7THE CITY OF PLEASANT LIVING
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
To: The Honorable Mayor & Members of the City Commission
FROM:
DATE:
SUBJECT:
Steven Alexander, City Manager
Agenda Item No.: 7 August 16, 2016
A Resolution authorizing the City Manager to negotiate and enter into a contract with Maggolc, Inc.
for the SW 74 Terrace Roadway & Drainage Improvement Project.
I
BACKGROUND: This project will address drainage issues on SW 74t~ Terrace, between SW 58th Avenue and SW 59th
Avenue. The City has received complaints from residents in regards to flooding in this area.
AMOUNT:
ACCOUNT:
The scope includes the implementation of exfiltration systems with catch basins. Roadway
resurfacing will also be included as part of the scope, due to the required repairs from the drainage
system installation. This includes, but is not limited to, the furnishing of all labor, material, tools,
equipment, machinery, disposal of all materials, maintenance of traffic, drainage, milling, clearing
and grubbing, asphalt placement, and striping and services necessary for the completion of the
construction of the project.
The City received seven proposals in response to a solicitation. Pursuant to review, it was
determined that Maggolc, Inc. is the most responsive and responsible bidder for this proposal.
Below are the proposals received:
Contractor Bid Price
Maggolc $139,882.50
Coramarca Corp $158,675.95
Florida Construction Engineering $163,915.19
Metro Express $169,517.50
Williams Paving $173,241.59
Rock Power Paving $184,242.90
V Engineering $259,478.00
A contingency amount of $44,000 will be included over the proposal amount of $139,882.50 to
address for unknown factors that may arise during the work.
Amount not to exceed $183,882.50
The expenditure shall be charged $138,882.50 to the People's Transportation Plan Trust Fund
account number 124-1730-541-6490, which has a balance of $1,096,533 before this request was
made; and to $45,000 to the Local Option Gas Trust Fund account number 112-1730-541-
6210, which have balances of $122,117, before this request was made ..
ATTACHMENTS: Resolution
Pre-Bid Sign-in Sheet
Bid Opening Report
Maggolc Proposal
Demand Star Results
Sun Biz
Advertisement
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29'
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
RESOLUTION NO.: _____ _
A Resolution authorizing the City Manager to negotiate and enter into a contract with Maggolc, Inc. for
the SW 74 Terrace Roadway & Drainage Improvement Project.
WHEREAS, the Mayor and City Commission wish to provide drainage and roadway improvements along
SW 74th Terrace, between SW 58th Avenue and SW 59th Avenue, and
WHEREAS, pursuant to a competitive selection process, it was determined that Maggolc, Inc. submitted a
proposal in the amount of $139,882.50 that was the most comprehensive and cost effective in its construction
approach; and
WHEREAS, the City desires to provide a contingency of $44,000 over the proposal amount for unknown
factors that may arise during the work; and
WHEREAS, the total expenditure, including the contingency amount, is not to exceed $183,882.50; and
WHEREAS, the Mayor and City Commission desire to authorize the City Manager to negotiate and enter
into a contract with Maggolc, Inc. for drainage and roadway improvements for a total amount not to exceed
$183,882.50. '
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH
MIAMI, FLORIDA THAT:
Section 1: The City Manager is authorized to negotiate the price, terms and conditions and to execute a
contract with Maggolc, Inc. for the SW 74 Terrace Roadway & Drainage Improvement Project for an amount not to
exceed $139,882.50 and he is authorized to expend up to $44,000 for unforeseen conditions. A copy of the
approved form of contract is attached and the City Manager may negotiate a lower price and more advantageous
terms and conditions if approved by the City Attorney.
Section 2: The expenditure shall be charged to the People's Transportation Plan Tax Fund account
number 124-1730-541-6490, which has a balance of $1,096,533, and to Local Option Gas Trust Fund account
number 112-1730-541-6210, which has a balance of $122,117, before this request was made.
Section 3: If any section clause, sentence, or phrase' of this resolution is for any reason held invalid or
unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining
portions of this resolution. '
Section 4. This resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED this ___ day of _____ -', 2016.
ATIEST:
CITY CLERK
READ AND APPROVED AS TO FORM
LANGUAGE, LEGALITY AND EXECUTION
THEREOF
CITY ATIORNEY
APPROVED:
MAYOR
COMMISSION VOTE:
Mayor Stoddard
Vice Mayor Welsh
Commissioner Harris
Commissioner Liebman
Commissioner Edmond
l<;; , 1.Cp~1v1AJ~cA CORP ... · ."., , .... '~ ... , ..... : ,., .•.•
~ , ,", " <;
2.
".' }' ,
3 .lv1AGG<?LC;,lMC, .................. h;. '.' • ,.: , ... , 'f.'
, 5.i~oCI< poWtiRPAVING, INC ........... ,; ........ "~:'i';' .... , ..
. 7. WILLIAMSPAVINO CO., INC.: ................ ; ....... ' .....• , ........ ..
Witness:_c::-:-~ ________ _
,Print Name Signature
Date:
RFP Title:
RFP No.:
11
( J)
South{'Miami
THE CITY OF PLEASANT LIVING
Pre-Bid Conference
Sign-In Sheet
July 21,2016
SW74th Terrace Roadway and Drainage
Improvement Project
RFP #PW2016-15
X:\Purchasing\Request for Proposals & Qualification (RFPs)\SW 74 Terrace Road and Drainage Improvements 2016\Pre Bid\Pre-Bid SW 74
"t Improvements 7.21.16.doc
BID OPENING REPORT
Bids were opened on: Friday, August 5, 2016 after: 10:00am
For: RFP #PW 2016-15 "SW 74th Terrace Roadway & Drainage Improvement Proj
COMPANIES THAT SUBMITTED PROPOSALS: AMOUNT:
~~/5f:' 7S9r
1. CORAMARCA CORP .................... '" . . .. . .. . . .. .. . .. . . . .. . .. .. .. ... I ) , 19
2. FLORIDA CONSTRUCTION & ENGINEERING, INC ............. i/ I~ 3.;' 9/ J/
3. MAGGOLC, INC............ .............................. ........ .......... /3 9/~ 8':l, ~()
/ /' 0
1
C"I h, S ~ 4. METRO EXPRESS, INC............................ ...................... '" /, .;J {,
5. ROCK POWER PAVING, INC ......................................... .
6. V ENGINEERING & CONSULTING CORP ....................... ..
7. WILLIAMS PAVING CO., INC ........................................ .
THE ABOVE BIDS HAVE NOT BEEN CHECKED.
13-~ .:l ~~, 9~
'rJ..s-~ ~ 7 i. ~o
17~ 2. £//' s:1 ?
THE BIDS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED.
City Clerk: Ill/a fIt{ ;11, //l/t!!J, elltbz ~'Zm' /J
WitD ... : ~. -€voZ. tf1J..R..
Print Name
Witness: -----------------------Print Name Signature
~
Southf'Miami
TliP. Cft'! Of PI.F.ASANT IIVINtl
CITY OF SOUTH MIAMI
SW 74 111 Terrace Roadway and Draina,e Improvement Project
RFP t#PW20 16-15
Solicitation Cover Letter
The City of South Miami, Florida (hereinafter referred to as "CSM") through Its chief executive offlcer (City
Manager) hereby solicits sea/ed proposals responsive to the City's request (hereinafter referred to as "Request
for Proposals" or "RFP"). All references In this Solicitation (also referred to as an "Invitation for Proposals" or
"Invitation to Bid" to "CIty" shall be a reference to the City Manager, or the manager's designee, for the City of
South Miami unless otherwise specifically defined.
The City Is hereby requesting sealed proposals In response to RFP #PW2016-15, flSW 74th Terrace
Roadway and Drainage Improvement Project." The purpose of this Solicitation Is to contract for the
services necessary for the completion of the project In accordance with the Scope of Services, (Exhibit /,
Attachment A) and. the Schedule of Values, (Exhibit I, Attachment 8), and the Construcdon Plans and Site locations,
(Exhibit /. Attachment C), or the plans andlor specifications. If any, described In this Solicitation (hereinafter referred
to as "the Project" or "Project")
Interested persons who wish to respond to this Solicitation can obtain the complete Solicitation package at the
City Clerk's offlce Monday through Friday from 9:00 a.m. to 4:00 p.m. or by accessing the following webpage:
http://www.southmlamlfl.,ov/ which is the City of South Miami's web address for solldtatlon Informadon.
Proposals are subject to the Standard Terms and Conditions contained in the complete Solicitation Package,
including all documents listed In the Solicitation.
The Proposal Package shall consist of one (I) ori,lnai unbound proposal, one (I> additional copy and
one (I> dl,ltal (or comparable medium includln, Flash Drive, DVD or CD) copy all of which shall be
delivered to the OffIce of the City Clerk located at South Miami City Hall, 6130 Sunset Drive, South Miami, Florida
33143. The entire Proposal Package shall be enclosed In a sealed envelope or container and shall have the
following Envelope Information clearly printed or written on the exterior of the envelope or container in which
the sealed proposal Is delivered: "SW 74th Terrace Roadway and Drainage Improvement Project," RFP
t#PW2016-15 and the name of the Respondent (person or entity responding to the Solicitation. Special
envelopes such as those provided by UPS or Federal Express will not be opened unless they contain the required
Envelope Information on the front or back of the envelope. Sealed Proposals must be received by Offlce of the
City Clerk. either by mall or hand delivery. no later than 10:00 a,m. local time on Au,ust 5, 2016. Hand
delivery must be made Monday throu,h Thursday from 8 AM to 5 PM to the office of City Clerk.
A public opening will take place at 10:00 a.m. on the same date In the City Commission Chambers located at City
Hall, 6130 Sunset Drive, South Miami 33143. Any Proposal received after 10:00 a.m. local time on said date will
not be accepted under any circumstances. Any uncertainty regarding the time a Proposal Is received will be
resolved agaInstthe person submitting the proposal and In favor of the Clerk's receipt stamp.
A Non-Mandatory Pre.Proposal Meetln, will be conducted at City Hall in the Commission
Chambers located at 6130 Sunset Drive, South Miami, FL 33143 on July 21, 2016 at 10:00 a.m. The
conference shall be held regardless of weather conditions. Proposals are subject to the terms, conditions and
provisions of this letter as well as to those provisions, terms, conditions, affidavits and documents contained In this
Solicitation Package. The City reserves the right to award the Project to the person with the lowest. most
responsive, responsible Proposal. as determined by the City, subject to the right of the City, or the City
CommiSSion, to reject any and all proposals, and the right of the City to waive any Irregularity in the Proposals or
Solicitation procedure and subject also to the right of the City to award the Project. and execute a contract with a
Respondent or Respondents, other than to one who provided the lowest Proposal Price or. if the Scope of the
Work Is divided Into distinct subdivisions. to award each subdivision to a separate Respondent ..
Maria M. Menendez, CMC
City Clerk, City of South Miami
SCOPE OF SERVICES and SCHEDULE OF VALUES
SW 74th Terrace Roadway and Drainage Improvement Project
RFP #PW20 16·15
The Scope of Services and the Schedule of Values. If any. are set forth in the attached EXHIBIT I
Thomas F. Pepe
12110/2015
END OF SECTION
SCHEDULE OF EVENTS
SW 74th Terrace Roadway and Drainage Improvement Project
RFP tIIPW20 16-15
No Event
1 Advertisement! Distribution of Solicitation & Cone of
Silence begins
2
NgD-t1udltoO Pre-RFP Meeting
3
Deadline to Submit Questions
4
Deadline to City Responses to Questions
S
Deadline to Submit RFP Response
6 Projected Announcement of selec;ted Contractor/Cone of
Silence ends
END OF SECTION
Thomas F. Pepe
12/10/2015
Date·
7113/2016
7/21/2016
7/2612016
8/0112016
8105/2016
811612016
Tlme*
(EST)
1:00PM
10:00 AM
10:00 AM
10:00 AM
'0:00 AM
7:00 PM
Proposal Submittal Checklist Form
SW 74th Terrace Roadway and Drainage Improvement Project
RFP #PW20 16~ 15
This checklist Indicates the forms and documents required to be submitted for this solicitation and to be presented
by the deadline set for within the solicitation. Fulfillment of all solicitation requirements listed Is mandatory for
consideration. of response to the solicitation. Additional documents may be required and, if so, they will be
identified in an addendum to this Solicitation. The response shall Include the following items:
Attachments and Othet' Documents described below CI I lec ( to be Completed
IF MARKED WITH AN "X": Completed.
Proposal Package shall consist of one (I) original unbound x proposal, one (I) additional copy and one (I) digital (or comparable
___ medium Including Flash Drive, DVD or CD) copy
X Indemnification and Insurance Documents EXHIBIT 2
X Construction Bid Form EXHIBIT 3
X Signed Contract Documents (Ail-Including General Conditions
and Supplementary Conditions If attached) EXHIBIT 4, $, .6
X Performance and Payment Bonds (As d Condition Award. Not
required with Submittal.) EXHIBIT 7 cI B
X Respondents Qualification Statement
X List of Proposed Subcontractors and Principal Suppliers
X Non-Collusion Affidavit
X Public Entity Crimes and Conflicts of Interest
X Drug Free Workplace
X Acknowledgement of Conformance with OSHA Standards
X Affidavit Concerning Federal & State Vendor Listings
X Related Party Transaction Verification Form
X Presentation Team Declaration/Affidavit of Representation
Submit this checklist along with your proposal Indicating the completion and submission of each required forms
and/or documents.
Thomas F. Pepe
'211012015
END OF SECTION
RESPONDENT QUALIFICATION STATEMENT
SW 74th Terrace Roadway and Drainage Improvement Project
RFP #PW20 16·15
The response to this questionnaire shall be utilized as part of the CITY'S overall Proposal Evaluation and
RESPONDENT selection.
I. Number of similar projects completed,
a) In the past S years
In the past 5 years On Schedule
b) In the past 10 years
In the past 10 years On Schedule
2. list the last three (3) completed similar projects.
a) Project Name:
Owner Name:
Owner Address:
Owner Telephone:
Original Contract Completion Time
(Days):
Original Contract Completion Date:
Actual Final Contract Completlon
Date:
Original Contract Price:
Actual Final Contract Price:
b) Project Name:
Owner Name:
Owner Address:
Owner Telephone:
Original Contract Completion Time
(Days): I f$O
Original Contract Completion Date: ;.JO(/~ le~ 0LeJ10
>
Thomas F. Pepe
12110/2015
Actual Final Contract Completlon
Date:
Original Contract Price:
Actual Final Contract Price
A/o~ .C;, ?-e'S-
~itf8J~M
,,"jectN .... e, ~:'-7e-tJ:rr:,' f;;;:tt'.,.J+'l'k5./s
Owner Name: ~ Gl •• ..::-----c.>~ __ "-6 '0 ~
Owner Address: /1/ ,vW~,s:(!; -(4~~Ft ..
Owner Telephone: :3 oS: 40 cr e z.. z 4-'t:J ~ I 30
c)
Original Contract Completion Time ;Z 40
(Days):
Original Contract Completion Date: 0 ¥.;J.<? 7;0 I G
I
Actual Final Contract Completion C) 3/--7. /')/;Z-O I€>
Date: _ c'i""-"
Original Contract Price: Ii :;-S 51 ::r6/, r t:?-
Actual Final Contract Price: 1 tP 931 ?.3 S ~ G/O
3. Current workload
4. The following Information shall be attached to the proposal.
a) RESPONDENT's home office organization chart. V-
b) RESPONDENT's proposed project organizational chart. ~
c) Resumes of proposed key project personnel, including on-site Superintendent. ./
5. List and describe any:
Thomas F. Pepe
12110/2015
a)
b)
c)
Bankruptcy petitions flied by or against the Respondent or any predecessor organizations,
;Jo~
Any arbitration or civil or criminal proceedings, or
,uO~
Suspension of contracts or debarring from Bidding or Responding by any public agency brought
against the Respondent in the last five (5) years AJ (} tAl.-
6. Government References:
List other Government Agencies or Quasi-Government Agencies for which you have done business
within the past flve (5) years. /1\
Name of Agency: . C5ee-It.$-f ~tIa.. C-k~
Address:
Telephone No.:
Contact Person:
Type of Project:
Name of Agency:
Address:
Telephone No.:
Contact Person:
Type of Project:
Name of Agency:
Address:
Telephone No.:
Contact Person:
Type of Project:
Thomas F. Pepe
12110/2015
.lG4GLGIP."
