Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
12
• • laml CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM THE CITY OF PLEASANT LIVING To: The Honorable Mayor & Members of the City Commission FROM: Steven Alexander, City Manager Agenda Item No.: J DATE: July 15, 2014 SUBJECT: A resolution authorizing the City Manager to negotiate and enter into a contract with Maggolc, Inc. for a total expenditure not to exceed $100,813 for the Sunset Drive Median Project. BACKGROUND: A Request for Proposal (RFP) was publicly advertised to perform the construction of a landscaped median on Sunset Drive between SW 5ih Court and SW 58 th Avenue. The scope of work for this project includes curbing, new signage, pavement marking and striping, tree planting, sodding, and irrigation, milling and resurfacing. AMOUNT: ACCOUNT: Six (6) interested vendors submitted bids, as shown below: Maggolc, Inc. R P Utility & Excavation Corp Sanchez Arango JVA Engineering Construction, Inc. Square Construction Management Group, LLC A.G. Andale Group Amount not to exceed $100,813 $87,663.00 $92,279.81 $98,800.00 $118,000.00 $120,880.00 $136,379.21 The expenditure shall be charged to the Local Option Gas Tax Fund account number 112-1730-541-6210 which has a balance of $176,118.54 before th is req uest was made and/or charged to the People's Transportation Plan account number 124-1730-541-6490, which has a balance of $821 ,675.724, before this request was made. ATTACHMENTS: Resolution Bid Opening Report Proposal 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 RESOLUTION NO.: _____ _ A Resolution authorizing the City Manager to negotiate and enter into a contract with Maggolc, Inc. for a total expenditure not to exceed $100,813 for the Sunset Drive Median Project. WHEREAS, the Mayor and City Commission wish to provide infrastructure improvements along Sunset Drive / SW 72 Street, between SW 58 th Avenue and SW 5ih Court; and WHEREAS, pursuant to the competitive selection process, it was determined that Maggolc, Inc. submitted a proposal in the amount of $87,663 that was the most comprehensive and cost effective in its construction approach; and WHEREAS, the City desires to provide a 15% contingency of $13,150, over the proposal amount for unknown factors that may arise during the work, for an amount of not to exceed $100,813; and WHEREAS, the total expenditure, including the contingency amount, is not to exceed $100,813; and WHEREAS, the Mayor and City Commission desire to authorize the City Manager to enter into a contract with Maggolc, Inc., Inc for the Sunset Drive Median project for a total amount not to exceed $100,813. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1: The City Manager is authorized to negotiate terms and conditions and to execute a contract with Maggolc, Inc, Inc for the Sunset Drive Median project for an amount not to exceed $87,663 and he is authorized to expend up to $13,150 for unforeseen conditions. A copy of the base contract is attached. Section 2: The expenditure shall be charged to the Local Option Gas Tax Trust Fund account number 112-1730-541-6210 which has a balance of $176,118.54, before this request was made, and/or charged to the People's Transportation Plan account number 124-1730-541-6490, which has a balance of $821,675.724, before this request was made Section 3: If any section clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining portions of this resolution. Section 4. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this ___ day of ______ , 2014. ATTEST: CITY CLERK READ AND APPROVED AS TO FORM LANGUAGE, LEGALITY AND EXECUTION THEREOF CITY ATTORNEY APPROVED: MAYOR COMMISSION VOTE: Mayor Stoddard Vice Mayor Harris Commissioner Welsh Commissioner Liebman Commissioner Edmond BID OPENING REPORT Bjds were opened on: Thursday, July 3,2014 after: 10:00am For: RFP#~ 2014-05 -Sunset Drive Downtown Median COMPANIES THAT SUBMITTED PROPOSALS: AMOUNT: .-------._-- 1. A. G. ANDALE GROUP ff: I;; ~ :J 'J 9, ;;1 2. B SQUARE CONSTRUCTION -r I ,20. ~fr'O _'" 3. JVA ENGINEERING / IR~ /)01/ ~o 4. MAGGOLC INC x7 t66~ CI~ 5 R P UTILITY & EXCA V ATION CORP 9;;<~ /) 7 9. ~1 6. SANCHEZ ARANGO q;:: >?-o& (J;O ,. f THE ABOVE BIDS HA VE NOT BEEN CHECKED. THE BIDS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED. Witness: Signature · " lam; CiTY OF SOUTH MIAMI Sunset Drive Downtown Median From SW 57th Court to SW 58th Avenue Proposal Due Date: lOAM, July 3, 2014 RFP #PW-20 • 4-0S The City of South Miami, Florida, hereinafter referred to as "CSM", through its chief executive officer (City Manager) hereby solicits sealed proposals responsive to the City's request (hereinafter referred to as "Request for Proposals" or "RFP"). All references in this Solicitation (also referred to as an "Invitation for Proposals") to "City" shan be a reference to the City Manager, or the manager's designee, for the City of South Miami unless otherwise specifically defined. The City is hereby requeSting sealed proposals in response to this RFP # PW-20 t 4-0S titled "Sunset Drive Downtown Median". The site is located along Sunset Drive between SW 57th Avenue and SW 58th Avenue, South Miami. FL 33143. The purpose of this RFP is t.o contract for the services necessary for the completion of the prolect in accordance with the "Scope of Services" as described i.n this RFP. Interested persons who wish to respond to this RFP can obtain the complete RFP package at the City Clerk's office Monday through Friday from 9:00 AM. to 4:00 P.M. or by accessing the following webpage: http://www.southmiamifl.gov which is the City of South Miami's web address for solicitation information. Proposals ane subject to the Standard T erml> and Conditions contained in the complete RFP Package, including all documents listed in the RFP Table of Contents. The Proposal Package shaH consist of one (I) original unbound proposal, four (4) additional copies and one (I) digital (01< comparable medium including Flash Drive, DVD or CD) copy all of which shall be delivered to the Office of the City Clerk located at South Miami City Hal!. 6130 Sunset Drive, South Miami, Florida 33143. The entire Proposal Package shall be enclosed in a sealed envelope or container and shall have the following Envelope Information dearly printed or written on the exterior of the envelope or container in which the sealed proposal is delivered: the title of this RFP, as follows "Sunset: Drive Downtown Median" RFP # PW-20 14-05 and the name of the Proposer (also referred to as "Respondent"). Special envelopes such as those provided by UPS or Federal Express will not be opened unless they contain the required Envelope !nformation on the front or back of the envelope. Sealed Proposals mUSt be received by Office of the City Clerk, either by mail or hand delivery. no later than 10:00 A,M.local time on july 3, 2014. A public opening