Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
HORIZON CONTRACTORS, INC.
City of South Miami PRQUET FOR ROPOSAL SW 66th Street Improvements Project Phase 11 he City of South Miami, Florida, hereinafter referred to as "City", will receive sealed proposals. The submittal, consisting of one (1) original unbound proposal, ten (10) additional copies and one (1) digital CD copy to the Office of the City Clerk, South Miami City Hall, 6130 Sunset Drive, South Miami, Florida 33143. 171-0»: ®i— » The purpose of this Request for Proposals ("RFP" ) is to solicit bids to provide ro-,rol improvements in the are The scope of work for this project include and is not limited to t installation of curb extensions, milling and resurfacing, drainage improvements, tree planting a sodding, brick, pavers, curb and gutters, sidewalk, s»4 ««z 4 street lighting. Note that bidder is required to pay workers on this project the minimum wages as determined in the Wage Determination Decision included In the tkd©< package; and that the contractor must ensure that employees are not discriminated because of race, color, religion, sex ©. MMN�M- The City of South Miami reserves the right to award the bid to the lowest, most responsive, responsible bidder, as determined by the City Commission, subject to the right of the City to reject any and all bids, to waive any irregularity in the bids or bidding procedure and subject also to the right of the City to award bid and contract to bidders other than the low bidder. Maria Menendez S-*u��' Mia-iiii City Clerk BID FORM SW 66th Street Improvements Project Phase II • Addendum No. Dated: Addendum No. n. Dated: Dated: Addendum No. Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Updated 7/22C1Q\|' This form must be utilized to render a responsive bW` ME #2 #6 EM M 9 Cr--; - -2 0 Fax Number Submit Bid C4 . JCA r'Y-i OLA s, C" E it Address 0 Title BIDDER QUALIFICATION STATEMENT SW 66th Street Improvements Project Phase 11 The BIDDER's response to this questionnaire shall be utilized as part of the CITY'S overall Bid Evaluation and Contractor selection. a In the past 5 years 53'• � b In the past 10 years 2, List the last three (3) completed similar projects. a) Project Name: • HTIMM xffl �= Original Contract Completion Time (Days): Actual Final Contract Completion Date: Actual Final Contract Price: b) Project Name: IN 8175 NVest 32nd Avenue, Suite #1, flialeah, Florida 33018 Phone: (30.5) 828-2050 Fax: (305) 820-0905 Average Tor ine m- j— y--,- — --v G - --, . w I Completio Contract Amount Completed on Contact Person Phone Number Project Name or Description: Owner n Date time? Name Parking Lot Under 1 z39-5 Miami Parking Authorit Oct-05 $ 1,302,925:00 Yes N/A N/A Biscayne Culvert Crossing City of Aventura Se -05 $ 289,000.00 Yes . . . . . . INVA N/A N/A Grand Ave Imporvement Project —9!y-of Miami � May-05 May-05 $ 3,952 531 .00 $ 1,080,00T36 Yes Yes Fred Martinez 1387-261 1 E16 Stand 18-20 St(Palm Ave tolAve CityofHialeah $ 126,322.97 Yes N/A N/A BRV, Mc Donald at NW 57 Ave & 178 St BRV; Mcdonald Corp Jan-05 Sep-05 $ 759,986�94 Yes Martinez (305) 687-2611 Hialeah E 2 Ave (41-4 7 St) City of Hialeah Hialeah City of Hialeah Nov-05 $ 800,61&93 Yes _Fred Fred Martinez (39D-68-7-2611 Hialeah E 33 St (Palm Ave - E 4 Ave l City of Hialeah Mar-06 $ 2 84_0 071-83 Yes Fred Martinez 305 S87-26�11 Hialeah E 4 Ave (26-31 St) FDOT Sep-07 $ 8,520,676-63 Yes Steve McCue 305) 986 -fi870 NW/NE 36 SV Ave NW - 7Ave NE) Cit of Hialeah Sep -06 $ 1,321,935.62 Yes Fred Martinez _1305 _687-261 I Hialeah East 4 St to Hialeah Dr 4-6 Ave) FDOT Mar-07 $ 1,700,000.00 Yes John Bolton P E _(316-2747 Allaoattah Road(SR 989) SW 224 St FDOT Sep-06 $ Yes Steve McCue (305) 986-6870 Bisca ne Blvd. (SR 5) 105 SL - 123 SL City of Aventura Sep-06 _8,741,416-49 $ Yes— Tony Tomei (305) 466-8923 Biscayne Culvert Crossin Leah CRY of Hialeah §fp-06 _289,000,00 $ 949 8.52 Yes ed Marfinez_ (305) 687-26 Hialeah East 7 - 9 St (4-6 Ave) Feb $ 1,292,536-45 Yes Fred Martinez (305) 687-2611 East Hialeah 6 Ave (32-41 St City of Hialeah -07 Town of Miami Lakes 82 Ave Drainage Town of Miami Lakes Oct-07 $ 844,640.00 Yes Asdel Larrea (305) 364-6100 Improvement Hialeah East 14 -16 SP {2 City of Hialeah Aug-07 $ 1,987,823-79 Yes Fred Martinez (305 687 -2811 Miami Dade County Public Works PTP MDCPW Sep-08 $ 1,000,000-00 Yes Jesus Gonzales (305) 793-1850 Intersections Miami Dade County Public Works Sidewalk repair MDCPW May-08 $ 1,000,000-00 Yes Jairaj Rashunandan (305) 781-3450 District 10 Hialeah East 18 - 20 St (4 - 6 Ave) City of Hialeah Dec-07 $ 1,88_6 730-06 Yes Fred Martinez i305 687 -2611 Hialeah East 26 - 28 St (6 - 8 Ave) City of Hia lea Mar-08 $ 1,494,796.52 Yes ___Er ed Martinez Fred Martinez 305) 687-2611 ( 305)687- 2611 Hialeah East 29 - 31 St (6 - 8 Ave) CitV of Hialeah Mar-08 $ 1,910,702.73 $ 850,695.00,. Yes Yes Davis, 305)948 -2968 Hartford Bldv. NE 164 St) 20 & 21 Ave Uty of North Miami Beach Feb-09 779,091-88 Yes --Jimmie Fred Martinez 872611 37 St) Hialeah West 8 - 9 Ave (33 _f City o Hialeah Feb-09 $ _JqQ5 Flagami/West End Storm Sewer Improvements City of Miami, Capital improvements Aug-09 $ 6,447,245.72 Yes Jorge Garcia (305) 416-1280 Phase 11 .1. 111 AA Average Tor ine m- j— y--,- — --v G - --, . w I a) b) C) d) 91 b) BI 5. The following information shall be attached to the bid. — Ee' ex4 4-c— c- Contractor's home office organization chart. "e _ , ,� t– `" I" Contractor's proposed project organizational chart. Resumes of proposed key project personnel, including on-site Superintendent. E XAVIER SALVAT3 E.I. EXPERIENCE EDUCATION QUALIFICATIONS 2004- Present Horizon Contractors, Inc. Miami', FL Project Manager • Administration of heavy roadway construction projects for both local municipality and state agencies. • Ensure construction conforms to contract documents, project plans, and standard design specifications • Supervise and coordinate all drainage, roadway, signalization, lighting, concrete, maintenance of traffic, installation of sanitary sewer facilities as well as water distribution infrastructures. • Logistical coordination of equipment, personal, supplies, and subcontractors. • Ensure proper billing and fund disbursements of subcontractors. • Processing of regulatory forms, submittals, and project data. • Maintain strict records and tabulations of all quantitative data related to construction. • Ensured timely completion and budget restraints for numerous projects for both local and state agencies. 1998 -2002 Miami Dade College Miami, FL ® Associates of Arts 2002 -2004 University of Florida Gainesville, FL ® Pursued B.A., Civil Engineering Science 2004 -2007 Florida International University Miami, FL • Bachelor of Science in Civil Engineering • Active member of American Society of Civil Engineers • Active member of Society of Hispanic Professional Engineers Quality Control Construction Certifications • Quality Control Manager • Earthworks Technician, Level I & II • Asphalt Paving Technician, Level I & II • ATSSA Construction WoAsite Traffic Supervisor • Radioactive Safety Officer • Nuclear Gauge Operator FAX (305) 820 -0905 • XSALVAT @HORIZON- CONT72ACPORS.COM 8175 WF1ST 32ND AVLNUT: SUITE #1 - HIALI AH, FL 33018 • PHONI-, (305) 828 -2050 1988 -1990 Archer Western Contractors, Ltd. Miami, FL Senior Layout Engineer ■ In charge of projects such as: - Griffin Road Bridge, Julia Turtle Causeway, Sunny Isle Bascular Bridge, 167'" Street Flyover Bridge and Road works. 1987 -1988 Word Land International, Inc. Miami, FL Chief Engineer ■ in charge of all engineering work and land surveying. - Projects including parts of 1 -95, 1 -75, 1 -595, SR 94, and SR 80. EducaUon 1984 University of Miami Miami, FL ■ Special course for civil engineer Continuing Education Program. 1981 -1983 Miami Dade Community College Miami, FL ■ English as second language. 1970 -1972 University of Havana Havana, Cuba ■ Civil Engineering and Land Surveying 1967 -1970 Cuban Institue of Cartography Havana, Cuba ■ Civil Engineering ELI M U ct O N M bA N U 0 M O M O a a a ate' N � � >�d � � \ ®�. � x �� w}� \ ° «j � �, Government References: List other Government Agencies or Quasi-government Agencies for which you have done business within the past five (5) years. 15 0 - - -------- -- 8175 WeA 32bd AVehme, WW # 1, RWeah, Flonda 33018 Phan: 005) 819�2050 Fax, (305) 820-0905 mrll � . As per your request please find the lawsuits that have been filed against us for the past five years. if I may be of further assistance please feel free to contact me at the above referenced telephone number. Customer References 1. City of Miami 8175 W 32nd Avenue, Hialeah, FL 33018 ° Phone: (305) 828-2050 , Fax: (305) 820-0905 Contact: Jose Lagoa PE Address: 444 SW 2nd Ave Miami, FL 33130 Phone: (305) 416-1252 Fax: (305) 416-2153 Email: jLago a qi.miami.ftus -- 2. CH Perez & Associates, Inc. Contact: Alejandro Meitin, PE Address: 9594 NW 41st Street Suite 201 Doral, FL 331178 Phone: (305) 592-1070 Fax: (305)592 -1078 Email: agtA@)ip-a.ec 3. ADA Engineering, Inc. Contact: Albert Argudin Jr., PE Address: 8550 NW 33 Street Suite 101 Doral, FL, 33122 Phone: (305) 551-4608 Fax: (305) 551-8977 Email: 4. City of North Miami Beach Contact: Hiep Huynh, PE Address: 17050 NE 19th Avenue North Miami Beach, Fl. 33162 Phone: (305) 948-2925 Fax: (305) 957-3502 Email: biQ—,huMhP(—/q_ftyrq'nb. goin 5. City of Hialeah Contact: Fred Martinez Address: 5601 East 8th Avenue Hialeah, Fl. 33013 Phone: (305) 687-2611 Fax: (305) 687-2632 Email: almailine7 a hiWeabla --- Q— — Y 6. City of Miami Beach Contact: Lisa Botero, Environmental Manager Address: 1700 Convention Center Drive Miami Beach, FL. 33139 Phone: (305) 673-7000 Fax: (305) 673-7028 Email: 8175 W 32nd Avenue, Hialeah, FL 33018 ° Phone: (305) 828-2050 , Fax: (305) 820-0905 m Project Name: SW 66t" Street improvements Project Phase 11 RFP NO. SM-2011-07-PW Date: July 14, 2011 Sent' Fax/E-mail/webpage This addendum submission is issued • 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-caption-M-1 Bid/Contract documents, and shall become an integral part of the Request Proposal responses and the subsequent Contract. Please note the contents here] and affix same to the documents you have on hand. fffflj !t !iiaac I. Engineering Drawings; 2. Technical Specifications)* 3. Attachment A — SW 66th Street Improvementl 4. MDPHA Section 3 Certified Vendors June 201 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 1 fX I Addendum # 2 Additional Information • The contractor is responsible for obtaining an MOT permit via the City of South Miami Public Works Department. All City fees will be waived. • The submittal shall remain to consist of one (1) original unbound proposal, ten (10) additional copies and one (1) digital CD copy • Licensing Requirements: A General Engineering License from the County or a State of Florida General Contracting License, and State of Florida Underground Utility and Excavation License. • Landscaping Maintenance shall be for 90 days pursuant to tree planting. • The budget for the project