Loading...
HomeMy WebLinkAboutBid ResponseBID FORM (Page 1 of 11) SECTION 5 — Bid Form Submitted: 6/14/2017 Date City of Miami, Florida Office of the City Clerk City Hall, 15t Floor 3500 Pan American Drive Miami, Florida 33133-5504 The undersigned, as Bidder, hereby declares that the only persons interested in this Bid as principal are named herein and that no person other than herein mentioned has any interest in this Bid or in the Contract to be entered into; that 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 all 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 Guaranty; 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 City, a municipal corporation of the State of Florida, 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, the specified Work covered by the Contract Documents for the Project entitled: Bid No: 16-17-038 Title: DORSEY MEMORIAL LIBRARY RESTORATION - D2 Project No.: B-30531 The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each 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 and fails to furnish the required Performance Bond and Payment Bond as well as the required Certificate(s) of Insurance within fifteen (15) calendar days after being notified of the award of the Contract. In the event of arithmetical errors, the Bidder agrees that these errors are errors which may be corrected by the City. 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 estimated quantities for the purpose of determining the lowest responsive and responsible Bidder. Payments will be made based on unit prices of actual quantities installed. Where a discrepancy exists between the unit price and the extended price the unit price will prevail. Where there is a discrepancy between the numerical and written Bid amount, the written Bid amount will prevail, City 78 DORSEY MEMORIAL LIBRARY RESTORATION - D2 1TB No.: 16-17-038 B-30531 SiD FORM (Page 2 of 11) Form SU must be submitted with Bidder's Bid. The SU Form can be found posted on the webpage with the Bid Documents. The Bidder's Total Bid Construction Cost includes the total cost for the Work specified in this solicitation, consisting of furnishing all materials, labor, equipment, supervision, mobilization, overhead and profit required in accordance with the Bid specifications. Scope of Work: The Scope of work involves the restoration of the historic Dorsey Memorial Library. The building includes approximately 1,900 gross square feet and has one open room, a computer lab, restrooms, a reception/foyer area, and an open garden in the outside area. TOTAL BID CONSTRUCTION COST: $ 872,663.52 WRITTEN TOTAL BID CONSTRUCTION COST: $ Eight Hundred Seventy TwoThousand Six Hundred Sixty Three Do4ars & Fifty Two Cents Glaua us M0n00 79 DORSEY MEMORIAL LIBRARY RESTORATION - D2 ITB No.: 16-17-038 B-30531 BID FORM (Page 3 of 11) The-soreadsheees-is-reefulreci4G-be-submamittaFerms, Bicidrs-mu own4 ea cl-t-M-vericm-GUIVIS-ExGel-13id-FoFm-tht4s-a-vilble-fer-clownted-t ttp4iww.4.43+i-akiev,oemicrapitaii-mpFGvernentsipactes/P-FastirementotpertuRitieiDefaAtasi9, readsheet-my-Fesuk-in-the-Bid-beined4e-be-nen-responsive7 Bidder shall round aH Bid pricc to tho econd decimal. Click here to enter text. .Line No. Pay Item No. Pay Item Description Unit Quantity Unit Cost Cost 1 1 2 2 3 3 4 4 5 5 6 6 7 7 8 8 9 9 I 0 I 0 TOTAL EEYaMTa5:9 Lai eD 0 P-oc-rgia 8 0 DORSEY MEMORIAL LIBRARY RESTORATION - D2 ITB No.: 16-17-038 B-30531 BID FORM (Page 4 of 11) DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES, AND PARTS III AND IV (if applicable) Part I: Listed below are the dates of issue for each Addendum received in connection with this Bid: Addendum No. 1, Dated May 12, 2017 Addendum No. 2, Dated June 7, 2017 Addendum No. 3, Dated June 8, 2017 Addendum No. 4, Dated Part 11: 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 isaware of the following, and shall comply with all the stated requirements. 1. Community Small Business Enterprise ("CSBE") Requirements Bidder certifies that it has read and understood the provisions of City of Miami Ordinance 13331, codified as Section 18-89 of the City Code, pertaining to the implementation of a "Community Small Business Enterprise" requirement. Evaluation of Bidder's responsiveness to Ordinance Section 13331 shall be a consideration in the award of a Contract. 2. 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. 3. Drug Free Workplace The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by: (1) 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. (2) 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. (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1). (4) 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 sl DORSEY MEMORIAL LIBRARY RESTORATION - D2 ITB No.: 16-17-038 B-30531 81D FORM (Page 5 of 11) (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. (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee. (6) 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: (7) (i) 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, Making a good faith effort to maintain a drug -free workplace program through implementation of subparagraphs (1) through (6). 4. Lobbying The undersigned certifies to the best of his or her knowledge and belief, that: (1) 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. (2) 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 its instructions. (3) This undersigned shall require that the language of this certification be included in the award documents for "All" sub -awards at all tiers (including subcontracts, sub -grants, and Contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly, This certification is a material representation of fact upon which reliance 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 ten thousand dollars ($10,000.00) and not more than one hundred thousand dollars ($100,000.00) for each such failure. 82 DORSEY MEMORIAL LIBRARY RESTORATION - D2 ITB No.: 16-17-038 B-30531 BID FORM (Page 6 of 11) * 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 one hundred thousand dollars ($100,000.00) (per QMB). 5. Debarment. Suspension and Other Responsibility Matters The Bidder certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, and declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this Bid 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 false statements, or receiving stolen property; (c) 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 (d) Have not within a three-year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default. (e) In addition, factors to be considered in determining responsibility of prospective Contractual parties shall include but not be limited to: (f) (g) (1) Bidder does have availability of appropriate financial, material, equipment, facility,, and personnel resources and expertise, or the ability to obtain them, to meet all Contractual requirements; (2) Bidder does have a satisfactory record of performance; (3) Bidder does have a satisfactory record of integrity; (4) Bidder does possess qualified legal standing to Contract with the City; and (5) Bidder will be in compliance in supplying all requested information connected with the inquiry concerning responsibility. Bidder has not had a termination, suspension, or cancellation of a City Contract, in whole or in part, for cause, due to a default by the Bidder or Offeror, within the past five (5) years, which has not been reversed on appeal by a court of competent jurisdiction; or Bidder has not withheld a payment or nonpayment of moneys due the City from the Bidder or Offeror, within the past five (5) years, unless the full amount of such moneys due the City. (h) Have been deposited with a court of competent jurisdiction in Miami -Dade County, Florida, pursuant to the provisions of Fla. R. Civ. P. 1.600 titled "Deposits in Court", as amended, or other applicable Federal, State or Local Rules of Court, and are subject to distribution to the City or withdrawal by the City by order of the court. The Bidder shall provide any information requested by the Chief Procurement Officer or purchasing agent concerning responsibility. If such Contractual party fails to provide the requested information, the determination of responsibility may be made upon available (i) 83 DORSEY MEMORIAL LIBRARY RESTORATION - D2 ITB No.: 16-17-038 B-30531 BID FORM (Page 7 of 11) information or the prospective Contractual party may be found non -responsible. The prospective Contractual party may demonstrate the availability of necessary financial, equipment, facility, and personnel resources by submitting: (1) Bidder will, upon request, furbish evidence that the Contractual party possesses such necessary resources; (2) Bidder affirms it has acceptable plans to subcontract for such necessary resources; or (3) Bidder will, upon request, submit a documented commitment for, or explicit arrangement with, satisfactory sources to provide such necessary resources. Where the prospective Bidder is unable to certify to any of the statements in this certification, such Bidder shall submit an explanation to the City of Miami in writing. 