Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Bid Responses
City of Miami Procurement Department Miami Riverside Center 444 SW 2"' Avenue, 61" Floor Miami. Florida 33130 Web Site Address'. ,v:a,: ;r:,: ror^,pr-cur e^p Number: Title: Issue Date/Time: Closing Date/Time: Pre-Bid/Pre-Proposal Conference: Pre-Bid/Pre-Proposal Date/Time: Pre-Bid/Pre-Proposal Location: Deadline for Request for Clarification: Contracting Officer: Hard Copy Submittal Location: Contracting Officer E-i tail Address: Contracting Officer Facsimile: 681384,1 Invitation for Bid for Court Resurfacing at Various City of Miami Parks 28-FEB-2017 07-MAR-2017 @ 14:1)0:00 Voluntary Friday, February 17, 21)17 at 10:00 AM City of Miami MRC Building, 444 SW 2nd Ave, 6th Floor Conference Room, Miami, FL 33130 Monday, February 27, 2017 at 4:00 PM Soto, Teresa City of Miami - City Clerk 3500 Pan American Drive Miami FL 33133 US TSoto@miamigov.com (305)400-5024 Pagel of 40 Certification Statement Please quote on this form. it applicable, net prices for the item{~) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals. the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents. and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The tmdersiened hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations. or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (1) certify that any and all information contained in this submission is true: and we (1) further certify that this submission is made without prior understandinv,:, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: /1/ PROPOSER NAME:Ocir (77.a.>:,:itncJelkle-} . ADDRESS: r / r PHONE: ?_) _ 5 } EMAIL A C_ ) SIGNED BY: -- TITLE: /".,;-:-`— 7/ CELL(Optional): DATE. FAILURE TO C O\IPLETE. SIGN, AND RETURN THIS FORA SHALL. DP:QUALIFY '1_UIS RESPONSE. Page 2 of 40 Legal Name of Firm: Certifications ^) , "/:tiN- - r; Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: ran S7 6-7 Office Location: City of Miami, Miami -Dade County or Other Business Tax Receipt/Occupational License Number: Business Tax Receipt/Occupational License Issuing Agency: Business Tax Receipt/Occupational License Expiration Date: ce— r'7 Will Subcontractor(s) be used'' (Yes or No) If subcontractor(s) will be utilized. provide their name, address. and the portion of the work they will be responsible for under this contract. A copy of subcontractor's license(s) must be submitted with your bid response. Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1. 7i I /07 ). If no addendum/addenda was/were issued, please insert N/A. If Bidder has a Local Office, as defined under Chapter 18/Articlle III, Section 18-73 of the City Code. has Bidder filled clot, notarized. and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO2 (The City of Miami Local Office Certification form is located in the Oracle Sourcing system ("iSupplier"), under the Header/Notes and Attachments Section of this solicitation) Reference No. I: Name of Company/Agency for which Bidder is currently providing the services/goods Page 3 of 40 as described in this solicitation. or has provided such services/gtnis in the past: Reference No. 1: Address, City. State, and Zip for above reference company/agency listed: Reference No. 1; Name of Contact Person and Telephone Number for above reference no. I (Tr< 1111 4-77 Reference No. I: Date of Contract for above reference no. 1 Reference No. 2: Narne of Company/Agency for which Bidder is currently providing the services/goods as described in this solicitation. or has provided such servicesl foods in the past: Reference No. 2: Address, City, State, and Zip for above reference company/agency listed: Reference No. 2: Name of Contact Person //and Telephone Number for above reference no. 2 Reference No. 2: Date of Contract for above reference no. 2 Reference No. 3: Name of CotnpanyrAgency for which Bidder is currently providing the services/goods as described in this solicitation. or has provided such services/goods in the past: Reference No. 3: Address, City. State. and Zip for above reference company/agency listed: Reference No. 3: Name of Contact Person and Telephone Number for above reference no. Reference No. 3: Date of Contract for above reference no. 3 Page 4 of 40 Line: 1 Description: Court Resurfacing, Pursuant to Section 3.1, Specifications/Scope of Work Herein. Category: 91484-011 Unit of Measure: Square Foot Unit Price: $ ' 1 Line: Number of Units: 1 Total: $ ' Description: Crack Repair, Pursuant to Section 3.1, Specifications/Scope of Work Herein. Cate gory: 91484-00 Unit of Measure: Linear Foot Unit Price: $ Line: 3 Number of Units: 1 Total: S Description: Color Coating, Pursuant to Section 3.1, Specifications/Scope of Work Herein. Category: 91484-00 Unit of Measure: Square Foot Unit Price: $ ' 1 / Line: 4 Number of Units: 1 Total: $ Description: Court Line. Pursuant to Section 3.1, Specifications/Scope of Work Herein. Category: 91484-00 Unit of Measure: Square Foot Unit Price: $ - Number of Units: 1 Total: $ Line: 5 Description: Add One t 1") inch :Asphalt, and Omit Line 2, Pursuant to Section 3.1, Page 5 of 40 SpecificalionsfScope or Work Herein. Category: 91484-00 Unit of Ivleasure: Square Yard Unit Price: $ 47 5 f�? Line: 6 Number of Units: 1 Description: Hourly Repair Rate. Cate2ory : 93165-01) Unit of Measure: Hour Unit Price: $ Total: $f*�•- Number of Units: 1 Total: $ Page 6of40 City of Miami Procurement Department Miami Riverside Center 444 SW 2Qd Avenue, 60, Floor Miami, Florida 33130 Web Site Address:. Number: Title: Issue Date/Time: Closing Date/Time: Prue-Bid/Pre-Proposal Conference: Pre-Bid/Pre-Proposal Date/Tune: Pre-Bid/Pre-Proposal Location: Deadline for Request for Clarification: Contracting Officer: Hard Copy Submittal Location: Contracting Officer E-Mail Address: Contracting Officer Facsimile: 681384 Invitation for Bid for Court Resurfacing at Various City of Miami Parks 1.3-FEB-2017 07-MAR-2017 rl. 14:00:00 v alto tIN- • Voluntary Friday February 17, 201.7 at 10:00 AM City of Miami MRC Building, 444 SW 2nd Ave, 6th Floor Conference Room, Miami, FL 33130 Monday, February 27, 2017 at-4:00 PM Soto, Teresa City of Miami - Cite Clerk 3500 Pan American Drive Miami FL 33133 CS TSoto(miamigov,com (305)400-5024 Pale 1 of-0 Certification Statement Please quote on this form. if applicable. net prices for the item(s) listed. Return signed original and retain a copy for your tiles. Prices should include all costs. including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals. the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby- certifies that neither the contractual party nor any of its principal owners or persorutel have been convict-ed of any of the violations. or debarred or suspended as set in section 18-107 or Ordinance No. 1227l. