Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
CONEX ENGINEERING INC.
f. City of South Miami .p, m Construction Contract June 26, 2012 15491 NW 33r(I Place — Miami Gardens, FL 33054 305.769.2230 / 305.769.2232 fax contact @conexengineering.com June 26, 2012 Attn: City of South Miami Dr. Hector Mirabile 6130 Sunset Drive South Miami, FL 33143 Re: Bid proposal for: "Progress Road Improvements" (SW 68t" Street to SW 70t" Street) Dear Dr. Mirabile: With the enclosed bid submittal package we would like to express our sincere interest in working with the City of South Miami on the above referenced project. Included please find one (1) original, unbound complete bid package to include all documents required; ten (10) copies - bound and 1 digital CD. I am confident that based on our proposal, experience and professionalism we will be chosen for this job. Please do not hesitate to contact us should you have any questions. Do not hesitate to contact us should there be anything else you need. *We look forward to the opportunity; thank you in advance for your time and attention. Best Regards, elya Rodriguez (kellly Operations Manager 15491 NW 33'a Place — Miami Gardens, FL 33054 305.769.2230 / 305.769.2232 fax contact @conexengineering.com PPq u` 0 r, Pj l CITY OF SOUTH MIAMI PROGRESS ROAD IMPROVEMENTS The City of South Miami, Florida, hereinafter referred to as "City ", is hereby soliciting sealed proposals.. The submittal, consisting of one (1) original unbound proposal, ten (10) additional copies and one (1) digital CD copy to the Office of the City Clerk, South Miami City Hall, 6130 Sunset Drive, South Miami, Florida 33143. Sealed Proposals must be received by the City Clerk, either by mail or hand delivery, no later than 10 A.M. local time on June 13, 2012. A public opening will take place at 10 A.M. in the City Commission Chambers located at City Hall on the same date. Any Proposals received after 10 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 against the Bidders. The Project is generally described as: Based on the South Miami Redevelopment Community ( SMCRA) Board funded survey work, associated drainage and percolation study and input provided by the SMCRA Board members and local business owners, a city- designated design firm completed the design portion of the Progress Road Infrastructure Improvement Project including a full set of construction drawings for the project. Scheduled improvements include the removal of three (3) existing drainage inlets, the installation of six (6) new drainage inlets. 5 new storm water manholes and associated exfiltration systems, roadway milling and resurfacing, street signage and striping. The work involved with the project shall include, but may not be limited to, the furnishing of all labor, materials, tools, equipment, machinery, superintendence and services necessary for the complete in place construction of the project. A Mandatory Meeting will be conducted at City Chambers at 10:00 am located at 6130 Sunset Drive, South Miami 33143 Pre -Bid Conference shall be held at the site at May 31, 2012. The conference shall be held regardless of weather conditions. Proposals are subject to the attached Standard Terms and Conditions contained in the complete bid package. Interested Bidders who wish to bid on this RFP can obtain the complete bid package at City's website at cityofsouthmiami. net / index. php ?src= gendocs &ref= BidPosting20IO &category =RFPs- and -Bids or at the City Clerk's office Monday through Friday from 9:00 A.M. to 4:00 P.M. The City of South Miami reserves the right to award the bid to the lowest, most responsive, responsible bidder, as determined by the City Commission, subject to the right of the City to reject any and all bids, to waive any irregularity in the bids or bidding procedure and subject also to the right of the City to award bid and contract to bidders other than the low bidder. Maria Menendez South Miami City Clerk © thomasfpepe-09 -28 -1 I TABLE OF CONTENTS it SCOPE OF SERVICES INSTRUCTIONSFOR RESPONDENT ....................................................................................... ..............................2 PROPOSAL SUBMITTAL CHECKLIST FORM ........................................................................... ..............................7 BIDFORM ............................................................................................................................... ..............................8 BIDBOND .......................................................................................................................... ............................... 16 BIDDER QUALIFICATION STATEMENT ............................................................................. ............................... 18 NON - COLLUSION AFFIDAVIT .......................................................................................... ............................... 22 PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST ................................................. ............................... 23 DRUGFREE WORKPLACE ................................................................................................. ............................... 26 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS ...................... ............................... 27 LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS ............................. ............................... 28 NOTICEOF AWARD .......................................................................................................... ............................... 29 CONTRACT........................................................................................................................ ............................... 30 FORM OF PERFORMANCE BOND ...................................................................................... ............................... 32 FORMOF PAYMENT BOND ............................................................................................... ............................... 36 NOTICETO PROCEED ....................................................................................................... ............................... 39 GENERAL CONDITIONS ...................................................................................................... .............................40 ARTICLEI — Definitions .............................................................................................................. .............................40 ARTICLE2 — Preliminary Matters .............................................................................................. .............................42 ARTICLE 3 — Correlation, Interpretation and Intent of Contract Documents .............. .............................45 ARTICLE 4— Availability of Lands Subsurface Conditions Reference Points .................. .............................46 ARTICLE5 — Insurance ................................................................................................................. .............................47 ARTICLE 6 — Contractor's Responsibilities ............................................................................. .............................50 ARTICLE7 — Work by Others ................................................................................................... .............................57 ARTICLE 8 — City's Responsibilities .......................................................................................... .............................58 ARTICLE 9 — Consultants' Status During Construction ....................................................... .............................58 ARTICLE10 - Changes in the Work ......................................................................................... .............................60 ARTICLE I I — Change of Contract Price ................................................................................ .............................61 ARTICLE 12 —Time for Completion, Liquidated Damages and Chance of the Contract Time ..............63 ARTICLE13 - Guarantee ............................................................................................................. .............................65 ARTICLE 14 - Payments and Completion ................................................................................ .............................65 © thoma0pepe- 09 -28 -1 I (Updated tfp 4.30 -2012) ARTICLE 15 — Suspension of Work and Termination .......................................................... .............................69 ARTICLE16 - Miscellaneous ....................................................................................................... .............................70 ARTICLE17 - Waiver of jury Trial ............................................................................................ .............................71 ARTICLE 18 - Attorneys Fees jurisdiction / Venue / Governing Law ............................... .............................71 ARTICLE19 - Project Records ................................................................................................... .............................71 ARTICLE20 - Severability ............................................................................................................ .............................71 ARTICLE 21 — Independent Contractor .................................................................................. .............................71 EPAYABLES QUESTIONS & ANSWER FORM ...................................................................... ............................... 73 SUPPLEMENTARY CONDITIONS ........................................................................................ ............................... 76 SPECIALCONDITIONS ....................................................................................................... ............................... 78 © thomasfpepe -09 -28.1 I Scope of Services Progress Road Improvements Progress Road Improvements Based on the South Miami Redevelopment Community (SMCRA) Board funded survey work, associated drainage and percolation study and input provided by the SMCRA Board members and local business owners, a city- designated design firm completed the design portion of the Progress Road Infrastructure Improvement Project including a full set of construction drawings for the project. Scheduled improvements include the removal of three (3) existing drainage inlets, the installation of six (6) new drainage inlets. Five (5) new storm water manholes and associated exfiltration systems, roadway milling and resurfacing, street signage and striping. Based on similarly completed infrastructure improvements, the current estimate to complete construction of the Project range between $150,000 to $180,000. This is an estimate and the public bidding process will determine the actual construction cost. END OF SECTION © thomasfpepe-09 -28 -1 I Page Instructions for IT IS THE RESPONSIBILITY OF THE RESPONDENT TO THE SOLICITATION (HEREINAFTER REFERRED TO AS THE "BIDDER" THROUGHOUT THE CONTRACT DOCUMENTS) TO ENSURE THAT THE RESPONSE TO THE SOLICITATION (HEREINAFTER REFERRED TO AS THE "BID" THROUGHOUT THE CONTRACT DOCUMENTS) REACHES THE CITY MANAGER ON OR BEFORE THE CLOSING HOUR AND DATE STATED ON THE INVITATION TO BID FORM. I. Purpose of Bid: The City of South Miami is requesting bids for the lowest and most responsive price for Progress Road Improvements. The City reserves the right to award the contract to the Bidder whose bid is found to be in the best interests of the City. 2. Any questions concerning the Bid Specifications or any required need for clarification must be made to the City Manager in writing, at least five (5) days prior to the date of the Bid opening. Interpretations or clarifications, considered necessary by the City in response to such questions, shall be issued by a written addendum to the Bid Specifications and mailed or delivered to all parties listed on the official BIDDER's list as having received the bidding documents. Verbal interpretations or clarifications shall be without legal effect. No plea by a BIDDER of ignorance or the need for additional information shall exempt a BIDDER from submitting the Bid on the required date and time as set forth in the public notice. 3. Cone of Silence: You are hereby advised that this Invitation to Bid is subject to the "Cone of Silence," in accordance with Miami -Dade County Ordinance Nos. 98106 and 99 -I. From the time of advertising until the City Manager issues his recommendation, there is a prohibition on communication with the City's professional staff. The Cone of Silence does not apply to verbal communications at pre -bid conferences, verbal presentations before evaluation committees, contract discussions during any duly noticed public meeting, public presentations made to the City Commission during any duly notice public meeting, contract negotiations with the staff following the award of an RFP, RFQ, RFLI, or communications in writing at any time with any City employee, official or member of the City Commission unless specifically prohibited. A copy of all written communications must be contemporaneously filed with the City Clerk. Violation of these provisions by any particular bidder or proposer shall render any RFP award, RFQ award, RFLI award, or bid award to said bidder or proposer voidable, and, in such event, said bidder or proposer shall not be considered for any RFP, RFQ, RFLI or bid for a contract for the provision of goods or services for a period of one year. 4. BIDDER warrants that the prices, terms and conditions quoted in the Bid shall be firm for a period of 90 days from the date of the Bid opening unless otherwise stated in the Bid Form. Incomplete, unresponsive, irresponsible, vague, or ambiguous responses to the Invitations to Bid shall be cause for rejection, as determined by the City. 5. Pursuant to the provisions of paragraph (2)(a) of Section 287.133 1, Florida Statutes — "a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a contract to provide any goods or services lhtt : //v .len.state,fl.us/Statutes/index.ofm?Ar)i) mode=Displav Statute &Search Stdn = &URL =0200- 0299/0287/Secti ons/0287.133. html ©thomasfpepe-09- 28- II(Updated 04 -30 -2012) Page 2 to a public entity, may not submit a Bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded to perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for category two for a period of 36 months from the date of being placed on the convicted vendor list ". 6. BIDDERS shall use the Bid Form(s) furnished by the City. Failure to do so may cause the Bid to be rejected. Removal of any of the Bid Forms may invalidate the Bid. BIDDER shall deliver to the City, as Bid package, the following documents: a) The Invitation to Bid and Instructions to Bidders. b) A copy of all issued addenda. c) Four (4) copies of the Bid Form completely executed. d) Bid Security, (Bid Bond or cashier's check) attached to the Bid Form. e) Certificates of Competencies, State, County and City Licenses. f) Certificate of Insurance and /or Letter of Insurability. The entire Bid Package shall be placed in an opaque envelope and clearly marked with the BIDDER'S name and "SEALED BID PROGRESS ROAD IMPROVEMENTS." 1 Bids having an erasure or correction must be initialed by the BIDDER in ink at the location of each and every erasure or correction. Bids shall be signed in ink; all quotations shall be typewritten or printed and filled in with ink. T Mistake: In the event that unit prices are part of the Bid and if there is a discrepancy between the unit price(s) and the extended price(s), the unit price(s) shall prevail and the extension(s) shall be adjusted to coincide. BIDDERS are responsible for checking their calculations. Failure to do so shall be at the BIDDER'S risk, and errors shall not release the BIDDER from his /her or its responsibility as noted herein. 8. Brand Names: If a brand name, make, manufacturer's trade name, or vendor catalog number is mentioned, whether or not followed by the words "approved equal ", it is for the purpose of establishing a grade or quality of material only. BIDDER may offer equals with appropriate identification, samples and /or specifications on such item(s). The City shall be the sole judge concerning the merits of items Bid as equals. 9. Pricing: Prices should be stated in units of quantity specified in the Bid Form. In case of a discrepancy, the City reserves the right to make the final determination at the lowest net cost to the City. 10. Safety Standards: The BIDDER warrants that the product(s) to be supplied to the City conform in all respects to the standards set forth in the Occupational Safety and Health Act (OSHA) and its amendments. Bids must be accompanied by a Materials Data Safety Sheet (M.S.D.S) when applicable. I I. Liability, Insurance, Licenses & Permits: Where BIDDERS are required to enter onto City of South Miami property to deliver materials or to perform work or services as a result of a Bid Award, the BIDDER shall assume the full duty, obligation, and expense of obtaining all necessary licenses, permits, inspections, and insurance required. The BIDDER shall be liable for any damages or loss to the City occasioned by the negligence of the BIDDER (or its agent or employees) or any person acting for or through the BIDDER. BIDDER shall furnish a certified copy of all licenses, Certificates of Competency or other licensing requirement @thomasfpepe- 09-28 -II (Updated 04 -30 -2012) Page 3 necessary to practice their profession as required by Florida Statutes, the Florida Building Code, Miami -Dade County Code or City of South Miami Code. BIDDERS shall include current Miami -Dade County Certificates of Competency applicable to the work to be performed. These documents shall be furnished to the City as part of the Bid response. Failure to have required licenses or to furnish these documents shall be grounds for rejecting the Bid and forfeiture of the Bid Bond. 12. BIDDER shall furnish to the City Manager, Certificate(s) of Insurance which indicate that insurance coverage has been obtained from an insurance company authorized to do business in the State of Florida or otherwise secured in a manner satisfactory to the City, for those coverage types and amounts listed in Article 5 of the General Conditions, in an amount equal to 100% of the requirements and shall be presented to the City prior to issuance of any Contract(s) or Award(s) Document(s). 