6. Local Workforce Participation Requirements The Bidder certifies to the best of its knowledge and belief, that it and its principals: (a) have read and understood the provisions of City of Miami Ordinance 13332, codified as Section 18-89 of the City Code pertaining to the Local Workforce Participation requirements on a quarterly basis; (b) have identified in City Form Subcontractor Utilization ("SU") a third party independent who verifies and is properly licensed under the provisions of F.S. 454,471,473, or 481 and who is not with the Contractor; and (c) the selected third party, who independently verifies compliance with this section, must have a minimum of 2 years of experience as required in Ordinance No. 13332, codified as Section 18-89 of the City Code. Part IV: Certification — Trench Safety Act The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of Section 553.60, et. seq., Florida Statutes, the Trench Safety Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and Subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. Bidder acknowledges that included in the various items of the Bid and in the total Bid price are costs for complying with the Florida Trench Safety Act. These items are a breakout of the respective items involving trenching and will not be paid separately. They are not to be confused with Bid items in the schedule of prices, nor be considered additional Work. 84 DORSEY MEMORIAL LIBRARY RESTORATION - D2 ITB No.: 16-17-038 B-30531 BID FORM (Page 8 of 11) The Bidder further identifies the costs and methods summarized below: Quantity Unit Description Unit Price Price Extended Method Box Shoring LF 17 100.00 1700.00 Box Shoring Total $ 1700.00 Attached is a Bid Bond [xi, 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 hereby acknowledges and affirms to the contents of this Bid Form and its' response(s) thereto including without limitations Part I through IV have been, read, understood, and agree to by signing and completing the spaces provided below. Bidder Name: E.L.C.I. Construction Group, Signature: Printed Nam le: Fortuna M. Bichachi, President City/State/Zip: North Miami, FL 33161 Telephone No.: 305-891-7990 Facsimile No.: 305-891-7994 Inc. Social Security No. or Federal I.D. No.: 65-1134265 E-Mail Address: moises@elciconstruction.com Dun and Bradstreet No.: 103319617 If a partnership, names and addresses of partners: (If applicable) 85 DORSEY MEMORIAL LIBRARY RESTORATION - D2 ITB No.: 16-17-038 B-30531 BID FORM (Page 9 of 11) CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY CERTIFY that at a meeting of the Board of Directors of E.L.C.I. Construction Group, Inc. , a corporation organized and existing under the laws of the State of Florida held on the 14 day of June , 2017 , a resolution was duly passed and adopted authorizing (Name) Fortuna M. Bichachi 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. 1 further certify that said resolution remains in full force and effect. IN WI Secretary: Print: rNES EREOF, I have hereunto set my hand this 14 , day of June Moises B. Bichachi , 20 17 CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) 1 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. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I 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). 86 DORSEY MEMORIAL LIBRARY RESTORATION - D2 ITB No.: 16-17-038 B-30531 BID FORM (Page 10 of 11) CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/bfa) (If Applicable) have executed and am bound by the terms of the Bid to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this , day of 20 Signed: Print: 87 DORSEY MEMORIAL LIBRARY RESTORATION - D2 ITB No.: 16-17-038 B-30531 r BID FORM (Page 11 of 11) NOTARIZATION STATE OF Florida COUNTY OF Miami -Dade The foregoing instrument was acknowledged before me this 14 day of June 20 17 by Moises B. Bichachi, Vice President , who is _personalty known to me or who has produced as identification and who (did / did not) take an oath. SIGNATURE OF NOTARY PUB/ STATE NFGR0 `�. ▪ NuIa,r ur: villa ▪ Comtinssiorl Via;•' My Comm. Expires Jcr 10 202"i PRINT NAME OF NOTARY PUBLIC 88 DORSEY MEMORIAL LIBRARY RESTORATION - D2 ITB No.: 16-17-038 B-30531 Section 6 - Attachments Executed in 1 Counterpart BID BOND FORM (Page 1 of 3) State of Florida County of Miami -Dade City of Miami E.L.C.I. Construction KNOWN ALL PERSONS BY THESE PRESENTS, that Group, Inc. as Principal, United Fire & Casualty Company as Surety, are held and firmly bound unto the City of Miami, in the penal sum of Five Percent of Amount Bid Dollars ($% ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying Bid, dated June 14th , 2017 , for: DORSEY MEMORIAL LIBRARY RESTORATION - D2 B-30531 NOW THEREFORE: (a) If the Principal shall not withdraw said Bid within one hundred eighty (180) days after date of opening the same, and shall within ten (10) calendar days after the prescribed forms are presented to him for signature, enter into a written Contract with the City, in accordance with the Bid as accepted, and give bond with good and sufficient Surety or Sureties, as may be required, for the faithful performance and proper fulfillment of such Contract; or (b) In the event if the withdrawal of said Bid within the period specified, or the failure to enter into such Contract and give such bond within the time specified, if the Principal shall pay the City the difference between the amount specified in said Bid and the amount for which the City 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. 89 DORSEY MEMORIAL LIBRARY RESTORATION - D2 ITB No.: 16-17-038 B-30531 BID BOND FORM (Page 2 of 3) IN WITNESS WHEREOF, the above bound parties have executed this instrument under their several seals, this 14th day of June, 2017 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 Cor or tion, Secretary only Ilfttest and affix seal.) (Surety Secretary Susan L. Reich Principal: E.L.C.1. Construction Group, Inc. (Name of Firm) • -ture of horized officer) Affix Seal (Title) 626 NE 124th Street (Business Address) North Miami FL 33161 (City/State/Zip Code) Surety: United Fire & Casualty Company (Corporate Surety) Affix Seal (Signature of Authorized Officer) Teresa L. Durham, Attorney -In -Fact and FL. Lic. Resident Agent (Title) PO BOX 73909 (Business Address) Cedar Rapids. iA 52407-3909 90 (City/State/Zip Code) DORSEY MEMORIAL LIBRARY RESTORATION - D2 ITB No.: 16-17-038 B-30531 BID BOND FORM (Page 3 of 3) ] CERTIFICATE AS TO CORPORATE PRINCIPAL , certify that I am the Secretary of the Corporation named as Principal in the within bond; that foe,noffi t&, eNAU-A- Ii of said corporation; that I know his signature, and 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 governing body. C'rporate Seal) STATE OF Florida COUNTY OF Orange CITY OF Maitland Before me, a Notary Public duly commissioned, and qualified, personally appeared Teresa L. Durham to me well known, who being by me first duly sworn upon oath, says that he/she is the attorney -in -fact, for the United Fire & Casualty Company_ and that heilha has been authorized by United Fire & C e9HeIty C:nmpany to execute the foregoing bond on behalf of the Contractor named therein in favor of The City of Miami, Florida. Subscribed and sworn to before me this 14th day of June. 2017 INSTRUCTIONS: Bid Bonds must be accompanied by a Power of Attorney, in compliance with Instructions to Bidders )04(;tiP\ 11/1. OPuumm Notary Public, State of Florida at Large Sarah M. Drinnan My Commission Expires: 09/01/2019 91 gyyiY PL9 notary Public State of Florida ° Sarah M. Drinnan c My Commission FF 914823 spa' Expires09/O1/2019 DORSEY MEMORIAL LIBRARY RESTORATION - D2 ITB No.: 16-17-038 B-30531 S ,OtY2g 5 _"o r a!• 19t6 yti� zy+..C'4F:°2 .r •.11FOp:: r'�r!lh4111111Rtt�t`t, ` ':UNITED FIRE & CASUALTY COMPANY; CEDAR RAPIDS, IA UNITED FIRE &:INDEMNITY CON4TPANY, WEBSTER, TX .. FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA CERTIFIED COPY OF POWER OF ATTORNEY {original ott Bleat HoUie.0.fice of Coirma tjr Sec:,_ Certification) KNOW ALL PERSONS BYTTIOSE PRESENTS, Thai UNITED -FIRE -a CASUALTY COMPANY, ascot )urattoit duly: organized and existing under the laws of the State of Iowa; UNITED FIRE &;INDEMNITY COMPANY a corporation duly organized and existing under the laws of the State of Texas; and FINANCIAL PACIFIC INSTJRANCE COMPANY, a corporatiott duly.organtied and existing deader the lads of the State of California iively called the. Comppanies (heren collect ), and bating their corporate headquarters m Cedar Rapids State of Iowa, does make, constitnte.and appoint KrM E; NIV, JEFFREY::W. REICIFIi, SUSAN 1..