Loading...
HomeMy Public PortalAbout19-9704 RJ Spencer Construction for Roofing ServicesSponsored by: City Manager RESOLUTION NO.19-9704 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, ACCEPTING THE PROPOSAL OF RJ SPENCER CONSTRUCTION, LLC FOR ROOFING SERVICES / INTERIOR AND EXTERIOR REMODELING PURSUANT TO RFP NO. 19-0314100 RELATING TO PROPERTY LOCATED AT 2105 ALI-BABA AVENUE; FURTHER AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT; PROVIDING FOR ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on August 30, 2019, the City of Opa-Locka received two bid proposals relating to RFP# 19-0314100 for roofing services/ interior and exterior remodeling for property located at 2105 Ali -Baba Avenue, Opa-Locka, FL; and WHEREAS, the bid proposals were received from RJ Spencer Construction, LLC and from Diamanti Construction & Development, Inc.; and WHEREAS, RJ Spencer Construction, LLC was the lowest bidder for the work to be performed at a fixed cost bid amount of Four Hundred Forty Nine Thousand, Seven Hundred and Fifty Dollars (S449,750.00); and WHEREAS, the City Manager recommends acceptance of the bid amount and requests approval for the City to enter into an agreement with RJ Spencer Construction, LLC in an amount not to exceed the bid price; and WHEREAS, the City Commission finds that acceptance of the bid amount is in the best interest of the City of Opa-Locka and its residents. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. Adoption of Representations.The above recitals are true and correct and are incorporated into this Resolution by reference. Resolution No. 19-9704 Section 2. Acceptance of Proposal and Authorization of Agreement. The City Commission of the City of Opa-locka, FL hereby accepts the proposal of RJ Spencer Construction, LLC relating to RFP# 19-0314100, for roofing services/ interior and exterior remodeling for the property located at 2105 Ali -Baba Avenue, Opa-Locka, FL and authorizes the City Manager to execute an agreement with contractor in an amount not to exceed Four Hundred Forty Nine Thousand, Seven Hundred and Fifty Dollars (S449,750.00), in a contract form to be approved by the City Attorney. Section 3. Effective Date. This Resolution shall take effect immediately upon adoption by the City Commission of the City of Opa-locka and approval by the State of Florida. PASSED and ADOPTED this 9t day of October, 2019. Matthew A. Pigatt, Mayor A EST: Joa a Flores, City Clerk APPROAS TO FORM AND LEGA ICIENCY: Bkirdette Norris -Weeks, P.A. Moved by: Commissioner Burke Seconded by: Commissioner Kelley VOTE: 4-0 Commissioner Bass Yes Commissioner Burke Yes Commissioner Kelley Yes Vice -Mayor Davis Absent Mayor Pigatt Yes City of Opa-Locka Agenda Cover Memo City Manager:1; Newall J. Daughtrey CM Signature: \N, :,,,,,Liyi nanc ` in. j,//\ er Commission Meeting Date: 10.09.19 Item Type: (EnterX in box) Resolution X Fiscal Impact: (EnterX in box) Yes No Ordinance Reading- (EnterX in box) 1st Reading 2nd Reading x Public Hearing: (EnterX in box) Yes No Yes No X X Funding Source: Account# : (Enter Fund & Dept) Ex: Advertising Requirement: (EnterX in box) p Yes No X Contract/P.O. Required: (EnterX in box) Yes No RFP/RFQ/Bid#: x Strategic Plan Related (EnterX in box) Yes No Strategic Plan Priority Area: Enhance Organizational m Bus. & Economic Dev = Public Safety m Quality of Education m Qual. of Life & City Image m Communcation moi Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X Sponsor Name City Manager Department: City Manager Short Title: A resolution authorizing the City Manager to accept the proposal of RJS Construction for Roofing Services/Interior and Exterior Remodeling pursuant to RFP No. 19-0314100. Staff Summary: Staff recommends approval based upon the committee's review, evaluation, scoring and ranking of the proposals, submitted. Therefore, it is the recommendation of the Selection Committee that the City negotiates and enters into an agreement with RJS Construction. L Proposed Action: Enter into an agreement with the lowest responsive responsible bidder. Attachment: Memorandum to City Commission Request for Proposal (RFP) #19-0314100 Bid Certification Copy of proposals received Office, ,)z rye Vim, Newall J. Daughtrey Acting City Manager To: From: Date: Re: Mayor Matthew Pigatt Vice Mayor Chris Davis Commissioner Sherelean Bass Commissioner Alvin Burke Commissioner Joseph L. Kelley Newall J. Daughtrey, Acting City Manager October 4, 2019 Resolution: Committee Selection for Roofing Services/Interior and Exterior Remodeling Telephone: (305) 953-2821 Email: njdaughtrey@opalockafl.gov Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY,:OF OPA-LOCKA, FLORIDA, ACCEPTING THE PROPOSAL OF` RJS CONSTRUCTION"' FOR ROOFING SERVICES/INTERIOR ` AND EXTERIOR REMDELING PURSUANT TO RFP NO. 19-0314100• FURTHER AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH THE LOWEST RESPONSIVE RESPONSIBLE BIDDER; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. Description: Roofing Services/Interior and Exterior Remodeling for the property located at 2105 Ali -Baba Avenue, Opa-locka, FL 33054. Analysis: Bid proposals were received by the Office of the City Clerk on August 30, 2019 at 1:00 p.m. The City Clerk's Office opened sealed proposals and certified the bids under the provisions of Sec. 2-320.1 of the City's Code of Ordinance. The following two (2) companies submitted proposals: RJS Construction Diamanti Construction The evaluation committee met on September 12, 2019 to review proposals. Members of the evaluation committee included: Arshad Vigar, City Engineer Gerald Lee, Community Development Planner King Leonard, Building Maintenance Superintendent Rich Oddman, Sr. Accountant Carlos Gonzalez, Project Manager Each committee member's review evaluation and scoring of proposals were based on the following criterion and weight system: Criterion Weight Financial Soundness 10% Participation Requirements 15% Technical Approach 20% Management Capability 20% Health and Safety 5% Reputation 10% Cost 20% Below you will find selection committee evaluations that include scoring of the two (2) proposals Submitted / received: Name Company Name Rating Company Name Rating Arshad Viqar RJS Construction 4.15 Diamanti Construction 3.75 Gerald Lee RJS Construction 3.65 Diamanti Construction 2.25 King Leonard RJS Construction 3.85 Diamanti Construction 2.00 Rich Oddman RJS Construction 3.50 Diamanti Construction 3.05 Carlos Gonzalez RJS Construction 4.15 Diamanti Construction 2.55 RJD CONSTRUCTION TOTAL 3.86 DIAMANTI CONSTRUCTION TOTAL 2.72 Recommendation(s): Staff recommends approval based upon the committee's review, evaluation, scoring and ranking of the proposals submitted. Therefore, it is the recommendation of the Selection Committee that the City negotiates and enters into an agreement with RJS Construction. Attachments: Request for Proposal (RFP) #19-0314100 Bid Certification Committee Evaluation Forms Bid Proposals EVALUATION MATRIX RFP No. 19-0314100 Roofing Services/Interior and Exterior Remodeling Firm Name: Evaluation Criterion RJS Construction Reviewer Name: Weight Financial Soundness 10% Participation Requirements 15% Technical Approach 20% Management Capability 2013/0 Health and Safety 5% Reputation 10% Cost 20% Total 100% Firm Name: Evaluation Criterion Arshad Rating Viqar Score 4 0.40 5 0.75 4 0.80 4 0.80 4 0.20 4 0.40 4 0.80 4.15 Gerald Rating Lee Score 3 0.30 4 0.60 4 0.80 3 0.60 3 0.15 4 0.40 4 0.80 3.65 King Leonard Rating Score 4 0.40 4 0.60 4 0.80 4 0.80 5 0.25 4 0.40 3 0.60 3.85 Diamanti Construction Rich Oddman Rating Score 4 0.40 3 0.45 3 0.60 3 0.60 5 0.25 4 0.40 4 0.80 3.50 Reviewer Name: Weight Financial Soundness 