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true, and we (I) further certify that this submission is made lvithout prior understanding, agreement. or connection with any corporation. firm. or person submitting a submission for the same materials, supplies. equipment, or sere ice, and is in all respects fair and without collusion or fraud. We (1) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME: •/701,60,. LeJettN‘cJI4 ADDRESS. '3 -,65 it) /o s74i /di / iV io•.Ge4 PHONE: '7 1� - S 7-22L g FAX 7k-re,— 5/(3_ d/77 EMAIL: /C, e $4n.,6o` rt CELL(Optional). 7 ",? E,d- 37Z SIGNED BY: .G , %,r-•at. 66v-14 11/51/1 TITLE: P< ( 1 La DATE• 3/0-2 20 [ 7 FAILURE TO COMPLETE. SIGN.\\I) RETURN THIS FORM SHALL DISOLALIFY THIS RESPONSE. Paile 2 of 40 Leg,a1 Name of Firm: Certifications %01 c54N. El t f i✓1 C Entity Type: Partnership, Sole Proprietorship, Corporation. etc. C---0 .(41\74 Year Established: .2 0 Office Location: City of Miami. Miami -Dade County, or Other /31065 5 4J j s7:?.{,47; it-ltoy / L . 3/P4i ,Business Tax Receipt Occupational License Number: Business Tax Receipt Occupational License Issuing Agency: Business Tax Receipt Occupational License Expiration Date: Se ,r-" •3c3 �� /7 Will Subcontractors) be used'' (Yes or No) if subcontractot't s 1 will be utilized. provide their name. address. and the portion of the work they will be responsible for u der this contract. A copy of subcontractor's license(s) must be su.btnttted with your bid response. R. ri`C 0 Uw' cS tl7'U Srtvic, jel wt Crvre ( eivayf 0,:t fi.4 , ! �+ L r f k AQ- f, .3 l! t/ S c a , :4 Iluaa ertiot,-1i d d 4,t I4 J5,stt�,, Please list and acknowled"se all addendum addenda received. List the addendum. addenda number and date of receipt (i.e. Addendum No. 1. 7 1 07). lino addendum addenda was. were issued. please insert N A. c4 O , zi i7 /j r.t~�vL ' if Bidder has a Local Office. as defined under Chapter 18 Articlle 111. Section 18-73 of the City Code. has Bidder Filled out. notarized. and included ".t ith its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification Hann is located in the Oracle Sourcing system ("iSupplier"), under the Header Notes and Attachments Section of this solicitation) Af l Q r r t /L3 f., 094, 5 ,S l 0 471 Ali tsk►.,�, �` F1. 33 /? f"Dt �7 Reference No. 1: Name of Company Agency for which Bidder is currently providinu the ser ices goods Page 3 of 40 as described in this solicitation. or has provided such services/goods in the past: Reference No. 1: Address, City. State, and Zip for above reference company'agency Listed: 4-7 (4)7417;,/vi:1n;15 3030, eti,Ai - L . 3,3/s9 Reference No. l: Name of Contact Person and Telephone Number for above reference no. 1 V 1.: Not 4M7a1i� Reference No. 1: Date of Contract for above reference no. 1 p,rIL 20/4, 0,e: kdcc-7o510 - rep.. A10: 4D777/4 Reference No. 2: Name of Company Agency for which Bidder is currently providin4g the services: goods as described in this solicitation, or has provided such services goods in the past: /AA. Si! / - 7/1 eD L► / �. f Z: L f 110 by& I z 4 vi di tvtvs7L Reference No. 2: Address. City. State. and Zip for above reference company agency listed: di+rl4r Got-v 1CJC -%• t ' 7 Reference No. Name of Contact Person and Telephone Number for above reference no. ti1,4 4•-k 44,:7Mo..s, sse- y ' ^�i �Lu-c o i t,144 Do? iti Reference No. Date of Contract for above reference no. 2 (j '04, fe 4, .4" 6.5 /o 6IJ: laSriC Reference No. 3: Name of Company Agency for which Bidder is currently providing the services, goods as described in this solicitation, or has provided such serviees/goodsCin the past: /Yin I J � j, CA[s:.a !i 17cj. t { �YrAl; 4: n 0,1A D Or e, s Reference No. 3: Address, City, State, and Zip for above reference company agency listed: 7.r z � � . s7v l tti` 7 /L.( P1. 3 3 Z a-) Reference No. 3: Name of Contact Person and Telephone Number for above reference no. / teN t �� t Q �. �b /..e > P Sir e�7/4�11n t r .3ar-S74 yyGn ' - M. / t / < fr�l i rc 1A,,. &al e— Reference No, 3: Date of Contract for above reference no. 3 T-.t4r0 se, 'Ye, z 0/7, Rt ZG l t — Rr A Wo: is Ys/d afgeZi,c G.... ley6 L-,..f car 47 4�" j �.�e�!i�L G{ p c.)-e- 6 e.4 Co iATA a �70 ✓ f 0 R c_o vs / Page 4 of 40 Line: 1 Description: Court Resurfacing, Pursuant to Section 3.1, Specifications/Scope of Work Herein. Category: 91484-00 Unit of Measure: Square Foot Unit Price: $ 0.30 Line: 2 Number of Units: 1 Total: $ 030 Description: Crack Repair, Pursuant to Section 3.1, Specifications/Scope of Work Herein. Category: 91484-00 Unit of Measure: Linear Foot Unit Price: $ Line: 3 Number of Units: 1 Total: $ % 9[9 Description: Color Coating, Pursuant to Section 3.1, Specifications/Scope of Work Herein. Category: 91484-00 Unit of Measure: Square Foot Unit Price: $ Q, r(,3 Line: 4 Number of Units: 1 Total: $ 2 Description: Court Line, Pursuant to Section 3.1, Specifications/Scope of Work Herein. Category: 91484-00 Unit of Measure: Square Foot Unit Price: $ (J, IS Line: 5 Number of Units: 1 Total: S 0. /5 Description: Add One (1") inch Asphalt, and Omit Line 2, Pursuant to Section 3.1, Page 5 of 40 Specifications/Scope of Work Herein. Category: 91484-00 Unit of Measure: Square N and Unit Price: $ Line: 6 Number of Units: 1 Total: S ' 7 Description: Hourly Repair Rate. Category: 93165-00 Unit of Measure: Hour Unit Price: Number of Units: 1 Total: $ Page 6 of 40 (Eau of 4Thami ' 1i 1'1 f?I /. 