•'REICH, :TERESA L. DLIRHAi41, GLOi IA A._ RJCHARDS, DON SRAMLAGE, LISA ROSELAND, CHERYL FOLEY, GLENN ARVANITIS, SONJA AMANDA FL_QREE HARRIS, EACH INDIVIDUALLY of MA1TLAND FL Inquiries: Surety Department 118 Second Ave SE Cedar Rapids, IA 52401 their true and lawful Attorney(s)-iti-Pa& with power and authority hereby conferred to sign, seal and execute in its behalf ail lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $100, 000, 000. 00 and to::bind the Conipanies thereby asfully to the'saine extent as ;tfsuch instritaivtits were signed by th i duly authorized officers<.of the Companies and ati of the acts of said Attarncy, pursuant to the authority hereby:.given;and hereb}! ratified and confirmed. 'file Authority hereby granted is continuous and shall rentain hi hitt force and effect, until revoked by UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & IF DE1o.rrY COMI?ANY;AID FINANCIAL PACIFIC INSURANCE COMPANY is Power of Attorneyis made and execrated pursuant to and by authority of the'following bylaw dilly adopted on \lay 15, 2013 by the Boards of Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INTDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attorney in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of Insurance, .bonds, undertakings and other obligatory ittslrinncnts of like nature_ The signature of any officer authorized hereby, and the Corporate seal, may be:- affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature acid seal, v heso used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies ;to b vatidlatid binding upon the Companies with the sauce force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set forth in.:their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any::such instnurreitts and to attach the seal of the Companies thereto. The President or any \'ice. President, the Board of Directors or any,ether officer;of the Companies inay at any time revoke all power and authority previously given to any attorney -in -fact. t ti Hllllll„ry, IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by kc�f-`•4pOsi" y ; vice uresident and its corporate seal to be hereto fixed this 11 t h day of October. , 2013 UNITED FIRE & CASUALTY COMPANY UNITED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE COMPANY .:, By: V-Q....,,4tf� State.of Iowa, Comity of Linn, ss: ice President On Altn day tif, October, 2013, before me personal Iy came Dennis J. RiChmann to me'1cno'a known;Who being by Inc duly sworn, did depose and say; that he resides in Cedar Rapids, Slate, of iavva; that he is a,.Vice President of UNITED... FIRE & CASUALTY COMPANY,,a Vice. President of UNITED FIRE & INDEMNITY COMPANY, and a Vice Presiddent of FINANCIAL PACIFIC INSURANCE COMPANY the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the s�al'alitxed to the.said instrninent is sancb corporate, seat that it was so .affixed pursuant to autlioritygi en by the Board o (Directors of said corporations and that be signed his narne tbereto pursitatitto like authority and 'tnoititledges same to be act and. deed of said corporations n1el Judith A. Davis fowa Notanai.Sea. Coninitssion number i73Q4i MyCantmission Extitx0_U4I23120t8 Notary Public My commission expires: 04/23/2018 I, David A Lange, Secretary of UNITED FIRE &.CASUALTY COMPANY and Assistant Secretary of 'f 1TED FIRE & Th'DEMNIT.Y COMPANY,.. and Assistant Secretary of FINANtCIAL FACIFIC INSURANCE COMPANY do herb certify that:l have colripare. d the foregoing cop9 of the Poiver. : of Attorney and affidavit, and.tree copy of. the Seetton of tl e. bylaws ant} resalutiona of s id t orporatiot s as set forth iii said Pot er of A.ttorneti=, ' ith the'. OIt dINALS ON FILE IN THEHOME OFFICE OF SAID CORPORATIONS, and;that the;satrto are -'correct transcripts thereof, and of the whole oldie: said originalsz:and that the said' Pou er ofAttorney leas not been revoked and is nova° i€i (tell force and effect: Ili tes_ttnton Zt hereaf 1:leave hereunto subserrbed my nr€tne and affixed the corporate seal of the said Corporations tills` i daYof 0_,,_....,,,,,s. t1777i1nsl�llVrrraJr l '�� �Ga11NS�'irir �O yUkYr'la, 0 = r9d6 i gcrc6Ae� 111114144t1t BPOAOO49 0115 Secretary, UE&C' Assistant Secretary, OF&I/FPIC SUPPLEMENT TO BID FORM: QUESTIONNAIRE This completed form Must be submitted with the Bid, the City 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 city's request. Failure to submit the form or additional information upon request by the City 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 Bidder been in business under its current name and ownership? Professional Licenses/Certifications (include name and number)* Issuance Date Certified General Contractor CGC 016729 7/5/16 Small Business Enterprise/Miami-Dade County SBO/ 5105 7/14/16 ("include active certifications of community small business enterprise and name of certifying entity) b. Date Bidder licensed by Dept. of Professional Regulation: 7/5/2016 c. Qualified Business License: ['Yes ❑No If Yes, Date Issued: 7/5/2016 d, What is Bidder's business? General Contractor (This answer should be specific. For example; paving, drainage, schools, interior renovations, etc.) e. Name of Qualifier, license number, and relationship to Bidder: Moises B. Bichachi, CGC 016729, Vice President f. Names of previous Qualifiers during the past five (5) years including, license numbers, relationship to Bidder and years as qualifier for the Bidder: Moises B. Bichachi, CGC 016729, Vice President 2. Name and Licenses of any prior companies: Name of Company License No. None Issuance Date 3. Type of Business Entity: El Corporation 0"S" Corporation❑LLC❑Sole Proprietorship❑Other: (Corporations will be required to provide a copy of their corporate resolution prior to executing a Contract) 4. Business Entity Ownership: a. Identify all owners of the Business Entity. 92 DORSEY MEMORIAL LIBRARY RESTORATION - D2 ITB No.: 16-17-038 B-30531 Name Title % of ownership Fortuna M. Bichachi, President, 90% Moises B. Bichachi, Vice President. 10% b. Is any owner identified above an owner in another company? 7 Yes ❑x No If yes, identify the name of the owner, other company names, and % ownership c. identify all individuals authorized to sign for the Business Entity, indicating the level of their authority (check applicable boxes and for other provide specific levels of authority). Name Fortuna M. Bichachi, President Title Signatory Authority Moises B. Bichachi, Vice President All Cost No -cost Other ❑x ❑ ❑ LI El 7 ❑ Explanation for Other: (Note: "All" refers to any type of document including but not limited to Contracts, amendment, change proposal requests (CPR), change orders (CO), notices, claims, disputes, etc. "Cost' refers to CPRs, COs. No -cost refers to RFIs, Notices, and other similar documents) 5. Employee Information Total No. of Employees: 12 Number of Managerial/Admin. Employees: 12 Number of Trades Personnel and total number per classification: (Apprentices must be listed separately for each classification) 2 Superintendent, 2 Carpenter, 1 Laborer How many employees are working under H2B visas? No 6. Has any owner or employee of the Bidder been convicted of a federal offense or moral turpitude? If yes, please explain: Yes, Moises Bichachi, Date of Conviction 1/20/1995, invoice Forgery, Probation Completed 2001 93 DORSEY MEMORIAL LIBRARY RESTORATION - D2 ITB No.: 16-17-038 B-30531 Insurance and Bond Information: a. Insurance Carrier name and address: Lions insurance Company, 2739 US Hwy 19 North, Holiday, FL 34691 b. Insurance Contact Name, telephone, and e-mail: Gran Daigleish, 727-938-5562 c. Insurance Experience Modification Rating (EMR): 97 (If no EMR rating please explain why) d. Number of Insurance Claims paid out in last five (5) years and their corresponding value: 0 e. Bond Carrier name and address: Florida Surely Bonds 620 Wymore Rd, Suite 200, Maitland, FL 32751 f. Bond Carrier Contact Name, telephone, and e-mail: Jeff Reich, 407-478-6833, jeff@foridasuretybonds.com g. Number of Bond Claims paid out in last five (5) years and their corresponding value: a 8. Have any claims lawsuits been file against the Bidder in the past five (5) years? If yes, identify all Bidder has either settled or an adverse judgment has been issued against Bidder. Identify the year, basis for the claim or judgment, and settlement; unless the value of the settlement is covered by a written confidentiality agreement. No 9. To the best of Bidder's knowledge, is Bidder or any of Bidder's officers currently under investigation by any law enforcement agency or public entity? If yes, provide details: No 10. Has Bidder been assessed liquidated damages or defaulted on a Project in the past five (5) years? Yes ❑ No x❑ If yes, provide an attachment that provides an explanation of the Project. 