Loading...
OAC ACTION CONSTRUCTION, CORP.BID FORM THIS PROPOSAL IS SUBMITTED TO: Steven Alexander City Manager City of South Miami 6130 Sunset Drive South Miami, FL 33143 RFP Bus Shelters Phase 2 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 RFP Package, and to perform and furnish all work as specified or indicated in this RFP for the Proposed Price, within the Contract Time and in accordance with the other terms and conditions of the RFP Package. 2. Respondent accepts all of the terms and conditions of the Advertisement, RFP, Invitation for Proposals and Instructions to Respondents, including without limitation those dealing with the disposition of Proposal Bond /Security. This Proposal will remain subject to acceptance for 90 calendar days after the day of the Proposal Opening. Respondent agrees to sign and submit the Contract, the Bonds, Insurance Policy with appropriate endorsements, Insurance Certificate, and other documents required by the RFP, within ten (10) calendar days after the date of the City's Notice of Award. 3. In submitting this Proposal, Respondent represents that: a. Respondent has examined copies of all the RFP Documents and of the following Addenda, if any (receipt of all which is hereby acknowledged.) Addendum No. / Dated: % ;,yid j Addendum No. ,/j Dated: Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: 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 RFP, 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 (c) above which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance, or the furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. The 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. 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. tpepe02 -18 -13 Page II of 69 iv. Respondent has reviewed and checked all information and data shown or indicated in the RFP Package or in 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 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. 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 of: LUMP SUM BASE PRICE: �(] i% Sa✓ 7}f�hy� ✓gyp �yl� {pZ�c�`( fin£ dollars and cents $ Alternates: #1 #5 #2 #6 #3 #7 #4 #8 A fee breakdown, if applicable, for each task must be completed in the table shown above. Failure to complete this information shall render the proposal non- responsive. 5. The ENTIRE WORK shall be completed, in full, within 120 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 the Contract. 6. Communications concerning this Proposal shall be addressed to: tpepe02 -I8 -13 Page 12 of 69 RESPONDENT: Address: Telephone: Facsimile: Attention: 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 specifically defined in this RFP Package. SUBMITTED THIS rL DAY OF 20 i3. PROPOSAL SUBMITTED BY: 4A1 Le✓� /iiGr��, > acs- zsd -d6ss Company Telephone Number Title va< - 7.5rs- le)oq Fax Number �z� /e � UlcG�d�s�LCG�cr/��D�n Email Address END OF SECTION tpepe02 -I8 -13 Page 13 of 69 RESPONDENT QUALIFICATION STATEMENT RFP Bus Shelters Phase 2 The response to this questionnaire shall be utilized as part of the CITY'S overall Proposal Evaluation and RESPONDENT selection. I. Number of similar construction projects completed, Z £ z.f% a) In the past 5 years In the past 5 years On Schedule b) In the past 10 years In the past 10 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 Completion Date: Original Contract Price: Actual Final Contract Price: b) 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 c) Project Name: Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): tpepe02 -18 -13 Page 20 of 69 Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price: 3. Current workload _5J� 4 "7 4. The following information shall be attached to the proposal. a) RESPONDENT'S home office organization chart. S"_% b) RESPONDENT'S proposed project organizational chart, S S4�-� c) Resumes of proposed key project personnel, including on -site Superintendent S 5. List and describe any: a) Bankruptcy petitions filed by or against the Respondent or any predecessor organizations, Rv',4 - b) Any arbitration or civil or criminal proceedings, or M2 di_ Suspension of contracts or debarring from Bidding or Responding by any public agency brought c) against the Respondent in the last five (5) years .y u/J J, I. Government References: tpepe02 -18 -13 Page 21 of 69 List other Government Agencies or Quasi - government Agencies for which you have done business within the past five (5) years. .S£�_ -,A- rrµ- <_ttF_4> Name of Agency: 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: tpepe02 -18 -13 Page 22 of 69 w U d O a` 'O O d a E 0 U m 0 C d O- x w O O O M M N M M M O A N N N N O O N ON r Q E❑ N M M \ N V 0 O O) to c '� m O O N .� p N 00 O O O N O O. A E O N r M 0 M N c W N O O M N O N 22 N d. (O U °0 00 n o 0 o m rn co w ^ o 6 CIO co M O U O CO m M O CO c0 W U a 00 M N O O O O O O W O c0 co r co CQ '- O a M 00 V O C1 V ai O r O U N M N N O t00 N N W N N O G 'nC O M KS 'RR R O C LU O ,m m N =� N C = i ' U O 6 � rn � m N U N 'a E R O W c O C3 U N 7 3 � 7 w � co Q QO QQ m Q Q O O Q I (D O O N Z R oz j p ¢` N p O O G Y L L �i m 0 y wm O 1 "2 E 3 - i m m c O R 0 0 0 J R O_ °d N R O- °S N ,Cr m= 01 m Q f- lV CL O N p R O. R O U> o D) 3 E,a`> W 3 d R O- ` w of O= y F' 3 rn E C R Y 3 Z R R m 3z 0'�`'m 3 Z R R 0 °' m m m Q 3 N z �"' a o- 3z p o co z m` a3i c Q Q R c CL c a m v w m I E � C6 aTi aTi a coin m C) a) N N W U Rm O C 3 J� m Z O.00 U a1O E C O_ R L, y Lll co 0 0 6 n U) L X p E O E m m a rn m Q o U U U O Q R O O O � O O Q O co O > d' N d /7 O O 0 E N U LO U) 0 0 0 z cG O) (0 R 7 CL z d d c c 3 0 o w v d O w D a Q Q E 0 - U 0a 0 0 0 U Q U U) o o UUQ co E R U U O Z v7 h U) o m I o m m m F Q 2 W Q ❑ F J ❑ U LL ❑ _ m F FQ- m O 9 a `m 3 R `o W O O N 3 0 c O d E n R Q L a. o` c o E c m r � 3 � O t o n 3 T N C � R v ya N � ca U c c � o a U N pR U N N a 'o R 'o m N E C R d O E U O R m m O E w d Y 0000 m E ° w m n o =m NIA m - ONwww N C LL U O m O C Y R m ` m 0 y' R c R O Q 3 i- N N pN G OOOm E O O R m O ❑ (9 d3 W N V CJ 'o a N m A F `m N Z Y N N N � O V O O O O L O O t0 ? O h b O O pO p N U E O i0 N 10 a 'GJ V L O O O O O 0 p 0 p p ❑ LoLo O O O p h O O O O U C N O y C N C N C y C N C y C N C y C y C N U E m E m E m E E E o " a` o U m O ai n m vi m in o E R V p N N N O ry O M N F O V m v O to a a a a a a a a a m a m r c U R ❑ t w v v m m m w v m m Q R C .N ❑ .. N a L"o 0o 00 d o 'E y U Q rn o Q aE K a m o L' U vi O m R 'c a a m R d R R Old J U m N w d m R m O2 v U R m R ❑ U R V ` � Y Y ¢ LL V m LL LL R a LL a d O E U O R m m O E w d Y 0000 m E ° w m n o =m NIA m - ONwww N C LL U O m O C Y R m ` m 0 y' R c R O Q 3 i- N N pN G OOOm E O O R m O ❑ (9 d3 W N V CJ 'o a N m A F `m N Z Y N N N N w VN n O U d m LL O a O � U N E E � O m m LL Q .0 N 7E J LL N 0 2 E 2 m a J LL c� p0 K m N a o m a` a m o U 2 w y F U 2 W v m W V o N U w Q � W U U U 0 0 Q O Q C7 W O a CL W U Z W LU LL L�u/ O F- N N "m W h L O m m E O U o 'o N f E `m N q c N M p m M M m E m E O N o ymj c E y en J K W m w O N M O LLl Y y V M N O _ m M M Q W V N r N N 0 N ^ V OJ sY h W O N O O O a w Q Z -Fa " N N d a O m N V O .