Loading...
HomeMy WebLinkAboutCRA-R-14-0064 BackupSOUTHEAST OVERTOWN/PARK WEST COMMUNITY REDEVELOPMENT AGENCY INTER -OFFICE MEMORANDUM To: Clarence E. Woods, lli Date: October 8, 2014 Executive Director, SEOPW CRA From: Brian Zeltsman, RA, NCARB Director of Architecture & Development, SEOPW CRA File: Subject: Recommendation of Award for Overtown Community Center Project References: ITB 14-03 Enclosures: Bid Security List Recommendation Based on the findings below, it is hereby recommended that the Project be awarded to Pioneer Construction Management Services, Inc. ("Pioneer") who has been determined to be the lowest responsive and responsible Bidder for ITB 14-03-Overtown Community Center. Background On July 24, 2014, the Southeast Overtown/Park West Community Redevelopment Agency ("CRA") issued invitation to Bid ("ITB") No. 14-03 for the Overtown Community Center project located at 300 NW llth ST. On September 9, 2014, the CRA received six (6) bids in response to the solicitation (see attached), Bidders were required to hold a current certified General Contractor license issued by the State of Florida or a current certified Building Contractor license issued by the State of Florida and must have a minimum of five (5) years experience under its current business name In the construction/renovation of commercial building projects, supported by five (5) references from past projects. Findings As reflected on the attached Bid Security List, Pioneer was the lowest bidder for ITB 14-03. After determining that Pioneer is a responsible bidder and meets the minimum requirements to bid on the Project, CRA staff reviewed Pioneer's bid and, based thereon, determined that Pioneer's bid is responsive to lTD 14-03. Having determined that Pioneer is the lowest responsive and responsible bidder for ITB 14-03, it ,is hereby recommended that the Protect be awarded to Pioneer. CITY OF MIAMI OFFICE OF THE CITY CLERK BID SECURITY LIST BID ITEM: Construction Project BID NUIVIBER: Bid —No. 14-03 DATE BID OPENED: September 9, 20 i.4 TIME: 11:00 a.m. BIDDER BID TOTAL BID BOND (ER) AMOUNT CASHIER'S CHECK Pioneer ConstructionManagement Services, Inc $2,534,653.00 J.R.T. Construction, Co $2,769,792.00 ABC Construction $2,775,000.00 TGSV Enterprises, Inc. $2,893,000.00 State Contracting & Engineering Corp $2,900,000.00 Overnight Success, Inc. ......._ $4,490,000.00 aye°o- _-_"""-.�._....,_,,,, Q from p the antlor Iiot herd. L c:�.t G� nl :' ..1i 9%6' A7'� rv.i g.. M. 3 b:iF'G"r.., receives-1 i.:�'�a' y t,:': _.� �fiiJ �i.Y.� F5' 3' r only (Hers �tt �. .n c ,.Ia1 Y£ pn other ofbrs ai 4w in es w:A=__s, y. P eo IracT n F �.aeti c 1(71r4,"ti, i ej r. A tuna p [. Ail i, f I Pelson Receiving Bid(s) On: September 9. 2014 today's Date Received ( 6 ) bid(s) on behalf: SEOPW CRA City D PREPARED BY: epnty City Clerk KEON HARDEMON Board Chair INVITATION TO BID OVERTOWN COMMUNITY CENTER 300 NW 11' STREET MIAMI, FL 33136 ITB No. 14-03 ISSUE DATE JULY 24, 2014 ADDENDUM #5 SEPTEMBER 2,2014 q)e • SC)4 CLARENCE E. WOODS, Ill 'oA Executive Director ADDITIONAL INFORMATION & CLARIFICATION DEADLINE AUGUST 18, 2014 AT 5:OOP.M. (NOW CLOSED!) BID SUBMISSION DATE AND TIME CEPTEMBE 3 ,201 nr11.rl0n M SEPTEMBER 9, 2014 AT 11 :OOA.M. DESIGNATED CONTACT Brian Zeltsman, RA, NCARB Director of Architecture and Development Southeast Overtown/Park West Community Redevelopment Agency 819 NW 2nd Ave, 3rd Floor Miami, Florida 33136 Telephone: 305-679-6827 Facsimile: 305-679-6835 Email: bzeltsman aC�miamioov,com The U.S. Department of Commerce Economic Development Administration is providing partial funding far this project (EDA Investment No. 04-79-06827) 4 FORM NO, 1 BID FORM Submitted: 09/09/2014 Date In compliance with the advertisement for the Invitation to Bid, Bidder hereby proposes to perform all work for the construction and renovation of the Overtown Community Center, 300 NW 11th Street, Miami, FL 33136 ("Project"), in strict accordance with the Contract Documents, within the time set forth therein, and at the prices stated below. By submission of this Bid, the Bidder certifies, and In the case of a joint Bid each party thereto certifies as to its own organization, that this Bid has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this Bid with any other Bidder or with any competitor. This Bid is made without connection with any other person, firm, or parties making a Bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of ail conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and that it has submitted the required Bid Bond; and all other required information with the Bid; and that this Bid is submitted voluntarily and willingly. The Bidder agrees, if this Bid is accepted, to contract with the CRA, a public agency and body corporate created pursuant to Section 163.356, Florida Statutes, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project. The Bidder also agrees to furnish the required Bid guaranty for not less than the total Bid price plus alternates, if any, and to furnish the required Certificate(s) of Insurance. The undersigned further agrees that the Bid guaranty accompanying the Bid shall be forfeited if Bidder fails to execute said Contract, or fails to furnish the required Performance Bond and Payment Bond, or fails to furnish the required Certificate(s) of Insurance within fifteen (15) calendar days after being notified of the award of the Contract by the CRA. In the event of arithmetical errors, the Bidder agrees that these errors are errors which may be corrected by the CRA. In the event of a discrepancy between the price Bid in figures and the price Bid in words, the price in words shall govern. Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. Note: Bidders are bidding on the summation of the Base Bid Item #1 below for the purpose of determining the lowest responsive and responsible Bidder. Bid Item #2 and #3 as alternates will not factor into consideration of lowest responsive and responsible Bidder. At the CRA's discretion, the executed contract can be any combination of Bid Items 1, 2 and 3. Bid Item #1: Lump Sum Base Bid Amount Includes the total cost for the Work for the Project specified in the CRA's solicitation, ITB No. 14-03, consisting of demolitions, asbestos abatement, total lead -based paint abatement for interior and exterior surfaces, utility offsite improvements, all applicable permits and fees, furnishing all materials, labor, equipment, supervision, mobilization, overhead & profit required, in accordance with the Bid Specifications. Lump Sum Base Bid Amount: $ 2,534,653.00 Written Bid Amount: Two million, five hundred thirty four thousand, six hundred and fifty throe Dollars Bid Item #2: Deductive Alternate No,1 - Deduct Pin Plies at Elevator Shaft Foundation Credit Amount: $ ( 12.698.53 } Written Credit Amount: Twelve thousand, six hundred ninety eight Dollars and 531100. Bid Item #3: Alternate for Security System Amount: $ 16,886.10 Written Amount: Sixteen thousand, eight hundred eighty six Dollars and 10/100. BUJ FORM Page 2 of 7 Part I: DIRECTIONS — COMPLETE PART I OR PART II (WHICHEVER APPLIES), AND PART III Part I: Listed below are the dates of issue for each Addendum received in connection with this Bid: Addendum No. 1, Dated 07/24/2014 Addendum No. 2, Dated 08/14/2014 Addendum No. 3, Dated 08/20/2014 Addendum No. 4, Dated 08/22/2014 Addendum No. 5, Dated 09/02/2014 Part II: No addendum was received in connection with this Bid. Part III: CERTIFICATIONS The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the following, and shall comply with ail the stated requirements. 1. Non -Collusion Bidder certifies that the only persons interested in this Bid are named herein; that no other person has any interest in this Bid or in the Contract to which this Bid pertains; that this Bid is made without connection or arrangement with any other person. Bidder certifies that the selected independent third -party verifier will verify and certify compliance data and reports honestly and accurately. 2. Drug Free Workplace The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by: a. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the Bidder's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; b. Establishing a continuing drug -free awareness program to inform its employees about: i. The dangers of drug abuse in the workplace; ii. The Bidder's policy of maintaining a drug -free workplace; iii. Any available drug counseling, rehabilitation, and employee assistance programs; and iv. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; B1D FORM Page 3of7 c. Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); d. Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: I, • Abide by the terms, of the statement; and ii. Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; e. Notifying the CRA in writing within ten (10) calendar days after receiving notice under subdivision (4) (il) above, from an employee or otherwise receiving actual notice of such conviction, The notice shall include the position title of the employee; f. Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: Taking appropriate personnel action against such employee, up to and including termination; or ii. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and g• Making a good faith effort to maintain a drug -free workplace program through implementation of subparagraphs (1) through (5). 3. Lobbvinc The undersigned certifies to the best of his or her knowledge and belief, that no Federal appropriated funds have been paid, or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. If any funds other than Federal appropriated funds have been paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with these instructions. The undersigned shall require that the language of the certification be included in the award documents for "All" sub -awards at ail tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. The certification is a material representation of fact upon which reliance BID FORM Page 4 of 7 was placed when this transaction was made or entered into. Submission of this certification is a pre -requisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure; and • Note: In these instances, "All" in the Final Rule is expected to be clarified to show that it applies to covered contract/grant transactions over $100,000 (per QMB). 