Loading...
MIGUEL LOPEZ JR., INC. (2)9) The Contractor agrees to past in conspicuous places, available to employees and applicants Page 3 of 3 20 - EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA Warni -Dade County DHCD Page 36 W FOR ORKERS " OPPORTUNITY DISABILITIESS I 2) The Contractor agrees to comply with the rules, regulations, and relevant orders of the Secretary of MIf issued pursuant to the y. 3) In the event of the Contractor's non - compliance with the requirements of this clause, actions for non - compliance may be taken in accordance with the rules, regulations, and relevant orders of the Secretary of Caber issued pursuant to the Act. Page 1 oft 21 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES Miami -bade County 3HCD The Offerbr's or Bidder's attention is called to the "Equal Opportunity Claus-'O and the "Standard Federal Equal Employment Opportunity Constructic Contract Specifications" set forth herein. I 2. The goals and timetables for minority and female participatio expressed in percentage terms for the Contractor's aggregate workforce in all trades on all construction work in the covered area, are as follows: Area Covered: Dade County, Florida Goals and Timetables * Timetable Trade Goal Until Further Notice All 39.5% Initials Page 1 of 10 22 - NOTICE OF REOUREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) Miami-Dade County DHOD 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor, employer identification number, estimated dollar amount of the subcontract', estimated starting and completion dates of the subcontract-, and the geographical area in which the contract is to be performed, As used in this Notice, and in the contract resulting from this solicitation, thlF 4t covered area" is Marni-Dade Counly, Florida (insert description of the geographical areas where the contract is to be performed giving the state, county and city, if any). MEMO= During the performances of this contract, the Contractor agrees as follows: 0 ME Initials 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 • • behalf • the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color� religion, sex� or national origim 4. The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. ...... - - - - - - - - - - 6. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any of the said rulesi regulations, or orders, this Contract may be canceled� terminated, or suspended in whole or In part and the Contractor may be declared ineligible for further contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. Page 3 of 10 22 = NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) Miami-Dade County DHCD E= a. "Covered area" means the geographical area described in the solicitation from which this contract resulted, b 10irectorn means Director� Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority. C. "Employer Identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941. - Black (all persons having origins in any of the Black African racial groups not • Hispanic origin). - Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East� Southeast Asia, the Indian Subcontinent, or the Pacific Islands), and - American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, 'it shall physically include in each subcontract in excess of $10,000, the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and Which is set forth in the solicitations from which this contract resulted. Page 4 of 10 22 - NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) Miami-Dade County DHCD • Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of these specification& The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. The Contractor is expected to make substantially uniform progress toward its Cloals in each craft during the period specifiecl� 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11240, nor the regulations promulgated pursuant thereto. 6, In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, the Contractor must employ such apprentices and trainees during the training period, and the Contractor must have a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities, Trainees must be trained in training programs approved by U.S. Department of Labor. 