� O m C J rL C Z N N m m N m m L N E LL N a � 3 Z Safety Manager Program Manager Orlando Cruz, Lilia Mendoza Ozzie Cruz CEO Lead Estimator William Reina Projected Budgets Estimating Subcontractor Pricing QC Supplier Pricing Quality Control Manager Pedro Sola Site visits Inspections Senior Project Manager Orlando Cruz, Jr Administration Estimating Human Resources Purchasing Scheduling Accounting Human Resources On -Site Construction Site Superintendent Subcontractors Safety Manager Program Manager Orlando Cruz,; Lilia Mendoza Ozzie Cruz CEO Lead Estimator William Reina Projected Budgets Estimating Subcontractor Pricing QC Supplier Pricing Quality Control Manager Pedro Sola Site visits Inspections Senior Project Manager Orlando Cruz, Jr Administration Estimating Human Resources Purchasing Scheduling Human Resources Site 12540 SW 130 St, #3 Miami, FL 33186 (305) 256 -6655 orly @oacconstruction.com Orlando Cruz, Jr Summary of Experience: Senior Project Manager of CAC Action CcnstruCtien, Corp since 2000. Responsible for job sites, field staff, walk - through, policy of company PROJECT EXPERIENCE Historic Hampton House: Restomtion/Rehabilitation /Adaptive Reuse of an existing 1950's motel with local historic designation to be transformed into a Cultural and Business Center for the Miami - Brownsville Community with meeting and performance spaces, commercial retail, museum and exhibit spaces, classrooms, studios and community outreach programs. Grevnolds Park Renovations: This was a historical restoration project. In this project we had to maintain the historical look of the interior and exterior of the building while bringing the building up to code and renovated it to look like new. The interior wood paneling throughout was rot and had to be restored with special building materials. The exterior windows were renovated on site by our carpenters. The electrical, mechanical and plumbing systems had to be brought up to code and replaced as the existing materials were damaged and were no good. We also installed a new drainage system on the parking lot area as the lot was flooded with any typical rainstorm. The restroom building was not ADA compliant and had to be readjusted and renovated to bring it up to code. This included new handicap ramps, new restroom fixtures, restroom partitions and a complete renovation to bring it up to code. This project was done under extreme caution and care and under direct contact with the county agency that was in charge of maintaining the historical preservation of the building. Miller Square Retail: Miller Square Shopping Center was a new 22,000 square foot shopping center that was constructed from the ground up. It consisted of relocating water and sewer mains that were directly under where the new building was being constructed. The shopping center was constructed out of reinforced concrete with CMU perimeter walls. It took steel joist with metal decking and lightweight insulating concrete. The storefront was made out of impact resistant glass along with anodized aluminum frames. Florida City, LLC: This project consisted of new retail shopping center on a vacant land in Florida City Florida. The project consisted of all new water and sewer mains into the center along with a new parking lot with all new drainage work. The shopping center consisted of new reinforced concrete construction with CMU walls throughout. The ceiling was constructed of prefabricated concrete stressedjoist. The storefront was a standard glass entrance system with hurricane shutters. We performed all the construction on our own and managed the trades we could not self perform the work on. PROFESSIONAL EXPERIENCE CAC Action Construction, Corn Miami, FL Senior Project Manager 2000- Present o Accountable forjob sites and trade professionals o Supervise field staff and walk - through o Set schedules for all projects, open and close office o Responsible for projects and operations o Develop internal processes and policy of company Integral Construction Group Miami, FL Superintendent 1998 -2000 o Served as project manger of interior commercial and residential projects o Supervised field construction o Responsible for design criteria for all projects South Florida Construction Superintendent 1996 -1999 Miami, FL ACCREDITATIONS o Accountable of project management of interior commercial projects o Coordinated trade professionals for over 40 projects o Responsible for the effective implementation of over 20 construction projects o Pulled permits and did construction walk- through Central Florida Community College Ocala, FL 1994 -1996 - Associates in Arts Allied School Of Business 2002- Home Inspection Certification Miami, FL 12540 SW 130" St, #3 Miami, FL 33186 (305) 256 -6655 Orlando_sr @oacconstruction.com Orlando Cruz, Sr. Summary of Experience: CEO of Cac Action Construction, Corp since 2000. Responsible for all financial administration, field supervision, work procedures. Head supervisor, project manager, direct contacts with all projects and companies. PROJECT EXPERIENCE Historic Hampton House: Restoration /Rehabilitation/Adaptive Reuse of an existing 1950's motel with local historic designation to be transformed into a Cultural and Business Center for the Miami - Brownsville Community with meeting and performance spaces, commercial retail, museum and exhibit spaces, classrooms, studios and community outreach programs. Grevnolds Park Renovations: This was a historical restoration project. In this project we had to maintain the historical look of the interior and exterior ofthe building while bringing the building up to code and renovated it to look like new. The interior wood paneling throughout was rot and had to be restored with special building materials. The exterior windows were renovated on site by our carpenters. The electrical, mechanical and plumbing systems had to be brought up to code and replaced as the existing materials were damaged and were no good. We also installed a new drainage system on the parking lot area as the tot was flooded with any typical rainstorm. The restroom building was not ADA compliant and had to be readjusted and renovated to bring it up to code. This included new handicap ramps, new restroom fixtures, restroom partitions and a complete renovation to bring it up to code. This project was done under extreme caution and care and under direct contact with the county agency that was in charge of maintaining the historical preservation of the building. Miller Satmre Retail: Miller Square Shopping Center was a new 22,000 square foot shopping center that was constructed from the ground up. It consisted of relocating water and sewer mains that were directly under where the new building was being constructed. The shopping center was constructed out of reinforced concrete with CMU perimeter walls. It took steel joist with metal decking and lightweight insulating concrete. The storefront was made out of impact resistant glass along with anodized aluminum frames. Florida Cirv, LLC: This project consisted of a new retail shopping center on a vacant land in Florida City Florida. The project consisted of all new water and sewer mains into the center along with a new parking lot with all new drainage work. The shopping center consisted of new reinforced concrete constmction with CMU walls throughout. The ceiling was constructed of prefabricated concrete stressedjoist. The storefront was a standard glass entrance