11. Has Bidder 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 five thousand dollars ($5,000.00) or greater, owned by the Bidder. B., Project Management and Subcontract Details 1. Bidder's Project Manager for this Project: a. Name: Moises B. Bichachi 94 DORSEY MEMORIAL LIBRARY RESTORATION - D2 ITB No.: 16-17-038 B-30531 b. Years employed by Bidder: 16 Years c. Licenses/Certifications: Certified General Contractor CGC 016729 d. Last three (3) Projects with the company including role, Scope of Work, and value of Project: Moises B. Bichachi has been the project manager for all the project ELCI is involved with. 2. Subcontractors: Name Trade % of Work License No. Certification* Al Duran, Roofing, 4%, To Be Provided Sigler Advanced Solutions, Electrical, 15%, To Be Provided KPS Contractors Group Corp, Plumbing, 4%, To Be Provided MAC Mechanical, Mechanical, 4%, To Be Provided (`active certifications of community small business enterprise and name of certifying entity) 3. Scope of physical labor construction Work to be performed by Bidder and the corresponding percentage of the Work: (This does not include such items as insurance *bonds, dumpsters, trailers, and other similar non - construction Work items) Concrete, Masonry, Carpentry 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 lists 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 attachrent to this Questionnaire that includes Completed Projects the Bidder considers of a similar, size, scope and complexity that the City should consider in 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 contact person, including telephone and e-mail, title of Project, location of Project, scope, initial value and final cost of the Project, projected and final timeframes 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, CM@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. D. Bidder's References Bidders are to include a minimum of three (3) 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 City, at its sole discretion may allow the Bidder to submit the references after the specified date for Bid submission. 95 DORSEY MEMORIAL LIBRARY RESTORATION - D2 ITB No.: 16-17-038 B-30531 REVISED SUPPLEMENT TO BID FORM (6/8117) CUSTOMER REFERENCE LISTING (Page 1 of 1) Bidders may furnish the names, addresses, and telephone numbers of firms or government organizations for which the Bidder has provided services in addition to the required minimum three (3) historic restoration projects specified in the Minimum Requirements on page 6, above. 1) Company Name PLEASE SEE ATTACHED DOCUMENT Address Contact Person/Contract Amount Telephone No./Email 2) Company Name Address Contact Person/Contract Amount Telephone No./Email 3) Company Name Address Contact Person/Contract Amount Telephone No./Email 4) Company Name Address Contact Person/Contract Amount Telephone No./Email 5) Company Name Add ress Contact Person/Contract Amount Telephone No./Email 96 HISTORICAL RESTORATION PROJECT - 41 Project Name: Hurt Building Repairs & Jessie Trice Community Health Center Company Name: Opa Locka Community Development Corp Address: 490 Opa-locka Boulevard, suite 20, Opa-locka, FL 33054 Contact Person/Contract Amount: Stephanie Willams-Baldwin, $531,099 Telephone Number/Email: 305-687-3 545, stephanie@olcdc.org HISTORICAL RESTORATION PROJECT - 42 Hillsboro Lighthouse Repairs Company Name: U.S. Coast Guard Address: 15608 S.W. 117th Avenue, Miami, FL 33177-1630 Contact Person/Contract Amount: Odalys McGee, $236,000 Telephone Number/Email: 305-278-6727, Odalys.MeGee@uscg.mil HISTORICAL RESTORATION PROJECT - #3 Naval Research Labs Building 49 Renovations Company Name: Department of the U.S. Navy Address: NAVFAC Washington PWD, 1013 0 Street SE, Washington, DC 20374 Contact Person/Contract Amount: Jillita Bulluck, $714,474 Telephone Number/Email: 202-685-8168, jillita.bulluck@navy.mil RELEVANT PROJECTS - #1 Name of project and contract/order number: Design/Build Federal Protective Services Office Renovation, GS-04P-15-EX-C-0023 Type of contract/order: Fixed Price Period of performance: 04/2015 — 05/2017 Place of contract performance: Miami, FL Name and address of customer or Government Agency: General Services Administration, PBS, Acquisition Division, 77 Forsyth Street, Room T8, Atlanta, GA 30303 Contracting Officer: Bryan Pyle / 954-356-7783 / Bryan.pyle@gsa.gov Project Manager or customer equivalent: Damien Horn / 404-331-0425 / Damien.horn@gsa.gov Value at contract/order completion: $1,314,094.38 Dollar value initially awarded: $961,913.38 Scope of work: E.L.C.I. was responsible for the design/build of the tenant build out for the Department of Homeland Security Federal Protective Service Miami Office, located on the 4th floor of the Claude Pepper Federal Building in downtown Miami, Florida. This law enforcement office included office space for the FPS Officers, K9 and Special Agents, break room, conference room, filing room, storage space, armory, evidence room, mat room, and interrogation room. Scope includes Asbestos abatement, furniture disposal, demolition of existing flooring, walls, and ceiling. Work also included construction of new offices with new ceiling, VCT and carpet flooring, demountable glass partitions, electrical, IT, intrusion detection, CCTV, access control systems, mechanical, and plumbing. Significant accomplishments or aspects of projects that are considered beneficial to the customer: No problems were encountered with this project. The Government tenant had additional requirements after the project was awarded. E.L.C.I. and their design team worked closely with GSA and their tenant to ensure all the requirements were met. It was resolved with a contract modification and the work was completed without delay. The team worked extremely well together in a collaborative effort, and resulted in a top-notch finished product. RELEVANT PROJECTS - #2 Name of project and contract/order number: Design/Build Joint Interagency Task Force South Bldg. 290 Rm 123 SCIF Repair, W912PX-14-C-0004 Type of contract/order: Fixed Price Period of performance: 09/2014 - 12/2015 Place of contract performance: NAS Key West, FL Name and address of customer or Government Agency: Joint Interagency Task Force South Regional Contracting Office,TrumanAnnex, Bldg. 1279, NAS Key West, FL 33040 Contracting Officer: Paula Claudio / 305-293-5385 / Paula.Claudio.civ@mail.mil Project Manager or customer equivalent: Bobby Allen / 305-293-5285 bobby.p.allen2.civ@mail.mil Value at contract/order completion: $3,020,777.00 Dollar value initially awarded: $3,020,777.00 Scope of work: This LEED project was a design/build of an interior build-out/repair of a portion of the building damaged by Hurricane Wilma. At the center portion of the first floor of Building 290 was created an open office SCIF and several secure support spaces for up to 40 persons at the existing room 123. Within room 123, the project will involve an extensive selective demolition/removal of all non- active piping, utilities, ceiling grids and other items attached to the existing space, which were no longer functional. Grounding of all metallic piping penetrations were required prior to installation of the required partition systems, as wen as grounding of all metallic penetrations through new SCIF partitions. This project also included a new UPS System. Construction trades involved in this project included structural, masonry, concrete, drywall, painting, windows, and doors, mechanical, electrical, and plumbing. Project was in a secure facility, where E.L.C.I. provided escorts at the Secret level. Significant accomplishments or aspects of projects that are considered beneficial to the customer: No problems were encountered with this project. The contract was completed on schedule. E.L.C.I. continually worked with the Government on value engineering to get the best project for the best price. E.L.C.I. was compliant with all required regulatory standards of safety, satisfied all contract obligations and the Government compliance requirement. RELEVANT PROJECTS - #3 Name of project and contract/order number: Design/Build Joint Interagency Task Force South Bldg. 1279 UPS Room Addition, W912PX-13-C-0004 Type of•contract/order: Fixed Price Period of performance: 09/2013 - 07/2015 Place