Loading...
HomeMy Public PortalAboutResolution No. 23-073 - Rejecting all bids received in connection with RFP no. 23-0307200Sponsored By: Interim City Manager RESOLUTION NO. 23-073 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA, REJECTING ALL BIDS RECEIVED IN CONNECTION WITH RFP NO. 23-0307200 AND FURTHER AUTHORIZING AND APPROVING RE -ADVERTISEMENT AND RE - ISSUANCE OF A REQUEST FOR PROPOSALS ("RFP") FOR SESAME STREET CULVERT REPLACEMENT; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City Commission of the City of Opa-Locka, Florida ("City Commission") issued a Request for Proposals, RFP No. 23-0307200, to solicit competitive proposals from qualified firms for the Sesame Street Culvert Replacement; and WHEREAS, three (3) proposals were received on April 3, 2023 in response to RFP No. 23-0307200; and WHEREAS, the Interim City Manager recommends that the proposals received in connection with RFP No. 23-0307200 be rejected based upon the proposed budget for the project; and WHEREAS, the City further desires to re -issue a Request for Proposals ("RFP") for Sesame Street Culvert Replacement; and WHEREAS, the City Commission of the City of Opa-Locka finds that it is in the best interest of the City and its residents to reject all bids in connection with RFP No. 23- 0307200. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA: SECTION 1. RECITALS The recitals to the preamble herein are incorporated by reference. SECTION 2. AUTHORIZATION The City Commission of the City of Opa-Locka hereby reject all bids in connection with RFP No. 23-0307200 and further approves and authorizes the re -advertising and re - issuance of a Request for Qualifications (RFQ), attached hereto as Exhibit "A", for Sesame Street Culvert Replacement. Resolution No. 23-073 SECTION 3. SCRIVENER'S ERRORS Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors, which do not affect the intent of this Resolution may be authorized by the Interim City Manager, following review by the City Attorney, without need of public hearing, by filing a corrected copy of same with the City Clerk. SECTION 4. EFFECTIVE DATE This Resolution shall take effect upon the adoption and is subject to the approval of the Governor or Governor's Designee. PASSED and ADOPTED this 24th day of May 2023. ATTEST: APPROVED AS TO FORM AND LEGAL SUFFICIENCY: nna Flores, City Clerk Burnadette Norris -Weeks, P.A. City Attorney Moved by: Commissioner Kelley Seconded by: Commissioner Williams John H 'aylo r., Mayor 2 Resolution No. 23-073 VOTE: 5-0 Commissioner Williams YES Commissioner Kelley YES Commissioner Bass YES Vice Mayor Ervin YES Mayor Taylor YES 3 City of Opa-locka Agenda Cover Memo City Manager: Darvin Williams CM Signature: k) fN ` Commission Ce- Meeting Date: 05.26.2023 Item Type: (EnterX in box) Resolution Ordinanc Other X Fiscal Impact: (Enter X 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: See Financial Impact Section Advertising Requirement: (EnterXinbox) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communication Area: Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X IN • • • • • Sponsor Name City Manager Department: City Manager Short Title: A resolution authorizing the Interim City Manager to reject all proposals received in connection with RFP No. 23-0307200. Staff Summary: The City Commission issued a Request for Proposal to solicit competitive proposals for the Sesame Street Culvert Replacement. Three (3) proposals were received; however, a request is being made to reject the proposals based on the proposed budget and to re -advertise a Request for Proposal (RFP). Financial Impact - The Financial Impact is limited to the cost of re -advertising which could be up to $3,000. Any advertising costs will be charged to 19-515491 which has $16,646 available. Proposed Action: Staff recommends the approval of this request to reject all proposals submitted and readvertise an RFP. Attachment: Bid Certification Copy of proposals received CITY OF OPA-LOCKA CERTIFICATION REQUEST FOR PROPOSAL RFP NO. 23-0307200 SESAME STREET CULVERT REPLACEMENT I, Joanna Flores, City Clerk of the City of Opa-locka, Florida, do hereby certify that sealed proposal(s) were received and opened at the Opa-locka Municipal Complex, 780 Fisherman Street, 4th Floor, Opa-locka, Florida, at 10:10 a.m. this 3rd day of April, 2023. PROPOSAL(S) RECEIVED NAME/ADDRESS TOTAL BASE BID PRICE 1. The Stout Group, LLC $ 1,667,541.00 10850 NW 138th Street Bay #3 Hialeah Gardens, FL 33018 Contact: Joey Sanchez, Manager Tele: 786.452.1481 Email: j anchez a thestoutgroup.cosn Website: www.thestoutgroup.com 2. DMSI David Mancini & Sons, Inc. $ 1,601,492.25 2601 Wiles Road Pompano Beach, FL 33073 Contact: Fabio Angarita, Vice President Tele: 954.977.3556 Email: and.rahananAsafaconstraactiioaa.net 3. Lanzo Construction Company $ 1,657,738.25 125 SE 5th Court Deerfield Beach, FL 33441 Contact: James M. Tilli, Asst. Secretary Tele: 954.973.9700 Website: www.lanzo.net Please note that the proposals from The Stout Group, LLC, and Lanzo Construction Company were submitted via Demand Star (e -bid) and provided to the City Clerk by the City Manager's Office on March 31, 2023. I further certify that proposal(s) were submitted and properly opened in the presence of the following: Sha'mecca Lawson Assistant City Manager City of Opa-locka anna Flores, C C ty Clerk City of Opa-locka BIDDER: DAVID MA\CI\I & SONS, INC.. 2601 Wiles Road, Pompano Beach FL. 33073 BID FOR: City of Opa-Locka BID NAME: Sesame Street Culvert Replacement BID No. / Project No.: 23-0307200 DUE DATE & TIME: March 30th @ 2:00 pm SUBMITTAL INSTRUCTIONS: Hand -delivered One (1) Original and Six (6) Copies And One (1) USB Flash Drive or via Demand -star to: City of Opa-Locka, Office of the City Clerk, 780 Fisherman Street, 4th Floor, Opa-Locka, FL. 33054 BID OPENING LOCATION City of Opa-Locka, Office of the City Clerk, 780 Fisherman Street, 4th Floor, Opa-Locka, FL. 33054 David Mancini & Sons, Inc. • General Contractor and Underground Utility & Excavation Contractor • Phone: (954) 977-3556 • Fax: (954) 944-2040 THE CITY OF OPA-LOCKA OPA-LOCKA, FLORIDA BID PROPOSAL FORM TO THE COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA Ladies and Gentlemen: The undersigned bidder proposes to furnish all labor, tools, material and supplies, and to sustain all the expense incurred in doing the work set forth below that may be awarded the undersigned by the City of Opa-Locka, Florida, through its proper officers, and to do the same strictly in accordance with the plans and contract documents on file in the Office of the City Engineer of Opa-Locka, which are referred to below and made a part hereof, at the following combination of lump sum prices: Item No. Estimated Description Total Quantity 1. Lump Sum (Divided into 2 or 4 payments See Measurement and Payment for Conditions) For performing preparatory work and operations in mobilizing for beginning the work of the Project, but excluding materials and permit costs, both of which are paid under other payments items, the lump sum of One Hundred and Forty -One Thousand Dollars $ 141,000.00 and Zero Cents 2. 195 LF For selling and delivering to the City 66 -inch SRASP pipe and joints by Contech, or approved equal, for the three (3) barrel culvert installation, the price per linear foot of Six Hundred Dollars $ 117.000.00 and Zero Cents 3. 195 LF For installing 66 -inch SRASP pipe and joints by Contech, or approved equal, for the three (3) barrel culvert, price per linear foot of One Thousand Five Hundred Dollars $ 292,500.00 and Zero Cents BP -1 City of Opa-Locka Sesame Street Culvert Replacement Between NW 135th St. & Atlantic Ave Item No. Estimated Description Total Quantity 4. 140 LF For selling and delivering to the City General Guardrail per FDOT index No. 400 with mechanical appurtenances required, the price per linear foot of One Hundred and Thirty Dollars $ 18,200.00 and Zero Cents 5. 140 LF For installing City General Guardrail per FDOT index No. 400 with mechanical appurtenances required, the price per linear foot of Three Hundred and Sixty-seven Dollars $ 51,380.00 and Zero Cents 6. Lump Sum For demolition and removal of existing three (3) ,66 -inch concrete pipe culvert with headwalls and retaining walls, the lump sump of Seventy -Seven Thousand Dollars $ 77,000.00 and Zero Cents 7. 465 CY For the excavating of existing backfill material at existing Culvert location, the price per cubic yard of Two Hundred and Fifty Dollars $ 116,250.00 and Zero Cents 8. Lump Sum For providing adequate bypass pumping to maintain uninterrupted Canal flow during construction, the price per lump sump of One Hundred Thousand Dollars $ 100,000.00 and Zero Cents BP -2 City of Opa-Locka Sesame Street Culvert Replacement Between NW 135th St. & Atlantic Ave Item No. Estimated Description Total Quantity 9. Lump Sum For selling and delivering to the City all necessary erosion control measures specified on plans, including Turbidity Barriers and Drop Inlet Sediment Protection required, the price per lump sum of Six Thousand Dollars $ 6,000.00 and Zero Cents 10. Lump Sum For furnishing and installing all necessary erosion control measures specified on plans, including Turbidity Barriers and Drop Inlet Sediment Protection required, the lump sum price of Thirty -Eight Thousand Dollars $ 38,000.00 and Zero Cents. 11. 45 CY For selling and delivering to the City Concrete for the installation of 10 -inch thick Concrete Pavement (min. 3,000 psi at 28 -day) per FDOT index No. 350, the price per cubic yard of Three Hundred and Fifty Dollars $ 15,750.00 and Zero Cents. 12. 45 CY For constructing 10 -inch thick Concrete Pavement (min. 3,000 psi at 28 -day) per FDOT index No. 350, as indicated in the Plans, the price per cubic yard of Six Hundred and Fifty Dollars $ 29,250.00 and Zero Cents. 13. 405 SF For constructing 4 -inch thick sidewalk and ramp curbing to match existing per FDOT index No. 310, the price per square foot of Eighty- Seven Dollars $ 35,235.00 and Zero Cents. BP -3 City of Opa-Locka Sesame Street Culvert Replacement Between NW 135th St. & Atlantic Ave Item No. Estimated Description Total Quantity 14. 150 SF For constructing new concrete curb and gutter per FDOT index No. 300, the price per square foot of Eighty- Five Dollars $ 12,750.00 and Zero Cents. 15. 150 CY For furnishing and placing suitable Backfill required for Culvert placement, the price per cubic yard of Four Hundred and Thirteen Dollars $ 61,950.00 and Zero Cents. 16. 165 TON For furnishing and installing Rubble (Broken Stone) at Culvert embankment for the rip -rap installation as per FDOT index No. 530, the price per ton of Eight Hundred and Thirty- Three Dollars $ 137,445.00 and Zero Cents. 17. 10 CY For furnishing and constructing cast -in -place Mitered End Sections at Culvert pipe barrels per FDOT index No. 430-021, the price per cubic yard of Three Thousand Four Hundred Dollars $ 34,000.00 and Zero Cents. BP -4 City of Opa-Locka Sesame Street Culvert Replacement Between NW 135th St. & Atlantic Ave Item No. Estimated Description Total Quantity 18. 1025 SY For milling (nominal 1 inch thick), surface course for permanent paving repairs, the price per square yard of Twelve Dollars $ 12,300.00 and Zero Cents. 19. 1025 SY For constructing for Type "V" permanent paving repairs as per details provided in plans, the price per square yard of Thirty Dollars $ 30,750.00 and Zero Cents. 20. Lump Sum For replacing pavement markings damaged, removed, or obliterated by the contractor's operation, the lump sum price of Fourteen Thousand Dollars $ 14,000.00 and Zero Cents. 21. 40 SY (Contingent Item) For restoring sodded area, the price per square yard of Three Hundred Dollars $ 12,000.00 and Zero Cents. 22. Lump Sum For providing full Traffic Control during construction, Maintenance of Traffic, the lump sum price of Thirty- Eight Thousand Dollars $ 38,000.00 and Zero Cents. BP -5 City of Opa-Locka Sesame Street Culvert Replacement Between NW 135th St. & Atlantic Ave Item No. Estimated Description Total Quantity 23. 2100 SF (Contingent Item) For sheeting and shoring ordered left in place by the Engineer, the price per square foot of Zero Dollars $ 210.00 and Ten Cents. 24. 465 CY (Contingent Item) For removal, transport and legal disposal of unsuitable backfill materials, including tipping fees, the price per cubic yard of Forty- Seven Dollars $ 21,855.00 and Zero Cents. 25. Sub -Total — Bid Items 1 through 25 $ 1,412,825.00 26. Dedicated Allowance For providing uniformed, off -duty policemen for the purpose of maintenance of traffic, the aggregate sum of Five Thousand Dollars $ 5,000.00 and Zero Cents. 27. For all cost of required permit fees, impact fees, if required by the $ 42,384.75 Engineer, the sum of 3% of the Subtotal, Item 26 (0.03) x (Subtotal, Item 26) Forty- Two Thousand Three Hundred Eighty -Four Dollars and Seventy -Five Cents. BP -6 City of Opa-Locka Sesame Street Culvert Replacement Between NW 135th St. & Atlantic Ave Item No. Estimated Description Total Quantity 28. For unforeseen conditions, for minor construction changes and for quantity adjustments, if ordered by the Engineer, the $ 141,282.50 sum of 10% of the Subtotal, Item 25 (.10) x (Subtotal, Item 25) One Hundred Forty -One Thousand Two Hundred Eighty -Two Dollars and Fifty Cents. 29. TOTAL BID — (Sum of Bid Item Nos. 26, 27, 28 and 29) $ 188,667.25 Note: For a detailed description of each Quotation Item, refer to Section 01025 of the Specifications entitled "Measurement and Payment. BP -7 City of Opa-Locka Sesame Street Culvert Replacement Between NW 135th St. & Atlantic Ave THE CITY OF OPA-LOCKA OPA-LOCKA, FLORIDA BID PROPOSAL FORM The City of Opa-Locka reserves the right to waive any informality in any bid and to reject any or all bids. TOTAL BASE BID PRICE FOR PROPOSAL (ITEMS 1 THROUGH 29): $ 1,601,492.25 (FIGURES) One Million Six Hundred and One Thousand Four Hundred and Ninety -Two Dollars and Twenty -Five Cents AMOUNTS SHALL BE SHOWN ON BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCIES, THE AMOUNT SHOWN IN WORDS SHALL GOVERN FOR EACH BID ITEM AND TOTAL BASE BID. Bidder acknowledges that included in the various items of the bid proposal and in the TOTAL BASE BID PRICE are costs for complying with the Florida Trench Safety Act, F.S. 553.60 et. seq. The Bidder by signing and submitting the Trench Safety Act Compliance Statement is, in writing, assuring that it will perform any trench excavation in accordance with applicable trench safety standards. Contract award shall be based upon the total base bid price, as identified - •ove, by the lowest responsive, responsible bidder. David Mancini and Sons, Inc. FIRM NAME (PRINT) BP -8 BIDDER'S SIGNATURE Fabio Angarita Vice President City of Opa-Locka Sesame Street Culvert Replacement Between NW 135th St. & Atlantic Ave AIA Document A3IOTM — 2010 Bid Bond CONTRACTOR: (Vame, legal status and address) DAVID MANCINI & SONS, INC 2601 Wiles Rd. Pompano Beach, FL 33073 OWNER: (Name, legal .status and address) City of Opa-Locka 780 Fisherman Street, 4th Floor Opa Locka, FL 33054 SURETY: (Name, legal status and principal place of business) Travelers Casualty And Surety Company Of America 1441 W. Long Lake Rd. Troy, MI 48098 BOND AMOUNT: FIVE PERCENT OF BID AMOUNT (5%) PROJECT: SESAME STREET CULVERT REPLACEMENT • Bid No. 23-0307200 (Name, location or address, and Project number, if an)) This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or otter party shall be considered plural where applicable. The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (I) enters into a contract with the Owner in accordance with the terns of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said hid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this March 13, 2023. (Wit Atti J�,... -\. . Corit-_'_t _ha e- will not be Jiie r__ DAVID MANCINI (Prrncrp (Seal) (Title) Travelers u l And S tv Co Pony Of Ameri[� (Surety) (Seal) Angelo G. Ze s ttorne -in-Fact 9 Y InitAIA Document A310Tu— 2010. Copyright 01963, 1970 and 0010 by The American Intltute of Architects. All rights reserved. SSilti:0• Purchasers are permitted to reproduce ten (10) copies of this document when completed. To repot copyright violations of AIA Contract Documents, e-mail The American Institute of Architects' legal counsel copvright(oleia.orq. cei:,o TRAVELERS Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS; That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make. constitute and appoint Angelo G Zervos of SOUTHFIELD , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recogwzances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. State of Connecticut City of Hartford ss. By: LO, _ Robert L. Rane enior Vice President On this the 21st day of April, 2021. before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies. and that he. as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 O!nay * w� pond!: "W�F'NECYt� Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatoryin the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President. any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall he valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the. undersigned. Assistant Secretary of each of the Companies. do hereby certify that the above and foregoing is a true and correctcop i of the Power of Attorney executed by said Companies, which remains in trill force and effect. Dated this 13th day of March , 2023 3 FLwrrag6,1 P, Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Power of Attorney is attached. Sesame Street Culvert Replacement RFP#23-0307200 ADDENDUM -01 Please see below, the link with the Engineering Report and Permit Set Plans for the Sesame Street Culvert Replacement. https://opalocka305- my.sharepoint.com/personal/agross opalockafl gov/ layouts/15/onedrive.aspx?id=%2Fpersonal %2 Fagross%5 Fopalockafl %5 Fgov%2 FDocuments%2 FSesame%2 OStreet%20 Culvert&ga=1 Sesame Street Culvert Replacement RFP#23-O3O72OO ADDENDUM •02 Please see responses to all questions asked to date. 1. What is the Substantial and Final completion time frame for this project? Six months from the issued NTP. 2. Is there an Engineer's Estimate? If so can you please provide. The document will be included in the previous link provided for easy access. Sesame Street Culvert Replacement RFP#23-0307200 ADDENDUM -03 The deadline to submit proposals have changed. Please see the date below: Date changed from March 7, 2023, 2023 at 2:00 p.m. to March 13, 2023 at 2:00 p.m. Sesame Street Culvert Replacement RFP#23-0307200 ADDENDUM -04 Please see responses to all questions asked to date. 1. Can the length of runs of pipe can be verified? The length of pipe is 60 LF. 2. Can you confirm if a 14ga is adequate? l4ga is adequate. Sesame Street Culvert Replacement RFP#23-0307200 ADDENDUM -0S A Bid Bond, a certified check, cashier's check, Treasurer's check or bank draft of any State or National Bank in the amount of five percent (5%) of the total bid amount must be submitted as an original hard copy prior to the closing date and time of the solicitation. The bonding company must appear on the US Treasury List. The Bid Bond of the successful Proposer will be retained until receipt and acceptance of a performance bond and all other required documents. Bid Bonds of all other Bidders will be returned without interest upon Award of Contract. Failure to provide the bid bond when required shall result in the Bidder being "non -responsive" and rejected. The original bid bond must be delivered prior to the closing of the solicitation to the address listed on the Bidder's Acknowledgment Form with the name of the solicitation clearly indicated. In addition, the date to submit proposals for RFP No. 23-0307200 has changed from March 13, 2023 at 2:00 p.m. to March 30, 2023 at 2:00 p.m. /6 011E. -Rik, Ron DeSantis, G overnor STATE OF FLORIDA Melanie S. Griffin, Secretary DEPARTMENT OF BUSINESS AND PR OFESSI ONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES MANCINI, DAVID A DAVID MANCINI. & SONS, INC. 2601 WILES ROAD POM PANO BEACH FL 33073 LICENSE NUMBER: CUC044220 EXPIRA TION DA TE: A UGUST 31, 2024 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful fo r anyo ne other than the licensee to use this document . Ron DeSantis, G overnor STATE OF FL ORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Mela ni e S. Griffin, Secretary CONSTRUCTI ON INDUSTRY LICENSING BO ARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORID A STATUTES MELEHAN, FRANCIS PATRICK DAVID MANCINI & SONS, INC 26124 N TURKEY CREEK R OAD EVERGREEN CO 80439 LICENSE NUMBER: CGC1506008 EXPIRATION DATE: A UGUST 31,+ 2024 Always verify licenses online at M yFloridaLicense.com Do not alter this document in any form. This is yo ur license. It is unlawful for anyone other than the licensee to use this d ocument. 4 • 3A MAJOR ROADS (ASPHALT AND CONCRETE PAVING FOR INTERSTATE, PRIMARY, SECONDARY, AND ARTERIAL ROADWAYS AND AIRPORTS AND WORK INCIDENTAL THERETO) 00-1650-W MANCINI, DAVID A. - QUALIFYING DAVID MANCINI & SONS, INC. 2601 WILES ROAD POMPANO BEACH FL 33073 EXPIRES 08/31/2023 BR WARD F LORI DA Contractor must obtain a every two years. CERTIFICATE OF COMPETENCY Detach and SIGN the reverse side of this card IMMEDIATELY upon receipt! You should carry this card with you at all times. photo I.D. Certificate of Competency Card MANCINI, DAVID A. 8835 NW 58 CT PARKLAND FL 330670000 503-2: re, a PC20 29'9. BROWARD COUNTY, FLORIDA CERTIFICATE OF COMPETENCY 3A MAJOR ROADS (ASPHALT AND CONCRETE PAVING FOR INTERSTATE, PRIMARY, CC# SECONDARY. AND ARTERIAL ROADWAYS AND AIRPORTS AND WORK INCIDENTAL THERETO) 00-1650-W MANCINI. DAVID A. - QUALIFYING DAVID MANCINI & SONS. INC. 2601 WILES ROAD POMPANO BEACH FL 33073 EXPIRES 08/31/2023 Business Tax Office 150 NE 2nd Ave. Deerfield Beach, FL 33441 Phone: (954) 480-4333 E-mail:web.btrLdeerfield-beach.com DAVID MANCINI & SONS INC 2601 WILDES RD COCONUT CREEK, Florida 33073 Tax Amounts- $58.80 Classification: Business Location: Service(s): Add Fees: $64.80 Business Tax Receipt License 2022 - 2023 License Number: 2023-466097 Date Issued: 9/8/2022 Expires: 9/30/2023 EXCAVATION WORK 2601 NW 48 STREET DFB 33073 UNDERGROUND UTLY / EXCAVATION Penalty: $0.00 Total Amount Paid: $123.60 Notice; This tax receipt becomes NULL and VOID if ownership, business name, or address changed. Business owner must apply to Business Tax Office for Transfer. Detach and retain for your records • This Business Tax Receipt represents proof of payment of your Business Tax Fee for the period of October 1 to September 30th. Please exercise diligence in maintaining this receipt. • Once you have obtained a Deerfield Beach Business Tax Receipt, you will be sent a renewal notice each year beginning July 1st, (90 days prior to expiration) to the address listed on the Receipt. Please check all Receipt information and report any errors to us immediately. The City may impose fines and penaltiesfor failure to renew this Receipt. • Your current Receipt shall be posted so that it is able to be viewed by anyone upon entering your place of business. • If you change your business name, ownership or location, you must apply for a new Tax Receipt. • If you have more than one location, you must obtain a Receipt for each location, • For information on signage regulations, visit the City's website at http://www.deerfield- beach.com/signage Increase traffic to your business by participating in the City's Recycling Rewards Program! Residents who recycle on a regular basis are accumulating points to be redeemed for rewards at participating businesses to claim discounts and gift certificates. Participating businesses see increased traffic from this program and those that have a commercial recycling account serviced by the City receive additional rewards. To learn how to have your business become a Rewards Partner, please contact Recycling Perks at ifor@recyclingperks.con. For informatoin on how to set up a commercial recycling account, contact the City's Recycling Division at 954-440-4154. This Receipt does not represent an endorsement or certification of the business listed herein b the City of Deefield Beach. BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, FL 33301-1895 954-831-4000 VALID OCTOBER 1, 2022 THROUGH SEPTEMBER 30, 2023 DBA: Business Name; DAVID MANCINI & SONS INC Owner Name: FRANCIS PATRICK MELEHAN Business Location: 2601 WILES ROAD POMPANO BEACH Business Phone: 954-977-3556 Rooms Seats Employees 10 Receipt#:GE ERA3LOCONTRACTOR (GENERAL Business Type:CONTRACTOR) Business Opened:o8/o2/2019 State/County/Cert/Reg: cGc 15 0600 8 Exemption Code: Machines Professionals For Vending Business Only Number of Machines: Vending Tvue: Tax Amount Transfer Fee NSF Fee Penalty Prior Years Collection Cost Total Paid 27.00 0.00 0.00 0.00 0.00 0.00 27.00 THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS THIS BECOMES A TAX RECEIPT WHEN VALIDATED Mailing Address: DAVID MANCINI & SONS INC 2601 WILES ROAD POMPANO BEACH, FL 33073 This tax is levied for the privilege of doing business within Broward County and is non -regulatory in nature. You must meet all County and/or Municipality planning and zoning requirements. This Business Tax Receipt must be transferred when the business is sold, business name has changed or you have moved the business location. This receipt does not indicate that the business is legal or that it is in compliance with State or local laws and regulations. 2022 - 2023 Receipt #WWW-21-00253910 Paid 09/08/2022 27.00 BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, FL 33301-1895 — 954-831-4000 VALID OCTOBER 1, 2022 THROUGH SEPTEMBER 30, 2023 DBA: Business Name; DAVID MANCINI & SONS INC Owner Name: FRANCIS PATRICK MELEHAN Business Location: 2601 WILES ROAD POMPANO BEACH Business Phone: 954-977-3556 Rooms Seats Employees 10 Receipt #: 180-300656 Business Type: GENERAL CONTRACTOR (GENERAL CONTRACTOR) Business Opened: 08/02/2019 State/County/Cert/Reg: CGC 15 0 6 0 0 8 Exemption Code: Machines Professionals Signature Number of Machines: For Vending Business Only V Tax Amount Transfer Fee NSF Fee Penalty I Prior Years Collection Cost Total Paid 27.00 0.00 0.00 0.00 0.00 0.00 27.00 Receipt #WWW-21-00253910 Paid 09/08/2022 27.00 DMSI 03/06/2023 I )'\VI1) \1,\N( INI To Whom It May Concern RE: Financial Statement To Whom It May Concern: We at David Mancini & Sons, Inc. would like to thank you for the opportunity to serve the City of Opa-Locka; however, our financial statement is proprietary and confidential and therefore, we do not wish it be made public. Our financial records are available for your appropriate staff to review at our accounting office in Pompano Beach, FL. Please advise us 48 hours in advance. If you have any questions regarding our financial information, please feel free to contact our Controller, Kimberley Weldon at (954) 977-3556. Sinceteiy David Mancini, President David Mancini & Sons, Inc. 2601 Wiles Road, Pompano Beach, FL. 33073 2655 South Le June Road , Suite # P2A, Coral Gables, FL. 33134 Ph:954-977-3556 Fax: 954-944-2040 Ph: 954-977-3556 Fax: 954.944.2040 Local Business Tax Receipt Miami —Dade County, State of Florida —THIS IS NOT A BILL — DO NOT PAY 6748702 BUSINESS NAME/LOCATION DAVID MANCINI & SONS INC 2655 S LE JEUNE RD # 545 CORAL GABLES, FL 33134-5832 OWNER DAVID MANCINI & SONS INC C/O DAVID MANCINI PRES Worker(s) MIAMI•DADE RECEIPT NO. RENEWAL 7022106 SEC. TYPE OF BUSINESS PAYMENT RECEIVED 196 GENERAL BUILDING BY TAX COLLECTOR CONTRACTOR LBT EXPIRES SEPTEMBER 30, 2023 Must be displayed at place of business Pursuant to County Code Chapter 8A — Art. 9 & 10 14 CGC1506008 57.00 09/07/2022 INT-22-407714 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles — Miami —Dade Code Sec Ba-276. For more information, visit www.miamidade.gov/taxcollector Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 6748702 BUSINESS NAME/LOCATION DAVID MANCINI & SONS INC 2655 S LE JEUNE RD # 545 CORAL GABLES, FL 33134-5832 OWNER DAVID MANCINI & SONS INC C/O DAVID MANCINI PRES Worker(s) 75 RECEIPT NO. RENEWAL 7437899 SEC. TYPE OF BUSINESS 196 SPECIALTY ENGINEERING CUC0442PNTRACT LBT EXPIRES SEPTEMBER 30, 2023 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 PAYMENT RECEIVED BY TAX COLLECTOR 240.00 09/07/2022 INT-22-407702 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holders qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles - Miami -Dade Cade Sec 8a-276. MIAMIOADE For more information, visit www.miamidade.gov/taxcollector a xl BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, FL 33301-1895 — 954-831-4000 VALID OCTOBER 1, 2022- THROUGH SEPTEMBER 30, 2023 DBA: Business Name: DAVID MANCINI & SONS INC Owner Name: DAVID MANCINI Business Location: 2601 WILES ROAD POMPANO BEACH Business Phone: 954 - 977-3556 Rooms Seats Employees 10 Receipt #:ALL OTHERJ-P ?MIS TYPES CONTRACTOR Business Type: (UNDERGROUND UTILITY & EXCAVATION) Business Opened:ol/27/2011 State/County/Cert/Reg:cuc 0 4 4 2 2 0 Exemption Code: Machines Professionals For Vending Business Only Number of Machines: Vending Type: Tax Amount Transfer Fee NSF Fee Penalty Prior Years Collection Cost Total Paid 27.00 0.00 0.00 0.00 0.00 0.00 27.00 THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS THIS BECOMES A TAX RECEIPT WHEN VALIDATED Mailing Address: DAVID MANCINI & SONS INC 2601 WILES ROAD POMPANO BEACH, FL 33073 This tax is levied for the privilege of doing business within Broward County and is non -regulatory in nature. You must meet all County and/or Municipality planning and zoning requirements. This Business Tax Receipt must be transferred when the business is sold, business name has changed or you have moved the business location. This receipt does not indicate that the business is legal or that it is in compliance with State or local laws and regulations. 2022 - 2023 Receipt #WWW-21-00253906 Paid 09/08/2022 27.00 BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, FL 33301-1895 — 954-831-4000 VALID OCTOBER 1, 2022 THROUGH SEPTEMBER 30, 2023 DBA: Business Name: DAVID MANCINI & SONS INC Owner Name: DAVID MANCINI Business Location: 2601 WILES ROAD POMPANO BEACH Business Phone: 954 - 977-3556 Rooms Seats Employees 10 Receipt #: 189-238757 Business Type: ALL OTHER TYPES CONTRACTOR (UNDERGROUND UTILITY & Business Opened: 01 / 7 / 2 011 State/County/Cert/Reg: Cuc 0 4 4 2 2 0 Exemption Code: Machines Professionals Signature For Vending Business Only Number of Machines: Vending Type: Tax Amount Transfer Fee NSF Fee Penalty Prior Years Collection Cost Total Paid 27.00 0.00 0.00 0.00 0.00 0.00 27.00 Receipt #WWW-21-00253906 Paid 09/08/2022 27.00 FDOT Florida Department of Transportation RON DESANTIS GOVERNOR DAVID MANCINI & SONS, INC. 2601 WILES ROAD POMPANO BEACH, FLORIDA 33073 Tallahassee, FL 32399-0450 May 11, 2022 RE: CERTIFICATE OF QUALIFICATION 605 Suwannee Street JARED W. PERDUE, P.E. SECRETARY The Department of Transportation has qualified your company for the type of work indicated below. FDOT APPROVED WORK CLASSES: DRAINAGE, FLEXIBLE PAVING, GRADING, GRASSING, SEEDING AND SODDING, MINOR BRIDGES, ASPHALT RESTORATION, DIRECTIONAL DRILLING, PUMPS STATIONS, UNDERGROUND UTILITY (WATER & SEWER). Unless notified otherwise, this Certificate of Qualification will expire 6/30/2023. In accordance with Section 337.14(4), Florida Statutes, changes to Ability Factor or Maximum Capacity Rating will not take effect until after the expiration of the current certificate of prequalification (if applicable). In accordance with Section 337.14(1), Florida Statutes, an application for qualification must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If the company's maximum capacity has been revised, it may be accessed by logging into the Contractor Prequalification Application System via the following link: HTTPS://fdotwpl.dot.state.fi.us/ContractorPreQualification Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. The company may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3), Florida Administrative Code (F.A.C.), by accessing the most recently approved application as shown above and choosing "Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that the company has performed such work. All prequalified contractors are required by Section 14-22.006(3), F.