Loading...
HomeMy WebLinkAboutBid ResponseENGINEERING AND DEVELOPMENT,CORP, INVITATION TO BID NO. ("1TB"): 17-18-022 DOWNTOWN MIAMI SIONAGE AND WAYFINDING SYSTEM OFFICE OF CAPITAL IMPROVEMENTS ("OCI") PROJECT NO.: B-30941 Advertisement Da & : April 25, 2018 Bid Due Date: May 28, 2018 Bid Due Time: 2:00 P.M. (Local Time) Mayor Francis Suarez Commissioner Wifredo "Willy" Gort, District 1 Commissioner Ken Russell, District 2 Commissioner Joe Carollo, District 3 Commissioner Manolo Reyes, District 4 Commissioner Keon Hardemon, District 5 City Manager Emilio T. Gonzalez, Ph.D. Issued By: Anthony Rolle City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor Miami, FL 33130 BID FORM (Page 1 of 9) SECTION 4 BID FORM Submitted: Al Y ' 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 specified the Work covered by the Contract Documents for the Project(s) entitled: ITB No: 17-18-022 Titles Downtown Miami Signage arid Wayfinding System 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, or fails to furnish the required Performance Bond and Payment Bond or fails to furnish the required Certificate(s) of Insurance within fifteen (15) calendar days after being notified of the award of the Contract. In the event of arithmetical errors, the Bidder agrees that these errors are errors which may be corrected by the City. 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. R3 Downtown Miami Signage and Wayfinding ITB No.: 17-18-022 System - Project No.: B-30941 BID FORM (Page 2 of 9) 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 & profit required in accordance with the bid specifications. Bidder's Bid Amount Includes the total cost for the Work specified in this solicitation, consisting of furnishing all materials, labor, equipment, permits, supervision, mobilization, overhead & profit required in accordance with the Bid Specifications. Scope of Work: The Work consists of furnishing all materials, labor, and equipment necessary for installation of new vehicular, pedestrian and parking wayfinding signage, and improvements to the public right-of-way, such as the removal of repetitive and aging signs, and the installation of district gateway and destination signs. TOTAL BID CONSTRUCTION COST: $ 1 $ y1p /t1 I1(11 Five y' 4 1-0 P/ rit 14 Written Total Bid Construction Cost a r 0 0V cfzio 84 ij Me /74,4 dke Downtown Miami Signage and Wayfinding (TB No.: 17-18-022 System - Project No.: B-30941 01700017REVISED RIB FORM 00C11 :IIIXJW NTOWN MIAMI SIG0AG0 ANJD WAYFINDING SYSTEM PROJEC 1. NO.: 0130041 00000000002018 01013FR5 INFORMATIGn0 COMPANY FLORIDA ENGINEERING ANC DEVELOPMENT, CORP. A00RESS, 1207E NW 98 AVENUE, HIALEAH GARnENS,01.,33018 CONTACT Jeea Vega PHONE: (1110 (P721 EMAIL: <. - ITp-17-1B-422 BASE BI>a Downtown Miami Sipnage'-end'U4aytiridrng System Protect 1wl,141044: . nlrOl i'1 ll bc r ,n 1.laterldla), fi.. my Sign. 110,114'., .e l 5: n MALI-plus.... Sx1I 1 A CI,IEWAYS, VEHICUI.ARR, AND PEDESTRIAN DIRECTIONAL Val tialcser& lG0 6y3 __ 9 "-..1V tasslar 04 rlu t...._ 10 1 nr5c1 T � 1 I DI I;a ul eh Sldr: ... .' - {Von ler ll,fa[Lnn4 0 1.14,1114.010r Oil,s1441.0 rl4r {k,:4Ur ,11 V)IR.2 "---IV€1 hl la n r.Vfvn I el C VJHT:LtI 13 ._ petpetax Ws r U Chs LIP1S,tio V3(14211,1 la V n I n i< I v01R 1 r. .., ._. tt..N 3k 1 0 o,I, 1 1 .._ .._ _...... ,Vphkallr Oxxx,sel,11 .VA D(101(4.101: lit Slda 10 IVehkular Sia0cSonn .1 All 51.1e L ...,....- Il n' U:9rl�e ! aovl. .�,�.............. 21 V r D 1 is CssvI VDIRa 22 . , ,_, ._ 11 R 13 0rN 10 f Copy) , VDINA 23. k IVehicalarDaexisnal16'Cox, VIiRe ._._. -,.1 ...__ 25 1 i IV h 1 On[Gas 0.00(..7.,, Fdmm. :beh c l0 0 re,Gawl jE' Ceo(o),. 'r , r 1 u0reelco lEaTe jnwx pvh resx.1°p41 . _... ?a 0 0lrac•brlal lar$la ne"„ Fe,e re Ired €p ..._'-P n1:W 15 4.IInFP, ,xaa....,PCR.t ` 00,0 Oicachunal5 II Frewpuv HleJt_„ ___I'UUIl0t2t..Paccralrizn DireclinsnlS II lno^P0'eltua6}- lP 000,1sa U ref I Y 19 I led b -1 Ji P0IR 11 O 'cu 1 11 i, ; 10U, xn141 PUB 4 j1'1'L1rep 11'1"➢eep (1'1"Deep _11'1^1>exp;{1.1"Deep x 4'Sp-1 'x4'6"5q I'x5'1"SRj� 59 )^ x 70" 54) 7pr0T-i0,2 C151 11113 VJIH 1 �..«,_,..... l-11131.11 PARKING DIRECTIONAL .. _._... .. ... ._.. ..., 36... I ,F'a4r rg_T II tn4 e w galeeg0/r001•. sc 1 •P (aT 161u ( •lol1a 1600..1y5q PARR 1A PA -AK IA 37 H k yT Ill { 306 9 tl1_ PARK lA x PAfiir4 2 'I 13 30 (d D•PIC.a0,11IFvfd inaton ) FA11F.2 T . 1 � � • (2• Deep : (2' Deep x ' I2' !Soap x 1.10" 501 4' Sq.) e'6" 60 ) I2' Deep x `. I2' Dxep 010" 5q.3 5' Sg.) . ."...._......._ .- .-.i. -..... .,.......}_ F r 0D IIL 0400040 A eI 1_ rkRL t€4t,lkc is 0d 1 qll 4',Parkin() .P kar10 Idurtllf (Ir,a t dl ......." ,KIOSKS 11N1IIRPRETIVE (DESTINATION __.._. nom 4S ....:-_ .,... Ih,., k(,...._I _.i_.._ _._. ___` KIOSK 1 C K RS 71 II 13{a'tl (1 aP ,0 u I _A dual . __ ._ Fies I 1 _} ..._._ II. S :. I 1 15 ..... $ w Ttoo -5 -�5 61,iU,:U 1 ..,,1]II :IL 1 5 ... .... 6,I .'.:0 CO SUBTOTAL wranummummomamainimairmem tr (2'Clapp x IS'6" Deep IS'S"Dean (1.4" Deele Sign Ty. Sgt x3' 0la.) x3` OEw,I : x30 1 IFurnlsh A lnxre10 q P: 4.A 4 ''S '0 [:A I S A l 4 ▪ V a J4.1 4J 'irl .u0 1JP12 P 83 317.5(1 1P,E67%T 3,105.00 2 40100 12 T00Sr} 243 50 44 05.00 2 0J2 66E400 25 461.00 014 yff TOTAL BASE BID 1,534,441 50 0000001 011000OREVISED BID FORM FEE DICATEDALLOWANCE 51 _ =: H4F aos8.8 PON BIDDER'S ASITHORIZES REPRESENJAVR .f f' SIGNATLIpP, NAME: Jose VAIN. TIRE,'. Plesidel11 iTODUXFJOW NTOW N MIAM1 SIGNALS AND WAYFINDING SYSTEM PROJECT NO.:1130941 11,500 LS I 1 $ 11 5011110 OYF.:, ®LASE BID + DEDICATED ALLOWANCE 1,545,940.50 000000116/201R BID FORM (Page 3 of 9) The spreadsheet with Unit Prices is required to be submitted within the Bid Submittal Forms. Bidders must download the version of MS Excel Bid Form that is available for download at: http:/lwww.miamigov.com/IMiarniCapital!New55idsandProposals.html Bidder's Failure to submit the spreadsheet with Unit Prices may result in the Bid being deemed non -responsive. Bidder's spreadsheet shall round all Bid prices to the second decimal. ITB 17-18.022 - Downtown Miami Signage and Wayfind ng System — FOOT LAP Project Unit Cost Cost Line No. Pay Item No. Pay Item Description Unit Quantity 1 1 2 2 3 3 4 4 5 5 6 7 8 8 9 9 10 10 TOTAL 85 Downtown Miami Signage and Wayfinding ITB No.: 17-18-022 System - Project No.: B-30941 BIC) FORM (Page 4 of 9) DIRECTIONS: COMPLETE PART I OR PART II, AS APPLICABLE, AS WELL AS PARTS III AND IV Part is Listed below are the dates of issue fooreact Addendum received in connection with this bid: Addendum No. 1, Dated 2 Addendum No, 2, Dated Addendum No. 3, Dated Addendum No. 4, Dated Part II: No addenda was received in connection with this bid. Part III Certifications The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the following, and shall comply with all the stated requirements. 1. Non -Collusion The undersigned Bidder certifies that the only persons interested in this bid are named herein; that no other person has any interest in this bid or in the Contract to which this bid pertains; that this bid is made without connection or arrangement with any other person, Bidder certifies that the selected independent third -party verifier will verify and certify compliance data and reports honestly and accurately. 2. Drug Free Workplace The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the Bidders 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). s6 Downtown Miami Signage and Wayfinding ITB No.: 17-98-022 System - Project No.: B-30941 Tag- of 4lFliami ADDENDUM NO. 9 May 10, 2018 INVITATION TO BID NO. 17-18-022 TOWN MAN • AGE A 1D WAYFINDING SYSTEM TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Invitation to Bid, and shall become an integral part of the Bids submitted, and the Contract to be executed for Downtown Miami Signage and Wayfinding System —Invitation To Bid ("ITB") No.: 17-18-022 (the "Project"). Please note the contents herein, and affix same to the documents you have an hand. MI attachments (if any) are available on the Office of Capital Improvements' ("OCI") website, and are part of this Addendum. A. The deadline for receipt of Bids for this Project has been changed to Tuesday, May 29, 2018 by 3:00 PAil Coca' time). B. Requests for information received and the corresponding responses: Q'I. We have the Specialty Electrical Contractor's license for Florida which is required for the signage work. Just wanted to confirm that this License is what's required in order to bid on this project. Al. Please refer to the Notice To Contractors which specifies the licenses required to bid on this Project. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE PROFESSIONAL SERVICES AGREEMENT AND SHALL BE MADE A PART THEREOF. Downtown Miami Signage and Wayfinding System - Project No.: B-30941 Annie Perez, CPPO, Director City of Miami Departm6nt of Procurement ITB No.: 17-18-022 I of 4Iiam i ADDENDUM NO. 2 May 24, 2018 INVITATION TO BID NO. 17-18-022 DOWNTOWN MIAMI SIGNAGE AND WAYFINDING SYSTEM TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Invitation to Bid, and shall become an integral part of the Bids submitted, and the Contract to be executed for Downtown Miami Signage and Wayfinding System -- Invitation To Bid ("ITB") No.: 17-18-022 (the "Project"). Please note the contents herein, and affix same to the documents you have on hand. All attachments (if any) are available on the Office of Capital improvements' ("OCI") website, and are part of this Addendum. A. The deadline for receipt of Bids for this Project has been changed to Wednesday, June 6,. 2018 by 1:00 PM (local time). B. Requests for information received and the corresponding responses: Q1. The time allow to complete the above is not attainable. There must be a time allowed to secure & fabricate the signs. Al. After a responsive and responsible contractor is selected, the City will discuss the potential impact to the project timeline because of the fabrication of the signs. The original 120-calendar clay timeline for substantial completion may be extended, as applicable. Q2. There is no time allowed for potential conflicts with Utilities. A2. After a responsive and responsible contractor is selected, the City will discuss the potential impact to the project timeline because of conflicts with Utilities. The original 120-calendar day timeline for substantial completion may be extended, as applicable. Q3. The requirement that the Prime must be a State General Contractor , When they are not Generally involved in this type of work , But a firm like ours that is Pre -Qualified with the FOOT for this type of specific work and is Bonded would not be able to submit a bid. A3. Unfortunately, this requirement cannot be changed, The City's Public Works Department has advised that the required permits must be pulled by a General Downtown Miami Signage and vVayfinding System - Project No.: B-30941 ITB No 17-18-022 Contractor, regardless of what their share of the actual work really is. In addition, FDOT has determined that a General Contractor license is required in addition to the FDOT pre -qualification. Therefore, sign manufacturers who are pre -qualified by FDOT must either have a State of Florida General Contractor license, or team up as a sub -contractor with a Prime Contractor licensed as a General Contractor in the State of Florida. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE PROFESSIONAL SERVICES AGREEMENT AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director City of Miami Department of Procurement Downtown Miami Signage and Wayfinding ITS No.: 17-18-022 System • Project No . B-30941 BID FORM (Page 5 of 9) (4) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); (5) Notifying all employees, in writing, of the statement required by subparagraph (1). that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement and, (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; (6) 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; (7) 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: (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; and; (8) Making a good faith effort to maintain a drug -free workplace program through implementation of subparagraphs(1) through (7). 5. Lobbying The undersigned Bidder certifies to the best of their 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 375-030-34, "Disclosure of Lobbying Activities," 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. 87 Downtown Miami Signage and Wayfinding FIB No,: 17-18-022 System - Project No.: B-30941 BID FORM (Page 6 of 9) 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 $10,000 and not more than $100,000 for each such failure; and Note: in these instances, "All" in the Final Rule is expected to be clarified to show that it applies to covered contract/grant transactions over $100,000 (per OMB). 6. Debarment, Suspension and Other Responsibility Matters The undersigned Bidder certifies to the best of its knowledge and belief, that it and its principals: (a) (c) 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; 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 6.b of this certification; and, (d) Have not, within a three-year period preceding this Bid, had one or more public transactions (Federal. State, or local) terminated for cause or default. Where the Bidder is unable to certify to any of the statements in this certification, such Bidder shall submit a written explanation to the City of Miami, Part IV; Certification — Trench Safety Act The undersigned Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of 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. 88 Downtown Miami Signage and Wayfinding ITB No.: 17-18-022 System - Project No.: B-30941 BID FORM (Page 7 of 9) The Bidder further identifies the costs and methods summarized below: Quantity Unit Description Unit Price Price Extended Method Total $ Attached is a Bid Bond [V), Cash [ ], Money Order [ ], Unconditional/Irrevocable Letter of Credit j ], Treasurers Check [ ], Bank aft [ ], cashier's C eck [ ]. Bid Bond Voucher [] or Certified Check [ ] No. Bank of 8311i GI d 7,0 U el- for the sum of Dollars ($ ). The Bidder acknowledges this Bid and certifies to the above stated in Part III and IV, by signing and completing the spaces provided below. Firm's Name: Oki XI eV?,/Wit/ t F/ .O1' i'�- A+i , CC Signature: Printed Name itle: i 6 = Pei - /PEpicifer City/State/Zip: i)J 4r4 if, l i 33 a /8 Telephone No.: 1ai' 120 • 4 Facsimile No.: ,iffr q3 yl E-Mail Address: &Y A-dd eetivty• Social Security No. or Feder4„,���a�� Dun and I.D.No.: 0 3 Bradstreet No.: (if applicable) If a partnership, names and addresses of partners: 89 Downtown Miami Signage and Wayfinding ITB No: 17-18-022 System - Project No.: B-30941 BID FORM (Page 8 of 9) CERTIFICATE OF AUTHORITY (IF CORPORATION) HEREBY Ef�?