ENGINEERING CONTRACTOR -LIC: E-251302
11020 SW 55 ST., MIAMI, FL 33185
PHONE: 788-291-2848 FAX: 788-472·8831
maggolc@vahoo.com
PROJECTS UNDER CONSTRUCTION (All as a Prime Contractor)
Current Workload-
1· FOOT· Distrlctwide (ADA) Push Button-Pedestrian Safety Improvement (Owner FOOT-
District 6 $981,885.00) (Executed 36 %) (Completion November 2016) (305-978-0090 -
Marina Gershanovich)
2-Sidewalk Improvements Multiple Sites # 20140184 (Miami Dade County $518,371)
(Executed 78%) (Completion November 30,2016) (305-297-0795-George Coppolechia)
3-Concrete Repair· E6K01·RO (Florida Department of Transportation Distrlc 6 -$300,000)
(Executed 61 %) (Completion Nov. 30, 2016) (305-640-7177-Ryan Fisher)
4-Busway Pedestrian Access Improvements #20140140 (Miami Dade County $362,779)
(Executed 53 %) (Completion November 9, 2016) (305-297-0795-George Coppolechia)
5-Busway Pedestrian Access Improvements #20150047 (Miami Dade County $628,170)
(Executed 38 %) (Completion November 29, 2016) (305-297-0795-George Coppolechia)
waGlE-
ENGINEERING CONTRACTOR -LlC: E-251302
11020 SW 55 ST., MIAMI, FL 33165
PHONE: 786-291-2949 . FAX: 786-472-8831
maggolc@yahoo.com
CONTRACTS PERFORMED BY MAGGOlC INC.
1-Dralnage Improvement for NW 22 CT from NW 107 ST to NW 112 ST, ($318,000) (Miami-Dade County Public
Works Dept., Completed Dec. 2007). (Alberto Estevez 786-256 2627). (esteva@miamldade.gov)
2-Varlous Park Parking Lot Re-strlplng & Wheel Stop Replace. ($24,500) (Miami-Dade Park and Recreation
Dept. Completed March 2008). (305-5964460)
3-Seal Coat and Re-strlplng of Station 131 Logistics Parking Area. ($19,000) (Miami-Dade Fire Rescue Dept.
Completed July 2008). (786-331 4529)
4-Norrnan and Jean Reach Park/Foul ball Netting. ($25,000) (Miami-Dade Park and Recreation Dept.,
Completed June 2008). (305-5964460)
5-0lymplc Park Concrete Sidewalk Construction. ($184.000) (Miami-Dade Park and Recreation Dept.,
Completed July 2008). (Dan Crawford 305-596 4460) (dc93@mlamldade.gov)
6-Dolphln Archaeloglcal Site Concrete Sidewalk Construction., ($114,084) (Miami-Dade Park and Recreation
Dept., Completed July 2008). (Dan Crawford 305-5964460) (dc93@mlamldade.gov)
7-Countywlde Repair of Existing Asphalt Pavement. (MIlling & Resurfacing) ($949,990) (Florida Department
of Transportation, Dlst. Six, Executed the year 2008 and renewed for to year 2009 and 2010, Completed June
2011). (Janice Corn 305-2566359) (Janlce.com@dot.state.fI.us)
8-Countywtde Intersections Improvement, Roadway and Drainage. ($443,837) (Miami-Dade County Public
Works Dept., Completed Dec. 2008). (Joaquin Rabassa 305-299 9822) (jra@miamldade.gov)
9-West Perrine Park Concrete Slabs, Sidewalks and Poured In Place. ($34,000) (Miami-Dade Park and
Recreation Dept., Completed January 2009). (305-5964460)
10-West Little River Asphalt Driveways Phase IV-B. ($88,000) (Miami-Dade County Office of Community and
Economic Development, Completed January 2009). (Mario Berrios 786-4692112) (mberr@mlamldade.gov)
11-Brentwood Pool Park New Asphalt Walkways. ($34,000) (City of Miami Gardens, Completed April 2009).
(305-622 8000) (jallen@mlamigardens-fl.gov)
12-Country Club of Miami Parcel 1189 & 1168-E New Asphalt Walkways. ($178,000) (Miami-Dade Park and
Recreation Dept., Completed July 2009). (Dan Crawford 305-5964460) (dc93@miamldade.gov)
13-Country Club of Miami Grading, Sitework & Greens. ($107,000) (Miami-Dade Park and Recreation Dept.,
Completed August 2009). (305-5964460)
14-SR 907 (Alton Rd) at Allison Dr. for Drainage and Retention Improvements. ($134,000) (FOOT, Completed
December 2009) (Anthony Sabbag 305-2566380) (anthony.sabbag@dot.state.fI.us)
15-West LIttle River Asphalt Driveways Phase IV-D. ($35,000) (Miami-Dade County Office of Community and
Economic Development, Completed December 2009). (Mario Berrios 786-469 2112) (mberr@miamldade.gov)
16-Dlstrlct 2· Sidewalk Repair Project II ($75.300) (Public Works Dep. City of Miami. Completed March 2010)
(Fablola Dubuisson 305-4161755 & 305-801 7816) (fdubuisson@miamigov.com)
17-Blue Road Roundabouts Re·Bld ($145.000) (Public Works Dep. City of Coral Gables. Completed March
2010) ( 305-4605018) (eplno@coralgables.com)
18-Harbor Drive Lighting and Resurfacing Improvement ($270.000) (Public Works Dep. Village of Key
Biscayne April 2010) (786-255 6765) (anunez@keyblscayne.fl.gov)
19-Dlstrlct 1· Sidewalk Repair Project II ($95.990) (Public Works Dep. City of Miami. Completed September
2010) (Fabiola Dubuisson 305-4161755 & 305-801 7816) (fdubulsson@miamlgov.com)
20-Golden Shore Park Pavers Sidewalk ($23.895.00) (Public Works Dep. City of Sunny Isles Beach. November
2010) ( 305-9470606) (gbatista@sibfl.net)
21·AD Barnes Park Asphalt Walkways ($86.615.00) (Miami-Dade Park and Recreation Dept.. Completed
December 2010) (305-7557985) (rttolon@mlamldade.gov)
22-lnstallatlon of Sidewalks and Ramps along NE 12 Ave ($123,750.00) (Public Works Dep. City of North
Miami, Completed December 2010) (Gerardo Hernandez 305-893 6511) (ghernandez@northmiamifl.gov)
23-lntersectlon Realignment SW 139 Terr & SW 140 Dr. and East Guava Street One Way Street Conversion
($36.775) (Public Works Dep.. Village of Palmetto Bay. Completed December 2010) (305-969 5011)
( dcasals@palmettobay-fl.gov)
24-Dlstrlct #3 Citywide ADA Sidewalk Improvements, ($107,414) (Public Works Dep. City of Miami. Completed
February 2011) (Fablola Dubuisson 3054161755 & 305-801 7816) (fdubuisson@miamigov.com)
25-District #1 Citywide ADA Sidewalk Improvements. ($155,523) (Public Works Dep. City of Miami. Completed
May 2011) (Fablola Dubuisson 305 4161755 & 305-801 7816) (fdubulsson@mlamlgov.com)
26-MIA Building 3050 Parking Lot Drainage & Asphalt Improvement ($103.000) (Aviation Department Miami-
Dade County. Completed May 2011) (Greg Tal 305-876 8444) (gtal@mlkegconst.com)
27-MIA· NW 67 Ave & NW 36 Street Intersection Improvements ($65.0(10). (concrete works) (Aviation
Department Miami Dade County. Complete July 2011) (John Peterson 305-622 8000) Opet@mikegconst.com)
28-District #4 Citywide ADA Sidewalk Improvements, ($149,397) (Public Works Dep. City of Miami, Completed
October 2011) (Fabiola Dubuisson 305-4161755 & 305-801 7816) (fdubulsson@mlamlgov.com) . -
29-Tamlaml Canal Miccosukee Linear Park, Tamlaml Trail and SW 122 Ave. ($87,703) (Miami Dade Park &
Recreation Department. Completed October 2011) (Ruben Teurbe Tolon 786-5868360) (rttolon@miamidade.gov)
30-SW 19 Terrace Roadway and Drainage Improvements ($184,585) (City of Miami. Capital Improvements
Department, Completed October 2011) (Maurice Hardie 786-229 5463) (mhardle@miamlgov.com)
31-SR 909 (Alton Road) at West 52 Street Drainage Improvement ($138,000) (Florida Department of
Transportation. Completed December 2011) (Roland Rodriguez 305-345 0696)
(rrodriguez@pinnaclecei.com)
32-Suncrest Drive & Moss Ranch Road Stormwater Improvements ($ 110,000) (Village of Pinecrest. Public
Works Dep .• Completed December 2011) (Daniel Moretti 305-6696916) (morettl@pinecrest-fl.gov)
33-Long Key State Park Roadway Improvements ($149,230) (Florida Department of Environmental Protection,
Completed February 2012) (Fred Hand 850-488 6322) (Fred.Hand@dep.state.fl.us)
34-District #2 Citywide ADA Sldew_lk Improvements, ($105,303) (Public Works Dep. City of Miami, Completed
February 2012) (Fablola Dubuisson 305-4161755 & 305-801 7816) (fdubulsson@mlamlgov.com)
35-SW 64 Street Corridor Improvement, ($60,000) (Public Works Dep. City of South Miami, Completed
February 2012) (Keith A. Ng 305-4032072) (kng@southmlamifl.gov)
36-Long Key State Park Campground Entrance Modification ($49,450) (Florida Department of Environmental
Protection, Completed July 2012) (Fred Hand 850488 6322) (Fred.Hand@dep.state.f1.us)
37-FOOT LAP Roadway Improveinents Project ($117,371) (Public Works Dep. City of Sweetwater, Completed
July 2012) (Eric Gomez 305-553 5457) (egomez.egsc@att.net)
38-SR 941SW 88 STI Kendall Dr. at SW 142 Ave ($134,843) (Florida Department of Transportation, Completed
October 2012) (Roland Rodriguez 305-345 0696) (rrodrlguez@plnnaclecel.com)
39-Phase IV Drainage Improvement Project ($143,830) (VIllage of Palmetto Bay, Completed November 2012)
(Danny Casals 305-9695091) (dcasals@palmettobay-fJ.gov)
40-Killian Park Road Stormwater Improvement ($218.142) (Village of Pinecrest, Completed December 2012)
(Daniel Moretti 305-669 6916) (moretti@pinecrest-f1.gov)
41-Progress Rd. Roadway and Drainage Improvements ($105,522) (City of South Miami, Completed January
2013) (Jorge Vera 305-403 2072) Overa@southmiamifl.gov)
42-ARRA Municipalities Group B: City of Miami Gardens Bus Shelters ($894,000) (Miami Dade TranSit,
Completed March 2013) (Javier Salmon 786-4734710) Osalmon@mlamldade.gov)
43-1-1951 Julia Tuttle from SR 5/ Biscayne Blvd to SR 9071 Alton Rd -Bike Path I Trail ($121,520) (Florida
Department of Transportation, Completed March 2013) (Roland Rodriguez 305-345 0696)
(rrodriguez@pinnaclecel.com)
44-NW 8th ST & NW 14 C1 Roadway and Drainage Improvements ($425,895) (City of Miami, Completed May
2013) (Robert Fenton 786-263-2133) (rfenton@mlamigov.com)
45-Friedland Manor Drainage Improvements ($408,587) (City of Florida City, Completed June 2013) (Sean
Compel 786-502-0nO) (sean.compel@stantec.com)
46-SR 9 (NW 27 Ave), From NW 79 S1 to NW 84 ST Roadway Improvements ($119,000) (Florida Department
of Transportation, Completed July 2013) (Roland Rodriguez 305-345 0696) (rrodriguez@plnnaclecel.com)
47-Sidewalk Improvements along SR A1A1 Collins Ave@SR8281 NW 63 ST. ($205,521) (Florida Department
of Transportation, Completed October 2013) (Roland Rodriguez 306-345 0696) (rrodrlguez@plnnacJecel.com)
48-Doral Trolley Route 3 Infrastructure Improvements. ($114,210) (City of Doral, Completed November 2013)
(Rudy de la Torre 786-236-5912) (rudy.delatorre@cityofdoral.com)
49-Doral Trolley Infrastructure Improvements Citywide. ($217,349) (City of Doral, Completed December 2013)
(Rudy de la Torre 786-236-5912) (rudy.delatorre@cltyofdoral.com)
50-Wild Lime Park Parking Expansion and Concrete Walkway. ($201,442) (Miami Dade Park & Recreation
Department, Completed January 2014) (Leroy Garcia 786-210-5937) (garclal@miamidade.gov)
51-Biscayne Island Drainage Improvements ($735,559). (City of Miami, Completed March 2014) (Valentine
Onulgbo 786-447-9817) (vonulgbo@mlamlgov.com)
52-Beacom Project Area Improvements-Phase I ($787.132) (City of Miami, Completed March 2014) (Robert
Fenton 786-263-2133) (rfenton@miamigov.com)
53-Sunset Drive Downtown Median. (84,663) (City of South Miami, Completed October 2014) (Ricardo Aya'a
305-403-2072) (rayala@southmiamifl.gov)
54-NW 11 ST from 27 Ave to 37 Ave. Area Roadway Improvements. ($188,874) (City of Miami, Completed
October 2014) (Valentine Onulgbo 786-447-9817) (vonulgbo@mlamlgov.com)
55-Dlstrlctwlde Minor Asphalt Repair. ($250,000) (FOOT, District 6. Completed December 2014) (John Garzia
305-640-7177) (john.garzia@dot.state.fI.us)
56-Multiple Parks· ADA Improvements ($336,741.68) (Miami Dade Park & Recreation Department. Completed
January 2015) (Leopoldo Aybar 786-201-2422) (aybar@mlamidade.gov)
57-NW 18 PL Road and Drainage Improvements ($473,087.20) (City of Miami, Completed March 2015) (Robert
Fenton 786-263-2133) (rfenton@miamlgov.com)
58-Lummus Park Landing ($222,612.91) (City of Miami, Completed May 2015) (David Adato 305-416 18991
786-3764391) (dadato@mlamlgov.com)
59-Beacom Project Area Improvements. Phase II ($818,978.96) (City of Miami. Completed July 2015) (Robert
Fenton 786-263-2133) (rfenton@miamlgov.com)
60-Drainage Improvements 13000 SW 60 Street ($112,080) (Village of PInecrest. Completed October 2015)
(Mark SpanloIl305-669-6916) (mspanloll@pinecrest-f1.gov)
61-Sub-Basin 10 (SW 88 Ave) Paving and Drainage Improvements ($922,633.25) (Village of Palmetto Bay,
Completed November 2015) (Danny Casals 305-969-5091) (dcasals@palmettobay-f1.gov)
62-Drainage and Road Improvements Project Multiple Sites #20140165 ($383,287) (Public Works Miami-
Dade County, Completed November 2015) (Pedro Marsan 305-281-9062) (marsan@mlamldade.gov)
63-Twin Lakes Drainage and Ro~dway Construction Area 1 & 2 ($345,975) (City of South Miami, Completed
April 2016) (RIcardo Ayala 305-403-2012) (rayala@80uthmlamifl.gov)
64-Drainage and Road Improvements Project Multiple Sites #20140177 ($755,761) (Public Works Mlami-
Dade County, Completed May 2016) (Alfonso Duarte 305-409-8224) (aduarte@miamldade.gov)
ENGINEERING CONTRACTOR -L1C: E-251302
11020 SW 55 ST., MIAMI, FL 33185
PHONE: 786-291-2949 FAX: 786-472-8831
inaggolc@vahoo.com
OFFICE ORGANIZATIONAL CHART
MAGGOLC INC.
Prime Contractor
General Superintendent:
Mario Gonzalez, BD
I
. Olga Leon, BD " Daniel Sanchez " EsmiIdo Leon
Office Manager & Human Field Construction Manager Accounting Manager
Resource: -Drainage
-Asphalt
-Concrete
" -Earthwork ./
-aG~.
ENGINEERING CONTRACTOR -LIC: E·251302
11020 SW 55 ST •• MIAMI. FL 33185
PHONE: 786·291·2949 FAX: 788-472·8831
maggolc@yahoo.com
PROJECT ORGANIZATION CHART
·1\:[arlo Gonzalez,:OD
.•.. :... /' President: > ..
General· Superintei1deht .
. . , . . ... .'. ... "i... . .
Olga Leoli :. . .. . E~nln4ot~on .
OnIceM4fiager . ,AcCounting . Manager
Angel Vald~z·
Eatthwork Crew
Forman .
..
.. .... .D.al1iel~lQlc",z .. . ..
: .• Ffeld!Constnl¢tioll.' 'Manager
.. ReimyEsquivel
€pnetete & A$phatt
Crew Fonn.an . . . .
Qanlel:Martln .
Drainage & VtiIities
. Crew Foman
RESUME:
MARIO GONZALEZ
•• QLG"~
Engineering Contractor -Lie. E-251302
11020 SW ISS ST., Miami, FL 33165
Phone: 786·291·2949 Fax: 788-472·8831
maggolc@vahoo.com
Superintendent! ProJect Manager of Maggolc Inc.
Gonzalez is a Roadway Construction and Civil Engineer with over 24 years of progressive experience in the
fields of highway and railway design, construction, maintenance, and operations.
EDUCATION:
Instituto Superior Politecnico (Higher Polytechnic Institute) "Julio Antonio Mella", Santiago d~ Cuba, Cuba.
