering, Inc. maintained their permits active during the length of the projects and restored the work areas per City of Miarni standards. Should you need additional information, please contact isle at 305-416-1755. Sincere] Fabiols`i uisson Right -of -Way Permits Supervisor Chief Civil Engineer DEPARTMENT OF PUBLIC WORKS 444 S.W. 2nel Avenue / Miami, Florida 33130 / (305) 416-1200 / Fax.: 14i5 416-1278 Mailing Address: P.O. Fox 33O7C8 Miami, FL 33233-0708 ?l1J-44 I i JJ p.1 U„�f 'J"" The City of CoralGable s Public Works Departrtaelit 2600 SW 72 Alen uC hAtA.MI, FLOrtIDA 3 f 55 February 28111, 2012 To Whom It May Concern: The undersigned, have been a Civil Engineer for The City of Coral Gables for the past 221/i years, As a Project Manager I have been involved in several projects throughout the City and have worked in two projects with R & G Engineering. The projects were the Old Cutler Force Main Phase IV which was the installation of approximately 2,670 linear feet of 16-inch PVC force main including but not limited to all pipes, fitting, valves and appurtenances necessary for the new segment of force main along Old Cutler Road. The other project 1 oversee R & G Engineering was the selling, delivering, installing and construction of Pump Station A at 1590 Camparnento Avenue in Coral Gables. This included cleaning and testing as required, maintenance of uninterrupted sewer collection system service, restoration of area to preconst ruction condition together with all appurtenances, miscellaneous items for a complete project. R & G Engineering did their best in having those projects completed and running on time. Their knowledge and experience in handling these types of projects have given them the advantage to get more project which are undergoing in the City to finish until the end. Should you have any questions, please contact me at (305) 460-5053 Sincerely, ilt4n lia Abrahan ivif Engineer Public Works Department City of Coral Gables, Florida P0, BOY. 4I 549 CQR.AL c„'./4,.F5. FLORIDA 3; j i- I549 PHONE 4,305) 46.3-5000 rs x { 3O5 j 460-5O O E.151,46( OVERHAUL SiER PIA. li/4! PWI» VIOf ♦1* ENGINE OVERHAUL SERVICES 8356A N.W. SOUTH RIVER DRIVE, MEDLEY, FLORIDA, 33166 PHONE 305-888-4596 FAX 305-888-4475 April 16, 2C17 To whom it may Concern, Engine Overhaul Services has an BOOO Sq. Ft. facility project that has used the services of R & G Engineering. They have been a key part of all phases of our project .The planning, estimating, preparation and execution of their work is second to none. Engine Overhaul Services highly recommends the services of R & G Engineering. if you have any questions, please feel free to tail on us. Sincerely, r Joe A. Bergouignan Jr. President/Owner Engine Overhaul Services 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 Bidder has provided services in addition to the minimum five (5) Projects of a similar size, scope, and complexity. 1) Company Name fArytt !'met;+- i fZ 'a -vim (Dxfarfrrof Address 3575 S;.r21-e.�oe 6Ld. fvici.vni , FC • 3lrfte Contact Person/Contract Amount f le liaAG .S/ ��2`f � ts2. 4'3 Telephone No.: /Email q-‘100$ I all/&/.7141.Adie 2) Company Name Mirsarda - ii '- D i+eYW-vt Address Contact PersonlContract Amount Nlay e tt`a. ! $ 3)4'51) - trb Telephone No.: !Email %K, jz.108 - 5'l58 e-inG tau Midat• rf 3) Company Name I'4a rrt i - 1 g V a'f`rnR-+i± Address 3S75 Tcs��-,iv %t • p,�r'/ F( . 33i (9 t Contact Person/Contract Amount tc J `iefta / ` 61, tj5i oai trD Telephone No.: /Email 6g0260- 5170 l rnFie-116' inSO-rf7 a, `I/ 4) Company Name li C5-n'tf P,a42- vfzv £GoVer l,. . ryott Address 35`1 S`J ,tLT.wetr? d'J . t1 (a f t f•) FL, 3�3Lc#( Contact Person/Contract Amount 111246Ls / 4' 4,6?? )1{q• 'Or Telephone No.: /Email (*65)4-01 192'g / 1 pc TP`Y 5) Company Name R-f1117,`n.e. V r'J'll&.VI iC Address 4620 tee AVe , SW'� r ` , 'L . 33172 Contact PersonlContract Amount 0„(,toc /rvilA / 4 LK,8; . Telephone No,: /Email N) 55` 1)51/o ret'vv 0-061 95 SW 715; Avenue from SW 8th Street to SW 4th Street ITS No.: 16-17-026 Roadway Improvements - B-50405 Citp of Aiia -It To Whom It May Concern Subject: Reference Letter Daniel J. Alfonso City Manager The Following Section to be Com by the: Name of Bidder: `E ,Eyt , Lr vt , Tv-e . The above referenced Bidder is responding to a Bid that has been issued by the City of Miami. The City requires that the Bidder provide written references with their Bid submission. By providing you with this document, the Bidder is requesting that you provide the following reference information, The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: 9i0 171 A -,I ttie ParTI s^sf rOVivete Scope of Referenced Work: Did the Scope involve the construction, installation, repair and/or replacement of a storm water pump station? ❑ Yes ❑ No Value of Project: $ Date Completed: Percentage of physical construction Work self -performed by Bidder; Was Project completed on time and within budget: U Yes ❑ No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes 0 No If yes, please provide details: Comments: Name of Project Owner: Date: Signature of Project Owner's Representative: Title: Telephone: E-mail: Sincerely, Annie Perez, CPPO, Director Department of Procurement 96 SW 71si Avenue from SW 8Lh Street to SW 4th Street ITB No.: 16-17-026 Roadway Improvements - B-50405 SUPPLEMENT TO BID FORM: OFFICE LOCATION AFFIDAVIT (Page 1 of 3) 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 AS DEFINED BY CITY CODE SECTION 18-73. ` t $s is D F 'ire. B rte c` - :� Le9e Name of Firm: �' Entity Type: (Check One) ❑ Partnership E Sole Proprietorship ❑ Corporation Corporation Document No: Date Established Occupational License No: PRESENT Street Address: Date of issuance Office Location (Establishment of the Bidder): City: State: How long at this location: PREVIOUS Street Address: City: State How long at this location: According to Section 18-73 of the City of Miami Code, as amended: City of Miami "Local Office" means a business within the City which meets all of the following criteria: 1) Has had a staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the City for a minimum of twelve (12) months immediately preceding to the date Bids were received for the purchase or Contract at issue; for purposes of this section, "staffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal or owner of the local business; a post office box shall not be sufficient to constitute a local office within the City; and 2) if the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months been in effect for no less than the twelve (12) months immediately preceding the date Bids were received, and be available for review and approval by the chief procurement officer or its designee; for recently executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date Bids were received, a prior fully executed lease within the corporate limits of the City that documents in writing continuous business residence within the corporate limits of the City for a term of no less than twelve (12) months immediately preceding the date Bids were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval 97 SW 7151 Avenue from SW 8'h Street to SW 411' Street ITB No.: 16-17-026 Roadway Improvements - B-50405 SUPPLEMENT TO BID FORM: OFFICE LOCATION AFFIDAVIT (Page 2 of 3) by the chief procurement officer or its designee; further requiring that historical, cleared rent checks or other rent payment documentation in writing that documents local office tenancy shall be available for review and approval by the chief procurement officer or its designee; and 3) Has had for a minimum of twelve (12) months immediately preceding the date Bids were received for the purchase or Contract at issue, a current Business Tax Receipt issued by both the City and Miami - Dade County, if applicable, and 4) Has had, for a minimum of twelve (12) months immediately preceding the date Bids were received for the purchase or Contract at issue, any license or certificate of competency and certificate of use required by either the City or Miami -Dade County that authorizes the performance of said business operations; and 5) Has certified in writing its compliance with the foregoing at the time of submitting its Bid to be eligible for consideration under this section; provided, however, that the burden of proof to provide all supporting documentation in support of this local office certification is borne by the business applicant submitting a Bid. According to Section 18-85(a) of the City of Miami Code, as amended: "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 intention of this section is to benefit local bona fide 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 by this section. Authorize Signature aarn.o 6a.