Loading...
HomeMy WebLinkAboutBid ResponseINVITATION TO BID ("ITB") No.: 17-18-024 64TH CO RT ROADWAY AND DRAINAGE MPROVMENTS D4 OFFICE OF CAPITAL IMPROVEMENTS PROJECT No.: B-30972 Issue Date: May 18, 2018 Bid Due Date: June 19, 2018 Bid Due Time: 2:00 p.m. (Local Time) Mayor Francis Suarez Commissioner Wifredo "Willy" Gort, District 1 Commissioner Ken Russell, District 2 Commissioner Joe Caron°, District 3 Commissioner Manolo Reyes, District 4 Commissioner Keon Hardemon, District 5 City Manager Emilio T. Gonzalez, Ph.D. Issued By: City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor Miami, FL 33130 BID FORM (Page 1 of 10) SECTION 5 — Bid Form Submitted: 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: 17-18-024 Title: SW 64tr' Court Roadway and Drainage Improvements, D4 — B-30972 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 that 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. SW 64'" Court Roadway and Drainage 72 ITB No. 17-18-024 Improvements, D4 — B-30972 BID FORM (Page 2 of 10) Form SU must be submitted with Bidder's Bid. The SU Form can be found posted on the webpage with the bid documents. The Work consists of furnishing all materials, labor, and equipment necessary for roadway improvements including drainage system installation, milling and resurfacing, roadway reconstruction, replacement of damaged sidewalk, repair of driveway approaches, striping, signs, and Americans with Disabilities Act (ADA) compliant pedestrian ramps. Additionally, installation of 8-inch Ductile Iron (D.I.) water main. Utility work being funded by a Joint Participation Agreement ("JPA") with Miami -Dade Water and Sewer Department ("WASD"). If the total Utility bid items are over ten percent (10%) of the WASD estimate, then WASD has the option to reject the bid alternate and perform theft work. Funding for utility work will be released after satisfactory inspection by WASD. The full Scope of Work is detailed in the construction drawings. ITB No.: 17-18d024 — SW 64t"1Court Roadway and Drainage Improvements, D4 TOTAL BASE BID CONSTRUCTION COST (City of Miami Project No. B-30972) PJ r; T :N TOTAL EASE MD CONSTRUCTION d 6(ct (Total SW 64th Court Roadway and Drainage 73 Improvements, D4-- B-30972 •5 pat ITB No. 17-18-024 City at Miami NTT*, I:,. 1-S0542 ITS No. i7.1tT-024 SW 64th Court Roadway and Drainage hnpravemen ts. D4 .8-30972 • itOA11WAYPAY ITEMS r,- k, TTKJi vAY(TE4 -* 'Eg3a gWtIO$ .' UI 1'3 Fqur Ct}ST 1 {MMA�(,liY ¢fiA` Rf�NT', .Y---ICJ-.I +- Ft.- Y 001.0F;ei 53.JL- 111::i 4500, 1 1 5 -CA TC4(A1 Et E. +'00 tl h" - 51: OP TICNI 5, 3-.J 111^S, $t.i3+ [I 4 " 1 3., 70.t 11•aAIN ;..CI_a:N. -tea, i l tI c.'202 S5 .0)3 3'r 30.^a 5tD.35i_ 0 ...5--31-'-: TYFi:SI-'_PNAL:GCls3-F.+: Fc i1 )',i r. 3S•SYI it. . SSP7-I,u .i:.0 51:2Dse 0770 S LI a'PHA40C CU 1 5_3J..Y! r0_ 40 005,312.00 ! 3331-5+1 INLET 141 Y. J?31N'iYi'S ry.,ly =A 33 cn1001 3+}) 50,00300 INLEtS. t0 UST - '. 5 C3C0. 103 5403 CO i , .A r 1.00140 4.00 526t YJ 1 [4.1 [1T�!14104P-n-. 1 LE ..-0 2.000 550024 r. 1 11 Y.• .:.W 5t,100.40 ' 32 do. l:l ? OVL C t-:+L-. 0 R0U IC 0 C',Q 3I L. 1 (O LV, L 3;h1 513k460-I ;t,407.4"rl ! 3..,73Yt'i0 1-� :tilt t:.T F i CNAth - RIAL. ROU 13 10 3+C� j L'. s5000 '_D 00 S�1.•3 .CNCPEI 00ES c110TAEIE .YARh3ING) 3Y ) 510.0; 3U.::il SI,3G:1Lt1 CUNC.5ETE'ICEWOLR 20') 1 aY PEW' 0 C'. tURF'S001 n40030ES 'N ATER ANI)35ATILI'001 l -' 57W! 31f 70 SB.s "h 17. 35-15 5 i560.00 SWALF [a N }I 5'i� 560 C9 53.1 MI ' :. •th) 16- 10. 29 PAINTsb A C I !T AA .t ft 5TANDt,00 e3011 1(SCUD - 33') I LE S3.C411 1000 :49`_L+ 19- 710 ..2.0'' PAINTti7 au41„ t'.,0071113.,3, 071l7,R. 1YELL4rl)05C10)04 1 1 0,4 ',143X011 0050 51_tIDG AE IWO, WATER skT R KEPt.:a:EO; - CA 1 51,5300 CO 4.30 5 :SfJ;.tts SUBIOISL ROADWAY oats- 2Eci EYD,uD 2a 61 j 55,50:u'0 40'41 SUBTOTail. SIGNING & PAVEMENT MARKINGS [FEMS=(f; SUBTOTAL ROADWAY IMPROVEMENTS LLD J =ROADWAY '1NPROVESIENTSAF,LOWAN3E ITEMS . - 11F,/ PAYnEAI , - 3 {IE5CRp'7*5l = WNT$ WOT r,WT tI 4 Ylir TOTA4t AAIQLR(r• 25. MI, [..010ztl3'1 ,J Li S00010 1 'TUFERMI L`. j 1,CCV03 1 SUBTOTAL. ROADWAY IMPROVEMENTS ALLOWANCE ITEMS= ' ':.&14Mnn0 TOTALROADWAYIMPROVEMENTS= L;I IT.29T.03 Ertel Main trnpiovQrtlents under •»4A Pro)ect No. 0-30972 WATER MAIN PAY ITE.eI 1TFM NO ,Eg3CPl'TIPN °' 1tlNr3 UNt1"COBT GM Dr Y TO TA :ANdaNi- ;a:t 'rc3 9 3t 0Ymn: x m1 O, b ,s:eylSo,,S W .:i.ra .rntu. r>7 In 30 414 ar@ P m, l hat t" 8... o+Jl u15)5 7Vna a 0'! 4.5n:115,Vyr Sum1 l3 - 5S,30010 1.30 554) !.i1L F. 'f.9 ++ntlA cr-'p _.5 Ih0 Jeilurtmn. 3-nc. Ile on pme. fit l na»»ul sNres lrr nolcr mom.!Mt±...r:n3rrr tof 3F 53a 001 5.10:44 i3.1?5000 F. 0.W,n93mch3a0tIe:rcat 0.0, 414n5O .and 121365 In a<aux m:un ne..e.rt.., ixt cr LF 1 i50.301 530.0 $32,001.00 d F^aNe .11,0S+.partnent a.,nc03uu1'a 0503,e ri a and-ndeea frs water n ha; LF $1T7.+'YJ1 3.r:0 51.593.,0 cr Viler. ,i ductile ficn p.. 31u g d'ai ± .ter - p p fir h of LF ,e43.01- +JY 353000 5Furnanmg i - I g a 1...,:. s,7150on 0 3n 0nakn0 12 Water 41a. to a,i da C,0,3n n30.01d/.Y. a 0T aI TA.,O-.'.1.55 ICcmalmal 53,a43.CCI C0 e55.a524 0 .nabn04ut.n;orm.No,;a anar,„tap1' WaferI f SW 040.0.dTnulh at SW ST al a ill. 11.44,33 tGmtp elcf and ma.3 capn 0070.3 T/714. EA $S.JL"J.i9 '00 i1.7W.Ot) S For malann ..onecl.cs tt _M •nahnq 1' Wale, - SW 04 C030 and May lay al :STA 11:55 AD an4 3T4 I I.33 2g 1nc1ua09 [on..., and in.lallnp'3 3'f ch Sal Val., latr.3311i, es. : atalmg0l ren0.31Fa0a4.100;,000Olala) dad.18nn a cappnp.151. 0W',1. 5A 33, 400:.SJ 7.01 Ser10000 F. -w"r90ad dor.. rrn+gto the Caarhn.100 h,l?eanl as, n:�a Ouad Poal3, 7050 ere. Om c ce.. cf F.5 yam,;?p.YJI 1.00 5.'i)i0.00 -Tl- 1 F. 4,045,ng 0a hyara.t 510050,00030 g <ead 001 e. 71714(etd.:ha alca each et EA ;i3LO 701 040 58i0.00 tY : F. futt.h nq and int,taing 1....n. zM1gle .cruise 550in<Iudu+p rx_nnn-licn N su.tcrna O .i.I ,4t i .th- 0 ,J e:oh:ng EA i1,5(.1.074 5,00 05,070 [3 i'- Fs, frrsi 1 d- g I h maniaA 9 4m9 l- n.1., a/ swaame .and ralmn.ir.Omnoeta. tha ate ea.el. • EA 21,a00.VJ! to. L` 512.CA.00 fS T I n wat d i lIl 0 1,00 001 L 0 1. a of.menlare VTITiCTi I ( d- N 1fC a II 1 I 3 EA 51.233.1A1 L^4 SI.2L0.00 li F tf -L 9A' Rs' V A hfi (ARV:} - 1 ma1 h Ixaepna'.han= . I P.I N - I nt a17C tp !einr EA 52.58V W1 2L'0 53,303.00 I 1$ F. 7 turni:hin0 ut 5r.g fp pdNay c+acsmeni/ra MY J at .Ir1un9, { A tF me,. the 1 .v root rNCa.. 4 1 LF 324- 001 5t,C 51,293.31 en. 16 F h ....A fn i hot <1,0 0 00, emn: ter 00y il=e pee te P e - . Enf rat v.tE (C.4..1..1 $.LiXti 100.W 540.T.d}. F7 -., . { 4. rd.0+875 ad : h.ing crdal..l istt.. sa bY!ha ..ma. 10430 0en111anr) .F 53.s'0 31 ."0 53N53 1 -) F:a :premi, 1 anti a14g.-✓a' . Of d1- y .A'AI mar_m 0cludfnq I:na00 ,... ..i.0cnlu 0 eer d.e W. _, koyotd f G : .e.11.0 _m Cr $S,CO OW53TA,00 t3'-' nr.hirry d' taro, ad 0 a.e bx1Jll mn4:n=Is a. d.taerad by 0, Env.. V��nfi:a um ub "Lad WfCne rna_VI.Ianl C7 aPW 70ak1 5550 WI is i r Y unl q fi d act r T5F II 401 - P - �a . (FOOT ro J)' Ina $Y 5'0 nCI 31.00 same° 11 _.� tmc 5 TA. II ph k- .5 . fr1 LTUTTT n.r T paacrllont r53fut_- r r: .,qu dj a (FOOTI' 5Y 1.,30! 07.0 asaTne 1 cratr^adI F d n/ ur r k g *arta ha. rt :AK- "ar Tarnhnc. PaySanmtmmi - Um price uar:u_uE SY $38.-Y1' 254.(Y,! S4,sg2.'.x� Fs c 0 044ng T}>•ar'05 a phahe'groats 510111a cr..929010e.00,001. Iapaas, he Hare :gad Tl he, r 510031 041'AI $d,53"a.rM Fer a41 set p 1 OCT :M Y f J 1.01 7 h P10.1. Ile Pro d ORC L t- JV 45.00i 38543 $3 J0S.00 55, F un 1 type V mmenenlina,cnnns 0...i.f JUT mmtvap inv. ,iigamPi ' d avfmik, 0n st314.0 medayi,_ 00 - ) m 1+000 oi, ...NW( Of�I L 1 1 SY 1 51 00! 385'0•) I. 55,00.G9 ..1 �$ �' F ' - 0o5 1'0 uA ai. n.s.lati2 a aa,n mleu5g, h 0r _a P0' ,a f fZr i.:rasf runt - ilF 5 -_31 o75Ta'3 54050. a 37 :' Psren.e'r:+A:310105Reg1.36.11Agwe01; Stunt ( 13 32.500.03.1 1.011 S7,35t,Sy4 '.E .. -I Ctn,g ilCcoo t-twlrq:nl11c.1 11 5100.031 0.50 $4000 SUBTOTAL 4' YE9iMAIN WORK `,$SaiNj+��aaf1 35 . A u a rf i 4k IM+1 TJ 5 l 1 "- 524 I kl� 55.v.6.80 '.. d• ? eai r FEN _1Y.ia li ft.TT,..ed Tama% ( ^, P'Aene imp. I`! Er 0%or U5TOTAI I. i -lea- 1 I' _ ,. ._ a_1 co 54,13005 31 - Fq a dO e, Jot am. I I.h.0. and 0r3trtnnl{ _ia.lment.. ta'dacd b4 0.o. ,ruir;cr( 0%.1n ^.a kW. roan atrrml S tC:i 1 1 V 513.831.60 5'+ ... F u 1.9+.0..., efr..1Ay Hxco 17oo.r, tor theporn: el _o41034,.mtn�� a9gr,q am of r1g1 Dlala0att 5 dap -.: 010 a nrhloY x 35 3a;I1 0I7e100 1 A.Itnanoul f 54,40000 SUBTOTAL ALLOWANCES=1',:::.::: o,W0A8 SUBTOTAL WATER MAIN IMPROVEMENTS=1 $167,1504S note. F'Y a dats45I dew .S h W agar Man P±rmxal lrem.;en: to 5.11.00 of Iha 040, 0 Slfecdia:nkrnt anlilfea'lAea:avemSN a-0 P03anan1.` TOTAL CONSTRUCTION COST ESTIMATE=1 S27E,15T.'13 BID FORM (Page 3 of 10) 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: httpa/www.miamigov.com/MiamiCapital/NewBidsandProposals.htmI 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 64TH COURT ROADWAY AND DRAINAGE IMPROVEMENTS, D4 B-30972 — ITB NO,; 17-18-024 Line No. Pay item i o. Pay Item Description Unit Quantity Unit Cost Cost 1 1 2 2 3 3 4 4 5 5 6 6 7 7 8 8 9 9' 10 10 11 11 12 12 13 13 14 14 15 15 16 16 17 17 / / 18 18/ 19 / '19 20 20 TOTAL SW 6491 Court Roadway and Drainage Improvements, D4 — B-30972 74 ITB No. 17-18-024 BID FORM (Page 4 of 10) DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES, AND PARTS III AND IV (If applicable) Part I: Listed below are the dates of issue for each Addendum received in connection with this bid: Addendum No. 1, Dated Addendum No. 2, Dated Addendum No. 3, Dated Addendum No. 4, Dated Addendum No. 5, Dated Part II: Part III: 7 No Addendum was received in connection with this bid. 