10% Participation Requirements 15% Technical Approach 20% Management Capability 20% Health and Safety 5% Reputation 10% Cost 20% Total 100% Reviewer: Arshad Viqar Gerald Lee . King Leonard Rich Oddman Carlos Gonzalez AVERAGE RATING Arshad Rating Vidal* Score 4 0.40 4 0.60 4 0.80 4 0.80 3 0.15 4 0.40 3 0.60 3.75 Gerald Rating Lee Score 4 0.40 2 0.30 2 0.40 2 0.40 3 0.15 2 0.20 2 0.40 2.25 King Leonard Rating Score 2 0.20 2 0.30 2 0.40 2 0.40 2 0.10 2 0.20 2 0.40 2.00 FIRM SELECTED RJS Construction 4.15 3.65 3.85 3.50 4.15 3.86 Diamanti Construction 3.75 2.25 2.00 3.05 2.55 2.72 Rich Oddman Rating Score 2 0.20 3 0.45 3 0.60 3 0.60 2 0.10 3 0.30 4 0.80 3.05 Carlos Gonzalez Rating Score 4 0.40 5 0.75 4 0.80 4 0.80 4 0.20 4 0.40 4 0.80 4.15 Carlos Gonzalez Rating Score 4 0.40 3 0.45 2 0.40 2 0.40 0 0.00 3 0.30 3 0.60 2.55 EVALUATION FORM RFP No. 19-0314100 Roofing Services/Interior and Exterior Remodeling By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Criterion ARs AD V WAR' (9k t S A -- Wei h Descri tion Financial Soundness 10% Bonding capacity and insurance coverage. Participation Requirements 15% Requirements associated with funding sources. Contractor's history with MBE / VVBE (minority/woman-owned business). Approach to employment inquiries on site. Technical Approach 20% The thoroughness, clarity, and soundness of the proposed construction approach. Management Capability 20 (Y0 Past performance and quality (references) Project management organization Experience of technical personel Health and Safety 5% Safety OSHA Incident rate Management safety accountability Reputation 10% Length of time in business Past owner/contractor relationship Cost 20 % Total cost of the project. Total Firm Name: Evaluation Criterion 100% g j SFENcER Co nl:')-7R ucT I o (1/41 I, LC Ratin Financial Soundness 4 Participation Requirements 5 Technical Approach Li - Management Capability 1-i Health and Safety Li, Reputation 1-1- Cost l'i Firm Name: Notes: 1-11 ,S g rkt..,:.2_ 7 S Date: --Stbt • / Z , 2-0 ci Rating Scale 0 Fails to Fit 1 Poor Fit 2 Fair Fit 3 Good Fit 4 Very Good Fit 5 Excellent Fit "tk.L . v"- (Al (A,: ( 0 d ‘'-'0iA.-k C.1.1,;-* Pia-1414,-4 ed A - „i? A - i)-as 144,4ti;tti r:s J L Do {e, a a t-t D fe1AN 'T I C /‘; cTt o nj X v o PIA E:/u 7- I ivcr, , Evaluation Notes: Criterion Ratin Financial Soundness II Participation Requirements H Technical Approach I-f Management Capability Lt. Health and Safety 3 Reputation Lt Cost 3 6i.d c(w.. u vi„,..c L uk ct 614- IA4 11%."'J-• teevl_ 3.)-71—,:-,t-v. '11 EZ-- A - I S lii,S ,f7 AD A t- — [44: • CA.. • ,1" 0.574 A (-6-3i%1/4-C L ci OC EVALUATION FORM RFP No. 19-0314100 Roofing Services/Interior and Exterior Remodeling By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Criterion e� t IQl ` L r Date: — 1, " 1 Cj Descri )tion Financial Soundness 10% Bonding capacity and insurance coverage. Participation Requirements 15% Requirements associated with funding sources. Contractor's history with MBE / 1NBE (minority/woman-owned business). Approach to employment inquiries on site. Technical Approach 20% The thoroughness, clarity, and soundness of the proposed construction approach. Management Capability 20% Past performance and quality (references) Project management organization Experience of technical personel Health and Safety 5% Safety OSHA Incident rate Management safety accountability Reputation 10% Length of time in business Past owner/contractor relationship Cost 20% Total cost of the project. Total 100% Firm Name: c� 4aki C Gi( C.,014v-R tic-7- to x-f Evaluation Criterion Ratin Financial Soundness Participation Requirements Technical Approach Management Capability 3 Health and Safety 3 Reputation `'I Cost Firm Name: Evaluation Criterion Ratin Notes: Ratin 4 Scale 0 Fails to Fit 1 Poor Fit 2 Fair Fit 3 Good Fit 4 Very Good Fit 5 Excellent Fit 11 l C-DNSTRue.,T10,4 t,S0i3l.OrItAGKI 7- r Financial Soundness Participation Requirements 1 Z. Technical Approach Management Capability a Health and Safety 3 Reputation 2-, Cost a Notes: EVALUATION FORM RFP No. 19-0314100 Roofing Services/Interior and Exterior Remodeling By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Criterion Description Financial Soundness 10% Bonding capacity and insurance coverage. Participation Requirements 15% Requirements associated with funding sources. Contractor's history with MBE / WBE (minority/woman-owned business). Approach to employment inquiries on site. Technical Approach 20% The thoroughness, clarity, and soundness of the proposed construction approach. Management Capability 20% Past performance and quality (references) Project management organization Experience of technical person& Health and Safety 5% Safety OSHA Incident rate Management safety accountability Reputation 10% Length of time in business Past owner/contractor relationship Cost 20% Total cost of the project. Total Firm Name: Evaluation Criterion 100% Ratin p-3-- C$ corN5-tYuch Otn , Financial Soundness 'Y Participation Requirements Li Technical Approach 4/ Management Capability 1/ Health and Safety 5 Reputation 41 Cost 3 Firm Name: Evaluation Criterion Notes: 1 Avv.OvilT ‘ C-ohs r.9" bevel npry,-c,T , re, C Notes: Rating Financial Soundness 2 Participwion Requirements Technical Approach Management Capability 2.- Health and Safety g- Reputa ion 2 Cost 2 Date: Rating Scale 0 Fails to Fit 1 Poor Fit 2 Fair Fit 3 Good Fit 4 Very Good Fit 5 Excellent Fit EVALUATION FORM RFP No. 19-0314100 Roofing Services/Interior and Exterior Remodeling By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Criterion !C /011 * Weight i:SaScription Financial Soundness 10% Bonding capacity and insurance coverage. Participation Requirements 15% Requirements associated with funding sources. Contractor's history with MBE / WBE (minority/woman-owned business). Approach to employment inquiries on site. Technical Approach 20% The thoroughness, clarity, and soundness of the proposed construction approach. Management Capability 20% Past performance and quality (references) Project management organization Experience of technical personel Health and Safety • 5% Safety OSHA Incident rate Management safety accountability Reputation 10% Length of time in business Past owner/contractor relationship Cost 20% Total cost of the project. Total Firm Name: Evaluation Criterion 100% / gg've4 .4,"6, (id 07 9,4 Rating Financial Soundness f Participation Requirements 3 Technical Approach S Management Capability `j Health and Safety .� 5 Reputationif Cost Firm Name: Evaluation Criterion Rating Financial Soundness Participation Requirements 5 Technical Approach Management Capability Health and Safety Z Reputation 3 Cost ti Notes: �Jf�11 �7atlyrzotlet/ Notes: Date: e? / 2 - 0-0 /? Rating Scale 0 Fails to Fit 1 Poor Fit 2 Fair Fit 3 Good Fit 4 Very Good Fit 5 Excellent Fit EVALUATION FORM RFP No. 19-0314100 Roofing Services/Interior and Exterior Remodeling By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Criterion Weight Description Financial Soundness 10% Bonding capacity and insurance coverage. Participation Requirements 15% Requirements associated with funding sources. Contractor's history with MBE / WBE (minority/woman-owned business). Approach to employment inquiries on site. Technical Approach 20% The thoroughness, clarity, and soundness of the proposed construction approach. Management Capability 20% Past performance and quality (references) Project management organization Experience of technical personel Health and Safety 5% Safety OSHA Incident rate Management safety accountability Reputation 10% Length of time in business Past owner/contractor relationship Cost 20% Total cost of the project. Total Firm