Degree: INGENIERO VIAL (Roadway Construction Engineer), July 1988. This is equivalent to a Bachelor
of Science in Civil Engineering (BSCE) from a regionally accredited institution of higher education in the United
States.
Universidad Central de Venezuela, Caracas, Venezuela.
Degree: INGENIERO CIVIL (Civil Engineer), July 1997.
CERTIFICATIONS:
-TROXLER Electronics Lab -Nuclear Gauge Safety Training, (2001 ~ 2004)
-FDOT -MUTCDlMaintenance of Traffic, Advance Level (2016)
-ASPHALT PAVING TECHNICIAN -Levell (2004)
-EARTHWORK CONSTRUCTION INSPECTION -Levell (2005)
-ACI, Concrete Field Testing Technician-Grade 1. (2005)
-FDOT Concrete Field Inspector Specifications. (2005)
LICENSES:
-General Engineering Contractor
-General Building Contractor
-Registered and Certificate State of Florida Undergraund Utilities Contractor .
• Registered General Contractor State of Florida
WORK EXPERIENCE:
MAGGOLC INC., Miami, Florida, USA. (June 2005 to Present).
Gonzalez is the owner and president ofMaggolc Inc., this is an Engineering Contractor Company. Specialized in
Drainage Systems, Pavement and Concrete.
Work Executed;
-Beacom Project Area Drainage and Road Improvements-Phase n (City of Miami) 2015
-NW 18 PL Dralange and Road Improvements (City of Miami) 2015
-Multiple Parks-ADA Improvements (Miami Dade Park & Rec Dep.) 2015
-Dlstrlctwide MiDor Asphalt Repair (FDOT) 2014
-NW 11 ST from NW 27 Ave to 37 Ave Area Roadway Improv. (City ofMiaini) 2014
-Sunset Drive Downtown Median (City of South Miami) 2014
-Dorm Ave Drainage Improvements (City of South Miami) 2014
-Beacom Project Area Improvements-Phase I (City of Miami) 2013
-Wnd Lime Park Parking Expansion and Concrete Walkway (Miami Dade Park & Rec Dep.) 2013
-Biscayne Island Drainage Improvements (City of Miami) 2013
-Sidewalk Improvements along SR AlAI Collins Ave @ SR 826 (FDOT) 2013
-SR 9 (NW 27 Ave) @ NW 79 ST Roadway Improvements (FDOT) 2013
-Friedland Manor Drainage Improvements (City of Florida City) 2013
-NW 8 ST & NW 14 CT Roadway & Drainage Improvements (City of Miami) 2013
-1-195/ Julfa Tuttle Bike Path! Tran (FDOT) 2013
-ARRA Municipalities Group B: City of Miami Gardens Bus Shelters (Miami Dade Transit) 2013
i
I
I
!
r
-Progress Rd Roadway & Drainage Improvements (City of South Miami) 2012
-Killian Park Rd Stormwater Improvements (Village of Pinecrest) 2012
-Phase IV Drainage Improvements. (Village of Palmetto Bay) 2012
-SR 941 Kendall Dr at SW 142 Ave Roadway Improv. (FOOT) 2012
-FDOT LAP Roadway Improvements. (City of Sweetwater) 2012
-SW 64 Street Corridor Improv. (City of South Miami) 2012
-District #2 Citywide ADA Sidewalk Improvements. (City of Miami) 2012
-Long Key State Park -Resurface Campground Road (Florida Dep. of Environmental Protection) 2012.
-Suncrest Dr. & Moss Rancb Rd. Stormwater Improvements (Village of Pinecrest) 2011.
-SR 909 (Alton Road) at West 52 Street Drainage Improvements (FDOT District 6) 2011
-SW 19 Terrace Roadway & Drainage Improvements (ClP, City of Miami) 2011.
-Tamiami Canal Miccosukee Linear Park (Miami-Dade County, Park & Recreation Dep.) 2011.
-District #4 Citywide ADA Sidewalk Improvements (City of Miami) 2011
-MIA NW 36 Street & 67 Ave Intersection Improvement (concrete) (Aviation Department M-D County)
2011
-MIA Building 3050 Parking Lot Improvements (Aviation Department M-D County) 2011
-District #1 Citywide ADA Sidewalk Improvements (City of Miami) 2011
-District #3 Citywide ADA Sidewalk Improvements (City of Miami) 2011
-Intersection Realignment SW 139 Terr. & SW 140 Dr. and Esat Guava ST One Way Street Conversion.
(Village of Palmetto Bay) 2010
-Installation of Sidewalks and Ramps along NE 12 Ave. (City of North Miami) 2010.
-AD Barnes Park Asphalt Walkways .• (M-D County Park & Recreation) 2010.
-Golden Shore Park Pavers Sidewalks. (City of Sunny Isles). 2010
-District I, Sidewalks Repair. (City of Miami). 2010
-Crandon Park ADA Parking Space Striping and Signs. (M-D County Park & Recreation) 2010.
-District n, Sidewalks Repair. (City of Miami). 2010
-Harbor Drive Lighting and Resurfaeiog Improv. (Village of Key Biscayne) 2010
-Blue Road Roundabouts and Drainage. (City of Coral Gables) 2010
-Drainage Retention Improvements of State Rd. 907 (Alton Rd.) at Allison Drive. Milling and Asphalt
Resurfacing. (FOOT, Dislrict 6) 2009
~Country Club of Miami Park Conerete and Asphalt Walkway (Miami-Dade County, Park & Recreation
Dep.) 2009.
-:Brendwood Park Aspbalt Walkway. (City of Miami Gardens) 2009.
-West Little River Improve Asphalt Driveways. (Miami~Dade County Office of Community and Economic
Development) 2008.
-West Perrine Park Concrete Slabs and Poured Safety Surface. (M-D C Park and Recreation) 2008
-Asphalt Pavement Repair. Florida Department of Transportation (District 6). 2008-2009, 2009-2010 and
2010-2011.
-Improve Intersections Countywide Project, include Milling and Asphalt Resurfacing. (Sidewalk, Handicap
Ramps, Curb & GUtters, Pavers, New Pavement, Drainage, Sodding (M-D County Public Work Dep.) 2008
-Seal Coat and Restriping of Station 13 and Logistics Parking Area. (MD County Fire Rescue Department)
2008
-Dolphin Archaeological Site Sidewalk Construction. (M-D County Park and Recreation) 2008.
-Olympic Park Sidewalks Construetion. (M-D County Park and Recreation) 2007
-Norman & Jean Reach Park Foul Ball Netting. (M-D County Park and Recreation) 2007
-Drainage Improvement Project for NW 2Z Court from NW 107 ST to NW 11Z ST. (M-D County Public
Work Dep.). 2006 , etc
Others Places where Gonzalez was working;
SRS ENGINEERING, INC., Miami, Florida, USA. (August 2006 to July 2007).
Construction Field Inspector of Drainage and Roadway Restoration. (Public Work Department, Miami-Dade
County Projects).
-Allaphatta Phase 1.
-Hardwood Village Phase n.
BERMELLO, AJAMIL & PARTNERS, INC., Miami, Florida, USA. (May 2005 to July 2006).
Quality Control (QC) Construction Inspector (DOT Projects); (Earthwork, Concrete and Asphalt).
-Okeechobee Road. (W 12 Ave to Palmetto Expwy)
-Miami Garden Drive. (NW 2 Ave to NW 17 Ave.)
-Biscayne Blvd. (NW 96 ST to NW 104 ST)
-Golden Gate Pkwy (Naples)
-Florida's Turnpike (Griffin Rd to Sunrise Blvd).
-A-I-A (Key West).
MARLIN ENGINEERING INC., Miami, Florida, USA. (October 2000 -May 2005).
February 2004 to May 2005.
Construction Field Inspector of Drainage and Roadway (FEMA-DERM, Miami-Dade County Projects).
Activities Included:
Verify of storm drainage structures in accordance with the approved shop drawings, installation of drainage and
pollution control structures, drainage pipe inverts, joints, seals, French Drain Systems, solid pipe placement and
bedding material. Check the Contractor's compliance with all Maintenance of Traffic.
Reconstruction of Pavement, Roadway Milling and Resurfacing; reconstruction of Curb and Gutter and
Sidewalks; Site Restoration, including Grading of Swales, Sod Placement, etc.
Requirements:
-Ensure the quality of the construction work, as per the Public Works Department
Manual, FOOT Standards, and Project Contract Documents.
-Ensure the full restoration of the project, including site cleanliness, swale grading, and sod placement.
-Keep records of daily activities, daily production, site testing, and progress of the work.
-Resolve complaints by residents resulting from construction activities.
March 2001 to February 2004: ProJect Engineer
Project Engineer for the design, roadway restoration, and storm drainage systems improvement, including
independent sites and community. (DERMIFEMA Program administered by the Division of Recovery and
Mitigation-DORM) in Miami-Dade County and City of Miami Storm Drainage Improvement Program).
Working closely with Microstation and AutoCAD software.
October 2000 to March 2001 and October 2002 to February 2003: Roadway Inspector.
Surveying, inspecting and drawing sketches for roadway restoration projects in Q.N.I.P, Public Work
Department of Miami-Dade County. Inspecting and supervising construction of asphalt patching, milling and
resurfacing operations.
Daniel Sanchez (786)594-1639
8053 NW 191 St., Hialeah, FL 33015
Seasoned construction and contracting professional, able to bring experience and eft1cient solutions to:
• Construction project management
• Safety direction, training, and orientation
• Creation, design, and execution of Maintenance of Traftic (MOT) plans
• Fostering and continuous development of relationships with key stakeholders at the municipal
government, FDOT, and private sectors of the construction industry in South Florida
Experience:
Williams Paving Co., Inc. 2007-2015
Trqffic and Safety Director / Estimator (Tri-county area DadelBrowardlWest Palm Beach) 2011-2015
• Handled all safety trainings and orientation, including all OSHA logs -this led to a decrease in accidents and incidents at the
company of over 55%. Managed insurance claims (auto/worker's compensation/general liability)
• Administered both safety inspections and risk assessment analysis, including meetings and communication with
superintendents, foremen, and other key construction personnel
• Developed and designed MOT plans to facilitate a safe and efficient work environment for the employees, commuters, and
pedestrians alike
• In-field layout, supervision, and execution of MOT plans at designated construction sites
Estimator (Tri-county area) 2008-2011
• Pro-active reading and deciphering plans to develop accurate quantities
• Using accurate quantities, along with in-field experience to understanding construction methods and ground conditions to
develop a competitive bid
Project Manager -(Tri-county area) 2007-2008
• Effectively managed over $lSmillion dollars in construction projects, including work. in City of Aventura (NE 213th Street),
Town of Davie (Box Culvert Crossing), and multiple projects in the City ofHial!,ah including Hialeah Annex (NW 97th
Avenue) area which entailed water/sewer, drainage, and new roadway construction
Education and Certifications:
• 3-D Driving Safety Course Certification, 2014
• Excavating and Trenching Safety Certification, 2012
• American Traffic Safety Services Association Certification (Florida Advanced Work Zone), 2011
• OSHA 30-Hour Construction Safety and Health, 2011
• 3rd Class Petty Officer, United States Coast Guard, Honorably Discharged, 2006
• Boarding Officer Training, United States Coast Guard, 2002
ENGINEERING CONTRACTOR -LlC: E·251302
11020 SW 55 ST., MIAMI, FL 33185
PHONE: 788·291·2949 FAX: 788-472·8831
maggolc@yahoo,com
MAGGOLC GOVERMENT REFERENCE LISTING
1) Company Name: Miami Dade County Public Works Department.
Address:111 NW 1st ST 14 Floor, Miami, FL 33128
Contact Person: Joaquin Rabassa Telephone '# 305·299 9822, 305·989 4943
jra@miamidade.gov
2) Company Name: Miami Dade Park & Recreation Department.
Address:275 NW 2nd Street, 4th Floor, Miami, FL 33128
Contact Person: Ruben Teurbe Tolon I Leroy Garcia Telephone '# 3057555465
rttolon@mlamidade.gov
3) Company Name: Office of Community & Economic Development M·D County
Address:701 NW 1st CT 14 Floor Miami, FL 33136
Contact Person: Mario Berrios Telephone '# 786 469 2112
mberr@mlamldade.gov
4) Company Name: Florida Department of Transportation I Pinnacle Consulting
Address:1773 NE 205 Street North Miami Beach, FL 33179
Contact Person: Roland Rodriguez Telephone '# 305 6407185
rrodrlguez@pinnaclecei.com
5) Company Name: City of Miami Gardens
Address: 1050 NW 163 Dr Miami Gardens, FL 33169
Contact Person: Osdel Larrea Telephone '# 305-6228000 Ext.·3107
olarrea@miamlgardens-fl.gov
6) Company Name: City of Miami
Address:444 SW 2nd Ave, 8 Floor, Miami FL 33130
Contact Person: Fabiola Dubuisson Telephone '# 305 416 1755
fdubuisson@miamigov.com
7) Company Name: City of North Miami
Address:776 NE 125 Street, North Miami, FL 33161
Contact Person: Gerardo Hernandez Telephone '# 305 8959831
ghernandez@northmiamlfl.gov
8) Company Name: Village of Key Biscayne
Address:88 West Mcintyre Street, Suite 220 Key Biscayne, FL 33149
Contact Person: Armando Nunez Telephone '# 305 365 7574
anunez@keybiscayne.fI.gov
9) Company Name: City of Coral Gables
Address:2800 SW 72 Ave Miami, FL 33155
Contact Person: Ernesto Pino Telephone '# 305 926 2784
epino@coralgables.com
10) Company Name: City of Miami -Capital Improvement Program
Address:444 SW 2nd Ave, 8th Floor, Miami, FL 33130
Contact Person: Maurice Hardie Telephone # 786-229 5463
mhardie@miamigov.com
11) Company Name: Stantec
Address: 901 Ponce.de Leon Blvd Suite 900 Coral Gables, FL 33134
Contact Person: Sean Compel Telephone # 305-445 2900 Ext. 2230, 786-502 0770
sean.compel@stantec.com
12)Company Name: Village of Pinecrest
Address: 10800 Red Road, Pinecrest, FL 33156
Contact Person: Mark Spanioli Telephone # 305-6696916
mspanioli@pinecrest-f1.gov
13)Company Name: City of Florida City
Address: 404 West Palm Dr. Florida City, FL 33034
Contact Person: Richard Stauts Telephone # 305 247 8221 1305 772 1157
richard.stauts@f1oridacityfl.gov
14)Company Name: City of South Miami
Address: 6130 Sunset Drive South Miami 33143
Contact Person: Ricardo Ayala Telephone # 305-403 2063
rayala@southmiamifl.gov
15)Company Name: City of Miami -Capital Improvement Program
Address:444 SW 2nd Ave, 8th Floor, Miami, FL 33130
Contact Person: Robert Fenton Telephone # 786-263-2133
rfenton@miamigov.com
16)Company Name: Miami Dade County Transportation & Public Works Department.
Address:111 NW 1st ST 14 Floor, Miami, FL 33128
Contact Person: Mercedes Barreras Telephone # 786-222-9912
barrem@miamidade.gov
LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS
SW 74th Terrace Roadway and Drainage Improvement Project
RFP #PW20 16·15
Respondent shall list all proposed subcontractors. If subcontractors are allowed by the terms of this Solicitation to
be used on this are awarded the Contract.
Landscape
Sodding and Turf Work
Electrical
Excavation
Bul/dlng
Structures
Plumbing
Painting
Testing Laboratory
Sol/ Fumigator
Signs
Other:
within flve (5) business days after Bid Opening.
Thomu F. Pepe
12110/1015
END OF SECTION
NON COLLUSION AFFIDAVIT
STATE OF FLORIDA )
)
COUNTY OF MIAMI·DADE )
_--S.a~~tt:""="Y-_(;..J,,~_....;G;=-=-..;;C;....;.~~~ __ ;;.,..-4--_~ __ being first duly sworn. deposes and states that:
(J) j:le/ShelThey islare the --:::-' _O--"'W~':-"""""--~~--:'~ __________ _
(Owner, Partner. Offlcer. Representative or Agent) of
M a..~ to. ~ ~ the Respondent that has submitted the
attached Prop~
(2) J:fA(She/They Islare fully Informed concerning the preparation and contents of the attached Proposal
and of al/ pertinent circumstances concerning such Proposal;
(3) Such Proposal Is genuine and Is not a collusive or sham Proposal;
(4) Neither the said Respondent nor any of its officers, partners. owners, agents, representatives,
employees or parties In Interest, Including this affiant, have In any way colluded, conspired, connived
or agreed, directly or Indirectly, with any other Respondent, firm, or person to submit a collusive or
sham Proposal In connection with the Work for which the attached Proposal has been submitted; or
to refrain from Bidding or proposing In connection with such Work; or have In any manner, directly
or Indirectly, sought by agreement or collUSion. or communication. or conference with any
Respondent, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any
other Respondent, or to flx any overhead, profit, or cost elements of the Proposal Price or the
Proposal Price of any other Respondent, or to secure through any collUSion. conspiracy, connivance.
or unlawful agreement any advantage against (ReCipient), or any person Interested In the proposed
Work:
(5) The price or prices quoted In the attached Proposal are fair and proper and are not tainted by any
collusion, conspiracy, connivance, or unlawful agreement on the part of the Re ondent or any other
of Its agents, representatives, owners, employees or parties of Interest, inc/u his affiant.