13. At the time of the Bid submission the BIDDER must submit Certificates of Insurance, or evidence of insurability in the form of a letter from BIDDER'S insurance carriers demonstrating the ability to obtain coverage outlined in Article 5 of the General Conditions. 14. All insurance shall be issued by companies rated A:VII or better per A.M. Bests Key Rating Guide, latest edition and authorized to issue insurance in the State of Florida. It shall be the responsibility of the BIDDER and insurer to notify the City Manager of cancellation, lapse or material modification of any insurance policies insuring the BIDDER, which relate to the activities of such vendor and the City of South Miami. Such notification shall be in writing, and shall be submitted to the City Manager thirty (30) days prior to cancellation or modification of such policies. This requirement shall be reflected on the Certificate of Insurance. 15. Failure to fully and satisfactorily comply with the City's insurance and bonding requirements set forth herein shall authorize the City Manager to implement a rescission of the Bid Award without further City Commission action. The BIDDER hereby holds the City harmless and agrees to indemnify the City and covenants not to sue the City by virtue of such rescission. 16. Copyrights and /or Patent Rights: BIDDER warrants that as to the manufacturing, producing or selling of goods intended to be shipped or ordered by the Bidder pursuant to this Bid, there has not been and will not be any infringement of copyrights or patent rights. The seller agrees to indemnify City from any and all liability, loss or expense occasioned by any such violation or infringement. 17. Samples: Samples of items, when required, must be furnished by the BIDDER free of charge to the City. Each individual sample must be labeled with the BIDDER'S name and manufacturer's brand name and delivered by it within ten (10) calendar days of the Bid opening unless schedule indicates a different time. If samples are requested subsequent to the Bid opening, they shall be delivered within ten (10) calendar days of the request. The City shall not be responsible for the return of samples. 18. BIDDER warrants by signature on the Bid Form that prices quoted here are in conformity with the latest Federal Price Guidelines. 19. Governmental Restrictions: In the event any governmental restrictions may be imposed which would necessitate alteration of the material quality, workmanship, or performance of the items offered on this Bid prior to their delivery, it shall be the responsibility of the successful BIDDER to notify the City at once, indicating in its letter the specific regulation which required an alteration. The City of South Miami reserves the right to accept any such alteration, including any price adjustments occasioned thereby, or to cancel all or any portion of the Contract, at the sole discretion of the City and at no further expense to the City. ©thomasfpepe- 09-28 -II (Updated 04 -30 -2012) Page 4 20. Award of Bids: The City of South Miami reserves the right to award the bid to the lowest, most responsive, responsible BIDDER, as determined by the City Commission, subject to the right of the City to reject any and all bids, to waive any irregularity in the bids or bidding procedure and subject also to the right of the City to award bid and contract to a BIDDER other than the low BIDDER. 21. Evaluation of Bids: The City, at its sole discretion, reserves the right to inspect the facilities of any or all BIDDERS to determine its capability to meet the requirements of the Contract. In addition, the price, responsibility and responsiveness of the BIDDER, the financial position, experience, staffing, equipment, materials, references, and past history of service to the City and /or with other units of state, and /or local governments in Florida, or comparable private entities, will be taken into consideration in the Award of the Contract. 22. Identical (Tie Bids): In the event of an identical Tie Bid, a preference shall be given to a business having a drug free workplace under Florida Statute Section 287.087, as amended. 23. Drug Free Workplace: Failure to provide proof of compliance with Florida Statute Section 287.087, as amended, when requested shall be cause for rejection of the Bid as determined by the City. 24. Hold Harmless: All BIDDERS shall hold the City, its officials and employees harmless and covenant not to sue the City, its officials and employees in reference to its decisions to reject, award, or not award a Bid, as applicable, unless the claim is based solely on allegations of fraud and /or collusion. The submission of a bid shall act as an agreement by the BIDDER that the bid bond shall not be released until and unless the BIDDER waives any and all claims that the BIDDER may have against the City that arise out of this bidding process or until a judgment is entered in the BIDDER'S favor in any suit filed which concerns this bid process. In any such suit, the prevailing party shall recover its attorney's fees, court costs as well as expenses associated with the litigation. In the event that fees, court costs and expenses associated with the litigation are awarded to the City, the Bid Bond shall be applied to the payment of those costs and any balance shall be paid by the BIDDER. 25. Cancellation: Failure on the part of the BIDDER to comply with the conditions, specifications, requirements, and terms as determined by the City, shall be just cause for cancellation of the Award. 26. Bonding Requirements: The BIDDER, in submitting this Bid, shall include a Bid Bond in the amount of 5% of the total amount of the base Bid on the Bid Bond Form included herein. A company or personal check shall not be deemed a valid Bid Security. 27. Performance and Payment Bond: The City of South Miami shall require the successful BIDDER to furnish a Performance Bond and Payment Bond, each, in the amount of 100% of the total Bid Price, including Alternates if any, naming the City of South Miami as the obligee, as security for the faithful performance of the Contract and for the payment of all persons or entities performing labor, services and/or furnishing materials in connection herewith. The bonds shall be with a surety company authorized to do business in the State of Florida. 28. Bid Guarantee: The successful BIDDER shall execute the Contract (Agreement) and provide the required Performance Bond, Payment Bond and Certificates of Insurance within ten (10) calendar days of Notice of Award by the City. The BIDDER who has the Contract awarded to him and who fails to execute the Contract and furnish the Performance Bond, Payment Bonds and Insurance Certificates within the specified time shall forfeit the Bid Bond /Security that accompanied his/her or its Bid, and the Bid Bond /Security shall be retained as liquidated damages by the City, and it is agreed that this sum is a fair estimate of the amount of damages the City will sustain in case the BIDDER fails to enter into the Contract and sign the contract or furnish the Bonds and Insurance Certificates. Bid Bond /Security deposited in the form of a ©thomasfpepe- 09- 28- II(Updated 04 -30 -2012) Page 5 cashiers check drawn on a local bank in good standing shall be subject to the same requirements as a Bid Bond. 29. Pre -bid Conference Site Visits: It is mandatory that all BIDDERS attend a pre -bid conference if required or requested by the City, and tour all areas referenced in the Bid Documents. It shall be grounds for rejecting a Bid from a BIDDER who did not attend the pre -bid conference. No pleas of ignorance by the BIDDER of conditions that exist, or that may hereinafter exist as a result of failure to make the necessary examinations or investigations or failure to fulfill in every requirement of the Contract Documents, will be accepted as basis for varying the requirements of the Contract with the City of South Miami or the compensation of the BIDDER. 30. Time of Completion: The time is of the essence with regard to the completion of the Work to be performed under the Contract to be awarded. Delays and extensions of time may be allowed only in accordance with the provisions stated in the appropriate section of the General Conditions. The time allowed for the completion of the work shall be as stated in the Bid Form. 31. Cancellation of Bid Solicitation: The City of South Miami reserves the right to cancel, in whole or part, any invitation to bid when it is in the best interest of the City. END OF SECTION © thomasfpepe- 09 -28 -1 I (Updated 04 -30 -2012) Page 6 Proposal Submittal Checklist Form Progress Road Improvements This checklist indicates the forms and documents required to be submitted for this solicitation 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. The response shall include the following items: X Bid Form 8 X Bid Bond and Power of Attorney 16 X Bidder Qualification Statement 18 X Non - Collusion Affidavit 22 X Public Entity Crimes and Conflicts of Interest 23 X Drug Free Workplace 26 X Acknowledgement of Conformance with OSHA Standards 27 X List of Proposed Subcontractors and Principal Suppliers 28 Submit this checklist along with your proposal indicating the completion and submission of each required forms and /or documents. ©thomasfpepe- 09 -28 -II (Updated 04 -30 -2012) Page 7 Bid Form Progress Road Improvements THIS BID IS SUBMITTED TO: Dr. Hector Mirabile City Manager City of South Miami 6130 Sunset Drive South Miami, FL 33143 I. The undersigned BIDDER proposes and agrees, that if this Bid is accepted, to enter into a Contract with the City of South Miami in the form included in the Contract Documents which are part of this Bid Package to perform and furnish all work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated therein and in accordance with the other terms and conditions of the Contract Documents which include those prepared by EAC Consulting, Inc. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to BIDDERS, including without limitation those dealing with the disposition of Bid Bond /Security. This Bid will remain subject to acceptance for 90 days after the day of the Bid opening. BIDDER agrees to sign and submit the Contract with the Bonds, Insurance Certificate and other documents required by the Bidding requirements within ten (10) calendar days after the date of the City's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Contract that: a. BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged.) Addendum No. One (1) Dated: June 11, 2012 Addendum No. Two (2) Dated: June 18, 2012 Addendum No. Addendum No. Addendum No. Addendum No. Dated: Dated: Dated: Dated: b. BIDDER has familiarized himself with the nature and extent of the Contract Documents, the proposed work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. c. BIDDER has studied carefully all reports and drawings of subsurface conditions and drawings of physical conditions. d. BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies in addition to or to supplement those referred to in (c) above which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, ©thomasfpepe- 09 -28 -11 (Updated 04 -30 -2012) Page 8 performance, or the furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. The BIDDER hereby acknowledges that no additional examinations, investigations, explorations, tests, reports or similar information or data are, or will, be required by BIDDER for any reason in connection with the Bid. e. BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of all Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect to any Underground Facilities are, or will be required, by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. g. BIDDER has given 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 BIDDER represents, by submitting its bid to the City, that the BIDDER has received sufficient notice of the resolution thereof by Consultant, that such resolution is acceptable to BIDDER and the BIDDER waives any claim regarding the conflicts, errors or discrepancies. h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; BIDDER has not directly or indirectly induced or solicited any other BIDDER to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from Bidding; and BIDDER has not sought by collusion or otherwise to obtain for itself any advantage over any other BIDDER or over the CITY. 4. BIDDER understands and agrees that the Contract Price is the lump sum that it needs to furnish and install all of the Work complete and in place. The Schedule of Values is provided for the purpose of Bid Evaluation and when initiated by the CITY, it shall form the basis for calculating the pricing of change orders. The Contract Price shall not be adjusted in any way so as to result in a deviation from the Schedule of Values, except to the extent that the CITY changes the scope of the Work after the Contract Date. As such, the Contractor shall furnish all labor, materials, equipment, tools, superintendence and services necessary to provide a complete, in place Project for the Bid Price of: LUMP SUM BASE BID: One Hundred, Sixty Nine Thousand, Three Hundred Twenty Seven dollars and Three cents $169,327.03 Alternates: # I none #5 #2 #6 ©thomasfpepe- 09 -28 -II (Updated 04 -30 -2012) Page 9 #3 #7 #4 #8 A fee breakdown for each task must be completed in the table shown above. Failure to complete this information shall render the proposal non - responsive. S. The ENTIRE WORK shall be completed, in full, within 240 Calendar Days from the date stipulated in the NOTICE TO PROCEED. Failure to complete the entire work during the described time period shall result in the assessment of liquidated damages as set forth in Paragraph 6 of the Contract. 6. Communications concerning this Bid shall be addressed to: BIDDER: CONEX ENGINEERING, INC. Address: 15491 NW 33rd Place Telephone: Facsimile: Attention: Miami Gardens, FL 33054 305.769.2230 305.769.2232 Fernando Garcia 7. The terms used in this Bid which are defined in the General Conditions of the Contract shall have the same meaning as is assigned to them in the General Conditions. SUBMITTED THIS 26th DAY OF June BID SUBMITTED BY: CONEX ENGINEERING, INC. Company Fernando Garcia Name of Person Authorized to Submit Bid 305.769.2230 Telephone Number 305.769.2232 Fax Number 20 12 �6 l contact @conexengineering.com gnatur Email Address Vice President Title FAILURE TO COMPLETE. SIGN. & RETURN THIS FORM MAY DISOUALIFY YOUR RESPONSE @thomasfpepe- 09- 28- 11(Updated 04 -30 -2012) Page 10 City of South Miami Progress Road Improvements Project Revised Schedule of Values dated 6/12/2032 Item # Description Unit Qty Unit Price Amount Site Development 1 Mobilization LS 1.00 2,462.23 $2,462.23 2 Dust Control LS 1.00 810.83 $810.83 3 Project Sign EA 2.00 869.34 $1,738.68 4 Removal of Existing One (1 ") Inch Asphal SY 2,225.00 3.481 $7,743.00 5 Removal of Existing Drainage Structure EA 3.00 4,134.33 $12,402.99 6 Type S -III (One (1 ") Inch of) Asphalt SY 2,225.00 10.84 $24,119.00 7 Limerock Base CY 20.00 73.35 $1,467.00 8 Subgrade CY 30.00 33.34 $1,000.20 9 Embankment CY 240.00 26.34 $6,321.60 10 Curb Ramp EA 1.00 1,707.28 $1,707.28 11 Disposal of Contaminated Soils (If Enountered) CY 30.00 139.10 $4,173.00 Drainage :. 12 15" HDPE pipe LF 52.00 128.98 $6,706.96 13 18 "HDPE Pipe LF 42.00 107.82 $4,528.44 14 18" French Drain LF 150.00 193.22 $28,983.00 15 Type A Inlet with P Bottom EA 6.00 2,471.98 $14,831.88 16 Storm Manhole EA 5.00 2,477.92 $12,389.60 Signage and Striping 17 24" White Thermoplastic Stripe LF 150.00 2,90 $435.00 18 12" White Thermoplastic Stripe LF 340.00 1.37 $465.80 19 4" White Thermoplastic Stripe LF 1,995.00 .58 $1,157.10 20 6" Yellow Thermoplastic Stripe, Skip GM 0.14 3,941.03 $551.74 21 6" Double Yellow Thermoplastic Stripe LF 150.00 1.37 $205.50 22 Reflective Pavement Markings (RPMs) EA 1 28.00 3.30 $92.40 23 Maintenance of Traffic LS 1.00 11,920.56 $11,920.56 24 Detectable Warning Surface EA 4.00 445.92 $1,783.68 25 Signage LS 1.00 579.56 $579.56 Subtotal $148,577.03 26 Performance and Payment Bond (100 %) LS 1.00 3,350.00 $3,350.00 27 Police Escort HR 220.00 45.00 9.900.00 28 Permits and Insurance LS 1.00 7,500.00 $7,500.00 Total $169,327.03 The revised Schedule of Values must be used to render a responsive bid. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. i i i 1 .� .- r. +n- F- r..+ -�. ,•n. , m-+ n.- J.— m.... ..- �- .— .- .- .- .Tr.._�nr- ..�. -... _- +- .gym.-- ..+- ...- . -r�r.- ..- .+- �.--- ,- +r.-�. STATE OF FLORIDA COUNTY OF MIAMI -DADE INO.W ALL MEN BY THESE PRESENTS, that we, Conex ngmeering, Inc. as Principal, and Capitol Indemnity Corporation as Surety, are held and firmly bound unto the City of South Miami, a municipal corporation of the State of Florida in the sum of Five Percent of Amount Bid Dollars ($ 5% of Amount Bid ), lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that 2012 June 27, S, the Principal has submitted the accompanying Bid dated for the Progress Road Improvements, it was a condition precedent to the submission of said Bid that a Bid Bond in the amount of five percent (5%) of the Base Bid be submitted with said Bid as a guarantee that the BIDDER would, fulfill the obligations of the invitation to bid and bid documents; NOW THEREFORE, A. If the principal shall not withdraw said bid within ninety (90) days after the date for opening of the same, and shall, within ten (10) days after the prescribed forms are presented to it for signature, enter into a written contract with the Owner in accordance with the bid as accepted, and give bonds with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such contract then the above obligations shall be void and of no effect otherwise to remain in full force and effect B. However, In the event of the principal's unauthorized withdrawal of said bid within ninety (90) days after the date of the opening of the same or the failure to enter into a written contract with the Owner in accordance with the bid as accepted, and /or the failure to provide the City with bonds issued from good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such Contract within ten (10) days after the prescribed forms are presented to it for signature and /or in the event that the principal is not awarded the bit but fails to waive all claims that arose or might have arisen out of the bid process in the event that the bid is not awarded to the principal, then the above obligations shall remain in full force and effect and the bond shall thereafter be disburse, by court order, to the Owner in the full amount of the bond if the Bid Documents provide for liquidated damages under the circumstance of the case or, if liquidated damages are not applicable, then in an amount that is adequate to fully compensate the Owner for all of its damages incurred due to the breach of the terms of this Bond, including all attorney fees, court costs and legal expense incurred by the City for any and all proceedings required to obtain the court order of disbursement Including the cost of all appeals or other proceedings, as well as the fees and costs incurred to collect these damages. IN WITNESS WHEREOF, the above bonded parties have executed this instrument under their several seals this 27th day of June , 2012, the name and the corporate seal of each corporate party being hereto affixed and these presents being duly signed by its undersigned representative. ®thomasfpep"9 -28.11 (Updated 04302012) Page 16 IN PRESENCE OF: fIrAw : DA-MON ATTEST: As per attached power of attorney Secretary 12 *Impress Corporate Surety Seal IMPORTANT Surety companies executing b most current list (circular 5'. business in the State of Florida. 