4. Debarment, Suspension and Other Responsibility Matters The Bidder certifies to the best of its knowledge and belief, that it and its principals: • Are not presently debarred, suspended, proposed for debarment, and declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; • Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or falsification or destruction of records, making faise statements, or receiving stolen property; • Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph 1.b of this certification; and • Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. Where the prospective Bidder is unable to certify to any of the statements in this certification, such Bidder shall submit an explanation to the CRA. BID FORM Page 5 of 7 Attached is a Bid Bond [X], Cash [ ], Money Order [ ], Unconditional/Irrevocable Letter of Credit [ ], Treasurer's Check [ ], Bank Draft [ ], Cashier's Check [ ], Bid Bond Voucher [ ] or Certified Check [ ] No, Bank of for the sum of Dollars ($ ). The Bidder shall acknowledge this Bid and certifies -to the above stated in Part III by signing and completing the spaces provided below. Firm's Name: Pioneer Construction Management Services, Inc. ig� Printed Name/Title: D. Ruel Miles President City/State/Zip: Davie, Florida 33314 Telephone No.: 954-893-6071 // Facsimile No.: 954-893-8013 Federal 1. D. No.: 41-2242680 E-Mail Address: ruel@pioneercros.com STATE OF Florida COUNTY OF Broward i I T oregoing instrul nt was acknowledged before me this day of25151Q1ALIV, 20 t `t , by , who is personally known to me or w—iras--prouced. a-elffe ltifla tierr end who (did / did not) take an oath. Dun and Bradstreet No.: 00-841-0666 } ) SS: (if applicable) rOk.&k rad SIG ST ■ k l-QBAPAIblia State of Florida 4 0,, Melaine Matcolrn SJIy Commission EE 15911 S 0, ExpIt�s p1)11r2478 PRI`; r, E■ OR TYPED NAME OF NOTARY PUBLIC BID FORM Page 6 of 7 CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY CERTIFY that at a meeting of the Board of Directors of Pioneer Construction Management Services, Inc. , a corporation organized and existing under the laws of the State of Florida , held on the 09 day of September , 2014 , a resolution was duly passed and adopted authorizing (Name) D. Ruel Miles as (Title) President of the corporation to execute bids on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. ! further certify that said resolution remains in full force and effect. IN WREOF, I have hereunto set my hand this 09 , day of September , 20 14 , Secrets Print: CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of , held on the day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the to execute bids on behalf of the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the partnership. further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, 1 have hereunto set my hand this , day of , 20 Partner: Print: CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this Bid is authorized to sign Bid documents on behalf of the joint venture. If there is no joint venture agreement each member of the joint venture must sign the Bid and submit the appropriate Certificate of Authority (corporate, partnership, or individual). CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the Bid to which this attestation is attached. IN 'WITNESS WHEREOF, 1 have hereunto set my hand this , day of , 20 Signed: Print: BID FORM Page7of7 FORM NO. 2 SUPPLEMENT TO BID FORM I. QUESTIONNAIRE This Questionnaire Form r ust be completed and submitted with the Bide The Southeast OvertownlPark West Community Redevelopment Agency ("CRA") may, at its ;sole discretion, require that the bidder submit additional Information not Included in the submitted form. Such information must be submitted within seven (7) calendar,days of the CRA's Request. Failure to submit the Form or additional information upon request by the CRA shall result in the rejection of the Bid as non -responsive. Additional pages may be used following the same format and numbering. By submitting Its Bid, the Bidder certifies the truth and accuracy of all information contained herein. A. Business Information 1. How many years has your company been In business under its current name and ownership? 7 Years a. Professional Licenses/Certifications (include name and number)* issuance Date MBE- Miami Dade County 09/12/13 PHCD - Miami Dade County 12/21/12 CBE- Broward County 10/25/1a ('Include ectivo oerltffcations of community small business enterprise a name of certifying entity) b. Date company licensed by Dept. Of Professional Regulation: 08/14/2007 c. Qualified Business License: Q YesD No if Yes, Date Issued: 0521//2008 d. What is your primary business? Construction - interior Renovation (This answer should be specific. For example; paving, drainage, sohools, Interior renovations, etc.) e. Name of Qualifier, license number, and relationship to company: Edward Baldie, CGC1515488, Estimator f. Names of previous Qualifiers during the past five (5) years including, license numbers, relationship to company and years es qualifier for the company NIA 2. Name and Licenses of any prior companies SUPPLEMENT TO BIO FORM Page 1 of 9 Name of Company License No. Pioneer Construction Management Services, Inc. Issuance Date 41-2242680 06/14/2007 3. Type of Company: ® Corporation "S" Corporation:LLC❑Sole Proprietorship❑Other: (Corporations will be required to provide a copy of their corporate resolution prior to executing a contract) 4. Company Ownership a. identify all owners of the company. Name Title D. Rue] Miles % of ownership President 100% b. Is any owner identified above an owner in another company? ❑ Yes IN No If yes, identify the name of the owner, other company names, and % ownership e. identify all individuals authorized to sign for the company, indicating the level of their authority (check applicable boxes and for other provide specific levels or authority) Name Title Signatory Authority All Cost No -Cost Other D. Ruel Miles President [R] ❑ ❑ ❑ Andros Flschborn Estimator 0 0 El CI Brian Joyner Project Manager 0 0 ® ❑ ❑ ❑ ❑ ❑ Explanation for Other: SUPPLEMENT TO BID FORM Page2of9 (Note, "Ail" refers to any type of document Including but not limited to contracts, amendment, change proposal requests (CPR), change orders (00), notices; claims, disputes, etc. "Cost" refers 'to CNRs, CCs. !I'o-cost refers to RFIs, Notices, and other similar documents) a. Employee Information Total No. of Employees: 18 Number of Managerial/Admin. Employees: 3 Number off Trades Personnel and total number per classification: (Apprentices must be listed separately breach classification) 5 Carpenters 8 Laborers 2 Superintendent How many employees are working under H2B visas? None 6. Has any owner or employee of the company ever been convicted of a federal offense or moral turpitude: If yes, please explain: No 7. insurance & Bond Information a. Insurance Carder name & address: Tanenbaum Herber of Florida 2900 SW 149th Avenue, Suite 100, Miramar FL, 33027 b. Insurance Contact Name, telephone, & e-mail: Carol Kiertekles 954-883-2996 or 386-385-3480, ckiertekles@thflorida.com c. Insurance Experience Modification Rating (EMR): .93 % Of no EMR rating please explain why) d. Number of Insurance Claims paid out in last 5 years & value: None e. Bond Carrier name & address: Westchester Fire Insurance Company 4901 NW 17th Way, Suite 304, Fort Lauderdale, FL33309 f. Bond Carrier Contact Name, telephone, & e-mail: Gladys Keith 9• 954-323-3587, Gladys@fsbagencyinc.com Number of Bond Claims paid out in last 5 years & value: SUPPLEMENT TO BID FORM Page 3 of 9 None 8. Have any claims lawsuits been file against your company in the past 5 years, if yes, identify all where your company has either- settle or an adverse judgment has been issued against your company. Identify the year basis for the claim or judgment & settlement unless the value of the settlement is covered by a written confidentiality agreemen#. Yes See Attached S, To the best of your knowledge is. your company or any officers of your company currently under investigation by any law enforcement agency or public entity. If yes, provide- details: No 10, Has your company been assessed liquidated damages or defaulted on a project In the past five (5) years? ❑ Yes ® No (if yes, provide an attachment that provides an explanation of the project and an explanation, 11. Has your company been cited for any OSHA violations in the past five (5) years? If yes, please provide an attachment including all details on each citation, No 12. Provide an attachment listing all of the equipment, with a value of $5,000 or greater, owned by your company. None Et, Project Management & Subcontract Details 1. Project Manager for this Project: a. Name: Prolect Manager: Brian Joyner b. Years with Company: 1 Year c Licenses/Certifications: OSHA Ceritfled d. Last 3 projects with the company including role, scope of work, & value of project: Lulav Square Apartments Interior Renovations & Demolition, $1,.300,000.00 Fairway Park Child Care Center- Interior Renovations & Demolition, $400,000.00 City of Miramar 19th Street -installation of a per -fabricated bathroom building, $80,000.00 2. Subcontractors: Name Trade % of Work License No, Certification* York Electric Electrical 14.2% 22-3918884 SUPPLEMENT TO BID FORM Page 4 of 9 Marmich Air Conditioning, Inc. Mechanical 10.9% 20-3051329 Richlin Plumbing, Inc. Plumbing 7.4% 20-8064941 Jerico Resturant Supply Equipment 18.5% Thunder Demolition Inc. Demolition 1.3% 20-1195183 /3t 1t i1 L!