1) VyI[ 1 _1 \l_I ADDENDUM NO. 1 February 28, 2017 INVITATION FOR BID (IFB), No. 681384, Court Resurfacing at Various City of Miami Parks TO: ALL PROSPECTIVE BIDDERS; The following changes, additions. clarifications, and deletions amend the IFB documents of the above captioned IFB. and shall become an integral part of the Contract Documents. Words and/or figures stricken through shall be deleted. Underscored words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein and reflect same on the documents you have on hand. The bid opening time has been changed to Tuesday, March 7, 2017 at 2:00 PM. AP:ts Cc: IFB: File Sinter- y, A ie Perez, CPPO of Procurement Officer hasa Engineering, Corp. 13965 S.W. 10 Street Miami, FL 33184 SHEET 1 OF STATEMENT OF COMPANY AND OWNER'S CONSTRUCTION EXPERIENCE 1 started my caster in the year 1973.Fer r*years I have done all tipes of work in my fieki. Inciuding:Asplsa1t,Concrrte.Stamp Concrete.Brick Pavers on Driveways,] hatie done Sidewalk Contracts for Miami -Dade County Public Works inch.,ding all tipes of concrese curbs.Termis and Basket Ball Courts including asphalt and concrete ceol coating Park:mg lot griping ant! Memo Plastic Striping on Roads Land Devel pmettt_Dernolition,Clearing and Grubbing,Drainage„Suberade Stabilizztirstt_AH tipes of rock and asphalt base preparation,Al1 tipes of drainage construction from 12--72- Coulvers,French Drains,Cover Trench Drains,Positive and negative drains. Water and Sewer repares insidental to my wori_l built the bridge expancion at Letile River Chanel on Palm Ave_.FiLH.F[_ And the Bridge demolition and replacement with 4 lanes( polite in place) over the Little River Chanel Between NW 99'.- I1O0 . Street and 171'.Miami.F1..1 have also done Highway Construction for D.O.T..Runwav repares for ti1.t.Aand all type of work for the Port of Miami. - FOLLOWING ARE SOME OF THE WORK 1 HAVE DONE EN THE LAST 5 YEARS: OWNER OR GEC.' -- WORK PERFORMED -------------TOTAL COST -DATE. COMPLETED City of Coral Springs.Fl-- Drainage.Pa•. ink & Concrete Work-S 168.80 3.00-- April 28'1. 2008 Mr.Padron:(56l) 807-6968 GC Works Contracting City of Royal Palm Beach, Ft..-Concrete&Aschalt Bike Path--------5578.288.00-- July 206. 2008 Mr.Padron:(56I) 80 7-6968 GC Work; Contacting. City ofMiami,FL-----------------Milling.Paying&Concrete Work-----S204.640.29-- January 15th.2009 Al Castro:(305) 797-3502 Tran Construction City of Bay Harbor,FL Valley Gutter.Paving,Sprinclers .Sid-5571i'88.t}4— .August 20'h. 2009 Al Castro:(305) 797-3502 Iran Construction Ciro of Cutler Bay.] 1.-----Median Islands,Sidewalk &Paving -----5169,0'00.00-. Qcuober27t11.2010 Rob Lopez Sr.(305) 592-3988 13065 S.W', 10 Srrect. Miami, FL 33 184 Tel: 17861 360-37 6 Fax: 1.786) 300-;82; E-Slail: ic-Ftshaaeng.com SHEET 2 OF 2 General Asphalt Co., Inc. FDOT-East 54rth. Street,H1h.,F1.-Median Islands,excavation & soil- $17,000.00 - December 20t.2010 Rob Lopez Sr. (305) 592-3988 General Asphalt Co., Inc. Town of Bay Harbor.,FL.-Rock base,Concrete Curbs & Drains $297,000.00 --- April 26xth.,2011 Rob Lopez Sr. (305) 592-3988 Miami Dade Parks Recreation and Open space areas Ruben Dario -Multiple Courts -Resurface asphalt & Painting $38,463.00 December 12/2011 (10 Jose Hernandez (Project Manager) (305)596-4460 Miami Dade Parks Recreation and Open spaces areas Crandon Park Tennis & Golf -Asphalt repairs and Painting $43,396.00 March 6xth., 2012 '' 15) Jose Hernandez (Project Manager) (305)596-4460 Miami Dade Port of Miami-Milling,Paving and stiping $39,637.40 August 31, 2012 Kari Garland (Project Manager) (305) 347-5506 Miami Dade Port of Miami -Cruise Terminal B Paving Repairs----$12,456.40 September 12,2012 Michael Prince (Project Manager) (305) 347-4964 Miami Dade County Public Works and Waste Management Department Bus Stop Shelter lnstalation at 2398 NW 119 Street.Miami,Fl.----$ 7,562.00 February 12,2013 — Frank Aira (Division Manager) (305)375-2930 Please see recommendation letters attached. Israel +$ orbo - r-lir/7/ r. CEO 13965 S.W. 10 Street. Miami, FL 33184 I Tel: (786) 360-3726 i Fax: (786) 360-3825 I E-Mail: is@shasaeng.com ..A., ...� .....,... MIAMI-DADE COUNTY, FLORIDA Capital Improvements Information System Parks, Recreation and Open Spaces Contractor Evaluation MCC Contract PR 86100-A Contractor SHASAENGINEERING CORP Department Contact: Jose L. Hernandez Jr. 305-596-4460 Site Project Name. Site Location. Evaluation Type: Standard Evaluaf1on FEIN: 651052192 Award Amount: S38.463.00 Evaluator ID: forhat Date: 1 /31 /2012 Period: Completion of construction Rating 4 1 3 2 1 Criteria 1- Schedule - Quality of schedule & adherence to schedule resulting in timeliness and minimizing delay to the owner and community, 2- ✓ roost effectiveness & efficiency - Budget compliance & value of work. 3- - 'Vision - Design - Concepts or adherence to criteria _ 4- Cooperation - Teamwork & relationship with owner, subs and suppliers, 5- ✓ Coordination - Ability to organize, schedule and complete tasks in adherence to the schedule 6- .. Accuracy & Technical Skills - Cost estimating, scheduling, shop and other drawings, plans. manuals, project documentation and conflict resolution. - 1 -1 Completeness - Compliance with contract documents, permits, Codes & standards. 8- Responsiveness - Timely. clear & concise responses to owner comments and correspondence. 9- Commitment - Intangibles & contribution to project success. 1 10- Personnel - Quality end dedication of project staff. 11- ._'' l Management - Leadership ability. �2- 1 1 l ua#ity - Work performed correctly the first time. Overall Performance Average: 3.7 Documentation that supports this evaluation and Contractor's/Consuitant"s comments can be obtained by contacting' Jose L. Hemande7, Fr_ at Phoned 305-596..446f)c233 Evaluation Reviewed by: Supervisor Division Chief Assistant Director Director Reviewer Name: Reviewer Signature, The method of delivery of this evaluation to contractor/consultant: Certified Mall EMail a Fax Hand (Unresponsive Performance by contractor/consultant requires 2 delivery methods. one MUST be Certified Mail.) Evaluation delivered to: Shasa Engineering MIAMI-DADS COUNTY, FLORIDA MIAMI-DADS Capital Improvements Information System t Parks, Recreation and Open Spaces Contractor Evaluation MCC Contract: PR 91322 Evaluation Type: Standard Evaluation Contractor: SHASA ENGINEERING CORP FEIN: 651052192 Department Contact: Jose L. Hernandez Jr. 305-596-4460 Award Amount: 543,396.00 Site Project Name: Site Location; Evaluator ID: forhat Date: 41212012 Period; Completion of construction Rating • 4 3 2-1 1 N/A Criteria 1- J Schedule - Quality of schedule & adherence to schedule resulting In timeliness and minimizing delay to the owner and community. 