is $395,000. • There will be no irrigation system, light pole or lighting installation as part of the scope of work. No existing FPL poles are to be disturbed. • A revised bid form is attached with this addendum. Bids must use the updated bid form to render a responsive bid. Associated with Line Items # 18 -22 • Pavement Markings- Linear feet for furnishing and installing solid traffic stripe within the limits defined by details on the plans, the specifications, Miami Dade County Standard Details and /or FDOT Specifications are to be used. The price bid shall be full compensation for furnishing all necessary labor, materials, tools and equipment and for performing all work required for the complete installation of solid traffic strip, ready for service, and shall include temporary paving, pavement markings, pedestrian crossings markings and all other similar items as required or necessary, to original locations and to equal or better than original conditions; and all other appurtenant and miscellaneous items and work. Included in the unit cost are all survey, submittals, and shop drawing work; all loading, unloading, and transport costs to installation location. Payment will be based on the number of linear feet of solid traffic stripe times the unit bid price. • Landscaping- Contractor is responsible to coordinate with residents in regards to landscaping disturbance. PAY ITEM DESCRIPTION Mobilization - Perform preparatory work and operations in mobilizing for beginning work on the project, including, but not limited to, those operations necessary for the movement of personnel, equipment, supplies, and incidentals to the project site. Payment will be based on a lump sum for mobilization. Clearing and Grubbing- Lump Sum for furnishing the work required for selective clearing and grubbing within the limits defined be details on the plans and in accordance with FDOT specifications. The price bid shall be full compensation for furnishing all necessary labor, materials, tools and equipment and for performing all work required for the removal and disposal and is not limited to trees, stumps, roots, tree trimming and other such protruding objects, structures, pipes, appurtenances, existing flexible asphalt pavement, and other facilities necessary to prepare the area for the proposed construction. This includes roadway area, ditch area, and areas where culverts or pipe lines will be constructed. Work may also includes the cutting, removal and plugging of existing piping to be abandoned and /or taken out of service. Included in the lump sum are all the survey, submittals and shop drawing work; all loading, unloading and transport and disposal costs. Payment will be based on a lump sum for selective clearing and grubbing. Removal of Asphalt /Milling- Square yards- for milling the existing asphalt pavement within the limits defined by detail on the plans, and the FDOT specifications. Greater widths are at the contractor's option and expense. The price bid shall be full compensation for furnishing all necessary labor, materials, tools and equipment and for permitting all work required for milling of the existing asphaltic concrete surface, including the cost of removal and disposal of milled material from the project site. Payment will be based on the number of square yards of milled asphalt times the unit bid price. • Remove Existing Concrete Pavement- Square yards to remove existing concrete pavement within the limits defined by the plans, the FDOT specifications and /or the Miami Dade County Standard Details or the quantity identified on the plans and as directed by the City. The price bid shall be full compensation for furnishing all necessary labor, materials, tools, and equipment and for performing all work required for the demolition of existing concrete sidewalk, the loading, transporting, and proper disposal of the concrete debris. Payment will be based on the number of square yards of removed existing concrete pavement times the unit bid price. ® Removal of Existing Drainage Structure — Each to existing structures as shown in the engineering drawings. The price bid shall be full compensation for furnishing all necessary labor, materials, tools, and equipment and for performing all work required for the removal of existing drainage structures, the loading, transporting, and proper disposal of the structures and associated piping. Payment will be based on the number of structures removed times the unit bid price. o Type III Asphaltic Concrete- Square Yards for furnishing and constructing Type S -III Asphaltic concrete (I ") for permanent paving repairs within the limits defined by details on the plans, the FDOT specifications and /or the Standard Details. Placement of asphalt must be placed in a manner that maintains the existing crown and the grade. Greater widths are at the contractor's option and expense. The price shall be full compensation for furnishing all necessary labor, materials, tools, and equipment and for performing all work required for preparing and transporting mixture, tack cost application, placing, compacting, and testing for a complete asphaltic concrete surface course installation. Payment will be based on the number of tons of Type S -III asphaltic concrete. o Concrete Sidewalk, 6" Thick- Square Yards to install new sidewalks and pedestrian ramps, 6" thick within the limits defined by the plans, the FDOT specifications and /or Miami Dade County Standard Details or the quantity identified on the plans and as directed by the City of South Miami. The price bid shall be full compensation for furnishing all necessary labor, materials, tools, and equipment and for performing all work required for preparing and transporting mixture, formwork, placing, compacting and testing for a complete concrete sidewalks and concrete pedestrian ramps. Payment will be based on the number of square yards of new installed concrete sidewalks and pedestrian ramps, 6" thick times the unit bid price. Colored Concrete - Square Yards to install new colored sidewalks and pedestrian ramps, 6" thick within the limits defined by the plans, the FDOT specifications and /or Miami Dade County Standard Details or the quantity identified on the plans and as directed by the City of South Miami. The price bid shall be full compensation for furnishing all necessary labor, materials, tools, and equipment and for performing all work required for preparing and transporting mixture, formwork, placing, compacting and testing for a complete concrete sidewalks and concrete pedestrian ramps. Payment will be based on the number of square yards of new installed colored concrete sidewalks and pedestrian ramps, 6" thick times the unit bid price. • Brick Pavers - Square Yards to install brick pavers within the limits defined by the plans, the FDOT specifications and /or Miami Dade County Standard Details or the quantity identified on the plans and as directed by the City of South Miami. The price bid shall be full compensation for furnishing all necessary labor, materials, tools, and equipment and for performing all work required for preparing and transporting mixture, placing and compacting for the installation of the brick pavers. Payment will be based on the number of square yards of newly installed brick pavers times the unit bid price. • Concrete Curb and Gutter- Linear feet to install concrete curb and gutter within the limits by the plans, the FDOT Specifications and /or Miami Dade County Standard Details or the quantity identified on the plans and as directed by the City. The Price bid shall be full compensation for furnishing all necessary labor, materials, tools, and equipment and for performing all work required for preparing and transporting mixture, formwork, placing for a complete concrete curb and gutter. Payment will be based on the number of linear feet of concrete curb and gutter times the unit bid price. • Drop Curb - Linear feet to install drop curbs within the limits by the plans, the FDOT Specifications and /or Miami Dade County Standard Details or the quantity identified on the plans and as directed by the City. The Price bid shall be full compensation for furnishing all necessary labor, materials, tools, and equipment and for performing all work required for preparing and transporting mixture, formwork, placing for a complete concrete drop curb. Payment will be based on the number of linear feet of drop curb constructed times the unit bid price. • Pipe- Linear feet for furnishing and installing 18" HDPE pipe at any depth of cut within the limits defined by details on the plan and /or Miami Dade County Standard Details and in accordance with the FDOT specifications. The price bid shall be full compensation for furnishing all necessary labor, materials, tools, and equipment and for performing all work required for the complete installation of the pipe, ready for service, and shall include exploratory excavation; any sheeting, shoring or bracing; dewatering; disposing of excess or unsuitable fill material; placing the pipe in the trench; cutting and installing plugs; furnishing joint materials including lubricant; protecting existing utilities; making all pipe connections; cleaning and testing; placing and compacting backfill (including rock bed); installing additional suitable backfill material and temporary paving, replacing water and sanitary services, trees, shrubs, sod, sidewalks, mail boxes, fences, walls, sprinkler systems, and all other similar items as required or necessary, to original locations and to equal or better than original conditions; and all other appurtenant and miscellaneous items and work. Included in the unit cost are all survey, submittals, and shop drawing work; all loading, unloading, and transport costs ditch side. Payment will be based on the number of linear feet of HDPE Pipe times the unit bid price. 