7, 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: 95ffi Page 5 oi 10 22 - NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) Miami-Dade County DHCD b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses, 1c, Maintain a current file of the names; addresses and telephone numbe of each minority and female off-the-street applicant and minority female referral from a union, a recruitment source of communi organization and of what action was taken with respect to each suc individual. If such individual was sent to the union hiring hall for referr and was not referred back to the Contractor by the union, if referred, n employed by the Contractor, this shall be documented in the file with th reason thereforej along with whatever additional actions the Contract may have taken. I id Provide immediate written notification to the Director when the union or unions with Which the Contractor has acollective bargaining agreement has not referred to the Contractor a minoritv person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet Its `-__ Initials Page 6 of 10 22 - NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACT�ON TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) Miami-Dade County DHCD g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications With all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foremen etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifyinq the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter� h. Disseminate the Contractor's E�0 policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with Whom the Contractor does or anticipates doing busines& j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth' i I both on the site and in other areas of a Contractor's k� Validate all tests and other selection requirements Where there is an obligation to do so under 41 CFR Part 60-3. M. I Page 7 of 10 22 - NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTWE ORDER 11246) Miami-Dade County DHCD Conduct, at least annually, an inventory and evaluation at least of all Minority and female personnel for promotional opportunities and encourade these employees to seek • to prepare for, through appropriate training, etc�, such opportunities� m. Ensure that seniority practices, job classifications, work assignments an= I a other personnel practices, do not have a discriminatory effect b continually monitoring all personnel and employment related activities t� I ensure that the EEO policy and the Contractor's obligations under thes - specifications are being carried out. n. Ensure that all facilities and company activities are non-segregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. 0. Document and maintain a record of all solicitations or offers for subcontracts from minority and female construction contractors and suppliers, including circulation • solicitations to minority and female contractor associations and other business associations, # # I Page 8 of 10 22 • NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) Miami-Dade County DHCD 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11, The Contractor shall not enter into anv Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 15� Nothing herein provided shall be construed as a limitation upon the application of other laws that establish different standards of compliance or upon the application • requirements for the hiring of local • other area residents (e�g., these under the Public Works Employment Act of 1977 and the Community Development Block Grant Program), &L_ Initials Page 10 of 10 22 - NOTICE OP REQUIREMENT FOR AFARMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) Miami-Dade County DHCD 0 • • . ' . L ft pig"MplaRENTURMTeM am Page 7 of 2 23 -EQUAL EMPLOYMENT OPPORTUNITY CLAUSE FOR CONTRACTORS SUBJECT TO EXECUTIVE ORDER 11246 Miami -Dade County DhCD Page 2 of 2 29 - EQUAL EMPLOYMENT OPPORTUNiTY CLAUSE FOR CONTRACTORS SUBJECT TO EXECUTIVE ORDER 11246 Miami -Dade County DHCD Page 50 24 - CERTIFICATION OF NONSEGREGATED FACUTIES Miami -Dade County DHCD Page 51 25 - NOTICE TO PROSPECTIVE SUBCONTRACTOR$ OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES Miami -Dade County GLICD Page 5 Author! ci Signaturef (Cs f t Date 26 - NOTICE OF REQUIREMENT FOR CLEAN WATER, CLEAN AIR, EXCEUTWE ORDER IF 0) 11733 AND EPA REGULATIONS PROVISION Miami -Dade County DHCD Page 53 b) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5 1 understand that a "person" as defined in Paragraph 287.133(1) (e), Florida Statues, means any natural person or entity organized under the laws of any state or of the United States within the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or entity. The term "person" includes those officers, executives, partners, shareholders, employees, members, and agents who are active in management of an entity 6. Based on information and belief, the statement which I have marked below is true in relation to the enti submitting this sworn statement. (Please indicate which statement applies.) 