15491 N.W. 33 Place (Business Address) Miami, FL 33054 (City/State/Zip) (305) 769 -2230 (Business Phone) Capitol Indemnity Corporation (Corporate Surety)* Warren Alter, Attorney -in -Fact Inds must appear on the Treasury Departments 0 as amended) and be authorized to transact ©thomasfpepe-09.20.11(Updated 0430-2012) Page 17 CAPITOL. INDEMNITY CORPORATION 60077332 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the CAPITOL INDEMNITY CORPORATION, a corporation or the State of Wisconsin, liming its principal offices in the City of Middleton, Wisconsin, does make, constitute and appoint --------- WAR12L - -N ALTER; DAVID SALINE- - - - - -- ------------------- - - - - -- its true and lawful Attorney(s)-in-fact, to make, execute, seal and defter for and on its behalf, as surety, and as its act and deed, any and all bonds, undertaltings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of - - - - -- -ALL W1 ITFEN INSTRUMENTS IN AN AMOUNT NOTTO EXCEED: $20, 000, 000. 00 ----------- -- --- — ----- - - - ---- This Power ofAttm rey is granted and is signed and sealed by facsimile under and by the authority of the Following Resolution adopted by the Board of Direetors of CAPITOL INDEMNITY CORPORATION at a meeting duly called and held on the 15th day of May, 2002. "RESOLVED, that the President, Executive Vice President, Vice President, Secretary or Treasurer, acting individually or otherwise, be and they hereby are granted the power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings, and other wnti¢us obligatory in the nature thereof, one or more resident vice - presidents, assistant secretaries and attorneyls) -iu -f ict, Bach appointee to haw a the powers and duties usual to such off ices to the busme,s of this company; the signature of such officers and seal of the Company me) be affixed to any such power of attorney or to any certifrettte relating thereto by facsimile. and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and hinding upon the Company, and any such power so executed and certified bi facsimile signatures and Iacstmile seal shall be valid and binding upon the Company in the fume with respect to any bond or undertaking or other writing obligatory in the nature thereof to which it is aniched. Any such appointment may be revoked- for cause, or without cause, by any of said officers, at any time." IN WITNESS WHEREOF, the CAPITOL INDENTNIT'Y CORPORATION has caused these presents to be signed by its officer undersigned and its corporate seal w be hereto uftixed duly attested, this Aid day of May;, 2011. Attest: CAPITOL INDEMNITY CORPORATION C WflPO'W)C '. ;iL Richard 1V. Allen III President { SEAL David F. Pauly Surety & Fidelity Operations CEO & President STATE OF WISCONSIN Zoll 5.5.. COUNTY OF DANE On the Ind day of May. 2011 before ore personally came David P. Pauly, to me known, who being by me duly sworn, did depose and say: that lie resides in the County of Dane, State of Wisconsin; that fie is President of CAPITOL INDEMNITY CORPORATION, the corporation described herein and which executed the above instrument; that he knows the seal of the said cotporaion; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order.. DANIEL yr O anuec = -n Daniel AV, Krueger STATE OF W ISCONSIN Notary Public- Dane Co", WI COUNTY OF DANE C'LRTIFIC:iTE My Commission is Permanent 1, tiro undersigned, duly elected to the office stated below, '. non the incumbent in CAPITOL INDEMNIFY CORF,ORATIONi t k4rsLgn In Corporation, .mthm ixed to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney rcmams tm}Llj &wce and has not been revoked; and furthermune, that the Resolution of the Board of Directors, set forth in the Power of Attorney is now inn }rest' r ` Signed and scaled it the City of Middleton, State of Wisconsin this 27th day of `tune 2 012 SEAL Alan S. Onib, je -.. v_•. Secretary THIS DOCUMENT IS NOT VALID UNLESS PRINTED ON GRAY SHADED BACKGROUND WITH A RED SERIAL NUMBER IN THE UPPER RIGHT HAND CORNER, IF YOU HAVE ANY QUESTIONS CONCERN W G'EHE AUTHENTIC'IT'Y OF THIS DOCUMENT CALL 800-475 -4450. Or Yt)AI$ -II) a) In the past 5 years Two On Schedule b) In the past 10 years On Schedule 2. List the last three (3) completed similar projects. a) Project Name: TBN Gift Shop and Virtual Reality Theater Owner Name: Trinity Broadcasting Network Owner Address: Pembroke Park, FL Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: 0212005 Actual Final Contract Completion Date: 0212005 Original Contract Price: $149,384.00 Actual Final Contract Price: $170,249.00 b) Project Name: Israel Reyes Warehouse Owner Name: Mr. Israel Owner Address: 3885 NW 125th Street, opa Locke, FL ©thomasfpepe-09 -28 -I I (Updated 04 -30 -2012) Page 18 Owner Telephone Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price: c) Project Name: Owner Name: Owner Address: Owner Telephone Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price: 2005 2005 $70,000.00 $70,000.00 Drainage System & Pavement Restoration Cigarrete Racing Team 4355 NW 128th Street, Opa Locke, FL 2004 2004 $29,250.00 $29,250.00 ©thomasfpepe- 09 -28 -1I (Updated 04 -30 -2012) Page 19 3. Current workload 5. The following information shall be attached to the bid. a) Contractor's home office organization chart. b) Contractor's proposed project organizational chart. c) Resumes of proposed key project personnel, including on -site Superintendent. 6. List and describe any: a) Bankruptcy petitions filed by or against the BIDDER or any predecessor organizations, b) Any arbitration or civil or criminal proceedings, or Suspension of contracts or debarring from Bidding by any public agency brought C) against the BIDDER in the last five (5) years. © thomzsfpepe- 09 -28 -1 I (Updated 04 -30 -2012) Page 20 Town of SW Ranches- , Drainage Improvements Town of SW Ranches 954.343.7444 $92,000.00 Bank United, Contract through - Fort Lauderdale T & G Constructors 866.352.4443 $20,000.00 4. The following information shall be provided for this project a) Estimated total demolition man -hours 96 Hours Percent man -hours to be performed by Contractor's b) permanent staff 17% Permanent man -hours to be performed by direct hired c) employees for this project 611 Hours d) Percent man -hours to be performed by Subcontractors 14% 5. The following information shall be attached to the bid. a) Contractor's home office organization chart. b) Contractor's proposed project organizational chart. c) Resumes of proposed key project personnel, including on -site Superintendent. 6. List and describe any: a) Bankruptcy petitions filed by or against the BIDDER or any predecessor organizations, b) Any arbitration or civil or criminal proceedings, or Suspension of contracts or debarring from Bidding by any public agency brought C) against the BIDDER in the last five (5) years. © thomzsfpepe- 09 -28 -1 I (Updated 04 -30 -2012) Page 20 M�M Irma Q U Z Q N Z Q Q: O W U u. O W O a E C- c a E a bio CcTS G L a Ca C a bA (6 S= C� G 76 U i U L C6 CCIS G N C O I6 L a s? X N O 4 is L a Q O a LL Q a p ao c r6 4_ V) w om (n 4- U O p U aA C 4- 4-; s= Q a O p U U a V) 4a t= a s= Q) s= SZ Cn N L a _ 4 a a U a a U E C- c a E a bio CcTS G L a Ca C a bA (6 S= C� G 76 U i U L C6 CCIS G N C O I6 L a s? X N O 4 is L a Q O a LL Q a p ao c r6 4_ V) w om (n 4- U O p U aA C 4- 4-; s= Q a O p U U a V) 4a t= a s= Q) s= SZ Cn +-1 c a E Q Q) 07 w N L 4 U Qj (6 0 C (6 tl G +-1 c a E Q Q) 07 w v U EF 4- Q m i 0 L 0 U 0? Qj u L LO N N Q 4 .N WA C v C v C �L Q N LL N L 0 u L c 0 U • C L Q� L J N L- 0 41 YW Q Z U Q � 2 U Z v � Q N Z Q r V W a C v C v C �L Q N LL N L 0 u L c 0 U • C L Q� L J N L- 0 41 Fernando A. Garcia, Vice President Mr. Garcia has over 26 years of experience in Construction Management and Onsite Supervision specializing in civil projects with related work such as earthwork, grading, pipelines, complex structures for bridges, highways, industrial plants, offshore oil and gas productions facilities as well as commercial and residential buildings. In addition to over 8 years in construction cost, estimating, contract