will take place at 10 A.M. on the same date in the City Commission Chambers located at City Halt 6130 Sunset Drive. South Miami 33143. Any Proposal received after lOAM. local time on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Pmposal is received will be resolved against the person submitting the proposal and in favor of the Clerk's receipt stamp. A Non-Mandatory Pre-Proposal Meeting will be conducted at City Hall in the Commission Chambers at 6130 Sunset Drive, South Miami, FI 33143 on June 25, 1014 at 10;00 AM. Proposals are subject to the terms. conditions and provisions of thIs letter as well as to those provisions, terms, conditions, affidavits and documents contained in this RFP Package. The City reserves the right: to award the Project to the person with the lowest, most responsive. responsible Proposal. as determined by the City, subject to the right of the City. or the City Commission, to relect any and all proposals. and the right of the City to waive any irregularity in the Proposals or RFP procedure and subject also to the right of the City to award the Project, and execute a contract with a Respondent or Respondents. other than to one who provided the lowest Proposal Price. ThOl11ilS F. I'ept\ 2iJ14. 0;/14114 Mada M. Menendez. CMC City Clerk Page I or 72 Proposal Submittal Checklist form This checklist indicates the forms and documents required to be submitted for this solicitation and to be presented by the deadnne set fOf' within the solicitation. Fulfillment of all solicitation requirements listed is mandatory for consideration of response to the solicitation. Additional documents may be required and. if so, they will be identified in an addendum to this RFP. The response shall include the fonowing items: Check Indicating Attachments and Other Documents to be Completed: CIt ompd~ e Bid Form Proposal Bid Bond N/A Performance Bond Power of Attorney ---- BIDDER Qualification Statement ---- Non-Collusion Affidavit ---- Public Entity Crimes and Conflicts of Interest ---- Drug free Workplace ---- Acknowledgement of Conformance with OSHA Standards ---- List of Proposed Subcontractors and Principal Suppliers ---- Related Party Transaction Verification Form ---- Indemnification and Insurance Documents Note: A. Proposal Bid Bond is NOT required for the project. Submit this checklist along with your proposal indicating the completion and submission of each required forms and/or documents. Thomas F. Pqw,2()t4 4128/2014 END Of SECTION Page I () of 72 THiS PROPOSAL IS SUBMITTED TO; Steven Alexander City Manager City of South Miami 6130 Sunset Drive South Miami. fL 33143 BID fORM I. If this Proposal is accepted the undersigned Respondent agrees that by signing this Bid form. the Respondent is agreeing to each and every term, provision and condition contained in the form of the Contract that is included in this RfP Package ("the RfP Contract"), and to perform and furnish all work as specified or indicated in this RFP for the Proposed Price, within the Contract Time and in accordance with the other terms and conditions of the RFP Package and the RfP Contract. The Respondent agrees that if the contract is awarded to the Respondent. the signature of the Respondent, or the signature of irs authorized repreSeFltatlve, OFl this Bid Form sha!! be the same as a signature on the RfP Contract. 2. Respondent accepts all of the terms and conditions of the Advertisement. RFP. InVitation for Proposals and Instructions to Respondents, including without limitation those dealing with the disposition of Proposal Bond/SeCUrity. This Proposal wi!! remain subiect to acceptance for 180 calendar days after the day of the Proposal Opening. Respondent agrees to sign and submit the Contract with the Bonds. Insurance Policy with appropriate endorsements, Insurance Certificate and other documents required by the RFP within ten (I 0) calendar days after the date of the City's Notke of Award. 3. In submitting this Proposal, Respondent represents that: a. Respondent has examined copies of all the RFP Documents and of the follOWing Addenda, if any (receipt of all which is hereby acknowledged.) Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: =Mm,~w~~_, __ ~ ______ ,·· Addendum No. --Dated: Addendum No. --Dated: Addendum No. -~ Dated: b. Respondent has familiarized himself with the nature and extent of the Contract Documents, the proposed work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. c, Subsurface conditions; If applicable to this RFP, the Respondent: represents that: L Respondent has studied carefully all reports and drawings, if applicable. of subsurface conditions and drawings of physical condl,IOrts, Ii. Respondent has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, Investigations, explorations. tests and studies in addition to or to supplement those referred to In (c) above which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress. performance, or the fUrFllshing of the Work at the Contract Price. within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, The Respondent hereby acknowledges that no additional examinations. investigations, explorations. tests, reports or similar informatIon or data are, or will. be required by Respondent for any reason in connection with the Proposal. The failure of the Respondent Thomas F Pcp~~ 2014 4/2812014 Page II of 72 14 ADDENDUM No. #1 Project Name: Sunset Drive Downtown Median RFPNO, PW2014-05 Date: June 27.2014 Sent: Fax!E~mail/webpage This addendum submission is issued to clarify, suppiement and/or modify the previollsly issued Request for Qualifications (RFQ) Documents, and is hereby made part of the Documents, All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responsibility of the bidder to seclire Addendums that may be issued for a specific solicitation. Question #1: Please explain the responsibility of the Contractor as it relates to the installation of the irrigation met.er. Answer to Question #1: Miami-Dade County \Vater and Sewer (W ASO) vvill install the meter. The Contractor must prepare the site. dig the trench and cover the trench \-vith a plate until W ASD completes the installation of the meter. The Contractor must coordinate \'lith \\lASD for the meter installation and incorporate the ''lark performed by WASD into the project timeline. Question #2: Which permits are required to be pulled by the Contractor? Answer to Question #2: All permits are to be pulled and applied for by the Contractor. Permit fees will be \ ( ived for all C~ty of: Sout!, Miami permit~. The Contractor \vi!! be res~onsiblc ~o.r permit f 's) associated WIth Hm project that are reqUIred by other govemrnent agencies or entitles. 