7 Neither the entity submitting sworn statement, nor any of its officers, director, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity, or an affiliate of the entity had been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND (please indicate which additional statement applies. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent proceeding before a Hearing Officer of the State of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list, (attach a copy of the final order). Page 2 of 3 29 - PUBLIC ENTITIY CRIMES AFFIDAVIT Miami-Dade County DHCD Page 3 of 3 25 - PUBLIC ENTITIY CRIMES AFFIDAVIT Miami -Dads County DHCD Project Location I Owner Architect/ Architect/ General Contract Completion Contact Contractor Amount Date Person Sawgrass Mills Sunrise Sawgrass Sawgrass Mastertech 180,376 3/2006 Terry o fora Mall 954- 846 -2300 Miami Airport Miami Airport Design Munson Miguel Lopez 186 590 1012005 Antonio Donadi center Keys Carp Consultants Jr Inc 305 = 471 -6163 International Lauderhill Internationa Design.. Munson Miguel Lopez 461 097 9 /2[105 Hector Lopez Village Village I village consultants Jr In Westland Mall Hialeah Westland N/A Miguel Lopez 140,924 12 2005 John Mendez Mall Jr Inc 305 - 823 -6609 305-823-6609 Cooper City Cooper Cooper /A Miguel Lopez 163,267 12/2006 Carl Miller sidewalks City City Jr Inc 954- 434 -2300 Shenandoah Miami Carivon 72,244 3/2006 Carlos Park Construction Hernandez Plantation Ivey Miguel Lopez Plantation nternationa Jr Inc 718,972 6/2007 Waskiewicz- 1 Shane Miami Miami F &L 10,107 3/2007 Aurelio Infante Watersport Beach Beach Construction 305- 207 -9799 FPL Davie FPL Miguel Lopez 206,764 12/2006 Joe Prellezo Gulfstream Jr Inc Broward Falcon Cove Weston- county Miller Legg Grace Naeerta 1?�t1,00(l 6/2007 Naecm Uddin Elementary rY school 305- 887A6227 board Orange Bowl Miami City of Miguel Lopez 114,298 1/2007 Joy Ruiz 305- 416 -1285 Miami Jr Inc Lakewood Margate Schebski ortelis 380, 699 10/2006 Team Torres Mall Shiskin Construction 954- 435 - 7010 Marina Del Sunny Isles JMG Miguel Lopez 284,912 1/2007 Fred Collins Mar .fealty Inc Jr Inc 321 -728 -4447 FPL NE Miami FPL Miguel Lopez 293,125 12/2006 Carlos Martinez Jr Inc 305 - 552 -3017 Air traffic- Miami Sealtech 76,740 1/2007 Jose:Porta 305 - 558 -7174 control contruction Plantation Plantation Plantation m and Winningha Winningham 53 233 3/2007 Eileen Parente Acres Acres in and and Fradley 954-771 -7440 Kendall Professional Kendall !Courtelis 170,000 4/2007 Alma Alareu "Villa e Construction 305- 591 =8005 Miller Square Miami OAC 588,439 3/2008 Ozzie Cruz Construction 305-262 -7880 Iv Key Biscayne Key Village of Miguel Lopez Armando Drainage Biscayne Key Tetra Tech Jr Inc 430,000 11/2007 Nunez Biscayne 305 - 365 -8945 Ft Lauderdale Parking Lots Ft City of Ft Miguel Lopez jr 110,000 912007 Dane Esdelle N,H P, V Lauderdale Lauderdale Inc 954 828 6801 Miami dade Miami Dade Miami Dade Miami lade Miguel Lopez 6561100 4/20{18 Leo Salgueiro Drainage count County county Jr Inc 30 375 1202 Palmetto Bay Palmetto Village of Miguel Lopez Corrice drainage Bay; FL Palmetto C3TS Jr Inc 1,030,000 5/2008 Patterson a 305 259 1234 The City of City of Miguel Lopez Cyrill Garcia Boulevards Tamarac Tamarac Tamarac Jr Inc 1,020,000 5/2008 954 597 -3726 to 20 St End Miami City of Coastal Miguel Lopez jr Annie Yanes improvements beach Miami Systems Inc. 150,000 6/2008 305 673 -7000 Bea d Sailboat Dr Cooper City of City of Miguel Lopez Carl Milker Drainage City Cooper Cooper Jr Inc 63 ' 000 4/2008 9544342300 City City .... 190 190 t St City of City of Craven Thompson Miguel Lopez 234 000 10/2008 Tony Tomei Im rovements Aventura ventura assoc. Jr Inc 305 466 8923 Oakland Park City of Ft City of Ft City of Ft Miguel Lopez Dane Esdelle Parking Lots Lauderdale Lauderdale Lauderdale Jr Inc 361306 11/2008 9548286801 Broward Davie, FL Broward Business Munson Miguel Lopez 37,997 12/2008 Shane Munson Business Park Park Design Jr Inc 305 606 6858 Hollywood Fire Training :Hollywood, City of PSI Miguel Lopez 90,772 12/2008 Les Petite Facility FL Hollywood Jr Inc 954 921 3995 Eastern Shores North Eastern Paving . Miami Shores N/A Miguel Lopez 235 000 2/2Q09 Hector Paredes Drainage; Beach, FL Whitehouse Jr Inc 305 345 1068 Condo Plantation inningha Plantation Plantation, Acres Miguel Lopez 788000 4/2009 Mike Porter Acres South FL Improv. F radley Jr Inc , 954- 771 -7440 District Charter School Coral of City CCity C3TS Miguel Lopez 300,000 6/20119 Rich Michaud Springs Jr Inc. 954 -344 -.1000 Springs 34'h Year Drainage Hallandale City of Hallandale City of Hallandale Miguel Lopez 351,000 10/2009. 