FLORIDA ENGINEERING & DEVELOP, CORPT(j014)q EA Ik F&�6 Av) ) if
PROJECT MANUAL
FOR
SW 66th Street Improvements
Project Phase II
A COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) PROJECT
City of South Miami
City Project Number SM -201 1 -10 -PW
"Excellence, Integrity and Inclusion"
South Miami bAd
I I ir
YOGI
CITY COMMISSION
Mayor: Philip K. Stoddard, PhD
Vice Mayor:
Commissioner:
Commissioner:
Commissioner:
City Manager:
City Attorney:
City Clerk:
Public Works Interim Director:
Valerie Newman
Walter A. Harris
Velma Palmer
Brian D. Beasley
Hector Mirabile, PhD
Thomas Pepe, Esq.
Maria Menendez
Keith A. Ng, CFM
BID FORM
SW 66th Street Improvements Project Phase II
THIS BID IS SUBMITTED TO
City of South Miami
City Clerk's Office
City of South Miami
6130 Sunset Drive
South Miami, FL 33143
1. The undersigned BIDDER proposes and agrees, that if this Bid is accepted, to enter into a
Contract with the City of South Miami in the form included in the Contract Documents which are
part of this Bid Package to perform and furnish all work as specified or indicated in the Contract
Documents for the Contract Price and within the Contract Time indicated therein and in
accordance with the other terms and conditions of the Contract Documents which include those
prepared by EAC Consulting Inc..
2. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and
Instructions to BIDDERS, including without limitation those dealing with the disposition of Bid
Bond /Security. This Bid will remain subject to acceptance for 90 days after the day of the Bid
opening. BIDDER agrees to sign and submit the Contract with the Bonds, Insurance Certificate
and other documents required by the Bidding requirements within ten (10) calendar days after the
date of the City's Notice of Award.
3. In submitting this Bid, BIDDER represents, as more fully set forth in the Contract, that:
a. BIDDER has examined copies of all the Bidding Documents and of the following
Addenda (receipt of all which is hereby acknowledged.)
Addendum No. Dated:
Addendum No. 7 Dated:
Addendum
No.
Dated:
Addendum
No.
Dated:
Addendum
No.
Dated:
Addendum
No.
Dated:
b. BIDDER 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. BIDDER has studied carefully all reports and drawings of subsurface conditions and
drawings of physical conditions.
d. BIDDER 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 furnishing 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
BIDDER hereby acknowledges that no additional examinations, investigations,
explorations, tests, reports or similar information or data are, or will, be required by
BIDDER for any reason in connection with the Bid.
e. BIDDER has correlated the results of all such observations, examinations, investigations,
explorations, tests, reports and studies with the terms and conditions of the Contract
Documents.
BIDDER has reviewed and checked all information and data shown or indicated on 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 BIDDER in order to perform and furnish the Work at the Contract Price,
within the Contract Time and in accordance with the other terms and conditions of the
Contract Documents.
g. BIDDER has given EAC Consulting Inc. written notice of all conflicts, errors,
discrepancies that it has discovered in the Contract Documents and, if any conflicts,
errors, discrepancies has been found and notice given, the BIDDER represents to the
City that the BIDDER has received a written notice of the resolution thereof by Consultant
and that such resolution is acceptable to BIDDER.
h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed
person, firm or corporation and is not submitted in conformity with any agreement or rules
of any group, association, organization, or corporation; BIDDER has not directly or
indirectly induced or solicited any other BIDDER to submit a false or sham Bid; BIDDER
has not solicited or induced any person, firm or corporation to refrain from Bidding; and
BIDDER has not sought by collusion or otherwise to obtain for itself any advantage over
any other BIDDER or over the CITY.
4. BIDDER understands and agrees that the Contract Price is the lump sum that it needs to furnish
permits and install all of the Work complete and in place. The Schedule of Values is provided for
the purpose of Bid 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 Contractor shall furnish all labor, materials, equipment, tools, superintendence and
services necessary to provide a complete, in place Project for the Bid Price of: y
LUMP SUM BASE BID: IWO ,�OdKCl IAI &A % / d l bil u
dollars and
Alternates: #1
#2
el
I WO cents
#5
U9
#3 #7
$ 2 6.02
ADDENDUM No. 3
Project Name: SW 66- Street Improvements Project Phase II
RFP NO. SM- 2011 -10 -PW
Date: July 22, 2011
Sent: Fax /E- mail /webpage
This addendum submission is issued to clarify, supplement and /or modify the previously issued BID
Documents, and is hereby made part of the BID Documents. All requirements of the BID Documents
not modified herein shall remain in full force and effect as originally set forth. Receipt of this Addendum
shall be acknowledged on the Bid Form.
The following changes, additions, and deletions amend the above - captioned Bid /Contract
documents, and shall become an integral part of the Request for Proposal responses and the
subsequent Contract. Please note the contents herein and affix same to the documents you
have on hand.
The following attachments are to be incorporated as part of the bid documents:
I. Addendum # 3 Additional Information
THIS ADDENDUM SHOULD BE SIGNED AND DATED BY THE BIDDER AND SUBMITTED
AS PROOF OF RECEIPT WITH THE SUBMISSION OF BIDS. THE BIDDER BY IDENTIFYING
THE ADDENDUM NUMBER IN THE BID PROPOSAL AND BY SIGNING AND
SUBMISSION OF EI BID dSHA�L/LSERVE AS PROOF OF REC2�PT OF THIS ADDENDUM.
NAME OF FIRM:
SIGNATURE:
DATE:
ADDENDUM No. 2
Project Name: SW 66. Street Improvements Project Phase II
RFP NO. SM -201 I -10 -PW
Date: July 22, 2011
Sent Fax/E- mail /webpage
This addendum submission is issued to clarify, supplement and /or modify the previously issued BID
Documents, and is hereby made part of the BID Documents. All requirements of the BID Documents
not modified herein shall remain in full force and effect as originally set forth. Receipt of this Addendum
shall be acknowledged on the Bid Form.
The following changes, additions, and deletions amend the above - captioned Bid /Contract
documents, and shall become an integral part of the Request for Proposal responses and the
subsequent Contract. Please note the contents herein and affix same to the documents you
have on hand.
The following attachments are to be incorporated as part of the bid documents:
I. Addendum # 2 Additional Information
2. Revised Schedule of Values — Bidders must use this form to render a responsive bid
3. Line Item Descriptions
4. Landscaping Drawings
5. Bid Holders List of attendees of Pre -Bid Meeting held on July 20, 2011
THIS ADDENDUM SHOULD BE SIGNED AND DATED BY THE BIDDER AND SUBMITTED
AS PROOF OF RECEIPT WITH THE SUBMISSION OF BIDS. THE BIDDER BY IDENTIFYING
THE ADDENDUM NUMBER IN THE BID PROPOSAL AND BY SIGNING AND
SUBMISSION OF TH R BID SHAL"ERVE AS PROOF ECEIPT OF THIS ADDENDUM.
NAME OF FIRM:nf "
SIGNATURE:
DATE:
ADDENDUM No. I
Project Name: SW 66' Street Improvements Project Phase II
RFP NO. SM -201 1 -07 -PW
Date: July 14, 2011
Sent: Fax/E- mail /webpage
This addendum submission is issued to clarify, supplement and /or modify the previously
issued BID Documents, and is hereby made part of the BID Documents. All
requirements of the BID Documents not modified herein shall remain in full force and
effect as originally set forth. Receipt of this Addendum shall be acknowledged on the Bid
Form.
The following changes, additions, and deletions amend the above - captioned
Bid /Contract documents, and shall become an integral part of the Request for
Proposal responses and the subsequent Contract. Please note the contents herein
and affix same to the documents you have on hand.
The following attachments are to be incorporated as part of the bid documents:
I. Engineering Drawings;
2. Technical Specifications;
3. Attachment A— SW 66" Street Improvements
4. MDPHA Section 3 Certified Vendors June 2011.
THIS ADDENDUM SHOULD BE SIGNED AND DATED, BY THE BIDDER AND
SUBMITTED AS PROOF OF RECEIPT WITH THE SUBMISSION OF BIDS. THE
BIDDER BY IDENTIFYING THE ADDENDUM NUMBER IN THE BID PROPOSAL
AND BY SIGNING AND SUBMISSION OF THEIR BID SHALL SERVE AS PROOF
OF RECEIPT OF THIS ADDENDUM. / 1
NAME
SIGNA'
DATE:
#a
#8
5. The ENTIRE WORK shall be completed, in full, within 120 calendar days Substantial
Completion; 150 calendar days Total Completion from the date stipulated in the NOTICE TO
PROCEED.
Failure to complete the entire work during the described time period shall result in the assessment of
liquidated damages as set forth in Paragraph 6 of the Contract.
6. Communications concerning this Bid shall be addressed to-
BIDDER:
BIDDER: T(O L vv /����7 DLs Vu2sa WON'
Address: 1 Zb 76 I%41 0
�147fbewY3 R-, 33 0 /8
Telephone:
Facsimile:
Attention:
7. The terms used in this Bid which are defined in the General Conditions of the Contract shall have
the same meaning as is assigned to them in the General Conditions.
SUBMITTED THIS 3 /" j DAY OF M VP 2011.
BID SUBMITTED B/ e WkJ6
W
Company
jwr ��V
Name of Person Authoriz o`Submit
Signatur
Title
dos I�'�
Telephone Number
�
Fax Number
Email Address
Below is a revised Schedule of Values for SW 66th Street Phase II Improvements.
Item #
Description I
Unit I
Qty lUnit
Price
Amount
SITE DEVELOPMENT
1
Mobilization
LS
1
6CC1•°D
2
Dust Control
LS
1
00 I
3
Clearin And Grubbing
LS
1
/ 0 .00
!
4
Removal of Existing Asphalt
SY
2,230
.3
3
5
Removal of Existing Concrete
SY
770
0
0 /•
6 1
Removal of Existing Drainage Structure
EA
3
6
7
Type S -III Asphalt
SY
1,360
ngs
A21
8
Concrete Sidewalk 6" Thick
SY
800
3
9
Colored Concrete 6" Thick
SY
90
0 .
10
Brick Pavers
SY
290
6 .
11
Curb and Gutter
LF
1,105
S
N1�15
12
Dro Curb
LF
15
DRAINAGE,'
13
18" HDPE Pie
LF
37
q6.
rjOZ '
14
18" French Drain
LF
24
!
6P
15
Curb Inlet with J Bottom
EA
4
200•
16 XO,u
16
Storm Manhole
EA
1
31 Ox .
000'
STRIPING
17
24" White Thermoplastic Stripe
LF
35
Z40, 0
18
18" White Thermoplastic Stripe
LF
46
0 •
19
12" White Thermoplastic Stripe
LF
107
3.60
20
6" White Thermoplastic Stripe
LF
213
323.W
21
6" Yellow Thermoplastic Stripe, Skip
GM
0.07
22
22
6" Double Yellow Thermoplastic Stripe
LF
75
°
L
23
Reflective Pavement Markings RPMs
EA
20
24
Maintenance of Traffic
LS
1
100
.3.000.04
25
Detectable Warninq Surface
26
Si na a
LS
1
3
LANDSCAPING
27
M rcianthes Fran rans
EA
9
3/
-
28
Thrinaz Radiata
EA
17
0O
29
Ficus Green Island
EA
860
2'
30
Mulch
I SF
1 325
1 0-601
115
"
MISC.
31
1 Performance and Payment Bond
LS
1
OQ7.
Mo
32
Contingency (10 %) - An allowance for
Unforseen Conditions
LS
1
0 002'
"'GRAND TOTAL
i
Updated 7/2212011. This form must be utilized to render a responsive bid.
i
i
i
i
7
02-
Jul 21 2011 5:1013M HP LASERJET FAX p,2
BID BOND
SW 66th Street Improvements Project Phase II
STATE OF FLORIDA
COUNTY OF MIAMI -DADE
KNOW ALL MEN BY THESE PRESENTS, that we, Florida Engineering and Development Corp.
, as Principal, and Berkley Regional Insurance Company
, as Surety, are held and firmly b�undgto th? Rik of So�t�tt I�llaml, a
municipal corporation of the.aState of Florida in the sum of ive ercen o moun i
Dollars ($ 5% of Amount Big ), 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 August 3, 2011 , for
the SW 66th Street Improvements Prolect Phase li. it was a condition precedent to the submission of sold
Bid that a Bid Bond in the amount of five percent (5 %) of the Base Bid be submitted with said Bid as a
guarantee that the BIDDER would, fulfill the obligations of the Invitation to bid and bid documents;
NOW THEREFORE,
A. If the principal shall not withdraw said bid within ninety (90) days after the date for opening of the
same, and shall, within tan (10) days after the prescribed forma are presented to it for signature, enter
into a written contract with the Owner in accordance with the bid as accepted, and give bonds with good
and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of
such contract, then the above obligations shall be void and of no effect, otherwise to remain in full force
and effect.
B. However, in the event of the prinelpaPs unauthorized withdrawal of said bid within ninety (90)
days after the date of the opening of the same or the failure to enter Into a written contract with the Owner
in accordance with the bid as accepted, and /or the failure to provide the City with bonds Issued from good
and sufficient surety or, sureties, as may be required, for the faithful performance and proper fulfillment of
such Contract within ten (10) days after the proscribed forms are presented to it for signature and /or in
the event that the principal is not awarded the bit but fails to waive all claims that arose or might have
arisen out of the bid process in the event that the bid is not awarded to the principal, then the above
obligations shall remain'in full force and effect and the bond shall thereafter be disburse, by court order,
to the Owner in the full amount of the bond if the Bid Documents provide for liquidated damages under
the circumstance of the case or, If liquidated damages are not applicable, then in an amount that is
adequate to fully compensate the Owner for all of its damages incurred due to the breach of the terms of
this Bond, Including all attorney fees, court costs and legal expense Incurred by the City for any and all
proceedings required to obtain the court order of disbursement, Including the cost of all appeals or other
proceedings, as well as the fees and costs Incurred to collect these damages.
IN WITNES_9�rV) IEREOF, the above bon sd parties have executed this Instrument under their
several seals this r day of Augus 2011, the name and the corporate
seal of each corporate part i hereto affixed and these presents being duly signed by its undersigned
representative.
IN PRESENCE
(seal
10
Jul 21 2011 S:lOPM HP LASERJET FRX
SECOND PAGE OF A TWO (2) PAGE
BID BOND
ATTEST:
As per attached power of attorney
Secretary
(Individual or Partnership Princlpal)
12076 NW 98th Street
(Business Address)
Hialeah Gardens, Florida 33018
(CitylBtate/Zip)
305 - 820 -8333
(Business Phone)
Berkley Regional Insurance Company
(Corporate Surety)"
By: p✓
Warren M. Alter, Attorney -in -Fact
P.3
'Impress Corporate Surety Seal
IMPORTANT Surety companies executing bonds must appear on the Treasury Department's most
current list (circular 570 as amended) and be authorizad to transact business in the State
of Florlds.
No. 7959
POWER OF ATTORNEY
BERKLEY REGIONAL 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 REGIONAL INSURANCE COMPANY (the "Company "), a
m corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Urbandale, Iowa,
L has made, constituted and appointed, and does by these presents make, constitute and appoint: Warren M. Alter, David T. Satine
o or Dawn Auspitz of Alter Surety Group, Inc. of Miami Lakes, FLits 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 Dollars
1 ($50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers
y .5 of the Company at its principal office in their own proper persons.
9 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
o s' resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on August 21, 2000:
� N
E
"RESOLVED, that the proper officers of the Company are hereby authorized to execute powers of attorney authorizing and
E v qualifying the attomey -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;
`o and further
RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances,
o ,o 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
°o ftnther
v o RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
s 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
.F though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any
E 3 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 caused these presents to be signed and attested by its appropriate officers and its
n corporate seal hereunto affixed this/<S'day of �09.
s
'o ,°o, Attest: Berkley, nal Ins ante Company
P (Seal) By B
Ira S` Lederman
Robert P. Cole
S
Senior Vice President & Secretary Senior Vice President
o .o
'� g N WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE ` BERKLEY" SECURITY PAPER.
o
d E STATE OF CONNECTICUT)
P ) ss:
COUNTY OF FAIRFIELD )
oSworn to before me, a Notary Public in the State of Connecticut, this Z(-- day of-3�. c;-..�S�vy.2009, by Robert P. Cole and Ira
o S. Lederman who are swom to me to be the Senior Vice President, and t Senior Vice President and "Secretary, respectively, of
Berkley Regional Insurance Company. ]`x�I
v /Notary Public, State of:CorS$I=RA C, M,t"AN1 vs
o CERTIFICATE NOT4R ai . t -1C
• Wli"COMih71uSI0hl c " ";) fl t?Y' 71,lxGie
I, the undersigned, Assistant Secretary of BERKLEY REGIONAL INSURANCE COMPANY, DO HEREBY CR'RTIFY that the
w foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power'bf Attorney has not been revoked
uor rescinded and that the authority of the Attorney -in -Fact set forth therein, who executed the H r °undertaking to which this
y Power of Attorney is attached, is in full force and effect as of this date.
..
Given under my hand and seal of the Company, this 3rd day of Au ust 2011
(Seal) �RC�
Steven Coward
BIDDER QUALIFICATION STATEMENT
SW 66th Street Improvements Project Phase II
The BIDDER's response to this questionnaire shall be utilized as part of the CITY'S overall Bid Evaluation
and Contractor selection.
1. Number of similar construction projects completed,
a In the past 5 + d
years hd',LYn,
On Schedule
b In the past 10
years
On Schedule
2. List the last three (3) completed similar projects.
a) Project Name: 6u � ".d
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:
b) Project Name:
12
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:
C) Project Name:
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:
13
workload 3. Current
Project 1;unc Owner Name fcicphnne Amuhcr (bnl r:u•1 I'ricc
1 ,
P I
4. The following information shall be provided for this project.
.a0
a) Estimated total demolition man -hours
b) Percent man -hours to be performed by Contractor's permanent staff
C) Permanent man -hours to be performed by direct hired employees for this project
d) Percent man -hours to be performed by Subcontractors
a
J
5. The following information shall be attached to the bid.
a) Contractor's home office organization chart.
b) Contractor's proposed project organizational chart.
C) Resumes of proposed key project personnel, including on -site Superintendent.
14
OFFICE CHART
O
U
CO
Z Z
W W
M2
CL LU
00
ww
>a
o�
W
W
Z_ H
W
N
LU
Z
z N
W
p W
�O
O
w
La
F-
L)
W
w
CL
O W W IL
LL O CL
a
Jose Vega
7950 SW 78th Street
Miami Fl. 33143
Home (305) 279 7959
Cell (305) 2719395
Email: jose @floddaengineedng.net
EDUCATION
Bachelor of Science in Civil Engineering — University of Florida
Primavera Expedition — Schedule — Miami Florida, 2001
SUMMARY
I started working in the Construction Industry in September of 1980 after graduating with a degree of Civil Engineering. With over 28
years experience in the fields of Engineering and Project /Construction Management, my career has been focused in the construction
sector of the governmental as well as private industry. My background includes Construction of pipelines, drainage, pump stations and
roadwork.
EXPERIENCE
Florida Enaineerina January 2002 to Present
President in charge of all the management aspects of the Company from financial to operations, I was involved in the Bidding and
construction of projects in the range of W Million dollars. Some of the large projects completed by the Company are
• Aviation Project City of Opalocka Include: Drainage System, Water Systems, Sewer System, Force Main System, FPL Duds,
AT &T Ducts, Signalization System, concrete sidewalks, Asphalts Roadways. Work inspected by FDOT, DADE County,
WASD, DERM.
Building N for CPF Investments. Drainage System, Water Systems, Sewer System, Force Main System, concrete sidewalks,
asphalt pavement.
Building Expansion 3505 Warehouse at city of Doral the work include: Building pad, water main, sewer main, Drainage
System, Asphalts, concretes, etc.
• South Side Elementary site contractors the work include: mass excavation for underground parking lot, Well Drainage,
Drainage collection system, ejector pump, water system, sewer system, asphalts, concretes, etc.
• Several School projects totaling over 15 million in construction
JV Construction from June 1987 to December 2001
President in charge of all the management aspects of the Company from financial to operations, I was involved in the Bidding and
construction of projects in the range of 10 Million dollars.
References:
References are available upon request
Licenses:
State Certified General Contractor
MDC Public Works Engineering License
State Certified Underground License
OMAR A. MEDINA
4138 SAPPHIRE TERRACE
Weston FL 33331
Home (954) 3840577
Cell (954) 297 1148
Email omarm26@hotmail.com
EDUCATION
Bachelor of Science in Civil Engineering — Universidad de la Salle Colombia, 1996
Seminar for updates in sewage system design- Pontificia Universidad Javeriana, 1996
FDOT Course Maintenance of Traffic — Miramar Florida, 2003
Primavera Expedition — Schedule — Miami Florida, 2006
SUMMARY
Mr. Medina has over 12 years experience in the fields of Engineering and Project
/Construction Management. His career has been focused in the construction sector and
municipal design. His background includes Construction Management, inspections,
design and construction of pipelines, drainage, pump stations and highways. He has
excellent organizational and works well with others. Mr. Medina's project experience and
technical expertise includes the following:
EXPERIENCE
FCE Enjeineerinp March 2008 to Present
Project Manager managed the following projects:
• Aviation Project City of Opalocka Include: Drainage System, Water Systems,
Sewer System, Force Main System, FPL Ducts, AT &T Ducts, Signalization
System, concrete sidewalks, Asphalts Roadways. Work inspected by FDOT,
DADE County, WASD, DERM.
• Building Expansion 3505 Warehouse at city of Doral the work include: Building
pad, water main, sewer main, Drainage System, Asphalts, concretes, etc.
• South Side Elementary site contractors the work include: mass excavation for
underground parking lot, Well Drainage, Drainage collection system, ejector
pump, water system, sewer system, asphalts, concretes, etc.
JMEn.eineerin.e Contractors January 2007 to March 2008
Vice President managed the following projects:
Ferguson High School, Site contractors the work include: Demolition, Building
Pad, water system, sewer system, Drainage system, special sidewalks for schools,
etc.
• Leewood Elementary School, Site contractors the work include: Demolition,
Building Pad, water system, sewer system, Drainage system, special sidewalks for
schools, etc.
• Mary Brickell Village Project Include five (5) Lift stations, drainage systems,
sewer systems, concretes and asphalt restoration.
Petro Hydro Inc., Miami, FL. May 1999 to September 2007
Project Manager responsible for profitably managing all administrative and field
construction activities include preparing procedures and/or job progress reports
monitoring job cost & work status, preparing projects safety, maintaining a working
relationship with publics works, owners, architects, vendors, subcontractors, creating
project schedules and change orders management. He exercises considerable independent
judgment in the application of the principles and practices of planning, design,
construction and administration of a variety of construction projects. As Project Manager,
Mr. Medina has been responsible for managing and requisitioning over $800,000
monthly. He has been instrumental with negotiating subcontractor contracts and
maintaining relationships with city, county and governmental officials. His
responsibilities include the mentoring of several site project engineers and managing
several construction crews with a minimum production of $500,000 monthly. He is
responsible for scheduling projects from their inception to final close out. Managing
work orders and staying on track with schedules and budgets as well as conduct on -site
client and team meetings.