1 Page I ofl to request a pre~bfd marking of the construction site by any or aJl utility companies shall create an irrefutable presumption that the Respondent's bid, or proposal price. has taken Into consideration all possible underground conditions and Respondent, if awarded the contract. shall not: be entitled to a change order for any such condition discovered thereafter. Iii. Respondent has correlated the results of al! such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contrat:t Documents. iv. Respondent has reviewed and checked all information and data shown or Indicated in the RFP Package or in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of all Underground Facilities. No additional examinations, investigations. explorations, tests, reports or similar information or data in respect to any Underground Facilities are, or will be, required by Respondent in order to perform and furnish the Work at the Contract Price, unless the respondent makes a written request to the City for additional information prior to submitting the bid or proposal as required in subsection if above, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. d. Respondent has given the City written notice of all conflicts. errors or discrepancies that it has discovered in the Contract Documents and, if any conflicts, errors or discrepancies have been found and notice given, the Respondent represents, by submitting its proposal to the City, that the Respondent has received sufficient notice of the resolution thereof from the City, that such resolution Is acceptable to Respondent and that the Respondent waives any claim regarding the conflicts, errors or discrepancies. e. This Proposal is genUine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted pursuant to any agi'eement or rules of any group, association, organization. or corporation; Respondent has not directly or indirectly induced or solicited any other Respondent to submit a false or sham Proposal; Respondent has not soHcitcd or induced any person, firm Ot" corporation to refrain from responding; and Respondent has not sought by collusion or otherwise to obtain for itself any advantage over any other Respondent or over the CITY. 4, Respondent understands and agrees that the ContraCt Price is the amount that it needs to furnish and install all of the Work complete and in place. The Schedule of Values, if required. is provided for the purpose of Proposal Evaluation and when initiated by the CITY, it shall form the basis for calculating the pricing of change orders, The Contract Price shall not be adjusted in any way so as to result in a deviation from the Schedule of Values, except to the extent that the CITY changes the scope of the Work after the Contract Date. As such, the Respondent shall furnish ali labor. materials, equipment, tools, superintendence and services necessary to provide a complete. in place Project for the Proposal Price of: LUMP SUM BASE PRiCE: dollars and Alternates: Thomas F. 1',,!1'<\ 2m 4 4128;2014 #1 #2 #3 #5 #7 Page 12 of 72 A fee breakdown. if applicable. for each task must be completed in the table shown above. Failure to complete this information shall render the proposal non-responsive. 5. The ENTIRE WORK shall be completed, in full, within 30 working days from the date stipulated in the NOTICE TO PROCEED. Failure to cOlnplete the entire work durfng the described time period shaH result in the assessment of liquidated damages as set forth in the Contract. 6. Communications concerning this Proposal shall be address d to: RESPONDENT: Address: Telephone: Facsimile: Attention: 7. The terms used in this Proposal which are defined in the Contract shall have the same meaning as is assigned to them in the Contract Documents. unless specifically defined in this RFP Package. SUBMITIEDTHIS DAY OF T ~ . 20H. PROPOSAL SUBMITTED BY: Thomas F, PCPi.'. 1014 4!2gl2014 END OF SECTON Page 13 of 72 RESPONDENT QUALIFICATION STATEMENT The response to this questionnaire shall be utilized as part of the CITY'S overall Proposa! Evaluation and CONTRACTOR selection. I. Number of similar construction projectS completed, a) In the past 5 years In the past 5 years On Schedule b) In the past 10 years In the past I 0 years On Schedule 2, List the last three (3) completed similar projects. a) Project Name: Owner Name; Owner Address: Owner Telephone: Original Contl''1lct Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price: b) Project Name: Thomas FPc;!.:. 2(} 14 4/28/}014 Page 20 of 12 Thomas F Pep"_ 20l.t 4i2R2014 Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price Project Name: Owner-Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: ._--_._ .. _._---,-------- Page 21 of 72 ENGINEERING CONTRACTOR -L1C: E·251302 11020 SW 55 ST., MIAMI, FL 33165 PHONE: 786-291-2949 FAX: 786-472·8831 COMPLETED SIMILAR PROJECTS PERFORMED BY MAGGOLC INC. , i-Countywide Intersections Improvement, Roadway and Drainage. ($443,637) (Miami-Dade County Public WorksDept, Completed Dec. 2008). (Joaquin Rabassa 305-299 9822) (jra@mlamidade.gov) 2-Blue Road Roundabouts Re-Bid ($145,000) (Public Works Dep. City of Coral Gables, Completed March 2010) ( 305-4605018) (epino@cora!gabtes,com) 3-!nstallation of Sidewalks and Ramps along NE 12 Ave ($123,150,00) (Public Works Dep, City of North Miami, Completed December 2010) (Gerardo Hernandez 305-893 6511) (ghemandez@northmiamifl.gov) 4-Long Key State Park Campground Entrance Modification ($49,450) (Florida Department of Environmental Protection, Completed July 2012) (Fred Hand 850-4886322) (Fred.Hand@dep.state.fl.us) 5-SR 94/SW S8 STI Kendall Dr. at SW 142 Ave ($134,843) (Florrda Department of Transportation, Completed October 2012) (Roland Rodriguez 305-345 0696) {rrodrlguez@pinnacleceLcom) 6-lntersections Improvements ($246,000) (public Works Dep. City of Coral Gables, Completed June 2013) (305-460 5018) (epino@coralgables.com) Original Contract Price: Actual Final Contract Price: 3. Current workload 4. The foUowing information shall be attached to the proposal. a} RESPONDENT's home office organization chart. b) RESPONDENT's proposed project organizational chart. c) Resumes of proposed key project personnel, including on-site Superintendent. 5. List and describe any: a) Bankruptcy petitions flied by or against the Respondent or any predecessor organizations. tv" A- b) Any arbitration or civil or criminal proceedings, or tV fk Suspension of contracts or debarring from Bidding or Responding by any public agency brought c) against the Respondent in the last five (5) years p / ;1 I. Government References: C cJdj~C Thomas F. Pcpe. 2014 .J!28}2014 Page 22 of 72 ENGINEERING CONTRACTOR -lIC; E·251302 11020 SW 55 ST., MIAMI, FL 33165 PHONE: 786·291·2949 FAX: 786472·8831 PROJECTS UNDER CONSTRUCTION (All as a Prime Contractor) 1-FOOT· Asphalt Minor Repair-County wide (Owner FDOT-District 6 -$250,000) (Executed 46 %) (Completion September 2014) (954445-9093 -John Garcia) 2-NW 11 Street Improvements. (Owner City of Miami $ 185,456) (Executed 75%) (Completion August 2014) (786-447-9817 -Valentine Onuigbo) 3-Multiple Parks ADA Improvements (Miami Dade Park & Recreation Dep, $298,880) (Executed 35%) (Completion August 2014) (786-210-5937 -Leopoldo Aybar) USt other Government Agencies or Quasi-government Agencies for which you have done business within the past five (5) years. Name of Agency: Address: Telephone No.: Contact Person: Type of Project: Name of Agency: Address: Telephone No.: Contact Person: Type of Project: Name of Agency: Address: Telephone No.: Contact Person: Type of Project: 1htHl1il$ F, Pcp.:, 2014 ~r?Si](H~ -------,- Page 23 of 72 ENGINEERING CONTRACTOR -LlC: E-251302 11020 SW 55 ST., MIAMI, FL 33165 PHONE: 186-291-2949 FAX: 186472·8831 maggolc@yal1oo.