of contract performance: NAS Key West, FL Name and address of customer or Government Agency: Joint Interagency Task Force South Regional Contracting Office, Truman Annex, Bldg. 1279, NAS Key West, FL 33040 Contracting Officer: James Hill / 305-293-5385 / james.w.hi112.civ@mail.mil Project Manager or customer equivalent: Bobby Allen / 305-293-5285 bobby.p.allen2.civ@mail.mil Value at contract/order completion: $1,583,414.88 Dollar value initially awarded: $1,299,536.88 Scope of work: E.L.C.I was responsible for this design/build project of a 2nd UPS System, to augment to an existing UPS System in Building 1279. In order to support the installation of the UPS system in the existing room in Building 1279, a new building was constructed to house the batteries. This new battery room addition to the existing building is located on the south side of Building 1279. ELCI was also responsible for making repairs to the existing electrical infrastructure to support expanding JIATFS requirements. Construction trades involved in this project included structural, masonry, concrete, drywall, painting, windows, and doors, roofing, mechanical, electrical, and plumbing. Toward the end of the construction the client realized the UPS did not have the breakers that they wanted, nor was not it specified on the original RFP. The owner requested changes to the system that required a UPS System redesign. E.L.C.I. worked closely with the client to ensure that they were receiving the finished product as anticipated. The changes required additional time and money. In the end the client was satisfied with the finished product. Significant accomplishments or aspects of projects that are considered beneficial to the customer: E.L.C.I. received a Very Good CPARS Rating. E.L.C.I. oversaw the designers during the construction phase of the job. Also, reviewed shop drawings, submittals, responded to RFIs, site visits, attended construction progress meetings, and prepared closeout documents. RELEVANT PROJECTS - #4 Name of project and contract/order number: Design/Build Joint Interagency Task Force South Bldg. 289 Interior Buildout of SCIF, W912PX-12-C-0004 Type of contract/order: Fixed Price Period of performance: 09/2012 — 03/2014 Place of contract performance: NAS Key West, FL Name and address of customer or Government Agency: Joint Interagency Task Force South Regional Contracting Office, Truman Annex, Bldg. 1279, NAS Key West, FL 33040 Contracting Officer: Jon Martel / 305-293-5821 / jon.p.martel.eiv@mail.mil Project Manager or customer equivalent: Bobby Allen / 305-293-5285 bobby.p.allen2.civ@mail.mil Value at contract/order completion: $1,771,009.00 Dollar value initially awarded: $1,711,678.00 Scope of work: E.L.C.L was responsible for the successful interior alteration design/build of a vacant area at the east end of the second floor of Building 289 to create the Joint Interagency Task Force (JIATF) South Integration Center, or "JSIC." This project was a design/build interior and exterior renovation including form and place exterior concrete stairs, air barrier insulation system on all exterior walls, installation of drywall, doors, (STC Rated walls and doors for a secure facility), access flooring, floor finish, and acoustical ceilings. MEP included fully functional AC system (water chillers), men's and woman's bathrooms, electrical, fire suppression system, fire alarm, low voltage for Data, telephone, computers and intrusion. The project was in a secure facility, where E.L.C.I. provided escorts at the Secret level. The new JSIC consisted of permanent office space for 24 people as well as a series of reconfigurable spaces for testing and new equipment and includes SCIF space and restrooms. Construction trades involved in this project included demolition, structural, masonry, concrete, drywall, painting, windows, doors, mechanical, electrical, and plumbing. Significant accomplishments or aspects of projects that are considered beneficial to the customer: received an Above Average CPARS Rating. E.L.C.I. oversaw the designers during the construction phase of the job. Also, reviewed shop drawings, submittals, responded to RFIs, site visits, attended construction progress meetings, and prepare closeout documents. RELEVANT PROJECTS - #5 Name of project and contract/order number: Design/Build Naval Research Labs B49 Offices & Restrooms Renovations, N40080-16-R-2007 Task Order 008 Type of contract/order: Fixed Price Period of performance: 09/2016 — 06/2017 Place of contract performance: Washington, DC Name and address of customer or Government Agency: NAVFAC Washington PWD, Washington Navy Yard, FEAD, 1013 0 Street 1st Floor, Washington, DC 20374 Contracting Officer: Erikka Robinson / 202-685-0530 / erikka.robinson@navy.mil Project Manager or customer equivalent: LT Ren Zheng / 917-656-3066 / rensheng.zheng@navy.mil Value at contract/order completion: $714,474.00 Dollar value initially awarded: $714,474.00 Scope of work: E.L.C.I. was responsible for the successful completion of designing, demolition and reconstructing rooms 101D, 101E, 101F 102, 102A, 102B,102C. This design -build project included renovating rooms 101, 101A, 101B, 101C in building 49 at the Naval Research Laboratory. Restrooms 101D & 101E renovation created an ADA. accessible space. Room 101F was constructed to be used as a kitchenette break room. A new mechanical/electrical room was added into the project, and the new mechanical HVAC unit which serviced the newly constructed rooms was mounted on the ceiling / floor lid above the spaces on the roof. Significant accomplishments or aspects of projects that are considered beneficial to the customer: E.L.C.I. worked closely with Navy and their tenant to ensure all the requirements were met. The team worked extremely well together in a collaborative effort, and resulted in a top-notch finished product. E.L.C.1. was compliant with all required regulatory standards of safety, satisfied all contract obligations and the Government compliance requirement. RELEVANT PROJECTS - #6 Name of project and contract/order number: NAVFAC Washington WNY 105 and 112 Navy Band Building Renovations, Contract Number: N40080-16-D-2007 TO Number: 0006 Type of contract/order: Design -Build Period of performance: 09/30/16 — 05/17/17 Place of contract performance: Washington Navy Yard, Washington, District of Columbia Name and address of customer or Government Agency: NAVFAC Washington, 1314 Harwood Street, SE. Washington Navy Yard, DC 20374-5018 Contracting Officer: Osvaldo Rodriquez / 202-685-8240 / Osvaldo.rodriguezl@navy.mil Project Manager or customer equivalent: Osvaldo Rodriquez / 202-685-8240 / Osvaldo.rodriguezl@navy.mil Value at contract/order completion: $570,000.00 Dollar value initially awarded: $570,000.00 Scope of work: The purpose of the renovation was to maximize utilization in existing office suites and provide additional storage. Renovations to the second deck included reconfiguring office spaces in Building 105 to consolidate group suites while maintaining collaborative spaces. Additionally, reconfiguring the office spaces in Building 112 ensure that Unit Leaders maintained proximity to band practice spaces. The current Sail Loft shall remained operational during demolition and renovation. Significant accomplishments or aspects of projects that are considered beneficial to the customer: This project required close coordination between the NAVFAC, E.L.C.I. and Cooper to ensure milestones and requirements were met. The team worked extremely well together in a collaborative effort, and resulted in a top-notch finished product. The work was completed on time and within budget. The key to this project was identifying and adapting to the owner's evolving needs and delivering beyond their expectations. The project is relevant as it was design -build, phased construction interior renovation to an existing facility which we coordinated framing, painting, mechanical, plumbing and electrical upgrades was necessary to successfully complete the SOW. We implement the needed end user changes while maintaining safety and quality. City of ftliami To Whom It May Concern Subject: Reference Letter Daniel J. Alfonso City Manager The Following Section to be Completed by the Bidder. Name of Bidder: E.L.C.I. Construction Group, Inc. The above referenced Bidder is responding to a Bid that has been issued by the City of Miami. The City requires that the Bidder provide written references with their Bid submission. By providing you with this document, the Bidder is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: Dorsey Memorial Library Restoration The Following Section to be Completed by the Project Owner. Scope