/3o/ 1 (*active certifications of community small business enterprise 8, name of certifying entity) 3. Scope of actual construbtion work to be performed by your company and the corresponding percentage of the work: (This does not include such items as Insurance* bonds, durripsLera, trailers. and other similar non-constrnollon work Items) Construction Administration, Demolition and Carpentry 14.2% C. Current and Prior Experience: 1. Current Experience including projects currently under construction, recently awarded, or pending award (Provide an attachment to this questionnaire that Iista all such projects, Including the owner's name, title and value of project, scope of work, projected or actual start date, projected completion date, and number of company trades personnel assigned to the project) 2. Prior Projects of a similar size, scope and : Provide an attachment to this Questionnaire that includes Completed Proje.cts the Proposer considers of a similar, size, scope and complexity that the City should consider ih determining the Bidders responsiveness and responsibility. This attachment must Include the project that meets the minimum number of projects identified by the bid solicitation. Information provided must include the owner's name , address and contract person, including telephone & e-mail, title. of project, location of project, scope, initial value and final cost of the project, projected and final tiineframes for completion in calendar days and the number of company trades personnel, by classification, that were assigned to the project. The delivery method, including, but not limited to; design -build., CMf a@Risk,. Design -Bid -Build, etc. is to be Identified for each Project. If there Is a difference between the initial and final cost or initial and actual timeframe provide details. on why the differences exist. A reference letter is to be completed by the owner of the Project and submitted as part of the Bid submission. A. Bidder's References Bidders are to include a minimum of five (5) references from completed projects listed in C.2 above. The attached form is to be used and is to be Included with the Bid submission. The Southeast Oveitown/Park West Community Redevelopment Agency, at its sole discretion may allow the Bidder to submit the references after the specified date for Bid submission. SUPPLEMENT TO BID FORM Page 5 of 9 BID 14-03 SUBCONTRACTORS LIST Names Trade % of Work License No. Certification Alpha Security & Fire Services, Inc. Sprinkler & Security 65-0101940 CBE- Broward County Jasper Enterprise Painting 65-0449122 SBE- Miami Dade county JAS Doors Supply & Install 13598 CSBE- Miami Dade County Pelege Trion Corps. Structure 59-2578002 CSBE- Miami Dade County Grace Roofing Enterprise Roofing CBE - Broward County Thunder Demolition Demolition CSBE- Miami Dade County Tropics Landscaping landscaping W/MBE- Broward County 5) Company Name 11. CUSTOMER REFERENCE LISTING Bidders may furnish the names, addresses, and telephone numbers of flans or government organizations for which the Contractor has provided services In addition .to the minimum five (a) projects of a similar size, scope, and complexity. Core Construction 1) Company Name Lulav Square Apartments Limited Partnership Address 2206 Jo An Drive, Sarasota, FL 34231 Contact Person/Contract Amount Joe Kenny- $1,300,000.00 Telephone No.: /Fax No. P: 941-343-4300 , F: 941-552-0245 2) Company Name Fairway Park Child Care Renovations Address 3700 Largo Drive, Miramar, FL. 33025 Alexander Shershevsky Contact Person/Contract Amount $348,452.00 Telephone No.: /Fax No. T. 954-602-3315 F.954-602-3598 BJ&K Construction Inc. 3) Company Name Brownsville Transit Village II, Ill & IV Address 2950 NW 29 Ave., Miami, FL 33133 Contact Person/Contract Amount Brad Runyan: $2,2340,975.00 Telephone No.; /Fax No. T. 954-974-9181 Board of County Commissioners 4) Company Name Broward County Public Safety Building Address 2601 W. Broward Blvd.,Ft. Lauderdale, FI, 33312 Contact Person/Contract Amount Steve Greco, $380,400.00 Telephone No.: /Fax No. T 1:154-357.-84na Board of County Commissioners of Broward County Florida - North Regional Courthouse Address 1600 W. Hillsboro Blvd., Deerfield Bch., FL33442 Contact PersonlContract Amount Dave Ratliff, $717,920.00 Telephone No.: /Fax No. T.954-357-6368,F.954-357-6343 SUPPLEMENT TO BID FORM Page 6of9 Telephoned .r; 14', 4( t Sincerely, s1Drien Zeltsrnan Dries Zeltsman, RA, NCAi Dlreutar of Architecture and Development 10r07/2014 12;33 954-•-951-7017 FEDEX OFFICE 1577 PACE 01 To Whom it. May Concern Subject; Reference Letter Nemo of 9ldder The .abo o re.o..rtgibel cprttrityr le submitting an 0 bid aolli tatien'thet has been issued by the Southeast Cvertatiin/ rk Watt Community I edovslop et t , Andy: We require that the Bldder prbvlde written reforeno with tha r 131d submtssiun tnd prcvldirng you wtth this clootiyrolit tha Contractor is requesting, that you provide the following reference information, We would appreciate yqd prairidfng the information requested below ae well Os any nthar infarrraatlah your fwl is pertindnt; N of Prolate gasp ofuit6ris �.c� ,'.,J 'r D l/ - '#"t> i'-I Value of project; I, 45t49 Date C impieted: + t r `Z ) 4, Percentage of physical coristruttion work ae f perfomied by bontractor: . % Wei project completed on time & within budgets Yea 0 No If no, was the c ntractor at feu)! or contribute to the delay{) er lecru sed cam j] Yes 0 No If yes, please prride details: helping us In evaluating i)Lir bid iilan. ®tang this forn; 4 $ Dotal 4 Title; '1 1 I.mpil; ' . C" rp, SUPPLEMENT TO BID FORM Page i bT 9 To Whom It May Concern Subject: Reference Letter Name of Bidder: The above referenced contractor Is submitting on a bid solicitation that has been issued by the Southeast Overtawn/Park West Community Redevelopment Agency, We require chat the Bidder provide written references with their Bid submission and by providing you with this document the Contractor is requesting that you provide The following reference information, We would appreciate you providing the information requested below as well as any other Information your feel is pertinent: Name of Project: ` g l Soopeofwork: R .plait .5 of v- tnAr�rt 1ivt� S,la-' 1 {04-11 } e. ;0wnwt 6o�,.(4°".se Value of project: .$ 3' 2, OD eZa. Date Completed: ice✓' ( Ail 2-o Percentage of physical construction work self -performed by Contractor: % Was project completed on time & within budget: : j Yes g) No If no, was the aontraator at fault or contribute to the delay(s) or increased oust? 0 Yes 14 Ne If yes, please provide details: Comments: Thank you for your assistance in helping us In evaluating our bid solicitation. Name of individual completing this farm: , TEA , Date: 10/4 fit, Signature: ,. Telephone: (1,5(f)35-7— 6ti i'iS Sincerely, s/Brian Zeitsrnan Brian Zeltsman, RA, NCARB Director of Architecture and Development Title: / d' yet'ft B-melt: r j1�d the Nt 29ra.. awl ., r� SUPPLEMENT TO BID FORM Page 7 of 9 To Whom It May Concern Subject: Reference Letter Name of Bidder: The above referenced contractor is submitting on a bid solicitation that has been issued by the Southeast OvertownlPark West Community Redevelopment Agency. We require that the Bidder provide written references with their Bid submission and by providing you with this document the Contractor is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel Is pertinent: Name of Project: Scopeofwork: T\9orth F2egional anrnman A.r�a Value of project: $ 350,000.00 Date Completed: 10/2/2013 Percentage of physical construction work self -performed by Contractor: 25 % Was project completed on time & within budget: X Yes 0 No If no, was the contractor at fault or contribute to the delays) or increased cost? 0 Yes 0 No If yes, please provide details: Comments: Project went very smooth as most of the work required after hours schedule in a secure building. Contractor was very cooperative In resolving issues that arose from unforeseen circumstance and did not delay the project while resolutions were agreed upon. Contractor has completed several other projects that 1 have managed and is always eager to accommodate the expectations of the project. Thank you for your assistance in helping us In evaluating our bid solicitation. Name of individual completing this form: David B_ Ratliff Date:10/7/14 Signature: cjavcd r, c a/L/7 Title: Operations Superintendent Telephone: 954-387-6368 E-mail: dratiiff aQbroward.ore Sincerely, s/Brian ZeltsmanBrlan Zeltsman, RA, NCARB Director of Architecture and Development SUPPLEMENT TO BID FORM Page 7 of 9 To Whom It May Concern Subject; Reference Latter Name of Bidder: c;:cyleer The above referenced contractor Is submitting on a bid solicitation that has been Issued by the Southeast Overtown/Park West Community Redevelopment Agency. We require that the Bidder provide written references with their Bid submission and by providing you with this document the Contractor is requesting that you provide the following reference information, We would appreciate you providing the Information requested below as well as any other information your ur feel ype ant; % F� � t Name of Project: �' � y Scope of work: Kisa pn at 6) 46411190ibaravirr6 Orr Value of project: $ 2 r 4 Date Completed: , (dt l Percentage of physical construction work self -performed by Contractor: % Was project completed on lime & within budget: ❑ Yes P.2 No If no, was the contractor al fault or contribute to the delay(s) or increased cost? CI Yes No If yes, please provide details: Thank you for your assistance in helping us rl evaluating our bid solicitation, rdn Dater Name of individ mpleting this form: Signature: Telephone: Sincerely, s/Brian Zaltsman Brian Zeltsnian, RA, NCAR13 Director of Architecture end Development. SUPPLEMENT TO DID FORM Page 7 of 9 Telephone: To Whom It May Concern Subject: Reference Letter Name of Bidder: Pioneer Construction Services, Inc. The above referenced contractor is submitting on a bid solicitation that has been issued by the Southeast Overtownfpark West Community Redevelopment Agency. We require that the Bidder provide written references with their Bid submission and by providing you with this document the Contractor is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other Information your feel Is pertinent Name of Project: Lulav Square Apartments Limited Partnership Scope of work: interior Renovations & Demolition Value of project: $ 1,300,000.00 pate Completed: December, 2014 Percentage of physical construction work self -performed by Contractor: ID Was project completed on time & within budget: ai Yes [] No If no, was the contractor at fault or contribute to the delay(s) or increased cost? [] Yes ID No If yes, please provide details: Comments: A6NAS hono.c. CornoArrirx4S eml #aa 9=- kitrLA c-7) 4`e55ronci) oif proncvn -to 11 Scapz S ocs Thank you for your assistance in helping us in evaluating our bid solicitation. Name of in ividual completing this form: ��nn Date: q;' , t �d Signature: g Tifie;baeCp min wSia.kr Svnr 343-/p3ob Sincerely, sIBrian Zeltsman Brian 7.e11sman,. RA, NCARB Director of Architecture and Development E-mail; J��Jk h �rvGB� �irl,eot�-► SUPPLEMENT TO BID row Page 7 of 9 To Whom it May