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, Small Business Enterprise ("SBE") 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 "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). (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: SW 64'h Court Roadway and Drainage 75 ITB No. 17-18-024 Improvements, D4 — B-30972 BID FORM (Page 5 of 10) (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction. (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee. (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (I) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance orrehabilitation program approved for such purposes by a federal, state, or focal health, law enforcement, or other appropriate agency. (7) 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 fails to file the required certification shall be subject to a civil penalty of not less than ten thousand dollars ($10,000) and not more than one hundred thousand dollars ($100,000) 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) (per OMB). 5. 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; SW 64th Court Roadway and Drainage 76 ITB No. 17-18-024 Improvements, D4 — B-30972 BID FORM (Page 6 of 10) (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 1.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 comply 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. (i) The Bidder shall provide any information requested by the Chief Procurement Officer or Procurement Officer 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. SW 64th Court Roadway and Drainage 77 ITB No, 17-18-024 Improvements, D4 — B-30972 BID FORM (Page 7 of 10) 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 al! 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. The Bidder further identifies the costs and methods summarized below: Description Unit Price Quantity Price Extended Method/ -.14-1;:-e_..-tA, a /(---- -2._ O 2_0. 4 co 5 '-' --rip_€,,, c Total $C Attached is a Bid Bond [v`], Cash [ ], Money Order [ ], Unconditional/lrrevocable Letter of Credit [ ], Treasurer's Check [ ], Bank Draft [ ], Cashier's Check [ ], Bid Bond Voucher [ ] or Certified Check [ ] No. Bank of for the sum of )• Dollars ($ 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: Signature: Printed Name/Title: City/State/Zip: Telephone No.: Facsimile No.: - 5 Social Security No. or Federal I.D. No. SW 64'h Court Roadway and Drainage Improvements, D4 — B-30972 -9qc E-Mail Address: 144 C4 c Dun & Bradstreet No. 78 (If applicable) ITB No. 17-18-024 BID FORM (Page 8 of 10) If a partnership, names and addresses of partners: SW 64'h Court Roadway and Drainage 79 ITB No. 17-18-024 Improvements, D4 — B-30972 BID FORM (Page 9 of 10) CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a corporation organized and existing under the laws of the State of , held on the L,day of c.t a emr- 0f a rpsolu 'on was duly passed and adopted authorizing (Name),L cr rnr'l..as (Title) 7 -e- -/ a' of the corporation to execute bids on behalf of the corp, e- eoration 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 HEREOF, I have hereunto set my hand this / ctr, day of 0 , 20 ( . Secretary: Print: 1c /-/ 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). SW 84h Court Roadway and Drainage 80 ITB No. 17-18-024 Improvements, D4 -- B-30972 ���^�� C/,o � BID FORM (Page 1OofiO) CERTIFICATE OFAUTHORITY (IF INDIVIDUAL) | HEREBY CERTIFY that, / /Nomo> . individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms ofthe bid towhich this attestation iaattached. Signed: IN WITNESS WHEREOF, I have hereunto set my hand this day of 20 �k .�' COUNTYOF- �/ NOTARIZATION / The foregoing instrument was acknowledged before methis d�� .2O�.� ' ~� ,who is personally known to me or who has produced 1.as identification and who (did / did not) take an oath. / L- SIGNATURE OFN{JTARYPUBL|C STATE OFFLORIDA \ PRINTED, STAMPED ORTYPED NAME OFNOTARY PUBLIC NOTARY PUBLIC ~8T^0E OF FLORIDA ~ �Ccimma#FF93720 Expireo11/1812018 », 8VV84mCourt Roadway and Drainage 81 [[8No. 17-18-024 Section 6 - Attachments BID BOND FORM (Page 1 of 3) State of Florida ) County of Miami Dade ) City of Miami KNOWN ALL PERSONS BY THESE PRESENTS, that Maggolc, Inc. as Principal, Berkley Insurance Company as Surety, are held and firmly bound unto the City Five Percent of of Miami, in the penal sum of 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 June 19th , 20111, for: ITB No,: 17.18.024 — SW +64"' Court Roadway and Drainage Improvements, D4 PROJECT No.: B-30972 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 City, in accordance with the bid as accepted, and give bond with good and sufficient Surety or Sureties, as may be required, for the faithful performance and proper fulfillment of such Contract; or (b) In the event if the withdrawal of said bid within the period specified, or the failure to enter into such Contract and give such bond within the time specified, if the Principal shall pay the City the difference between the amount specified in said bid and the amount for which the City may procure the required Work and supplies, if the latter amount be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. SW 640' Court Roadway and Drainage 82 ITB No. 17-18-D24 Improvements, D4 — B-30972 BID BOND FORM (Page 2 of 3) IN WITNESS WHEREOF, the above bound parties this l9th day of June hereto affixed, and these presents duly signed by governing body. WITNESS: (If Sole Ownership, Partnership, or Joint Venture, two (2) Witnesses are required. If Corporatior}'Secreta ry only will att t,and affix seal) f See Power of Attorney Attached (Surety Secretary) have executed this instrument under their several seals, , 20 18 , the name and corporate seal of each party being its undersigned representative, pursuant to authority of its PRINCIPAL: c. Affix Seal uthorized officer) alez, President (Title) 11020 SW 55th Street (Business Address) Miami, FL 33165 (City/State/Zip Code) SURETY: (Corporate Surety) Be:klet Ins'ranc Cotn), Affix Seal (Signet re of Aut o tzed 0 leer) Michael A. Bonet, Attorney -In -Fact (Title) 255 South Orange Ave., Suite 1515 (Business Address) Orlando, FL 32801 (City/State/Zip Code) SW 641" Court Roadway and Drainage 83 ITB No. 17-18-024 Improvements, D4 — B-30972 BID BOND FORM (Page 3 of 3) CERTIFICATE AS TO CORPORATE PRINCIPAL certify that yam th Secret gfA e C�,r oration that 71/� ��l���po dl on, that bond; named as Principal i.�he within know his signature, and the signature hereto is guine; and t for and in behalf of said corporation by authority of its gover STATE OF Florida COUNTY OF Miami Dade ) CITY OF Miami Gar'-0 G�Z `ems/ Y4ai co'? i I said bond was(duly signed, sealed and attested ody. orporate Seal) Before me, a Notary Public duly commissioned, and qualified, personally appeared Michael A. Bonet to me well known, who being by me first duly sworn upon oath, says that he/she is the attorney -in -fact, for the Berkley insurance Company and that he/she has been authorized by Berkley Insurance Compan.yto execute the foregoing bond on behalf of the Contractor named therein in favor of The City of Miami, Florida. Subscribed and sworn to before me this day of June '7018 INSTRUCTIONS: Bid Bonds must be accompanied by a Power of Attorney, in compliance with Instructions to Bidders Public, State of Florida at Larg My Commission Expires: November 7, 201.9 Notary Public Stair. =4 PlCrrida mien E Pilir, My Cornrnissv - `• V244'31 Expires 111V " !S' SW 64th Court Roadway and Drainage 84 ITB No. 17-18-024 Improvements, D4 - B-30972 No. BI-10071a POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: Roy V. Fahry or Michael A. Bonet of Kahn -Carlin & Co., Inc. of Miami, 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, providing that no - single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), 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 Delaware, without giving effect to the principles of conflicts of laws thereof. 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 held on January 25, 2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in -fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney -in -fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile 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 stated the facsimile 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 at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Company has c rsed these presents to be signed and attested by its appropriate officers and its. corporate seal hereunto affixed this -Jt-day of 4e P-Pq-- • Attest: /�l Berkley Insurance Cotnpan (Seal) By Ira Leden an Executive Vice President & Sec.retary ARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE'..I3ERKLEY" SECURITY PAPER. STATE OF CONNECTICUT ) )ss: COUNTY OF FAIRFIELD Sworn to before me, n Notary Public in the State of Connecticut, this day of and JeffreyM. I-Iaftcr who are sworn to me to be the Executive Vice Pre; dept and respectively, of Berkley Insurance Compat1 iARIA C. RUNDBAKEN NOTARY PUBLIC MY COMMISSION EXPIRES APRIL30, 2019 CERTIFICATE the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY 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 therein, who executed the bond or undertaking to whit this Power of Attorney is attached, is in full force and effect as 1: of this date. its Given under my hand and seal of the Company, this 1/ day -2V. by Ira S. Lederman Secret; ,jn' the Senior Vice President, (Seal) otary Public, State of Connecticut 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. 1. Business Information a. How many years has Bidder been in business under its current name Professional Licenses/Certificate ns (include name and number)* 1-(17/4, ( nclude active certifications of small business enterprise and name of certifying entity) b. Date Bidder licensed by Dept. of Professional Regulation: c. Qualified Business License: El/Yes ❑No If Yes, Date Issued and ownership? / 3- 4 04----s C7ssuana; cce ye -3d2—( C - / ZZ t g / (Q d. What is Bidder's business? ca (I6, e. X Gt'r X 1 (This answer should be specific. For example: pav(ng, (drainage, schoo /interior renovations, dc.) e. Name of Qualifier, I'cense number, and relationship to Bidder: rr'a 'cr,v z- ((-3 z). ("eic- (z-f g 0(6 ? ffe 3 9 � 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. Issuance Date ek)0rt-�.