8eatriz Alvarez Project Beach Beach Beach Jr Inc 954 -457 -1629 Oaks Plaza Miami Oaks Plaza Alyward Engincerin Miguel Lopez 159,000 12/2009 Nilo Ventura Lakes, FL LLC 9 Jr Inc 305-884-5858 Shraders Homestead, Habitat for Schwebke Miguel Lopez Alberto Mora Haven FL Humanity & Shiskin Jr Inc 754,000 1/2010 305-546-0926 Service Fort Lauderdale, Service Ross Engineerin Miguel Lopez 179,000 1/2010 Jerry Loiselle America FL America 9 Jr Inc 954-556-2155 Schaffer Canal Hallandale City of City of Miguel Lopez Jorge Drainage Beach Hallandale Hallandale Jr Inc 700,000 12/15/2010 Fernandini Beach Beach 954-457-1379 35' Year CDBG Hallandale City of Hallandale City of Hallandale Miguel Lopez jr 275,000 11/10/2010 Beatriz Alvarez Drainage Impr. Beach Beach —Beach Inc 954-457-1629 Dorsey Riverbend Ft City of Ft McMahon & Miguel Lopez 1.3 05/2010 Mina Samadi Improvements Lauderdale Lauderdale Associates Jr Inc million 954-828-5018 Par La. Mar Stormwater Boca City of Mock & Miguel Lopez 145,200 5/2011 Joe Ahern Improv. Raton, Fl Boca Raton Roos Jrinc 561-239-0381 All small jobs Dade, within last 3 Broward Varies N/A Miguel Lopez 9.85 12/2008 N/A and Palm Jr Inc Million years Beach Co. Name of Project & Owner Architect/ General Total Estimated % of Assigned Personnel Engineer Contractor Contract Date of Completi Value Completion on to date Miami Dade College Loft III Miami Dade HR Thornton $110,000 11/2011 0't Parking Lot College Architects Construction Inc 305454 2483 St. Andrews Pre School St. Andrews Cherokee HA $114,000 11/2011 50% Church Ente rises Contracting The Ridges Sidewalk Landmark Munson Miguel Lopez $350,000 11/2011 65% Replacement Management Design Jr Inc 9543926000 West Tradewinds Drainage Town of Chen & Miguel Lopez $150,000 10/2011 95% Improvements Lauderdale by Associates Jr Inc the Sea 9542750908 Flamingo Ave Drainage Town of Chen & Miguel Lopez $111,000 2/2011 0% Improv. Lauderdale by Associates Jr Inc the Sea 954 275 0908 All other small projects Various Various Miguel Lopez $90,000 12/22011 50% Jr Inc �» r, r . r MIGUEL LOPEZ 7711 NW 74 AVE MEDLEY Congratulations! With this license you become one of the nearly one million Floridians - e Department of Business and Professional businesses Our professionals and ge from architects to yacht brokers, from boxers to barbeque restaurants, and they keep .g r 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! r STATE OF FLORIDA RDA DE AR `ENT Off" BUSINESS R RE IOlgA ; RE TJI.,ATIO CONSTRUCTION I U TRY LICENSING BOARD (850) 487 -13 9 1940 NORTH MONROE S'T'REET TALLAHASSEE FL 32399 -1783 LOPEZ, MIGUEL JR MIGUEL Ls 7711 NW 74 AVE MEDLEY fw r• i r. r r r ra r• r -i , r� r i i • r .�- • r r r a_ - i' •. r r r r- � r • r -r. -r - • • r i NO MOWN IRWIN i i r i !r i i s7�r'[il1 I C LOPEZ MIGUEL jR PROPOSAL SUBMITTAL FORM SW 64th Street Corridor Improvements - Phase I I I - N BONN u21 Bid Woad Bidder Qualification Statement Non-Collusion Affidavit Acknowledgement Public Entity Crimes and Conflicts of Interest Drug Free Workplace Acknowledgement of Conformance with OSHA Standards List of Proposed Subcontractors and Principal Suppliers Indemnification and Insurance Documents t @ thomasfpepe-09-08-1 I TABLE OF CONTENTS Page 7 SW 64th Street Corridor Improvements - Phase I q bi Dr. Hector Mirabile City Manager City of South Miami 6130 Sunset Drive South Miami, FL 33 143 1 . The undersigned BIDDER proposes and agrees, that if this Bid is accepted, to enter into a Contract with the City of South Miami in the form included in the Contract Documents which are part of this Bid Package to perform and furnish all work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated therein and in accordance with the other terms and conditions of the Contract Documents which include those prepared by Non- Applicable. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to BIDDERS, including without limitation those dealing with the disposition of Bid Bond/Security. This Bid will remain subject to acceptance for 90 days after the day of the Bid opening. BIDDER agrees to sign and submit the Contract with the Bonds, Insurance Certificate and other documents required by the Bidding requirements within ten (10) calendar days after the date of the City's Notice of Award, 3. In submitting this Bid, BIDDER represents� as more fully set forth in the Contract, that: a. BIDDER has examined copies • all the Bidding Documents and • the following Addenda (receipt of all which is hereby acknowledged.) Addendum No. Dated: to Addendum No. Dated: k Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: b. BIDDER has familiarized himself with the nature and extent of the Contract Documents, the proposed work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. c. BIDDER has studied