of Referenced Work: Did the Scope involve the construction, installation, repair andlor replacement of a historical commercial or institutional building of at least 5,000 sguare feet? ❑ Yes ❑ No Value of Project: $ Date Completed: Percentage of physical construction Work self -performed by Bidder: Was Project completed on time and within budget: ❑ Yes ❑ No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No If yes, please provide details: Comments: Name of Project Owner: Date: Signature of Project Owner's Representative: Title: Telephone: E-mail: Sincerely, Annie Perez, CPPO, Director Department of Procurement 97 DORSEY MEMORIAL LIBRARY RESTORATION - D2 lTB No.: 16-17-038 B-30531 SUPPLEMENT TO BID FORM: Not Applicable OFFICE LOCATION AFFIDAVIT (Page 1 of 3) Please type or print clearly. This Affidavit trust be completed in full, signed and notarized ONLY IF YOU MAINTAIN AN OFFICE WITHIN THE CORPORATE LIMITS OF THE CITY OF MIAMI AS DEFINED BY CITY CODE SECTION 18-73. Legal Name of Firm: Entity Type: (Check One) ❑ Partnership ❑ Sole Proprietorship ❑ Corporation Corporation Document No: Date Established Occupational License No: Date of Issuance PRESENT Street Address: Office Location (Establishment of the Bidder) 9 Years City: State: How long at this location: PREVIOUS Street Address: City: State: How long at this location: According to Section 18-73 of the City of Miami Code, as amended: City of Miami "Local Office" means a business within the City which meets ail of the following criteria: 1) Has had a staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the City for a minimum of twelve (12) months immediately preceding to the date Bids were received for the purchase or Contract at issue; for purposes of this section, "staffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal or owner of the local business; a post office box shall not be sufficient to constitute a local office within the City; and 2) if the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months been in effect for no less than the twelve (12) months immediately preceding the date Bids were received, and be available for review and approval by the Chief Procurement Officer or its designee; for recently executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date Bids were received, a prior fully executed lease within the corporate limits of the City that documents in writing continuous business residence within the corporate limits of the City for a term of no less than twelve (12) months immediately preceding the date Bids were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval by the Chief Procurement Officer or its designee; further requiring that historical, cleared rent checks or other rent payment documentation in writing that 98 DORSEY MEMORIAL LIBRARY RESTORATION - D2 ITB No.: 16-17-038 B-30531 SUPPLEMENT TO BID FORM: OFFICE LOCATION AFFIDAVIT (Page 2 of 3) documents local office tenancy shall be available for review and approval by the Chief Procurement Officer or its designee. and 3) Has had for a minimum of twelve (12) months immediately preceding the date Bids were received for the purchase or Contract at issue, a current Business Tax Receipt issued by both the City and Miami - Dade County, if applicable; and 4) Has had, for a minimum of twelve (12) months immediately preceding the date Bids were received for the purchase or Contract at issue, any license or certificate of competency and certificate of use required by either the City or Miami -Dade County that authorizes the performance of said business operations; and 5) Has certified in writing its compliance with the foregoing at the time of submitting its Bid to be eligible for consideration under this section; provided, however, that the burden of proof to provide all supporting documentation in support of this local office certification is borne by the business applicant submitting a Bid. According to Section 18-85(a) of the City of Miami Code, as amended: "when a responsive, responsible non -local Bidder submits the lowest Bid price, and the Bid submitted by one or more responsive, responsible local Bidders who maintain a local office, as defined in City Code Section 18-73, is within fifteen percent (15%) of the price submitted by the non -local Bidder, then that non -local Bidder and each of the aforementioned responsive, responsible local Bidders shall have the opportunity to submit a best and final Bid equal to or lower than the amount of the low Bid previously submitted by the non -local Bidder. Contract award shall be made to the lowest responsive, responsible Bidder submitting the lowest best and final Bid. In the case of a tie in the best and final Bid between a local Bidder and a non -local Bidder, Contract award shall be made to the local Bidder." The intention of this section is to benefit local bona fide Bidders to promote economic development within the corporate limits of the City of Miami. I (we) certify, under penalty of perjury, that the office location of our firm has not been established with the sole purpose of obtaining the advantage granted bona fide local Bidders by this section. Authorize Signature Authorized Signature Print Name Print Name Title Title Authorized Signature Authorized Signature 99 DORSEY MEMORIAL LIBRARY RESTORATION - D2 1TB No.: 16-17-038 B-30531 SUPPLEMENT TO BID FORM: OFFICE LOCATION AFFIDAVIT (Page 3 of 3) (Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture.) NOTARIZATION STATE OF FLORIDA, COUNTY OF MIAMI-DADE That: personally appeared before me and acknowledged the foregoing instrument as his/her act and deed. That he/she has produced as identification. NOTARY PUBLIC: My Commission Expires: Please submit with Bid Form copies of Occupational License, City of Miami and Miami -Dade County Business Licenses, professional and/or trade License to verify local office preference. The City of Miami also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other documents(s) to verify the location of the firm's office. 100 DORSEY MEMORIAL LIBRARY RESTORATION - D2 ITB No.: 16-17-038 B-30531 CERTIFICATE OF COMPLIANCE CITY CODE SECTIONS 18-87, 18-89 and 18-120 Fortuna M. Bichachi hereby certify that: I, Fortuna M. Bichachi am the (PresidentTecretary or Principal) of E.L.C.I. Construction Group, Inc. (Bidder's Firrn); ii) I have read Sections 18-87, 18-89 and 18-120 of the City of Miami Procurement Code; a. (Bidder) hereby acknowledges that the awarded Contract has anon -site labor component greater than or equal to twenty-five percent (25%), and therefore agrees to assign a minimum of fifteen percent (15%) of the Contract value to firms currently certified by Miami -Dade County as a Community Small Business Enterprise ("CSBE"); OR b. (Bidder) E.L.C.I. Construction Group, Inc hereby is certified by Miami- Dade County as a CSBE firm and will self -perform to meet the minimum fifteen percent (15%) CSBE requirement. An active copy of the Bidder's CSBE certification must be included in the Bid document. iii) (Bidder) E.L.C.I. Construction Group, Inc. hereby agrees to comply with the Local Workforce Participation Requirements stated in Section 18-89 of the City of Miami Procurement Code. iv) (Bidder) E.L.C.I. Construction Group, Inc. hereby agrees to comply with the Responsible Wages and Benefits Requirements stated in Section 18-120 of the City of Miami Procurement Code. OPTIONAL: v) (Bidder) hereby agrees to make assignments pursuant to Item iii), above to certified CSBE firms who maintain a "Local Office", as defined in City Code Section 18-73, STATE OF Florida COUNTY OF Miami -Dade ) Before me, a Notary Public duly commissioned, qualified and acting personally, appeared Fortuna M. Bichachi, President to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Certificate of Compliance with Sections 18-87, 18-89 and 18-120 of the City of Miami Procurement Code on behalf of Bidder named therein in favor of the City. Subscribed and Sworn to before me this 14 day of My commission expires: Bonded by N.ta u+li a o 'd •��S�,j4Y ty4,y� •1 AIONVIEGO A Notary Public • Slits of Florida Commission 1 ea 019129 My Comm. Electric Oct 10, 2020 101 ° ° Bonded Ihraugh Nitia l NOtiry Assn. arge DORSEY MEMORIAL LIBRARY RESTORATION - D2 !TB No.: 16-17-038 B-30531 THIS FORM MUST BE COMPLETED BY BIDDERS FOR PROJECTS WITH CSBE REQUIREMENTS SCHEDULE OF INTENT AFFIDAVIT (SOI) COMMUNITY SMALL BUSINESS ENTERPRISE PROGRAM ("CSBE") This section must be completed by the Bidder/Proposer and the CSBE Subcontractor that will be utilized for scopes of work on the project Name of Bidder: EL41 Colasrturtcriotz Ge��"p riot. Address: Evil, _ Ne- (14 h(-• Project Name: f]ot 4eil M M- 1.4,0eAtm A4si¢anol3 