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link to this report at the website shown above. AA: cg Sincerely, Alan Autry, Manager 2 Contracts Administration Office Improve Safety. Enhance Mohility.Inspire Innovation N,v-Y . f-dot.gov DAVIMAN-01 DAVIDL ,4 RO CERTIFICATE OF LIABILITY INSURANCE DATE (M 3/23//202202YYY) 2 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Insurance 1855 West OffStalte ce Road 434 America,of Inc. woo Long FL 32750 CONTACT Brenda Laflamme NAME: PHONE ) 1 FAX ac, No, Ext): (407 998-5421 15421 (A/C, No):(407) 788-7933 E -MAILESS: Brenda.Laflamme ioausa.com ADDRd, INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Liberty County Mutual Insurance Company 19544 INSURED David Mancini & Sons, Inc. 2601 Wiles Rd Pompano Beach, FL 33073 INSURER B :Zurich American Insurance Company 16535 INSURER c: Indian Harbor Insurance Company 36940 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICA THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MMIDD/YYYY) POLICY EXP IMMIDDIYYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY X X TB5-Z51-292589-032 4/1/2022 4/1/2023 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR pREMSESO(EaoccTu ence) $ 100,000 X X' C' U MED EXP (Any one person) $ 5,000 X Contractual Liab PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES 78= X PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 EMPLOYEE BENEFI $ 2,000,000 A AUTOMOBILE X _ LIABILITY ANY AUTO OWNED AUTOS ONLY - SCHEDULED AUTOS AUUTOS ONL� X X AS7-Z51-292589-042 4/1/2022 4/1/2023 COMBINED SINGLE. LIMIT (Ea accident) $ 1.,000,000 BODILY INJURY (Per person) $ BODILYBODILY INJURY (Per accident) $ (Per accidentDAMAGE $ $ UMBRELLA LIAB EXCESS LIAB _ OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y 1 N N N / A X WC2-Z51-292589-062 4/1/2022 4/1/2023 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE $ 500,000 E.L. DISEASE - POLICY LIMIT $ 500,000 B C Leased/Rented Prof & Poll Liab CPP6939810-00 PEC005881301 4/1/2022 4/1/2022 4/1/2023 4/1/2023 Ded: $5,000 $1mm each claim/agg 525,000 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION David Mancini & Sons, Inc. - FOR INFORMATIONAL PURPOSES ONLY 2601 Wiles Rd (Pompano Beach. FL 33073 ACORD 25 (2016/03) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE - A034287 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 2/17/23, 4:38 PM Detail by Entity Name Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation DAVID MANCINI & SONS, INC. Filing Information Document Number P10000086044 FEI/EIN Number 27-3716806 Date Filed 10/20/2010 Effective Date 10/20/2010 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 03/23/2015 Event Effective Date NONE Principal Address 2601 Wiles Road Pompano Beach, FL 33073 Changed: 02/03/2020 Mailing Address 2601 WILES ROAD POMPANO BEACH, FL 33073 Changed: 05/15/2017 Registered Agent Name & Address MANCINI, DAVID A 2601 WILES ROAD POMPANO BEACH, FL 33073 Address Changed: 05/15/2017 Officer/Director Detail Name & Address Title P MANCINI, DAVID 1875 N HIBISCUS DRIVE Miami, FL 33181 https://search.sunbiz.org/I nquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=DAVI DMA... 1/3 2/17/23, 4:38 PM Detail by Entity Name Title SECR MANCINI , DAVID A, Jr. 1875 N. HIBISCUS DRIVE MIAMI, FL 33181 Title VP Mancini, David A, Jr. 1875 N HIBISCUS DRIVE Miami, FL 33181 Title VP MANCINI, RICHARD 2601 WILES ROAD POMPANO BEACH, FL 33073 Title Vice -President Angarita, Fabio 2601 Wiles Road Pompano Beach, FL 33073 Annual Reports Report Year 2021 2022 2022 Filed Date 01/29/2021 02/01/2022 02/22/2022 Document Images 02/22/2022 -- AMENDED ANNUAL REPORT 02/01/2022 --ANNUAL REPORT 01/29/2021 --ANNUAL REPORT 02103/2020 -- ANNUAL REPORT 01;24/2019 -- ANNUAL REPORT 01/16/2018 --ANNUAL REPORT 05;15.'2017 -- Reg. Anent Change 02/02/2017 -- ANNUAL REPORT 01126/2016 -- ANNUAL REPORT 10,15:2015 -- AMENDED ANNUAL REPORT 03/23;2015 -- Amendment 01/13/2015 -- ANNUAL REPORT 09/30/2014 --AMENDED ANNUAL REPORT 0121T2014 — ANNUAL REPORT 03,13;2013 -- ANNUAL REPORT 02;24.2012 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View ;mane in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Views image in PDF format View image in PDF format View image ;n PDF format View tillage ;n PDF format https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=1 nitial&searchNameOrder=DAVI DMA... 2/3 2/17/23, 4:38 PM 02/22/2011 -- ANNUAL REPORT View image in PDF format 10/20/2010 -- Domestic Profit View image in PDF format Detail by Entity Name https://search.su nbiz.org/I nguiry/CorporationSearch/SearchResultDetail?inguirytype=EntityName&directionType=Initial&searchNameOrder=DAVI DMA... 3/3 Form (Rev. Depart Interna Pa IAI-9 Jctober2018) ment of the Treasury I Revenue Service Request for Taxpayer Identification Number and Certification O. Go to www.irs.gov/FormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. David Mancini & Sons, Inc 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes. 4 Exemptions certain entities, instructions Exempt payee Exemption code (if any) (Applies to accounts (codes apply only to not individuals; see on page 3): code (if any) II Individual/sole proprietor or • C Corporation 19 S Corporation NI Partnership . Trust/estate single -member LLC • Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) Note: Check the appropriate box in the line above for the tax classification of the single -member owner. LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single is disregarded from the owner should check the appropriate box for the tax classification of its owner. Other (see instructions) ► ► from FATCA reporting Do not check of the LLC is -member LLC that maintained outside the U.S.) 5 Address (number, street, and apt. or suite no.) See instructions. 2601 Wiles Road Requester's name and address (optional) 6 City, state, and ZIP code Pompano Beach, FL 33073 7 List account number(s) here (optional) 11 Taxnaver Identifir_atinn Number ITIN Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Part 11 Social security number or Employer identification number 2 7 3 7 1 6 8 0 6 Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Here Signature of U.S. person ► 3 General Instructions °ntr<'I'`r Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Date ► 01/04/2022 • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) 1/12/2021 CIIS - PROJECT EVALUATION Tuesday, January 12, 2021 - 11:23:53 AM MIAMI-DADE COUNTY, FLORIDA Capital Improvements Information System Department of Transportation and Public Works Contractor Evaluation MCC Contract: MT 20200224 Contractor: DAVID MANCINI & SONS INC Department Contact: JOSE DE FERIA 305-375-1186 Evaluation Type: Standard Evaluation FEIN: 273716806 Award Amount: $742,974.02 Site Project Name: Emergency Culvert Replacement at SW 137 AVE and Bird Rd Site Location: SW 137 AVE and Bird Rd. Evaluator ID: E217308 2- 13- 14- 5- Date: 1/12/2021 Period: Project conclusion or closeout Rating * 4 I 3 2 1 1 N/A !Criteria Schedule - Quality of schedule & adherence to schedule resulting in timeliness and minimizing delay to the owner and community. Cost effectiveness & efficiency - Budget compliance & value of work. Vision - Design - Concepts or adherence to criteria. 6- 7- Cooperation - Teamwork & relationship with owner, subs and suppliers. Coordination - Ability to organize, schedule and complete tasks in adherence to the schedule. Accuracy & Technical Skills - Cost estimating, scheduling, shop and other drawings, plans, manuals, project documentation and conflict resolution. Completeness - Compliance with contract documents, permits, Codes & standards. (Responsiveness - Timely, clear & concise responses to owner comments and 1correspondence. 'Commitment - Intangibles & contribution to project success. 10 j + [Personnel - Quality and dedication of project staff. 111- �-: ) Management - Leadership ability. 12- 1 -. ` ,� 1 ,Quality - Work performed correctly the first time. Overall Performance Average: 4_0 Documentation that supports this evaluation and Contractor's/Consultant's comments can be obtained by contacting: Jose De Feria at Phone# 305-608-9740 Evaluation Reviewed by: Supervisor Division Chief ❑ Assistant Director Director Reviewer Name: JOSE DE FERIA Reviewer Signature: r'-'=-4'_ 01,19/2021 The method of delivery of this evaluation to contractor/consultant: Certified Mail O EMail - Fax O Hand O (Unresponsive Performance by contractor/consultant requires 2 delivery methods, one MUST be Certified Mail.) Evaluation delivered to: David Mancini Jr. Rating Key. 4 Superior performance - Exemplary quality, no intervention required - project completed on time or early at or below intra/ciis/frmContractorEvaluation.asp7SeICICCNO=O&SelMode=Print&SeICEID=17735 1/2 1/12/2021 CI1S - PROJECT EVALUATION Tuesday, January 12, 2021 - 11:23:53 AM budget with no change orders or amendments other than owner requested changes. 3 Satisfactory performance - Minor errors noted, addressed with timely corrective action. No serious errors noted or corrective action needed. 2 Guarded performance Errors and Omissions documented in writing with timely corrective action. 1 Unresponsive performance documented in writing without timely corrective action. N/A. No Information intra/ciis/frmContractorEvaluation.asp?SeICICCNO=O&SelMode=Print&SeICEID=17735 2/2 12/7121, 1:20 PM CIIS - PROJECT EVALUATION Tuesday, December 7, 2021 - 1:20:06 PM MCC Contract: MT 20200297-R Contractor: DAVID MANCINI & SONS INC Department Contact: Leo Salgueiro 305-375-1202 Site Project Name: EMERGENCY CULVERT REPLACEMENT Site Location: NW 186 ST AND NW 57 AVE Evaluation Refreshers: Do's and Don'ts Process and Procedures Q & A's Help MIAMI-DADE COUNTY, FLORIDA Capital Improvements Information System Department of Transportation and Public Works Contractor Evaluation Evaluation Type: Standard Evaluation FEIN: 273716806 Award Amount: $349,088.00 Evaluator ID: E215298 Date: 12/7/2021 Period: Project conclusion or closeout v Rating * 4 3 2 1 N/A Criteria 1- ® ' Schedule - Quality of schedule & adherence to schedule resulting in timeliness and minimizing delay to the owner and community. 2- ® Cost effectiveness & efficiency - Budget compliance & value of work. 3- ® Vision - Design - Concepts or adherence to criteria. 4- * Cooperation - Teamwork & relationship with owner, subs and suppliers. 5- 6- 0 7- C) 8- * 9- 10- 11- ® 12- ® Coordination - Ability to organize, schedule and complete tasks in adherence to the schedule. Accuracy & Technical Skills - Cost estimating, scheduling, shop and other drawings, plans, manuals, project documentation and conflict resolution. Completeness - Compliance with contract documents, permits, Codes & standards. Responsiveness - Timely, clear & concise responses to owner comments and correspondence. Commitment - Intangibles & contribution to project success. Personnel - Quality and dedication of project staff. Management - Leadership ability. Quality - Work performed correctly the first time. Overall Performance Average: 4.0 Documentation that supports this evaluation and Contractor's/Consultant's comments can be obtained by contacting: OSVALDO MONTERO at phone# 786-473 0125 Evaluation Reviewed by: Supervisor D Division Chief Assistant Director Director intra8/ciisifrmContractorEvaluation.asp?SeICICCNo=O&SeICEID=19166&SeIRPONo=20200297-R&SeIEDP=&SeiEDPlmt= 1/2 12/7/21, 1:20 PM CIIS - PROJECT EVALUATION Tuesday. December 7. 2021 - 1:20:05 PM Reviewer Name: Leo Salgueiro v Reviewer Signature: The method of delivery of this evaluation to contractor/consultant: Certified Mail EMail Fax O Hand (Unresponsive Performance by contractor/consultant requires 2 delivery methods, one MUST be Certified Mail.) Evaluation delivered to: DAVID HEARN, DMSI * Rating Kgy, 4 Superior performance - Exemplary quality, no intervention required - project completed on time or early at or below budget with no change orders or amendments other than owner requested changes. 3 Satisfactory performance - Minor errors noted, addressed with timely corrective action. No serious errors noted or corrective action needed. 2 Guarded performance Errors and Omissions documented in writing with timely corrective action. 1 Unresponsive performance documented in writing without timely corrective action. N/A. No Information 12/7/2021 - Project conclusion or closeout Ne Save/Update ', EMail Leo Salgueiro EMail Leo Salgueiro ! Print Exit Date t_a;t Edited : 0.1 20,1010 -16:35:06 intra8lciisifrmContractorEvaluation.asp?SeICICCNo=O&SeICEID=19166&SeIRPONo=2020029/-R&SeIEDP=&SeIEDPInit= 2..2 D ASl DAVID \1 \N iNI . DAVID MANCINI & SONS, INC. - ONGOING PROJECTS PROJECT ID PR OJE CT VALUE NAME/ADDRESS/PHONE # % WORK REMAINING ST ATUS BONDED 21-MD-EM72 WASD - 5-963 - 10" HDD Force Main and 72" Valve Replacement $ 1,440,000 Miami Dade WASD- 3071 SW 38th Ave., Miami FL. 33146 (305)-665-7477 85 % On -going Construction Yes 21-DB-3AVE City of Delray Beach - Design and Build NE 3RD Avenue Streetscape $ 1,682,854 City of Delray Beach -100 NW First Ave ., Delray Beach FL. 33444 (561)-243-7000 80 % On -going C onstructi on Yes 21-NM.NE35 City of North Miami Beach - 35TH Avenue Roadway and Water Main Improvements $ 4,700,000 City of North Miami Beach -17011 NE 19th Ave ., North Miami Beach FL . 33162 (305)-947-7581 50% On -g oing C onstruction Yes 21-PL.SPS3 City of Plantation -Lift Station #3 Replacement $ 877 764 City of Plantation- 500 NW 65th Ave., Plantation FL. 33317 (954)-513-3510 37% On -going Construction Yes 21-DB. SE10 City of Delray Beach - SE 10TH Street Signalization Improvements $ 196,704 City of Delray Beach- 100 NW First Ave ., Delray Beach FL. 33444- (561)-243-7000 40 % On -going g ' g Construction Yes 21-FL. PC12 City of Fo rt Lauderdale - Port Condo Water Main Improvements Design and Build $ 912,000 City of F ort Lauderdale- 100 N Andr ews Ave., Fort Lauderdale FL . 33301- (954)- 828-8000 90% On -going Construction Yes 21-FL.ANSW City of Fort Lauderdale - Storm Sewer Annual $ 20,331,483 City of F ort Lauderdale- 100 N Andrews Ave ., Fort Lauderdale FL. 33301- (954)- 828-8000 40% On -g oing Constructi on Yes 21-FL.EDGE City of Fort Lauderdale Edgewood Stormsewer Improvements $ 14,471,000 City of Fort Lauderdale- 100 NI Andrews Ave. , Fort Lauderdale FL . 33301- (954)- 828-8000 20% On -going Construction Yes 22. SU. BOWM City of Sunrise - Bonaventure Service Line Replacement $ 2,215,325 City of Sunrise- 10770 West Oakland Park Blvd, Sunrise, Florida 33351 5% On -going Construction Yes 22. MD.S964 WASD 5-964 - Gravity Sewe r Along 27 Ave nue $ 6,181,724 Miami Dade-WASD- 30715W 38th Ave., Miami FL. 33146 (305)-665-7477 1% Pre- Construction Yes DMSI D) -AV -I[) y'v yN( !NI SLIP LINING EXPERIENCE AND REFERENCE§ PROJECT NAME LOCATION DAT ES OF C ONSTRUCTI O OVERALL SCOPE SELF PERFORMED CONTRACT COST C LIENTS NAME C ONT ACTS NAME TELEPHONE EMAIL ADDRESS 48" SLIP LINING EMERGENCY CULVERT REPLACEMENT NW 57 AVE & NW 186 ST -TROPICAL STORM ETA Miami Dade County 2021 2021 SLIP LINING OF THE EXISTING 2-54" CULVERTS AND 1-48 " CULVERT WITH 2-48" HDPE PIPE AND 1-42" HDPE PIPE, GROUT FILL OF ANNULAR SPACE AND RESTORATI ON ASSOCIATED. ALL WORK PERFORMED IN- HOUSE EXCLUDING FINISH ASPHALT, STRIPING, AND CONCRETE . $402,298.00 MIAMI DADE COUNTY ALEJANDRO BARRIOS, Manager DTPW Drainage Design Section (305) 375-4772 Alex .Barri os(dmlamldade.eov EMERGENCY 138 -INCH CULVERT REPLACEMENT AT SW 137 AVE AND BIRD Miami Dade County 2020 2020 SUP LINING OF EXISTING 138 -INCH CULVERT WITH A 120 -INCH CMP PIPE WITHOUT TRAFFIC AND FLOWS INTERRUPTI ONS, INST ALLATION OF HEADWALLS AND ROADWAY RECONSTRUCTION. ALL WORK PERFOR MED IN- HOUSE EXCLUDING FINISH ASPHALT, STRIPING, AND CONCRETE. $811,380.00 MIAMI DADE COUNTY ALEJANDRO BARRIOS, Manager DTPW Drainage Design Section (305) 375-4772 Alex .Barriosl amlamidade.gov EMERGENCY 48" FORCE MAIN BREAK REPAIR UNDER OLETA RIVE AND 163RD STREET M iami Dade County 2019 2020 SLIP LINING EXISTING 48" FORCE MAIN WITH 800 LF OF 42" HIGH -DENSITY POLYURETHANE PIPE TO FIX FORCE MAIN LEAK, 2. 48" LINESTOPS AND 1,000 LF OF DUCTILE IRON PIPE. ALL WORK PERFORMED IN- HOUSE EXCLUDING FINISH ASPHALT, STRIPING, AND CONCRETE. $3,650,000 MIAMI DADE W ATER AND SEWER WASH Da vid Vazquez, P .E. m aw,.l]g61552444] da vid.vazquez@miamldade.gov (786) 552-4447 aavid.vaznuezDmiammaae.B ov Emergency 138 -Inch Culvert Replacement at 137th Avenue and Bird Road Project -Location: Miami Dade County DTPW Project Description;, Emergency Project to replace a failed 138 -Inch Culvert along an arterial roadway near a major intersection in Miami Dade County. Major temporary traffic controls which included modifications to signal timing along a major detour route. 120 -Inch CMP relinde while allowing traffic atop and drainage flows within the existing Culvert throughout the installation. With installation of headwalls, relocation of several utilities and roadway restoration Agency: Miami Dade County DTPW Agency Contact: Alejandro Barrios, Manager DTPW, Drainage Design Section Contact Address: 111 NW 1st Street, 15th Floor, Miami FL 33128 Contact Phone Number & E-mail: 305-375-4772, Alex.Barrios@miamidade.gov Awarded Contract Amount: $ 811,380.00 Project Manager Name: Evelio Gibert Project Manager Phone Number & E-mail: 954-551-2324, fangarita@dmsi.co Status of Project: Commencement date: 07/27/2020 Completion date: 01/04/2021 Bidder Reference Personnel: Employed by Prime Contractor Emergency Culvert Replacement at NW 57th Avenue and NW 186th Street - Tropical Storm ETA Project -Location: Miami Dade County DTPW Project Description;, SLIP LINING OF THE EXISTING 2-54" CULVERTS AND 1-48" CULVERT WITH PROPOSED 2-48" SLIP LINE PIPE AND 1-42" SLIP LINE PIPE AND RESTORATION ASSOCIATED. Agency: Miami Dade County Agency Contact: Alejandro Barrios Contact Address: 111 NW 1st Street, 16th Floor, Miami FL 33128 Contact Phone Number & E-mail: 305-375-4772, Aiex.Barrios@miamidade.gov Awarded Contract Amount: $ 402,298.00 Project Manager Name; Fabio Angarita Project Manager Phone Number & E-mail: 954-551-2324, fngarita@dmsi.co Status of Project: Commencement date: 09/15/2021 Completion date: 11/30/2021 Bidder Reference Personnel: Employed by Prime Contractor RYAN KALTZ GENERAL SUPERINTENDENT Experience: General Superintendent Cents: OSHA 30, CPR/FIrst.Ad OSHA Confined Space -0,\II`\V\\+ I .I Ryan Kaltz has spent most all of his life working for the Mancini Family. He is 3rd generation, his grandfather used to make push rings for the tunnels in Michigan. His father, Daryl, Started working for Richard Mancini, founder of Ric -Man Michigan in 1983. In 2000, Ryan got his first job working for Ric -Man Michigan. First sweeping the floors and picking tools up after the other tradesman. In 2008, Ryan moved to Miami Beach, FL and started working for David Mancini Sr. at Ric -Man, Intl. He started as a laborer installing water services, soon after becoming foreman installing vacuum sewers in the Florida Keys, lift stations and laterals in Broadview Park, overseeing milling and paving operations along SR -441, and multiple water and drainage installation projects. During the 2010 reorganization of Ric -Man, INTL. Ryan left and came to work for David Mancini at DMSI as a Mainline / Project Closeout Foreman. He became acting Superintendent on the recent projects of: Seaboard Pump Station, Convention Center Pump Station, and Area N 48" WM. He has proven knowledge in the underground construction market. EXPERIENCE BROADVIEW PARK — 2009 • Well pointing • Lift Stations • Sanitary Sewer/ Laterals • Drainage Installations • ROW to ROW Restoration. CITY OF SURFSIDE — 2010 • Water / Drainage Installation • Water Service / Meter Replacements • Sewer Point / Lateral Repairs SWEET WATER PUMP STATIONS • Clean and Build Pump Stations • Oversee inspections and close out project VIRGINIA KEY TUNNEL SHAFT • Ring Beams, Concrete work for thrust wall and tunnel seal Emergency Culvert Repair at SW 137 Ave - 2020 • Miami -Dade Public Works Emergency • Slip -line 140 LF of 120" CMP • Oversee inspections and project efficiency ALTON ROAD MIAMI BEACH - 2013 • RCP Drainage and Water Main installation • Pump Station Installation CRESPI DRAINAGE IMPROVEMENTS Built pump station and installed pumps 11TH STREET MIAMI BEACH IMPROVEMENTS • Watermain / Storm Sewer / Forcemain Improvements • Raising Road Elevation CONVENTION CENTER PUMP STATION — 2016 • Install two 35' deep pollution control structures in cofferdam • Install multiple large concrete structures • Install 96" RCP connections between structures • Clean and complete inspections • Coordinate with subcontractors SEABOARD PUMP STATION - 2017 • Install a 20' x 50' concrete structure via Caisson method in rock • Demolition and replacement of storm water pump station • Coordinate with subcontractors • Ordering materials AREA N 48" WM -2018 THRU 2020 • Oversee day to day activities • Setup MOT • Review plans for constructability • Cross major roadways (SR -94 / SR986) • Oversee cleaning and inspection operations Install the C-100 Canal crossing (25 ft underwater) DAVID MANCINI & SONS, INC. DAVID MANCI\ SONS, INC. Key Personnel Overview David Mancini, CUC - President: (954) 605-3982; email: dmancini@dmsi.co Mr. Mancini has more than 35 years of construction experience from Michigan to Florida, David Mancini has built David Mancini & Sons, Inc. (DMSI) into the premier underground civil contractor in South Florida. David served as President and Qualifier for his father, Richard Mancini, at Ric -Man International, Inc. from 1985-2010. Since incorporating David Mancini & Sons, Inc. in 2010, his "hands on" abilities and vast pool of knowledge have enabled DMSI to become the leader in large diameter pipeline construction. Serving as Design -Builder Manager, David Mancini has successfully completed a long list of projects within urban environment throughout South Florida that include the installation of transmission water mains (HDPE), transmission force mains (PCCP & DIP), sanitary sewers, storm sewers, pump stations, jack and bores, micro tunnels, directional drills, roadways, sub -aqueous crossings, and neighborhood improvement projects over the past three decades. David Mancini Jr. D -B Deputy Project Manager David A. Mancini Jr. has over 15 years of construction experience in South Florida. As a field laborer, David Mancini Jr. began his career in construction at only 15 years old, working on various construction projects for City Municipalities. As a Construction Manager of David Mancini and Sons, Inc., David administers all construction operations, residential public relations, and coordination regarding the construction projects. His specialization and experience is in neighborhood improvement projects, water main replacements, private property experience is in neighborhood improvement projects, water main replacements, private property. His management practice consists of a "first person on site and last person to leave" attitude. David's main priority in administering construction operations is limiting at all cost the impact construction operations may impose on the residents. Fabio Angarita, D -B Construction Project Manager Mr. Fabio Angarita has over 20 years of construction experience in South Florida. Fabio has successfully completed a over $60 million of municipal projects in highly urban environments throughout South Florida including storm sewer projects, storm sewer pump stations, force mains (PCCP & DIP), sub -aqueous crossings, roadway, and neighborhood improvement projects over the past decade. Fabio administers all construction operations, residential public relations, and coordination in multiple construction projects. Onique Williams, Pipe Installation Superintendent Mr. Williams, helped start and build DMSI when it first opened it's doors, Onique's career at DMSI is truly a "from the bottom -up" scenario. His positions at DMSI have included personally installing water services to superintending design build large -diameter transmission force mains. Most recently, successfully completed 15,000 LF Design Build of 48 -inch PCCP through utility infested and politically sensitive Miami's Wynwood Business Improvemetn District, Midtown Miami Community Development District, and Miami Design District. Alejandro Mejia, D -B Safety Manager Mr. Mejia has over 16 years' experience in accounting, construction management and cost estimating in the field of underground utility, roadwork and all facets of civil construction. Alejandro Mejia has over 16 years of experience overseen municipal projects in highly urban environments, airports throughout Dade County, Broward County, Florida including storm sewer projects, storm sewer pump stations, sanitary sewer, force mains, water mains, roadway, and neighborhood improvement projects over the past decade. Richard Mancini, D -B Quality Assurance / Quality Control (QA/QC): Mr. Richard Mancini has over 9 years' experience in accounting, construction management and cost estimating in the field of underground utility, roadwork and all facets of civil construction. Richard has always been fascinated with the underground industry since a young age, where he would spend his days after school playing and pretend driving all the equipment in our storage yard and starting around 10 years old. Fast forward to present day, Richie is fully immersed in the day to day business of running large diameter pipeline projects for just shy of 4 years. The key individuals listed above will be performing the work and will not be substituted without the City's approval. !Verify Welcome Deirdre Gan Company Information Company Name David Mancini and Sons Inc Company ID Number 1375926 Doing Business As (DBA) Name DUNS Number Physical Location Address 1 2601 Wiles Road Address 2 city Pompano Beach State FL Zip Code 33073 County BROWARD Mailing Address Address 1 Address 2 City State Zip Code - MENU Additional Information Employer Identification Number 273716806 Total Number of Employees 20 to 99 Parent Organization Administrator Organization Designation Employer Category None of these categories apply View / Edi� NAICS Code 237 - HEAVY AND CIVIL ENGINEERING CONSTRUCTION View / Edit Total Hiring Sites 1 View / Edit Total Points of Contact 2 [View / Edit View Original MOU Template NA a�i _A"; -��1` illllu Last Login: 05/10/2021 06:41 PM U.S. Department of Homeland Security U.S. Citizenship and Immigration Services Enable Permanent Tooltips Accessibility Download Viewers Reference Section Reference Past Performance Reference Check #1 48 -Inch P.C.C.P Sewer @ N. Miami Ave. Company/Organization Name: Miami Dade Water and Sewer Address: 3071 SW 38th Ave., Miami, FL. 33146 Contact Person: James Ferguson Contact Phone Number: 786-552-8756 Contact E-mail (if applicable): james.ferguson@miamidade.gov Date of Contract or Sale: May 15th 2019 Past Performance Reference Check #2 Lake Osbourne Estates WM Company/Organization Name: City of Lake Worth Beach Address: 301 College Street Lake Worth Beach, FL. 33460 Contact Person: Giles Rhoads Contact Phone Number: 561-586-1640 Contact E-mail (if applicable): Grhoads@lakeworthbeachfl.gov Date of Contract or Sale: August 26th 2021 Past Performance Reference Check #3 42 -Inch Dip WM & 10 -Inch FM Company/Organization Name: Miami Dade Water and Sewer Address: 3575 South Le June Road, Miami, FL. 33146 Contact Person: Gary Clarke Contact Phone Number: 305-205-6980 Contact E-mail (if applicable): Gary.Clarke@miamidade.gov Date of Contract or Sale: August 20th 2020 Past Performance Reference Check #4 Regional Master Meter Improvements Company/Organization Name: Broward County Water & Wastewater Eng. Division Address: 2555 W. Copans Road Pompano Beach, FL. 33069 Contact Person: Merle Medina Contact Phone Number: 754-234-3067 Contact E-mail (if applicable): mmedina@broward.org Date of Contract or Sale: October 20th 2020 Past Performance Reference Check #5 Cocoplum 1 Sanitary Sewer Pump Station & FM Upgrade Company/Organization Name: City of Coral Gables Address: 2800 SW 72nd Ave., Miami, FL. 33155 Contact Person: Noel Polo Contact Phone Number: 305-733-0068/ 305-460-5022 Contact E-mail (if applicable): npolo@coralgables.com Date of Contract or Sale: May 6th 2021 WORKERS COMPENSATION EXPERIENCE RATING NCCI Risk Name: DAVID MANCINI & SONS INC Risk ID: 914733286 Rating Effective Date: 04/01/2022 Production Date: 04/25/2022 State: INTERSTATE State Wt Exp Excess Losses Expected Losses Exp Prim Losses Act Exc Losses Ballast Act Inc Losses Act Prim Losses FL .15 135,552 193,463 57,911 106,878 45,200 184,148 77,270 GA 14 81 12 4 0 53,600 0 0 (A) Wt (B (C) Exp Excess Losses (D - E) (D) Expected Losses1 (E) Exp Prim Losses (F) Act Exc Losses (H -1) (G) Ballast (H) Act Inc Losses (1) Act Prim Losses 15 135,560 193,475 57,915 106,878 45,201 163,455 56,577 Pr mary Losses Stabilizing Value Ratable Excess Totals Actual (I) 56,577 C * (1 - A) + G 160,427 (A) * (F) 16,032 (J) 233,036 Expected (E) 57,915 C * (1 -A) + G 160,427 (A) * (C) 20,334 (K) 238,676 ARAP FLARAP SA RAP MAARAP Exp Mod Factors 1.00 (J)/(K) •98 REVISED RATING RATING REFLECTS A DECREASE OF 70% MEDICAL ONLY PRIMARY AND EXCESS LOSS DOLLARS WHERE ERA IS APPLIED. ONE OR MORE CLAIM AMOUNTS HAVE BEEN REDUCED DUE TO EMPLOYER REIMBURSEMENTS AS PART OF A NET DEDUCTIBLE, EMPLOYER -PAID MEDICAL OR COMPENSATION REIMBURSEMENT PROGRAM IN THE FOLLOWING JURISDICTIONS: FL REVISED RATING TO INCLUDE UPDATED DATA FOR: FL, POL. #: WC2Z51292589010, EFF.: 04/01/2020 © Copyright 1993-2022, All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance, Inc. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, may be made without the poor written consent of NCCI. This product is furnished "As is" "As available" "With all defects" and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express, statutory, or implied warranties, including the implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of the product or information contained therein. This product and the information contained therein are to be used exclusively for underwriting, premium calculation and other Insurance purposes and may not be used for any other purpose including but not limited to safety scoring for project bidding purposes. All responsibility for the use of and for any and all results derived or obtained through the use of the product and information are the end user's and NCCI shall not have any liability thereto. Page 1 of 3 DAVID MANCINI & SONS, INC. EQUIPMENT TYPE Description 7 AIR AC185A AC200B AC200C AC375A MATRC6 MDIVE2 MDIVE3 COMPRESSOR AIR COMPRESSOR AIR COMPRESSOR AIR COMPRESSOR AIR COMPRESSOR AIR COMPRESSOR DIVE COMPRESOR DIVE COMPRESSOR 12 ATTACHMENTS MC4C MH55D2 SC272A SC272B B50DX1A 142 62BA1 81358X37 B365BLPH 8365BLQC 847000UP MTTRENCH TILTROTA PLATE COMPACTOR ATTCHMENT HAMMER 272 SWEEPER ATTACHMENT 272 SWEEPER ATTACHMENT B50DX1 BREAKER w/ BRACKET CAT BA18HYD 262C ATTACHME 8135 EX37 ROCK DRILL RIG B365BL PIPE HOOK 8365BL ATTACHMENT QUICK DISCONNECT FOR 470 MT 30-50" TRENCH PAVER TILTROTATOR PACKAGE 3 BROOM TRACTOR SJD520 BT26158 BT2660A BROOM TRACTOR BROOM TRACTOR BROOM TRACTOR 16 BUCKET B50DX1B BUCKET B245G24B BUCKET 32450368 BUCKET 0305812A BUCKET 8305524A BUCKET B305E40A BUCKET 8320024A BUCKET B328D48A BUCKET BB135G24 BUCKET BB245G24 BUCKET BB245036 BUCKET 88312 60 BUCKET 88321024 BUCKET BB321D42 BUCKET BB321DFL BUCKET MHYDCLAM BUCKET - 50D CLEANOUT DIT - 24" JD 2450 - 36" JD 245G - 12" f CAT 305__5E 24" f CAT 305_5E - 40" f CAT 305.5E - 24" f CAT 328D - 48" f CAT 328D - 24" C&P JD 135 - 24" JD 245 - 36" JD 2450 - 5 FT CAT 60" - 24" CAT 321 - CAT 42" GP f B3 - FLECO 42" f B321 - 8 FT HYD CLAMP 2 CEMENT MIXER MCEM02 MULTIQUIP CONCRETE MIXER MCEM03 CONCRETE MIXER 3 COMBINATION BACKHOE/LOADER C420F1 LOADER/BACKOE C420F2 LOADER/BACKHOE L310SJ1 LOADER./BACKHOE - WHEEL 4 CONCRETE SAW/SAWS MSAWS MISC SAWS CONCRETE/CHAIN CSHONDO1 SAW 18" WALK BEHIND M15HYSA2 HYDRAULIC CHAIN SAW M18STSAW STREET SAW - 18' Equipment List Page 1 Make Model SULLAIR 185DPQCAT SULLAIR 200HDPQCAT SULLAIR 200HDPQCAT SULLAIR 375HDP SULLAIR 210HDPQ-C BROWNIES CTD390B BROWNIE'S CTD390X NPK CATERPILLAR SMITH CHALLE SMITH CHALLE JOHN DEERE CATERPILLAR KENCO PALADIN ENGCON C4C 115505304 5CR SCM200 SCM 200 HP -750 BA18HYD PH30000 Year Serial Number 2011 2016 2016 2019 2006 2012 2016 21290 201101040026 SN 2.01608240035 201608220006 201812180018 200607280058 2017 2N1372 2012 2018 2018 BR -12-18-36 2006 2011 AZN03251 2007 BTP10033 JRB POWERLATCH 2015 AKRPLR92NTX30084 EC206 JOHN DEERE 5200 MASSEY FERG MF2615 MASSEY FERG MF2660 JOHN DEERE JOHN DEERE JOHN DEERE WERK BRAU CATERPILLAR CATERPILLAR CATERPILLAR CATERPILLAR C&P JOHN DEERE JOHN DEERE CATERPILLAR CATERPILLAR CATERPILLAR FLECO PEMBERTON MULTIQUIP TK ASI 4' BUCKET 24" ESCO XDP ESCO XDP 36" BKT304_5CCR_12W BKT304 5CCR 24 BKT304_5CCR_4OD 328E 48" BUCKET 24" SOR .571 24" BUCKET 36" BUCKET 60" 312 24" QUEST BKT321D__42PMB BKT321D 42FLC MC9 CATERPILLAR 420F CATERPILLAR 420F JOHN DEERE 310 SJ HONDA ICS STOW 3 DOZER 06508 DOZER JOHN DEERE 2019 ECO29618 1995 2013 2013 2006 2017 2017 2012 2012 2013 2013 2016 2016 2015 2012 2012 LV5200E420555 FY814062 3X15020 RH120919 9H120908 183151-1-4 3460877 or 3460882 NBC08244 312006601002 GPB-4903-42-0512 39024 2015 2018 3A9S38M18H11.68095 2012 2013 2011 13HP DITEQ 18" 2011 890E4 2018 CD613H18 SKR00457 SKR02081 1T0310SJKB0"200975 0001060 00015456 0303673 650H 2002 1065011X897875 DAVID MANCINI & SONS, INC. EQUIPMENT TYPE Description DD3K1 DOZER 075001 DOZER 18 EXCAVATOR 85001 EXCAVATOR - COMPACT B5002 EXCAVATOR - COMPACT 350G3 EXCAVATOR - COMPACT 885GA EXCAVATOR- w 24" bu, 42" B135GA EXCAVATOR 8245G1 EXCAVATOR B24502 EXCAVATOR B27DZ1 EXCAVATOR 6308LC EXCAVATOR - HYDRAULIC B32101 EXCAVATOR 832102 EXCAVATOR B328DA EXCAVATOR 8365BL EXCAVATOR B470GA EXCAVATOR 860DZ1 EXCAVATOR B3055D1 EXCAVATOR B3055E1 EXCAVATOR 5335FL1 EXCAVATOR 1 FORKLIFT FP360 FORKLIFT 3 GENERATOR GNCH11 2200/2400 W GENERATOR MLITE1 LIGHT TOWER, TOWABLE SM MLITE2 LIGHT TOWER w/TRAILER 1 GRADER G120H1 GRADER 16 LOADER L262C2 LOADER SKID STEER L27201 LOADER SKID STEER L27202 LOADER SKID STEER L27203 LOADER SKID STEER L272D4 LOADER SKID STEER L27205 LOADER - SKID STEER L27206 LOADER - SKID STEER L624KA LOADER - WHEEL L624KB LOADER - WHEEL L624KC LOADER - WHEEL L924GA LOADER - WHEEL L924H1 LOADER - WHEEL L938G1 LOADER - WHEEL L938H1 LOADER - WHEEL 3938M1 LOADER - WHEEL L950KA LOADER - WHEEL 17 MISCELLANEOUS EQ MARCH ARCH SPREADER MCAGE CUSTOM PERSONNEL CAGE MOBMOB M10JOB M60YOB MIBEAM MSCAM1 MSTEEL MWHEEr, MERCURY BHP OUTBOARD JOHNSON 10 OUTBOARD YAMAHA 60 OUTBOARD I BEAMS SEAVIEW CAMERA STEEL PLATES (2) WHEEL WEIGHER Equipment List Page 2 Make Model CATERPILLAR 03K2XL JOHN DEERE 750C JOHN DEERE JOHN DEERE JOHN DEERE JOHN DEERE JOHN DEERE JOHN DEERE JOHN DEERE JOHN DEERE KOMATSU CATERPILLAR CATERPILLAR CATERPILLAR CATERPILLAR JOHN DEERE JOHN DEERE CATERPILLAR CATERPILLAR CATERPILLAR. HOIST 50G 500 50G 85G 135G 2450 LC 2456 LC 27D ZTX PC308LC3 321D LCR 321D LCR 328D LCR 365BL 470G 600 305.50CR 305_5ECR 335FLCR 0360LC848 Year Serial Number 2018 KF202415 2000 T0750CX885243 2016 2016 2016 2013 2013 2016 2017 2011 2004 2011 2011 2013 2002 2015 2011 2011 2012 2018 1FF050GXLGH283830 1FF050GXPGH284841 1FE050GXLGH284850 1FF085GXVDJ017083 1FF135GXPDE400155 1FF245GXTFE600911 1FF245GXCGF800138 1FF027DXLA025571 20091 MPG00182 MPG00237 RMX00449 9TZ00512 1FF470GXJEE471106 IFF060DXHA0280550 FLZ00360 FKY00533 FTKNE10275 2012 29457 CHICAGO 5.5 HP 2.2/2.4K 2011 MAGNUM MLT3060 2005 51816 WACKER NEUSO LTN6 2017 5XFLN0517HN000524 CATERPILLAR 120H NA CATERPILLAR CATERPILLAR CATERPILLAR CATERPILLAR CATERPILLAR CATERPILLAR CATERPILLAR JOHN DEERE JOHN DEERE JOHN DEERE CATERPILLAR CATERPILLAR CATERPILLAR CATERPILLAR CATERPILLAR CATERPILLAR 262C 272DXHP 272DXHP 272D2XHP 272D2XHP 272D2XHP 2'72 D2XHF 624K 624K 624K 924G 924H 938G TI 938H 938M 950K ARCH SPREADER LAKESHORE IN M332 MERCURY ME BMH 4S SEAVIEW Steel Plates HAENNI WL101 2000 4MK00726 2011 2012 2.012 2017 2017 2018 2019 2013 2016 2016 2004 2011 2004 2011 2018 2013 2016 2015 2013 MST04253 SITY00269 SITY00267 MD200564 MD200565 MD200950 MD200989 1DW624KZCDE651292 1DW624KZVGE674501 1DW624KZEGF674973 DDA01241. 