By:
Signature
Date r ·
ACKNOWLEDGEMENT
STATE OF FLORIDA )
)
COUNTY OF MIAMI·DADE )
On this the.3 day of Av'lu:S-r , 20.Jb...., before me, the undersigned Notary Public of the State
of Florida, personally appeared (Name(s) of individual(s) who appeared before notary)
Thomas F. Pepe
12110/2015
Ka,v-\ D ~~ 'Z... and whose name(s) Isfare Subscribed to the within
Instrument, and he/she/they acknowledge that he/she/they executed It.
WITNESS my hand and official seal.
NOTARY PUBLIC:
SEAL OF OFFICE:
Thomas F. Pepe
1211012015
Personally known to me, or
Personal Identification:
Type of Identification Produced
/ Old take an oath, or
Old Not take an oath.
PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST
Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes -"A person or affiliate
who has been placed on the convicted vendor list following a conviction for a public endty crime may not submit a
Proposal or bid on a Contract to provide any goods or services to a public entity, may not submit a Bid or
proposal for a Contract with a public entlty for the construction of repair of a public building or public work, may
not submit bids or proposals on leases or real property to a public entity, may not be awarded to perform Work
as a RESPONDENT, Sub-contractor, supplier, Sub-consultant, or Consultant under a Contract with any public
entity, and may not transact business with any public entity in excess of the threshold amount Category Two of
Section 287.017, Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor
list".
The award of any contract hereunder is subject to the provisions of Chapter 112. Florida State
Statutes. Respondents must disclose with their Proposals. the name of any officer. director, partner. associate or
agent who Is also an officer or employee of the City of South Miami or Its agencies.
SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a),
fLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER
OFFICIAL AUTHORIZED TO AOMINISTER OATHS.
I. This sworn statement Is submitted to ~,p. •• • • fJ.r
. [print n70f the public entity]
by--L.JL%..f::7-74....;..r""t~Cr~~G(...;;;..o:_~_~~~.e_ .......... ~:.........I8~H---=~::..-..;....'~~---.,;. ____ _
[p nt Individual's name and title] ". ror __ ~~~~~o~t~~-=~~~~~ ____ ~ ____________________ _
[print a of entity submitting sworn statement]
whose bUSiness address Is 110 a-o .s...aJ s: £" s:t~
~~ .. · :/ ce '= j.,j lIP S-
and (If applicable) Its Federal Employer Identlflcatlon Number (FEIN) Is 'ZO ... ;J"4S * r (If the
entity has no FEIN, Include the Social Security Number of the IndiVidual signing this sworn statement:
----------------_.)
2. I understand that a "public entity crime" as defined In Paragraph 287.133 (J}(g). Flodda Statytes,
means a violation of any state or federal law by a person with respect to and directly related to the
transaction of business with any public entity or with an agency or political subdivision of any other state
or of the United States, Including, but not limited to • any bid, proposal or contract for goods or services
to be provided to any public entity or an agency or political subdivision of any other state or of the
United States and Involving antitrust, fraud. theft. bribery. collusion, racketeering. conspiracy. or material
misrepresentation.
3. I understand that "convicted" or "conviction" as deRned in Paragraph 287.133 (I) (b), fIsmda
Statutes, means a finding of gUilt or a conviction of a public entity crime, with or without an adjudication
of guilt, tn any federal or state trial court of record relating to charges brought by Indictment or
information after July I, 1989, as a result of a Jury verdict, non-jury trial. or entry of a plea of guilty or
nolo contendere.
4. I understand that an "affiliate" as deRned In Paragraph 287.133 (I) (a), florida Statutes. means:
(a) A predecessor or successor of a person convicted of a public entity crime; or
(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,
Thomas F. Pepe
12110/20/5
directors. executives, partners, shareholders. employees. members. and agents who are active In
the management of an affiliate. The ownership by one person of shares constituting a controlling
Interest In any person, or a pooling of equipment or Income among persons when not for fair
market value under an arm's length agreement, shall be a prima facie case that one person
controls another person. A person who knowingly enters Into a Joint venture with a person
who has been convicted of a public entity crime In Florida during the preceding 36 months shall
be considered an affiliate.
5. I understand that a "person" as defined in Paragraph 287.133 (I) (e). Florida StaWteS, means any
natural person or entity organized under the laws of any state or of the United States with the legal
power to enter Into a binding contract and which bids or proposal or applies to bid or proposal on
contracts for the provision of goods or services let by a public entity, or which otherwise transacts or
applies to transact bUSiness with a public entity. The term "person" Includes those officers. directors,
executives. partners, shareholders, employees, members, and agents who are active In management of an
entity.
6. Based, on information and belief, the statement which I have marked below Is true In relation to the
entity submitting this sworn statement. [Indicate which statement applies.]
vi"" Neither the entity submitting this sworn statement, nor any of Its offlcers, directors, executives.
partners, shareholders. employees, members, or agents who are active In the management of the entity,
nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to
July I, 1989.
__ The entity submitting this sworn statement, or one or more of its offlcers, 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
I, 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 flnal order.]
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTIN FFICER FOR THE PUBLIC ENTITY
INDENTIFIED IN PARAGRAPH I· (ONE) ABOVE IS FOR THAT PUBLIC E lTV a L ,AND THAT THIS FORM IS VALID
THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH I FILE 'I ALSO UNDERSTAND THAT I AM
REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTER IN" CONTRACT IN EXCESS OF THE
THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, • E R CATEGORY TWO OF ANY
CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.
[gn u~
Sworn to and subscribed before me this __ 3 ....... __ day of_.....Du.&~~'--___ ~_..J 20lJa.....
-:::D--n?l.,..d ::?> Personally known __ ,/ ________ _
OR Produced Identification ..::;L)~/-=-A...:..-____ _
tJIA-
(Type of Identlflcation)
Form PUR 7068 (Rev.06111192)
Thomas F. Pepe
12110/2015
Notary Public -State of .r= loV" ~t\ tl\.
My commission expires 0"'\ -0" ~ 'l..O Z-O
(Printed, typed or stamped commissioned
name of notary public)
DANIEL SANCHEZ * CommlBlllon /I GG 8929
My CommlWt,ln hpl". 07-06-2020
8Mdeg Through
Amtrlcen tollec/gllon of Notarlee
DRUG FREE WORKPLACE
Whenever two or more Bids or Proposals which are equal with respect to price. quality and service are received
by the State or by any political subdivisions for the procurement of commodities or contractual services. a Bid or
Proposal received from a business that certlfles that It has Implemented a drug-free workplace program shall be
given preference In the award process. Established procedures for processing tie Bids or Proposals shall be
followed If none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace
program. a business shall:
I) Publish a statement notifying employees that the unlawful manufacture. distribution. dispensing.
possession. or use of a controlled substance Is prohibited In the workplace and specifying the
actions that shall be taken against employees for violations of such prohibition.
2) Inform employees about the dangers of drug abuse In the workplace. the business' policy of
maintaining a drug-free workplace. any available drug counseling. rehabilitation. and employee
assistance programs, and the penalties that may be Imposed upon employees for drug abuse
violations.
3) Give each employee engaged in providing the commodities or contractual services that are under
Bid a copy of the statement specified In Subsection (I).
4) In the statement speclfled In Subsection (I). notify the employees, that, as a condition of working
of the commodities or contractual services that are under Bid. he employee shall abide by the
terms of the statement and shall notify the employee of any conviction of. or plea of guilty or
nolo contendere to. any violation of Chapter 893 or of any controlled substance law of the United
States or any state. for a violation occurring In the workplace no later than flve (5) business days
after such conviction.
S) Impose a sanction on. or require the satisfactory participation In a drug abuse assistance or
rehabilitation program. If such Is available In the employee's community, by any employee who Is
so convicted.
6) Make a good Ith e 0 to continue to maintain a drug-free workplace through Implementation
of this se
As the person authorized ment, I certify that this flrm complies fully with the above requirements.
RESPONDENT's Signatu e: ..a.L.-I+I------_------
Print Name: M~y'"7'o 60""
Date: @I s:/ G'-a ( €
I
Thomas F. Pepe
12/10/2015
ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA
STANDARDS
TO THE CITY OF SOUTH MIAMI
We, U. 't,!!Jao to :::ztAc. , (Name of CONTRACTOR), hereby acknowledge and agree that as
CONTRACTOR for the SW 74 111 Terrace Roadway and Drainage Improvement Project RFP
tlPW2016-15 project· as speclfled have the sole responsibility for compliance wIth all the requirements of the
Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree
to indemnify and hold harmless the City 0' South Miami and Kimley-Horne Be Associates (Consultant, if
any) against any and all liability. claims, damages, losses and expenses they may Incur due to the failure of (Sub.
conte°r's n;e:s):J..l; tCe" 'I1.A...c. •
to comply with such act or regulati .
TItle
Thomas F. Pepe
12110/2015
AFFIDAVIT CONCERNING
FEDERAL AND STATE VENDOR LISTINGS
The person, or entity, who Is responding to the City's solicitation, hereinafter referred to as "Respondent", must
certify that the Respondent's name Does Not appear on the State of Florida, Department of Management Services,
"CONVICTED, SUSPENDED, DISCRIMINATORY FEDERAL EXCLUDED PARTIES and COMPLAINTS VENDOR
LISTINGS".
If the Respondent's name Does appear on one or all the "Listings" summarized below, Respondents must "Check
If Applies" next to the applicable "Listing." The "Listings" can be accessed through the following link to the Florida
Department of Management Services website:
http://www.dms.myfiorlda.com/buslness operations/state purcbaslnglyendor Information/conVicted susp
ended dlscrlminatoD: complaints vendor lists
" TION UNDER PENALTY OF PERJURY
I, tl ntJ If.) erelnafter referred to as the "Declarant") state, under penalty of perjury,
that the folio ing statements are true and correct: A .J I ~. J) A
(I) I represent the Respondent whose name Is CLtllfilrl5!/,c-:::t:'lte-. M ~"1j ~ ~e~
(2) I have the following relationship with the Respen M ~,$..(~ (Owner (If Respondent is a
sole proprietor), ~sldeDt Of Respondent Is a corporation) Partner (If Respondent Is a partnership), General
Partner (If Respondent Is a limited Partnership) or Managing Member> (if Respondent Is a Limited Liability
Company).
(3) I have reviewed the Florida Department of Management Services website at the following URL address:
http://www.dms.myflorida.comlbuslness_operatlonslstate-purchasingfvendor_lnformatlon/convlcted_suspended_dl
scrimlnatory _ complaints_vendor Jists
(4) I have entered an "x" or a check mark beside each IIstlngfcategory set forth below If the Respondent's
name appears in the list found on the Florida Department of Management Services website for that category or
listing. If I did not enter a mark beside a listing/category, It means that I am attesting to the fact that the
Respondent's name does not appear on the listing for that category In the Florida Department of Management
Services webSite as of the date of this affidavit.
Check If
Applicable
Convicted Vendor List
Suspended Vendor List
Discriminatory Vendor List
Federal Excluded Parties List
Vendor Complaint List /J
FURTHER DECLARANT SAYETH NOT. t:1 AJ z....CJootf e,.. V
By: -+--=:-I"~+----=-__ _
ACKNOWLEDGEME
STATE OF FLORIDA )
COUNTY OF MIAMI-DADE )
On this the ~ day of A..J~"5 """ , 20~ before me, the undersigned authority, personally
appeared t1400 ('P(K\"'l.g.t.eA-. who Is personally know to me or who provided the
following Identlflcatlon and who took an oath or affirmed that that he/she/they executed the
foregoing Affidavit as the Declarant. ('
WITNESS my hand and official seal.
NOTARY PUBLIC:
Thomas F. Pepa
12110/2015
SEAL
(Name of Notary
Stamportypeas~nrnmIRRI.~n~~
RELATED PARTY TRANSACTION VERIFICATION FORM
I )./«..,0 GOA.> ~e..v , Individually and on behalf of ~~tc., ..:z::::Lt. C-,
("Firm") have Nome ofRepresentotJve ComponyNendor/Entity read the City OfSOUtii~Clty'Ts Code of Ethics,
Section SA· I of the CIty's Code of Ordinances and I hereby certify. under penalty of perjury that to the best of my
knowledge, Information and belief:
(I) neither I nor the Firm have any conflict of interest (as deflned In section SA· I ) with regard to the contract or
business that I, and/or the Firm, am(are) about to perform for, or to transact with. the
City, and
(2) neither I nor any employees. officers, directors of the Firm. nor anyone who has a financlallnterest greater
than 5% In the Firm, has any relative(s}, as deflned in section SA· I , who Is an employee of the City or who Is(are)
an appointed or elected official of the City. or who Is(are) a member of any public body created by the City
Commission, i.e .• a board or committee of the City. [while the ethics code stili applies, If the person executing this
form is doing so on behalf of a flrm whose stock Is publicly traded, the statement In this section (2) shall be based
solely on the signatory's personal knowledge and he/she Is not required to make an Independent Investigation as to
the relationship of employees or those who have a flnanclal Interest In the Firm.]; and
(3) neither I nor the Firm, nor anyone who has a financial Interest greater than 5% in the Firm, nor any member of
those persons' immediate family (I.e., spouse, parents, children. brothers and sisters) has transacted or entered
into any contract(s) with the City or has a financial Interest, direct or indirect, In any business being transacted
with the cI or with any person or agency acting for the city. other than as follows:
_ (if necessary, use a separate sheet to supply additional Information that will not fit on this line; however, you
must make reference, on the above line, to the additional sheet and the additional sheet must be signed under
oath). [while the ethics code stili applies. If the person executing this form Is doing so on behalf of a firm whose
stock Is publicly traded, the statement In this section (3) shall be based solely on the signatory's personal
knowledge and he/she Is not required to make an Independent Investigation as to the relationship of those who
have a flnanclallnterest in the Firm.]; and
(4) no elected andlor appointed official or employee of the City of South Miami. or any of their Immediate family
members (I.e., spouse, parents, children, brothers and sisters) has a financial interest, directly or indirectly. in the
contract between you and/or your Firm ¥ld the City other than the following Individuals whose Interest Is set
forth following their names: ,AJ / A=
(If necessary, use a separate-s~h-ee-t"';to~s\Jf-p...olp?'yL.a-:'dd-::ltI"':'o-n-a':":"~n~~o-rm-atJ7"o-n-th:-a-t-w--::II::-' -no-t-:fl~t-o-n -:th"':"s-:'::-"ne: however, you must
make reference. on the above line, to the additional sheet and the additional sheet must be signed under oath).
The names of all City employees and that of all elected and/or appointed city officials or board members, who
own. directly or Indirectly, an Interest of five percent (5%) or more of the total assets of capital stock In the flrm
are as follows: iJ .l.A=
(If necessary, us~ a separate sheet to supply additional Information that will not flt on this line: however. you must
make reference, on the above /lne. to the additional sheet and the additional sheet must be signed under oath).
[while the ethics code still applies, If the person executing this form Is doing so on behalf of a flrm whose stock Is
publicly traded, the statement In this section (4) shall be based solely on the signatory's personal knowledge and
he/she Is not required to make an Independent Investigation as to the flnanclallnterest In the Firm of city
employees, appointed officials or the Immediate family members of elected and/or appointed official or employee.]
(5) I and the Firm further agree not to use or attempt to use any knowledge, property or resource which may
come to us through our pOSition of trust, or through our performance of our duties under the terms of the
contract with the City. to secure a special privilege, benefit, or exemption for ourselves. or others. We agree that
we may not disclose or use information, not available to members of the general public, for our personal gain or
benefit or for the personal gain or benefit of any other person or business entity, outside of the normal galn or
beneflt anticipated through the performance of the contract.
(6) I and the Firm hereby acknowledge that we have not contracted or transacted any business with the City or
any person or agency acting for the City, and that we have not appeared In representation of any third party
Thomas F. Pepe
12110/2015
before any boar~mmlssion or agency of the City within the past two years other than as
~~ » ~
necessary, use a'separate sheet to supply additional Information that will not fit on this line: however, you must
make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath).
X:\PurchaslngWendor Registratlon\ 12.28.12 RELATED PARTY TRANSACTION VERIFICATION FORM [3].docx
(7) Neither I nor any employees, officers, or directors of the Firm, nor any of their Immediate family (I.e., as a
spouse. son, daughter, parent, brother or sister) is related by blood or marriage to: (I) any member of the City
Commission; I) any city employee; or (iii) any member of any board or agency of the City other than as follows:
__ -J.~~J:-~_...,...... __________ ....:(If necessary. use a separate sheet to supply additional
Information that will not fit on this line: however. you must make reference, on the above line. to the additional
sheet and the additional sheet must be signed under oath). [while the ethics code stili applies, if the person
executing this form Is doing so on behalf of a firm whose stock Is publicly traded, the statement In this section (7)
shall be based solelY on the signatory's personal knowledge and he/she is not required to make an Independent
Investigation as to the relationship by blood or marriage of employees, oftlcers, or directors of the Firm. or of any
of their Immediate family to any appol nted or elected officials of the City, or to their Immediate family members].