Concern Subject: Reference Letter Name of Bidder: pre,,Ctr�� The above referenced contraotor is submitting on a bid solicitation that has been issued by the Southeast f]vertown/Park West Community Redevelopment Agenriy. We require that the Bidder provide written references with their Bid submission and by providing you with this document the Contr'ector is requesting that you provide the following referersce information, We would appreciate you providing the information requested below as well as any other information your feel Is pertinent: /t��� Name of Project: �{ lJumy P4 1 (.ee,R6 k ac%riarJ s Scope of work: k e vim-7001$ o 1 t ra4r€ c j 6 CHE4-b .v i rtre. Value of project: $ 1(Obi t'JC J.I2{) Date Completed: A p ,ia_. rr /71 2 0 t 4, Percentage of physical construction work self -performed by Contractor, f op % Was project completed on time & within budget [eYes © No lino, was the contractor at fault or contribute to the delay(s) or increased cast? ❑ Yes [j No if yes, please provide details: Comments: PR cr• c roc 4- !i)•trte 2 tpf dig t t7 fA- Thank you far your assistance in helping us In evaluating our hid solicitation, Name of individual cornple this 'form: kW 51,- _ 19H 1/6 y Bate: Oeria01111. f +' Signature:,-1 Title: Mko C'G Telephone: 6 ) £UZ ~ 33 tom"~ • E-mail: (,t 5 ,4wJtlie �'t, sa` .ar Sincerely, s&Brian Zelternan Nan Zeltsman, RA, NCARB pireotor of Architecture and Development SUPPLEMENT TO BID FORM Page 7of9 BID #14-03 Onftoing Project: Project: Miami Dade College — Hialeah Campus Owner: Board of Trustees of Miami Dade College 1800 West 49th Street, Suite 103, Hialeah, FL 33012 General Contractors: Ballo r Beatty Construction, LLC 3100 McKinnon Street, Dallas, Texas 75201 Project Manager: James Tuner 954-868-5509 Scope: Floor Replacement; $650,000.00 (75%) Ongoing: April 2014 - Protect: Job Oder Contract (JOC) 4 (South) Owner: Board of County Commissioners of Broward County Florida 115 S. Andrews Ave, Suite 212, Fort Lauderdale, FL 33301 Ian Mitchell Project Administrator Purchasing Division 954 357 5675 General Contractor: Pioneer Construction Management Services, Inc Scope: Public Works Job Oder Contract (JOC) $2,000,000.00 Ongoing: April 2013 — 2014 (85%) Project; Job Oder Contract (JOC) 4 (South) Owner: Board of County Commissioners of Broward County Florida 115 S. Andrews Ave, Suite 212, Fort Lauderdale, FL 33301 Ian Mitchell Project Administrator Purchasing Division 954 357 5675 General Contractor: Pioneer Construction Management Services, Inc Scope: Public Works Job Oder Contract (JOC) $3,000,000.00 Ongoing: April 2014 — 2015 (5%) BID #14-03 Completed Proieets Proleet: Lulav Square Apartments Owner: Lulav Square Apartments Limited Partnership 2206 So An Drive, Sarasota, FL 34231 General Contractor: Core Construction Services of Florida, .LLC 8027 Cooper Creek Blvd, Suite 110 University Park, FL 34201 941-343-4300 Project Manager: Joe Kenny joekenny@coreconstruction.com Scope: Interior Renovation & Demolition; $1,300,000.00 Bid/Bonded Date Completed: September 2014 (100%) Prof ect: Fairway Park Child Care Centre Reznovations 3700 Largo Drive Miramar, FL. 33025 Owner: City of Miramar Alexander Shcrshevsky: 954-602-3315 ashershevslcy@ci.mirsmar.fl.us General Contractor: Pioneer Construction Management Services Inc Scope: Interior Renovation & Demolition $348,452.00 Bid/Bonded Date Completed: March 2014 (100%) Project Brownsville Transit Village II, TII & IV 2950 NW 29 Ave, Miami, FL 33133 Owner: Brownsville Village II, Ltd. Architect: Corwil Architects, Inc. General Contractor: BJ&K Construction. Inc. 970 W. McNab Rd Suite 210 Fort Lauderdale, FL 33309 Brad Runyan: 954-974-9181 Scope: Flooring,Trusses& Interior Renovation: $2,234,975.00 Bid/Bonded Dated Completed: December 2013 (100%) ID #14-03 1E, Broward County public Safety Building (PSB) V AHU Replacement 1 & 3 2601 W. Broward Blvd. Fort Lauderdale, FL 33312 Owner: Board of County Commissioners of Broward County Florida General Contractor: Pioneer Construction Management Services, Inc. Project Manager: Steve Greco 954-357-8403' Scope: Flooring, Switch Gear Upgrade, Drywall, Roof Trusses; $808,987.00 Bid/Bonded Dated Completed: October 2013 BAD #1.4-03 Project Expected To Star: Miami Dade County Public Schools Owner: The School Board of Miami Dade County FL 1450 NE 2 Ave,, Suite 248, Mia., FL 305-995-1307 Project Julio Sanchez, R.A. 305) 251-7923 — Office, iulio@isagroup.net General Contractor: Pioneer Construction Management Services, Inc Scope: General Repairs $1,750,000.00 III. OFFICE LOCATION AFFIDAVIT Please type or print clearly. This Affidavit must be completed in full, signed and notarized ONLY IF YOU MAINTAIN AN OFFICE WITHIN THE JURISDICTIONAL BOUNDARIES OF THE SOUTHEAST O.VERTOWNIPARK WEST REDEVELOPMENT AREA., OR THE CORPORATE LIMITS OF THE CITY OF MIAM1 AS DEFINED BY CITY CODE SECTION 18-73. N/A Legal Name of Firm: Entity Type: (Check One) El Partnership ❑ Sole Proprietorship ❑ Corporation Corporation Document No: Date Established Occupational License No: Date of issuance PRESENT Street Address: City: State: How long at this location: PREVIOUS Street Address: City: State How long at this location: Local once means a business which conducts all or a portion of its operations from a permanent structure that is located within the corporate limits of the Southeast OvertownlPark West Community Redevelopment Agency or the City of Miami, and has operated legally pursuant to all applicable zoning and licensing laws for a minimum of six months prior to .the date bids or proposals were received for the purchase or contract at issue. A post office box shall not be sufficient to constitute a local office. if the business is located in thepermanent structure pursuant to a lease, such lease must be in writing, for a term of no lass than one year, have been In effect for no less than six months prier to date bid or proposal was received, and be available for review and approval by the chief procurement officer or its designed. The Intention of this section is to benefit local bona fide bidders/Bidders to promote economic development within the corporate limits of the Southeast OvertownlPark West Community Redevelopment Area. SUPPLEMENT TO BID FORM Page 8 of 9 (wej certify, under penalty of perjury, that the office. location of our firm has not been established with the solo purpose of obtaining the advantage granted bona fide local bidders/Bidders by this section. Authorize Signature Authorized Signature D. Ruel Mlles President Print Name Print .Name (C Title • Authorized Signature. (Must be signed by the corporate secretary of a Corporation or one general partner of e partnership or the proprietor of a sole proprietorship or all partners of a joint venture.) NOTARIZATION STATE OF Florida COUNTY OF &Dini a,( C, That:personally appeared before nee and acknowledged the foregoing Instrument as his/her act and deed. car Pu4, fie/ Nor.ery Pu0»1G State of rionde Mein;e Melrufm Mq Cainmiesaun EE '159116 Expire 01l1112f11#5 My Commission Expires: as identification. NOTARY PUBLIC: s- C Please submit with your Bid Form copies of Occupational Licensefor the City of Miami and Miami Dade County Business Licenses., professional and/or trade License to verify local office preference. The Southeast Overtown/Park West Community Redevelopment Agency also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other decunients(s) to verify the location of the firm's office. SUPPLEMENT TO BID FORM Page 9 of 9 FORM NO. 4 BID BOND FORM STATE OF FLORIDA COUNTY OF MIAMI-DADE )SS: BOND#007088553 Pioneer KNOWN ALL PERSONS BY THESE PRESENTS, that we, the undersigned, Construction MGMT ** as Principal, and Westchester Fire Insurance Company as Surety, are hereby held and firmly bound unto the Southeast Overtown/Park West Community atd.pzelopment Agency and the City of Miami es Owners, in the penal sum of 0.0g goo ci'adhohil4+xr 4g6./ g;t7;0$,Y)Rbilars ($ 0r4:.1 .0 for the payment of which sum, well and truly to be made, we hereby jointly and severally bind ourselves, our successors end assigns. ** Services Inc THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted to the Southeast Overtown/Park West Community Redevelopment Agency the accompanying Bid, dated September 9 2014, attached hereto and hereby made a part hereof to enter Into a contract in writing for the construction and renovation of the Overtown Community Center, 300 NW 1111i Street, Miami, Florida 33136 - ITB No, 14-03. NOW THEREFORE: (a) If said Blot shall be rejected; or (b) If said Sid shall be accepted and the Principal shall execute and deliver a contract in the Fora of the Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for the faithful performance of said Contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then, this obligation shall be void, other the same shall remain in force and effect. It being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. in the event of the withdrawai of said Bid within the one hundred and twenty (120) days after the date of opening the same, or the failure to enter into such Contract within ten (10) days after the prescribed forms are presented to the Principal for signature, and give such bond within the time specified, the Principal shall pay the Southeast Overtown/Park West Community Redevelopment Agency the differenoe between the amount specified in said Bid and the amount for which the Southeast Overtown/Park West Community Redevelopment Agency may procure the required Work and supplies, if the latter amount be In excess of the former, then the above obligation shall be void and of no effect, otherwise to remain In full force and virtue, BID BOND Page 1 of 3 The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its Bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. The Surety confirms that it appears on the Treasury Department's most current List (Circular 670 as amended) and is authorized to transact business in the State of Florida. IN WITNESS WHEREOF, the above bound parties have executed this instrument under their several seals, this 9 day of SEPTEMBER, 2014 , the name and corporate seal of each party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of Its governing body. WITNESS: (If Sole Ownership, Partnership, or Joint Venture, two (2) Witnesses are required. If C. • ration, Secretary oni .. ; - =s an• rf€ix