092HLHXCO2173 RTB00746 MCC00374 J3R05312 R4A01321 9409630 J-6132 08672463 see File Attachement M100813 M5055A MHATZ1 MVH408 RB124B RB124C RB124D RCB22A RCB24A RCB24B RCS151 RBS502I RBS6021 DAVID MANCINI & SONS, INC. EQUIPMENT TYPE Description ARROWBD MBORING MFUSION MMWELDI MSTEEL1 MTAPKIT MFUS IOPf 2 MNUCGAUG 8 PUMP PODIA P6PVA P8PVA PJETA PJETC MWPSYS PHYDH6 PWP1OA ARROW BOARDS (3) 3" PNEUMATIC BORING TOOL FUSION MACHINE MIG WELDER STEEL PLATES - 5 a. 20' FEED TAP 3/4-2" PIPE KIT DIPS BUTT FUSION MACHINE NUCLEAR DENSITY GAUGE PUMP PUMP PUMP PUMP PUMP WELL PUMP PUMP - 4" DOUBLE DIAPHRAG - 6" VAC ASST - 8' VAC ASST TRASH - 4" JET PUMP - 4" JET PUMP POINT SYSTEM - MISC SYSTEM - 10" WELLPOINT PUMP 1 PRESSURE WASHER MPRESS1 PRESSURE WASHER 14 ROLLER/PLATE TAMPER M1008A COMPACTOR - REVERSIBLE PL COMPACTOR - REVERSIBLE PL COMPACTOR - REVERSIBLE CO COMPACTOR - VIB PLATE DIE COMPACTOR REVERSIBLE PL ROLLER ROLLER ROLLER COMPACTOR COMPACTOR COMPACTOR ROLLER - WHEEL VIBRATORY RAMME R JUMPING JACK TAMPER 3 DUMP TRUCK TDMO6A TDM17A TDM19A DUMP TRUCK MACK DUMP TRUCK MACK DUMP TRUCK 4 FLATBED/FUEL TRUCK TFP99A TMFO1A TMF13A TMM13A 1999 FUEL LUBE TRUCK 2001 FORD F450 FLATBED FREIGHTLINER MOT FLATBED MACK LOWBOY TRUCK 19 TRAILER TO5TON TO9TON T12TON T25TON TTC6H0 TTACKA TTB07A TTF05A TTHOOA TTK13A TTRO5A T"IV04A TRAILER - MOBILE TL f RT TRAILER 9 TON TRAILER 12 TON TRAILER 25 TON TRAILER - 2006 HORIZON TACK TANK TRAILER TRAILER TRAILER TRAILER TRAILER TRAILER TRAILER - 2007 BELL - FONTAINE - 2000 HOOPER - TRAIL KING - REIT - VERMEER f RT450 Equipment List Page 3 Make 15 LIGHT VEMREER MCELROY MILLERMATIC Model VPT300 252 REED MANUFAC MCELROY HIGH FORCE MWI PIONEER PIONEER COMPLETE COMPLETE D8 PERKINS 6068DF150B Norstar 009004Y PP66S12L71 PP88912 3JP-041-F DEWATERING 1104.44-1204 2JDXL06.8016 BOMAG BPR100/800 BOMAG BPR100/80D BOMAG BPR50/55 DE HATE B140 22" MULTIQUIP MVH-40806 BOMAG BW124DH BOMAG BW124DH-40 BOMAG BW124DH-5 CATERPILLAR CB22 CATERPILLAR CB24 CATERPILLAR CB24 DYNAPAC CS -151 WACKER BS5021 WACKER BS6021 MACK MACK MACK GU813 GR64F PETERBILT 330P FORD 6-450 FREIGHTLINER. SPRINTER MACK CHU613 MOBILE TRAIL EAGER BEAVER ECONOLINE EAGER BEAVER HORIZON LEEBOY BELI FONTAINE HOOPER TRAIL KING REIT VERMEER FM1410 B9DOM 9 TON MP424TE 25XPT L250T BELWB12 2E9 20 TON TK1IOHDG-513 Year Serial Number 2018 2019 2013 2017 2017 2018 2016 2004 2016 1998 312716 C59082 MH360109N C19949 4D0-1024 PP27352 3031 9515 8098 D8-1104.44-1204 2002 PE60680202027 2015 2015 2019 2013 2017 2017 2018 2013 2011 2012 101692761003 101692761009 101692401090 Y-3940 B1424 901581271068 861832131116 861586571052 22001340 24001324 24002362 00208 2016 24296030 2017 24348966 2006 2.017 2019 1999 2001 2013 2013 2006 2017 1995 2006 2006 2012 2007 2005 2000 2013 2005 2004 1M2AG11C06M039988 1M2AX13C74HM036988 1M2GR2GC1KM004632 INPNHZ7X7YS496414 1FDXF463916B40237 WDPPF4CC609556561 1M1AN07Y30M014152 1M9BF142861553455 1120PM299HL082078 42ETPJE43T1000865 112HAX35X6L071863 562B110136102226106 1B9AA1115B1309496 160E0162771043186 13N14830351523951 4T0FB252XY1000555 1TKJ05137EM072235 1RNF48A2X5R013867 1VRZ111H641000406 DAVID MANCINI & SONS, INC. EQUT PMENT TYPE Description TTZIP2 TTZIP3 T25TONA TOFFICE TTANDS1 TIMEOUT3 TIMEOUTT ASHPALT ZIPPER TRAILER ASPHALT ZIPPER TRAILER TRAILER 25 TON 20' OFFICE TRAILER 2003 ANDS TRAILER TRAILER - JUPITER TIMEOUT TRAILER - COBIA TT TIMEOU 19 PICKUP TPC15A 2015 TPC15B 2015 TPC15C 2015 TPC16A 2016 TPC168 2016 TPC16C 2016 TPC17A 2017 TPC17B 2017 TPC18A 2018 TPC18B 2018 TPD11B 2011 TPD11D 2011 TPD11E 2011 TPD15A 2015 TPD15B 2015 TPF04A 2004 TPF17A 2017 TPT14A 2014 TVC14A 2014 CHEVY CHEVY CHEVY CHEVY CHEVY CHEVY CHEVY CHEVY CHEVY CHEVY DODGE DODGE DODGE DODGE DODGE SILVERADO SILVERADO SILVERADO SILVERADO SILVERADO SILVERADD SILVERADO SILVERADO COLORADO SILVERADO RAM 1500 RAM 1500 RAM 2500 RAM 2500 MEGAC RAM 1500 FORD F250 SUPERDUTY FORD F-150 TOYOTA TUNDRA 4x2 CHEVY VAN 2 TRUCK/TRACTOR TJVO4A 2004 STERLING TRUCK TMD13A MECHANIC TRUCK 2 TRENCHER RT100A TRENCHER RT45OA TRENCHER 3 WATER TRUCK TWI99A WATER TRUCK TWSOOA 2000 STERLING WATER TRUCK TWSO3A 2003 STERLING WATER TRUCK 9 ASPHALT ZIPPER/COLD PLANER M24MIL COLD PLANER M3OMIL COLD PLANER MBS7OA MCUT30 MPAVE1 MZIPE2 MZIPE3 MZIPE4 MWPCOMP1 VIBRATORY HAMMER 30" CUTTER HEAD ASPHALT PAVER ASPHALT ZIPPER w TRAILER ASPHALT ZIPPER w/ TRAILER ASPHALT ZIPPER w/ TRAILER COMPACTOR SM GAS WACKER P 4 CONEX BOX MCONXI CONX 20' CONTAINER MCONX2 CONX 20' CONTAINER MCONX3 CONX 20' STANDARD TRI DOD MCONX6 CONX 8' x 12 3 FUEL TANKS MFUEL1 FUEL TANK MTANX1 GAS TANK - SEDIMENT (.JL 5 Equipment List - Page 4 Make ASPHALT ZIPP WT.LLIAMSON 0 EAGER BEAVER OFFICE ANDS CONTINENTAL AMERA TRAIL CHEVY CHEVY CHEVY CHEVY CHEVY CHEVY CHEVY CHEVY CHEVY CHEVY DODGE DODGE DODGE DODGE DODGE FORD FORD TOYOTA CHEVY STERLING DODGE VERMEER VERMEER Model AZ480 BT001 2 SX PT CONTAINER TRAILER AC2426TM8 SILVERADO SILVERADO SILVERADO SILVERADO SILVERADO SILVERADO SILVERADO SILVERADO COLORADO SILVERADO RAM 1500 CC RAM 1500 RAM 2500 RAM 2500 RAM 1500 F250 SUPERDUTY F-150 TUNDRA 4x2 2500 VAN V312 LHA RAM 5500 Year Serial Number 2001 2011 2018 2003 2014 2008 2015 2015 2015 201 6 2016 2016 2017 2017 2018 2018 2011 2011 2011 2015 2015 2004 2017 2014 2014 109E510111002182 109FS08218U021866 112HAX371KL083430 4YNBN18273C013104 1ZJBB3121EM082646 4DJAB26288A001288 1GCOCUEG8FZ127362 1GCOCUEG2FZ119547 1GC0CUEG5FZ121812 1GC2CUEGXGZ406O77 1GBOCUEG3GZ357011 1GBOCUEG8GZ3594966 1GC2COEG7HZ285736 1GC1KWEYXHF206662 1GCHSBEA5J1173616 1GC1KXEY2JF205677 1D7RB1GT685550226 3D7LP2ELOBG596819 3D7LP2ET8BG600485 3C6UR5NLOFG605476 l.C6RR6HTXFS608711 1FDNF20L74ED40969 1FTEWIEGBHFA71536 5TFRY5F12EX151059 1GCWGGFA6E1161209 2004 2FZHATAK44AM31231 2013 3C7WRMBL800520465 RT100 2004 1VRX057E551001734 RT450 2007 1VRX0721771001342 INTERNATIONA 4700 STERLING L7500 STERLING M7500 CATERPILLAR PC206 CATERPILLAR PC4088 B57021 MAULDIN 1550D ASPHALT ZIPP 480 ASPHALT ZIPP AZ500B AZPHALT ZIPP AZ480 WACKER PLATE COMPACTOR CONX CONX CONX CONEX YOUNG 2052 613301 20S2 615671 2028 618914 500 GALLON 1999 2000 2003 1HTSCAAM6XH682520 2FZHAFBA9YAF83201 2FZAAKAK33AL05758 2012 DDG00981 2013 XCP00I87 2011 2013 2001 2012 2015 2011 2011 2011 2013 X002044 722L50TKZ9Y202722 100716 50000593 109E5101810021878 6684107 2037988MSG 2107067MSG ES2OVZS2093 14278 DAVID MANCINI & SONS, INC. Equipment List Page 5 EQUIPMENT TYPE Description Make Model Year Serial Number MTANK2 GAS TANK - SEDIMENT ELARTE SEDIMENT TANK 2002 5003 5 LASER LO1C LASER - PIPE LASER TOPCON TP-L4G 2001 VD0221 LTPL4A LASER TOPCON TP-L4BG 2011 VH2587 LTPL4B LASER - PIPE LASER TOPCON TP-L480 2012 VH2783 LTPL4C LASER - PIPE LASER TOPCON TP-L4B 2014 VG9778 LSDG711 LASER - PIPE LASER SPECTRA PREC 00711-3 2015 5 ROCK BOX M4YDRB ROCK BOX - 4 YARD M5YDRB ROCK BOX - 5 YARD M7YDRB ROCK BOX - 7 YARD M9YDRB ROCK BOX - 9 YARD 2017 33033 M20YDRB ROCK BOX - 20 YARD EFFICIENCY SM-EWHD-24 2005 128386 8 TRENCH BOX TB4620 TRENCH BOX - 4 x 6 x 20 PRO-TEC PRO4-6200 15008 TB6412 TRENCH BOX - 6 x 4 x 12 TB6416 TRENCH BOX - 4 x 6 x 16 TB6824 TRENCH BOX - 6 x 8 x 24 Efficiency HT6-824 2014 147098 TB8828 TRENCH BOX - 8 x 8 x 28 SPEED SHOR TS-08280N8KE 42586 TJACKS TRENCH JACKS SNORING SYST NTS 2018 TB4620A TRENCH BOX - 4 X 6 X 20 130221 XTS6M824 TRENCH SHIELD 8 x 24 XTERPA XTS-6M-824 2018 XTS180531 CITY OF OPA—LOCKA REQUEST FOR PROPOSALS RFP NO: 23-0307200 SESAME STREET CULVERT REPLACEMENT Sealed Proposals to REPLACE THE SESAME STREET CULVERT will be received by the City of Opa-locka at the Office of the City Clerk, 780 Fisherman St, 4th Floor, Opa-locka, Florida 33054, Tuesday, March 7, 2023 by 2:00 p.m. Any RFP Package received after the designated closing time will be returned unopened. The City of Opa-locka will be accepting proposals by mail, however it is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The address to submit sealed proposals is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 An original and six (6) copies for a total of seven (7) plus 1 copy of the Proposal package on USB Flash Drive in PDF format shall be submitted in sealed envelopes/packages addressed to the City Clerk, City of Opa-locka, Florida, and marked RFP SESAME STREET CULVERT REPLACEMENT. . Proposers desiring information for use in preparing proposals may obtain a set of such documents by visiting the City's website at www.opalockafl.gov or www.demandstar.com. The City reserves the right to accept or reject any and all proposals and to waive any technicalities or irregularities therein. The City further reserves the right to award a contract to that proposer whose proposal best complies with the RFP NO: 23-0307200 requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. A pre -bid meeting will be held on Thursday, February 16, 2023 at 10:30 a.m. at 780 Fisherman Street, 4th Floor, Opa-locka, FL 33054 and via Microsoft Teams. To participate via Microsoft Teams, please use the information listed below: Meeting ID: 267 461 956 196 Passcode: vjA5Zo Or call in (audio only) -1 786-598-2011..379605695# United States, Miami Phone Conference ID: 379 605 695# Joanna Flores, CMC City Clerk BP -1 City of Opa-Locka Sesame Street Culvert Replacement Between NW 135th St. & Atlantic Ave THE CITY OF OPA-LOCKA OPA-LOCKA, FLORIDA BID PROPOSAL FORM Ladies and Gentlemen: The undersigned bidder proposes to furnish all labor, tools, material and supplies, and to sustain all the expense incurred in doing the work set forth below that may be awarded the undersigned by the City of Opa-locka, Florida, through its proper officers, and to do the same strictly in accordance with the plans and contract documents on file in the Office of the City Engineer of Opa-locka, which are referred to below and made a part hereof, at the following combination of lump sum prices: Item No. Estimated Description Total Quantity 1. Lump Sum (Divided into 2 or 4 payments See Measurement and Payment for Conditions) For performing preparatory work and operations in mobilizing for beginning the work of the Project, but excluding materials and permit costs, both of which are paid under other payments items, the lump sum of ONE HUNDRED SIXTY THOUSAND Dollars $ 160,000.00 and ZERO Cents 2. 195 LF For selling and delivering to the City 66 -inch SRASP pipe and joints by Contech, or approved equal, for the three (3) barrel culvert installation, the price per linear foot of SIX HUNDRED FIFTY Dollars $ 126,750.00 and ZERO Cents 3. 195 LF For installing 66 -inch SRASP pipe and joints by Contech, or approved equal, for the three (3) barrel culvert, price per linear foot of NINE HUNDRED Dollars $ 175,500.00 and ZERO Cents BP -2 City of Opa-Locka Sesame Street Culvert Replacement Between NW 1351/' St. & Atlantic Ave Item No. Estimated Description Total Quantity 4. 140 LF For selling and delivering to the City General Guardrail per FDOT index No. 400 with mechanical appurtenances required, the price per linear foot of ONE HUNDRED SEVENTY Dollars $ 23,800.00 and ZERO Cents 5. 140 LF For installing City General Guardrail per FDOT index No. 400 with mechanical appurtenances required, the price per linear foot of ONE HUNDRED FORTY Dollars $ 19,600.00 and ZERO Cents 6. Lump Sum For demolition and removal of existing three (3) 66 -inch concrete pipe culvert with headwalls and retaining walls, the lump sump of ONE HUNDRED FIFTY THOUSAND Dollars $ 150,000.00 and ZERO Cents 7. 465 CY For the excavating of existing backfill material at existing Culvert location, the price per cubic yard of ONE HUNDRED TWENTY FIVE Dollars $ 58,125.00 and ZERO Cents 8. Lump Sum For providing adequate bypass pumping to maintain uninterrupted Canal flow during construction, the price per lump sump of FOUR HUNDRED THOUSAND Dollars $ 400,000.00 and ZERO Cents BP -3 City of Opa-Locka Sesame Street Culvert Replacement Between NW 135"' St. & Atlantic Ave Item No. Estimated Description Total Quantity 9. Lump Sum For selling and delivering to the City all necessary erosion control measures specified on plans, including Turbidity Barriers and Drop Inlet Sediment Protection required, the price per lump sum of FIFTEEN THOUSAND Dollars $ 15,000.00 and ZERO Cents 10. Lump Sum For furnishing and installing all necessary erosion control measures specified on plans, including Turbidity Barriers and Drop Inlet Sediment Protection required, the lump sum price of FOUR THOUSAND Dollars $ 4,000.00 and ZERO Cents. 11. 45 CY For selling and delivering to the City Concrete for the installation of 10 -inch thick Concrete Pavement (min. 3,000 psi at 28 -day) per FDOT index No. 350, the price per cubic yard of FIVE HUNDRED Dollars $ 22,500.00 and ZERO Cents. 12. 45 CY For constructing 10 -inch thick Concrete Pavement (min. 3,000 psi at 28 -day) per FDOT index No. 350, as indicated in the Plans, the price per cubic yard of ONE HUNDRED THIRTY FIVE Dollars $ 6,075.00 and ZERO Cents. 13. 405 SF For constructing 4 -inch thick sidewalk and ramp curbing to match existing per FDOT index No. 310, the price per square foot of TWELVE Dollars $ 4,860.00 and ZERO Cents. BP -4 City of Opa-Locka Sesame Street Culvert Replacement Between NW 1351h St. & Atlantic Ave Item No. Estimated Description Total Quantity 14. 150 SF For constructing new concrete curb and gutter per FDOT index No. 300, the price per square foot of FORTY Dollars $ 6,000.00 and ZERO Cents. 15. 150 CY For furnishing and placing suitable Backfill required for Culvert placement, the price per cubic yard of THREE HUNDRED TWENTY FIVE Dollars $ 48,750.00 and ZERO Cents. 16. 165 TON For furnishing and installing Rubble (Broken Stone) at Culvert embankment for the rip -rap installation as per FDOT index No. 530, the price per ton of THREE HUNDRED FIFTEEN Dollars $ 51,975.00 and ZERO Cents. 17. 10 CY For furnishing and constructing cast -in -place Mitered End Sections at Culvert pipe barrels per FDOT index No. 430-021, the price per cubic yard of TWO THOUSAND SIX HUNDRED FORTY FOUR Dollars $ 26,440.00 and ZERO Cents. BP -5 City of Opa-Locka Sesame Street Culvert Replacement Between NW 135"' St. & Atlantic Ave Item No. Estimated Description Total Quantity 18. 1025 SY For milling (nominal 1 inch thick), surface course for permanent paving repairs, the price per square yard of FIFTEEN Dollars $ 15,375.00 and ZERO Cents. 19. 1025 SY For constructing for Type "V" permanent paving repairs as per details provided in plans, the price per square yard of FIFTY Dollars $ 51,250.00 and ZERO Cents. 20. Lump Sum For replacing pavement markings damaged, removed, or obliterated by the contractor's operation, the lump sum price of TEN THOUSAND Dollars $ 10,000.00 and ZERO Cents. 21. 40 SY (Contingent Item) For restoring sodded area, the price per square yard of NINETY FIVE Dollars $ 3,800.00 and ZERO Cents. 22. Lump Sum For providing full Traffic Control during construction, Maintenance of Traffic, the lump sum price of TWELVE THOUSAND Dollars $ 12,000.00 ZERO and Cents. BP -6 City of Opa-Locka Sesame Street Culvert Replacement Between NW 135th St. & Atlantic Ave Item No. Estimated Description Total Quantity 23. 2100 SF (Contingent Item) For sheeting and shoring ordered left in place by the Engineer, the price per square foot of ONE Dollars $ 2,100.00 and ZERO Cents. 24. 465 CY (Contingent Item) For removal, transport and legal disposal of unsuitable backfill materials, including tipping fees, the price per cubic yard of ONE HUNDRED TWENTY FIVE Dollars $ 58,125.00 and ZERO Cents. 25. Sub -Total — Bid Items 1 through 25 $ 1,452,025.00 26. Dedicated Allowance For providing uniformed, off -duty policemen for the purpose of maintenance of traffic, the aggregate sum of FIFTEEN THOUSAND Dollars $ 15,000.00 and ZERO Cents. 27. For all cost of required permit fees, impact fees, if required by the $ 44,010.75 Engineer, the sum of 3% of the Subtotal, Item 26 (0.03) x (Subtotal, Item 26) FORTY FOUR THOUSAND TEN Dollars and SEVENTY FIVE Cents. BP -7 City of Opa-Locka Sesame Street Culvert Replacement Between NW 135th St. & Atlantic Ave Item No. Estimated Description Total Quantity 28. For unforeseen conditions, for minor construction changes and for quantity adjustments, if ordered by the Engineer, the $ 146,702.50 sum of 10% of the Subtotal, Item 25 (.10) x (Subtotal, Item 25) ONE HUNDRED FORTY SIX THOUSAND SEVEN HUNDRED TWO Dollars and FIFTY Cents. 29. TOTAL BID — (Sum of Bid Item Nos. 26, 27, 28 and 29) $ 1,657,738.25 Note: For a detailed description of each Quotation Item, refer to Section 01025 of the Specifications entitled "Measurement and Payment. BP -8 City of Opa-Locka Sesame Street Culvert Replacement Between NW 135th St. & Atlantic Ave THE CITY OF OPA-LOCKA OPA-LOCKA, FLORIDA BID PROPOSAL FORM The City of Opa-locka reserves the right to waive any informality in any bid and to reject any or all bids. TOTAL BASE BID PRICE FOR PROPOSAL (ITEMS 1 THROUGH 29): $ 1/ &51, len • 7S .+ /� (FIGURES) �lv� (y(�(R J SIIX ki OFt.FIFTY S AN ` 0U tibDollarsand H U r'! ' (*a I) Lth- tiFis AMOUNTS SHALL BE SHOWN ON BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCIES, THE AMOUNT SHOWN IN WORDS SHALL GOVERN FOR EACH BID ITEM AND TOTAL BASE BID. Bidder acknowledges that included in the various items of the bid proposal and in the TOTAL BASE BID PRICE are costs for complying with the Florida Trench Safety Act, F.S. 553.60 et. seq. The Bidder by signing and submitting the Trench Safety Act Compliance Statement is, in writing, assuring that it will perform any trench excavation in accordance with applicable trench safety standards. Contract award shall be based upon the total base bid price, as identified above, by the lowest responsive, responsible bidder. LANZO CONSTRUCTION CO., FLORIDA DBA LANZO CONSTRUCTION COMPANY FIRM NAME (PRINT) BP -8 iii BIDDER' IGNATURE JAMES M. TILLI, ASST. SECRETARY City of Opa-Locka Sesame Street Culvert Replacement Between NW 135th St. & Atlantic Ave THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Lanzo Construction Company 125 SE 5th Court,Deerfield Beach, FL 33441 as Principal, hereinafter called Principal, and Liberty Mutual Insurance Company 175 Berkeley Street,Boston, MA 02116 a corporation duly organized under the laws of the State of Massachusetts as Surety, hereinafter called Surety, are held and firmly bound unto City of Opa Locka 780 Fisherman St,Opa Locka, FL 33054 as Obligee, hereinafter called Obligee, in the sum of Five Percent of Accompanying Bid Dollars (5% of Bid for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name, address and description of project) RFP No. 23-0307200 Sesame Street Culvert Replacement NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 30th day of March , 2023 Lanzo Construction Company );::<:- (Witness) f --('-' 1 - Liberty Mutual Insurance Company (Surety) (Sea); <<•,_ ;. . Holly Nichols (Title) ,Attorney in Fact AIA DOCUMENT A310 — BID BOUD — AIA B - FEBRUARY 1970 ED — THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 Liberty Mutual. SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8198086.013068 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Anne Barick; Holly Nichols; Jason Rogers; Mark Madden; Michael D. Lechner; Nicholas Ashburn; Paul M. Hurley; Richard S. McGregor; Robert D. Heuer all of the city of Rochester Hills state of MI each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 30th day of November , 2018 . By: State of PENNSYLVANIA County of MONTGOMERY ss On this 30th day of November , 2018 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company id7 F'i't /, �'' Commonwealth of Pennsylvania - Notary Seat Teresa Pastel's. Notary Public Montgomery Counts, My commission expires March 25, 2025 Commission number 1125044 Member. Pennsylvania Association of Notaries David M. Carey, Assistant Secretary By: /2.-I !!['G% I.G& Teresa Pastella, Notary Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV - OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undeitakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American'Jlnkuranze;Comparry do hereby certify that the original power of attomey of which the foregoing is a full, true and correct copy of the Power of Attomey executed by said Companies, s io-full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 30th day of March , 2023 . By: Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIL Multi Co 02/21 Sesame Street Culvert Replacement RFP#23-0307200 ADDENDUM -01 Please see below, the link with the Engineering Report and Permit Set Plans for the Sesame Street Culvert Replacement. https://opalocka305- my.sharepoint.com/personaliauoss oualockafl goy/ layouts/15/onedrive.aspx?id=%2Fuersonal %2Fagross°/>5Fofalockafl%5Fgov°62FDocuments°402F5esame%20Street°/I20Culvert&2a=1 Sesame Street Culvert Replacement RFP#23-0307200 A;i DENDUM-02 Please see responses to all questions asked to date. 1. What is the Substantial and Final completion time frame for this project? Six months from the issued NTP. 2. Is there an Engineer's Estimate? If so can you please provide. The document will be included in the previous link provided for easy access. Sesame Street Culvert Replacement RFP#23-0307200 ADDENDUM -03 The deadline to submit proposals have changed. Please see the date below: Date changed from March 7, 2023, 2023 at 2:00 p.m. to March 13, 2023 at 2:00 p.m. Sesame Street Culvert Replacement RFP#23-0307200 ADDENDUM -04 Please see responses to all questions asked to date. 1. Can the length of runs of pipe can be verified? The length of pipe is 60 LF. 2. Can you confirm if a 14ga is adequate? 14ga is adequate. Sesame Street Culvert Replacement RFP#23-0307200 ADDENDUM -05 A Bid Bond, a certified check, cashier's check, Treasurer's check or bank draft of any State or National Bank in the amount of five percent (5%) of the total bid amount must be submitted as an original hard copy prior to the closing date and time of the solicitation. The bonding company must appear on the US Treasury List. The Bid Bond of the successful Proposer will be retained until receipt and acceptance of a performance bond and all other required documents. Bid Bonds of all other Bidders will be returned without interest upon Award of Contract. Failure to provide the bid bond when required shall result in the Bidder being "non -responsive" and rejected. The original bid bond must be delivered prior to the closing of the solicitation to the address listed on the Bidder's Acknowledgment Form with the name of the solicitation clearly indicated. In addition, the date to submit proposals for RFP No. 23-0307200 has changed from March 13, 2023 at 2:00 p.m. to March 30, 2023 at 2:00 p.m. F455 Southwest Drainage .Improvement No.1609-75-B Owner City of Hallandale Beach 400 South Federal Highway Hallandale Beach FL 33009 Manga Ebbe (954) 457-3043 City Project Manager _1enbe@hailandaIeheachti.or Original Contract Amount $11,835,000.00 Final Project Amount $8,470,312.00 11] LANZO CONSTRUCTION COMPANY Engineer Calvin Giordano & Associates 1800 Eller Drive, Suite 600 Ft. Lauderdale, FL 33316 Start Date — July 2018 Final Completion — December 22nd, 2020 This project is Bordered by South Dixie Highway to the East, SW 111 Street to the South, SW 4d' Terrace to the West, and SW 61 Street to the North, in the City of Hallandale Beach, Florida. This project was designed to increase the capacity of the Shaffer Canal and limiting its tidal backflow and discharge from Miami Dade County by installing a new 70,000 GPM pump station consisting of (2) 300 HP Vertical Turbine pumps on SW 7° Street to pump into 17 injection wells to lower the water level in the canal. This project also includes the installation of a cast -in -place control structure with automated slide gate at SW 111 Street and an alternative power supply for the pump station (800kW generator). The scope of work of this project includes underground pressure pipe installation, injections wells installation, construction of stormwater cast -in -place concrete pump station, generator installation, dredging, vertical building constructions, electrical equipment installation, water main relocation, seawall construction, sheet pile and concrete pile installation, preparation and maintenance -of -traffic. A temporary cofferdam, 40'X23' was installed on this project to allow for the cast in place construction of the pump station. The shaft was excavated to 28' feet deep to prepare the bottom for ground water control by tremie plug. A second temporary cofferdam, 51'X28' was installed on this project to allow for the cast in place construction of the south control structure. The shaft was excavated to 25' feet deep to prepare the bottom for ground water control by tremie plug. Road Reconstruction included 5,100 SY of subbase, road base and 2" of asphalt. The rest of the neighborhood received 8,300 SY of Mill and over lay of 1". Stormwater Force Main included 3,472 LF of DIP ranging in size from 24 to 60 inch. 125 SE 5th Court, Deerfield Beach, FL 33441 (954) 973-9700 www.Lanzo.net F447 SFWMD S -39A Culvert Replacement & Automation Sou AodaWtrMmaemert Dd Owner South Florida Water Management District Gun Club Road West Palm Beach, FL 33406 Original Project Amount $4,295,037.00 Final Project Amount $4,535,000.00 LANZO CONSTRUCTION COMPANY Engineer ATKINS 3230 West Commercial Blvd, Suite 100 Fort Lauderdale, FL 33309 Start Date — May 2017 Completion Date — Sept 2018 Herminio Gonzalez Herminio.Gonzalex «atkinsl..11obal.com (786) 383-6774 The SFWMD S -39A Culvert Replacement & Automation project involves the removal and replacement of existing Structure S -39A with a new water control structure. Being located approximately 6 miles west of US State Road 7 along Loxahatchee Road that runs parallel to the Hillsboro Canal. This project entails the removal of the existing three (3) gated 72" corrugated metal pipe and Structure S -39A, connecting the L-36 Canal and the Hillsboro Canal. A temporary crossing was constructed a few hundred feet to the south using new 48" CMP and fill and was maintained through the construction of the culverts. The S -39A control structure is now a new bidirectional flow Cast -In -Place box culverts constructed with automated lift gates at the southern end of the structure. The automated gates are controlled from a central location offsite and the gates are motorized. The box culvert openings and gates are 10 feet wide and 8 feet high. A temporary cofferdam, 40'X100' was installed on this project to allow for the cast in place construction. The shaft was excavated to more than 20 feet deep to prepare the bottom for ground water control. Water control was achieved by hydraulic sump pumps. A precast control building was erected and also includes a backup generator. There are 2 monitoring wells included in the scope and installed as part of this contract. Extensive riprap is placed by Lanzo on the north and south banks of the Hillsboro Canal to protect it against combined flows of the S-39 and S -39A control structures. The rip rap is from canal bank to canal bank with geo- fabric under 1' boulders extending 400' along the canal. P, , /180119017 Da10:01110118 taller+ 26]5531240.287643 ILANZO SFWMO, S39A Ive ttoeplacement and Prird 8181022034 0010:10/22/18 132140 20001342-09]876] /4r man 7w 60547 Florida Automation ,...rwwo27 Lanzo Construction Co. Ina., SFWMO, S39A Culvert Replacement and .. . ,t ,.. F456 Hillsboro Mile Sanitary Sewer Improvements BMad County Owner Broward County 2555 W. Copans Road Pompano Beach, FL 33069 Carlton Harris Charris<r hroward.orz (954) 831-0907 Original Contract Amount $9,782,573.00 LANZO CONSTRUCTION COMPANY Engineer Craven Thompson and Associates 3563 NW 53'd Street Ft. Lauderdale FL 33309 Start Date — June 2018 Completion — April, 2020 This project is located within the Hillsboro Mile service area. The site is situated on A1A or Ocean Boulevard, and bounded on the north by S.E. 10th Street, the south by the Hillsboro Inlet, on the east by the Atlantic Ocean, and on the west by the Intracoastal Waterway. The work is within the Town of Hillsboro Beach and Florida Department of Transportation maintains jurisdiction of the road right-of-way. Coordination and public information to keep the residents updated on the shifting maintenance of traffic was key. The work included a new gravity sewer system, removal of the existing gravity sewer system, installation of a new force main, and pump replacement at several existing lift stations in a coastal environment with a congested right-of-way. Dewatering was critical because the high groundwater table was influenced by the tide. It included installation of 13,337 LF of PVC Sewer Pipe with sizes from 6 -inch to 18 -inch. 2,995 LF of C909 Pipe with sizes from 8 - inch to 24 -inch up to 20 foot deep. Force Main with sizes from 6 -inch to 16 -inch 23,987 LF of C909. Road reconstruction where the pipe was installed included restoration from subgrade up to finished surface of the road. Milling and resurfacing of Asphalt Pavement of 44,000 SY. 125 SE 5th Court, Deerfield Beach, FL : 33441 (954) 973-9700 www.Lanzo.net F452 Donut Hole Water Service Improvement (Design -Build) Miami DaleWaterand Saner Owner Miami Dade Water and Sewer Department 3071 SW 38`s Ave Miami, FL Carlos Baro (786) 473-5042 Carlos.Barorar miamidade.12ov Original Contract Amount $8,195,750.56 Final Project Amount $9,794,836.99 LANZO CONSTRUCTION COMPANY Engineer Wade Trim 2100 Ponce de Leon Boulevard, Suite 970 Coral Gables, FL 33134 Start Date — Aug 2018 Final Completion — March 2021 This Design Build project is for the replacement of approximately 35,560 linear feet of 6 -12 -inch, majority 8 -inch water main throughout the project area. The Project location is the area bounded by N.W. 187 Street to the north, N.W. 179 Street to the south, N.W. 7 Avenue to the west, and N.W. 2 Avenue to the east. This area is also referred to as The Donut Hole project area. The Miami -Dade County Water and Sewer Department (WASD) awarded our design build team the contract to execute the design and construction of this project. The Lanzo Team, designer and contractor, worked together, as one cohesive unit, in order to successfully design, permit, and construct the entire project. The project produced the following benefits to the residents, the Community, and WASD. • Increase capacity and flow by replacing the under -sized mains with It' new 6 -12 -inch pipe • Eliminate the use of water mains within the easement at the rear of the properties • Relocate water meters from the rear of the property to the front within the public right of way • Improve water pressure to the residents • Increase fire hydrant coverage and fire protection • Increase fire protection flows This project also required the Lanzo design build team to enter 560 private properties in order to relocate the water meter and water service line to the house. This effort requires proactive collaboration with residents in acquiring individual building permits for the plumbing work required to relocate the existing water service from the new water meter to the house. This carefully planned effort began with contacting the homeowner to provide full access and permission to perform this work within the private property. Once the permission was granted, the design -build team opened individual permits issued by the City of Miami Building Department and complied with the requirements of that department in order to properly install, inspect, and close the permit. Surface restoration included trench patch and 68,880 SY of mill and overlay of the neighborhood. +. ; 5 125 SE 5th Conrf; Dedrfield-Stach; fLr 'I3441 (954) 973-9700 www.Lanzo.net F444 MDWASD Biscayne Canal 48" Slip line MDWASD Owner MDWASD 3071 SW 38th Ave Miami, FL Edgar Diaz, PM/CM (305) 704-6473 EdDiaz a iniamidade.. ov Original Contract Amount: $1,035,420.00 Final Contract Amount: $1,904,000.00 LANZO CONSTRUCTION COMPANY Engineer HDR, INC. 15450 New Barn Road, #304 Hialeah, FL 33014 Start Date — December 2016 Completion — November 2017 This sewage force main project is one in a series of projects that are being processed under County Code Section 2-8.2.12, Miami -Dade Water and Sewer Department Consent Decree and Capital 1 Improvement Programs Acceleration Ordinance. The project is located approximately 42 feet west of the west ROW of NW 37th Avenue (Douglas Road) and runs along the north right of way of Biscayne Canal (C-8 and C-8 Extension canal) until NW 32nd Avenue where it turns north along NW 32nd Avenue to the end of the intersection of NW 156th Street and NW 32nd Avenue. The force main was slip lined from the valve by Douglas Rd to where it connects to an existing 72 -inch PCCP host pipe at NW 32nd, about 2,555 LF of 48 -inch PCCP sewer force main sliplined with an 36" HDPE liner. The project consisted of furnishing all materials noted in the specifications, design, labor and all equipment necessary for the rehabilitation of a 48 -inch Force Main (FM) to meet the requirements of the performance specification. To accomplish this work it was necessary to demo and prep portions of the PCCP for sending and receiving the HDPE including pumping out the effluent in the main and setting up access pits. The system was pressure tested and tied to the existing PCCP pipe using fused adaptors and mechanical fittings. ozio 4. :1 F419 Coral Springs Canal Z Restoration Owner Board of Supervisors Sunshine Water Control District 6131 Lyons Rd Coconut Creek, FL 33073 Cory Selchan (954)796-6619 corys@fladistricts.com Original Contract Amount $1,378,543.00 Final Project Amount $2,191,922.00 LANZO CONSTRUCTION COMPANY Engineer IBI Group Inc 2200 Park Central Blvd N Suite 100 Pompano Beach FL 33071 Start Date — January 2014 Completion— April 2015 This project is located in the drainage district canal right of ways between Coral Ridge Drive and Coral Springs drive just south of Royal Palm Boulevard in Coral Springs. The work was in canals AA, BB, 20-1A & Z and included desilting, bank restoration, culvert replacement and new headwall installation. The scope of work included silt and rock removal as outlined in the plans, debris removal and stockpile, canal restoration and sodding and seeding within the site as noted. Silt and rock removed was used to repair the canal banks where possible. Excess material was legally disposed of off -site. Canal bank restoration was achieved by utilizing the material excavated from the canal. Head wall and culvert installation required earthen dams and dewatering to dry the canal. Coordination with the district was required to monitor flow in the event of storms. While the canal was pumped down the 60", 72" and 84" culverts were extended, the head walls were installed and the slide gates were installed. Work also included the installation of concrete filled bank revetment mats covering an area of 5,358 sf. 125 SE 5th Court, Deerfield Beach; FL -33441 (954) 973-9700 www.Lanzo.net Herbert Hoover Dike HP -5 Culvert Repair, 200LF r 108" CIPP USARMYCapscifEngheers Owner US Army, Corps of Engineers Sebring Resident Office 939 Mall Ring Road Sebring, Florida 03870 863.471-1741 US Army, Corps of Engineers Jacksonville District 701 San Marco Blvd. Jacksonville, Florida 32207 Final Project Amount $765,000.00 LANZO CONSTRUCTION COMPANY Start Date October 2011 Completion January 2012 The project consisted of the design and installation of Cured -In -Place -Pipe rehabilitation on the double108" HP -5 Corrugated Metal Pipe Culvert installation. One culvert barrel has a pump house enclosing a pump with slide gate at the intake. Work defmition included examination (Diving acessment), detailed design and installation of the selected system. Submittal documents included Quality Control Plan, Accident Prevention Plan, and Environmental Protection Plan as required to meet regulatory requirements. Third Party Testing was provided for materials installed. Canal flows were maintained during rehabilitation process. The contract is for the repairs of Herbert Hoover Dike Culvert HP -5A in the vicinity of Moore Haven, Glades County, Florida. 