Mr. Medina's project technical expertise includes the following:
• Jardack Construction, Shakill Investment Center Drainage, Paving, and Water
system.
• City of Fort Lauderdale, Progresso Project, Sanitary sewer, water mains, drainage
system.
• Broward County, Broward Gardens, Sanitary Sewer, Lift Station. Improvements.
• Town of Medley. Roadway Restorations, Drainage, Sidewalks.
• FDOT Push Bottoms. Asphalt, Milling, Drainage, Sidewalks.
• FDOT NE 6 AVE. Drainage System and Asphalt Roadway over 1.5 miles.
• FDOT AlA. Asphalt Roadway over 2.0 miles, special sidewalks and stamp
crosswalk city of Miami Beach.
• City of Palmetto Bay. Drainage Improvements.
• City of Coral Springs. Water mains improvement.
• City of South Miami.
• Miami Dade County, PTP People Transportation Plan.
• City of Miami Road Rehabilitation Project. FEMMA SW 147 Ave and 88 Street.
• City of Lauderhill Culvert Replacement Project. DERM Storm water
Improvement Project.
Project Estimator responsible for completing estimated for construction projects
including quantity of materials, pricing, budgeting, value analysis, prepare square foot
estimates, detail conceptual estimated, working drawing estimates, proposalibid or GPM
estimates, systems comparisons, historical cost reports, and value engineering
alternatives.
Dade County, Palm beach County, FDOT projects, Broward County, City of Miami, City
of Lauderhill, City of Miami Beach, City of South Miami, City of West Palm Beach,
Omar Medina (Various) — Colombia, May 1997— Februarv1999
Construction Management and Resident Engineer responsible for coordination of the
design consultant and construction contractor, administration of change orders, claims,
clarifications, inspections, pay request, general documentation and shop drawings review.
Construction projects include force main, raw water transmissions mains, pavement and
sidewalk restoration. Expansion of the Water Treatment Plant including
flocculation/sedimentation basins, deep bed anthracite filters, clear -well tank, water
intake and pump station rehabilitation. Projects also include the construction of a Tourist
Pier located at the town of Puerto los Guamos.
Responsible for civil /mechanical design, construction drawings using CAD, cost estimate
analysis and summary of bill of materials. Projects include force main design, drainage
design, water and wastewater facilities for the city of Riohacha — Colombia, pump station
design for the City of Valledupar — Colombia, Master Plan design for the City of El
Banco Magdalena — Colombia.
Computer Aided Design (CAD):
Microstation J
AutoCad
Corel Draw (Presentation Graphics)
Other Computer Software Used:
Primavera Contractor
Primavera Expedition
Outlook.
Microsoft Project (Scheduling)
Primavera Contractor (Scheduling)
Microsoft Excel (Spreadsheet)
Microsoft Word (Word Processing)
Microsoft PowerPoint (Presentation)
Windows NT (Operating System @ Administrator Level)
QUALIFYING TRADES)
0001 GENERAL ENGINEERING
I
�( mI- 1f
Hemiria �w 1m P.E.
Secrcbry olllu Been �'
M+nFWOe CautY rcM1InNWWeM nWeM1enlrt xww.mlemlEaEe.WeMYMIWroYe
l�
U S
Y
a
O
a
N
0
T
d
z
W
O o
N
M
y
tm
o
C j LL
Q
U
d C
d Y
=
L
co
a, [S
m
w 3 0
s
V Z t
m
a to
^
`m
0 O
CN
M
LL r =
CD
CD
�
�
O
Q
N
U
O
O
U S
Y
d
O
a
co
0
T
d
o
C
W
O o
M
y
tm
o
C j LL
Q
s
d C
d Y
=
L
co
a, [S
w 3 0
V Z t
o
a to
^
a`
0 O
CN
M
LL r =
J
C
E
E
T
T
0
m
c
�
�
m
O
O
o
E p
0
U
m
0
U
U
0
O
0
O
0
O
U O
O
O
LO
�
m
�
uPr
`m
cyro
y0�
W
�
L
CJ N
U
N
Q�'f0
C TLLJ
U
mN O.
QZ�o
Q'M
>am as
U
o
v
c
m
a
a
E.
N
�
C Om
oaaEo.
2m `°.
2 a. >.
U m
m d M
LL
.y
c aiU
a d
_ Y�d
m �'c
E
�0
c
eaa
m
Z
a
N
JZV
h
- a°i
wm
�
a
.�w
O
� 0
O
,> ¢
_ �
6. List and describe any:
Bankruptcy petitions filed by or against the BIDDER or any predecessor
a) organizations,
b) Any arbitration or civil or criminal proce dings, or / I //////�
Suspension of contracts or debarring from Bidding byany public agency brought against
C) the BIDDER in the last five (5) years.
7. Government References:
List 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:
15
NON - COLLUSION AFFIDAVIT
SW 66th Street Improvements Project Phase II
STATE OF FLORIDA
COUNTY OF MIAMI -DADE
v G �/ being first duly sworn, deposes and says that:
(1) V She/They is /are the % '�9e-'JT
(Owner, Partner, Officer, Representative or Agent) of Y t0 N ER1?71 LrB7 -37L 05
1U� �WC,C�I(�1.���,JT the BIDDER that has submitted the
attached Bid;
(2) He She/They is /are fully informed respecting the preparation and contents of the attached Bid
nd of all pertinent circumstances respecting such Bid;
(3) Such Bid is genuine and is not a collusive or sham Bid;
(4) Neither the said BIDDER 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 BIDDER, firm, or person to submit a
collusive or sham Bid in connection with the Work for which the attached Bid has been
submitted; or to refrain from Bidding in connection with such Work; or have in any manner,
directly or indirectly, sought by agreement or collusion, or communication, or conference with
any BIDDER, firm, or person to fix any overhead, profit, or cost elements of the Bid or of any
other BIDDER, or to fix any overhead, profit, or cost elements of the Bid Price or the Bid Price
of any other BIDDER, 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 the attached Bid are fair and proper and are not tainted by any
collusion, conspiracy, connivance, or unlawful agreement on the part of the BIDDER or any
other of its agents, representatives, owners, employees or parties of interest, including this
affiant
Signed, sealed and delivered in the presence of:
By
Print Na e d Title
g
Date
16
ACKNOWLEDGEMENT
STATE OF FLORIDA )
COUNTY OF MIAMI -DADE )
On this the day of e5?dQ , 2011, before me, the undersigned Notary Public of the
State of Florida, personally appeaMd Nas) of individual(s) who appeared before
notary)
Fd:xff d and whose name(s) is /are Subscribed
to the within instrument, and he/ a /they acknowledge that he /she executed it.
WITNESS my hand and official seal.
NOTARY PUBLIC:
SEAL OF OFFICE:
IAYy M
CAMMIS5IDN 1 DD 92
EXPIRES: November 29, 2013
Baled Tlxu BVW Nolan SOMM
(Name of Notary Public: Print, Stamp or type as
commissioned.)
ssi
/ Personally known to me, or
Personal identification:
Type of Identification Produced
Did take an oath, or
Did Not take an oath.
17
PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST
SW 66th Street Improvements Project Phase II
Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes — "A person or
affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime
may not submit a Bid on a Contract to provide any goods or services to a public entity, may not submit a
Bid on a Contract with a public entity for the construction of repair of a public building or public work, may
not submit bids on leases or real property to a public entity, may not be awarded to perform Work as a
Contractor, supplier, Subcontractor, 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.
BIDDERS must disclose with their Bids, 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 287.133 (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.
1. Thi sworn statement is submitted to
►(q� � 1bd73f M /✓�M I
�] [print name of the public entity]
by
[print individual's name and title]
0 )-q i 2f �Gj " )eV&Ur11WCxJ7—
[print name of entity submitting sworn statement]
whose business address is /?Z ?b kfAJ q 0 7TI
3 '9 0/
and (if applicable) its Federal Employer Identification Number (FEIN) is 8 0'u-✓Y J U / "
(If the entity has no FEIN, include the Social Security Number of the individual signing this sworn
statement: )
2. 1 understand that a "pubuc entity crime" as defined in Paragraph 287.133 (1)(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 to , any bid or
contract for goods or services to be provided to any public entity or an agency or political
subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery,
collusion, racketeering, conspiracy, or material misrepresentation.
3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1) (b), Florida
Statutes, 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 trial court of record relating to charges brought by
indictment or information after July 1, 1989, as a result of a jury verdict, non -jury trial, or entry of a
plea of guilty or nolo contendere.
4. 1 understand that an "affiliate" as defined in Paragraph 287.133 (1) (a), Florida Statutes, means:
(a) A predecessor or successor of a person convicted of a public entity crime; or
18
(b) 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, directors, executives, partners, shareholders, employees, members, and
agents 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 facie case that one person controls another person. A
person who knowingly enters into a joint venture with a person who has been
convicted of a public entity crime in Florida during the preceding 36 months shall
be considered an affiliate.
5. 1 understand that a "person" as defined in Paragraph 287.133 (1) (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 applies to bid 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. Based on information and belief, the statement which I have marked below is true in relation to
the entity submitting 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
public entity crime subsequent to July 1, 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 the entity, or an affiliate of the entity has been charged with and convicted of a
public entity crime subsequent to July 1, 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 the entity, or an affiliate of the entity has been charged with and convicted of a
public entity crime subsequent of July 1, 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 OFFICER FOR
THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY
ONLY, AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN
WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC
ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT
PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN
THE INFORMATION CONTAINED IN THIS FORM.
e
[Sign /
Sworn to and subs ibed before me this day of H�/9rc.s t' 2011.
Personally known
* MY COMMISSION# DD 924448
* EXPIRES: November 29, 2013
*l1'eovn &�' Bonded Thor Budget NCAM SKM
19
OR Produced identification
(Type of identification)
stamped commissioned
Form FUR 7068 (Rev.06/11/92)
Notary Public — State of
My commission expires
(Printed, typed or
name of notary public)
20
DRUG FREE WORKPLACE
SW 66th Street Improvements Project Phase II
Whenever two or more Bids 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 contractual services, a Bid
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 shall be followed
if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace
program, a business shall:
1) Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the workplace
and specifying the actions that shall 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 (1).
4) In the statement specified in Subsection (1), notify the employees, that, as a condition of
working of the commodities or contractual services that are under Bid, 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 (5) days after such conviction.
5) 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 faith effort to continue to maintain a drug -free workplace through
implementation of this section.
As the person authorized to sign the statement, I certify that this firm complies fully with the above
requirements.
BIDDER's Signature:
Print Name:
Date: g l
21
ACKNOWLEDGEMENT OF CONFORMANCEWITH OSHA STANDARDS
SW 66th Street Improvements Project Phase II
TO THE CITY OF SOUTH MIAMI
�vergi -XJ-
We, I% XQ— 1 ` (Name of Contractor), hereby acknowledge and agree that as
Contractors for the SW 66th Street Improvements Project Phase II, as specified have the sole
responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act
of 1970, and all State and local safety and health regulations, and agree to indemnify and hold harmless
the City of South Miami and EAC Consulting Inc., against any and all liability, claims, damages, losses
and expenses they may incur due to the failure of (subcontractoJ/'�s names):
to comply with such act or regulation.
CONTRACTOR
Witness
:Y(
k6T, 61,�-(ri
Title
22
LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL
SUPPLIERS
SW 66th Street Improvements Project Phase II
BIDDER shall list all Proposed Subcontractors to be used on this oroiect if thev are awarded the enntract
Classification of Work
Landscape
Subcontractor Name
Address
)Q"rj p f Zc/y
0
Telephone, Fax &
Email
-Jr , ZT b —32-U
Sodding and Turf Work
Demolition
Asphalt Paving
Concrete Paving
/(.p i3pF/eoc
/ r)
706
Park Amenities
Graphics
Utilities
Excavation
Painting / Striping
Testing Laboratory
Signs
Z'o - IV/
79 73
Other:
This list shall be provided to the City of South Miami by the apparent lowest responsive and responsible
bidder within five (5) calendar days after Bid Opening.
23
ATTACHMENT A
TO BID PACKAGE
DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT
AND FEDERAL LABOR REQUIREMENTS DOCUMENTS
Project Name: City of South Miami — SW 66th Street - Street Improvements PH -II
Project Address: SW 66th Street from SW 59`h Place to SW 61 st Court, South Miami,
Florida 33143
ATTACHMENT A
Table of Contents
Federal Labor Requirements Documents that must be incorporated in the submittal of
the bid package:
• Notice to Bidders / Prospective Contractor(s)
• Statement of Bidder's Construction Experience
• Certification Receipt
• Davis -Bacon Wage Decision FL20100325 04/01/2011 FL325
• Federal Labor Standards Provisions (Form HUD -4010)
• Insurance Requirements
• Provisions to be Incorporated in Construction Contracts:
0 1) Davis -Bacon Act,
0 2) Termination,
0 3) Access to Records and Record Retention,
• Non - Collusion Affidavit
• Certification Regarding Lobbying
• Affirmative Action Standards
• Certification of Compliance with Part 60 -2: Affirmative Action Programs
• Other Required Certifications:
0 1) Equal Employment Opportunity,
0 2) Affirmative Action,
0 3) Americans with Disabilities Act,
0 4) Copeland Anti - Kickback,
0 5) Byrd Anti - Lobbying Amendment,
0 6) Full Disclosure by the Contractor /Bidder,
0 7) Non - Discrimination Clause,
0 8) Age Discrimination Act of 1975 as Amended, and
0 9) Section 504 of the Rehabilitation Act of 1973 as Amended.
• Certification Regarding Drug Free Workplace (Grantees Other than Individuals)
• Assurance of Compliance (Section 3, HUD Act of 1968)
• Section 3 Requirements
• Section 3 Clause
• Bidder's Initial Section 3 Goals
• Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — Lower Tier
Transactions (Certification Document and Instructions)
• Equal Employment Opportunity (EEO) Clause for Contractors Not Subject to Executive Order
(EO 11246)
• Equal Opportunity for Special Disabled Veterans and Veterans of the Vietnam Era
• Equal Opportunity for Workers with Disabilities
• Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity
(EO 11246)
• Equal Employment Opportunity (EEO) Clause for Contractors Subject to EO 11246
• Certification of Nonsegregated Facilities
• Notice to Prospective Subcontractors of Requirements for Certification of Nonsegregated Facilities
• Notice of Requirement - Clean Water, Clean Air, EO 11738 and EPA Regulations Provision
• Certification of Compliance with Federal Regulations
• Clean Air Act,
• Federal Water Pollution Control Act, and
• Lead -Based Paint Poisoning Prevention Act
• Certification Regarding Debarment, Suspension, and Other Responsibility Matters (Direct Recipient)
• Public Entity Crimes Affidavit
1 -BID PACKAGE
Miami -Dade County DHCD
Page 2
NOTICE TO BIDDERS /PROSPECTIVE CONTRACTOR (SI
This project in part will be federally assisted through the Miami -Dade County Department of
Housing and Community Development with Community Development Block Grant funds and
as such bidder must comply with Presidential Executive Order 11246, as amended; by
Executive Order 11375; Title VII of the Civil Rights Act of 1964 as amended; the Davis -Bacon
Act of 1968, as amended; the Copeland Anti - Kickback Act; the Contract Work Hours and
Safety Standards Act and all other applicable federal, state and local ordinance.
Note that bidder is required to pay workers on this project the minimum wages as determined
in the Wage Determination Decision included in the Bidder's package; and that the contractor
must ensure that employees are not discriminated because of race, color, religion, sex or
national origin.
This project is also a Section 3 covered activity. Section 3 requires that job training,
employment and contracting opportunities be directed to very-low and low income persons or
business owners who live in the project's area.
(Please use this language in the advertisement or the project)
4
nAf l e
2- NOTICE TO BIDDERS /PROSPECTIVE CONTRACTOR (S) (CDBGJ
Miami -Dade County DHCD
Page 3
Page 4
STATEMENT OF BIDDER'S CONSTRUCTION EXPERIENCE
To be submitted by each Bidder with requested information and documentation with the Bid
package
All questions must be answered and the data given must be clear and comprehensive. This
statement must be notarized. If necessary, add separate sheets for items marked
1.
Prime Contractor: 'u* ito/kV;&iwJ-(7 i Lc1P I
2.
Prime Contractor Address: /2 76" 1 4!AfVe--
07 �P(Md +W KJ. . 1 33 I
� s
3.
Name of each principal officer of corporation, partner, firm or individual:
4.
Gender and Ethnicity of Principals: e-
5.
Company Qualifier:
6.
Years in Business:
7.
U.S. Treasury Number. (Employer's Identification number, Federal Social Security
number used on Employer's quarterly Federal Tax/return, U.S. Treasury Department.
g3- 6,�S69� �,^
License Number: S 3) O State: P(A
8.
Contractor's Certification Categories:
9.
Contracts completed in the last five years (inc a the m nths and year completed,
use additional pages, if needed) � /
10.
Contractor's on -going construction projects (Schedule these, showing gross amount of
each contract and the approximate Einticipated dates of completion).
11.
Have you ever failed to complete any work awarded to your company?
If so, where and Why?
Page 1 of 2
3. STATEMENT OF BIDDER'S CONSTRUCTION EXPERIENCE
Miami -Dade County DHCD
Page 4
12. Have you ever defaulted on a Contract? lfi6 Please explain on a separate sheet.
13. Through what personnel or affiliations do you propose to provide knowledge of local
design and construction problems and methods?
14. a) The undersigned has attached a detailed financial statement and furnish any
other information that may be required by Miami -Dade Office of Community and
Economic Development? VA
(initials)
The Bidder promises to defend, indemnify and hold harmless the Crrff iee: AT-]* "I
(agency name) and Miami -Dade County with regard to any disclosures or information
received, wh r at trial, in arbitration or on appeal.
(initials)
15. The Bidder authorizes any person, firm corporation, organization or governmental unit
to act on a copy gf the submitted financial statement.
17. The undersigned hereby authorizes and requests any person, firm or ption, or
governmental unit, to furnish. any information requested by the ��i(name
of agency) in verification of the recitals comprising this statement of bidder's
experience
SUBSCRIBED AND SWORN TO (or affirmed) before me on
Date
By TO S2 - He /She is personally known to me or has presented
(Affiant)
/b.�ove //� Ltrt�rcl AJ as identification.
(Signature of
(Serial Number)9at/�fYB
(Print or Stamp Namepfv@lg?agQ.-_W4 REYES (Expiration Date) Woo a?� 0013
` E XPIRES: November 29,2013
Notary ° ^1'17 117de swedThiu9udget"rySernoNotary Seal
Public
(State)
Page 2 of 2
3- STATEMENT OF BIDDER'S CONSTRUCTION EXPERIENCE
MIarnFDaee County DHCD
Page 5
CERTIFICATION RECEIPT
This is to acknowledge receipt of a copy of the U.S. Department of Housing and Urban
Development Federal Labor Standards Provisions (HUD Form 4010) concerning the
project City of South Miami — SW 66th Street - Street Improvements PH -II.
(Name of project)
Further, I hereby certify that I have on this date, read, examined, understood and
acknowledge the contents of U.S. Department of Labor requirements, particularly the
requirements contained in Wage General Decision Number FL20100325 04101/2077
FL325 that is applicable to this project.
1 hereby agree to abide by the requirements of the Federal Labor Standards Provision
issued by the United States Department of Housing and Urban Development and
described in Form HUD -4010 and those requirements contained in Wage General
Decision Number FL20100325 04101/2011 FL325 for this project.
Name: ?7(b MW evql�i�f1 V ��yovt
(Name of Firm)
Employer ID #
(FEID#) j
Authorized Signature:
Print Name:
Title: /0/� h /eIYT—
Date:
Full Address (including Zip Code)
/`676 /AJ 9g A,f��
hiwp L (96 (ht ft P. -3V /b
Telephone Number: ( � ) 0 ?,� ` 33�:)
Ch7eck one ras applicable:
I/ Contractor
Subcontractor
Other
Page 6
Federal Labor Standards Provisions U.S. Department of Housing
and Urban Development
Office of Labor Relations
Applicability
The Project or Program to which the construction work
covered by this contract pertains is being assisted by the
United States of America and the following Federal Labor
Standards Provisions are included in this Contract
pursuant to the provisions applicable to such Federal
assistance.
A. 1. (1) Minimum Wages. All laborers and mechanics
employed or working upon the site of the work, will be paid
unconditionally and not less often than once a week, and
without subsequent deduction or rebate on any account
(except such payroll deductions as are permitted by
regulations issued by the Secretary of Labor under the
Copeland Act (29 CFR Part 3), the full amount of wages
and bona fide fringe benefits (or cash equivalents thereof)
due at time of payment computed at rates not less than
those contained in the wage determination of the
Secretary of Labor which is attached hereto and made a
part hereof, regardless of any contractual relationship
which may be alleged to exist between the contractor and
such laborers and mechanics. Contributions made or
costs reasonably anticipated for bona fide fringe benefits
under Section I(b)(2) of the Davis -Bacon Act on behalf of
laborers or mechanics are considered wages paid to such
laborers or mechanics, subject to the provisions of 29 CFR
5.5(a)(1)(iv); also, regular contributions made or costs
incurred for more than a weekly period (but not less often
than quarterly) under plans, funds, or programs, which
cover the particular weekly period, are deemed to be
constructively made or incurred during such weekly period.
Such laborers and mechanics shall be paid the appropriate
wage rate and fringe benefits on the wage determination
for the classification of work actually performed, without
regard to skill, except as provided in 29 CFR 5.5(a)(4).
Laborers or mechanics performing work in more than one
classification may be compensated at the rate specified for
each classification for the time actually worked therein:
Provided, That the employer's payroll records accurately
set forth the time spent in each classification in which
work is performed. The wage determination (including any
additional classification and wage rates conformed under
29 CFR 5.5(a)(1)(ii) and the Davis -Bacon poster (WH-
1321) shall be posted at all times by the contractor and its
subcontractors at the site of the work in a prominent and
accessible, place where it can be easily seen by the
workers.
(li) (a) Any class of laborers or mechanics which is not
listed in the wage determination and which is to be
employed under the contract shall be classified in
conformance with the wage determination. HUD shall
approve an additional classification and wage rate and
fringe benefits therefor only when the following criteria
have been met:
(1) The work to be performed by the classification
requested is not performed by a classification in the wage
determination; and
(2) The classification is utilized in the area by the
construction industry; and
(3) The proposed wage rate, including any bona fide
fringe benefits, bears a reasonable relationship to the
wage rates contained in the wage determination.