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: Alberto Estevez Telephone # 7862562627 2) Company Name: Miami Dade Park & Recreation Department Address:275 NW 2nd Street, 4 111 Floor, Miami, FL 33128 Contact Person: Ruben Teurbe Tolon Telephone # 305 7555465 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 4692112 4) Company Name: Florida Department of Transportation Address:14655 SW 122 Ave Miami, FL 33186 Contact Person: Janice Corn Telephone # 305 640 7200 5) Company Name: City of Miami Gardens Address:1515 NW 167 ST Bldg 5 Suite 200 Miami Gardens FL, 33169 Contact Person: Willian Garviso Telephone # 305 662 8031 6) Company Name: City of Miami Address:444 SW 2nd Ave, 8 Floor, Miami FL 33130 Contact Person; Fabiola Dubuisson Telephone # 305 416 1755 7) Company Name: City of North Miami Address:776 NE 125 Street, North Miami, FL 33161 Contact Person: Gerardo Hernandez Telephone # 305 895 9831 8) Company Name: Village of Key Biscayne Address:88 West Mcintyre Street, Suite 220 Key Biscayne, FL 33149 Contact Person: Arrnando Nunez Telephone # 3053657574 9) Company Name: City of Coral Gables Address:2800 SW 72 Ave Miami, FL 33155 Contact Person: Esther Zabalo Telephone # 305 460 5004 10) Company Name: City of Miami -Capital Improvement Program Address:444 SW 2nd Ave, 8th Floor, Miami, FL 33130 Contact Person: Maurice Hardie Telephone # 786-229 5463 11) Company Name: Miami Dade County Public Works Department Address: 111 NW 1st ST 14 Floor, Miami, FL 33128 Contact Person: Joaquin Rabassa Telephone # 305-2999822,305-9894943 12)Company Name: Village of Pinecrest Address: 10800 Red Road, Pinecrest, FL 33156 Contact Person: Daniel F. Moretti Telephone # 305-669 6916 13)Company Name: Pinnacle Consulting Enterprises, Inc. Address: 1700 South Red Rd, Suite 201, Miami, FL 33155 Contact Person: Roland Rodriguez Telephone # 305-345 0696 14)Company Name: City of South Miami Address: 6130 Sunset Drive South Miami 33143 Contact Person: Grizel Martinez Telephone # 305-403 2063 15)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 16)Company Name: City of Miami -Capita! Improvement Program Address:444 SW 2nd Ave, 8th Floor, Miami, FL 33130 Contact Person: Robert Fenton Telephone # 786~263-2133 RESUME: MARIO GONZALEZ Engineering Contractor -Lie, E-251302 11020 SW 55 ST., Miami, FL 33165 Phone: 786·291·2949 Fax; 786-472-8831 Superintendent! ProJect Manager of Maggolc Inc. Gonzalez is a Roadway Construction and Civil Engineer with over 24 years of pmgressive experience in the fields of highway and railway design, construction, maintenance, and operations. EDUCATiON: ]nstituto Superior Politecnico (Higher Polytechnic [nstitute) "Julio Antonio Mella", Santiago de Cuba. Cuba. Degree; INGENIERO VIAL (Roadway Constructioll Engineer), July t988. This is equivalent to a Bachelor of Science in Civil Engineering (BSCE) from a regionally accredited institution of higher education in the United States. Universidad Central de Venezuela, Caracas, Venezuela. Degree: (NGENIERO CIVIL (Civil Engineer), July 1997. CERTIFICATIONS: ~ TROX LER Electronics Lab -Nuclear Gauge Safety Training, (200 I & 2004) -FOOT -MUTCD/Maintenance of Traffk Intennediate Level (2008) -ASPHALT PAVING TECHNICIAN~· Level I (2004) -EARTHWORK CONSTRUCTION INSPECTION~Levell (2005) -AC1, COllcrete Field Testing Technician-Grade L (lOOS) -FOOT Concrete Field lnspector Specifications. (200S} LiCENSES: -General Engineering Contractor -Genera! Building Contractor -Registered and Certificate State of Florida Undergratmd Utilities Contractor. -Registered General Contractor State of Florida WORK EXPERIENCE: MAGGOLC INC., Miami, Florida, USA. (June 2005 to Present). Gonzalez is the owner and president of Maggolc Inc., this is an Engineering Contractor Company. Specialized in Drainage Systems, Pavement and Concrete. Work Executed: * Friedland Manor Drainagc improvements (City of Florida City) 20! 3 -NW 8 ST & NW 14 CT Roadway & Drainage Improvements (City of Miami) 2013 ·1-1951 Julia Tuttle Bike Path! Trail (FOOT) 2m3 -ARRA Municipalities Group B: City of Miami Gardens Bus Shelters (Miami Dade Transit) 2013 ~ Progress Rd Roadway & Drainage Improvements (City of South Miami) 2012 -Killian Park Rd Stormwater Improvements (Village of Pinecrest) 2012 -Phase IV Drainag" Improvements. (Village of Palmetto Bay) 2012 -SR 941 Kendall Dr at SW 142 Ave Roadway lmprov. (FDOT) 2012 -FDOT LAP Roadway Improvements. (City of Sweetwater) 20n -SW 64 Street Corridor Improv. (City ofSouih Miami) 2012 -District #2 Citywide ADA Sidewalk improvcments. (City of Miami:1 2012 -Long Key State Park -Resurface Campground Road (Florida Dcp. of Environmental Prolcclion) 2012. -SUllcrcst Dr. & Moss Ranch Rd. Stormwater Improvements (Village of Pinecrest) 2011. -SR 909 (Alton Road) at West 52 Stret't Drainage Improvements (FDOT District 6) 2011 -SW 19 Terrace Roadway & Drainage Improvements (CJP, City of Miami) 20J 1. -Tamiami Canal Miccosukee Linear Park (Miami-Dade County, Park & Recreation Dcp.) 201!. ~Distriet #4 Citywide ADA Sidewalk Improvements (City of Miami) 2011 -MIA NW 36 Street & 67 Ave Intel'section Improvement (concrete) (Aviation Depaltment M·D County) 2011 -MIA Building 3050 Parking Lot Improvements (Aviation Depattment M-D County) 20ll -District #1 Citywide ADA Sidewalk I mprovemcnts (City of Miami) 20ll ~Oistrict #3 Citywide ADA Sidewalk Improvements (City of Miami) 2011 -Intersection Realignment SW 139 Terr. & SW 140 D.', and Esat Guava ST One Way Street Conversioll. (Village of Palmetto Bay) 2010 -Installation of Sidewalks and Ramps along NE 12 Ave. (City of North Miami) 2010. -AD Barnes Park Asphalt Walkways .. (M·D County Park & Recreation) 2010. -Golden Sbore Park Pavers Sidewalks. (City of Sunny Isles). lOW -District I, Sidewalks Repair. (City of Miami). 20!O -Crandon Park ADA Parking Space Striping and Signs. (M~D County Park & Recreation) 2010. -District II, Sidewalks Repair. (City of Miami). 