-fIFY that t a meeting of the Board of Directors of Yi it 'ep - , a co moral ion organized and existing under the laws of the State of , held rpn_the` +�la of cx, - �; a r olution was duly passed and adopted uthorizing (Name) S-.,5�,... , as (Title) Kot 5 . ti-t-- of the corporation to execute bids on beha'f 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. I further certify that said resolution remains in full force .rid effect. IN WITNES Secretary: Print EOF, I have hereunto set my hand this4day of ka•'� CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of held on the __day of , a resolution was duly passed and adopted authorizing (Name) as (Title) 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. Partner: Print: IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this Bid is authorized to sign Bid documents on behalf of the joint venture. If there is no joint venture agreement each member of the joint venture must sign the Bid and submit the appropriate Certificate of Authority (corporate, partnership, or individual). CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) individually and doing business as (d/b/a) (as 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: yU Downtown Miami Signage and Wayfinding ITB No.: 17-18-022 System - Project No.: B-30941 BID FORM (Page 9 of 9) NOTARIZATION STATE OF -`Mt ) �� )SS: COUNTY OF��\ I MAC_ t ) The foregoing instrument was acknowledged before me this Z day of 'Pi ti , who is personally known to me or who has produced as identification and who (did / did not) take an oath. by j t$1.- \/z SIGNATUi9f NOTARY PUBLIC STATE OF L RIDA L op.Y qv, EVELYN ALDAN Commission # GG 165528 Expm5 Mart 10, 2822 PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC 91 Downtown Miami Signage and Wayfinding ITB No.: 17-18-022 System - Project No.: B-30941 20r, Section 5 - Attachments BID BOND FORM (Page 1 of 3) State of Fior'ida County of Miami -Dade City of tuiiami Florida Engineering and Development Corp. KNOWN ALL PERSONS BY THESE PRESENTS; that as Principal, Berkley Insurance Company as Surety, are held and firmly bound unto the City of in the penal sum of 5% of Amount aid Five Percent of Amount Bid Dollars ($ ) lawful money of the•Unite.d States, for the payment of which sure weti 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 May 29ih_, '20 18 , for: D'ownts><wn Miami Signeise anti b yfindinw; rs m — t8-3O941 NOV'f THEREFORE:. (a) If the Principal shall not withdraw said raid within cne hundred twenty (180) days after date of opening the same, and shall within ten (10) days after the prescribed forms are presented to !'cirri 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 properfulfillment lrnent of such contract; or, 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 pracure the required Work and supplies, if the latter amount be in excess of the former, Then the above obligation sha!l be void and of no effect, otherwise to remain in full force arid virtue. (b) Downtown Miami Signage and Wayfiinding iTB No.: 17-18-022 System - Project No.: B-30941 BID BOND FORM (Page 2 of 3) IN WITNESS WHEREOF, the above bound parties have executed this instrument under their several seats, this 29111._day -of May , 20 18 the name and corporate sea! of each party being hereto affixed and these presents ijuly 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 Corporation. Sec:rotary only will 'antian affix al ) it. As Per Attached Power of Attorney Surety Secretary 93 PRINCIPAL! Florida Engineering and Development Corp. Affix Seel re of Aut.° prized Officer) _s13 irCE: J6s1Wili)itiNir (Title) 12076 N W. 98th Avenue (Business Address) Hialeah Gardens, FL 33018 City State Surety: ._.....15eikreTy-Insurance Company (CorpOrate Surety) Zip Affix Seal (Signature of Authorized Officer) Warren Ni.Alter, Attorney (Title) 475 Steamboat Road (Business Address) Greenwich, CT 06830 City State Zip Downtown Miami Signage and Wayfinding ITB No.: 1743-022 System - Project No.: B-30941 BID BOND FORM (Page 3 of 3) CERTiFICATEA TO COR ORATE FRINCIFAL ' ea. f( eS . certify t.vaTl am the Secretary of fEe Corpora'ion name as Principal in the withsn bond; that J J V i4 r�.*t .� , ,f said corporation, ' Gt € k low their signature. and the signature hereto is genuine; and that said bond was d ned, sealed and attested for and in behalf cf said corporation by authority of its govern STATE OF FLORIDA COUNTY OF MIAMI-DACE ) City OF MIAMI ) Before me, a N appeared Warren M. Alter sworn upon oath, s Berkley Insurance Cornoany Them therein in favor of the City of SS otary Public ays that and to execute the fvMiami. Florida. (Corporate Seal) duly commissioned, and qualified. personally to me well known, who being by me first duly he/she is the attorney -in -fact, for the that he/she has been authorized by foregoing bond en behalf of the Contractor named Subscribed and sworn to before me this 2gth day of INSTRUCTIONS- Bid Bonds must be accompanied by, a Power of Attorney, in compliance with instructions to Bidders Notary Pubisc State of Florida Karol Kelly My Comrnia4i00 FF 154600 Expires 0B1301201 a c. May 20 18 Karol Kelp =lorida at Large Commission Expires: ptember 30th 2018 Downtown Miarni Signage and Wayfinding €TB No.: 17-18-022 System - Project €No.! B-30941 No. BI-7959a POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE 7.7 NOTICE; The warning found elsewhere in this Power of Attorney affects the validity thereof Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: Warren M. Alter; David T. Satine; Dawn Auspitz; or Jonathan Bursevick of Alter Surety Group, Inc. of Miami Lakes, FL its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00400 U.S. Dollars (U.S.S50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following esolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010: RESOLVED, that, with respect to the Surety business written. by Berkley Surety, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company,, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in -fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney -in -fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizanees, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Com ny has eaus d these presents tobe signed and attested by its appropriate officers and its corporate sell hereunto affixed this/ _ day of !(�i, i ate , i/ , Attest: (Seal) I3y Ira 'Ledo an Executive Vice President & Secretary Berkley Insurance Compan By fter .esident W..RN.ING: TEHS POWER INVALID IF NOT PRINTED ON BLUE `'BERK.LEY'1 SECURITY PAPER. STATE OF CONNECTICUT ) ) ss: COUNTY OF FAIRFIELD ) Sworn to before rite, a Notary Public in the State of Connecticut, thisr'7 day of NL'G`' ,.by Ira S. Lederman and Jeffrey M. Haller who are swami to me to be the Executive Vice Pre del t and Secretary, respectively, of Berkley Insurance CompartgtAl1IR C. RUNDBAKEN NOTARY PUBLIC MY COMMISSION EXPIFIES APRIL 30, 2019 CERTIFICATE the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney•in-Fact set north therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this dzte. -liven under my hand and seal of the Company, this 29thday of May 2018 (Seal) tk the Senior Viee. President, otary Publie, State of Connecticut Vincent '. Forte 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? f5 a. Professional Licenses/Certifications (include name and number)* issuance Date c- boordtit t + fjfPetvki kJ 4(7 e- Op 0376 b0T oi( ("include active certifications of small or disadvantage business & name of certifying entity) b. Date Bidder was licensed by State of Florida, Dept. Of Professional Regulation: gAlAJ) 9b0 y�i6%19 c. Qualified Business License: "Yes❑ No If Yes, Date Issued: d. Identify Bidder's primary business?/ efer ad Z/i1 PAS 4?GC + (This answer should be specific. For example, pavin drainage, schools, interior renovations, etc.) e. Name of Bidder's Qualifier, license number, F nd relationship to company: a 5 lb f. Names of previous Bidder Qualifiers during the past five (5) years including, license numbers, relationship to Bidder and years serving as qualifier. 2. Name and Licenses of any prior Bidder companies. Name of Company License No. Issuance Date 3. Type o ornpany: orporation ❑"S" CorporationELLCESole ProprietorshipfOther: (Corporations will be required to provide a copy of their corporate resolution prior to executing a contract) 95 Downtown Miami Signage and Wayfinding ITB No.: 17-18-022 System - Project No.: B-30941 KICK 11, i.iUV�KNUF{ KEN LAWSON. SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD The GENERAL CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 489 FS Expiration date: AUG 31, 2018 VEGA, JOSE ANTONIO FLORIDA ENGINEERING AND DEVELOPMENT CORP 7950 SW 78TH ST MIAMI FL 33143 ISSUED: 08/11/20 6 DISPLAY AS REQUIRED BY LAW SEQ # L1608110002644 A'r'•rctiriN FLORIDATATE OF f' ' \ DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION tL j, CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 �a.� %r 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 VEGA, JOSE ANTONIO FLORIDA ENGINEERING AND DEVELOPMENT CORP 1207E NW 98TH AVENUE HIALEAH GARDENS FL 33018 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.rnyfloridalicense.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! STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CGC045310 ISSUED: 08/1 1/2016 CERTIFIED GENERALCONTRAGTOR VEGA, JOSEANTONIO FLORIDA ENGINEERING AND DEVELOPMEN IS CERTIFIED under the provisions of Ch-488 FS. Expiration dale - AUG 31, 2018 r160 •1=2544 RICK SCOTT GOVERNOR FDDT • Florida Department of Transportation 605 Suwannee Street Tal(ahassee, FL 32399-0450 April 26, 2018 FLORIDA ENGINEERING & DEVELOPMENT CORP 12076 NW 98TH AVE HIALEAH. GARDENS, FLORIDA 3301.8 RE: CERTIFICATE OF QUALIFICATION Dear Sir/Madam: tvl IKE DEW SECRETARY The Department of Transportation has qualified your coMpanv for the type of work indicated below. Unless your company is notified otherwise, this Certificate of Qualification will expire 6/30/2019. However, the new application is due 4/30/2019. In accordance with 5,337.14 (1) F.S. your next application must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If your company's maximum capacity has been revised, you can access it by logging into the Contractor Progualification Application System via the following link; HTTPS://fdotwpil.dot.state.fl.us/ContractorPregualification/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT APPROVED WORK CLASSES.: DRAINAGE, FENCING, GRADING, GRASSING, SEEDING AND SODDING, ROADWAY SIGNING, SIDEWALK, Water Main you may apply for a Revised Certificate of Qualification at any time prior to the expiration. date of this certificate according to Section 14-22.0041(3), Florida Administrative Code (F.A.C.), by accessing your most recently approved application as shown abo7e and choosing "Update" instead of "View," If certification in additional classes Of work is desired, documentation is needed to show that your company has done such work with your own forces and equ2,pment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. All prequalified contractors are required. by Section. 14-22.006(3), F.A.C., to certify their,work underway monthly in order to adjust maximum bidding capacity to avaiIable bidding capacity. You can find the limk to this report at the website shown above, AA: cj Sincerely, Alan Autry, M. ager Contracts A inistration Office www.fdot.gov • QUALIFYING TRADE(S) 0001 GENERAL ENGINEERING ifiief rit ?/ re;ary of the retains wseeped erein a CL 0 §_ 1 % 0 9 R R!)R E IG INEER;NG $LIEVELOPPiENT 4, Company Ownership a. Identify all owners of the company Name Title % of ownership b. Is any owner identified above an owner of another company? r Yes n No If yes, identify the name of the owner, other company names, and % ownership for each a c. Identify all individuals authorized to sign for the Bidder's company, indicating the level of their authority (cheek applicable boxes and for other provide specific levels of authority) Name Title Signatory Authority 0111- MeV ems; All Cost No -Cost Other ❑ ❑ 0 El ❑ LI ❑ Explaination for Other: ` 7p i Roma Is (Note: "All" refers to any type of d cument 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: )20 Number of Managerial/Admin. Employees:. Number of Trades Personnel and total number per classification: (Apprentices must be lis separately for each classification) fliC/Wf a "1 ' '1°1 — ti-5 jr ki4 / /1424( /41.?---4 /--- How many employees are working under H28 visas? 96 Downtown Miami Signage and Wayfinding ITB No.: 17-18-022 System - Project No.: B-30941 6. Has any Owner or employee of the Bidder ever been convicted of a federal offense or moral turpitude? If yes, please explain: Insurance & Bond Information a. Insurance Carrier name and address ? t fir710 ( -A 90, 'axtr c.tf, 33a1 b. Insurance Contact Name, telephone. and e-mail: '1C7611s4- f /tir41 o f a- f "o3 -• ?,3 ) VV%ri1 k7 r. - 7/c .tb rw c. Insurance Experience Modification Rating (EMR): (if no EMR rating please explain Why) d. Number of insurance claims paid out by Bidder in Past 5 years and value of each: e. Bond Carrier name and address: rlijir? jti 6;1 t , rq7i ItiiNJ is/ fri- iiim44 P, 340 f. Bond Carrier Contact Name, telephone, and e-mail: 34 Wn 1,1 .7/j. f- 383 4./Jd iriot , g. Number of Bond Claims paid out by Bidder in Past 5 years and value: 8. Have any claims lawsuits been file against Bidder in the past 5 years? If yes, identify all where 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. To the best of Bidder's knowledge, is Bidder or any officers of Bidder currently under investigation by any law enforcement agency or public entity? If yes, provide details: 10. Has Bidder been assessed liquidated damages or defaulted on a project in the past five (5) years? ❑ Yes C -o-(If yes, provide an attachment that provides an explanation of the project and an explanation). 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.to 97 Downtown Miami Signage and Wayfinding ITB No.: 17-18-022 System - Project No,: B-30941 12. Provide an attachment listin E of the equipment, with a value of $5,000 or greater, owned by the Bidder, 4 B. Project Management and Subcontract Details 1. Project Manager for this Project: a. Name: t J`"%C)1-- 0 elJ ,ct - b. Years with Company: $yi{ytri ri4t v -PA:- raj d. Last 3 projects with the company in..iuding jo€ecope of work, and value of project: ;`ct '-- „s , c Licenses/Certifications: 2. Subcontractors: Trade % of Work License No. Certification* (`active certifications of small or disadvantage business and name of certifying entity) How many Subcontractor employees are working under H2B visas? It' file' 3. Scope of physical construction labor to be self -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) 6-11"‹ / 0 'fil P/041- A H67-, 6 .4„,t iv 14 fk - ,_ 7.5o C. Current and Prior Experience: 1. Detail current experience, including Projects currently under construction, recently awarded, or pending award. Provide an attachment to this Questionnaire that fists all such Projects, including the owner's name, title and value of project, scope of work, projected or actual start date, projected c mole .o dat a number of company trades personnel assigned to the Project). 