2- ./ Cost effectiveness & efficiency - Budget compliance & value of work. 13- ,/ !Vision - Design - Concepts or adherence to criteria. _ 4- ./ Cooperation - Teamwork & relationship with owner, subs and suppliers. 5- ./ Coordination - Ability to organize, schedule and complete tasks in adherence to the schedule. 6- ./ Accuracy & Technical Skills - Cost estimating, scheduling, shop and other drawings. plans. manuals, project documentation and conflict resolution. 7- ./ Completeness - Compliance with contract documents, permits. Codes & standards. 8- -/ Responsiveness - Timely, clear & concise responses to owner comments and correspondence. 0- ✓ j Commitment - Intangibles & contribution to project success 10- / I Personnel - Quality and dedication of project staff. 11- ✓ 1 Management - Leadership ability. L12- ,0 Quaiit - Work •erformed correctly the first time. Overall Performance Average: 3.8 Documentation that supports this evaluation and Contractor's/Consultant's comments can be obtained by contacting: Jose L. Hemandez at Phone* 305-596-440x233 Evaluation Reviewed by: Supervisor ill Division Chief" 1 Assistant Director Director) I Reviewer Name: Reviewer Signature: The method of delivery of this evaluation to contractor/consultant: Certified Mait EMail Fax Hand I: (Unresponsive Performance by contractor/consultant requires 2 delivery methods, one MUST be Certified Mail.) Evaluation delivered to: Shasa Engineering Corp. MCC Contract PW 20120099 Contractor. SHASA ENGINEERING CORP Department ContactRaul Cruz 305-375-4182 Site Project Name'. Site Location: z.. ..E,. MIAMI-DADE COUNTY, FLORIDA Capital Improvements Information System Public Works and Waste Management Contractor Evaluation Evaluation Type: Standard Evaluation FEIN, 651052192 Award Amount. 57.562.00 Evaluator ID: fabr Date: 312012013 Period: Project conclusion or closeout [ Retina , 4 3 2 1 N/A tCriteria 1- ■ ! ■ Schedule Quality s schedule & adherence to scheduleower resulting in timeliness and minimizing delay to the owner and community. 2- .- Cost effectiveness & efficiency - Budget compliance & value of work, 13- 'Vision - Design - Concepts or adherence to criteria. 4- Cooperation - Teamwork & relationship with owner, subs and suppliers. 5- Coordination - Ability to organize. schedule and complete tasks in adherence to the schedule. 5- ,✓ Accuracy & Technical Skills - Cost estimating, scheduling. shop and other drawings, plans, manuals, project documentation and conflict resolution. 7- ,/ Completeness - Compliance with contract documents, permits. Codes & standards. 8- ✓ Responsiveness - Timely, dear & concise responses to owner comments and correspondence. 19- -.1 Commitment - Intangibles & contribution to project success. 10- .- Personnel - Quality and dedication of project staff. 11- ✓ Management - Leadership ability. 12- ] Quality - Work performed correctly the first. time Overall Performance Average: 3.3 Documentation that supports this evaluation and Contractor's/Consultant's comments can be obtained by contacting: Raul Cruz r Mercedes Barreras at Phoned 305-375-2392 Evaluation Reviewed by- Supervisor -' Division Chief Assistant Director Director' Reviewer Name: Reviewer Signature: The method' of delivery of this evaluation to contractoriconsultant: Certified Mail EMail Fax J Hand (Unresponsive Performance by contractor/consultant requires 2 delivery methods, one MUST be Certified Mail.) Evaluation delivered to: IC@shssaeng.com ! Shasa Engineering Corp. MIAMI-DADE COUNTY, FLORIDA /(.I.4. 4 ��_,s�Ne9 Capital Improvements Information System l3Lp SPA Aviation 4a0 141:4_ Contractor Evaluation L IAA L MCC Contract: AV MDAD T174A Contractor: SHASA ENGINEERING CORP Department Contact: Disodado J. Fernandez (305) 876-7334 Site Project Name: Site Location: Evaluator ID: ULTIMO Date: 9/21/2016 Evaluation Type: Standard Evaluation FEIN: 651052192 Award Amount: $198,074.00 Period: Completion of construction Rating * 1= 2- 3- 4- 5- 6- 7- 8- 10- 11- 12- 4 J 3 L� N/A Criteria Schedule - Quality of schedule & adherence to schedule resulting in timeliness and minimizing delay to the owner and community. Cost effectiveness & efficiency - Budget compliance & value of work. Vision - Design - Concepts or adherence to criteria. Cooperation - Teamwork & relationship with owner, subs and suppliers. Coordination - Ability to organize, schedule and complete tasks in adherence to the schedule. Accuracy & Technical Skills - Cost estimating, scheduling, shop and other drawings, plans, manuals, project documentation and conflict resolution, Completeness - Compliance with contract documents, permits, Codes & standards. Responsiveness - Timely, clear & concise responses to owner comments and correspondence. Commitment - Intangibles & contribution to project success. Personnel - Quality and dedication of project staff. Management - Leadership ability. Quality - Work performed correctly the first time. Overall Performance Average: 3.7 Documentation that supports this evaluation and Contractor's/Consultant's comments can be obtained by contacting: Diosdado "Joe" Fernandez at Phone4 305-876-7204 Evaluation Reviewed by: Supervisor WI Division Chief ❑ Assistant Director ❑ Director ❑ Reviewer Name: Disodado J. Fernandez Reviewer Signature: The method of delivery of this evaluation to contractor/consultant: Certified Mail ❑ EMail ❑ Fax j Hand ❑ (Unresponsive Performance by contractor/consultant requires 2 delivery methods, one MUST be Certified Mail.) Evaluation delivered to: MIAM1-DADE COUNTY, FLORIDA Capital Improvements Information System Port of Miami Contractor Evacuation MCC Contract SP M2012-040 Contractor SHASA ENGINEERING CORP Department Contact Kari Garland 1305) 371-7678 Site Project Name: Site Location Evaluation Type' Standard Evaluation FEIN 65105215.2 Award Amount. $3e 292.60 EvaluatortD: kari Date: 4/2/2013 Period. Completion of construction Rain 4 13 2 1 N/A ]Criteria 1- Schedule - Quality of schedule & adherence to schedule resulting in timeliness and minimizing delay to the owner and community. 2- - Cost effectiveness & efficiency - Budget compliance & value of work, 3- •J tulision - Design - Concepts or adherence to criteria. 