Contract Dollar Amount: I. $7.21aog0 Contact Person: fortat+JR t-t. 131ctirAclf-1 Phone No.: -0i05-S°l r- 7M4 Project Number: i ' 17- 032 15% CSBE Dollar Amount4 / 3ort Name of Prime Bidder Certification No. (if applicable) Certification Expiration Date (if applicable) Type of CSBE Work to be performed by the Bidder (if applicable) Bidder's self performance percentage CA) of Contract Value Total Dollar ($) Amount of Bidder's self performance a.L•t•_• CodSMv1414I4 6/043 thf hi t� rif' G p44'b'Y`i 1.0% 4 j744c0 ID- The undersigned intends to perform the following Work•in connection with the above Contract: Name of Subcontractor Certification No. Certification Expiration Date Type of CSBE Work to be performed by the Subcontractor Subcontractor percentage (%o) of Contract Value Total Dollar ($) Amount of Subcontractor's CSBE requirement ala 1 certify thatrthe representations contained in this form are true and accurate to the best of my knowledge. I affirm that t will enter into sub -contractual agreement(s) with the above listed CSBE Sabcontractor(s) if awa ded this Contract. Copies of the agreement(s) will be immediate y made available to the City of Miami as required. !gm ure fouudis. t3lcIkuter Bidder Print Name • I'rie PQI Title The undersigned has reasonable and uncommitted capacity sufficient to provide the required goods or services, all licenses and permits necessary to provide such goods or services, ability to obtain bonding that is reasonably required to provide such goods consistent with.normal industry practice, and the ability to otherwise meet the Bid specifications, Subcontractor Signature Date Subcontractor Print Name Title 102 DORSEY MEMORIAL LIBRARY RESTORATION - D2 B-30531 1TB No.: 16-17-038 REQUIRED SUBMISSION WITH BIDDER'S BID LOCAL WORKFORCE PARTICIPATION BID QUESTION: List all Contracts Bidder has performed for the City of Miami in the past three (3) years which included Local Workforce Participation requirements. The City will review all Contracts Bidder has performed for the City in the past three (3) years in accordance with Section 18-89 of the City Code, which requires that "the City shall consider the Bidder's adherence to the City's Local Workforce Participation requirements within the past three (3) years in making any future Contract awards. The solicitation documents will include the Contractor's past compliance with these requirements of the City." As such, the Bidder must list and describe all Work performed for the City of Miami in the past three (3) years. Please provide factually detailed responses for each Project, and address each of the important items below. (i) Contract number, name and brief description of Work; (ii) total dollar value of the Contract; (Hi) dates covering the term of the Contract; (iv) percentage of Local Workforce Participation requirements met by Bidder; (v) breakdown of focal workforce used to meet the requirements (number of persons broken down by trade and category); (vi) if Bidder's company was unable to meet the Local Workforce Participation requirements, explain the reasons why, and what efforts, if any, were utilized by Bidder to attempt to meet these requirements; (vii) if the Project was over one million dollars ($1,000,000.00) did Bidder hold a job fair(s), if yes, provide the date and location of the job fair(s), number of attendees; (viii) was a third party hired to verify and certify compliance with the Local Workforce Participation requirements, if yes were all requirements met, what was the third party's name and provide their current contact information; (ix) was the five percent (5%) retainage fee released to Bidder by the City upon Project completion; and (x) if Bidder did not meet the goals, did you seek a waiver of the program requirements from any City officials? Please explain in detail. 103 DORSEY MEMORIAL LIBRARY RESTORATION - D2 ITB No.: 16-17-038 B-30531 STATE OF FLORIC DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 BICHACHI, MOISES 0 E.L.C,1. CONSTRUCTION GROUP, INC. 1075 NORTH SHORE DRIVE. MIAMI BEACH FL 33141 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfloridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! RICK SCOTT, GOVERNOR '�► STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CGC016729 ISSUED: 07/05/2016 CERTIFIED GENERAL CONTRACTOR EICHACHI. MOISES B E_L.C.1. COfNSTRUCTION GROUP, INC. IS CERTIFIED tinier the erwir,sion5 DI Ch 484 FS. Enpr+t on asea A JG 3", 20! 9 L I5Cf; w7r7C-a5 DETACH HERE KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD CGCO16725 The GENERAL CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date- AUG 31, 2018 BICHACHI. MOISES B E.L.C.I. CONSTRUCTION GROUP, INC. 626 NE 124TH STREET NORTH MIAMI FL 33161 ISSUED, 07/05/2016 DISPLAY AS REQUIRED BY LAW SEQ # L160705000f253 City of filiarni To Whom It May Concern Subject: Reference Letter Daniel J. Alfonso City Manager The Following. Section to be Completed by the Bidder, Name of Bidder: E.L. C.I. Construction Group, Inc. The above referenced Bidder is responding to a Bid that has been issued by the City of Miami. The City requires that the Bidder provide written references with their Bid submission. By providing you with this document, the Bidder is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: Hurt Building Repairs & Jessie Trice Community Health Center The Following Section to be Completed by the Project Owner. Scope of Referenced Work: Interior & Extrior Renovations to a Historical Building Did the Scope involve the construction, installation, repair and/or replacement of a historical commercial or institutional building of at least 5,000 square feet? Si Yes El No Value of Project: $ 531,099.00 Date Completed: 02/2016 Percentage of physical construction Work self -performed by Bidder: 30 % Was Project completed on time and within budget: E Yes ❑ No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? 0 Yes fl No If yes, please provide details: Comments: Name of Project Owner: Opa Locka Community Development Corp Date; 77 3/2017 Signature of Project Owner's Representative:(;i, v;ri._ Title: Marcia Grant, Assistant Project tvlanager Telephone: 305-687-3545 Sincerely, Annie Perez, CPPO, Director Department of Procurement E-mail: marcia cilolcdc.org 97 DORSEY MEMORIAL LIBRARY RESTORATION - D2 ITB No,: 16-17-038 8-30531 COof +Itiint To Whom It May Concern Subject: Reference Letter Daniel J. Alfonso City Manager The Following ng Sectionto be Completed by the Bidder.. Name of Bidder: E L.C.I. Construction Group. Inc. The above referenced Bidder is responding to a Bid that has been issued by the City of Miami. The City requires that the Bidder provide written references with their Bid submission. By providing you with this document, the Bidder is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: Hillsboro Lighthouse Repairs The Fogg Section to be Conpiebad by the PrOj t Owner. Scope of Referenced Work: Historical Repairs of a Lighthouse Did the Scope involve the construction, installation, repair and/or replacement of a historical commercial or institutional building of at least 5,000 square feet? 2 Yes ❑ No Value of Project: $ 236,000 Date Completed: 4/2012 Percentage of physical construction Work self -performed by Bidder: 25 Was Project completed on time and within budget: ►i Yes ❑ No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No If yes, please provide details: Comments: The US Coast Guard uses a performance evaluation document that is signed by the contracting officer. Please see attached. Name of Project Owner: Date: Signature of Project Owner's Representative: Title: Telephone: E-mail: Sincerely, Annie Perez, CPPO, Director Department of Procurement 97 DORSEY MEMORIAL LIBRARY RESTORATION - D2 ITS No.: 16-17-038 8-30531 URCE SELECTION INFORMATION - SEE FAR 2.101, 3.104, AND 42.1503 PERFORMANCE EVALUATION 1. CONTRACT NUMBER t4SCG821122MV'A22 HSCG8212CPM4.008 (CONSTRUCTION) 2. CEC NUMBER 1031119617 IMPORTANT: Be sure to complete Part III - Evaluation of Performance Elements on reverse. PART I - GENERAL CONTRACT DATA 3, TYPE OF EVALUATION (Xane) 4. TERMINATED FOR DEFAULT -1INTERIM (List percentage 100 %) 1X FINAL AMENDED 5. CONTRACTOR (Name. Address, and Z113 Code) . L . C . I . CONSTRUCTION GROUP, INC. 6.a. PROCUREMENT METHOD (X one) 626 NE 124TH ST NORTH ?i1TAMI X SEALED BID I. I NEGOTIATED FL 331615523 b.TYPE OF CONTRACT (X ono) USA X FIRM FIXED PRICE J COST REIMBURSEMENT NAICS Code: 238990 OTHER (Specify) 7. DESCRIPTION AND LOCATION OF WORK REPAIRS TO HILLSBORO LIGHTHOUSE, POMPONO BEACH FL 8. TYPE AND PERCENT OF SUBCONTRACTING 9. FISCAL DATA ► a. AMOUNT OF BASIC CONTRACT $236,000 b. TOTAL AMOUNT OF MODIFICATIONS c. LIQUIDATED DAMAGES ASSESSED