system with hurricane shutters. We performed all the construction on our own and managed the trades we could not self perform the work on. PROFESSIONAL EXPERIENCE Chief Execute Officer 2000- Present Construction Manager 1999 -2000 Chief Engineer 1978 -1999 ACCREDITATIONS CAC Acticn construction, Corp Miami, FL 0 Oversee all legal matters, write and oversee contracts o In charge of marketing and recruiting new clients o Accountable for estimates, and ordering of material o Approve all final inspections, decisions and inspections fees o Responsible for financial aspects including inspections, accounting, o Responsible for project decisions Integral Construction Group Miami, FL o Coordinate details with clients and served as a key contact between client and company o Supervised field construction o Responsible for company employees: hiring and supervising of personnel 0 Continental Real Estates Company Miami, FL 0 Responsible for day -to -day operations of homes, building and other real - estate property 0 Coordinate air- conditioning and refrigeration professionals for maintenance of all commercial buildings o Supervised all trade professionals, visited construction sites and plan schedules o In charge of all field trade professionals, project manager of large interior and exterior commercial sites Miami Senior High School, Mechanical Vocational Air- Conditioning Servidyne Maintenance Training Vocational Training School Trane Company- AC Unit Training Fire - Master- Fire Protection Systems Miami -Dade Community College- Certificate of Completion for General Contracting 12540 S.W. 130 Street, #3 • Miami, Fl- 33186 305 -256 -6655 • pedrosola @bellsouth.net Pedro J. Sola Summary of Experience: Superintendent of CAC Action Construction, Corp since 2007. Responsible for completion of projects, permits and walk - throughs. PROJECT EXPERIENCE Historic Hampton House: Restoration /Rehabilitation/Adaptive Reuse of an existing 1950's motel with local historic designation to be transformed into a Cultural and Business Center for the Miami - Brownsville Community with meeting and performance spaces, commercial retail, museum and exhibit spaces, classrooms, studios and community outreach programs. Port Of Miami: Ceilings Terminal D &E The project consisted of the installation ofapprox 1, 750 square feet of new ceiling suspended above the third floor passenger loading bridges in terminals D &E. Also the installation of 2,245 square feet of new acoustical drop ceilings .Reconfiguration of existing fire sprinkler heads, rework of existing HVAC ductwork and vents. Tamiami Airport Bldg 4114 - 40 yr- Recertification: Scope of work includes, demolition, patching spalled concrete 100sq ft total , interior and exterior painting and hangar, , exit doors replacement. Electrical work includes mainly installation of 200 amps service disconnects, grounding provisions. Exit and emergency lights and parking lot light pole with light fixture. Miller Souare Retail: Miller Square Shopping Center was a new 22,000 square foot shopping center that was constructed from the ground up. It consisted of relocating water and sewer mains that were directly under where the new building was being constructed. The shopping center was constructed out of reinforced concrete with CMU perimeter walls. It took steel joist with metal decking and lightweight insulating concrete. The storefront was made out of impact resistant glass along with anodized aluminum frames. PROFESSIONAL EXPERIENCE Superintendent 2007- Present Project Manager 2004 -2005 Project Manager 2001 -2005 Production Supervisor 1996 -2005 CAC Acticn Construction, Corp Directed activities of (10) workers in various projects Specification to plan procedure for staffing requirements & tools Inspected work in progress to ensure that construction schedule were followed Pesol Construction, Corp Prepared and receive reports on progress, materials used and cost, adjusting work schedules as indicated by reports Supervised field staff Responsible for projects and operation Paher Construction, Corp Serve as project manager for residential construction projects Supervise field staff and walk- through Pull permits and develop policies for company Stonework Supervises other regular employees during a major portion of the Employee's work time: duties include planning, assigning, scheduling, Organizing, directing and reviewing work and training personnel. Assists in teaching and enforcing safety regulations. ACCREDITATIONS Institute Polytechnic Superior (I.P.SJ.A.E.) Bachelor in Science, Mechanical Engineering Jose Antonio Hecheverria Miami, FL Miami, FL Miami, FL Miami. FL Havana, Cuba 12540 S.W. 130 Street, #3 • Miami, FL 33186 OSVALDO CRUZ 305 -256 -6655 • Ozzie @oacconstruction.com Summary of Experience: President of CAC Acticn Construction, Corp since 2000. Responsible for markering ,recruitment, estimates, accounting and final project decisions. PROJECT EXPERIENCE Historic Hampton House: Restoration /Rehabilitation/Adaptive Reuse of an existing 1950's motel with local historic designation to be transformed into a Cultural and Business Center for the Miami - Brownsville Community with meeting and performance spaces, commercial retail, museum and exhibit spaces, classrooms, studios and community outreach programs. Grevnolds Park Renovations: This was a historical restoration project. In this project we had to maintain the historical look of the interior and exterior of the building while bringing the building up to code and renovated it to look like new. The interior wood paneling throughout was rot and had to be restored with special building materials. The exterior windows were renovated on site by our carpenters. The electrical, mechanical and plumbing systems had to be brought up to code and replaced as the existing materials were damaged and were no good. We also installed a new drainage system on the parking lot area as the lot was flooded with any typical rainstorm. The restroom building was not ADA compliant and had to be readjusted and renovated to bring it up to code. This included new handicap ramps, new restroom fixtures, restroom partitions and a complete renovation to bring it up to code. This project was done under extreme caution and care and under direct contact with the county agency that was in charge of maintaining the historical preservation of the building. Miller Souare Retail: Miller Square Shopping Center was a new 22,000 square foot shopping center that was constructed from the ground up. It consisted of relocating water and sewer mains that were directly under where the new building was being constructed. The shopping center was constructed out of reinforced concrete with CMU perimeter walls. It took steel joist with metal decking and lightweight insulating concrete. The storefront was made out of impact resistant glass along with anodized aluminum frames. Florida City, LLC: This project consisted of a new retail shopping center on a vacant land in Florida City Florida The project consisted of all new water and sewer mains into the center along with a new parking lot with all new drainage work. The shopping center consisted of new reinforced concrete construction with CMU walls throughout. The ceiling was