2010 -Harbor Drive Lighting and Resurfacing Improv. (VilLage of Key Biscayne) 2010 -Blue Road Roundabouts and Drainage. (City of Coral Gables) 2010 -Drainag(~ Retention Improvements of State Rd. 907 (Alton Rd.) at Allison Drive. Milling and Asphalt Resurfacing. (FOOT, District 6) 2009 -Country Club of Miami Park Concrete and Asphalt Walkway (Miami-Dade County, Park & Recreation Dep.) 2009. -Brendwood Park Asphalt Walkway. (City ofl'v1iaml Gardens) 2009. -West Lit.tle River Improve Asphalt Driveways. (Miami-Dade County Office of Community and Economic Development) 2008. -West Perrine Park Concrete Slabs and Poured Safety Surface. (M-D C Park and Recreation) 2008 -Asphalt Pavement Repair. Florida Department of Transportation (District 6). 2008-2009. 2009-2010 and 2010-2011. -Improvc Intersections Countywide Project, include Milling and Asphalt Resurfacing, (Sidewalk, Handicap Ramps, Curb & Gutters, Pavers, New Pavement, Drainage, Sodding (M-D Coumy Public Work Dep.) 2008 -Seal Coat and Restriping of Station 13 and Logistics Parking Area. (MD County fire Rescue Department) 2008 -Dolpbin Archaeological Site Sidewalk COllstruction. (M-D County Park and Recreation) 2008. -Olympic Park Sidewalks Construction. (M-D County Park and Recreation) 2007 -Norman & Jean Reacb Park Foul Ball Netting. (M-D County Park and Recreation) 2007 -Draimlge Improvement Project for NW 22 Court from NW HI7 ST to NW 112 ST. (M-D COllnty Public \Vork Dep.). 2006 , etc Others Pl~es where Gonzalez was workinf!: SRS ENGINEERING, INC., Miami, Florida, USA. (August 2006 to July 2(07). Construction Field Inspector of Drainage and Roadway Restoration, (Public Work Department. Miami-Dade County Projects). -Ailaphatta Phase L -Hardwood Village Pha<;c II. BEH-MELLO, A,JAMIL & PARTNERS, INC., Miami, Florida, USA. (May 2005 to July 20(6). Quality Control (Qq Construction Inspector (DOT Pf't:jects): (Earthwork. Concrete and Asphalt). -Okeechohee Road. (W 12 Ave to Palmetto Expwy) -Miami Garden Drive. (NW 2 Ave to NW 17 Ave.) -Biscayne Blvd. (NW 96 ST to NW 104 ST) -Golden Gate Pkwy (Naples) -Florida's Tumpike (Griffin Rd to Sunrise Blvd). -A-I-A (Key West). MARLIN ENGINEERING INC., Miami, Florida, USA. {October 2000 May 20(5). February 2004 to May 2005. COllstmctirm Field Inspector of Drainage and Roadway (FEMA-DERM. Miami-Dade County Projects). Activities Included: Veri!)! of storm drainage structures in accordance with the approved shop drawings. installation of drainage and pollution control structures, drainage pipe inverts, joints, seals, French Drain Systems. solid pipe placement and bedding material. Check the Contractor's compliance 'with all Maintenance of Traffic. Reconstruction of Pavement, Roadway Milling and Resurfacing; reconstruction of Curb und Gutter and Sidewalks; Site Restoration, including Gmding of Swales. Sod Placement, etc. Requirements: ~ Ensure the quality of tile construction work, as per the Public Works Department Manual. FDOT Slum.lanls. and Pn.tiec! Coutract DOt:umenls. " Ensure the fuJI restoration of fhe project. including site cleanliness, swale grading, and sod placement. • Keep records of daily activities, daily production, site testing, and progress of the work. ~ Resolve complaints by residents resulting from construction activities. March 20tH to February 2004: Prnicct <Engineer Project Engineer for the design, roadway restoration, and storm drainage systems improvement, including independent sites and community. (DERl'vIlFEMA Program administered by the Division of Recovery and Mitigation-DORM) in Miami-Dade County and City of Miami Storm Drainage Improvement Program). Working closely with Microstation and AutoCAD software. October 2000 to Murch 2001 and October 2()02 to February 2003: Roadway Inspector. Surveying, inspecting and drawing sketches for roadway restoration projects in Q.N.I.P, Public Work Department of Miami-Dade County. Inspecting and supervising construction of asphalt patching, milling and resurfacing operations. ENGINEERING CONTRACTOR -LlC: E·251302 11020 SW 55 ST., MIAMI, FL 33165 PHONE: 786-291-2949 FAX: 786-472-8831 OFFICE ORGANIZATION CHART ENG!NEERING CONTRACTOR -L1C: E·251302 11020 SW 55 ST., MIAMI, FL 33165 PHONE: 786·291·2949 FAX: 786472·8831 PROJECT ORGANIZATIONAL CHART NON-COLLUSION AFFIDAVIT STATE OF FLORIDA COUNTY OF MIAMI~DADE _J-A..l...tq._,.::.Q..:.-'_r-t_o __ ..;;:6:..' .... o:o::.!.t0~..:.-2--_o.J __ e-_V ___ being first duly sworn, deposes and states that: (I) He/Sherrhey islare the __ --'tJ"'--'''''''''-..:;.....:;;:;:..~--:. ___ r-_<_''-''~''''> -<t_4'-'-e=-_b1.;.....;'--____ _ {Owner. Partner, Officer. Representative or Age the Respondent that has submitted the (2) HefSherrhey !sfare fully informed concerning the preparation ahd contents of the attached Proposal and of all pertinent circumstances concerning such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the siiid Respondent nor any of itS officers, partners, owners, agentS, representatives, employees or parties in interest. including this affiant, have in any way colluded. conspired. connived or agreed. directly or indirectly, with any other Respondent, firm. or person to submit a collusive or sham Proposal in connection w;th the Work for which the attached Proposal has been submitted; or to refrain from Bidding or proposing in connection With such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Respondent, firm, or person to fix any overhead. profit. or cost elements of the Proposal or of any other Respondent, or to fix any overhead, profit, or cost elements of the Proposal Price or the Proposal Price of any other Respondent, or to secure through any collusion, conspiracy. connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in me attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement the part of the Respondent or any other . f its agents. representatives. owners, employees part' s f interest, including this affiant, Witness Thomas F Pcpe. 2014 4128/2014 red in the presence of: By: Dare I Page 24 of 12 ACKNOWLEDGEMENT STATE OF FLORIDA COUNTY OF MIAMI-DADE On this the _=--_ of Florida p -......;::::""'---:-:---;t-~" 20~ before me, the undersigned Notary Public of the State idual{s) who appeared before notary)_I_" """;;"""","" __ within instrument, and helsh :...;:.. ___________ and whose name(s) Jllare Subscribed to the WITNESS my hand and official seal. NOTARY PUBLIC; SEAL OF OFFICE; 'fnomas F. P¢pc, 2014 .Jf28;20 t4 PATR1C1AA BrliERA MY CDMMi$;;\ON #EE7334fl ~t. (Name of Notary Public: Print, Stamp or type as commissioned. ) Personally known to me, or Personal identification: " " '~ ype of IdentifiC;:!'(ion Produced . Did take an oath, or Did Noe take an oath. Page 25 of 72 PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Pursuant to the provisions of Paragraph (2) (a) of Section 287.133. Florida State Statutes -HA person or affiliate who has been placed on the convicted vendor list foHowing a conviction for a public entity crime may not submit a Proposal or bid on a Contract to provide any goods Or servIces to a public enrity. may not submit a Bid or proposal for a Contract with a pUblic entity for the construction of repair of a public building or public work, may not submit bids or proposals on leases or real property to iii public entity, may not be awarded to perform Work as a CONTRACTOR, Sub-contractor, supplier, Sub-consultant, or Consultant under a Contract with any public entity, and may not transact business with any pUblic entity in excess of the threshold amount Category Two of Section 287.017. Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list". The award of any contract hereunder is subject to the prOVISions of Chapter 112, Florida State Statutes. Respondents must disclose with their Proposals, the name of any officer, director, partner, associate or agent who is also an officer or employee of the City of South Miami or its agencies. SWORN STATEMENT PURSUANT TO SECTION 287. i 33 (3) (a), FLORIDA STATUTES, ON PUBLIC ENTiTY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. L This sworn statement is submitted to by business address Is~ ~ and (if applicable) its Federal Employer Identification Number (FEIN) is 20 .... 3:34:fI"1"-::I {lfthe entity has no FEIN. include the Social Security Number of the individual signing this sworn statement: 2. I understand that a "public entity crime" as defined in Paragraph 287.133 {I )(g), florida Statutes, means a Violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited (0 , any bid, proposal or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state 01-of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering. conspiracy, or material misrepresentation. ' 3. I understand that "convicted" or "conviction" as defjned in Paragraph 287.133 (!) (b), Florida Stl'ltu~. means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt. in any federal or state tda! court of record relating to charges brought by indictment or information after july I, 1989. as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendet-e. 4. I understand that an "affiliate" as defined in Paragraph 287.133 (I) (a), Florida Statutes. means: (a) A predecessor or successor of a person convicted of a public entity crime; or (0) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, Tlhl!1H1S F. P¢P~' 2{114 V2W2014 Page 26 of 72 directors. execut.ives, partners. shareholders, employees. members, and agems who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in any person. or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement. shall be a prima fade case that one person controls another person. A person who knowingly enters into a joint venture with Ii person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph 287.133 (I) (e). Florida Statutes. means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or proposal or applies to bid or proposal on contracts for the provision of goods or services let by a public entity. or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors. executives, partners, shareholders. employees, members. and agents who are active In management of an entity. 6. n information and beHef. the statement which I have marked below is true in relation to the en ittlng this sworn statement. [Indicate which statement applies.] Neither the entity submitting this sworn statement. nor any of its officers. directors. executives, partners. shareholders, employees. members, or agents who are active in the management of the entity. nor any affiliate. of the entity has been charged with and convicted of a pubHc entity crime subsequent to July l. 1989. ___ The entity submitting this sworn statement, or one or more of its officers, directors. executives, partners. shareholders. employees. members. or agents who are active in the management of rhe emity. or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to july 1.19.89, .~. ~.~. The entity submitting this sworn statement, or one or more of its officers, directors, exeCl)tives, partners. shareholders, employees. members, or agents who are active in the management of the entity, or an affiliate of t.he entity has been charged with and convicted of a public entity crime subsequent of Ju!y l. 1989. However. there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. [attach a copy of the final order.] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTiNG OFE INDENTIF!ED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONL THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERIN THRESHOLD AMOUNT PROVIDED IN SECTlON 287.017 • .El.S:lli1b'lAf CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. ER FOR THE PUBLIC ENTITY THAT THIS FORM IS VALID UNDERSTAND THAT I AM TRACT IN EXCESS OF THE ~ATEGORY TWO OF ANY Sworn to and subscribed before me this __ c;A... __ day of _----,.20tl. Personally known ------r------- tdoodfication +::....... ______ _ ,~~\N\ Notary Public -State of of identification) Form PUR 7068 (Rev.06/11!92) Thomas F l'cp~, 2,)14 4/2SiZ014 My commission expires (Printed. typed or stamped commissioned ~·-~~"·····~·~'·"·~·~--··~·"~'~4lame,J)l notary publlc) Page 21 of 72 DRUG FREE WORKPLACE Whenever two or more Bids or Proposals which are equal with respect to price, quality and service are received by the State or by any political subdivisions for the procurement of commodities or contractua! services, a Sid or proposal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie Bids 01" proposals shall be followed jf none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program. a business shall: I) Publish a statement notifying employees that the unlawfu! manufacture. distribution. dispensing. possession. or use of a controlled substance is prohibited in the workplace and specifying the actions that shaH be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace. any available drug counseling, rehabilitation. and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in Subsection (I). 4) In the statement specified in Subsection (I), notify the employees. that. as a condition of working of the commodities or contractual services that are under Bld, he employee shall abide by the terms of the statement and shall notify the employee of any conviction of. or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a Violation occurring in the workplace no later than five (S) business days after such conviction. S} Impose a sanction on, or require the satisfactory partiCipation in a drug abuse assistance or rehabilitation program. if such is available in the employee's commUnity, by any employee who is so convicted. 