(8) No Other Firm. nor any officers or directors of that Other Firm or anyone who has a financial Interest greater
than S% In that Other Firm, nor any member of those persons' Immediate family (I.e., spouse, parents. children,
brothers and sisters) nor any of my Immediate family members (hereinafter referred to as "Related Parties") has
responded to a solicitation by the City In which I or the Firm that I represent or anyone who has a financial
Interest greater than 5% in the Firm, or any member of those persons' Immediate family (I.e. spouse. parents.
Chlldr? bl}lthers and sisters) have also responded, other than the following:
~/~ ~
necessarYIUse a separate sheet to supply additional information that will not fit on this line; however. you must
make reference. on the above line. to the additional sheet and the additional sheet must be signed under oath).
[while the ethics code stili applies. If the person executing this form Is doing so on behalf of a firm whose stock Is
publicly traded. the statement In this section (8) shall be based solely on the slgnatory's personal knowledge and
he/she Is not required to make an Independent Investigation into the Other Firm. or the Firm he/she represents. as
to their officers. directors or anyone having a flnanclallnterest In those Firms or any of their any member of those
persons' Immediate family.]
(9) I and the Firm agree that we are obligated to supplement this Verlflcatlon Form and Inform the City of any
change In circumstances that would change our answers to this document. SpeCifically. after the opening of any
responses to a solicitation, I and the Firm have an obligation to supplement this Verification Form with the name of
all Related Parties who have also responded to the same solicitation and to disclose the relationship of those
parties to me and the Firm.
(10) A vfolatlon of the CIty's Ethics Code, the giving of any false Information or the failure to supplement this
Verification Form, may subject me or the Firm to immediate termination of any agreement with the City, and the
Imposition of the maximum fine andlor any penalties allowed by law. Additionally. violations may be considered by
and subject to a Ion the Miami-Dade County Commission on Ethics. Under penalty of perjury, I declare that I
have made a gen e rt to Investigate the matters to which I am attesting hereinabove and that the statements
made herel ve r tr e and correct to the best of my knowledge, Information and belief.
Signature:'I---;~+_~-~~'-er~r~_r-(j~=_6c-_-(/_t1-'_~ __ :e 'l-' I p res-I ~
Date: ............;;a::;;..//-/....;;;S-Jt:.....:/~~~_
Thomas F. Pepe
12110/2015
Sec. 8A·I •• Conflict of interest and code of ethics ordinance.
Ca) Designation.
This section shall be designated and known as the "City of South Miami Conflict of Interest and Code of Ethics
Ordinance." This section shall be applicable to all city personnel as defined below. and shall also constitute a
standard of ethical conduct and behavior for all autonomous personnel. quasi-Judicial personnel. advisory
personnel and departmental personnel. The provisions of this section shall be applied In a cumulative manner. By
way of example, and not as a limitation, subsections (c) and (d) may be applied to the same contract or transaction.
(b) Definltlons, For the purposes of this section the following definitions shall be effective:
(I) The term "commission members" shall refer to the mayor and the members of the city commission.
(2) The term "autonomous personnel" shall refer to the members of autonomous authorities, boards and agencies,
such as the city community redevelopment agency and the health facilities authority.
(3) The term "quasi-Judicial personnel" shall refer to the members of the planning board, the environmental review
and preservation board. the code enforcement board and such other Individuals, boards and
agencies of the city as perform quasi-Judicial functions.
(4) The term "advisory personnel" shall refer to the members of those city adviSOry boards and agenCies whose
sole or primary responsibility Is to recommend legislation or give advice to the city commission.
(5) The term "departmental personnel" shall refer to the city clerk, the city manager, department heads. the city
attorney, and all assistants to the city clerk, city manager and city attorney. however titled.
(6) The term "employees" shall refer to all other personnel employed by the city.
(7) The term "compensation" shall refer to any money, gift, favor. thing of value or financial benefit conferred, or
to be conferred, In retum for services rendered or to be rendered.
(8) The term "controlling financial interest" shall refer to ownership, directly or indirectly. of ten percent or more
of the outstanding capital stock In any corporation or a direct or Indirect interest of ten percent or more In a firm,
partnership, or other business entity at the time of transacting business with the city.
(9) The term "immediate family" shall refer to the spouse, parents, children. brothers and sisters of the person
Involved.
(10) The term "transact any business" shall refer to the purchase or sale by the city of specific goods or services
for consideration and to submitting a bid, a proposal In response to a Solicitation, a statement of qualiflcatlons in
response to a request by the city, or entering into contract negotiations for the provision
on any goods or services, whichever first occurs.
(e) Prohlbltlon on transactln, business with the city.
No person Included In the terms defined in paragraphs (b)( I) through (6) and In paragraph (b)(9) shall enter into
any contract or transact any bUSiness In which that person or a member of the immediate family has a financial
interest, direct or indirect with the city or any person or agency acting for the city. and any such contract.
agreement or business engagement entered in violation of this subsection shall render the transaction voidable.
Willful violation of this subsection shall constitute malfeasance in office and shall affect forfeiture of office or
position. Nothing iri this subsection shall prohibit or make Illegal:
(I) The payment of taxes. special assessments or fees for services provided by the city government;
(2) The purchase of bonds. anticipation notes or other securities that may be Issued by the city through
underwriters or directly from time to time.
Waiver of prohibition. The requirements of this subsection may be waived for a particular transaction only by four
affirmative votes of the city commission after public hearing upon finding that
(I) An open-to-all sealed competitive proposal has been submitted by a city person as defined in paragraphs (b)(2),
(3) and (4);
(2) The proposal has been submitted by a person or firm offering services within the scope of the practice of
architecture, professional engineering, or registered land surveying. as defined by the laws of the state and
pursuant to the provisions of the Consultants' Competitive Negotiation Act. and when the proposal has been
submitted by a city person defined in paragraphs (b)(2), (3) and (4);
(3) The property or services to be Involved In the proposed transaction are unique and the city cannot avaIl Itself
of such property or services without entering a transaction which would violate this subsection but for waiver of
Its requirements; and
(4) That the proposed transaction will be in the best Interest of the city.
This subsection shall be applicable only to prospective transactions. and the city commission may in no case ratify a
transaction entered In violation of this subsection.
Provisions cumulative. This subsection shall be taken to be cumulative and shall not be construed to amend or repeal
any other law pertaining to the same subject matter.
Cd) Further prohibition on transacting bu,'nelS with the dly.
Thomas F. Pepe
1211012015
No person included In the terms defined In paragraphs (b)(I) through (6) and In paragraph (b)(9) shall enter into
any contract or transact any business through a firm. corporation. partnership or business entity In which that
person or any member of the Immediate family has a controlling financial interest, direct or Indirect, with the city
or any person or agency acting for the city. and any such contract. agreement or business engagement entered In
violation of this subsection shall render the transaction voidable. The remaining provisions of subsection (c) will
also be applicable to this subsection as though Incorporated by recitation.
Additionally. no person Included In the term defined In paragraph (b)(I) shall vote on or participate In any way in
any matter presented to the city commission If that person has any of the following relationships with any of the
persons or entities which would be or might be directly or Indirectly affected by any action of the city commission:
(I) Officer. director. partner. of counsel. consultant, employee. fiduciary or beneficiary; or
(2) Stockholder. bondholder. debtor. or creditor. If In any Instance the transaction or matter would affect the
person defined In paragraph (b)(I) In a manner distinct from the manner In which It would affect the public
generally. Any person included In the term defined In paragraph (b)( I) who has any of the speclfled relationships or
who would or might, directly or Indirectly. realize a profit by the action of the city commission shall not vote on or
participate In any way in the matter.
(E) GIfts.
(I) Definition. The term "gift" shall refer to the transfer of anything of economic value. whether In the form of
money. service. loan. travel. entertainment, hospitality. item or promise. or In any other form. without
adequate and lawful consideration.
(2) Exceptions. The provisions of paragraph (e)( I) shall not apply to:
a. Political contributions specifically authorized by state law;
b. Gifts from relatives or members of one's household, unless the person Is a conduit on behalf of a third party to
the delivery of a gift that Is prohibited under paragraph (3);
c. Awards for professional or civic achievement;
d. Material such as books, reports. periodicals or pamphlets which are solely Informational or of an advertising
nature.
(3) Prohibitions. A person described In paragraphs (b)(I) through (6) shall neither solicit nor demand any gift: It Is
also unlawful for any person or entity to offer. give or agree to give to any person included In the terms defined In
paragraphs (b)(I) through (6). or for any person included in the terms defined In paragraphs (b)(l) through (6) to
accept or agree to accept from another person or entity, any gift for or because of:
a. An official public action taken. or to be taken, or which could be taken, or an omission or failure to take a public
action;
b. A legal duty performed or to be performed, or which could be performed. or an omission or failure to perform
a legal duty;
c. A legal duty violated or to be Violated. or which could be violated by any person Included In the term defined In
paragraph (b)( I ); or
d. Attendance or absence from a public meeting at which official action Is to be taken.
(4) Disdosure. Any person included In the term defined In paragraphs (b)(I) through (6) shall disclose any gift, or
series of gifts from anyone person or entity, having a value in excess of $25.00. The disclosure shall be made by
filing a copy of the disclosure form required by chapter 112, Rorlda Statutes, for "local
officers" with the city clerk Simultaneously with the flllng of the form with the clerk of the county and with the
Florida Secretary of State.
(f) Compu/.ory dl.do.ure by employee. of firms doing business with the city.
Should any person Included In the terms deflned In paragraphs (b)( I) through (6) be employed by a corporation.
firm. partnership or business entity In which that person or the Immediate family does not have a controlling
flnandallnterest, and should the corporation. flrm. partnership or business entity have substantial business
commitments to or from the city or any city agency, or be subject to direct regulation by the city or a city agency,
then the person shall file a sworn statement disclosing such employment and Interest with the clerk of the city.
(g) Exp'oltatlon of oftJdal position prohibited.
No person Included In the terms defined In paragraphs (b)(l) through (6) shall corruptly use or attempt to use an
official pOSition to secure special privileges or exemptions for that person or others.
(h) Prohibition on use of confidentlalln(ormatlon.
No person Included In the terms defined In paragraphs (b)( I) through (6) shall accept employment or engage in
any business or profeSSional activity which one might
reasonably expect would require or Induce one to disclose confldentlallnformatlon acquired by reason of an
official position, nor shall that person In fact ever disclose confidential Information garnered or gained through an
official pOSition with the city. nor shall that person ever use such information, directly or Indirectly, for personal
gain or benefit.
Thomas F. Pepe
12110/2015
(i) Conflicting employment prohibited.
No person included in the terms defined in paragraphs (b)(I) through (6) shall accept other employment which
would Impair Independence of judgment In the performance of any public duties.
0> Prohibition on outside employment.
(I) No person Included In the terms defined In paragraphs (b)(6) shall receive any compensation for services as an
officer or employee of the city from any source other than the city, except as may be permitted as follows:
a. Generally prohibited. No full-time city employee shall accept outside employment, either Incidental, occasional or
otherwise, where city time, equipment or material is to be used or where such employment or any part thereof is
to be performed on city time.
b. When permitted A full-time city employee may accept incidental or occasional outside employment so long as
such employment Is not contrary, detrimental or adverse to the Interest of the city or any of Its departments and
the approval required In subparagraph c. Is obtained.
c. Approval of department head reqUired. Any outside employment by any full-time city employee must first be
approved in writing by the employee's department head who shall maintain a complete record of such
employment.
d. Penalty. Any person convicted of violating any provision of this subsection shall be punished as provided in
section 1-I I of the Code of Miami·Dade County and, in addition shall be subject to dismissal by the appointing
authority. The city may also assess against a violator a fine not to exceed $500.00 and the costs of Investigation
incurred by the city.
(2) All full-time city employees engaged in any outside employment for any person, firm, corporation or entity
other than the city, or any of its agencies or instrumentalities, shall file, under oath, an annual report Indicating the
source of the outside employment, the nature of the work being done and any amount of money or other
consideration received by the employee from the outside employment. City employee reports shall be filed with
the city clerk. The reports shall be available at a reasonable time and place for inspection by the public. The city
manager may require monthly reports from individual employees or groups of employees for good cause.
(k) Prohibited Investment ••
No person Included In the terms deflned In paragraphs (b)( I) through (6) or a member of the immediate family
shall have personal Investments In any enterprise whIch will create a substantial conflIct between prIvate interests
and the public Interest.
(I) Certain appearances and payment proltlblted.
(I) No person Included In the terms deflned in paragraphs (b)( I). (5) and (6) shall appear before any city board or
agency and make a presentation on behalf of a third person with respect to any matter. license. contract,
certificate, ruling. decision. opinion. rate schedule, franchise, or other beneflt sought by the third person. Nor shall
the person receive any compensation or gift, directly or Indirectly, for services rendered to a third person, who
has applied for or is seeking some benefit from the city or a city agency, in connect/on with the particular benefit
sought by the third person. Nor shall the person appear In any court or before any administrative tribunal as
counselor legal advisor to a party who seeks legal relief from the city or a city agency through the suit in question.
(2) No person included In the terms defined In paragraphs (b)(2), (3) and (4) shall appear before the city
commission or agency on which the person serves. either directly or through an associate. and make a
presentation on behalf of a third person with respect to any matter, license, contract, certiflcate. ruling. decision,
opinion, rate schedule. franchise. or other benefit sought by the third person. Nor shall such person receive any
compensation or gift, directly or Indirecdy, for services rendered to a third party who has applied for or Is seeking
some benefit from the city commission or agency on which the person serves in connection with the particular
beneflt sought by the third party. Nor shall the person appear In any court or before any administrative tribunal as
counselor legal advisor to a third party who seeks legal relief from the city commissIon or agency on which such
person serves through the suit in question.
(m) Actions prohibited when flnanciallnterem Involved.
No person included in the terms defined in paragraphs (b) (I) through (6) shall participate In any official action
dlrecdy or Indirectly affecting a bUSiness In which that person or any member of the Immediate family has a
financial interest. A financial interest Is defined in this subsection to include. but not be limited to. any direct or
Indirect interest in any Investment, equity, or debt.
(n) Acquiring financial Interests.
No person included In the terms deflned In paragraphs (b)(I) through (6) shall acquire a financial Interest in a
project, business entity or property at a time when the person believes or has reason to believe that the financial
Interest may be directly affected by official actions or by official actions by the city or city agency of which the
person is an official. officer or employee.
(O) Recommending professional "lYlces.
Thomas F. Pepa
1211012015
No person Included In the terms defined in paragraphs (b)( I) through (4) may recommend the services of any
lawyer or law firm. architect or architectural flrm. public relations firm. or any other person or flrm. professional
or otherwise, to assist In any transaction Involving the city or any of its agencies, provided that a recommendation
may properly be made when required to be made by the duties of
office and In advance at a public meeting attended by other city officials. officers or employees.
(p) Continuing application after dty service.
(I) No person Included In the terms defined In paragraphs (b)( I), (5) and (6) shall, for a period of two years after
his or her city service or employment has ceased, lobby any city official [as defined In paragraphs
(b)(I) through (6)] In connection with any ludlclal or other proceeding. application, SoliCitation, RFQ, bid, request
for ruling or other determination, contract, claim, controversy, charge, accusation, arrest or other particular
subject matter In which the city or one of Its agencies Is a party or has any interest whatever, whether direct or
indirect. Nothing contained In this subsection shall prohibit any Individual from submitting a routine administrative
request or application to a city department or agency during the two-year period after his or her service has
ceased.
(2) The provisions of the subsection shall not apply to persons who become employed by governmental entities,
SO I (c)(3) non-profit entities or educational institutions or entities, and who lobby on behalf of those entities In
their official capacities.
(3) The provisions of this subsection shall apply to all persons described In paragraph (P)( I) whose city service or
employment ceased after the effective date olthe ordinance from which this section derives.
(4) No person described In paragraph (P)( I) whose dty service or employment ceased within two years prior to
the effective date of this ordinance shall for a period of two years after his or her service or employment enter
Into a lobbying contract to lobby any city official In connection with any subJect described In paragraph (p)( I) In
which the city or one of Its agencies Is a party or has any direct and substantial Interest; and In which he or she
participated directly or Indlrettly through decision, approval, disapproval, recommendation, the rendering of
advice, investigation, or otherwise, during his or her city service or employment. A person participated "directly"
where he or she was substantially Involved In the particular subJect matter through decision, approval, disapproval,
recommendation, the rendering of advice, Investigation, or otherwise, during his or her city service or
employment. A person participated "Indlrecdy" where he or she knowingly participated In any way In the partIcular
subJect matter through decision. approval, disapproval, recommendation, the rendering of advice, Investigation, or
otherwise, during his or her city service or employment All persons covered by this paragraph shall execute an
affidavit on a form approved by the city attorney prior to lobbying any city official attesting that the
requirements of this subsection do not preclude the person from lobbying city officials.