-ec Print Name Authorized Signature Ca-rn&A-/ Print Name orized Signature AutJiodlzed Signature 98 SW 715L Avenue from SW 8th Street to SW 4th Street Roadway Improvements - B-50405 ITB No.: 16-17-026 SUPPLEMENT TO BID FORM: OFFICE LOCATION AFFIDAVIT (Page 3 of 3) (Must be signed by the corporate secretary of a Corporation or one genera# partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture.) NOTARIZATION STATE OF FLORIDA, COUNTY OF MIAM1-DADE That: -0./ ai7 me and acknowledged the foregoing instrument as his/her act and deed. personally appeared before �t=ltif� That he/she has produced ,,; n tv �OLCDD ,;"„ Notr ry Public - State of Florida NOTARY PUBLIC: My Comm. Expires Dec S, 2017 Commission # FF 074796 BDndcd Through National Notary Assn. My Commission Expires:. Please submit with Bid Form copies of Occupational License, City of Miami and Miami -Dade County Business Licenses, professional and/or trade License to verify local office preference. The City of Miami also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other documents(s) to verify the location of the firms office. 99 SW 71s' Avenue from SW 8th Street to SW 4'h Street ITB No.. 16-17-026 Roadway Improvements - B-50405 Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL — 00 NOT PAY T712063 BUSINESS NAME/LOCATION R & G ENGINEERING INC 10630 NW 23 ST SWEETWATER FL 33172 OWNER R & G ENGINEERING INC Employee(5) 1 RECEIPT NO. RENEWAL 3897023 SEC, TYPE OF BUSINESS 213 SERVICE BUSINESS LBT EXPIRES SEPTEMBER 30, 2017 Must be displayed at place of bus;nrss Pursuant to County Coco Chapter 8A - Art 8 & 10 PAYMENT RECEIVED BY TAX COLLECTOR S45.00 08/15/2016 CHECK21-16-113278 This Local Business Tao Receipt only confirms payment of the Local Business Tax. The Receipt is not a license. permIt. or a cartilication of the holder's qualifications, to do business. Holder muss comply with any governmental or nongovernmental regulamry taws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles - Miami -Dade Code Sec ea-275. For Inure information. visit www.miamldade.nPllaxcelleetor Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL -D0 NOT PAY 4606654 BUSINESS NAME/LOCATION R & G ENGINEERING INC 10830 NW 23 ST SWEETWATER FL 33172 OWNER R & G ENGINEERING INC Worker(s) 3 RECEIPT NO. RENEWAL 5408109 LBT EXPIRES SEPTEMBER 30, 2017 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 SEC. TYPE OF BUSINESS PAYMENT RECEIVED 195 SPECIALTY ENGINEERING CONTRACT BY TAX COLLECTOR E20180 545.00 08/15/20166 CHECK21-16-113283 This Local Business Tax Receipt only confirms payment of the Local Business Tux. The Receipt le not a Iieersse, perrnil, or a certification of the holders qualifications, to do business. Haider must eonrpty with ony governmental or nongovernmental regulatory lows and requirements which apply to the business. The RECEIPT NO. above muss he disprayod on ail commercial yawn- Miami -Dade Dodo Sec Sa--278. For mare information, visit wwsvmiarnidadcg_.evjlereull, eCtar City of Sweetwater 500 SW 109'h Ave Sweetwater FL 33174 business Tax Department { (305)221-0411 Business Tax Receipt Effective Date: 10/1/2016 Expiration Date: 9/30/2017 R & G ENGINEERING INC 10830 NW 23 ST SWEETWATER, FL 33172 RAMON GARCIA Phone Number: 3054701905 Administrative Office Penalty is imposed for failure to keep this receipt displayed conspicuously License Description: Administrative Office License No: 104000121 Restrictions: R & G ENGINEERING INC 10830 NW 23 ST SWEETWATER, FL 33172 ti„ _ ` v C2S t City of Sweetwater 500 SW 109t Ave Sweetwater FL 33174 Business Tax Department (305) 2 2 1-0411 Business Tax Receipt Effective Date: 10/1/2015 Expiration Date: 9/30/2017 RAMON GARCIA / R & G ENGINEERING INC 10830 NW 23 ST SWEETWATER, FL 33172 RAMON GARCIA Phone Number: 3054701905 Penalty is imposed for failure to keep this receipt displayed conspicuously Contractor -Engineer -General 33f 72$2o2a COT? License Description: Contractor -Engineer -General License No: 171000001 Restrictions: RAMON GARCIA/ R & G ENGINEERING INC 10830 NW 23 ST, SWEETWATER, FL 33172 '?'?I?�flils:ll:,lli!i'Ir,r:111111l,l11111:?ti 7 p.. N at 04,40 196R1H RIGHT TO WORK 2016-2017 LOCAL BUSINESS TAX RECEIPT CITY OF DORAL, FLORIDA 8401 Nonh lest 53'' T arrace MACHINES: Dora', Florida 3316E SEATS: (305) 593-6631 STATE LIC EMPLOYEES: LICENSE FEE 7,4E PER1Gd co: r ,ci i 3 a;"oeER T, %Q' _ A`!D E.NDMG P T EMSEF 3C...5,177 LIC:kSED TO ENGAGE IN THE Fili'.LI:N/Ilia SL'SIo1ESS: Business Name: DBE+: Address: CondT ions: R & G ENGINEERING INC RIGHT TO WORK 10830 NW 23 ST MIAMI, FL 33172 Chief L ensinj hici?7/ a 6431 NW 53rd Terrace, Dorai, Florida 33166 • www.cityoldoraI.com • 05-593-6631 *Fax 305-893.6616 2017001574 3 530.00 CERTIFICATE OF COMPLIANCE CITY CODE SECTIONS 18-87, 18-89 and 18-120 I, I"►Anfri 4a,yt) hereby certify that: i) !,Ap, me C'lGLru Principal) of)N g- 627 ,C)1ti e4 . am the (President/Secretary or (Bidder's Firm); ii) I have read Sections 18-87, 18-89 and 18-120 of the City of Miami Procurement Code; a. (Bidder) g k £ !'-ri vtaj. r _h&c . . hereby acknowledges that the awarded Contract has an on -site labor component greater than or equal to twenty-five percent (25%), and therefore agrees to assign a minimum of fifteen percent (15%) of the Contract value to firms currently certified by Miami -Dade County as a Community Small Business Enterprise ("CSBE"); OR b. (Bidder) hereby is certified by Miami - Dade County as a CSBE firm and will self -perform to meet the minimum fifteen percent (15%) CSBE requirement. An active copy of the Bidder's CSBE certification must be included in the Bid document. iii) (Bidder) ,ryo %eNeP.e n .. i • hereby agrees to comply with the Local Workforce Participation Requirements stated in Section 18-89 of the City of Miami Procurement Code. iv) (Bidder) ` 2 E-1117 vlee'i vt i . hereby agrees to comply with the Responsible Wages and Benefits Requirements stated in Section 18-120 of the City of Miami Procurement Code. OPTIONAL: v) (Bidder) "Fg_Chereby agrees to make assignments pursuant to Item iii), above, to certified CSBE firms who maintain a "Local Office", as defined in City Code Section 18-73; STATE OF ffo7./S1 CO UNTY OF r?%t i/ A de ) ) Before me, a Notary Public duly commissioned, qualified and acting personally, appeared aarnmi Cra-r-u'a to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Certificate of Compliance with Sections 18-87, 18-89 and 18-120 of the City of Miami Procurement Code on behalf of Bidder named therein in favor of the City. Subscribed and Sworn to before me this ae day of My commission expires: 634c• r, Z417 Bonded by r6per*e_ a9rukv+'! 100 MARYULYS TOLEDO Notary Public - Stale of Florida My Comm. Expires Dec 5, 2017 Notary Pali of90Fl11h°At''LF7s5 "" Bonded through National glary Assn. SW 7151 Avenue from SW 8th Street to SW 4`h Street ITB No.: 16-17-026 Roadway Improvements - B-50405 THIS FORM MUST BE COMPLETED BY BIDDERS FOR PROJECTS WITH CSBE REQUIREMENTS SCHEDULE OF INTENT AFFIDAVIT (SQl) COMMUNITY SMALL BUSINESS ENTERPRISE PROGRAM "CSBE„ This section must be completed by the Bidder/Propose r and the CSBE Subcontraotor that will be utllliad for seopoe of work on the project Name of Bidder: RRr; Fngineerinp, Inc. Address: 10830 NW 23rd S-r Miami; i=t. 33172 Project Name: SW 71s1 Ave. fro .;tWJ 8 ST to SW 4ST Roadway improvements Contract Dollar Amount: r$4 S, 3G -7 I / $ S3(, 519 z Name of Prime Bidder Certification No. (if applicable) Certification Expiration Date (if applicable) Contact Person: Ranson Garcia Phone No. (305 471-1005 Project Number: 8-80405 15% CSBE Dollar Amount qa ,'7 25 Type of CSBE Work to be Bidder's self performed by the Bidder (If performance percentage (%) of Contract Value applicable) Total Dollar ($) Amount of Bidder's self performance R&G Engineerin. Inc. The undersigned intends toperforrn the following Work in connection with the above Contract: B51$ Name of Subcontractor Certification Certification Type of CSBE Work to be Subcontractor No. Expiration Date performed by the percentage (%) if Subcontractor of Contract Value Miami Striping / ( cam- ::50 / 2' ") Si ping & Pavement Marking. 