4- r Cooperation - Teamwork & relationship with owner, subs and suppliers. 5- .f i Coordination - Ability to organize. schedule and complete tasks in adherence to the schedule. le- ✓ Accuracy & Technical Skills - Cost estimating. scheduling, shop and other drawings, plans. manuals, project documentation and conflict resolution. 7- -f Completeness - Compliance with contract documents. permits, Codes & standards. 8- -., Responsiveness - Timely. clear & concise responses to owner comments and correspondence. [9- 1 [Commitment - Intangibles & contribution to project Success 10- .' 1 I Personnel - Quality and dedication of project staff, 11- r [ 1 Management - Leadership ability. 12- ✓ Quality - Work performed correctly the first time. Overall Performance Average: 4.0 Documentation that supports this evaluation and Contractor's/Consultant's comments can be obtained by contacting: Kari Garland at Phoney 305 3474900 Evaluation Reviewed by: Supervisor Division Chief Assistant Director Director Reviewer Name: Reviewer Signature: The method of delivery of this evaluation to contractoriconsultant: Certified Mail EMall - Fax Hand (Unresponsive Performance by contractor/consultant requires 2 delivery methods. one MUST be Certified Mail Evaluation delivered to. Israel Corbo �. aarl aa�vua..F! •-.1-vA aa•t ,•I au&.V • V.L MIAMI-DADE COUNTY, FLORIDA MIAMI.OADE7 Capital Improvements Information System Parks, Recreation and Open Spaces Contractor Evaluation MCC Contract: PR 89615 Evaluation Type Standard Evaluation Contractor. SHASA ENGINEERING CORP FEIN: 651052192 Department Contact. Jose L. Hernandez Jr. 305.595-4460 Award Amount: 58,000.00 Site Project Name: Site Location. Evaluator ID: forhat Date: 800/2012 Period: Completion of construction Rating 4 2 1 NIA Criteria 1- -' Schedule - Quality of schedule & adherence to schedule resulting in timeliness and minimizing delay to the owner and community, 2- ✓ Cost effectiveness & efficiency - Budget compliance & value of !work. Vision - Design - Concepts or adherence to criteria. 4- .� Cooperation - Teamwork & relationship with owner, subs and suppliers. 5- -/ Coordination - Ability to organize. schedule and complete tasks in adherence to the schedule. - ✓ Accuracy & Technical Skitis - Cost estimating, scheduling, shop and other drawings, plans, manuals. project documentation and conflict resolution. 7- ✓ Completeness - Compliance with contract documents. permits, Codes & standards. 8- .✓ Responsiveness - Timely, clear & concise responses to owner comments end correspondence. 9- 1 I 1Co mmitment - Intangibles & contribution to project success. in. 1 •/ Personnel - Quality and dedication of project staff. 11- ✓ Management _ Leadership ability. 12- { 1 Quality - Work performed correctly the first time. Overall Performance Average: 4_0 Documentation that supports this evaluation and Contractor's/Consultant's comments can be obtained by contacting: Jose L. Hernandez st Phoncii 305-596-4460x233 Evaluation Reviewed by: Supervisor Division Chief Assistant Director Director Reviewer Name: Reviewer Signature: The method of delivery of this evaluation to contractor/consultant' Certified Mall Entail Fax Hand (Unresponsive Performance by contractor/consultant requires 2 delivery methods, one MUST be Certified Mail.) Evaluation delivered to: Shasa Engineering MIA MI-DIADE MCC Contract. SP M2012-033.01 Contractor. SHASA ENGINEERING CORP Department Contact: Michael Prince 305-347-4829 Site Project Name. Site Location_ MIAMI-DADE COUNTY, FLORIDA Capital Improvements Information System Port of Miami Contractor Evaluation Evaluation Type: Standard Evaluation FEIN:651052192 Award Amount, S11.32e.00 Evaluator ID: d1970 Date: 11114/2012 Period: Project conclusion or closeout Rating 4 1. 1 11 2 11 i31A Criteria 1- ✓ Schedule - Quality of schedule 8 adherence to schedule resulting in timeliness and minimizing delay to the owner and community. 2- ✓ r Cost effectiveness & efficiency - Budget compliance & value of work. 3- ✓ 1/ision - Design - Concepts or adherence to criteria. 4- ✓ Cooperation - Teamwork & relationship with owner, subs and suppliers, 5- .t Coordination - Ability to organize. schedule and complete tasks in adherence to the scheduie- 6- Accuracy & Technical Skills - Cost estimating, scheduling, shop and other drawings. plans. manuals, project documentation and conflict resolution. 7- Completeness - Compliance with contract documents. permits. Codes 8 standards. .8- Responsiveness - Timely, clear 8 concise responses to owner comments and correspondence. [9- I -- J Commitment - Intangibles & contribution to project success. 10- Personnel - Quality and dedication of project staff. 11- ..F [Management - Leadership ability. 12- Quality - Work performed correctly the first time. Overall Performance Average: 4.0 Documentation that supports this evaluation and Contractor's/Consultants comments can be obtained by contacting: Michael Prince at Phone* 305-347-41129 Evaluation Reviewed by: Supervisor + Division Chief Assistant Director Director Reviewer Name: Reviewer Signature: The method of delivery of this evaluation to contractor/consultant: Certified Mail ✓ EMari Fax Hand (Unresponsive Performance by contractor/consultant requires 2 delivery methods. one MUST be Certified Mail.) Evaluation delivered to: Israel Corbo MCC Contract. SP M2014.015 Contractor-. SHASA ENGINEERING CORP Department Contact Sylvia Montero 305-347-3238 Site Project Name- Site Location •. •,.• a a•V4/MN- a •.. • • a4v1 a a •vI • a.euva a.v•as ...v✓. • • a ,•t. V• MIAMI-DADE COUNTY, FLORIDA Capital Improvements Information System Port of Miami Contractor Evaluation Evaluation Type: Standard Evatcration FEIN:651052192 Award Amount $34.661.60 Evaluator ID: kari Date: 4/4/2014 Period: Completion of construction Ratina ' 4 2 1 NA Brit, ria 1- •.' Schedule - Quality of schedule & adherence to schedule resulting in timeliness and minimizing delay to the owner and community. 2- .✓ Cost effectiveness & efficiency - Budget compliance & value of work. 3- Vision - Design - Concepts or adherence to criteria. 4- ✓ Cooperation - Teamwork & relationship with owner, subs and 'suppliers. 5• ..