(5) Any person who violates this subsection shall be subject to the penalties provided In section 8A.2(p).
(q) City attorney to render opinions on request.
Whenever any person Included In the terms defined in paragraphs (b)(I) through (6) and paragraph (b)(9) is in
doubt as to the proper Interpretation or application of this conflict of Interest and code of ethics ordinance, or
whenever any person who renders services to the city Is in doubt as to the applicability of the ordinance that
person, may submit to the city attorney a full written statement of the facts and questJons. The city attorney shall
then render an opinion to such person and shall publish these opinions without use of the name of the person
advised unless the person permits the use of a name.
(Ord. No. 6-99-1680, § 2,3·2·99)
E.dltor's note-Ord. No. 6-99-1680, § I, adopted 3·2.99, repealed §§ SA-I and 8A-21n their entirety and replaced
them wIth new §§
8A-1 and 8A-2. Former §§ SA-I and SA·2 pertained to declaration of policy a!ld definitions, respectively, and
derived from Ord. No. 634, §§ I (lA-I). I (/A-2) adopted Jan./I, 1969.
Thomas F. Pepe
12110/2015
END OF SECTION
PRESENTATION TEAM
DECLARATION/AFFIDVAIT OF REPRESENTATION
This affidavit Is not required for compliance with the City's Solicitation; however, it may be used to avoid
the need to register members of your presentation team as lobbyists. Pursuant to City Ordinance 28-14-
2206 (c)(9), any person who appears as a representative for an Individual or firm for an oral presentation
before a City certification, evaluation, selection, technical review or similar committee, shall list on an
affidavit provided by the City staff, all Individuals who may make a presentation. The affidavit shall be
flied by staff with the Clerkls office at the time the commltteels proposal Is submitted to the City
Manager. For the purpose of this subsection only, the listed members of the presentation team, with
the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any
regis,tration fees. No person shall appear before any committee on behalf of an anyone unless he or she
has been listed as part of the flrmls presentation team pursuant to this paragraph or unless he or she Is
registered with the City Clerkls ,office as a lobbyist and has paid all applicable 10bbYi~stratlon fees. Me '0 6 o~ e z...--' Pursuant to 192.525(2), Florida Statutes, the undersigned, a rr , makes the following
declaration under penalty of perjury:
listed below are all individuals who may make a presentation on behalf of the entity that the affiant
represents. Please note; No person shall appear before any committee on behalf of anyone unless he
or she has been listed as part of the firm IS presentation team pursuant to this paragraph or unless he
or she Is reslstered with the Clerk's office as a lobbyist and has paid all applicable lobbyist registration
fees.
NAME TITLE
A/an'o 6aA,)~.ev p-,.e ... -.,p~U#.1rdtc
For the purpose of this Affidavit of Representation only, the listed members of the presentation team,
with the exception of any person otherwise required to register as a lobbyist, shall not be required to
pay any registration fees. The Affidavit of Representation shall be flied with the City Clerkls office at the
time the commltteels proposal Is submitted to the City as part of the procurement process.
Under penalties of perjury, I declare that I have read the foregoing declaration and that the facts stated
In It are true and specifically that the persons listed above are the members of the presentation team of
the entity list d below.
Thomas F. Pepe
12110/2015
S day of Avrc)d ,20~
elng represented
EXHIBIT #1
"Attachment A"
Scope of Services'" Schedule of Values/Summary of Quantities
SW 74tll Terrace Roadway and Drainage Improvement Project
RFP #PW20 16-15
I. SCQge of Work:
Scope of work involves performing road, drainage and sidewalk improvements within
the City of South Miami. Work shall comply with applicable standards, including but not
limited to the FOOT and the Miami Dade County Public Works standards. Work
covered under this contract shall also include and is not limited to maintenance of
traffic, off duty Police officer, drainage, milling, clearing & grubbing, asphalt placement,
and striping.
The construction is to be performed per specifications and the construction documents
of Citywide Drainage Improvements Phase VI, prepared by Kimley Horn and Associates,
(Exhibit " Attachment C, "Construction Documents and Site Locations"). This
includes, but is not limited to, the furnishing of all blbor. material, tools, eqUipment,
machinery, disposal of all materials, superintendence and services necessary for the
completion of the construction of the project.
The awarded vendor must obtain any permits required. The City will waive all City
permit fees. Permits that may be required by other agencies will be the responsibility of
the awarded vendor. including applicable fees.
Off duty Police officers will be required for lane closures. An allowance will be provided
for 160 hours of off duty Police officers. The off-duty Police officer hours item is an
estimate. Selected contractor will be required to apply for a right of way permit, during
which time Police will evaluate the MOT plan and assess if an off-duty police officer will
be required. If the contractor believes that more than 160 hours are required for this
project, the contractor shall adjust the quantities and total cost for this item in the
proposal. If the number of hours required is less than the proposed number of hours,
the difference shall be credited to the City.
Work activity Is limited to the hours from 7:00 a.m. through 6:00 p.m., on
weekdays from Monday through Friday. The proposal shall include an alternate
price, unless included in the general contract price, for performing the work after
normal working hours. If no alternative price is provided with the proposal, it shall be
an unrebuttable presumption that the contract price includes work performed after
normal working hours whenever requested by the City Manager.
II. Site Locations:
The project is located on SW 74 111 Terrace, between SW 58th Avenue and SW 59111
Avenue, as shown in the exhibit titled "Exhlblt " Attachment C, "Constructlon
Documents and Site Locations."
Thomas F. Pepe
1211012015
Values found in Exhibit I. Attachment 8, "Summary of Values," utilized for the
purpose of this RFP are approximate. Contractor is responsible to verify the areas, and
quantities as per the limits defined by the exhibits.
WHEN SUBMITTING THE BID PACKAGE, THE RESPONDENT IS TO
PROVIDE A LUMP SUM.
RESPONDENTS ARE TO PROVIDE A FEE BREAKDOWN INCLUDING UNIT
COST AND QUANTITES FOR EACH TASK INCLUDED IN THE LUMP SUM
PRICE; INCLUDING BUT NOT LIMITED TO: MOBILIZATION, MAINTENACE
OF TRAFFIC, OFF DUTY POLICE, DRAINAGE, RESURFACING (TYPE S-III
ASPHALTIC CONCRETE), MILLING ASPHALT, STRIPING
(THERMOPLASTIC PAINT).
REFER TO EXHIBIT 3 "CONSTRUCTION BID FORM." THE CITY WILL
AWARD THE ENTIRE PROJECT TO A SINGLE CONTRACTOR BASED ON
THE LUMP SUM AMOUNT SUBMITTED.
III. Plans and SpecIDcatlons:
Construction Plans prepared by Kimley-Horn and Associates. titled "CityWide Drainage
Improvements Phase VI" are a part of this RFP by way of reference as Exhibit "
Attachment C, "Construction P'ans and Site Locations."
IV. Proiect Duration" Liquidated Damases:
The current estimate to complete construction of the project is 60 calendar days
substantial completion. Thermoplastic paint shall be installed 30 calendar days after
substantial completion. A 90 total calendar days to final completion from issuance of
Notice to Proceed.
Liquidated Damages shall be paid by the Contractor at the rate of SI.OOO.OO dollars
per day. plus any monies paid by the Owner to the Consultant, if any. for additional
engineering and inspection services. if any. associated with such delay.
V. Warranty:
The standard manufacturer's warranty information must be provided in writing for all
equipment being proposed. including installation by an authorized dealer.
NOTE: Performance and Payment Bonds are required for the full amount of the
project
Thomas F. Pepe
IVIO/2015
END OF SECTION
Thomas F. Pepe
12110/2015
EXHIBIT #1
"Attachment B"
Schedule of Values/Summary of Quantities
SW 74th Terrace Roadway and Drainase Improvement Project
RFP #PW20 16·15
Schedule of Values
PAY ITM!S NO. DESCRIPTION UNIT QTV. UnIt PrIce COlt
110·1·1 Clearing and Grubbing LS 1 i,otKJ •..... 11,000.
101·1 Mobilization LS 1 l(O),-:},tIf!JfJ,. "I
102·1 Maintenance of traffic LS 1 1~a%f,QIO ~tt/lJ.DI
102·14 Traffic Control OffIcer MH 80 45 3600
104-18 Inlet ProtectIon System EA 2 ;J.IJ, v-4tJ. v'"
110·4 Remove Existing. Conc. Pavement (Sidewalk and Curbs) SY 450 /. V" t!$"(J. -
160-4 Type B stabilization 12" (LBR 40) SY 530 G. --3.180. -
327-70·1 Milling Existing pavement (1" avg.depth) SY 1679 4.ClV 6. .rIG. VI
285-706 Llmerock base (8") (PrImed) (Single Course) SY' 530 I{-. vV ~ '121). 01l
334-1-13 Type S-'" Asphalt Concrete for 1" Nominal resurfacIng, Incl. bItuminous SY 2210 1/· '" ,t~3(~"'~ tack coat (lnlcudlnR French DraIn restoration) -
425-1-901 3'·4' 0 Round catch basing (dO') EA 5 ~.oI'J".-1.!':tJl,tJ."
425-1-901 Type C catch basIng (<10') EA 1 ~,S-1Kl. -I ~-..5'l'D. 0
425-1-901 Type 0-2 catch basing «10') EA 2 ~S'a7,(jIIiI ~atr.n
425-5-1 Manhole Adjust EA 3 ~rCII 9a:t. OP
425-4 Inlet Adjust EA 2 /l,J(J. " $l1fJ. c;iIII'
425-6 Valve Box Meter Adjust fA 2 ;trO, q:jI S-aJ.O'I.I
430-175-118 Pipe culvert 18' hdpe (Non-perforated) LF 179 ~S", uv /t63§;vl
443-70-4 Exflltratlon trench (18" hdpe) LF 230 /1JlJ. UP ;l.la"D.-
522-1 Cone. SIdewalk (4" thIck) SY 230 4~'UP ~~,-
522-2 Cone. Sidewalk (6" thIck) SY 132 45; ..... 5.91{().-
527-1 Detectable warning surface for curb cut ramps fA 1 It1I>--'1;.0,·
520-1-10 2' Cone. Curb and gutter type "F" LF 246 ;t.,t, CTP £4/~,-
520-2-9 Cone. Curb Spec/a I LF 22 #.:L.,fFP 484. "V
520-3 2' Cone. Valley Gutter LF 147 ;J.(:)" ~ ... I;l,lffl}. ,..
711-11-123 12" solid white Thermoplastic Paint LF 164 :J .. tm tf'fA.-
711-11-125 24" solid white Thermoplastic PaInt LF 33 5,rn;I frPS.-
711-11-211 6" yellow ThermoplastIc PaInt NM 0.038 14Sl/D.~ Irl. uv
711-11-231 6" yellow skip ThermoplastIc Paint GM 0.023 14.5Of/J" 1()3.~
700-20-41 Relocate sfngle post sign EA 2 40. " ... . 80 .. c;II:I'
570-1-2 Sodding (lncl.waterlng) SY 94 6 ........ 56C'f.PD
TOTAL 13',1J82.
110-1-1 Clearing and Grubbing
This Istem Is to be used only to provIde the cost of the Inlet removal (Drainage Structure S-31)
102-14 TraffIc Control Officer
The off-duty Pollee offIcer hours Item Is an estimate. Selected contractor will be required to apply for a right of way permit, durIng
which Police will evaluate the MOT plan and assess If an off-duty pollee offIcer wilf be requIred. If the contractor bellves that more
than 80 hours are requIred for thIs project, the contractor shall adujst the quantIties and total cost for thIs Item In the proposal. If
the number of hours required Is less than the proposed number of hours, the dIfference shall be credIted to the CIty
522·1 Cone. Sidewalk (4" Thick)
Curb Ramps and Detectable Warning Surface for sIdewalk ramps Is Incidental to the cost of new sIdewalk
All Pay Items are referlng to the FOOT standards and specifIcatIons
Thomas F. Pepe
12110/1015
EXHIBIT #1
"Attachment e"
Construction Plans and Site Locations
SW 74th Terrace Roadway and Drainage Improvement Project
RFP #PW20 16-15
1.0 I Insurance
EXHIBIT 2
SW 74 th Terrace Roadway and Drainage Improvement Project
RFP #PW20 16·15
Insurance & Indemnification Requirements
A. Without limiting its liability, the contractor, consultant or consulting firm (hereinafter referred to as
"FIRM" with regard to Insurance and Indemnification requirements) shall be required to procure and
maintain at its own expense during the life of the Contract, insurance of the types and in the minimum
amounts stated below as will protect the FIRM, from claims which may arise out of or result from the
contract or the performance of the contract with the City of South Miami, whether such claim is against
the FIRM or any sub-contractor, or by anyone directly or Indirectly employed by any of them or by
anyone for whose acts any of them may be liable.
B. No insurance required by the CITY shall be issued or written by a surplus lines carrier unless authorized
in writing by the CITY and such authorization shall be at the CITY's sole and absolute discretion. The
FIRM shall purchase insurance from and shall maintain the insurance with a company or companies
lawfully aut~orlzed to sell insurance In the State of Florida, on forms approved by the State of Florida, as
will protect the FIRM, at a minimum, from all claims as set forth below which may arise out of or result
(rom the FIRM's operations under the Contract and for which the FIRM may be legally liable, whether
such operations be by the FIRM or by a Subcontractor or by anyone directly or indirectly employed by
any of them, or by anyone for whose acts any of them may be liable: (a) claims under workers'
compensation, disability benefit and other similar employee beneflt acts which are applicable to the Work
to be performed; (b) claims for damages because of bodily injury, occupational sickness or disease, or
death ofthe FIRM's employees; (c) claims for damages because of bodily injury, sickness or disease, or
death of any person other than the FIRM's employees; (d) claims for damages insured by usual personal
injury liability coverage; (e) claims for damages, other than to the Work Itself, because of injury to or
destruction of tangible property, including loss of use resulting there from; (f) claims for damages because
of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of a
motor vehicle; (g) claims for bodily Injury or property damage arising out of completed operations; and
(h) claims involving contractual liability Insurance applicable to the FIRM's obligations under the Contract.
1.02 Firm's Insyrance Generally. The FIRM shall provide and maintain in force and effect until all the Work to
be performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise
specified hereinafter), the insurance coverage written on Florida approved forms and as set forth below:
1.03 Workers' Compensation Insurance at the statutory amount as to all employees in compliance with the
"Workers' Compensation Law" of the State of Florida Including Chapter 440, Florida Statutes, as presently written
or hereafter amended, and all applicable federal laws. In addition, the policy (Ies) must include: Employers' Liability
at the statutory coverage amount. The FIRM shall further insure that all of its Subcontractors maintain appropriate
levels of Worker's Compensation Insurance.
1.04 Commercial Comprehensive General Llab!lity insurance with broad form endorsement, as well as
automobile liability, completed operations and products liability, contractual liability, severability of interest with
cross liability provision, and personal Injury and property damage liability with limits of $1,000,000 combined single
limit per occurrence and $2,000,000 aggregate. including:
• Personal Injury: $1,000.000;
• Medical Insurance: $5,000 per person;
• Property Damage: $500,000 each occurrence;
1.05 Umbrella Commercial Comprehensive General lJabilit)' insurance shall be written on a Florida approved
form with the same coverage as the primary insurance policy but In the amount of $1,000,000 per claim and
$2,000,000 Annual Aggregate. Coverage must be afforded on a form no more restrictive than the latest edition of
the Comprehensive General Uability policy, without restrictive endorsements. as filed by the Insurance Services
Office, and must include:
(a) Premises and Operation
(b) Independent Contractors
(c) Products and/or Completed Operations Hazard
Thomas F. Papa
1211012015
(d) ExplosIon. Collapse and Underground Hazard Coverage
(e) Broad Form Property Damage
(f) Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless
and/or Indemnification asreement.
(g) Personal Injury Coverage with Employee and Contractual Exclusions removed. with minimum limits of
coverage equal to those required for Bodily Injury LiabfUty and Property Damage Liability.
1.06 BusIness Automobile liability with mInimum limits of One Million Dollars ($1,000,000.00) plus an
additional One Million Dollar ($1,000,000.00) umbrella per occurrence combined sIngle limit for Bodily Injury
liability and Property Damage Liability. Umbrella coverage must be afforded on a form no more restrictive than
the latest edition of the Business Automobile LIability policy. Without restrictive endorsements. as filed by with the
state of Florida. and must Include:
(a) Owned Vehicles.