seal.) tness PRINCIPAL: Pioneer Construction Mgmt Services Inc authorized officer) DYAN RUEL MILES, PRESIDENT (Title) 3711 SW 47th Avenue, #203 (Business Address) Davie, Florida 33314 City State Zip Surety: Westchester Fire (Corporate Surety) Insurance Company (Signature of A norfzed Officer) GLADYS KEITH, Attorney--in-Fact Affix (Title) 4901 NW 17th Way (Business Address) Ft. Lauderdale, FL 33309 City State Zip BID BOND Page 2 of 3 My Commission Expires: CERTIFICATE AS TO CORPORATE PRINCIPAL 1, D. Ruel Milos certify that I am the Secretary of the Corporation named as Principal In the within bond; that PioneerConstructron Management Services, Inc. of said corporation; that 1 know his signature, anti the signature hereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority of its govern 11..ody. STATE OF Florida COUNTY OF el- c.a ) SS: -- �--~—� ,(Corporate Seal) Before me, a Notary Public duly commissioned, and qualified, personally appeared Gladys Keith to me well known, who being by me first duly sworn upon oath, says that he/she Is the attomey-in fact, for the Westchester Fare and that he/she has been authorized by Westchester Vire to execute the foregoing bond on behalf of the Contractor named therein in favor of the Southeast Overtown/Park West Community Redevelopment Agency, Subscribed and sworn to before me this 9th day of September, 2014 1 Notary Public, State of Florida at Large l Notary Public Slate of Florid. ^ Melaine Malcolm My CorrimIsalorl EE 169118 Exprtea 01/11/2010 INSTRUCTIONS; Bid bands must be accompanied by a Power of Attorney. IMPORTANT: Surety companies executing this Bond must appear on the Treasury Department's most current list (Circular 570 as amended) and must be authorized to transact business in the State of Florida. BID BOND Page 3 of 3 THE BACK OF THIS DOCUMENT LISTS VARIOUS SECURITY FEATURES 111 THAT WILL. PROTECT AGAINST COPY COUNTERFEIT AND ALTERATION. CERTIFICATE OF LIA=3ILITY INSURANCE PIONS-1 OP ID: CK DATE (MMFDDlYYYY) 09103(2014 ITHIS 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 15 WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement, A statement on thls certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Tanenbaum Harbor of Florida 2900 SW 149th Avenue Miramar, FL 33027-6605 Joseph J. Kiertekles INSURED Pioneer Construction Management Services Inc Attn: Yasmin Miles 3711 SW 47th Ave ##203 Davie, FL 33314 CONTACT Carol Kiertekles PHDNE 954-883-2996 IA1C, No. Ext): R DAl. ADDRESS: ck• iertekies@thfiorida.com INS URERKAFFORDING COVERAGE INSURER A: James River Ins. Company INSURER B:Commerce & Industry Ins, Co. INsurERc;Progressive Express Ins. Co. INSURER D : FAX Noy: 954-517-7496 NAIC N 12203 19410 10193 INSURER E : INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMB 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. INSRJJ L R TYPE OF INSURANCE INER INSR SUBR WVO POLJCY NUMBER (M POLICY YYy (MMIDDIYYYYI LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY X X 000599640 11 /08/2013 11l0812014 EACH OCCURRENCE $ 1,000,000 PREM SES Ea ocean ncey $ 50,000 CLAIMS -MADE X OCCUR MED EXP Any one person) $ excluded PERSONAL PADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: 7 POLICY 1 ^ I JECT n LOC PRODUCTS -COMP/OP AGO $ 2,000,000 AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED X SCHEDULED AUTOS NON -OWNED AUTOS .X 022541571 06111/2014 06/11/2016 COMBINED SINGLE LIMIT {Ea accident} $ 1,000,000 BODILY INJURY (Per person} $ BODILY ) $ PROPERTY DAMAGE (PER ACCIDENT) $ $ B X UMBRELLA 1.IAB EXCESS LIAR X OCCUR CLAIMS -MADE 13E066911556 11/08/2013 11/08/2014 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 DE ll RETENTION $ 1 WORKERS COUPENSATION AND EMPLOYERS' LIABILITY ANY PRDPREETOR1PARTNERIEXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatary In NH) 1[ yes, describe under DESCRIPTION OF OPERATIONS below Y 1 N N 1 A 1 WC STAID- TORY LIMITS OT31- ER E.L. EACH ACCIDENT $ n/a E.L. DISEASE- EA EMPLOYEE $ nfa E.L. DISEASE- POLICY LIMIT $ nla DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (Attach ACORD 101, Addllional Remarks Schedule, 11 more space Is required) Certificate holder: Southwest Overtown/1'airie...West Community Redevelopment Agency and City of Miami, Florida are an additional insured, waiver of subrogation is applicable on the general liability coverage when required by written contact. Certificate holder is an additional insured under the Business Auto Liability, Excess coverage follows form. (ITB No- 14-03) CERTIFICATE HOLDER CANCELLATION Southwest Overtown/Park West Community Redevelopment Agency City of Miami, FL 300 NW llth Street Miami, FL 33136 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 e ACORD 26 (2010105) ©1986-2010 ACORD CORPORATION. Al! rights reserved. The ACORD name and logo are registered marks of ACORD AcbR®f CERTIFICATE OF LIABILITY Y INSURANCE 116.----- DATE(MWDDmYY) 9/3/2014 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 poilcy(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 riot confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER TANENBAUM HARI3ER OF FL 2900 SW 149 AVE#100 MIRAMAR FL 33027 CONTACT - NAME: EFRAIN JOVE IAHCNN Ext); 954RB32900 IOE AIC,Nol: ADDRIESS: F.IOVF®THFI fRIEIA (OM 1NSURERISI AFFORDING COVERAGE NAIL fi INSURER A: FWCJUA INSURED PIONEER CONSTRUCTION MANAGEMENT SERVICES INC 3711 SW 47T11 AVE #203 DAVIE FL 33314 FEIN:412242680 INSURER D; INSURER C : INSURER D INSURERS: , INSURER F; COVERAGES CERTIFICATE NUMBER:1409030043 REVISION NUMBER; THIS IS ID 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; ThIE 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 LTR TYPE OF INSURANCE JNaR ADDL SUER WVD POLICY NUMBER POLICY EFP jMMIDDIYWYI POLICY EXP {MMIODIYYYYL UMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAVAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ JCLAIMS -MADE OCCUR PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ GEN'L AGGREGATE LIMIT APPLIES PER: — PRO - POLICY J.ECT J , LOO s AUTOMOBILE A LIABILITY ECHEDULEU COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE acaid (Per enn $ $ UMBRELLA LIAR EXCESS LIAB — OCCUR CLAIMS -MACE EACH OCCURRENCE $ AGGREGATE $ § DED RETENTIONS '4 WOlKERS COM AND EMPLOYERS' ANY PROPMETORAPA OFFICE/MEMBEREXCLUDED? (Mandatory In NH) If yes. describe under DFScRIPTION OF ENSATLON LIABILITY ECUTiVE OPPRATiGNS below YWC I- r li-Y-- II NIA 2853C445 1/31/2014 1/31/2016 j( STATU- OTH- TORY LIMITS ER E,LEACHACCIDENT s1.000.000.00 E.L. DISEASE - EA EMPLOYEE $ 1,000,000.00 E.L. DISEASE -POLICY LIMIT $1,000,000,00 _, I I�}I II I DESCRIPTION OF OPERATIONS! LOCATIONS (VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) CERTIFICATE HOLDER CANCELLATION SW Overtown/Park West CRA City of Miami, FL (ITB 14-03) 300 NW 11th St Miami FL 33136 PhoneNumber 305-079-6827 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL SE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE l--l4 i9 Wie © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD Dtsri<- nALL).1 ;, nu wA U n; Domg 3susmess As: P101`421 Jt C:UNSTRUC1'IUN MANAGEMENT SERVICES INC, Certified General Contractor 8.:48:34 AM 9/2/2014 Page I of ] Licensee Details Licensee Information Name: Main Address: County: License Mailing: LicenseLocation: License Information License Type: Rank: License Number: Status: Licensure Date: Expires: Special Qualifications Construction Business BAILIE, EDWARD A (Primary Name) PIONEER CONSTRUCTION MANAGEMENT SERVICES INC (MBA Name) 3711 SW 47TH AVE SUITE 203 DAVIE Florida 33314 BROWARD Certifies! General Contractor Cert General CGC1515488 Current,Active 05/21/2008 08/31/2015 Qualification Effective OS/21/200S View Relates! License Information WOW License Complaint treet.V�l£atcassee FL 32399 :: Ernali: Customer Contact Center :: Customer Contact Center: g5€3.487.1.395 The state of Florida is an AA/EEO employer gigtvrio(it 2C107-2 E lte gt Flnr€Ila• Ff rvDcv Straternent Linder Florida law, email addresses are public records. If you do not want your email address released In response to a public -records request, do not send electronic mail to this entity. Instead, contact the office by phone or by traditional mall. If you have any questions, please contact I350.467./395, wPursuant to Section 455.275(1), 9orida Statutes, effective October 1, 2012, licensees licensed under Chapter455, F.S. must pravde the Depar4anent with are email address if they have one. The emails provided may be used for official communication with the licensee. however email addresses are public record. If you do not wisth to supply a personal address, please provide the Department with art email address which can be made available to the public. Please see our Chabtrer 4S`5 page to determine if you are affected by this change. https://www.myfloridalicease.eom/Licensepetail.asp?SID—&id ADE05CFbA94C1241A0535B49Cb1G6F63 9/2/2014 1.r t�a�ri;, fl'�6kFtP' .tY `Ru x im��l twlM. • .�,�5; s�,;•E.;.'�' is _ ,. ..f.:?3 g.• ! -S � Lfil�w... a. • J : _ r dy a f • :� v:. s i e �r a �� r , rrr �• s 3 �5 �5�����l5•r_�a$.�•4 �S,rr lr ,p' :�' y a.,. .r `-r-•+-,.+r .r_+^rrrAr �r ��i�.ita.�•� HC .�1� .r•'�� �3�Ft �� r- �'�rr;r' ,�r • L .P••�� !j �� F•= a „.1 t✓. hyl .•. sY 3 LYa Jx ' .•:� ', W _ r • Y'W r-�+�^ fff���•• ] .'tom.• _' +_ �1 x -lr COUNTY Governmental Center Annex 115 S. Andrews Avenue, Room A680 = W Office of Economic and_ Sind: Business Development Fort Lauderdale, Florida 3330I 954-357-6400 = FAX 954-357-5674 - TTY 954-357-5664 This Certificate is Awarded to: PIONEER CONSTRUCTION MANAGEMENT SERVICES, INC. As sot forth in the Broward County Business Opportunity Act of 20I 2, the certification requirements have been met for: County Business Enterprise Small Business Enterprise Anniversary Date: October 22r'd Authorized Representative The Oiitce or Economic and Small Bnsincss Development must be instilled within 30 days of any material changes in the business which may affect ownership and control. railurt to do so may result in the rcvocntion of this certificate nndlor imposition of other sanctions. Aservice of Lila Broward County Board of County Commissioners www.b rower d.crgisma n b us i n ess •;��$�. lrni4 ' ; 'try �'iffL`i. '3 J5-ML. ,r•,p.,F`4• yr.}_.