2, Prior Projects of a similar size, scope. Provide an attachment 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 Bidder's responsiveness and responsibility. (This attachment must include the Project that meets the minimum number 98 Downtown Miami Signage and Wayfinding ITB No.: 17-1 B-022 System - Project No.: B-30941 Florida Engineering & Development corp. 12076 NW 98th Ave. Hialeah Gardens F4. 33018 Equipment List Responsible: Christy Date: 10/18/2017 ITEM EXCAVATOR CONSTRUCTION EQUIPMENT Pur.Date Memo 6/15/2013 9/26/2013 2/20/2014 5/9/2014 8/1/2014 8/20/2014 10/23/2014 12/10/2014 12/31/2014 8/16/2016 MINI EXCAVATOR 8/29/2013 5/15/2014 10/28/2014 5/21/2015 8/13/2015 10/22/2015 8/16/2017 BACKHOE 12/11/2007 2/18/2013 8/15/2013 2/14/2014 Excavator Excavator Excavator Excavator Excavator Excavator Excavator Excavator Excavator Excavator Mini Excavator Mini Excavator Mini Excavator Mini Excavator Mini Excavator Mini Excavator Compact Excavator Backhoe Backhoe Backhoe Backhoe Make - Model Year CONSTRUCTION EQUIPMENT John Deere 200D-LC Case CX210// Warranty John Deere 120 John Deere 350 Hitachi 350 John Deere 350 John Deere 120 John Deere 350G-LC Case CX 225 John Deere 200D LC Case CX25 Komatsu PC 50 MR-2 John Deere 85D Bobcat E-50 Bobcat E-35 Bobcat325G E35 25 HP ZTS Bobcat Compact John Deere 310G JD 410G 4x4 Quick Cpl Forks JD 310g 4X4 Extended Hoe JD 31OJ 4x4 Backhoe 2011 2011 2006 2008 2008 2012 2007 2012 2007 2011 2006 2004 2011 2010 2013 2011 2017. Hours 1900 2685 6085 2167 4692 2375 4985 3876 3587 2419 2207 1105 481 0 Serial Number 1FF200DXJBD513517 NBSAH3662 FF120CX035808 FF350DX806296 FFOOASP920211 1FF350GXTCE808707 FF120CX036483 1 FF35OGXJCE808713 DAC251361 1FF200DXTBD512783 DFE0001379 K5148 1FF085DXJA0016339 AG3N11107 A93K16972 AAC513507 B3Y211169 2004 310GX931245 2004 2987 1-0410GX92XXXX 2004 T0310GX939368 2010 1159 1T0310JXLA0190668 Equipt. No. E15 E17 E18 E19 E21 E22 E23 E25 E26 E30 E16 E20. E24 E27 E28 E29 E31 812 B14 B15 B16 DOZER LOADER ROLLER Grader SKID STEER 5/15/2014 Backhoe 12/11/2007 Dozer 2/21/2014 Dozer 8/16/2016 Dozer 2/27/2017 Dozer 6/22/1999 10/9/2007 8/7/2008 10/24/2013 5/15/2014 10/31/2014 2/16/2015 5/31/0016 1/27/2017 10/9/2007 12/10/2009 10/20/2014 8/13/2013 10/27/2015 2/27/2017 Wheel Loader Wheel Loader Wheel Loader Wheel Loader Wheel Loader Wheel Loader Wheel Loader Whee! Loader Wheel Loader Roller Asphalt Roller Roller Roller Roller Roller 8/7/2008 Grader 10/4/2005 Grader 2/18/2013 Skid Steer 8/15/2013 Skid Steer 2/15/2016 Skid Steer Skid Steer John Deere 410G 4x4 John Deere 650H John Deere 450H John Deere 650J LGP John Deere 650J XLT Crawler Try John Deere 544G John Deere 544H John Deere 544J John Deere 544H John Deere 544H Case 621E John Deere 544 John Deere 644K John Deere 624K Bomag BW 124 Dynapac Bomag BW 211D-50 Bomag BW135AD Ingersoll-Rand DD29 Tandem Rc Bomag BH213DH-40 Chanpion 710A Champion C50A Bobcat T300 High Flow MT Bobcat T250 Mufti Terrain Bobcat S175 Bobcat T650 Compact Track Loa 2006 3409 T04100X955883 B17 2002 2010 2011 2011 4526 3865 2810 907495 1T0450JXAA0184392 1T0650JXCBD203295 1T0650JXAA0192467 1994 544E SN 546647 1999 544H SN 571196 2005 544j 2599483 2003 DW544 HX589008 2001 9711 0W554HX578856 2012 1165 NBF211402 2012 1DW544KZCBD641628 2010 5255 0W644 KZ627162 2015 1DW624KZPFF668268 2000 2004 2014 2005 2007 2011 1996 2000 2007 2006 2010 2017 109A21902212 60212837 901583531157 101650121671 469 194360 1653 901582561140 2847 X025759 200900 2088 53201xxxx 531811529 A3L535925 ALJG22615 D12 D13 D14 D15 L11 L12 L13 L14 L15 L16 L17 L18 L19 R602 R603 R604 R605 R606 R607 G701 G702 5S803 55804 55806 55807 Forklift Trencher 12/10/2009 Forklift 3/11/2011 Trencher PICKUP TRUCKS 10/14/2014 12/10/2008 12/10/2008 2/19/2005 8/16/2011 7/2/2007 10/24/2013 10/24/2013 5/15/2014 11/7/2014 4/2/2015 5/21/2015 5/21/2015 2/16/2016 2/15/2016 5/31/2016 7/26/2017 7/26/2017 DUMP TRUCKS 1.2/10/2009 9/22/2009 9/21/2012 2/18/2013 8/29/2013 6/2/2014 Pick Up Pick up Pick up Pick Up Pick Up Pick Up Pick Up Pick Up Pick Up Pick Up Pick Up Pick Up Pick Up Pick Up Pick Up Pick Up Pick Up Pick Up Pick Up Dump Truck T/ax Dump Truck T/ax Dump Truck T/ax Dump Truck Tfax Dump Truck Tfax Dump Truck T/ax Clark F-150 4x4 Ford F-150 Ford F-150 Ford F-150 Chevy Silverado NISSAN TITAN Ford F-150 XL Ford F-150 XL Extended Cab Ford F-150 XLExt Cab 4x4 FORD F-150 Ford F-150 Ford F-250 XL Crew Cab Ford F-150 XL Extended Cab Ford F250 XL Extended Cap Ford Ranger Extended Cab Ford F150 GMC - Sierra 1500 Chevrolet Silverado 1500 Chevrolet Silverado 1501 Peterbilt Inernational Ford L9000 Sterling A9500 Mack RD6905 Peterbilt GPX711-0029-9330 FL11 2014 1 FTFW1 ET2EF B44008 2005 1FTRF12XXXX55828 2004 1ftrf12w04nc46312 2005 1FTRX12W55FA66557 2007 1GCEC19X57Z102502 2006 1NG8A07A7GN535372 2008 1FTPF12V58KC51785 2007 1FTPX12517K036828 2008 108740 1FTRF14V28KE55823 2014 1FTEW1CM2EFB94673 2006 1FTRF12216NA01843 2008 54883 1FTSW21528EA08175 2007 69193 1FTRF12WX7NA47871 2008 130669 1FTNX20598EA16754 2010 98499 1FTKR1ED1APA45151 2016 1FTEX1C8XGFA20210 2016 1GTR1LEHXGZ208428 2017 1GCNCNEH1HZ233949 2017 1GCNCNEH4HZ234030 1994 1XPFDB9X3RN364566 1994 2HSFLAH N2RC088439 1995 273261 1FDYU90TXSVA71987 1999 453705 2FZXKPYRXXAB03082 1999 1M2P264C6XM027315 1998 484918 1NPAXAOXOW N470665 PU11 PU13 PU14 PU15 PU16 PU18 PU19 PU20 PU21 PU22 PU23 PU24 PU25 PU27 PU28 PU29 PU3Q PU31 PU32 DT102 DT101 DT103 DT104 DT105 0T106 FUEL TRUCK 9/30/2015 International Truck 4400 2009 1HTMKAAN99H049193 FT22 TRAILERS -LOW BOY 4/20/2005 Tag Along Trailer Interstate 1998 11KODT18XWA000104 TL11 2/21/2006 Lowboy Roger 1987 1RBH46309HA520621 TL12 9/21/2012 Fiat Bed Trailer Hiboy 44 x 96 T/A 2003 1UYFS24583A077401 TL13 5/16/2013 Lowboy FontaineTB50NGB 1996 4LF4S4838T2504760 TL14 6/5/2015 Trailer Utility Trailer 2015 4YMUL1012FG028998 TL15 FLAT BED TRUCKS 5/16/2013 Flat Bed M6500 Sterling 2002 2FZAAHAL22A168743 FB21 12/23/2010 International Truck 4700 2001 1HTSCAANX1H286414 '21 FB22 5/25/2016 Flat Bed Truck Peterbilt 2004 455626 2npnhd7x44m817952 FB23 SERVICE TRUCKS Water Truck Sweeper 12/13/2006 Service Truck Ford F-550 (Out of Service) V94786 MT11 5/27/2008 Service Pick up Ford F-450 2002 1FDXF47F02ED40331 MT12 8/15/2013 Service Truck F-550 XL 2007 1FDAF56P17EB26347 MT13 8/14/2014 Ser Ford F550 XL Crew Cab Mechan 2004 1FDAW56P54EC571269 MT] 4 5/25/2016 Service Truck F45OXL 2005 196004 1FDX46P35EB48688 MT15 5/27/2008 Water Truck 10/22/2015 Water Truck International International - 4200 1992 1HSHEA7N5NH426892 WT11 2006 37754 1HTMPAFP96H344575 WT12 sP11 8/15/2013 Case DX4S 4x4 Broorr Case 2004 HBA018128 SP12 12/10/2009 Sweeper Attachment Bobcat Trucks-Tactor 10/27/2010 2001 Freight Liner Trt Low Boy Truck 2001 1FUJAHCG71PF97449 TT11 12/23/2004 International Truck Tractor 1990 2HSFEG2R8LC031324 TF12 Mack Truck Tractor 2000 TT13 Vac Truck 12/6/2016 Vac Truck International 2554 T/A Hydro Vt 1998 1HTGCAAT4WH503516 VT11 OIVMAR A. MEDINA 4138 SAPPHIRE TERRACE Weston FL 33331 Home (954)3840577 Cell (954) 297 1148 Email omarm26@hotmail.com EDUCATION Bachelor of Science in Civil Engineering-- Universidad de la Salle Colombia, 1996 Seminar for updates in sewage system design- Pontificia Universidad Javeriana, 1996 FOOT Course Maintenance of Traffic - Miramar Florida, 2003 Primavera Expedition - Schedule - Miami Florida, 2006 General Engineering License Active. SUMMARY Mr. Medina has over 22 years experience in the fields of Engineering and Project /Construction Management. His career has been focused in the construction sector and municipal design. His background includes Construction Management, inspections, design and construction of pipelines, drainage, pump stations and highways. He has excellent organizational and works well with others. Mr. Medina's project experience and technical expertise includes the following: EXPERIENCE Florida Engineering and Development Corp. March 2008 to Present Vice President managed the following Projects: • Aviation Project City of Opalocka Include: Drainage System, Water Systems, Sewer System, Force Main System, FPL Ducts, AT&T Ducts, Signalization System, concrete sidewalks, Asphalts Roadways, Work inspected by FDOT, DADE County, WASD, DERM. • Building Expansion 3505 Warehouse at city of Doral the work include: Building pad, water main, sewer main, Drainage System, Asphalts, concretes, etc. South Side Elementary site contractors the work include: mass excavation for underground parking lot, Well Drainage, Drainage collection system, ejector pump, water system, sewer system, asphalts, concretes, etc. AM Engineering Contractors January 2007 to March 2008 Vice President managed the following projects: Ferguson High School, Site contractors the work include: Demolition, Building Pad, water system, sewer system, Drainage system, special sidewalks for schools, etc • Leewood Elementary School, Site contractors the work include: Demolition, Building Pad, water system, sewer system, Drainage system, special sidewalks for schools, etc. • Mary Brickell Village Project Include five (5) Lift stations, drainage systems, sewer systems, concretes and asphalt restoration. Petro Hydro Inc,, Miami, FL May 1999 to September2007 Project Manager responsible for profitably .managing all administrative and field construction activities include preparing procedures and/or job progress reports monitoring job cost & work status, preparing projects safety, maintaining a working relationship with publics works, owners, architects, vendors, subcontractors, creating project schedules and change orders management. He exercises considerable independent judgment in the application of the principles and practices of planning, design, construction and administration of a variety of construction projects. As Project Manager, Mr. Medina has been responsible for managing and requisitioning over $800,000 monthly. He has been instrumental with negotiating subcontractor contracts and maintaining relationships with city, county and governmental officials. His responsibilities include the mentoring of several site project engineers and managing several construction crews with a minimum production of $500,000 monthly. He is responsible for scheduling projects from their inception to final close out. Managing work orders and staying on track with schedules and budgets as well as conduct on -site client and team meetings. Mr. Medina's project technical expertise includes the following: • Jardack Construction, Shakiil Investment Center Drainage, Paving, and Water system. • City of Fort Lauderdale, Progresso Project, Sanitary sewer, water mains, drainage system. • Broward County, Broward Gardens, Sanitary Sewer, Lift Station. Improvements, • Town of Medley. Roadway Restorations, Drainage, Sidewalks. • FOOT Push Bottoms. Asphalt, Milling, Drainage, Sidewalks. • FOOT NE 6 AVE. Drainage System and Asphalt Roadway overL5 miles, • FOOT AJA. Asphalt. Roadway over 2.0 miles, special sidewalks and stamp crosswalk city of Miami Beach. • City of Palmetto Bay. Drainage Improvements. • City of Coral Springs. Water mains improvement. • City of South Miami. • Miami Dade County, PTP People Transportation Plan. • City of Miami Road Rehabilitation Project. FEMMA SW 147 Ave and 88 Street. • City of Lauderhill Culvert Replacement Project. DERM Storm water Improvement Project. Project Estimator responsible for completing estimated for construction projects including quantity of materials, pricing, budgeting, value analysis, prepare square foot estimates, detail conceptual estimated, working drawing estimates, proposal/bid or GPM estimates, systems comparisons, historical cost reports, and value engineering alternatives. Dade County, Palm beach County, FOOT projects, Broward County, City of Miami, City of Lauderhill, City of Miami Beach, City of South Miami, City of West Palm Beach, Omar Medina (Various) - Colombia. May 1997--- February 1999 Construction Management and Resident Engineer responsible for coordination of the design consultant and construction contractor, administration of change orders, claims, clarifications, inspections, pay request, general documentation and shop drawings review. Construction projects include force main, raw water transmissions mains, pavement and sidewalk restoration. Expansion of the Water Treatment Plant including flocculation/sedimentation basins, deep bed anthracite filters, clear -well tank, water intake and pump station rehabilitation, Projects also include the construction of a Tourist Pier located at the town of Puerto las Guamos, Responsible for civil/mechanical design, construction drawings using CAD, cost estimate analysis and summary of bill of materials. Projects include force main design, drainage design, water and wastewater facilities for the city of Riohacha - Colombia, pump station design for the City of Valledupar - Colombia, Master Plan design for the City of El Banco Magdalena - Colombia. Computer Aided Design (CAD): Microstation i AutoCad Corel Draw Presentation Graphics) Other Computer Software Used: Used: Primavera Contractor Primavera Expedition Outlook. Microsoft Project (Scheduling) Primavera Contractor (Scheduling) Microsoft Excel (Spreadsheet) Microsoft Word (Word Processing) Microsoft PowerPoint (Presentation) Windows NT (Operating System @ Administrator level) - QUALIFYING TRADE(S) COO GENERAL ENGINEERING Jvirro 0, Gaeoen, P.E. i> • Sacrelary of iite Board Maarm-Dade Counl rarWm .J, r+tooerty ng,11 herein. ;?a Mipw ECM Florida Engineering & Development Corp. 12076 NW 98th Ave - Hialeah Gardens ft 33018 Schedule of Projects in Progress Job Name Contract Amount Percentage Compfeta Work an Hand Completion Date Name and Address or Owner Name and Address of Engineer NW 44th Street Bicycle Lane 5 2,730,453.00 90% 275,045.30 3/9/2018 City of Sunrise / Meghen Kaufold / 994 8886070 Joseph Roles & Ass: Josep Roles /954 581 Roadway Imp. At NE 16 Ave, from NE 123 5t, to 135 St. $ 4,221,348.00 40% 2,532,608,80 3/30/2018 Mlarnl Dade County / 1945 Alvarez Engineers Inc., Ena Hernandez NOMA Apartments Site Development $ 1,100,000,00 70% 330,000,00 12/30/2018 Coastal Construction / Dan Rodriguez /305 559 4900 /305 640 1345 $otek Thurlow Engineering /954 568 0888 Tower 10 & Parking Garage 3 Site Development $ 845,00000 30% 591,500.00 10/30/2018'Gornez Construction / Eduardo Gomez / 305 6617560 Ludovicci & Orange,Andrew Adams/305 448 NE 14th Avenue Roadway & Streetscape Imp. S 1,287,823.00 80$6 257,564.50 10/31/2018 City of Hallandale $each / / 1500 Craven -Thompson Ass Matthew Cigale /954 739 6409 NW 64th Avenue Complete 5 1,672,653.60 2% -1,639,396.72 12/264018 City of Sunrise / McIhan Kaufold / 954 688 6070 Kimley- Horn, Stefano E. Viola / 954535 5118 South Motors Infinity $ 236,000.00 20% 172,800.00 x Stiles Construction / Robert Dowd / 305 450 1217 Camera & Ass., Jorge Camera /305 665 7602 Neighborhood Rnad Program District 1, Year 1 $ 301,000.00 50% 450,500,00 5/31/2018 City of bake Worth / Gary Gruber / 561 722 9185 Mock-Ross,Denres Thomas /563 683 3113 Downtown Water Main Replacement $ 1,367,993.60 0% 3,367,993.60 x City of Lake Worrh Craven -Thompson Ass. ,Marthew clgele /954 739 6409 TOTAL 5 7,617,608.42 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 at 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 form reference fetter for each reference project (found on the following page), is to be compl ted by the owner of the Project and submitted as part of the Bid submission, f1J D. Bidder's References Bidders are to include a minimum of the three (3) references from completed Projects listed in C.2 above. The attached form reference letter on page 100 must 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 Bii submission, 99 Downtown Miami Signage and Wayfinding !TB No.; 17-18-022 System - Project No.: B-30941 Florida Engineering & Development Corp. 12076 NW 98th Ave. Hialeah Gardens fl. 13018 Schedule of Major Projects Completed Job Name Contract Amount Percentage Complete Completion #Date Name and Address of Owner Name and Address Engineer SW 40th Avenue From SW 41st St. To 5R 824 $ 1,800,000.00 1005E 2/23/2016 City of Wesr Park, Gregg Perry /786 251 9291 of BCC Engineering , Jose Otero /305 670 2350 Off lease Only- Laudertla!e1fl/31/20_ Y 5 4,700,000.00 1.00% 17 gGroup /'_____-_-_.....