18" French Drain - Linear feet for furnishing and installing 18" French Drain within the limits defined by details on the plan and /or Miami Dade County Standard Details and in accordance with the FDOT specifications. The price bid shall be full compensation for furnishing all necessary labor, materials, tools, and equipment and for performing all work required for the complete installation of the drain, ready for service, and shall include exploratory excavation; any sheeting, shoring or bracing; dewatering; disposing of excess or unsuitable fill material; placing the pipe in the trench; cutting and installing plugs; furnishing joint materials including lubricant; protecting existing utilities; making all pipe connections; cleaning and testing; placing and compacting backfill (including rock bed); installing additional suitable backfill material and temporary paving, replacing water and sanitary services, trees, shrubs, sod, sidewalks, mail boxes, fences, walls, sprinkler systems, and all other similar items as required or necessary, to original locations and to equal or better than original conditions; and all other appurtenant and miscellaneous items and work. Included in the unit cost are all survey, submittals, and shop drawing work; all loading, unloading, and transport costs ditch side. Payment will be based on the number of linear feet of French drain times the unit bid price. Curb Inlet with J Bottom - Each to install concrete curb inlets with J bottom within the limits by the plans, the FDOT Specifications and /or Miami Dade County Standard Details or the quantity identified on the plans and as directed by the City. The Price bid shall be full compensation for furnishing all necessary labor, materials, tools, and equipment and for performing all work required for preparing and transporting mixture, formwork, placing for a complete Curb Inlet with J Bottom. Payment will be based on the number of linear feet of concrete curb and gutter times the unit bid price. Manhole- Each for the furnishing and installing of manhole Type J and P at any depth of cut within the limits defined by the plans and details and in accordance with the Miami Dade County Standard Details and/ or FDOT specifications. The price bid shall be full compensation for furnishing all necessary labor, materials, tools, and equipment and for performing all work required for the complete installation of the manholes, ready for service, including exploratory excavation; any sheeting, shoring or bracing; dewatering; disposing of excess or unsuitable fill material; placing the structures in the trench; all rims, manhole covers, and anchors are required; protecting existing utilities; making all pipe connections; cleaning and testing; placing and compacting backfill (including rock bed); installing additional suitable backfill material and temporary paving, replacing water and sanitary services, trees, shrubs, sod, sidewalks, mail boxes, fences, walls, sprinkler systems, and all other similar items as required or necessary, to original locations and to equal or better than original conditions; and all other appurtenant and miscellaneous items and work. Included in the unit cost are all survey, submittals, and shop drawing work; all loading, unloading, and transport costs. Payment will be based on the number of Manhole times the unit bid price. Solid Traffic White Stripe (for all widths)- Linear Feet for furnishing and installing Solid Traffic Stripe (6 ", 12 ", 18 ", 24 ") within the limits defined by details on the plans, the specifications, and /or FDOT specifications. The price bid shall be full compensation for furnishing all necessary labor, materials, tools and equipment and for performing all work required for the complete installation of solid traffic stripe (6 ", 12 ", 18 ", 24 "), ready for service and shall include temporary paving, pavement markings, pedestrian crossings markings and all others similar items as required or necessary, to original locations and to equal or better than original conditions; and all other appurtenant and miscellaneous items and work. Included in the unit cost are all survey, submittals and shop drawing work; all loading, unloading, and transport costs to installation location. Payment will be based on the number of linear feet of solid traffic stripe times the unit bid price. Solid Traffic Yellow Stripe (for all widths) - Linear Feet Furnishing and installing solid traffic stripe within the limits defined by details on the plans, the specifications and /or the FDOT specifications. The price bid shall be full compensation for furnishing all necessary labor, materials, tools and equipment and for performing all work required for the complete installation of solid traffic stripe, ready for service, and shall include temporary paving, pavement markings, pedestrians crossings markings and all other similar items as required or necessary, to original locations and to equal or better than original conditions; and all other appurtenant and miscellaneous items and work. Included In the unit cost are all the survey, submittals, and shop drawing work; all loading, unloading and transport costs to installation location. Payment will be based on the number of linear feet of solid stripe. Retro- Reflective Pavement Markers - Each for furnishing and installing Retro- Reflective pavement Marker within the limits defined by details on the plans, the specifications, and /or FDOT specifications. The price bid shall be full compensation for furnishing all necessary labor, materials, tools and equipment and for performing all work required for the complete furnishing and installation of Retro- Reflective pavement Marker, ready for service and all to other similar items as required or necessary, to original locations and to equal or better than original conditions, and all other appurtenant and miscellaneous items and work. Included in the unit cost are all survey, submittals, and shop drawing work; all loading, unloading, and transport costs to installation location. Payment will be based on the number of installed Retro- Reflective Pavement marker times the unit bid price. Maintenance of Traffic — Lump sum for furnishing traffic control including but not limited to flag persons, cones, markers, signs, lighting, flags, and other control devices for directing traffic and maintain safety, and other aides for the duration of the project. Included in this bid item is the payment of an off - duty law enforcement officer to control and direct traffic. Since this item is bid as a lump sum, payment will be in accordance with the cost breakdown as approved by the Consultant and measured as required by and satisfactory to the Consultant. All MOT devices required must conform to applicable standards. • Detectable Warning Surface — Each for furnishing and installing detectable warning surfaces (DWS) within the limits defined by details on the plans, the specifications and FDOT specifications. The price bid shall be full compensation for furnishing all necessary labor, materials, tools and equipment and for performing all work required for the complete installation. Payment will be based on the number of DWS times the unit bid price. Pedestrian Crossing Sign - Each for furnishing and installing pedestrian crossing signs within the limits defined by details on the plans, the specifications, the Miami Dade County Standard Details and /or FDOT specifications. The price bid shall be full compensation for furnishing all necessary labor, materials, tools and equipment and for performing all work required for the complete installation of pedestrian crossing signage for each pedestrian crossing, ready for service and all other similar items as required or necessary, to original locations and to equal or better than original conditions; and all other appurtenant and miscellaneous items and work. Included in the unit cost are all survey, submittals, and shop drawing work; all loading, unloading and transport costs to install at each location. Payment will be based on the number of pedestrian crossing signs times the unit bid price. • Landscaping — Each for the installation of specified trees within the limits defined by details on the plans, the specifications, the Miami Dade County Standard Details and /or FDOT specifications. The price bid shall be full compensation for furnishing all necessary labor, materials, tools and equipment and for performing all work required for the complete installation of trees. Payment will be based on the number of pedestrian crossing signs times the unit bid price. Performance and Payment Bond - lump sum for prepatory work on the project, including moving of equipment, materials, supplies and incidentals to and from the project site, including all setup and breakdown, the cost for safety equipment, first aid supplies, sanitary and other facilities, rental of storage areas, off site cleanup. All other costs incurred to commence and terminate construction, as described in the General Conditions, shall be considered incidental and necessary as part of the lump sum amount. Include the cost of bonds, permits and any required insurance and any other reconstruction expense necessary for the start of the work. Partial payment will be in accordance with FDOT Section 101 schedule. • Contingency — An amount that is 10% of the Subtotal for items I through 6). The contractor is not entitled to these funds unless a request is submitted in writing to the City Engineer or designee for review and approval. Project N®® SW 66. Street » Improvements Project Phase 11 - Sent- Fax/E-mail/webpage This addendum submission is -d to rz« supplement and/o modify the previously t# Documents, \ and is \ hereby »�.- part of the BID » , u .- All uirem v of the BID #a » - t modified herein shall remain « force and effect as originally set forth. Receipt of this A - £u: shall be «2.6ed on the id For following The changes, e . ■r,, deletions amend the a ©a . » ® : ©?» c documents, and shall become an integral part ?. Request for Proposal responses and subsequent Contract. -ttx note the contents herein ©. affix same to the documents yl haven hand. �fa © <- - : » «.�� » : »4© «,• w * ?» w. »?» 2<» t<r »<■ «<» #±,<» »,� °<f »» d * « »<... . < »? ..<? . .... . 2� «,» »w■ .< d. # ■ °# ° < <2 »dy«2 <«2:«d«2 <#2 # <» ? <2« §»222: l7 ; » ?md�? ? » «f MM Addendum # 3 Additional Information As a clarification, the ENTIRE WORK shall be completed, in full, within 90 calendar days Substantial Completion; 110 calendar days Total Completion from the date stipulated in the NOTICE TO PROCEED. ® As a clarification to bid line item # 30 associated with mulch, please see the following note: o This mulch quantity is for the areas that are only receiving mulch. Trees, shrubs and groundcovers mulch should be included in the price for the trees, shrubs and groundcovers ATTACHMENT A Table of Contents 6 Jew= 10. Contractor's on-going construction projects (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion). 1. Have you ever failed to complete any work awarded to your company? If so, where and Why? Page I of 2 3- STATEMENT OF BIDDER'S CONSTRUCTION EXPERIENCE Miami-Dade County DHCD 12, Have you ever defaulted on a Contract? Please explain on a separate sheEj 13. Through what personnel or affiliations do you propose to provide knowledge of local design and construction problems and methods?, e�eS L 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? 17. The undersigned hereby authorizes and requests any person, firm, corporation, or governmental unit, to furnish any information requested by the (ha of agency) in verification of the recitals comprising this staterre—nt of bidder's i I #1 I YVETTE ZULUAGA Notary Public - State of Florida My Comm. Expires Nov 1, 2013 Commission # DD 937248 t Hal pa a S - 3 �9 5 c � � ssz�z�sss���ss�❑sss b�4 C� .� � a b H W utiuu id d � g3 r 5 33 x P g : 5 B3 ci fl- 3 � %.�z� z.