administration and planning. Fernando obtained his BS in Civil Engineering over 30 years ago from 1JNIMET in Caracas, Venezuela. He is also licensed in Miami -Dade for Pipelines & Paving Specialty Contractor in addition to being licensed in Broward County as a Pipeline & Minor Roads Engineered Contractor. Fernando also possesses a Professional Certificate of Management for Engineers. Past experience includes: City Engineering, Inc. / Budget Construction Co. (2003 — 2011) Chief Project Cost Estimator and Administrator — This task was performed for several projects with bidding ranges fi-om $500k to $10 Million for private site work development s as well as public infi-astructure in Miami -Dade & Broward County. Joint Ventures companies... Conoco Phillips- Geolridra; Jantesa -Perez Companc; Aliva Sturnp- Snntek; Edificaciones - Jantesa; Teclmipetrol Italy - Jantesa; Bechtel International- Jantesa (1994 — 2003). Worked in multidisciplinary D -B, EPC & LSTK construction projects for oil refineries expansions, gas plants and other facilities for the Venezuelan oil industry as well as private industrial developments. Duties entailed: Construction Manager, Project Manager, Superintendent, Field Engineer for large scale developments encompassing works of civil and mechanical installations like pipelines, concrete structures, electrical & instrumentation canalizations, structural steel structures, buildings, etc. Project costs ranging fiom $100k to $2 Million. Venezuelan Department of Transportation (1992 — 1994) As Construction Manager Fernando worked on the public infiastructure national plan which involved reinforcing and the improvement of existing concrete and steel bridges structures as well as new construction in addition to the improvements of highways and river erosion control structures. Project costs ranging from $50k to $200k Venezuelan Private Building Contractors (1976 — 1992) While working for these several Venezuelan companies Fernando acted as the Field Inspector for the construction of the Latin Financial Center Tower in Caracas, Venezuela. He was the Superintendent for the construction of Caribe Bank building expansion in Caracas, Venezuela. Mr. Garcia was also Project Manager for the construction of the LaSource Hotel & Resort in Grenada Island, Eastern Caribbean. Project costs from $300k to $1 Million. 15491 NW 33r,' Place —Miami Gardens, FL 33054 305.769.2230 / 305.769.2232 fax contact@conexengineering.com Kelya Rodriguez (kelly), Operations Manager Mrs. Rodriguez has over 10 years of working closely with Architects, Engineers and Contractors. She possesses a combination of experience and skills in different aspects of the trade which makes her a key asset to the company. Past experience includes: Glass Tech Engineering, Inc. (2008 — 2010) Contract Management /Engineering Dept. Administrator — Her duties consisted of contract review and processing. Issuance of NTO's, Release of Liens and COI. Review of job specs, research of Leed Approved Materials, preparation of proposals, change orders and issuance of close -out documents. Client submittal and permit process in addition to overseeing the Engineering Dept.for accuracy and productivity. Are One, LLC. /Firedoor (2007 — 2008) Project Coordinator /Customer Service Supervisor — Her duties entailed: oversee dept. functionality and productivity. Addressing revisions, changes to shop drawings, RFI's and issue work orders. Kick off meetings with all applicable departments for over all client needs and expectations. Follow project through fi-om beginning to end to include the release of material in order to meet client deadlines. Miami Curtain Wall Consultants, Inc. (2005 —2007) Office /Operations Manager — Mrs. Rodriguez worked on the company's day to day operations fi-om accounts payable, receivable, payroll, collections, insurance renewals, etc. She would oversee the clerical staff. Prepare proposals, AIA documents, work on inspection scheduling and waterproofing reports as needed. Review NOA's as required based on project specs, and even served as the company's Marketing Coordinator working on PowerPoint presentations and Media Kits. Hind Group Architects (2001 — 2005) Permit Coordinator — Kelya was in charge of the entire permitting process for the proposed remodel of restaurants such as "Olive Garden" and "Red Lobster ". This was to include approvals from all applicable departments, including the Design Review Board (when needed), researching codes, regulations, ordinances and insuring that all revisions were addressed. She has worked with a variety of different jurisdictions throughout the State of Florida. Mrs. Rodriguez is currently taking the OSHA 30 Hour course. Recently completed Turner's Construction Management Course at Broward College, while taking online classes for Project Management through Miami -Dade Community College. She has also attended the "Builders Notice" Construction Lien Law Seminar and NTO Workshop. In addition to having completed courses at Miami -Dade Community College for Accounting, Bookkeeping & QuickBooks. 15491 NW 33rd Place — Miami Gardens, Fl, 33054 305.769.2230 / 305.769.2232 fax contact @conexenginee ring. corer Juan Carlos Comas, Project Manager /Inspector Mr. Comas has over 14 years of experience in construction. In the past 6 years he has worked as an Inspector, has extensive asphalt and concrete supervision experience oriented in the pavement restoration, road construction, inspection and supervision of drainage systems, and of traffic road improvements. Furthermore, Juan Carlos has a vast experience with traffic calming devices, road capacity improvement, concrete, ADA ramps, curb and gutter, milling and resurfacing, traffic signs maintenance, and evaluation of field conditions. Plans review and specifications, Project Management, Design and construction schedule. Past experience includes: METRIC ENGINEERING (2009 -2011) Construction Engineering Inspector for several projects throughout Miami Dade County, City of Miami, WASD and FDOT. Hand on experience with the following: Milling and Resurfacing, Road Reconstruction, Drainage, Concrete, ADA- Ramps, Curb and Gutter, Traffic Circle, Concrete Sidewalks, Striping, Traffic signs maintenance, and Asphalt Pavement. These are just a few of the many projects locations executed: City of Miami Project — NE 2nd Avenue Improvements fi-om NE 51" Street to NE 57" Street, and NE 2nd Avenue fi-om 57th Street to 69th Street. FDOT Project — South Dixie Highway (US I) fiom SW 240th Street to 270'h Sheet. (2007- 2009) Miami -Dade County Roadway Improvements — From SW 72nd Street to SW 57th Avenue, SW 172nd Avenue and 268th Street and SW 304th Street and 164th Avenue. (2006 — 2007) Miami Dade County - SW 152nd Street on US 1, US and SW 144`' Street, NW 167h Street and 2nd Avenue exit from I -95. FDOT - W Dixie Hwy. NE 172nd Street and SW 40'h Street exit 821 fi-om Turnpike, SW 1070' Avenue on 104th Street. International Experience: 1993 — 2001: Industrial Construction Enterprise, Ministry of Construction, Matanzas, Cuba - Project Manager. Duties consisted of Management of industrial construction projects including the different phases of construction such as earthwork, road construction, concrete work, paving, drainage, building construction, erection of metal structures, installation of mechanical and electrical equipment as well as instrumentation and control devices. Responsible for the planning and scheduling of the construction and follow up on the development of the project. Responsible for the budget control and to make sure that the work is completed within the time scheduled. 1986 — 1993: Industrial Construction Enterprise, Ministry of Construction, Matanzas, Cuba - Construction Technician. Duties included: working as an assistant to the Engineer (Project Manager) in all engineering and construction activities. Performing duties related to the Quality Control of the construction, ensuring that the work is done according to the plans and standards. Preparing monthly production reports, working on budget and schedule controls. EDUCATION: B.S.C.E., Matanzas University, Cuba, 1993 - (Bachelor Degree): Industrial Engineer, the equivalent of the U.S. degree of Bachelor of Science in Industrial Engineering. PROFESSIONAL MEMBERSHIPS AND CERTIFICATIONS: FDOT TIN#525- 423 - 64425 -0, MOT — Advanced Maintenance of Traffic, CMEC ACI Concrete Field Testing Technician Grade - 1. Hazmat Certification & Nuclear Gauge Safety, CTQP Asphalt Paving Level I, Asphalt Level II, CTQP Earthwork Level I & II, CTQP Final Estimates I, Troxler Nuclear Gauge Safety. 