� 3. Type of Business Entity: ❑ Corporation 5' Corporation❑LLC❑Sole Proprietorship❑Other: (Corporations will be required to provide a copy of their corporate resolution prior to executing a Contract) SW 64th Court Roadway and Drainage 85 ITB No. 17-18-024 Improvements, D4— B-30972 4. Business Entity Ownership: a. Identify all owners of the Business Entity. Name Title /16 r7''0* 6; Zet.-1, P>t- % of ownership r Z%11O b. Is any owner identified above an owner in another company? ❑ Yes 2<lo If yes, identify the name of the owner, other company names, and % ownership 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 d CI El ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ Explanation for Other: (Note: "All" 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, COs. No -cost refers to RFIs, Notices, and other similar documents) 5. Employee Information: Total No. of Employees: f Number of Managerial/Admin. Employees: 3 Number of Trades Personnel and total number per classification: Apprentices must be listed separately for each classification) J s How many employees are working under H2B visas? 6. Has any owner or employee of the Bidder been convicted of a federal offense or moral turpitude? If yes, please explain: 0 SW 64tr' Court Roadway and Drainage 86 Improvements, D4 — B-30972 ITB No. 17-18-024 7. Insurance and Bond Information: ~� a a. Insurance Carrier name and address: — �t .r.,. C e, / d (U Et 33 ( (, b. Insurance Contact Name, telephone, and e-mail; C d--s e.et5 rcte qC i t -6- c. Insurance Experience Modification Rating ( (If ne EAR rating please explain why) d. Number of Insurance Claims paid out in last five (5) years and their corresponding value: e. Bond Carrier name and address: e:51 7e f. Bond Carrier Contact Name, telephone, and e-mail: - 4 44 - 2 f Q:Y : 3 lJ `F- f eta 4---ck-CaGoy 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. 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: 10. Has Bidder been yssessed liquidated damages or defaulted on a Project in the past five (5) years? Yes ❑ No BrIf yes, provide an attachment that provides an explanation of the Project. 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. 12. Provide an attachment listing all of the equipment, with a value of five thousand dollars ($5,000) or greater, owned by the Bidder. B. Project Management and Subcontract Details 1. Bidder's Project anager for this Project; a. Name: i'`r-d ` Q N --- b. Years employed by Bidder: / J'x Veit r-5 SW 64th Court Roadway and Drainage 87 ITB No, 17-18-024 Improvements, D4 — B-30972 c. Licenses/Certifications: 4(4,- Keyo-cd G Cato• e - ram d. Lastlhree (3) Projects wit_the company including role, Scope of Work, and value of Project: a. . lv- a S-o- _, '—/ 9— z G. -4 , --/1t ../ . f c t Ca, , j17, ? - t¢�7e'cd 3,279'93 2. Subcontractors: Name Trade %ofWork License No. Certification* E,�/� a / Z-Sgz C"°° (`active certifications of 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, traile s, and other similar non-constru ion Work items) C. Current and Prior Experience 1. Current Experience including Projects currently under construction, recently awarded, or pending award (Provide an attachment to this questionnaire that lists all such Projects, including the owner's name, title and value of Project, Scope of Work, projected or actual start date, projected completion date, and number of company trades personnel assigned to the Project) 2. Prior Projects of a similar size 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, Construction Manager at Risk (CMAR), 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 Bidders are to include a minimum of three (3) 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. SVV 64th Court Roadway and Drainage 88 ITB No. 17-18-024 Improvements, D4 - B-30972 SUPPLEMENT TOBID FORM CUSTOMER REFERENCE LISTING (Page 1of1) Bidders may furnish the names, addresses, and telephone numbers of owners and organizations for which the Bidder has provided construction oon/icae in addition to the required minimum three (3)roadway /horizontal Projects specified inthe Minimum Requirements onpage G'above. 1 Company Name Address Contact Person Contract Amount Telephone No. E-mail Address 2 Company Name Address Contact Person Contract Amount Telephone No. E-mail Address 3 Company Name Address Contact Person Contract Amount Telephone No. E-mail Address 4 Company Name Address Contact Person Contract Amount Telephone No. E-mail Address 5 Company Name Address Contact Person Contract Amount Telephone No. E-mail Address / SW84mCourt Roadway and Drainage 89 IT8No. 17-18-024 Improvements, u*—B-uoyo 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. / Legal Name of Firm: Entity Type: (Check One) ❑ Partnership ❑ Sole Proprietorship ❑ Corporation Corporation Document No: Date Established Occupational License No: Date of Issuance Office Location (Establishment of the Bidder): PRESENT Street Address: City: PREVIOUS Street Address: State: How long at this location: 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 Tess than the twelve (12) months irnmediately 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 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 SW 6411' Court Roadway and Drainage 91 ITB No. 17-18-024 Improvements, D4 — B-30972 SUPPLEMENT TO BID FORM: OFFICE LOCATION AFFIDAVIT (Page 2 of 3) / A 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 be 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. Print Name Print Name Title Title Authorized Signature Authorized Signature SW 64'h Court Roadway and Drainage 92 ITB No. 17-18-024 Improvements, D4— B-30972 SUPPLEMENT TQBID FORM: OFFICE LOCATION AFFIDAVIT (Page 3 of 3) .� /�� /,�- (Must besigned by the corporate secretary of a Corporation or one (1) general partner of partnership or the proprietor of o sole proprietorship or all partners of joint venture.) NOTARIZATION That he/she has produced STATE 0FFLORIDA, COUNTY OFK8|ANI-DADE /`~/ v�� _ That: / ^ ' po | ppeanedbefore maand uoknVvv|edgedthe foregoing instrument aehis/her act and dead/ ,/ as identification, NOTARY PUBLIC: M yConnmisoionE�biree: Please submit with Bid Form copies ) License, City of Miami and N1iurni-Omdm County Business Licenses, professional mn4-rortrade License tuverify local office preference, The City ofMiami also reserves the right to request a copy of the corporate charter, corporate income tax filing return, and any other doounnento(m)toverify the location ofthe firm'soffice. SVV04mCourt Roadway and Drainage 93 |TBNo. 17'10-024 i i) CERTIFICATE OF COMPLIANCE CITY CODE SECTIONS 18-87,18-89 and 18-120 a,-<r rr ` /S_� Principal) of 67 Tl ii) I have read Sections 18-87, 18-89 and 18-120 of the City of Miarni Procurement Cocle; hereby certify that: �sm(Preside m/Secreta rynr m. (Bidder) (Bidder's Firm); / e" - hereby acknowledges that the awarded Contract has erFor�-`site labor component greater than orequal totwenty-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 Small Business Enterprise ("SBE"); OR b. (Bidder) C-` , hereby is certified by Miarni-Dade County an a GBE Mnn and will self -perform to meet the minimum fifteen percent (15Y6) GBE requirement. -An active copy of the Bidder's SBE certification must be included in the bid document. (Bidder) {% Workforce Por4ipat iv) (Bidder) Wages and ^ `efi V) 18'73� . � STATEOF (Bidder) <�`� n� �/ C> ~ hereby agrees to comply with the. Local ., T�equ' ments stated inSection 1O-89 ofthe City of Miami Procurement Code. . uirements stated in Section 18-120 of the City of Miami Procurement Code. hereby agrees to comply with the Responsible , ' to Item iii), above, to 6ertified SBE firms who maipt6 / / hereby agrees tnmake assignments purauant na��x�'|C4foe".00de�nedinCity Code Section // Before nle^ e Notary k: duly oom acting personally, appeared —C, ') e- Z__ to me well known, who being by me first duly sworn upon oath eoVa that he/she has been authorized to execute the foregoing Certificate of Compliance with Sections 18'97, 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 � C> day of Mycommission expires: Bonded by Sw64wCourt Roadway and Drainage Notary Public, State of Florida at Large Lawe. Uine NIOTARY PUBLIC %STATEnfFLORIDA ornrrvP, rr907267 Expires 11/18/2O18 94 ITBNo. 17'18-024 THIS FORM MUST BE COMPLETED BY BIDDERS FOR PROJECTS WITH SBE REQUIREMENTS SCHEDULE OF INTENT AFFIDAVIT (SOI) SMALL BUSINESS ENTERPRISE PROGRAM ("SBE") This Section must be completed by the Bidder/Proposer and the SBE Subcontractor that will be utilized for scopes of work on the project Name of Bidder: Address: Project N Contract Dollar Amount. Name: U 6 t %'a e cc)ay _ _ tea r,,--eo Project Number — � 9 Contact Person: (_� �--- �-� �.� �v ✓t�s Phone No.: 15% SBE Dollar Amount:,/ `3' --- Name of Prime Bidder Certification No. (if applicable) Certification Expiration Date (if applicable) Type of SBE Work to be performed by the Bidder (if applicable) / A t Bidder's self- performance percentage (%) of Contract Value Total Dollar ($) Amount of Bidder's self -performance rcy� , z; = // i , e-/6 -1- 90 % 2.-2_3,14? The undersigned intends to perform the following Work in connection with the above Contract: Name of Subcontractor Certification No. Certification Expiration Date Type of SBE Work to be performed by the Subcontractor Subcontractor percentage (°!