-.-- HP Consulting AlAI Hernandez- 305 796 3669 VHS , Jaime Jgua /407 982 4478 Solltair Brickell $ 1,720,389.00 1.00% 10/30/2017 Balfour Beatty/Wick Krarup / 954 585 4324 Kimley - Horn, Julio Collier / 954 535 Prive Island at Aventura $ 2,450,000.00 1.00% 10/15/2017 Suffolk Construction/Jorge °robitg /786 804 4616 51.18 Thomas Checca, PE /954 344 6664 NW 66th Str e..et Roadway Construction 5 .1,183,000.03 100% 6/30/2017 City of Dora:./Carlos Arroyo/305 593 6740 Ext. 6009 Kimley-Horn ,Luis Cubas /954 581 1945 NW .174th Street Roadway Reconstruction $ 3,800,000.00 100% 2/30/2017 City of Sunny Isles Beach/Elka Linton / 305 792 1939 Graig-Smith-Orlando Rubio /561 314 4445 Biscayne Beach $ 2,238,349.00 100% 2/30/2017 Piaui Construct ion/Robin Janes/ 7868664578 LANGAN/786264'7200 NW 54th Street 16" DIP For Main $ 775,501.00 100% 11/30/2016 City of Dora':/ Cadina Partners/Gus Mingue7/305 302 1898 Lodovicei & Orange/Andrew Adams/305 448 1500 Fend i Chateau $ 2,943,711 00 100% 1.1/15/2016 Coastal Construction/Luis Hidalgo/305 397 8408 VSN Engineers, Rudy Vargas/ 305 5516267 Porsche Tower 5 1,000,000.00 100% 11./20/2016 Coastal Construction/Ken Andersen/ Fortin, Leavy, Skiles, Inc. Engineers/ 305 653 4493 15 W Star island $ 420,000.00 .1.00% 10/30/2016 Coastal Construction, Blake Murphy / 9.54 658.4271 CH Engineers, Richard Bochnovlch/ 305 378 5555 Downtown Doral - Infrastructure Phase Il $ 3,500,000.00 r 100%7/30/7615 City of Doral/ Coding Partners/Gus Minguez/305 569 2222 Ludovicri & Orange/Andrew Adams/305448 1600 The Bond $ 1,203,058.00 .1D0% 6/30/2016 R!IeaGroup, Toney Rey /3057752685 VSN Engineers, Rudy Vargas/ 305 551 6267 Underground Utilities = 14th & 10th Street/M6 $ 1,900,000.00 10055 3/30/2016Bereeron Land i)eve!oprnent/Brian Landis / 954 6805100 Greenman -Pe dersen,Phillip Newsome / 352 368 5063 West Lakes A Drainage Basin Impra. Phase II $ 686,658.00 100% 12/20/2015 Town of Miami Lakes Kimley- Horn, Gary Rafay / 954 535 5100 SkyRise - Utilities Relocation $ 2,500,000.00 100% 12/1/2015 Coastal Construction/Jeremy Bedor/305 5594900 Sclewebke-Shiskin & Ass, /305 652 7010 Downtown Dorat - Buildings & Retails $ 1,050,000.00 100% 12/1/2015 City of Doral/ Codina Partners/Gus Minguez/305 569 2222 ludo Ica & Orongn/Andrew Adams/305 448 1600 AVE Bolding " J " $ 1,640,000.00 100% 5/15/2015 AVE, Aviation and Commerce Center/ Al Hernandez 305 796 3669 VSN Engineers, Rudy Vargas/ 305 551 6267 AVE. Bolding " El' " $ 1,580,000,00 1009E 11/15/20/5 AVE, Aviation and Commerce Center/ Al Hernandez 305 796 3669 VSN Engineers,.Rudy Vargas/ 365 5516267 Aqualina Tower 5 1,4OD,000,00 1009E 8/30/2015 Coastal Construction/Sal Reale/561630 3770 Thomas Checca, PE / 954 344 6664 Chateau Condominum $ 950,000,OD 1009E 8/30/2015 Coastal Construction/Luis Hidalgo/305 5594900 VSN Engineers, Rudy Vargas/ 305 551 6267 NW 14th Street Health District 5 1,085,852.00 100% 12/30/2014 City of Miami, David Adato / 305 416 1899 TY Lin, Jose Nessi 786 258 2961 Oceana- Key Biscayne $ 4,200,000.00 .106% 8/1/2014 Coastal Construction, John Mills / 954 732 6858 VSN Engineers, Rudy Vargas/ 305 5516257 Oasis on the Bay 5 1,200,000.0E 100% 12/19/2014 Coastal Construction, Tim Sterling/305 559 4900 Cohen, Freedman, E:nc!nosa & Ass. /305 826 3999 5W 56th Avenue 5treetscape 5 1,839,004.00 1004E 8/15/2014 City of West Park, Gregg Perry /786 251 9291 Palm Engineering Group, Inc. Gregg Perry/ 786 251 9291 Alley improvements Project $ 21.8,000.00 10Q% 6/15/701.3 City of North Miami Beach, Jose Casio / 305 948 2980 (7995 ) Chen & Associates, Michael Buick / 786 497 1500 Road Work - Wander Center 5 260,000.00 100% 3/15/2013 City of Hialeah, Vicente Rodriguez / 305 687 2620 Aylward Engineering,/ 954 424 5852 Contract on Roadway Paving & Drainage $ 400,000,60 100% 2/15/2013 Town of Southwest Ranches / Willie Nabong /554 343 7444 City Engineer/ Willie Nabong /954 343 7444 Utilities Improvement -Rai Harbour $ 260,000.60 100% 6/20/2013 Consultatio Related , Gabriela Toledo / 3D5 365 0653 V5N Engineers, Rudy Vargas/.305 6267 NW 1st Ave.& NW 14th St. Roadway Imp. $ 576,000.00 100% 1.1/30/2012. City of Florida City, Pedro Gonzalez / 305 S98 0199 .551 Baljet Enviromental, Pedro Gonzalez / 305 598 0199 The Palace at Coral Gables $ 1,100,000,00 100% 6/1/2012.Coastal Construction, Luis Hidalgo /305 559 4500 Schwebke-Shiskin & Ass„ t.uis Leon/ 305 652 7010 tiviable Neighborhood imp..- Vista Verde $ 636,000.00 100% 6/1/2012 City of Miami Gardens, Mariana PitiriciU / 305 622 8000/3120 Craven -Thompson & Ass., D. Cartwright / 954'739 6400 Camillus House Site Developement 5 800,000.0, 100% 9/30/2011 Coastal Construction, Paul Bessell / 305 324 3701 Wolfberg Alvarez, Jorge Maldonado/ 305 666 5474 Leawood Elementary School $ 1,400,000.00 100% 7/30/2011 Pirtle -Construction, Rudy Gonzalez/ 30S 593 7456 Wolfberg Alvarez, Jorge Maldonado/ 30S6665474 Biscayne Trail Segment 8 $ 365,000,00 100% 6/30/2011 Fyliami Dade Parks & Recreation, Dan Crawford / 305 596 4460 . Ext. 239 URS Corporation, David Soler / 561 994 6500 Sunkist Grove Road Improvements $ 473,000.00 100% 4/30/2011 City of North Miami , Gerardo Hernandez / 305 542 .5500 URS Corporation, David Soler / 562 994 6500 Basin 35 Drainage improvements $ 365,000,00 100% 8/11/2011 City of Miami Springs , Robert Williams / 305 805 5170 PBS 8.i1 Victor Herrera / 305 514 3451 AVE Infrastructure Phase 2 $ $ 2,500,000.00 100% 5/25/2010 Aviation & Commerce Center/Miami Dade County, Af Hernandez/ 305 796 3669 , VSN Engineers, Rudy Vargas/ 305 S51 6267 Aution House Building $ 2,568,1/0J.00 1001E 4/30/2010 Aviation & Commerce Center/Miami Dade County/ Al Hernandez / 305 796 3669 RLC Architects, Carlo Mendoza/ 561 393 6555 22 MICC 1900 $ 1,095,000.00 CO1Y6 . 1/30/2010 Terracon Group , Mike Gomez / 305416 9291 x VSN Engineers, Rudy Vargas/ 305 551 6267 AVE Infrastructure Phase 1 B 5 2,600,000.00 100% 10/8/2009 AVE, Aviation and Commerce Center, At Hernandez / 305 796 3669 VSN Engineers, Rudy Vargas/ 305 5516267 AVE Infrastructure Phase 1A $ 3,900,000.00 100% 6/15/2009 AVE, Aviation and Commerce Center, AI Hernandez / 30S 796 3669 VSN Engineers, Rudy Vargas/ 305 5516267 Ferguson 5r. High school $- 950,000,00 160% 6/1/2009 Pirtle Construction, Rudy Gonzalez/ 303 593 7456 Wolfberg Alvarez, Jorge Maldonado/ 305 666 5474 South Side Elementary School $ 650,000.00 100% 7/30/2009 Coastal Construction, Lazaro'dillar / 954 445 7212 Wolfberg Alvarez, Jorge Maldonado/ 305 656 5474 Mary 8rickell Village Pump Stations 5 2.,+300,000,00 10p5'c 6/5/2.009 Adsum Group, Mario Pons / 305 577 9949 Wolfberg Alvarez, Jorge Maldonado/ 305 566 5474 3505 Building Expansion $ 510,000.00 100% S/9/2009 Terracon Group , Mike Gumez / 305 418 9291. VSN Engineers, Rudy Vargas/ 305 S51 6267 To Whom It May Concern Subject: Reference Letter IheFoil Cap of ; iarni Name of Bidder: FLORIDA ENGINEERING AND DEVELOPMENT,CORP. Daniel J: Alfonso City Manager 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: NW 66th STREET ROADWAY IMPROVEMENTS Scope of Referenced Work: Earthwork, drainage, concrete, lighting, landscape and roadway construction. Did the Scope involve the milling, resurfacing or reworking a road, or the construction, installation, repair, and/or replacement of drainage system pipes? 121 Yes ❑ No Value of Project: $ 1,183,000.0© Date Completed: 6/17 Percentage of physical construction Work self -performed by Bidder: 70 Was Project completed on time and within budget: ESI Yes ❑ No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? If yes, please provide details: Comments: Name of Project Owner: City of Docai Date: 814(17 Signature of Project Owner's Representative: Yes ❑ No Title: Assistant Public Works Director / Chief of Construction Telephone: 3O5.593-674a Sincerely, Annie Perez, CPPO, Director Department of Procurement E mail: Carlas.Arroyoecityofdoral.cow, 96 Entrada Neighborhood Drainage ITB No.: 16-17-039 improvements, D2 - 8-30836 of 1.tammmt DANIEL J. ALFONSO, City fviar a er To Whom It May Concern Subject: Reference Letter Name of Bidder: FLORIDA ENGINEERING AND DEVELOPEMENT, CORP. 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 Reference Project: NW 145 th STREET ROADWAY CONSTRUCTION Scope of work: Earthwork, Drainage , Concrete, Electrical, Landscape and Roadway. Did the Scope involve the construction, installation, repair and/or replacement of a stormwater pump station? ❑ Yes 29 No Value of project: •$ 3,647,000.00 Date Completed: 9/15 Percentage of physical construction work self -performed by Bidder: 60 Was project completed on time & 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: Contractor has performed very well despite multiple owner directed changes and changes in sequence. I highly recommend them for your project. Name of individual completing this farm: Alvis Hernandez Date: 10/24/16 Signature ` Title: Commercial Projects Director Tele hone:... ,305-685-5695 . # ahernandez@cpfinv.com p f E-mail: Sincerely, Annie Perez, CPPO Directo r Procurement Department Bird Avenue Roadway Improvements !TB >ado.• 15-16-029 96 City of ffitaini DANIEL J, ALFONSO, City Manager To Whom It May Concern Subject: Reference Letter Name of Bidder: FLORIDA ENGINEERING & DEVELOPMENT CORP. The above referenced contractor is. submitting on a bid solicitation that has been issued by the City of Miami. We require that the Bidder provide written references with their Bid submission and by providing you with this document the Contractor is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Protect: SW 56 Ave Streetscape Improvements. City of West Park Scope of work: Value of project: $ 1,839,000.00 Date Completed: 8/15/14 Percentage of physical construction work self -performed by Contractor: 65 Was project completed on time & within budget: 1 Yes El No If no, was the contractor at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No N/A If yes, please provide details: Comments: Fully equipped and skilled contractor. Highly recommended. Thank you for your assistance in helping us in evaluating our bid solicitation. Name of individual completing this form: Greg Perry, PE Signature: Title: Telephone: 786-251-9291 Sincerely, Mark Spanioli, P.E., Director Capital Improvements and Transportation Program Date: 1115/ 14 ine r est Park E-mail: gperryPperrintl.com 99 NE 2"a Avenue Roadway Improvements, Segment B3 ITB No.: 14-15-002 B-78508 itp of t i DAMEL J. ALFONSO. City Manager To Whom It May Concern Subject: Reference Letter Name of Bidder: FLORIDA ENGINEERING AND DEVELOPMENT,CORP. 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 Reference Project: DOWNTOWN DORAL - PHASE 2 Scope of work: Earthwork, Drainage, Water, Sewer, Concrete,Electrical, Landscape and Roadway. Did the Scope involve the construction, installation, repair and/or replacement of a stomiwater pump station? ❑ Yes 129 No Value of project: $ 3,500,000.00 Date Completed: 7130I16 Percentage of physical construction work self -performed by Bidder: 60 a/o Was project completed on time & 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: it-ci 4ti„er,si comments: r ►=4-4.0c5 ceA.ntr(7. s '= =;f rx cam Y �+.rts . sera .r;ra"t J a,1x) tikr;VA vi. -r. t-,4-0.re- L, r,.ra i3ie ey�r74.3 �� �srua ,,tE _3w '15. 4,.2 *Stia\�R°'r. .t ", '1� �y'�ty -- �Fk�i a%,.:+ 3g .r» yew T;aa_n.Ad= v4 "trio.e.rro Name of individu Signature: rpf,rhis form: Gus Minguez / Codina Partners Date: 10/25/16 Title: DIRECTOR OF CONSTRUCTION Telephone: Osq E-mail: GMinguez@codina.com Sincerely, Annie Perez, CPPO Director Procurement Department Bid Avenue Roadway Improvements ITB No.: 15-16-029 96 CEO) of fThamt To Whom It May Concern Subject: Reference Letter Daniel S. Alfonso City Manager he,Fellowing-Section torbe-'Gampleted by the Bidder.. Name of Bidder: FLORIDA ENGINEERING AND DEVELOPMENT,CORP. 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: NW 174th STREET ROADWAY RECONSTRUCTION The Following Section to be Completed by the Project Owner: Scope of Referenced Work: Earthwork, Drainage, Concrete, Lighting, Landscape, Irrigation and Roadway Reconstruction. Did the Scope involve the milling, resurfacing or reworking a road, or the construction, installation, repair, and/or replacement of drainage system pipes? ® Yes ❑ No Value of Project: $ 3,s°° 000.ao Date Completed: 2/17 Percentage of physical construction Work self -performed by Bidder: 60 % Was Project completed on time and within budget: 129 Yes ❑ No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes [f No If yes, please provide details: Comments: Name of Project Owner: Cit of San isles Beach — Date: 8/4/17 Signature of Project Owner's Representative: Title: Elka Linton / Capital Projects Manager Telephone: 3025-792-1939 Sincerely, Annie Perez, GPPO, Director Department of Procurement Entrada Neighborhood Drainage improvements, D2 - B-30836 E-mail: ehnton4sibff.net 96 ITB No.: 16-17-039 To Whom It May Concern Subject: Reference Letter itp of filliatrti mellowing ectiom ebr ili t;- Emilio T. GonzAlez, PhD. City Manager id' Name of Bidder: Ile-- fq Gt.-Le.„, The above referenced Bidder is responding to a Bed that ha' 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: Y + 0d, 1(5 /6/ d The Fallowing Section to be;Completed by the Project Owner. Scope of Referenced Work: C/i-1(61.:Zz ¢ Y76Ut `/e /!ice Did the Scope involve th construction, installation, repair and/or replacement of roa way or pedestrian signage? Yes [] No Value of Project: )0) c9 /O. (J _ Date Completed: Percentage of physical construction labor self performed by Bidder; _ Was project completed on time and within budget: Lid' Yes ❑ No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? es ❑ No If yes, please provide details: a/g Comments: Name of Project Owner: %?C1CL ,/` ha) aAyDate: Signatures -of gaLL0 44 Owner's Representative: g Cap; Title: o rz5ey, ' f n/k / f f--(j1 e Telephone: (/-k)) 'Ttf?