6) Make a good ftVrh ~~tinue to maintain a drug-free workplace through implementation of thiS sectio As the person authorized lit. I certify that thIs firm complies fully with the above requirements. Date: i; TIRlmas F l'cp~, 2014 4i2Si2014 Page 28 of 12 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS TO THE CITY OF SOUTH MIAMI ~: (Name of CONTRACTOR). hereby acknowledge and agree that as the project as specified have the sole responsibility for compliance With all the requlrements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hotd harmless the City of South Miami and against any and allliabiHty. claims • losses and ex es they may incur due e failure of ($ub-Contractor's names): L ... BY: Thoma, l' Pepc, 2014 4!28;2014 Witness Page 29 of 72 LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS Landscape I SI:ldding and Turf Work Electrical Irrigation Paving Park Amenities Utilities Excavation Building Structures bing Painting Testing Laboratory Soil Fumigator Signs to within five (5) business days after Bid Opening_ Thomas I, PCP'-'_ 2014 4!28'lGl-l Page 30 of 72 RELATED PARTY TRANSACTION VERIFICATION FORM y . individually and on behalf of Cf ("firm")have Name of Representative CompanylVendorlEmlty read the City of So City")'s Code of Ethics. Section 8A-1 of the City'S Code of Ordinances and I hereby certify, under penalty of perjury that to the best of my knowledge, information and belief: ( I) neither I nor the Firm have any conflict of interes( (as defined in section 8A-I) with regard to the contract or business that I, andfor the Firm. am(are) about to perform for, or to transact with, the City, and (2) neither I nor any employees. officers, directors of the Firm, nor anyone who has a financial interest greater than 5% in the Firm, has any relatlve(s), as defined in section 8A-I, who is an employee of the City or who is(are) an appointed or elected official of the City, or who is(are) a member of any pUblic body created by the City Commission. i.e., a board or committee of the Clry[See Note #1 below], and (3) neither I nor the Firm, nor anyone who has a financial interest greater than 5% in the Firm, nor any member of those persons' immediate family (i.e" spouse, parents. children, brothers and Sisters) has transacted or entered into any contract(s} with the City or has a financial interest, direct or indirect. in any business being transacted with the city, or any person or agency acting for the dty. other than as follows: _______________________________ (if necessary use a separate sheet to supply additional information that will not fit on this line but make reference on the line above to the separate sheet. i.e" "see attached additional information" and make reference to this document and this paragraph on the additional sheet which additional sheet must be signed under oath). [See Note #1 below]; and (4) no elected and/or appointed official or employee of the City of South Miami, or any of their immediate family members (Le., spouse, parents, children, brothers and sisters) has a financial interest, directly or indirectly, in the contract between you andfor your Firm and the City other than the follOWing individuals whose interest is set forth follow < e a separate names; -(if necessary use a separate sheet to supply rrnation that wiH not fit on this line but make reference on the line above to the separate sheet, I.e., "see attached additional information" and make reference to this document and this paragraph on the additional sheet whleh additional sheet must be signed under oath), The names of aU City employees and that of aU elected andior appOInted city officials or board members, who own, directly or Indirectly. an interest of five percent (5%) or total assets of capital stock in the firm are as follows: _____ _ -.. (if necessary use a separate sheet to supply additional information that wi!! not fit on this line but make reference 011 the Hne above to the separate sheet. I.e., "see attached additional information" and make reference to this document il.nd this paragraph on the additional sheet which additional sheet must be signed under oath), (See Note #1 below] (5) I and the Firm further agree not to use 01" attempt to use any knowledge, property or resource which may come to us through our pOSition of trust, or through our performance of our duties under the terms of the contract with the City, to secure a special privilege, benefit, or exemption for ourselves, or others. We agree that we may not disclose or use information, not available to members of the general public. for our personal gain or benefit or for the personal gain or benefit of any other person or bUsiness entity, outside of the normal gain or benefit anticipated through the performance of the contract. Thomas F Pepc, 1m 4 4/21{12014 Page 31 of 72 (6) I and the Firm hereby acknowledge that we have not contracted or transacted any business with the City or any person or agency acling for the City, and that we have noe appeared in representation of any third party before any board, commission or agency of the City within the past two years other than as follows: (if necessary use a separate sheet to supply addition rmation that will not fit on this line but make reference on the line above to the separate sheet, Le., "see attached additional information" and make reference to this document and this paragraph on the additional sheet which additional sheet must be signed under oath). (7) Neither I nor any employees. officers. or directors of the Firm. nor any of their immediate family (i.e., as a spouse. son, daughter, parent. brother or sister) is related by blood or marriage to: (I) any member of the City Commission; (il) any city U. loyee; or (iii) any member of any board or agency of the City other than a.5 follows: /J (if necessary use a separate sheet to supply additional information that will not fit on this line but make reference on the line above to the separate sheet, I.e>, "see attached additional information" and make reference to this document and this paragraph on the additional sheet which additional sheet must be signed under oath). [See Note #1 below]; and. (8) No Other Firm, nor any officers or directors of that Other Firm or anyone who has a financial interest greater than 5% in that Other Firm, nor any member of those persons' immediate family (Le., spouse, parents, children. brothers and sisters) nor any of my immediate family members (hereinafter referred to as "Related Parties") has responded to a solicitation by the City in which I or the Firm that I represent or anyone who has a financial interest greater than 5% in the Firm, or any member of those persons' immediate family (Le> spollse. parent!;. children, br~eJ t-d sisters) have also responded, other than the following: . ~ _ necessary use a separate to supply additional information that will not fit on this tine bt)( make reference on the line above to the separate sheet. i.e .. "see attached additional information" and make reference to til!:. document and this paragraph on the additional sheet which additional sheet must be Signed under oath» [whlle the ethiCS code Stm applies, if the person executing this form is doing so on behalf of a firm whose stOck is publicly traded, the statement in