�. � d s u� -� a '- 0 0 11111) 5} VVUGJ',..SL Otis, Jj - ® R' ? m z '.wal Representative Project No. 1 Project Name: SR 5 Biscayne Blvd. Project Location: SR 5 Biscayne Blvd (from 105th St. -123rd St) Project Description: • Landscaping • Asphalt • Clearing and Grubbing • Maintenance of Traffic • Curb and Gutter • Striping • Drainage • Right of Way Construction • Desilting Existing Drainage Owner: Florida Department of Transportation Address: 9999 NE 2nd Ave Suite 212 Miami Shores, FL 33138 Contact: Steve McCue Phone: (305)795 -1595 Fax: (305)795 -6181 General Contractor's Project Manager: Xavier Salvat Field Superintendent: Michael Serrano Awarded Contract Amount and Final Contract Amount: $ 8, 741, 416.49 Date of Completion: 7/30/2006 • Earth Works • Lighting • Streetscape Project • Surveying • Traffic Separator • Sidewalk • Signalization • Signing Representative Project No. 2 Project Name: Grand Avenue Improvements Project Location: Grand Ave (from 37th Ave- Matilda St.) Project Description: • Landscaping • Asphalt • Right of Way Construction • Maintenance of Traffic • Decorative Tree Grates • Decorative Trash Receptacle • Decorative Banners Arms • Drainage • Clearing and Grubbing • Signing Contact: Scott Pritchard Phone: (305)416 -1236 Fax: (305)416 -2153 General Contractor's Project Manager: Xavier Salvat Field Superintendent: Francisco Ferrer • Earth Works • Decorative Lighting • Streetscape Beautification Project • Surveying • Decorative Benches • Decorative Concrete Staining • Striping • Signalization • Decorative Pavers • Desilting Existing Drainage Awarded Contract Amount and Final Contract Amount: $ 3,952,088.17 Date of Completion: 5/01/2006 Representative Project No. 3 Project Name: North Beach Recreational Corridor Phase 1, 2 & 3 Project Location: 64th to 79th Street, West of the Dune System on the Beach Project Description: • Landscaping • Drainage • Sand Dune Establishment • Maintenance of Traffic • Clearing and Grubbing • Decorative Signage • Rope and Post Fencing • Cement Stabilized Base • Sand Dune Rehabilitation • Decorative Turtle Structure Installations • Invasive Species removal • Pumps • Sand Dune Re- Establishment • Frangible Decorative Color Concrete Sidewalk Contact: Lisa Botero Phone: (305) 673 -7000 Fax: (305) 673 -7028 General Contractor's Project Manager: Joey Sanchez Field Superintendent: Francisco Ferrer • h-rigation • Decorative Lighting • Streetscape Work • Decorative Pavers • Surveying • Decorative Showers • Earth Works • Shell Rock Beach Access • Lighting • Decorative Street End Medallions • Directional Boring • Sand Dune Rehabilitation • Decorative Water Fountains Awarded Contract Amount and Final Contract Amount: $ 6,412,248.23 Date of Completion: 06/2009 dR 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 _�q�of South Miami-- _SW 66 th Street - Street Improvern2rits P-Hri-1111. (Name of project) Name: pl� C, W--N ( - � --r < Nnmp of Firm) Title: IDate: Full Address (including Zip Code) Telephone Number: Check one, as applicabi V Contractor I Subcontractor Other EM 4 - CERTIFICATION RECEIPT Miami-Dad• C INSURANCE REQUIREMENTS The term "Contractor as used 7in this document, refers to the entity providing construction C rms type Fp 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 structuresi additions to existing structures, and comprehensive modernization/renovation. The contractor shall obtain the insurance specified in Section It. B Emergency Shelter� Housing and Minor Rehab Acquisition of Land and Commercial Revitalization Projects including renovation • roofing only of existing structures, The contractor shall obtain the insurance specified in Section 11. Types of Insurance WOW# INSURANCE employees of the Contractor as required by Florida Statute 440. I Please verify insurance requirements at time of pre-construction meeting. A. Construction and Major Rehabilitation B. Emergency Shelter, Housing and Minor Rehab, Acquisition of Land & Commercial Revitalization Page 1 of 2 im A. Construction and Major Rehabilitation - INSURANCE REQUIREMEI Miami-Dade County DHCD lll 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 Authori2ed or Approved to Do Business in Florida" issued bv the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. M All insurance required by the contract must stay in force until final acceptance excels "Completed Value Builder's Risk" which may be dropped after substantial completion. I 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 i 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. Page 2 of 2 6 - INSURARCE REQUALIT'"I 111 Miami-Dade Count PROVISIONS TO BE INCORPORATED IN CONSTRUCTION CONTRACTS A. t(DAvis-BAOON" ACT PROVISION MMM. we "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 H_UD-4010 and those requirements contained in Wage General Decision Number FL20100325 04/0112011. FIL326for this project� 11 WE= delivered by certified mail, return re e p re or in Page I of 3 IM 9 A 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. The Principal Contractor/bwher 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� Page '2 of 3 7 - PROVISIONS TO BE INCORPORATED IN CONSTRUCTION CONTRACTS Miami -Dade County DNCD Penalties for Fraud Misrepresentation or Material Misstatement In accordance with the Code of Miami-Dade County, Section 2-8.4.1, any Individual or meet its contractual obligations corporation or other entity that attempts to County contract with the County terminatedi whenever practicable, as determined by the County The County may terminate or cancel any other contracts which such individual or othe'r 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. E foregoing notwithstanding, any f. f 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 • to five (5) years. 7: Payment Settlement ble costs incurred in carrying if termination occurs, the contractor will be paid for allow i a out activities required by this contract up to the date and t me of termination. H 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. Page 3 of 3 page 1 I Initials 7 - PROVISIONS TO BE INCORPORATED IN CONSTRUCTION CON' Miami-Dade County DHCD NONCOLLUSION AFFIDAVIT STATE OF: COUNTY OF- Dc�ctc being first duly sworn, deposes and says that: (1) He/she is \h Ce i:, f es,, cte,n+ of 14c, r) 2,o rN C e that has submitted the attached Bid. cy4 , , , the Bidder - - (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; Mm (SIGNED) Title Subscribed and sworn to before me this i day of 20 to PAY PR" YVETTE ZULUAGA 0 14 tary P i7 Notary Public - State S n b I _ ta I , ot Florida ot Florida 0 MY Gomm, Expires Nov 1, 2013 m s s 0 # Commission # DD 937248 DD , 8 Mm County DHCD C#ERTIFICATION REGARDING LOBBYING 4,11 in excess of $100,000 Print: — ------------------- Title: —\i'll" Date: I J . . ...... , A , y Business . . Address: X', \J 9- County DHCD Contracts covered by the Notice and Specifications shall take affirmative action to insure equ" U employment opportunity. Evaluation of Contractor's compliance with the affirmative action standar X shall be based on contractor's efforts to achieve maximum results from their actions, The contract, shall be required to provide documentary evidence of efforts to implement each of the 16 affirmati action steps outlined in the Specifications. Listed below are the 16 essential affirmative act on s, epl, the efforts required to implement them and the records that should be maintained to document t Z contractor's efforts. 1 . Contractors must maintain a working environment free of harassment, infirrildationj and coercion at all sites and in all facilities at which the contractors 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 • women working at such sites or in such facilities. To Demonstrate Complianew 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 al ga ion maintain a working environment free • harassment, intimidationj and coercion and to where possible, assign two • more women to each construction project. Monitorinci • work environment by EEO officer� 2. Contractors must establish and maintain a current list • minority and women's recruitment sources, provide written notification to minomy CUM women's recruitment sources and to community organizations when the contractor • its unions have employment opportunities a 'lable and maintain a record of the organization's responses. vai I 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. Initials Page 1 of 5 10- Page 2 of 5 • 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. 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 'IMIals Page 3 of 5 EM o a 10 � AFFIRMATIVE ACTION STANDARDS Miami-Dade County DHCD CERTIFICATION OF COMPLIANCE WITH PART 60-2 AFFIRMATIVE ACTION PROGRAMS • s` s 1w offers is orescribed in _V8 U.S.C. 1001 11 - CERTIFICATION OF COMPLIANCE WITH PART 60-2 llm� AFFIRMATIVE ACTION PROGRAMS Miami-Dade County DHCD mail r reml rp, Me followina. as part of its offe.L By submission of an offer, the bidder certifies that it complies with the American with Disabilities Act, 42 U.&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 compliancei 5544_1A� Page I of 3 NEMMI 12 - OTHER CERTIFI( Miami -Dade County E. BY•D ANTI-LOBBYING AMENDMENT (31 U.S.C. 1352) F. FULL DISCLOSURE BY THE CONTRACTOR/BIDDER REGARDIN WHETHER IT ANTICIPATES BEING OR IS DEBARRED, SUSPENDED, 0 PROPOSED FOR DEBARMENT BY THE RAL GOVERNMENT, STAT OF FLORIDA, OR MIAMI-Q-ADE COUNTY AT TIME OF AWARD. I 1, This certification applies to a contract or subcontract in excess of $25,OCU m Page 2 of 3 12 - OTHER CERTIFICATIONS 9•` Miami -Dade County DHCD H. AGE DISCRIMINATION ACT OF 1975, AS AMENDED Dior`, -discrimination on the Basis of Aa No qualified person shall on basis of .a- be excluded from participation inj be denied the benefits of, or otherwise be subjected to discrimination a- program or receives or benefits a m Feder Page 3 of 3 12 - OTHER CERTIFICATIONS Miami-Dade County an g I I =mb-10i I -I ;1 :41111 ra I' a ILI I$ 131 � I � I (b) Establishing an on-going drug-free awareness program to in orm emp oyees '2'Wout: I ,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 • 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 conviciiion; (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 r who is so convicted Page I of 2 13 - CERTIFICATION REGARDING DRUG-FREE WORKPLACE Miami-Dade County DHCD w Making a good faith effort to continue to maintain a drug-free workplace throu& implementation of paragraphs (a), (b), (c)j (d), (e), and ft B, The Grantee may insert in the space provided below the site(s) for the performance of work done in connection with the specific graft te. zip code) Check 0 if there are workplaces on file that are not identified here. vNi of "iclai Address (including Zip Code) t-4 Page 2 of 2 13- CERTIFICATION REGARDING DRUG-FREE WORKPLACE Miami-Dade County DHCD I w 4 X11111MR1112! 11111! Win !I,, APPLICANT: SIGNATURE: ADDRESS: DATE: "", �,'Y 1,4 -, ( , , � - �c, -,c i V,, 1 J,7' i -1 11 , "'A, ", I le; 14 - ASSURANCE OF COMPLIANCE (Section 3, HUD ACT of 1968) Miami-Dade County DHCD mrey��rMw Each applicant, recipient, contractor� and subcontractor on a Section 3 covered project shall sign the attached Section 3 Assurance of Compliance. 