Name: Evaluation Criterion 100% Ratin Financial Soundness ! Participation Requirements 3— Technical Approach 4. Management Capability 4 Health and Safety • 4-- Reputation 4- cost 4 Firm Name: Evaluation Criterion Ratin Financial Soundness Q� Participation Requirements Technical Approach Z Management Capability 'Z. Health and Safety 0 Reputation 3 Cost Notes: 30449, 1-7 G e _7 vr< L.,1 B / T/� c� t % +:. r ✓ �g g C) • te," C rz .2 'Cr �j % Date: Rating Scale -�S 0 Fails to Fit 1 Poor Fit 2 Fair Fit 3 Good Fit 4 Very Good Fit 5 Excellent Fit �/Ad,J�I Notes: wC Cir e o C v " La 4: C f cl t- c'F,O 72, 4'6-4 /42 0 5 / CITY OF OPA-LOCKA CERTIFICATION REQUEST FOR PROPOSALS ROOFING SERVICES/INTERIOR & EXTERIOR REMODELING RFP NO. 19-0314100 I, Joanna Flores, City Clerk of the City of Opa-locka, Florida, do hereby certify that according to the provisions of Sec. 2-320.1 of the City's Code of Ordinances, sealed proposal(s) were opened at the Office of the City Manager, 780 Fisherman Street, 4th Floor, Opa-locka, Florida, at 9:13 a.m. this 4th day of September, 2019. PROPOSAL(S) RECEIVED NAME/ADDRESS RJ Spencer Construction, LLC 20535 NW tad Avenue, STE 202 Miami Gardens, FL 33169 Contact: Roderick Spencer Tele: 786-443-5346 Email: rodericlarisconstructs.com Diamanti Construction & Development, Inc. 524 North H. Street Lake Worth, FL 33460 Contact: Mohammed S. Islam Tele: 561-301-7191 Email: diaananticonstructionfl( gmail.co. FIXED COST BID: $449,750.00 $468,786.00 I further certify that sealed proposal(s) were submitted and properly opened in the presence of the following: Sherine Bullock, Assista t City Clerk City of Opa-locka Sha' ecca Lawson, Executive Assista City of Opa-locka is Airia Austin, Public Works Director City of Opa-locka Carlos Gonzalez; City of Opa-locks Joa na Flres, CMC City Clerk Pre ject Maagcr 1 CITY OF OPA-LOCKA RFP NO: 19-0314100 REQUEST FOR PROPOSALS Roofing Services/Interior and Exterior Remodeling Cultural Arts Center Building 2105 Ali Baba Avenue Opa-Locke, FL 33054 RFP NO:19-0314100 ROOFING SERVICES / INTERIOR AND EXTERIOR REMODELING PROPOSER QUALIFICATIONS The Proposer, as a result of this proposal, MUST hold a County and/or Municipal Consultant's Occupational License in the area of their fixed business location. The following information MUST be completed and submitted with the proposal to be considered: 1. Legal Name and Address: Name: RJ SPENCER CONSTRUCTION, LLC Address: 20535 NW 2ND AVE., STE 202 City, State, Zip: MIAMI GARDENS, FL 33169 Phone/Fax: PH: 786.443.5346 2. Check One: Corporation (x) Partnership ( ) Individual ( ) 3. If Corporation, state: Date of Incorporation: 07/10/2009 State in which Incorporated: FLORIDA 4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such authorization: 5. Name and Title of Principal Officers RODERICK SPENCER Date Elected: 07/10/2009 6. The length of time in business: 10 years 7. The length of time (continuous) in business as a service organization in Florida: 10 years 8. Provide a list of at least five commercial or government references that the bidder has supplied service/commodities meeting the requirements of the City of Opa-locks specification, during the last twenty-four months. 9. A copy of County and/or Municipal Occupational License(s) Note: Information requested herein and submitted by the proposers will be analyzed by the City of Opa- locka and will be a factor considered in awarding any resulting contract. The purpose is to insure that the Consultants, in the sole opinion of the City of Opa-locks, can sufficiently and efficiently perform all the required services in a timely and satisfactory manner as will be required by the subject contract. If there are any terms and/or conditions that are in conflict, the most stringent requirement shall apply. Page 14 CITY OF OPA-LOCKA CERTIFICATION REGARDING DEBARMENT, SUSPENSION PROPOSED DEBARMENT AND OTHER MATTERS OF RESPONSIBILITY 1, The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of its Principals: A. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency, B. Have not, within a three-year period preceding this offer, 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) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and C. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph 1-B of this provision. 2. The Proposer has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any City, State or Federal agency, A. "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. B. The Proposer shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Proposer learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer's responsibility. Failure of the Proposer to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Proposer nonresponsive. Page 15 D, 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 paragraph (a) of this provision. The knowledge and information of a Proposer is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS CONSULTANT COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. Signature Printed Name RODERICK SPENCER Page 16 CITY OF OPA-LOCKA DRUG -FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the CITY OF OPA-LOCKA for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2, Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). 4. In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5, Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of Section 287.087, Florida Statutes, This Certification is submitted by RODERICK SPENCER the (Name) PRESIDENT of RJ SPENCER CONSTRUCTION, LLC (Title/Position) (Company) who does hereby certify that said Company has implemented a drug -free workplace program, which meets the requirements of Section 287.087, Flo t tes, w are 'fled in numbers (1) through (6) above. AUGUST 22, 2019 Date Signature Page 17 CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE RODERICK SPENCER being first duly sworn, deposes and says that: (1) He/She/They is/are the OWNER (Owner, Partner, Officer, Representative or Agent) of RJ SPENCER CONSTRUCTION, LLC the PROPONENT that has submitted the attached proposal; (2) He/She/They is/are fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said PROPONENT nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other PROPONENT, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any PROPONENT, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other PROPONENT, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other PROPONENT, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the PROPONENT or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. Sign - •, e; ed and delivered in the presence of: itness itnes By: Signature RODERICK SPENCER, PRESIDENT Print Name and Title Page 18 NON-DISCRIMINATION AFFIDAVIT I, the undersigned, hereby duly swom, depose and say that the organization, business or entity represented herein shall not discriminate against any person in its operations, activities or delivery of services under any agreement it enters into with the City of Opa-locks. The same shall affirmatively comply with all applicable provisions of federal, state and local equal employment laws and shall not engage in or commit any discriminatory practice against any person based on race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be lawfully used as a basis for service delivery. By: Title: PRESIDENT Sworn and subscribed before this 22NDday of AUGUST , 2019 Notary Public, Staterof Florida TERRI P. PAGE (Printed Name) My commission expires: MAY 21, 2021 TE'RIPPAGE Commission #GG 106840 Commission Expires 05-21-2021 Bonded Through • Cynanotary Florida- Notary Public Page 19 OPA-LOCKA CULTURAL ARTS CENTER ROOFING SERVICES & MATERIAL PROPOSAL BID FORM Vendor