constructed of prefabricated concrete stressedjoist. The storefront was a standard glass entrance system with hurricane shutters. We performed all the construction on our own and managed the trades we could not self perform the work on. PROFESSIONAL EXPERIENCE CAC Action Construction, Corp Miami, FL President 2000- Present o Oversee all legal matters, write and oversee contracts o In charge of marketing and recruiting new clients o Accountable for estimates, and ordering of material o Approve all final inspections, decisions and inspections fees o Responsible for financial aspects including inspections, accounting, o Responsible for project decisions Integral Construction Group Miami, FL Project Manager/ Chief Estimator 1999 -2000 o Wrote and oversaw contracts o Organized pre- construction meetings and oversaw team and team structure o Held various positions: started as project manager and moved up to chief estimator Aquino Construction Assistant Construction Manager 1996 -1999 Miami, FL ACCREDITATIONS o Moved up chain of command, began as handyman o Oversaw all inspections, walk- through o Directed crews of trade professionals o Responsible for permit processing State Certified Licensed General Contractor —CGC 061561 Miami -Dade Community College- 1997 -1999 Associates in Arts- Electrical Engineering Miami, FL Academic scholarship graduates 3.0 or higher Florida International University- 1999 - Bachelor Degree in Civil Engineering w/m in Electrical Engineering 12540 S.W. 130 Street, #3 • Miami, FL 33186 305- 256 -6655 • william @oacconstruction.com William Reina Summary of Experience: Superintendent of CAC Action CCnstructicn, Corp since 2002. Responsible for completion of projects, permits and walk - throughs. PROJECT EXPERIENCE Historic Hampton House: Restoration/Rehabilitation /Adaptive Reuse of an existing 1950's motel with local historic designation to be transformed into a Cultural and Business Center for the Miami - Brownsville Community with meeting and performance spaces, commercial retail, museum and exhibit spaces, classrooms, studios and community outreach programs. Marathon Vacuum Station 45 The project consisted of a new sewer transfer station in Marathon, Florida. The scope of work includes dewatering, new building from ground up, landscaping, fencing, electrical, plumbing, installation pumps and settling tank in building, mechanical, and well. Grevnolds Park Historic renovation. Scope of work includes, demolition, patching spoiled concrete I00sq ft total, upgrading ofrestrooms, new ada sidewalks, new french drain, new rolling door gates for security, new wood windows to match existing with impact glazing, new ads entrance for entry of building, new interior paneling to match existing that was deteriated, doors replacement, new vandal resistance lighting for exterior of building, two new split units for offices. PROFESSIONAL EXPERIENCE OAC Action Construction, Ccrp Miami, FL Superintendent 2002- Present Direct activities of (10) workers in various projects Specification to plan procedure for staffing requirements & tools Inspects work in progress to ensure that construction schedule were followed Miami Dade County School Board Miami, FL Paraprofessional 1996 -2001 Served as a linguistic translator for Spanish speaking students at South Miami Senior High School, Universal Aviation Services Miami, Fl Project Manager 1995 -1996 Served as a ticket agent for Colin Airlines at Miami International Airport. Also served as a FIS agent for incoming passengers and departing passengers. ACCREDITATIONS High School Diploma from South Miami Senior High School in 1993 Miami, FI NON - COLLUSION AFFIDAVIT STATE OF FLORIDA COUNTY OF MIAMI -DADE RFP Bus Shelters Phase 2 (a'6'? being first duly sworn, deposes and states that: (I) F3e/She /They /arethe OGI'Zd/L (Owner, Partner, Officer, Representative or Agent) of liZ42 the Respondent that has submitted the attached Proposal; (2) He /She/They is /are fully informed concerning the preparation and contents of the attached Proposal and of all 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 fix any overhead, proft, 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 tai ed by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Respondent or any other of its agents, representatives, owners, employees or parties of interest, including thisis affianr if. By: Print Name and Title Date tpepe02 -I6 -13 Page 23 of 69 ACKNOWLEDGEMENT STATE OF FLORIDA COUNTY OF MIAMI -DADE On this the 2 c day of 20 /3 , before me, the undersigned Notary Public of the State of Florida, personally appeared Narre(s) of individual(s) who appeared before notary) &ZO 7, and whose name(s) is /are Subscribed to the within instrument, and he /she /they acknowledge that he /she /they executed it. WITNESS my hand and official seal. Z > //' Notary Public, rye F orid NOTARY PUBLIC: /� SEAL OF OFFICE: 1V111 f~ �L 11/4 - (Name of Notary Public: Print, Stamp or type as commissioned.) WILLIAM REINA MY COMMISSION 8 EE116929 Personally known to me, or ENPHMS: Snty 31, 2015 IJ061NMA0.Y Fl.Ndry Diwoont AYx. Ca Personal identification: © Thomas F. Pepe, 2011 -2013. All rights reserved. 6/18/13 Type of Identification Produced Did take an oath, or Did Not take an oath. Page 24 of 69 PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST RFP Bus Shelters Phase 2 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 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 entity 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 ADMINISTER OATHS. is submitted to by for name of the public entity] [print name of entity submitting sworn statement] 1 whose business address is % ZSUG� 5,W /jd S/ [ cz 33/8 and (if applicable) its Federal Employer Identification Number (FEIN) is (pS (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, 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. 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 by indictment or information after July 1, 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 Thomas F. Pepe, 2011 -2013. All rights reserved. 6118113 Page 25 of 69 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 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] 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 I, 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 I, 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 K EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES OR CAyEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FOR / Sworn to and subscribed before me this Zh day of Personally known OR Produced identification Z (Type of identification) Form FUR 7068 (Rev.06 /11/92) © Thomas F. Pepe, 2011-2013. All rights reserved. 6/18/13 20 y✓' . Notary Public — State of YGc'/'�PDf1 My commission expires -,kcy 3I, wl= 5 (Printed, typed or stamped commissioned name of notary public) RMREINA NkPb 116929 ly 31, 2015 ,ea�vtpvoc('u. Page 26 of 69 DRUG FREE WORKPLACE RFP Bus Shelters Phase 2 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 certifies 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 (1). 4) In the statement specified in Subsection (1), 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 five (5) business days after such conviction. 