°) of Contract Value Total Dollar ($) Amount of Subcontractor's SBE requirement t 8 .'d-r / ' fJ % -' certify/A a the rep with the ab ve liste Bidder Signa prt5 The undersighi has reasonable and uncommitted capacity sufficient to provide the required goods or services, all licenses and permits necessary to provide such goods or services abi '' y to obtain bonding that is reasonably required to provide such goods consistent with normal industry practice, and the ability to otherwise meet the bid ecificdt ons. r`sentations contained in this form are true and accurate to the best of my knowledge. I affirm that I will enter into sub contractual agreement(s) SBE Subcontractor(s) if awarded this Contract. Copies of the agreement(s) will be immediately made available to the City of Miami as required. Subcontract i Si nature l 97( / Date Date SW 64th Court Roadway and Drainage Improvements, D4 — B-30972 Bidder Print Name Su.Fbcontra for Print ame 95 Title ITB No. 17-18-024 11 Ti it May Rvrforwica Ledor Memo oiBkld,z,-:ijcts DANIEL J. ALFONSO, 01i7 ,larager The v4ov,,i1 irdixerickd SW. .or respordrg to a Bid ite4h leiticd by 274 City of Mimi,. The City requires tot tke Bidder prw'd T111rtfscrancea WW1 their Bid sLibtrcm By preogiv ciOaxiiOnt, the Bi&t..r ft requserg that ybi.: provWe the ktowing refenfne Iirforrrawdon. The City itituid egradats ?jai iftrmrtJon Tel:vett-of:1 tx*w. i well se $fly other iriformaton ymu fI tlie C., e aa uti -ItOMtsPatnan-n, !rit--a3a124n, repa'i PerActron't of Vortmator pimp etetorr? 1'3 Yet, 0 No Value fel pl-,*(et f c,/, C?,42 Usto CorscAted; PsraeatIms ptelkal cr,,,,neruttion ae-perfcrened byVedan % WF-3 pl*Nfe C,V;VRAV5 t4 blyAVA: 7,3 waa Its ,Fidenr at tuft Or t'efitet4,d8 ttNI Ci0) INSE,FGPAI TX-Z:1? C7) YeZ M.) y-3t piX.1=3Z-a proWeei dotagv • it COMIXTPVE ofiVf!,-9tisf,..::d with -thfjr r:,:4711:71 1 NArrie 9.,1 Stnatare: TeW,fme: r;q4it-rfg tin SexwsIiiy, Ann ta Perez, CPPO DIrefinr Procurc4mint Cler-Artrar1 96 ai. A -17:RYV :'.t if furii u €DANIEL J. ALFONSO, City Manager To Whom It May Concern Subject: Reference Letter Name of. Bidder: a 44.0 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 informay restecl below, wets as any other information you feel Is pertinent; rel e, `cam. �_ , Name of Reference Project: .£. 4 G, -4, * c44w. "f ' Pc., -40 + s{ -P'0-- Scope of work: , �z . t/ea 04.AA 3�...4,. Did the Sce fnvoly . the construction, installation, repair and/or replacement of a storrnwater pump station? Scope Yes al No Value of pmjoot: $ 7 pate Completed: d ,/,` sr. +fit Percentage of physical construction work self -performed by Bidder.: r % Was project completed en time & within budget: Ny4 Yes El No if no, was the Bidder at fault or contribute to the defay(s) or Increased cost? (l Yes No if yes, please provide details: Comments: Name of individual cop ling this form:aa, +rt•t'b�t i�U4�c L 9 �� Date: i l ) /Z i i 6 4 � Signature: _.�:•�, Tftie: a _ttipi� ��w, 5„ v'L�-,(:es-" Telephone: ,C3S, ,ll. $ a�a E-mail: 'V0hi.kk 1,-at,` d'(l1.G kt,) d• Csav� •, Sincerely, Annie Perez, CPPO Director Procurement Department Bird avenue Roadway tmprave ne tts ii'r No.s 48•'t -0,29 96 iiti Map:agar ft;utjatt: itt:ctit ;Jr.!! C.; t ci• i3 traapprdinG to -1 itstt.t itt:ztt : Cf3en i.S..C.0 ay trta Cuty tha Bipttiet- prp'tqctta ',//rittan 13y pravkfhti y-cw tM3 dptt,tirr/artt, ttra C-t;itititir it; regttaattog ti•tat ttrov:itia ftta f=pktpv.,int:; rt.t,farfittrrtaa tpformatton, Cttty ta-tyvitatral !ttfprrttxti:m. rapa7ts'tatt .,tY'.t,zt..s any ottttta‘ itt.Fprmatipa teat it 11,--tf'2-9 Ntl-r?1“, "' titat!ca? ti Yes L1 t'ict „ c'T Proklct: 51/7 :;;;•Data Complzterir rit:c2-C.) Pareatitag,t! phyatcpi ponstrutt!pn votit st,t1f-4.:.1a--fr)rmtyl oh ,ty,ttrat Puttc-tt: i721 ray, tp-at the -f-thetEttar fattck conattuta ta, t'`nt t'attayia) 'atic:;aaptart cptat5 'it,.rtt. jatt ati,Tarth,.:3 -::›tay.t detzai.a.: Ctymrpenta: MCA, CI' 6 if)i!tt. 3-pt,'11.t t -1-0 Namp of indivicitia! completing trni..a form: -1::-)CAA(Nt. CC.'-f---‘)''''''. Date: --),- , et , twatute: _;_,.4....L1-,-)`-'. AS/ ts;_\ . _ ..) -Sincerely, Anna Perez, CPPO Director ith..ocurarnent Department. Utrittt -15,16-4)29 r. fg , 1`t'!/ ir.. t r- IQ Whom it May (loncntts ,ubjc;ct; Reference LOy:01 NtalTtr: of E1ldct6r: jtl a. 6i/ c:f C C., • 1"tie al)evs mferc.neerl 13lcidor is respendin010 a i'fd that hoe been lesued by the City of iviierni. The City requires that the Bidder provides mitten r`;sferc;rac:efs. with their I:$1t1 eul3lnlsulon, fay proyiding you with thlcs document, tiara Bidder Is r;uquesttnq that you provide the .following roferoncoInf.ormtat!on. Thu City would afipror.,laitcs you prciVidin the Inferrrtfstlon rec.jueeted below, as well fsa any ether inforfr tion you feel le pertinent: f)APill t. ,t, ALF )1,15ca, City Manager 17 c�'ffi fet. „7 +G�.c t iCt i I.?.r.; E,r rev. fc.L'�6�14 `',-4' `►���:+ +I Tract taF fl foraucl t3rojcsut; }'f r ff `l ax $00)pty of Y,iC�I')r: S t t eg, �) 4j jr�.' t c t�q C 1 f�ditfi jjt? `[;t �n, � �N� r.. {ira7i y EN(' tile) wrap» involve the oorteireotlnn, irisfallalion, repair ttnd/<r repltw tttent +af a t+terrromiter rtttn1ts station? L.) Yes -(} \M1ues of prolaet 3i k� r 11G� Onto .t csrnplet#d: C9 u 049 .:.0 / {ci Percentage of pliytslcal )sltsttuution tarori soft -performed by Siddrar: G?i °Io Was project completed on tintta fit within budget: Y#a ),J No If no, w7s-the Pitider at fault or contribute to the de1oy(s) or increased coati L1 '►'ou Wo If yo3,, ploaota provide detallt :: t 7 wCIlZ L.•1`Z U�1' �l j 1 fI c'G� V /fir; ff t���� / ,?r',? .?' c ��r�� tUI /?Iv fif.e) b0-41- ty (c.4/77 Ver.,,v comments: • Name of Individual c rreletirif%this form: 1:22Ej2N I oei i •V p. Dais>; Signature: ^.. _ _ i lilt : �.ez�1� ►v a ;l .,f .�u�, f'oif ph_„??ono: lk � 7, , f. Y_ -rnlrii: 6�%L:_ ,.C.. _.1i7/lf e/1 >, et/ Sincerely, Annie) Perez, CPPO Director Procurement Departs mint i31r r rtll t'tuut l;trrxsthiLlig 0.rrtigt7Erra).ort :t en; tlts).r "dt; •'3fik 3�aLh 96 • • - 1-9 6-2A tJt11 = , „ lifittnrei (?tNl ..1, J. MA.(=('NI:,t:), City M;ancijor 'ro Whn€ti it fYi .iy Concern Suited: ftoferorice t.r•,(ta(l 1 1, Name of 13.1<f(1w; /-1,1 The • above fabovc1 r >forclrrced Bidder Is recpral1cilnc7 to a 131d that has boon footled by the City of tvlfarnf. Tito City requires that the Bidder provide written references with their (aid submission, F.1y providing you with this c(c urncnt, titr: Diddor is requesting that yea provido the following reference inforniation, The City would appreciate you providing ilia (nfor€ricrtlon rya r. e'oted Mow,, ram; wall as any other Information you fool Is pertinent; /f. rx.+. .:<.,, .� '-tv8.-,.. Croc),07 ), f�Jnin «f ilolotentio Prot: /.� ;, P144 qt p t't. I' isVo 6 .e4 i +a • I-• 1*. /t�t�1�4 r?/41 " c f0"i1:.°1 4Jropc! vt .�`.rn:c.*<=,,C.,, ".';:w°:"" .1f'S:a? 14.i�i �:�r -' .v..2,:4' �'-:;nA4` ', ...e. r o Of wort : r.,. �. ..�.. � Did the wrope InvolvE..M10 construction, inetallntfan, rt,pair elicitor replacement of antormw itor pump elation? (J Yeti ICJ N<a Value of project: Date Cemploted; /i « c:1� = Percentage of physical concrtruation wort< self -performed by ticldcar; % Was project conipk ttarj on tlrr€o & within budget: „ Y(18 No if no, woo the 131dclor at fault or contr1hut>;; to the clelay(o) or Increased cost? [ J Yoe Na if yos, pleurae provide details: Nome of It ci(vira, rtaiplating this form: aeo i'•4, fjR''f/4t7�(t<r; z1' ,,xfox ,.` .gel Signature: .,...� _ ._.M Title; 2i. '., ,ice-�f4, '1 oophono: ..,. rf � i •+r8li: . 11i cz_ritdg la ' Sincerely, Annie prfr ;1, CI='f'O Director frcicuretne It Department Atli.`:t'1Ri'o l ootiAli ry vide gi -oAcim f4) 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) 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 yot�. seek a waiver of the program requirements from any City officials? Please explain in detail. /J-fck (. b' THIS Contract # and ' y .:alms Section 7 — Contract Execution Contract Execution Form made this day of in the year 20 in the amount of by and between THE CITY OF MIAMI, FLORIDA, hereinafter called the "CITY," xt.. hereinafter called the "Contractor." sw 64't' Court Roadway and Drainage 96 ITB No. 17-18-024 Improvements, D4 — B-30972 ENGINEERING CONTRACTOR — LIC: E-251302 and CUC-1224838 11020 SW 55 ST., MIAMI, FL 33165 PHONE: 786-291-2949 FM: 786-472-8831 magnolcidWahoo.com MAGGOLC INC.-LOCAL WORKFORCE PARTICIPATION Works Performed for the City of Miami for the past 3 years. 