0.4% t ceilify tt tat the represen lions contained in Ibis fomi'are true and aiccuraleilo the best of my $ novrledge. I affirm that I will enler into subconir Subcontractor(s) if aw . ed This Contract. Copies of the agreentenl(sj will be immediate y made available to the City of Miami as required. /1''.Bidder a�na/,re 51�11f D to Ramon Garcia Bidder Print Name Total Dollar ($) Amount of Subcontractor's CSBE reuuirement actual agreemenl(s) veil]) Me above Iislecf CSf3E President Title The undersigned has reasonable and uncommitted capacity sufficient to provide the required goods or services, all licenses and permits necessary to provide such goods or services, ability to obtain bonding that is reasonably required to provide such goods consistent with normal industry practice, and the ability to otherwise meet the Bid specifications.. Subcontractor Signature Date Subcontractor Print Name 1©I SW 71s1' Avenue from SW 8th Street to SW 4th Street MMB No.: 16-17-026 Roadway Improvements - B-50405 Title THIS FORM MUST BE COMPLETED BY BIDDERS FOR PROJECTS WITH CSBE REQUIREMENTS SCHEDULE OF INTENT AFFIDAVIT (S01) COMMUNITY SMALL BUSINESS ENTERPRISE PROGRAM "CSBE" This section must be completed by the BIdderi lropor■rand the CBBB Subcontractor that will be utilised for scope, of work on the project Name of Bidder: R&G Enaineelnr! tic Address: -ati3n 3IW 23rd ST mirimi. FL.:33172 Project Name: SW71st Avn rrnrn SW Bih Sr I SW4th ST Roartxaq 1mproterrent Contract Dollar Amount: `> gR5-1_3198 • qe(1 1, s 1, Cli7Z Name of Prime Bidder 1 Certification No. (if applicable) Contact Person: Ramon Garcia Phone No.: _t305)370-toGS Project Number; B-50405 15% CSBE Dollar Amount `1; r1Ei ,125- Bidder's self performance percentage (%) of Contract Value 85% The undersigned intends to perform the lolrowin0 Work in connection with the above Contract: Name of Subcontractor Certification Certification Expiration Date (if applicable) Type of CSBE Work to be performed by the Bidder (if applicable) RAG Engineering. !no, I N/A r N/A AJ/A No. Certification Expiration Date Type of CSBE Work to be performed by the Subcontractor Total Dollar ($) Amount of Bidder's self performance it-LI Lgce Subcontractor Total Dollar ($) Amount of percentage (%) of Contract Value Subcontractor's CSBE uirement Quality Construclion Performance 11694 1/31/2020 Milling, Asphalt & Concrete Work 1,1.6% * . r . 35 certify that Itae ropreser ns contained in Inls form are Inge and accurate to Pie hest day knowledge. 1 alum) unit 1 v.3lt enter into subs onlracluat agreement(s) vM1i 1I above listed CSE3173 Subcontrector(s) if aw fills Contrail. Copies of the aorecnient(s) %Nil! be immediate y made available to 11ro City of Miami as requires!. Bidder gnat 're Dale Ramon Garcia Bidder Print Name President Title The undersigned has reasonable and uncommitted capacity sufficient to provide the required goods or services, all licenses and permits necessary to provide such goods or services, ability to obtain bonding that is reasonably required to provide such goods consistent with normal industry practice, and the ability to otherwise sheet the Bid specifications. l' 4 - Subcontractor Signature 05/16/2017 Gustavo Bustos Date Subcontractor Print Name 101 SW 715' Avenue from SW 8 ' Street to SW 4'h Street ITB No.: 16-17-026 Roadway Improvements - B-50405 President Title REQUIRED SUBMISSION WITH BIDDER'S BID LOCAL WORKFORCE PARTICIPATION BID QUESTION: List all Contracts Bidder has performed for the City of Miami in the past three (3) years which included Local Workforce Participation requirements. The City will review all Contracts Bidder has performed for the City in the past three (3) years in accordance with Section 18-89 of the City Code, which requires that "the City shall consider the Bidder's adherence to the City's Local Workforce Participation requirements within the past three (3) years in making any future Contract awards. The solicitation documents will include the Contractor's past compliance with these requirements of the City." As such, the Bidder must list and describe all Work performed for the City of Miami in the past three (3) years. Please provide factually detailed responses for each Project, and address each of the important items below. (i) Contract number, name and brief description of Work; (ii) total dollar value of the Contract; (iii) dates covering the term of the Contract; (iv) percentage of Local Workforce Participation requirements met by Bidder; (v) breakdown of local workforce used to meet the requirements (number of persons broken down by trade and category); (vi) if Bidder's company was unable to meet the Local Workforce Participation requirements, explain the reasons why, and what efforts, if any, were utilized by Bidder to attempt to meet these requirements; (vii) if the Project was over one million dollars ($1,000,000.00) did Bidder hold a job fair(s), if yes, provide the date and location of the job fair(s), number of attendees; (viii) was a third party hired to verify and certify compliance with the Local Workforce Participation requirements, if yes were all requirements met, what was the third party's name and provide their current contact information; (ix) was the five percent (5%) retainage fee released to Bidder by the City upon Project completion, and (x) if Bidder did not meet the goals, did you seek a waiver of the program requirements from any City officials? Please explain in detail. IO2 SW 71' Ave from SW 8'h Street to SW 4th Street Roafway Improvements - B-50405 ITB No.: 16-17-026 Engineering, Inc. 10830 NW 23 Street • Miami, FL 33172 • Tel {305) 470-1905 • Fax (305) 470-1906 May 17, 2017 To whom it may concern: As per information on projects that have solely been done for the City of Miami, it is not applicable. However, R&G Engineering Inc. has done several projects that have involved "Dig and Replace" for Miami -Dade Water and Sewer. In doing so, we have uncounted few sectors that has required permits from City of Miami Public Works Department. In other words, R&G Engineering INC. has only been involved with City of Miami for requesting Public Work permits to work on projects for Miami -Dade Water & Sewer. Sincerely Yours, Ramon Garcia President Tel. (786) 236-4817 www.randgeng.com CTB Constructor Trades ualtfytng Board BUSINESS CERT.',CATE OF COMPETENC 1OBS00071 MIAMI STRIPING INC D. B.A.: BAU F;ACENDA LIDIER s certified under the provisions of Chapter 10 of Mean -Dade County MIA.M It COUNTY rn arnlduds.pov August 44, 2015 Mr, Lidier Bauta Facenda MIAMI STRIPING, INC. 22225 SW 194th Ave Miami, FL 33174-0000 Dear Mr. Bauta Facenda: Internal Services Department Small Business Development 11i NW 1 Street, 190 Floor Miami, Flo ida 33128 T 305-375-3111 F 306-375-316D CERT NO: 14512 Approval Date: 6/30/2015 - SBE/CONS Expiration Date: 6/30/2018 Miami -Dade County Small Business Development (SBD), a division of the internal Services Department (ISD) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami -Dade County Small Business Enterprise Construction Services (SSE/CONS) in accordance with section 10-33.02 of the code of Miami -Dade County. This (SBEICONS) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date of LJune 30) for the first and second year of the three year period. The affidavit must indicate any changes or no changes In your firm pertinent to your certification eligibility. The submittal of a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Date is required to maintain the three year certification. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action 10 decertify the firm. If at any time there is a material change in the firm including, but not limited to, ownership, officers, director, scope of work being performed, daily operations, affiliation(s) with other businesses or the physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. This letter will be the only apProval notification Issued for the duration of your firm's three years certification, if the firm attains graduation or becomes lneliolble during the three year certification period, you will be properlvnotlfied_ following an administrative process that your firieVe certification has been removed pursuant to the code, Your company is certified in the categories as listed below affording you the opportunity to bid and participate on contracts with Small Business Enterprise measures. Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet contract goals. You can find the firm's up-to-date certification profile as well as all other certified firms on the Miami -Dade County Internal Services Department, Small Business Development Certified Firms' Directory at the website J // w eemiamidade.gov/business/businees-certification-programs.asa. Thank you for your interest in doing business with Miami -Dade County. Sincerer , laudious Thom Small Business 10 Section Chfe opment Division CATE00R1ES; (Your firm may bid Of ,ar1J ipate on contracts only linter these categories) 23751#1 . F11GHWAY, STAEET, ANC) WaIDCE CC 51gUCT13N (SIEJCOHS) 236320 - PAINING AND WALL CQVEA W G CONTRACrOnE rSaE,CONS) MIAMI. COUNTY miamidade,gov July 30, 2015 Mr. tidier Bauta Facenda MIAMI STRIPING, INC. 22225 SW 194th Ave Miami, FL 33170-0000 Anniversary Date; Annually on July 15 Dear Mr. Bauta Facenda: Internal Services Department Small Business Development 111 NW 1 Stree{, 19fh Flora Miami, Florida 33128 T 305-376-3111 F 306-376.3160 CERT NO: 14576 Approval Date; 7/1512015 - DBE Miami -Dade County Small Business Development (SBD), a division of the Internal Services Department (ISD), Is pleased to notify you that your firm is certified under the Florida Unified Certification Program (UCP). Your firm meets the eligibility requirements for certification as a Disadvantaged Business Enterprise (DBE) in accordance with 49 CFR Part 26. DBE certification is continuous with no expiration date; however, firms are required to attest that there are no changes via the No Change Declaration form annually on the firm's anniversary date to remain certified. You will be notified of your annual responsibilities in advance of the Anniversary Date listed above, You must submit the annual No Change Declaration form no later than the Anniversary Date to maintain your eligibility. Your firm will be listed In the UCP DBE Directory which can be accessed through the Florida Department of Transportation'swebsite: htto://www3b It2t.state.fl,usrEqua1OQoortunityOfficeliusinessDirectorvf DBE certification Is NOT a guarantee of work, but it enables the firm to compete for and perform contract work on air USDOT Federal Aid (FAA, FTA and FHWA) projects in Florida as a DBE contractor, sub -contractor, consultant, sub -consultant or material supplier. If at any time there Is a material change in your firm, you must advise this office by sworn affidavit and supporting documentation within thirty (30) days. Changes include, but are not limited to ownership, officers, directors, management, key personnel, scope of work performed, daily operations, on -going business relationships with other firms, individuals or the physical location of your firm. After our review, you will receive Instructions as to how you should proceed, if necessary. Failure to comply will result In action to remove your firms DBE certification, Questions or concerns should be directed to this office by mail or telephone. Our telephone number is (305) 375 -3111 and fax number is (305) 375-3150. Sincere!' Clau o`mpson, Section Chief Sma€t Business Development Division NAICS & Industry Tale; (Year firm is eligible to compete for end perform work on ell USDOT Federal Aid projects throughout Ronda and may earn OBE or ACDBE credit for work performed in the following areas,) 23T3t 9 - 4 5HWAY, 6TREET. ANO 9R4OCE COt-46TR11C T ON ;Dam 21a320. PAINTING ANb WALL COVERING CONTRACTOR& (boo C TCIPCdflstructIon Trades uafffyorig EW.rd •gLasINE$S CERTIFICATE OF COMPETENCY trY coNSTi..i./C7ICPI PERFORMANCE INC BUSTOS GUSTAVO is certified under Ihe !if-ay:sons Chafe r 10 of Weerni-Oade -County UAL(FYING TRADE(S) 0001 GENERAL ENGINEERING ,Ar4rut t444444, 4' 4: che.grz, rf Ott gort 4Arro..Dotir Court, metro's re, CTC1pC1- tTtyn Trews uattfygng 2,eard S CERTIFICATE OF COMPETENCY 251700 'Jk STRUCTION PERFORMANCE INC D.B . BUSTOS GUSTAVO is certified aide/ Me Drum:m*01 Chapter ID of Mern•--Dade Catarty 0001 0044 0055 UAL1FYiNG TRADE GENERAL (COUNTY} ROOFING SWIMMING POOL. STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 BUSTOS. GUSTAVO QUALITY CONSTRUCTION PERFORMANCE, INC 2451 NW 109TH AVENUE UNIT 2 MIAMI FL 33172 Congratulations' With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong, Every day we work to improve the way we do business in order to seive you better. For information about our services, please log onto www,myfloricialicense,com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives Our mission at the Department is' License Efficientiy, Regulate Fairly. We constantly strive to seNe you bettor so that you can servo your customers Thant.; you tor doing business in Florida and congratulations on your new license' DETACH I-4ERE RICK SCOTT. GOVERNOR STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION RG2911035'31 ISSUED: 07/22/2015 REGISTERED GENERAL CONTRACTOR BUSTOS. GUSTAVO QUALITY CONSTRUCTION PERFORMANCE, ciNDIVIDUAL MUST MEET ALL LOCAL. LICENStNG REC FRiOR TO CONTACTfNii". ,.•,f (t: etn3 FS KEN LAWSON: SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD RG2911C3831 The GENERAL CONTRACTOR Named below HAS REGISTERED Under tie provts ens of Chapter 489 FS. Expiratmr; date .AUG 31. 20.'7 (INDIV/DUAL MUST MEETALL LOCAL LICENSING REQUIREMENTS PRIOR TO -CONTRACTING IN ANY AREA) BUSTOS GUSTAVO QUALITY CONSTRUCTION PERFORMANCE, ;NC 2451 NW 109THAVENUE UNIT 2 MIAMI FL 33172 ISSUED 072212015 DISPLAY AS REQUIRED BY LAW SEQ # L1507220000521 MIAMIDA E miamidade.gov February 02, 2017 Mr. Gustavo Bustos QUALITY CONSTRUCTION PERFORMANCE, INC. 2451 NW 109th Ave Unit #2 Miami, FL 33172-0000 Dear Mr. Bustos: Internal Services Department Small Business Development 111 NW 1 Street. 19th For Miami, Florida 33128 T 305-375.3111 F 305-375-3160 CERT NO: 11694 Approval Date: 1125/2017 - SSE/CONS LEVEL 2 Expiration Date: 1/31/2020 Miami -Dade County Small Business Development (SBD), a division of the Internal Services Department (ISD) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami -Dade County Small Business Enterprise Construction Services (SBE/CONS) in accordance with section 10-33.02 of the code of Miami -Dade County. This (SBE/CONS) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date of (January 25) for the first and second year of the three year period. The affidavit must indicate any changes or no changes in your firm pertinent to your certification eligibility. The submittal of a "Continuing Eligibility Affidavit" annually with specific supporting documents an or before your Anniversary Date is required to maintain the three year certification. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm_ If at any time there is a material change in the firm including, but not limited to, ownership, officers, director, scope of work being performed, daily operations, affiliations) with other businesses or the physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. This letter will be the only approval notification issued for the duration of your firm's three years certification. if the firm attains graduation or becomes ineligible during the three year certification period, you will be properly notified following an administrative process that your firm's certification has been removed pursuant to the code. Your company is certified in the categories as listed below affording you the opportunity to bid and participate on contracts with Small Business Enterprise measures. Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet contract goals. You can find the firms up-to-date certification profile as well as all other certified firms on the Miami -Dade County Internal Services Department, Small Business Development Certified Firms' Directory at the website htto://wilrw.miamidade.govlsrnallbusiness/oertificat on-orograms.asp_ Thank you for your interest in doing business with Miami -Dade County. Sincerely, Claudious Thompson, SBD Section Chief Small Business Development Division Mr. Gustavo Bustos QUALITY CONSTRUCTION PERFORMANCE, INC. Cert No: 11694 February 02, 2017 Page 2 CATEGORIES: (Your firm may bed or participate on contracts only under these categories) 13160- SWIMMING POOLS (SBECONS) 235115 - NEW SINGLE-FAMILY HOUSING CONSTRUCTION (EXCEPT OPERATIVE BUILDERS) ISBECONS) 236#T5 - NEW MULTIFAMILY HOUSING CONSTRUCTION (EXCEPT OPERATIVE BUILDERS) (SSE/CONS) 236117 - NEW HOUSING OPERATIVE BUILDERS IS0EICONS1 236118 • RESIDENTIAL REAIODELERS (SSE/CONS) 236210 • INDUSTRIAL BUILPUro CONstraJCT10N ISBEICONSI 236220- COMMERCCWAt.. AND INSTITUTIONAL BUUILD/NG CONSTRUCTION (S8E CONS 237110 - WATER AND SEWER LINE AND RELATED STRUCTURES CONSTRUCTOR 1SBc.-CONS) 237310 • H-U^I/mAY_ STREET, ANC BRIO`E CONSTRUCTION ISBEICONS1 237960 - OTHER HEAVY AND CIVIL ENGINEERING CONSTRUCTION ISBEfCONS1 236110 - POUREO CONCRETE FOUNDATION AND STRUCTURE CONTRACTORS ISDErCONS) 236120 • STRUCTURAL STEEL AND PRECAS? CONCRETE CONTRACTORS (5BE%CONEI 238160 - ROOF r,'G CONTRACTORS ISBEICONS) 236010 • SRE PREPARATION CONTRACTORS IS6EA.ONSI 238990 • ALL OTHER SPECIALTY TRADE CONTRACTORS !SSE/CONS) miamidade.gov Internal Services Department Small Business Development i11 NW 1 Street, 19th Floor Miami, Florida 33128 T 305 375.3111 F 305-375-3150 February 02, 2017 CERT NO: 11695 Approval Date: 1/25/2017 - DBE Mr, Gustavo Bustos QUALITY CONSTRUCTION PERFORMANCE, INC. 2451 NW 109th Ave Unit #2 Miami, FL 33172-0000 Anniversary Date: Annually on January 25 Dear Mr. Bustos: Miami -Dade County Small Business Development (SBD), a division of the Internal Services Department (ISD), is pleased to notify you that your firm is certified under the Florida Unified Certification Program (UCP). Your firm meets the eligibility requirements for certification as a Disadvantaged Business Enterprise (DBE) in accordance with 49 CFR Part 26. DBE certification is continuous with no expiration date; however, firms are required to attest that there are no changes via the No Change Declaration form annually on the firm's anniversary date to remain certified. You will be notified of your annual responsibilities in advance of the Anniversary Date listed