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 r< 11: 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 cloal or target number and estimated dollar amount of contracts to be awarded to the eliclible businesses 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: I, 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. Ensuring that the appropriate business concerns are notified of pending contractual opportunities either personally or through locally utilized media. 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. I I" Initials Page I of 2 15 - SECTION 3 REQUIREMENTS Miami-Dade County DHCD Applicants, recipients •. contractors will ensure that 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 # a to be awarded to the eligible businesses # entrepreneurs each category over the duration of the Section 3 covered project. 0 i Each applicant, recipient, contractor or subcontractor undertaking work in connection with—, 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. Initia6s Page 2 of 2 15 SECTION 3 REQUIREMENTS Miarni -Dadol County DHCD 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. 170lu (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 contractors 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 inevery subcontract subject— —`compliance' with regulations kt24CFRpart 13G^ and agrees bmtake appropriate action, ea provided hnm` applicable provision of the subcontract or in this section 3 dauem, upon m 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 - that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected out before the cv'm*c, is executed, and with persons other than those tmwhom the regulations of24CFR part 138 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under CFR part 135. Ith HUDos regulations 135 may result in SanCtIonSi termination e in 24 CFR part of this contract for default, and debarment or suspension from future HUD assisted contracts. 16 - SECTION 3 CLAUSE Miami-Dade County DHCD JR4 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 new employees hired during the performance of this contract. Furthermore, should this contract be let to the Bidder, he Bidder agrees to delineate work force needs (skilled, semiskilled, unskilled, labor, and _t.li - nees) by category. 3. Of these new employees, the Bidder plans to hire at least OX percent (%) from the Section 3 Covered Area (Dade County, Florida 4. The Bidder estimates that percent (%) of those materials purchased for use on this project will be from business located in the Section 3 Covered Area (Dade County, Florida) please print), as an authorized Officer of the Bidder, do J hereby acknowledge that we are aware of the requirements under Section 3 of the Housing an d 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 I ��,, � � I ( i ;: Title �j , (_�_ - i - -, - -- Company Employer (IRS) ID# Date 17 - BIDDER'S INITIAL SECTION 3 GOALS Miami-Dade County DHCD mmm CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION — LOWER TIER COVERED TRANSACTIONS I y signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 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 • reason of changed circumstances. Page 1 of 3 18 - CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILTY AND VOLUNTARY EXCLUSION - LOWER TIERED COVERED TRANSACTIONS Miami -Dade County DHCD 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. Page 2 of 3 18 - CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILTY AND VOLUNTARY EXCLUSION - LOWER TIERED COVERED TRANSACTIONS Miami-Dade County DHCD 1. Neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from I participation in this transaction, by any Federal department or agency. Y 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 Prat H H Page 3 of 3 18 - CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILTY AND VOLUNTARY EXCLUSION - LOWER TIERED COVERED TRANSACTIONS Miami -Dade County DHGD !! a EQUAL EMPLOYMENT OPPORTUNITY CLA FOR CONTRACTS • ORDER 11246 Business Address: ?V(_ 19 - EQUAL EMPLOYMENT OPPORTUNITY CLAUSE FOR CONTRACS NOT SUBJECT TO EXECUTIVE ORDER 11246 Miami -Dade County DNCD UMM a aT � �w p Title: i _ ''a `. ... Business Address: ?V(_ 19 - EQUAL EMPLOYMENT OPPORTUNITY CLAUSE FOR CONTRACS NOT SUBJECT TO EXECUTIVE ORDER 11246 Miami -Dade County DNCD UMM iy EQUAL OFOR SPECIAL DISABLED VETERANS AND PPORTUNITY .., THE VIETNAM ERA t 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 reqard to any position for which - employee or applicant a employment qualified. affirmative to employ, advance employment and otherwise treat qualified individuals without discrimination based on !- disabled - - . or - of Vietnam era in all employment practices, ! ! the following: Page 1 of 3 20 - EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA Miami -Dade County DHCD �,a 5) The provisions of paragraphs 2 and 3 of this clause do not appiv 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: 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 Y Print: i { ` t "TIC". Title: Ck Dater r Business Address: Page 3 of 3 24- EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA Miami -Dade County DHCD �A Page 12 21 - EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES Miami -Datle CountyDHCD 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. M Title: I C-C- IC, "k, _-� - Date: Business Address: _-2) Page 2 of 2 21 - EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES Miami-Dade County DHCD NOTICE EQUAL TO ENSURE EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) IN Ms y Goal Until Further Notice All 39.5% Area Covered: apply .i �f A. Timetable Trade Until Further Notice All 6.9% THESE GOALS ARE APPLICABLE TO ALL THE CONSTRUCTION ► CONTRACTORS (WHETHER OR NOT IT IS FEDERAL OR FEDERALLY ASSISTE PERFORMED IN THE COVERED AREA. r „ „sfnitals Page 1 of 10 22 - NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) Miami -Dade County DHCD r � s- rformance +; e . . Page 2 of 10 22 -- NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) Miami -Dade County DHCD 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 ideration for employment without regard to race, color, religion, sex, or consi national origin. 5i 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. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (EXECUTIVE ORDER 11246) Em a. "Covered area" means the geographical area described in the solicitation from which this contract resulted. - 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 ti-M original peoples of the Far East, Southeast Asia, the Indian Subcontine or the Pacific Islands); and I - American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliatiR ns through membership and participation or community identification). Page 4 of 10 22 - NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) Miami-Dade County DHCD 5. Neither the provisions of any collective bargaining agreementj 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. 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: —thitials Page 5 of 10 22 - NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) Miami-Dade County DHCD IERM 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 1 unions have employment opportunities available, and maintain a record of the organizations' responses. Initials Page 6 of 10 22 - NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) Miami-Dade County DHCD 1= specifically In. Disseminate the Contractor's F-EO policy externally by including it in any advertising in the news media, • ing minority and female news media, and providing written notification • Contractor's EEO policy with other Contractors and Subcontractors whom the Contractor does or , a- doing b - 1, 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 r seniority practices, #f classificatio ork 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 !! ! Contractor's obligations under specifications are being carried out. Int€ials Page 8 of 10 22 - NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY {EXECUTIVE ORDER 11246} Miami -Dane County DHCD The Contractor shall not enter into any Subcontract with any person or firn- # # # from Government pursuant to Executive Order r. Page 9 of 10 22 - NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11248) Miami -Dade County DHCD 11 '` 15, Nothing herein provided shall be construed as a limitation upon the application of other laws that establish different standar• of a .e or •s under application of requirements for the hiring of local or other area residents (e.g., these Public Works e of + Development Block Grant Program). initials Page 10 of 10 22- NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) Miami -Dade County DNCD EQUAL EMPLOYMENT OPPORTUNITY CLAUSE FOR CONTRACTORS SUBJEC • i � I ill 1� 11 l Ill • � , 11 � � F ! 2. The contractor will, in all solicitations or advertisements for employees placed by • 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. Page 1 of 2 23 -EQUAL EMPLOYMENT OPPORTUNITY CLAUSE FOR CONTRACTORS SUBJECT TO EXECUTIVE ORDER 11246 Miami-Dade County DHCD The contractor will furnish all information and reports requir6d by Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant or ers 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, requiations and orders. By: Print: Title: Date: s 2- Business Address: Page 2 of 2 23 - EQUAL EMPLOYMENT OPPORTUNITY CLAUSE FOR CONTRACTORS SUBJECT TO EXECUTIVE ORDER 11246 Miami-Dade County DHCD Date: Business Address: 24 - CERTIFICATION OF NONSEGREGATED FACILITIES Miami-Dade County DHCD Imm Date: kmess<°ddress . ry ) t > } w. NOTICE TO PROSPECTIVE mkmmkmG�OREQUIREMENT RR AA NONSEGREGATED G S .. Miami-Dade Cou Am 22l - ?