15491 NW 33r'd Place — Miami Gardens, Fl, 33054 305.769.2230 / 305.769.2232 fax contact @conexengineering.com Jorge Luis Gonzalez, Superintendent Mr. Gonzalez shares with us many years of experience as a Civil Field Superintendent. He has also worked as a Land Surveyor, Survey Crew /Instrument Rodperson and even an Architect. He is professional, knowledgeable and trustworthy. Jorge's experience includes: Budget Construction, Inc. (2005 — 2010) Civil Field Superintendent — He directed and supervised teams working within commercial, private sitework jobs and/or city projects, as well as coordinating with DOT. Also directing and supervisin§ in asphalt projects and pavers. All jobs included the coordination and budgeting of activities, interpretation and explanation of plans and contract terms, compliance with city codes and security rules. He also worked as Topographical Land Surveyor Tech — duties included reading plans, graphic delineation, taking positrons or elevations on different types of conunercial projects including specific layouts for sewer, drainage & water lines. In addition to mathematical calculations, auto CAD process and reporting. The following are some of the projects completed under his supervision: nd Pahmetto 826 Expressway & NW 122 Street, a DOT job (2010) Approx. $5 Million m Biscayne Blvd. & 123 Street —North Miami, FL (2009 — 2010) Approx. $6 Million "Trump Royal" — Sunny Isles, FL (2009) Approximately $3 Million "Ocean Marine" — Hallandale, FL (2008 — 2010) Approx. 3 Million New Bearings, Inc. (2003 — 2005) Topographical Land Surveyor Tech — duties included analysis of plans, taking elevations, mathematical calculations, reporting accurate survey information resulting fi-om field work. Instruments used: level transit, electronic measuring devices and total stations with electronic data collecting capabilities among others. Master Excavator, Inc. (2001 — 2003) Survey Crew - Instrument Rodperson — He worked on surveying with measuring instruments including level transit, electronic measuring devices, calculators and total stations. Assisting in all activities assigned by principal Land Survey Technician specifically with staking and marking. As an Architect Jorge worked on the Public Health Ministry in Managua, Nicaragua fi-om 1998 to 2001. He was also the Architect for several projects in Cuba from 1995 to 1998. He has a Bachelor's Degree in Architecture obtained fiom the University of Havana, Cuba (1990 — 1995), also possesses a Master's Degree in Architectural Remodel (1995 — 1996) Has taken the following courses — Asphalt Level I, FIU Engineering Center (2006) & OSHA, 10 hours at Nova University 2007). Mr. Gonzalez is fluent in both the English and Spanish language and knows basic computer skills. 15491 NW 33''d Place — Miami Gardens, FL 33054 305.769.2230 / 305.769.2232 fax contact @conexengineering.corm Egor Cabanas Gonzalez, Foreman Mr. Gonzalez shares with us a wide variety of experience as Foreman/Superintendent. His knowledge comes from the following... Horizon Contractor (2010 — 2011) Water and Sewer Lines Foreman — He worked on the installation of water and sewer lines, drainage systems for projects In Davie City, FL. Budget Construction, Inc. (2003 — 2009) Civil Field Superintendent — As Superintendent he would direct and supervise groups working within commercial, private site work jobs and or city projects. The jobs included removal and installation of water and sewer lines, drainage systems, installation of concrete. In addition to supervising in asphalt projects and pavers. The following were some of the most important projects completed under his supervision: "Overtown'Phase I & 11 — Downtown, Miami — (2007 -2009) Approx. $4 -6 Million "Trump Hollywood" — Hollywood, FL — (2008 — 2010) Approx. $2 Million "Villas of Positano" — Dania, FL — (2006) Approx. $ 3 Million Resol, Inc. (2010 — 2011) Water, Sewer line and Drainage Foremen — He worked on construction activities for the installation of water, sewer lines and drainage systems, while managing various construction equipment such as loader, backhoe and excavators. Florida Utilities, Hialeah, FL (1999) Pipelayer Opac, Inc., Bahamas, Nassau (1997 — 1998) Pipelayer Mr. Gonzalez studied Construction in Villa Clara, Cuba (1990 — 1995), has taken OSHA courses, is fluent in both the English and Spanish language in addition to having basic computer skills and the ability to multi -task. 15491 NW 33'6 Place — Miami Gardens, FL 33054 305.769 2230 / 305.769.2232 fax contact @conexengineering.com 7. Government References: List other Government Agencies or Quasi - government Agencies for which you have done business within the past five (5) years. Name of Agency: none- 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: FAILURE TO COMPLETE. SIGN. & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE © thomasfpepe�09 -28 -1 I (Updated 04 -30 -2012) Page 21 Non-Collusion Affidavit Progress Road Improvements Fernando Garcia being first duly sworn, deposes and states that (|)Hn/She/l[hcy is/are the Vice President ({}w/ner. Partner, Officer, Representative orAgent) of Conex Engineering, Inc. the BIDDER that has submitted the attached 80; (2) He/She[They is/are fully informed with respect to the preparation and contents of the attached BID and of all pertinent circumstances concerning such BID; (3) Such BID is genuine and isnot a collusive nr sham BID; (4) Neither the said BIDDER nor any of its officers, partners, owners, agents, representatives, employees nr parties in interest including this af§ant have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other BIDDER, firm, or person to submit a collusive or sham BID in connection with the Work for which the attached BID has been submitted; or to refrain from bidding 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 BIDDER, firm, or person to fix any overhead, profit, or cost elements of the BID or of any other BIDDER, or to fix any overhead, profit, or cost elements of the BID Price or the BID Price of any other BIDDER, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached BID are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the BIDDER or any other of its agents, representatives, owners, employees or parties of interest, including this a0umt Signed, sealed & delivered in the presence of: By: Fernando Garcia/Vice President Print Name and Title . / Subscribed and sworn to before methis 26th day of June .20 12 KELYA RODRIGUEZ MY COMMIS tDD90 8 EXPIRES: �v �-'—'---'-`—«�----' My Commission Expires: @) // (Updated o+30-zo|g Page 22 Public Entity Crimes and Conflicts of Interest Progress Road Improvements Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes — "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a Contract to provide any goods or services to a public entity, may not submit a Bid on a Contract with a public entity for the construction of repair of a public building or public work, may not submit bids on leases or real property to a public entity, may not be awarded to perform Work as a Contractor, supplier, Subcontractor, or Consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount Category Two of Section 287.017, Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list ". The award of any contract hereunder is subject to the provisions of Chapter 112, Florida State Statutes. BIDDERS must disclose with their Bids, the name of any officer, director, partner, associate or agent who is also an officer or employee of the City of South Miami or its agencies. SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. I. This sworn statement is submitted to City of South Miami [print name of the public entity] by Fernando GarciaNice President [print individual's name and title] for Conex Engineering, Inc. [print name of entity submitting sworn statement] whose business address is 15491 NW 33rd Place, Miami Gardens, FL 33054 [print full mailing address] and (if applicable) its Federal Employer Identification Number (FEIN) is 56- 2349454 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 2. 1 understand that a "public entity crime" as defined in Paragraph 287.133 (1)(g), Florida Statutes means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to , any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1) (b), Florida Statutes means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought ©thomasfpepe-09- 28- 11(Updated 04-30 -2012) Page 23 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. 1 understand that an "affiliate" as defined in Paragraph 287.133 (1) (a), Florida Statutes, means: (a) A predecessor or successor of a person convicted of a public entity crime; or (b) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate' includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in any person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. 1 understand that a "person" as defined in Paragraph 287.133 (1) (e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Indicate which statement applies.] X Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of July 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 final order.] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. © thomasfpepe- 09 -28 -1 I (Updated 0430 -2012) Page 24 o7 Signed, sealed & delivered in the presence of: By: Si azure Fernando GanciaNice President Print Name and Title Subscribed and sworn to before me this 26 Notaff Public (Signature) My Commission Expires: �a FAILURE TO COMPLETE. SIGN. & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE @ thornzsfpepe-09-28-1 I (Updated 0430-2012) Page 25 Whenever two or more Bids which are equal with respect to price, quality and service are received by the State or by any political subdivisions for the procurement of commodities or contractual services, a Bid received from a business that certifies that it has implemented x drug- free vvnrkp|accppoXran`sha|lboQivenprmferenceinthe award process. Established procedures for processing tie Bids shall be followed i[ none uf the tied vendors have n drug-free workplace program. |n order to have a drug-free workplace program, ubusiness 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 3) Give each employee engaged in providing the commodities ur contractual services that are under Bid a copy nf the statement specified in Subsection /il. 4) In the statement specified in Subsection (1), notify the employees, that, as a condition of working uf the commodities ^r 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 note contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (3) days after such conviction. 