above. You must submit the annual No Change Declaration form no later than the Anniversary Date to maintain your eligibility. Your firm will be fisted in the UCP DBE Directory which can be accessed through the Florida Department of Transportation's website: http'llwww3b.dot.state.fl.us/EoualOoportunityOfficeBusinessOirectoryl DBE certification is NOT a guarantee of work, but it enables the firm to compete for and perform contract work on all USDOT Federal Aid (FAA, FTA and FHWA) projects in Florida as a DBE contractor, sub -contractor, consultant, sub -consultant or material supplier. If at any time there is a material change in your firm, you muss advise this office by sworn affidavit and supporting documentation within thirty (30) days. Changes include, but are not limited to ownership, officers, directors, management, key personnel, scope of work performed, daily operations, on -going business relationships with other firms, individuals or the physical location of your firm. After our review, you will receive instructions as to how you should proceed, if necessary. Failure to comply will result in action to remove your firm's DBE certification. Questions or concerns should be directed to this office by mail or telephone. Our telephone number is (305) 375 -3111 and fax number is (305) 375-3160. Sincerely, Claudious Thompson, Section Chief Small Business Development Division Mr. Gustavo Bustos QUALITY CONSTRUCTION PERFORMANCE, INC. Cert No: 11695 February 02, 2017 Page 2 NArCS & Industry Tiite Your firm is eligible to Ixrmpate for and perform work on all USDOT Federal Aid projects throughout Ronda and may earn DBE or ACOBE credit for work performed in the following areas.) 236115 -NEW SINCLE-FAMILY HOUSING CONSTRUCTION (EXCEPT OPERATIVE BUILDERS) (DBE) 236117 -NEW NOOSING OPERATIVE BUILDERS (DBE) 236118 - RESIDENTIAL REMODELERS (DBE} 238210 - INDUSTRIAL DUhLDrrG CONSTRUCTION (DBE) 236220-COMMERCwt AND INSTITUTIONAL BUILDING CONSTRUCTION (DBE) 237110 •WATER AND SEWER LINE ANO RELATED STRUCTURES CONSTRUCTION (DBE) 237120 -OIL ANO GAS PIPELINE AND RELATED STRUCTURES CONSTRUCTION IOBE) 237130 - POWER AND COMMUNICATION LINE AND RELATED STRUCTURES CONSTRUCTION [DBE) 737210 - LAND SURDIv)SIOri )DBE) 237310- HIGHWAY, STREET AND BRIDGE CONSTRUCTION (DBE) 237990 • OTHER HEAVY AND CIVIL ENGINEERING CONSTRUCTION (DB01 235110 -POURED CONCRETE OOUNDATION AND STRUCTURE CONTRACTORS (DBE) 236120 • STRUCTURAL STEEL AND PRECAST CONCRE TE CONTRACTORS (OBE) 230160 - ROOFING CONTRACTORS (ODE) 230010-SITE PREPARAIIONCONTRACTOR'. {ORE) 230970 -AIL OTTtER SPECIALTY TRADE CONTRACTORS (DBE) QUOTATION INSTALLATION OF 12-INCH D.I. WATER MAIN IN SW 71st AVENUE FROM SW 8th STREET TO SW 4th STREET PCTS No. 14591 PROJECT ER No. W017004 Dated Board of County Commissioners Miami -Dade County, Florida Honorable Members: ol /2,0 The undersigned, as Contractor (herein used in the masculine singular, irrespective of actual gender and number) hereby declares that the only persons interested in this Quotation are named herein, that no other person has any interest in this Quotation or in the Contract to which this Quotation pertains, that this Quotation is made without connection or arrangement with any other person, and that this Quotation is in every respect fair, and is submitted in good faith and without collusion or fraud. The Contractor further declares that he has satisfied himself fully relative to all matters and conditions with respect to the work to which this Quotation pertains. The Contractor understands that the Quote for each and every item requiring a quote is the result of multiplying the Estimated Quantity times the Unit Price stated in words and figures. When the Estimated Quantity is an Aggregate Sum, the Aggregate Sum written ip words shall be the same quantity as the Total. The Contractor proposes and agrees, if this Quotation should be accepted, to execute all appropriate Contract Documents for the purpose of establishing a formal contractual relationship between him and Miami -Dade County, Florida. All in full and complete accordance with all terms and conditions set forth in and covered by the Contract Documents including all addenda thereto through number 3 ER W017004 Please fill in number of last addendum received. (If none, so state-) QUOTATION Page 1 of 3 (C) 2016-09.D7 BID SET The Contractor further proposes and agrees to begin the work with an adequate force and with sufficient equipment and facilities on the date stated in the written Notice to Proceed issued and served upon him by the Engineer and to complete the work in One Hundred Twenty (120) Consecutive Calendar Days including delivery time for materials and equipment. For the purpose of reimbursing the County far additional costs incurred by the County and resulting from the failure of the Contractor to complete the work within the prescribed time limits, it is understood that the reductions for liquidated damages which are specified in the General Covenants and Conditions will apply in the event that the work is not completed within such time limits. If Ordinance 90-143 applies to this project (Supplemental General Conditions and Wage and Benefit Schedules are included within these documents) the Contractor by submittal of this Quotation, acknowledges that he is aware of the applicability of Ordinance 90-143 and agrees to comply with the minimum wages and other provisions. The list of parties interested in this Quotation, the list of equipment, references, and financial statement are to be furnished to assist the County in making the award of the Contract and they shall be true and correct. ER W017004 OUOTATIO (C) 2016.09-07 Page 2 of 3 BID SET WHEN THE CONTRACTOR IS A CORPORATION: By: ATTEST: (Corporate Seal) By: Signature of Secretary la.1/11o11 Carte Print or type name D Name of Corporation arle�4 4'a.v Print or type name Organized under the laws of the State of Official Title 100 N u, a-3' 5f iarri i 1 L. 3 3 ('7z Corporation Address (Qs) 4'70— i i os Corporation Telephone ' 1 11Mda , and authorized by the law to make this quote and perform all work and furnish materials and equipment required under the Contract Documents. In the event that the Contractor is a corporation, there shall be attached hereto a certified copy of a resolution of the Board of Directors of the Corporation authorizing the officer who signs the Quotation to do so in its behalf. ER W017004 CUQ1 ATION (CI 2016-99.07 Page 3 of 3 BID SET BID FORM (Page 2 of 11) Form SU must be submitted with Bidder's Bid, The SU Form can be found posted on the webpage with the Bid documents, SW 71st Avenue from SW S' Street to SW en Street Roadway Improvements: The Bidder's Total Bid Construction Cost includes the total cost for the Work consisting of furnishing all materials, labor, and equipment necessary for roadway improvements including, but not limited to. installation of a 12-inch ductile iron water main and other drainage system installations, milling and resurfacing, road reworking. replacement of damaged sidewalks. repair of driveway approaches, replacement of damaged curbs and gutters, striping, signs and installation of Americans with Disabilities Act (ADA) compliant ramps from SW S:` Street to SW 4" Street, The full Scope of Work is detailed in the construction drawings. Total Sid Construction Most: 5C(5-, 300, qq minus $18,301.20 + $9,150.60 = $586,158.19 Written Total air; Conslx.xtion CoW:: .193 4a0114 16814TTr'R'EC7" • 4i Fim 41 ^4tItAm glier1417 f14e. i OD( SW 71" Avenue from SW 8"Street to SW 41' Str€:et !TB No.: 1 6-17-026 Roadway Improvements • B•50405 BID FORM (Page 3 of 11) The spreadsheet with Unit Prices is required to be submitted within the Bid Submittal Forms. Bidders must download the version of MS Excel Bid Form that is available for download at: http://www.miamigov.comfCapitalimprovements/pagesfProcurementOpportunities/Default.asp. Failure to submit the spreadsheet may result in the Bid being determined to be non -responsive. MS Excel sheet shall round all Bid price to the second decimal. SW 71ST AVENUE FROM SW 8TH STREET TO SW 4TH STREET ROADWAY IMPROVEMENTS — B-50405 — ITB NO.: 16-17-026 Line No. Pay Item No. Pay Item Description Unit Quantity Linit Cost Cost 1 1 2 2 3 3 4 4 5 5 6 6 7 7 8 9 9 10 10 I TOTAL 79 SW 71st Avenue from SW 8th Street to SW 4th Street ITB No.: 16-17-026 Roadway Improvements - B-50405 City of Miami Project No. B•50405 • ITB No. 16.17.026 13-50405 SW 71 St Ave from SW 4th Sheet to SW 8th Street Roadway improvements Project , ITEM PAY ITEM DESCRIPTION UNITS I AVERAGE UNIT COST QUANTITY TOTAL AMOUNT ROADWAY PAY ITEMS 1 327-7G 1 tii:..;rg iEXiE.ro Asor`alt 11-AVG. D@p'r'i S` $2.50 5115 $12.787.5C 331-2-3 Type S tit Asphaltic Concrete ;1' 0 L8S,Sv) TN $' 4C.00 282 $39.480-00 3 425.1.523 irIel. Dilor Bottom Typo D J 501ICsn. <13' EA 54.ODO M0 7 528.3C0.00 - 425.1-524 =riet. DilV1 Bottom Tyae D. J Bottom, > i 9' EA 54 300.00 2 $8,001.02 5 425-1.901 Tt<3el, Special. Type : < IC' EA 52.800.00 3 58,400.00 - 425-1-903 Irlet. SCeC ol. T','oe !