- 7O Email: J(/aire 1 CSincerely, Annie Perez, CPPO, Director Department of Procurement 100 Downtown Miami Signage and Wayfinding ITB No.: 17-18-022 System - Project No.: B-30941 27,05 t.tp of ittami To Whom It May Concern Subject: Reference Letter The Following Se Name of Bidder: Emilio T. Gonzalez, Ph.D. City Manager on to be Completed by the Bidder. The above referenced Bidder is responding toga Bid thaas 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 ;s pertinent: Name of Referenced Project: Telbkiym 4J6i !;1-- l Y1Gj' / P2a i The Following Section to be Completed by the Project Owner. Scope of Referenced Work: Did the Scope involve th construction, installation, repair and/or replacement of roa way or pedestrian signage? Yes ❑ No Value of Project: ° 1 57o. 00 Date Completed: ' r f aA7 Percentage of physical construction labor self -performed Bidder:j 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: IN)0(Name of Project Owner. +;'�� Date: Sig natwi � �' 7 F'rnject eta er -jr 4�t Telephoner r75 - 731 E-mail: Sincerely, Annie Perez, CPPO, Director Department of Procurement 100 Downtown Miami Signage and Wayflnding System - Project No.: B-30941 Owner's w_ i. 7) k12s per C,f -f-(j'c Representative: ITB No.: 17-18-022 CO of filiatni To Whom It May Concern Subject: Reference Letter The Following Section to Name of Bidder: 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; B ° kid! a rh - Se a-S/ r) Emilio T. Gonzalez, Ph.D. City Manager The Following Section .to be Completed by the Project Owner. Scope of Referenced Work' j t4'¢ n.ste V Y(W S 1(91-f / J /5n Did the Scope involve thefcenstruction, installation, repair and/or replacement of roadway or / pedestrian signage? Yes ❑ No %% %/� Value of Project: j 0 Date Completed: . 7CfKY)L)YI'. c� /(l2 Percentage of physical construction labor self -performed y 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 o If yes, please provide details: Comments: Name of Project Owner: MGM Part-b Date: Signature l 44/ k<e/n.,/(7 Title: 1.--y C+ nitG1 Telephone: Sincerely, Annie Perez, CPPO, Director Department of Procurement > Project too Downtown Miami Signage and Wayfinding System - Project No.: B-30941 E-mail: Owner's Representative: 7toe l v-o; r-the s a co * iohe' etilt ITB No.: 17-18-022 UPPER MAIN ALLIANCE June 18, 2010 Re: Lester of Recommendation To Whom it May Concern: We whole-hcartedly recommend Allied Environmental Signage for any project, large or smal E.. In the winter/spring of 2010, we had the pleasure of working with Allied on a $112M way finding project for the City of Hackensack, in partnership with the Hackensack University Medical Center, County of Bergen and Fairleigh Dickenson University. Frorn bid through punchlist, Allied was timely in all phases of contract execution and responsive to all questions from my office and our design team. Fabrication and construction is high quality, with an attention to detail, Allied also went "above and beyond" in helping us with our way finding unveiling ceremony and for assisting us with other tasks outside their scope of work. In short, Allied and its courteous professional staff madc this project run very smoothly_ We are very happy with the end result and could not have hoped for a better signage contractor. Feel free to call -me with any questions.. Albert Dib Executive Director Upper Main Alliance 23$ MAIN S7dtNt7, 51.117E ]04f HA6KEN5ACK, N3 0i601 201 49a 1690 FAX 101 498 1660 1NFOPUPPERMA N.ORG WWW_UPPERM t1H.ORG Northern Burlington County Regional School District 160 Mansfield Road East Columbus, New Jersey 08022-9742 Telephone: 609-298.3900 Fax; 609-298-3154 Dr. James Sarruda Superintendent of Schools (609) 298-3900 x 2006 Mr. Donald Czehut Director of Facilities (609) 298-3900 x 2042 December11, 2012 Mr. Robert Genz, Project Manager/Sales Representative Ms, Natalie Tureaud, Project Manager/Sales Representative Allied Environmental Slgnage 556 Industrial Way West Eatontown, NJ 07724 Mr, Richard Kaz Business Administrator/Board Secretary (609) 298-3900 x 2080 District Web Page W w nburiington_ccrn Re: High School Free -Standing LED Sign Dear Mr. Genz and Ms. Tureaud: To date we are averaging more than one coittpliment per day since the installation of the nei r sign. Thank you for your support and coordination during the planning and construction process. We do appreciate all of the attention that you showed by arranging the on-line tutorial — well in advance of installation tech help with the computer interface components that would be necessary, and design assistance for review, permits and construction. We were pleasantly surprised: the Installation went quickly and was trouble -free. This is particularly notable since Allied also provided and pulled over 500 ft of fiber optic cable along with the physical installation;ail within one day, Again, thanks for your help and support for a project well done. Sincere! Donald Czehut Director of Facilities CC; Dr. J. Sarruda Dr. K. McCormick Richard Kat, Jr. Steve Lee Proudly serving the communities of Chesterfield Township Mansfield Township North Hanover Township Springfield Township erg NEWARK Cory A. Booker Mayor Jack M. Nate Acting Manager Division of Traffic & Signars Department of Engineering May 21, 2010 To Whom .It May Concern: The City of Newark, Department of Engineering between 2008 and 2010 contracted with Allied Environmental Signage to fabricate and install Way finding Signs. Allied was timely in all phases of contract execution, and responsive to all questions and contract requests from my office. Fabrication and construction was of high quality, with attention to detail. In short, Allied and its courteous professional staff made this project run very smoothly. We are very happy with the end result and could not have hoped for a better sigrage contractor. if you have any questions concerning the above., please contactmy office at (973) 733- 3985. k M. ata ing Manager 255 Central Avenue ^ Newark *New Jersey 07103 * Tetaphone 973-733-3969 ^ Fax 973-733-8880 * nalaj@ci.newark.nj.us COMMUNITY REDEVELOPMENT AGENCY CITY OF NEW SMYRNA BEACH 210 SAMS AVENUE NEW SMYRNA BEACH, FLORIDA 32168 December 27, 2012 RE. Allied Environmental Signage, New Smyrna Beach Wayiinding Sign System Professional Reference To Whom It May Concern: Allied Environmental Signage (AES) recently :;completed fabricating and installing the new wayfinding signs for the NS.S Wayfindi,ng Sign System Project for the City of New Smyrna Beach which was designed for the purpose of efficiently and safely guiding motorists and pedestrians to key public facilities including civic, visitor-, and recreational destinations, etc., within the City. Even while AES was dealing with an overwhelming hardship due to the damage to their homes andfacility caused by Hurricane Sandy, they still traveled to New Smyrna Beach, FL from their horneport. in Eatontown, :NJ, and completed the project on time and under budget. The means .and methodology AES used to fabricate and install the wayfinclirig signs were guided by experienced personnel. Their proficiency can be attributed to the leadership provided by Natalie Tureaud, Kevin White, .and Kevin Pesapane, and is exemplified throughout their organization. The City of New Smyrna Beach will certainly enterta&n utilizing their :services for future projects:, If I can be of further assistance, please contact me at your earliest convenience at m€nartinC citvofnsb.com or (386) 424-2135. Sincerely, taiLe-\4.— Michelle Martin. CR.A Project Manager Mayor Robert E. McLeod Council Members Joseph E. Sheridan, President Evelyn Ambrose Christian Bolte Warren Chamberlain Susie Sefcik Clementine Toglia March 7, 2011 To Whore It May Concern: Lorene K. Wright, RMC Borough Administrator Valerie T. Heilweit, RMC Borough Clerk Thomas P. Fallon, CPA, RMA Chief Financial Officer Please be advised that Allied Environmental Sign Company provided the Borough of Keyport with the design, implementation, and installation of a very successful way finding signage program. The program has served as a major visual improvement throughout the Borough. The signage has improved the traffic flow from visitors to our community, which has proved beneficial to our local commercial establishments. Ms. Natalie Tureaud, and her colleagues at Allied performed in an utmost professional manner. They worked diligently to satisfy all of the Borough's requirements and completed all timelines promptly. Overall, the project was completed prior to our deadline and all work was conducted without any disturbances to our local residents or establishments. I would highly recommend Allied to your community. If you have any questions or require additional information, please feel free to contact me in the Borough's Office of Community Development at 732-739-5138. Sincerely, Carla Cefalo Borough of Keyport Office of Community Development STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION DBE BID PACKAGE INFORMATION 275-030-11 EQUAL OPPORTUNITY OrFmc 10,17 Page' oft DBE Utilization The Department began its DBE race neutral program January 1, 2000. Contract specific goats are not placed on Federal/State contracts; however, the Department has an overall 10.65% DBE goal it must achieve- In order to assist contractors in determining their DBE commitment level, the Department has reviewed the estimates for this letting. As you prepare your bid, please monitor potential or anticipated DBE utilization for contracts- When the low bidder executes the contract with the Department, information will be requested of the contractor's DBE participation for the project. While the utilization is not mandatory in order to be awarded the project, continuing utilization of DBE firms on contracts supports the success of Florida's DBE Program, and supports contractors' Equal Employment Opportunity and DBE Affirmative Action Programs. Any project listed as 0% DBE availability does not mean that a DBE may not be used on that project. A 0% DBE availability may have been established due to any of the following reasons: limited identified subcontracting opportunities, minimal contract days, and/or small contract dollar amount. Contractors are encouraged to identify any opportunities to subcontract to DBE's. Please contact the Equal Opportunity Office at (850) 414-4747 if you have any questions regarding this information. Forms may be downloaded at: www.dot.state.fLus/proceduraidocuments/ DBE Reporting If you are the prime contractor on a project, enter your DBE participation in the Equal Opportunity Compliance system prior to the pre -construction or pre -work conference for all federal and state funded projects. This will not become a mandatory part of the contract. It will assist the Department in tracking and reporting planned or estimated DBE utilization. During the contract, the prime contractor is required to report actual payments to DBE and MBE subcontractors through the web -based Equal Opportunity Compliance (EOC) system. All DBE payments must be reported whether or not you initially planned to utilize the company. In order for our race neutral DBE Program to be successful, your cooperation is imperative. If you have any questions, please contact EOOHe1p@dot.state.fl.us. Bid Opportunity List The Federal DBE Program requires States to maintain a database of all firms that are participating or attempting to participate on FOOT -assisted contracts. The list must include all firms that bid on prime contracts or bid or quote subcontracts on FDOT-assisted projects, including both DBE's and non -DBEs. Please complete the Bidders Opportunity List through the Equal Opportunity Compliance system within 3 business days of submission of the bid or proposal for ALL subcontractors or sub -consultants who quoted to you for specific project for this letting. The web address to the Equal Opportunity Compliance system is: htt os:liwww3.dot.state.fl.usfEcualOoportunityCompIiance/Account.aspxi`Loq In?Returnurl=%2fEqualoppor tunityCompliance%2f . Downtown Miami Bicycle and Pedestrian Mobility Improvements - Project No. B-30940 101 1TB No.: 17-18-022 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION DBE BID PACKAGE INFORMATION 275-03C-1 EQUAL OPPORTUNITY OFFICE ?C"S7 Page 2 of 2 DBE/AA Plans Contractors bidding on FDOT contracts are to have an approved DBE Affirmative Action Plan (FDOT Form 275-030-11B) on fife with the FOOT Equal Opportunity Office before execution of a contract DBE/AA Plans must be received with the contractors bid or received by the Equal Opportunity Office prior to the award of the contract. Plans are approved by the Equal Opportunity Office in accordance with Ch. 14-78, Florida Administrative Code Plans that do not meet these mandatory requirements may not be approved. Approvals are for a (3) three year period and should be updated at anytime there is a change in the company's DBE Liaison Officer and/or President. Contractors may evidence adoption of the DBE/AA Policy and Plan and/or a change in the designated DBE Liaison officer as follows: • Print the first page of the document on company stationery ("letterhead") that indicates the company's name, mailing address, phone number, etc. • Print the company's name in the " " space; next to "Date" print the month/day/year the policy is being signed; record the signature of the company's Chief Executive Officer, President or Chairperson in the space next to "by" and print the full first and last name and position title of the official signing the policy. • Print the DBE Liaison's full name, email address, business mailing address and phone number the bottom of email. E-mail the completed and signed DBE AA Plan to: eeoforms@dot.state.fLus. The Department will review the policy, update department records and issue a notification of approval or disapproval; a copy of the submitted plan will not be returned to the contractor. Downtown Miami Bicycle and Pedestrian Mobility Improvements - Project No. B-30940 102 ITB No.: 17-18-022 STA-E OF FLORIDA DEPARTMENT OF TRANSPORTATION BID OPPORTUNITY LIST FOR PROFESSIONAL CONSULTANT SERVICES, AND COMMODITIES & CONTRACTUAL SERVICES 375-340-62 PROCUREMENT 04;C7 Prime Contractor/Prime Consultant: QCf# ' Cl-fh Lb21L 115 f-kfo ,D &vat 141-4'J Address/Phone Number: {276 U1J �t•rt`Y}dr C{ff��J���.-J'333 I! `! 0 Procurement Number/Advertisement Number: 49 CFR Part 26.11 The list is intended to be a listing of all firms that are participating, or attempting to participate, on DOT -assisted contracts. The list must include all firms that bid on prime contracts, or bid or quote subcontracts and supplies materials on DOT -assisted projects, including both DBEs and non -DBEs. For consulting companies this list roust include ail subconsultants contacting you and expressing an interest in teaming with you on a specific DOT -assisted project, Prime contractors and consultants must provide information for Numbers 1, 2, 3 and 4, and should provide any information they have available on Numbers 5, 6, 7, and 8 for themselves, and their subcontractors and subconsultants. 