+4�`_'�'.A`alh� B OWARD ktiA COLLEGE www.broward.edu February 6, 2013 PROCUREMENT SERVICES Willis Holcombe Center 225 East Olas Blvd.:Fort L21uderclate, FL 33301 Phone 954-201-7455/Fax 954-201-7330 OFFICE OF SUPPLIER RELATIONS AND DIVERSITY Ms, Yasmin Mlles Pioneer Construction Management Services, Inc, 5713 Hollywood Blvd. Hollywood, FL 33021 Dear Ms. Miles; Congratulations! The Broward College Office of Supplier Relations & Diversity has determined that Pioneer Construction Management Services, Inc. is certified as a Minority/Woman Business Enterprise. We have received and validated your firm's certification documentation from the School Board of Broward County. Your M/WBE certification with Broward College will expire on 1/30/2016. During the certification period you are required to maintain current contact information for your firm with Broward College. If changes in your firm's ownership and managerial/operational control occur, please notify the School Board of Broward County's Supplier Diversity and Outreach Office. As a Certified M/WBE, your company may also be eligible for Broward College's SDB program. Go to broward.edu/community/vendor to complete the Small Disadvantaged Business application. Broward College provides access to supplier resources and procurement opportunities on line at broward.edu/community/vendor. This link also gives you access to the Certified Vendor Directory, and the Sea hawk Sourcing System for supplier management and registration. Ail current and potential vendors for the College must complete the registration process. If you have any questions, please contact the Office of Supplier Relations & Diversity at 954-201-7898 or email SOC@Broward.edu. Sincerely, Broward College Office of Supplier Relations & Diversity AN 'PO UAL ACCE55/EOUAL OPPORTUNITY INSTITUTION • rl COUNTY OFFICE OF ECONOMIC AND SMALL BUSINESS DEVELOPMEWT Governmental Center Annex 115 S. Andrews Avenue, Room A680 d Fon Lauderdale, Florida 38301 954-357-6400 m FAX 954-357-5674 c TTY 954-3557-5664 October 25, 2013 Mr. Dyan Ruel Mlles PIONEER CONSTRUCTION MANAGEMENT SERVICES, INC. 5713 Hollywood Blvd, Hollywood, Florida 33D21 Dear Mr. Miles: Cr° :es�'L. Nothing Less. The Broward County Office of Economic and Small Business Development (OESBD) is pleased to award your company certiflcation as a Counter Business Enterprise and Small Business Enterprise. Your firm is now eligible to participate in the Office of Economic and Small Business Development programs. Your CBE and SBE certification is continuous, but is contingent Upon your firm verifying annually its eligibility in each of the two programs. Each year, on the anniversary of the date you were awarded certification, you must submit to the Office of Economic and Small Business Development a Personal Net Worth Worksheet, a copy of the previous year's Business Tax Return, copies of the current professional licenses, and County and local business tax receipts.. As a courtesy, OESBD will notify you in advance of your obligation to provide the continuing eligibility documents. However, the responsibility to assure continued certification is yours. To review current Broward County Government bid opportunities visit: http://www.broward.arg/purchasing/currentsoiicitatfons. Bid opportunities over $3,500 will be advertised to vendors via e-mail. Please keep both the Purchasing Division and the Office of Economic and Small Business Development apprised of your current e-mail address. Your primary certification group is: Construction Services. This is also how your listing in our directory will read, You may access your firm's listing by visiting the Office of Economic and Small Business Development Directory, located on the Internet at: httos://www.broward.org/small business. Click on "Small Business Directory". Your firm may compete for, and perform work on Broward County projects in the following areas: NAICS CODE: 236220, 238110, 238310 We look forward to working with you to achieve groater opportunities for your business through county procurement. SI ly, is Atkinson, Assistant Director Office of Economic and Small Business Development Cert Agency: 13C.CBE SBE ANNIVERSARY DATE: OCTOBER 22" Broward County Board of County Commissioners sue Gunzhurger pale V.G. Hotness Kristin Jacobs Y Marlin David Kier > Chip LaMarce • Stacy Hiller- Tim Ryan - Barbara Mader • Lois Wexler www.broward-org Iltbar sr THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA SUPPLIER DIVERSITY Sc OUTREACH PROGRAM 7720 W. Oakland Part Blvd., Saltc,323 Sunrise, FL 33351 754-321-0550 Junuary 22, 2013 Pioneer Construction Management Services, Inc. Ms. Yasmin Miles 5713 Hollywood Blvd. Hollywood, FL 33021 • Dear Ms.Miles: SCHOOL BOARD [M .-LAURIE ii1Cn LEV'INSON Jiff CMrrPAT1UCIA p00A IL0U11 f I1ARTLEMAN ADDY M. FREEDMAN DONNA P. KORN J .4TtfERf4EPi, LEACH ANN MtlliltAV DR. ROSALIND OSCOOD NORA RUPE.RT ROBERT W. HUNCH?. Suherluteatlenl nlSanafs CONGRATULATIONS! Your application for certification as a Minority/Women Business Enterprise (M/WBE) is approved. The enclosed certificate becomes valid when bids are advertised within your area of specialty. The Purchasing Department has entered into an agreement with DamandStar.com a government bid service provider. Although it is not necessary to be registered with them to do business with the SBBC, being a member of the DemandStar.coni network provides many benefits. For more information on DemandStar.com, you may contact them at (800) 711.1712 or at www. demandstar.eom, If your firm is qualified in the construction arena please view http://www,broward.k12.f , us/constructioncontracts/home/home001.htm. for further assistance. We encourage you to become an active bidder in the contracting and subcontracting opportunities with the School Board of Broward County. The following data reflects the manner in which your company is listed on the School Board's mainframe computer system. Certificate Number: 7007-3296 - 09 Certification Status: Jan 30, 2013 until Jan 30,2016 Minority Stelus: African -American (MBE) Trade nr Service: General Coniractu r Your certification is valid for a three (3) year period, and it is subject to review in order to verify continued eligibility. Should any change occur which may adversely affect the minority status of your company, please notify the Supplier Diversity & Outreach Program Office within fifteen (15) calendar days. .Failure to do so may result in de -certification of your minority/women certification status, Should you have any questions regarding your certification status with the School Board of Broward County, I may be reached at 754-321-0.550. Also, if there are any questions regarding your certification status with the Broward Health, they may be reached et 954-831-2795 and Broward County Board of County Commissioners at 954-357 -7800, Sincerel Marcy Houser M/WBE Specialist SUPPLIER DIVERSITY & OUTREACH PROGRAM! Enclosures (2) Transforming Education: One Student at .4 Time Broward County Public Schools Is An Equal Opportunity/Equal Access Employer Public Housing and Community Development 701 NW 1st Court i61h Floor Miami, Florida 33136.3914 T 783-439 4100 F 786-469-41999 mlarnIdade.gov. Carlos A. Gomenez, Mayor December 21, 2012 Mr. Dyan Miles Pioneer Construction Management Services, Inc. 1366 NW 541h Street Miami, Florida 33142 RE: Section 3 Business Certification* Dear Mr. Miles: Public Housing and Community Development (PHCD) has reviewed your application for a Section 3 Certified Business and determined that Pioneer Construction Management Services, Inc. . currently Contractor. ets the The requirements for approval as a Section 3 Certified Business Category Five (5) Section 3 (S-3) business certification is subject to subsequent periodic recertifications, Your firm is required to notify PHCD within 30 days of any changes in employee composition, including full- time and part-time employees. If any new hire activity has occurred, and S-3 employees are hired, please provide PHCD with copies of "Section 3 Employee or Resident Preference Claim" and "Household Income Verification," or proof of participation in Public Housing, Section 8 or other federally -assisted housing program, within 30 days of each occurrence, In order to be eligible to claim a contracting preference, you must attach "Section 3 Letter of intent" form as evidence of your contracting recruitment canommitment said d subcontracting firm(s) with bid orproposal. You are responsible for retaining your records in relation to this new hire activity for a period of three (3) years. As a PHCD S-3 certified business, you have made a commitment to follow PHCD's recruitment/selection guidelines whenever you have a need for new workers, giving first priority to persons residing In Public Housing, Section 8, and other federally -assisted housing, and then, to other low-income Miami -Dade County residents. In order to claim the Section 3 certified business preference for any P1-#CD bid, your firm is required to submit the Section 3 preference claim documents with your bid during the bidding process. In order to claim Section 3 preference, a firm must be certified for 2 weeks prior to the bid opening date. If you have any questions, please feel free to contact me. Sincer Penelope Sivi(is Section 3 Coordinator *PHCD Section 3 Business Certification is good for one year from date of issuance 1)c i /Ye)'n E,x-cfiCotce btu 25a - - -- BROWARb=GOUN'P(LOCAL -Bi SIN SS-TC REGEIP-T--_.._._. 