=. J BC"om, <10' EA $4.000.00 4 516.300.00 425.5.1 Mc,irc,e IAdjl.slj EA 5350.00 4 51.400"00 a 425-6 Water Valvei Adjust) =A 52C0.00 6 51.200.00 4 430-94-1 Cesilctinc Pipe. 3-24- LF $4.00 334 51.336.00 ?2 430475.110 Pipe CL,,ve;i. Optional Material. Round. 10' SG LF 520.C3 3 560.00 430-175-115 Pipe Culvert. Optanci MOtencl. RO:nd. 15.50 IF $5.00 392 3i. 60.00 443.704 French Drain. 24" LF 5120.00 1 018 5122,160.00 - 520.1.1C Concrete Curb & GLr'ter Type F LF 522.00 190 $4.180,00 - 522.1 Concrete S,.dawolk'_ ; Uncn,del Detectaa:e Warning, SY $5.00 470 $2,350.0C 15 522.2 C:oncreie Sidewalk i6") SY 53.00 112 5896.00 1.6 57C-I.2 Per•arrnance T_rt (50D) (Includes waver ono Pert,'ieer; SY $15.00 820 $12,300.00 i? 35-86.46 Swale Trench SY 5740 290 52.030.00 lc 710•I1 123 Painted PovernenlMarkings. 5tancsar(wl•.I+elISorc);12'1 LF $I.CO 262 $252.00 710-1 :-125 Pointed Pavement M.rk:ngs. Slandardlwhite:(50Iial.'24"' LF 51.20 60 $77.0 _. 710-11-160 Painted. Standard- While. Message EA $40.00 I 540.00 710.11.211 Pointed Pavement.=,crk^-gs.StandorlYellow)(So4Clf6"I Ism Si,600.00 0 5118.40 22 710-11-231 Panted. SiD..Ye4otiw Skip.6(10'-30') GM 5500.00 0 $14.50 SUBTOTAL ROADWAY ITEMS= $263.046.40 ITEM PAY ITEM DESCRIPTION UNITS AVERAGE UNIT COST QUANTITY TOTAL AMOUNT SIGNING i PAVEMENT MARRING PAY ITEMS 706-3 Re'Feallve Povernenr Market EA $3.00 17 $51.00 - 711-11.123 ThatrTlcplos:Ic. S`andartf, White. Solid, 12" LF 5..10 186 $204.60 25 711.1 1.125 TrlerrnopIcstie, Stonoor0. White, Solid, 24" LF $1.20 60 S72.00 26 71 4-11-160 Therrr.opios,+c. Sranoord, wniTe, Me5500e EA 5140040 1 51 000.00 ., 711.16-211 Thermoplastic. Standard. Ye}Cw. SOlid. 6" NM $500.00 0 337.00 25 711.16-231 TherrnaploslIC.S'ondard,YellowSkip. 6"1t0'-30': G.NI Si.00:.30 3 $29.00 SUBTOTAL SIGNING AND PAVEMENT MARKINGS ITEMS.. 31,393.6C SUBTOTAL ALL AREAS S264,440.00 29 102-1 Mainierar"ce of Traffic [5 : LS t•3.4L441FI•- 44.)c. 3 401.1 Mopiizction (5T) LS 513,222.30 I 513.222.00 Permit 11 j LS $2.644.40 I .52,644.40 ColtingenCy (Do not Bid! LS 0 $0,00 SUBTOTAL ROADWAY IMPROVEMENTS 4t293r5441.46•- Item 29 Increased: $13,222.00 + $9,150.60 = $22,372.60 New Subtotal: $293,528.40 + $9,150.60 = $302,679,00 .ton,•320'.Volurne 1WSER 2%USER+Ooru,nents5RBG ENGINEERINGI1. OIDSt4. BI0S'•3. CURRENT BIOS117014R SW 715t Ave from SW 8th ST to SW 4th St Roadway :mprovementsiOS EstimatelRevlsad 170i4R Proposal on 65f7175r16.'2O17 8:54 PM 1013 B-50405 SW 71 St Ave from SW 4th Street to SW Bth Street Roadway Improvements Project ITEM PAY ITEM I DESCRIPTION i UNITS r AVERAGE UNrT COST QUANTITY TOTAL AMOUNT WATER MAIN PAY ITEMS Item 1 Reduced: $20,000.00 -- $18,301.20 = $' =or performing pr ;ocraf ory work and operations in Mobilizing for beginning the work of the protect, including preparation, and acceptance of M.O.T.. but excluding marerlots and permit casts. Dorn Of which ore paid under other poyr`ent items. lire oggregole stem of .S --$2O.: .:.}--- I --444AC-440 - For seliina and delivering to the Department 12•inch ductile iron pipe and fittings for water moir.. the price, per linear `act Of LT 550.00 1.163 $58, : S0.00 Fcr irstctting t 2-inch duc1iie iron pipe one fittings for wale.' men. the c-;ce per S Teo too, cf L= tS5.0C 1,163 563.963.00 For selling Ono delivering to the Deocrtrllent 8-:-cr. ,tactile 'ron pipe. fittings an vcrvves for water main. tre price per Irreartool of LF 534.00 64 $5.375 02 -For!ns!c!iin S-.non du_ri a `'o'r pipe arid tic:tic: ord .at' e,, f€r w ,ter ^,c r. lire once raer'irecr faa' of c For scarp ar•d delke' rg to he ^opdrtmen: a -fen duOttie : er paps rl!irzs and valves it_v water moan, Ir+o pace per linear toot of 1.7S.00 1 i 4 $T 550.00 For instc5in_ 6-inch cuciile ion pipe. 5tfrns cr.a valves for r water main, the price per linear facia of LF $50.00 1 IA $5.700.00 For selling cz'd delivering to the Department ' 2. ;nen mechanical joint resitieni seatec gate valves 'or water man, Complete. II'e price eocn of EA $2, I60 20 2 S4.320.00 = For instating 12- inch iiecnanicat;tint resilient sealed Gale valves for wrier .main. comcle;e, ire once eocn of ER ;b20 30 2 51 200 00 10 Fr removira exisrirg oiug and connecting to existing water MGM ct:SW 71 Ave.ond North of SW 8 ST.ISTrt. 11*621.1 ittchj,..(tg furnishing or.cit:vatting all fittings necessary for connection. ana cu+ring ontl copping ex or g main. cs shown on the Plans. compete the price ecc-' of E.A $4 030 00 I 34.000,00 1! For removing existing e!ug crd connecting to existing water main air sr.' 71 Ave.Cnd 5dutr or Sv, 4 ST {STA. 23-20-; including f-urntsning or!d installing all fittings necessary tor connection, oral curing onj copping existing 'stain, ai shown or. the Pons. complete. 1.'le p'.ce eae^ of = A $s.00.30 I $4.000.00 ` For sellino and delivering to the 0eocrment fire hydrant assemblies With C„t• vord OOst1. Complete. the ::rice each Of E +. S2,7CO,Ca 5 $13.500.00 For insto5ir.g rue hydrant asser-lblles with guara;OSIs. complete. the price each of EA $1,500,00 5 $7.500.00 - fmr reroving ana Salvcging existing fire hydrant anemones with eubor,/shoe and guars posts. corrplele, the pace each of E-. $500.00 .. $1,000.00 For fumisning one. installing I -inch single ser+ice;"crj 'viClud-r'o reconnection of Cyslcrtler's SCro..e pipe ono merer ei. $1.030.00 8 $8,000.00 transfer complete. the price each of Far furr.ising ,:nc ' titling !-inch dud service si_or, inducting recarrect,or a C4.5t0me'l servsce a oe and meter EA $i.1C_.00 2 $2.200.G0 i'crster como!ere. Ire price Boon of iComingent 'item) Tar constructing Mushvtb Valve Curer .►.sse!ntnes (FVOSI al me !coat ors shown or Inc pions. camo=ete. line price each of EA 52.S00.00 I $2.500-00 ,698.80 ltdn$.3205Valunrt„ jWUSER 2!USER10u6uIient 1R&G ENGINEERIN0!1. cioS .i. BIDSt3. CURRENT BIO5'•1TO14R SW 71 sr Avs !ram SW 8t1-1 ST to SW 4th Si Roadway Improvements:06 EsIImdtelResi4ed 17014R Proposal on 4517175416420i7Z7:24 PM 2ni3 8.50405 SW 71 St Ave from SW 4th Street to SW 8th Street Roadway Improvements Project REM PAT ITEM DESCRIPTIQN UNITS AVERAGE UNIT COST QUANTITY TOTAL AMOUNT I z For CGnstruceng Air Re!ecse valve Assemblies ;ARVs) for • o'er mains at !rile ,oCCrian; tnawwl an tne Pants. Carrpfs•e. tr.E p!iCe each of {Conttrgen: item' EA $3 500..CC, 4 b14.0C0.Cfl 1- ro: FLrrdshiilg ono in5I011ingl patyefnyIer'e encasement !�T any size c! -ctlle :Tan pipe. ruing. cc valve If crderea Cv 'l L` ;,Luria 1.34 ; $2.652.00 Erc,reet. 1-e vice per!incor Foot of (Contingent Ice' _ For trench avercul in I -foot depin increments, far any size pipe. the price per inor four of {COntIngenr Item] LF S? . I b t i0.17G For sh9etinG and shorira ordered :eft in o1dc4 by the, 21 r, inner the price per square Foct of iConitrgeol:te'«. S' S'.GO iG moo 22 Fcr removal, transport and :eclat cisposcl Of unsuiT0b'+? dock Sit Irateriat3..ncturtinai pirg fees. as nmerea ev 'ne C.Y $0vO 100 $I.000.00 fatgr, Er, ire price per Cu:eryard Or IGC^tinger,t ,rem.: For furn suing crd insro, trig at:dr:and sultab'e bac«:. ma:elici;s, 0,..;litectep_VLIt2e Engj nee, the p'.ce per c.,:cIc CY $10.00 117 $1.'00.00 yard at (Conlingenr Item) a„ Far constR.z,1;nf; .:nierat;k Case 'Of Type "M" permanent p0verlenl repo=rs Ind puce Oe-square rard of Sr x S.Cv' $30.00 _ Far carstruc'ing Type "M" ospi1OIIic concrete �'`.3ce CcVla permanent pavarrienr repots. the oroe aer sovo e yaro o` 320._4 c $I 2C. 00 26 Fot cz 1d mit.:-Cj rcariwcy surface ccutse rot permanent pavement repairs (nominal 1 !ncn !niCk) larea OS Shrwn Or' ?1cnsj. the price per square yard of (Conlingenl Stem, S'' $25 CO 2!$ $575.00 _ For conolructing Type "V" permanent pavement repairs for roodwcy trprninol 1 !rich I1'ick marl ne-laid aspnomo concrete fr:Clicn surtoce overicy!. (area as shown on Plans). the ,price per square yard of (Contingent Item) SY 525.20 23 3575.00 `` Tar constructing concrete sidew.yr:A restora2lan ro match exlsi ng. me price pet square fool (Conrircert !ter1, SF' ;5 �0 500 $3.3G9 t 0 'ilForCOnsttucting Car serie 4>;1band gwle res'cro'.ice re. march existing. the price per lirreal foot of ;Conrinped Item! - F $2200 I CO $2.200.GO 32 For turn shwrg :mitre; conical. the. aggregate sum of LS $27 729,29 1 $27,729.29 31 Netey p ajn.Sq total; $267.062.29 -- $18.301.20 = $248.761.09 SUBTOTAL WATER MAIN WORXI-4,10,124:42 32 F^_r casts ar regr. ere0 perrnifs. lees. inspecricres, impocr fees, if curno:t7ec by the Enotnrer, The sum of 3% of Suai Iai .rem LS 58.01 1,87 I $8.0 F 1.87 h0. 3 f . j.031xrSu0tcicl. Item N0,31) 23 For unforesegn cordilions, for minor coml. changes ord for quantity odjusments, if ordered by the Encinrer The sum of LS $26.706.23 1 $26,706.23 IC $ of Subtotal item No.31,{.10! x {Suo1oto., llem No,31) SUBTOTAL ALLOWANCES $34.71,.17 SUBTOTAL WATER MAIN IMPROVEMENTS New Witter Main Subtotal: $283.479.19 4.10.1....7.841.32. 