(b) If the contractor and the laborers and mechanics to be
employed in the classification (if known), or their
representatives, and HUD or its designee agree on the
classification and wage rate (including the amount
designated for fringe benefits where appropriate), a report
of the action taken shall be sent by HUD or its designee to
the Administrator of the Wage and Hour Division,
Employment Standards Administration, U.S. Department of
Labor, Washington, D.C. 20210. The Administrator, or an
authorized representative, will approve, modify, or
disapprove every additional classification action within 30
days of receipt and so advise HUD or its designee or will
notify HUD or its designee within the 30 -day period that
additional time is necessary. (Approved by the Office of
Management and Budget under OMB control number 1215-
0140. )
(c) In the event the contractor, the laborers or mechanics
to be employed in the classification or their
representatives, and HUD or its designee do not agree on
the proposed classification and wage rate (including the
amount designated for fringe benefits, where appropriate),
HUD or its designee shall refer the questions, including
the views of all interested parties and the recommendation
of HUD or its designee, to the Administrator for
determination. The Administrator, or an authorized
representative, will issue a determination within 30 days of
receipt and so advise HUD or its designee or will notify
HUD or its designee within the 30 -day period that
additional time is necessary. (Approved by the Office of
Management and Budget under OMB Control Number
1215 - 0140.)
(d) The wage rate (including fringe benefits where
appropriate) determined pursuant to subparagraphs
(1)(ii)(b) or (c) of this paragraph, shall be paid to all
workers performing work in the classification under this
contract from the first day on which work is performed in
the classification.
(III) Whenever the minimum wage rate prescribed in the
contract for a class of laborers or mechanics includes a
fringe benefit which is not expressed as an hourly rate, the
contractor shall either pay the benefit as stated in the
wage determination or shall pay another bona fide fringe
benefit or an hourly cash equivalent thereof.
(iv) If the contractor does not make payments to a trustee
or other third person, the contractor may consider as part
form HUD -4010 (0612009)
Previous editions are obsolete Page 1 of 5 ref. Handbook 1344.1
of the wages of any laborer or mechanic the amount of any
costs reasonably anticipated in providing bona fide fringe
benefits under a plan or program, Provided, That the
Secretary of Labor has found, upon the written request of
the contractor, that the applicable standards of the Davis -
Bacon Act have been met. The Secretary of Labor may
require the contractor to set aside in a separate account
assets for the meeting of obligations under the plan or
program. (Approved by the Office of Management and
Budget under OMB Control Number 1215 - 0140.)
2. Withholding. HUD or its designee shall upon its own
action or upon written request of an authorized
representative of the Department of Labor withhold or
cause to be withheld from the contractor under this
contract or any other Federal contract with the same prime
contractor, or any other Federally- assisted contract
subject to Davis -Bacon prevailing wage requirements,
which is held by the same prime contractor so much of the
accrued payments or advances as may be considered
necessary to pay laborers and mechanics, including
apprentices, trainees and helpers, employed by the
contractor or any subcontractor the full amount of wages
required by the contract In the event of failure to pay any
laborer or mechanic, including any apprentice, trainee or
helper, employed or working on the site of the work, all or
part of the wages required by the contract, HUD or its
designee may, after written notice to the contractor,
sponsor, applicant, or owner, take such action as may be
necessary to cause the suspension of any further
payment, advance, or guarantee of funds until such
violations have ceased. HUD or its designee may, after
written notice to the contractor, disburse such amounts
withheld for and on account of the contractor or
subcontractor to the respective employees to whom they
are due. The Comptroller General shall make such
disbursements in the case of direct Davis -Bacon Act
contracts.
3. (1) Payrolls and basic records. Payrolls and basic
records relating thereto shall be maintained by the
contractor during the course of the work preserved for a
period of three years thereafter for all laborers and
mechanics working at the site of the work. Such records
shall contain the name, address, and social security
number of each such worker, his or her correct
classification, hourly rates of wages paid (including rates
of contributions or costs anticipated for bona fide fringe
benefits or cash equivalents thereof of the types described
in Section I(b)(2)(B) of the Davis -bacon Act), daily and
weekly number of hours worked, deductions made and
actual wages paid. Whenever the Secretary of Labor has
found under 29 CFR 5.5 (a)(1)(iv) that the wages of any
laborer or mechanic include the amount of any costs
reasonably anticipated in providing benefits under a plan
or program described in Section I(b)(2)(B) of the Davis -
Bacon Act, the contractor shall maintain records which
show that the commitment to provide such benefits is
enforceable, that the plan or program is financially
responsible, and that the plan or program has been
Previous editions are obsolete
F
communicated in writing to the laborers or mechanics
affected, and records which show the costs anticipated or
the actual cost incurred in providing such benefits.
Contractors employing apprentices or trainees under
approved programs shall maintain written evidence of the
registration of apprenticeship programs and certification of
trainee programs, the registration of the apprentices and
trainees, and the ratios and wage rates prescribed in the
applicable programs. (Approved by the Office of
Management and Budget under OMB Control Numbers
1215 -0140 and 1215 - 0017.)
(11) (a) The contractor shall submit weekly for each week
in which any contract work is performed a copy of all
payrolls to HUD or its designee if the agency is a party to
the contract, but if the agency is not such a party, the
contractor will submit the payrolls to the applicant
sponsor, or owner, as the case may be, for transmission to
HUD or its designee. The payrolls submitted shall set out
accurately and completely all of the information required
to be maintained under 29 CFR 5.5(a)(3)(i) except that full
social security numbers and home addresses shall not be
included on weekly transmittals. Instead the payrolls shall
only need to include an individually identifying number for
each employee (e.g., the last four digits of the employee's
social security number). The required weekly payroll
information may be submitted in any form desired.
Optional Form WH -347 is available for this purpose from
the Wage and Hour Division Web site at
htto://www.dol.gov /esa /whd /forms /wh347instrhtm or its
successor site. The prime contractor is responsible for
the submission of copies of payrolls by all subcontractors.
Contractors and subcontractors shall maintain the full
social security number and current address of each
covered worker, and shall provide them upon request to
HUD or its designee if the agency is a party to the
contract, but if the agency is not such a party, the
contractor will submit the payrolls to the applicant
sponsor, or owner, as the case may be, for transmission to
HUD or its designee, the contractor, or the Wage and Hour
Division of the Department of Labor for purposes of an
investigation or audit of compliance with prevailing wage
requirements. It is not a violation of this subparagraph for
a prime contractor to require a subcontractor to provide
addresses and social security numbers to the prime
contractor for its own records, without weekly submission
to HUD or its designee. (Approved by the Office of
Management and Budget under OMB Control Number
1215- 0149.)
(b) Each payroll submitted shall be accompanied by a
"Statement of Compliance," signed by the contractor or
subcontractor or his or her agent who pays or supervises
the payment of the persons employed under the contract
and shall certify the following:
(1) That the payroll for the payroll period contains the
information required to be provided under 29 CFR 5.5
(a)(3)(ii), the appropriate information is being maintained
under 29 CFR 5.5(a)(3)(i), and that such information is
correct and complete;
form HUD-4010 (0612009)
age 2 of 5 ref. Handbook 1344.1
(2) That each laborer or mechanic (including each helper,
apprentice, and trainee) employed on the contract during
the payroll period has been paid the full weekly wages
earned, without rebate, either directly or indirectly, and
that no deductions have been made either directly or
indirectly from the full wages earned, other than
permissible deductions as set forth in 29 CFR Part 3;
(3) That each laborer or mechanic has been paid not less
than the applicable wage rates and fringe benefits or cash
equivalents for the classification of work performed, as
specified in the applicable wage determination
incorporated into the contract.
(c) The weekly submission of a properly executed
certification set forth on the reverse side of Optional Form
WH -347 shall satisfy the requirement for submission of the
"Statement of Compliance" required by subparagraph
A. 3.(i i) (b).
(d) The falsification of any of the above certifications may
subject the contractor or subcontractor to civil or criminal
prosecution under Section 1001 of Title 18 and Section
231 of Title 31 of the United Stales Code.
(iii) The contractor or subcontractor shall make the
records required under subparagraph A.3.(i) available for
inspection, copying, or transcription by authorized
representatives of HUD or its designee or the Department
of Labor, and shall permit such representatives to
interview employees during working hours on the job. If
the contractor or subcontractor fails to submit the required
records or to make them available, HUD or its designee
may, after written notice to the contractor, sponsor,
applicant or owner, take such action as may be necessary
to cause the suspension of any further payment, advance,
or guarantee of funds. Furthermore, failure to submit the
required records upon request or to make such records
available may be grounds for debarment action pursuant to
29 CFR 5.12.
4. Apprentices and Trainees.
(i) Apprentices. Apprentices will be permitted to work at
less than the predetermined rate for the work they
performed when they are employed pursuant to and
individually registered in a bona fide apprenticeship
program registered with the U.S. Department of Labor,
Employment and Training Administration, Office of
Apprenticeship Training, Employer and Labor Services, or
with a State Apprenticeship Agency recognized by the
Office, or if a person is employed in his or her first 90
days of probationary employment as an apprentice in such
an apprenticeship program, who is not individually
registered in the program, but who has been certified by
the Office of Apprenticeship Training, Employer and Labor
Services or a State Apprenticeship Agency (where
appropriate) to be eligible for probationary employment as
an apprentice. The allowable ratio of apprentices to
journeymen on the job site in any craft classification shall
not be greater than the ratio permitted to the contractor as
to the entire work force under the registered program. Any
worker listed on a payroll at an apprentice wage rate, who
Previous editions are obsolete
F
is not registered or otherwise employed as stated above,
shall be paid not less than the applicable wage rate on the
wage determination for the classification of work actually
performed. In addition, any apprentice performing work on
the job site in excess of the ratio permitted under the
registered program shall be paid not less than the
applicable wage rate on the wage determination for the
work actually performed. Where a contractor is performing
construction on a project in a locality other than that in
which its program is registered, the ratios and wage rates
(expressed in percentages of the journeyman's hourly
rate) specified in the contractor's or subcontractor's
registered program shall be observed. Every apprentice
must be paid at not less than the rate specified in the
registered program for the apprentice's level of progress,
expressed as a percentage of the journeymen hourly rate
specified in the applicable wage determination.
Apprentices shall be paid fringe benefits in accordance
with the provisions of the apprenticeship program. If the
apprenticeship program does not specify fringe benefits,
apprentices must be paid the full amount of fringe benefits
listed on the wage determination for the applicable
classification. If the Administrator determines that a
different practice prevails for the applicable apprentice
classification, fringes shall be paid in accordance with that
determination. In the event the Office of Apprenticeship
Training, Employer and Labor Services, or a State
Apprenticeship Agency recognized by the Office,
withdraws approval of an apprenticeship program, the
contractor will no longer be permitted to utilize
apprentices at less than the applicable predetermined rate
for the work performed until an acceptable program is
approved.
(li) Trainees. Except as provided in 29 CFR 5.16,
trainees will not be permitted to work at less than the
predetermined rate for the work performed unless they are
employed pursuant ',to and Individually registered in a
program which has received prior approval, evidenced by
formal certification by the U.S. Department of Labor,
Employment and Training Administration. The ratio of
trainees to journeymen on the job site shall not be greater
than permitted under the plan approved by the
Employment and Training Administration. Every trainee
must be paid at not less than the rate specified in the
approved program for the trainee's level of progress,
expressed as a percentage of the journeyman hourly rate
specified in the applicable wage determination. Trainees
shall be paid fringe benefits in accordance with the
provisions of the trainee program. If the trainee program
does not mention fringe benefits, trainees shall be paid
the full amount of fringe benefits listed on the wage
determination unless the Administrator of the Wage and
Hour Division determines that there is an apprenticeship
program associated with the corresponding journeyman
wage rate on the wage determination which provides for
less than full fringe benefits for apprentices. Any
employee listed on the payroll at a trainee rate who is not
registered and participating in a training plan approved by
form HUD -4010 (0612009)
age 3 of 5 ref. Handbook 1344.1
the Employment and Training Administration shall be paid
not less than the applicable wage rate on the wage
determination for the work actually performed. In addition,
any trainee performing work on the job site in excess of
the ratio permitted under the registered program shall be
paid not less than the applicable wage rate on the wage
determination for the work actually performed. In the
event the Employment and Training Administration
withdraws approval of a training program, the contractor
will no longer be permitted to utilize trainees at less than
the applicable predetermined rate for the work performed
until an acceptable program is approved.
(III) Equal employment opportunity. The utilization of
apprentices, trainees and journeymen under 29 CFR Part 5
shall be in conformity with the equal employment
opportunity requirements of Executive Order 11246, as
amended, and 29 CFR Part 30.
5. Compliance with Copeland Act requirements. The
contractor shall comply with the requirements of 29 CFR
Part 3 which are incorporated by reference in this contract
6. Subcontracts. The contractor or subcontractor will
insert in any subcontracts the clauses contained in
subparagraphs 1 through 11 in this paragraph A and such
other clauses as HUD or its designee may by appropriate
instructions require, and a copy of the applicable
prevailing wage decision, and also a clause requiring the
subcontractors to include these clauses in any lower tier
subcontracts. The prime contractor shall be responsible
for the compliance by any subcontractor or lower tier
subcontractor with all the contract clauses in this
paragraph.
7. Contract termination; debarment. A breach of the
contract clauses in 29 CFR 5.5 may be grounds for
termination of the contract and for debarment as a
contractor and a subcontractor as provided in 29 CFR
5.12.
8. Compliance with Davis -Bacon and Related Act Requirements.
All rulings and interpretations of the Davis -Bacon and
Related Acts contained in 29 CFR Parts 1, 3, and 5 are
herein incorporated by reference in this contract
9. Disputes concerning labor standards. Disputes
arising out of the labor standards provisions of this
contract shall not be subject to the general disputes
clause of this contract. Such disputes shall be resolved in
accordance with the procedures of the Department of
Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes
within the meaning of this clause include disputes between
the contractor (or any of its subcontractors) and HUD or
its designee, the U.S. Department of Labor, or the
employees or their representatives.
10. (1) Certification of Eligibility. By entering into this
contract the contractor certifies that neither it (nor he or
she) nor any person or firm who has an interest in the
contractor's firm is a person or firm ineligible to be
awarded Government contracts by virtue of Section 3(a) of
the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be
awarded HUD contracts or participate in HUD programs
pursuant to 24 CFR Part 24.
(II) No part of this contract shall be subcontracted to any
person or firm ineligible for award of a Government
contract by virtue of Section 3(a) of the Davis -Bacon Act
or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or
participate in HUD programs pursuant to 24 CFR Part 24.
(III) The penalty for making false statements is prescribed
in the U.S. Criminal Code, 18 U.S.C. 1001. Additionally,
U.S. Criminal Code, Section 1 01 0, Title 18, U.S.C.,
"Federal Housing Administration transactions ", provides in
part: "Whoever, for the purpose of ... Influencing in any
way the action of such Administration..... makes, utters or
publishes any statement knowing the same to be false.....
shall be fined not more than $5,000 or imprisoned not
more than two years, or both."
11. Complaints, Proceedings, or Testimony by
Employees. No laborer or mechanic to whom the wage,
salary, or other labor standards provisions of this Contract
are applicable shall be discharged or in any other manner
discriminated against by the Contractor or any
subcontractor because such employee has filed any
complaint or instituted or caused to be instituted any
proceeding or has testified or is about to testify in any
proceeding under or relating to the labor standards
applicable under this Contract to his employer.
B. Contract Work Hours and Safety Standards Act. The
provisions of this paragraph B are applicable where the amount of the
prime contract exceeds $100,000. As used in this paragraph, the
terms "laborers" and "mechanics" include watchmen and guards.
(1) Overtime requirements. No contractor or subcontractor
contracting for any part of the contract work which may require or
involve the employment of laborers or mechanics shall require or
permit any such laborer or mechanic in any workweek in which the
individual is employed on such work to work in excess of 40 hours in
such workweek unless such laborer or mechanic receives
compensation at a rate not less than one and one -half times the basic
rate of pay for all hours worked in excess of 40 hours in such
workweek.
(2) Violation; liability for unpaid wages; liquidated
damages. In the event of any violation of the clause set
forth in subparagraph (1) of this paragraph, the contractor
and any subcontractor responsible therefor shall be liable
for the unpaid wages. In addition, such contractor and
subcontractor shall be liable to the United States (in the
case of work done under contract for the District of
Columbia or a territory, to such District or to such
territory), for liquidated damages. Such liquidated
damages shall be computed with respect to each individual
laborer or mechanic, including watchmen and guards,
employed in violation of the clause set forth in
subparagraph (1) of this paragraph, in the sum of$10foreach
calendar day on which such individual was required or permitted to
work in excess of the standard workweek of 40 hours without payment
of the overtime wages required by the clause set forth in sub
paragraph (1) of this paragraph.
Previous editions are obsolete form HUD -4010 (06/2009)
Page 4 of 5 ref. Handbook 1344.1
(3) Withholding for unpaid wages and liquidated
damages. HUD or its designee shall upon its own action
or upon written request of an authorized representative of
the Department of Labor withhold or cause to be withheld,
from any moneys payable on account of work performed by
the contractor or subcontractor under any such contract or
any other Federal contract with the same prime contract,
or any other Federally- assisted contract subject to the
Contract Work Hours and Safety Standards Act which is
held by the same prime contractor such sums as may be
determined to be necessary to satisfy any liabilities of
such contractor or subcontractor for unpaid wages and
liquidated damages as provided in the clause set forth in
subparagraph (2) of this paragraph.
(4) Subcontracts. The contractor or subcontractor shall
insert in any subcontracts the clauses set forth in
subparagraph (1) through (4) of this paragraph and also a
clause requiring the subcontractors to include these
clauses in any lower tier subcontracts. The prime
contractor shall be responsible for compliance by any
subcontractor or lower tier subcontractor with the clauses
set forth in subparagraphs (1) through (4) of this
paragraph.
C. Health and Safety. The provisions of this paragraph C are
applicable where the amount of the prime contract exceeds $100,000.
(1) No laborer or mechanic shall be required to work in
surroundings or under working conditions which are
unsanitary, hazardous, or dangerous to his health and
safety as determined under construction safety and health
standards promulgated by the Secretary of Labor by
regulation.
(2) The Contractor shall comply with all regulations
issued by the Secretary of Labor pursuant to Title 29 Part
1926 and failure to comply may result in imposition of
sanctions pursuant to the Contract Work Hours and Safety
Standards Act, (Public Law 91 -54, 83 Stat 96). 40 USSC
3701 at sec.
(3) The contractor shall include the provisions of this
paragraph in every subcontract so that such provisions will
be binding on each subcontractor. The contractor shall
take such action with respect to any subcontractor as the
Secretary of Housing and Urban Development or the
Secretary of Labor shall direct as a means of enforcing
such provisions.
Previous editions are obsolete form HUD-4010 (06/2009)
Page 5 of 5 ref. Handbook 1344.1
4- CERTIFICATION
I INSURANCE REQUIREMENTS 1
The term "Contractor ", as used in this document, refers to the entity providing construction
type services. The terms "owner" and "sub- recipient" are used interchangeably.
Based on the type of project, the Contractor shall acquire the following insurance and submit
necessary certificate(s) and original policies described hereunder.
A. Construction and Major Rehabilitation projects including new structures, additions to existing
structures, and comprehensive modernization /renovation. The contractor shall obtain the
insurance specified in Section II.
B. Emergency Shelter, Housing and Minor Rehab, Acquisition of Land and Commercial
Revitalization projects including renovation or roofing only of existing structures. The
contractor shall obtain the insurance specified in Section II.
Types of Insurance
REQUIRED CERTIFICATE(S) OF
PROJECT TYPE
INSURANCE
A.
Construction and Major
Worker's Compensation Insurance- for all
Rehabilitation
employees of the Contractor as required by
B.
Emergency Shelter, Housing and
Florida Statute 440.
Minor Rehab, Acquisition of Land &
Commercial Revitalization
Public Liability Insurance- on a
comprehensive basis in an amount not less
A.
Construction and Major
than $500,000 combined single limit per
Rehabilitation
occurrence for bodily injury and property
B.
Emergency Shelter, Housing and
damage. Miami -Dade County must be
Minor Rehab, Acquisition of Land &
shown as an additional insured with
Commercial Revitalization
respect to this coverage.
Automobile Liability Insurance - covering all
A.
Construction and Major
owned, non -owned and hired vehicles used
Rehabilitation
in connection with the work, in an amount not
B.
g
Emergency Shelter, Housing and
less than $500,000 combined single limit per
Minor Rehab, Acquisition of Land &
occurrence for bodily injury and property
Commercial Revitalization
damage.
Completed Value Builder's Risk
insurance- on al "All Risk' basis in an
amount not less than one hundred (100 %)
percent of the insurable value of the
A.
Construction and Major Rehabilitation
building(s) or structure(s). The policy shall be
in the name of the sub - recipient and the
Contractor, and Miami -Dade County must
be listed as a loss payee.
Please verify Insurance requirements at time of pre - construction meeting.
Page t of 2
Page 7
e - INSURANCE REQUIREMEI
Miami -Dade County DHCD
III. All insurance policies required above all shall be issued by companies authorized to do
business under the laws of the State of Florida, with the following qualifications:
The company must be rated no less than "B" as to management, and no less than
"Class V' as to financial strength, by the latest edition of Best's Insurance Guide,
published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the
approval of the County Risk Management Division.
Or
The company must hold a valid Florida Certificate of Authority as shown in the latest
"List of All Insurance Companies Authorized or Approved to Do Business in Florida"
issued by the State of Florida Department of Insurance and are members of the Florida
Guaranty Fund.
IV. All insurance required by the contract must stay in force until final acceptance except,
"Completed Value Builder's Risk" which may be dropped after substantial completion.
The Contractor shall also keep all insurance required by contract, except "Completed
Value Builder's Risk ", in force when performing any work during the guarantee
period(s).
The Contractor shall furnish certificates of insurance and insurance policies to the
owner prior to commencing any operation under this contract, which certificates shall
clearly indicate that the Contractor has obtained insurance, in the type, amount, and
classifications, as required for strict compliance with the contract.
NOTE: Certificates will indicate no modification or change in insurance shall be made
without thirty (30) days in advance notice to the certificate holder.
Compliance with the foregoing requirements as to the carrying of insurance shall not
relieve the Contractor from his liability under any other portion of this contract.
V. Cancellation of any insurance or bonds, or non - payment by the contractor of any
premium for any insurance policies or bonds required by this contract shall constitute a
breach of this contract. In addition to any other legal remedies, the owner at its sole
option may terminate this contract or pay such premiums, and deduct the costs thereof
from any amount, which are or may be due to the Contractor.
zwz
Page 8
6 - INSURANCE
I PROVISIONS TO BE INCORPORATED IN CONSTRUCTION
CONTRACTS
A. "DAVIS- BACON' ACT PROVISION
As stated in 24 CFR Part 85.36:
When required by the Federal grant program legislation, all construction contracts in excess of
$2,000 awarded by grantees and sub grantees shall include a provision for compliance with the
Davis -Bacon Act (40 USC 276a to a -7) as supplemented by Department of Labor regulations (29
CFR Part 5). Under this Act contractors shall be required to pay wages to laborers and
mechanics at a rate not less than the minimum wages specified in a wage determination made
by the Secretary of Labor. The grantee shall place a copy of the current prevailing wage
determination issued by the Department of Labor for this solicitation and the award of the
contract shall be conditioned upon the acceptance of the attached wage determination.