1. Federal Tax ID Number: 7 -631 /6 (0 2. Firm Name: ?Cbt-lr 3. Phone: 3 l- U • � 333 4, Address: Z 7 Lt tv `t if f Fh .r4 6S'). 39 to 5. Year Firm Established: cr )O..Z 8. Annual Gross Receipts [tI-Aden DBE ❑ Less than $1 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million 7. ❑ Subcontractor ❑ Between $10 - $15 million ❑ Subconsuitant ®.•More than $15 million 6. ❑ DBE 1. Federal Tax ID N b r ;fi/3O3 tf• 2. Firm Name: RVieg7t� 3. Phone: 7 2, - 7s7 4. Address: 66, ed , r t+x dd."(,'J.T .77.27 5. Year Firm Established: 6. ❑ DBE ❑ Non -DBE 7. Subcontractor ❑ Subconsuitant 8. Annual Gross Receipts El Less than $1 million R1getween $1 - $5 million D Between $5 - $10 million ❑ Between $10 - $15 million ❑ More than $15 million 1. Federal Tax ID Number: 2. Firrn Name: 3. Phone: 4. Address: 5. Year Firm Established: 6. ❑ DBE ❑ Non -DBE 7. ❑ Subcontractor ❑ Subconsultant 8. Annual Gross Receipts ❑ Less than $1 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million ❑ Between $10 - $15 million ❑ More than $15 million 1. Federal Tax ID Number: 2. Firm Name: 3. Phone; 4. Address: 5. Year Firm Established: 6. 11 DBE 8. Annual Gross Receipts ❑ Non -DBE ❑ Less than $1 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million 7. ❑ Subcontractor ❑ Between $10 - $15 million ❑ Subconsultant ❑ More than $15 million AS APPLICABLE, PLEASE SUBMIT THIS FORM WITH YOUR: Downtown Miami Bicycle and Pedestrian Mobility Improvements - Project No. B-30940 BID SHEET (Invitation to Bid -ITB) LETTERS OF RESPONSE (LOR) PRICE PROPOSAL (Request for Proposal - RFP) REPLY (Invitation to Negotiate - ITN) 103 ITB No,: 17-18-022 6-12.2 Source of Supply - Steel For Federal -aid Contracts, only use steel and iron produced in the United States, in accordance with the Buy America provisions of 23 CFR 635.410, as amended. Ensure that all manufacturing processes for this material occur in the United States. As used in this specification, a manufacturing process is any process that modifies the chemical content, physical shape or size, or final finish of a product, beginning with the initial melding and mixing and continuing through the bending and coating stages. A manufactured steel or iron product is complete only when all grinding, drilling, welding, finishing and coating have been completed_ if a domestic product is taken outside the United States for any process, it becomes foreign source material_ When using steel and iron as a component of any manufactured product incorporated into the project (e.g., concrete pipe, pre -stressed beams, corrugated steel pipe, etc.), these same provisions apply, except that the manufacturer may use minimal quantities of foreign steel and iron when the cost of such foreign materials does not exceed 0.1 % of the total Contract amount or $2,500, whichever is greater. These requirements are applicable to all steel and iron materials incorporated into the finished work, but are not applicable to steel and iron items that the Contractor uses but does not incorporate into the finished work. Provide a certification from the producer of steel or iron, or any product containing steel or won as a component, stating that all steel or iron furnished or incorporated into the furnished product was manufactured in the United States in accordance with the requirements of this specification and the Buy America provisions of 23 CFR 635,410, as amended. Such certification shall also include (1) a statement that the product was produced entirely within the United States, or (2) a statement that the product was produced within the United States except for minimal quantities of foreign steel and iron valued at $ (actual value). Furnish each such certification to the Engineer prior to incorporating the material into the project. When FHWA allows the use of foreign steel on a project, furnish invoices to document the cost of such material, and obtain the Engineer's written approval prior to incorporating the material into the project. 104 Downtown Miami Signage and Wayfinding ITB No.: 17-18-022 System - Project No.: B-30941 CONFIDENTIAL For bids to be received on STATE. OF FLORIDA DEPARTMENT OF TRANSPORTATION LAP CERTIFICATION OF CURRENT CAPACITY (Letting Date) CERTIFICATE 525d110 46 PROGRAM MANAGEMENT 12109 Page 1 01 2 Fill in your FDOT Vendor Number (Only applicable to FDOT pre -qualified contractors) I hereby certify that the amount of any proposal submitted by this bidder for the above letting does not exceed the amount of the Firm's CURRENT CAPACITY (maximum capacity rating less total uncompleted work). The total uncompleted work as shown on the "Status of Contracts on Hand" report (page 2) I further certify that the "Status of Contracts on Hand" report (page 2) was prepared as follows: 1. If the letting is before the 25Th day of the month, the certificate and report reflect the uncompleted work as of the 151•' day of the month, last preceding the month of the letting. 2. If the letting is after the 251' day of the month, the certificate and report reflects the uncompleted work in progress as of the 1514 day of the month of the letting. 3. All new contracts (and subcontracts) awarded earlier than five days before the letting date are included in the report and charged against our total rating. I certify that the information above is correct. Swor to and subscribed this ,;).3 day y B : of NAME OF FI Title Downtown Miami Bicycle and Pedestrian Mobility Improvements - Project No. B-30940 105 ITB No 17-18-022 STATUS OF CONTRACTS ON HAND (Furnish complete information about all your contracts, whether prime or subcontracts: whether in progress or awarded, but not yet begun; and regardless of whom contracted with.) 526.016-46 PROGRAM MANAGEMENT 12,99 Page 2 of } 2 3 4 5 6 PROJECTS OWNER, LOCATION AND DESCRIPTION CONTRACT (OR SUBCONTRACT) AMOUNT AMOUNT SUBLET TO OTHERS BALANCE OF CONTRACT AMOUNT UNCOMPLETED AMOUNT TO BE DONE BY YOU AS PRIME CONTRACTOR AS SUBCONTRACTOR NOTE: Columns 2 and 3 to show total contract (or subcontract) amounts. Column 4 to be difference between columns 2 and 3. Amount in columns 5 or 6 to be uncompleted portion of amount in column 4. amounts to be shown to nearest $100. The Contractor may consolidate and list as a single item all contracts which, individually, do not exceed 3% of total, and which, in the aggregate, amount to less than 20% of the total. All TOTALS MOO$0.00 TOTAL UNCOMPLETED WORK ON HAND TO BE DONE BY YOU (TOTAL COLUMNS 5 AND 6) $0.00 Downtown Miami Bicycle and Pedestrian Mobility Improvements - Project No. B-30940 106 ITB No.: 17-18-022 Florida Engineering & Development Carp. 12076 NW 98th Ave. Hialeah Gardens FL, 33018 Schern.u. of nsein, projects in Progress Type of Work FOOT Protects end Location of Work you are performing Contrast Amount Amount Sublet to others Type of Work Balance of contract Uncompleted Amount to be done by applicant Amount As Prime Contractor As Subcontractor Drainage Electrical Work Flexible Paving Grading Sodding, Landscaping Pavement Markings Sidewalk, Guardrail Drainage, Grading Flexible Paving, Markings Sidewalk, Roadway Signs Drainage, Grading Flexible Paving, Markings Sidewalk, Roadway Signs Drainage, Grading Flexible Paving, Markings Sidewalk, RcadwaySigns Drainage, Grading Flexible Paving, Markings Sidewalk, Roadway Signs Drainage, Grading Flexible Paving, Markings Sidewalk, Roadway Signs Sodding, Landscaping Drainage, Grading Flexible Paving, Markings Sidewalk, Roadway Signs Sodding, Landscaping Drainage, Grading Flexible Paving, Markings Other (Non-FDOT) Projects. Owner and LAcatlon of Work AVE Phase 3 tntrastructure/145th St. Contract Amount Amount Sublet to others Balance of con tract Owner AVE, tLC; Location Miami Oade County Florid Construct NW 145th Street from NW 57th Ave. to NW Aviation Drive nciudes Clear and Grub, Subbase, Limerock Base and Asphaktic Concrete, Drainage System, Froce Main, Water Main, Electrical Lighting Landscape and Irrigation. Work Includes complete decelaratlon lane and connection to existing utilities at NW 57th Ave. MOT inspector Is inspector Andre Park Square Pier tea No. 305 640 7170 4,338,270.00 $ 219,877.00 $ Amount As Prime Contractor As Subcontractor 4,118,393.00 390,000.00 $ 210,000.00 Owner: Site Work Includes excavation, Dralange, Water, Sewer, tirnerock base, 4,672,104,00 490,000.00 4,182,104.00 160,000.00 90,000.00 concrete curb and sidewalk, Asphaltic Concrete Signs, Stripping,. Offslte Underground Utilities at 207th Street nIcluding water, sewer, Limerock base, Asphalt, Sidewalk, Curb, Stripping and Markings. and 30th Ave 4lnderground Lit l€Ities at 207th Street Including water, sewer, Limerock base, Asphalt, Sldewaik, Curb, 5trlpptng and Markings. FDOT inspector AVE Site I Parking Lo Owner: AVE 1LC, Location Miami Dade County FI. Site Work Includes excavation, Dralange, Umerock base, Concrete Curb and sidewalk, Aspha Itic Concrete Signs, Stripe! Eie tricaI Lighting, Landscape and Irrigation City of Sunrise NW 44th Street Bikeway Construction F'D01(LAP) Owner : City of Sunrise Location: Sunrise FI. 436,528.00 $ 2,780,589.00 $ 50,000, 00 760,000.00 $ $ 286,528.00 2,020,689.00 22,040.00 $ 78,000.00 290,000.00 $ 360,4300.00 Roadway widening, scope involves drainage, subbase, Umerock base milling, asphalt paving, concrete sidewalk and curbs, guardrail and fence Landscaping and irrigation FOOT inspector is Leah Dupont 954 777 4130 City of Dons NW 66th Street Roadway 3rnprv, Owner: City of Octal Location: [)oral FL Construct NW 66th Street from 97th Ave. to 102 Ave, 1,227,018.00 55G,000.00 nciudes Clear and Grub, Subbase, Limerock Base and Asphaltic Concrete, Drainage System, Electrical Ughtli Landscape and Irrigation. Off -Lease Only, inc. Breward 677,018.00 $ 38,402.00 $ g Owner' Off Lease Onty Location: North Lauderdale FI. Site Work Includes Excavation, Drainage, Water, Sewer, Umerock base, Concrete Curb and sidewalk, Asphaltic Concrete Signs, Stripping,. Offsite City of West Park SW 40th Avenue 5treetscape improvement Owner: City of West Park Location: WestPark Ft Roadway widening, scope Involves drainage,, subbase, Limerock base milling, asphalt paving, concrete sidewalk and curbs, guardrail and fence Landscaping and Irrigation, Street Lighting NOMA Site Development Owner: Site Work includes Excavation, Drainage, Water, Sewer, Umerock base, 4,616,175,00 705,000.00 3,911,175.00 25,000.00 $ 1,799,501.2 629,000,00 1,170,501.24 171,000.00 329,000.00 1,589,583.00 300,000.00 1,289,583.00 $ 220,000.00 $ 180,000.6.0 Sodding, Landscaping Loncrere zurb and sidewalk. Asphaltic Concrete Signs, Stripping,.Offsite includes Sewer System, Water Main Extension, New Subbase, LR Base, Asphalt, 54rippine and 5ignage MDC NE x Drainage, Grading Flexible Paving, Markings Sidewalk, Roadway Signs Guardrail 16th Ave, Roadway Improvements 4,221,343.00 i 1,950,000.00 $ 2,271,343.00 $ 1,200,000,00 $ 1,660,000.00 Owner: City of Sunny Isles Location: Sunny Isles I. Construct NW 174th Street from CdIIIns Ave. to Includes Clear and Grub, Subbase, Limerock Base and Asphaltic Concrete, Drainage System, Electrical Lighting Landscape and Irrigation. Work includes connection to Collins Ave. FOOT Inspector inkey L. Aromas hotly 305 640 7173 City .\ Drainage, Grading Flexible Paving, Markings Sidewalk, Roadway Signs Sodding, Landscaping Water Main, Water Services of Hallandale Streetscape improvement $ 1,2137,823.00'$ 657,000.00 $ 630,823.00 $ 130,000.00 5 570,000.00 Owner: City of Hallandale, Srowerd County, Fi. Roadway widening, scope involves, subbase, limerock base milling, asphalt paving, concrete sidewalk and curbs, Landscaping and Irrigation, Drainage, Grading Flexible Paving, Markings Sidewalk, Roadway Signs Downtown Water Main Improvements 1,357,993,00 402,850,00 —$ 955,143,00 $ 600,000.00 $ 400,000.00 Owner. City of takeworth West Palm Beach FI. New Water Main, Clear and Grub, Subbase, limerock Base Asphalt, Stripping 5ignage, Concrete Sidewalk, Drainage System, Water Main, Water Services Drainage, Grading Flexible Paving, Markings Sidewalk, Roadway Signs Neighborhood Improvements, New Water System 901,753.00 200,000.00. 5. 703,753.00 $ 470,000.00 $ 180,000.00 Owner: City of Lakeworth West Palm Beach FI. New Water Main, Clear and Grub, Subbase, limerock Base Asphalt, Stripping Signage, Concrete Sidewalk, Drainage System, City of Sunrise 44th Street Improvement and Streetscape improvement 1,672,853.00 1,200,000.00 $ 472,853.00 $ 350,000.00 $ 1,100,000.00 Drainage, Grading Owner: City of Sunrise, Broward County, FL Flexible Paving, Markings Roadw ywidening, scope involves, subbase, timerock base Sidewalk, Roadway Signs milling, asphalt paving, concrete sidewalk and curbs, iodding, Landscaping Landscaping and irrigation, TOTALS 30,901,638.24 $ 8,213,727.00 $ 16,366,408.24 $ 4,066,402.00 J $ 5,097,000.00 1 9,163,402.00 STATE OF F€_OROA DEPARTMENT OF TRANSPOR ALON CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES ON FEDERAL -AID CONTRACTS (Compliance with 49CFR, Section 20.100 (b)) 375-030-33 PROCUREMENT 10/01 The prospective participant certifies, by signing this certification, that to the best of his or her knowledge and belief: 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 federal 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 info 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 or will be paid to any person for influencing or attempting to influence an officer or employee of any federal 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 of Lobbying Activities", in accordance with its instructions. (Standard Form-LLL can be obtained from the Florida Department of Transportation's Professional Services Administrator or Procurement Office.) 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 prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. COS Name ofGansu-Rant, t.15 J4, Dom` 8y: tt " r Dat 5JVf)1 Authorized Signature: Title: 217 Downtown Miami Signage and Wayfinding IT13 No.: 17-18-022 System - Project No.: B-30941 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION DISCLOSURE OF LOBBYING ACTIVITIES Is this form applicable to your firm? YES ❑ NO If no, then please complete section 4 below for "Prime" 375-030-34 PROCUREMENT e2r16 1. Type of Federal Action: a. contract b. grant c. cooperative agreement d, loan e. loan guarantee f. loan insurance 2. Status of Federal Action; a. bid/offer/application b. initial award c. post -award 3. Report Type: a. initial filing b. material change For Material Change Only: Year: Quarter: Date of last report: (mmidd/yyyy) 4. Nme,,and Address of Reporting Prime ❑ Subawardee Tier Entity: if known: 1a" 5. if Reporting Entity Address of Prime: in No. 4 is a Subawardee, Enter Name and 1 fvemxJe? f .i)taia-Tt . bt- Cj 41,004 12476 k t ilc trftt t ji Congressional Dstrict, if known: i Congressional District, if known: 4c 6. Federal Department/Agency: 7. Federal Program Narne/Description: CFDA Number, if applicable: 8. Federal Action Number, if known: 9. Award Amount, $ if known: 10. a. Name and Address of Lobbying Registrant (if individual, last name, first name, MI): b. Individuals Performing Services (includin0 address if different from No. 1Oa) (last name, first name, MI): 11. Information requested through this form is authorized by title 31 U.S.C. section 1352. This disclosure of lobbying activities is a material representation of fact upon which reliance was placed by the tier above when this transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10.000 and not more than $1 00,000 for each such failure. Signature: -,--- Print Name: qb W[till— �j Title: r WW1 — ,� { r� Telephone No.: / /12° ` 3?