d. NET AMOUNT PAID CONTRACTOR $236,000 id, SIGNIFICANT DATES a. DATE OF AWARD 11/23/2011 b. ORIGINAL CONTRACT COMPLETION DATE 04/16/2012 c. REVISED CONTRACT COMPLETION DATE d. DATE WORK ACCEPTED 04/02/2012 PART II - PERFORMANCE EVALUATION OF CONTRACTOR 11. OVERALL RATING (X appropriate block) X OUTSTANDING ABOVE AVERAGE SATISFACTORY MARGINAL UNSATISFACTORY (Explain in Item 20 on reverse) 12. EVALUATED BY a. ORGANIZATION (Name and Address (include ZIP Code)) CEU MIAt4i b. TELEPHONE NUMBER (include Area Code) 3052786724 c. NAME AND TITLE ADA HOGGARD CONTRACT SPECIALIST d. SIGNATURE //Electronically Signed// e. DATE C9/18/2013 13. EVALUATION REVIEWED BY a. ORGANIZATION (Name and Address (include ZIP Code)) CEC MIANT b. TELEPHONE NUMBER (Include Area Code) 3052785727 C, NAME AND TITLE ODALYS MCGEE ' CONTRACTING OFFICER d. SIGNATURE //Electronically Signed// e. DATE 06/11/2014 14. AGENCY USE (Distribution, etc.) DD FORM 2626, JUN 94 (EG) EXCEPTION TO SF 1420 APPROVED BY GSAIIRMS 6-94 FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION - SEE FAR 2.101, 3,104, AND 42.1503 PART III - EVALUATION OF PERFORMANCE ELEMENTS N/A = NOT APPLICABLE 0 d OUTSTANDING A = ABOVE AVERAGE S = SATISFACTORY M = MARGINAL U = UNSATISFACTORY 15. QUALITY CONTROL N/A OAS MU 16. EFFECTIVENESS OF MANAGEMENT N/A -0 AS MU a. QUALITY OF WORKMANSHIP' X a. COOPERATION AND RESPONSIVENESS _ X _ b. ADEQUACY OF THE CQC PLAN X b. MANAGEMENT OF RESOURCES/ PERSONNEL X c. IMPLEMENTATION OF THE CQC PLAN X c. COORDINATION AND CONTROL OF SUBCONTRACTOR(S) X d. QUALITY or QC DOCUMENTATION X d. ADEQUACY OF SITE CLEAN-UP X e. STORAGE OF MATERIALS X e. EFFECTIVENESS OF JOB -SITE SUPERVISION X I. ADEQUACY OF MATERIALS X g, ADEQUACY OF SUBMITTALS X I COMPLIANCE WITH LAWS AND REGULATIONS X h. ADEQUACY OF QC TESTING x L. ADEQUACY OF AS-8UILTS X g PROFESSIONAL CONDUCT X j. USE OF SPECIFIED MATERIALS X h. REVIEWIRESOLUTION OF SUBCONTRACTORS ISSUES X k. IDENTIFICATION/CORRECTION OF DEFICIENT WORK IN A TIMELY MANNER X i. IMPLEMENTATION OF SUBCONTRACTING PLAN X 17. TIMELY PERFORMANCE - 18. COMPLIANCE WITH LABOR STANDARDS X a. ADEQUACY OF INITIAL PROGRESS SCHEDULE X a. CORRECTION OF NOTED DEFICIENCIES b. ADHERENCE TO APPROVED SCHEDULE X b. PAYROLLS PROPERLY COMPLETED AND SUBMITTED X c. RESOLUTION OF DELAYS X c. COMPLIANCE WITH LABOR LAWS AND REGULATIONS WITH SPECIFIC ATTENTION TO THE DAVIS-BACON ACT AND EEO REQUIR VENTS X d. SUBMISSION OF REQUIRED DOCUMENTATION X e. COMPLETION OF PUNCHLIST ITEMS X 19, COMPLIANCE WITH SAFETY STANDARDS —A , -'ter:'•" I. SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES X a. ADEQUACY OF SAFETY PLAN X b. IMPLEMENTATION OF SAFETY PLAN X i cg. WARRANTY RESPONSE X E. CORRECTION OF NOTED DEFICIENCIES X 20. REMARKS (Explanation of unsatisfac ory evaluation s required. Olt er comments are optional. Provide facts concern ng specific events or actions to justify the evaluation. These data mull bo in sufficient detail to assist contracting officers in determining the contractor's responsibility. Continue on separate sheet(s), if needed.) Small Business Utilization. Does this contract include a subcontracting plan? No Date of last Individual Subcontracting Report (ISR) / Summary Subcontracting Report (SSR): NIA EVALUATOR REMARKS: ELCI performed flawlessly during the duration of the project. Their attention to detail, responsiveness to any unforeseen issues was remarkable. The project was very simple; repaint a historic lighthouse while maintaining its historic qualities that will not cause the structure to lose its classification. CONTRACTOR REMARKS: I was a pleasure working with USCG Miami. CEU. I look forward to our next project together. CONCURRENCE; I concur with this evaluation. CONTRACTOR NAME: EL''AS A . BICHAt HI TITLE: PROJECT MANAGER PHONE: 3058917990 DATE: 10/09/2013 REVIEWER REMARKS: Very professional firm and great to work with. DD FORM 2626 (BACK), JUNI 94 Cio of 51Licitni To Whom It May Concern Subject: Reference Letter Daniel J. Alfonso City Manager The Following Section to be Completed by the Bidder. Name of Bidder: E.L.C.I. Construction Group, Inc. The above referenced Bidder is responding to a Bid that has been issued by the City of Miami. The City requires that the Bidder provide written references with their Bid submission. By providing you with this document, the Bidder is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: Testa on Lincoln Road Mall, Miami Beach, FI The Foltz Section to be Completed by the Project Scope of Referenced Work: Interior & Extrior Renovations and Build Out to a Historical Building Did the Scope involve the construction, installation, repair and/or replacement of a historical commercial or institutional building of at least 5,000 sguare feet? ® Yes ❑ No Value of Project: $ 500,000.00 Date Completed: 02/2013 Percentage of physical construction Work self -performed by Bidder: 25 Was Project completed on time and within budget ( Yes ❑ No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No If yes, please provide details: Comments: Name of Project Owner: Lincoln 511 LLC Date: 7/13/2017 Signature of Project Owner's Representative: 6u4---"1e Title: Cristina Minelo, Owner's Representative Telephone: 305-494-0944 Sincerely, Annie Perez, CPPO, Director Department of Procurement E-mail: cristina@cba-realty corn 97 DORSEY MEMORIAL LIBRARY RESTORATION - D2 1TB No.: 16-17-038 8-30531 0 FL EIR ID A City of North Miami 776 N E125 Street • North Miami, FL 33161 • 305-893-6511 Business Tax/Certificate of Use Receipt Issued Date: 101112016 Expiration Date: 9/30/2017 Business Tax Receipt #: BT-002145 ELCI CONSTRUCTION GROUP INC 1075 N SHORE DR MIAMI, FL 33141 GENERAL CONTRACTOR (OFFICE ONLY) Business Name !Address: ELCI CONSTRUCTION GROUP INC 626 NE 124 ST NORTH MIAMI, FL 33161.1552 Michael A. Etienne, Esquire, City Clerk NOTICE BUSINESS TAX RECEIPT MUST BE TRANSFERED WHEN BUSINESS IS MOVED OR SOLD. NON -TRANSFERABLE • POST IN A CONSPICUOUS PLACE • NON -TRANSFERABLE 002717 Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NCT A SILL - CC NOT PAY 4616612 USINESS NAME/LOCATION ELCI CONSTRUCTION GROUP INC 626NE 124ST NORTH MIAMI FL 33161 OWNER ELCI CONSTRUCTION GROUP INC Workir(5) I RECEIPT NO. RENEWAL 5098249 EXPIRES SEPTEMBER 30, 2017 Must be displayed at place of business Pursuant to CoLnty Coda Chapter 9A - Art. 9 & 10 SEC. TYRE OF BUSINESS /96 GENERAL BUILDING CONTRACTOR CGC016729 PAYMENT RECEIVE❑ BY TAX COLLECTOR S45.00 08/04/2016 CHECK21-16—I0B616 This Local Bust/tees Tan Receipt only eaefirrns payment ai the Local Business Tax. The Rece=pt is not a License. permit, or a certification of the holdor"s qualifieatipns. to do business. Holder must comply watt any governmental of nongovernmental rnguietury taws and requirements which apply to the business, The RECEIPT R0. above must be displayed on all commercial vehicles - Miami -bade Cede Sea Sa-Z16. For more information, visit ww+y miarnidade.gayftax Oita r Project No. B- 30531 CITY OF MIAMI CAPITAL IMPROVEMENTS PROGRAM SUBCONTRACTOR UTILIZATION FORM Project Title: Dorsey Memorial Libra Restoration - D2 Sheet No. 1 of 1 This Form should be submitted with a bidder's bid form submittal. Failure to submit this Form with the bid may result in the bid being rejected as non -responsive. The City in its reasonable discretion may allow, in the interest of the competition, the Bidder to submit the Form after bids are due (as supplemental information). Provide the following information for each subcontractor regardless of tier.* Attach additional sheets if necessary. Name of Business Portion of Work Dollar Amount Percent Address/City/State/Zip License Information** Miami-DadeCertification* CBE CSBE N/A Type Number Accura Electrical Contractors Electric 112,000.00 12.8 6187 NW 167 Street, II. l i Miami Lakes FL 33015 Electrical ECI3002953 n l0 Q Miami Mechanical Contractors Mechanical 33,000,00 3.8 5005 Collins Avenue, El i f n Miami FL 33140 Mechanical 12M000023 ® l J # Royal Plumbing Plumbing 39,780.00 4.5 3525 NW 79 Street / 1 i Miami FL 33147 Plumbing FC1426991 LI l ✓ 1 M Southern Coating Roofing 16,935.00 1.9 2241 NW 22 Street, M 1 1 1 i Pompano Bach FL 33069 Roofing CC043994 Q ® l a I Luis & Luigi Shell 75,710,00 8,6 8785 SW 165 Avenue, 1 f l I Ell Miami FL 33193 General Contractor GC1524962 I 1 n I y Mahogany Doors & Windows Doors & Windows 89,095.00 10.2 6801 NW 77 Avenue, M [D M Miami FL 33166 1 1 I ✓ J 0 * Must be certified by Miami -Dade County. All tiers must be shown, including multiple sub -tiers, if permitted by the Contract Documents. **List only those relevant to this Project. *'Check N/A if the listed SU does not have a CBE/CSBE certification (e.g., independent third party verifier) Form SU