Further, the provision listed below must be included in each set of bid documents and
incorporated in each contract, subcontract, and any lower -tier subcontract:
"The contractor hereby agrees that it will abide by the requirements of the Federal Labor
Standards Provisions issued by the United States Department of Housing and Urban
Development and described in Form HUD -4010 and those requirements contained in Wage
General Decision Number FL20100326 04101/2011 FL325for this project."
B. TERMINATION PROVISION & LEGAL REMEDIES
As stated in 24 CFR Part 85.36
All contracts in excess of $10,000 shall contain suitable provisions for termination by the grantee
including the manner which it will be affected and the basis for settlement. In addition, such
contracts shall describe conditions under which the contract may be terminated for default as
well as conditions where the contract may be terminated because of circumstances beyond the
control of the contractor.
Contracts other than small purchases shall contain provisions or conditions which will allow for
administrative, contractual, or legal remedies in instances where contractors violate or breach
contract terms, and provide for such sanctions and penalties as may be appropriate.
Provisions for termination are as follows:
Termination at Will
This contract, in whole or in part, may be terminated by the Principal Contractor /Owner
upon no less than ten (10) working days notice when the Principal Contractor /Owner
determines that it would be in the best interest of the Principal Contractor /Owner and
the Department of Housing and Community Development (OCED). Said notice shall be
delivered by certified mail, return receipt requested, or in person with proof of delivery/
Page 1 of 3
Page 9
_
7 - PROVISIONS TO BE INCORPORATED IN CONS'
Miami -Dade County DHCD
2. Termination for Convenience
The Principal Contractor /Owner may terminate this contract, in whole part, when both
parties agree that the continuation of the activities would not produce beneficial results
commensurate with the further expenditure of funds. Both parties shall agree upon the
termination conditions. The Principal Contractor /Owner, at its sole discretion, reserves
the right to terminate this contract without cause upon thirty (30) days written notice.
Upon receipt of such notice, the Contractor shall not incur any additional costs under
this contract. The Principal Contractor /Owner shall be liable only for reasonable costs
incurred by the Contractor prior to notice of termination. The Principal Contractor /Owner
shall be the sole judge of "reasonable costs."
3. Termination Because of Lack of Funds
In the event of a funding short-fall, or a reduction in federal appropriations, or should
funds to finance this contract become unavailable, the Principal Contractor /Owner may
terminate this contract upon no less than twenty -four (24) hours written notification to
the Contractor. Said notice shall be delivered by certified mail, return receipt requested,
or in person with proof of delivery. The Principal Contractor /Owner shall be the final
authority to determine whether or not funds are available. The Principal
Contractor /Owner may at its discretion terminate, renegotiate and /or adjust the contract
award whichever is in the best interest of the Principal Contractor /Owner.
4. Termination for Substantial Funding Reduction
In the event of a substantial funding reduction of the allocation to the Principal
Contractor /Owner through Board of County Commissioners' action, the Principal
Contractor /Owner may, at its discretion, request in writing from the Director of OCED a
release from its contractual obligations to the County. The Director of OCED will review
the effect of the request on the community and the County prior to making a final
determination.
5. Termination for Breach
The Principal Contractor /Owner may terminate this contract, in whole or in part, when
the Principal Contractor /Owner determines, in its sole and absolute discretion that the
Contractor is not making sufficient progress thereby endangering ultimate contract
performance, or is not materially complying with any term or provision of this contract.
Unless the Contractor's breach is waived by the Principal Contractor /Owner in writing,
the Principal Contractor /Owner may, by written notice to the Contractor, terminate this
contract upon no less than twenty -four (24) hours notice. Said notice shall be delivered
by certified mail, return receipt requested, or in person with proof of delivery.
Waiver of breach of any provision of this contract shall not be deemed to be a waiver of
any other breach and shall not be construed to be a modification of the terms of this
contract. The provisions herein do not limit the Principal Contractor's /Owner's right to
legal or equitable remedies.
Page 2 of 3
Page 10
7 - PROVISIONS TO BE INCORPORATED IN CONSTRUCTION CONTRACTS
Miami -Dade County DHCD
6. Penalties for Fraud Misrepresentation or Material Misstatement
In accordance with the Code of Miami -Dade County, Section 2- 8.4.1, any individual or
corporation or other entity that attempts to meet its contractual obligations with the
County through fraud, misrepresentation or material misstatement, shall have its
contract with the County terminated, whenever practicable, as determined by the
County. The County may terminate or cancel any other contracts which such individual
or other subcontracted entity has with the County. Such individual or entity shall be
responsible for all direct and indirect costs associated with such termination or
cancellation, including attorney's fees. The foregoing notwithstanding, any individual or
entity who attempts to meet it contractual obligations with the County through fraud,
misrepresentation or material misstatement may be disbarred from County contracting
for up to five (5) years.
Payment Settlement
If termination occurs, the Contractor will be paid for allowable costs incurred in carrying
out activities required by this contract up to the date and time of termination.
C. ACCESS TO RECORDS AND RECORD RETENTION PROVISION
All official project records and documents must be maintained during the operation of this
project and for a period of three (3) years following close out in compliance with 4 NCAC 19L
Rule .0911, Recordkeeping.
The Miami -Dade Department of Housing and Community Development, the U.S. Department
of Housing and Urban Development, and the Comptroller General of the United States, or
any of their duly authorized representatives, shall have access to any books, documents,
papers and records of the implementing agency which are pertinent to this contract, for the
purpose of making audits, examinations, excerpts and transcriptions in compliance with the
above.
Page 3 of 3
Page 11
PROVISIONS TO BE INCORPORATED IN CONSTRUCTION CON'
Mlami -Dade County DHCD
NONCOLLUSION AFFIDAVIT
STATE OF: q?h M
COUNTY OF:: M4 1 /��l`�� �
V u K- Y t being first duly sworn, deposes and says that:
(1) He he is / �B"E/T r of the Bidder
at has submitted the attached Bid.
(2) Bidder has been fully informed regarding the preparation and contents of the attached Bid
and of all pertinent circumstances regarding such Bid;
(3) Such Bid is genuine and is not a collusion or sham Bid;
(4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees or parties in interest, including this affiant has in any way colluded, conspired,
connived or agreed, directly or indirectly with any other Bidder, firm or person to submit a
collusive or sham Bid in connection with the contractor for which the attached Bid has been
submitted or to refrain from bidding in connection with such contract, or has in any manner,
directly or indirectly, sought by agreement or collusion or communication or conference with
any other Bidder, firm or person to fix the price or prices, profit or cost element of the Bid
price Qr the Bid price of any other Bidder, or to secure through advantage against the
( V Ad 7yf MI !? M j (Local Public Agency) or any person interested in the
proposed Contract; and
(5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by
any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or
any of its agents, representatives, owners, employees, or parties in interest, including this
affiant.
(SIGNED)
Title
Subscribed and sworn to before me this
day o , 20-L'—'
EUNA REYES
# , MY COMMISSION M DD 924448
EXPIRES: November 29, 2013
o„i � onded ThN eudgetNdery SeMces
My commission expires:
Page 12
e- NONCOLLU CON
Miami-Dade County Y DHCD DHCD
CERTIFICATION REGARDING LOBBYING
Certification for Contracts, Grants, Loans and Cooperative Agreements
in excess of $100,000
The undersigned certifies, to the best of his or her knowledge and belief, that:
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
an 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.
If any of the funds other than Federal appropriated funds have been paid or will be 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. The undersigned shall require that the language of this certification be included in the award
documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under
grants, loans, and cooperative agreement in excess of $100,000) and that all subrecipients
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 prerequisite 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 an $10,000 and not more than $100,000 for each such failure.
By:
Print: I��C
Title: 0p
Date: O ��
Business Address:
Page 13
9 - CERTIFICATION REGARDING Li
Miami -Dace County DHCD
AFFIRMATIVE ACTION STANDARDS
Contracts covered by the Notice and Specifications shall take affirmative action to insure equal
employment opportunity. Evaluation of contractor's compliance with the affirmative action standards
shall be based on contractor's efforts to achieve maximum results from their actions. The contractor
shall be required to provide documentary evidence of efforts to implement each of the 16 affirmative
action steps outlined in the Specifications. Listed below are the 16 essential affirmative action steps,
the efforts required to implement them and the records that should be maintained to document the
contractor's efforts.
Contractors must maintain a working environment free of harassment, intimidation, and coercion at
all sites and in all facilities at which the contractor's employees are assigned to work. The
contractor, where possible, must assign 2 or more women to each construction project. The
contractor shall specifically insure that all forepersons, superintendents, and other on -site
supervisory personnel are aware of and carry out the contractor's obligation to maintain such a
working environment, with specific attention to minorities or women working at such sites or in
such facilities.
To Demonstrate Compliance:
Contractor must have copies of memoranda to supervisory staff, or minutes or notes of staff
meeting or EEO officer's meetings with supervisors to inform them of the contractor's obligation to
maintain a working environment free of harassment, intimidation, and coercion and to where
possible, assign two or more women to each construction project. Monitoring of work environment
by EEO officer.
2. Contractors must establish and maintain a current list of minority and women's recruitment
sources, provide written notification to minority and women's recruitment sources and to
community organizations when the contractor or its unions have employment opportunities
available, and maintain a record of the organization's responses.
To Demonstrate Compliance:
Contractors must have a current listing of recruitment sources for minority and women craft
workers. It must have copies of recent letters to community resource groups or agencies
specifying the contractor's employment opportunities and the procedures one should follow when
seeking employment. It must note the responses receive and the results on the bottom or reverse
of the letters or establish a follow -up file for each organization notified.
3. Contractors must maintain a current file of the name, address, and telephone number of each
minority and /or women off - the - street applicant and minority and /or women referred from a union,
recruitment source, or community organization, and of the action that was taken with respect to
each individual. If such individual was sent to the union hiring hall for referral and was not referred
back to the contractor by the union or, if referred, was not employed by the contractor, this shall be
documented in the file with the reason, along with whatever additional actions the contractor may
have taken.
Page 1 of 5
Page 14
10-
Miami-Dade
To Demonstrate Compliance:
Contractors must have a file of the names, addresses, telephone numbers, and crafts of each
minority and/or woman applicant showing the date of contact and whether or not the person was
hired and (if not) the reason; whether or not the person was sent to a union for referral and what
happened; and follow -up contracts when the contractor was hiring.
4. Contractors must provide immediate written notification to the Director when the union or unions
with which the contractor has a collective bargaining agreement failed to refer to the Contractor a
minority or woman sent by the contractor, or when the contractor has other information that the
union referral process impeded the contractor's efforts to meet its obligations.
To Demonstrate Compliance:
Contractors must have copies of letters sent to verify claim that the union is impeding the
contractor's efforts to comply.
5. Contractors must develop on- the -job training opportunities or participate in training programs for
the area that expressly includes minorities and women, including upgrading programs and
apprenticeship and trainee programs relevant to the contractor's employment needs, especially
those programs funded or approved by the Department of Labor. The contractor shall provide
notices of those programs to the sources compiled under Item 2, above.
To Demonstrate Compliance:
Contractors must have records of contributions in cash, equipment supplied or contractor
personnel provided as instructors for approved Bureau of Apprenticeship and Training or
Department of Labor funded training programs and records of the hiring and training of minorities
and women from such programs. Supply copies of letters informing minority and women's
recruitment sources or schools providing these training programs.
6. Contractors must disseminate their EEO policies by providing notices of the policy to unions and
training programs and requesting their help in meeting its EEO obligations; by including it in any
policy manual and collective bargaining agreement; by publicizing it in the company newspaper or
annual report; by specific review of the policy with all management personnel and with all minority
and women employees at least once a year, and by posting the company EEO policy on bulleting
boards accessible to all employees at each location where construction work is performed.
To Demonstrate Compliance:
Contractors must have written EEO policies that include the name and contact information on the
contractor's EEO officer and must (a) include the policy in any company policy manuals; (b) post a
copy of the policy on all company bulletin boards (in the office and on all job sites); (c) put in
records, such as reports or diaries, that each minority and woman employee is aware of the policy
and that it has been discussed with them; (d) record that the policy has been discussed regularly at
staff meetings; (e) make copies of newsletters and annual reports that include the policy; and (f)
make copies of letters to unions and training programs requesting their cooperation in helping the
contractor meet its EEO obligations.
Page 2 of 5
Page 15
10 - AFFIRMATIVE ACTION STAN
Miami -Dade County DHCD
Contractors must review, at least annually, the company's EEO policy and affirmative action
obligations under these specifications with all employees having any responsibility for hiring,
assignment, layoff, termination, or other employment decisions, including specific review of these
items with on -site supervisory personnel such as superintendents and general forepersons prior to
the initiation of work at any job site. Contractors must make and maintain a written record and
maintain it to identify the time and place of these meetings, persons attending, subject matter
discussed, and disposition of the subject matter.
To Demonstrate Compliance:
Contractors must have written records (memoranda, diaries, minutes of meetings) identifying the
time and place of meeting, persons attending, subject matter discussed, and disposition of subject
matter.
Contractors must disseminate their EEO policies externally by including it in any advertising in the
news media, specifically including minority and women's policy with other contractors and
subcontractors with whom the contractor does or anticipates doing business.
To Demonstrate Compliance:
Contractors must have copies of (a) letters sent, at least every 6 months or at the start of each new
major contract, to all recruiting sources (including labor unions and training programs) requiring
compliance with the policy; (b) advertisement that has the EEO "tagline" on the bottom; and (c)
letters to subcontractors and suppliers, at least at the time of the subcontract is signed, requiring
compliance with the policy.
Contractors must direct recruitment efforts, both oral and written, to minority, women and
community organizations, to schools with minority and women students, and to minority and
women's recruitment and training organizations serving the contractor's recruitment area and
employment needs. Not later than one (1) month prior to the date for acceptance of applications
for apprenticeship or other training by any recruitment source, the contractor will send written
notification to such organizations, describing the openings, screening procedures, and tests to be
used in the selection process.
To Demonstrate Compliance:
Contractors must have written records of contacts (written communications, telephone calls, or
personal meetings) with minority and women's community organizations and recruitment's
sources, and schools and training organizations, specifying the date(s), individuals contacted,
results of the contact, and any follow -up. It must have copies of letters sent to these organizations
at least one (1) month prior to the acceptance of applications for training (apprenticeship or other)
describing the openings, screening procedures, and tests to be used in the selection process.
10. Contractors must encourage minority and women employees to recruit other minority persons and
women and provide, where reasonable, school, summer and vacation employment to minority and
female youth both on -site and in other areas of the workforces.
Page 3 of 5
Page 16
10 -AFFIRMATIVE ACTION STAN
Miami -Dade County DHCD
To Demonstrate Compliance:
Contractors must have copies of diaries, telephone logs, or memoranda indicating contacts (written
and oral) with minority and women employees requesting their assistance in recruiting other
minorities and women, and record results. If contractors normally provide after - school, summer,
and vacation employment, it must have copies of letters to organizations under Item 9 describing
those opportunities and must have responses received and results noted on letters or in a follow -
up file.
11. Contractors must validate all tests and other selection requirements where there is an obligation to
do so under CFR 60 -3.
To Demonstrate Compliance:
Contractors must have evidence in the form of correspondence, or certificates that all tests,
interviews and selection procedures used by the contractor, a craft union, or Joint Apprenticeship
Committee meet the requirements in the OFCCP testing and selection guidelines.
12. Contractors must conduct, at least annually, an inventory evaluation (at least) of all minority and
women personnel for promotional opportunities and encourage these employees to seek or to
prepare for such opportunities by appropriate training.
To Demonstrate Compliance:
Contractors must have written records (memo, letters, personnel files, etc.) showing that the
company conducts annual reviews of minority and female personnel for promotional opportunities
and notifies these employees of training opportunities (formal or on- the -job) and encourages their
participation.
13. Contractors must ensure that seniority practices, job classifications, work assignments, and other
personnel practices do not have a discriminatory effect, by continually monitoring all personnel and
employment related activities to insure that the EEO policy and the Contractor's obligations under
these specifications are being carried out.
To Demonstrate Compliance:
Contractors must have evidence (letter, memos, personnel files, reports) that: (a) the activity
under Item 12, above, has been carried out; (b) any collective bargaining agreements have an
EEO clause and the provisions do not operate to exclude minorities and women; (c) the EEO
officer reviews all monthly workforce reports, hiring, terminations, and training provided on the job;
(d) the EEO officer's job description identifies his or her responsibility for monitoring all
employment activities for discriminatory effects; and (e) the contractor has initiated corrective
action whenever the contractor has identified a possible discriminatory effect.
14. Contractors must insure that all facilities and company activities are nonsegregated, except for
providing separate or single -user toilets and necessary changing facilities to assure privacy
between the sexes.
Page 4 of 5
Page 17
to.
Miami -Dade County DHCD
To Demonstrate Compliance:
Contractors must have incorporated the "Certification of Nonsegregated Facilities" from the
contractors federally involved contract documents into all subcontracts and purchase order; have
records that announcements of parties, picnics, etc. have been posted and have been available to
all employees; have written copies of contracts (written or verbal) with supervisory staff regarding
the provision of adequate toilet and changing facilities to assure privacy between the sexes.
15. Contractors must document and maintain a record of all solicitations of offers for subcontractors
from minority and female construction contractors and suppliers, including circulation of
solicitations to minority and women's contractor associations and other business associations.
To Demonstrate Compliance:
Contractors must have copies of letters or other direct solicitation of bids for subcontractors or joint
ventures from minority or women contractors with a record of specific responses and any follow -up
the contractor has done to obtain a price quotation or to assist a minority or female contractor in
preparing or reducing a price quotation; have a list of all minority or female subcontracts awarded
or joint ventures participated in with dollar amounts; have copies of solicitations sent to minority
and women's contractor associations or other business associations.
16. Contractors must conduct a review, at least annually, of all supervisors' adherence to and
performance under the contractor's EEO policies and affirmative action obligations.
To Demonstrate Compliance:
Contractors must have copies of memos, letters, reports, minutes of meeting, or interviews with
supervisors regarding their employment practices as they relate to the contractor's EEO policy and
affirmative action obligations, and written evidence that supervisors were notified when their
employment practices adversely or positively impacted on the contractor's EEO and affirmative
action posture.
Page 5 of 5
Page 18
10 - AFFIRMATIVE ACTION STANDARDS
Miami -Dade County DHCO
CERTIFICATION OF COMPLIANCE WITH PART 60 -2
AFFIRMATIVE ACTION PROGRAMS
The bidder represents that he has ( ) has not ( ), participated in a previous contract or
subcontract subject to the Equal Opportunity Clause prescribed by Executive Order 11246;
that he has ( ) has not ( ) developed a written affirmative action compliance program for
each of his establishments; that he has ( ) has not ( ), filed with the Joint Reporting
Committee, the Office of Federal Contract Compliance Programs (OFCCP) or the Equal
Employment Opportunity Commission (EEOC) all reports due under the applicable filing
requirements; and that representations indicating submission of required compliance
reports, signed by proposed subcontractors, will be obtained prior to contract and /or
subcontract award.
NOTE
The penalty for making false statement in offers is prescribed in 18 U.S.C. 1001
v'aJ1e-- ✓
-
Name
T:H..
Address (Including Zip Code)
�,6 �W
I I - CERTIFICATION OF COMPLIANCE WITH PART 60 -2
Page 19
RMATIVE ACTION PROGRAMS
Miami -Dade County DHCD
OTHER REQUIRED CERTIFICATIONS
A. EQUAL EMPLOYMENT OPPORTUNITY
Bidder, by submission of this quotation represents:
The undersigned has has not r! , participated in a previous contract or subcontract
subject to the Equal Opportunity clause herein or the clause originally contained in Section
301 of Executive Order No. 10925, or the clause contained in Section 201 of Executive Order
No. 11114; that it has , has not r filed all required compliance reports; and that
representations indicating submission of the required compliance reports, signed by
proposed subcontractors, will be obtained prior to subcontract awards. (The above
representation need not be submitted in connection with contracts or subcontracts which are
exempt from the clause.)
B. AFFIRMATIVE ACTION
The bidder represents that (a) it has developed and has on file, has not �eveloped
and does not have on file, at each establishment an affirmative action program as required by
the rules and regulation of the Secretary of Labor (41 CFR 60 -1 and 60 -2), or (b) it has not i
previously had contracts subject to written affirmative action program requirements of the rules
and regulations of the Secretary of Labor.
C. AMERICANS WITH DISABILITIES ACT
The contractor represents and certifies the following as part of its offer:
By submission of an offer, the bidder certifies that it complies with the American with
Disabilities Act, 42 U.S.C., and 12101 et. seq., and will maintain compliance throughout the life
of the Contract. By commencing performance of the Contract work, the selected contractor
certifies to the American with Disabilities Act compliance.
D. COPELAND ANTI - KICKBACK
By submission of a bid, the bidder certifies that it has read and complies with the General
Provision entitled "Anti- Kickback Procedures" as stated in 24 CFR part 85.36 as follows:
All contracts and subcontracts for construction or repair shall include a provision for compliance
with the Copeland "Anti- Kickback" Act (18 USC 874) as supplemented in Department of
Regulations (29 CFR, Part 3). This Act provides that each contractor or subcontractor shall be
prohibited from inducing, by any means, any person employed in the construction, completion,
or repair of public work, to give up any part of the compensation to which he is otherwise
entitled.
By submission of this bid, the bidder attests that neither it nor any of its employees has
performed or participated in any prohibited actions, as defined in this provision.
Pape 1 of 3
Page 20
DHCD
E. BYRD ANTI - LOBBYING AMENDMENT (31 U.S.C. 1352)
This certification applies to those contractors who apply for award of bid of $100,000 or
more:
Each tier certifies to the tier above that it will not and has not used Federal appropriated funds
to any person or organization for influencing or attempting to influence an officer or employee
of any agency, a member of Congress, officer or employee of Congress, or an employee of a
member of Congress in connection with obtaining any Federal contract, grant or any other
award covered by 31 U.S.C. 1352. Each tier shall also disclose any lobbying with non - Federal
funds that takes place in connection with obtaining any Federal award. Such disclosures are
forwarded from tier to tier up to the recipient.
F. FULL DISCLOSURE BY THE CONTRACTOR /BIDDER REGARDING
WHETHER IT ANTICIPATES BEING OR IS DEBARRED, SUSPENDED, OR
PROPOSED FOR DEBARMENT BY THE FEDERAL GOVERNMENT, STATE
OF FLORIDA, OR MIAMI -DADE COUNTY AT TIME OF AWARD.