-3 Date (mm/dd/yyyy): C 4 Federal Use Only:77 Authorized for Local Reproduction Standard Form LLL (Rev. 7-97) Downtown Miami Bicycle and Pedestrian Mobility Improvements - Project No.: B-30940 218 ITB 17-18-022 375-030-34 PROCUREMENT 0T4f14 Page 2 of 2 INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.G. section 1352. The filing of a form is required for each payment or agreement to make payment to any lobbying entity 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 a covered Federal action. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1, Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a followup report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered Federal action. 4. Enter the fuliname, address, city, State and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate classification of the reporting entity that designates if it is, or expects to be, a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in item 4 checks "subawardee," then enter the full name, address, city, State and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment, Include at least one organizational level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Request for Proposal (RFP) number; Invitation for Bid (IFB) number; grant announcement number; the contract, grant, or loan award number; the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitment for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, State and zip code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b) Enter the full names of the individual(s) performing services, and include full address if different from 10 (a). Enter Last Name, First Name, and Middle Initial (MI). 11. The certifying official shall sign and date the form, print his/her name, title, and telephone number. According to the Paperwork Reduction Act, as amended, no persons are required to respond to a collection of information untess it displays a valid OMB Control Number. The valid OMB control number for this information collection is OMB No. 0348-0046, Public reporting burden for this collection of information is estimated to average 10 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed. and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget. Paperwork Reduction Project (0348.0046), Washington, DC 20503. Downtown Miami Bicycle and Pedestrian Mobility Improvements - Project No.: B-30940 2t8-1 ITB No.: 17-18-022 Name of Consultant/Contractor By: t 4 Date: . ` 2 J) c Title: ts-if CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION -LOWER TIER COVERED TRANSACTIONS FOR FEDERAL AID CONTRACTS (Compliance with 2 CFR Parts 180 and 1200) 375-030-32 PROCUREMENT 11115 It is certified that neither the below identified firm nor its principals are presently suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. 1i7(4L mni Instructions for Certification Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. if it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal,'" and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to: check the Excluded Parties List System website (https://www.epls.govl), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information, of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 219 Downtown Miami Signage and Wayfinding ITB No.: 17-18-022 System - Project No.: B-30941 i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment 220 Downtown Miami Signage and Wayfinding !TB No.: 17-18-022 System - Project No.: B-30941 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION NON -COLLUSION DECLARATION AND COMPLIANCE WITH 49 CFR § 29 ITEM/SEGMENT NO: F.A.R. NO.: MANAGING DISTRICT: PARCEL NO.: 575-CEC-13 RIGHT OF WAY 05I31 Page 1 or 3 COUNTY OF: Ad !' BID LETTING OF:/,,JTci our ar-44 of (NAME) pax--pD e of .tit-q4- Cri�tsfjlwer/tr s1911/4rD Jd elo { drl— (TITLE) (FIRM) rho s# c7Oit9ri `1 q{.,'63%18 (CITY AND STATE) , hereby declare that I am and that I am the person responsible within my firm for the final decision as to the price(s) and amount of this Bid on this State Project. I further declare that: 1. The prices(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement. for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to the bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any other frm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firrn has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting a complementary bid; or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this Declaration. 8. As required by Section 337.165, Florida Statutes, the firm has fully informed the Department of Transportation in writing of all convictions of the firm, its affiliates (as defined in Section 337.165(I)(a), Florida Statutes), and all directors, officers, and employees of the firm and its affiliates for violation of state or federal antitrust laws with respect to a public contract or for violation of any state or federal law involving fraud, bribery, collusion, conspiracy or material misrepresentation with respect to a public contract. This includes disclosure of the names of current employees of the firm or affiliates who were convicted of contract crimes while in the employ of another company. Downtown Miami Signage and Wayfinding System - Project No.: B-30941 22[ ITB No : 17-18-062 575-050-i 3 RIGHT OF WAY Page 2 of 3 9. l certify that, except as noted below, neither my firm nor any person associated therewith in the capacity of owner, partner, director. officer, principal, investigator, project director, manager, auditor, and/or position involving the administration of Federal funds: (a) is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions, as defined in 49 CFR §29.110(a), by any Federal department or agency; (b) has within a three-year period preceding this certification been convicted of or had a civil judgment rendered against him or her for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, State or local government transaction or public contract; violation of Federal or State antitrust statutes; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property; (c) is presently indicted for or otherwise criminally or civilly charged by a Federal, State or local governmental entity with commission of any of the offenses enumerated in paragraph 9(b) of this certification; and (d) has within a three-year period preceding this certification had one or more Federal, State or local government public transactions terminated for cause or default. 10. l(We), certify that !(We), shall not knowingly enter into any transaction with any subcontractor, material supplier, or vendor who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this contract by any Federal Agency unless authorized by the Department. Where I am unable to declare or certify as to any of the statements contained in the above stated paragraphs numbered (1) through (10), I have provided an explanation in the "Exceptions' portion below or by attached separate sheet. EXCEPTIONS: (Any exception listed above will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted, indicate to whom it applies, initiating agency and dates of agency action. Providing false information may result in criminal prosecution and/or administrative sanctions.) I declare under penalty of perjury that the foregoing is true and correct. CONTRACTOR: BY: P NAMEIP OB BY: Executed on this SIGNATURE (Seal) day of J - WITNESS: WITNESS: FAILURE TO FULLY COMPLETE AND EXECUTE THIS DOCUMENT MAY RESULT IN THE BID BEING DECLARED NONRESPONSIVE Downtown Miami Signage and Wayfinding System - Project No.: B-30941 222 ITB No.: 17-18-062 575-38473 RIGHT OF WAY 95101 Page 3 of 3 REQUIRED CONTRACT PROVISIONS This certification applies to subcontractors, material suppliers, vendors and other lower tier participants. - Appendix B of 49 CFR Part 29 -- Appendix B—Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion —Lower Tier Covered Transactions Instructions for Certification out below. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower her covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 You may contact the person to whom this proposal is submitted for assistance in obtaining a copy of those regulations. 5, The prospective lower tier participant agrees by submitting this proposal that it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled ''Certification Regarding Debarment; Suspension, ineligibility and Voluntary Exclusion --Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7 A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals Each participant may, but is not required to, check the Nonprocurement List, 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion —Lower Tier Covered Transactions (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntary excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Downtown Miami Signage and Wayfinding System - Project No.: B-30941 223 ITB No.: 17-18-062 Project No. B- 30941 CITY OF MIAMI CAPITAL IMPROVEMENTS PROGRAM SUBCONTRACTOR UTILIZATION FORM Project Title: Downtown Miami Sgnage & Wtiayfinding System Sheet No. of 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* CSBE N/A Type Number CBE Allied Singe 5ignage $ 1,124,290 62.50 6c) MogilI Road, Farmingdale NJ, FOOT 264 113034001 r 1 r I n 07727 n E1 ' n t II 0 0 El t ! EJ n n n to n n IJ IJ I I i J Li 0 n n n rn 1 1 .. L_1 I I • I I I I I * 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 State of Florida Departm ent of State I certify from the records of this office that ALLIED ENVIRONMENTAL SIGNAGE LLC is a New Jersey limited liability company authorized to transact business in the State of Florida, qualified on May 25, 2012. The document number of this limited liability company is M12000003001. I further certify that said limited liability company has paid all fees due this office through. December 31, 2018, that its most recent annual report was filed on February 1, 2018, and that its status is active. I further certify that said limited liability company has not filed a Certificate of Withdrawal. Given under fay hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the First day ofFe&ruary, 2018 llotA 04,10k Secretary of State Tracking Number: CC4871425406 To authenticate this certilicatc,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunhiz.org/FilingslCertificatcOfStatus/CertificateAuthen tication FLORENG-03 CERTIFICATE OF LIABILITY INSURANCE CBARTO DATE (MMtDOIYYYYI 12/20/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(5), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Collinsworth, Alter, Fowler & French, LLC 8000 Governors Square Blvd Suite 301 Miami Lakes, FL 33016 Florida Engineering & Development Corp. 12076 NW 98th Avenue Hialeah Gardens, FL 33018 COONTTACT Victoria G Plumley NA PHONE FAX LAX, No):(305) 558-4294 • i INSURER a INSURER C INSURER D INSURER E_--------.-......_.__.._.� INSURER F : IArC, No, Eat):____ vplumley r(7x cafflic.com INSURER(SJAFFOROING COVERAGE INSURER A: Libety_Mutua) Fire Insurance Company--_-_.- , 23035 COVERAGES CERTIFICATE NUMBER: 911...a IJILJI. IYLfinca rL' THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NO1WTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TH#S CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES_ LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IT15R `At,OL:SUBR`- E,TR . TYPE Of INSURANCE N , y'�rn POLICY NUMBER POLICY EFF IY pOLECY EXP i €7�. fMMIDWYYYYL 1MMIDDoryyyi LIM€T$ ---"""----- ' COMMERCIAL GENERAL LEA BILITY ! -_ i ---t I --'^, i " :EACH OCCURRENCE $ .�-._.,_,..._............._.-,............ ., �� ! PREMISE. JEA occurrencel i..$ CLAIMS -MADE I OCCUR _ .' ; 1 ;. DAMAGE TORENTED _ .. _ I 1 ` MEO EXP (Any anepersonJ4$ -- PERSONAL ; & ACV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: I I I GENERAL AGGREGATE I $ POLICY I JE O I LOC : - _ PRODUCTS - COMP/OP AGG $ - ' OTHER: —,. g COMBINED S€NGLE AUTOMOBILE LIABILITY 1 I LIMIT _(E _15rik'enl)- --- ---�------,1 : ANY AUTO - : -- - I BODILY INJURY (Perpersani E.§ _ OWNEDSCHEDULED US i BODILY !NJU2.-Y -P-er-a--c-tIde_r_9 $ HIRED NUN YvLD PROPERTY DAMAGE ONLY ..NTOCN ; .Lra¢iden r$ - %$ _ -----__. ____ - - --- ' UMBRELLA LAB OCCUR I _ EACH OCCURRENCE ;.$ EXCESS LEAK : CLAIMS -MACE; I 1 ':.AGGREGATE $ . DEDRETENTION S I $ A WORKERS COMPENSATION ` X . �PERTif[ H AND EMPLOYERS' LIARIUTY :ANY PROPMETCRfFARTN£RIEXECUTIVE + ,. _ - WC2Z51291947047 ' 12/31/2017 12/31i2018:�.._.. NT OFr'IC€R/MEMBER EXCLUDED? N I: N f A : ,E.4 EACH A,,CtnENT $ ---__..__ 1,000,000 _.... 1,onb,noo 1,ti00 000 I i ;Mandatory In NH) - i , EL.DISEASE EA EMPLOYEEI 3 4r es, describe under :DESCRIPTION or OPERATIONS below E.L DISEASE -POLICY LIMIT = $ I• I € i DESCR!PT€ON OF OPERATIONS./ LOCATIONS! VEHICLES (ACORD In Additional Remarks Schedle. may be attached if more space Is required) Waiver of Subrogation is Automatic when required by written Contract CERTIFICATE HOLDER ACORD 25 (2016/03) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. rti.,, Arn»n .. ��.r �.,.... »�.- ��....�-�.e ..,.. _r,,, ,,c Arnnn ...--- GERTI ICATE O_ F LIABILITY INSURANCE j r �z f DATE (MI+VODry Yyy) THIS CERTIFICATE IS ISSUED AS. A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS I 04/Q3/2D17 LDEFi, THIS CERTIFICATE DOES MOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE C VERA THE FFORDED B HpE BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN! COVERAGE AFFORDED 8Y THE POLICIES REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. THE ISSUING fttiSUFiER(5), AUTHORIZED IMPORTANT: it the certificate holder is an,4DDfTipNAL IWSURED,the atiC if SUBROGATION itV IS WAIVED, subject to the terms and Conditions of the polity, certain policies oe;ve ADD ADDITIONAL fire an en provisions or he endorsed. I this certificate does not confer rights to the certificate holder in lieu of such endorsemenl(a)P Y require an end vrsement. A statement on PRODUCER c NTACT Collinsworth, Alter, Fowler & French, LLC { gel: fiay59 Gomez 8000 Governors Square Blvd I PHDNe Suite 301 Miami Lakes, FL 33016 INSURE€, Florida Engineering & Development Corp. 12076 NW 98th Avenue Hialeah Gardens, FL 33018 (ruc, Nn, E fl: (305) 822-7800 _ ��� —1— _ �___—__---.— Dn s rgo( rn0e5 affilc.c y --�— !l'c,Nal:(305) 362-2443 1`-- __INSURER(S) AFFQyROING COVERAGE • �_ -'-_-_._. INSUREi2A:..rber i fill lltt73t Ir1S �O "'4— �..,__ NA IC A I INSURER ----- —.. € INSURER D : i i INSURER E: - ..._.._._ INSURER F : ._.