115 S. Andrews Ave., Rrrl. A-100, Ft. Lauderdale, FL 33301-1895 — 954-831-4000 VALID OCTOBER 1, 2013 THROUGH SEPTEMBER 30, 2014 MA: Business Name: PIONEER CONSTRUCTION MANAGEMENT ' SERVICES INC Owner Name: DYAN RrIEL MILES Business Location: 3711 SW 47 AVE it203 DAVIE Business Phone:954-696-0748 Roums Seats Employees 1 Receipt #:a Y� ERai 8 CO N'FRACTOR (GEI,+TErZnr, Business Type:coNTRAcToR) Business Opened:.09/07/2010 StatefCountylCertlReg:CGC1515 4 86 Exemption Code: Machines Professfvneis For Vending Business only Number of Machines: Vending Type: Tax Amount Transfer Fee NSF Fee Penally Prior Years Collection Cost Total Pald 27.00 3.00 13.00 0.00 0.00 0.00 30.ob THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS THIS BECOMES A TAX RECEIPT WHEN VALIDATED This tax is levied far the privilege of doing business within Broward County end is non -regulatory in nature. You must meet ell County and/or Municipality planning and zoning requirements. This Business Tax Receipt rnust be transferred when the business is sold, business name has changed or you have moved the business location. This receipt does not indicate that the business is legal or that it is hi compliance with State or local laws and regulations. Mailing Address: PIONEER CONSTRUCTION MANAGEMENT' SE: 3711 SW 47 AVE 4203 DAVIE, FL 33314 2013 - 2014 Receipt #05A-13-00000954 Paid 11/08/2013 3 .00 TOWN OF DAVIE BUSINESS TAX RECEIPT 6591 SW 45' St Davie, FL 33314 Name and Location of Business Tax Receipt PIONEER CONSTRUCT➢ON MANAGEMENT SERVICES ➢NC 3711 SW 47 AVE 203 Davie, FL 33314 License Type: Licensed For & Quantity: Contractors General Residential Contractors General ,i Residential First -Class Mail PRSRT U 5 Postage Paid PDS License #: 29 Phone #: 7868592000 Effective Date: 10/1/2013 Expiration Date: 9/30/2014 REFERENCE: MAILING ADDRESS: TO: Restrictions: 1T50 PIONEER CONSTRUCTION MANAGEMENT SERVICES ➢NC 3711 SW 47 AVE #203 DAVIE FL, 33314 r. Local Business Tax Receipt Miami --Dade County, State of Florida -THIS1S NOTA BELL -no NOT PAY 6474514 BUSINESS NAME/LOCATION PIONEER CONSTRUCTION MANAGEMENT SRVS INC 540 Imo! 165 ST RD 307 MIAMI, FL 33169 OWNER PIONEER CONSTRUCTION MANAGEMENT Worker(s) RECEIPT NO. I NEWAL 5743794 SEC. TYPE OF BUSINESS EXPIRES SEPTEMBER 30, 2015 Must be displayed et place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 PAYNtEN'r REcEISR:o BY TAX COLLECTOR 75_00 07110/2014 •1 0221-14-Q045E3 This Local Business Tan Recuiptonly e afil.=paymentofTeLacerBusiness Tan, ThaReceipt isoatalicense. pour t, or a cerilficelion uithe halides qualifications, In de husinessl.ttuldar must comply with any gevenunantel arnongovernmental regulatory taws and requirements which apply to the business, •gr The RECEIPT NO. alms: num be 4lisplayed on atieentmercial vehicles— Mimi -Deck rade SacBa-.27S. 1-11AMtnaAEi Fur mare information, visit WWW.min I ntiemnullelteaEinemr 1S6 GENERAL BUILDING CONTRACTOR CGC1515485 F COUNTY PUBLIC SCH LS MINORITY/WOMEN BUSINESS ENTERPRISE CERTIFICATE THE CHI RTJlktIlL+'S THAT Pioneer Construction Management Services IS A(N) African American OWNED AND CONTROLLED FIRM, PURSUANT TO MIAMI-DADE COUNTY PUBLIC SCHOOL BOARD POLICY 6320.02 9/12/2013 9/12/2015 ISSUE DATE EXPIRATION DATE 6517410 VENDOR NO. qq,usiai2) %deo 4v MICHELLE HICKS -LEVY, COORDINATOR OFFICE OF ECONOMIC OPPORTUNITY 1450 NE 2nd Awenne, Suite 428 MIAMI, FLORIDA 33132 miamidade.gov June 4, 2014 Mr. Dyan Mlles PIONEER CONSTRUCTION MANAGEMENT SERVICES, INC, 5713 Hollywood Blvd Hollywood, FL 33021-0000 Dear Mr. Miles: Internal Services Department Small Business Development 111 NW 1 Street, :91h Floor Miami, Fiorlda 33128 T 305-375-3111 F 305-375-3160 CERT, NO: 13578 Approval Date: 06/02/2014 - CSBE Level 2 Expiration Dale: 06l30/2017 Miami Dade County Small Business Development (SBD), a division of the internal Services Department (iSD) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami Dade County Community Small Business Enterprise (CSBE) in accordance with section 10-33-02 of the code of Miami Dade County, This CSBE certification Is valid for three years prnuded that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date of June 2 for the first and second year of the three year period. The affidavit must indicate any changes or no changes In your firm pertinent to your certification eligibility. The submittal of a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Date is required to maintain the three year certification, You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. Pursuant to the applicable section of the code es listed above, 'once your firm has been decertified, your firm shall not be eligible to re -apply for certification far twelve (12) months from the time of the decertification." If, at any time, there Is a material change in the firm, including, but not limited to, ownership, officers, director, scope of worst being performed, daily operations, affiliation(s) with other businesses or the physical location of the firm, you must notify this office, in writing, within (30) days, Notification should include supporting documentation, You will receive timely instructions from this office as to how you should proceed, if necessary. 'This letter will be the only approval notification issued for the duration of your ten's three years certification, if the firm attains graduation or becomes ineligible during the three year certification period you wilt be properly notified following an administrative process that your firm's certification has been removed pursuant to the code. Your company Is certified In the categories as listed below affording you the opportunity to bid and participate on contracts with goals. Please note that the categories listed are very general and are used only to assist our customers In searching the directory for certified firms to meet contract goals. You can find the firm's up-to-date certification profile as well as all other certified firms on the Miami Dade County Internet Services Department, Small Business Development Certified Firms' Directory at the webslte http://w w.miamidade.gov'business/business-certificat€on-pragrams.asp. Thank you for doing business with Miami Dade County. Sincerely, Gary Hartfieid, DivisiDirect Small Business Development D€vsion CATEGORIES: (Your firm may bid or participate on contracts only under these categories) NEW SINGLE-FAMILY HOUSING CONSTRUCTION (EXCEPT OPERATIVE BUILDERS) (CSBE) NEW MULTIFAMILY HOUSING CONSTRUC13ON (EXCEPTOPERA'nvE BUILDERS) {CSBE) NEW HOUSING OPERATIVE BUILDERS (CSBE) U33f3R90?0 v.20340604 Mr. Mlles PIONEER CONSTRUCTION MANAGEMENT SERVICES, INC. June 4, 2014 RESIDENTIAL REMODELERS {CSBE) INDUSTRIAL BUILDING CONSTRUCTION (CSBE) COMMERCIAL AND INSTITUTIONAL sUli_OING CONSTRUCTION {CSBE) WAFER AND SEWER LINE AND RELATED STRUCTURES CONSTRUCTION (CSBE) POURED CONCRETE FOUNDATION AND STRUCTURE CONTRACTORS (CSBE) STRUCTURAL STEEL AND PRECAST CONCRETE CONTRACTORS (CSBE) SITE PREPARATION CM/TRACTORS (CSBE) c: Veronica Clark, END Laurie Johnson, SSD Din.1111102.0 v2o1,1o60-! Superiafandrird of Schools Alberto U. Conan) 'lent September 12, 2013 Pioneer Construction Management Services, Inc. Attn: D. Ruel Miles 1366 NW 54 Street Miami, Florida 33142 RE: SBE1/MIWBE Certification Mr. Miles: Miarrml-Made County SChopi Ord P rff roams Hantmarr, Chair Dr. Me4n Karp, Vice Chair Dr: Dorothy eenu'ross-MJredfnga# Susie b Dealt, Cadas L Cwiaeia Dr. Lawrence a, ram Dr. t►frrTt rt °Tee"WoRoway Dr. Mara fomsa Raquel A. Re sfeck, We are in receipt of Pioneer Construction Management Services, Inc. Business Enterprise Program Certification Application submitted to The School Board of Miami -Dade County, Florida ("Board"). kindly note that after careful review of the documents provided by your company, it has been determined that your application is complete and certification for the Board's Small Business Enterprise (SBE) and Minority/Women Business Enterprise (M/WBE) Program is granted. The period of certification commenced on 09/12/2013 and expires 09/1212015. Please feel free to contact our office if you have any questions or concerns, Sincerely, Michelle Hicks -Levy Coordinator 11, Office of Economic Opportunity Office al Ecnournic. O ,,porkirririrdy ^ c r o9 Board Administration trtk ih j m T450 I E. grad Awe - Sake 42 - Mkrerni, FL 33 32 395 954307 3 (5-995 994 (F: ) n %raw cladeseProds.net The School District of Palm Beach County, FL, 3300 Porest Hill Blvd., Suite A-106 West Palm Beach, Ir 33406.51313 Office of Diversity in Business ?raotioes C n tulationsf, Witl.iam F. Malone, Acting Superintendent Heidi Calloway, Business Analyst Telephone: t551t 434-7422 laerx: {56ij 432-63134 Bid Information: www.demandstar.com E-T1�tail: TieltTi.QaTlowavalne mbeaolisehools.org litif(WBE ( n it /Vireabx:.a , :3 i es fez- r se The School District of Palmbeach County has certified PIONEER CONS RUCT1ONr MANAGEMENT I1WcTB, )NC., as a(n) African American .Mate, in the Minority/Woman Business Enterprise Program (M/WBE) under the Construction Category. Your certification is valid for three years, from Nov -ember 20, 2011 - November 20, 2014. Certification is not a guarantee that your firm will receive work. If you do not have a vendor number, you will be issued with one after getting a project or contract. You must notify this office if the status of your firm changes. Failure to report changes that affect the ownership and control of your firm may result in decertification. It is the vendor's responsibility to maintain the certification. If the certification expires, a contract may be terminated and awarded to another vendor. Your certification is not a blanket conveyance. You have requested certification, demonstrated managerial control or ability, and hold a license in a specific trade, commodity or discipline. This certification letter identifies the areas in which your firm has been certified: General Contractor Services; General. Construction Services. While you may bid on any service or commodity that you feel qualified for, this certification and any benefits to be derived (preferences or other considerations) shall only be attributable to the trade, service or commodity indicated on the certification letter. Please examine this certificate letter and advise us of any concerns. Any change to your certification requires you to saxbn it proof of expertise, Iicensure and a business history (at minimum) to justify the additional certification. You are also required to submit a copy of your certification Ietter with each bid, or proposal that you submit to the School District. This congratulations certification letter lists those areas for which your firm has been certified. The benefits afforded a certified M/WBE will apply only to those areas listed on the certificate. For this reason, we suggest that you keep us advised of all changes relevant to your certification. Again, you must submit a copy of this certification Ietter with each bid or proposal you submit to the School District or to any prime contractor that you participate with as a subcontractor on a SDPBC project. Sincerely, gVer4 &w , Heidi Calloway Business Analyst Office of Diversity in Business Practices School District of Palm Beach County 1VE/WBE Certification does not qualify your arm. for SBE Eet-A-fide Pro feets. PLONEElk., BID#14-03 Litigation Major Disputes Dixie Metal Products v. Pioneer Construction Management Services, Inc. Dixie