This certification applies to a contract or subcontract in excess of $25,000
By submissiq[� of n offer the bidder certifies that it has provided full disclosure in writing to
G 1�t1 � f4 (name of implementing agency) whether as of the
ariticipated time of award of any contract resulting from this solicitation; it anticipates
that it or its principals will be debarred, or proposed for debarment by the Federal
Government. State of Florida. or Miami -Dade County.
By commencing performance of the Contract worK ^the elected contractor certifies that it
has made full disclosure in writing toCl� W PN 114" (name of implementing
agency) as to whether as of the time of award it or any of its principals is debarred,
suspended, or proposed for debarment by the Federal Government, State of Florida, or
Miami -Dade County.
G. NONDISCRIMINATION CLAUSE
Section 109, Housing and Community Development Act of 1974
No person in the United States shall on the ground of race, color, national origin or sex be
excluded from participation in, be denied the benefits of, or be subjected to discrimination under
any program or activity funded in whole or in part with funds available under Section 109,
Housing and Community Development Act of 1974.
Page 2 of 3
12 - OTHER CERTIFICATIONS
Page 21
Miami -Dade
H. AGE DISCRIMINATION ACT OF 1975, AS AMENDED
Non - discrimination on the Basis of Aae
No qualified person shall on the basis of age be excluded from participation in, be denied the
benefits of, or otherwise be subjected to discrimination under any program or activity which
receives or benefits from Federal assistance.
I. SECTION 504 OF THE REHABILITATION ACT OF 1973, AS AMENDED
Non - discrimination on the Basis of Handicap
No qualified handicapped person shall, on the basis of handicap be excluded from participation in,
be denied the benefits of, or otherwise be subjected to discrimination under any program or activity
which receives or benefits from Federal assistance.
By:
Print:
Title:
Date: i9
Business Address:
Page 3 of 3
12 - OTHER CERTIFICATIONS
Page 22
Miami-Dade County DHCD
CERTIFICATION REGARDING
DRUG -FREE WORKPLACE
(GRANTEES OTHER THAN INDIVIDUALS)
As required by the Drug -Free Workplace Act of 1988, and implemented at 28 CFR Part
67, subpart F, for grantees, as defined at 28 CFR part 67 Sections 67.615 and 67.620-
A.The applicant certifies that it will or will continue to provide a drug -free workplace by.
(a) Publishing a statement notifying employees that the unlawful manufacture,
distribution, dispensing, possession, or use of a controlled substance is
prohibited in the grantee's workplace and specifying the actions that will be
taken against employees for violation of such prohibition;
(b) Establishing an on -going drug -free awareness program to inform employees
about:
(1) The dangers of drug abuse in the workplace;
(2) The grantee's policy of maintaining a drug -free workplace;
(3) Any available drug counseling, rehabilitation, and employee assistance
programs; and
(4) The penalties that may be imposed upon employees for drug abuse
violations occurring in the workplace;
(c) Making it a requirement that each employee to be engaged in the
performance of the grant be given a copy of the statement required by
paragraph (a);
(d) Notifying the employee in the statement required by paragraph (a) that, as a
condition of employment under the grant, the employee will
(1) Abide by the terms of the statement; and
(2) Notify the employer in writing of his or her conviction for a violation of a
criminal drug statute occurring in the workplace no later than five
calendar days after such conviction;
(e) Notifying the agency in writing, within 10 calendar days after receiving notice
under subparagraph (d)(2) from an employee or otherwise receiving actual
notice of such conviction
(f) Taking one of the following actions, within 30 calendar days of receiving
notice under subparagraph (d)(2), with respect to any employee who is so
convicted
Page 1 of 2
13- CERTIFICATION REGARDING DRUG -FREE WORKPLACE
Miami-Dade County DHCD
Page 23
(1) Taking appropriate personnel action against such an employee, up to and
including termination, consistent with the requirements of the
Rehabilitation Act of 1973, as amended; or
(2) Requiring such employee to participate satisfactorily in a drug abuse
assistance or rehabilitation program approved for such purposes by a
Federal, State, or local health, law enforcement, or other appropriate
agency;
Making a good faith effort to continue to maintain a drug -free workplace through
implementation of paragraphs (a), (b), (c), (d), (e), and (f).
B. The Grantee may insert in the space provided below the site(s) for the performance
of work done in connection with the specific grant:
Place of Performance ( treet address, city, county, state, zip code)
Check ❑ if there are workplaces on file that are not identified here.
Official Address (including Zip Code)
/-b)6 Sul gjafjj�.
Page 2 of 2
13 - CERTIFICATION REGARDING DRUG -FREE WORKPLACE
Miami -Dade County DHCD
Page 24
ASSURANCE OF COMPLIANCE (Section 3. HUD ACT of 1968)
TRAINING, EMPLOYMENT, AND CONTRACTING OPPORTUNITIES FOR BUSINESS AND LOWER INCOME PERSONS
A. The project assisted under this (contract) (agreement) is subject to the requirements of
Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S. C.
170U. Section 3 requires that to the greatest extent feasible opportunities for training and
employment be given to lower income residents of the project area and contracts for work in
connection with the project be awarded to business concerns which are located in or owned
in substantial part by persons residing in the area of the project.
B. Notwithstanding any other provision of this (contract) (agreement), the (applicant) (recipient)
shall carry out the provisions of said Section 3 and the regulations issued pursuant thereto by
the Secretary set forth in 24 CFR Part 135 (published in 38 Federal Register 29220, October
23, 1973), and all applicable rules and orders of the Secretary issued there under prior to the
execution of this (contract) (agreement). The requirements of said regulations include but
are not limited to development and implementation of an affirmative action plan for utilizing
business concerns located within or owned in substantial part by persons residing in the area
of the project; the making of a good faith effort, as defined by the regulation, to provide
training, employment and business opportunities required by Section 3; and incorporation of
the "Section 3 Clause' specified by Section 135.20 (b) of the regulations in all contracts for
work in connection with the project. The (applicant) (recipient) certifies and agrees that it is
under no contractual or other disability which would prevent it from complying with these
requirements.
C. Compliance with the provision of Section 3, the regulations set forth in 24 CFR Part 135, and
all applicable rules and orders of the Secretary issued there under prior to approval by the
Government of the application for this (contract) (agreement), shall be a condition of the
Federal financial assistance provided to the project, binding upon the (applicant) (recipient),
its successors and assigns. Failure to fulfill these requirements shall subject the (applicant)
(recipient), its contractors and subcontractors, its successors, and assigns to the sanctions
specified by the (contract) (agreement), and to such sanctions as are specified by 24 CFR
Section 135
APPLICANT: v "� "�`�� 4
SIGNATURE:
ADDRESS:
DATE:
2
�301®
14 - ASSURANCE OF COMPLIANCE (Section 3, HUD ACT of 1968)
Miami -Dade County DHCD
Page 25
SECTION 3 REQUIREMENTS
I. ASSURANCE STATEMENT
Each applicant, recipient, contractor, and subcontractor on a Section 3 covered project shall
sign the attached Section 3 Assurance of Compliance.
II. AFFIRMATIVE ACTION PLAN FOR UTILIZATION OF PROJECT AREA BUSINESSES
Each applicant, recipient, contractor, and subcontractor preparing to undertake work pursuant
to a Section 3 covered contract shall develop and implement an affirmative action plan, which
shall:
a. Set forth the approximated number and dollar value of all contracts proposed to be
awarded to all businesses within each category (type or profession) over the duration of
the Section 3 covered project.
b. Analyze the information set forth in paragraph (a) and the availability of eligible
business concerns within the project area doing business in professions or occupations
identified as needed in paragraph (a) and set forth a goal or target number and
entrepreneurs within each category over the duration of the Section 3 covered project.
c. Outline the anticipated program to be used to achieve the goals for each business
and /or professional category identified. This program should include but not be limited
to the following actions:
Insertion in the bid documents, if any, of the affirmative action plan of the
applicant, recipient, contractor, or subcontractor letting the contract; and
ii. Identification within the bid documents, if any, of the applicable Section 3 project
area.
iii. Ensuring that the appropriate business concerns are notified of pending
contractual opportunities either personally or through locally utilized media.
III. BIDDING AND NEGOTIATION REQUIREMENTS
Every applicant and recipient shall require prospective contractors for work in connection with
Section 3 covered projects to provide, prior to the signing of the contract, a preliminary
statement of work force needs (skilled, semi - skilled, unskilled labor and trainees by category)
where known; where not known, such information shall be supplied prior to the signed of any
contract between contractors and their subcontractors. Consideration should be given to those
contractors who will have training and employment opportunities for project area residents.
When a bidding procedure is used to let the contract, the invitation or solicitation for bids shall
advise prospective contractors of the requirements of these regulations.
Page f of 2
15 - SECTION 3 REQUIREMENTS
Miami -Dade County DHCD
Page 26
Applicant, recipient and contractors should insert plan for utilization of project area business in
the bid documents. The recipient must have indicated therein that Section 3 applies to the
project and what is expected of them. All contractors who bid a job just show in their bid what
they will do to implement Section 3. They must in this bid commit themselves to a goal and
show what they intend to do to reach that goal. When the bids are opened, they must be
evaluated in terms of the bidder's responsiveness to Section 3. A bid which lacks a
commitment to Section 3 or which lacks a goal or plan to reach a goal may be judged
nonresponsive.
Applicants, recipients and contractors will ensure that the attached Section 3 Clause and
Assurance of Compliance are made a part of all contracts.
In implementing its affirmative action plan, each applicant, recipient, contractor, or
subcontractor shall make a good faith effort to achieve its goal or target number and estimated
dollar amount of contracts to be awarded to the eligible businesses and entrepreneurs within
each category over the duration of the Section 3 covered project.
IV. UTILIZATION OF LOWER INCOME RESIDENTS AS TRAINEES AND EMPLOYEES
Each applicant, recipient, contractor or subcontractor undertaking work in connection with a
Section 3 covered project shall make a good faith effort to fill all vacant training and
occupational category positions with lower income project area residents.
i i
Page 2 of 2
15 - SECTION 3 REQUIREMENTS
Miami -Dade County DHCD
Page 27
SECTION 3 CLAUSE
A. The work to be performed under this contract is subject to the requirements of section 3 of the
Housing and Urban Development Act of 1968, as amended, 12 U.S. C. 1701u (section 3). The
purpose of section 3 is to ensure that employment and other economic opportunities generated
by HUD assistance of HUD - assisted projects covered by section 3, shall, to the greatest extent
feasible, be directed to low- and very low- income persons, particularly persons who are
recipients of HUD assistance for housing.
B. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which
implement section 3. As evidenced by their execution of this contract, the parties to this contract
certify that they are under no contractual or other impediment that would prevent them from
complying with the part 135 regulations.
C. The contractor agrees to send to each labor organization or representative of workers with which
the contractor has a collective bargaining agreement or other understanding, if any, a notice
advising the labor organization or workers' representative of the contractor's commitments under
this section 3 clause, and will post copies of the notice in conspicuous places at the work site
where both employees and applicants for training and employment positions can see the notice.
The notice shall describe the section 3 preference, shall set forth minimum number and job titles
subject to hire, availability of apprenticeship and training positions, the qualifications for each;
and the name and location of the person(s) taking applications for each of the positions; and the
anticipated date the work shall begin.
D. The contractor agrees to include this section 3 clause in every subcontract subject to compliance
with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an
applicable provision of the subcontract or in this section 3 clause, upon a finding that the
subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not
subcontract with any subcontractor where the contractor has notice or knowledge that the
subcontractor has been found in violation of the regulations in 24 CFR part 135.
E. The contractor will certify that any vacant employment positions, including training positions, that
are filled (1) after the contractor is selected but before the contract is executed, and (2) with
persons other than those to whom the regulations of 24 CFR part 135 require employment
opportunities to be directed, were not filled to circumvent the contractor's obligations under CFR
part 135.
F. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination
of this contract for default, and debarment or suspension from future HUD assisted contracts.
nl itials
16 - SECTION 3 CLAUSE
Miami -Dade County DHCD
Page 28
BIDDER'S INITIAL SECTION 3 GOALS
1. The Bidder agrees to comply with Section 3 of the Housing and Urban Development Act of
1968, as amended.
2. The Bidder estimates that there will be – V — new employees hired during the performance
of this contract. Furthermore, should this contract be let to the Bidder, the Bidder agrees to
delineate work force needs (skilled, semiskilled, unskilled, labor, and trainees) by category.
3. Of these new employees, the Bidder plans to hire at least _percent ( %) from the Section 3
Covered Area (Dade County, Florida).
4. The Bidder estimates that ^0 — percent ( %) of those materials purchased for use on this
project will be from business located in the Section 3 Covered Area (Dade County, Florida)
I, 0,PF (�%k (please print), as an authorized Officer of the Bidder, do
hereby acknowledge that we are aware of the requirements under Section 3 of the Housing and Urban
Development Act of 1968, as amended, and will abide by them. We further agree to abide by this
Affirmative Action Plan to the greatest extent feasible and realize that should we be awarded the
contract, it becomes subject to monitoring for compliance with this plan by Miami -Dade County
Department of Housing and Community Development.
Authorized Signature��
Title
Company
Employer (IRS) ID#
Date
17- BIDDER'S INITIAL SECTION 3 GOALS
Miami -Dade County DHCD
Page 29
CERTIFICATION REGARDING
DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY
EXCLUSION - LOWER TIER COVERED TRANSACTIONS
INSTRUCTIONS FOR CERTIFICATION
1. By signing and submitting this proposal, the prospective lower tier participant is
providing the certification set out below.
2. The certification in this clause is a material representation of fact upon which
reliance was placed when this transaction was entered into. If it is later determined
that the prospective lower tier participant knowingly rendered an erroneous
certification, in addition to other remedies available to the Federal Government, the
department or agency with which this transaction originated may pursue available
remedies, including suspension and /or debarment.
3. The prospective lower tier participant shall provide immediate written notice to the
person to whom this proposal is submitted if at anytime the prospective lower tier
participant learns that its certification was erroneous when submitted or has
become erroneous by reason of changed circumstances.
4. The terms covered transaction, debarred, suspended, ineligible, lower tier covered
transaction, participant, person, primary covered transaction, principal, proposal
and voluntarily excluded, as used in this clause, have the meanings set out in the
Definitions and Coverage sections of rules implementing Executive Order 12549.
You may contract the person to which this proposal is submitted for assistance in
obtaining a copy of those regulations.
5. The prospective lower tier participant agrees by submitting this proposal that,
should the proposed covered transaction be entered into, it shall not knowingly
enter into any lower tier covered transaction with a person who is debarred,
suspended, declared ineligible, or voluntarily excluded from participation in this
covered transaction, unless authorized by the department or agency with which this
transaction originated.
6. The prospective lower tier participant further agrees by submitting this proposal that
it will include this clause titled "Certification Regarding Debarment, Suspension,
Ineligibility, and Voluntary Exclusion — Lower Tier Covered Transaction, without
modification, in all lower tier covered transactions.
Page 1 of 3
iB - CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILTY AND VOLUNTARY EXCLUSION -LOWER TIERED COVERED
TRANSACTIONS
Miami -Dade County DHCD
Page 30
7. A participant in a covered transaction may rely upon a certification of a prospective
participant in a lower tier covered transaction that it is not debarred, suspended,
ineligible, or voluntarily excluded from the covered transaction, unless it knows that
the certification is erroneous. A participant may decide the method and frequency
by which it determines the eligibility of its principals.
8. Nothing contained in the foregoing shall be construed to require establishment of a
system of records in order to render in good faith the certification required by this
clause. The knowledge and information of a participant is not required to exceed
that which is normally possessed by a prudent person in the ordinary course of
business dealings.
9. Except for transactions authorized under paragraph 5 of these instructions, if a
participant in a covered transaction knowingly enters into a lower tier covered
transaction with a person who is suspended, debarred, ineligible, or voluntarily
excluded from participation in this transactions in addition, to other remedies
available to the Federal Government, the department or agency with which this
transaction originated may pursue available remedies, including suspension and /or
debarment.
Page z of a
18 - CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILTY AND VOLUNTARY EXCLUSION - LOWER TIERED COVERED
TRANSACTIONS
Miami -Dade County DHCD
Page 31
CERTIFICATION
REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND
VOLUNTARY EXCLUSION - LOWER TIER TRANSACTIONS
By submission of the proposal, the prospective lower tier participant certifies,
that:
Neither it nor its principals is presently debarred, suspended, proposed
for debarment, declared ineligible, or voluntarily excluded from
participation in this transaction, by any Federal department or agency.
2. Where the prospective lower tier participant is unable to certify to any of
the statements in this certification, such prospective participant shall
attach an explanation to this proposal.
By:
Print:/f AF604
Title: �/-
Date: 3 �/
Business Address:
Me - &ro 3�011� IF
Page 3 of 3
18 - CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILTY AND VOLUNTARY EXCLUSION -LOWER TIERED COVERED
TRANSACTIONS
Miami -Dade County DHCD
Page 32
EQUAL EMPLOYMENT OPPORTUNITY CLAUSE
FOR CONTRACTS NOT SUBJECT TO EXECUTIVE ORDER 11246
In carrying out the contract, the contractor shall not discriminate against any
employee or applicant for employment because of race, color, religion, sex, or
national origin. The contractor shall take affirmative action to insure that applicants
for employment are employed, and that employees are treated during employment,
without regard to their race, color religion, sex, or national origin. Such action shall
include, but not limited to, advertising; layoff or termination; rates of pay or other
forms of compensation; and selection for training, including apprenticeship. The
contractor shall post in conspicuous places, available to employees and applicants
for employment, notices to be provided by the Government setting for the provisions
of the nondiscrimination clause. The contractor shall state that all qualified
candidates will receive consideration for employment without regard to race, color,
religion, sex, or national origin.
AM 1-
�'
Title;C)�1
Date: b . / / Q
Business Address: 7G N w 9 'U
19 - EQUAL EMPLOYMENT OPPORTUNITY CLAUSE FOR CONTRACS NOT SUBJECT TO EXECUTIVE ORDER 11246
Miami -Dade County DHCD
Page 33
EQUAL OPPORTUNITY
FOR SPECIAL DISABLED VETERANS
AND VETERANS OF THE VIETNAM ERA
1) The contractor will not discriminate against any employee or applicant for employment because
he or she is a disabled veteran or veteran of the Vietnam era in regard to any position for which
the employee or applicant for employment is qualified. The contractor agrees to take
affirmative action to employ, advance in employment and otherwise treat qualified individuals
without discrimination based on their status as a special disabled veteran or veteran of the
Vietnam era in all employment practices, including the following:
i. recruitment, advertising, and job application procedures;
ii. hiring, upgrading, promotion, award of tenure, demotion, transfer, layoff,
termination, right of return from layoff and rehiring;
iii. rates of pay or any other form of compensation and changes in compensation;
iv. job assignments, job classifications, organizational structures, position descriptions,
lines of progression, and seniority lists;
V. leaves of absence, sick leave, or any other leave;
Vi. fringe benefits available by virtue of employment, whether or not administered by
the contractor;
Vii. selection and financial support for training, including apprenticeship, and on- the -job
training under 38 U.S.C. 3687, professional meeting, conferences, and other related
activities, and selection for leaves of absence to pursue training;
viii. activities sponsored by the contractor including social or recreational programs; and
X. any other term, condition, or privilege of employment.
2) The contractor agrees to immediately list all employment openings which exist at the time of
the execution of this contract, including those not generated by this contract and including
those occurring at an establishment of the contractor other that the one wherein the contract is
being performed, but excluding those of independently operated corporate affiliates, at an
appropriate local employment service office of the state employment security agency wherein
the opening occurs. Listing employment openings with the U.S. Department of Labor's
America's Job Bank shall satisfy the requirement to list jobs with the local employment service
office.
3) Listing of employment openings with the employment service office pursuant to this clause
shall be made at least concurrently with the use of any other recruitment source or effort and
shall involve the normal obligations which attach to the placing of a bona fide job order,
including the acceptance of referrals of veterans and non - veterans. The listing of employment
openings does not require the hiring of any particular job applicants or from any particular
group of job applicants, and nothing herein is intended to relieve the contractor from any
requirements in Executive orders or regulations regarding nondiscrimination in employment.
Page 7 of 3
20 - EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA
MhunFDade County DHCD
Page 34
4) Whenever the Contractor becomes contractually bound to the listing provisions in paragraphs 2
and 3 of this clause, it shall advise the employment service agency in each State where it has
establishments of the name and location of each hiring location in the state: Provided, that this
requirement shall not apply to state and local governmental contractors. As long as the
Contractor is contractually bound to these provisions and has so advised that state agency,
there is no need to advise the state agency of subsequent contracts. The Contractor may
advise the state agency when it is no longer bound by this contract clause.
5) The provisions of paragraphs 2 and 3 of this clause do not apply to the listing of employment
openings which occur and are filed outside of the 50 States, the District of Columbia, the
Commonwealth of Puerto Rico, Guam and the Virgin Islands.
6) As used in this clause
All employment openings includes all positions except executive and top management,
those positions that will be filled from within the contractor's organization, and positions
lasting three days or less. This term includes full -time employment, temporary employment
of more that three days' duration, and part time employment.
Executive and top management means any employee: (a) whose primary duty consists of
the management of the enterprise in which he or she is employed or of a customarily
recognized department of subdivision thereof; and (b) who customarily and regularly directs
the work of two or more other employees therein; and (c) who has the authority to hire or
fire other employees or whose suggestions and recommendations as to the hiring or firing
and as to the advancement and promotion or any other change of status of other
employees will be given particular weight; and (d) who customarily and regularly exercises
discretionary powers; and (e) who does not devote more than 20 percent, or, in the case of
an employee or a retail or service establishment who does not devote as much as 40
percent, of his or her hours of work in the work week to activities which are not directly and
closely related to the performance of the work described in (a) through (d) of this paragraph
6. ii.; Provided, that (e) of this paragraph 6.ii. shall not apply in the case of an employee
who is in sole charge of an independent branch establishment, or who owns at least a 20-
percent interest in the enterprise in which he or she is employed.
Positions that will be filled from within the. contractor's organization means employment
openings for which no consideration will be given to persons outside the contractor's
organization (including any affiliates, subsidiaries, and parent companies) and includes any
openings which the contractor proposes to fill from regularly established "recall" lists. The
exception does not apply to a particular opening once an employer decides to consider
applicants outside of his or her own organization.
7) The Contractor agrees to comply with the rules, regulations, and relevant orders of the
Secretary of Labor issued pursuant to the Act.
8) In the event of the Contractor's non - compliance with the requirements of this clause, actions for
non - compliance may be taken in accordance with the rules, regulations, and relevant orders of
the Secretary of Labor issued pursuant to the Act.