125 SE 5th Court; Deerfield:Bloch;-FLl<<334:41 (954) 973-9700 www.Lanzo.net 39tH tTREET ...r. ,hf SATE .. FL 33063' au LICENS.E.:NUMBERi1C• GC • 6262 EXPIRATION DATE: iMJGUST 31, 2024 Ro n D eSantis, Governor Melanie S. Griffin, Secretary STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION C ONSTRUCTI ON -IN Q _` 5 Rl; LICENSING BOARD �i J• .. THE UNDERGROUND UTILI-Tl( EX A`f O+ rCO HEREIN IS CERTIFIED UNDER THE PROVISIONS OF=G APTEi V489 FL&RIPA STATUTES f;:" ,�.--.n.1V ,.,.. : 'tom Iiv L: A' .�:� •"T .� ..` '-:' . '1` „+C„ ' ;mot - •`�• 'L.' _.---.,- .:,::%;, �' • A:� 'TILL". MATTH`EN:ri '; .:`" �` N • ZOi'CiJ3:11 N57' CO � LORI'13A 't ^``-��514L5 N'StU� 3OTH STREET ii''` .. x. �, r FL $3063/ .. .e. • ,,(P:-i LICENSE NUMBtR XCUC©49468 EXPIRATIO N DATE: A UGUST 31, 2024 Always verify licenses online at MyFloridaLicense.com Do no t alter this document in any form. This is your license. It is unlawfu l for anyone other than the licensee to use this document. ■ AC RO D CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDAITYY) 9/6/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND ORALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(Ies) must be endorsed. If SUBROGATION 15 WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. Astatement on this certificate dog not confer rights to the certificate holder in lieu of such endomement(s). PRODUCER Guy Hurley, LLC 989 E. South Boulevard Suite 200 Rochester Rills 161 48307 INSURED Lance Construction Company 125 S.E. 5th Court Deerfield $each FL 33441 COVERAGES cor:Tgcr s Christine Phillips 1? PHCONENo r .u• (248)519-1400 crt E-MAIL ophillips@ghbh.cam ADDRESS: tA/C FPJC No Can sls-14os INSURERS) AFFORDING COVERAGE NAIC INSURER A: Valley Forae Insurance Co. A XV 20509 INBURERB:National Fire Ins. of Hartford A XV 20478 INSURER C: Continental Insurance CO A XV 35289 INsuRERD:Continental Casualty Co. A XV insuaeRE:Allied World Assurance C any A XV 19489 20443 INSURER F : CERTIFICATE NUMBER:22-23 Master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 1S SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INBR LTR OF INSURANCE =DI DI 1so SUER:, vvJT POLICY NUMBER POLICY EFF POLICY EXP DA'YYYI LIMITS X COMMERCIAL GENERAL LIABILITY �'; i. 6081795056 10/1/2022 .. 10/1/2023 E_A(,Y Or,;i:JRI_I,CF I $ 1,000,000 A I CLAIMS -MADE X OCCUR PRVU;.SE -[., :7,71,2ri.. ($ 100,000 X XCU Cc/versos Included MED EXP (Any o,ie person) $ 15,000 X Contractual Liability PERSONAL &ADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMIT APPUES PER: r_ POLICY X JPRO LOC OTHER: GENERALAGGREGATE $ 2,000,000 PRODUCTS- COMP/OP AGG $ 2,000,000 $ AUTOMOBILE X ' . X LIABILITY ANYAUTO AUTOS ED HIRED AUTOS ` SCHEDULED i AUTOS NON -OWNED X I AUTOS I COMBINED SINGLE UMIT i _LEg setidea $ 1,000,000 DODILY INJURY (Par person) 9 6081795073 10/1/2022 10/1/2023 801)10( INJURY (Per accident) 5 PROPERTY DAMAGE 'P.S.L. datA. $ $ X UMBRELLA MS ' X OCCUR EACH OCCURRENCE 3 5,000.000 C EXCESS UAB CLAIMS -MADE AGGREGATE $ 5,000,000 DEp I RETENTION £ 1 6081795087 10/1/2022 10/1/2023 WORKERS COMPENSATION AND EMPLOYERS' UABIUTY ANY PROPRIETOR/PARTNER/EXECUTIVE B OFFICEPJMEMBER EXCLUDED? (Mandatory in NH) (ryes, describe under DESCRIPTION OF OPERATIONS below YIN N NIA ^_y X SST I 1 ERH• EL EACH ACCIDENT $ 1.000,000 6061795090 10/1/2022 10/1/2023 EL DISEASE -EA EMPLOYEE $ 1, 000, 000 9.LDISEASE -POUCYUMIT $ 1.000.000 D Installation Floater E Pollution & Prof. Liability 6082953748 [ 03127614 10/1/2022 10/1/2022 10/1/2023 10/1/2023 $4,500,000 Limit $5,000 ned 52,000,000 Until $50,000 Ded DESCRIPTION OF OPERATIONS! LOCATORS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached 9 more space is required) CERTIFICATE HOLDER Evidence of Coverage CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE R McGregor/PHILLI ®1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD INS025 (201401) BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, FL 33301-1895— 954-831-4000 VALID OCTOBER 1,2022 THROUGH SEPTEMBER 30, 2023 DBA:LANZO CONSTRUCTION CO FLORIDA R@Celpt#:ZBt]-6716 Business Name: Business F GENERAL CONTRACTOR (GENERAL yPe'CONTRACTOR) Owner Name:MATHEW PRESTON TILLI Business Opened:02/ 23/2 0 0 6 Business Location: 125 SE 5TH CT State/County/CertjReg.cGC036262 DEERFIELD BEACH Exemption Code: Business Phone: 979-0802 Rooms Seats Employees 40 Machines Professionals For VendlnpBusinass Only Number of Machines: Vending Type: Tex Amount ; Transfer Fee 1 NSF Fee Penalty Prior Years Collection Cost 108.00 1 0.00 •0.00 _ O. 00 —1— o.ao o-1. Total Paid t aj los.00 THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS THIS BECOMES A TAX RECEIPT This tax is levied for the privilege of doing business within 8roward County and is non regulatory In nature. You must meet all County and/or Municipality planning WHEN VALIDATED and zoning requirements. This Business Tax Receipt must be transferred when the business is sold, business name has changed or you have moved the business location. This receipt does not indicate that the business is legal or that it is In compliance with State or local laws and regulations. Melling Address: LANZO CONSTRUCT TON CO., FLORIDA 125 SE 5TH CT DEERFIELD BEACH, FL 33441-4749 2022 - 2023 Receipt #04B-21-00007612 Paid 09/20/2022 106.00 2023 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT# 681458 Entity Name: LANZO CONSTRUCTION CO., FLORIDA Current Principal Place of Business: 125 SE 5TH COURT DEERFIELD BEACH, FL 33441 Current Mailing Address: 125 SE 5TH COURT DEERFIELD BEACH, FL 33441 US FEI Number: 59-2011933 Name and Address of Current Registered Agent: D'ALESSANDRO, GIUSEPPE SR. 125 SE 5TH COURT DEERFIELD BEACH, FL 33441 US FILED Jan 19, 2023 Secretary of State 8982241963CC Certificate of Status Desired: No The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: GIUSEPPE D'ALESSANDRO SR 01/19/2023 Electronic Signature of Registered Agent Officer/Director Detail : Title Name Address City -State -Zip: Title Name Address City -State -Zip: Title Name Address City -State -Zip: Title Name Address City -State -Zip: VP TILLI, MATTHEW P 660 UNION AVE CRESCENT CITY FL 32112 ASST. SECRETARY DUNCAN, ERNEST 521 SE 5TH COURT POMPANO BEACH FL 33060 PRESIDENT D'ALESSANDRO, GIUSEPPE SR. 125 SE 5TH COURT DEERFIELD BEACH FL 33441 VP D'ALESSANDRO,SALVATORE 125 SE 5TH COURT DEERFIELD BEACH FL 33441 Title Name Address City -State -Zip: Title Name Address City -State -Zip: Title Name Address City -State -Zip: Title Name Address City -State -Zip: VP/CFO PAWLOWSKI, KEVIN J 125 SE 5TH COURT DEERFIELD BEACH FL 33441 ASST. SECRETARY TILLI, JAMES 125 SE 5TH COURT DEERFIELD BEACH FL 33441 VP D'ALESSANDRO, GIUSEPPE JR. 125 SE 5TH COURT DEERFIELD BEACH FL 33441 EXECUTIVE VICE PRESIDENT PEYERK, CHRIS 125 SE 5TH COURT DEERFIELD BEACH FL 33441 Continues on page 2 Date I hereby certify that the information indicated on this report or supplemental report Is free and accurate and that my electronic signature shall have the same legal effect as if made under oath; that l am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: KEVIN PAWLOWSKI VP 01/19/2023 Electronic Signature of Signing Officer/Director Detail Date Officer/Director Detail Continued : Title VP, SECRETARY Title VP Name NAVETTA, PAUL Name MCSWEENEY, ROBERT Address 125 SE 5TH COURT Address 125 SE 5TH COURT City -State -Zip: DEERFIELD BEACH FL 33441 City -State -Zip: DEERFIELD BEACH FL 33441 LANZQ CONSTRUCTION COMPANY LANZO CONSTRUCTION CO., FLORIDA RESOLUTION OF CORPORATION I HEREBY certify that I am the duly elected and qualified Secretary of Lanzo Constriction Co. Florida, a Florida Corporation and that the following is a true and complete copy of a Resolution duly adopted at a meeting of the Board of Directors of said Corporation, held on the 22nd of December 2022 and that such resolution is still in full force and effect. RESOLUTION, that the officers listed below are authorized to sign Contracts, Bids and any other documents to carry out the business of the Corporation. Name Giuseppe D'Alessandro, Sr. Kevin Pawlowski Chris Peyerk Paul Navetta Matthew P. Tilli Robert McSweeney Giuseppe D'Alessandro, Jr. Salvatore D'Alessandro Ernest Duncan James M. Tilli Title President Vice President/Treasurer Executive Vice President Vice President/Secretary Vice President Vice President Vice President Vice President Assistant Secretary Assistant Secretary Signature /`' IN WITNESS WHEREOF, I have hereunto set my hand as Secretary of said C. tp oration and affix the Corporate Seal on the 22nd of December 2022. By Attest: Kevin Pawlowski, Vice President/Treasurer Paul Navetta, Secretary 125 SE 5t Court 4 Deerfield Beach, FL 33441 • Phone (954) 979-0802 An Equal Opportunity Employer State of Florida Department of State I certify from the records of this office that LANZO CONSTRUCTION CO., FLORIDA is a corporation organized under the laws of the State of Florida, filed on August 7, 1980. The document number of this corporation is 681458. I further certify that said corporation has paid all fees due this office through December 31, 2023, that its most recent annual report/uniform business report was filed on January 19, 2023, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Thirtieth day of January, 2023 Secretaty of State Tracking Number: 3511056741CU To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://seryices.sunbiz.org/Filings/Certificate0fStatus/CertificateAuthentication LANZO CONSTRUCTION COMPANY Delivering sustainable infrastructure solutions for tomorrow's communities RESUME OF QUALIFICATIONS LANZO CONSTRUCTION COMPANY Resume of Qualifications Table of Contents Section Contents Page 1 Corporation Documentation 1-4 2 Corporate Organizational Summary 5-6 3 Executive & Management Resumes 7-25 4 References 2 6-3 3 5 State & Local Licensing & Qualifications 34-41 6 Statement of Policies & Practices 42-62 7 Equipment Schedule 63-68 8 Project Experience Listing 69-78 9 Financial Statements 79-83 LANZO CONSTRUCTION COMPANY Corporation Documentation Page Contents 1 Contents Listing 2 Secretary of State Certification 3 Resolution of Corporation 4 Evidence of Insurance Section 1 State of Florida Department of State ! ettrirry from the reecirdis this office that LANZ() COXSTRUCTIC) (TC)., FLORIDA is a corporation irrcntnvcd uunder the lases of the Stale of i'Itlrltla, Wed on August 7. I9FC The tlot:umtni number cif this emp rnlion is 6'1145I. 1 lurihrr certify that said eorptratlson has part! nII focs due' ibis oilier through Derctnber 31, 2U'_3. Rant its rno%1 recent anisun2 report unifIsr7n busznca+ rglort was lied wi iunuur 19, 2023, and that its stst,l:; as active. 1 furillcr irrtih that raid sorpraatar"11 has TUN tiled Policies Or Dls.'stl3uik4 . {illYn'mew wyhatyiti4rite Grea1.Stef of rtw Shoe 4 klerlVe wt tatfak.erstx, t* Citplral, ails the TAMtictil Auy t1J Jarudl!R, 1-02.f S'ecrtary of State Trwriduf'ineeb,er. Stt1,97-04141 soiledil:ate italr<irtittrcla.•.&at tbs ratsiamt tYr,emtrr idt.. aemk Tr. area Mtn Sibs,' *to lwtMucifoat ditptst eA Ittrpt:" .rr lttt.wattW.aekliiimgO Onialk11ei7f\il*.,1 rrilnrsta taattutiicatlan riCONAcNcaNY ® Section 1 Page 2 2023 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT# 699459 Entity Name: LANZO CONSTRUCTION CO., FLORIDA Current Principal Place of Business: 25 SE 5TM COURT DEERFIELD BEACH, FL 33441 Current Mailing Address: 125 SE 5TH COURT DEERFIELD BEACH. FL 33441 US FEI Number. N-2011933 Name and Address of Current Registered Agent: D'ALESSANDRO, GIUSEPPE SR. 125 SE 5Titi COURT DEERFIELD BEACH, FL 33441 US FILED Jan 19, 2023 Secretary of State 0982241983CC Certificate of Status Desired: No The abawwawa' catty submilsdhs matamal'n!for tacpaposn.:f Jashg'lo Ls rayiStreflid a'Szaarragttrar.d ago!17. ar 6c111. Sect Stair aintuLla SIGNATURE: GIUSEPPE D'ALESSANCRO SR 01/1912023 Ele tro!tic Signabste of Registered Agent Officer/Director Detail : Tide VP Name T1LLi. MATTtiEW P Address Se0UNION Ayr Cery.Blatn-Zp. CRESCENT CITY FL 32112 Tittle Ne ne Address CdpSlate-bp: Title Name Address City,State•Zp: Title Name Address City,Slate-Zp: ASST. SECRETARY DUNCAN.ERNEST 521 SE 5TH COURT POMPANO BEACH FL 33033 PRESIDENT D'ALESSAN R0, GIUSEPPE SR. 125 SE 5TH COURT DEERRELD BEACH FL 3344' VP D'ALESSANDRO,SALVATQRE 125 SE 5711 COURT DEERFIELD BEACH FL 5344:. Tide Name Address. City Slate-Zp: Title Name Addr� City Singe Zits: Title Name Addm CilySlate-Zie: Tide Name AdSa: CilySlnteZt: VP/CFO PAWLOWSKI. KEVIN .1 125 SE 5TH COURT DCERFIELD BEACH rL 33441 ASST. SECRETARY TILL]. JAMES 125 SE 5TH COURT DEEIFIE13 BEACH rL 33441 VP D'A:.ESSANDRO, GIUSEPPE JR. 125 SE 5TH COURT DEERFIELD BEACH FL 33441 EXECUTIVE VICE PRESIDENT PEYERK, CHRIS 125 SE 5TH COURT DEERFIELD BEACH FL 33441 Continues on page 2 Date I ,Wt'�rrat..tu1 LW H!c't+aan ...lad on Ma na101tl aakmAamaW nave u IRim wc1 atwal. and 1MMy.Mosnic Wi,aam anal ha. mw...A la a'altac a.{rtlay. uatW eat, hue array :,Scar enSrcre.mraa..>cn xi'. Alarm or 1o.%eatrwrttl>c . tnar denperl ua ,nw`ty Cluvltr rat F.ba4 Stru..K at. e.e nynmgaya*t OWN, er a^ .tla:!ronl WV! al oC.0 as al x.t ff SIGNATURE: KEVIN PAWLOWSKI VP 0111912023 Electertic Signal -are of Sigrint O!Bctt.43ite:lx Detail - - - - - - - - - A-- - — m r a T i Ey - !---.--- - - - — , - - - -- - alCONSTRUCTION COMPANY Dale Section 1 Page 3 OfoadDirector Detail Continued Title VP, SECRETARY Nucor NAVETTA, PAUL Addrew 125 SE 5111 COURT Citp-Sla:e•Zp: OEI RFIELOiBEACH F. 33441 TRH uP Nang MCSVWEENEY, ROBERT Address 525 SE 5Th COURT CityStele•Zip; DEERFiELD BEACH FL nut Section 1 Page 4 LANzo CONSTRUCTION COMPANY �` LANZO CONSTRUCTION COMPANY LANZO CONSTRUCTION CO., FLORIDA RESOLUTION OF CORPORATION I HEREBY certify that I am the duly elected and qualified Secretary of Lanzo Construction Co. Florida, a Florida Corporation and that the following is a true and complete copy of a Resolution duly adopted at a meeting of the Board of Directors of said Corporation, held on the 22nd of December 2022 and that such resolution is still in full force and effect. RESOLUTION, that the officers listed below are authorized to sign Contracts, Bids and any other documents to carry out the business of the Corporation. Name Giuseppe D'Alessandro, Sr. Kevin Pawlowski Chris Peyerk Paul Navetta Matthew P. Tilli Robert McSweeney Giuseppe D'Alessandro, Jr. Salvatore D' Alessandro Ernest Duncan James M. Tilli Title Signature President '. " Vice President/Treasurer Executive Vice President Vice President/Secretary Vice President Vice President Vice President Vice President Assistant Secretary Assistant Secretary / E IN WITNESS WHEREOF, I have hereunto set my hand as Secretary of said GI Corporate Seal on the 22nd of December 2022. By Attest: Kevin Pawlowski, Vice President/Treasurer 'oration and affix the Paul Navetta, Secretary 125 SE 5th Court 4. Deerfield Beach, FL 33441 + Phone (954) 979-0802 An Equal -Opportunity Employer A Rd CERTIFICATE OF LIABILITY INSURANCE 107018Y:001Y7770 8/14/2022 TINS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY MD CONFERS NO RIGMTB UPON TIE CERTIRCATE NOt.DER. IRIS CERTIfICATE DOES NOT AFFIRMATIVELY OR KEGATIVELY AMARA EMEND OR ALTER TNE COVERAGE AFFORDED BY DIE POLICIES BELOW. TINS CERTIFICATE OF INSURANCE DOES MDTCONSRTUTE A CONTRACT BETWEEN THE ISSUING INSURER(Sj, AUTNDRCZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE WILDER. IMPORT►N8 Nine oertMeale holder is anADDITIONAL INSURED, the policy{Gsj moaat be endorsed. II SUBROGATION *WANED, sukeetto the terms and conditions of thepa8ey, rattan policies may require an endorsement A statement en this +ce 18tp1n doers not confer tights (*ere certificate header In Hen cf such endetsemerR{s). 3390utte Guy Burley, Lit 989 8. 9000th Boulevard Butt. 202 8 080180 Bills xi 48307 n,..- Christine Phillip. ,A7NE (2481517-1100 FAx 0009.1 ep11113.Ps8881bh• nom 13111418/3018/311119901 [n1MAC2 18919 .9191Ca5:Vallcy P009. 291108000 Co.A SLV 20508 .00000 Sarno Cone tructlon Co, Florida 125 8.8. 5t1 Court Deerfield 8eaoh FL 33441-4749 .Gua081;14stion&l Fire Ins, of Dartford A YV 20478 Arran t• Cootiseatra 3901.00. Connaoy 1 X 35289 rooms e -Continental Casualty Co. A 071 20166 oauecstaiilad 80018 18810,800. Co_ A xV 19484 es.. ,•last earl *tr9loa9 in. Co At alV 33138 IFlCATE NUMBER:22-23 Master 11Doh REVISION NUMBER: THIS IS TO CERTI,/THAT T1E PCCICIESOFIMMUNE E t3STE08ELI OHAVEEEEN ISSUED TO THE 013URE0 NAVEDA6]'.'E 90R THE.CaxY PERIOD INDICATED, NOTWITHSTANDING WV REIX. REMEN";7831* Ce CONDITION OFANYCONTRACT MOTHER DOCUMENT Y1ITPI FIESFECTTO V.9TC THL8 CERRPICATO MAY BE ISSUED OR MAY PcRDW, TPA INSURANCE AFFORDED BY 1HEPCLECIE$DE1CF*EEO HEREL'4 IS EUBIECT TOALL THE TERMS EXG..U91DNS 480, CGY3RIONS OF SUCH 9011086. L7tlTS SE2311 1 MAY HAVE 81H RFD -ICED BY PAID CLAMS. Wla t1 WAS err lYia RAYtt •' oo. 011 1001 10001 AOLYT LOY{iR 0 OF IAY.001W. r. M1,014.t b0NY1Yi ues4 a x o22222.229t0rsticAtionntf7 111 ••k• - D. X Cont9.ntval Liahili.T 001:791314 1[11/1132 111111/25 Fro1+ a cinelttrt r. 1.000.000 ....." NW;tn • ur .toter •.• : S 100, 000 1800 , iu o.a,rv.1 1 :5,000 X 190 =vetso. 90.10*.* terebt.l a.rar nutt0 f 2,022, 802 crinuniREATEuMr044ste FER 110tee © ■ LYC 9011A 9/1101199.5001199,51E S 1.000,000 n4Dt11C13.1193 9PACC S 1.000.005 1 B 10TCYaet0L0013W x AHYx1ti — A111k5Nf0 M:WIE11 81098 It— •- x Sµ11n! ♦ 0 ra11 10 10!11::]2 lutint31 '3M71ar 'Jh'ibu111 1' 1.000,004 Wens. 11001(7 111/29,...11 1 220E9 ',WC, Ir.. ,.,.a.a1 1 1j`Ib'kAir: SY{01 t 1 c a x urinous tun ettt188110 case --- c:AsenAte 0101:04.307 :01445532 10/101011 :10013101 CA10CGr411* 12,SDQ. 000 509ViES.11E S 11,000.000 Mb 1 x I i92501t0n 1 00.010 1. B a0RA1MCO*21201000 ArntY01CYi01.11UI1n 1IN AY iRM3P2afG&PAt7ata129IC1t01 lN.. ..r:0ua tACtu0tal Q If/e.em,r D38q qt�a, 2.120.urW 0e0rYaY110N fi'gtilMTer:3lr o.. a:a Os/7250u 1c/a/:021 slnnall ItV. I. 01_ 1 1 .'," EL YARNA60a1EM S .,000. 000 EL 0.E.,‘,. .€AEAaA01rE 1 1.004.000 EL.O'•+aa •P0Y-Y MB S 1,000.000 8 D 991199.199 1 10af Liability 1.191/90.99 719•999 011174:4 1013151740 10/1/3122 10/1/:122 1121/2121 :113/3031 12220 t101. 024,000 0.4 0001120th, 05.000 ➢.d 0C3C0e,10e 0C 6Ka0s7e1RO0AT1101014111 tt 010040011.12a,.b.u0+.9na 6n.C,n,.nu.W um, r.mN 1,0.urfunal CERTIFICATE HOLDER tvid.nee of Coverage SHOULD ANYOF'NEADDVEDEBCRIBED POLICIES EE CANOEt1EC 88104E THE MRA71txR DATE T11ERB0E, NOTICE NIL NDELIVERtoIN ACCORBANCEWTH 7HE POLICY PAO1/i01D4E. 40107002,0 at000)001At*6 CANCELLATION ACOtW 25 (20140011 INS025 iat•4:I: ©1988.2014 ACORD CORPORATOR. Ali rights rosarved. The ACORD nsrno cad Saga are registered marks of *CORD Section 1 Page 5 _ CONSTRUCTION COMPANY LANZO CONSTRUCTION COMPANY Corporate Organizational Summary Page Contents 1 Contents Listing 2 Organizational Chart Section 2 CED 4 President E Vice Re sident/ Head Superintendent E.; --- 12111W COM FIm.ITaB Qat w CYlW COF1a 9r II trwta e� ThgriblCimr Ogoodolog Mad GMW Rood Cum Road Rotondo Crew Road Rastotollon Craw T flueldas Itoadog Vice President of operations Pitir:LUltst LANZ° Pep Old Controller! Mice Manager Romanist Amman Maeda Porno Ramo Rosourcaa General Manager of Plant Division Sectio n 2 Page 2 LANZO CONSTRUCTION COMPANY Executive & Management Resumes S. No. Key Personnel 1 Giuseppe D'Alessandro, President 2 Matthew P. Tilli, Vice President 3 Robert McSweeney, PE, Vice President, Director of Development 4 Salvatore D'Alessandro, Vice President, Senior Project Manager 5 Robert Bucci, Senior Project Manager 6 Prajwal Aditya, Senior Project Manager 7 James M. Tilli, Senior Estimator, Project Manager 8 Giuseppe D'Alessandro Jr., Vice President, Director of Operations, General Superintendent 9 Paul Wiezorek, Project Superintendent 10 Richard Kohsman, Project Superintendent 11 Clifford (Dale) Hime, Project Superintendent 12 Ernest Duncan, Survey Director 13 Neil Stevenson, Safety Coordinator Section 3 GIUSEPPE "JOE" D'ALESSANDRO PRESIDENT LANZO CONSTRUCTION COMPANY QUALIFICATIONS Mr. D'Alessandro, with over 35 years of experience in the construction industry, is responsible for all executive decisions of Lanzo Companies. He has demonstrated excellent management ability to effectively organize and execute multiple projects simultaneously to the full satisfaction of our clients. Mr. D' Alessandro has been the Principal in Charge for hundreds of projects in the South Florida area for Lanzo Construction Company since 1986. He is well versed and familiar with policies, procedures, requirements, and expectations of South Florida governmental bodies including but not limited to Miami -Dade County, Broward County, Florida Department of Transportation, City of Fort Lauderdale, Hollywood, Miramar, Sunrise, Cooper City, City of Key West and Palm Beach County just to name a few. Mr. D'Alessandro's supervision of the implementation of industry leading construction methodology and techniques by Lanzo has garnered Lanzo Construction the reputation as an industry leader. EXPERIENCE Lanzo Construction Company 1982 - Present From 1982 to 1984, Mr. D'Alessandro was the field Superintendent directly responsible for construction of projects in The Lone Star State of Texas. These projects consisted of sanitary sewers, water mains, and storm sewers, large and small, both in the private sector and municipal market. From 1984 to 1986, Mr. D'Alessandro's responsibilities expanded to General Superintendent directly in charge of construction of projects throughout the state of Florida. These projects included The Town of Medley Sanitary Sewer Collection Contract S-2676 for WASD, Wagner Creek and Fairlawn Projects for the City of Miami and others across the state. From 1986 to the present, Mr. D'Alessandro has been responsible for the management of all aspects of contracting, from bidding to closeout, including all administration, negotiations, and construction. He has been responsible for hundreds of projects throughout his career with the firm. Mr. D'Alessandro earned the position of President of Lanzo in 2002. With his broad experience on a variety of major projects including water distribution, sanitary sewer collection, storm water treatment, roadway construction and marine construction he was a natural choice for the position. COMPLETED PROJECTS Miami -Dade County Projects: • Miami -Dade Water & Sewer Dept. • Miami -Dade Water & Sewer Dept. • Miami -Dade Water & Sewer Dept. • Miami -Dade Water & Sewer Dept. • Miami -Dade Water & Sewer Dept. • Miami -Dade Water & Sewer Dept. S-633 Ph 11. (Ocean Duffel!) CDWTP Outfall Replacement Donut Hole Water Services Improvement (Design -Build) 36" Water Main on SW 152"" Street Emergency 72" Force Main Slipline w/ 63" HOPE 54" PCCP Force Main Replacement S-828 Site Preparation Blackpoint $18,865,505.00 $9,794,836.99 $10,125,379.00 $5,796,229.00 $20,164,956.00 $13,407,485.00 Broward County Projects: • Broward County Board of County Commissioners - Rock Island - Bid Pack 3 $26,002,137.00 • City of Coral Springs -Water Treatment Plant & Wastewater Treatment Plant Improvements $18,155,000.00 • Broward County Board of County Commissioners - Northwest Quadrant Bid Pack 8 $16,812,079.00 • Broward County Board of County Commissioners - Broadview Estates Bid Pack 1 $15,627,945.00 • Broward County Board of County Commissioners - South County Bid Pack 9 $12,152,903.00 • Broward County Board of County Commissioners - Riverland Bid Pack 2 $11,571,539.00 • Broward County Board of County Commissioners - Broadview Estates Bid Pack 2 $11,477,424.00 • Florida Dept. of Transportation - Olive Ave. Lakes to Lakeview $11,094,126.00 • Florida Dept. of Transportation - Powerline Road $11,069,898.00 • Broward County Board of County Commissioners - West Ken Lark Bid Pack 2 $10,885,237.00 • Broward County Board of County Commissioners - Cresthaven Bid Pack 3 $10,822,404.00 • Broward County Board of County Commissioners - UAZ 124 Bid Pack 1 $10,553,039.00 Monroe County Projects: • City of Marathon - Area 5 Vacuum Sewer System $20,487,925.00 • Florida Keys Aqueduct Authority - 30" Outfall and Pump $1,250,734.00 • City of Key West- Pump Assisted Storm Drainage Improvement $3,399,128.00 MATTIrIEVVT1LLJ TILANZO CONSTRUCTION COMPANY VICE PRESIDENT QUALIFICATIONS Matthew Tilli brings over 40 years of construction experience. Over four decades he's been the company's Chief Engineer during that tenure and has been involved in well over 350 different projects the company has undertaken, working in Texas, Ohio, Michigan, and Florida. His work experience has included construction of Wastewater Treatment Plants, Off -Shore Outfall Pipeline, Rapid Infiltration Basins, Canal Crossings, Pump Stations, and a Micro Tunneling Projects. All projects have been of various sizes and capacities, with Pipeline dimensions from 8" to 120". Prior to joining Lanzo, Mr. Tilli held various positions with other firms from project estimator to project manager for underground utility contractors in Michigan in the 70's. His building experience, has served Lanzo well in the construction of Water Treatment Plants and Wastewater Treatment facilities throughout Michigan and Florida, EXPERIENCE Lanzo Construction Company 1980 - Present As Vice President Mr Tilli shoulders the responsibility for estimating, scheduling and contract administration. He oversees our Project Management staff for all our operations corporate wide. EDUCATION • Bachelor of Science — Civil Engineering — Michigan Technological University CER11FICATION • State of Florida. DBPR Underground Utility & Excavation Contractor CUC049468 • State of Florida, DBPR General Contractor CGC036262 • Broward County — Certificate of Competency — 3A Major Roads (Concrete & Asphalt) Lic. # 87-975 • Broward County - Certificate of Competency — 1A Primary Pipelines (Water, Sewer & Drainage) Lic. # 87-975 • Dade County - Certificate of Competency — Engineering Lic. # E-1233 • City of Boca Raton - Certified General Contractor • Palm Beach County - Occupation Licensed Underground Contractor, General Contractor • City of Key West — Licensed Underground Utility Contractor Robert F. McSweeney PROFESSIONAL ENGINEER VICE PRESIDENT, DIRECTOR OF DEVELOPMENT mil CONSTRUCTION COMPANY LANZO QUALIFICATIONS Mr. McSweeney's broad background entails extensive experience with civil and environmental engineering firms providing services to both public and private sector clients in Miami -Dade, Broward, and Palm Beach counties. His experience also involves FDOT utility coordination and construction administration as well as design/consulting for the U.S Air Force. At Lanzo, Mr. McSweeney's responsibilities include civil and environmental engineering along with related planning, permitting, design and construction administration. As the Senior Project Manager, he will help ensure all projects continue to meet Lanzo's high standards for quality and constructability. He provides service to both public and private sector clients in and outside the tri-county area. EXPERIENCE Lanzo Construction Company (Vice President, Director of Development) 2021 -Present • Overseas Planning, Permitting, Utility Coordination and Project Management on all heavy civil projects. • Projects include pipeline installations (1" - 120"), pump stations (Local - Master) and Wastewater Treatment plants. • Involved in Quality Control; Value Engineering, Project Progress Meetings and Field Training. Calvin, Giordano & Associates (Senior Project Manager) 1985 - 2021 • Responsibilities included civil and environmental engineering for heavy civil projects in both public and private sector. • Planning, Permitting; Design & Construction administration for heavy project with clients from tri-county area. • Inspections, Value Engineering, Quality Control, Project Controls and Utility Coordination. COMPLETED PROJECTS Broward County Projects: • City of Pompano Beach, Miscellaneous Engineering Services Contract — Provided general engineering, surveying, and mapping services to the municipality. • Hillsboro Boulevard SR 810 Improvements — Surveying, Engineering Design for Reconstruction, and improvements to approx. 