•' Coordination - Ability to organize, schedule and complete tasks in adherence to the schedule, 6- a✓ Accuracy & Technical Skills - Cost estimating. scheduling, shop and other drawings, plans. manuals, project documentation and conflict resolution 7- ✓ Completeness - Compliance with contract documents, permits. Codes & standards. 8- ✓ Responsiveness - Timely, dear & concise responses to owner comments and correspondence. 19- a, I_ Commitment - Intangibles & contribution to project success. I10- .i 'Personnel - Quality and dedication of pra'ect staff. 11- ✓ Management - Leadership ability. 12-/ .1 1 Quality - Work performed correctly the first time. Overall Performance Average: 3.7 Documentation that supports this evaluation and Contractor's/Consultanrs comments can be obtained by contacting: Sylvia Montero at Phoney 305 347 3238 Evaluation Reviewed by: Supervisor Division Chief Assistant Director Director Reviewer Name: Reviewer Signature: The method of delivery of this evaluation to contractorfconsuitant: Certified Mail EMail Fax Hand 1 (Unresponsive Performance by contractorfconsultant requires 2 delivery methods. one MUST be Certified Mail.) Evaluation delivered to: Israel Corbo MCC Contract. WS T1971 Contractor: SHASA ENGINEERING CORP Department Contact Jose Vilahoy 786-552-8056 Site Project Name: Ste Location. MIAMI-DADE COUNTY, FLORIDA Capital Improvements Information System Water and Sewer Contractor Evaluation Evaluation Type. Standard Evaluation FEIN 651052192 Award Amount 527.754.00 Evaluator ID: jul Date: 2/1812015 Period: Completion of construction Retina ` 4 1 Z 1 N/A [Criteria r1- Ill ./ Schedule - Quality of schedule & adherence to schedule resulting in timeliness and minimizing delay to the owner and community. 2- Cost effectiveness & efficiency - Budget compliance & value of work. 3- ,/ Vision - Design - Concepts or adherence to criteria. 4- - Cooperation - Teamwork & relationship with owner. subs and suppliers. 5- -/ Coordination - Ability to organize. schedule and complete tasks in adherence 10 the schedule. ✓ Accuracy & Technical Skills - Cost estimating. scheduling. shop and other drawings. plans, manuals, project documentation and conflict resolution. 7- Completeness - Compliance with contract documents. permits. Codes & standards. n ✓ Responsiveness - Timely, clear & concise responses to owner comments and correspondence. 19- ✓ Commitment - Intangibles & contribution to project success. 10- .... Personnel - Quality and dedication of project staff 11- -.' Management - Leadership ability, J r2T 1I 1 Ipuality - Work performed correctly the first time Overall Performance Average: 4.0 Documentation that supports this evaluation and Contractor's/Consultant's comments can be obtained by contacting: at Phoneg Evaluation Reviewed by; Supervisor Division Chief Assistant Director Director Reviewer Name: Reviewer Signature: The method of delivery of this evaluation to contractor/consultant; Certified Mail EMail Fax Hand (Unresponsive Performance by contractor/consultant requires 2 delivery methods. one MUST be Certified Mail.) Evaluation delivered to: MCC Contract- PW 15M001 Contractor: SttASA ENGtNEER1NG CORP Department Contact: Patricia Cicero (786) 459-27;5a Site Prof Name: Site Location: .,., r...........a .,,..........••ova a,.r....a...�. ..E.a... .,.,.-v 11. MIAMI-DADE COUNTY, FLORIDA Capital Improvements Information System Public. Works and Waste Management Contractor Evaluation Evaluation Type: Standard Evaluation FE.IN.651052192 Award Amount. S71.631 00 a �E� o vo . Evaluator ID: pup Date: 8/3120 15 Period: Completion of construction Rating ! 4 1 3 2 1 N/A 'Criteria 1- M Schedule - Quality of schedule & adherence to schedule resulting in timeliness and minimizing delay to the owner and community. j 2- - r Cost effectiveness & efficiency - Budget compliance & value of work. 'Vision - Design - Concepts or adherence to criteria. ✓ Cooperation - Teamwork 8 relationship with owner. subs and suppliers. S- Coordination - Ability to organize. schedule and complete tasks in adherence to the schedule. 6- ✓ Accuracy & Technical Skills - Cost estimating. scheduling, shop and other drawings, plans. manuals, project documentation and conflict resolution. 7- ✓ Completeness - Compliance with contract documents, permits. Codes 8 standards, 8- ✓ Responsiveness - Timely. clear & concise responses to owner .comments and correspondence. k?- ✓ j Commitment - Intangibles & contribution to project success. 10- •- Personnel - Quality and dedication of project staff. 11- f -_Y 1 Management - Leadership abilit . 12- - Qualit - Work performed correctly the first time Overall Performance Average: Q Documentation that supports this evaluation and Contractor-s7Consultant"s comments can be obtained by contacting: PATRICIA CICERO at Phonc# 305 514 6683 Evaluation Reviewed by: Supervisor Division Chief Assistant Director Director Reviewer Name: Reviewer Signature: The method of delivery of this evaluation to contractor/consultant: Certified Mail EMail Fax Hand (Unresponsive Performance by contractor/consultant requires 2 delivery methods, one MUST be Certified Mail.) Evaluation delivered to: MIAMI-DADE COUNTY, FLORIDA Capital Improvements Information System Public Works and Waste Management Contractor Evaluation MCC Contract: PW 15M002 Contractor. SHASA ENGINEERING CORP Department Contact Patricia Cicero (785) 459.275d Site Project Name. Site Location. Evaluation Type Standard Evaluation FEIN 551052192 Award Amount: 559.999.25 Evaluator ID: pup Date: 8/3/2015 Period: Completion of construction Rating - 4 2 1 N/A Criteria 1- ✓ Schedule - Quality of schedule & adherence to schedule resulting in timeliness and minimizing decay to the owner and community. 2- - Cost effectiveness & efficiency - Budget compliance & value of work. 13- .' r Vision - Design - Concepts or adherence to criteria. 4- -' Cooperation - Teamwork & relationshlp with owner, subs and suppliers. 5 ✓ Coordination - Ability to organize. schedule and complete tasks in adherence to the schedule. 6- Accuracy & Technical Skills - Cost estimating. scheduling, shop and other drawings, plans, manuals. project documentation and conflict resolution I ✓ Completeness - Compliance with contract documents, permits. Codes & standards,. 