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.