4,800 LF of roadway and underground utilities. • Tri-Rail Double Tracking Corridor Improvements — Involved in planning, permitting, and engineering for the expansion of multiple stations and supporting infrastructure in the tri-county area. • City of Deerfield Beach — Miscellaneous Engineering / Surveying Services Contract — Engineer of Record, provided general engineering, surveying, and mapping services to the municipality on an as needed basis. SR Al A S -Curve Beach roadway and beautification redevelopment. • NW 40th Street: Coconut Creek, FL, West of NW 54th Ave. to East of SR7 (US441) — Construction Administrator for the Roadway Widening and modification of a divided section including Drainage modifications/improvements, intersection modifications, signalization improvements and utility installations. • SR7(US 441), Broward County, FL, South of Griffin Road to South of Stirling Road — Senior Project Administrator for the roadway reconstruction and widening of multi -lane divided section including drainage modifications/retention area construction and signalization. Miami -Dade County Projects: • Miami -Dade County, NW 10Th Ave to E of NW 136'h Ave — Project Administrator for the roadway construction, widening of multi -lane divided section including bulkhead/seawall installation, culvert extensions, roadway foundation stabilization (geo- textile installation), concrete barrier installation, drainage, utility installation and railroad crossing modifications • Miami -Dade County, NW 121h Street / HEFT Interchange — Senior Project Administrator for the intersection connection of the mainline HEFT to NW 12th Street including ramp connections, flat slab bridges, drainage improvements, utility installations and signalization • Miami -Dade County, Palmetto Expressway(SR 826/NW 167'h Street) — FDOT Senior Project Administrator for the milling and resurfacing of mainline, ramps and adjacent frontage roads, concrete barrier wall modifications, utility adjustments and signalization. EDUCATION • Bachelor of Science — Civil Engineering, Florida Institute of Technology CERTIFICATIONS • Professional Engineers License # PE 47506 • FDOT Quality Control Manager • Building Code Administrative Core • Maintenance of Traffic — Intermediate • FDOT EEO, DBE & Payroll Compliance LANZ0 Salv•atare D'Alessand CONSTRUCTION COMPANY VICE PRESIDENT, SENIOR PROJECT MANAGER QUALIFICATIONS Mr. D'Alessandro has thirteen years of experience in the Underground Infrastructure Industry. He spent a great deal of time with trenchless rehabilitation of existing utility systems. Sal began working on a CCTV Inspection truck, and over the years progressed from learning and understanding to running his own CCTV crew. This eventually transition into running several crews and ultimately running several jobs consisting of Large / Intricate CIPP, Slip line, Neighborhood Improvement, Carbon Fiber Rehabilitation, and Streetscape as a Construction. Over the course of Sal's tenure, he became skillful in job set ups and execution with respect to scheduling, crew allocation, methodology of job approach, while maintaining the train approach of buttoning up the rear of the project while continuing to build ahead. While working with existing utility systems Sal has become well verse with large intricate bypass set ups to continue working without interrupting flow to the city / neighborhoods. Sal then proceeded to assist and help grow Lanzo Construction Company as a CM for all projects other than trenchless, while heading up the Business Development side to the company as well. Sal is experienced, as a field supervisor, and project coordinator. Sal has managed a variety of municipal, industrial, and private projects. He has worked on various projects with diameters and sizes from CIPP, Open -Cut, Slip -Line ranging from 4" to 108". Sal is experienced with both circular and non -circular pipelines, pressure lines, water -mains, as well as force -mains. EXPERIENCE Lanzo Construction Company • Oversees all Trenchless Pipeline Rehabilitation Projects for Lanzo. • Review and Approval of all RFQ, RFP, Negotiated Bid Proposals for Trenchless Pipeline Rehab Bids. • Oversees all Hard Dollar Bonded Construction Bidding, Change Orders and Prequalification. • Responsible for all Environmental and Safety Compliance. • Oversees all Lanzo's Equipment, Labor & Material Procurement for Trenchless Rehab Operations. • Responsible for all Licensing, Certifications and Qualification for all Out -Of -State Projects. • Responsible for all Business Development, Public Relations, and Negotiations with Clients. 2009 - Present COMPLETED PROJECTS Florida Projects: Miami -Dade County Projects: • Miami -Dade Water & Sewer Dept. Donut Hole Water Services Improvement (Design -Build) $9,794,836.99 Broward County Projects: • Deerfield Beach, Weingarten Realty 72 -Inch CIPP Lining Project $645,000.00 • City of Hollywood, 60 -Inch Sanitary Sewer CIPP Rehabilitation $903,157.00 • Town of Hillsboro Beach, Water Main Replacement Project $6,498,272.00 • City of Hollywood, Water & Sewer Replacement Program $22,867,926.25 • City of Hallandale Beach, Southwest Drainage Improvements 1609-75-B $4,259,525.50 • City of Fort Lauderdale, G.T. Lohmeyer PCCP Sequence B Repair $3,662,716.65 Palm Beach County Projects: • City of West Palm Beach, 48 -Inch Force Main CIPP Lining Project $6,199,516.28 • City of Boca Raton, Wastewater Collection System Rehabilitation $734,085.00 • US Army Corp of Engineers, Herbert Hoover Culvert HP -5 Repair $765,000.00 • City of Pensacola (Pensacola County), 60 -Inch Stormwater CIPP Rehabilitation $903,157.00 Out -Of -State Projects: • Wichita Falls, Texas - Holliday Creek Trunkline SS Rehab; 12,300 LF of 36"-43" Sanitary Sewer CIPP Rehab Amount: $4,031,096.00 • Toledo, OH — 2018 Sewer Lining Project 12,925 LF of 8"-42" CIPP Lining $948,661.00 • Elmhurst, IL — 2019 Sewer CIPP Lining Project #19-18; 6,768 LF of 8"-30" CIPP Lining $659,888.00 • Troy, MI — 2020 CIPP Program, Contract 20-06; 7,636 LF of 8"-10" CIPP Lining $641,294.00 • Douglasville, GA — Echo Lake Sewer Outfall Rehabilitation; 2,340 LF of 30" DIP Sewer Line CIPP Lining $376,740.00 • Dover, DE — Sanitary Sewer Main Lining (Inflow & Infiltration Removal); 3,406 LF of 15-30" VCP CIPP Lining $1,327,300.00 LICENSES/CERTIFICATES/QUALIFICATIONS • First Aid & CPR Certified • Advanced Confined Space Training and Rescue • PACP Certified ROBERT Buca SENIOR PROJECT MANAGER 11 LANZO CONSTRUCTION COMPANY QUALIFICATIONS Mr. Bucci has 25 years of experience in the construction industry. He has worked at levels, ranging from laborer, foreman, production manager and project manager. He understands the challenges this project provides, and he possess the skills & knowledge to provide a quality product. His experience in the construction of major infrastructure projects include lining, distribution & transmission mains, storm water, wastewater, solid waste major pipeline and treatment plant projects. He has experience at the local and regional level for large-scale projects requiring the coordination of various construction disciplines. He has worked in both private and public sector. His responsibilities include daily onsite management of project personnel, including safety meetings, implementation of M.O.T., environmental protection, compliance with permit conditions from all governing agencies, meeting schedule deadlines, coordination with the project manager and the owner representative(s) for all phases of the project to best meet community/public needs. Mr. Bucci is a Professional Project Manager for Lanzo Construction, experienced in the management and implementation of quality control measures to ensure the highest quality product in every project he is involved in. Mr. Bucci is an expert in clearly communicating the intention of the specification. Mr. Bucci is involved in the technical support of developing product, proposals, design, optimization methods for constructability of both open cut installation and rehabilitation projects. He is an effective communicator who makes decisions on scheduling of crews, equipment & product installation, as required for the project. He has demonstrated excellent management ability to effectively organize and execute multiple projects simultaneously to the full satisfaction of the owners. EXPERIENCE Lanzo Construction Company (Project Manager) 2013 - Present • Responsible for coordination and execution of Underground Utility Construction and Trenchless Pipeline Rehab projects • Issuance of Purchase Orders, Permit Applications, Contracts, Shop Drawings Review, Payment Requisitions and Scheduling • Change Order Pricing, Negotiations and Coordination with Owner/Engineer • Involved in Quality Control, Value Engineering, Project Progress Meetings, Field Operations & Safety Training. COMPLETED PROJECTS Broward County Projects: • City of Hollywood — Water & Sewer Replacement Program $22,867,926.25 • Broward County Board of County Commissioners — Bid Pack 10 $11,083,454.00 • Broward County Board of County Commissioners — Bid Pack 5 $2,820,974.00 • Broward County Board of County Commissioners — Bid Pack 2 $4,834,126.00 • Broward County Board of County Commissioners — Bid Pack 1 $10,383,436.00 Palm Beach County Projects: • City of West Palm Beach — 48 -Inch Force Main CIPP Rehabilitation $7,140,970.9.00 • City of Boca Raton — Wastewater Collection System CIPP Rehabilitation $734,085.00 Village of Wellington — Neighborhood Utility Reinvestment — Project 1 $1,822,917.00 Volusia County Projects: • Florida Dept. of Transportation E5T27 CIPP Rehabilitation Project $1,468,776.50 EDUCATION • High School Diploma CERTIFICATIONS • Certified Quality Control Manager • Asphalt Paving Technician — Level 1 • Concrete Field Technician — Level 1 • Earthwork Construction Inspection — Level 2 • Advanced MOT Certification • HAZMAT Certification • Nuclear Guage Safety Training • OSHA 30 Construction Prajwal Aditya, P.E SENIOR PROJECT MANAGER LANZO CONSTRUCTION COMPANY QUALIFICATIONS Prajwal comes with a wealth of knowledge and is well -versed with multiple skills acquired with experience and education. He has a masters degree in Civil Engineering from Florida Institute of Technology and is a licensed engineer in the state of Florida. Prajwal has acquired experience in project management and estimating of Heavy Civil Construction projects providing services to both public and private sector clients in Palm Beach, Broward, and Miami -Dade counties. He has spearheaded projects of various scopes and a variety of project delivery methods including Design -Build, Design -Bid -Build, Construction Manager at Risk, Hard Dollar, Annual Contract (Job Order Contracting) and Negotiated Contracts. He is detail oriented, and proficient in cost estimating, value engineering, planning, coordination, and project management. The scope of projects he has managed include Water, Sewer, Stormwater, Water & Wastewater Treatment Plants, Trenchless Pipeline Rehabilitation and Roadway Improvements. With great understanding of the unique challenges a project may pose, Prajwal brings a different perspective with his acquired skills and knowledge to deliver a quality and satisfactory product within budget and schedule to his clients. EXPERIENCE Lanzo Construction Company (Senior Project Manager) 2017 -Present • Estimating, Scheduling & Project Managing Underground Utility Construction Projects in Heavy Civil Industry. • Permit Applications, Issuance of Purchase Orders, Negotiations with Subcontractors, Shop Drawings Review. • Payment Applications, Change Orders, Design & Constructability Review & Production & Incident Reporting. • Projects include Public Infrastructure Improvements with various municipalities, valuation ranging $2-$25 million. • Involved in Quality Control, Value Engineering, Project Progress Meetings, Field Operation & Safety Training. COMPLETED PROJECTS Miami -Dade County Projects: • Miami -Dade Water & Sewer Dept. — Emergency 48" PCCP Repair $135,243.00 Broward County Projects: Town of Hillsboro Beach — Water Main Replacement • City of Fort Lauderdale — G.T. Lohmeyer Rehab of PCCP (Sequence B) • City of Hallandale Beach — Southwest Drainage Improvements • City of Hollywood — Water Main & Sewer Replacement Program • Broward County Board of County Commissioners — Hillsboro Mile Sanitary Sewer Improvements • BSO/BCAD—ConcourseA Rdwy Barriers, Parking Imp, UPS Installation & Bridge Joint Repair $6,498,272.00 $3,662,716.65 $8,470,312.00 $22,867,926.25 $9,782,573.00 $2,318,896.00 Palm Beach County Projects: • City of Boca Raton — SW 12th Avenue Infrastructure Upgrades • Seacoast Utility Authority — Northlake Blvd./US-1 Water Distribution & FM Replacement Ph 1 • City of Delray Beach — Reuse Water Main 12C $3,001,350.00 $4,259,525.50 $3,925,271.89 • City of Pensacola — Stormwater 60" CIPP Lining Project (Escambia County) $903,157.00 EDUCATION • Master of Science — Civil Engineering, Florida Institute of Technology • Bachelor of Science — Civil Engineering, Visvesvaraya Technological University, India CERTIFICATIONS • Professional Engineers License # PE 94622 • OSHA 30 Hour Construction • Construction Manager in Training (CMIT) • Maintenance of Traffic — Advanced • CPR/AED/First Aid Certification JAMES 11LLI ELANZO CONSTRUCTION COMPANY SENIOR ESTIMATOR / PROJECT MANAGER QUALIFICATIONS Mr. Tilli is experienced in preparing proposal estimations for various types of bid delivery systems including hard dollar bid proposals, request for qualifications with pricing, design build and progressive design build proposals. Clients that he has managed the preparation of proposals for include Broward County, Miami Dade Water and Sewer Department, The City of Miami Beach, Palm Beach County, FDOT, South Florida Water Management and The Army Corp of Engineers to name a few. Mr. Till has experience in the planning management and construction of major utility improvement projects including storm water collection systems, water transmission lines, water distribution systems, pump stations, wastewater collection systems including vacuum collection systems. He has experience at the local and regional level for large scale projects requiring the coordination of various construction disciplines, knowledgeable of both private and public sector construction needs. Mr. Tilli is experienced in the procurement of all permits required for utility construction and compliance with permit requirements. EXPERIENCE Lanzo Construction Company 2003 - Present Responsible for the coordination and execution of underground utility construction projects. His duties consist of cost analysis of contracts, subcontracts, purchase orders, crew scheduling, payment requisitions and project negotiations. Estimate construction cost of public construction contracts for county & city projects throughout the state of Florida. Execution of all Lanzo Construction Contracts, Purchase Orders and Subcontracts. COMPLETED PROJECTS Broward County Neighborhood Improvement Projects • Cresthaven Bid Pack 3 $ 10,681,664 • North Andrews Bid Pack 6 $ 9,074,190 • West Ken Lark Bid Pack 2 $ 10,439,066 • City of Miramar (South Area 5i $ 12,373,000 Miami Dade Water & Sewer Department Projects • Miami Dade Water & Sewer 30" & 36" Subaqueous Water Main Crossing of the Miami River Canal $ 952,486 • Miami Dade Water & Sewer 36" Water Main along SW 152 Street $ 10,125,379 • Design Build of a 54" Prestressed Concrete Cylindrical Pipe Force Main across the Opa-Locka Airport $ 4,301,480 • Miami Beach Palm and Hibiscus Islands Progressive Design Build $ 41,888,720 • Miami Dade Water & Sewer Emergency 72" Force Main Slipline with 63" HDPE $ 5,796,229 • Miami Dade Water & Sewer 54" Force Main $ 20,164,956 Palm Beach County • Northern Region WUD 05-061 $ 5,861,972 • Boca Raton Boca Hills Neighborhood Improvements Encased Gravity Sanitary Sewer $ 3,522,600 Monroe County • Marathon Service Area 5 Vacuum Sewer System • FKAA Emergency 30" Outfall and Pump Station Upgrade Project City of Key West — Pump Assisted Storm Drainage $ 20,487,925 $ 1,250,734 $ 3,399,128 EDUCATION & CERTIFICATIONS • Licensed Underground Utility and Excavation Contractor • HCSS Advanced Training for Heavy Bid Software • Advanced Maintenance of Traffic • Miami Micro Date, Inc. — Primevera Suretrak Project Management GUSEPPE "JOE' D'/LESSANDRO JR LANZO CONSTRUCTION COMPANY VICE PRESIDENT, DIRECTOR OF OPERATIONS, GENERAL SUPERINTENDENT QUALIFICATIONS Mr. D'Alessandro is responsible for all construction activities are well planned, coordinated, prioritized, and makes best use of the available resources. His leadership skills with the ability to make decisions and build effective teams on site is proven. He effectively controls the completion of all his civil construction works / installations. As the Manager the overall responsibility for Safety, Health & Environment is his number one priority. He champions health, safety and zero accident culture and makes this visible and mandatory throughout the project. He is pro -active with his subcontractors to promote safe and hazard free working environment. Joe conducts jobsite coordination meetings, attends the weekly progress meetings with stake holders, and provides guidance, assistance, and advice to the members of the team on at construction matters. He provides direction and support for materials and equipment during the project. Ultimately, he is responsible for all the work and that it is done according to schedule, contract, and budget. EXPERIENCE Lanzo Construction Company — Construction Manager • Director of all Field Operations at Lanzo • Responsible for Environmental & Safety Compliance • Review and Approval of All RFQ, RFP, Negotiated Bid Proposals Oversees All Hard Dollar Bonded Construction Bidding, Change Orders, and Prequalification Oversees Lanzo's Technical Development Oversees all Lanzo's Equipment, Labor & Material Procurement May 2020 - Present Danz Contracting — Director of Operations Feb 2019 — May 2020 Manager, overseeing operations for Dans Contracting in in the state of Florida. Responsible for all construction operations. Lanzo Construction — General Superintendent May 2009 — Feb 2019 Responsible for coordination of all labor and equipment resources to facilitate the successful construction of all active projects. COMPLETED PROJECTS Miami -Dade County Projects: • Miami -Dade Water & Sewer Dept. Installation of 54" PCCP Force Main $19,944,957.00 • Miami -Dade Water & Sewer Dept. Contract S-811 $6,013,237.00 • Miami -Dade Water & Sewer Dept. 36 -Inch Water Main on SW 152' Street $10,125,379.00 • Miami -Dade Water & Sewer Dept. Donut Hole Water Services Improvement (Design -Build) $9,794,836.99 • City of Miami Beach — Venetian Islands Improvements Package 13C $16,087,679.00 • City of Miami Beach — Design -Build Palm & Hibiscus ROW Improvements $36,500,000.00 • City of North Miami Beach — Northwood Oeffler Water Treatment Plant VOC Removal $6,483,076.00 Broward County Projects: • Broward County Board of County Commissioners — Rock Island Bid Pack 3 • Broward County Board of County Commissioners — Bid Pack 10 • City of Hallandale Beach — Southwest Drainage Improvements 1609-75-B $26,002,137.00 $11,083,454.00 $8,470,312.00 Palm Beach County Projects: • South Florida Water Management District S -39A Culvert Replacement & Automation $10,760,850.00 Monroe County Projects: • City of Key West Patricia and Ashby Street Emergency Installation of 30" Outfall $1,250,734.00 CERTIFICATIONS • FLORIDA CERTIFIED GENERAL CONTRACTOR # 1519540 • OSHA Construction Safety & Health • • CPR & First Aid Training & Citation Review • Trench & Excavation Competent Person Training • Defensive Driving, Hand Safety & General Jobsite Safety EDUCATION BS Business Administration 1 April 2009 I Western Michigan University PAULWEOZOREK FILANzo CONSTRUCTION COMPANY PROJECT SUPERINTENDENT QUALIFICATIONS Paul Wieczorek has nearly 42 years of boots on the ground experience in the heavy construction industry. He possesses experience within all phases of commercial construction, including heavy highway, underground utilities, structural concrete building and subaqueous crossings. Mr. Wieczorek specializes in complicated large diameter pipe installations and repairs. At Lanzo Construction, he is involved in contract interpretation and administration, along with the construction of various construction projects. His experience includes the installation of most forms of pipelines (3"-120"), pump stations (Local & Master), and warehouse facilities. He has been involved with at least 90% of the Miami Dade Water & Sewer projects and our Broward County Projects. EXPERIENCE Lanzo Construction Company (Construction Superintendent) 1980 - Present Sewer Field Superintendent responsible for the coordination of Subcontractors, Labor, Equipment & Field Operations COMPLETED PROJECTS Miami -Dade County Projects: • Miami -Dade Water & Sewer Dept. • Miami -Dade Water & Sewer Dept. • Miami -Dade Water & Sewer Dept. • Miami -Dade Water & Sewer Dept. • Miami -Dade Water & Sewer Dept. • Miami -Dade Water & Sewer Dept. • Miami -Dade Water & Sewer Dept. • Miami -Dade Water & Sewer Dept. S-633 Ph. II Central District WTP Outfall Pipeline Replacement 36" Water Main on SW 152nd Street Contract S-811 DERM-01-WASD-NLE Opa-Locka Airport Sewer FM SO -5030 Flagler St Sewer Force Main Contract 605A II W -788R 54" PCCP Water Main Emergency Installation of 60" PCCP Broward County Projects: • Hollywood Dixie Corridor Septic to Sewer Conversion • Pompano Beach Emergency Repair of 42" PCCP $18,865,505.00 $10,125,379.00 $6,013,237.00 $4,301,480.00 $3,246,820.00 $3,073,460.00 $3,688,337.80 $2,200,000.00 $2,267,706.00 $1,363,000.00 CERTIFICATIONS • OSHA Construction Safety & Health • CPR & First Aid Training & Citation Review • Trench & Excavation Competent Person Training • Defensive Driving, Hand Safety & General Jobsite Safety Richard Kohsman 117 CONSTRUCTION SUPERINTENDENT LANZO CONSTRUCTION COMPANY QUALIFICATIONS Richard has over 33 years of experience in the construction industry and is a Master of Communication. He provides clear communication between the owner's representatives who make the decisions and our men with boots on the ground who build the work and is essential to the successful delivery of the Palm and Hibiscus Project. He possesses specific experience in the construction of major infrastructure projects including potable water main, storm water, wastewater, solid waste major pipeline and treatment plant projects. He has experience at the local and regional level for large-scale projects requiring the coordination of various construction disciplines. He is knowledgeable in both private and public sector construction needs. He has been responsible for capital improvement development for potable water distribution projects including sanitary sewer storm water and water systems for Dade, Monroe, Broward, and Palm Beach Counties. His responsibilities include daily onsite management of 60 plus project personnel, coordination with the project manager and the owner representative(s) for all phases of the project to best meet community/public needs.. EXPERIENCE Lanza Construction Company (Construction Superintendent) 2009 - Present Field Superintendent responsible for the coordination of Subcontractors, Labor & Equipment 1997-2008 DL Higgins (Construction Superintendent) Field Superintendent responsible for the coordination of Subcontractors, Labor & Equipment Giannetti Contracting (Foreman & Construction Superintendent) 1990-1997 Field Superintendent responsible for the coordination of Subcontractors, Labor & Equipment Water, Sewer, and Force Main Pipe installation Foreman COMPLETED PROJECTS Broward County Projects: • City of Hollywood - Water & Sewer Replacement Project • Broward County Board of County Commissioners - Bid Pack 10 • Broward County Board of County Commissioners - Sanitary Sewer Improvements • Broward County Board of County Commissioners - Bid Pack No. 8 $22,867,926.25 $11,083,454.00 $9.782,573.00 $16,678,266.90 Miami -Dade County Projects: • Miami -Dade Water & Sewer Dept. •- Installation of 4.1 Miles of 54" PCCP Force Main • City of Miami Beach - Venetian Islands Bid Package 13C $19,944,957.00 $16,087,679.00 Monroe County Projects: • City of Key West • City of Marathon • City of Key West • City of Key West - - Emergency Outfall - Area 5 Wastewater & Storm Water Sanitary Sewer Upgrade Sanitary Collection System Rehabilitation District B $1,485,580.00 $20,487,925.00 $12,476,000.00 $8,143,883.00 CERTIFICATIONS • Advanced Maintenance of Traffic • OSHA Construction Safety & Health • CPR & First Aid Training & Citation Review • Trench & Excavation Competent Person Training • Qualified Stormwater Management Inspector CLIFFORD �DALE� HIME jLANZD� A CONSTRUCTION SUPERINTENDENT QUALIFICATIONS Dale Hime has over 35 years of experience in the construction industry. He specializes in the building and construction of water and wastewater treatment plants in addition to other various projects. He has been responsible for the daily operations, smooth running, and timely completion of union and non-union projects to include supervision, quality control, safety compliance, planning, scheduling, purchasing and cost control. He has produced and updated AIA pay requests. He has also participated in the bidding and estimating of projects. EXPERIENCE Lanzo Construction Company (Construction Superintendent) 2010 - Present Field Superintendent responsible for the coordination of Subcontractors, Labor & Equipment Intrastate Construction Corporation — (Construction Superintendent) 1996 - 2010 General Superintendent responsible for the coordination of Subcontractors, Labor & Equipment M. Bone, Inc. — (Welding Foreman) 1993-1996 Welding Foreman responsible for all fabrications HB Zachary Co., Texas — (Welding Foreman) 1979 -1993 Welding Foreman responsible for all fabrications COMPLETED PROJECTS WITH LANZO Broward County Projects: • South Florida Water Management District S -39A Culvert Replacement $4,295,037.00 • City of Hallandale Beach — SW Drainage Improvements 1609-75-B $8,470,312.00 • City of Hallandale Beach — NE Quadrant Drainage Improvements $9,682,693.00 • City of Coral Springs Improvements District WTP & WWTP Improvements $18,155,000.00 • North Springs Improvement District — Chemical Storage Building $2,091,271.00 • North Springs Improvement District — Water Treatment Plant Improvements $16,931,888.00 CERTIFICATIONS & Qualified Welding Procedures • OSHA 10 Construction • HB Zachary Supervisory Training & T -Lock Welding • MAXXP — (Plate) & MAXXP (Pipe) • IGMA-XX-FM-(TIG) & IGMA-XX-FM-(SS) EDUCATION • Charlotte High School, Texas — HS Diploma ERNESTW. DUNCAN SURVEY DIRECTOR LANZO CONSTRUCTION COMPANY QUALIFICATIONS Mr. Duncan currently is Survey Director for Lanzo Construction Company with 37 years of Land Surveying experience. He is equipped with a thorough knowledge of principles, practices and procedures of all land survey related tasks including but not limited to as -built surveys, ALTA surveys, boundary and topographic surveys, condominium surveys, legal descriptions and easement preparation. He has the ability to synthesize complex and diverse information; collect and research data; use intuition and experience to complement data and design work flows and procedures. EXPERIENCE Lanzo Construction Company — Survey Director 2015 - Present Oversees In-house Survey Department. Formulate, review and analyze work methods to increase efficiency and productivity and provide input into the writing of performance standards. Plan, coordinate and supervise the work of several survey field crews. Coordinate work assignments with the project schedule to ensure a timely completion. Keep detailed and accurate records of crew activities, survey data. Baseline Engineering and Land Surveying, Inc. — Vice President 2008 - 2015 Formulate business plan. Coordinate and supervise the work of multiple survey field crews. Served as the liaison between municipalities, contractors, and subcontractors during construction phase to provide continuity in the assignment of survey related tasks. Attended pre -construction conferences to convey information of contractors' intent to field crews. Kept detailed and accurate records of crew activities and survey data. Ernest W. Duncan Land Surveying Inc. — President/Owner 1999-2008 Plan, coordinate and supervise the work of several field survey crews. Instruct survey crews in the field layout of the more difficult construction projects. in replacing lost survey monuments, in setting property corners from legal descriptions and title information, and in performing other aspects of survey work. Coordinate work assignments with the schedule of the contractor to ensure timely completion of projects. Review and analyze work methods to increase efficiency and productivity and provide input into the writing of performance standards. Review plans and legal documents for survey preparation to survey areas in detail. Consul Tech Engineering Inc. — Survey Director 1985 -1999 Responsible for as many as 18 field crews, multiple survey technicians/draftsmen and direct supervisor for 5 licensed surveyors. EDUCATION/CERTIFICATIONS • Licensed as Professional Surveyor and Mapper (2/17/1993) • International Correspondence School Land Surveying Degree (1985 — 1987) • East Carolina University, Greenville, North Carolina (1981 — 1983) • Military Occupation Training — Airborne Navigation School, Mather Air Force Base (1979-1982) NEIL STEVENSON SAFETY COORDINATOR LANZD CONSTRUCTION COMPANY QUALIFICATIONS Neil Stevenson is an experienced in planning, maintenance, safety management, coordination between customers and third -party inspectors. Mr. Stevenson initially started off as a Pipeline Inspection Engineer responsible for preparation of Cured -In -Place Pipe liner of various diameters. He is well versed in building, handling, and operating explosion proof equipment in hazardous environment, working in confined space, incident reporting and investigation, risk identification, pollution prevention and quality control. He leads safety protocols and procedures at all project sites coordinating, training, and educating Superintendents, Project Managers, Foreman, Crew, Labor, and other employees in the disciplines of Underground Construction. He is responsible for implementation of Health, Safety and Environmental policies and other compliance, interactions with OSHA and other safety enforcements bodies. EXPERIENCE Lanzo Construction Company (Safety Coordinator) 1996 - Present Responsible for training staff in safe use, maintenance, and repair of underground camera equipment. Initiated the implementation of an OSHA compliant safety program aimed at increasing productivity while minimizing risk. Prepare and inspect underground infrastructure to document defects in readiness for rehabilitation and underground construction activities. Project management and coordination between customers and third -party inspection authorities to ensure due diligence and contract conformity. Pearpoint, Inc. (Pipeline Inspection Engineer) 1993 - 1996 Trained and educated operators in the use of Pearpoint's industry leading survey technology. Demonstrated equipment to potential municipal and industrial purchasers/clients throughout the United States and Europe. COMPLETED PROJECTS Florida Projects: • Deerfield Beach, Weingarten 72 -Inch CIPP Lining Project $645,000.00 • Pensacola, Stormwater 60 -Inch CIPP Lining Project $903,157.00 • Hollywood, 60 -Inch Sanitary Sewer CIPP Lining Project $2,484,295.00 • West Palm Beach, 48 -Inch Force Main CIPP Lining Project $183,008.00 • FDOT, Volusia County, 36"-108" CIPP Lining Project $1,685,953.00 • Charlotte County, Stormwater Collection System CIPP Lining Project $557,881.00 Out -Of -State Projects: • Wichita Falls, TX — Holliday Creek Sanitary Sewer Trunkline Rehab CIPP Project $4,031,096.00 EDUCATION • East Berkshire College of Technology — Full Technological Certificate (1977) • Willesden College of Technology, England — Welding & Fabrication (1975) • Bachelor's in Science, Mechanical Engineering & HVAC — Florida Atlantic University (1996) CERTIFICATIONS • Pipeline Assessment Certification Program (PACP) • FDOT — Maintenance of Traffic Certification • Mobile Equipment Working Platform Certification (MEWP) • First Aid & CPR • OSHA 30 & Authorized Trainer • Fall Protection Certification Page LANZO CONSTRUCTION COMPANY References Contents 1 Contents Listing 2 Professional Reference List 3 APWA Project of the Year Award 4 Broward Letter of Recommendation 5 Key West Board of Directors Appreciation Letter 6 Stephen P. Clark Center Appreciation Letter 7 Home Owners Association Appreciation Letter 8 Work Zone Resident Appreciation Letter Section 4 Customer Reference List Broward County WWS 2555 W Copans Road Pompano Beach, FL 33069 Patrick MacGregor 954-831-0973 P 954-831-0798 F pamacgregor@broward.org Miami Dade Water & Sewer Dept. 3575 S. LeJeune Rd, FL Miami, FL 33146 Nelson Cespedes (305) 607-0799 P (786) 552-8637 F ncesp@miamidade.gov 31 CONSTRUCTION COMPANY LANZO Stantec / C3TS 3996 NW 9th Avenue Ft. Lauderdale FL 33309 Terrance N. Glunt, P.E. 561-487-3379 P 561-487-3466 F tglunt®c3ts.com Craven Thompson & Associates 1011 NW 62nd Street Suite 310 Fort Lauderdale, FL 33309 Don Shaver 954-739-6400 P 954-739-6409 F DShaver@Craventhompson.com Hazen & Sawyer 4000 Hollywood Blvd Hollywood, FL 33021 John 0. Hoffman, P.E. 954-987-0066 P 954-987-2949 F jhoffman®hazenandsawyer.com Section 4 Page 2 Project of the Year Award Environment More than $75 million Presented to Lanzo Construction Company For tbe' City of Marathon Service Area 5 'astute & Stormwater Project in Honda Kevs 3CONSTRUCTION COMPANY LANZO Section 4 Page 3 BRPWARD COUNTY Public Wanks Department • Water and Wastewater Services WATER AND WASTEWATER ENGINEERING DIVISION 2555 West Copana Road • Pompano Beach, Florida 33069.954.831-0745 • FAX 954-831-079810925 August 7, 2008 JEA/SJRPP Procurement Department 21 West Church Street, Suite 103 Jacksonville, FL 32202 Subject: Lanzo Construction Over the past eight years Lanzo Construction has successfully worked on 12 projects for the Water and Wastewater Engineering Division of Broward County Florida. Those projects total $125,570,112.45 nine of which have been completed on time and within budget. We presently have three active construction projects with Lanzo construction that are also ahead of schedule and within budget. I have found Lanzo Construction to be an excellent contractor willing to go out of their way to satisfy owner requested enhancements. Their staff both in the office and on the construction site is knowledgeable and responsive. Broward County continues to short list Lanzo for all our most complex underground and Neighborhood Improvement Projects. If you would like to speak with me personally about Lanzo`s qualifications, please contact me at 954-831-0904. Sincerely, Pattrack. 