° 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 LISC: 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. of $1 00i 000, agree to the following requirements' Any facility to be utilized in the performance of this proposed contract has has n been listed on the Environmental Protection Agency List of Violating Facilities; Z 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 LISC 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; I The contractor or any of its subcontractors agree ondition 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 I 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 provision& 4(%O ame of Bider", �1=1 26 -NOTICE OF REQUIREMENT FOR CLEAN WATER, CLEAN AIR, EXCEUTIVE ORDER (E.0) 11738 AND EPA REGULATIONS PROVISION Miami-Dade County DHCD N� r ti. �i z CERTIFICATION COMPLIANCE r; FEDERAL WITH REGULATIONS tj a Date A � Official Address (including Zip Code) 23 - CERTIFICATION OF COMPLIANCE WITH FEDERAL REGULATIONS Miami -Dade County DHCD CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS (DIRECT RECIPIENT) As required by Executive Order 12549, Debarment and Suspension, an implemented at 28 CFR Part 67, for prospective participants in primary covere transactions, as defined at 28 CFR Part 67, Section 67.510- 1 '1. The applicant certifies that it and its principals: 2 Where the applicant is unable to certify to any of the statements in this I cprtific,2tiow . � e or she shall attach an explanation to this application. Official Address (including Zip Code) C" I 28 - CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS (DIRECT RECIPIENT) I Miami-Dade County DHCD gw jigaig cmAjImialt M11,112071m,"""o 101 W1101TIM,01111,111 ...................... ' == THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS eG ckfiq'i 1. This form statement is submitted to (",l 4 by (Print individual's name and title) For G f_1 mmmmm= whose business address 14) t- k l r f" and if applicable its Federal Employer Identification Number (FEIN) is ILV the entity has not FEIN, include the Social Security Number of the individual signing this sworn statement. Page I of 3 29 - PUBLIC ENTITIY CRIMES AFFIDAVIT Miami-Dade County DHCD 5 1 understand that a "persoh" as defined in Paragraph 287,133(l) (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, membersi and agents who are active in management of an entity Page 2 of 3 29 - PUBLIC ENTITIY CRIMES AFFIDAVIT Miami-Dade County DHCD Sworn to and subscribed before me this day of 20 Personally known M��• YVETTE ZULUAGA Notary Public - state Of Florida My Ctrruru. Expires Nov 1, 2013 Commission # DID 937248 Notary Public-State of T�Aov�do My commission expires (Printed, typed or stamped commissioned name of notary public) Page 3 of 3 29 - PUBLIC ENTITIY CRIMES AFFIDAVIT Miami-Dade County DHCD BID BOND s • 0 • �' ,KNOW ALL MEN BY THESE PRESENTS, HORIZON i 's O asPrincipal, and RD CASUALTY INSURANCE COMPANY as Surety, are `! and f bound unto the City of ! municipal corporation of the State of Florida in the sum of FIVE PERCENT OF AMOUNT OF BID Dollars($S*-. AMT OF BID )Jawful 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 SUCGessors jointly and severally, firmly by these presents. 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 documen A If the principal shall not withdraw said bid within ninety (90) days after the date for opening of t same, and shall, within ten (10) days after the prescribed forms are presented to it for signature, ent into a written contract with the Owner in accordance with the bid as accepted, and give bonds with go and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment such contract, then the above obligations shall be void and of no effect, otherwise to remain in full for I and effect. IN WITNESS WHEREOF, the above bonded parties have executed this instrument under their several seals this __3xd_ day of ___Aj1CZtSX rporal , 2011, the name and the corpora ■!s �; L'� w ( £' d io SECOND PAGE OF A TWO (2) PAGE BID BOND 8118 W 32 AVE (Business Address)- HIALEAH, FL 33018 (City/State/Zip) 305-828-2050 HARTFORD CASUALTY INSURANCE COMPANY Se retary (Corporate Surety)* tZj By* RAMON A RODRIGUEZ, ATTY-IN-FACT & FLA RES AGENT Impress Corporate Surety Sea[ IMPORTANT Surety companies executing bonds must appear on the Treasury Department's most current list (circular 570 as amended) and be authorized to transact business in the State of Florida, Direct Inquiries /Claims to: THE HARTFORD -rUW-L-K kjF AT URNEY BOND, T-4 P.O. BOX 2103, 690 ASYLUM AVENUE HARTFORD, CONNECTICUT 06115 calla 888 - 266 -3488 or fax: 860 - 757 -5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 21- 221533 ® Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut XO Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies ") do hereby make, constitute and appoint, up to the amount of unlimited: Emesto Freyre, Fausto Alvarez, Ramon A. Rodriguez, Victor M. Pantin, Carl H. Moll, Carlos Lacasa, William E Beckham, Marc D. Jacobson, Michael L. Keeby, Mayra Rodriguez of Miami, FL their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2003 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. rr r•p vg w "t Ftu l xy,i t ?;, y ap °cc ro y w e r r :rceone,rrot',. F y,9ar : fz� r l arsM' - Atl179 34i t979 •r.rtoa,�: ''�o�yrwuexua n ,e,o . Paul A. Bergenholtz, Assistant Secretary STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD ) t \ � David T. Akers, Assistant Vice President On this 4th day of August, 2004, before me personally came David T. Akers, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hampden, Commonwealth of Massachusetts; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. 4 Scott E. Paseka Notary Public CERTIFICATE My Commission Expires October 31, 2007 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of August 3, 2011. Signed and sealed at the City of Hartford. `sr sk d 0rL �re9 Ea� Cal /9► � r , , �` = _ o •y �t .p+ a6"py9 °cc wtE1e8'c� oc1 n9 " 'n W , a '+ a s 0 : 0 _ r ` € _ �"' `s _ ° i ,Fr. N`p.•w."p•.1979 Mn•'C u .+ a.n°r.ywm.� �r�"• >'•`�` _ 1 9 77�tv p ` Gary W. Stumper, Assistant Vice President POA 2004 AC 11 CERTIFICATE LIABILITY INSURANCE DATE (MMIDDIYYYY) POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR 07/29/2011 PRODUCER Millennium Insurance & Investments Corp d /b /a MiiCorp 3440 Hollywood Blvd., Suite 415 POLICY NUMBER 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. Hollywood, FL 33021 LIMITS A NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Phone: (954) 983 -4252 Fax: (954) 212 -2255 GL 487 08 31 INSURERS AFFORDING COVERAGE NAIL # INSURED $ 1,000,000 INSURER A: New Hampshire Insurance Company 23841 Horizon Contractors, Inc. INSURER B: New Hampshire Insurance Company 19402 8175 W 32nd Avenue, Suite #1 $ 200,000 INSURER C: National Union Fire Ins. Company Pittsburg P.A. 19445 Hialeah, FL 33018 INSURER D: Westchester Surplus Lines 110172 MED EXP (Any one person) $ 15,000 INSURER E: $ 1,000,000 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. LTR INSRD TYPE OF INSURANCE POLICY NUMBER DATE MM DD/YY DATE MM /DDIYY LIMITS A NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL GENERAL LIABILITY GL 487 08 31 02/20/2011 02/20/2012 EACH OCCURRENCE $ 1,000,000 COMMERCIAL GENERAL LIABILITY Gloria J. Bravo, CIC DAMAGE TO RENTED PREMISES Ea occurence $ 200,000 FJ CLAIMS MADE❑ OCCUR MED EXP (Any one person) $ 15,000 PERSONAL & ADV INJURY $ 1,000,000 ** �/ Blanket Additional Insured ** �/ Waiver of Subrogation GENERAL AGGREGATE $ 2,000,000 ** Blanket when required GEN'L AGGREGATE LIMIT APPLIES PER- PRODUCTS - COMP /OPAGG $ 2,000,000 Deductible 0 POLICY F,71 PROJECT LOC by written contract B AUTOMOBILE LIABILITY ✓ ANY AUTO CA 826 37 95 02/20/2011 02/2012012 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY accident) $ HIREDAUTOS J(Per NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ Comp Ded $1000 Collision Ded$1000 GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ ANY AUTO $ C EXCESSIUMBRELLA LIABILITY BE 26159434 02/20/2011 02/20/2012 EACH OCCURRENCE $ 5,000,000 0 OCCUR CLAIMS MADE AGGREGATE $ 5,000,000 $ $ DEDUCTIBLE $ RETENTION $ 10,000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR /PARTNER /EXECUTIVE Refer to separate Certificate attached TORY LIMITS ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA Eh9PL0YEE $ OFFICER /MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ D OTHER G24100650 002 11/23/2010 11/2312011 $2,000,000 General Aggregate POLLUTION LIABILITY $1,000,000 Each Pollution Condition Deductible $50,000 r%96FZII5TI5N 5F 5PERATIONS I LOCATIONS 7VERICtEg 7 EXCLUSIONS ADDED BY ENrR5lZ9I.MVTr71TffffXI7M VISIONS RE: SW 66th Street Improvements Project Phase II ADDITIONAL INSURED, WAIVER OF SUBROGATION & PRIMARY NON - CONTRIBUTORY APPLIES TO THE GENERAL LIABILITY POLICY ONLY WHEN REQUIRED BY WRITTEN CONTRACT. * *30 Days Advance Notice of Cancellation EXCEPT for Non - Payment of Premium 10 Days ACORD 25 (2001108) V AL;UKU I;UKYUKA I IUN 1%156 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION ADDITIONAL INSURED: DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30** DAYS WRITTEN City of South Miami Drive 6130 Sunset D ri NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL South Miami, Florida 33143. IMPOSE NO OBLIGATION OR LIABILITY OF ANY KINn IlPnN THE INSURER ITS nrENTS OR REPRESENTATIVES. - AUTHORIZED REPRESENTATIVE Gloria J. Bravo, CIC ACORD 25 (2001108) V AL;UKU I;UKYUKA I IUN 1%156 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 33 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section 11 - Who Is An Insured is amended to include as an additional insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with respect to liability for "bodily injury ", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are completed. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: 1. "Bodily injury ", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. 2. "Bodily injury" or "property damage" occur- ring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be per formed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another con- tractor or subcontractor engaged in per- forming operations for a principal as a part of the same project. CG 20 33 07 04 0 ISO Properties, Inc.,2004 Page 1 of 1 ❑ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement, effective 12:01 A. M. forms part of Policy No. issued to by PRIMARY COVERAGE FOR SPECIFIED PERSONS OR ORGANIZATIONS NAMED AS ADDITIONAL INSUREDS - ONGOING AND COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM The following paragraph is added to SECTION it — WHO IS AN INSURED and applies only to persons or organizations we have added to your policy as additional insureds by endorsement to comply with insurance requirements of written contracts relative to: a) the performance of your ongoing operations for the additional insureds; or b) "your work" performed for the additional insureds and included in the "products- completed operations hazard: This insurance is primary over any similar insurance available to any person or organization we have added to this policy as an additional insured. However, this insurance is primary over any other similar insurance only if the additional insured is designated as a named insured in the Declarations of the other similar insurance. We will not require contribution of limits from the other similar insurance if the insurance afforded by this endorsement is primary. This insurance is excess over any other valid and collectible insurance, whether primary, excess, contingent or on any other basis, if it is not primary as defined in the paragraph above. All other terms and conditions of the policy are the same. Authorized Representative Page 1 of 1 90533 (3106) POLICY NUMBER: CA 826 -37 -95 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective:02 /20 /2011 Countersigned By: Named Insured: HORIZON CONTRACTORS, INC. (Authorized Representative) SCHEDULE Name of Person(s) or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT (If no entry appears above, information required to complete this endorsement will be shown in the Declara- tions as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section 11 of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 6�B�W' dgefield Employers Insurance Company® Member of Liberty Mutual Group CERTIFICATE OF INSURANCE RE : 0830 -34579 ISSUED TO: City of South Miami 6130 Sunset Drive South Miami, FL 33143 Rated A (Excellent) by A.M. Best Company suntntithold ings. coin Producer: Gloria Josefina Bravo Company: Millennium Ins.