5) 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 faith effort to continue to maintain a drug free workplace through implementation of this section. As the person authorized to sign the statement, I certify that, is firm complies fully with the above requirements. RESPONDENTS Signature: Print Name: Date: 0 Thomas F. Pepe, 2011 -2013. All rights reserved. 6/18/13 Page 27 of 69 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS RFP Bus Shelters Phase 2 TO THE CITY OF SOUTH MIAMI We, C71t� 4X;4 (`IJ IAVX ✓7 i6ZIMName of CONTRACTOR), herebv acknowledge and agree that as CONTRACTORS for the Bus Shelters Phase 2 project as specified have the sole responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State G. Batista & Associates and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami and against any and all liability, claims, damages, losses and expenses they may incur due to the failure of (Sub - contractor's names): to comply with such act or CONTRACTOR BY: l�izz!a C2GlZ Name Title © Thomas F. Pepe, 2011 -2013. Ali rights reserved. 6/13/13 Page 28 of 69 LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS ✓l%f)��- %GG i1 /l'ek- b,,-'-- PQ/JG Np SG9�5 /,�/qgi,6�/)Bus Shelters Phase 2 BIDDER shall list all Proposed Subcontractors to be used on this project if they are awarded the Contract. Classiflcation of Work Landscape Subcontractor Rame Address Telephone, Fax & Email Sodding and Turf Work Electrical Irrigation Paving Park Amenities Graphics Utilities Excavation Building Structures Plumbing Painting Testing Laboratory Soil Fumigator Signs Other: Ihis list shall be provided to the City of South Miami by the apparent lowest responsive and responsible Bidder within five (5) business days after Bid Opening. © Thomas F. Pepe, 2011 -2013. All rights reserved. 6/18/13 Page 29 of 69 RELATED PARTY TRANSACTION VERIFICATION FORM RFP Bus Shelters Phase 2 individually and on behalf of '! 1G , Alll 6> ( "Firm ")have Name of Representative CompanylVendorlEntity read the City of South Miami ( "City ")'s Code of Ethic Section 8A -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: (1) neither I nor the Firm have any conflict of interest (as defined in section 8A -1) 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 financial interest greater than 5% in the Firm, has any relative(s), as defined in section 8A -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 still 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 (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 financial 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 city, or with any person or agency acting for the city, other than as follows: _(use (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 still 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 financial interest in the Firm.]; and (4) no elected and /or 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 and the City other than the following individuals whose interest is set forth following their use a separate names: (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). 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 firm are 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 still 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 (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 financial interest in the Firm of city employees, appointed officials or the immediate family members of elected and /or appointed official or employee.] (5) 1 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 gain or benefit anticipated through the performance of the contract. © Thomas F. Pepe, 2011 -2013. All rights reserved. 6/18/13 Page 30 of 69 (6) 1 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 before any board, commission or agency of the City within the past two years 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). X: \Purchasing \Vendor Registration \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; (ii) any city employee; or (iii) any member of any board or agency of 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 still 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, officers, or directors of the Firm, or of any of their immediate family to any appointed 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 5% 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, children, brothers and sisters) have also responded, other than the following. (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 still 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 signatory'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 financial interest in those Firms or any of their any member of those persons' immediate family.] (9) 1 and the Firm agree that we are obligated to supplement this Verification 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 violation 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 and /or any penalties allowedbytaw. Additionally, violations may be considered by and subject to action by-the �mi -Dade County Cam sim sion on Ethics. Under penalty of perjury, I declare that I have made a diligerF effort to investsgate th atters to which I am attesting hereinabove and that the statements made hereinaboyear r ° and corre t the best of my knowledge, information and belief. Signature: ° �I Print NameJe & Title: Date: -�fGG %(o, zel © Thomas F. Pepe, 2011 -2013. All rights reserved. 6/18/13 Page 31 of 69 Insurance and Indemnification Insurance and Indemnification Without limiting its liability, the proposing firm 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 proposing firm, from claims which may arise out of or result from the proposing firm's execution of a contract with the City of South Miami for Performance Based Audits, whether such execution by the firm or by any sub - consultant, or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. The CONTRACTOR/COMPANY shall not commence WORK on this Agreement until he has obtained all insurance required by the City. The CONTRACTOR/COMPANY shall indemnify and save the City harmless from any and all damages, claims, liability, losses and causes of actions of any kind or nature arising out of a negligent error, omission, or act of the CONTRACTOR/COMPANY, its agents, representatives, employees, Sub - Contractor, or assigns, incident to arising out of or resulting from the performance of the CONTRACTOR/COMPANY'S professional services under this Agreement The CONTRACTOR/COMPANY shall pay all claims and losses of any kind or nature whatsoever, in connection therewith, including the City's attorney's fees and expenses in the defense of any action in law or equity brought against the City arising from the negligent error, omission, or act of the CONTRACTORICOMPANY, its agents, representatives, employees, Sub - Contractor, or assigns, incident to, arising out of or resulting from the performance of the CONTRACTOR/COMPANY'S professional services under this Agreement The CONTRACTOR/COMPANY agrees and recognizes that the City shall not 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/COMPANY, its agents, representatives, employees, Sub - Contractors, sub - contractors, or assigns. In reviewing, approving or rejecting any submissions or acts of the CONTRACTOR/COMPANY, the City in no way assumes or shares responsibility or liability of the CONTRACTOR/COMPANYS, Sub - Contractors, their agents or assigns. The CONTRACTOR/COMPANY shall maintain during the term of this Agreement the following insurance: A. 