'TOTAL CONSTRUCTION COST ESTIMATE New Construction Cost Estimate: $58i,158.19 °5ba4)6:+ 1'dn1°120!Volume 1•,USER 21LtSER\Oacumenls'.R&G ENGINEERING:I. 6105 4. Si0St3. CURRENT 810511701 4R SW 71 st Ave from SW SW 5T to SW 4[Ir St Roadway improvemerrts1C6 Estimate\Revised 17014R Proposal on 0517175r13M07726;54 PM 3ot3 QUOTATION INSTALLATION OF 12-INCH D.I. WATER MAIN IN SW 71st AVENUE FROM SW 8th STREET TO SW 4th STREET PCTS No. 14591 PROJECT ER No. W017004 Item Estimated No. Quantity 1. Aggregate Sum (Divided into 2or4 payments. See Sect. 8.00 Measurement and Payment for Conditions) 2, 1,163 Linear Feet 3. 1,163 Linear Feet 4. 64 Linear Feet 5. 64 Linear Feet ER W017004 Description For performing preparatory work and operations in mobilizing for beginning the work of the Project, including preparation and acceptance of MOT, but excluding materials and permit costs. both of which are paid under other payment items, the aggregate sum of I i1+uj `i- A9)Sav4d Dollars and Total !�D Cents $ Z.Qf 00. CYO For selling and delivering to the Department 12-inch ductile iron pipe and fittings for water main, the price per linear foot of Dollars and -- $18,301.20- $ 1,698.80 Cents ($ 5D. 00 ILF) S S , IS I. OD For installing 12-inch ductile iron pipe and fittings for water main, the price per linear foot of ye. Dollars and ! A Cents (S 5 Off /LF) S (D3, c45-. dt For selling and delivering to the Department 8-inch ductile iron pipe, fittings and valves for water main, the price per linear foot of Dollars and Cents ($ 634. (10 /LF) S 5 r 3%- c & For installing 8-inch ductile iron pipe, fittings and valves for water main, the price per linear foot of St Dollars and 140 Cents ($ e'D• O /LF) S 3a ecia oz9 QUOTATION Page lAof3 (C) 2016.09.07 BID SET QUOTATION INSTALLATION OF 12-INCH D.I. WATER MAIN IN SW 71st AVENUE FROM SW 8th STREET TO SW 4th STREET PCTS No. 14591 PROJECT ER No. W017004 Item Estimated No. Quantity Description Total 6. 114 For selling and delivering to the Department 6-inch Linear Feet ductile iron pipe, fittings and valves for water main, the price per linear foot of 2-1%-1+1,- Dollars and 141) Cents ($ r7S. 6 o ILF) $ , 5S-0 • 6 t 7. 114 For installing 6-inch ductile iron pipe, fittings and valves Linear Feet for water main, the price per linear foot of t'i t`T Dollars and 1\10 Cents ($ 5`0. 0"0 /LF) $ 5 07? 8. 2 For selling and delivering to the Department 12-inch Each mechanical joint resilient seated gate valves for water main, complete, the price each of t4i0'1`11,0Jaavt,d rtaraa a%K Dollars and hip Cents ($ 0V /EA) $ 'J 3Z0. tro 9. 2 For installing 12-inch mechanical joint resilient seated Each gate valves for water main, complete, the price each of Dollars and /40 Cents ($ 6200. 3"D IEA) $ 4, 4200, 10. 1 For removing existing plug and connecting to existing Each water main at: ER W017004 SW 71 Ave. and North of SW 8 St. (STA 11+62±) including furnishing and installing all fittings necessary for connection, and cutting and capping existing main, as shown on the Plans, complete, the price each of 10(.,' Tho05a44 Dollars and QUOTATION Page 1B of 3 Cents $ , I IC) 2016.09.07 BID SET QUOTATION INSTALLATION OF 12-INCH D.I. WATER MAIN IN SW 71st AVENUE FROM SW 8th STREET TO SW 4th STREET PCTS No. 14591 PROJECT ER No. W017004 Item Estimated No. Quantity Description Total 11. 1 For removing existing plug and connecting to existing Each water main at: SW 71 Ave. and South of SW 4 St. (STA 23+20±) including furnishing and installing all fittings necessary for connection, and cutting and capping existing main, as shown on the Plans, complete, the price each of 'row hot el Dollars and , Lo Cents $ "/, 000. OD 12. 5 For selling and delivering to the Department fire hydrant Each assemblies with guard posts, complete, the price each of �Vt1Q -r hou5a n.L1 %/go horic 'GI Dollars and i Cents ($ , 700. a-0 /EA) $ 0. 13. 5 For installing fire hydrant assemblies with guard posts, Each complete, the price eachof i e,-`h005a c hvim kt.)06ked Dollars and IJO Cents ($ i, 50D• O1 /EA) $ 7, 5V0. 0-0 14. 2 For removing and salvaging existing fire hydrant Each assemblies ,with elbow/shoe and guard posts, complete, the price each of +tit2 140114(td Dollars and 40 Cents ($ 6790. O /EA) $ 4 Ooc, cro 15. 8 For furnishing and installing 1-inch single service short, Each including reconnection of customer's service pipe and meter transfer,ra�complete, the price each of 04e- -T oo a4 4 Dollars and ER W017004 i Cents ($ 4,006. cro /EA) $ p, 000 • co QUOTATION I GI 20164947 Page 1 C of 3 BID SET QUOTATION INSTALLATION OF 12-INCH D.I. WATER MAIN IN SW 71st AVENUE FROM SW 8th STREET TO SW 4th STREET PCTS No. 14591 PROJECT ER No. W017004 Item Estimated No. Quantity Description Total 16. 2 For furnishing and installing 1-inch dual service short, Each includine reconnection of customer's service pipe and (Contingent meter transfer, complete, the price each of Item) one A-01k-&f Dollars and A.10 Cents ($ 4,'167, CrO /EA) $ g, ZOO- O 17. 1 For constructing Flushing Valve Outlet Assemblies Each (FVOs) at the locations shown on the plans, complete, the price each of j� 1-WO+b 11 i v - 6r1c-e- Dollars and hi° Cents ($ %I b-0Q • 0-0 /EA) $ :2, 58t • 19O 18. 4 For constructing Air Release Valve Assemblies (ARVs) Each for water mains at the locations shown on the Plans, (Contingent complete, the price each of Item) 11(l-tilo arA Ave_itido4 2.4 Dollars and 4o Cents ($ 3, 6-3d • 01) I EA) $ 44, OOO . at) 19. 1,341 For furnishing and installing polyethylene encasement Linear Feet for any size ductile iron pipe, fitting, or valve, if ordered (Contingent by the Engineer, the price per linear foot of Item) -two Dollars and A10 Cents ($ Z. 00 /LF) $ , 670. OV 20. 100 For trench overcut in 1-foot depth increments, for any Linear Feet size pipe, the price per linear foot of (Contingent �1 Item) Dollars and ER W017004 / 40 Cents ($ 4. a ILF) $ 100. 00 QUOTATION Page 1 D of 3 (C) 2a16-os.a7 BID SET QUOTATION INSTALLATION OF 12-INCH D.I. WATER MAIN IN SW 71st AVENUE FROM SW 8th STREET TO SW 4th STREET PCTS No. 14591 PROJECT ER No. W017004 Item Estimated No. Quantity Description Total 21. 100 For sheeting and shoring ordered left in place by the Square Feet Engineer, the price per square foot of (Contingent Item) Dollars and Cents ($ 4. 00 ISF) $ 4e0. 6D 22. 100 For removal, transport and legal disposal of unsuitable Cubic Yards backfill materials, including tipping fees, as ordered by (Contingent the Engineer, the price per cubic yard of item) Dollars and Cents ($ 40- 00_ /CY) $ 4) 000' O) 23. 110 For furnishing and installing additional suitable backfill Cubic Yards material, as directed by the Engineer, the price per (Contingent cubic yard of Item) `1701 Dollars and I Q Cents ($ 40. 00 /CY) $ 4,'100. 0 0 24. 5 For constructing limerock base for Type "M" Square permanent pavement repairs, the price per square yard Yards of 5 �.een Dollars and f\lo Cents ($ 4(p . 0-0 ISY) $ 00. 0-D 25. 6 For constructing Type "M" asphaltic concrete surface Square course permanent pavement repairs, the price per Yards square yard of 1tA1Q-n+ Dollars and ER W017004 Q Cents ($ .ZQ. lc ISY) $ 4zQ. QUOTATION Page 1 E of 3 (Cy 2016.09-07 BID SET QUOTATION INSTALLATION OF 12-INCH D.I. WATER MAIN IN SW 71st AVENUE FROM SW 8th STREET TO SW 4th STREET PCTS No. 14591 PROJECT ER No. W017004 Item Estimated No. Quantitv 26. 23 Square Yards (Contingent Item) 27. 23 Square Yards (Contingent Item) 28. 500 Square Feet (Contingent Item) Description Total For cold milling roadway surface course for permanent pavement repairs (nominal 1 inch thick) (area as shown on Plans), the price per square yard of fir 'RV6 Dollars and Cents ($ Z5 • CYD /SY) S 5% 019 For constructing Type "V" permanent pavement repairs for roadway (nominal 1 inch thick machine -laid asphaltic concrete friction surface overlay), (area as shown on Plans), the price per square yard of Dollars and o Cents ($ %,1-S O /SY) $ :5'7 - 0-0 For constructing concrete sidewalk restoration to match existing, the price per square foot of Dollars and r40 Cents ($ ip• /SF) $ .3r 000. D'b 29. 100 For constructing concrete curb and gutter restoration to Linear Feet match existing, the price per linear foot of (Contingent ff �_ Item) -ram -t 4W'D Dollars and r�0 Cents ($ fix- U7) /LF) S r ?,mod. n 30. Aggregate Sum For furnishing traffic control, the aggregate sum of Ar✓►2. Dollars and -"ul:a .