(b) Hired and Non-Owned Vehicles
(c) Employers' Non-Ownership
1.07 SUBCONTRACTS; The FIRM agrees that if any part of the Work under the Contract Is sublet, the
subcontract shall contain the same insurance provisIon as set forth in sectIon 5.1 above and 5.4 below and
substituting the word Subcontractor for the word FIRM and substituting the word FIRM for CITY where
applicable.
1.08 Fire and Extended Coverase Insurance (Builders' R;sIQ, IF APPLICABLE:
A. In the event that this contract Involves the construction of a structure, the CONTRACTOR shall
maintain. wIth an Insurance Company or Insurance CompanIes acceptable to the CITY. "Broad" form/All
RIsk Insurance on buildings and structures. including Vandalism & Malicious Mischief coverage, while in the
course of construction, Including foundations. additions, attachments and all permanent fixtures belonging
to and constituting a part of said bUildings or structures. The policy or poliCies shall also cover
machinery, if the cost of machinery Is Included In the Contract, or If the machinery is located in a building
that is being renovated by reason of this contract. The amou!1t of insurance must, at all times, be at least
equal to the replacement and actual cash value of the insured property. The policy shall be In the name of
the CITY and the CONTRACTOR. as their interest may appear, and shall also cover the interests of all
Subcontractors performing Work.
B. All of the provisions set forth In Section 5.4 herein below shall apply to this coverage unless it would be
clearly not applicable.
1.09 M;scellaneous:
A. If any notfce of cancellation of insurance or change In coverage Is issued by the insurance company or
should any insurance have an expiration date that will occur during the period of this contract, the FIRM
shall be responsible for securing other acceptable insurance prior to such cancellation. change. or
expiration so as to provide continuous coverage as specified in thIs section and so as to maintaIn
coverage during the life of this Contract.
B. All deductibles must be declared by the FIRM and must be approved by the CITY. At the option of the
CITY. either the FIRM shall eliminate or reduce such deductible or the FIRM shall procure a Bond. in a
form satisfactory to the CITY covering the same.
C. The pollcfes shall contain waiver of subrogation against CITY where applicable. shall expressly provide
that such policy or policies are primary over any other collectible Insurance that CITY may have. The
CITY reserves the right at any time to request a copy of the required poliCies for review. All policies
shall contain a "severability Of interest" or "cross liability" clause without obligation for premium
payment of the CITY as well as contractual liability provision covering the Contractors duty to indemnify
the City as provided in this Agreement.
D. Before starting the Work, the FIRM shall deliver to the CITY and CONSULTANT certificates of such
Insurance. acceptable to the CITY, as well as the Insurance binder, if one Is issued. the insurance policy,
including the declaration page and all applicable endorsements and provide the name. address and
telephone number of the insurance agent or broker through whom the policy was obtained. The insurer
shall be rated AVI/ or better per A.M. Best's Key Rating Guide. latest edition and authorized to issue
insurance in the State of Florida. All Insurance poliCies must be written on forms approved by the State
of Florida and they must remain In full force and effect for the duration of the contract period with the
CITY. The FIRM may be required by the CITY, at its sole discretion. to provide a "certified copy" of the
Policy (as deflned in ArtIcle I of this document) which shall include the declaration page and all required
endorsements. In addition, the FIRM shall deliver. at the time of delivery of the insurance certificate. the
following endorsements:
(I) a policy provision or an endorsement with substantially similar provisions as follows:
Thomas F. Pepa
12110/2015
"The City of South Miami is an additional Insured. The Insurer shall pay all sums that the City of
South Miami becomes legally obligated to pay as damages because of 'bodily InJury", 'property
damage', or "personal and advertising injury" and it will provide to the City all of the coverage
that is typically provided under the standard Florida approved forms for commercial general
liability coverage A and coverage B";
(2) a policy prOVision or an endorsement with substantially similar provisions as follows:
"This policy shall not be cancelled (including cancellation for non-payment of premium),
terminated or materially modified without first giving the City of South Miami ten (10) days
advanced written notice of the intent to materially modify the policy or to cancel or terminate
the policy for any reason. The notification shall be delivered to the City by certified mail, with
proof of Clellvery to the City."
E. If the FIRM Is providing professional services, such as would be provided by an architect, engineer.
attorney, or accountant, to name a few, then in such event and in addition to the above requirements,
the FIRM shall also provide Professional Liability Insurance on a Florida approved form in the amount of
$1,000,000 with deductible per claim if any, not to exceed 5% of the limit of liability providing for all
sums which the FIRM shall become legally obligated to pay as damages for claims arising out of the
services or work performed by the FIRM its agents, representatives, Sub Contractors or assigns, or by
any person employed or retained by him In connection with this Agreement. This insurance shall be
maintained for four years after completion of the construction and acceptance of any Project covered by
this Agreement. However, the FIRM may purchase Specific Project Professional Liability Insurance, in the
amount and under the terms specified above, which Is also acceptable. No insurance shall be Issued by a
surplus lines carrier unless authorized In writing by the city at the city's sole, absolute and unfettered
discretion.
Indemnification Requirement
A. The Contractor accepts and voluntarily incurs all risks of any injuries. damages, or harm which might
arise during the work or event that Is occurring on the CITY's property due to the negligence or other fault of the
Contractor or anyone acting through or on behalf of the Contractor.
B. The Contractor shall indemnify. defend, save and hold CITY, its officers, affiliates, employees,
successors and assigns, harmless from any and all damages, claims, liability, losses, claims, demands, suits, fines,
Judgments or cost and expenses, including reasonable attorney's fees, paralegal fees and investigative costs
incidental there to and incurred prior to. during or following any litigation. mediation. arbitration and at all
appellate levels, which may be suffered by. or accrued against, charged to or recoverable from the City of South
Miami. Its officers, affiliates. employees. successors and assigns. by reason of any causes of actions or claim of any
kind or nature, including claims for injury to. or death of any person or persons and for the loss or damage to any
property arising out of a negligent error, omission, misconduct, or any gross negligence, intentional act or harmful
conduct of the Contractor. its contractor/subcontractor or any of their officers, directors, agents. representatives,
employees, or assigns, or anyone acting through or on behalf of any of them, arising out of this Agreement,
Incident to it, or resulting from the performance or non-performance of the Contractor's obligations under this
AGREEMENT.
C. The Contractor shall pay all claims. losses and expenses of any kind or nature whatsoever, In
connection therewith. including the expense or loss of the CITY and/or Its affected officers, affiliates, employees,
successors and assigns, Including their attorney's fees, in the defense of any action in law or equity brought against
them and arising from the negligent error, omission, or act of the Contractor, Its Sub-Contractor or any of their
agents, representatives, employees, or aSSigns, and/or ariSing out of, or incident to, this Agreement, or incident to
or resulting from the performance or non-performance of the Contractor's obligations under this AGREEMENT.
D. The Contractor agrees and recognizes that neither the CITY nor Its officers, affiliates, employees,
successors and assigns shall be held liable or responsible for any claims, including the costs and expenses of
defending such claims which may result from or arise out of actions or omissions of the Contractor, its
contractor/subcontractor or any of their agents. representatives, employees, or assigns, or anyone acting through
or on behalf of the them, and arising out of or concerning the work or event that is occurring on the CITY's
property. In reviewing, approving or rejecting any submissions or acts of the Contractor, CITY in no way assumes
or shares responsibility or liability for the acts or omissions of the Contractor, Its contractor/subcontractor or any
of their agents, representatives, employees, or assigns, or anyone acting through or on behalf of them.
E. The Contractor has the duty to prOVide a defense with an attorney or law firm approved by the City
of South Miami, which approval will not be unreasonably withheld.
Thomas F. Pape
12110/2015
F. However, as to design professional contracts, and pursuant to Section 725.08 (I), Florida Statutes,
none of the provisions set forth herein above that are in conflict with this subparagraph shall apply and this
subparagraph shall set forth the sole responsibility of the design professional concerning indemnification. Thus,
the design professional's obligations as to the City and Its agencies, as well as to Its officers and employees, is to
indemnify and hold them harmless from liabilities, damages, losses, and costs, including, but not limited to,
reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful
conduct of the design professional and other persons employed or utilized by the design professional in the
performance of the contract.
Thomas F. Pep.
12110/1015
END OF SECTION
EXHIBIT 3
SW 74th TelTace Roadway and Drainage Improvement Project
RFP ##PW20 16-15
THIS PROPOSAL IS SUBMITTED TO:
Steven Alexander
City Manager
City of South Miami
6130 Sunset Drive
South Miami. FL 33143
CONSTRUCTION
BID FORM
I. If this Proposal Is accepted. the undersigned Respondent agrees to enter Into a Contract with the City of
South Miami in the form Included In this Solicitation Package and to perform and furnish all work as
speclfled or Indicated In this Solicitation, Including as set forth In Exhibit I (Scope of Sen Ices) for the
Proposed Price as set forth below. within the Contract TIme and In accordance with the other terms and
conditions of the Solicitation Package.
2. Respondent accepts all of the terms and conditions of the Solicitation and Instructions to Respondents.
Including without limitation those dealing with the disposition of Proposal/Bid Bond. If required. This
Proposal will remain subject to acceptance for 180 calendar days after the day of the Proposal Opening.
The Respondent, by Signing and submitting this proposal. agrees to all of the terms and conditions of the
form of contract that Is a part of the Solicitation package with appropriate changes to conform to the
Information contained In this Bid Form. Respondent agrees to sign and submit the Bonds. If required by
this SoliCitation. required Insurance documents. and other documents required by the Solicitation.
including the Contract If not already submitted. Within ten (10) calendar days after the date of the Clty's
Notice of Award.
3. In submitting this Proposal. Respondent represents that:
a. Respondent has examined copies of all the Solicitation Documents and of the following Addenda. If any
(receipt of all which is hereby acknowledged.)
Addendum No. I Dated:
; i
b. Respondent has familiarized himself with the nature and extent of the Contract Documents, the proposed
work, site, locality. and all local conditions and laws and regulations that In any manner may affect cost,
progress. performance or furnishing of the Work.
c. Subsurface conditions: If applicable to this Solicitation. the Respondent represents that:
I. Respondent has studied carefully all reports and drawings, If applicable. of subsurface conditions and
drawings of physical conditions.
Ii. Respondent has obtained and carefully studied (or assumes responsibility for obtaining and carefully
studying) all such examinations. Investigations. explorations. tests and studies In addition to or to
supplement those referred to In this paragraph 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 Respondent hereby acknowledges that no additional examinations.
Investigations. explorations. tests, reports or similar Information or data are. or will. be required by
Respondent for any reason In connection with the Proposal. The failure of the Respondent to request
a pre-bid marking of the construction site by any or all utility companies shall create an Irrefutable
presumption that the Respondent's bid. or proposal price, has taken Into consideration all possible
underground conditions and Respondent, If awarded the contract, shall not be entitled to a change
order for any such condition discovered thereafter.
III. Respondent has correlated the results of all such observations, examinations, Investigations,
explorations, tests. reports and studies with the terms and conditions of the Contract Documents.
Iv. Respondent has reviewed and checked all Information and data shown or indicated In the Solicitation
Package or In the Contract Documents with respect to existing Underground Faclfltles or conditions
Thoma F. Pepe
12110/2015
at or contiguous to the site and assumes responsibility for the accurate location of all Underground
Facilities and conditions that may affect the Work. No additional examinations, Investigations,
explorations, tests, reports or similar information or data in respect to any Underground Facilities or
conditions are, or will be, required by Respondent 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 unless the Proposal speclflcally states that the contract price is subject to
adjustment for future discovery of underground facilities and/or conditions that affect the cost of the
Work and unless the respondent makes a written request to the City for additional Information
prior to submitting the bid or proposal as required in subsection Ii above,
d. Respondent has given the City written notice of all conflicts, errors or discrepancies that it has
discovered in the Contract Documents and. if any conflicts. errors or discrepancies have been found
and notice given, the Respondent represents. by submitting its proposal to the City. that the
Respondent has received sufficient notice of the resolution thereof from the City. that such resolution
Is acceptable to Respondent and that the Respondent waives any claim regarding the conflicts. errors or
discrepancies.
e. This Proposal Is genuine and not made In the Interest of or on behalf of any undisclosed person. firm or
corporation and Is not submitted pursuant to any agreement or rules of any group, association,
organization. or corporation; Respondent has not directly or Indirectly Induced or solicited any other
Respondent to submit a false or sham Proposal; Respondent has not solicited or induced any person.
firm or corporation to refrain from responding: and Respondent has not sought by collusion or
otherwise to obtain for itself any advantage over any other Respondent or over the CITY.
4. Respondent understands and agrees that the Contract Price is the amount that It needs to furnish and
install all of the Work complete and in place. The Schedule of Values, if required, is provided for the
purpose of Proposal Evaluation and when initiated by the CITY, it shall form the basis for calculating the
pricing of change orders. The Contract Price shall not be adjusted in any way so as to result in a
deviation from the Schedule of Values, except to the extent that the CITY changes the Scope of the
Work after the Contract Date. As such. the Respondent shall furnish all labor. materials. equipment,
tools, superintendence and services necessary to provide a complete, in place. Project for the Proposal
Price. If this Solicitation requires the completion of a Cost and Technical Proposal, as may be set forth in
in an exhibit to this Solicitation, such proposal must be attached to this Bid Form and will take
the place of the Lump Sum Price, otherwise, the Contract Price for the completed work is
as follows:
LUMP SUM BASE PRICE: -/39. Be ~ • dollars and _...::5C~~ ___ .cents
Alternates: #1 ____ -____ #2'--___________ _
A fee breakdown for each task included In the lump sum contract price, If applicable, must
be provided. Failure to provide this Information shall render the proposal non-responsive.
5. The ENTIRE WORK shall be completed. in full, within 60 calendar days from the commencement date
set forth 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 may be set forth in the Contract.
6. Insert the following information for future communication with you concerning this Proposal:
RESPONDENT:
Address:
Telephone:
Facsimile:
Contact Person
7. The terms used in this Proposal which are defined In the Contract shall have the same meaning as is
aSSigned to them in the Contract Documents, unless speclflcally deflned In this SoliCitation Package.
Thomas F. Pepe
1211012015
8. If a cost & technical proposal Is required by the Solicitation, Respondent hereby certifies that all of the
facts and responses to the questions posed in the cost & technlca. proposal, If such an exhibit Is made
a part of the Solicitation, are true and correct and are hereby adopted as part of this Construction Bid
Form, and are made a part of this proposal, by reference.
9. By submitting this proposal, I. on behalf of the business that I represent, hereby agree to the terms of the
form of contract contained In the SO!lcitation package and I agree to be bound by those terms. with any
appropriate blank boxes, If any, checked and any blank lines fliled In with the appropriate Information
contained In the Solicitation Documents and this Proposal, or such Information that the City and I have
agreed upon in the course of contract negotiations and which have been conflrmed by the City In writing,
Including e-mail confirmation, If any. I hereby certify under penalty of perjury that I am the lawful
representative of the business entity referenced In this Bid Form, that I have authority to bid for that
entity and that all of the Information and representations contained herein are true and correct to the
best of my Information and belief.
SUBMITTED THIS
Thomas F. Pepe
1211012015
6' DAYOF -l4vrvd 20.1/E....
:r 8"6 -()-21 -~q 49
Telephone Number
+86-4":fz... -g 9 ~I
Fax Number -/M,a3l;flc. €Jy ct k. DO r co ......,
Email A ss
END OF SECTION
Project Name:
RFPNO.
Date:
Sent:
THE CITY OF PLEASANT LIVING
ADDENDUM No. #1
SW 74 Terrace Roadway and Drainage Improvement Project
PW#2016-IS
July 21,2016
FaxlE-maillwebpage
This addendum submission is issued to clarify, supplement and/or modify the previously issued
Solicitation, and is hereby made part of the Documents. All requirements of the Documents not
modified herein shall remain In full force and effect as originally set forth. It shall be the sole
responsibility of the bidder to secure Addendums that may be issued for a specific solicitation.
QUESTION #1 :
Please advise the City's budget for this project.
RESPONSE:
The City has a line item budget amount in the Adopted Budget for FY 2015 -20 16 for this
project. The line item title is "Citywide Roadway & Drainage Phase 6 -Construction Part I: SW 74
Terrace (58 Ave to 59 Ave)". The page referenced from the Adopted Budget is attached to this
Addendum and; the Adopted Budget is available on the City'S website.
QUESTION #2:
How will road closures be handledl
RESPONSE:
No full road closure is allowed. A single lane closure will be required, and the contractor will be
responsible to provide access at all times to affected properties.
NOTE: The following section on the solicitation cover page is amended, see
below:
Hand delivery must be made Monday through Friday from 8 AM to 5 PM to the office
of City Clerk.
IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE
ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION.
Page lofl
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
2601 BLAIR STONE ROAD
TALLAHASSEE FL 32399-0783
GONZALEZ, MARIO H
MAGGOlC INC
11020 SW55TH STREET
MIAMI FL 33165
Congratulations I 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 beHer. For information about our services, please
log onto www.myflorldallcens8.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 Departmenfs initiatives.