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 CONTRACTOR/COMPANY shall become legally obligated to pay as damages for claims arising out of the services or work performed by the CONTRACTOR/COMPANY 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 CONTRACTOR/COMPANY may purchase Specific Project Professional Liability Insurance, in the amount and under the terms specified above, which is also acceptable. B. Comprehensive general liability insurance with broad form endorsement, on a Florida approved form including 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; © Thomas F. Pepe, 2011 -2013. All rights reserved. 6/18/13 Page 68 of 69 ❑ Medical Insurance $25,000 per person; ❑ Property Damage: $500,000 each occurrence; ❑ Automobile Liability: $1,000,000 each accident/occurrence C. Umbrella Commercial General Liability insurance on a Florida approved form with the same coverage as the primary insurance policy but in the amount of $1,000,000 per claim. The City must be named as additional "named" insured for all except Workers' Compensation, and reflect the indemnification and hold harmless provision contained herein. Policy must specify whether it is primary or excess /umbrella coverage. City must receive 10 days advance written notice of any policy modification and 30 days advance written notice of cancellation, including cancellation for non - payment of premiums. All insurance must remain in full force and effect for the duration of the contract period with the City. The CONTRACTOR/COMPANY must provide not only a "certified copy" of the Binder but also the Policy itself with the name, address and phone number of the agent and agency procuring the insurance. D. Workman's Compensation Insurance in compliance with Chapter 440, Florida Statutes, as presently written or hereafter amended. E. The policies shall contain waiver of subrogation against City where applicable, shall expressly provide that such policy or policies are primary over any other collective 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. F. All of the above insurance required to be provided by the CONTRACTOR/COMPANY is to be placed with BEST rated A -8 (A -VIII) or better insurance companies, qualified to do business under the laws of the State of Florida on approved Florida forms. The CONTRACTOR/COMPANY shall furnish certified copies of all "Binders" or certificates of insurance to the City prior to the commencement of operations, which "Binders" or certificates shall clearly indicate that the CONTRACTOR/COMPANY has obtained insurance in the type, amount, and classification as required for strict compliance with this Section and that no reduction in limits by endorsement during the policy term, or cancellation of this insurance shall be effective without thirty (30) days prior written notice to the CITY. Compliance with the foregoing requirements shall not relieve the CONTRACTOR/COMPANY of his liability and obligations under this Section or under any other portion of this Agreement CONTRACTOR/COMPANY agrees to supply copies of certificates of insurance to the City verifying the above - mentioned insurance coverage. CONTRACTOR/COMPANY agrees to list City as an Additional Insured of the CONTRACTOR/COMPANY's General liability insurance and shall provide the City quarterly reports concerning any and all claims. END OF DOCUMENT © Thomas F. Pepe, 2011 -2013. All rights reserved. 6/18/13 Page 69 of 69 fccoRL7� CERTIFICATE OF LIABILITY INSURANCE D01/02120113 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 WANED, 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 endorsementisi. PRODUCER Bouchard Insurance for WBS P.O.BOX 6090 Clearwater, FL 33758-6090 CONTACT NAME: PHONE FAX 866 293 -3600 EXt 623 No _(A/c E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC: DISURERA: American Zurich Insurance Company 40142 INSURED Workforce Business Services, Inc. Alt. Emp: OAC Action Construction Corp 1401 Manatee Ave. West Ste 600 INSURERS: INSURERC- INSURERD: Bradenton, FL 34205 -6708 INSURER E: PRISES Eaoraxrenre $ INSURER F: S COVERAGES CERTIFICATE NUMBER: 12FLO79807625 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE USTED 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, BXCLUSIONSAND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPEOFMSURANCE OL SUBR POLICY NUMBER MMIDDY EFF MM /DD EXP LIMITS GENERALUABWTY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABWTY PRISES Eaoraxrenre $ MED EXP (Any one person) S CLAIMS -MADE E7 OCCUR PERSONAL &ACV INJURY $ GENERA-AGGREGATE S GEN'LAGGREGATE LIMIT APPLIES PER: PRODUCTS- COMP/OPAGG S I POLICY PR0. LOO $ AUTOMOSILEI-MalLRY OMBIN- iSIN LE LIMIT S BODILV INJURY (Per person) S ANY AUTO ALTONED SCHEDULED S 80DILY INJURY Per aeeident ( ) S HIREDAUTOS A02WNED PeOramfCent AMAGE S S UMBRELLALIAS OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS-MADE DED RETENTIONS $ A WORIGRS COMPENSATION AND AND EMPLOYERS' LIABILTr ANYPROPRiETOR /FARTNER/E%ECUTIVEY� OFFICEWMEMSER EXCLUOED9 NIA VVC g0 -00- 818-02 1231/2012 12/31/2013 X VJC EA OTH- EL EACH ACCIDENT $ 1,000,000 EL DISEASE - EA EMPLOYE S 1,000,000 (Mandawry in NH) Ifyes, desvioe under DESCRIPTION OF OPERATIONS below E.L DISEASE - POLICY OMIT S 1,OOQ000� Location Coverage Period: 12/3112012 1213112013 Client# 052564 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Anach ACORD 101, Additions! Remarks Schedule, If more apace Is required) Coverage is provided for OAC Action Construction Corp only those employees 12540 SW 130th St Suite 23 leased w but not Miami, FL 33186 subcontadws of: CERTIFICATE HOLDER CANCFI I ATInN Miami - Dade County SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 111 NW 1 Street, Suite 2340 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Miami, FL 33128 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORG!ED REPRESENTATIVE m 1988 -2010 ACORD CORPORATION, All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD i. ° CERTIFICATE OF LIABILITY INSURANCE �� GATE 6 /18 /1YYYV) 06/18/13 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. Astatement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Entrust Insurance 1431 Ponce De Leon Blvd Coral Gables, FL 33134 Phone (305) 265 -0112 Fax (305) 265 -0101 CONTACT NAME: Orestes Llorente PR�NE (305) 265 -0112 FAX No): (305) 265 -0101 E -MAIL info@agencyentrustoom INSURERS) AFFORDING COVERAGE NAIC # INSURERA : International Insurance Company of Hannover INSURED OAC Action Construction Corporation 12540 SW 130 Street #2 -3 Miami, FL 33186 INSURER B INSURER C: INSURER D: INSURER E: INSURER F 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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. ILTR TYPE OF INSURANCE ADO UB POLICY NUMBER MM/DDYIYEYYY MMIDOIYYYY LIMITS A GENERAL LIABILITY J❑ COMMERCIAL GENERAL LIABILITY ❑ ❑ CLAIMS -MADE N❑ OCCUR ❑ IG011000990-01 06/04/2013 06/04/2014 EACH OCCURRENCE s 1,000,000.00 DAMAGE TO RENTED PREMISES Ea occurrence $ 50,000.00 MED EXP(Any one person s 5,000 -00 PERSONAL &ADV INJURY $ 1,000,000.00 ❑ GENERAL AGGREGATE S 2,000,000.00 GEN'L