1. TftacCrrcegol L Patrick J. MacGregor Neighborhood Improvement Program Manager Broward County Board of County Commissioners Josepnus Eggetletior JI. • Sue QunZburger • Knalin D. Jacobs • Ken Keechl • Ilene Lieberman • Stacy Faller • Jahn E. RodsUom, Jr . Diane WasserrnanAudn • Lals Wexler www.browerd.org Section 4 Page 4 CONSTRUCTION COMPANY ett ik u", r R •c o r;r Lli ]4 HET ti? Tile entire Board of Dircetore of the Greater Key West Chamber u[ Commerce would like to thank the City of Key West and Lanz° Construcrion Company for doing an cxcrnplety job or, the Duval ,Sneer Sewer Project. Ail toe oftcr to out busy lives, we fi td c'tie time to ttkiciae pout performance yet trail to rake the time to thank someone for exeec.dine our expectation., We applaud, the ei•fotes thet have keen made to !-ir.ish this project before the "early Finish" dart of January 14, 2000 Thank you for undcrstandtng and being sensinve to the nerds of the tstcrehants akin Duval Street Our hats are off to you for v job wets done. Sincerely, Wett klebich Bti1 SArry Charles Bradford Daaabie Bradford Michael Browning) Winsttrh SurrGU Tarty FaIcooa Joa6 GOnzclot John Dolan-He!tiinuer {, r 1:1 LANZD CONSTRUCTION COMPANY Masrk t1yak David Paul Horan Melissa Kendtick Daniel Lee Bob Lehman . Jack Martin Sharon thatat Linda O`Brlah Prank Romano .C5/4b(4k--- Fred Stiitnerp Torn Sawva, non Scott Joseph Shur Tnur OannyToppinn RoberiTsecti Johnvireacitier JertWabb Kim Wotks Section 4 Page 5 MLAM(-DAdE COUNTY, FLORIDA STEPHEN F. CAF1K CENTER Jane 23, 1999 John Chorlog, ,assistant Director Miami -Dade Water & Sewer Department 4200 Salzedo Street Room 315 Cora( Gables, FL 331,16 Dear John, OFFICE OF MAI AOEMEMr AND 8UDG -r 1 1t N:N. t er e r RES SL 27 l0 ramivit FLORIDA 23126.022 MS) 275.81413 Thank you for your recent update of the constriction schedule for the pump station replacement project currently underway in my backyard. 1 look forward to the job being completed, and it appears that all work will be finished soon. 1want to compliment you and thr. entire Water & Sewer Departttrtettt staff that have been involved with the project. The private contractor, iaozo Construction, has also been particularly cooperative and has made every effort to inform us about the work schedule They have gone out of their way to ensure a safe work site and have always been $vailable to answer questions. They have consulted ire on the replacement or the Landscaping and fence wh(ch was removed due to the project and we have agreed on bow ;o proceed. f+�y fouryear old son has enjoyed the opportcaity to watch ibe heavy equipment and all of the workers have been extremely friendly to him. He would actually prefer the project -to go on indefinitely, pace again, thank. you for your personal attention to this project. Aswe:disoussed,1 have seen similar pump•station upgrades•that,appeared'to take forever to complete, and therefore 1 was particularly concerned that this project would take just as long fortunately, just tip you predicted, this contractor did not have the type of problems that affected the construction schedules of other similar projects. Syely Soott Menu elsbet 10661 SW 120 St Miami FL 33176 mac: William Brandt, Director Water & Sewer Department 3 CONSTRUCTION COMPANY LANZ Section 4 Page 6 June 6, 2005 Lanzo Construction 125 SE Fifth Court Deerfield Beach, FL 3341 Attention James Tilli Dear Mr. nil: ,.1!114 (18 20Q5 Three months ago, it was hard to imagine how Greenfield Garden could return to its former IMO of greenery alongside the Miami River. Spring Garden residents all marvel at how well the Garden was restored and replanted, it has returned to being an oasis where. ail may enjoy a quiet moment with public access to the ?Miami River. The Spring Garden Civic Association would & eto thank you for the splendid job done by Lanzo Construction hi returning the Garden tons; we are particularly appreciative of the addition. of, a water source so that plants may now be watered during dry months. Again, our thanks for a ,fob well done. Sincerely yours, ay Veber President Spring Garden Civic Association Cc: Mr. William M. Brant., Director Miami -Diode Water & Sewer The Honorable Barbara CareyShuler, Miami -Dade County Commissioner LAIN ZC7CONSTRUION COMPANY Section 4 Page 7 Gtkos Ju5� u s ma i nok� O �► d word Bs 64- 1 + \m s:dcaie, of Eby oaf crt er woks , 3uis r fan aver me. , 2U33, . v J �' math, Avtcl overall v oL., I+�T. beer, v j wort ewes Aszyt l,2xleucc � m `Cw wo b r 14riatt.a5 (i(9 Gvd Rem alL AAe1041 8 sk Gar Section 4 Page 8 3p9 Section 4 Page 8 f an-Ani tiain t , tit as. (Col gi) di- Uigenie i'os de Cut ) ;zt1$ Prnjtct esr tha Vrar akegery tit . ra iii* O COT1 srrtic1:ic mm s43i r .riiytr tr ttsi41 i ctB{;.t‘-+ rr,.wi tt 'Mrila1 4 fl i i, > aftr1Qi 18 ptrY oo&aft tiu for .vclur;'(tntflttu4t 1tl rt & itr.1t# sti 40'3 4isurin:Aimn U1 thr 1.410 4;i ate uumaj lw .rd d bi *ke farsittiw* f'aenrtzi$u !Bra,."%H �.t 11�tatttt,'llaxu9t %tr. Uorh :3„r:n..31rtvaa, fwc:•r. Page 32 LANZ° L H C1319SiM CnCN CCOPAMtl LANZO CONSTRUCTION COMPANY Licensing & Qualifications Page Contents 1 Contents Listing 2 Lanzo Professional Engineers Certification 3 Professional Surveyor and Mapping License 4 City of Deerfield Business License Tax Certs 5 Broward County Local Business Tax Receipt 6 Matthew P. Tilli CGC & CUC License 7 James M. Tilli CUC License 8 Florida Dept. of Transportation Prequalification Section 5 Florida Department of Agriculture and Consumer Services Division of Consumer Services License No.: LB7329 ]329 Board of Professional Surveyors and Mappers 2005 Apalachee Pkway Tallahassee, Florida 32399.6500 Expiration Date February 28, 2025 Professional Surveyor and Mapper Business License Under the provisions of Chapter 472, Florida Statutes LANZO CONSTRUCTION CO FLORIDA 125 SE 5TH CT DEERFIELD BEACH, FL 33441 WILTON SIMPSON COMMISSIONER OF AGRICULTURE This is to certify that the professional surveyor and mapper whose name and address are shown shove is licensed as required by Chapter 47?, Florida Statutes. LANzo CONSTROCTION COMPANY Section 5 Page 3 Business Tax Office 150 NE 2nd Ave. Deerfield Beach, FL 33441 Phone: (954) 480-4333 E-mail: web.btrndeerfield-beach.corn LANZO CONSTRUCTION CO FLA 125 SE 5 COURT DEERFIELD BEACH, Florida 33441 Tax Amount: $58.80 Ilm Classification: Business Location: Service(s): Business Tax Receipt License 2022 - 2023 License Number: 2023-467330 Date Issued: 9/23/2022 Expires: 9/30/2023 EXCAVATION WORK 125 SE 5 COURT DEB 33441 OFFICE-UTILY/EXCAV CONTR; WHSE Add Fees: 5235.20 'Penalty: $0.00 Total Amount Paid: $294.00 Notice: This tax receipt becomes NULL and VOID if ownership, business name, or address changed. Business owner must apply to Business Tax Office for Transfer. FI LANZ CONSTRUCTION COMPANY' Section 5 Page 4 BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave„ Rm, A-100. Ft- Lauderdale, FL 33301-1895 -- 954-831-4000 VALID OCTOBER 1,2022 THROUGH SEPTEMBER 30, 2023 DBA:1 Rt7ZCC C+JN,c4TRUCT ICK 00 Business Nam: NA tI A PRz,S'i'CN T77.1,7 Ownert'famo;r4IeTHEI PRet7:0n Business Location:12S .;F 1: c: 0,7E}t.VI.ELC ]FACH Business Phone:9'r 0-0602 ROOMS Sa,ty _ l Number M Machines: Tas Amount Transfer Foe i NSF Fee I LORI0P Receipt a: gt�CI.'kl G6NTRAC i 9R Business Type:t,.l-t'mCr0Ki BusInes9 Opened:9212 3i2 u C 6 State/Cou ntyteert/Re'g;COC 0. 3 6z 62 Exemption Code: Employees Redlines Professions% d.') FOr vantling Eu61n6ie Oehr enn:ly Type - Pao! Years 1 Cat lion Cosl Tblal Paidrr.0 Loa THIS RECEIPT MUST BE PASTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS THta BECOME$ A TAX RECEIPT WHEN VALIDATED This lax is levied for the privilege of doing business within i3roward County and is Iiolwequlasory en nature You must mpel all County andbr Municipality planning and zoning requirements. This Business Tax Receipt must ba transferred when the business is sod, business name hes changed or you have mowed the busine99 Ioco1ion. This reeeipi stun not iredeate that the business Is IcjaI or that ICI$ In Compliance with State cr local dews And regulations. Meiling Address: :=AtiLG COt:sTRIi:'1'ION 00., k`Lvd10F 125 St STH CT reFRer!:Lu BEACH, t^ 33dd1-4719 3 CONSTRUCTION COMPANY LANZ0 2022 - 2023 Rensi.pt jo4"8-21-oo007812 Paid 00/20/2822 108.0 Section 5 Page 5 0 Ron DeSantis. Governor Melanie &Griffin. 5ec,etary STATE OF FLORIDA dbr DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION, INDUSTRY,UCENSING BOARD THE GENERAL CONTRACTOR FIEREIN 1S'ORTIFIED UNDER THE PROVISIONSOF CHAPTER 484; FLORIDA STATUTES s. Tl_lit MATT#{EW PRESTON '• NZOCONSTRUCPI,ONiOD FLORIDA`,; VJ \.,..s145 NW 3011`1 STREET ., rE • k MARGATE. , . FL 33063 _.0 F, • LICENSE.NUMREft CGC036262 EXPIRATION DATE: AUGUST31,2024 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. CONSTRUCTION COMPANY Section 5 Page 6 Ren DeSsnte. Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Melanie 5 Gri16n.5e relarp 0 CONSTRUCTION INDUSTRY LICENSING BOARD THE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES TILLI, MATTHEW PRESTON LANZO CONSTR CO FLORIDA tir w: -4.5,115 NW`30TH STREET tYr . ' 1ARGATE- FL 33063`1.._ LICENSE`N U M U E R: <C U 0049468 EXPIRATION DATE AUGUST 31, 2024 Always verify licenses online at MyFloridalicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. 3 or L.ANZO CONSTRUCTION COMPANY Section 5 Page 7 Ron DeSant's. Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Mol;m e S Griffin SruecnrY dbr CONSTRUCTION INDUSTRY LICENSING BOARD THE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES \k.rTILLI;,JAM ES MATTHEW? -44 :»s- F A & `_? j1,--.. �LANZS CONSTRUCTION CO. FLORIDA' . et -IL' 12S SE'S CT al .;, DEERFIELO BEACH FL 33.441, � _ y LICENSE NUMBER: CUC1224875 EXPIRATION DATEi AUGUST 31, 2024 Always verify licenses online at MyFloridaLicense com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. E 'CONSTRUCTION COMPANY LANZO Section 5 Page 8 LANZO CONSTRUCTION COMPANY Statements of Policies & Practices Page Contents 1 Contents Listing 2 FDOT Affirmative Action Plan Approval 3-6 DBE Affirmative Action Plan 6 Declaration of Subcontracting Policies & Procedures 7 Procurement Policy Statement 8 Open Door Policy, Equal Employment Opportunity Policy 9-20 Drug Free Workplace Policy 21 Hurricane & Severe Storm Plan Section 6 Florida Department of Transportation CHARLIE GRIST GOVERNOR November 15, 2010 605 Suwannee Street STEPHANIE C. KOPELousos Tallahassee, FL 32399-0450 SECRETARY MR ROBERT W BEASLEY LANZO CONSTRUCTION CO FLORIDA 125 SE 5TH CT DEERFIELD FIELD BEACH FL 33441-4749 RE: DBE AFFIRMATIVE ACTION PLAN APPROVAL Dear Mr. Beasley: The Disadvantaged Business Enterprise Affirmative Action Plan submitted by: LANZO CONSTRUCTION CO FLORIDA has been approved for a period of three years. Please update and submit a new plan before the expiration date shown below. If you do not plan to work on any Florida Department of Transportation projects, it will not be necessary for you to submit a now plan. If you need any additional information, please contact me at (850) 414-4742. Sincerely, J�� () iii l /{ Erica Miller Contract Compliance Administrator Equal Opportunity Office EM/clg AFFIRMATIVE ACTION PLAN EXPIRATION: November 15, 2013 This plan is one of the requirements to bid on contracts for the Florida Department of Transportation. This is not approval for Unified Certification Program Disadvantaged Business Enterprise (UCP/DBE) Certification. For additional Information in becoming a DBE contact the Certification Section at (850) 414-4T4T. www.ciatstate.fl.us Section 6 Page 2 '_ �' CONSTRUCTION COMPANY mom._ loMMININIMMIIIRIMIMMOMORMIN0011."""" --- LANZ Construction Co., Florida DBE AFFIRMATIVE ACTION PLAN hSC3741B EQtAL OPPOMtl)TY OFFICE 125 S.E. 5th Court Page i�a3 Deerfield Beach, FL 334414749 Office: (954) 979-0802 Fax: (954) 979-9897 www.lanzo.net POLICY STATEMENT li is the policy of Lanzo Construction Go. Florida .. . _ bat disadvantaged businesses; as defined by 49 CFR Fait 26i Subpait p and implemented under Rose Chapter 14-78, F;AC., shall have the opportunity to participate as subcontractors and suppliers one!! contracts awarded by the Florida Department of Transportation. The requirernents of Rule.Chapter 14-78, F.A:C., shall apply. ball contracts entered into between the Florida Department olTtensportat on an4 .Lanzo Construction Co. Florida Sut:Tcontractora andlQr supplhererto Lanzct Construction Co Florida . Will also be boo t4 pythe requ(retnents of Rule Chapter 14 78.F;A C. Lauri Construction Co: Florida .. and it's subcontractors shall take, all rieaesaa y and raaaonabie preps in. accordance wit„.C.hapter 14=78;; ,A C:, to. ensure that disadvantaged • hgsirierkS eA:have tfi� opportunity to;oompete and pe,foralvork contracted with the°Florida Department of Transportation. Lanzo ConSfrifct on Co: Florida , and Its subcontractors shall not discr irtinateon the 4vAi of race,cglgri religion, nationat•orlgin, disability; sex. or again the administration' of contracts with the 0.bparitnent oframopqrtgitiimi Lanzo Constriction Co. Florida bas designated and appointed a Liaison Officer to, develOR,: malritain, and monitor the D9E?4#firmativeActiork Plan imptementatIgn. The Liaison Officer wilt be iespohsiblifordisseminating this policy statementthrotighautLan • Construction Co. Ftoria end todisadvantaged o6nttoltiad buatrtesses. The statement is posted on notica boardsof the Cop X 11115110 Date --- LANZO CONSTRUCTION COMPANY Giuseppe D'Alessandro, President . r a% TLir WePanikliiA FIPP1107 OFRCE 0F<rE. l f+r G An Equal Opportunity Employer Section 6 Page 3 27843041E1 EQUAL OPPORIUHm' OFFICE November 15, 2010 Papoice 2d3 1. DESIGNATION OF LIAISON OFFICER Robert Beaty. . will aggressively recruit disadvantt4q'ed businesses as subcontractors and suppliers for alt contracts with the Florida Department of Transportation. The Company has appareled a Liaison Officer to develop and maintain this Affirmative Action Plan in accordance with the requirements of Rule Chapter 14-78, F.A.G. The. Lialaan O f fiver Will have prirpary responsibility for developing, maintaining, and. monitoring the Company's utilization of disadvantaged sutlbontractor . in additlQh ha the following specific duties; (1) The Liaison Officer shall aggressively solicit bids from disadvantaged business subcontractors for all Florida Repartrnent of Transprtation epniiects; . (2) 'The Liaison O1:fG4rwl(1 submit alt regOrds,.reports, end documents required by the Florida Department of Transportation,.:and shall maintain such records for a period of not less than threeyears, or as directed by any specific coniractyalrequirements of the Florida Department of Transportatidn: Thefollowing individuathas been deelgfaied Liaieer Of@cerWith r4ponsibllityfor•implementing the Company's afrmative_actibn pregrarn in accordance with tf3e requirements of the Florida, Deparlineht'Transportation. Robert V.i1.;B'eaty. Lanzo Construction Go. Florida 12.5 $1' Se' Court 94- -08Qz' 59-26,91933 II. AFFIRMATIVE ACTION METHODS In order to formulate a realistic Afflmriative Attica Plan, Robert W. Beatty has identified Vie following known barriers to participation by disadvantaged subcontractors; before describing Its proposed atfirrriative action Methods: 1: Leek of giTalified disa'dveritage'd subcontractors In our'spectfio geographical areas of work; 2. Leak of certified disadvantaged subcontractors who seek to perform Florida Department of Transportation Work; 3. Leek of interest in performing on Florida Department of Transportation contracts; 4. Lack of response when requested to bid; 5. Limited knowledge of Florida Department of Transportation plans and specifications to prepare a responsible bid, In view of the barriers to disadvantaged businesses stated above, it shall be the policy of Lanza Construction Go. Flr�ri a to provide opportunity by utilizing the following. affirmative action methods• kr ensure participation on the contracts with the Florida Department of Transpottatiorr: Lanzo Construction Co. Florida will: 1. Provide written notice to all certified DBE subcontractors In the geographical area whore the work is to be subcontracted by the Company; 2. Advertise in minority focused media concerning subcontract opportunities with the Company; 3, Select portione of work to be performed by DBEs in order to Increase the likelihood of meeting contract goals (including, where appropriate, breaking down contracts into economically feasible units to facilitate Page 2 DBE participation); CONSTRUCTION OMPANY LAN�ZD Section 6 Page 4 275,630-11B EQUAL OPPOR:UNtry OFFiGE Qiv9 Fogo 3 u(3 4. Provide adequate information about the plans, specifications, and requirements of the contract, no( rejedting subcontractors without sound reasons based on a thorough investigation of their capabilities; 5. Waive requirements of performance bonds where it is practical to do so; 6. Attend pre -bid meetings held by the Florida Department of Transportation to apprise disadvantaged subcontractors of opportunities with the Company; 7. Follow- Up on initial solicitation of interest to DBE subcontractors to determine with certainty whether the DBE company is interetfed in the subcontract opportunity. Lanzo Cdhstniction Co. Florio understaflds that this list of affirmative action methods is not ektiaUstive and will include additional Approaches after having establIShect familiarity with the disadvantaged subcontracting community and/or determined the stated approaches to be ineffective. 1i1. IMPLEMENTATION On dontracts with specific DBE goals, Lanzo Construction. Co. Florida. will make every effort to meet contract•goals as'.stated by utilizing its affirmative action methods: On projects with no specific goal5•,•lhe Companywilll, as an expression Of good faith, seek to utilze DBE subcontractors where work is to be subcontracted. IV. REPORTING Lanzo Cons C lidficn Co.- Florida shall keep and maintain Such records as. are necessary to determine the Company's compliance with its DBE Affirmative Action plan, The Company wilt design Its record keeping system to indicate- 1. The number of DBE subcpntra.Ctors and .suppliers used by the Company; tdett;ifying the itomS df wort{, materials and services provided; 2. The efforts and progress being made in obtaining DBE subcontractors through focal and. coitrtriun%ty sources; 3. Docurnentatibn of all contracts, to Include correspondence, telephone {alts, newspaper advertisements, etc., to obtain DBE participation on all Florida b'epartment:of'Transportation projects; 4. Tho Company shall comply with Florida Department of Transportation's. requirements rieardirig payments to subcontractors including DBEs for each month (estimate period) which the companies halo worked. V. DBE DIRECTORY Laud Construction Co Florida by the Florida Department of Transportation. The Corriparty will distribute Form NumbAr275-030-01, Schedule A Certification Form Number t, to potential OBE contractors find assist in their completion. will utilize the DBE Directory published Section 6 Page 5 CONSTRUCTION COMPANY .3 LANZO u! Construction Co., Florida 19001\1. W. 44th Street Pompano Beach, Florida 33064 Office: (954) 979.0802 Fax: (954) 979.9897 www.lanzo.net Declaration of Fair Subcontracting Policies & Procedures In keeping with our approach to fair practices in awarding subcontractors, Lanzo Lining declares that it has and shall continue to implement procedures, which will promote diversity In the usage of subcontracts. Lanzo believes that these procedures will present opportunities to as many qualified subcontractors as possible. First, Lanzo's policy and procedures are geared to notify the broadest of local subcontractors of the opportunity to be awarded a subcontract. Second, Lanzo's policy and procedures are crafted in an effort to invite local subcontractors to submit bids in an uncomplicated and expeditious manner, Third, Lanzo's policy seeks to afford subcontractors avenues to procure the necessary Information to shape and submit a bid. Fourth, Lanzo's procedures set out to afford subcontractors access to Lanzo personnel so that any questions and clarifications can be addressed. Fifth, Lanzo's procedures seek the ultimate goal of awarding subcontracts to those who have submitted good faith propdsals in keeping with the projects goals. The specific policies and procedures that Lanzo Lining Services, Inc., sets out to Implement and exercise are: 1) Contacting Local Trade Associations for listings of firms. 2) Contacting local government bodies or owners for any community development program which seeks business development and maintains a register of vendors/subcontractors. 3) Advertising in construction trade journals. 4) Contacting local chambers of commerce for participating members and listings. 5) Faxing or calling identified vendors/subcontractors and provide same with details (as practical) of proposed project/bid and request response by retum fax. 6) Designating Lanzo staff which will meet with inquiring subcontractors to view scope of work and responsibilities unique to subcontractor's anticipated work. 7j Awarding Contracts to the subcontractors which have submitted responsible and low bids consistent with the intentions of the project. Giuseppe D'Alessandro President An Equal Opportunity Employer Section 6 Page 6 alLANZC3 CtNiSTAUCT10N CA,MPANY LANZO Construction Co., Florida PROCUREMENT POLICY 125 S.F. 5th Court Deerfield Beach, FL 33441-4749 Office: (954) 979-0502 Fax: (954)979-9897 www.lanzo.net IT IS THE POLICY OF Lanza Construction Co. FL and Affiliated companies (Lanzo Lining Services) that in it's procurement practices, every effort shall be taken to secure materials, supplies and services from firms which meet the needs of the company in the most cost effective manner. 1t is our policy that we do not discriminate in our procurement practices and that we seek opportunities to secure commodities and services from as many local sources as is reasonably practical. As with our company's Declaration of Fair Subcontracting Policies and Procedures, we will continue to implement procedures that will promote diversity in the usage of suppliers. It is expected from all employees involved in the procurement of goods and services that they commit themselves to identify all available resources. This effort will allow Lanzo to meet its goal of securing reliable source of product with a cost-effective result. Matthew P. Tilli Vice President . I06 Date An Equal Opportunity Employer Section 6 Page 7 CONSTRUCTION COMPANY Open -Door Policy In keeping with Lanzo's philosophy of open communication, all employees have the right and are encouraged to speak freely with management about their job -related concerns. We urge you to go directly to your supervisor to discuss your job -related ideas, recommendations, concerns and other issues which are important to you. If, after talking with your supervisor, you feel the need for additional discussion, you are encouraged to speak with Lanzo's president. The most important relationship you will develop at Lanzo will be between you and your supervisor. However, should you need support from someone other than your supervisor, the entire management team, including Lanzo's president, is committed to resolving your individual concerns in a timely and appropriate manner. Equal Employment Opportunity It's Lanzo's policy to provide equal employment opportunity to all employees and applicants for employment and not to discriminate on any basis prohibited by law, including race, color, sex, age, religion, national origin, disability, marital status or veteran status. It is our intent and desire that equal employment opportunities will be provided in employment, recruitment, selection, compensation, benefits, promotion, demotion, layoff, termination and all other terms and conditions of employment. Lanzo's President and all managerial personnel are committed to this policy and its enforcement. Employees are directed to bring any violation of this policy to the immediate attention of their supervisor or to Lanzo's president. Any employee who violates this policy or knowingly retaliates against an employee reporting or complaining of a violation of this policy shall be subject to immediate disciplinary action, up to and including discharge. Complaints brought under this policy will be promptly investigated and handled with due regard for the privacy and respect of all involved. LANZD CONSTRUCTION COMPANY Section 6 Page 8 Drug- Free Workplace Recognizing substance abuse (including Alcohol) is a detrimental problem facing society, Lanzo will do it's best to actively fight this problem. One of the ways we are addressing this problem is by implementing and maintaining a substance abuse policy to ensure that Lanzo will be a drug -free workplace. We understand employees and applicants under a physician's care may be required to use prescription drugs; however. Illegal use of prescribed medications is also substance abuse and will be dealt with in the same manner as the abuse of illegal substances. The ultimate goal of this policy is to balance our respect for individual privacy with our need to keep a safe, drug -free environment. We encourage those who abuse drugs and or alcohol to voluntarily seek help. This policy contains an employee assistance resource file which allows employees and their families to find help in dealing with alcohol or drug abuse. However, it is the employee's responsibility to seek help before drug and alcohol problems lead to disciplinary action. Legal Drug: Included prescribed drugs and over the counter medications which have been legally obtained and are being used solely for the purpose for which they were prescribed or manufactured. Illegal Drug: Any drug: (a) which is not legally obtainable; (b) which may be legally obtainable but has not been legally obtained; or (c) which is being used in a manner or for purpose other than as prescribed. Lanzo's Standard of Conduct requires that employees of this company shall not use illegal drugs or abuse alcohol or prescription medications. Any employee determined to be in violation of this policy is subject to disciplinary action, even for the first offense. In order to maintain this standard, Lanzo shall establish and maintain the program and rules set forth below, under applicable state laws. A. Post -offer job Applicant Screening Lanzo will conduct a post -offer drug test designed to prevent the hiring of individuals who use illegal drugs or abuse prescription medications. If a job applicant refuses to submit the required drug test, tampers with or adulterates a drug test specimen or has a confirmed positive drug result; he/she forfeits his/her eligibility for employment, B. Current Employee Screening Lanzo will conduct drug and or alcohol screens, as outlined in this policy, to identify employees who use illegal drugs or abuse alcohol, etc, either on or off the job. It shall be a condition of employment that all employees submit to a drug and / or alcohol screen in accordance with the provisions listed below. Lanzo may suspend employees without pay, under this policy, pending the results of a drug and / or alcohol test or investigation. 1. Reasonable Suspicion Testing !ilCONSTRUCTION COMPANY LANZQ Section 6 Page 9 "Reasonable suspicion testing" means drug and/or alcohol testing based on an employer's belief that an employee is using or had used drugs in violation of the employer's policy, drawn from specific visual or verbal facts that would lead a reasonable person, without any medical training but normal life experiences, to conclude the possibility of drug and/or alcohol use. Whenever possible, the supervisor who is suspicious of an employee's behavior should have the suspicious behavior confirmed by another supervisor or manager before requiring the employee to be tested. Employees who refuse to be tested will be terminated. If there is reasonable suspicion that an employee is under the influence of drugs and/or alcohol, the employee will be required to undergo drug and /or alcohol testing at a laboratory chosen by Lanzo. Occurrences that may be indicators of substance abuse and are considered grounds for reasonable suspicion are: a. Observable phenomena while at work, such as direct observation of drug use or of the physical symptoms or manifestations of being under the influence of a drug. b. Abnormal conduct or erratic behavior while at work or a significant deterioration in work performance. c. A report of drug use, provided by a reliable and credible source. d. Evidence that an individual has tampered with a drug test during his employment with the current employer. e. Information that an employee has caused, contributed to, or been involved in an accident while at work. f. Evidence that an employee has used, possessed, sold, solicited, or transferred drugs while working or while on the employer's premises or while operating the employer's vehicle, machinery, or equipment. If an employee is arrested for or convicted of a drug -related crime, Lanzo will investigate all of the circumstances, and Lanzo officials may utilize the drug - testing procedure if cause is established by the investigation. An arrest for a drug -related crime constitutes reasonable suspicion of drug use under this policy. As a condition of employment an employee must notify the human resources of any criminal drug statute arrest or conviction within five (5) days of such arrest or conviction. 2. Accident and Injury Procedures Any employee involved in a work related accident, which requires medical treatment, above and beyond first aid, must first receive treatment. The employee must then submit to a post -accident drug screen. A post accident alcohol test may apply. The employee must report for testing to the designated collection site within 24 hours of the accident, if the drug and/or alcohol collection is not performed following treatment. Failure to do so will be considered a refusal to test, resulting in immediate termination. 3. Routine Fitness -for -duty LANZO CONSTRUCTION COMPANY Section 6 Page 10 Lanzo must require an employee to submit to a drug test IF the test is conducted as part of a routinely scheduled employee fitness -for -duty medical examination that is part of Lanzo's established policy OR that is scheduled routinely for all members of an employment classification or group. Employees subject to any routine fitness -for -duty resting will be notified in writing and be required to sign a routine fitness -for -duty consent form. 4. Return to work and Follow-up drug testing If an employee in the course of employment voluntarily enters an employee assistance program for drug related problems, or an alcohol/ drug rehabilitation program, this company must require the employee to submit to a drug and / or alcohol test as a follow-up to such program. Advances notice of a follow-up testing date must not be given to the employee to be tested. 