Page 2 of 3
20 - EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA
Miami -Dade County DHCD
Page 35
9) The Contractor agrees to post in conspicuous places, available to employees and applicants
for employment, notices in a form to be prescribed by the Deputy Assistance Secretary for
Federal Contract Compliance Programs, Director, provided by or through the contracting
officer. Such notice shall state the rights of applicants and employees as well as the
contractor's obligation under the law to take affirmative action to employ and advance in
employment qualified employees and applicants who are special disabled veterans or
veterans of the Vietnam era. The contractor must ensure that applicants or employees who
are special disabled veterans are informed of the contents of the notice (e.g., the contractor
may have the notice read to a visually disabled individual, or may lower the posted notice so
that it might be read by a person in a wheelchair).
10) The Contractor will notify each labor union or representative of workers with which it has a
collective bargaining agreement or other contract understanding, that the contractor is bound
by the terms of the Vietnam Era Veterans' Readjustment Assistance Act of 1974, as amended,
and is committed to take affirmative action to employ and advance in employment qualified
special disabled veterans and veterans of the Vietnam era.
11) The Contractor will include the provisions of this clause in every subcontract or purchase order
of $10,000 or more unless exempted by rules, regulations, or orders of the Secretary issued
pursuant to the Act, so that such provisions will be binding upon each subcontractor or vendor.
The Contractor will take such action with respect to any subcontract or purchase order as the
Deputy Assistance Secretary for Federal Contract Compliance Programs may direct to enforce
such provisions, including action for non - compliance.
By:
Print: "
Title:��
Date;
Business Address: 20 6 AM 9° v "-
�o Poly
Page 3 of 3
20 - EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA
Miami -Dade County DHCD
Page 36
EQUAL OPPORTUNITY
FOR WORKERS WITH DISABILITIESS
1) The contractor will not discriminate against any employee or applicant for employment
because he or she is a physical or mental disability in regard to any position for which
the employee or applicant for employment is qualified. The contractor agrees to take
affirmative action to employ, advance in employment and otherwise treat qualified
individuals with disabilities without discrimination based on their physical or mental
disability in all employment practices, including the following:
X. Recruitment, advertising, and job application procedures;
xi. Hiring, upgrading, promotion, award of tenure, demotion, transfer, layoff,
termination, right of return from layoff and rehiring;
xii. Rates of pay or any other form of compensation and changes in
compensation;
xiii. Job assignments, job classifications, organizational structures, position
descriptions, lines of progression, and seniority lists;
xiv. Leaves of absence, sick leave, or any other leave;
xv. Fringe benefits available by virtue of employment, whether or not
administered by the contractor;
xvi. Selection and financial support for training, including apprenticeship,
professional meetings, conferences, and other related activities, and
selection for leaves of absence to pursue training;
xvii. Activities sponsored by the contractor including social or recreational
programs; and
xviii. Any other term, condition, or privilege of employment.
2) The Contractor agrees to comply with the rules, regulations, and relevant orders of the
Secretary of Labor issued pursuant to the Act.
3) In the event of the Contractor's non - compliance with the requirements of this clause,
actions for non - compliance may be taken in accordance with the rules, regulations, and
relevant orders of the Secretary of Labor issued pursuant to the Act.
4) The Contractor agrees to post in conspicuous places, available to employees and
applicants for employment, notices in a form to be prescribed by the Deputy Assistance
Secretary for Federal Contract Compliance Programs, provided by or through the
contracting officer. Such notice shall state the rights of applicants and employees as
well as the contractor's obligation under the law to take affirmative action to employ
and advance in employment qualified employees and applicants with disabilities. The
contractor must ensure that applicants or employees with disabilities are informed of
the contents of the notice (e.g., the contractor may have the notice read to a visually
disabled individual, or may lower the posted notice so that it might be read by a person
in a wheelchair).
Page 1 of 2
21 - EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES
Miami -Dade County DHCD
Page 37
5) The Contractor will notify each labor union or representative of workers with which it
has a collective bargaining agreement or other contract understanding, that the
contractor is bound by the terms of Section 503 of the Rehabilitation Act of 1973, as
amended, and is committed to take affirmative action to employ and advance in
employment individuals with physical or mental disabilities.
6) The Contractor will include the provisions of this clause in every subcontract or
purchase order in excess of $10,000, unless exempted by rules, regulations, or orders
of the Secretary issued pursuant to Section 503 of the Act, as amended, so that such
provisions will be binding upon each subcontractor or vendor. The Contractor will take
such action with respect to any subcontract or purchase order as the Deputy
Assistance Secretary for Federal Contract Compliance Programs may direct to enforce
such provisions, including action for non - compliance
By:
Pri : IPdkl flYv �
Title:
Date: d , n' W / �i /�
Business Address: w,6 N �O ftJ"
Page 2 of 2
21 - EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES
Miami -Dade County DHCD
Page 38
NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION
TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY
(EXECUTIVE ORDER 11246)
60-4.2 (d) THE NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION
The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause"
and the "Standard Federal Equal Employment Opportunity Construction
Contract Specifications" set forth herein.
The goals and timetables for minority and female participation, expressed in
percentage terms for the Contractor's aggregate workforce in all trades on all
construction work in the covered area, are as follows:
A. GOALS FOR MINORITY UTILIZATION, All Trades:
Area Covered: Dade County, Florida
Goals and Timetables *
Timetable Trade Goal
Until Further Notice All 39.5%
B. GOALS FOR FEMALE UTILIZATION, All Trades:
Area Covered: Goals for Women apply nationwide.
Goals and Timetables *
Timetable Trade Goal
Until Further Notice All 6.9%
THESE GOALS ARE APPLICABLE TO ALL THE CONSTRUCTION WORK
CONTRACTORS (WHETHER OR NOT IT IS FEDERAL OR FEDERALLY ASSISTED)
PERFORMED IN THE COVERED AREA.
Page 1 of 10
22- NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY
(EXECUTIVE ORDER 11246)
MIam4Dade County DHCD
Page 39
The Contractor's compliance with the Executive Order and the regulations in 41
CFR Part 60 -4 shall be based on its implementation of the Equal Opportunity
Clause, specific affirmative action obligations required by the specifications set
forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals established for the
geographical area where the contract resulting from this solicitation is to be
performed. The hours of minority and female employment and training must be
substantially uniform throughout the length of the contract, and in each trade,
and the Contractor shall make a good faith effort to employ minorities and
women evenly on each of its projects. The transfer of minority or female
employees or trainees from Contractor to Contractor or from project to project
for the sole purpose of meeting the Contractor's goals shall be a violation of the
contract, the Executive Order and the regulations in 41 CFR Part 60 -4.
Compliance with the goals will be measured against the total work hours
performed.
3. The Contractor shall provide written notification to the Director of the Office of
Federal Contract Compliance Programs within 10 working days of award of any
construction subcontract in excess of $10,000, at any tier for construction work
under the contract resulting from this solicitation. The notification shall list the
name, address and telephone number of the subcontractor, employer
identification number, estimated dollar amount of the subcontract; estimated
starting and completion dates of the subcontract; and the geographical area in
which the contract is to be performed.
4. As used in this Notice, and in the contract resulting from this solicitation, the
"covered area" is Miami -Dade County, Florida (insert description of the
geographical areas where the contract is to be performed giving the state,
county and city, if any).
60-4.3 (a) EQUAL OPPORTUNITY CLAUSE
During the performances of this contract, the Contractor agrees as follows:
The Contractor will not discriminate against any employee or applicant for
employment because of race, color, religion, sex, or national origin. The
Contractor will take affirmative action to ensure that applicants are employed,
and that employees are treated during employment, without regard to their race,
color, religion, sex or national origin. Such action shall include, but not be
limited to the following: employment, upgrading, demotion, or transfer;
recruitment or recruitment advertising; layoff or termination; rates of pay or other
forms of compensation; and selection for training, including apprenticeship. The
Contractor agrees to post in conspicuous places, available to employees and
applicants for employment, notices to be provided setting forth the provisions of
this Equal Opportunity Clause.
Page 2 of 10
22 - NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY
(EXECUTIVE ORDER 11246)
Miami -Dade County DNCO
Page 40
2. The Contractor will, in all solicitations or advertisements for employees placed
by or on behalf of the Contractor, state that all qualified applicants will receive
consideration for employment without regard to race, color, religion, sex, or
national origin.
3. The Contractor will send to each labor union or representative of workers with
which he has a collective bargaining agreement or other contract or
understanding, a notice to be provided advising the labor union or workers'
representative of the Contractor's commitments under this Equal Opportunity
clause and shall post copies of the notice in conspicuous places available to
employees and applicants for employment.
4. The Contractor will comply with all provisions of Executive Order 11246 of
September 24, 1965, and of the rules, regulations, and relevant orders of the
Secretary of Labor.
5. The Contractor will furnish all information and reports required by Executive
Order 11246 of September 24, 1965, and by the rules, regulations, and orders of
the Secretary of Labor or pursuant thereto, and will permit access to his books,
records and accounts by HUD and the Secretary of Labor for purposes of
investigation to ascertain compliance with such rules, regulations, and orders.
6. In the event of the Contractor's noncompliance with the nondiscrimination
clauses of this Contract or with any of the said rules, regulations, or orders, this
Contract may be canceled, terminated, or suspended in whole or in part and the
Contractor may be declared ineligible for further contracts in accordance with
procedures authorized in Executive Order 11246 of September 24, 1965, and
such other sanctions may be imposed and remedies invoked as provided in
Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of
the Secretary of Labor, or as otherwise provided by law.
The Contractor will include the statement preceding subparagraph (1) and the
provisions of subparagraph (1) through (7) in every subcontract or purchases
order unless exempted by rules, regulations, or orders of the Secretary of Labor
issued pursuant to Section 20 of Executive Order 11246 of September 24, 1965,
so that such provisions will be binding upon each subcontractor or vendor. The
Contractor will take such action with respect to any subcontract or purchase
order as HUD many direct as a means of enforcing such provisions including
sanctions for noncompliance; provided, however, that in the event the
Contractor becomes involved in or is threatened with litigation with a
subcontractor or vendor as a result of such direction by HUD, the Contractor
may request the United States to enter into such litigation to protect the United
States.
Page 3 of 10
22 - NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY
(EXECUTIVE ORDER 11248)
Miami -Dade County DHCD
Page 41
STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY
CONSTRUCTION CONTRACT SPECIFICATIONS
(EXECUTIVE ORDER 11246)
1. As used in these specifications:
"Covered area" means the geographical area described in the solicitation
from which this contract resulted.
"Director" means Director, Office of Federal Contract Compliance
Programs, United States Department of Labor, or any person to whom
the Director delegates authority.
C. "Employer Identification number" means the Federal Social Security
number used on the Employer's Quarterly Federal Tax Return, U.S.
Treasury Department Form 941.
"Minority" includes:
- Black (all persons having origins in any of the Black African racial
groups not of Hispanic origin).
- Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or
South American or other Spanish Culture or origin regardless of race).
- Asian and Pacific Islander (all persons having origins in any of the
original peoples of the Far East, Southeast Asia, the Indian Subcontinent,
or the Pacific Islands); and
- American Indian or Alaskan Native (all persons having origins in any of
the original peoples of North America and maintaining identifiable tribal
affiliations through membership and participation or community
identification).
Whenever the Contractor, or any Subcontractor at any tier, subcontracts a
portion of the work involving any construction trade, it shall physically include in
each subcontract in excess of $10,000, the provisions of these specifications
and the Notice which contains the applicable goals for minority and female
participation and which is set forth in the solicitations from which this contract
resulted.
n late
Page 4 of 10
22 -NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY
(EXECUTIVE ORDER 11246)
Miami -Dade County DHCD
Page 42
3. If the Contractor is participating (pursuant to 41 CFR 60 -4.5) in a Hometown
Plan approved by the U.S. Department of Labor in the covered area either
individually or through an association, its affirmative action obligations on all
work in the Plan area (including goals and timetables) shall be in accordance
with that Plan for those trades which have unions participating in the Plan.
Contractors must be able to demonstrate their participation in and compliance
with the provisions of any such Hometown Plan. Each Contractor or
Subcontractor participating in an approved Plan is individually required to
comply with its obligations under the EEO clause, and to make a good faith
effort to achieve each goal under the Plan in each trade in which it has
employees. The overall good faith performance by other Contractors or
Subcontractors toward a goal in an approved Plan does not excuse any covered
Contractor or Subcontractor's failure to take good faith efforts to achieve the
Plan goals and timetables.
4. The Contractor shall implement the specific affirmative action standards
provided in paragraphs 7a through 7p of these specifications. The goals set
forth in the solicitation from which this contract resulted are expressed as
percentages of the total hours of employment and training of minority and
female utilization the Contractor should reasonably be able to achieve in each
construction trade in which it has employees in the covered area. The
Contractor is expected to make substantially uniform progress toward its goals
in each craft during the period specified.
5. Neither the provisions of any collective bargaining agreement, nor the failure by
a union with whom the Contractor has a collective bargaining agreement, to
refer either minorities or women shall excuse the Contractor's obligations under
these specifications, Executive Order 11240, nor the regulations promulgated
pursuant thereto.
6. In order for the nonworking training hours of apprentices and trainees to be
counted in meeting the goals, the Contractor must employ such apprentices and
trainees during the training period, and the Contractor must have a commitment
to employ the apprentices and trainees at the completion of their training,
subject to the availability of employment opportunities. Trainees must be trained
in training programs approved by U.S. Department of Labor.
7. The Contractor shall take specific affirmative actions to ensure equal
employment opportunity. The evaluation of the Contractor's compliance with
these specifications shall be based upon its effort to achieve maximum results
from its actions. The Contractor shall document these efforts fully, and shall
implement affirmative action steps at least as extensive as the following:
Page 5 of 10
22 - NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY
(EXECUTIVE ORDER 11246)
Miami -Dade County DHCD
Page 43
Ensure and maintain a working environment free of harassment,
intimidation, and coercion at all sites, and in all facilities at which the
Contractor's employees are assigned to work. The Contractor, where
possible, will assign two or more women to each construction project.
The Contractor shall specifically ensure that all foremen, superintendents,
and ocher on -site supervisory personnel are aware of and carry out the
Contractor's obligation to maintain such a working environment, with
specific attention to minority or female individual working at such sites or
in such facilities.
b. Establish and maintain a current list of minority and female recruitment
sources, provide written notification to minority and female recruitment
sources and to community organizations when the Contractor or its
unions have employment opportunities available, and maintain a record
of the organizations' responses.
C. Maintain a current file of the names, addresses and telephone numbers
of each minority and female off - the - street applicant and minority or
female referral from a union, a recruitment source of community
organization and of what action was taken with respect to each such
individual. If such individual was sent to the union hiring hall for referral
and was not referred back to the Contractor by the union, if referred, not
employed by the Contractor, this shall be documented in the file with the
reason therefore, along with whatever additional actions the Contractor
may have taken.
Provide immediate written notification to the Director when the union or
unions with which the Contractor has a collective bargaining agreement
has not referred to the Contractor a minority person or woman sent by the
Contractor, or when the Contractor has other information that the union
referral process has impeded the Contractor's efforts to meet its
obligations.
e. Develop on- the -job training opportunities and /or participate in training
programs for the area which expressly include minorities and women,
including upgrading programs and apprenticeship and trainee programs
relevant to the Contractor's employment needs, especially those
programs funded or approved by the Department of Labor. The
Contractor shall provide notice of these programs to the sources
complied under (7) b above.
Page 6 of 10
22 - NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY
(EXECUTIVE ORDER 77246)
Miami -Dade County DHCD
Page 44
Disseminate the Contractor's EEO policy by providing notice of the policy
to unions and training programs and requesting their cooperation in
assisting the Contractor in meeting its EEO obligations; by including it in
any policy manual and collective bargaining agreement; by publicizing it
in the company newspaper, annual report, etc.; by specific review of the
policy with all management personnel and with all minority and female
employees at least once a year; and by posting the company EEO policy
on bulletin boards accessible to all employees at each location where
construction work is performed.
g. Review, at least annually, the company's EEO policy and affirmative
action obligations under these specifications with all employees having
any responsibility for hiring, assignment, layoff, termination or other
employment decisions including specific review of these items with onsite
supervisory personnel such as Superintendents, General Foremen, etc.,
prior to the initiation of construction work at any job site. A written record
shall be made and maintained identifying the time and place of these
meetings, persons attending, subject matter discussed, and disposition of
the subject matter.
h. Disseminate the Contractor's EEO policy externally by including it in any
advertising in the news media, specifically including minority and female
news media, and providing written notification to and discussing the
Contractor's EEO policy with other Contractors and Subcontractors with
whom the Contractor does or anticipates doing business.
Direct its recruitment efforts, both oral and written, to minority, female and
community organizations, to schools with minority and female students
and to minority and female recruitment and training organizations serving
the Contractor's recruitment area and employment needs. Not later than
one month prior to the date for the acceptance of applications for
apprenticeship or other training by any recruitment source, the Contractor
shall send written notification to organizations such as the above,
describing the openings, screening procedures, and tests to be used in
the selection process.
Encourage present minority and female employees to recruit other
minority persons and women and, where reasonable, provide after
school, summer and vacation employment to minority and female youth
both on the site and in other areas of a Contractor's workforce.
k. Validate all tests and other selection requirements where there is an
obligation to do so under 41 CFR Part 60 -3.
Page ) of 10
22 - NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY
(EXECUTIVE ORDER 11246)
Miaml-Oade County DHCD
Page 45
Conduct, at least annually, an inventory and evaluation at least of all
minority and female personnel for promotional opportunities and
encourage these employees to seek or to prepare for, through
appropriate training, etc., such opportunities.
M. Ensure that seniority practices, job classifications, work assignments and
other personnel practices, do not have a discriminatory effect by
continually monitoring all personnel and employment related activities to
ensure that the EEO policy and the Contractor's obligations under these
specifications are being carried out.
n. Ensure that all facilities and company activities are non - segregated
except that separate or single -user toilet and necessary changing
facilities shall be provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations or offers for
subcontracts from minority and female construction contractors and
suppliers, including circulation of solicitations to minority and female
contractor associations and other business associations.
P. Conduct a review, at least annually, of all supervisors' adherence to and
performance under the Contractor's EEO policies and affirmative action
obligations.
Contractors are encouraged to participate in voluntary associations that assist in
fulfilling one or more of their affirmative action obligations (7) a. through (7) p.
The efforts of a contractor association, joint contractor - union, contractor -
community, or other similar group of which the contractor is a member and
participant, may be asserted as fulfilling any one or more of its obligations under
(7) a. through (7) p. of these Specifications provided that the contractor actively
participates in the group, makes every effort to assure that the group has a
positive impact on the employment of minorities and women in the industry,
ensures that the concrete benefits of the program are reflected in the
Contractor's minority and female workforce participation, makes a good faith
effort to meet its individual goals and timetables, and can provide access to
documentation which demonstrates the effectiveness of actions taken on behalf
of the Contractor. The obligation to comply, however, is the Contractor's and
failure of such a group to fulfill an obligation shall not be a defense for the
Contractor's noncompliance.
Page 8 of 10
22 - NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY
(EXECUTIVE ORDER 11248)
MiamfDade County DHCD
Page 46
9. A single goal for minorities and a separate single goal for women have been
established. The Contractor, however, is required to provide equal employment
opportunity and to take affirmative action for all minority groups, both male and
female, and all women, both minority and non - minority. Consequently, the
Contractor may be in violation of the Executive Order if a particular group is
employed in a substantially disparate manner (for example, even though the
Contractor has achieved its goals for women generally, the Contractor may be in
violation of the Executive Order if a specific minority group of women is
underutilized).
10. The Contractor shall not use the goals and timetables or affirmative action
standards to discriminate against any person because of race, color, religion,
sex, or national origin.
11. The Contractor shall not enter into any Subcontract with any person or firm
debarred from Government contracts pursuant to Executive Order 11246.
12. The Contractor shall carry out such sanctions and penalties for violation of these
specifications and of the Equal Opportunity Clause, including suspension,
termination and cancellation of existing subcontracts as may be imposed or
ordered pursuant to Executive Order 11246, as amended, and its implementing
regulations, by the Office of Federal Contract Compliance Programs. Any
Contractor who fails to carry out such sanctions and penalties shall be in
violation of these specifications and Executive Order 11246, as amended.
13. The Contractor, in fulfilling its obligations under these specifications, shall
implement specific affirmative action steps, at least as extensive as those
standards prescribed in paragraph (7) of these specifications, so as to achieve
maximum results from its efforts to ensure equal employment opportunity. If the
Contractor fails to comply with the requirements of the Executive Order, the
implementing regulations, or these specifications, the Director shall proceed in
accordance with 41 CFR 60 -4.8.
14. The Contractor shall designate a responsible official to monitor all employment
related activity to ensure that the company EEO policy is being carried out, to
submit reports relating to the provisions hereof as may be required by the
Government and to keep records. Records shall at least include for each
employee the name, address, telephone numbers, construction trade, union
affiliation if any, employee identification number when assigned, social security
number, race, sex, status (e.g. mechanic, apprentice, trainee, helper, or
laborer), dates of changes in status, hours worked per week in the indicated
trade, rate of pay, and locations at which the work was performed. Records
shall be maintained in an easily understandable and retrievable form; however,
to the degree that existing records satisfy this requirement, contractors shall n
be required to maintain separate records.
a u.l.
Page 9 of 10
22 - NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY
(EXECUTIVE ORDER 11246)
MiamfDade County DHCD
Page 47
15. Nothing herein provided shall be construed as a limitation upon the application
of other laws that establish different standards of compliance or upon the
application of requirements for the hiring of local or other area residents (e.g.,
these under the Public Works Employment Act of 1977 and the Community
Development Block Grant Program).
I
Page 10 of 10
22 - NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY
(EXECUTIVE ORDER 11246)
Miami -Dade County DHCD
Page 48
I EQUAL EMPLOYMENT OPPORTUNITY CLAUSE
FOR CONTRACTORS SUBJECT TO EXECUTIVE ORDER 11246
The applicant hereby agrees that it will incorporate or cause to be incorporated into any
contract for construction work, or modification thereof, as defined in the regulations of the
Secretary of Labor at 41 CFR Chapter 60, which is paid in whole or in part with funds
obtained from the Federal Government or borrowed on the credit of the Federal
Government pursuant to a grant, contract, loan insurance, or guarantee, or undertaken
pursuant to any federal program involving such grant, contract, loan, insurance, or
guarantee, the following equal employment opportunity clauses:
During the performance of this contract, the contractor agrees as follows:
The contractor will not discriminate against any employee or applicant for employment
because of race, color, religion, sex or national origin. The contractor will take
affirmative action to ensure that applicants are employed, and that employees are
treated during employment without regard to their race, color, religion, sex or national
origin; such action shall include, but not be limited to the following: Employment,
upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection for training,
including apprenticeship. The contractor agrees to post in conspicuous place,
available to employee and applicants for employment, notices to be provided setting
forth the provision of this nondiscrimination clause.