AGGREGATE LIMIT APPLIES PER: ❑ POLICY R] PRO- ❑ LOC PRODUCTS - COMP /OP AGG $ 2,000,000.00 $ AUTOMOBILE LIABILITY ❑ ANY AUTO ALL ❑ AUTOS OWNED ❑ SCHEDULED AUTOS ❑HIREDAUTOS NON -OWNED ❑ AUTOS ❑ ❑ COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ BODILY INJURY (Peraccidenl $ PROPERTY DAMAGE Peraccident $ $ ❑ UMBRELLA LEAS ❑ OCCUR ❑ EXCESS LIAB ❑ CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ ❑ DIED ❑ RETENTIONS $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) F7 If yes, describe under DESCRIPTION OF OPERATIONS below NIA I I ❑ TWO STATU- ❑ 01 MrS ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) General Contractor CERTIFICATE HOLDER CANCELLATION OAC Action Construction Corp 12540 SW 103 Street, #2 -3 Miami, FL 33186 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) OF The ACORD name and logo are registered marks of ACORD ac am CERTIFICATE OF LIABILITY INSURANCE �� DATE (MNIrDD/YYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELYAMEND, 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: IFthe certificate holder is an ADDRIONAL INSURED, the policy(ies) must be entlorsed. If SUBROGATION IS WAIVED, subjectto the terms and contlitions of the policy, certain policies may require an endorsement Astatement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(a). PRODUCER CONTACT Entrust Insurance NAME: PHONE (305)265 -0112 1431 Ponce De Leon Blvd E -MAIL aC. No : (305) 265 -0101 Coral Gables, FL 33134 info @agencyentrust.com Phone (305) 265 -0112 Fax (305) 265 -0101 INSURER 5 AFFORDING COVERAGE NAIC 9 INSURED INSURERA: Evanston Insurance Company OAC Action Co nstruction Corporation INSURER B: INSURER C - 12540 SW 130 Street #2 -3 INSU RER D: Miami, FL 33186 -_ -- � E - -N rUL.ICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE P.OLICV PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH OR THE OL 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 RPn, ICCn R TYPE OF INSURANCE GENERAL LIABILITY ❑ COMMERCIAL GENERAL LABILITY ❑ ❑ CLAIMS -MADE ❑ OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: AUTOMOBILE LIABILITY ❑ ANY AUTO ❑ AUTOS NED ❑ AVfOES ULED ❑ HIRED AUTOS ❑ AOOSWNED ❑ ❑ ❑y UMBRELLA LIAB OCCUR A ❑ EXCESS LIAB n ,., . .... ... Y/N XOVA691713 04125/2013 106/04/2014 DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) General Contractor uescnption Of Operations: Contract No. HSCG82- 10- D- PMVA56 Task Order No. HSCG82- 13- J- PMV175 Repair Aton Office Building US Coast Guard Station, Ft.Lauderdale, FL USCG CEU Miami 15608 SW 117th Avenue Miami, FL 33177 MED ovul�i IIVJUI'fY (Yef per50n) $ BODILY INJURY (Per acdtlent 5 PROPERTY DAMAGE Pet accitlent s s Y SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2010105) OF ©1988 -2010 ACORD CORPORATION. rights reserved. The ACORD name and 1090 are registered marks of ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MWDDR^ -M 05/21/2013 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 policypes) must be endorsed. If SUBROGAT)ON IS WAIVED, subject to the terms and conditions of the policy, Certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER THOMAS LEDWIDGE 15225 NW 77TH AVE SUITE 205 OMIAMI LAKES, FL 33014 INSURED OAC ACTION CONSTRUCTION CORP 12540 SW 130TH ST STE 2 MIAMI FL 33186 -6266 COVERAGES - Epr.. I THIS INDICATED. CERTIFICATE EXCLUSIONS INSR LTR IS TO CERTIFY THAT THE POLICIES NOTWITHSTANDING ANY REQUIREMENT, MAY BE ISSUED OR MAY AND CONDITIONS OF SUCH TYPEOFINSURANCE —� LIABILITY GENERAL COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR OF PERTAIN, POLICIES. ADDL ❑ I NSURANCE US D' LISTED BELOW HAVE BEEN TERM OR CONDITION OF ANY THE INSURANCE AFFORDED BY LIMITS SHOWN MAY HAVE BEEN POUCYNUMBER ISSUED CONTRACT THE POLICIES REDUCED BY POLICY EFF MMIDD TO THE INSURED OR OTHER DESCRIBED PAID CLAIMS. POLICY DIP MMIDD REVISION NUMBER: NAMED ABOVE FOR THE POLICY PERIOD DOCUMENT WITH RESPECT TO WHICH THIS HEREIN IS SUBJECT TO ALL THE TERMS, LIMITS EACH OCCURRENCE 5 AMA PREMISES Ea occurrence S MED EXP (Myone person) 5 PERSONAL &ADV INJURY $ GEN'L AGGREGATE U MITAPPLIES PER GENERALAGGREGATE 3 PRODUCTS -COMPICPAGG S A JEC LOC AUTOMOBILE LIABILITY ANY AUTO �� Is I COMBINED SINGLE LIMIT Ea aaident S IIx II-�I ALL Os; SCHEDULED AUTOS X AUTOS ^ HIRED AUTOS X NON -ONMED AUTOS 9274908 C7559 9454338 C22 59 03115/2013 03/2212013 09115!2013 09/2212013 BODILY INJURY(Perperson) S 1,000,000 BODILY INJURY (Per ar dem) $ 1,000,000 PROePERd nIDAMAGE $ 11000,000 S EACH OCCURRENCE S I� UMBRELLA UA6 OCCUR EXCESS LIAR CLAIMS -MADE F-1 F- I DEO RETENTIONS AGGREGATE S S WORKERS COMPENSATION IANY AND EMPLOYER S'UABILRY YIN PROPRIEfOR/PARTNERIEXECUTIVE OFFlCEM,E . NH EXCLUDED? in NH) n. NIA ❑ WC STATU- OTH- T �RYLIMIT ER E.L. EACH ACCIDENT I s EL DISEASE -EA EMPLOYE $ drory If Y If yes, describe antler EL DISEASE - POLICY LIMIT 5 A w Employer Nonvxmed Liability I O 948 1859 -C2959 0312912013 09/29/2013 1,000,030 COMBINED SINGLE LIMIT (Ea accident) DESCRI PTIONOFOPERATIONS /LOCATIONSIVEHICLES Isrequi.d) 2010 CADILLAC SRX VIN# 3GYFNAEY2AS648394 2011 FORD F250 ED VIN# 1 FT7W26T1 BEB52505 ENOL Contract No.MCC7040 -0107 PLAN 40 Year Recertification Project No.PCMT1200146 Construction Division Miami Dade County ! P7.. N W OF 701 NW 1St Couei,Suite 1500 I CE WI Miami,F) 33136 ACORD 25 2010/05 " ° °-cu I U At-I ( ) The ACORD name and logo are registered marks of ACORD -S BE CANCELLED BEFORE WILL BE DELIVERED IN ATIOM All rights reserved. 1001486 132849.6 11 -15 -2010 CERTIFICATE OF LIABILITY INSURANCE DATE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFCATE HOLDER THIS CERi1FICgTE 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 IN5URER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must he endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of fhe polity, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endmsement(s). ... THOMAS LEDWIDGE CONTACT NAME OLGA VALLS 15225 NW 77TH AVE SUITE 205 PHONE 40115 22-2424 FAx MIAMI LAKES, FL 33014 E -MAIL AI No:305 -822 -2558 ADDRESS: OLGA a)LEDWIDGEAGENCY COM INSURERS AFFORDING COVERAGE NAIC# INSURED OAC ACTION CONSTRUCTION CORP State Farm Mutual Automobile obile Insrance- an 28178 INSURER B: 12540 SW 130TH ST STE 2 INSURERC: MIAMI FL 33186 -6266 INSURER D INSURER E: COVERAGES INSURER F: CERTIFICATE NUMBER: ' THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NIAMED ABOV7B FOR THE POLICY PERIOD INDICATED. NOTiMTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE NIAY BE ISSUED OR NAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMBS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. !SR DL SUB .TR TYPE OF INSURANCE yyV POLICY NUMBER POLICY EFF POLICY IXP GENERAL LMBILITY r-1 r1 MMIDD MMIDO(YYYY1 LIMITS IMERCIAL GENERAL LMSILITY CLAIMS -MADE El OCCUR A AUTOMOBILEUASIL I ANY (µ)T0 ED x SCHEDULED AUTOS AUTOS X HIRED AUTOS �( NON -0wNEo — AUTOS UMBRILA LMB I OCCUR 689 4492 003.59 1 0410312013 10129!2013 2008 Lincoln Navigator 5LMFU27528UO5525 DESCRIPTION OF OPERATIONS( LOCATIONS I VEHICLES (Attach ACORD 1.1, Miami Dade County Internal Services Department 111 N -VV 1st Street Suite 2340 Miami, Fl 33128 -1987 S BODILY INJURY (Per person) �S BODILY INJURY IPer accitlentl .. S EA POLICIES BE CANCELLED BEFORE )TICE WILL BE DELIVERED IN ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD RD CORPORATION. All rights reserved. 