& Inv. Corp. Address: 3440 Hollywood Blvd., Suite 415 Hollywood, FL 33021 Phone: (954) 983 -4252 This is to certify that Horizon Contractors, Inc., 8175 W 32ND AVE UNIT 1 HIALEAH, FL 33018 -5803, being subject to the provisions ot the Florida Timers' Compensation Law, has secured the payment of any workers' compensation benefits due by insuring their risk with the Bridgefield Employers Insurance Company. POLICY NUMBER: 0830 -34579 EFFECTIVE DATE: June 09, 2011 EXPIRATION DATE: June 09, 2012 Job: SW 66th Street Improvements Project Phase II Statutory Limits -- State of Florida Employers Liability 1,000,000 (Each Accident) 1,000,000 (Disease - -Each Employee) 1,000,000 (Disease -- Policy Limit) This certificate is not a policy and of itself does not afford any insurance. Nothing contained in this certificate shall be construed as amending, extending, or altering coverage not afforded by the policy shown above or affording insurance to any insured not named above. The policy of insurance listed above has been issued to the named insured for the policy period indicated. Notwithstanding any requirement, term or condition of any contract or other document to which this certificate may pertain, the insurance made available by the described policy in this certificate is subject to only the terms, exclusions and conditions of such policy. Paid claims may have reduced the shown limits. If the policy described above is cancelled before the expiration date indicated, the issuing company will endeavor to mail 30 days' written notice to the certificate holder named above, although if cancellation is for nonpayment of premium, then the issuing company will endeavor to mail 30 days' written notice to the certificate holder. In any event, the issuing company, its agents, and representatives accept no obligation or liability of any kind for failure to mail such notice. (2 a m A�L-� �- � � � � � Authorized Signature Date: July 29, 2011 Southwest Region I Corporate Office Southeast Region Alabama, Arkansas, Louisiana, Mississippi Florida Georgia, Kentucky, North Carolbm, South Carolina, Tennessee P.O. Box 80439 • Baton Rouge, LA 70898 -0439 ( P.O. Box 988 • Lakeland, FL 33802 -0988 P.O. Box 600 • Gainesville, GA 30503 -0600 (225) 926 -3264. 1 -800- 421 -2944 (863) 665 -6060. 1- 800 - 282 -7648 9 (678) 450 -5825. 1- 800 - 971 -2667 Fax (225) 926 -4102 Fax (863) 666 -1958 ` Fax (770) 531 -1349 Bridgefield Employers Insurance Company is an affiliate of and is managed by Summit. WC 99 -056 (Rev. 3108) Sin snit includes Sunnitit Consulting Inc. and its subsidiaries. LDI C01 268152 -1 12 10 If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) g a ctl a� :5 v Q♦ N H W r4 IS v GA p i 04 ® -14 F ° 0 c 'n 0 c m Y I 08 -25 -10 Horizon Contractors Inc. RE: Local Business Certification Dear Mr. Jose M. Sanchez, e4k 3790 N.W. 21st Street t / 305 -637 -3277 Miami, Florida 33142 F / 305 - 637 -3283 EFFECTIVE DATE: 08 / 25 2010 The Miami -Dade Expressway Authority ( "MDX "), is in receipt of the Local Business Certification Application inclusive of all required documentation, (the "Application "), submitted by your firm, (the "Applicant "). MDX has reviewed and processed the Application pursuant to the requirements of the MDX Local Preference in Procurement Policy (the "Policy "). Based on the information included in the Application, MDX hereby certifies your firm as a Local Business that has met the criteria described in the Policy. This certification will be valid for one (1) year from the effective date in this letter conditioned upon the Applicant's continuous compliance with the criteria described in the Policy. It is the responsibility of the Applicant to ensure its annual recertification prior to expiration. To avoid a lapse in certification, the Applicant shall submit an original set of a completed Application along with required documentation to MDX in sufficient time to allow for processing. An Applicant that misrepresents its qualifications as a Local Business to MDX will lose the privilege to claim Local Preference status for a period of up to two (2) years, or as determined by MDX. MDX may also, at its sole discretion, debar the Applicant from all future MDX procurements for a period not to exceed one (1) year from the date the misrepresentation was discovered by MDX. In addition, MDX may terminate any current contracts the Applicant has with MDX, where such contract was awarded as a result of the Local Preference being afforded to the Applicant. It is the responsibility of the Applicant to notify MDX of any changes in the information provided in the Application that may affect the. Applicant's certification status. In addition, MDX reserves its right to require further verification and updated information as may be necessary to afford the Applicant the Local Preference, even after certification has been granted. Should you have any questions, please feel free to contact me. Sincerely, lqlv�- , Helen M. Cordero Manager of Procurement & Contracts Administration www.r-ndxway.com AF Let's move 10/ ward together. a�•fl DH to mG7D Dnb-n Ya1l•. ZOm ma rom rn3Ctn <Oro'n D�mO •naw ry <r%�o ra,- zifO --( xl°i�m Zma HT HOHm rHH^� OtnXn "H I ZMC n n•c•n bxnH C- Imy "47 I M A atn m3 {� wcaw xm {H iH I y>•M Z mX470D .0 OmOZ in HD HZ2 Z n3 cr ! D Zro m L HH X30 ymxZy W y oC D m noZC aO7NZm M A x c A OOaIZ tac /7 3 nc Zb cmx r a 4*,-4> zcn l x my oww yy Hm� � yay H 3K z •OM> O zoo 'nob CxVIW Om Mma H•[ rox0.0 •nZH{ HmyY C I mbr.D H y0 x ;o ��+° mdw C omm'D nn G 47 (1m Z :Ow tnMmr moo` r Y {C oa m o x • cM moE.o -n�•0 { zwox A K (•�arx.o nZ yo r- o ayo 0t:I 'nom co r or mxc >, ZMo H Z7ib tnH -1 W 'IZ NM^°1/ NaU zHDA 3:�� HVND3 4H Zn2 3Yfn�10 F•'1 ZtiZ Z>-O -1 0 O- moo • ,y-rt oo mHx'n3 00 •fic vm Am ary zy ro xxy oynm -1 0 _ 3 ••iH H'Op ax UmNNa mCCi -a•I txrl X S., m- aim -I. 88z, 7' -a Ho gg-1 Ho An w z"I •• -I oc xnaoa woc +DaE „HnHo mZEm CIroitl'I -- � zEm mroDCOOt P. mC Hq ar m0 HO xx�" 3Zr 2NmnZ or 3 -ilr+N tH'S �tn ry .moo, wry q >0 w° o,i a nw° tAHKnm tnro mN ar -HH Hmtn OOH m•• x om c acr nf� z c cxzz c 1 co 83 xrwcwifli oo= yHOH= y° C') xH m Ha iH yHn Hn> d Oy Er-I •n y O Mm wD -Ia c y 1 Hmn arc Hmmz m-+ pHnro t,T�N ytnS Onro Mz400 m (yet0 3'nKOz 3M0 .0 D. wM M Mo 00 0 -n aeto Hn K zo Xz m ams O n aryo ® mm n a w3xnm 3a mHx� n mH is yo 00mo Hyo < m0 y'1 - c -IU =vZ Nan toe° -ttry .em (rn11 0 mcm r p yro�- PO ycroZ arx HN 1Zi 00 M-4 S>ZI a1�NH Oc ra mz XmxncX trim- uciw�z xN rz ocC= d oo H 1:01 o °nz CMniH °"Z mC mvci mX <aC �mm ��Zo X co W. Crn :f {w0 H M = rc Kro ooam {c AH Hl7 Tx,. 00 cxzz von tnHnC z�3 �M C{ 3H-ly 'a a' >00 <•� m c Hz WR mzm 2M,-=, ama Ev z-{ m zazm o n-ttnH b••� a;. nz -/nam ctrz am w ro° -dy Zy W-4zb OXH OOCO O ?•''' •u'= <MC yZ H•1'1az •nb ';u '= mM3H rnm y r 3 a O Dm Cn 4 HmH� { f -nIS 104 >41 M mom z�h{ikMi CO om xn ton m m-tc m -oo-a o IxC oo r M y OCOz H A ,iw VrH zo �� oNw z-m 1,H03 Cot fnz Om 3m ro0 0_4,,.M roro% Hi (x7Z nwIZ CIIH 3 Otx7� x {O.Z.I y3� H ZZ 3g •nyZ H'E Zvo 00.. C m Hm MT. Zm(n 3m1 p0 zs rtno mxH m -nC yH m-am xyy Eaa rH( i1 N y oa x �r�x rm• w0a a Om• a{ 'CHN v0 xaH ni-1 -no Xm r•nc nrz mtnl 7tc = ;o N nx zmm yn mror x mnx y A tHx mo HK2 N1 Mm< 7 Xy0 m m ZHn nCi m3 zm HZ a Mc&ii � ra- A47n `rly r ZO b 00 Ln 4 W N 1'+ : xu m Dm a0 -'-0 Hnx4C Mm< r�MxNNnHI IO nammE m- +mdcnzm sn com rnm�r7w -+z ' H n3mm oroO IH •• E zoom l-Ira- ,aim oSamn N1 =vvos^n y {roxtmo syaro � swa+u,n ymrn za m x rnDHCn rn-n -4= .2 m . 3 "o"Hrc z wsz°OZfHrYD MM ; amy.. nrn a zn oyH{ a w I iH xK M C1�- 13soz� I Z a sl- Im -40H 1 -1 wrJ3m I x z 'n H wmo r�nmay r O N msnu- vnmoHi � t7 {mmbozz c7 zp n oxyr a �f•::Oa;n gar K •°I I 0 z-Gx Jx o °3zoy•vG lrl-I mnnn O =P-. z- i m -izoy o zx x m Z MV H p t 1 Z awmc,, Mczmw- c)• Mm {ISIm ornH 1 O'nm'IH r• o o °i OH 5102 m i mr• In alh -Cx(n C 1 mz xzH I 3 rw{n� xo H47z -a z Hwao xcr-A p C1WHm ® mtv-ix N yom z -ZMMV) to xz i m wet v M tr C ® y ° y rnLAm W ° arxv C p .'0 W0 -x-1 -m I m a a o 3 m I H z •m -I Z b0MR Z i 0 MT 3 y 1-•M. -, ..n O I m ta" y a. H '•i I- Off, n Hd• I 0 { Hh1 O G H 0 <+ nH rb'N -4 o mm Z "n O Hm° c H � oy n v H .a.{z m a MM-4 aM M tr C ® N ° y rnLAm W ° z m D m °m Z rZa, { ® m IM C—. n I m m ✓� A I N I z i O i -1 I M I 1 • 1 It lu 1 I i I I I I I 1 1 1 i e 1 I ; I 1 �i i i mi I r i I m I I N 1 1 I M M 1 I D M i i Y wi i • n chi CI r M v 0 •-4 { w H� N 1 � 1 T p I m l ` 1 1 01 I ZI 1 N cmi °z I O I� r• 1 0... m. n PA Z I H C 'arlc°Im M H P M H M lx H M Y L7N H O O ° m 02 W W rw3vtn .DORYa oU DYZ a .g13on NN3 t-•.WH x: o .iIN OM Oca OC iT II—N •oOH U dy L. b .tmiimttA c In nm, m ms a c M a7 m M N H r wwn w o o C Y o ©d n-•1 . znr1 nro MR HD tC a7y om mim xn ar-i ZD (Nf H A m DH Hn Z4 Z rZ m m x d m r zH S a zzi HM r H •• +• 9 Z �0 M .fl i H orn o0o t"1 2 ooW p � o0o Z H YOO Yt zo Y•D •D p Su C to H Z M W z d '0 N p r M m omm H1y H C7 N OYX ®i _, M rmM 3nm Z o m G7 H 4.. l-, m M m4 H M czi v N N+J+ "INN 000 °oo L of om Zx0 *oz m r c mM(7W W „'M'1 mZ O n�CZo W I +n M N X 320 d °O•mn ZM m Z xl O o f0ll O in Y Z I'' C N � W ro M o° � w c c H o °z < M H x x, rn a In m a i m x m °m rn N N v ro a n m m O m m 1 • 1 It lu 1 I i I I I I I 1 1 1 i e 1 I ; I 1 �i i i mi I r i I m I I N 1 1 I M M 1 I D M i i Y wi i • n chi CI r M v 0 •-4 { w H� N 1 � 1 T p I m l ` 1 1 01 I ZI 1 N cmi °z I O I� r• 1 0... m. n PA Z I H C 'arlc°Im M H P M H M lx H M Y L7N H O O ° m 02 W W rw3vtn .DORYa oU DYZ a .g13on NN3 t-•.WH x: o .iIN OM Oca OC iT II—N •oOH U dy L. b .tmiimttA c In nm, m ms a c M a7 m M N H r wwn w o o C Y o ©d n-•1 . znr1 nro MR HD tC a7y om mim xn ar-i ZD (Nf H A m DH Hn Z4 Z rZ m m x d m r zH S a zzi HM r H •• +• 9 Z �0 M .fl i H orn o0o t"1 2 ooW p � o0o Z H YOO Yt zo Y•D •D p Su C to H Z M W z d '0 N p r M m omm H1y H C7 N OYX ®i _, M rmM 3nm Z o m G7 H 4.. l-, m M m4 H M czi v N N+J+ "INN 000 °oo L of om Zx0 *oz m r c mM(7W W „'M'1 mZ O n�CZo W I +n M N X 320 d °O•mn ZM m Z xl O o f0ll O in Y Z I'' C N � W ro M o° � ��yIy. 'aV.T m�CN zmc nH nKmT m aN 1712 Kt O Ha szmzzz ' ••� ,,,,{ O•V H•-1 fi1C 30 yr SwD.ia1 Nm3 am -izmK o•-ly zIn m =mN oOz co mm" luz-I d Inm> H -C UdMHSO.IH D �I-i ••c m3d10o Z.ov NM My 'n 0 Md'V ZC r. or XIm in Hvmm N ^rt A zH.am mm Hm ryz to z o-in M-n Tz aamoH xl`n oo mHAT3 3H "nm �•iW aA DXTm --im XG1H A'M H° -•t oc Annoy >O> .fit.{ zw mo-izz mz xm co%1"'rm -I M Hd MO ya) W o '110 m-- OTr -j O mu A mHt OM C av7'ilf7 Cd nw y -j r rHHm -(C oS Wry.. n U-4 mzr-ai -01y c H Ni Hm.m H -im MKy mo lyo fo, cn3z xz aT m =snm D - ioxfvf1tt M.'O ro -IA�HZ ,XO az °o m-1 °ry, M-., mzznX I-'z AG VA aK U : d° H nat7 aC A -4-400 and mN mX<Dn CC) Wks t:j M :r I-C KM' .{z r QHHz m HzI°I C{ = Hz AR mzm • -Z-I nX M -• za-.