5. Random Testing Lanzo may conduct random drug testing, as stated in applicable state laws. A third -party company designated by Lanzo will generate a computerized random list of employees who would be required to submit to a random screen. When an employee is chosen for a random drug screen, their name automatically returns to the pool for future random tests. C. Basis for Discipline or Termination 1. Illegal Drug Use and Alcohol Abuse Any employee using, selling, purchasing, possessing, soliciting or distributing illegal drugs and/or unauthorized alcoholic beverages on company property or company business will be in violation of this policy, resulting in immediate termination of employment. Any employee, who has a confirmed positive drug and/or alcohol test, as determined under applicable state laws as listed below, will be subject to Lanzo's disciplinary action, as outlined in the Employment Acknowledgement Agreement Form. MLA N Z 0 CONSTRUCTION COMPANY Section 6 Page 11 Table of Positive Drug Levels in Urine Drug to be tested for: Drug Alcohol (blood) Alcohol (breath or Blood) Amphetamines Cannabinoids Cocaine Opiates Phencyclidine Barbiturates Benzodiazepines Metbaqualone Methadone Propoxyphene Initial .04 g/dl .08 g/dl 1,000 ng/ml 50 ng/ml 300 ng/ml 2000 ng/ml 25 ng/ml 300 ng/ ml 300 ng/ml 300 ng/ml 300 ng /ml 300 ng/ml Confirmation 0.4 g/dl .08 g/dl 500 ng/ml 5 ng/ml 150 ng/ ml 2000 ng/ ml 25 ng/ml 150 ng/ml 150 ng/ml 150 ng/ml 150 ng/ml 150 ng/ml Any employee who has a confirmed positive drug and /or alcohol test may forfeit eligibility for medical and indemnity benefits in state's workers compensation law and may also forfeit unemployment benefits, under state law. 2. Refusal to Test Any employee who refuses to submit to a required drug and/or alcohol test will be subject to immediate termination of employment. A tampered with or an adulterated drug and/or alcohol specimen, will be considered a refusal to test, resulting in termination of employment. D. Confidentiality 1. All information, interviews, reports, statement memoranda and drug test results, written or otherwise, received by the employer through a drug testing program are confidential communications and may not be used or received in evidence, obtained in discovery, or disclosed in any public or private proceedings, except in accordance with this Rule, in determining compensability. Employers, testing laboratories, employee assistance program, drug and alcohol rehabilitation programs and their agents who receive or have access to information concerning drug test results keep all information confidential. Release of such information under any circumstances shall be solely pursuant to a written consent form signed voluntarily by the person tested, unless such release is compelled by a hearing officer or a court of competent jurisdiction, in pursuant to an appeal taken under this section, or unless deemed appropriated by a professional licensing board in related disciplinary proceedings. Section 6 Page 12 f1 LAN�O � CONSTRUCTION COMPANY The consent form must contain, at the minimum, the following: a. The name of the person authorized to obtain the information b. The signature of the person authorizing release. c. The purpose of the disclosure d. The duration of the consent e. The precise information to be disclosed E. Prescription and Non -Prescription Medications Lanzo will provide a standard form for the employee to confidentially report the use of prescription or non-prescription medications to the Medical Review Officer both prior to and after the drug or alcohol test. No prescription drug shall be brought upon the premises by any person other than the person for whom the drug is prescribed by a licensed medical practitioner, and shall be used only in the manner so prescribed. Employees must keep all such prescription medicines in the original container which identifies the date of the prescription and the prescribing physician. Employees should report the use of any prescribed medication which may alter the employee's physical or mental ability, prior to commencing work. Lanzo retains the right to change the employee's job assignment during the term of treatment. F. Drugs to be Tested for: Common and Chemical Name Over-the-counter and prescriptions drugs which could alter or affect the outcome of a drug test: ALCOHOL: (booze, drink, beer, liquor, wine, moonshine) All liquid medications containing ethyl alcohol, Comtrex is 20% (40 proof) and Listerine is 26.9% (54 proof). AMPHETAMINES: (beenies, black beauties, crystal, speed, uppers, crank) Obetrol, Biphetamine, Desoxyn, Dexedrine, Direx. CANNABINOIDS: (marijuana, hashish, maryjane, grass, reefer, pot, dope, etc.) Marinol, (Dronabinol, TEC). COCAINE: (coke, crack, blow, nose candy, toot, snow) Cocaine HCI topical solution (Roxanne) PHENCYCKIDINE: (PCP, angel dust) Not legal by prescription. METHAQUALONE: (ludes, qualude, optimal, parest) Not legal by prescription OPIATES: (heroin, horse, smack, powder) Paregoric, Prepectolin, Donnagel PG, Morphine, Tylenol with Codine, Empirin with Codenie, APAP with Codeine, Aspirin with Codeine, Robitusin AC, Guituss AC, Novahistine DM, Novahistine Expectorant, Dilaudid (Hyfromorphine), M -S Contin and Roxanol (morphine and sulfate), Percodan, Vicodin. Etc. BARBITURATES: (barbs, rainbow, downers, goltballs, reds, blues). Penobarbital, Tuinal, Amytal, Nembutal, Seconal, Lotusate, Fiorinal, Fioricet, Esgic, Butisol, Mebaral, Butabital, Butabital, Phrenilin, Triad, etc. BENZODIAZEPINES: (Ativan, Azene, Clonopin, Dalmane, Diazepam, Librium, Xanax, Serax, Tranxene, Valium, Verstran, Halcion, Paxipam, Restoril, Centrax. METHADONE: Dolphine, Methadose 3CONSTRUCTION COMPANY LANZD Section 6 Page 13 PROPDXYPHENE: Darvocet, Darvon N, Dolene, etc. Lanzo will test for the minimum of drugs which is described as a five (5) panel test (amphetamines, opiates, cocaine, pcp, cannabinoids), but is allowed to test up to all 10 drugs and alcohol, as listed above. G. Challenge to Test Results 1. A requirement of a drug -free workplace program is that within five working days after receiving notice of positive, confirmed test results, the employee must be allowed to submit information to the Medical Review Officer explaining or contesting the test results. If the employee's explanation or challenge of the positive test result is unsatisfactory to the employer, the employee must be notified within fifteen days that the explanation is unsatisfactory and shall be retained by the employer for at least one year. 2. An employee or job applicant may undertake an administrative challenge by filing a claim for benefits with a Judge or Compensation Claims pursuant to state law or if no workplace injury has occurred, the person must challenge the test result in a court of competent jurisdiction. H. Employee's Responsibility When an employee undertakes a challenge, it shall be the employee's responsibility to notify the Medical Review Officer and the sample shall be retained by the laboratory until the case is settled. Laboratory Assistance The Medical Review Officer, designated by Lanzo shall provide the clinical/technical assistance to the employee for the purpose of interpreting positive, confirmed test results which could have been caused by prescription or non-prescription medication taken by the employee. Additionally, employees and job applicants have the right to consult the laboratory for technical information regarding prescription or non-prescription medications. J. Employee Protection 1. Upon implementation of a drug -free workplace program, the employer shall detail in writing, within seven (7) days after testing an employee who had exhibited suspicious behavior, the circumstances leading to a determination of reasonable suspicion of drug and /or alcohol abuse to warrant the testing. A copy of this documentation shall be given to the employee upon request and the original documentation shall be kept and retained confidentially by the employer for at least one (1) year. 2. During the 180 -day period after written notification of a positive test results, the employee or job applicant who has provided the specimen shall be permitted by the employer to have a portion of the specimen re -tested at the employee's expense. Such re -testing shall be done by another AHCA licensed or NIDA approved laboratory chosen by the employee or job applicant. The second laboratory must test for equal or greater sensitivity for the drug in question. The first laboratory is responsible for the transfer of the portion of LANZQ CONSTRUCTION COMPANY Section 6 Page 14 the sample to be re -tested, and for the integrity of the chain -of custody during the transfer. 3. The testing laboratory may not disclose any information concerning the health or mental condition of the tested employee. 4. Lanzo may not request or receive from any testing facility any information concerning the personal health, habits or condition of the employee or job applicant, including the presence or absence of HIV antibodies in that persons body fluids. 5. Lanza may not discharge, discipline, or refuse to hire, discriminate against, or request or require rehabilitation of an employee or job applicant on the sole basis of a positive test result that has not been verified by a confirmation test. All initial positive results are automatically subject to a GC/MS confirmation test before any results are reported to the Medical Review Officer. 6. Lanzo may not discharge or discriminate against an employee solely on the employee's voluntary seeking of treatment while employed by Lanzo for a drug -related incident, if the employee has not previously been tested positive for the drug, entered an employee assistance program for drug -related problems, or entered an alcohol and drug rehabilitation program. K. Investigation To ensure that illegal drugs and alcohol do not enter or affect the workplace, Lanzo reserves the right to search all vehicles, containers, lockers, or other items on Lanzo's property for visual inspection upon Lanzo's request. Searches will be conducted only where Lanzo has reason to believe that the employee has violated Lanzo's substance abuse policy. Failure to consent to a search or display personal property for visual inspection will be grounds for discharge or denial of access to Lanzo's premises. Searches of an employee's personal property will take place only in the employee's presence, all searches under this policy will occur with the utmost discretion and consideration for the employee involved. Individuals may be required to empty their pockets, but under no circumstance will an employee be required to remove articles of clothing or be physically searched. Because the primary concern is the safety of its employees and their working environment, Lanzo will not normally prosecute the employee in matters involving illegal substances. Further, Lanzo reserves the right to cooperate with or enlist the services of proper law enforcement authorities in the course of any investigation. L. Collective Bargaining Right This policy does not eliminate the bargaining rights of any employee covered under any collective bargaining agreement between Lanzo and any certified labor organization as provided in the collective bargaining process, if applicable. M. ARCA (Agency for Health Care Administration) Certified Testing Laboratories and MR0 Lanzo uses only AHCA certified testing laboratories and AAMRO Certified Medial Review Officers. For information concerning laboratories and medical review officer services please contact: Total Compliance Network /South Atlantic Testing Services (954) 677-1200 5440 N.W. 331d Ave. Suite 106 3 CONSTRUCTION COMPANY LANZCI Section 6 Page 15 Fort Lauderdale, FL 33309 N. Employer Protection This policy supersedes any information provided to applicants and / or employees, either written or oral. Lanzo reserves the right to change provisions of this policy and testing program at any time in the future. 0. Drug Referral Services and Support Groups Nationwide: 1. Alcohol Hot line: 1 -800 -ALCOHOL, 24 hour referral line for information on programs designed for alcoholics. 2. Cocaine Hot -Line: 1 -800 -COCAINE, 24 hour referral line for information on programs designed for cocaine abuse. 3. National Drug & Alcohol Treatment Hot-line: 1-800-662-4357, confidential information on treatment, self-help, and support programs for drug users. P. Educational Material On Substance Abuse What is Substance Abuse? Substance abuse is the harmful and dangerous use of alcohol and/ or other drugs. It affects all types of workers; male and female, young and old, production workers, executives, supervisors, clerical workers, and maintenance personnel. Anyone can have substance abuse problem. It can be prevented or treated by Substance Abuse Professionals. Alcohol and drugs may give the illusion of freeing you from the fears, responsibility, and petty hassles of everyday life. It can destroy you physically and mentally. Most people abuse drugs and alcohol as an escape from other problems such as families' problems, low self -esteem, financial worries and /or feelings of inadequacy. Many of us enjoy an occasional social drink or take legal drugs under a doctor's supervision. That is okay as long as we don't overdo it and misuse the substances. Various people handle alcohol in different ways. It isn't necessarily how much you drink; it's what happened when you drink; how it affects your life and those around you. Besides harming your body and mind, most abused drugs are illegal. Buying and using them could result in arrest, fines or even jail! The typical reasons given for taking the express train to Utopia with drugs are it helps me relax, it heightens the senses, it expands the mind and or it makes me feel confident. The truth is you can achieve these same feelings naturally without destroying your body and life. A "natural high" is legal. Hiding behind drugs or alcohol could lead to the biggest mistake of your life. Everyone pays for substance abuse. Abusers often have legal or health problems, conflicts at home, accidents on and off the job. Substance abuse is a major factor in half of all divorces. It contributes to domestic violence, child abuse and sexual abuse. Working with substance abusers can be unpleasant and dangerous. Substance abuse destroys work performance, resulting in reduced productivity, motivation, quality of work and increased employee theft. It is never too late or too soon to change a substance abuse problem. If you suspect that you have a problem, don't think that it will go away if you ignore it. It will only get worse. The first thing you must do is accept the fact that abusing drugs and alcohol is like Section 6 Page 16 CONSTRUCTION COMPANY playing with fire -it can and will destroy the lives of people just like you everyday. Pushing yourself to the limit with drugs and alcohol will only destroy all that you hope to be. Talk to a close friend about your problem, if your friends keep telling you that you have a problem, listen to them and take a good look at yourself. Sometimes it's not easy to see ourselves clearly. Many companies have employee assistance program (EAP's) that refer you to professionals and groups to help you with your problem. They also provide information about insurance coverage for treatment. These programs are voluntary and confidential. No one can make you go or hold it against you if you do go. Lanzo realizes that anyone who is willing to seek help deserves Lanzo's support. Another source for help is your phonebook. Look in the yellow pages for health organizations, Social Services and Mental Health Organizations. Since substance abuse harms everyone, join with others to oppose it. Encourage those who need help to get it, at work or in the community. One of the most effective ways to fight substance abuse at work is for employees to unite against it. Make it clear that alcohol or drug use on the job is absolutely unacceptable. THE MOST ABUSED SUBSTANCES AND THEIR EFFECTS ARE: ALCOHOL — Alcohol is legal, socially acceptable and an inexpensive substance to use. Because it is an accepted part of many occasions, it's hard to recognize when you cross the invisible line from social drinking and abusive drinking. The following check list may help you determine if you have a drinking problem. Do You: *lose time from work due to drinking? * want to drink in the morning? * have trouble sleeping? * drink to feel more confident or outgoing? * feel easily frustrated? * find you are overanxious or oversensitive? * blame others for your problems? * drink alone? * let family or job responsibility slide? * forget what happened when you're drinking? *find you have lost weight? *fmd your mind is not working quickly * have violent mood swings. If you drink regularly, answering "yes" to any of these questions could indicate that you have a drinking problem. Admitting that you have a problem is the first step. The best place to start solving it is by contacting Alcoholics Anonymous. An AA group is as close as your phone book. Alcohol is a central nervous system depressant and is the most widely abused drug. About half of all auto accidents fatalities in this country are related to alcohol abuse. Fact: A 12 -ounce can of beer, a 5 -ounce glass of wine and a 1-1/2 ounce shot of hard liquor all contain about the same amount of alcohol. Coffee, cold showers and exercise do not quicken sobriety. Each one-half ounce of alcohol takes the body about one hour to process. Alcohol first acts on those parts of the brain that affect self-control and other learned behaviors. Low self-control often leads to the aggressive behavior associated with some people who drink. In large doses, alcohol can dull sensation and impair muscular coordination, memory and judgment. Taken in larger quantities over a long period of L ANZ° CONSTRUCTION COMPANY Section 6 Page 17 time alcohol damages the liver and heart and can cause permanent brain damage. On the average, heavy drinkers shorten their life span by about ten years. Other Effects: *greatly impaired driving ability *reduced coordination and reflex action *impaired vision and judgment *inability to divide attention *lowering inhibitions *overindulgence (hangover) can cause: headaches, nausea, dehydration, unclear thinking, unsettled digestion and/or aching muscles. MARIJUANA — Marijuana is also known as "grass", "pot", "weed", "Mary Jane", "herb", "a joint", and "a roach", among the other street names. Fact: While alcohol dissipates in a matter of hours, marijuana stays in the body for 28 days. Marijuana alters sense of time and reduces the ability to perform tasks requiring concentration, swift reactions and coordination. The drug has a significant effect on judgment, caution, and sensory/motor abilities. Other Effects: *increased pulse rate and blood pressure *rapidly changing emotions and erratic behavior *altered sense of identity *impaired memory *dulling of attention *hallucinations, fantasies and paranoia *reduction or temporary loss of fertility COCAINE — is a stimulant drug, which increases heart rate and blood pressure. As a powder, Cocaine is inhaled (snorted), ingested, or injected. It is known as "coke", "snow", "nose candy", and "lady". Cocaine is also used in a free -base form known as "crack" or "the rock" which is smoked. It acquired its name from the popping sound heard when it is heated. Fact: Many people think that because crack is smoked, it is "safer" than other forms of cocaine use. It is not. Crack cocaine is one of the most addictive substances known today. The crack "high" is reached in 4-6 seconds and lasts about 15 minutes. The most dangerous effects of crack are that it can cause vomiting, rapid heartbeat, tremors and convulsive movements. All of this muscle activity increases the demand for oxygen, which can result in a cocaine -induced heart attack. Since the heart regulating center in the brain is also disrupted, dangerously high body temperatures can occur. With high doses, brain functioning, breathing and heartbeat are depressed - leading to death. Other Effects: *impaired driving ability *anxiety *reduced sense of humor *accelerated pulse, blood pressure and respiration mood swings *heightened, but momentary feeling of confidence, strength and endurance *paranoia, which can trigger mental disorders in users prone to mental instability *repeated sniffing/snorting results in irritation of the nostrils and nasal membrane *compulsive behavior such as teeth grinding or repeated hand washing AMPHETAMINES — are drugs that stimulate the central nervous system and promote a feeling of alertness and an increase in speech and general activity. Some common street names for amphetamines are "speed", "uppers", "black beauties", "beenies", "wake ups", "football", and "dexies". Fact: People with a history of sustained low -dose use quite often become dependent and believe they need the drug to get by. These users frequently keep taking amphetamines to avoid the down mood they experience when the high wears off. Even small, infrequent liICONSTRUCTION COMPANY Section 6 Page 18 LANZ doses can produce toxic effects in some people. Restlessness, anxiety, mood swings, panic, heartbeat disturbances, paranoid thoughts, hallucinations, convulsions and coma have been reported. Other Effects: *loss of appetite *irritability, anxiety, apprehension *increased heart rate and blood pressure *difficulty in focusing eyes *exaggerated reflexes *distorted thinking *perspiration, headaches and dizziness *short term insomnia OPIATES — Opiates, including heroin, morphine, and codeine, are narcotics used to relieve pain and induce sleep. Common names are "horse", "hard stuff", "M", "brown sugar", "Harry" and "Mr. H". Fact: Heroin, also called "junk", or "smack", accounts for 90% of the narcotic abuse in this country. Sometimes narcotics found in medicines are abused. This includes pain relievers containing opium and cough syrups containing codeine. Heroin is illegal and cannot even be obtained with a physician's prescription. Most medical problems are caused by the uncertain dosage level, use of unsterile needles, contamination of the drug, or combination of a narcotic with other drugs. These dangers depend on the specific drug, its source and the way it is used. Other Effects: *reduced vision, impaired driving ability *change in sleeping habits, drowsiness followed by sleep *constipation, decreased physical ability *short-lived state of euphoria, possible death PHENCYCLIDINE (PCP) — also called "angel dust", "rocket fuel", "super kools", and "killer weed" was developed as a surgical anesthetic in late 1950's. Later due to its unusual side effects in humans, it was restricted to use as a veterinary anesthetic and tranquilizer. Fact: PCP is a very dangerous drug. It can produce violent and bizarre behavior even in people not otherwise prone to such behavior. More people die from accidents caused by erratic and unpredictable behavior produced by the drug than from the drug's effect on the body. PCP scrambles the brain's internal stimuli and alters how users see and deal with their environment. Routine activities like driving and walking become very difficult. Low doses of PCP produce a rush, sometimes associated with a feeling of numbness. Increased doses produce an excited, confused state including any of the following: muscle rigidity, loss of concentration and memory, visual disturbances, delirium, feelings of isolation and convulsions. Other Effects: *impaired driving ability *drowsiness *thick, slurred speech *blank stare *involuntary eye movement *perspiration *repetitive speech patterns *incomplete verbal responses COMBINATIONS OF DRUGS — The number of drug variations that can be made, mixed and distributed is almost unlimited. Combining drugs makes physical and mental ElCONSTRUCTION COMPANY Section 6 Page 19 effects unpredictable and often much more severe than if the same drugs were taken separately. Combining alcohol with depressants, cocaine, marijuana, etc. can be especially dangerous. As long as there is a demand for drugs and alcohol there will be a supply, in ever- changing variations. The solution is preventing the demand for drugs and alcohol. LANZO CONSTRUCTION COMPANY Section 6 Page 20 Hurricane & Severe Storm Plan During such periods of time as are designated by the United States Weather bureau as being a hurricane alert, the Contractor shall undertake all precautions as necessary to safeguard the work and property, including the removal of all small equipment and materials from the site, lashing all other equipment and materials to each other and to rigid construction and any other safety measures as may be directed by the engineer. In the event of a hurricane warning being issued, the following specific steps will be taken by Lanzo Construction to safe guard the construction work zone: 1. Lanzo will suspend all construction operations 2. Any open priority repairs will be made immediately 3. All open trenches will be backfilled 4. All material and equipment in the right-of-way will be removed 5. Secure any construction material in contractor's staging area 6. Remove all unnecessary traffic barricades and signs 7. Secure remaining barricades by "half burial" or "double sand bags" 8. Evacuate construction work zone. All additional safety measures as may be directed by contracting agency, department or authority will receive Lanzo Construction's immediate attention. Section 6 Page 21 LAi�I�O MillCONSTRUCTION COMPANY Page 1 2-6 LANZO CONSTRUCTION COMPANY Equipment Schedule Contents Contents Listing Equipment Schedule Section 7 Lanzo has a long history of maintaining our own equipment from soup to nuts, as the only way to insure continued success. piled includes ample staff such as the Equipment Manager and Assistant, two Diesel Mechanics, a Parts Runner, a house overhead 10 ton crane, on site bulk storage of motor oils, spare parts stock, and electronic maintenance LAN O Ell Z CONSTRUCTION COMPANY Section 7 Page 2 WONT WM 21142 0.0522n SSE Pfaff TEilCIVI1iIIII17 9 FORD F•100 FORD F46 PICKUP IFT0X10PIFKE04OT 26 109 F-100 FORD F4110 PICKUP IFT0XICRPRB101R 110 4000 FIW ELT FORD 9210XLTPICKLP 1F 01270027720 111 FORD F4009 FORD 190 X4.7104027 07071W11R01122 110 F0110 F49 XL FORD F42X14U 712010 IFTTUA4EPR026IIR 121 FORD 749 F49►IOK40TIMCK 191691199.91616 121 MD F.29 XL FM 21. 1072241606494. 104 FORD 049 XL FWD XL1WIRdI -1 /FTM2A97ED221C7 140 FORD 7242 FORD 9166 147100441 *1TRX2WR4947101 142 FORD ►MXLT FORD F49 IILTPCK.P 191229960601101 114 10110 749 XLT FORD F000 ELT PIGW7161211 CAR IFITEL9R000007 111 7080 74601LT P42X1T.W7ERCA5 1FTNX21191967f06 141 FORD *400X. 7.200X4. 192992061113430 19 FORD F466 FORD 74902100005 1PTRX12W16M11T6711 161 FORD FOR EL 742 EL 1F1TX2A14C1 2642 170 FORD 1142 XL PICK UP 177792420823044 ITS FORD 749 XL FCK UP 197112411211296445 72 FORD PM XL PICK UP 192946109214411 HEAWTRUCICS IN FORD 1919 ISCIMK101 TRUCK MU 06911106 929 /IDAPB9XB®p94T 119 008011 02710 FUE1AU0E MICK W@LA.WITRUOK-OFP ROAD 91119 1146101196/9691 202 FORD F400 FWORAI*ITRUCK IF01062W72A02 4 204 010 0400 PUE4. TRUCK 10096499516011 20S 14.0022 140619908 FLATBED HOMEMADE F1ATIED WR70 4 00 MOON 0 JALR42101R7004022 210 92912141 Rf67T IRCUBI2M2L•RATRIC TRUCK dX®6P12E1T0222 19 MACK RR700 TRACTORTRUCK WANT) IRILAYOWM,00079 ISO MACK 002700 TRACTOR TRU2*4 *ROY) 02000.2E FERMIS AIDES 444 KM IMO F4.101411RTR1MK 02060910144800212 242 FLAGS 02714 SACK 01107 IPMIMPTRUCM 100A01197024749 OW MA0* 02141 901601942 1r NSF TRICK 1294011C17140906 9O WIX 02712 MIRK OARS IV 04047 TRUCK 1*44071971404)M7 CQ 1404 141712 MICK 0AR41r WMP TRUCE f*610*10RTMOG91 264 70RTlR1tt OM TRACTOR TRUCK 4.2700014 IX 99664410262061 Ai IDTXR4NTIGIAL 441 WATER 79011 IMMPAPI912u1714 DM W7LONTXIW. 419 WAT702TR2CK DRAVAg210490 20 TRAOIERWRWE 0217 111423920911114 TRACKER MAAI86JONM *CAT MILL 1111919711101114171111.1.0118831028 2MAIL.4KS 9 12001121194 OM/917M TRAILER MOW FUEL TANK 002700242710140 9S FUR 74.22 70221100-09.1 Maw 6901141131. 15472* 010 110904 TAMM 84®4nnd4644144• TACK TAW 02470100421969 9t A27NALT UPPER TMWIR FORAMA0MOM IMR10072W212ut732T21 212 AIPML77177ER 411199221693 • ME.I007001040 4001! 711 90A0*100 16042202 60404100 82020017 0010.010 FR 0110111 00110019141306112 012 91111991 TAY L919 Mks 411449249626110 OW KOATGA0DI 219.0100204* .910 M0YI10IM10TAA2 MO 1MRA1R0 110000 NM PI 1111.909111129 12 124 70260400 TWERL34 TRAILER 2091 *2 004.4.00 014113117.0211 09 9019,619111•1111 Mier JIl10 *TT 1711027441E FRL•046400 IJMOMIOIEA4M0012 OM 00900 070100 09190 CURB A OURERIMC11N119146 4 *02100174 121261 00041400 6790 M*WF 00M*00 CURB PAM /02100174 30I CONCRETE IMMO 4427101 311 TM47 MUDUIRMWR020ACWM7000 E4.1A 711/042024 004 PACO 1.641429 PAM 69IUCIMTRAILERLM14T*4 4166194161901294 220 RRCK MY TRAILER BIRIOK1r010R022 TRAILER Ou47 HEAVY EQUIPMENT 49 CATERPILLAR 120 MOM01tl0 10110427 400 0ATERP0LAR 128 00100)4* 41\0021 420 004020 1M9022µ0440 100020 BOIL RAMMER 10(0010102 400 CATERPILLAR 04000 IRLL2/Oi90KINE 7100072 421 TACKER SNOW WAGER 9090gp40T1PU2140A 12119 49 TACKER I1024M PLATE COMAOTOR*0M 1021110 410 RACIER 0906450 PLATEOOMACT042W0071 101109 4N TACKER %PIM0A PIIM0M019M/199OuE440n* 001246 40 02 8*4*2 1209 PRu00apOM/Om 000790 461 DYNAPAC 1x901®2 1194199942/ DEN 0001700 /u OTNAPA0 Ira P96199M*M/11040441014 21701220 —1 44 OTNAFA0 LF12 PIM*6MR10M/14204/O*3 200009 464 0202447440 {12001®0 6199999,0191 6931676 (161200492310) 49 WACKER WP119AW 199(11969 9949 000942 91 WACKER MASKER FM 69949 72740049 YT ROBIN W149 R01W P1314 e69429 W1460 MSS 49 WACKER WP1O90W WACKER PM 0969699166049 29217 A9 WACKER 120940* WACKER 11194 94491P9►41A 1209110 100 W*2220 020204144 0400X&1 Res 04047477* (7003710* -710399 91 WAC NOR PI*CN0071M0CMnPflr 1707101 022 WA0R0R R1094R►M CMPwa7 4091171 91 WACKER 0221®41 WAC KIR PLATT COM.M*Y 40704041 1161/9 400* WACKER 00112040 7W10NR Wm CN,MT4rr00TM. 99991 19119 91 WACKIE ROM RACIER 9610 19-2041.62 1702211 004 010*80I 00142 OT2AMC CCIA 014* Ono. 6199 ROE 1224041 001 WWI 101091 U.M2 4011740910 612 020 PAC CEO 74401221 ROLLER 9771 011 010ERi1I*0R 0542 31IWEEL R*110 KOLLiR WARM 012 DYNAFA4. CCSI 02114190 0491 ROLIZI C04m2744MT 614 1440000 0742406E WIC KIR FWD 9416161911F11 DM T2791300 6111 S01NC SMUT 10901029T TRIMS ROLLER 10170008000 012 CATERPILLAR 06.0140 WMIAT0*200MACTORR0.42R 0401020 Oft 0044110 MOM 4 10M40T8MDIM1AMT001 ROLLER 19//012921 90 CATERPLLAR 00090 CAT C(AOC ROLLER 00444102 90 UIOMM M0MM 3 WW2{ 11 TOIL ROLER 4002224494 19 0470000 _ 211049 .9211M7011T8AMM(AWUCC190491 2.49 LANZO CONSTRUCTION COMPANY Section 7 Page 3 UMIF WO M.M1 DMeMPEOn 10241/ MB ROERB0RAMC *MOW DD70K TANDEMYIBMTORYROLLLR 117141 10 11AY4.VI0 11401R00A1 MCC BROOM 22070 6R FORD 271 FORDOROOMTRAOTOR M1EM MO JOHN DEERE .53701A JOHN DEERE TRACTOR EREEPGR 1427217 40 KAEIT0 74240 TRACTOR LOAD TRAC70RW/RUM H00BOX BLADE 00811 011 LAYMOR 1700 SWEEPER MC RI MUSTANG MUETANO SRO) STEER LOADER ME= 511 CATIRPBLAR SCR OM 1111110 P070O12 610 CATERPILLAR MC MO MIER MGM 674 CATERPILLAR ORB SKID STEER P0702172 1416 TAKEUCHI TIBOR TIED SKID STEER LOADER TReOOWOp M2 CATERPILLAR 424 CA7424 LOADERa0NH0E 4g6M0X 411 CATERPILLAR R0R OAT GREG 4114 LOADERB4CKNOE DATOMOECW7OWM 611 CATERPILLAR COP DA74OP ESOLOADR EMCWOE 0AT440F010101M 011 TUMOR TSOM TA00001101Y50EN EXgObr 1074017 07 TAKEUCHI 10007 TAKEUCHI 4154r0v1411RY010 1a74204 R0 TAKEUCHI 78010 TAKEUCHI IIYOr0IC CROW 11007.71/ SO TAKSUCM 15.0210 TOECORCOMAOT 6XCAVATOR 10/00000 4000 MACRO? 4011471 OP WOW RACKET 156014 200 1103014301 COUP LI RT500 COUPLER INNS 02 CATERPILLAR CORM 000BLS DRUM ROLLER ECOM101 ER PAR 0807! PIHTRUCK CRANE TO TOM Mop EM CATERPILLAR DO11CRSS COMPACTSSOAVATMI P70C100 OR CATERPILLAR ®F CATOSIF WKHOLLOAOER YAOS21 CM CATERPILLAR OI1BL OA7000000 2210110E MO CATERPILLAR 112 CAT 81► HYDiOCAVA7OR HOE 00001404 N0 JOHN DEERE 260 OYOOAUMO EXCAVATOR PMA6OXJOEMpO1 410 CATERPILLAR 1110L*R C HALM EXOAVATWI I54 0 420 CATERPILLAR BOMCR BORER EXCAVATOR 7!00001! SO CATERPILLAR 810 G12E HYORAUNC EXCAVATOR CATDi1E5AII00001 51 CATERPILLAR 8000 CATMSCNYO II SCAT. HOE 4Ap10M 407 CATERPILLAR 011 CA7011SSCAVATYRTRA01010E 01017041 IM CATERPILLAR 0700E CATOMCL BXWYATOKTMCKIM CAPOE107 ED CATERPILLAR ON CA7370NYC, 00 AV. MOE .JW00M 01 OATORPRLOG 1Mf1 EXCAVATOR 00®0011 W CATERPILLAR 0443 LOP CRAMRTRACTOR /I WAY DICIER CAT0l04KCE11vyQy SR CATERPILLAR 0443160 CRAWLER TRACTOR/11MT COME CAT000IIDM4ROOON En CAT1RPNIR INC CS MMIXCO2AT0R KCR110 002 MIUMt W7 ROTARY ORAL CHART ORRL HEAD MOT - CAT MC ATIA01MM0T CI041M 011 CATER/RLAA 0000 M MMI00AVATOR 4470'MCI IRCX01In E.0 CATERPILLAR MY 801ER 141414 MOIRE ELL CATERPILLAR IOCC MWI Le16.r mama 04 4ATI0IWA LEAD WRr Luau 04112110 CR CATERPILLAR ICE MIRL.OM 01X11011 SR EATERY STAR 020 CRC L004r 531057 ES 0ATE/PILLAR 0200 WMMLW4r I019RM0 SM CATERPILLAR IMP WEER Laser 01120010 481 CATERPILLAR 1000 VARY Laa4r 1pID1DR N CATERPILLAR PIP MNO Lw*r CAM® CO CATERPILLAR 710 *110044.11(53 6111101011 CO CATERPILLAR 000 WEER LNO5/AO GROWER CE1410& RCN CRDMOO OR CATERPILLAR 000 W011116454 419000 112 CATERPILLAR MG HARI Ludic/ AOO41 SW1044 0 110 JOHN DEERE 6440 0441(111EBLLOADR 11701364011134424744 NG 4104400 KILO T411 770,001 -WAR CMG 01OHL% 011140 REV IOW E11 0ERM0R FM 430 TRENCHER RTX40 RIOS 0610000005 1VR400U*P100240 M SRCNOOR 11040 TIME TNEN0IER 7100.10 EM TERMER RTO Trr001r-4453 ROMA 1VRXM1.2100815 SMALL EQUIPMENT 711 1/1041 00400141011 PREMIUM WARIER 1000814 IM LEESOY 10 L0E-0OY AOMIALT/AVER OCR 104 TARGET /0401600 170770112 711 MOUE WM0rp ES 0111211F50 OENERALTI1. WOm1IT111r Cuspid* 41OP012101101730 711 STOW 0D401131416 Re ETHNIC SAW 71120114 70 1020174 LRCM WRLOER 1881 710 070*3.TH RP40444TD PRESSURE WASHER (HONDA OXEO SKI ENG IRACM4074W71 5721 711 MILER T14 MILERw7+C WELDER L0 70 THE MLLE 4RLRWEBER ARCM 714 WILR 1200 MLLE =MAT ESN MILDER KEMI00 70 ROW ITOWC001epMXOR MGM 722 0107E 0 RI MI MXR MOM 721 011C* 06044 000104404014 MUM 010244 TEE STONE 0 0STORE 611R 4004 70 SLOW ICC ICNCOMCR610 MIXER 044100 WS STOW STOUR RAO MEER MUM 1m ARMCO WRC0001M0SOR MC RCM 702 ROD VICM CID MI MITTS 11005E CruM4 472 711 4WL710UR 0020 000Ei.R0 Caw(T.MlM*LlNso My wf0K404. AO7R*O0 704 MALIK V6 MAIM IlMCC 74 CROW PUMP 01MMMA TR 71R PIMP HAM R 00YR053111MM44 747 .107AMA7 JEIAWAYCLAM CIEAN R 15304 T4 4 CUR: 01AMENILL RUCHE/ 044.101 14 BLOAT. SLOAN TEITMIAs CCU =MIA 760 0000 IM0000N0MTOII SITE 0014 701 MUM 0.14743111411101101 14. NYC SAW _ Ma 111 MIGHTY ACE MONEY 110 MI PRE FUCHSN 1/11 70 YO ORN0RTIKTRACTOR W42 711 H00 44►181 I0R40OIMM 704 YE0A#OTIC 070021 CL*000MAIIOR MUG PUMP 186102 711 IC LC 2050501 BREAKER 0002@2 702 KOERRO 1710011/07 KDEHRIHO MODILEHPIOSYMIT 1781104P TM 4801000E AMOR PIERCE TOOL 0101 1 Section 7 Page 4 i� ! CONSTRUCTION CO A 001! We Mu= 064401en %dal4 m 001.414411 001opoRL12HTTONRR RUNS 774 MAGNUM =TOW= MAONUMLMMTOWIIR 4112141 777 WACMR NSA WACKIER GSM/WON O04A 1./7000417 771 4/4120011 1404 WPC 01A06MMTORAWLS 0100061 770 01002 600 COMIPETE TAPPING MOW= MORADLE 07211442114 702 MUM 10)0 I1 116 WALLA EIW00MWL1R TR011CNER 10 714 0!0001 07426 0007001.E 026E W01ON 64ALM ►0440100 102 510010 2111422 01001 Tapirs 700100146 NN LAMM= 602 0W0000PRp60R(01MIi1 1007 104 PAOU70 OWE 0112W24121021 011117 02111111231100 442001 7 104 7011110 010011007116100 OM COA0116600R=WINO :=Al UMW/ 110041127 006 1110111201. 