this section (8) shaH be based solely on the signatory's personal knowledge and he!she is not required to make an independent investigation inco the Other Finn, or the Firm he/she represents, as to their officers, directors or anyone having a finandal interest in those Firms or any of their any member of those persons' immediate family,] (9) ! and the Firm agree that we are obligated to supplement this Verification Form and inform the City of any change in circumstances that would change our answers (0 this document. Specifically, after the opening of any responses to a solicitation, I and the Firm ha\'e an obllgation to supplement this Verification Form with the name of al! Related Parties who have also responded to the same solicitation and to disclose the relationship of those parties to me and the Firm, (10) A violation of the City's Ethics Code, the giving of any false information or the failure to supplement this Verification Form, may subject me or the Firm to immediate termination of any agreement with the City, and the imposition of fine and/or any penalties allowed by law. Additionally, violations may be conside,-ed by and subject t? Miami-Dade County Commission on Ethics> Under penalty of perjury. I declare that I have made i1di to investigate the matters to which I am attesting hereinabove and that the statements made here! ab e and correct to the best of my knowledge, information and belief. SignatUre: Date; 'nl<ll11US r Perc, 10] 4 V21ii2()[4 Page 32 of 72 CERTIFICATE OF LIABILITY INSURANCE DA Tf:' (MMIDOIYYVYI 9/24/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES Nor AFFIRMATIVELY ORNEGATIVELV AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the poUcy(lasl must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain poliCies may require an endorsement. A stat&ment on this certificate doas not confer rights to the certificate holder In lieu of such endorsement{s}. PRODUCER Eastern Insu.rance Group, Inc. 9570 SW 107 Avenue Suite 104 Mi.ami INSURED Mag-g-olc, Inc. 11020 SW 55 Street Miami FL 33165 cTtiavid M. Lo ex ".d"H""~"'_ (305)595-3323 ~ __ .~.~. ___ INSURER IS AffORDING COVERAGE NAfCtI INSURERA.Mid-Continent Casualt lNSURER.e:Ma fre Insurance Co. of Florida INSURER C ;Cas tlePoint Florida Insurance an of America -'~--------------+-----l COVERAGES CERTIFICATENUMBER;Master 14-15 REVfSIONNUMBER: THIS IS TO CERTIFY THAT THE POLlCiES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMEDA8()vEFOR THE POLlCY PERIOD INDICATED. NOTWTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTMCT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSLIED OR MAY PERTAIN, THE INSUMNCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITiONS OF SUCH POUCIES. liMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. A C D D TYPE Of INSURANCE Reihl GENERAL LlMllUTY AIMI'oM.\OE [i] OCCUR WORKERS COMPENSATION AND EMPl..OYERS' LIABILITY YIN p.NY PROPRllrfO!1:!PARTNER!EXECUTIVE D orFlCEfU/E'MBER EXCLUDED' I Ifll<!nd,U¢ty In NH) If y",. 4ll$ctibe ",\de, DESCRIPTiON OF OPERA TIOf'< S Mio::L...~ Rented/Leased Equ1pment Scheduled Equipment POLICY NUMBER :),5013000$652 4XS 182687 F76090S40" ,9/22/2013 C6904.4S26 11/2/2013 1/2/2014 C69044826 1/2/2013 1/2/2014 DESCRIPTION OF OPERATIONS i LOCATIONS I VEHICLES (Artach ACORD 101. Aadltlonal Remarks Scn<><lu{e, if me", sf)ace is requ!r<><l) Asphalt paving, concrete construct10n and drainage construction 1 noo 000 s 1 0 3,0 1 000 000 , __ ._o.1JjJ[.9J].1...Q.Q 0 1 000 000 $250,000 $111,834 City of South Miami and Miami Dade county are listed as an additional named insured and shall be provided written notice 30 days before modification of this policy or cancellation for nonpayment of premium or otherwise. Coverage as an additional insured is prOVided if required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. NOTICE WilL BE DELIVERED IN City of South Miami ACCORDANCE WITH THE POLICY PROVISIONS. Building & Zoning-Department AUTHORIZ1i:O R1i:PRESENfA TlVE 6130 Sunset Drive Miami, FL 33143 David Lopez/ANA ACORD 25 (201 0/05) @ 1988-201 G ACORD CORPORATiON. All nghts reserved. !N~n7!i i?1)1(;(,6\ fll Th .. Al"':l"IRn .,,,,m"" :>nrl jnnn ?'''' ,,,,,,,id.,,,,,,.. m".It", nf A(,:I"IRn Detail by Entity Name Page 1 of 3 ment Number P05000085356 N Number 203345775 Filed 06/14/2005 FL ACTIVE NAME CHANGE AMENDMENT 10/13/2005 NONE 1,.,.., .... 0.·11 irector Detail NZALEZ, MARIO H 1020 SW 55 STREET IAMI, FL 33165 Report Year 2012 2013 2914 Filed Date 01/06/2012 01/26/2013 01/12/2014 http://search.sunbiz.org/lnquiry/CorporationSearch/SearchResultDetail/Entity ... 7/3/2014 Detail by Entity Name Document Imaaes 01/12/2014 --ANNUAL REPORT 01/26/2013 --ANNUAL REPORT 01/06/2012 --..ANNUAL REPORT 01/07/2011 :-At-JNUAL REPORT 01/07/2010 --ANNUAL REPORT 01/17/2009 --ANNUAL REPORT 02/26/2008 --ANNUAL REPORT 06/12/2007 --ANNUAL REPORT 03/21/2006 --ANNUAL REPORT 10/13/2005 --Name Change 06/14/2005 --Domestic Profit r---··-··-·····---···-··--·-.·----·-··-·-.• ·-----·~] L View image in PDF format 1---·----·-------·-··_---··--] i View image in PDF format I View image in' PDF formaD r'" View image in PDF format I I -View image in' PDF format-'-1 ,.-_._---_._-_ .. _-_. __ .• _._ ... _-_ .. _._-] I View image in PDF format -------·-~-~~"-l I View imagein PDF format , . ..•. .. .•. .-. .. .--.-.. -.. -•. -.. ...•... --.. .----_.) I View image in PDF format [ View image in PDF format-] LYiew image'in PDF-format --'1 r--'-"'--""-'--'---'---J ! View image in PDF format Copyright © and Privacy Policies State of Florida, Department of State Page 2 of3 http://search.sunbiz.org/lnquiry/CorporationSearch/SearchResultDetaiI/Entity". 7/3/2014 2014 FLORIDA PROFIT CORPORATION ANNUAL REPORT , DOCUMENT# P05000085356 Entity Name: MAGGOLC, INC. Curr~nt Principal Place of Business: 11 02d SW 55 STREET MIAMI., FL 33165 Current Mailing Address: ~ 11020 SW 55 STREET MIAMI. FL 33165 FEI Number: 20-3345775 Name and Address of Current Registered Agent: GONZALEZ, MARIO H 11020'8W 55 STREET MIAMI, FL 33165 US FILED Jan 12, 2014 . Secretary of State CC0169769548 Certificate of Status Desired: No The above named entity submits this statement for the purpose of changing its registered office or registered agent or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Officer/Director Detail : Title Name, Address o GONZALEZ, MARIO H 11020 SW 55 STREET City-State-Zip: MIAMI FL 33165 Date I hereby. certify that the information indicated on this report or suppfamsntal report is true and accurate and that my electronic signafure shall have the same legal affect as jf made under oath; that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as requ;red by Chapter 607, Florida Statutes; and that my name appears above, or on an attaohment with all other like empowered. SIGNATURE: MARIO GONZALEZ PRESIDENT 01/12/2014 Electronic Signature of Signing Officer/Director Detail Date