1-(i)Project: NW 18 Plea.. Road Improvements / No. B-40314 (ii)Dollar Value: $480,547.75 (iii)Dates Covering: 4/28/2014 to 03/15/2015 (iv)Percentage of Local Workforce Participation Requirement met by Bidder (30%). (v)Breakdown of Local Workforce used to meet the requirements -Reimy Esquibel- Concrete Crew / Labor -Finisher -Angel Valdez- Concrete Crew/ Labor -Bob Cat Operator -Oswald() Barros- Supervisor (vi) N/A (vii) N/A (viii) No (ix) Yes (x) N/A 2-(i)Project: NV)/ 11 ST from 27 Ave to 37 Ave Area, Ro-adway Improvements No. B-30781 (ii)Dollar Value: $188,875.63 (iii)Dates Covering: 4/07/2014 to 10/30/2014 (iv) No Percentage of Local Workforce Participation Requirement (less than $250,000) 3-(i)Project: Lummus Park Landing treeProject- Segment 2/ No. 3-30643 (ii)Dollar Value: $222,617.91 (iii)Dates Covering: 1/15/2015 to 05/30/2015 (iv) No Percentage of Local Workforce Participation Requirement (less than S250,000) 4-(i)Project: Beacom Project Area Irnprovements- Phase II (ii)Dollar Value: $818,978.96 (iii)Dates Covering: 2/01/2015 to 07/15/2015 (iv)Percentage of Local Workforce Participation Requirement met by Bidder (40%). (v)Breakdown of Local Workforce used to meet the requirements -Reimy Esquibel- Concrete Crew / Labor -Finisher -Angel Valdez- Concrete Crew/ Labor -Bob Gat Operator -Rolando Feria- Restoration Crew/ Labor General -Carlos Hernandez- Concrete Crew/ Labor General (vi) N/A (vii) N/A (viii) No (ix) Yes (x) N/A Project No. B- 30972 CITY OF MIAMI CAPITAL IMPROVEMENTS PROGRAM SUBCONTRACTOR UTILIZATION FORM Project Title: SW 64 CT Roadway and Drainage Improvements 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 V1/ion ork- Dollar Amount Percent Address/City/State/Zip License Information** Miami-DadeCertification* CBE CSBE N/A Type Number Road Runner Striping Technology !nc Striping 2,789 1 9804 NW 80 Ave Striping, Signs 07BS00834 n I ✓ I I Hialeah Gardens, FL 33016 I I n I Rumbo Draining and Paving inc. Resurfacing 7,890 1 8311 SW 38 ST Miami FL 33155 I I I ,/ I n II II 11 n n 11 i 1 11 I I 11 n 1 1 I I 11 1 i I I LJ 1 1 11 n 11 n 11 11 11 I1 11 II I1 11 * 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 M IA M I•DADE —71 miamidade.gov May 8, 2018 MARIO GONZALEZ MAGGOLC, INC. 11020 SW 55TH STREET IVIIAMI, FL 33165 Approval Date: December 31, 2017 - Small Business Enterprise - Construction (SBE - Cons) Expiration Date: December 31, 2020 Dear MARIO GONZALEZ, Internal Services Department Small Business Development 111 NW 1 Street, 19th Floor Miami, Florida 33128 mian.iclade.gov T 305-375-3111 F 305-375-3160 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 (SBE - Cons). The Small Business Enterprise (SBE) programs are governed by sections 2-8,1.1.1.1; 2-8.1.1.1.2; 2-10.4.01; 10-33.02 of Miami -Dade County's Codes. This Small Business Enterprise - Construction (SBE - Cons) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date, December 31, 2018. 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 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, 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 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 firm's name and tier level will be listed in the directory for all SBE certified firms, which can be accessed through Miami -Dade County's SBD website: htto://www.miamidade.gov/smallbusiness/certification-lists.asp. The categories as listed below affords you the opportunity to bid and participate on contracts with Small Business Enterprise measures. It is strongly recommended that you register your firm as a vendor with Miami -Dade County. To register, you may visit: http://www.miamidade.gov/procurement/vendor-registration.asp. Thank you for your interest in doing business with Miami -Dade County. If you have any questions or concerns, you may contact our office at 305-375-3111 or via email at sbdcert a(�,miamidade.gov. Sincerely, Claudious Thompson, Section Chief Small Business Development CATEGORIES: (Your firm may bid or participate on contracts only under these categories) CSI 321: BASES, BALLASTS, AND PAVING - - ENGINEERING CONTRACTOR — LIC: E-251302 11020 SW 55 ST., MIAMI, FL 33165 PHONE: 786-291-2949 FAX: 786-472-8831 macmolcOyahoo.com c. PROJECTS UNDER CONSTRUCTION (All as a Prime Contractor) Current Workload 1- Civil Works (Roadway, Drainage Projects and Repairs) (Owner: City of North Miami Beach $1,995,850) (Executed 79%) (Completion: September 2018) (305-957-3629- Lera Flowers) 2- Bird Ave Roadway and Drainage Improvements (Owner: City of Miami $1,468,493) (Executed 83 %) (Completion: July 2018) (305-416-1298- Keith Ng) 3- CRA- NW lst ST- NW 2nd ST. Area Roadway Improvements (Owner: City of Florida City $1,601,563.30) (Executed 23 %) (Completion: February 2019) (305) 247-8221 — Rick Stauts Mario Gonzalez Maggolc Inc. /President • nr: DAN:EL J. ALFONSC.), City Manager To Whcrn It May Concern Subject: Reference Letter Name of Bidder: ik,/, g...0 The above referenced Bidder is responding to a Sid that has been issued by the requires that the. Bidder provide written references with their Bid submission. By document, the Bidder is requesting that you provide the following re,ferance info- ppreciate you providing the information rotitiesti=x1 wrti ass 1-1y other „te Name of c-i.,-,i'eriance Proje-Yc: kr9 ..Ru. SCOPe of -work: • /ts Did the Scope involvi-, the construction, installation, repair andior re,placement of a stermwater pump station? Ya3 i - Value of project: 4 06 „ 376 -7- Date Completed: Percentage of physical construction work setf...perfom-ied by Bidder, % Wee project completed on time a within budget: gif Ye.a ri No if no, was the Bidder at fault or contribute; to the. daley(s) or increased cost? El Yee I] if ye.-s, please provide del:eils: pertinent: :`) '74 City of Niiami. The City providing you with this rmaten. The City would information you fool e • • No Comments: (Pr!)(-: el -CA (ell - elt.r I/ 6 ui 1A44 Name of individual completing this foini: 'r,p 1 Date: r / - Signature: r?"1-2i.0-- // Title; —3011 • Teiephone: -4'1C; - "2'100 ("(,{ .(,-.1-cytiPt (rn Sincerely, Annie Perez, CPPO Director Procurement Department Bird Avaawa Roadway Ympravamanta RIB No.: 14.1 429 96 ENGINEERING CONTRACTOR — LIC: E-251302 11020 SW 55 ST., MIAMI, FL 33165 PHONE: 786-291-2949 FAX: 786-472-8831 maqcfolc(ayahoo.com MAGGOLC GOVERMENT REFERENCE LISTING 1) Company Name: Miami Dade County Public Works Department. Address:111 NW 1st ST 14 Floor, Miami, FL 33128 Contact Person: Joaquin Rabassa Telephone # 305-299 9822, 305-989 4943 jra©miamidade.gov 2) Company Name: Miami Dade Park & Recreation Department. Address:275 NW 2nd Street, 4th Floor, Miami, FL 33128 Contact Person: Ruben Teurbe Tolon / Leroy Garcia Telephone # 305 755 5465 rttolon@miamidade.gov 3) Company Name: Office of Community & Economic Development M-D County Address:701 NW 1st CT 14 Floor Miami, FL 33136 Contact Person: Mario Berrios Telephone # 786 469 2112 mberr@miamidade.gov 4) Cornpany Name: Florida Department of Transportation / Pinnacle Consulting Address:1773 NE 205 Street North Miami Beach, FL 33179 Contact Person: Roland Rodriguez Telephone # 305 640 7185 rrodriguez©pinnaclecei.com 5) Company Name: City of Miami Gardens Address: 1050 NW 163 Dr Miami Gardens, FL 33169 Contact Person: Osdel Larrea Telephone # 305-622 8000 Ext. 3107 olarrea@miamigardens-fl.gov 6) Company Name: City of Miami Address:444 SW 2nd Ave, 8 Floor, Miami FL 33130 Contact Person: Fabiola Dubuisson Telephone # 305 416 1755 fdubuisson@miamigov.com 7) Company Name: City of North Miami Address:1815 NE 150 ST, North Miami, FL 33181 Contact Person: Chuks Okereke Telephone # 305 893 6511 cokereke@northmiamifl.gov 8) Company Name: Village of Key Biscayne Address:88 West McIntyre Street, Suite 220 Key Biscayne, FL 33149 Contact Person: Armando Nunez Telephone # 305 365 7574 anunez@keybiscayne.fl.gov 9) Company Name: City of Coral Gables Address:2800 SW 72 Ave Miami, FL 33155 Contact Person: Ernesto Pino Telephone # 305 926 2784 epino©coralgables.com 10) Company Name: City of Miami -Capital Improvement Program Address:444 SW 2nd Ave, 8th Floor, Miami, FL 33130 Contact Person: Maurice Hardie Telephone # 786-229 5463 mhardie@miamigov.com 11) Company Name: Stantec Address: 901 Ponce de Leon Blvd Suite 900 Coral Gables, FL 33134 Contact Person: Sean Compel Telephone # 305-445 2900 Ext. 2230, 786-502 0770 sean.compel©stantec.com 12)Company Name: Village of Pinecrest Address: 10800 Red Road, Pinecrest, FL 33156 Contact Person: Mark Spanioli Telephone # 305-669 6916 mspanioli@pinecrest-fl.gov 13)Company Name: City of Florida City Address: 404 West Palm Dr, Florida City, FL 33034 Contact Person: Richard Stauts Telephone # 305 247 8221 / 305 772 1157 richard.stauts@floridacityfl.gov 14)Company Name: City of South Miami Address: 6130 Sunset Drive South Miami 33143 Contact Person: Aurelio Carmenates, PE Telephone # 305-403 2063 acarmenates@southmiamifl.gov 15)Company Name: City of Miami -Capital Improvement Program Address:444 SW 2nd Ave, 8th Floor, Miami, FL 33130 Contact Person: Robert Fenton Telephone # 786-263-2133 rfenton@miamigov.com 16)Company Name: Miami Dade County Transportation & Public Works Department. Address:111 NW 1st ST 14 Floor, Miami, FL 33128 Contact Person: Mercedes Barreras Telephone # 786-222-9912 barrem6-fWiamidade.gov 17)Company Name: Village of Palmetto Bay - Public Works Department. Address: 9495 SW 180 Street, Palmetto Bay, FL 33157 Contact Person: Danny Casals Telephone # 305-969-5011 dcasals©palmettobay-fl.qov.gov 18)Company Name: City of Doral - Public Works Department. Address: 8300 NW 53 Street Suite 100, Doral FL 33166 Contact Person: Carlos Arroyo Telephone # 305-593-6740 Ext. 6009 carlos.arroyo@cityofdoral.com se �Mk ENGINEERING CONTRACTOR -UC:s-2o/30m 11020Sm55Sz.M|mN\pIL33165 pxowe'7o0-2o1-2o*y FAx:7xs-4rz-8on1 m CONTRACTS PERFORMED BY MAGGO| C INC. 1-Drainage Improvement for NW22CTfrqmNyy187STtoN\yj12GT.($:318,O00)(K8iamA]adoCounty Public Works Dept,, Completed Dec. 2007). (Alberto Estevez 786-256 2627). (esteva@miamidade.gov) 2-Various Park Parking Lot Re -striping &VVhon| Stop Replace. (*24,500)([WiamA]ade Park and Recreation Dept. Completed K4aroh2OO8). (305'5904460) 3-Seal Coat and Re -striping of Station 13/LogiyUoa Parking Area. ($18\008)(K4iami-Oado Fire Rescue Dept, Completed July 2OO8). (786'331 4529) 4-Norman and Jean Reach Park/Foul ball Netting. (325.000) (Miami -Dade Park and Recreation Dept., Completed June 2O88).(305'5Q044O0) 5-Olympic Park Concrete Sidewalk Construction. ($184,000) (Miami -Dade Park and Recreation Oap{, Completed July 2008). (Dan Crawford 305-596 4460) (dc93@miamidade.gov) 6-Dolphin Aruhae|ogicn| Site Concrete Sidewalk Construction., ($114,034) (Miami -Dade Park and Recreation DepL.Completed July 2OO8).(Dan Crawford 3O5-GQ644GO)(doO3@miamidade.gov) 7-CountywddwRepair cfExisting Asphalt Pavement. (Milling & Resurfacing) ($D49'Q9O)(Florida Department of Transportation, Dist. Six, Executed the year 2008 and renewed for to year 2009 and 2010. Completed June 2011).(Janice Corn 3O5-250835A)(Janioe.norn@dmLutato.O.us) 8-Countywide |nbanaaoUonn Improvement, Roadway and Drainage. ($443637) (Miami -Dade County Public Works OepL.Completed Dec. 2008).