2. The contractor will, in all solicitations or advertisements for employees placed by or on
behalf of the contractor, state that all qualified applicants will receive considerations for
employment without regard to race, color, religion, sex or national origin.
3. The contractor will send to each labor union or representative of workers with which he
has a collective bargaining agreement to other contract or understanding, a notice to
be provided advising the said labor union or worker's representatives of the
contractor's commitments under section 202 of Executive Order 11246 of September
24, 1965, and shall post copies of the notice in conspicuous places available to
employees and applicants for employment.
4. The contractor will comply with all provisions of Executive Order 11246 of September
24, 1965, and of the rules regulations, and relevant orders of the Secretary of Labor.
Page 1 of 2
23. EQUAL EMPLOYMENT OPPORTUNITY CLAUSE FOR CONTRACTORS SUBJECT TO EXECUTIVE ORDER 11246
Miami -Dade County DHCD
Page 49
5. The contractor will furnish all information and reports required by Executive Order
11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the
Secretary of Labor, or pursuant thereto, and will permit access to his books, records,
and accounts by the contracting agency and the Secretary of Labor for purposes of
investigation to ascertain compliance with such rules, regulations and orders.
6. In the event of the contractor's noncompliance with the non - discrimination clauses of
this contract or with any of such rules, regulations, or orders, the contract may be
canceled, terminated, or suspended in whole or in part and the contractor may be
declared ineligible for further Government contracts in accordance with procedures
authorized in Executive Order 11246 of September 24, 1965, or by rule, regulation, or
order of the Secretary of Labor, or as otherwise provided by law.
7. The contractor will include the portion of the sentence immediately preceding
paragraph 1 and the provisions of paragraphs 1 through 7 in every subcontract or
purchase order unless exempted by rules, regulations or orders of the Secretary of
Labor issued pursuant to Section 204 of Executive Order 11246 of September 24,
1965, so that such provisions will be binding upon each subcontractor or vendor. The
contractor will take such action with respect to any subcontractor or purchase order as
the contracting agency may direct as a means of enforcing such provisions including
sanctions for noncompliance. Provided, however, that in the event the contract
becomes involved in, or threatened with, litigation with a subcontractor or vendor as a
result of such direction by the contracting agency, the contractor may request the
United States to enter into eh litigation to protect the interests of the United States.
By:
Print: �-
Title: �►� /r �cu /
Date: yl
Business dA dress:
Page 2 of 2
23 - EQUAL EMPLOYMENT OPPORTUNITY CLAUSE FOR CONTRACTORS SUBJECT TO EXECUTNE ORDER 11248
Miami -Dade County DHCD
Page 50
CERTIFICATION OF NONSEGREGATED FACILITIES
"Segregated facilities," as used in this provision, means any waiting rooms, work areas,
rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker
rooms and other storage or dressing areas, parking lots, drinking fountains, recreation
or entertainment areas, transportation, and housing facilities provided for employees,
that are segregated by explicit directive or are in fact segregated on the basis of race,
color, religion, or national origin, because of habit, local custom, or otherwise.
2. By the submission of an offer, the bidder certifies that it does not and will not maintain
or provide for its employees any segregated facilities at any of its establishment, and
that it does not and will not permit its employees to perform their services at any
location under its control where segregated facilities are maintained. The bidder
agrees that a breach of this certification is a violation of the Equal Opportunity clause of
the contract.
3. By submission of the bid, the bidder further agrees that (except where it has obtained
identical certifications from proposed subcontractors for specific time periods) it will:
a. Obtain identical certifications from proposed subcontractors before the award of
subcontracts under which the subcontractor will be subject to the Equal
Opportunity clause;
b. Retain such certifications in its files; and
c. Forward this certification and the attached NOTICE TO PROSPECTIVE
SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF
NONSEGREGATED FACILITIES to proposed subcontractors.
d. By commencing performance of the Contract work, the selected contractor
certifies to the Nonsegregated Facilities provisions above.
Note: The penalty for making false statements in offers is prescribed in 18 U.S.G.
1001
By: ��
Print: Aft VF&?
Title: ( /14 _ 91 _ —
D/
Date: d �/ q
Business ddress:
24- CERTIFICATION OF NONSEGREGATED FACILITIES
Miami -Dade County DHCD
Page 51
A Certification of Nonsegregated Facilities, as required by the May 9, 1967, order (32 F.R.
7439, May 19, 1967) on Elimination of Segregated Facilities by the Secretary of Labor, must
be submitted prior to the award of a subcontract exceeding $10,000, which is not exempt from
the provisions of the Equal Opportunity Clause. The certification may be submitted either for
each subcontract or for all subcontracts during a period (i.e., quarterly, semiannually,
annually).
Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001
By:
Print ok 1VS617
Title: Atli
Date: d (/ rQ
Business Address: �% 6 0 A
25 - NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES
Miami -Dade County DHCD
Page 52
NOTICE OF REQUIREMENT
CLEAN WATER, CLEAN AIR, EXECUTIVE ORDER (E.O.) 11738
AND EPA REGULATIONS PROVISION
This agreement is subject to the requirements of the Clean Air Act, as amended, 42 USC 1857 et
seq., the Federal Pollution Control Act, as amended, 33 USC 1251 et seq. and the regulations of the
Environmental Protection Agency with respect thereto, at 40 CFR Part 15, as amended from time to
time.
The Contractor and any of its subcontractors for work funded under this Agreement which is in excess
of $100,000, agree to the following requirements:
1. Any cility to be utilized in the performance of this proposed contract has ( ), has not
een listed on the Environmental Protection Agency List of Violating Facilities;
2. The contractor or any of its subcontractors agree to comply with all the requirements of
Section 114 of the Clean Air Act, as amended (42 ISC 1857c -8) and Section 308 of the
Federal Water Pollution Control Act, as amended, (33 USC 1318) relating to
inspection, monitoring, entry, reports, and information, as well as all other requirements
specified in said Section 114 and Section 308, and all regulations and guidelines
issued thereunder;
3. The contractor or any of its subcontractors agree that, as a condition for the award of
the contract, prompt notice will be given of any notification received from the Director,
Office of Federal Activities, Environmental Protection Agency (EPA) indicating that a
facility utilized or to be utilized for the contract is under consideration to be listed on the
EPA list of Violating Facilities; and
4. The Contractor or any of its subcontractors agree that he will include or cause to be
included the criteria and requirements in paragraph 1 through 4 of this section in every
nonexempt sub - contract and that the Contractor will take such action as the
Government may direct as a means of enforcing such provisions.
A
Name of Bidder
Authorii d 5gw ture
Date
28. NOTICE OF REQUIREMENT FOR CLEAN WATER, CLEAN AIR, EXCEUTIVE ORDER (E.O.) 11738 AND EPA REGULATIONS PROVISION
MIamFDade County DHCD
Page 53
I CERTIFICATION OF COMPLIANCE
WITH FEDERAL REGULATIONS
The bidder certifies that he /she will comply with all applicable standards, orders or
regulations issued pursuant to the clean Air Act of 1970 (42 U.S.C. 1857 et seq.) and
the Federal Water Pollution Control Act (33 U.S.C. 1251 et seq.) as amended and with
the Lead -Based Paint Poisoning Prevention Act (Public Law 91 -695). All applicable
rules and orders of the Federal Government issued there under prior to the execution
of the contract, shall be binding upon the prime bidder, its subcontractors, and
assignees. Violations by contractors will be reported to the U.S. Department of
Housing and Urban Development and the Regional Office of the Environmental
Protection Agency.
Name of Bidder
Signature
Date
Official Address (including Zip Code)
_Atti"avo�tS,,
27 - CERTIFICATION OF COMPLIANCE WITH FEDERAL REGULATIONS
Miami -Dade County DHCD
Page 54
CERTIFICATION REGARDING
DEBARMENT, SUSPENSION, AND OTHER
RESPONSIBILITY MATTERS
As required by Executive Order 12549, Debarment and Suspension, and
implemented at 28 CFR Part 67, for prospective participants in primary covered
transactions, as defined at 28 CFR Part 67, Section 67.510-
1. The applicant certifies that it and its principals:
(a) Are not presently debarred, suspended, proposed for debarment, declared
ineligible, sentenced to a denial of Federal benefits by a State or Federal court, or
voluntarily excluded from covered transactions by any Federal department or
agency;
(b) Have not within a three -year period preceding this application 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 commission of embezzlement, theft, forgery,
bribery, falsification or destruction of records, making false statements, or receiving
stolen property;
(c) Are not presently indicted for or otherwise criminally or civilly charged by a
governmental 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 -year period preceding this application had one or more
public transactions (Federal, State, or local) terminated for cause or default; and
2. Where the applicant is unable to certify to any of the statements in this
certification, he or she shall attach an explanation to this application.
Date
Official Address (Including Zip Code)
a� qq 1
28 - CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS (DIRECT RECIPIENT)
Miami -Dade County DHCD
Page 55
SWORN STATEMENT PURSUANT TO SECTION 287.133 (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
1. This form statement ii�s� submitted to %gyF11 (177.� N(
by Tin It 4,k--p D
T-
For
(Print individual's name and title)
(Print name of entity submitting �� sworn statement) �i, /ny �/
whose business address, � 6 kq" `a Ae f 0 h,4/r ", 6 ",q 'R 33t
and if applicable its Federal Employer Identification Number (FEIN) is Y3 70lf the entity
has not FEIN, include the Social Security Number of the individual signing this sworn statement.
2. 1 understand that a "public entity crime" as defined in paragraph 287.133(1)(g), Florida Statues,
means a violation of any state or federal law by a person -with respect to an directly related to
the transactions of business with any public entity or with an agency or political subdivision of
any other state or with the United States, including, but not limited to any bid or contract for
goods or services to be provided to public entity or agency or political subdivision of any other
state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering,
conspiracy, or material misinterpretation.
3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1) (b), Florida
Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an
adjudication of guilt, in an federal or state trial court of record relating to charges brought by
indictment or information after July 1, 1989, as a result of a jury verdict, non -jury trial, or entry
of a plea of guilty or nolo contenders.
4. 1 understand that an "Affiliate" as defined in paragraph 287.133(1) (a), Florida Statutes
means:
a) A predecessor or successor of a person convicted of a public entity crime, or
Page 1 of 3
29 - PUBLIC ENTITIV CRIMES AFFIDAVIT
Miami -Dade County DHCD
Page 56
b) 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, directors, executives, partners, shareholders, employees,
members, and agents who are active in the management of an affiliate. The ownership
by one person of shares constituting a controlling interest in another 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 facie case that one person controls another
person. A person who knowingly enters into a joint venture with a person who has been
convicted of a public entity crime in Florida during the preceding 36 months shall be
considered an affiliate.
I understand that a "person" as defined in Paragraph 287.133(1) (e), Florida Statues, means
any natural person or entity organized under the laws of any state or of the United
States within the legal power to enter into a binding contract and which bids or applies
to bid on contracts for the provision of goods or entity. The term "person" includes those
officers, executives, partners, shareholders, employees, members, and agents who are
active in management of an entity
6. Based on information and belief, the statement which I have marked below is true in relation to
the entity sub ' ' g this sworn statement. (Please indicate which statement applies.)
Neither the entity submitting sworn statement, nor any of its officers, director,
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
public entity crime subsequent to July 1, 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 the entity, or an affiliate of the entity, or an affiliate of the entity had been charged
with and convicted of a public entity crime subsequent to July 1, 1989, AND (please indicate which
additional statement applies.
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 the entity, nor any affiliate of the entity has been charged with and convicted of a
public entity crime subsequent proceeding before a Hearing Officer of the State 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).
Page 2 of 3
29 - PUBLIC ENTITIY CRIMES AFFIDAVIT
Miami -Dade County DHCD
Page 57
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER
FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT
PUBLIC ENTITY ONLY AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OR THE
CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO
INFORM THAT PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF
THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017 FLORIDA STATUTES FOR A
CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.
ignature)
Sworn to and subscribed before me this _J�,el( day of
Personally known ,%o5Q #lot
Or produced identification
(Type of identification)
Notary Public -State of ;r-7P.-v40,4
My commission expires
* MY COMMISSION
EXPIRES: Noreo
Bonded Thou Budget
(Printed, typed or stamped commissioned
name of notary public)
Page 3 of 3
29 - PUBLIC ENTITIY CRIMES AFFIDAVIT
Miami -Dade County DHCD
Page 58
2013
STATE OF FLORI`' 1
Y
DEPARTMENT OF �Mt SINESS AND PROF98SIONAL REUULATION
CONSTRUCTION INDUSTRY LICENSING HOARD (850) 487 -1395
1940 NORTH MONROE STREET
TALLAHASSEE FL 32399 -0783
VEGA, JOSE ANTONIO
FLORIDA ENGINEERING AND DEVELOPMENT CORP
12076 NW 98TH AVENUE
HIALEAH GARDENS FL 33018
>ngratulations! With this license you become one of the nearly one million
xidians licensed by the Department of Business and Professional Regulation.
u professionals and businesses range from architects to yacht brokers, from
xers to barbeque restaurants, and they keep Florida's economy strong.
eery day we work to improve the way we do business in order to serve you better
it information about our services, please log onto www.rnyforidalicense.com.
sere you can find more information about our divisions and the regulations that
pact you, subscribe to department newsletters and learn more about the
)partment's initiatives.
ar mission at the Department is: License Efficiently, Regulate Fairly. We
instantly strive to serve you better so that you can serve your customers.
lank you for doing business in Florida, and congratulations on your new license!
DETACH HERE
STATE OF FLORIDA
,.� DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487 -1395
1940 NORTH MONROE STREET
ties +° TALLAHASSEE FL 32399 -0783
FLORIDA ENGINEERING AND DEVELOPMENT CORP
12076 NW 98TH AVENUE
HIALEAH GARDENS FL 33018
c
Congratulations! With this license you become one of the nearly one million
Floridians licensed by the Department of Business and Professional Regulation.p
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!
_1yg
DETACH HERE
ST.A,Te OF FLORIDA AC# 4533434
(DEPARTMENT OF BUSINESS AND
P;ROFESSZONAL REGULATION
08/24/09 090082601
L'I.FIED BUSINESS ORGANIZATION
RIDA'ENGINEERING AND.DEVELOPM
T A LICENSE TO PERFORM <.WORK.
OWS,.'. COMPANY TO DO BUS'TNESS IF
HAS A LICENSED QUALIFIER.)
9ALIFIED under the provisions of ch.489 Fs
rion'aaZ AUG'33, :2 -071. L090824.01363
AC# 4 5 3 3 4 3 4 STATE OF FLORIDA4 .'
DEPARTMENT OF BUSINESS AND PROFESSIONAL REG,U,1
CONSTRUCTION I= NDUSTRY LSCEN52NO BOARD"
08/24/2009 I090082601`:!''_QB47195'"
The BUSINESS ORGANIZATION
Named below IS QUALIFI&P ' ,
Under the provisions a "Chapte, r 48.9 FS.
Expiration date: AUG 31, 2011
(THIS IS NOT A LICENSE TO PERFORM WORK. THIS ALLOW; S THE -
COMPANY TO DO BUSINESS ONLY IF IT HAS A QUALIFIER_?)
FLORIDA ENGINEERING AND DEVELOPMENT CORP
12076 NW 98TH;'..AVENUE - -
HIALEAH GARDENS FL 33018
SEQ #L090 82401383
CHARLIE CRIST CHARLES W. DRAGO
GnVERNOR _.__. _ _ .:.' SECRETARY
Florida Engineering & Development Corp.
12076 NW 98th Ave.
Hialeah Gardens Fl. 33018
List of major constrution projects Completed in the last 3 Years
Project
Project Name & Location
Owner (Name, Address, Phone,
ArchitecUEngineer
Contrail
%
Completion
Contract person)
P )
Amount
Completed
Date
Aviation & Commerce Center
CPF Investment Group
Phase 1A
AI Hernandez
VSN Engineering
Miami Florida
Phone 305 460 6262
PE Rudy Vargas
Ph 305 551 7118
$3,900,000.00
100%
6/15/2009
Aviation & Commerce Center
CPF Investment Group
VSN Engineering
Phase 1 B
At Hernandez
PE Rudy Vargas
Miami Florida
Phone 305 460 6262
Ph 305 551 7118
$2,600,000.00
100%
10/8/2009
Aviation & Commerce Center
CPF Investment Group
VSN Engineering
Phase 2
At Hernandez
PE Rudy Vargas
Miami Florida
Phone 305 460 6262
Ph 305 551 7118
$2,500,000.00
100%
5/25/2010
Devon Aire Elementary
Pirtle Construction
Wolfberg Alvarez
Miami Florida
PM Lazaro Villar Ph
PE Jorge Maldonado
786 247 5048
Ph. 305 666 5474
$1,792,672.00
100%
12/8/2008
Mary Brickell
Adsum Group
Wolfberg Alvarez
Miami Florida
PM Mario Pons
PE Jorge Maldonado
Phone 305 577 9949
Ph. 305 666 5474
$2,900,000.00
100%
6/5/2009
Aviation & Commerce
CPF Investment Group
RLC Architects
Center Bldg. N
Al Hernandez
137 W Royal Palm Rd.
Miami Florida
Phone 305 460 6262
Boca Raton Fl. 33432
$1,681,000.00
100%
2/8/2009
Leawood Elementary School
Pirtle Construction Corp.
Wolfberg Alvarez
Miami Florida
PM Rudy Gonzalez
PE Jorge Maldonado
Ph 305 593 7456
Ph. 305 666 5474
$1,250,000.00
95%
9/25/2008
Ferguson Sr High School
Pirtle Construction Corp.
Wolfberg Alvarez
Miami Florida
PM Rudy Gonzalez
PE Jorge Maldonado
Ph 305 593 7456
Ph. 305 666 5474
$950,000.00
95%
8/1/2009
3505 Bldg Expansion
Terracon Group
VSN Engineering
3505 NW 107th Ave.
Mike Gomez Ph.
PE Rudy Vargas
Doral Florida
305 418 9291
Ph 305 551 7118
$510,000.00
100%
5/9/2009
South Side Elementary
Coastal Construction
Wolfberg Alvarez
School Miami
PM Lazaro Villar
PE Jorge Maldonado
Florida
Ph. 954 445 7212
Ph. 305 666 5474
$650,000.00
80%
7/30/2009
Hialeah Hospital Parking Lot
Terracon Group 8181
Astur Engineering
Addition Hialeah,
NW 14th Street Ste 300A Doral
Luis LVlazquez 305 962
Florida
Fl. 33126
0572 Miami Florida
$462,645.00
70%
7/30/2009
MICC 1900
Terracon Group 8181
VSN Engineering
NW 79th Ave. Doral Florida
NW 14th Street Ste 300A Doral
PE Rudy Vargas
33126
Fl. 33126
Ph 305 551 7118
$620,000.00
2%
1/30/2010
City of South Miami
City of Saouth Miami City's
T -Y -LIN International
Drainage4 Improvements
Project No. C109 -0601
PM Roque A. Rokovich
PW Director Jose Olivo PE
Phone: 305 567 1888
$155,703.00
100%
8/4/2009
NE 18th Street Roadway
City of North Miami Beach, Fla
Improvements
City Engineer Hiep B. Huynh,
Chen & Associates
$114,119.00
100%
12/8/2009
Bid No, 2009 -16
P.E. Phone 305 948 2967
PM Michael Buick P.E.
Phone 786 497 1500
Auction House New
Building Site
Development
CPF Investment Group
Water System
Al Hernandez
RLC Architects
$2,568,900.00
100%
4/30/2010
Phone 305 460 6262
Sanitary System
Carlo Mendoza
Drainage System 1
1561 393 6555 x22
Page 1 01202011 List of project.xlsx
Exercise Path Improvement
New asphalt Walkway
City of Aventura
Craven Thompson &Ass.
Landscaping ADA
Alan Levine
Phone 954 739 6400
$300,000.00
100%
9/30/2010
Ramps
Ph. 3054688831
Dan Shaver
Calvin Giordano &
Force Main Extension
City of Dania Beach
Associates
Paving
Miriam Nasser
Jenne Chamberlain
$125,000.00
o
100%
8/30/2010
Phone 954 924 6800
Phone 954 921 7781
City of Miami Gardens
City of Miami Gardens
URS Corporation
Drainage Improvements
Mariana Pitidciu
Phone 561 994 6500
$168,500.00
100%
10/30/2010
Paving an rippinq
avid soler
City of Miami Springs Basin
-
35 Storm
City of Miami Springs
PBS &J
Drainage
Robert T Williams PW Director
PM Victor Herrera
Paving
Phone 305 805 5170
Phone 305 514 3451
$336,221.00
95%
8/11/2010
Page 2 01202011 List of project.xlsx
Florida Engineering & Development Corp.
12076 NW 98th Ave.
Hialeah Gardens Fl. 33018
List of major constrution projects completed in the last three (5) years
Project Name & Location
Owner (Name, Address,
Architect/Enineer
g
Contract
%
Completion
Phone, and Contract person)
Amount
Completed
Date
AB Knight Construction
Spillis and Partners
Miami Lakes Office Village
Miami Lakes Fl.
800 South Douglas Rd
Miami Lakes Fl.
Paul Seltzer Ph
Miami Fl 33134
305 986 0984
Ph. 305 444 4691
$514,700.00
100%
8130/2006
Pirtle Construction
Spillis and Partners
Lawton Chiles Elementary School
PM Vladimir Gutmann
800 South Douglas Rd
Miami Florida
Ph 305 593 7456
Miami Fl 33134
Ph. 305 444 4691
$575,187.00
0
100%
12/2012006
Pirtle Construction
Spillis and Partners
John F Kennedy Elementary
PM Jose Rovirosa
800 South Douglas Rd
School
Ph 305 593 7456
Miami FI 33134
Ph. 305 444 4691
$1,450,000.00
100%
8130/2006
Doral Palms Development
Termcon Group
SRS Engineering
Miami Florida
Mike Gomez
5001 SW 74th Ct. Ste 201
Ph. 305 418 9291
Miami Fl. 33155
$620,000.00
100%
12/1/2007
Aviation & Commerce Center
CPF Investment Group
VSN Engineering
Phase 1A Miami
At Hernandez
PE Rudy Vargas
Florida
Phone 305 460 6262
Ph 305 551 7118
$3,900,000.00
100%
611512009
Aviation & Commerce Center
CPF Investment Group
VSN Engineering
Phase 1 B Miami
At Hernandez
PE Rudy Vargas
Florida
Phone 305 460 6262
Ph 305 551 7118
$2,270,000.00
100%
1018/2009
Aviation & Commerce Center
CPF Investment Group
VSN Engineering
Phase 2 Miami
At Hernandez
PE Rudy Vargas
Florida
Phone 305 460 6262
Ph 305 551 7118
$2,115,000.00
100%
5/2512010
Devon Aire Elementary
Pirtle Construction
Wolfberg Alvarez
Miami Florida
PM Lazaro Villar
PE Jorge Maldonado
Ph 786 247 5048
Ph. 305 666 5474
$1,792,672.00
100%
1218/2008
Mary Brickell
Adsum Group
Wolfberg Alvarez
Miami Florida
PM Mario Pons
PE Jorge Maldonado
Phone 305 577 9949
Ph. 305 666 5474
$2,400,000.00
100%
6/5/2009
Aviation & Commerce Center
CPF Investment Group
RLC Architects 137
Bldg. N
At Hernandez
W Royal Palm Rd.