�_ _...------- - --- COVERAGES CERTIFICATE NUMBER: THIS 1S TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSUREDREVISION NUMBER: — INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM DR CONDITION OF ANY CONTRACT OR OTHER CUMEDABIVE FOR TI-{E TOLICyPERIOD ii--- CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRI DOCUMENT I SUB EXCLUSIONS AND CONDITIONS OF SUCH POL€CIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. EO HEREIN IS RESPECT TO WHICH THIS NSR AODLSUR; SUBJECT TO ALL THE TERMS, LTR TYPE OF INSURANCE INSO' WVD' POL€CY NUMBER i POLICY EFF T pOL1CY EkP �`- --� A , X ; COMMERCIAL GENERAL LiA61LITY 1MPf10OlYYYY} [Mu11DO YYYY --"— i CLAIMS GE.N'L AGGREGAT_ E €.IMIT APPLIES PER: POLICY E 28. G, LOC OTHER, A AUTOMO8iLE LIABILITY X ANY AUTO OWNED .`—yI SCHEDULED Ai17OS ONLY - AUTOS HIRED ' NON -OWNED __ .. AUTOS ONLY ! AUTOS ONLY I X UMBRELLA LiAB X OCCUR EXCESS LAB - CLANS -MAC. i DEO X ^, RETENTION $ fc,000 TB7Z51291947027 A52251291547017 Tfi7251261947037 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY N ANY PROPRIETOR/PARTNER/EXECUTIVE { "' OFFICER/MEMBER EXCLUDED? .. N . (Mandatary in NH) _--. If yesdescribe under DESCRIPTION OP OPERATIONS below A! LIMITS L EACH OCCURRENCE $ 1,000 000 04/01/2017 ` 04/011201a CiAM-Jks to 108,000 04/01/2017 ;. PREM1St$ {Fa occurrence $ MED EP_Any uneirersonj____ t . ,_....__..�6,000 r I'ERSONAL & ADV INJURY 1 ,_.Y 1.000 ntrn GENEf;gi. AGGREGATE..-- `- s 2,000,000 i PF0OLCT__comp____ PAGc's t1Ef 2,0,(1D11 GOMgiNED 51ItGLE L!MIT I s ,iEa i3G_.e 1,11._ #,0t30,ti00 ESOOILY INJURY LPa eriden S - 60Dn Y #NJiJRY tPer acudeng $ PROPERTY DAMAGE 1.._-- Per sc;idenlL.A-_.-- - '. $ i s r Ij EACH OCCURRENCE s 5,000,000 04l0112017 04/0112018 ; --- ..AGGREGAT_ �g-9regate_ PAR $ 5,000,000 _SrATU7E . OTH- _LEACH ACCIDENT -.-_..,.- S EL. DISEASE - EMPLOYEE' 3 E.L. DISEASE . POLir,y LIMIT DESCRIPTION OE OPERATIONS i LOCA TIONS / VE ICLES IACORO 101, Additional Remarks Schedule, may be attached it more space Ls r fired) CERTIFICATE HOLDER Florida Engineering & Development Corp. 12076 NW 98th Avenue Hialeah Gardens, FL 33018 CANCELLATION SHOULD ANY OF THE ABOVE OESCR[ESED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH DIE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE �+�Vi� ACORD 25 (2016iO3) et 1988-201 RD CORPORATION. All rights reserved, IJ The ACORD name and logo are registered marks of AGORA Local Business Tax Receipt Miami -Dade County, State of Florida -THIS ES NOT A DU— DO NOT PAY 5891131 BUSINESS NAME/LOCATION RECEIPT NO. FLORIDA ENGINEERING AND DEVELOPMENT CORPREN JAL 12076 NW 98 AVE 51444968 HIALEAH GARDENS FL 33018 OWNER FLORIDA ENGINEERING AND Worker(s) 12 . EXPIRES SEPTEMBER 30, 2018 Must be dlspiayed at place of business Pursuant to County Code Chapter 8A - Art, 9 & 10 SEC. TYPE OF BUSINESS 196 GENERAL BUILDING CONTRACTOR CGC045310 PAYMENT RECEIVED BY TAX COLLECTOR 851 00.-08/29/2017 FPPU02- 17=021745 This Local Business Tax Receipt on€y confirms payment of the Local Business Tax. The Receipt is Cot a license, permit, or a certification of the hotder"s qualifications, to do business. Harder most comply with any governmental or nongovernmental regulatory laws and requirements which eppfy to the business. The RECEIPT ND, above must be dispieyed onell commercial vehicles - Miami -Dade Code See ita-2M. For more information, visit elireaxeoltecter ' ltjr }'i' i lq iii Ijl , i t'j' �! ► �#,lrj1� �14,1: n , e � � 114,0 0111 hr i ,�IUII lri"�'Isl� tliij I�li�� `' �L1iG41j IjlIiiijIi •-i. .L'lllly'i9i'' 1. 71RInilirilli'lli,12 ILSr''t i I ,��p I iNE34,I1J 91i. 111'317 i '4 dk p�.r,11 � E r� 41 tilt'. Jilt'' iE i l }= �. i oilI,� �lli ji-, lignqltjw I 1 Jritt EPIC , fl ' i di i '44411 ii'I i'rjgii! Ei lil 11i ' il$I �t ', 111}fil I hr ,14, > tii if1: `! li i iIi rhi � jila III ii t iti tw l i,j I I tII `!' I wit tp' ' ; I�c I.1 , i1. IIWf!}�!!IIC iHilyISiUII1IIII !il !i�isl'li F EMS I l 11' iLI,►I 13 RICK SCOTT GOVI.UUNOR FDDT • Florida Department of Transportation 605 Suwannee Street Tallahassee, FL 32399-0450 April .201E El.:CP.11)A ENGINEEPJNG & DEVELOPMENT CORP 120-76 9ii.TH AVE HIALEAH C.:2,1%.P.DE, FLGRIDA 3301E PE: CERTIFIC.ATE OF clUALIFKATTC,N. Nil KE DEW SECRETARY Dear Sir/Nadam MP Department of Transportation has qualified ycr company tor tbe tyne .0f work indicated below. Ubless yc.,Ir company is nottfied otherwlse. Certificate of °Lalificati.cn will expire E73012019. liowever, the new appii,.ation is due 4/30/2019. In accordance with 5.337.14 (1) F.S.your next application must be filed Within (4) months of the ending date of the applicant's audited annual financial statements. If your company's maximum capacity has been revised, you can access it by logging into the Contractor Prequalification Application System via the following link: ETTPS //fdotWp1.d0t.state.fl.us/ContractorPreQualification/ Once logged in, select 'View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT APPROVED WORK. CLASSES: DRAIN,T1GE, FENCING, GRADING GRASSING, SEEDING AND 507.0iNG, RCA7WP,Y SILSWALK., Water Main you itay apply for a Revised Certi.fio.at.e. of c]ualitioat.icb at any time pric,r to the eNp:Lrat.ton date of this certifi7ate according to Section 14-22.0041C31, Florida Cdde (F.A.C,), by aco.:essi.11 yocr most reoeritly apprcv.ed appitcntlon as shbwn above and ccs..:ng .7pdate" J.nstead of "View.' If certification in a-d;.tinal clasds1 of wark Sdti,siied, documentation is needed tO 6hCA, that ve1;17 cc,mPanY done, sucil work. with yor own forces ar3 equipment cr that experence was clained with ancther contrctc,r and that yuu have the necessary equipment for etch additnAl of wurk regimsted. All pregu-allfied c.ntractors are rquire.0 by Section 14-22.0063), o therir work t.:•de.r.wav monthly in order to adjst maximdding daacity to available capacit. Yeu can ficl the i.hk to this report at the "Alan Autry, M,lager Contracts A';1nistratin Offic-e www.fdot.gov 6/21/2018 Licensing Portal - License Search 7:58:09 AM 88/21/2018 Data Contained In Search Results Is Current As Of 06/21/2018 07:57 AM. Search Results Please see our glossary of terns for an explanation of the licenser status shown in these search results. For additional information, including any complaints or discipline, click on the name. License Type Name Certified General FLORIDA ENGINEERING AND Contractor DEVELOPMENT CORP Name Type DBA License Location Address*: 7950 SW 7BTH ST MIAMI, FL 33143 Main Address*: Certified Underground Utility and Excavation Contractor License Number/ Rank CGC045310 Cert General 12076 NW 98TH AVENUE HIALEAH GARDENS, FL 330 FLORIDA ENGINEERING AND DEVELOPMENT CORP Status/Expires Current, Active 08/31/2018 DBA CUC1224714 Current, Active Cert Under 08/31/2018 Main Address*: 12076 NW 98TH AVENUE HIALEAH GARDENS, FL 33018 Certified General FLORIDA ENGINEERING AND Contractor DEVELOPMENT CORP DBA CGC1511029 Null and Void, Cert General 09/14/2012 Main Address*: 12076 NW 98TH AVENUE HIALEAH GARDENS, FL 33018 Construction Business Information FLORIDA ENGINEERING AND PrimaryBusiness DEVELOPMENT CORP Info Main Address*: 12E176 NW 98TH AVENUE HIALEAH GARDENS, FL 33018 Current denotes Main Address - This address is the Primary Address on file. Mailing Address - This is the address where the ma] associated with a particular license will be sent (IF different from the Main or License Location addresses). License Location Address - This is the address where the place of 'business is physically located. 2601 Blair Stone Road, Tallahassee FL 32399 ; ; Email: Customer Contact Center :: Customer Contact Center: 850.487.1305 The State of lorida is an AA/EEO employer. Copyright 2007-2010 State of Florida. Privacy Statement Under Florida tav,, email addresses are public record':.s. It you do not want your email address released in response to a ptibl c,records requeat, dci not send eleck:; crnir_ mail to this entity. lr,eler d. -_ ntact the. office by phone or by ir-5d;u;nai mail. If you have ally questions, please canto£,: 850,487,1395, ',Pursuant to. Soinn 455.275(1'1 Florida statutes, effective October 1, 2012, licensees i€ rod under Chapter 455, F.S. must provide Ine De,pa-,rnert with an €rr,ail address ir tiley have one. The ernalla provided may be used for oPfidel cmm�i rnicatior: with the licensee. However email a: dresees are pubic record_ It r.su do not Isn to supply a persooai address, please provide the Department with an email ar rirass which:: can be made available to the public. https:f/www.myfloridaiicense.com/w111.asp?mode=2&search=Nalne&S!D=&brd=&typ= 1/1 6/21/2018 DBPR - VEGA, JOSE ANTONIO; Doing Business As: FLORIDA ENGINEERING AND DEVELOPMENT CORP, Certified General Contra... 7 58.48 AM 6/21/2018 Licensee Details Licensee Information Name: Main Address: County: License Mailing: VEGA, JOSE ANTONIO (Primary Name) FLORIDA ENGINEERING AND DEVELOPMENT CORP (DBA Name) 12076 NW 98TH AVENUE HIALEAH GARDENS Florida 33018 DADE LicenseLocation: 7950 SW 78TH ST MIAMI FL 33143 County: DADE License Information License Type: Certified General Contractor Rank: Cert General License Number: CGC045310 Status: Current,Active Licensure Date: 11/19/1988 Expires: 08/31/2018 Special Qualifications Qualification Effective Construction Business 12/02/2008 Alternate Names View Related License Information View License Complaint 2ofl1 Blair Stone Road, Tallahassee FL 32399 Ern,,if: Custorn_r Contact Center :: +Cust.orner Coronet Ce=^ter: 85,,0.43).1395 T,-r:: St.at-,-: of Florida Is. an A,S;' EO r, Copyright 2007-2010 State of Florida, Privacy Statement adu21,_r..: record:i, 11 you dry not ,a:_= your it -ail a..di -ss is _emu r,:spon,_ ru a _ubiic record; request, do rot se•ld =l- rrr,ir rri3J irstr,/; coma.-_ the .:fti,._.p. ,:rr:- ;r by :odi. ^d:af :nail. It yr,u 1 ,_.,, ar.y quest alr.a._ contact "Fursuaeir to Section 4_ 7,._7 t Fl,ricle St4tutes, errs-=i. t, Ono:Aber'1, 20.12, Iit._nsad a t._. Chapter ' SS, ES. must provide the Der, n,-n w1t.1.a _ EI address i1 _y !:.3 to of e.. T .-1rsttil5 provided 'r, :bE. used ter official a iiir.at,io with the lir_e�rsea, H' .-;r_2+�. _r: ail d r:_.,.:__ are public 2c .rd. If you :d hot wish to :supply a 7r: a add o> , pleas2 n o itlE thr f).4.:,artir,,!:nt with an email a r s can €,- rriarit tr the pubic. https://www.rnyflaridaficcnse.carJLicenseDetail.asp?SID=&id=9DE771 E1 F4B3CDBCB6CD1F4513C6200A 1/1 6121/2018 CBPR - VEGA, JOSE ANTONIO; Doing Business As: FLORIDA ENGINEERING AND DEVELOPMENT CORP, Certified Underground tit... 7:5926 AM 6/21/2016 Licensee Details Licensee Information Name: Main Address: County: License Mailing: LicenseLocation: VEGA, JOSE ANTONIO (Primary Name) FLORIDA ENGINEERING AND DEVELOPMENT CORP (DI3A Name) 12076 NW 98TH AVENUE HIALEAH GARDENS Florida 33018 DADE License Information License Type: Certified Underground Utility and Excavation Contractor Rank: Cert Under License Number: CUC1224714 Status: Current,Active Licensure Date: 04/21/2009 Expires: 08/31/2018 Special Qualifications Qualification Effective Construction Business 04/21/2009 Alternate Names View Related License Information View License Complaint 2601 Blair Stone Road, Taffahassee FL 32399 :: Email; Customer Contact Center : Customer Contact Caiter: 050,487.1395 The State of Florida ;5 in AA/EEO employer. Copyright 2007-2010 State of .Florida„ Privacy Statement Under Florida iaw, errail addresses are public: records. Lf yo-u do not want your email adciri.:-!ss released in respone to a public -records request, do ne...,t send eiezftronfc mail to this entity. Instead„ contad the office by phone or by traditional mail. IF you have any questions, olea.. or•,tact 850.357.1395, '.,Pursuant to •Section 455.275(1), Florida Statutes, effect.Pie: October 1, 2012, licensees licensed under Chapter 455, F.S. must provide the Department with an email address if they Rave one, The emalls provided may be used for official communication with the licensee. Howe.ver emad ader'eF,ses are pub-lic r-ecord. If you do not wish to supply a pcer..wool a1dres5, please proVide Me Department with an email address which can be made available to the pubiic, https://www.myflordalicense,com/LcenseDetail.asp?SlD=&id=DEFFBE18115500EDOD6CC403E681E0E8 1/1 6/21/2018 DBPR - FLORIDA ENGINEERING AND DEVELOPMENT CORP. Construction Business Information 7:59:50 AM 6/21/2018 Licensee Details Licensee Information Name: Main Address: County: License Mailing: LicenseLocation: License Information License Type: Rank: License Number: Status: Licensure Date: Expires: Special Qualifications License Returned Alternate Names This is a business tracking record only. Click here for information on how to verify that this business is_prgperiy_ticensed.. FLORIDA ENGINEERING AND DEVELOPMENT CORP (Primary Name) 12076 NW 98TH AVENUE HIALEAH GARDENS Florida 33018 DADE Construction Business Information Business Info Current 04/12/2006 Qualification Effective 11/04/2008 View Related License Information View License Complaint 2601 Blair Stone Road, Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer ContacE Center: 850.487.1395 The State Of Florida s an AAJEEO employer. Copyright 2007-2010 State of Florida. Privacy Statement Under Florida law, email addresses are public. records. If you do not want your email addr s:: released in response to a public -records request, do not send electronic rnai! to this entity% instead contact the office by phone or by redrtianat mail. If you have any questions, please contact 650.487.1395. 'Pursuant to Sectk-nn 455.275(1;, Florida 5tehJtes, effective October 1,, 2012, licensees licensed under Chapter 455, F.S.must provide the Depaitroent of €h an email address if they have one. The en -ails provided may be used for official communication with the licensee. iowcIer email addresses are public record. If you do not rash to supply a personal address, plee,e provide the Department with an email address which can be made available to the public. ht-tps://www.myfloridalicense.com/LicenseDetail.asp7SIO=&id'B1891 C2215231 EF7FD6924A47C66E35E 1/1 6/11/2018 Prequalified Vendor Search FDOT Return to Inquiry Menu Contractor Pre --Qualification (CPQ) .152 r—:fr F 2,1 $ -mot +4, ":. 15 Prequalified Contractors Listing Contractor with Name ALLIED ENVIRONMENTAL SIGNAGE 1-1 of 1 contractors Printer Friendly Version VENDOR NAME ALLIED ENVIRONMENTAL SIGNAGE F264113034001 EXPIRES: 6/30/2018 WORK CLASSES ROADWAY SIGNING HOME OFFICE ADDRESS 69 MEGILL ROAD FARMINGDALE, NJ 07727 (732)751-1818 6/11/2018 1:05:50 PM EST BIDDING OFFICE ADDRESS 69 MEGILL ROAD FARMINGDALE, NJ 07727 (732)751-1818 FDOT infarmat on Syslen-,s FLORIDA DEPARTMENT OF TRANSPORTATION Report Technical Problems to the Service Desk @ 1-866- 955-4357 or email: Service Desk Send Prequalification Questions or Comments to Contracts Administration Office Internet Privacy Policy D sck imers & Credits https./itdatwp1.dol.state.fl.uslcontraciorprequaliitcalion/public.°F'requalifiedVendorSearct .aspx 1/1