(Joaquin Rabaaoa3O5'2O0Q822)(jra@miamidedo.guv) 9'0/est Pondne Park Concrete Slabs, Sidewalks and Poured in Place. ($04.000) (Miami -Dade Park and Recreation Dept., Completed January 2009). (305-596 4460) 104Wpet Lbdo River Asphalt Driveways Phase IV-B. ($88,000) (Miami -Dade County Office ofCommunity and Economic Development, Completed January 2OOQ).(Mario Benios78G'40A2112)(mbern@miamkdado.gnv) 11'8n»nbmood Pool Pork Now Asphalt Walkways. ($34,000) (City of Miami Gundenu, Completed April 2009). 12-CountryC|ub of Miami Parcel 1169 & 1188'E New Asphalt Walkways. ($178.000 (Miami -Dade Park and Recreation Dept., Completed July 2009). (Dan Cradord 305-596 4460) (dc93@miamidede.gov) 13'Country Club of Miami Grading, Sbawo,k &Grnenu, (*107,000) (Miami -Dade Park and Recreation Dept., 14'SRQO7(Alton Rd) mdAllison Dr. for Drainage and Retention Improvements. (*i34,OOO)(FDOT.Completed December 2OO8)(Anthony Sabbag305-25OG38O)(anthony.aabbag@dot.eLate.Oun) 15- West Little River Asphalt Driveways Phase IV-D, ($35,000) (Miami -Dade County Office of Community and 16-District 2- Sidewalk Repair Project II ($75,300) (Public Works Dep. City of Miami, Completed March 2010) (Fabiola Dubuisson 305-416 1755 & 305-801 7816) (fdubuisson@miamigov.com) 17-Blue Road Roundabouts Re -Bid ($145,000) (Public Works Dep, City of Coral Gables, Completed March 2010) ( 305-460 5018) (epino@coralgables.com) 18-Harbor Drive Lighting and Resurfacing Improvement ($270,000) (Public Works Dep. Village of Key Biscayne April 2010) (786-255 6765) (anunez@keybiscayne,fl.gov) 19-District 1- Sidewalk Repair Project II ($95,990) (Public Works Dep. City of Miami, Completed September 2010) (Fabiola Dubuisson 305-416 1755 & 305-801 7816) (fdubuisson@miamigov.com) 20-Golden Shore Park Pavers Sidewalk ($23,895.00) (Public Works Dep. City of Sunny Isles Beach, November 2010) ( 305-947 0606) (gbatista@sibfl.net) 21-AD Barnes Park Asphalt Walkways ($86,615.00) (Miami -Dade Park and Recreation Dept., Completed December 2010) (305-755 7985) (rttoion@miamidade.gov) 22-Installation of Sidewalks and Ramps along NE 12 Ave ($123,750.00) (Public Works Dep. City of North Miami, Completed December 2010) (Gerardo Hernandez 305-893 6511) (ghernandez@northmiamifl.gov) 23-Intersection Realignment SW 139 Terr & SW 140 Dr. and East Guava Street One Way Street Conversion ($36,775) (Public Works Dep., Village of Palmetto Bay, Completed December 2010) (305-969 5011) (dcasals@palmettobay-fl.gov) 24-District #3 Citywide ADA Sidewalk Improvements, ($107,414) (Public Works Dep. City of Miami, Completed February 2011) (Fabiola Dubuisson 305 416 1755 & 305-801 7816) (fdubuisson@rniam€gov.com) 25- District #1 Citywide ADA Sidewalk Improvements, ($155,523) (Public Works Dep. City of Miami, Completed May 2011) (Fabiola Dubuisson 305 416 1755 & 305-801 7816) (fdubuisson@miamigov.com) 26- MIA Building 3050 Parking Lot Drainage & Asphalt Improvement ($103,000) (Aviation Department Miami - Dade County, Completed May 2011) (Greg Tel 305-876 8444) (gtal@mikegconst.com) 27- MIA- NW 67 Ave & NW 36 Street Intersection Improvements ($65,000), (concrete works) (Aviation Department Miami Dade County, Complete July 2011) (John Peterson 305-622 8000) (jpet@mikegconst.com) 28- District #4 Citywide ADA Sidewalk Improvements, ($149,397) (Public Works Dep, City of Miami, Completed October 2011) (Fabiola Dubuisson 305-416 1755 & 305-801 7816) (fdubuisson@miamigov.com) 29- Tamiami Canal Miccosukee Linear Park, Tamiami Trail and SW 122 Ave. ($87,703) (Miami Dade Park & Recreation Department, Completed October 2011) (Ruben Teurbe Tolon 786-586 8360) (rttolon@m lam idade.gov) 30- SW 19 Terrace Roadway and Drainage Improvements ($184,585) (City of Miami, Capital Improvements Department, Completed October 2011) (Maurice Hardie 786-229 5463) (mhardie@miamigov.com) 31- SR 909 (Alton Road) at West 52 Street Drainage Improvement ($138,000) (Florida Department of Transportation, Completed December 2011) (Roland Rodriguez 305-345 0696) (rodriguez@pinnaclecei.com) 32- Suncrest Drive & Moss Ranch Road Stormwater Improvements ($ 110,000) (Village of Pinecrest, Public Works Dep., Completed December 2011) (Daniel Moretti 305-669 6916) (moretti@pinecrest-fl.gov) 33- Long Key State Park Roadway Improvements ($149,230) (Florida Department of Environmental Protection, Completed February 2012) (Fred Hand 850-488 6322) (Fred.Hand@depstate.fl.us) 60 34- District #2 Citywide ADA Sidewalk Improvements, ($105,303) (Public Works Dep. City of Miami, Completed February 2012) (Fabiola Dubuisson 305-416 1755 & 305-801 7816) (fdubuisson@miamigov.com) 35- SW 64 Street Corridor Improvement, ($60,000) (Public Works Dep. City of South Miami, Completed February 2012) (Keith A. Ng 305-403 2072) (kng@southmiamifl.gov) 36- Long Key State Park Campground Entrance Modification ($49,450) (Florida Department of Environmental Protection, Completed July 2012) (Fred Hand 850-488 6322) (Fred.Hand@dep.state.fl.us) 37- FDOT LAP Roadway Improvements Project ($117,371) (Public Works Dep. City of Sweetwater, Completed July 2012) (Eric Gomez 305-553 5457) (egomez.egsc@att.net) 38- SR 94/SW 88 ST/ Kendall Dr, at SW 142 Ave ($134,843) (Florida Department of Transportation, Completed October 2012) (Roland Rodriguez 305-345 0696) (rrodriguez@pinnaciecei.com) 39- Phase IV Drainage Improvement Project ($143,830) (Village of Palmetto Bay, Completed November 2012) (Danny Casals 305-969 5091) (dcasais@palmettobay-fl.gov) 40- Killian Park Road Stormwater Improvement ($218,142) (Village of Pinecrest, Completed December 2012) (Daniel Moretti 305-669 6916) (rnoretti@pnecrest-fl.gov) 41- Progress Rd. Roadway and Drainage Improvements ($105,522) (City of South Miami, Completed January 2013) (Jorge Vera 305-403 2072) (jvera@southmiamifhgov) 42- ARRA Municipalities Group B: City of Miami Gardens Bus Shelters ($894,000) (Miami Dade Transit, Completed March 2013) (Javier Salmon 786-473 4710) (jsalmon@miamidade.gov) 43- 1-195/ Julia Tuttle from SR 5/ Biscayne Blvd to SR 907/ Alton Rd - Bike Path / Trail ($121,520) (Florida Department of Transportation, Completed March 2013) (Roland Rodriguez 305-345 0696) (rrodriguez@pinnaciecei.com) 44- NW 8th ST & NW 14 CT Roadway and Drainage Improvements ($425,895) (City of Miami, Completed May 2013) (Robert Fenton 786-263-2133) (rfenton@miamigov.com) 45- Friedland Manor Drainage Improvements ($406,567) (City of Florida City, Completed June 2013) (Sean Compel 786-502-0770) (sean.compel@stantec.com) 46- SR 9 (NW 27 Ave), From NW 79 ST to NW 84 ST Roadway Improvements ($119,000) (Florida Department of Transportation, Completed July 2013) (Roland Rodriguez 305-345 0696) (rrodriguez@pinnaciecei.com) 47- Sidewalk Improvements along SR AlA/ Collins Ave @ SR 826/ NW 63 ST. ($205,521) (Florida Department of Transportation, Completed October 2013) (Roland Rodriguez 305-345 0696) (rrodriguez@pinnaciecei.com) 48- Doral Trolley Route 3 Infrastructure Improvements. ($114,210) (City of Doral, Completed November 2013) (Rudy de la Torre 786-236-5912) (rudy,delatorre@cityofdoral.com) 49- Doral Trolley Infrastructure Improvements Citywide. ($217,349) (City of Doral, Completed December 2013) (Rudy de is Torre 786-236-5912)(rudy.delatorre@cityofdoral.com) 50- Wild Lime Park Parking Expansion and Concrete Walkway. ($201,442) (Miami Dade Park & Recreation Department, Completed January 2014) (Leroy Garcia 786-210-5937) (garcial@miamidade.gov) 51- Biscayne Island Drainage Improvements ($735,559). (City of Miami, Completed March 2014) (Valentine Onuigbo 786-447-9817) (vonuigbo@miamigov,com) 52- Beacom Project Area Improvements -Phase I ($767,132) (City of Miami, Completed March 2014) (Robert Fenton 786-263-2133) (rfenton@miamigov.com) 6,1 53- Sunset Drive Downtown Median. (84,663) (City of South Miami, Completed October 2014) (Ricardo Ayala 305-403-2072) (rayala@southmiamifl,gov) 54- NW 11 ST from 27 Ave to 37 Ave. Area Roadway Improvements. ($188,874) (City of Miami, Completed October 2014) (Valentine Onuigbo 786-447-9817) (vonuigbo@miamigov.com) 55- Districtwide Minor Asphalt Repair. ($250,000) (FDOT, District 6, Completed December 2014) (John Garzia 305-640-7177) (john.garzia@dot.state.fl.us) 56- Multiple Parks - ADA Improvements ($336,741.68) (Miami Dade Park & Recreation Department, Completed January 2015) (Leopoldo Aybar 786-201-2422) (aybar@miamidade.gov) 57- NW 18 PL Road and Drainage Improvements ($473,087.20) (City of Miami, Completed March 2015) (Robert Fenton 786-263-2133) (rfenton@miamigov.com) 58- Lummus Park Landing ($222,612.91) (City of Miami, Completed May 2015) (David Adato 305-416 1899 / 786-376 4391) (dadato@miamigov.com) 59- Beacom Project Area Improvements- Phase 11 ($818,978.96) (City of Miami, Completed July 2015) (Robert Fenton 786-263-2133) (rfenton@miamigov.com) 60- Drainage Improvements 13000 SW 60 Street ($112,080) (Village of Pinecrest, Completed October 2015) (Mark Spanioli 305-669-6916) (mspanioli@pinecrest-fl.gov) 61- Sub -Basin 10 (SW 88 Ave) Paving and Drainage Improvements ($922,633.25) (Village of Palmetto Bay, Completed November 2015) (Danny Casals 305-969-5091) (dcasals@palmettobay-fl.gov) 62- Drainage and Road Improvements Project Multiple Sites #20140165 ($383,237) (Public Works Miami - Dade County, Completed November 2015) (Pedro Marsan 305-281-9062) (marsan@miamidade.gov) 63- Twin Lakes Drainage and Roadway Construction Area 1 & 2 ($345,975) (City of South Miami, Completed April 2016) (Ricardo Ayala 305-403-2072) (rayala@southmiamifl.gov) 64- Drainage and Road Improvements Project Multiple Sites #20140177 ($755,761) (Public Works Miami - Dade County, Completed May 2016) (Alfonso Duarte 305-409-8224) (aduarte& miamidade.gov) 65- Metrorail Bike Path Improvements (M-Path) ($870,888) (Miami Dade Transit, Completed May 2016) (George Maldonado 