STATE OF FLORIDA
(850) 487-1395
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 I
IS CERTIFIED under the provisions of Ch.489 FS.
Expiration dale: AUG ;31. 201B L1BOB300D01071
DETACH HERE
RICK SCOTT, GOVERNOR KEN LAWSON, SECRETARY
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
D UTILITY &
Named below IS CERTIFIED
Under the provisions of Chapter 489 FS.
Expiration date: AUG 31, 2018
GONZALEZ MARIO H
MAGGOLC INC". ..
11020 SW 55TH STR~~l,f·
MIAMI FL 33nS5/
ISSUED: 0613012016
j l ,~ "
-. ,,'.. "
DISPLAY AS REQUIRED BY LAW SEQ # L1606300001071
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
1940 NORTH MONROE STREET
TALLAHASSEE FL32399-0783
GONZALEZ, MARIO H
MAGGOLCINC
11020 SW 55TH STREET
MIAMI FL 33165
Congratulations I 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 Floiida'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.myftorldallcens8.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 dafng business in Florida,
and congratulations on your new licensel
DETACH HERE
RICK SCOTT, GOVERNOR
... ~ y " "' "
ISSUED: 08/0212015 DISPLAY AS REQUIRED BY LAW
(850) 487-1395
DrOI,lslons of Ch.4.89 FS.
L11l08Q20001221
.; .J
KEN LAWSON, SECRETARY
seQ # L 1508020001221
008586
Local Business Tax Receipt
Miami-Dade County, State of Florida
-THIS IS NOT A BILL-DO NOT PAY
5684064
BU81NISS NAMII/LOCATION
MAGGOLCINC
11 020 SW S5 ST
MIAMI FL 33165
RICBIPTNO.
RENEWAL
&928487
·LBT
EXPIRES
SEPTEMBER 30, 2017
Muet bl! displayed at place of business
PUrs\lIiiltto County Code
Chapter SA -Art. 9 & 10
OWNeR
MAGGOLC INC
SBC. TYPI OF BUSINess
196 SPECIALTY ENGiNEERING CON1'RACT :~~~NJo~~~~::
E251302 $75.00 07/14/2016 Worker(s) l' .. CREDITCARD-16-040505
This Lo08I Bustnns Tilt Reoelpt onlv Cionftnns pIVII\ant of the 1.0081 BU81n8.8 Tax. Thl Reoelpt Is not a IIclnll,
Plrmlt. ora clrtlflcatlDn altha bolder's qualHlcatloaa. to do bualn .... Holdar muSt DomjIl"wIih any governmental
or nongovernmental regulatory Jaws and requlremanlll which apply to thl buBlnlll.
The RECEIPT NO. above mull ba dllpla,ed on all commercial vahlcliIa ... Miami-Dada Code SID 88-278.
For more Infonnallon. vlsh www,mJamldBdB,gpyltaxcoIlBotor
c0118lru~m§lYIn; Board
, ..... "'·~,j".~,DIUi;)III'It:~'" CERTIFICATE OF COMPETENCY
'MAGG,OLI{;··Jt49'~. '
, .: "'.-""
,'D.B~A.;
GON~MARIO
-~ J DATE ''''IIV .... ' Ar~R • .I CERTIFICATE OF LIABILITY INSURANCE '1
~ 9/23/2015
THIS CERTIFICATE IS ISSUED AS A MAnER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IM!"U" rANT: If the ................ holder II an ADDITIONAL Itd.III~lI:n the mUlt be ...... v ....... If III I I , •• .., .. IS ....... _Iiii .. ,.lubJect to
the terms and conditions of the pol~cy, . may require an endo/'88n1ent. A stetement on this certificate daIS not confer right. to the
certificate holder In lieu of such
PRODUCER ~,:,~a ............
Bastern Insurance Group, Inc. IU?NJ"I!!rt\. (305) 595 .. 3323 I r~. NoI,_(30S) 595-7135
9570 SW 107 Avenue :"~III1" ........ "'Iterrr~""""~eI·net
Suite 104 , .. a .. DRD"" A, _ft. NAICtI
Miami I'L 33176 IMllIID"A ... .1",. 1 ,. .....
INSURED INAllallA" Co. of .1 ..... 4 ....
Maggola, Inc. INSURERc:Torus » ... 4 ........ ' '1'711
11020 SW 55 Street INIlUAEII D .'R ... ~ft" .. • .. ·4 ...... CO,
IINSURERE ., ...
Miami FL 33165 IINSURERF ,. ...... ~ .. &"'~ .. ,"cn;rlFICATE tdllURI:I:t:Ma.ster 15-16 INIIURI:D·
THIS IS TO l.i~rUIt'T THAT THE POLICIES OF INSURANCELISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FORTHE 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
II~ TYPE OF I IINIID I WVD POUCY NUMBER POLICY I!FF ~ UMITS
X GENERAL LIABILITY EACH n/"/"I ,,,1>1:,,"-" $ 1,000,000
A r-~ CLAIMs.MADE [i] OCCUR !?~~'~·WI;:~fI:.IJ ' $ 100,000
103QLOOO6301-01 9/22/3015 9/22/2016 MEo~ (Any one ~~n) $ 5,000 r-
• ~n' "ADVI~\JRY . $ 1,00b,000 r-
GENERAL $ 2.00b,00O ~~'L AGGREGATE LIMIT APPLIES PER:
-.!. POLICY 0 ~~8T 0 LOC D"nnl'M'CI_ COMP/oP AGG $ 2,000,000
OTHER: $
1 "UABILIlY lEa aCClden'lrIN~LI: LIMI r $ 1.000.000 -
B .. X ANYAUTO
r--SCHEDULED
BODILYIN.ru"" \. W' "" ·'W."I $
-ALLOWNED 4150130008652 7/17/2016 1/17/2017 BODILY INJURY \,., .. aw,u~"'1 $ AUTOS AUTOS X ~ NON-OWNEo r~';'~~~~~I~AMAIOE $ HIRED AUTOS AUTOS -I-
$ 1.000.000 HlradAuIo
UMBRELLA UAB H OCCUR EACH n .... ' ,,,,,,,,., .. '" $ 3,000JOOO
C rx EXCESS UAB ('I .".~ "An", S LJlOO, 000
OED I I 11_ 852221t151ALI 9/22/20111 QJ,;,,;,/lIn, " $
I AND .. UDI "'v.:a"L~IL1;'~
"'V" 0 X LmruTE I lE~H.
!\NY ~,"!~!..":;~,;;' E.L. EACH ACCIDENT Is 100,000 N/A
D :~~~~l. 521-11888 9/22/2015 9/22/2016 E.L. DISEASE _ EA " .. DI nv". $ 100,000
ryes.' OF ibalow E.L.I:IILEASE· POLICY LIMIT , S 500,.000
Il Rented/Leased Bquipment 45468147 11/2/2015 11/2/2016 $250.000
Contractor's Bquipment 415468147 11/2/2015 11/2/2016 $254.016
DESCRIPTION OF OPE!RAll0NS I LOCATIONS I VEHICLES (ACORD 101, Addillonal Remarks Schedule, may be attached If mDnl epace Is required)
Sidewalk. paving, drainage
project Number KPP # PW-2015-19
project Description: Citywide Drainage Improvement Projects
Project Address:City of South Miami. Miami Dade County. I'L
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
City of South Miami
6130 Sunset Drive
South Miami.
ACORD 25 (2014101,
INS025 "n14nll
11'1.. 33143
THE EXPIRATION DATE THEREOF. NOllCE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE . c:::: David Lopez/DAVID I -=:::.,.,
@ 1988·2014 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
Member Name
Bid Number
Bid Name
3 Document(s) found for this bid
24 Planholder(s) found.
Supplier Name
Bob's Barricades
CES Consultants, Inc.
Coastal Systems International, Inc
ConstructConnect
Construction Journal, Ltd.
CROCS, LLC
F.R. ALEMAN & ASSOCIATES INC
Ferreira Construction Company Inc.
Florida Safety Contractors, Inc.
Lanzo Construction Company
linetech drain and sewer cleaing IIc
Link Systems LLC
McGraw-Hili Construction Dodge
R.J. Behar & Company, Inc.
RADISE International, LC
Ric-Man International
Roadway Construction, LLC
SFL
Shasa Engineering Corp.
Staniey Consultants, Inc.
Straightline Engineering Group Inc
Wantman Group, Inc.
Weekley Asphalt Paving, Inc.
williams paving co., inc.
City of South Miami
RFP-RFP #PW2016-15-0-
SW 74th Terrace
Roadway and Drainage
Address 1
921 Shotgun Rd
14361 Commerce Way,
Suite 103
464 S. Dixie Hwy
3825 Edwards Rd
400 SW 7th Street
2601 E 7th Ave
10305 NW 41ST STREET
100 Salerno Road
P.O. Box 16628
125 S.E. 5th Court
520 nw 165th st suite
5870 Hummingbird
Court
4170 Ashford Dunwoody
6861 SW 196th Avenue
4152 West Blue Heron
Blvd
2601 Wiles Rd
6750 North Andrews
Aveune
2977 mcfarlane rd
13965 S.W.10 St.
1641 Worthington Road
8382 NW 70th St
2035 Vista Parkway
20701 STIRLING ROAD
11300 NW s River Drive
City
Sunrise
Miami Lakes
Coral Gables
Cincinnati
Stuart
Tampa
MiAMI
Stuart
Tampa
Deerfield
Beach
nmiami
Titusville
Atlanta
Pembroke
Pines
Riviera Beach
Pompano
Fort
Lauderdale
miami
Miami
west t'alm
Beach
Miami
West Palm
Beach
PEMBROKE
Medley
State Zip Phone Attributes
FL 33326 9544232627
1. Hispanic
2. Small Business
FL 33016 3058272220
FL 33146 3056613655
OH 45209 8772271680
FL 34994 8007855165
FL 33605 5617920737
1. Hispanic
2. Small Business
3. Woman
FL 33178 3055918777
1. Hispanic
FL 34997 7722865123 Owned
FL 33687 8139829172 1. Small Business
33441-
FL 4749 9549790802
FL 33169 7863910591
FL 32780 4074010031 1. Small Business
GA 30319 4043036794
1. Hispanic
2. Small Business
FL 33332 9546807771
1.
Asian/Hawaiian
2. Small Business
3. Woman
FL 33404 5618410103
FL 33073 9544261042
1. Hispanic
FL 33309 9542270025 Owned
FL 33133 3057720568
FL 33184 3052237991
FL 33409 5615848704
1. Hispanic
FL 33166 7868458499 2. Small Business
FL 33411 5616872220
FL 33332 9546808005
FL 33178 3058821950
815/2016
Detail by Entity Name
Florida Profit Corporation
MAGGOLC, INC.
Filing Information
Document Number
FEIIEIN Number
Date Filed
State
Status
P05000085356
20-3345775
06/14/2005
FL
ACTIVE
Detail by Entity Name
Last Event
Event Date Filed
Event Effective Date
NAME CHANGE AMENDMENT
10/13/2005
NONE
Principal Address
11020 SW 55 STREET
MIAMI, FL 33165
Mailing Address
11020 SW 55 STREET
MIAMI, FL 33165
Registered Agent Name & Address
GONZALEZ, MARIO H
11020 SW 55 STREET
MIAMI, FL 33165
Officer/Director Detail
Name & Address
Title D
GONZALEZ, MARIO H
11020 SW 55 STREET
MIAMI, FL 33165
Annual Reports
Report Year
2014
2015
2016
Filed Date
01/12/2014
01/10/2015
01/23/2016
h\tp:lIsearch,sunblz,orgltnquiry/CorporationSearchlSearchResultDetail?inquirylype=EnlilyName&directionType=fnilial&searchNameOrder=MAGGOLC%20PO... 1/2
81512016 Detail by EntIty Name
Document Images
0112312018 --ANNUAL REPORT View Image In PDF fonnat
--------~----------~ 01110/2015 -ANNUAL REPORT View Image in PDF fonnat
--------~----------~
01/1212014 -ANNUAL REPORT View Image in PDF fonnat
--------~----------~
01/26/2013 -ANNUAL REPORT View image In PDF tonnat
--------~----------~ 01/06/2012 -ANNUAL REPORT View image in PDF fonnat
--------~----------~
01107/2011 --ANNUAL REPORT View image In PDF fonnat
--------~----------~ 01/07/2010 -ANNUAL REPORT View Image In PDF tonnat
--------~----------~
0111V2009 --ANNUAL REPORT View image in PDF fonnat
--------~----------~
02/26/2008 --ANNUAL REPORT View image in PDF fonnat
--------~----------~
06112/2007 --ANNUAL REPORT View Image in PDF format
--------~----------~
03/21/2006 --ANNUAL REPORT View Image In PDF format
--------~----------~
10/13/2005 --Name Change View Image In PDF format
06/14/2005 --Domestic profit View Image In PDF format
http://search.sunblz.orgflnqulry/CorporatlonSearch!SearchResuIIDelail?inquirylype=EnUtyName&dIrecUonType=lniUaI&searchNameDrder=MAGGOLC%20PO... 2J2
2016 FLORIDA PROFIT CORPORATION ANNUAL REPORT
DOCUMENT# P05000085356
Entity Name: MAGGOLC. INC.
Current Principal Place of Business:
11020 SW 55 STREET
MIAMI. FL 33165
Current Mailing Address:
11020 SW 55 STREET
MIAMI. FL 33165
FEI Number: 20-3345775
Name and Address of Current Registered Agent:
GONZALEZ. MARIO H
11020 SW 55 STREET
MIAMI. FL 33165 US
FILED
Jan 23,2016
Secretary of State
CC5614597665
Certificate of Status Desired: No
The above named entity submits this statament for the purpose of changing lis registered office or registered agent. or both. In the Stale of Florida.
SIGNATURE:
Electronic Signature of Registered Agent
Officer/Director Detail :
Title
Name
Address
o
GONZALEZ. MARIO H
11020 SW 55 STREET
Clty-State-Zlp: MIAMI FL 33165
Date
I hereby celtlly Ihst the Infomlstlon indicated on this report or aupp/emenllli report la llUe end a_Ie end thaI my electronic IIgnature sMII have the aame legal effect a." made under
oath; that lam an o.r or dltuctor oflhs COqJOl'lltion Of the receiver or tnJatflfl empowered to eKecute thl. report e. required by Chepter 607. FIOIfda 8ta1u1u; end that my name 1IPfI8811
above. or on an lIt1achnHJnl wfth 811 othar /Ike empowered.
SIGNATURE: MARIO GONZALEZ PRESIDENT 01/23/2016
electronic Signature of Signing Ofllcer/Dlrector Detail Date
~ \:,:", )
MIAMI DAILY BUSINESS REVIEW
PUbJlshed Daily eKeepl Saturday. SUllday and
Legal Holidays
Miami, Mlaml·Dade.Counly. Florida
STATE OF FLORIDA
COUNTY OF MIAMI-DADE:
Before the undersigned authority personally appeared
OCTELMA V. FERBEYRE. who on oalh says Ihat he or she is
the VICE PRESIDENT, Legal Notices of lhe Miami Dally
Business Review flk/a Miami Review, a dally (except
Saturday, Sunday and Legal Holidays) newspaper.
published at MIE!ml In Miami-Dade County, Florida; Ihal Ihe
attached copy of advertisement, being a Legal Advertisement
of Nolice In the maHer of
CITY OF SOUTH MIAMI -SW74TH TERRACE ROADWAY
AND DRAINAGE IMPROVEMENT PROJECT -RFP #PW2016-15
in the XXXX Court.
was published In said newspaper in lila issues of
0711512016
Affiant further says Ihat the said Miami Dally Business
Review Is a newspeper published al Miami. in said
Mlaml-pade Counly, Florida and Ihal Ihe said newspaper has
heretofore been continuously published ih said Miami-Dade
Counly, Florida each day (except Saturday, Sunday and
Legal Holidays) and has been entated as second class mail
matter at the posl office In Miami in said Miami-Dade Counly,
Florida, for a period of one year next preceding the firsl
publication of the attached copy of advertisement; and affiant
further says that he or she has neither paid nor promised any
person, firm or corporation any discount, rebate. commission
or refund for the purpose of securing this advertisement for
said new
~",\\~\I!O"M"""III. ~,'\I, d, \1-1 .48 ~/1,.t: .
;§. " •••••• i/!.
§' .···~SSIO •••• ~
'::::.0 er l!. C;;. ~
(SEAL) ~ '. Cl ,A'l;¢. '''0 ~.. ~
;;: 0 ..... ~ ? .. ·~e ...
OCTELMA V. FERBEYRE personally known to rJD!. ::Ii! ~ -CI> 1 * i ' _ ill .. 0. ._
;"'; • • s:~ ~~~'l.. UFF034747 l~~ '~~'.o 1.10 1 "~)--" ."t.~~ A..:· ••••• •• C)'\ ~ '. vtlltc. ST~i~~\,'~
'/ /I ill 1\ \ 1\\\\