Name: RJ Spencer Construction, LLC Fixed cost bid: 449,750 We, the undersigned, hereby propose and agree to furnish to the City of Opa-locka all work as defined in the RFP. This proposal is subject to all terms of the specifications and bid condi#ions, and we hereby agree tolurnisl�such items as may, be awarded to us. � � August 22, 2019 Authorized Signature Date Roderick Spencer 786,443.5346 Print Name President Title Telephone Number roderick@rjsconstructs.com Email Address Page 20 ATTACHMENT B - Felderal Labor Standards Provisions Federal Labor Standards Provisions U.S. Department of Housing and Urban Development Office of Labor Relations ATTACHMENT Id Applicability The Project or Program to which the construction work covered by this contract pertains is being assisted by the United Stales of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1. (I) Minimum Wages. Ali isborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate en any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bone fide fringe benefits (or cash equivalents thereof) due al time of payment computed et rates not less than those contained in the wage determination of the Secretary of Labor which Is attached hereto and mode a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics. subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not leas often than quarterly) under plans. funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benellts on the wags determination for the classification of work actually performed. without regard to skill. except as provided in 29 CFR 5.5(8)(4). Laborers or mechanics performing work In more then one classification may be compensated at the rate specified for each classification for the lime actually worsted therein: Provided. That the employer's payroll records accurately set forth the lime spent in each classification in which work Is performed. The wage determination (including any additional classification end wage rates conformed under 29 CFR 5.5(a)(1)(11) and the Davis -Bacon poster (WH- 1321) shall be posted at all times by the contractor and its subcontractors al the site of the work in a prominent and accessible. place where it can be easily seen by the workers. (II) (a) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified In conformance with the wage determination. HUD shell approve an additional clatsification and wage rate and fringe benefits therefor only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification In the wage determination; and (2) The classification Is utilized in the area by the construction industry; end (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained In the wage determination. (b) if the contractor and the laborers and mechanics to be employed in the classincation (if known), or their representatives. and HUD or Its designee egret on the classification and wage rate (Including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD fir Its designee to the Administrator of the Wage and Hour Division. Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representetive, will approve, modify, or disapprove every additional classification action within 30 days of receipt end so advise HUD or Its designee or will notify HUD or Its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215- 0140.) (a) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or Its designee do not agree on the proposed classification and wage rats (including the amount designated for fringe benefits. where appropriele), HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation Of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representetive, will Issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-dey period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215.0140.) (d) The wage rate (Including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(11)(b) or (c) of this paragraph, shall be paid to all workers performing work in the eiasaificatlon under this contract from the first day on which work is performed in the classification. (Ill) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contreeter shall either pay the benefit as staled in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If .the contractor does not make payments to a trustee or other 'Third person, the conlrecioF may `consTdar ai piF(" Previous editions are obsolete form NUD-4010 (0612009) Page 1 of 5 ref. Handbook 1344.1 Name of Company: RJ SPENCER CONSTRUCTION. LLC Date: AUGUST 22. 2019 Initials: Page 31 of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided. That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis - Bacon Act have been met. TM Secretary of Labor may require the contractor to set aside in a ware% account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1216-0140.) 2. Withholding. HUD or its designee shalt upon Its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract. subject to Davis -Bacon prevailing wege requirements, which Is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics. Including apprentices, trainees and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract In the event of failure to pay any laborer or mechanic, including sny apprentice, trainee or helper, employed or working on the slle of the work, all or pen of the wages required by the contract, HUO or its designee may. after written notice to the contractor, sponsor, applicant, or owner, lake such action es may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or its designee may, alter written notice to the contractor, disburse such amounts withheld for and on ■=count of the contractor or subcontractor to the respective employees to whom they ere due. The Comptroller General shall mike such disbursements in the case of direct Davis -Bacon Act contracts. 3. (I) Payrolls end basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the elte of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (Including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section 1(b)(2)(B) of the Davis -bacon Act), daily end weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under .29 CFR 5.5 (e)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated In providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis - Bacon Act, the contractor shall maintain records which show that ilig_ commitment er.gyArLauzh benefits Is enforceable. that the plan or program is financially responsible, end that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost Incurred In providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs end certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in Ina applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215.0140 and 1216.0017.) (II) (a) The contractor shall submit weekly for each week in which any centric! work Is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner. as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely an of the Information required to be maintained under 29 CFR 5.5(a)(3)(1) except that full social security numbers and home addresses shell not be included on weakly transmlttels. Instesd the payrolls shall only need to Include an individually identifying number for each employee (e.g.. the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and hour Division Web silo at rttailwww.ckgaav/esaArhdd►pgyistivh347lnsichfnt or its successor site. The prime contractor Is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to HUD or Its designee if the agency is a party to the contract, but if the agency Is not such ■ party, the contractor will submit the payrolls to the epplicent sponsor, or owner, as the case may be, for transmission to HUD or Its designee. the contractor, or the Wage and Hour Division Of the Department of Labor for purposes of an Investigation or audit of compliance with prevailing wage requirements. It Is not a vlolation of this subparagraph for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for Its own records, without weekly submission to HUD or its designee. (Approved by the Office of Management end Budget under OMB Control Number 1215.0149.) (b) Each payroll submitted shall be accompanied by a "Statement of Compliance." signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and than certify the fouOwing: (1) That the payroll for the payroll period contains the Information required to be provided under 29 CFR 5.6 iy.