Metal filed suit for nonpayment of progress payment prior to Pioneer receipt of payment from the Owner. Case # 13-00333CAC21 Filed January 4m 2013, 1 Tt" Judicial Circuit Broward County; Status: Resolved 'No Pending Litigation against our Firm' Pioneer Construction Management Services, Inc. v. Kaufman Lynn, Inc. PCMS filed suit for nonpayment against Kaufman Lynn, Inc. Status: Resolved at Mediation 'No Pending Litigation against our Firm' Pioneer Construction Management Services, Inc. v. Kaufman Lynn, Inc. Kaufman has refused to refund the unused balance from a DPO & issue change orders for additional time/material work performed by PCMS Status: Resolved of Mediation 'No Pending Litigation against our Firm' Cristian Portillo, Nelson Garcia, Elmer Pineda, Joel Mendez, Norma Portillo v. Beauchamp Construction Co., Inc. & Pioneer Construction Management Services, Inc. The individuals were employed by a second Tier Subcontractor and filed a claim for unpaid wages. Case # 1:12-cv-20205-JAL Filed an Januaryl9th 2012; United States S.D.Fla Status: Resolved 'No Pending Litigation against our Firm' Lee Fowler and Arsenio Boyd v. Pioneer Construction Management Services, inc. & Beauchamp Construction Co., Inc. The individuals have filed a claim for unpaid overtime wages. Case It 13-2083 — CIV ALTONAGAI/Simonton; Filed on March 8t'' 2013; Status: Resolved; 7Vo Pending Litigation against our Firm' Howard Grundland v. Pioneer Construction Management Services, inc. The individual disputed the final wage claim. Case # 14-6520 COCE 55; Filed on Apil19'h 2014; Status: Resolved 'No Pending Litigation against our firm' Mannington Mills, Inc. v. Pioneer Construction Management Services, inc. Mannington Mills disputed the credit to apply to the final balance, Case # 062013CA027045AXXXCE; Filed on June 20m, 2013; Status: Resolved; 'No Pending Litigation against our Firm' FLORIDA DEPARTMENT OF STATE DIVISION OF CORPORATIONS. Detail by Entity Name Florida Profit Corporation PIONEER CONSTRUCTION MANAGEMENT SERVICES, INC. Filing information Document Number FEIIEIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Principal Address 3711 SW 47 Avenue #203 Davie, FL 33314 Changed: 11/11/2013 Mailing Address 3711 SW 47 Avenne #203 Davie, FL 33314 Changed: 11/11/2013 P07000069881 412242680 06/14/2007 FL ACTIVE AMENDMENT 11/02/2010 NONE Registered AQLent Name & Address DESMOND MARSH INC. 7900 NW 27 AVE MIAMI, FL 33147 Name Changed: 04/30/2012 Address Changed: 04/30/2012 Officer/Director Detail Name & Address Title D MILES, DYAN R 12506 TEMPLE BLVD WEST PALM BEACH, FL 33412 Annual Reports Report Year Filed Date 2013 04/30/2013 2013 11/11/2013 2014 04/28/2014 Document Images 04/28/2014 -- ANNUAL REPORT 11/11/2013 — AMENDED ANNUAL REPORT 04/30/2013 -- ANNUAL REPORT 04/30/2012 — ANNUAL REPORT 04/29/2011 — ANNUAL REPORT 11/02/2010 -- Amendment 08/11/2010 -- Req. Agent Change 08/11/2010 -- Of fDir Resignation 03/16/2010 -- ANNUAL REPORT 07/06/2009 — ANNUAL REPORT 06/18/2009 -- Amendment and Name Change 11/17/2008 -- REINSTATEMENT 06/14/2007 -- Domestic Profit View image in PDF format View image in PDF format View image In PDF format View image in PDF format View image in PDF format View image In PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image In PDF format View linage In PDF format View image in PDF format Copurloht © and Privacy Policies State of Florida, Department of State Surety Bonds - Certified Companies Page 1 of 22 FAQs Mow do I?I Cerners Ad Index Glossary Trainlna & Events Related Webslles it BMW \AV, Fiscal: SOfifiCO .Q.rarnvTAu.vrurTIrrnxra nt Reports & Publications Reports & Statements Reference & Guidance FAST Book Surety Bonds Background Getting Started Certified Companies Admitted Reinsurers Sureties Listing Forms Regulations & Guidance Correspondence Contacts Gold Book Green Book Publications Search: 0. Ileum Aboul Us Our.Prngrums Reports & rablicetinas Our Services news Contact Us Department of the Treasury's Luting of Certified COMpanies • Certified Companies • Certified Reinsurer Companies • Footnotes • Notes • States Insurance Departments • Supplemental Changes to Circular 570 Download the complete listing of Certified Companies TrI(228 KB) A3B1 Io1EIFI0IHi!I II_<1�1MI�Ip1�IQIRI8ITfU1V1W1�1Y1Z A ACCREDITED SURETY AND CASUALTY COMPANY, INC, (NAIL #26379) BUSINESS ADDRESS: PO Box 140655, Orlando, FL 32814 - 0855. PHONE: (407) 629-2131. UNDERWRITING LIMITATION bi: $2,062,000. SURETY LICENSES c,t/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, FA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Florida. ACE American Insurance Company (NAIC #22667) BUSINESS ADDRESS: 436 Walnut Street P.O. Box 1000, Philadelphia, PA 19106. PHONE: (215) 640.1000, UNDERWRITING LIMITATION b/: $267,699,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, JA, KS, KY, LA, ME, MD, MA. MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, VW, WI, WY. INCORPORATED IN: Pennsylvania. ACE Property and Casualty Insurance Company (NAIC #20699) BUSINESS ADDRESS: 436 WALNUT STREET, P.0, Box 1000, Philadelphia, PA 19106. PHONE: (215) 640- 1000. UNDERWRITING LIMITATION bl: $192,047,000, SURETY LICENSES c,V: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, 1N, IA, KS, KY, LA, ME,,MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI. INCORPORATED IN: Pennsylvania. ACSTAR INSURANCE COMPANY (NAIC#22950) BUSINESS ADDRESS: 30 SOUTH ROAD, FARMINGTON, CT 06032, PHONE: (860) 415-6400. UNDERWRITING LIMITATION b/: $2,890,000. SURETY LICENSES c,t/; AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV. WI. WY. INCORPORATED IN: Illinois. Aegis Security Insurance Company (NAIC #33898) BUSINESS ADDRESS: P.0, Box 3153, Harrisburg, PA 17105. PHONE: (717) 657-9671. UNDERWRITING LIMITATION b/: $5,149,000. SURETY LICENSES c,"f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT. NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Pennsylvania. ALL AMERICA INSURANCE COMPANY (NAIL 420222) BUSINESS ADDRESS: 800 S. Washington Street, VAN WERT, OH 45891 - 2357. PHONE: (419) 238-1010. UNDERWRITING LIMITATION IV: $12,470,000. SURETY LICENSES c,f/: AZ, CA, CT, GA, IL, IN, IA, KY, MA, MI, NV, NJ, NY, NC, OH, OK, TN, TX. VA. INCORPORATED IN: Ohio, Allegheny Casualty Company (NAIC #13286) BUSINESS ADDRESS: One Newark Center, 20th Floor, Newark, NJ 07102. PHONE: (800) 333-4167 x-269. UNDERWRITING LIMITATION h/; $2,045,000. SURETY LICENSES c,fl: AL, AK, AZ, AR, CA, CO, CT, DE, http://www.fiscal.treasury.gov/fsreportslief/suretyBnd/e570_a-z.httn 9/10/2014 Surety Bonds - Certified Companies Page 21 of 22 t Sack To Too Vigilant Insurance Company (NAIL #20397) BUSINESS ADDRESS: 15 Mountain View Road , Warren , NJ 07059. PHONE; (212) 612-4000, UNDERWRITING LIMITATION bf: $20,488,000, SURETY LICENSES c,fl: AL, AK, AZ, AR, CA, CO, CT, DE, DO, FL, GA, Hi, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, WV, WI, WY. INCORPORATED IN: New York, . Back To Top W Washington International Insurance Company (NAIL #32778) BUSINESS ADDRESS: 475 North Martingale Road, Suite 850, Schaumburg, IL 60173. PHONE; (603) 644- 6600. UNDERWRITING LIMITATION b1: $7,243,000. SURETY LICENSES c,fl: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, 0h1, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Nev Hampshire. West American Insurance Company (NAIC #44393) BUSINESS ADDRESS: 350 E. 96th Street, Indianapolis, IN 46240, PHONE: (617) 357-9500, UNDERWRITING LIMITATION b/: 14,773,000, SURETY LICENSES c,f/: AL, AK, AZ, AR, CO, CT, DE, DC, FL, GA, ID, IL, IN, IA, KS, KY, LA, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VA, WA, VW, Wi, WY. INCORPORATED IN: Indiana. WEST BEND MUTUAL INSURANCE COMPANY (NAIC #18360) BUSINESS ADDRESS: 1900 South 18th Avenue, West Bend, WI 53095, PHONE: (262) 365-2512, UNDERWRITING LIMITATION bl: $69,073,000. SURETY LICENSES c,fl: IL, IN, IA, KS, KY, MI, MN, MO, NE, OH, WI. INCORPORATED IN: Wisconsin, Westchester Fire Insurance Company (NAIC #10030) BUSINESS ADDRESS: 436 Walnut Street, P.O.Box 1000, Philadelphia, PA 19106. PHONE: (215) 640 -1000. UNDE WRITING LIMITATION bl: $90,657,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC FL GA, GU, HI, ID, IL, IN, IA, KIY, LA, ME, MD, MA, MI, MN, MS, MO, MP, MT, NE, NV, NH, NJ, NM, NY, NO, OH, OK, CR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, WV, WI, WY. INCORPORATED iN: Pennsylvania. Western National Mutual Insurance Company (NAIL #15377) BUSINESS ADDRESS: P.O. BOX 1463, MINNEAPOLIS, MN 55440. PHONE: (952) 835-5350, UNDERWRITING LIMITATION b/: $31,420,000. SURETY LICENSES c,fl: AZ, CO, ID, IL, IA, KS, MD, MI, MN, MO, MT, NE, NV, NJ, NM, ND, OH, OR, PA, SD, TX, UT, WA, WI. INCORPORATED IN; Minnesota. Western Surety Company (NAID #13188) BUSINESS ADDRESS: 333 S. WABASH AVE, CHICAGO, IL 60604. PHONE: (312) 822-5000, UNDERWRITING LIMITATION bl: S119,749,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, NO, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: South Dakota. Westfield insurance Company (NAIC #24112) BUSINESS ADDRESS; P. O. Box 5001 , Westfield Center , OH 44251 - 5001. PHONE: (330) 887-0101, UNDERWRITING LIMITATION b/: $99,119,000, SURETY LICENSES c,fl: AL, AK, AZ, AR, CO, CT, DE, DC, FL, GA, ID, IL, IN, A, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, 7N, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Ohio. Westfietd National Insurance Company (NAIC #24120) BUSINESS ADDRESS; P. O. Box 5001 , Westfield Center, OH 44251 - 5001, PHONE: (330) 687-0101. UNDERWRITING LIMITATION bl: $24,319,000. SURETY LICENSES c,f/: AZ, CA, CO, DE, FL, GA, IL, 1N, JA, KY, MO, MI, MN, NM, NC, ND, OH, OK, PA, SC, SD, TN, TX, VA, WV, WI. INCORPORATED IN: Ohio, Westport insurance Corporation (NAIC #39645) BUSINESS ADDRESS: P.O. Box 2991, OVERLAND PARK, KS 66202 - 1391. PHONE: (913) 676-5200, UNDERWRITING LIMITATION bl: $139.636.000. SURETY LICENSES c,fl: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, CH, OK, CR, PA; PR, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, VW, WI, WY. INCORPORATED IN; Missouri. t. Back To Top X XL Reinsurance America Inc, (NAIC 020583) BUSINESS ADDRESS: SEAVIEW HOUSE, 70 SEAVIEW AVENUE, STAMFORD, CT 06902. PHONE: (203) 964-5200, UNDERWRITING LIMITATION b/: $166,961,000. SURETY LICENSES c,tl: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, http://www.fiscal,treasury.gav/fsreparts/ref/suretyBnd/c570 a-z.htm 9/10/2014