-i ni Cents $ gr7, 721. Za 31. SUBTOTAL The SUM of Item Nos. 1 through 30 ER W017004 QUOTATION Page 1F of 3 $ - 4-4{; -Pd4r-- $ 248,761.09 (C) 2aa -Oa-07 BID SET QUOTATION INSTALLATION OF 12-INCH 0.1. WATER MAIN IN SW 71st AVENUE FROM SW 8th STREET TO SW 4th STREET PCTS No. 14591 PROJECT ER No. W017004 Item Estimated No. Quantity Description Total 32. Dedicated For cost of required permits, fees, inspections, impact Allowance fees, if authorized by the Engineer, The sum of 3% of the Subtotal Item No. 31, (.03) x (Subtotal, Item No. 31) t �erhaSloka Ae-V1411Dollars and 'i .t,t4-1 ✓¢�t Cents $ f , oil. I3q 33. Contingency For unforeseen conditions, for minor construction Allowance changes, and for quantity adjustments, if ordered by the Engineer, The sum of 10% of the Subtotal Item No. 31, (.10) x (Subtotal, Item No. 31) r4 624.44 Dollars and Cents $ 21a, +� - 34. TOTAL BID The SUM of Item Nos. 31, 32 and 33 $ -3414 f- •-4- $ 283,479.19 Note: For a detailed description of each Proposal Item, refer to Section 8.0, of the Specifications entitled "Measurement and Payment". ER W017004 QUOTA7lOH (C) 21:119.09A7 Page 1G of 3 BID SET tOOLtOM �33 vo 0) T mb - a "TRENCH SAFETY ACT" Bidder acknowledges that included in the various items of the Quotation and in the Total Bid Price are costs for complying with the "Trench Safety Act", Florida Statute 553, Part 3. The bidder further identifies the costs to be summarized below: Trench Safety Measure (Description) A. 51.0rrl" B. C. D. Units of Measure (LF, SY) Unit (Quantity) Unit Cost Extended Cost -17a CO0Z Z 0 01 � N 41 iD. OD 4 93, i4 to. trO (Ai 0 q 00mO ZED o ` Z co c, paco rn omy TOTAL $ at 3, 'PO. CO m z m 4 ADDENDUM NO. 1 April 20, 2017 INVITATION TO BID NO.: 16-17-026 SW 71' AVENUE FROM SW 8" STREET TO SW 4" STREET ROADWAY IMPROVEMENTS OFFICE OF CAPTIAL IMPROVEMENTS PROJECT NO.: B-50405 TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Invitation to Bid (ITB) and shall become an integral part of the Bids submitted and the Contract to be executed for SW 715t Avenue from SW 8th Street to SW 4"' Street Roadway Improvements — ITB No.: 16.17- 026 (the "Project"). Please note the contents herein and affix same to the documents you have on hand. The Pre -Bid Conference date has been changed from April 20, 2017 at 10:00 a.m. to April 27, 2017 at 10:00 a.m. The location remains the same. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Annie Perez,'CPPO, Director of Procurement eairce 14.1.;,„44,z ADDENDUM NO. 2 May 5, 2017 INVITATION TO BID NO.: 16-17-026 SW 71'T AVENUE FROM SW 8TH STREET TO SW 4TH STREET ROADWAY IMPROVEMENTS OFFICE OF CAPTIAL IMPROVEMENTS PROJECT NO.: B-50405 TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Invitation to Bid (ITB) and shall become an integral part of the Bid submitted and the Contract to be executed for SW 715t Avenue from SW 8th Street to SW 4th Street Roadway Improvements — ITB No.: 16-17- 026 (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 Office of Capital Improvements (OCI) website and are part of this Addendum. A. The Miami -Dade County Water and Sewer Specifications, to include the Appendices, have been added to the OCI website, titled, I'MDJPA SPECS'' and "MDJPA APPENDICES". B. The Bid Form has been updated and loaded on the OCI website. C. Requests for Information — Since Issuance of ITB No.: 16-17-026: Q1. What is the City Engineer's estimate for this Project? Al, The estimated budget for this Project is $692,630.23, including all soft and hard costs. Q2. There is no pay item for clearing and grubbing. Shall the cost for demolition of asphalt, concrete, green areas, etc., be carried under the pay item for the proposed structure to replace what is being demolished? A2. Cost for demolition of asphalt shall be included on the Bid Form in the Pay Item for milling existing asphalt. Cost of other removals such as concrete, sod, etc. shall be included in the related bid item for the Work being done. Q3. There is no pay item for lime rock base, and the asphalt quantity only covers the roadway resurfacing. Under what item shall the Contractor carry the cost for the asphalt flumes, driveways, and trench restoration? A3. Asphalt quantities provided in the plans already include areas for asphalt flumes and driveways. Cost of excavation, fill and base necessary for the construction of asphalt flumes and driveways shall be included in the related bid item for the Work being done. Subgrade, base, and asphalt required for trench restoration shall be included in the cost of drainage related bid item, such as pipe, French drain, inlet, manhole, etc. Q4. Please provide information on trench restoration requirements. A4. Trench restoration shall be constructed in accordance with City of Miami Standard Details 35-88-7 and 35-88-8 found on the City of Miami Public Works website. Q5. Under what pay item shall the Contractor include the cost for removal of drainage pipe and structures? A5. Cost of the removal of drainage pipe and structures shall be included in the cost of the related bid item for the Work being done. Q6. Is this a 100% Small Business Enterprise (SBE) Project? A6. No. Please refer to ITB Document Section 2, Article 16, Community Small Business Enterprise ("CSBE") Participation for Project details regarding CSBE requirements. Q7. Which permits for the Project have already been pulled by the City? Which permits will the Contractor be responsible for? A7. The following permits have been procured by the City: 1) Miami -Dade County Traffic Engineering Division (for signing and pavement markings), 2) City of Miami Fire Department, 3) Miami -Dade County Water and Sewer Department, 4) Department of Health, 5) City of Miami Public Works Department, and 6) Miami -Dade County Department of Environmental Resources Management (for drainage and water). All other applicable permits will be the responsibility of the Contractor. Please refer to ITB Documents Section 3, Article 92, Permits, Licenses and Impact Fees for additional information. Q8. Will the Engineer of Record (EOR) review shop drawings before issuing the NTP or is the 14-day review time a part of the Contract time? A8. The Contractor may submit shop drawings to the EOR as soon as the Contract is awarded. The 14-day review time still applies. Please refer to Section 3, Article 40, Submittals and Article 41, Shop Drawings for any other specific details regarding shop drawings or submittal instructions. Q9. Will substantial completion be issued prior to the installation of thermoplastic markings or will the asphalt cure time (typically 30 days) be a part of the substantial completion time? A9. Substantial completion will be issued once the EOR and the owner's representative agree that the roadway is ready for public use, regardless of the installation of thermoplastic markings. Q10, is this a unit price or lump sum Project? A10. Please refer to 1TB Document Section 2, Article 14, Bid Award for details concerning the method of award as well as the Bid Form located on the OCI website. SW 7151 Avenue from SW 8"' Street to SW 4th Street Roadway Improvements Addendum 2 Bid No.: 16-17-026 THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. (0 Annie Perez, CPPO, Director City of Miami Department of Procurement SW 71S' Avenue from SW 8th Street to SW 41" Street Roadway Improvements 3 Addendum 2 Bid No.: 16-17-026 C..):14" .0( M 44 ADDENDUM NO. 3 May 12, 2017 INVITATION TO BID NO.: 16-17-026 SW 71' AVENUE FROM SW 8m STREET TO SW 4m STREET ROADWAY IMPROVEMENTS OFFICE OF CAPTIAL IMPROVEMENTS PROJECT NO.: B-50405 TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Invitation to Bid (ITB) and shall become an integral part of the Bid submitted and the Contract to be executed for SW 71st Avenue from SW 8th Street to SW 4th Street Roadway Improvements — ITB No.: 16.17 026 (the "Project"). Please note the contents herein and affix same to the documents you have on hand. A. Requests for Information — Since Issuance of ITB No.: 16-17-026: Q1. Please clarify the following quantities on the Bid Form, under Water Main Pay Items. Line item 24 has a quantity of 5 and line item 25 has a quantity of 6. We wanted to clarify if these quantities are correct as they appear relatively small in amount. Al. The quantities included in the Bid Form under Water Main Pay Items 24 and 25 are only for the permanent pavement restoration along SW 6th Street that falls outside the project limits (see sheet WM 13 of the Water Improvement Plans). The cost associated with pavement restoration for the water main installation within the milling and resurfacing limits, including back filling and making temporary pavement repairs are included in the cost of the installation of the related water main bid item (pipe, fitting, fire hydrant, etc.). Refer to the Measurement and Payments section 8.00 of the TSP (Items No. 3, 5, 7, 9, 13, 15, 17, 18, etc.). Final layer of asphalt is included under the Roadway Pay Item 331- 2-3 of the Bid Form. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. { Annie Perez, CPPO, Director City of Miami Department of Procurement