-she •epprapriNe -inferreelien ie*eine e►einleMed• under 29 CFR 5.5(a)(3)(i), and that such Information Is correct and complete: Previous editions ere obsolete lam 14E44010 (05f2009) Pogo 2 of 5 r2S. net. Handbook tS+4.1 Name of Company: RJ SPENCER CONSTRUCTION. PLC initiala: Date. AUGUST 22, 2019 Page 32 (2) That each laborer or mechanic (including each helper, apprentice. and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified In the applicable wage determination Incorporated into the contract. (c) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by subparagraph A.3.01)(b). (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 1E and Section 231 of Title 31 of the United Stetes Code. (ill) The contractor or subcontractor shall make the records required under subparagraph A.3.(I) available for Inspection, copying, or transcription by authorized representatives of HUD or Its designee or the Department of Labor, and shell permll such representatives to interview employees during working hours on the job. If the contractor or subcontractor fags to submit the required records or to make them available, HUD or its designee may, alter written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment. advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR S.12. 4. Apprentices and Trainees. (I) Apprentlees. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and Individually registered in a bons fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who Is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the Job site in any craft classification shall na tuLatester IhanitteutiLtgam Im 11adiolluLSppHectpt aii. to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the clesslficetion or work actually performed. In addition, any apprentice performing work on the job site In excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rale on the wage determination for the work actually performed. Where a contractor Is performing construction on a project In a locality other than that in which its program is registered, the ratios end wage rates (expressed In percentages of the Journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified In the registered program for the apprenlice's level of progress, expressed as a percentage of the journeymen hourly rate specified In the applicable wage determination. Apprentices shall be paid fringe benefits In accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits. apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid In accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at leas than the applicable predetermined rate for the work performed until an acceptable program is approved. (II) Trainees. Except as provided in 29 CFR 5.18, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant ',to .and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor. Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater then permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rale specified In the approved program for the trainee's level of . progress. expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits. trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeymen wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any ernp�oyee iTitt� on ttie payroll at a trainee rate who is not registered and participating In a training plan approved by Previous editions are obsolete Page 3 of 5 NarrmeofCompany: RJ SPENCER CONSTRUCTION, LLC Initisjs: Date: AUGUST 22, 2019 R-S torn HUD-4010 (OW009) ref. Hendbook 1344.1 Page 33 the Employment and Training Administration shall be paid not less than the applicable wage rale on the wage determination for the work actually performed. In addition, any trainee performing work on the Job site in excess of the ratio permitted under the registered program shalt be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program Is approved. (III) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under 29 CFR Part 5 shall be in conformity with the equal employment opportunity requirements of Executive Order 11248, as amended. and 29 CFR Part 30. 6. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract 8. Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in subparagraphs 1 through 11 in this paragraph A and such other clauses as HUD or Its designee may by appropriate instructions require, and a copy of the applicable prevailing wage decision, end also a clause requiring the subcontractors to include these clauses In any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower liar subcontractor with all the contract clauses In this paragraph. 7. Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12 A Compliance with Davis-Escon and Related Act Requirements. Ali rulings and interpretations of the Davis -Bacon and Related Add contained in 29 CFR Parts 1. 3. and 5 are herein incorporated by reference in this contract 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set lorth in 29 CFR Parts 5, 5, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of Ns subcontractors) and HUD or its designee, the U.S. Department of Labor, or the employees or their representatives. 10. (I) Certification of Eligibility. 8y entering Into Ihia contract the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm Ineligible to be *worded -cover menl40Mfed, by-virlue-of-Section 3ft)of-• - the Davis -Bacon Act or 29 CFR 5.12(e)(1) or to be awarded HUD contracts or participate In HUD programs pursuant to 24 CFR Part 24. (II) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(e)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (ill) The penalty for making false statements is prescribed in the U.B. Criminal Code, 18 U.S.C. 1001. Additionally, U.S. Criminal Code, Section 1 01 0, Title 18, U.S.C., "Federal Housing Administration transactions', provides in part: "Whoever, for the purpose of ... influencing in any way the action of such Administration makes, utters or publishes any statement knowing the same to be false shall be fined not more than $5.000 or imprisoned not more than two years, or both' 11. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards previsions of this Contract are applicable shell be discharged or In any other manner discriminated against by the Contractor or any subcontractor because such employee hes filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. IS. Contract Work Hours and Safetg Standards Act. The provisions of this paragraph B are medicable where the amount of the prime contact exceeds $100,000. As used in Iles paragraph, the terms 'laborers"end 'aecharAa"Include watchmen and guards. (1) Overtime requirements. No contractor or for contracting for any part of the coated work which may require or involve the employment of laborers or mechanics shall require or perm* any such Mow or meth, c in any workweek in which the individual is employed on such work to work in excess of 40 hours in such workweek unless such laborer or mechanic receives compensation at a rate riot less than one and one-half emu the bask rate d pay for all hours worked in excess of 40 hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth In subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United Stales (in the case of work done under contract for the District of Columbla or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, Including watchmen and guards, employed In violation of the clause set forth in subparagraph (1) of this paragraph, In the sum of $10 for each calendar day on which such individual was required or permitted to Work in excess of the standard workweek of 40 hours without payment I11bn .by -the _clause_saint& in tub.. paragraph (1) of this paragraph. Previous editions ere obsolete Page 4 d 5a"--S NameofCompany: RJ SPENCER CONSTRUCTION, LLC Initials Date: AUGUST 22, 2019 font tWIH010 (0512009) ref. Handbook 1344.1 Page 34 (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon vnitten request of an authorized representative or the Department of labor withhold or cause to be withheld. from any moneys payable, on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth In subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shell insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth In subparagraphs (1) through (4) of this paragraph. C. Health and Safety. The provisions of this paragraph C are applicable where the amount of the prima contract aimed' $100,000. (1) No laborer or mechanic shall be required to work In surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safely as determined under construction safety snd health standards promulgated by the Secretary of Labor by regulation. (2) The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1920 and failure to comply may result in Imposition o1 sanctions pursuant to the Contract Work Hours and Safety Standards Act, (Public Law 81-54, 83 Stat M. 40 USC �701 et sea, (3) The contractor shall include the provisions of this paragraph In every subcontract so that such provisions will be binding on each subcontractor. The contractor shall take such action with respect to any subcontractor as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. Previous editions are obsolete tom HUD-4010 (082009) Page 5 of 5 ref. Handbook 1344.1 Name of Company: RJ SPENCER CONSTRUCTION, LLC initials: L Date: AUGUST 22, 2019 Page 35 STATEMENT OF SUB -CONTRACTOR'S CONSTRUCTION EXPERIENCE To be submitted by each sub -contractor with requested information and affidavits. All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. Add additional pages as necessary. L Sub -Contractor: RJ SPENCER CONSTRUCTION, LLC . . 2. Sub -contractor Address: 20535 NW 2ND AVE., STE. 202, MIAMI GARDENS, FL 33169 Phone: 1 786.443.5346 1 Email address: 1RODERICK@RJSCONSTRUCTS.COM s,1 + i' .x_iYi 3. Name of each owner, principal officer, partner, etc. RODERICK SPENCER PRESIDENT BERRY ST. VIL "` VICE PRESIDENT f Yrt 4. Minority Business? IN Yes ❑ No Women -owned Business? ❑ Yes ® No yt iy` i h fi 6 y1� ntit , r lt@ ti a �f t n v ; , , ..,, .V..r...,n, :.H ��,r,! tl,t. ?, ..,ia„...., ,., .. :.s., ,.sr, aa,.u,?;�, . �,-E'..k:Y. � . {}., :�,... ,....... • ... _ .., ._ .. ...,..... , ,.. 5. 1 Company Qualifier: ( RODERICK SPENCER '? ,4r ��:.: `�� rtr tt'4k x1r1 P i, f , , 1 � ztC tit CV iM'.y `�; i x, 4 ','� 'lt ! i J1 ��.J , , Ir ,i'�,i� r # gt1, 0' .•, ....., �3#..:::#�u' �:. 1�.�.t �.,?f: i��,�t.�,r,>.. , ;�;; I2i'.. _ . '...., , ... , ,., ,.. ,..',., .,.. F. t. f . F� , : �.. ,rl_ _, � . ... . , 6. 1 Years in Business: f TEN YEARS ; t = .i?�:.. L1,...S;ni:..3�3..:7};}rj,Td�i��. n t ti+�, � rt, :r55jj,,'��, � �aZ�lt } i s ):SI ra y� c . , I , , a is r r c 4 . , � ,. ,.1�J, ,....i, r; t..!!!t.,1.r..iJ3.t7.�..a..,�.di>i]",l«f•,.C...ti lrfl,. l.;7.:..)?.t r,. ice. t,_, .. ,..:" ,. ,f.+{ � �. ?iS ,.... �„t ......if,...ty. .,-..."1'........ ... ..:.... 7. U.S. Treasury Number. (Employer's identification number; Federal Social Security number used on Employer's quarterly Federal Tax/return, U.S. Treasury Department. CC# License Number: CCC1329537 1 State: I Florida EIN# 30-0571376 'i,: } }ra liif i it f� rt"St lES 1 i.,S ' . -,:...r....�>•�f+Ft.:�x..i�>s�,tl�ld. �.r. .is 4,}..#',l.. �,. ..,.?-.?.�., } � r1;I i + � r-i� _':t , ' -.. +. 7 r'rtF,'' I'' ,,u ',.4 .. _... .,. ,.y j.a_ ... 5.r. r. ...�-: r,�.. .. :....... ....� +l „5;..�.�,1 .,..T F.:��., .. .,it ,r._. 8. Contranctor'ss Certification Categories: PLEASE SEE ATTACHMENT ,r y(f yur hTM �EL-1 Tillgtr y1 , i A if r, 14 '? 1 t t .,,: 'i .� Ei �, T %{ if , �f 1, . ., `l.. �., ..... ..3..�< Wiis';fo�h{,.., ttie,'�..t..,t.. ... .... ... ... .... .. ... . .!�. . 3.. ,... .,..,{��y l� _ _.....z., ..<. ..,1.... ... ,.. 5 i.,.,t...F, v,,... ��..,e_. v. 9. Contracts completed in the last five years (include the months and year completed, use additional pages, if needed) Protect Duration (months veprsl Year Completed PLEASE SEE ATTACHMENT Page 4 of 54 e am.l.tr maw. -.taro_ Page 39 COUNTY miamidade.gov January 22, 2016 Mr. Roderick Spencer RI SPENCER CONSTRUCTION LLC DBA RJS CONSTRUCTION 20535 NW 2nd Ave # 202 Miami Gardens, FL 33169-0000 Dear Mr. Spencer: Internal Services Department Small Business Development 111 NW .1 Street, 19th Floor Miami, Florida 33128 T 305-375-3111 F 305-375-3180 CERT NO: 16158 Approval Date: 1/21/2016 MICRO/SBE Expiration Date: 1/31/2019 Miami -Dade County Small Business Development (SBD), a division of the Internal Services Department (ISD) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami -Dade County Micro/Small Business Enterprise (MICRO/SBE) in accordance with section 2-8.1,1.1.1 of the code of Miami -Dade County. This (MICRO/SBE) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date of ,(January 21) for the first and second year of the three year period. The affidavit must indicate any changes or no changes in your firm pertinent to your certification eligibility, The submittal of a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary date is required to maintain the three year certification. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. If at any time there is a material change in the firm including, but not limited to, ownership, officers, director, scope of work being performed, daily operations, affiliation(s) with other businesses or the physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. This letter will be the only approval notification issued for the duration of your firm's three years certification. It the firm attains graduation or becomes ineligible during the three year certification period, you will be properly notified following an administrative process that your firm's certification has been removed pursuant to the code. Your company is certified in the categories as listed below affording you the opportunity to bid and participate on contracts with Small Business Enterprise measures. Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet contract goals. You can find the firm's up-to-date certification profile as well as all other certified firms on the Miarni•Dade County Internal Services Department, Small Business Development Certified Firms' Directory at the website http:/lwww,miamidade.govismallbusiness!certification-programs.asp. Thank you for your interest in doing business with Miami -Dade County. Sincerely, CI ompson, SBD Section Chief Small Business Development Division Mr. Roderick Spencer RJ SPENCER CONSTRUCTION LLC DBA RJS CONSTRUCTION Cert No: 16158 January 22, 2016 Page 2 CATEGORIES: (Your firm may bid or participate on contracts only under these categories) 14560 - ROOFING (MICRO/SEX) 91000-Gt1IWING MAINTENANCE, INSTALLATION AND REPAIR SERVICES (MICROIS9E) 91039 • JANITORIAL/CUSTODIAL SERVICES (MICRO/SEE) 91831 -CONSTRUCTION CONSULTING (MICROIS8E) 96121 - COST ESTIMATING (MICROISSE) 98221 - CLEANING SERVICES, STEAM AND PRESSURE (MICRO/SSE) 96847 - INSPECTION SERVICES, CONSTRUCTION TYPE (MICRO/S8E) k M� ++ IAM�� ;011141Y miamtdade.gov Internal Services department Small Business Development 111 NV4t i Street, 19th floor Miami, Florida 33128 1' 305-375-3111 F 305-375-3160 January 22, 2016 CERT NO: 16163 Approval Date: 1 /21 /2016 - DBE Mr. Roderick Spencer RJ SPENCER CONSTRUCTION LW DBA RJS CONSTRUCTION 20535 NW 2nd Ave # 202 Miami Gardens, FL 33169-0000 Anniversary Date: Annually on January 21 Dear Mr. Spencer: Miami -Dade County Small Business Development (SBD), a division of the Internal Services Department (ISD), is pleased to notify you that your firm is certified under the Florida Unified Certification Program (UCP). Your firm meets the eligibility requirements for certification as a Disadvantaged Business Enterprise (DBE) in accordance with 49 CFR Part 26. DBE certification is continuous with no expiration date; however, firms are required to attest that there are no changes via the No Change Declaration form annually on the frm's anniversary date to remain certified. You will be notified of your annual responsibilities in advance of the Anniversary Date listed above. You must submit the annual No Change Declaration form no later than the Anniversary Date to maintain your eligibility. Your firm will be listed in the UCP DBE Directory which can be accessed through the Florida Department of Transportation's website: http://1~3b.dot.state.fl,usCEqualOppvrtunitygfficeBusinessDirectory/ DBE certification is NOT a guarantee of work, but it enables the firm to compete for and perform contract work on all USDOT Federal Aid (FAA, FTA and FHWA) projects in Florida as a DBE contractor, sub -contractor, consultant, sub -consultant or material supplier. If at any time there is a material change in your firm, you must advise this office by sworn affidavit and supporting documentation within thirty (30) days. Changes include, but are not limited to ownership, officers, directors, management, key personnel, scope of work performed, daily operations, on -going business relationships with other firms, individuals or the physical location of your firm. After our review, you will receive instructions as to how you should proceed, if necessary. Failure to comply will result in action to remove your firm's DBE certification. Questions or concerns should be directed to this office by mail or telephone. Our telephone number is (305) 375- 3111 and fax number is (305) 375-3160. Claudious Thompson, Section Chief Small Business Development Division Mr. Roderick Spencer RJ SPENCER CONSTRUCTION LLC DBA RJS CONSTRUCTION Cert No: 16163 January 22, 2016 Page 2 NAILS & Industry Title: (Your rinn is eligible to compete for and perform work on all USDOT Federal Aid projects throughout Florida and may earn DBE or ACDSE credit for work performed in the following areas.) 236115 - NEW SINGLE-FAMILY HOUSING CONSTRUCTION (EXCEPT OPERATIVE BUILDERS) (DBE) 2:36116 - NEW MULTIFA1r11LY HOUSING CONSTRUCTION (EXCEPT OPERATIVE BUILDERS) (DBE) 236117 - NEW HOUSING OPERATIVE BUILDERS (DBE) 23611 B - RESIDENTIAL REMODELERS (DBE) 236210 - INDUSTRIAL BUILDING CONSTRUCTION (DBE) 236220 - COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION (DBE) 237110- WATER AND SEWER LINE AND RELATED STRUCTURES CONSTRUCTION (DBE) 2313110- POURED CONCRETE FOUNDATION AND STRUCTURE CONTRACTORS (DBE) 238120 - STRUCTURAL STEEL AND PRECAST CONCRETE CONTRACTORS (OBE) 238160 - ROOFING CONTRACTORS (DBE) 238910-SITE PREPARATION CONTRACTORS (OBE) MIAMI-DADE COUNTY PUBLIC SCHOOLS Minority/Women Business Enterprise (MWBE) Certificate THIS CERTIFIES THAT RJ Spencer Construction,LLC IS OWNED AND CONTROLLED BY A(N) AFRICAN AMERICAN PURSUANT TO MIAMI-DADE COUNTY PUBLIC SCHOOL BOARD POLICY 6320.02 June 4, 2018 June 4, 2021 6519505 Torey Alston, Economic Equity & Diversity Compliance issue Date Expiration Date Vendor No. officer Office of Economic Opportunity 1450 NE 2nd Avenue, Suite 428 Miami, Florida 33132 MIAMI-DADE COUNTY PUBLIC SCHOOLS Micro Business Enterprise (MBE) Certificate THIS CERTIFIES THAT RJ Spencer Construction,LLC OWNED AND CONTROLLED FIRM, PURSUANT TO PURSUANT TO MIAMI-DADE COUNTY PUBLIC SCHOOL BOARD POLICY 6320.02 June 4, 2018 June 4, 2021 6519505 Torey Alston, Economic Equity & Diversity Compliance Issue Date Expiration Date Vendor No. Officer Office of Economic Opportunity 1450 NE 2nd Avenue, Suite 428 Miami, Florida 33132 The School District of Palm Beach County, FL Office of Diversity In Business Practices Congratulations! SBE (Small Business Enterprise) This certificate is valid from February 19, 2018 — February 18, 2021 The following areas that your firm has been certified: Roofing -Painting -Windows -Doors -flooring -Drywall -Concrete =' Certification is not a guarantee that your firm will receive work. Please ensure that your company is j registered with www.demandstar.com to receive notification of upcoming opportunities. Any change to yo certification requires you to submit proof of expertise, licensure and a business history (at minimum) to a justify the additional certification. You are required to submit a copy of your certification letter with ea bid, or proposal that you submit to the School District. You must notify this office if the status of your firm changes. Failure to report changes that affect the ownership and control of your firm may result in decertification. kwaF,a1",,,a,Pz4.7PYY"—..i.f 900 N.W. 51.H Avenue, Fort Lauderdale, Florida 33311 1815 NE 154th Terrace, Miami, FL 33162 has successfully completed an, EngIlah llifr. if.449dZilfft 4111Witt 20-Oct-17 TO t 11 Accepted as individual C.ertification in EPA administered states Alabama Acceditation: Jan. 27,2011 Georgia Accredited:"Chapter 391-3.24 Approved in Mississippi, Utah, and accepted in most authorized states. Trainer(s): Samuel Orr Training Address: 900 NW 5th Ave, Fort Lauderdale, FL 33311 Passed an examination & hands-on skills assessment on: 20-Oct-17 To Authentt Certificate www.seagulltraining.com 1-800-966-9933 Certilleate Number:. • 11111.1111A )111111 11-1,-Su.bpart.-Q-17-73541 Course Number: SE1742 This certificate is only valid in conjunction with the appropriate firm certification. In addition, in some EPA authorized states, one must surrender this certificate to obtain a state certificationfor the indlakkad For additional certlficates,contect gWl at 1-8004664933, 9. Projects completed in the last five [5) vears Project Contract Time Year Completed Type of Construction _ Florida Deptment of Health 4 Months 12/15/2016 General Construction Miami -Dade Public Schools Mast Academy Middle School 6 Months ;, 1/12/2017 General Construction Miami -Dade Public Schools Miami Northwestern HS 12 Months 5/20/2017 General Construction Miami -Dade Public: SchoolsMia Nortlwwestern High School 2nd Phase 3 Months 9/30/2017 General Construction Miami -Dade Public Schools Cost Gables Prep Academy 4 Months 10/17/2017 General Comstruction Miami -Dade County Crandon Park 2 Months 10/20/2017 General Construction Miami -Dade Public SchoolsPalm Springs North ES 8 Months 12/10/2017 General Construction Miami Seaquarium 1 Month 2/5/2018 Roofing Miami -Dade Public Schools Sara Lakes ES g Months 6/24/2018 General Construction Miami Dade County Community Action and Human Services 8 Months 6/25/2018 General Construction Miami -Dade County Crandon Park 2 Months 7/24/2018 General Construction Krome Apartments 1 Month 8/16/2018 Roofing Miami -Dade Public Schools Coral Parks ES 8 Months 9/28/2018 General Construction Mcanv-Dam Public Schools Brentwood Elementary 8 Months 9/28/2018 General Construction Miami -Dade Water and Sewer 8 Months 10/5/2018 Roofing City of Homestead - Admin Bldg 2 Months 11/1/2018 Roofing Miami County - Joseph Caleb Center 4 Months 4/15/2019 Roofing City of South Miami- Dante Fascell Park 5 Months 6/20/2019 Site Construction Miami -dude County Parks and Open Spaces - Briar Bay Linear Park 6 Months 7/24/2019 Site Construction Broward County Sound Proofing Project 6 Months 8/28/2019 Glazing Construction 10. Contractor's on -going construction projects (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion). Project Current Duration (months years) Anticipated Completion Date PLEASE SEE ATTACHMENT • ,.. 