5) Impose u sanction on, or require the satisfactory participation inadrug abuse assistance or rehabilitation proXrarn, if such is available in the employee's cnnono"nity, by any employee who isonconvicted. 6\ Make n good faith effort tocontinue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. BIDDER's Signature: Print Name: Date: 06.26.12 FAILURE TO COMPLETE. SIGN. & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE 0 thomasfpepe-09-28-1 I (Updated 04-30-2012) Page 26 We, CONEX ENGINEERING, INC. , (Name of Contractor), hereby acknowledge and agree that as Contractors for the Progress Road Improvements, as specified have the sale responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami against any and all liability, claims, damages, losses and expenses they may incur due to the failure of (subcontractor's names): Barreiro Concrete, P & J Striping, Inc., Ranger Construction & Decon Environmental to comply with such act or regulation. INDENIM f Witness BY: Fernando Garcia Vice Title FAILURE TO COMPLETE SIGN. & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE © thomasfpepe- 09 -28 -1 I (Updated 04 -30 -2012) Page 27 List of Proposed Subcontractors and Principal Suppliers Progress Road Improvements BIDDER shall list all Proposed Subcontractors to be used on this project if they are awarded the Contract. Landscape N/A Sodding &Turf Work N/A Electrical N/A Irrigation N/A 7255 Corp. Center Drive 305.718.8070, 305.718.8184 fax Paving Bay ^B^ dgi1811an @mngerccnswcban.wm Ranger Construction Miami, FL 33126 Park Amenities N/A Graphics N/A 10810 SW 184th Street 786.573.7140, 305.969.0361 fax Utilities (piping only) Miami, FL 33157 felipe.mccausland @ferguson.com FEI Miami - Waterworks 6570 SW 47th Court 954.583.0801, 954.583.7066 fax Excavation (aggregate) Austin Tupler Trucking Davie, FL 33314 tupleresGmating @beilswth.nel Building N/A 11002 NW S. River Drive 305.885.2530, 305.885.2534 fax Structures (drainage) Medley, FL 33178 Imd @precastl.us Precast Manufacturing Plumbing N/A Painting N/A 13370 SW 131 st Street 305.259.9779, 305.254.2630 fax Testing Laboratory Miami, FL 33185 nalco @nelwtesdng.com Nelco Testing & Eng. Soil Fumigator N/A Signs N/A Other: N/A This list shall be provided to the City of South Miami by the apparent lowest responsive and responsible bidder within five (5) calendar days after Bid Opening. ©thomasfpepe-09- 28- 1I(Updated 04 -30 -2012) Page 28 OP ID: MI CERTIFICATE OF LIABILITY INSURANCE oA06 /2mo6/12 06/22 THIS CERTIFICATE IS ISSUED AS A MATTER 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. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements . PRODUCER 305. 364.7800 BROWN & BROWN OF FLORIDA INC 305 - 714 -4401 14900 NW 79th Court Suite #200 NATACT PHONE FAX ac No: Miami Lakes, FL 33016 -5869 Ramon A Rodriguez E -MAIL PRODUCER CONEX -2 INSURERS AFFORDING COVERAGE NAICN S 1,000,08 INSURED ConexEnginBering31nc. INSURERA:FCCI Insurance Company* 10.1_78 15491 NW 33 Place Miami Gardens, FL 33054 INSURERS: S 1,000,08 — INSURERC: INSURER D $ 2,000,08 GEN'L AGGREGATE LIMIT APPLIES PER: X POLICY P1 FRrO LOC NSURER E: $ 2,080,08 NSUR RF: • AUTOMOBILE COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OFINSURANCE ADUL BUSH p ICYNUM R POLICYEFF POLICY EXP LIMITS • GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GLOO12444 11/16/11 11/16/12 EACH OCCURRENCE S 1,000,08 PREMISES Ea occurrence S 100,08 MED EXP(Any one person) S 5,08 PERSONAL &ADV INJURY S 1,000,08 GENERAL AGGREGATE $ 2,000,08 GEN'L AGGREGATE LIMIT APPLIES PER: X POLICY P1 FRrO LOC PRODUCTS - COMP /OPAGG $ 2,080,08 S • AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -0WNED AUTOS CA0019451 11116111 11/16/12 COMBINED SINGLE LIMIT (Ea accident) S 1,888,88 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Peraccidenl) $ X X S S UMBRELLA LIAR EXCESS DAB OCCUR CLAIMS -MADE EACH OCCURRENCE S AGGREGATE S DEDUCTIBLE RETENTION S S S A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE YIN OFFICERIMEMBER EXCLU DED'! ❑ (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA 001WC11A67534 11/16/11 I 11/16/12 X WCSTATU- OTH- TORY LIMITS ER E.L. EACH ACCIDENT S 1,000,08 E.L. DISEASE - EA EMPLOYEE S 1,069,08 E.L. DISEASE - POLICY LIMIT $ 1,000,08 DESCRIPTION OFOPERATIONS / LOCATIONS /VEHICLES (ANach ACORD 101, Additional Remarks Schedule, if more space is required) RE: Project: Progress Road Improvements ( SW 68th St to SW 70th 70th St) City of South Miami 6130 Sunset Dr South Miami, FL 33143 SHOULD ANY OF THEABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE reserved ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD CERTIFICATE OF COMPETENCY BR WARD ,- FERNANDO A. GARCIA MINOR ROADS(Asphalt & Concrete Paving for Subdiv) CONEX ENGINEERING, INC CC# 13- 3B- 17562 -X Ref. 26459815 Expires 8/31/12 Ctrl# 12 -20508 CERTIFICATE OF COMPETENCY BR WARD FERNANDO A. GARCIA PRIMARY PIPELINES(WATER, SEWER, DRAINAGE) CONEX ENGINEERING, INC CC# 11 -1A- 17560 -X Ref. 26459763 Expires 8/31/12 Ctrl# 12 -20507 r... CTQB Construction Trades- Qualifying Board BUSINESS CERTIFICATE OF COMPETENCY El 100528 CONEX ENGINEERING, INC D.B.A.: !n l GARCIA FERNANDO A Is certified under the provisions of Chapter 10 of Miami -Dade County WaMMMM Home I Product Control I Contractors I Building Officials I Contact us FL 33054 Class Contractor License Information Contractor Number: E1100528 Contractor name: CONEX ENGINEERING, INC Address: 15491 NW 33 PLACE City, St, Zip: MIAMI GARDENS Phone: (954) 647 -4272 Other Phone: (0)23-7110 Fax: Email: D /B /A: Contractor Status: ACTIVE FL 33054 Class Category Category Description Expiration Date ENGR 3 PIPE LINE ENG 09/30/2013 ENGR 7 PAVING ENGINEERING 09/30/2013 GUNTRACTOR INQUIRY COMPLETE Contractor lnouiry and Comolalru Search I Home Page I State License Search Menu O Home I Using Our Site I About I Phone Directory I Privacv I Disclaimer E -mail your comments or questions to BLDGDeot0miamidade.cov ® 2001 Miami -Dade County. All tights reserved. http: / /egvsys. metro- dade.com: 1608/ WWWSERV/ ggvt/BNZAW941.DIA ?CNTR= ElIO0528 3/26/2012 Florida Department of Transportation RICK SCOTT GOVERNOR CONEX ENGINEERING, INC. 15491 NW 33RD PLACE MIAMI GARDENS, FLORIDA 33054 Dear Sir /Madam: 605 Suwannee Street Tallahassee, FL 32399 -0450 May 3, 2012 RE: CERTIFICATE OF QUALIFICATION ANANTH PRASAD, P.E. SECRETARY The Department of Transportation has qualified your company for the amount and the type of work indicated below. Unless your company is notified otherwise, this rating will expire 6/30/2013. However, the new application is due 4/30/2013. In accordance with 5.337.14 (1) F.S. your next application must be filed within (4) months of the ending date of the applicant's audited annual financial statements and, if applicable, the audited interim financial statements. Section 337.14 (4) F.S. provides that your certificate will be valid for 18 months after your financial statement date. This gives a two month period to allow you to bid on jobs as we process your new application for qualification. To remain qualified with the Department, a new application must be submitted subsequent to any significant change in the financial position or the structure of your firm as described in Section 14- 22.005(3), Florida Administrative Code. Your company's maximum capacity rating has been established. To access it, please log into the Contractor Prequalification Application System via the following link: htt2s: / /www3. dot. state. fl .us /ContractorPreQualification/ Once logged in, select "View" for the most recentl_V approved application, and then click the "Manage" and "Application Summary" tabs. FOOT APPROVED WORK CLASSES: .L -, FOOT APPROVED SPECIALITY CLASSES OF WORK: NONE Please be advised the Department of Transportation has considered your company's qualification in all work classes requested. We have evaluated your company's organization, management, work experience, work performance and adequacy of equipment as directed by section 14- 22.003, Florida Administrative Code. Based on this evaluation, the Department is not able, at this time, to prequalify your company for the work classes: FLEXIBLE PAVING, GRADING, PAVEMENT MARKING, PORTLAND CEMENT CONCRETE ROADWAY PAVING, ROADWAY SIGNING. www.dot.stateJl.us ® REYCLEDPAPER CONEX ENGINEERING, INC. May 3, 2012 Page two You may apply, in writing, for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14- 22.0041(3), Florida Administrative Code. Please be advised if certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. Sincerely, Juanita Moore, Manager Contracts Administration Office JM:cj