carefully all reports and drawings of subsurface conditions and drawings of physical conditions. d. BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies in addition to or to supplement those referred to in (c) above which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance, or the furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. The BIDDER hereby acknowledges that no additional examinations, investigations, explorations, tests, reports or @ thomasfpepe-09-08-1 I TABLE OF CONTENTS Page 8 similar information or data are, or will, be required by BIDDER for any reason in connection with the Bid, e. BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents, f. BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of all Underground Facilities, No additional examinations, investigations, explorations, tests, reports or similar information or data in respect to any Underground Facilities are, or will be required, by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. g. BIDDER has given Non-Applicable written notice of all conflicts, errors, discrepancies that it has discovered in the Contract Documents and, if any conflicts, errors, discrepancies has been found and notice given, the BIDDER represents to the City that the BIDDER has received a written notice of the resolution thereof by Consultant and that such resolution is acceptable to BIDDER. h� This Bid is genuine and not made in the interest of or on be alf of any undi se person, irm, or corporation and is not submitted in conformity with any agreement or rules of any groupi association, organization, or corporation; BIDDER has not directly or indirectly induced or solicited any other BIDDER to submit a false or sham Bid,- BIDDER has not solicited or Induced any person, firm or corporation to om Bidding; and BIDDER has not sought by collusion or otherwise to obtain for itself any advantage over any other BIDDER or over the CITY. 4. BIDDER understands and agrees that the Contract Price is the lump sum that it needs to furnish and install all of the Work complete and in place. The Schedule of Values is provided for the purpose of Bid Evaluation and when initiated by the CITY, it shall form the basis for calculating the pricing of change orders. The Contract Price shall not be adjusted in any way so as to result in a deviation from the Schedule of Values, except to the extent that the CITY changes the scope of the Work after the Contract Date. As such, the Contractor shall furnish all labor, materials, equipment, tools, superintendence and services necessary to provide a complete, in place Project for the Bid Price of- 0 V4 % LUMP SUM BASE BID: , (_I W . C-1 vt 1 -,4 kuvN<Av'e� "I Alternates: cents $ #1 #5 #2 #6 #3 #7 #4 #8 * thomasfpepe- - is - T BLE OF CONTENTS Page 9 S. The ENTIRE WORK shall be completed, in full, within 30 days for substantial completion; 45 days for total completion from the date stipulated in the NOTICE TO PROCEED. Failure to complete the entire work during the described time period shall result in the assessment of liquidated damages as set forth in Paragraph 6 of the Contract. --::,-- --; -,s *k;r MA �k- i t— wAA--,--A — Email Address Owner Address: f,012, rJ • ' A,4 Owner Telephone: Original Contract Completion Time (Gays): U y Original Contract Completion Date: l Actual Final Contract Completion Date: Original Contract Price: a 0s OUO Actual Final Contract Price; ' I v i c) Project Name: Owner Name: r ## Owner Address: (.r, I Owner Telephone: 4 S v € Original Contract Completion Time (Days): . Original Contract Completion Gate:' Actual Final Contract Completion Gate: Original Contract Price:$ r: Actual Final Contract Pricey 'l t Q thomasfpepe- 09 -08 -1 I TABLE OF CONTENTS Page 14 b) Contractor's proposed project organizational chart; c) Resumes of proposed key project personnel, including can -site Superintendent, � 6. List and describe any: a) Bankruptcy petitions filed by or against the BIDDER or any predecessor organizations, b) Any arbitration or civil or criminal proceedings, or C) Suspension of contracts or debarring from Bidding by any public agency brought against the BIDDER in the last five (5) years. thomasfpepe- 09 -08 -1 I TABLE QE CONTENTS page Is (b) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in any person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person, /\ person who knowingly enters into a joint venture ~with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall beconsidered an affiliate. S. I understand that a "person" as defined in Paragraph 287,133 (1) (e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based mm information and belief, the statement which | have marked below is true hm relation mmthe entity subrivitting this which statement applies.] Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the i affiliate of the entity has been charged with and convicted ofa public entity crime subsequent ro July }`U989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. [attach a copy of the final order.] Signed, sealed & delivered in the presence F � Print N e and Ti e Public Conflicts of FAILURE TO * n iu io .• @ thomasfpepe- 09 -08 -1 I TABU OF CONTENTS Page 20 LEM thomasfpepe- 09 ®4$ -1 I TABLE OF CONTENTS Page 21 ACKNOWLEbGEMENT OF CONFORMANCE WITH OSHA STANDARDS SW 64th Street Corridor Improvements - Phase to comply with such act or regulation. Title - Other: � `a A --0-1 1 µ This list shall be provided to the City of South Miami by the apparent Rawest responsive and responsible bidder within five (5) calendar days after Enid Opening. thomasfpepe- 09 -08 -1 I TABLE OF CONTENTS Page 23 !NDEMNIFICATION AND INSURANCE SW 64th Street Corridor JmL* Successful Proposer shall indemnify, defend and hold harmless the CITY and its cdfida agents (collectively referred to as "Indemnities") and each of them from and against all loss, cost penalties, fines, damages, claims, expenses (including attorney's fees) orliabilities (collectively referred to as "Liabilities") by reason of any injury to or death of any person or damage to or. destruction or loss of any property arising out of, resulting from, or in connection with A> the performance or nonperformance of the services contemplated by the Contract which lsor'is alleged to be directly or indirectly caused, in whole or in part. by any act omission, default or negligence (whether active' mr passive) of Successful Proposer o/ its employees,' .agencs, or subcontractors (collectively referred tou* "Proposer"), regardless of whether it is, or is alleged to be, caused in whole, or part (whether joint, concurrent, or contributing) by any act, omission, default or negligence (Whether active or passive) of the Indemnities, or any of, them or (ii) the failure of the Successful Proposer to comply with any at-the provisions inthe Contract or the failure cfthe Successful Proposer to conform mo statutes, ordinances or other regulations ex requirements of any governmental authority, federal or state, in connection with the performance' of the Contract. Successful Proposer(s) expressly agrees to indemnify and hold harmless the Indemnities, or any of them, from and against all liabilities which may be asserted by an employee' or former employee of Proposer, or any of its subcontractors, as provided above, for which the Successful Propqoer's liability to such employee or former employee would otherwise be limited mo payments under state Workers' Compensation or similar laws. Successful Proposer further agrees to indemnify,' defend and hold `harmless .the Indemnities from and against (i) any and all Liabilities imposed on account ofthe violation of any lmw, qrdimaoce, order, rule, regulation, condition, nr requirement, in any way related" directly or indirectly, toSuccessful Propooer's performance under the Contract, compliance with which is left by the Contract to the Proposer, and (ii) any and all claims, and/or suits for labor and materials furnished by the Successful Proposer or utilized i. the performance mf the Contract orotherwise. Where not specifically prohibited by law, Successful Proposer further defend and hold harmless the Indemnities from all claims and suits for any liability, including, but not limited to, injury, death, or dam8:ge to any person or property whatsoever, caused by, arising from, incident to, connected with or growing out of the performance or non-performance of the Contract which is, or' is alleged to be, caused in part (whether joint, concurrent or contributing) or in whole by any act, omission, default, or negligence .(whether active or passive) of the indemnities. The foregoing indemnity shall also include liability. The Successful Proposer(s) shall furnish to CITY c/o Procurement Department, 6130 Sunset Drive, Miami, Florida 33 143 Certificate(s) of Insurance prior to contract execution which indicate that insurance coverage has been obtained which meets the requirements as outlined below: 1. COMMERCIAL GENERAL LIABILITY A. Limits of Liability Bodily Injury and Property Combined Single Limit Each Occurrence $1^000,000 General Aggregate Limit $2, Permmmu| mnd/\dv. Injury $1,000,000 Products/Completed Operations, $1,000,000 B. Endorsements Required CITY and The City of Miami included asamAdditional Insured Employees included as insured' | - | TABLE OF