786-473-4369) (girn( miamidade.gov) 66- Sidewalk Improvements Multiple Sites ($214,549) (Miami Dade County Transportation and Public Works Department, Completed July 2016) (George Coppolecchia 305-297-0795) (copp(miamidade.dov) 67- Busway Pedestrian Access Improv. -20140140 ($266,345) (Miami Dade County Transportation and Public Works Department, Completed August 2016) (George Coppolecchia 305-297-0795) (coppmiamidade.gov) 68- Busway Pedestrian Access Improv. -20150047 ($417,284) (Miami Dade County Transportation and Public Works Department, Completed November 2016) (George Coppolecchia 305-297-0795) (copp(0 miamidade.gov) 69- Subbasin F-1 Drainage Improvements ($632,993) (City of Doral, Public Works Department, Completed March 2017) (Carlos Arroyo 305-593-6740 Ext.6009) (carlos.arroyo(@citvofdoral.com) 70- SW 74 Terr Roadway & Drainage Improvements Project ($139,882) (City of South Miami, Completed April 2017) (Aurelio Carmenates 305-403-2072) (acarmenates@southmiamifl.gov) 71- 32' Traffic Circle Project ($221,527) (City of North Miami, Completed April 2017) (Chuks Okereke 305-893- 6511 Ext.15002) (cokereke cr northmiamifl.gtov) 72- Subbasin H-8 Drainage Improvements ($968,585) (City of Doral, Public Works Department, Completed August 2017) (Carlos Arroyo 305-593-6740 Ext.6009) (carlos.arroya@ cityofdoral.com ATE iOF FLORi DEPARTMENT OF BUSINESS AND PROFESSION. REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 GONZALEZ, MARIO H MAGGOLC INC 11020 SW 55TH STREET MIAMI FL 33165 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.myfloridalicense.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 LICENSE NU BE RG291103844 (850) 487-1395 STATE OF FLORIDA DEPARTMENT""OF BUSINESS AND PROFESSIONAL REGULATION RG291103844 - 'ISSUED: �-`06/14/2017 REGISTERED GENERAL CONTRACTOR GONZALEZ, MARIO H MAGGOLC INC (INDIVIDUAL MUST MEETALL:LOCAL LICENSING REQUIREMENTS PRIOR - TO CONTRACTING, NANY AREA) WAS REL1.ISTERED under.tha- provisions ,of"Ch-:489 FS. ill E.'raAUG 39 s. Lt70814C000504 iation tlte ... 20t2 � . - DETACH HERE MATILDE MILLER, INTERIM SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION. CONSTRUCTION INDUSTRY LICENSING BOARD The GENERAL CONTRACTOR Named below HAS REGISTERED Under the provisions of Chapter 489 FS. Expiration date: AUG 31,.2019 (INDIVIDUAL MUST MEET ALL LOCAL LICENSING REQUIREMENTS PRIIOR TO CONTRACTING IN ANY AREA) GONZALEZ, MARIO H MAGGOLC INC 11020 SW 55TH STREET MIAMI FL 33165 ISSUED. 06/1412017 DISPLAY AS REQUIRED BY LAW SEQ # L1706140000504 (4 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 GONZALEZ, MARIO H MAGGOLC INC 11020 SW 55TH STREET MIAMI FL 33165 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.myfforidaficense.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 CUC1 224888 (850) 487-1395 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CU01224888 . ISSUED: ` 06/30/2016 CERT UNDERGROUND & EXCA`J CNTR GONZALEZ, MARIO H MAGGOLC INC IS CERTIFIED under the provisions of Ch.489 FS. Erpireiion date Aug, 31 2013 LIEC£:ur:C01G71 DETACH HERE KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD The UNDERGROUND UTILITY & EXCAVATION CO Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2018 GONZALEZ, MARIO H MAGGOLC INC 11020 SW 55TH STREET MIAMI FL 33165 cci icn- nc,-in,'r i PIICDI AV AC OM-31 rIO l Ftv I MA/ CPr1 A I ihnAlnnnnin7t GON Is ce 009355 CT B Construction Trades ualifying Bcard BUSINESS CERTIFICATE OF COMPETENCY E251 302 MAGGOLC INC D.B.A.: Z ►uMARIO ider the provisions Local Easiness Tax Receipt .. Miami —Dade County,�lState of Florida IS MiS NV A SILL - 00 NCT .PAY 5 E84064 eusfNEES N.AMEJL OCAI CN MAGGOLC INC 1 1 020 SW 55 ST MIAMI FL 33155 OrNNcit MAGGOLC INC ljUcrker(s) F CEI?T NO. RENEW] '�' 2'0s4a7 EXPIRES SEPTEMBER 30_,2 Murk uu dispistied at _ lee. of i4uSieeat., Pers ran. tc, Co,,nw Code Chapter 8A-Art .0 �f'c SEC. TYPE OR aUSiNrnss 196 SPECIALTY ENGINEERING CONTRACTPAYC RECEIVW E251302Y TAX COLLECTOR $75.00 07/15/2017 CREDITCARD-17--047890 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must ba displayed an al; commercial vehicles -Miami -Dada Code Sec 8a-2,6. For Torn Information, visit•www.mianiidade.novitaxcollocto; CT B Construction Trads Jalifying Board USINESS CERTIFICATE OF COMPETENCY 07BS00834 RUNNER STRIPING TECNCLOGIES INC R IZ J NITFER Is certified under he provision 0078 :Oars-tn.:S.3W El=reafy ct Bowl QUA) 'FONG TRADE(S) PAINTING ,ri.•-:•-• • iami-Dade Cou vv.ovivaar4S.M....cer,1 MIAMI-DADE COUNTY, FLORIDA BOARD OF COUNTY COMMISSIONERS CARLOS A. GIMENEZ, MAYOR ESTEBAN L. BOVO, Jr., CHAIRPERSON BARBARA J. JORDAN JEAN MONESTIME • AUDREY M. EDMONSON SALLY A. HEYMAN BRUNO A. BARREIRO REBECA SOSA XAVIER L. SUAREZ DANIELLA LEVINE CAVA DENNIS C. MOSS JAVIER D. SOUTO JOE A. MARTINEZ JOSE "PEPE" DIAZ INSTALLATION OF 8-INCH D.I. WATER MAIN IN SW 64th COURT FROM SW 8th STREET TO SW 6th STREET PCTS No. 14706 PROJECT ER No. W017009 CITY OF MIAMI J.P.A. PROJECT No. B-30972 BID SET (C.JPA) 14184240 MIAMI-DARE WATER AND SEWER DEPARTMENT PREPARED BY: KEVIN T. LYNSKEY, DIRECTOR A&P Consulting Transportation Engineers Corp. TABLE OF CONTENTS INSTALLATION OF 8-INCH D.I. WATER MAIN IN SW 64th COURT FROM SW 8th STREET TO SW 6th STREET PCTS No. 14706 PROJECT ER No. W017009 No. of Pages TABLE OF CONTENTS 3 QUOTATION 3 plus 1A thru 1H TECHNICAL SPECIFICATIONS 121 Section Page No. 1.00 Scope 1 1.01 Minimum Requirements of the Bidder 1 1.02 General 3 2.00 Plans by the Department 4 3.00 Sequence of Construction and General Information 4 3.01 Preconstruction Conference 10 3.02 Project Signs 11 3.03 Project Permits 11 3.04 Construction Photographs 12 3.05 Hurricane Preparedness 13 3.06 Safety Requirements 13 3.07 Site Conditions 15 4.00 Materials and Equipment Furnished by Department 18 4.01 Water Used in Construction 18 5.00 Materials and Equipment Furnished by Contractor 20 5.00.1 Shop Drawings 22 5.00.2 Project Record Documents 24 5.00,3 Project Scheduling 30 5.01 Castings 35 5.02 Concrete, Mortar and Grout 36 5.03 Fire Hydrants 39 5.04.1 Pipe and Fittings - Ductile Iron 40 5.04.2 Pipe and Fittings - High Density Polyethylene (HOPE) for Use in Potable Water Services 2-inch Nominal Diameter and Less 51 5.04.3 Pipe and Fittings - Poly (Vinyl Chloride) (PVC) for ARVs and FVOs 52 5.05 Rockbed and Bedding Material 52 5.06.1 Steel - Reinforcing 53 5.06.2 Steel - Sheet Piling 53 5.07 Valves - General 54 5.07.1 Valves - Air Release Valves (Manual) and Flushing Valve Outlets 54 5.07.2 Valves - Butterfly Valves Not Used 5.07.3 Valves - Resilient Seated Gate Valves 55 5.07.4 Valves - Tapping Sleeve and Valve 58 5.08 Miscellaneous Materials 60 6.00 Construction Methods 61 6.00.1 Use of Public Streets 65 6.00.2 Care of Trees, Shrubs and Grass 65 6.00,3 Protection of Existing Utilities, Structures and Other Facilities 66 6.00.4 Relocation of Existing Utilities 67 6.00.5 Maintenance of Traffic Control 68 6.00.6 Demolition and Modification 69 ER W017009 TABLE OF CONTENTS Page 1 of 3 (C) 2017.11.00 BID SET TABLE OF CONTENTS INSTALLATION OF 8-INCH D.I. WATER MAIN IN SW 64th COURT FROM SW 8th STREET TO SW 6th STREET PCTS No. 14706 PROJECT ER No. W017009 Section Page No, 6.01 Excavation 71 6.02 Trench Stabilization 73 6.03 Sheeting and Shoring 73 6.04 Movable Shield (Mule) 74 6.05 Trench Overcut 74 6.06 Removal of Water 74 6.06.1 Alternate Method of Construction 75 6.06.2 Commercial Divers 76 6.07 Pipe Bedding - Pressure Pipe 78 6.08 installation of Pipe and Fittings 79 6.08.1 Installation of Ductile Iron Pipe 80 6.09 installation of Valves 83 6.10 Installation of Tapping Sleeve and Valve 83 6.11 Installation of Fire Hydrants 84 6.12 Installation of Water Services 85 6.12.1 Connection to Customer's Existing Water Service Pipe 87 6.13 Connections to Existing System 89 6.14 Compacted Backfill 90 6.15 Cleaning, Testing and Disinfecting 93 6.16 Structural Work 96 6.17 Pavement Removal and Replacement 96 6.18 Pavement Markings 102 6.19 Concrete Driveway, Sidewalk, and Curb and Gutter Removal and Replacement 104 6.20 Landscaping 106 7.00 Cleaning Up Site 107 8.00 Measurement and Payment 108 ATTACHMENTS Section No. of Pages 03300 Cast -in -Place Concrete, Reinforcing and Formwork 17 ER W017009 (continued next page) TABLE OF CONTENTS Page 2 of 3 (C)2017.11.08 BID SET TABLE OF CONTENTS INSTALLATION OF 8-INCH D.I. WATER MAIN IN SW 64th COURT FROM SW 8th STREET TO SW 6th STREET PCTS No. 14706 PROJECT ER No. W017009 APPENDICES Appendix A Appendix B Appendix C Appendix D Appendix E Appendix F Appendix G Appendix H Appendix I Appendix J Appendix K Appendix L Appendix M Appendix N Appendix 0 ER W017009 No. of Pages Miami Dade County Department of Regulatory and Economic Resources - Notice to All Contractors 1 Miami -Dade Water and Sewer Department Standard Details 37 Miami -Dade Water and Sewer Department WASD ID Card Security Procedures Non-WASD Employees Not Used Miami -Dade County Bid Protest Procedures Not Used Quarterly Reports 2 Prosecution of False or Fraudulent Claims: Resolution R-99-152 13 Miami -Dade Water and Sewer Department General Covenants and Conditions 39 Miami -Dade Water and Sewer Department Safety Unit Construction Safety and Health Policy 4 Miami -Dade Water and Sewer Department Electronic Payment Program Automatic Clearing House (ACH) Instructions and ACH Form 3 Miami -Dade Water and Sewer Department Document Control Services Transmittal Form 1 Miami -Dade Water and Sewer Department "Notice" Door Hanger 1 Approved Plans 14 - Miami -Dade Water and Sewer Department - City of Miami Fire Department - Miami -Dade County Department of Regulatory and Economic Resources - Environmental Plan Review - State of Florida Department of Environmental Protection by Florida Department of Health In Miami -Dade County State of Florida Department of Environmental Protection By Department of Health in Miami -Dade County 11 - Notice of Intent to Use the General Permit for Construction of Water Main Extensions for PWSs - Notification of Acceptance of Use of a General Permit State of Florida Department of Transportation (FDOT) Utility Permit 23 Geotechnical Report 16 END OF TABLE OF CONTENTS TABLE OF CONTENTS Page3of3 (c) 2017-11-oe BID SET QUOTATION INSTALLATION OF 8-INCH D.I. WATER MAIN IN SW 64th COURT FROM SW 8th STREET TO SW Gth STREET PCTS No. 14706 PROJECT ER No. W017009 Dated Board of County Commissioners Miami -Dade County, Florida Honorable Members: 9// s 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 in 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 ER W017009 Please fill in number of last addendum received. (If none, so state.) QUOTATION (C.JPA) 2010.01.26 Page 1 of 3 BID SET QUOTATION INSTALLATION OF 8-INCH D.I. WATER MAIN IN SW 64th COURT FROM SW 8th STREET TO SW 6th STREET PCTS No. 14706 PROJECT ER No. W017009 Item Estimated No. Quantity 1. Aggregate Sum (Divided into 2or4 payments, See Sect. 8.00 Measurement . and Payment for Conditions) 2. 