1001486 132849.6 11 -75 -2070 a STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET (850) 487 -1395 `Ong TALLAHASSEE FL 32399 -0783 CRUZ, OSVALDO OAC ACTION CONSTRUCTION CORP 12540 SW 130 STREET UNIT 2 MIAMI FL 33186 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. j 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 betted For information about our services, please log onto www.myfloridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! DETACH HERE kC 2 ? : STATE OF FLORIDA STATE OF FLORIDA AC# E 2'F' ? ? DEPARTMENT OF BUSINESS AND PROFESSIONAL,REGULATION CGC061561 D8/- 21/ -12 128045979 CERTIFIED- GENERAL;CONTRACTOR CRUZ, OSVALDO -. - OAC ACTION-CONSTRUCTION CORP IS CERTIFIED =der the provisions of ce.489 FS Expiration anew AUG 31, 2014 L12 0 821 019 2 3 DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD SE0#L12082-In-[ 923 LICENSE NBR 08/21/20121128045979 CGC061561 i11c UZIN- Mx.al. UUNTR' ACTOR Named below IS CERTIFIED -- - Under the provisions of Chapter. 429 FS. Expiration date: AUG 31, 2014' CRUZ, OSVALDO OAC ACTION CONSTRUCTION CORP - - 12540 SW 130 STREET, #3 MIAMI FL 33186 RICK SCOTT KEN LAWSON GOVERNOR SECRETARY I'IICPI AV dC RFr1i 11RFh RV I dllU I certify from the records of this office that OAC ACTION CONSTRUCTION CORP. is a corporation organized under the laws of the State of Florida, filed on April 1. 1997. effective April 1, 1997. The document number of this corporation is P97000029355. I further certify that said corporation has paid all fees due this office through December 31, 2013, that its most recent annual report/unifonn business report was filed on January 25, 2013, and its status is active. I filrther certify that said corporation has not filed Articles of Dissolution Given under my !toad and the Great Seal of the State of Florida at Tallahassee, the Capital, this is the Twcaty fifth tlal> ofJarutaq} 2013 To authenticate this certifieatevisit the following site,enter this ID, and then follow the instructions displayed. https: / /erilesun biz org /certauthver.html Project Name: Bus Shelters Phase 2 RFP NO. C2013 -07 Date: July 19, 2013 Sent: Fax/E- mail /webpage This addendum submission is issued to clarify, supplement and /or modify the previously issued Request for Qualifications (RFQ) Documents, 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. Ouestion #I: Is a bid bond required for this project and if so, what is the percentage of the bid bond? Answer to Question #I: No Bid Bond is required. Question #2• What is the budget for this project? Answer to Ouestion #2: The budget for this project is $98,000. Please refer to the "Capital Improvement Program 5- Year Plan," from the City's adopted budget FY 2012- FY 2013, attached to this Addendum. Ouestion #3• Are there restrictions related to traffic while the shelters are under constructions? Page 1 of 2 Answer to Ouestion #3 Yes, for the downtown location only, (SE Corner of SW 59 Place and SW 69 Street), traffic cannot be blocked during rush hours; 7:00 AM to 9:00 AM and from 4 :00 PM to 6 :00 PM and; traffic flow cannot be blocked for more than 4 consecutive hours. The awarded contractor must submit a M.O.T. to the City of South Miami's Public Works Department, Attention Jorge Vera, Capital Improvements Project Manager. Ouestion #4: Is the contractor responsible to provide and install the metal City Seal affixed to the bus shelters? Ouestion #5• No, the contractor is not responsible to provide and install the metal City Seal. The City will provide and install the seal to the completed bus shelters. Ouestion #6 Are permit fees the responsibility of the contractor? Answer to #6: All City of South Miami permit fees will be waived. Other government entity permits, if required, are the financial responsibility of the contractor. Pre- approved City of South Miami permits have been pulled and are waiting for the awarded contractor's signature. Ouestion #7: Does the Bus Shelter require approval from Miami -Dade County's Public Works department? Answer to Ouestion #7: No, both Bus Shelter locations are not located on roadways maintained by Miami -Dade County. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page 2 of 2 Project Name: Bus Shelters Phase 2 RFP NO. C2013 -07 Date: July 23, 2013 Sent: Fax/E- mail /webpage This addendum submission is issued to clarify, supplement and /or modify the previously issued Request for Proposal (RFP) Documents, 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. Ouestion #I Sheet A -101 for both shelters under General Conditions lists a $900 site visit allowance x 6 visits! Is this for each shelter — so you have 12 visits total = $10,800? Answer to Ouestion # I: Both shelters shall include a total of six (6) visits, or three (3) visits per shelter. Ouestion #2: Is a project sign required or is this optional? Answer to Question #2: The project sign is to be purchased and installed by the City and is not the responsibility of the awarded contractor. Pagel of3 Ouestion #3• just wanted to confirm that this project no longer requires a bid bond of 5% per the Addendum #1 dated July 19, 2013. Also, the Proposal Checklist indicates Performance Bond (pg 16) is required in the proposal, but the bid documents say this is only necessary if awarded contract. Please clarify. Answer to Ouestion #3: The Performance Bond is a condition for the awarded contractor. A Performance Bond is not required with the proposal. Ouestion #4• Can we have the specs and fastening details for the SS mesh ? Answer to Ouestion #4: The mesh and attachment is to be stainless steel rust resistant "grid" pattern, architectural mesh with "u frame "' by Cambridge Architectural or approved equal. The mesh is to be installed as per manufactures specification. Awarded contractor to provide shop drawings signed and sealed by Florida registered Engineer Question #5: What type of paint is used on the steel? Answer to Ouestion #5: (1) Roof & Beam finish - Painted finish with Tiger Drylock RAL color 6012 powder coat or approved equal. Awarded contractor must provide sample to the City's Project Manager for approval. (2) Roof System - To be hurricane proof galvanized corrugated metal panels and fasteners by Centria. To be install as per manufacture specifications. Awarded contractor provide shop drawings signed and sealed by Florida registered Engineer Ouestion #6- Is the finish coat applied on the top side of the roof? Answer to Question #6: Yes, finish coat is applied on the top side of the roof. Page 2 of 3 Question #7• Are the existing benches and trash receptacles to be finished? Answer to Ouestion #7: No, the existing benches and trash receptacles are not to be finished. Question #8: Is the slab 4 Inches or 6 inches? Answer to Ouestion #8: The slab is 6" (inches.) Question #9• Will a roofer be involved in this project? Such as permits. Answer to Ouestion #9: No a roofer is not required; this would be up to the contractor. Question #10• Plans call for soil treatment, is it necessary? Answer to Ouestion #10: No, soil treatment is not required. Ouestion #11: Will a final survey be required? Answer to Ouestion #11: No, a final survey is not required. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page 3 of 3