Miami Florida
Phone 305 460 6262
Boca Raton Fl. 33432
$1,681,000.00
0
100%
2/8/2009
Ferguson Sr High School
Pirtle Construction Corp.
Wolfberg Alvarez
Miami Florida
PM Rudy Gonzalez
PE Jorge Maldonado
Ph 305 593 7456
Ph. 305 666 5474
$950,000.00
95%
8/1/2009
3505 Bldg Expansion
Terracon Group
VSN Engineering
3505 NW 107th Ave.
Mike Gomez Ph.
PE Rudy Vargas
Doral Florida
305 418 9291
Ph 305 551 7118
$510,000.00
100%
5/9/2009
South Side Elementary School
Coastal Construction
Wolfberg Alvarez
Miami Florida
PM Lazaro Villar
PE Jorge Maldonado
Ph. 954 445 7212
Ph. 305 666 5474
$650,000.00
80%
7/30/2009
Hialeah Hospital Parking Lot
Teffacon Group
Astur Engineering
Addition Hialeah,
8181 NW 14th Street Ste 300A
Luis L Vlazquez 305 962
Florida
Donal Fl. 33126
0572 Miami Florida
$462,645.00
70%
7130/2009
MICC 1900
Terracon Group
VSN Engineering
NW 79th Ave. Doral
8181 NW 14th Street Ste 300A
PE Rudy Vargas
Florida 33126
Doral Fl. 33126
Ph 305 551 7118
$620,000.00
2%
1/3012010
City of South Miami Drainage4
City of Saouth Miami City's
T -Y -LIN International
Improvements
Project No. C109 -0601
PM Roque A. Rokovich
PW Director Jose Olivo PE
Phone: 305 567 1888
$155,703.00
100%
8/412009
City of Miami Springs Basin
City of Miami Springs Robert
PBS &J PM
35 Drainage Improvements
T williams PW Director Phone
Vanis J aurelien Phone
305 805 5170
305 514 3532
$336,221.00
195%
8/11/2010
City of North Miami Beach,
NE 18th Street Roadway
Florida City
Chen & Associates
Improvements Bid
Engineer Hiep B.
PM Michael Buick P.E.
No. 2009 -16
Huynh, P.E. Phone 305
Phone 786 497 1500
9482967 012
2011 List of project.xlsx
$114,119.00
100%
12/8/2009
Page 1
Florida Engineering & Development Corp.
12076 NW 98th Ave.
Hialeah Gardens Fl. 33018
List of major constrution projects under construction in Year 2011
Project Name & Location
Owner (Name, Address, Phone, and
A rchitecUEngineer
Contract
%
Completion
Contract person)
Amount
Completed
Date
Camillus House Site Development
Water Main Extension
Coastal Construction PM
Wolfberg Alvarez
Sanitary Sewer
Paul Bessell Ph.
PE Jorge Maldonado
Site Drauinage
305 324 3701
Ph. 305 666 5474
$800,000.00
40%
6/30/2011
General Funding Site Development
Water Main Extension
Coastal Construction
VSN Engineering
Sanitary Sewer
PM Mike Yahraus
PE Rudy Vargas
Site Drauinage
Ph. 305 476 0352
Ph 305 551 7118
$325,000.00
30%
3130/2011
CRA Parking Lot Imp
Site Development Water
Craven Thompson & Ass.
Main Extension Paving
Town of Davie (CRA)
Phone 954 739 6400 PM
and Signage Site
Will Allen
Dan Shaver
Drauinage
Phone 954 797 1232
$225,000.00
98%
1/30/2011
Biscayne Trail Segment New
Saphalt Path
Miami Dade County Parks
URS Corporation
Signage ADA
Dan Crawford
Phone 561 994 6500 PM
Ramps
Phone 305 5964460 x 239
David solar
$365,000.00
80%
6/30/2011
Roadway Improvements Ph. IV
Storm Drainage Paving
City of North Miami Beach, Fla
URS Corporation
and Stripping Concrete Curb
City Engineer Hiep B. Huynh, P.E.
Phone 561 994 6500 PM
$139,000.00
80%
2/28/2011
and Sidewalk
Phone 305 948 2967
Juaquin Barnes
Sunkist Grove Road Improvements
Paving and Stripping
City of North Miami - Sunkist
URS Corporation
$423,000.00
o
40%
4/30/2011
Concrete Curb and Sidewalk
Gerardo Hernandez
Phone 561 994 6500 PM
Landscaping
305 542 5500
David solar
Star Island
Sewer System Water
Coastal Construction
Kobi Karp Phone:
System Drainage
PM jason Anderson
305 573 1818 Robert J
$181,000.00
50%
5/25/2011
S stm
Ph. 305 495 2236
robs
Leawood Elementary School
Pirtle Construction Corp. PM
Wolfberg Alvarez
Miami Florida
Rudy Gonzalez
PE Jorge Maldonado
Ph 305 593 7456
Ph. 305 666 5474
$1,400,000.00
95%
0730/2011
Florida Engineering & Development corp.
12076 NW 98th Ave.
Hialeah Gardens Fl. 33018
Equipment List
ITEM
EXCAVATOR
BACKHOE
DOZER
LOADER
ROLLER
PICKUP TRUCKS
DUMP TRUCKS
SKID STEER
FUELTRUCK
SCREENERS
Trailers
Pur.Date Purchased From
2/5/2006 Alex Lyon & Son
12/13/2006 Alex Lyon & Son
5/27/2008 Alex Lyon & Son
6/26/1905 Alex Lyon & Son
5/25/2005 Alex Lyon & Son
5/25/2005 Alex Lyon & Son
10/9/2007 Alex Lyon & Son
12/11/2007 Alex Lyon & Son
8/7/2008 Alex Lyon & Son
12/10/2008 Alex Lyon & Son
5/23/2005 Brigs Equipment
12/11/2007 Alex Lyon & Son
6/22/1999 Alex Lyon & Son
10/9/2007 Alex Lyon & Son
8/7/2008 Alex Lyon & Son
12/4/1998 Alex Lyon & Son
10/9/2007 Alex Lyon & Son
12/10/2009 Alex Lyon & Son
10/9/2007 Alex Lyon & Son
12/10/2008 Alex Lyon & Son
12/10/2008 Alex Lyon & Son
Ford
12/10/2009 Alex Lyon & Son
9/22/2009 Mayra Nursery
12/10/2009 Alex Lyon & Son
10/10/1998 Alex Lyon & Son
12/23/2010 Alex Lyon & Son
12/23/2009 Alex Lyon & Son
4/20/2005 NRJ Imports
Memo Make - Model
Excavator
Komatsu PC 240LC
Excavator
Hitachi EX -100 -2
Excavator
Kobelco SK 330LC
Excavator
John Deere 892 ELC
Backhoe
JCB 214e
Backhoe
JCB 214e
Backhoe
Case 580 L
Backhoe
John Deere 3106
Backhoe
JCB 214e
Backhoe
John Deere 3106
Dozer
Case 550H
Dozer
John Deere 650H
Loader
John Deere 544G
Loader
John Deere 544H
Loader
John Deere 544J
Roller
Bomag BW 213D
Roller
Bomag BW 124
Asphalt Roller
Dynapac
Pick Up
Ford F -250
Pick up
Ford F -150
Pick up
Ford F -150
Pick Up
Ford F -150
Dump Truck
Peterbilt
Truck
Inernational
Skid Steer
Bobcat 863
Skid Steer
Case 1845C
International Truc International
Screener READ RD40B
Tag Along Trailer
Year
2000
1993
2003
1990
1999
1999
1999
2003
2004
2004
2000
2002
1994
1999
2005
1985
2000
2005
2004
2003
1995
Service Trucks
Water Truck
Grader
Sweeper
Trucks - Tactor
Forklift
Steel Road Plates
Plate Compactors
Chipping Hammers
Trench Box
Sidewalk Forms
Buckets
Trencher
Container
2/21/2006 Yoder.& Frey
12/13/2006 Alex Lyon & Son
5/27/2008 Alex Lyon & Son
5/27/2008 Alex Lyon & Son
12/13/2006 Alex Lyon & Son
8/7/2008 Alex Lyon & Son
10/4/2005 Nations Rent
12/10/2009 Alex Lyon & Son
10/27/2010 Ritchie Bros.
12/10/2009 Alex Lyon & Son
3/3/2011 Albeiro Mejias
10/2/2007 Orlando Garcia
3/25/2005 Briggs Equipment
6/20/2006 Alex Lyon & Son
8/19/2010 Alex Lyon & Son
8/19/2010 Alex Lyon & Son
2/1/2011 Independent
2/18/2011 Independent
3/18/2005 Independent
3/28/2005
1/17/2006 Trench Tech of Fla.
4/7/2005 John Abell
12/15/2006 NRJ Import
8/7/2008 Alex Lyon & Son
9/22/2009 NR-1 Imports
3/11/2011 Albeiro Mejias
Lowboy Roger
Service Truck Ford F -550
Service Pick up Ford F -450
Water Truck International
Water Tank
Grader Chanpion 710A
Grader Champion C50A
Sweeper Bobcat
2001 Freight Liner Low Boy Truck
Forklift Clark
Steel Road Plates
Road Plates
Plate Compactor
Small Compactor
Plate Compactor
Jumping Jack Compactor
Shipping Hammer
Small Shipping Hammer
Trench Box
Trench Boxes and Road Plates
8x5 Trench Box Spreaders
Sidewalk Forms
Bucket
Buckets 1CB (Digging)
Bucket
Trencher
1987
2002
1992
1996
2000
Survey Equipment
Hydrostatic Test Pump
Water Pump
Generators
Small Support Equipment
3/3/2011 Albeiro Mejias
5/25/2005 Alex Lyon & Son
8/28/2006 Survey Supplies
9/28/2006 Survey Supplies
8/19/2010 Alex Lyon & Son
4/7/2006 Ferguson Ent
8/7/2008 Alex Lyon & Son
9/18/2008 United
11/20/2005 United Rentals
11/2/2005 Jorge diaz
2/5/2006 Alex Lyon & Son
2/5/2006 Alex Lyon & Son
1/28/2007
12/10/2008 Alex Lyon & Son
8/18/2009 Office System Inter
10/22/2009 LG Construction
10/22/2009 Intl Parts
12/10/2009 Alex Lyon & Son
8/19/2010 Alex Lyon & Son
8/19/2010 Alex Lyon & Son
4/12/2011 Albeiro Mejias
Container 20 ft
Rubu Lase Level
Survey Equipment
Survey Equipment
Laser Level
Gas Hydrostatic Test Pump
Water Pump
Pump
Generator (2)
John Deere
Trash Pump
Battery Charger
Konica Copier
Honda Pressure Washer
Oil Cooler
Golf Cart E -Z Go
New Copier Konica
Miscellaneous Const Eqpt.
Air compressor
Miscellaneous Const Eqpt.
Concrete Walk Behind Cutter
Heavy Duty
Small Tools
2005
2007
ACORD CERTIFICATE OF LIABILITY INSURANCE
02 /08 /2011
PRODUCER (305)822 -7800 FAX (305) 558 -4294
Collinsworth, Alter, Fowler & French LLC
8000 Governors Square Blvd
Suite 301
Miami Lakes, FL 33016
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
NAIC n
INSURED Florida Engineering & Development Corp
12076 NW 98th Avenue
Hialeah Gardens, FL 33018
INSURERA: FCCI Insurance Company
$ 1 1 000 ' 0Q
INNSURER 8:
AUTHORIZED REPRESENTATNE
David Alter RAYSA `,e _'/
INSURER C:
GL0007631
NSURER D:
DAMAGE TORENTED
INSURER E:
MED EXP (Any one Person)
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INIR
ADUL
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
POLICY EXPIRATION
08/30/2011
LIMITS
EACH OCCURRENCE
$ 1 1 000 ' 0Q
A
AUTHORIZED REPRESENTATNE
David Alter RAYSA `,e _'/
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE M OCCUR
GL0007631
08/30/2010
DAMAGE TORENTED
$ 100 OO
MED EXP (Any one Person)
$ 5,000
PERSONAL & ADV INJURY
$ 1,000,00
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY PRO
ECT F LOC
PRODUCTS - COMP/OP AGG
$ 2,000,00
A
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON OWNED AUTOS
CA0011672
08/302010
08/30/2011
COMBINED SINGLE LIMIT
(Ea accident)
$ 1,000,000
X
BODILY INJURY
(Per person)
$
BODILY INJURY
(Per accident)
$
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
ANY AUTO
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
AUTO ONLY: AGO
$
$
A
EXCESSIUMBRELLAUABILITY
OCCUR CLAIMS MADE
DEDUCTIBLE
RETENTION $
UMB0007445
08/30/2010
08/30/2011
EACH OCCURRENCE
$ 4,000,00
AGGREGATE
$ 4,000,000
$
$
$
A
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER /EXECUTIVE
OFFICEWMEMSER EXCLUDED?
It yes, describe under
SPECIAL PROVISIONS below
001WC09A61390
02/09/2011
02/09/2012
WC STAru
E.L. EACH ACCIDENT
$
E.L. DISEASE- EAEMPLOYE
$
E.L. DISEASE - POLICY LIMIT
$
OTHER
DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
AMPLE CERTIFICATE
Ops: Underground Utilities Contractor - 30 day notice of cancellation except 10 days for non - payment.
UW
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
SAMPLE SAMPLE SAMPLE
OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATNE
David Alter RAYSA `,e _'/
SAMPLE
ACORD 25 (2001/08) CACORD CORPORATION 1988
� y.
Florida Engineering and
Development Corp.
Financial Statements for the Years
Ended December 31, 2009 and 2008 and
Independent Accountants' Review Report
p1 &`0 prats RAUCACdez &co.
CERTEIED PUanC ACCOUMANTS
Independent Accountants' Review Report
To the Stockholders of
Florida Engineering and
Development Corp.
Miami, Florida:
We have reviewed the accompanying balance sheets of Florida Engineering and Development Corp., (the
Company) as of December 31, 2009 and 2008 and the related statements of income and retained
earnings, and of cash flows for the years then ended in accordance with standards established by the
American Institute of Certified Public Accountants. All information included in these financial
statements is the representation of the management and owners of the Company.
A review consists principally of inquiries of company personnel and analytical procedures applied to
financial data. It is substantially less in scope than an audit in accordance with auditing standards
generally accepted in the United States of America, the objective of which is the expression of an opinion
regarding the financial statements taken as a whole. Accordingly, we do not express such an opinion.
Based on our reviews, we are not aware of any material modifications that should be made to the
accompanying financial statements in order for them to be in conformity with accounting principles
generally accepted in the United States of America.
Our reviews were made for the purpose of expressing limited assurance that there are no material
modifications that need to be made to the financial statements in order for them to be in conformity with
generally accepted accounting principles. The information included in the accompanying supplemental
schedules is presented only for supplementary analysis purposes. Such information has been presented to
the inquiry and analytical applied in the review of the basic financial statements and we are not aware of
anyerial modifications that should be made thereto.
— F I /`�
Apri130, 201
2121 PONCE DE LEON BLVD. SUITE 240 CORAL GABLES. FLORIDA 33134
(305) 444 -8333 FAX (305) 444 -8334 EMAIL InfoOpralsfernanaez.com
Florida Engineering and Development Corp.
Balance Sheets
December 31, 2009 2008
Assets
Current assets
Cash $ 1,146,755 S 1,044,103
Accounts receivable, net of allowance for doubtful accounts
totaling $25,000 and $275,000 in 2009 and 2008, respectively 284,970 1,708,141
Costs and earnings in excess of
billings on uncompleted contracts 727,394 682,132
Due from stockholder 243,030
Other current assets _ _ 37,701 8,480
Total current assets 2,196,820 3,685,886
Property and equipment, net 781,963 585,808
Total __ S 2,978,783 $ 4,271,694
Liabilities and Stockholders' Equity
Current liabilities:
Accounts payable and accrued expenses $ 280,743 S 1,551,516
Billings in excess of costs and
and estimated earnings 8,599 151,799
13
Income taxes payable 13,000 170,000
185,000 425,000
Deferred income taxes
Total current liabilities _ ___ .. 1,285,342 2,298,315
Stockholders'Fquity:
Common stock, $10.00 par value, 750 shares authorized
50 shares issued and outstanding
Paid in capital
Retained earnings
Total stockholders' equity ------------
Total
Total
summary
statements. See
Review Report.
500 500
441,929 441,929
1,251,012 1,530,950
1,693,441 1,973,379
Page 2
Florida Engineering and Development Corp.
Statements of Operations and Changes in Retained Earnings
For the Years Ended December 31, 2009 2008
Revenues $ 4,371,171 $ 10,223,237
Cost of sales 3,958,747 8,288,764
Gross orofit 412,424 1,934,473
Expenses:
Salaries, wages and benefits
374,631
462,901
Insurance
77,095
136,358
Depreciation
122,712
112,832
Gas, oil and tires
36,852
70,907
Rent
83,676
53,692
Taxes and licenses
35,481
39,220
Office
62,030
34,922
Professional fees
57,558
22,070
Travel and entertainment
42,861
18,836
Communications
13,966
18,234
Bad debts
25,000
9,744
Bank service charges
7,485
13,978
Repairs and maintenance
6,391
4,699
Interest
1,041 •
103
Other expenses
3,178
6,735
Total expenses
949,957
1,005,231
Income (loss) before other income and
provision for income taxes
(537,533)
929 242
Other income
44,084
23,307
Income (loss) before income taxes
(493,449)
952,549
Provision for Income taxes:
26,489
176,808
Current
Deferred
(240,000)
75,000
_
Total provision for income taxes
(213,511)
251,808
Net income (loss)
(279,938)
700,741
Retained earnings, beginining of year _
1,530,950
830,209
Retained earnings, end of year
$ 1,25.1,012 $
1,530,950
See accompanying summary ofaccounting policies and notes to mania!
statements. See Independent Accountants 'Review Report.
Page 3
Florida Engineering and Development Corp.
Statements of Cash Flows
For the Years Ended December 31, 2009 2008
Cash flows from operating activities:
Net income (loss)
$ (279,938) $
700,741
Adjustments to reconcile net income (loss) to net
cash used in operating activities:
Had debts
25,000
9,744
Depreciation
122,712
112,832
Deferred income taxes
(240,000)
75,000
Changes in assets and liabilities:
Receivables
1,398,171
(647,708)
Costs and estimated earnings in excess
(45,262)
167,077
of billings on uncompleted contracts
Other receivables
(29,221)
14,820
Accounts payable
(1,270,773)
695,331
Billings in excess of costs and
654,800
(36,463)
estimated earnings
income taxes payable
_ (157,000)
147,000
Net cash provided by operating activities ______
___ 178,489
1,238,374
Cash flows from investing activities:
(318,867)
(336,036)
Purchase of property and equipment __.._
.............____..____ _._._—
Net cash used in investing activities
(318,867)
(336,036)
Cash flows from financing activities:
243,030
(143,041)
Repayment of stockholder advances
(19,456)
Repayment of notes payable
__ ... _.. _ .. ...... __..---
-...._...-- --
Net cash provided by (used in) financing activities
_ 243,030
(162,497)
Net increase in cash and cash equivalents
102,652
739,841
Cash and cash equivalents, beginning of year
_ -- —_ -- 1,044,103
304,262
Cash and cash equivalents, end of year $ 1,146,755 $ 1,044,103
Supplemental Disclosure of Cash Flow Information: 1,041 $ 103
Cash paid during the year for interest ...... $
Cash
for
See accompanying summary o, f accottnting policies and notes
statements. See Independent Accountants' Review Report.
None
Page 4
w
yc7 JN
UN °LLZ
�aaaf
¢ N ¢
W� 6
Z 'N
W VOA, M+
QJgn J,
°ULLYp LL'!
}
a
O
z
D
I
J
m
0
O
z
LO
H
co
b
O�
N
V
J �
Q N
3 0
W
Z N
W (j m d 2 L)
t- U
a CD
U U
W #
¢ W
H
t-
N
N
O< N
W .+
Y
0
3
0
f-
U
a
z
z
z q o
Q V7 Q U
CD W 0 z
Z q Z t
H 1 N q
z WWWCD W M
a F4 Q N
0 0 �- M W 0,J
— w wm Q w o w
c
aazs a,.
MQ q0 Cam
. z HJ C H`p
NN D:Wf`ti C ai
COZ JWNMW
!fly W q.iMZ LL u.'��
'm o y
q �
° Z o
¢ Q M
¢ cD
O Z J
W ti LL
F- OG d
O W W N
z WOVI >Z
Z U W Q W
° CD h CL
zz aQ
LLI W W CD
i N 3
QaOZ=
q O Q
NJ 1OW
WWQ�J
O >(DoQ
JWWNo-+
LLM >"=
�i
b
r-1
O p W
OMO m
x \O Ln ¢
�T =
O=
\N0 O
MN=
VV rtip0 W
¢w¢ N
W
<,g
CITY 'OF HIALEAH GARDENS
10001 N.W. 87TH AVENUE - HIALEAH GARDENS, FLORIDA 33016
BUSINESS TAX RECEIPT
Business Name: 5 �` 1 '�� DATE: 9121 /2010
FLORIDA ENGINEERING AND DEVELOPMENT
Issued To:
12076 NW 98 AVENUE r JOSE ANTONIO VEGA
HIALEAH GARDENS, FL 33018` 7956 SW 78 STREET
Business Type: CONTRACTOR OTHER" i f MIAMI, FL 33143
IrTk��lc a.
LICENSE NO.: BL9961 f`uOTA�L1l{.EE PAID: $ 677.50
raj .I '41gi�ir:"l
Delinquency Fee: A 10 percent dehnquentfee wall pe;ll{liposed rf clot renewed by October 1 grldaq,a�31t�q aL5percent fee is charged for
each month thereafter with total fee not tb- exceed 25 p...... � t =.r > k
NOTES: CONTRACTOR OTHER (CIVIL ENGINEERING). JOSE VEGA,CGCt511Q29� /E5 &C71 K10 OUTSIDE STORAGE OR JUNK YARD, NO
MECHANICAL REPAIRS, NO PAINTING OF ANY`KIND, NO CHEM ICAL`SOR HAZARDOUa MATEt21ALSALL WORK SHALL BE DONE
INSIDE BUILDING. TA
t
i
City License OftiCial L I CENSE YEAR 2010 - 2011
LICENSE MUST BE EXHIBITED CONSPICUOUSLY AT YOUR PLACE OF BUSINESS