-, y marry VIA o- m-IZ0 Z-IH A<me M= am�ma i O-q Ic-1-Ntzm Co om Aa 3 rom m-li ac ° Mc) z� As Na z °3mW m H-t M wc-c OH mo M-Nin ze mg Hmz 00 zz: rtno "77C --IH M-4 W 0 dM3 our- a{ ANN Cz To tnH xt•v "z° HZZm 00 1' m 111 ry M3 X Z-zio mZH Fqz Tt-j r 2 o N IH rWo H q A M.q m m >rn Z o M a anDH wAf.. ACM D UtFWN w 1 • 1 >=VVT MUM -40 r • I 1 H-ir -i rMHX xHArn OWZn m< _+ H r N •n-I A 1 1 a•znH C-iMH ''d H 3A3t/IroroA N 1 WC>W AmKH 3.1••1 n Hz m aural -/rrm HnNomm< 1 1 mZHa Oov 111 Dm 0wz >0 Z 3 N romzaaH A WVlm o m D Zro -im• r m L COD HN m 1 Z -•I d nbmm= x Sz I 1 1 d H ° CDrrt nZA2 ° d C d(n S q.0 O m- imwo=m xn. C O m 1 I cnZ41 Aa ZMDa -iA A bA r mm b NmT.l9 W-iZ H a3: m 1 1 4 -I H '+1K ZHa z m nn A 0 O-d H••.z ZAm -i a t r oOHCO Od m mH CSInW HmHw Om fn C 0;0 r a n3 Ha i 1 1 H -{o nn C z m, Omm zM D H A MMOx Ma vwzmn ro ; I I moo, • CT r w mc) .- Kry m O "mm oryro H KA'OOr 11 1 A -C W -lo dAx.D cwow nz M o-1 m nZ m {xH acoz ron 1 ; mma v7H nd aaH ZH o -1z c - ixAmoaa wwwz =-1 1 I i v1a 3' A -1 mmH .0 a3 Ac H 3. A Omma -cH ZAArA o 1 GHM wz O•- 12n••v ZaOZ f'Y2 m -i 0] d mzz z0-V aC1D I 1 t -ITZ 00 O TC H-i b:xt U A -I HZarooST i KroAO -M 1 i I xA-i ax o IDrn-i AmrAy m o nC x-iard A xwHVJD I 1 <mA NVI• Mn ro -{m rm XL 1 M-Im N0 -IF 00,•Z =0o Z-4 Aa H -i-•1 n x mDHdn m'1t -iz n m I 1 Woc MIDD HH X AHHbF]C z I mm" >C Ta I In000 CA m I K 1 Z1.9rf7 my °co° nz v zarm -n '� ' x i Htl AAm ••'1 aH =x17 -zi•• v 3n O-IH{ A' I :K 1 Or z•- IrHi•i -1N -I °I H7cOSZH T. r :K wr-1 -1 o Hon DHT rrl m m NC m .-{ - 02 a-IO)Hro y I I A Ij m 1, aW Hmcn W Kn ooH '0 H X A A-132 ZA z y x m-IV7H "o I z 1 z c �11ttnw cAZ�•• -1 EHfi cH too r -I HGxm 1 x z H 1-IMO dmmm• -I M t- m l I C 1 t70x H HX -1 H 0 H 2naro Gi H I D 1 Zw Td-i AC - i.>,:0. O 67H• I-Immz b n Wa .m m-i z ry((rTlIadvnmo -CmMAOZZ •• zo n OA-ir , y 1 r 1 1 M 1 onro MHZ mZZd47 X H (pt m N A• M zCO7cn roA { (`ry zA °Hmn -{ 1 W I i m 1 m l abm M-4 -WC0 20 n ZHH"H<A�CmH2A Z t I A3t Wn l aaT MHM-i n x m M mdn d -Into noA A73 -1'tl-I O r a -i m H 1 z i aH� mxmn yH.'OCOZro z t I o 1 z1 as H n o V1rn0 m H ro Z mczmW- �' mro Kwm67MH (n 1 1 1 1 ro -Id oz AS "'i mr r• o o t=I>Z a-l-i amz- -1 -i AfnH Ho v oC m oT-°IH �rr-� (7 An {xN C I m i 1 dmH aw-lz AA A V1 'D d a m>= SZH n Z 1 mAZ C fn A OCe H•• O AO i-im `I ( f d l oaZ cTmH os z HWCC) HWCO � =uH H I a i I c-tat .. lnn H•6 �yo D 1 tni'iN°I7C to y ,om Z 1 I ml �3mm mz. z0omtn d W {Wd Kc � m md H �1zIm m m (o wd -0 --AD , X1 x 1 vam wHDmC H-1 utr" mHn bC-1 AAH >090 a urn M 0a E V 3 r`V )-,-u H ZV)m m Gy M d I 1 o O •-t a•• zw m Z M M zT'V H moz OM ZmoLwj roV d Z 3 H im'O n( I wzH dot o -im < I I Hz A H-naz -d r TD d 2TM y m D• H r o l HmH;v { r -Z, roam 3 t COX COX n-tm o.Trry zHS °-t an coclo rdd Hd• nH y `I f 1 ao -IA-1 OwZC "61C A rC O.MZ a-1 H I P 1 H A TwG1W O••A -i -1H I I I OMa zzd TM H ."U mrw DH03 no -C nav c• --101 HO oz Za ro z -I ;, l roo n-imM x`cAdz rovAC w�rMrnlH-• r t N 1 ono H3E m°D 00 ~dH °i'•`°•g' H 1 m2H Mm H-4 fz11 A(n b'T11 Vl uz'l (�.. `,•,n, T "•...� I I 1 Ny Xam 3. r-01- rr-IC rm -H-io H Ixli 1 i a >0 SD H nmm °" « C) I 1 H Tc •ivZi aI-I r F-I Z r17 3 � i H H x m rW r � 1 o z 't H.< Z zzm Nv { 1 s n13•Ia O '- Oa mZ" ox �" • N I 1 c oov " z i w TM Tl o o I 1 A T dr-H a 1 1 Ql m I H -i In w (+ yamy•..,,,� c I n 0 IaH11 H4 d n 1-4 d z m H m A D N m 3 N •n-I A A m N N N N H A ro 2 m o o m m m I I I i . i I �t{ H of Z W 1 drl o a tnNr rn H Z 1 H O DO m i H(Art H mHtm11 Arw z 00 O A -nd-nl H WSV N HW 0U =HZ a Flxon NN3 H N m 0 0 0 . N G N ooC UUl,l YmN t°`D -zi Vmmzo b In > m m 0 m= r a m m m w r U7Wn W Iho r W o o C 0 b H4. ooV n-1 . Xnd and 0m ctm nM•• mz { � --4j I b(NA Mm m n-n on za 0 <H Aa d�*t R r cv x 2 IH m r -I o ra H 9 z .L N r H him .00 C7 x 10 ali > Z o O W HO m 11 � m N N N x A o 0 0 N H o o -It H.AIO 0 to to c C to H X' z MO •a z t7 t;u m En I V a z 2 y r m m H w T 1i Omm ZIAnN h HAo > v-a�r m ro A n Z m a- Ai-Hit H Hmn m m H m mom M m z NwH FN N 000 000 o a 0 D S' nl °m rH0 or 5 O awe �r W ti m0 p-mMr WytZO 03CG)� j tMU) °oM z>A 9 m _z ro o n o to .p N ` w z IDH C N w W :. N M � W MIAMI -JE COUNTY PUBLIC WORKS DEPARTMEI" — PROCESS NUMBER:', CONTRACTOR LICENSING SECTION 1 20 0 9112925 111 NW 1 STREET, SUITE 1510 MIAMI, FL 33128 RENEWAL APPLICATION FOR BUSINESS AND PERSONA CERTIFICATE (ENGINEERING) DATE: 07/13!2009 FEES ERSONAL CERTIFICATE $120.00 CURRENT CERTIFICATION EXPIRES: 09/30/20'09 0 ,//' CONTRACTOR CERTIFICATE $120.00 NEW CERTIFICATION VALID UNTIL: 09/30/2011 `G� L+'v F ! TOTAL AMOUNT DUE $240.00 TRADE CLASS: ENGINEERING PAVING ENGINEERING EXCAU & GRADING ENG CATEGORY NAME: PIPE 'LINE ENG STRUCTURAL EN LATE FEES AMOUNT DUE (LATE, FEES INCLUDED) 25% OCT 1-OCT 31, 2009 $300.00 CONTRACTOR CERTIFICATE NO: 874 50% AFTER OCT 31, 2009 $360.00 TYPE OF BUSINESS ENTITY: CORP D S IN AND QUALIFIER: SANCHEZ JOSE M III /M® 8175 WEST 32ND AVE 01 FL 33018 FL 33018 HIALEAH 305-822-4645 Construction ITra9esUaaj'jhfylnq Board ` a QUALIFIER NO.: 200300559 A ___ __ USE THIS SPACE FOR CORRECTIONS ONLY ^ ' CATEGORY NAME �ri1b' V-H. MMCN G 2mcr-1 <rrp D Hx HOHT r nH nKT a m x au7 m=K(:. la mNW -ov 1zi�cHZic m .*M aH 226, -tic Nzz �,�a zvr E-1zw c mx-1H ro �Oz co am" o -OZ' o -1xH T mm> MMOID T �aZ o� vroiMM.° m '11=u -10 xD -�GNo M<, lE-IC r=-°Itrp Zm0 U) Ha m N In HM =5>a Z" m00 (1) Tz =ampr"H ;Q-n 00 MHroT3 M-1 z -1 d Wh » -1HNro0 z m vro a-nm z -1m xc�Hro�r m H 1 wb . °Z IC1 mo -MZ iZ Mz zHC7 M GHrnta `r xIe i)rn0 3z rH zV)Trn® 0 M c U) ti qO t7m ac7TTe-) eI:J nw Nr 1-iHm `1e ZH nxlr�b.. h p--i zr-1 OH0-1 c -H I wmh 1m MN--ic rna MO do 30` -°nz -im CN-4=H me an lNrnmZ. xy) A° DotiH• -I IH°� mH Mxzo . ME Xm K rZ c rox7a q p0 H 2ws MG mm mxMaCh eh w= p s3 -cis oo 2tizz r17 CK =1z. -I zz MA M T a o-zi r»zm mo z(H ro{(M myo 0z momZW, (n -n12 H-N-I2m CO om tia ^a :tl M-4 (-M •p -1 pCOZ mh �+�+ IN�-1 wz ON '=A M4-'I ti bfCK OH nz m(n= zc M HMz 00 zz r0 -71C -IH m -I(n.T 0", 3 Om b-� -MtNy Mro mN sxm, r- Mo � 3 m -AH° HZ ¢ mzc((A 'n--I r zo__ M yr Z O M a M-4-4 a b O HTx M n m m � M M N ffi H..6 zro a L M 0 .17 r D M ,t'iCT -10 r xHMM m< froJ).rnU 3C 11x+2 IT" H marn ac7 z r- MniNz cvz7 E m ZA)'� H ci w om m z zmm~ z a v r IMO momw KO rn H MH nd0`O H Z A D -i H(AND� aN .i) Z 2DO = -tl -nl GZ7 d � O p H o-ciam -!-r romp o yz :UMNNy. c?o .tl 2 MIoaz -I H 7. 5m 2rz no C= MAC00 nz ro afxll x7tia x -1N(nh mu' E -Wi oowmrn =° � Z q,ro 'M c-1 •-1 Wtf= H o~caiHa Al m x wh-MC wm z m--1 Z ZO xz -z1�rd rom m O �zN roams m m 03W-rp Ho KO zo n ZH IM mH°� -1 n M-Tn w -Into ro MEMO 02 >Hvc® -NidoZ �E z -�I mO coamz-I Ho ro o`n-1H -,= C(DM ti0 'O =TC7H ° Z 'WWOO C HZ hWW.'Y) (nnHO -+° = a mN°ix IN M : MOW aH-1M ro4 m w-u yMME iar1=-+ tnm HI-O M oD W-tl amY z.1 = m o7> omN� rom Z -1 woco o a z HTtD-'z Ts-nm r- Z xH-Tt rn COGD70 t7Hb ti rC nw0H .-Mz THG)H noroK yNOZ C�»N-1 n-1DM svX moa (Do." ztirn zT �1 E a a rHC �bx rtn+tm..a =>,4 i0 MD-' : arz �(AH •L.-.r HH-I Mn l _-.w :-rim (nno0 wz mrw=� w-TCZ °n` r ZH nm M=H ro0- p>0 C",z SHInll ' on T` O pz wIT-:n To 1(44 N W 0 Ulf WN H D M ME O x roo VmOMaa pETZ rormzz bvnp3m Y"OCrncl wN(na rn za rnawon m . -IHpOC Z °Zn b D M •• O-a1HK =zHT. > r >z"2_. a i Hrny c72 ,ba dDMY -1 H ovnmp rn;7ozz O ' OT7 -ir b' I nroro < -I owmn H � canan O I z -I-1za -1m 0M z I Krb- -A W aH-4 n y c=Mw) Wmc7MH � r• O O °I H ;OnZ .`l7 n K D O NZ1Z ") I zmo- -I p I rn HoM I a ro2.uL, z I -ro iNm b I z bom z -1 IM y1 O ro• M i 1 Hp° Ho O pz Z za I H � T ( M I I I m o i � I I H I rn I 0 n C i Xl m I I N 10 1{ m H is u m H M I M rn I o m 1M 1 i 1 I 1 I I 1 1 I ' 1 I * I 1 1 ro 1 m I Z 1 I ' M I �I o ;run 11 I zi n I d r i m� I II i ii I✓ I I I Ln i N O O ic.. d -c0 aM. mca -iD =tiN mprom o oa om m=.no tit) M-i a1 O -i O KD HNu' o 2m W aH Y VM7 -'ro1 HH WH 00 O Rxt O mH Z-D+ M i m Uor�N H� °z m Nxmi �m m ern Z 1 o - m N rH(ro71 r rn `tl 1 ate W h I H n m OOo z °tiv 0 i T row_ 2 ooW W I M \ \� z Nj w 000 H rri Hoo -n � � � ww�o 0 a { 0) a) HI M e ca mla z Y O ' Ji 0 C7 � �I Oi ' \ m Q tea` 0 1 P" W I m i ® M 2 rn 01 w H o Iy- i ' b. a tnNr z nv'n -t) G P o m m - -400"0 n M M I H a --1 -1T�1nI7 H -I�a tHTI i w MMHU) m ror z C;UH G7 d C.1lH H ww z.. i awHM�• -.> !" H-- Z m i 4onom17f oNoo mam m I :WNZMN .. w z M W Ul I (A .o W � m:' Z I .D»4 -1C. v T d p I t" 4.1 Nj(A71 m�11 o D i MH M C 1 mH m m i f+ tM77 M i N H I r W W n G7 0=0 IN-' j W Doc z 4-INN I o 0 I HW O O u O o 0 i 1 O1 M � 100 c)Z o� F: Ful C .n MW r-mmr Z t� Z0 0 mrnx jnm v ° O 'mu za X 9 M -1 ro Di W O N � ® y o to H C N M w m �V IRME STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487 -1395 a 1940 NORTH MONROE STREET }r�Oa Vyal TALLAHASSEE SANCHEZ, JOSE M HORIZON CONTRACTORS INC 8175 W 32ND AVE STE 1 F 33018 HIALEAH Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfloridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! DETACH HERE STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION R CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH "tea TALLAHASSEE FL STREET 783 SANCHEZ, JOSE MARIA III HORIZON CONTRACTORS INC 8175 W 32 AVE STE 1 HIALEAH FL 33018 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto wvvw.myfforidalicense.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! DETACH HERE (850) 487 -1395 STATE OF FLORIDA ' f °z M �� DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION a CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487 -1395 1940 NORTH MONROE STR TALLAHASSEE FLLT32399 -0783 SANCHEZ, JOSE MARIA III HORIZON CONTRACTORS INC 8175 W 32 AVE STE 1 FL 33018 HIALEAH Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfloridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license. DETACH HERE • • IS LICENSED AS A PROFESSIONAL ENGINEER UNDER CHAPTER 471, FLORI P E LIT N© EXPIRATION: 2/28/2013 67764 AUDIT NO: 228201325599 THIS IS NOT A BILL — DO NOT PAY R -7 ME i LOCATION RECEIPT N SANCHEZ &W MARIA C MUNICIPALITIES LOC SANCHEZ &W MARIA C A6GR.SQ F usiness MMERCL /INDUST /OFFICE SPACE 9132 AL IT HE NY HE DO NOT FORWARD OR HE ER is M SANCHEZ &W MARIA C nF 8175 W 32 AVE #k1 TIONS, PAYMENT RECEIVED MIAM -DADE COUNTY TAX 'COLLECTOR: 07/22/2010 60050000273 000075.00 SEE OTHER SIDE L 523312 -7 HIALEAH FL 33018 11111110511 71 FIRST-CLASS U.S. POSTAGE PAID MIAMI, FL PERMIT 'NO. '231 THIS IS NOT A BILL — DO NOT PAY RENEWAL SS S NAME/ LOCATION RECEIPT No, 660693 -4 S N ZIZON CONTRACTORS INC STATEti CGC1507974 L75 W 32 AVE )18 IHIALEAH MON CONTRACTORS INC WORKER /S ,e of Business i GENERAL BUILDING CONTRACTOR 10 A LOCAL 3ECEIPT. IT .111117 THE )LATE ANY njonv1.2 DO NOT FORWARD DOES IT- L•Xtn)r, one HOLDER FROM ANY OTHER HORIZON CONTRACTORS INC PERMIT OR ILICENSE IS ED BY ICA THIS 1S .JOSE M SANCHEZ PRES NOT A CERTIFICATION A- NOT A THEHOLDER'SOUALIFICA•. $175 W 32 AVE 1 TIONS. HIALEAH FL 33018 .PAYMENT RECEIVED +MIAMI AOE.000NTY TAX .COLLECTOR: 07/22/2010`' 60050000265 000045.00 SEE OTHER SIDE FIRST -CLASS U.S. POSTAGE PAID MIAMI, FL PERMIT NO. 231 THIS IS NOT BILL - 00 NOT PAY RENEWAL LOCATION RECEIPT NO. 316557 -8 HORIZON CONTRACTORS INC CC fk E874 8175 <W 32 AVE 1` 33018 HIALEAH OWNER HORIZON CONTRACTORS INC Sec. Type of Business WORKER /S 196_ GENERAL iENGINEERING CONTRACTOR 10 THIS IS ONLY A }.LOCAL BUSINESS TAX RECEIPT. IT DOES NOT PERMIT THE HOLDER TO VIOLATE ANY EXhTING'REGULATORY OR I u� , Awa na_.THP DO NOT FORWARD REOUIREO'fWLAW,THISIi HORIZON CONTRACTORS INC NOT A GUALIF C A- JOSE M SANCHEZ CERTIFICATION F THE HOLDER TIONS. 8175 W 32 AVE SUITE 1 PAYMENT RECEIVED HIALEAH FL 33018 !MIA6U•DADE COUNTY TAX COLLECTOR: 07/22/2010 6`0050000321 000045.00 i SEE OTHER SIDE