8- ✓ _ Responsiveness - Timely, clear & concise responses 10 owner comments and correspondence. Commitment - Intangibles & contribution to project success. 10- f 1 Personnel - Quality and dedication of project staff, 11- ..- Management - Leadership ability. 12- •. Quality - Work performed correctly the first time. Overall Performance Average: 4.0 Documentation that supports this evaluation and Contractor'slConsuStant's comments can be obtained by contacting: PATRICIA C10ERO at Phoneil 305 514 66tl3 Evaluation Reviewed by: Supervisor Division Chief Assistant Director Director Reviewer Name; Reviewer Signature: The method of delivery of this evaluation to contractor/consultant: Certified Mail EMeil Fax Hand (Unresponsive Performance by contractor/consultant requires 2 delivery methods, ooe MUST be Certified Mail.) Evaluation delivered to: ( IIS • 1'9({1JI•C'1 1 VAi I N1 I( / i - August 19• '(11(1 • 9:5110 AM Parc I nI n M IAMIDADE MCC Contract, HD 167871 Contractor SttASA ENGINEERING CORP Department Contact Petty .inners (305) 751-9985 Site Project Name Liberty Square Site lncation ta15NW63ST MIAMI—DADE COUNTY, FLORIDA Capital Improvements Information System Public Housing and Community Development Contractor Evaluation Evaluation Type: Standard Evaluation FEIN 651052142 Award Amount S9..161.20 Evaluator ID eguerro Date B118f2016 Period Project conclusion or closeout r -- _ f Ratner - �I i frriteria E ^ uir 1 --)�? -ir n 1�CdA- 1- .� r rSchedule - Quality of schedule R.adherence to schedule iVkesu1ting in timeliness and minimizing delay to the ownar anrf commt In ity 12_ II 1 i ,' Cost effectiveness & efficiency - Budget compliance R value of rk 3 ,/ it -i -17-- - l ston - Design Concepts or erittierencn rn rnter,a ii- ✓Cooperation - Teamwork & relationship wits, w rnr. subs and�l suppliers T ___ ✓ 7r f _ _ I __ _ __ m Coordatinn - Abilityto organize. schedule and t omplete tastes in adherence to the schedule ✓ Accuracy & Technical Skills - Cost entimahnq. schedufing shop and other drawings, plans. manuals. project documentation and conflict resnlulron ✓ r 1 f - C___ ompleteness - Compliance with contract documents. penults. Codes & standards {i• ✓ ��r'gmmente Responsiveness - Timely, clear & conci a r�*SI)f1nae5 to owlnsr and Carreeprrndern e. [3- ./ 1—I Commitment - Intangibles 8, contribution to project Success 10 J _ -- ir -- Personnel - ouality anrf dedication of project staff 1 Management - Leadership ab hty E.1_ / Duality - Work performed correctly the first time _1 Ove all Performance Average 3 9 Documentation that supports this evaluation and Contractor's/Consultant's comments can be obtained by contacting l.M1'.RS(lN 1H I'.RRI.RII at Phnncrl 105.691-01Rn Evaluation Reviewed by Supervisor -! Division Chief Assistant Director /Di Rev,EwerSignature �7(`1.t �t_J•'Jr-ma It The method of delivery of this evaluation to rontraCtorlconsultRnl Certified Mail EM1all jjt Fax d Hand (Unresponsive Performance by contractor/consultant requires 7 delivery methods. one MIDST he Certified Mail 1 Evaluation delivered to Reviewer Name Betty lone 1u1p:r intl'a.nlirlrtlitlnds'.Pr,+t 11ti frni(a,rluurunlculnntimt.ach!ScI( f('('r (1 I1k4,41\I,+,Ir R,111:'01f, MIAM..�I•DII DE miamidade.gov August 26, 2016 Mr. Israel Corbo SHASA ENGINEERING CORP. 13965 SW 10th St Miami, FL 33184 Anniversary Date: July 31, 2017 Dear Mr. Corbo: Internal Services Department Small Business Development 111 NW 1 Street, 19th Floor Miami, Florida 33128 T 305-375-3111 F 305-375-3160 CERT NO: 14612 Approval Date: 8/26/2016 - SBE'GS MICRO TIER 1 Expiration Date: 7/31/2017 Miami -Dade County Small Business Development (SBD), a division of Internal Services Department (ISO), is pleased to notify you of your firm's continuing eligibility as a certified Goods & Services (SBE/GS) in accordance with section 2-8.1.1.1.1 of the Code of Miami -Dade County. Your firm is certified in the categories listed below. The SBEIGS certification is continuing through the Anniversary Date listed above, contingent upon your firm maintaining its eligibility based on the criteria outlined in the aforementioned code. You will be notified of your annual responsibilities in advance of the Anniversary Date. You must submit the annual AFFIDAVIT FOR CONTINUING ELIGIBILITY no later than the Anniversary Date to maintain your eligibility. Your firm will be listed in the directory for all certified firms, which can be accessed through Miami -Dade County's SBD website: httn://www.miamidade.gov/business/business-certification-programs.asn. If there is a material change in your firm, you must advise this office by submitting a status change form with the associated supporting documentation, within thirty (30) days. Changes may include, but are not limited to, ownership, officers, directors, management, key personnel, scope of work performed, daily operations, on -going business relationships with other firms or individuals or the physical location of your firm. After our review, you will receive instructions as to how you should proceed, if necessary. Failure to do so will be deemed a failure on your part to cooperate and will result in action to remove your firm's certification. If you have any questions or concerns, you may contact our office at 305-375-3111. Sincerely, Claudious Thompson, Section Chief Small Business Development Division Mr. Israel Corbo SHASA ENGINEERING CORP. Cert No: 14612 August 26, 2016 Page 2 CATEGORIES (Your firm may bid or participate on contracts only under these categories) 91371 - MAINTENANCE ANC REPAIR, HIGHWAY AND ROAD (SBEfGS) 91382 - MAINTENANCE AND REPAIR. SIDEWALK AND DRIVEWAY (INCLUDING REMOVAL) (SBEfGS) 96800 - PUBLIC WORKS AND RELATED SERVICES (SAE/GS) 96806 - AIRPORT ROADWAY CONSTRUCTION (SBEGS ) 96807 AIRPORT ROADWAY MAINTENANCE AND REPAIR (SBE'GS) 96808 - AIRPORT TA)U W AY CONSTRUCTION 4SBE!GS) 96809 - AIRPORT TAXIWAY MAINTENANCE AND REPAIR (SBEfGS) 96810 - AIRPORT RUNW AY CONSTRUCTION (SSE'GS) 96811 - AIRPORT RUNW AY MAINTENANCE AND REPAIR 1SBEIGS I 96813 -AIRPORT FACILrrIES MAINTENANCE AND REPAIR (SBEfGS) 96814 - ALLEY RESURFACING (PAVING) (SBEfGS) 96817 -ATHLETIC FACILITY CONSTRUCTION (SBEGS) 96818 -BACK FLOW PRE VENTER TESTING SERVICES (SBEfGS) 96819 - BRIDGE RECONSTRUCTIONlREHABILITATION (SHE/GS) 96827 - CULVERT CONSTRUCTION. PIPE (SBEJGS) 96828 - CURB AND GUTTER