CONTENTS Page 24 Contractual Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit, Any Auto Including Hired, Borrowed or Non-Owned Autos Any One Accident $ 1,000,000 B. Endorsements Required CITY and The .City of Miami included as an Additional Insured Ill. WORKER'S COMPENSATION Limits of Liability Statutory-State of Florida IV. EMPLOYER'S LIABILITY Lirnits of Liability $ 100,000 for bodily injury caused by an accident, each accident $ 100,000 for bodily 'injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit The City is required to be named as additional Insure. BINDERS ARu� UNACCEPTABLE The insurance coverage required shall include those classifications, as listed' in standard liability insurance manuals, which most nearly reflect the operations of the Successful Proposer. All insurance policies required above snail 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 "A" as to management, and no less than "Class W 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. All policies and/ or certificates of, insurance are subject to review and verification by the City of Miami Risk Management Department prior to insurance approval. The above policies shall provide the City of South Miami with written notice of cancellation or material change from the insurer not less than (30) days prior to any such cancellation or material change. NOTE:' CITY RFP NUMBER AND/OR TITLE OF RFP MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the Successful Proposer(s) of his liability and obligation under this section or under any other section of this Agreement. The Successful proposer shall be responsible' for 'assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Successful Proposer. • If insurance certificates are scheduled to expire during the contractual period, the Successful Proposer(s) shall be responsible for submitting new or renewed insurance certificates to the CITY at a minimum often (10) calendar days in advance of such expiration. • In the event that expired certificates are not 'replaced with new or renewed certificates which cover the contractual period, the CITY shall: thomasfpepe-09-08-1 I TABLE OF CONTENTS Page 25 A) Suspend the Contract until such time as the new or renewed certificates are received by the CITY in the manner prescribed in the RFP. B) The CITY may, at its sole discretion, terminate the Contract for cause and seek re-procurement damages from the Successful Proposer(s) in conjunction with the violation of the terms and conditions of the Contract. The undersigned Proposer acknowledges that they have read the above information and agrees to comply with all the above CITY requirements. I i GB7A=- SWORN TO AND SUBSCRIBED before mei the under signed authority, �An�ek L-Qrt�� k - [name of individual signing] who, after first being sworn by mi, affixed $ his/her signature in the space provided above on this ... k day of cx� '20 1 � 1,Personally known to me, or Personal identification: @ thomasfpepe-09-08-1 I TABLE OF CONTENTS Page 26 MIGUEL LOPEZ J R. 3600 SW 141 Ave Miramar, El 33027 305 -884 -0767 miguellopezinc.com PAiVING CONTRACTOR More than 21 years in the paving construction industry. Including accurate takeoffs, estimating, and budgeting. Experience in full on -site construction management. Work effectively with architects; engineers, developers; bankers, contractors, inspectors, and city officials. EMPLOYMENT Miguel Lopez Jr. Inc 1989 - Present President /Owner/ project Manager, 1989-Present ■ Development of conceptual estimates for projects ■ Management of the transmittal of preliminary plans and scopes to subcontractors, collation of bid results,, analysis and exploration of information to construction estimates ■ Development and maintaining of working relationship with existing and new customers ■ Review plans during bidding phase ■ Meet subcontractors" during bidding phase ■ prepare project budgets ■ Prepare, update, and maintain subcontractor cost information. ■ Developed and implemented sales plan ■ Analyzes blueprints, sketches, specifications, proposals, and other documentation to prepare tune, cost, and labor estimates for products, projects, or services; • Overseeing estimating and office staff. • Developed and implemented policies and procedures Computer Skills: Microsoft Windows@ Microsoft Word, Microsoft Excel, and Microsoft Outlook. EDUCATION % State of Florida LICENSES Certified General Contractor — CGC06015 Certified Underground Contractor — CUC057030 County Miami Bade — E15, Broward - 6- 1436 -E CERTIFICATES W /MBE Broward County ' /MBE Miami- Dade County REFERENCES AVAILABLE UPON REQUEST Engineering r t r w. & 1s® Dade CC#E-1 r i.