11. Have you ever defaulted on a Contract? ❑ Yes ® No Please explain. 12. The subcontractor promises to defend, indemnify Coun with regard to any disclosures or and hold harmless the (agency name) and Miami -Dade arbitration or on appeal. information received, whether at trial, in (initials) 13. The undersigned hereby authorizes and requests any person, firm, corporation, or governmental unit, to furnish any information recja.eomprising this statement of bidder's requested by the (name of agency) in verification of the experience (initials) Sworn to and subscribed before me this 22nd day of AUQUSt , 2019 . By Roderick Spencer , and is personally known to me or has presented ( PersonallyKnown as identification (Type of identification) !J (Signature of Notary) Terri P. Page (Print or Stamp Name of Notary) Notary Public GG106840 (Serial Number) May 21, 2021 (Expiration Date) c TERRI P PAGE i Commission #GG 106840 i Commission Expires 05-21-2021 Bonded Through • Cynanotary Florida -Notary Public ► Page 5 of 54 ene.,2rrrrs�nevsvn--a_:easrn; verr:ra:0smnaurmu:m.M1.1:nmaur w,...,.>,.o,auu csrr.-vcra:a�cuara uvr.^cram:e :xiari: rive.etvrettaaarv.rTAtx.naerna swnrtaeassr VII.a.,...-.s.,,rrenrrrsarnaes•+zuemrr1119.0 eaeauasvFc......,.>.,.rr. r..tee.xvaaexc maser Page 40 10.ON GOING CONSTUCTION PROJECTS PROJECT GROSS AMOUNT DURATION ESTIMATE COMPLETION DATE Miami -Dade County - Parks and Open Spaces - Kings Meadow Park $ 660,000.00 6 Months 9/31/2019 Miami -Dade County -Co Gen $ 175,000.00 ' 5 Months 12/31/2019 i Miami Dade Public Schools - Francis Tucker Elm. Drywall $ 285,000.00 4 Months 9/31/2019 Miami Dade Public Schools - Francis Tucker Elm. Demolition $ 0.0 144,000 4 Months 9/31J2019 Dutch Pot Restaurant Roofing $ 46,000.00 2 Months 10/31./2019 Dutch Pat Restaurant Gazing $ 38,500.00 5 Months 10/31/2019 Dutch Pot Restaurant HVAC $ 72,250.00 4 Months 10/31/2019 Antioch Missionary Baptist Church Glazing $ 394,000.00 5 Months 12/15/2019 Antioch Missionary Baptist Church Roofing $ 265,000.00 2 Months 12/15/2019 CERTIFICATION OF RECEIPT This is to acknowledge receipt of a copy of the U.S. Department of Housing and Urban Development Federal Labor Standards Provisions (HUD Form 4010) concerning the project ROOFING SERVICES/INTERIOR AND EXTERIOR RENOVATIONS (Name of project) Further, I hereby certify that I have on this date, read, examined, understood and acknowledge the contents of U.S. Department of Labor requirements, particularly the requirements contained in Wage General Decision Number: F1.19021.5 MOD#2 — 03/15/2019 F1.215-BUILDING that is applicable to this project. I hereby agree to abide by the requirements of the Federal Labor Standards Provision issued by the United States Department of Housing and Urban Development and described in Form HUD-4010 and those requirements contained in Wage General Decision Number: FL190215 MOD#2-03/15/2019 FL215-BUILDING for this project. Agency Name: RJ SPENCER CONSTRUCTION, LLC Employer ID #/FID #: 30-0571376 Full Address (including City, ST and tip) and Email Address 20535 NW 2ND AVE., STE. 202 MIAMI GARDENS, FL 33169 RODERICK@RJSCONSTRUCTS.COM Authorized Signature: Print Name: RODERICK SPENCER Date: AUGUST 22, 2019 Check one, as applicable: X Contractor Subcontractor Other Page 6 of 54 Title: PRESIDENT .:cvra�rsr-smm=i+car�+!ss.:cr vrrss•+ln�oa::n; xnapxar-rmM.-zsrra;:zrrzi.mans:^sz.+,•a mrm w�.,..,. amtrr..rrmxe-Arrs artnnmrznaragaerrvAsmaexxarsre Page 41 INSURANCE REQUIREMENTS The term "Contractor', as used in this document, refers to the entity providing construction type services. The terms "owner" and "sub -recipient" are used interchangeably, and refer to the entity receiving Federal funds directly from PHCD. I. Based on the type of project, the Contractor shall acquire the following insurance and submit necessary certificate(s) and original policies described hereunder. REQUIRED CERTIFICATE(S) OF INSURANCE Worker's Compensation Insurance- for all employees of the Contractor as required by Florida Statute 440. Professional Liability Insurance- in the name of the Contractor or the licensed design professional employed by the Proposer in an amount of not less than 5250,000. Commercial General Liability — on a comprehensive basis, including Explosion, Collapse and Underground Liability coverage in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. Miami -Dade County must be shown as an additional insured with respect to this coverage. Automobile Liability Insurance- covering all owned, non -owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. Completed Value Builder's Risk Insurance- on al "All Risk" basis (when applicable) in an amount not less than one hundred (100%) percent of the insurable value of the building(s) or structure(s) as determined by Miami -Dade County. The policy will show Miami -Dade County as a Loss Payee A.T.I.M.A. All insurance requirements must be verified at before a pre -construction meeting is scheduled through the PHCD Project Manager assigned. III. All insurance polities required above all shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than "A" as to management, and no less than "Class VII" as to financial strength, by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the County Risk Management Division. Or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of Financial Services. Page 7 of 54 xrtrnx[maC�s Page 42 IV. All insurance required by the contract must stay in force until final acceptance except, "Completed Value Builder's Risk" which may be dropped after substantial completion. The Contractor shall also keep all insurance required by contract, except "Completed Value Builder's Risk", in force when performing any work during the guarantee period(s). The Contractor shall furnish certificates of insurance and insurance policies to the owner prior to commencing any operation under this contract, which certificates shall clearly indicate that the Contractor has obtained insurance, in the type, amount, and classifications, as required for strict compliance with the contract, NOTE: Certificates will indicate no modification or change in insurance shall be made without thirty (30) days in advance notice to the certificate holder. Compliance with the foregoing requirements as to the carrying of insurance shall not relieve the Contractor from his liability under any other portion of this contract. V. Cancellation of any Insurance or bonds, or non-payment by the contractor of any premium for any insurance policies or bonds required by this contract shall constitute a breach of this contract. In addition to any other legal remedies, the owner at its sole option may terminate this contract or pay such premiums, and deduct the costs thereof from any amount, which are or may be due to the Contractor. Page 8 of 54 i..9•r:r:7Yt7ne1m7xwar7f0 :451.,_:=7770.-TVICTIV,70.751:7r07`,077F...,7,1 7,21:17c7,..01 77,7.71a.un:R-.r..377, ,MAT"-errncaan77..7=>.wa-7n.rr;-.:7717.•:-r..e.MIKWIrs:,vi:an-n+nerm:et7,eaan_=zz _ _-x1771[7 :rears• Page 43