640 Linear Feet 640 Linear Feet 4. 9 Linear Feet 5. 9 Linear Feet ER W017009 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 Dollars and Total Cents $ 5 ac0. For selling and delivering to the Department 8-inch ductile iron pipe, fittings and valves for water main, the price per linear foot of fLA; t1`r'' Dollars and Cents ($ Gj /LF) $ t ' . For installing 8-inch ductile iron pipe, fittings and valves forwatermain, the price per linear foot of (7 Dollars and Cents ($_ C . L)1=' /LF) $ For selling and delivering to the Department 6-inch ductile iron pipe, fittings and valves for water main, the price per linear foot of •e ;'l Dollars and Cents ($ � . /LF) $ For installing 6-inch ductile iron pipe, fittings and valves for water main, the price per linear foot of Dollars and Cents ($ G /LF) $ QUOTATION Page 1Aof3 (C) 2O17.11.08 BID SET QUOTATION |NSTALLAT{}NOF8-|NCHD1WATER MAIN |NSVV64thCOURT FROM SVV8thSTREET TOSVVGthSTREET PCTSNo. 147OG PROJECT ERNo. VVO17D80 Item Estimated No Quant|ty Description G. 1 For making tapping connection b`existing water main at: Each including furnishing and installing tapping sleeve and tapping valve, and cutting and capping existing main, os ohnvvn on the P|eno, oomp|oto, the price each of L� 9L�xDo'o'oand 7. 1 For making out-inconnection hoexisting water main at: Each SVV64[t.and SVVGSt. (STA1U+44±) Total cr_e) including furnishing and installing all fittings necessary forconneobon/s\. as shown on the Plans, complete, the phmo each of Dollars and �~�� -- / Cents / `-`-' /EA\ � / ' ` / ��` / ' - 8. 2 For making cut -in onnnootion(a)hoexisting water ma|nhs\ Each at SVV64Ctand Alley north ofSVV8St. (STA11+85±) including furnishing and installing all fittings necessary pricefor connection(s), as shown on the Plans, complete, the each of Dollars and �� �� ,{�O 8. 1 For selling and delivering to the Department fire hydrant Each assemblies with guard posts, complete, the price each ' �� ER W0`17009 ,of n"xn,"n"a - ��.J-'^-& Cents /$ _-7 /_L P/~Y _ /EA) $ QUOTATmw o Page 1Bf3 (G) ZOpwo BID SET QUOTATION INSTALLATION OFO-INCHDJ.WATER MAIN |NSVV64thCOURT FROM SVV8thSTREET TOSVVGthSTREET PCTS No. 14706 PROJECT ERNo. VVU17OO9 Item Estimated No. Quantity Description 10. 1 For installing fire hydrant assemblies with guard posts, Each complete, the price each of Dollars and Total orc d,C) ������ �Ly�� Cen�a(� �/ ' /EA) � "�~~-' ~ 11. G For furnishing and installing 1-inch single service short. Each inc|udinq reconnection of customer's service pipe and meter.transfer, complete, the price each of .�� (//\_�+� / �\�}tA�, f�.�'�� / » / °�^ ` - Dollars and cre �� -e_~^+� / - - _9 rJ 12. 10 For furnishing and installing 1-inch single sanioo |onq, Each includinq reconnection of customer's service pipe and meter transfer, leheof 1J,L+ ^ .Dollars and ��X-A-10 Cents (�. . / ��{^�^�'~"EA) � \ 'P ' ~- `-/ _ . ' . - / 13. 1 For furnishing and installing 1-inch dual service ahort. Each complete, the price each of (Contingent Item) / /L»v_ / L�{7~�\ �~e�~-~-�� y c� ' 7 Dollars and -�0 ���� i ,-�f� 14. 2 For constructing Air Release Valve Assemblies kARVa\ Each for water mains at the locations shown on the Plans, 'p-�,-...~ _.~./.^- ^�-.�..---�_� \^v/m/�V�/u �ox/p°,", u //m ` item) Dollars and ER WO 17009 QUOTATION Page 1Cof3 wm,n,.w BID SET QUOTATION INSTALLATION OF 8-INCH D.I. WATER MAIN IN SW 64th COURT FROM SW 8th STREET TO SW 6th STREET PCTS No. 14706 PROJECT ER No. W017009 Item Estimated No. Quantity Description 15. 649 For furnishing and installing V-Bio polyethylene Linear Feet encasement for any size ductile iron pipe, fitting, or (Contingent valve, if ordered by the Engineer, the price per linear foot Item) of Dollars and c e Cents ($ /LF) $ 1 Total 16. 100 For trench overcut in 1-foot depth increments, for any Linear Feet size pipe, the price per linear foot of (Contingent Item) Dollars and Cents ($ /LF) $ 4 17. 100 Square Feet (Contingent Item) For sheeting and shoring ordered left in place by the Engineer, the price per square foot of Dollars and Cents ($ /SF) $ 3cd 18. 60 - 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) L 1 tJ Dollars and Cents ($ �•are /CY) $ 19. 70 For furnishing and installing additional suitable backfill Cubic Yards material, as directed by the Engineer, the price per cubic (Contingent yard of Item) ER W017009 CP.r V`e.—' Dollars and -^`-15 Cents ($ QUOTATION Page 1D of 3 /CY) $ 3u 5-7 (C) 2017.11.08 BID SET { QUOTATION INSTALLATION OF8-INCHD1WATER MAIN )NSVV64thCOURT FROM SVVGthSTREET TOGVVSthSTREET PCTSNo. 147UG PROJECT ERNo. VVO17U08 Item Estimated No, Quantity Description Total 20. 39 For constructing Umanuokbase for Type "|("permanent Square pavement repairs, price per square yard of Yards ~_`_ \~O-*z - Dollars and I c»�� CV-0�Z �/� �� �/1 21. 47 For constructing Tvo» "U" asphaltic concrete surface Square course permanent pavement repairs, the price per Yards square yard of 22. 254 Square Yards L/ Dollars and Cents($ 7—/ ' For constructing |imerockbase for Type "M"permanent pavement repairs, the price per square yard of Dollars and -:i-1- Cenhs($ le ~ ~— /SY) $ 23. 324 For constructing Type "K8" asphaltic concrete surface Square course permanent pavement napaim, the price per Yards square yard of ?�- Dollars and Canbs/$ \ / ` /SYl $ 24. 385 For cold milling FDOT roadway Surface course for Square permanent pavement repairs (nominal 1-1/2 inch thick) Yards (area asshown nnP|ano).the price per square yard of (Contingent ` Item) DnUom and � ~~ QUOTATION Page 1E of 3 (C)nn7-1'-08 BID SET Item No. 25. QUOTATION INSTALLATION OF 8-INCH D.I. WATER MAIN IN SW 64th COURT FROM SW 8th STREET TO SW 6th STREET PCTS No. 14706 PROJECT ER No. W017009 Estimated Quantity 385 Square Yards (Contingent Item) 26. Aggregate Sum Description For constructing Type "V" permanent pavement repairs for FDOT roadway (nominal 1-1/2 inch thick machine - laid asphaltic concrete wearing surface overlay Friction Course 9.5 with rubber), (area as shown on Plans), the price per square yard of Cents ($ Dollars and Total ISY) $ For replacing pavement markings damaged, removed or obliterated by the Contractor's operation, the aggregate sum of ( (J d ^( fFr' Dollars and 27. 675 Square Feet (Contingent Item) 28. 0.5 Cubic Yards (Contingent Item) Cents For constructing concrete sidewalk restoration to match existing, the price per square foot of Cents ($ Dollars and cre /SF) $ For constructing 8-inch reinforced concrete protective slab, per Standard Detail GS 1.2, in areas of low ground cover, as ordered by the Engineer, the price per cubic yard of V � Dollars and a2� Cents ($ ( �- /CY) 29. Aggregate For furnishing traffic control, the aggregate sum of Sum oilers and E 30. SUBTOTAL The SUM of Item Nos. 1 through 29 ER W017009 QUOTATION Page 1Fof3 Cents 0-0 5-6 (C) 2017-11.08 BID SET QUOTATION INSTALLATION OF 8-INCH D.I. WATER MAIN IN SW 64th COURT FROM SW 8th STREET TO SW 6th STREET PCTS No. 14706 PROJECT ER No. W017009 Item Estimated No. Quantity Description Total 31. Dedicated For providing uniformed, off -duty police officers for the Allowance purpose of maintenance of traffic, the aggregate sum of Four Thousand Four Hundred Dollars and Zero Cents $ 4,400.00 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. 30, (.03) x (Subtotal, Item No. 30) Dollars and .5—c Cents $ 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. 30, (.10) x (Subtotal, Item No. 30) ', ""'"` I C I Dollars and 34. TOTAL BID The SUM of Item Nos. 30, 31, 32 and 33 Cents $ Note: For a detailed description of each Proposal Item refer to Section 8.00 "Measurement and Payment" of the Specifications. ER W017009 QUOTATION (C) 2017-11-08 Page 1G of 3 BID SET 600L 1-0AA HB A. B. C. D. "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) Units of Measure (LF, SY) Unit (Quantity) g_o Unit Cost Extended Cost TOTAL $ z 1) 0 -n --i 5 Cf) 0 Z cnI -n —1r,° 73 • C m 0 M > > --j 0OmO cn z m z 0 (i) < CD (1) co _, o .4, co st 0 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 Two Hundred Seventy (270) Consecutive Calendar Days including delivery time for materials and equipment. For the purpose of reimbursing the County for 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 W017009 QUOTATION Page 2 of 3 (C•JPA) 2018.01-28 BID SET WHEN THE CONTRACTOR |SACORPORATION: By: (Corporate Seal) By: ignature of Secretary Print or type name Organized under the laws of the State of Print or type name Official Title ��� Co(pona�x�Ado�eoo `�— �~ Corporation Telephone . and authorized by the law to make this quote and pehbnn all amrk and furnish mob:ha]s 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 tod000inits behalf. ER W017009 QUOTATION (C�Jwv201mn-2^ Page 3of3 BID SET '