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