CONSTRUCTION (SBE'GS) 96830 - DAM AND LEVEE CONSTRUCTION. REHABILITA (SSEIGS) 96853 - MAJOR STREETS - INTERMITTENT RESURFACING (SBEfGS) 96854 - MAJOR STREETS • NEW CONSTRUCTION (SBEfGS) 96856 - MAJOR STREETS • RESURFACING (PAVING) ANOREPAIR ISBEIGSI 96859 - NEW STREET CONSTRUCTION AND REPAIR (NOT MAJOR SIRE (SBE'GS) 96870 - SIDEWALK AND DRIVEWAY CONSTRUCTION (SBEfGS) 96873 • STORM DRAIN CLEANING. REPAIR. AND SLUDGE REMOVAL SERVICES (SBEGSI 96876 - STREET LIGHT MAINTENANCE AND REPAIR (SBEfGS) 98832 - GRADING (OE PARKING LOTS. ETC - NOT ROAD BUILDING) (SBEfGS) 98863 - PARK AREA CONSTRUCTION 'RENOVATION (SBEfGS 98865 - PARKS SYSTEMS TECHNICAL SERVICES (SBE,GS) 98868 - PAVING AND REPAIR OF PARKING LOTS (NOT 8'ICLUD(NG (SBE'GS) 98886 -TENNIS AND SPORTS COURT REPAIR AND RENOVATION ,SBEfGS) M 1AM t-DADE miamidade.gov August 26, 2016 Mr. Israel Corbo SHASA ENGINEERING CORP. 13965 SW 10th St Miami, FL 33184 Anniversary Date: January 31, 2017 Dear Mr. Corbo: Internal Services Department Small Business Development 111 NW 1 Street, 19th Floor Miami, Florida 33128 T 305-375-3111 F 305-375-3160 CERT NO: 15519 Approval Date: 8/26/2016 - LDB Expiration Date: 1/31/2017 Miami -Dade County Small Business Development (SBD), a division of Internal Services Department (ISD), is pleased to notify you of your firm's continuing eligibility as a certified Local Developing Business Enterprise (LDB) in accordance with section of the Code of Miami -Dade County. Your firm is certified in the categories listed below. The LDB certification is continuing through the Anniversary Date listed above, contingent upon your firm maintaining its eligibility based on the criteria outlined in the aforementioned code. You will be notified of your annual responsibilities in advance of the Anniversary Date. You must submit the annual AFFIDAVIT FOR CONTINUING ELIGIBILITY no later than the Anniversary Date to maintain your eligibility. Your firm will be listed in the directory for all certified firms, which can be accessed through Miami -Dade County's SBD website: http://www.miamidade.aov/businesslbusiness-certification-orocrams.asp. If there is a material change in your firm, you must advise this office by submitting a status change form with the associated supporting documentation, within thirty (30) days. Changes may include, but are not limited to, ownership, officers, directors, management, key personnel, scope of work performed, daily operations, on -going business relationships with other firms or individuals or the physical location of your firm, After our review, you will receive instructions as to how you should proceed, if necessary. Failure to do so will be deemed a failure on your part to cooperate and will result in action to remove your firm's certification. If you have any questions or concerns, you may contact our office at 305-375-3111. Sincerely, Claudious Thompson, Section Chief Small Business Development Division CATEGORIES: (Your Firm may bid or participate on contracts only under these categories) 237310 - HIGHWAY, STREET. AND BRIDGE CONSTRUCTION (LDB) RRMOR COURTS REPAIR • MAINTAIN • DESIGN -BUILD Client References Please accept theses references as recent projects that you may contact for references. This group of professionals may respond better to emails and more efficiently to emails rather than phone calls however you are welcome to phone them as your preference. The most recent are from the bottom up.. Anthony Todaro - Nova University — 954-262-8919 - anthonyt@nova edu (3) Basketball Courts converted (2) basketball courts into (2) tennis courts & (1) Basketball court remained. Complete renovation and resurfacing. Year 2107 & Resurfaced 6 courts Early 2017 Marco Puchol - Aztec Luxury RV Park - marco `aztecrvresort com — 954-975-6411Converted 1 tennis court into 4 pickleball courts, resurfaced 2 tennis courts, and 6 shuffle board courts. Mid 2016 w Ross Shearouse — Northland Investments — r:'r - 954-740-21 1 2 Projects — Floresta Apartments Jupiter, FL restored 1 tennis court, and multi court to include a basketball court and running track. Lakeside at Greenboro, Melbourne, FL — Restored 1 basketball court and 1 tennis court. Del Oro Apartments — Sunrise, FL Futbalito court. All 2016 David Smith — City of Ft. Lauderdale - Davidsm fortlauderdale.gov— 954-257-9375 — Project Restored 2 full court basketball courts for Joseph Carter Park city of Ft. Lauderdale. Late 2016 Tom Clark — Rexmere Village — Property Manager — tom-'c re.<mere-oaradise com - 954-472-1220 — repaired and resurfaced 2 tennis courts and one basketball court. r Boca Prep International — Omesh Persaud - omesh.persaudre^,.iesmail.com 561-852-1410 — Resurfaced 24,340 square of track 1 and added Soccer Field - Early 2017. Oscar Roca — PM- The Hamptons at Heron Bay — Cdhamptonsgworthngse com 954-227-9965 — resurfaced and restored tennis court. Early 2017 r John Margolis — Somerset Academy Silver Palms - jmargolis©somersetsilverpalms.net 305-815- 4946 — Restored and Installed (2) New basketball hoops. Late 2016 First Residential Service — Tom Simpson - Hunting Pointe - Tsri: SC-7c7.,^n )fsresd 9ntai Gon561- 496-3801 — Resurfaced 6 Tennis courts, 2 pickieball courts, and installed 2 new pickle ball courts. Late 2016 Lakes of Jacaranda — Offer Asis - offer.assisassisglcbal.com 718-288-6035 — Resurfaced 2 tennis courts full fiberglass restoration. Early 2017 y Nautica Isles — Marcia Gordon - nauticaisleswesthotmail.cem. 561-433-0950 — Restored 2 tennis courts and 2 tennis courts to include restoration of basketball goals. Early 2017 All County Paving — Josh Gulley—jqulley(a,allcountvcaving com561-279-5908 — multiple projects basketball, tennis, Victoria Woods, La Fitness. Early 2017 & jobs 2017 Thank you in advance for the respect and privacy of these willing references. If you have any trouble contacting them, please feel free to contact me. Keith Hoersch CTCtB Constructkm Trades ualifying Board BUSINESS CERTIFICATE OF COMPETENCY 16BS00488 ARMOR COURTS INCORPORATED EITH D HOERSCH is certified under the provisions of Chapter 10 of Miami r QUALIFYING TRADE(S) 0056 TENNIS CT/PAVING Juliana H. Salas P_E_ gITZSit::,. Secretary of the Board Miami -Dade County retains all property rights herein. MIAM COU�fiY wwrwv. miamidade.govieconomy