24010 11000601.1. =NOM 100 90740011401 100 0(01010 144000 =MAW 144 020 AIR 2010. 000{04.40 NMI 44004441*{ 0.001447141 06:70.0E0ECT0R 607 6ULIAR 144070 010.411010PCIAR00W. 004424224 00744 242/1222141( MAOM.TRAK ism 007EC70! 400010411 W CORE 1711111 01111100 IMF WOLL►0117002 6800 MS 129 JACK HAMER 10144 670 WIAOMR /44124000 WMTORTPLATE0100LR IMPACT 4011017101040CA0T1014671 070 WHIM= 1040 464010 NT0100TATIO EET PUMP 12001 000 =WA 02012127192120 111210/222111012 000150101110 UTOXYL00ATER 021022 NOT U112.2 01012111242 A0 MIT= 1007010NALT0AMNTT6R *4104X010111110 UTILITY LOCATES TR/MUTT95 21772 WS LOAM 1/2012211211120 2104042120190112 0410010ROUN011710171L000740 4H9µ 0007 LAMA 0000707600 A0 01001010171NMLTRANCNRER 21101122204112 MLITTL00MH1TRAN1M0770R 000006 010 LEWA 0000767916 AD 210120740010010: 11108110501110 U10RYL0CAT61 010611 0047 LWOW 0202111721140 010840MOT MOM/ TRANOMRIR 1.1/141W2202140 =LI= LOCA794TMW110R91 101441 100 N4W0000MlM x 00070000 191 11112121120 240)10 mLOWN6140010DIVE 40142 4762 1010 0000106 Name067N4N 000170406 009 ►0010050 0400 0100WATT D0N1RA70R 17111714074400 000 04001.06 20410066000 017462210 001 10011101. RAMO 1111103 =MAW 406!06610! 606!2 101 000101 000100000111 p00RTA0 NIT 040/1001 RAN0 00775 R =AM 0011211411014 111112nsou 106 04001.46 COMPR00601L 107.711040 NO 107440 CM 440 AUTO MIL 010212 1103705 010 MOSAIC/ PASO KM 1217114111200121141122 07070 n4 0740 201!060001 01414402 pump 670401 M1 T061440 0100007000!1100 010100110111100..IU4I=Mum maw NW 412 510000 444070 SULULLIN 020 AR COMP. 000.100014 040 1872 900 IZTZ00610744008 404117 411 PONBR PRO ,400 4010 MATT 012012.4122 111111711420444141 107 r 51.12111111141 0700 0.9 1 ?110401UW 71612 401 r MOAN !UM 7114000 121 12 PACKS 4WW1 01147 we 104x011 n0754 r 010/1014044 PUMP 6100610 Ms R40A7CR r N70PU6V 101122 097 =1100T00 IF NMI PUMP 147004 IOC rTN0W0NN1DM000 PUIN N1PIMN WM 6TN0160NN10RAU11000O! 011100.110 604 rTRAIN 7UA! 76007 pas 4• TRAIN PUMP 0000 m r WA761 PUMP 02622 OM FM/TM PUMP 12144112 014 71URUN 0401 TWAT111117W 01000o!n0U2 01014707011 114 ORIFPNWW1201170• 1000 WO 13221421427211121211744 2122 W0 FONDA 01120 TMWTM NW N01040n4NNI 00014279114 114 0410711 WOU?0NT 000 040 10700 0M902 r41MIER PUMP 010MA IonetI000MT4W01701 117107-111410 112 71101020/1 OHM 1010114 Pomp 11241211214 MOWN 6CA 7400/06010 Nx6T rH10RAULM 11112121111121122 1042 447 60000 02120 2WA700 PUMP 00617.140700 144 rmNOW 1011N19M000 0110610 2011U40 114 711000006 prison 7110/221101112 TRAM 14106 ON 1x0070041 /•17018 TN0004011ri0A61 44170 140 11121124014 0207 1110001GN40•1WiLLPOW7 V017 647 TXOMP60N 1r0A00M 2404 16 4 MU= 70007/001 4.0146 DWPIDMM 40.400 ON r7XON10M NYDMUUO PUMP 00100410 001 1278007004001701117 Vial OW 12.2401111102 WELLPOINT V!24 W0 _ V01u= PwP 127N0W60*YA0VM PUMP VY7 0W UMP00N V 222221 Pump VW r 1NNP00MNro0R000 PUMP 40421 W 10004011 4.8407N011700p0004 rTHOW40MN70M0LIC 600 01100 110 7114W?000 11•780000401041.0200T 2477 007 10072 WELL IOINTPLOP 709001000N011721NT 2411 45 7M000008 WW1* I4** 1411247 Pars U7N 2407Uµ 4440 TNOW10N rPUW NUM 40104 401 7002145 00444 41440 40275 MM TNOW40N Wm PaO Pimp Ir *VI PPM 7u p VA= 114 7214700* WM4An Pomp Ir Wall PAMPli0p 0444 la 780/00000 Va0m0 Pu1*P(NOW° 0116141 rVAOWM411167107UM*M01NU011T44417M16R 14UNT 4V4µ 0111 11011114 W740* 4.1411171104J(04al 1705611 119 10012111211 WELL POINT PUMP wow! POInt PU/Op 2050 070 4000* 1510'WALLT0Ex0N 102, MOO, 40044 14000 070 7000117 =DT 221.1.12411121 BOX, WANT RW00E MOW 07T 4.1170 70100 WAD 4040 010 07024E 4401E WAZ'2PANOER We 017 NOWA WN02 206117004041 MRCP WAOT-1406011 411 4•ANT POW VAT PUMP.0007LE70 DUEL 12O !0061 l LACONSMUNCOMPANY ZD Section 7 Page 5 MIN AY04 141421 2A 001 1000 MULTIOUP OMR O. Trash Hap (114D1a) 29114 924 101I MUL11 UP 011391 3-12291 hem 010191) 2014212 1001 2WAT01 PtIVP11210014A 210000 1001 MAWR PUIY40R0pUTlA 0101010 1004 r WATER PUMP 080.2719001 1001 PMITER PUMP WACREAPTS4Y 0101047 1000 4 TER POI NORM 0402 02564400207 1007 PN00TER PUI HONDA 1924011 02000610010 1000 4•WATER 001•PACIR2LIEtl 11200E 1009 4• WATER PUMP HONDA WI401 007000 1010 HONDA O' WaOrplap 214071171162 101E WACRER PTO40PIAAT IP War popp 011204 1014 MULTIONP 014ETH4•PUMP 4•Wa0r►1Yp 40TH• 1010 WACRER 050124404 WAORERP(ATEOOIACTOR Ma= 0EN/0000T•14011151 100 WACRER NFU IOWA WORM PLATSCOIACTOR NO ISM. 1004 PACKER MAO' PIMP MORN T OAS 71248/1519111 0700016 IO2O WACN111 PTOA V' PIMP WACKER7. OAS TRASH PUMP 0047007 1022 7MOIOON SSLLPOOR 10• ROTARY WEWOMATOCR V4212 1024 721011141011 taWOWT 12•RmARY WELLPOWOS00R 24223 1040 !X040014 WSW 01117 1E• ROTARY YIBLPOINT110CII 54924 1000 TIOISON WRUl6WT it ROTARYWOELP0NTSODR 10420 102E NOMOA 07001 RONDA 070404• POI ENOS0RT1004401 100) WACRER 0500404 WAOROIPIAT6COMPACTOR 149012 1002 Ta1ROR PTA r NAT WACNERO• OASTRAIK PORIP 0100124 1006 1HOAT20N 0.0419019412221.440 r PAOA1101790H10HP001PUI SR015UNT10 091406421 1041 N00YA 110054210 r 71,211 PM* 0010011 AYIROCIN7121140T row 4•4441EY444.a11NY1 1211411111199411011434224 1010 TH04.0011 010Y01411T4LTiNO 4• VAC 1111911401110011191901 RMT TRAILER MOUNTED 1000 HONDA ORI01 OR1010YN1700PUN! 00044400070 002 NATIONAL60ONAL 44044414010 A,R0Bard •Tw50*,O 10017101011201090 004 NATIONAL 11014E 446127174014 ARM O0nt•Tw 00014 911111110121L00414/10 SOVETYYDOLS 002 120A SOLARIS MOO* 001•202 p.m 111147!!07 A6i022O IOU RASA SOLAR01 M0WO0Y4br (PM 1a212211 A4i0224 ]014 00A ALTAIR44 142290, 014040. 40101221 L,A►N Z 1 CONSTRUCTION MPANY Section 7 Page 6 LANZO CONSTRUCTION COMPANY Past Project Experience Listing Page Contents 1 2-10 Contents Listing Work Performed List Section I. anto Pr olix t 'ante \1211, Ott al•r P014 M iami Beach, Storm Water Pump Stations .18-09/l0 Calk Bacrh ar A/Lake Pancoast/ ( Florida P015 NSID Chemical Storage Facility', Change Order Florida P013 NSID Chemic al Storage Facility Florida P912 North Miami Beach N orwo od Defiler WTI' V OC Remo val Phase Fl orida POI1 Miami Beach, Su nset Harbour Pump Ma and Drai nage Improvements Florida P010 Lake Clark e Shor es Pump Station 5 for Laozo Trcnchl ess Florida P009 ER Pump Station Rehab Fl orida P008 NSID RO Improvements Pr oject florid. P007 Key West, Patricia and Ashby Stormwater Emergency Outlet) Florida P006 N SID Parkland, Decorative Fountains Florida P005 City of Miami Bea ch, Sto rm Pump Stu Cntl . BayshoreAiL ak e Pa ncoast/ C Florida P004 Waste Wafer Treatment Plant Service Area 7 Florida P003 Waste Water Treatment Plant Service Area 3 Florida P002 Broward C ty - Broadview Estates BP tio. 2 Fl orida P001 C SID WTP & WWTF Impr oveme nts Florida 459 1inllywon d V.'M R eplacement & Sewer Expansion Florida 458 Pompano EM Repair 42" PCCP for Prin ce Florida 457 Sunrise Saw grass Reuse an d R au Water Mains Florida 456 B roward Coun ty - Hillsboro Mile Florida 455 Hallandale SW Drainage improvements Florida 452 MDWA.SD DB Donu t Iinle Small WM Florida 451 Delray Rednimed Water Main Are a 12C Fl otida 450 MDWASD EM Repair 96" Raw WM NW 74 St Florida 449 Miami Ftagler D own tow n Beautification Florida 448 MlamI Dade Hurricane Irma Debris Re mov al Florida 447 SFW AID S - 39A C alvert Replacement Fl orida 446 Miami Beach 72" RCP along Washington and 17th St Florida 445 :Miami Beach 36" Slip -line C hase & 34th Florida 444 MDWASD 48" Slip Line Support for IT T Florida 443 West Palm B ench 48" FM C iPP . Shafts for Lining Florida 442 MDWASD 54" 074 ho mestead Florida 441 Town of Hillsboro Beach Florida 440 C ity of Hollywood Bypass Florida 439 Miami Beach D esign Build Sooset Harbour Ph 3 Florida 438 8IDWA SD W-931 36in WM SW 152 St Florida 437 Heap s mid Shaft Excavation for LTT Florida 436 MDWASD EAI 54in C arlton Fiber W31 Repair Florida 435 MDWASD SW WeiUBeid Retn nt al of Carbonate Florida 434 Hiale ah WTP Miser Repa ir for AECOM Florida 433 FD OT E5T27 V olusia Lining Project for LCC Flo rida 432 MDWASD Shen ando ah Area (Pha se 13) Design Build Flo rida 431 AIDWASD EM 36in Repair I(t Locations Florida 430 Miami Beach, Palm & hibiscus Islands D esign Build Flordia LANZ° CONSTRUCTION COMPANY Miami Be nch. City of North Springs Impr ovements District North Springs impr ovements District N orth Miami Beach. City of Miami Bench, City of L ake Clarke Shored. The City of Miami Dade Water and Sewer Dep. N orth Springs Impr ovements District Ke y West. City' of North Springs Improvements District Miami Be nch, City of Mur ath ott. City of Marathon, City of Brossard County Coral Springs improvement District Cite of Hollywo od. FL Citvof Pompano Beach City of Su nrise, FL Broward Co unty Hallandale Beach MDWASD Delr ay Beach NI DWCASD City of Miami Miami -Dade Comity, FL SFWMD Miami Beach, City of Miami Beach. City of M DWAS D W est Palm Be ach, FL MDWASD Town of Hilsb or o Beach Cit y of Halywood Miami Be ach, City of MDW ASD Hollywood. Cit y of MDWASD Hialeah, FL FDOT AIDWASD MDWA SD Miami Beach, C ity of < nnlraet Nami ng Completio n Fiwtl (" onInlet I'r niect P ate Amount %t urtager 52.250.000.00 51053.987 .00 51,350,000.00 56343.000.00 51854.963.00 583449.00 5942,6111.00 519 ,450,000 .00 51,465 ,580.00 52,875,000.00 52,405319 .00 52.327 .662.00 52.061 .000.00 5785,000.00 517 ,600,000 .00 522,879,526.25 51.363.000 .00 59315,000.00 59 .782 573 .00 SI I,Ri5,000.00 58,265,00030 54.146 .270.00 5542,000 .00 520.395.752 .00 5583,200 .00 54.295.037.00 52,000,000 .00 5240.000.00 51,035,420 .00 51.048.750.00 519 ,070,058.00 56,498,272 .00 5305 ,642.00 57,036,600,00 510,760,850.00 5192.164.00 5494,543.00 S 12,772,258.00 511,000.00 51,414360.00 59,756,995.00 5811,169.09 5599,464.00 1130 TBD TBD TBD TBD 08/30/13 10/17/12 TB D 12/27/12 05/18/12 TBD 01/13/12 05.'11/12 02/10/13 08?15/12 TB D 02107/19 TB D TBD TB D TB D 03/08/19 TBD 07/26/17 02/07/18 12/14118 07/26/17 1130 SI,053,987.00 TBD 56,517,264 .00 TBD S83,149311 51,752,216.00 TBD 51,250,734.00 $2.722,510 .00 TBD 52,342,298.00 51,445 ,703 .00 5785,000.00 518 ,135,000.00 TBD SI,204 ,428 ,00 TB D TB D S11 .835300.00 58,265,000 .00 54,146,270 .00 5542.000 .00 520,495,752.00 TBD 54 ,295,037.110 52468,90030 Joe B Mike G. inc B. Mike G. ,Noe B. Mike G. .Noe B. Joe B. Mork G. Mike B. .toe B. .toe B. .foe B. Joe B. Inc B. Bobby B. Jorge V. Mark G. Pablo R. Daniel M. J org e V. Mark G. Jorge V. Daniel Al Mark G. Daniel 141 Daniel Al Danlet M Jorge V. Mike G. 519,070,058.40 Mark G Mike G. 07/29/I6 Mike G. 58,234,118 .00 Daniel Al 510,760330.00 Mark G Mike G. 05/03,15 5494,543.00 Jorge V. Clark G Jorge V. 09/29,'15 51 ,468,777 .00 LTTS 58,257,000 .00 Mike G. 01/12115 56'_50,612.00 Jorge V. 537,423 ,720.00 Robert B. Super Steve Bone Steve Bo ne TB D TBD Steve Bone Ste ve Bone Paul W. Steve Bone 1'Idl Tom Steve Bone Mark G. Mark G. Stev e Bone Steve Bone RIchie K. Pa ul W. Pant W. Riehte K TBD TB D Joe Jr . J oe Jr. JC Joe Jr. Dale II. JC Joe Jr. Joe Jr. J oe Jr. Paul W Jo e Jr . Joe Jr. JC P aul W Joe Jr. Ron M. Mig uel V Jorg e V. NIA Ro n M. Mettle K Sectio n 8 Page 2 I .aeon Jule n 429 428 427 426 425 424 423 422 421 420 419 418 417 416 415 414 413 412 41I 410 409 408 407 406 405 404 403 402 401 400 399 398 397 396 395 394 393 392 391 390 389 388 387 386 Pro ilYi Nano - !maw. Outrtrr Camp ktin n i ivai C Mr:irt Praj,, i t Untract Amo unt Dale e ? S uper Miami Beach, Sunset harbour w at er _Mai n a nd Drai nage Design Build M DW ASD EM 36" WM & Valve Replacement MDWASD EM Hialeah WTP 30" BV AECOM Hollywood Dixie Corrid or Septic to Sewer Conversion City of Miami Beach 1809/10 Cntl . BayshoreAJLake Pa nco asl/ C 14_04.16 MDW ASD CM 48in.FM Repair Medley Delray 8ighp aint 11OA Lini ng Supp ort MDWASD Emergency Repair to 4it" PCCPWM al 2 Locations FDOT E5T07 Or ange County- Lining of Storm Drai ns, ;Miami Beach, !Work Ord er Repair Ann ual Sunshine Water Control District Coral Springs Canal Z Boca Raton Hills Wastewater i nfr astr uct ure Imp MDWASD Emergency Man Hol e Installation on 36" WM South Marlin Regional Utility Annual Repair Contract A• lia mi Beach, Venetian Isl ands Improvements Delray- Beach Reuse Water Mai ns Tampa Wastewater Lining Support Project Emergency Repa ir Calais Dr & Marseille Dr V olusia Coun ty Lining of St ain Pipes To wn of Davie Design -Build Water & W'V System Expansion MDWASD Emergen cy Carbon F iber Rehab of 48" Tr ansmission WM C ounty Line Road 12" and 6" Forte Main Hallan dale Be ach, NE Quadrant Drainage Martin C o. Underground Utility Co tt & Maint MDW' AS 421n ES! R epa ir on Bird Road MDWASD Emergency Installation of 4 Access Mao flak% in Bird Road MDWA SD Emergen cy Ca rbon Fiber R epair MDWASD Emergency Installation of 60" PC CP in Mia mi Beach N1DWA SD Emergen cy Repa ir to Pu mp Station 348 in H ialeah - Bypass K ey West Patricia a nd Ashby St Emergency 30" Ontlall (Pipe Work) LLS - Ta ft Street Bypass Broward c ry North Cou nty Bid Pa ck 10 MDWASD Emergenc y In stallation of 12 Access Alan tlo les in R ed Ro ad City- of Oakland Park- Lloyd Estates Residen tial & In du strial Imp MDWASD Emergency 48" WWM Repair. Miller Rd - R QW :511110012 MDWASD 72" Emergen cy FM Repair Sliplinc - PDX AI'IS'S I 100004 Enrlrowaste Services Group 16 -inch WM Brossard Cra-Multi-D istrict Inflow & Infiltration (1&I) City of Miand Beach 18-09/10 Call. BayshoreA/Lake Pancoast! C C ity of Oakland Park - Water Main Replacement- O PBW_11R92010 C ity of Marathon Little Ventre Pha se to Stormwater Proj. Bro ward Cty - Broadview Estates BP No. 2 Hallandale Beach 20" Force Main Emergenc y Repa ir AIDWAS 72" Emergency 0r.1 1 Re pair Ls LANZD CONSTRUCTION COMPANY Flardia Florida Florida Florida Florida Florida Florida Florida Florida Florid a Florida Florida Florida Florida Florida Florida Florida Fl orida Florida Florida Oneida Florida Fl orida Fl orida Florida Florida Fl orida Fl orida Fl orida Florida Fl orid a Florid a Honda Florida Florida Florida Florida Florida Florida Florida Florldn Flo rida Flo rida Flo rida Miami Beach, City of MDW ASD MD/N AS D Hollywood, FL Mi ami Beach. F1. MDW ASD Hollywo od. F1 . IVI DA VA.SD FD OT Miami Beach SIFCD B oca Rat on. Fl. Miami Dade Water and Se wer Dep. Jupiter Island, T oo n of Miami Beach Delr ay Beach Tampa, City- of Miami Beach, City of FDOT Davie. Town of Miami Dade Water and Sewer Dep . North Springs Improvement District Hallandale Beach Marti n County Miami Dade Water and Sewer D ep . dilansi Dade Water and Sewer Dep . Miami Dade Water and Sewer Dep . Miami Dade Water a nd Sewer Dep. Miami Dade Water and Sewe r Dep. Key West, City of Hollywood. 1. Brassard Cty., Fl. Miami Dade Water and Sewer Dep. Oakland Park, H. Miami Dade Water and Sewer Dep . Miami Dade Water and Sew er Dep. Mlaml Beach, 01 . Br ossard cry .. Fl. Miami B each, Fl. Oakl and Park, F1. Marathon, Fl. Broward Cty., FL Ilallaadale Beach. Fl . 3/land Dade Water and Sewer Dep . 99.840.718 .00 S10,610,597.00 9194,095.00 07/24/14 S194,095.00 Jorge V. Jorg e V. 52,267,706 .00 04/30/15 51,797,709.00 Mike G. 53,437,488 .00 10.'01/14 53,437,488 .00 Robert D. 8168,878.00 03/21/14 5135,952 .00 Jorge V. Jorge V. 5215,767 .00 02/10!14 9155.994 30 Jorge 71, 51,066,532.00 TBD TBD TBD Work Order TBD TB D TBD T BD S1,378.543.00 TBD TBD Mike G. 53522.600.00 TBD TBD Mark G. 5674,728.00 TBD TBD Jorge V. Work Order TBD TBD TBD TBD 510.640.993.00 TBD TBD Jorg e V. S1.470,1100.00 10;03113 51 .252.762.00 Mark G. 5239,353.00 10/22/13 5323,856.00 Mark G. 529.722 .00 01/14/13 529.721 .00 Jorge V. 51693,300 .75 09/06/13 S.1,643,3110 .75 Curt Al . 52.248.782.00 TBD TBD PAW R. 5327,060 .00 12/19/12 5295 500 .00 Jorge V. 5297.000.00 07126/13 5335,232.00 Joe Brown 58,074,323 .00 TBD TBD R obert B. W ork Order TBD TBD TBD TBD 9290,070.00 TBD TBD Jorge V. 9142,461.00 09/14112 9128.400.00 Jorge V. 9201,300.00 07/15/12 5183.000.00 Jorge V. 52,200,0110 .00 05/25(13 52,651,037.03 Jorge V. 9942,610.00 10117)12 51,752,216.00 Jae B. S1 .485.580.00 12/27/12 51.250.734.110 James T. 5550,000.011 06/07/12 5611,097 .00 Pabl o R. 510.558.209 .00 TB D TBD Pablo R. . 5272,011 .00 10/25/11 5227338.00 Ilia L 52,737 ,998.00 09/25/12 52,610,344 .00 Robert B. S269,000 .00 05/07/11 5323.143.00 Hi s L 54,616,050.00 05/25.+12 55,526,039.00 Robert B. 592,000.00 05/09/12 592,000.00 Robert 13 . Work Older TBD 1210/113 533,403 .00 P ablo R. 516.740.74050 TBD TBD Robert B. 51 371.930 .00 04/01/11 S1.04L001 .00 Robert B. 5138,760.00 12/21/10 5137,200 .00 .lames T. S10.905.530 .00 #REF! 511,477,424.00 Pablo R T &M 08114/10 S570.866.74 Pablo R 5370 ,000.00 07/24/10 5606336.18 Pablo R Daniel M. R on M. Ron M. J orge V. P aul W. Ron M. Ron M. Paul W. Ran M. TBD TBD Steve B. Joe D. Jr Jack R. TB D Jack R. Joe D. Jr Fred 5. Jack R. Nell S. Ro n M. Sta n K. Joe D. Jr Jack R. TBD Jack R. Jack R. Stmt K. Paul W. Pant W. Mark G. Ron M. R on 51. Jack R. Ron M. Jack R. Ja ck R. Jack R. Ron M. Jack R. Jack R. Ja ck R. Ron 31. Ro n Al . Ro n M. Section 8 Page 3 Unto Job a Prnj,v:t \ante Stai r (Hiner C'nntrnct 1rnt�mtt t it plt•tiau Fi nal ('autract Pro{,t ',ate Sn,uuat Manx ser S nper 385 Brossard Cty-Rock Island BPNo3 384 Broward Cty- LAZ 124 BP No. 2 383 MDWASD R ed Road Canal Repair 382 MDWASD 54" WM Repair -Red R oad E9332 -WS 381 Skanska-MDWASD 5-819, Chlori ne Building 380 Br ow and Cty- Ii AZ 124 01' No . 1 379 Coral Springs WIT a nd %SSSTF Imp rovements 378 Hollywood 60" Repair. 09-8525 A 376 City of M arath on -Area 5 375 Skansla-M DW ASD 5-811 374 Suffolk BBB -1 Demolition Project 4207134 373 City of Deerfield Beach -Force Main, P 0023510 372 Village of Wd6ngton-W ater Transmission Mai n Ex t 3 371 Bro ssard Cry -North Andrews Gardens BP No. 9 370 MDWASD-Emergency 36" Repair. E8583-0108 368 Limeston e Creek Phase 11-B 42002055 367 City of 4arathon Sersicc Arr as 4 & 6 366 MD WASD 5.828 Site Preparation Mad:point 365 Suffolk BBB -1 D emolitio n Project 4207134 364 Bro ssard C ty: N ccn lp Rock island Bp No. 3 363 Broward Cly. Ncnlp tiw Quadrant Bp No .8 362 Paim Beach Coun ty -Northern Region WE'D 05-061 361 Ch2M 11(11 -Sunrise Water Treatment Plant 360 C ity or Boca Raton -42" Emergency R epair, PO 032947 359 v illage Of Wellingto n WM Extensio n Phase 2 Project No , 17-06IBM A 358 City Of Oa kland Pa rk -Kimberly Lake Basin 357 Hu rricane Wilma 356 C ity Of Ft. Lauderdale -F. Las alas -Seve n isles No .10751 355 Broward Cty: Bro advIew Estates Bp No. 1 354 City Of Fort Laudrdale- Se ptic Area 12 An d 17 353 MDWASII-ER 47609, 24" Fo rce Main 352 FDOT-Oran ge 41394815201 351 City Of Miramar -South Semite Area 5 350 PBS& J 56088 349 The C ity Of West Palm Beach -D ixie Hwy Win Rep] 348 City Of Fort Lauderdale -River Oaks/Jacobs Landin g 347 C ity Of n. Lauderdale Shady Banks 347 City Of Ft. Lau derdale -Annual 346 Brossard Cty S1'est Ken Lark No, 2 345 MDWASD, 30 8605, 60" FM Repair 344 MDWASD, W-849 W.M. IN Miami R iver 343 MD WASD, 30 8 336. 96" R epair 342 Broward C tyNo rth An drews No. 6 341 LLS-Fpl Co oling Ponds SUplining LANZCI CONSTNUCTION COMPANY Florida Florida n orida Fl orida Florida Florida Fl orida Florida Florida Fl orida Florida Fl orida Florida Fl orida Florida Florida Florida Florida Fl orida Florida Fl orida Fl orida Florida Florida Florida Florida Florida Fl orida Fl orida Florida Florida Florida Florida Florida Florida Florida Florida Florida Florida Florida Flo rida Florida Florida Flo rida Br oward Cry., Fl. Br ossard Cty., Fl . Miami Dade Water and Sewer Dep. Oilaml Dade W ater and Sewer Dep. Miami Dade Water and Sewer Dep . Brow ard Clv ., Fl. Coral Springs. Fl. Hollywo od, FL Marathon, Fl . Miami Dade Water and Sewer Dep. West Palm B each, F1 . Deerfield Beach, Fl. Welli ngton, FL Broward Cn•, Fl. Miami Dade Water and Sewer Dep . Palm Beach, FL Maratho n, FI . Miami Dade Water and Sewer Dep . West Palm Beach , Fl. Broward Cty., Fl. Broward Cty., Fl . P alm Beath. FI. Sunrise , Fl. Boca Raton . Fl. W elli ngton, FL Oakl and Park, FL Ft . Lauderdal e, FI. Ft . Lauderdale, Fl . Broward Cty ., F1 . Pt. L auderdale. Fl . Miami Dade Water a nd Sewer D ep . FDOT Miramar, 11. Miami Dad e Water and Sewer Dep. West Pains Beach, FI . Ft. Lauderdale, Fl . Ft. Lauderdale, F1 . R. Lauderdale. Fl . Broward Cty ., Fl. Miami Dade Water and Sewer Dep . M iami Dade Water and Sewer Dep. M iami Dade Water and Sewer Dep . Brossard Cty, n. FPL 52.820974 .00 54,834,126.00 5115.000.00 5534,000.00 8100,200.00 510383,436.00 S17,600.000 .00 T S19 .126 .494.00 56,013 ,237 .00 8585.000.00 596,000.00 52,766,730.00 52938,241.40 5832,000.00 S L728 .86350 514,154,000 .00 S14.471,955,00 5565,452 .00 521,160995 .75 S16,678.266 .90 55,632,296 .93 5560.000 .00 T&,S1 51,486,500.00 55.728370.00 Work Order 80 .00 513.89735630 50.00 51,143,090.00 5331,000 .00 511,740,791 .00 5488,450.00 S162.500.00 5576,48111 52 562,609.69 50 .00 510.439066 .90 587,331.00 52,766,246 .78 S58,100.00 59,074,190.17 5168,530.00 08!23/12 03/16/12 03/21/10 03/29110 01/08110 08/08/11 08/15/12 03131/09 07/08/11 01/15/12 NA 06/13108 11/04108 05/31/09 02/11/08 07/31/08 09/06/09 !1/12/08 NA 09/30;11 07/08/09 10/15.+07 02/06107 07/25/06 01/26/07 09/10/07 NA NA 08/15/08 NA 12/28/05 NA 08/31/07 04/13/05 03/14105 05/05!06 05/26/06 NA 09/27/07 04/02;04 01/!3/05 12/!4/04 09125/06 05/25/04 52,858,794.00 S4 ,635,7I9 .110 5139.085 .00 5594,475 .92 S100,200 .00 S10,553,039.00 518,155,000 .00 8975.247 .73 520,487,925.73 56,992,567.09 5-'!85.000.00 896,000.00 82,527,418 30 52,979,640.59 5832,000.00 51 ,880 598 .15 58,192,808.00 513,407,485.78 5565.452 AD 526,002 ,137.00 516,812,079.77 55,861,972 .00 S472,274 .85 5116.764 .00 5996:64830 55,499,238 .00 5552,428 .00 NA 515,627,945.71 NA S1,097.478.24 5314,000.00 812,373,000.00 5181 397.04 5167,500.0D 5533.673 .00 S1-7.68,549 .00 NA 510,885,23 7.90 876,919.00 52,759,174.91 577,03098 59 ,071,312 .13 5343 .945.00 Pablo R. Pabl o R. Pablo R. Pablo R. Robert B. Pabl o R. J oe B. Pabl o R. James T. Robert B. NA Pabl o R. Robert B. Pablo R. James T. Robert B. I nc B. Robert B. NA Pabl o R. Pablo R. James T. RViB/JM T MPT RWSB/J\IT Rt►B/J11 T RSPB/JMT NA Pablo R. NA James T. Frank K. James T. Matt T. Robert B. R obert B. R obert B. NA Pablo R. Matt T. M att T. Matt T. Pablo R. Sc ott S. R anM Ro n M Michelle Rnn M. Ro n 51 . Ron 51. Ste ve B. Ro n M. Jack R. Pa ul W. NA Ron M. Jack R. R on M. Ro n M. Jack R. Steve B. Jack R. NA Ron 94. Ron M. Jack R. Pa ul W. Pa ul '3. J ack R. Ron M. Ron M. NA Ron M. NA Jorge C. J orge G. Jorge G. Ron 51. Bob B. Gan - D. Car y D. NA Ron 31. J orge C. Joe D. inc D. Jorge G. Cleo S. Section 8 Page 4 Lanr o Jilt, A 340 Nova (High School Poi nt R epair 339 BND M DWAS 5-784 DERM EAST 54" F$1 Design Build 338 HentIspheres Condominium 337 Broward Cap Crestlm ve n Bp No 3 336 MDWASD, S-737. FM &WM , SW184 STREET 335 MDWASD PS91007 ER47383 S -700A-68 334 City Of K ey West Pump Statio n 333 MDWASD PS 6135 ER 47351 .S -700A -6A 332 MDWASD Miami River Crossing -S-718-9 W/0 A 331 FDOT- Olive Av e PH Lakes To Lakeview 330 31DWS D, S-751 54" Rehabilitation 329 LLS-Broward County Intracoastal 328 Fort L auderdale, Progresso A 327 FDO T-Dixie PH Lak es To Northwood 325 LLS-City Of Opa Loeka 324 Broward Cty Package No. 7 323 LLS-ilollswoad 322 Miami -Dade County Col-Derin.Eec 321 Palm Bch, Atlan tic A ve 42" WM,24" RC 320 "Antares" Tugboat 319 FDOT-Powertine Road 318 B ro ward Cty 42" Cleaning 317 Br oward Cty Package No. 2 R lverinnd 316 Broward C ty Package No. 9 South C ounty 315 MDVL ASD, S -700A -6, P.S . Blanket 314 MD WASD , S-718.9, Pipe Blanket M314 Lansin g CSO Remedietion Interceptor Sewer 313 MD WASD. W -788R 54" P CC P ►►'M 312 FDOT-SR NO. 5. U5 1. Broadway 311 MDWASD . 54" FM Emergen cy Re pairs 310 MPSIP R emedial R epairs 309 MDWASD. W-789 54" PCC P ►r3 1 308 Palm Bch, Sr No.742" Water Main 307 K ey West, Dist Da San Rehab 306 PA►►'A, $1131N ASD S-728 NW 7 TH A VE. 305 City Of Miramar -Intrastate 304 35 Av enu e Box Cu lv ert & Fm 303 City 0f Hialeah Emergency R epair 302 FDOT-Clev eland Rd B ridge 391 MD WASD. 54" Emergen cy Repair M301 PC -732 Leib Scree nin g And Disinfection Facility 300 FDOT-Sample Road 299 MDWASD. ER 46676 & ER 15085 SR N O. 5 298 Key West, Dist B San R ehab 297 MDWASD, ER 46694 -FM SL 844 Pr oject Nam e state E)n nee Co ntract Amount Ctnttpletino Final Cool met Project Date Amount \ t • • Soper ra: mil CONSTRUCTION COMPANY LANZO Florida Florida Florida Florida Florida Florida Fl orida Florida Florida Fl orida Florida Florida Florid a Fl orid a Florida Florida Florida Florida Florida Florida Florida Florida Florida Florida Florida Florida Michigan Florid a Florida Florid a Florida Florida Florida Florida Florida Flo rida Flo rida Florida Florida Florida Michigan Florida Florida Florida Florida Nova Miami Dade Water and Sewer Dep. Home Owner Association Broward Cty., 11 . Miami Dade Water and Sewer Dep. Miami Dade Water and Sewer Dep. Key West , FL Miami Dade W ater and Sewer Dep. Miami Dade W ate r la ud Sewer Dep . 5801 Miami Dade Water and Sewer Dep. Broward Cty ., FL Ft. L auderdale, FI. FDOT Opa Locka, Fl. Broward Cty ., FL Diplomat -Hotel, Hollywood, Fl Miami Dade Water and Sewer Dep. Palm Beach, FL F OOT Broward Ci}, Fi. Broward Cty ., FL Broward Cty., FL Miami Dade Water and Sewer Dep. Miami Dade Water a nd Sewer Dep . La nsi ng. City of Miami D ade Wat er a nd Sew er Dep. FD OT Miami Dade Wat er a nd Sew er Dep. Miami Dade Wat er and Sew er Dep . P alm Beach, F1 . Key West . F1. Miami .Dade Water and Se wer Dep. Mir amar, FL . Brow ard Cty ., 10. Hialeah, 11. FDOT Miand Dade Water and Sewer Dep. Detroit, City Of FDOT Miami Dade Water and Sewer Dep. K ey West, Fl . Mllamt Dade Water and Sewer Dep. $31.500 .00 54,301 X90.00 50.00 510401,664 .00 52.489,73659 5356.183 .00 53399.125.00 5458,740 .00 5952 ,486 .00 57.772.813.00 31,630,655 .18 5161,060.63 51,433,915 .00 56.741.714.80 5160.372 .66 510,172,038 .39 5366,620.00 50 .00 52,292,596.17 50.00 510 .234.000 .00 50 .00 510,411,585 .00 512318,400 .06 50 .00 50.00 59,200,000.00 53.688 337.80 513,897,008.52 SI,I 12.000.00 50.00 S1,R49 .637 .00 53,186,020.00 55,010,379 .00 56,149,700.00 S900.000.0D 54,852,765.00 $21,941.85 5812,749 .75 5199,633.10 524,700,000.00 S6.426,550 30 S1,871,442 .50 58.143.883.00 5258,815 .50 NA 05/01/07 NA 04/04106 06;07/04 01/27/04 01/20/04 07/25/93 03125/04 08/21006 08/30/03 06130003 07/09/03 09/26/05 09/20/02 09/29104 04/12102 NA 01/31/04 NA 01115/04 02/15/01 03/10/05 09/30+03 NA NA 01/01/03 02/36/02 12/04/03 07/011/00 NA 09/30/01 10/23100 01/14/112 09/25101 11/22/00 06/01/01 VA 09/08/00 NA 12/01/03 09/09/00 01/24100 09/22/00 2/31/00 531.500 .00 S5,072,126.17 NA 510 .822.404.84 52,434,28532 5245.345.20 53,354,476 .14 5442,676 .32 5964.491 31 811,094,126.12 51,620,401.88 562.148.94 $1.567,115 .00 56,957,980 .70 5162 372.66 510,157,670.73 5390,606.45 NA 52,235,206.27 NA 511,069,898 .00 NA 511,571,539 .00 S12,152 .903 .00 NA NA 59,293,057.00 53.686.051.47 515,349,841.52 $4,112.000,00 NA 51 ,945,759.43 51,605,689.52 55,010,379 .00 56,232,975.00 51,652,864 .74 55,112,791.80 521.941 .85 5761,894 .10 5199.633.10 524,739,648.110 57 558 .687.13 51,725,597 .84 57,649.04039 5265,236.86 Scott S. Matt T. NA Pablo R. Scott S. Matt T. Mik e B. Matt T. Matt T. Robert B, Matt T. Matt T. Scott R obert B. Jim L. Dave M. Matt T. Jim L. Robert B. NA Scott Jim Scott S. Dave M. NA NA Gary D. Jr Matt T. Rob ert B. Jim Joe Man T. Robert 8. Scots Matt T. Jim Jim Jim Mlasood Jim Dan Sand R obert B. Jim Sc ott Jim Ron M. Paul W. NA Jorg e R. Jorge R. Joe D. Steve B. Ed Doty Ron M. Glenn Ron M. Ron dl . Ron M. Glenn Ron M. Jorge G. Ron Mt. Jim L. Paul W. NA J orge R. Bob F. Jorge R. Jorge G. NA NA Mark K Paul W. Glen a Boh F. Joe Pout S. Pant W. Glenn Jorge C. Jorge G. P aul Jorge G. George Jorge Jack P. Mig uel Pa ul W. Glenn Jorge Sectio n 8 Page 5 Lanrn Prnjatl ]awe Owner t. bnrract .5 t110111.1(C nmpklian F' inat (' untrttrt Ptak -et Dale Amount `41 uaracr Napa 296 MDWASD, E R67150-PS838 295 MDWASD . S 684, Annual R&R 294 MDWASD, ER 67218 -Direct Drill 293 01DWAS D SL 502 -Cou ntry Walk 292 City Of Holly wood 291 MB aml Intl Airport Dcad#.0073.0 290 MDWASD ER 46545, Carol Aerial 289 Boca Raton Manh ole Rep' 288 Hurricane George Clean Up 287 MDW AS D, Golden Bea ch 286 MDWASD. ER 15220.54" PC CP 285 ELLS . Linabond 284 Key West. Dist A San Rehab 283 Broward Cty , Terminal Area No. 2 282 MDWASD, ER 15115 280 AIDWASD S-633 PHASE 2 (Ocean Outran) 279 MDWASD 5.642 SLIPLINE 278 MD WASD FM CL 102 PBS&) 277 8lelro Dade T013660 Bricked 276 Metro Dade 67013668 Blanket 275 MDWASD PS 805 PBS&3 274 MD WASD 5.664 72" REHAB 273 31&E-Biseagne Interceptor Design Build 31&t 272 MDWASD S-633 P11 1 R EV 271 MDWASD PS/155 834 PBS&J 270 MDWASD PS/611646 PB. S& J 269 MDWA SD 5-65040" P. M. 268 D ixie Ilwy 8" Wm - Urban 267 H ollywo od 36" Rehab 266 MDWASD PS. I11 i 753 PBS&J 265 Coo per City - S& IT 264 MD WASD W-732 24" DI W. 741. 263 Sunrise - In dian T race 262 MDWASD 5608A -LT 261 MDWASD P5657-PBSJ 260 MDWASD PS410-LT 259 MD WSD PS 310 -LT 258 _61D ER44680 NW 97A /25S-LT 257 MD WSD 5-50311 256 Palm Bch.D-14 Sta rmwa ter 255 MDWSD PS 20 -LT 254 MDWASD PS 947 -LT 253 MDWSA PS 962-PSIT 252 MDWASD ER 48" 251 MIWSA 5-5030 1 r":3 CONSTRUCTION COMPANY LANZO Florida Florida Florida Florida Florida Fl orida Florida Florid a Florida Florida Florida Florida Florida Florida Florida Florida Florida Fl orida Florida Fl orida Fl orida Florida Florida Florida Florida Florida Florida Florida Florida Fl orida Florida Florida Florida Florida Florida Flo rida Florida Flo rida Florida Florida Florida Florida Florida Florida Florida Miami Dade Water and Sewer Dep . Miami Dade Water and Sewer Dep . Miami Dade Water and Sewer Dep. Miami Dad e Water and S ew er Dep. Hollywood, FL / Miami I ntl. Airport Miami Dade Water and Sewer Dep. Boca Rat on, FL Various Local Governments Miami Dade W ater and Sewer Dep. Miami Dade Water and Sewer Dep. Lanza Li ning Services Key West. Fl. Broward Cty., Fl . Miami Dad e W ater and Sewer Dep. Miami D ade, Water and Se wer Dep. Miami Dade Water and Sewer Dep. Miami Dade Water and Sewer Dep . Metr o Dade . FL Metro Dade, FL Miami D ade Wate r and Sewer Dep. Miami Dade Water and Sewer Dep. Metr o Dade, FI. Miami D ade Water and Sewer Dep. Miami Dade Wate r and Sewer Dep. Miami Dade Water and Sewer Dep. Miami Dade Water and Sewer Dep. Urban Hollywood, Fl. M11ami Dade Water and Sewer Dep. C ooper City, 9]. Miami Dade Water a nd Sewer Dep. S unrise. 11 . Miami Dade Water a nd Sewer Dep . 3llami Dade Water and Sew er Dep. Miami Dade Water and Sewer Dep . :Miami Dade Water and Sew er Dep. M iami Dade Water and Sewer De p. Miami Dade Water and Sewer Dep. Patin Beach, FI. M iami Dade Water and Sewer Dep . M iami D ade Water and Se we r Dep. Miami Da de Water and Sewer Dep. Miami Da de Water and Sewer Dep. Miami D ade Water and Sewer Dep. 5465,770.00 55318.290.00 5354,073.00 51,282,915.00 5100,000.00 5200,000 .00 8162.000.00 $7 &801 .50 6165 613.25 $72,000.011 52,493172.00 $113,050 .00 55 ,149,890.00 51,224,725.00 5280 ,500 .00 S10865,60500 53.411315.00 5184.764 .00 9398,000.00 5330.000.00 5243,455.00 5671,600.00 52,192,000.00 63,591,420.00 5548,634 .00 5320,837.50 51.893 .064 .50 5566.292.50 5144.121 .00 5380 .272.00 51,060 ,000 .00 81.351 340.00 65,066,470 .00 S946,640.00 S485,700.00 5283,800 .00 S253,193 .00 5253,075.00 S2517.762,00 5691,962.00 5312,485 .00 $382,200.00 5224,000 .00 $1.185.000 .00 53,246)120.00 08/04/99 02/24/00 04/02/99 04/23/99 NA NA 06404/99 11/20/98 NA 09418/98 05/18/99 NA 09/11/00 02(12/99 05/01/98 09/29/00 09/11/98 12/01/97 02/01/98 03/01/98 12(01/97 01/01198 12/01/97 06/15/98 12/01/97 06/01/97 12/01/97 10'01/97 03/01/97 06/01/98 12/31/97 08/15/98 12/01/97 12/01/96 09'01/96 08/01/96 07/01196 08/01196 11/01197 08/01(97 05/01/96 02/01/96 03/01/96 01/01196 06/01/96 5375.635.75 54,863,504.77 S295,837.74 51,147,078 .03 5100.000 .00 5200,000 .00 5179,723 .56 578,80150 5181,353 25 592,146 .90 52.281.899 .45 5131.278 .43 57,464,895 .51 51,143509.84 5280 500.00 518,764,485 .25 53,106,745 .00 5193,175.00 5336,757 .00 5918,871.10 5245338.75 3671 ,26130 $2387,000 .00 $2,629,054.09 5545 ,637.25 593,720 .17 51545,852.62 5383,975.00 5119,803.00 5370 26150 81,i18,516 .00 51,345,790.00 55 ,816,336.00 51,345,420 .00 5450,968.45 $305,68230 5259,989 .00 S253 ,075 .00 53,894,555.10 5703 .177 .74 S292.134 .40 5367646.00 5224,000.00 $1,231,087.00 $3.137.263 .00 Jim Jim Jim Jim Jim Jim Mark Jim Scott Jim Jim Joe Scott lint Jim Matt T. Jim Jim Jim Jim Jim M ark Jahn John Jim Mark John M ark Mark Jim Jim John Rob ert 11. John Mark Murk Mark M ark John Jorge Mark Mark Fred Mark Fred Joh n Jorge J orge Chuck Glen J orge Sorge Chuck Paul Scott Glen Gle n Joe Jorge Glen Jorge George Gkn Jorge Chuck Jorge, Jorge Chuck Jorge Chuck Jorge Jorge Glen Sabel Jorge Jorge Pa ul Glen Glen Section 8 Page 6 Lanza .Io1+d 250 M DWAS D 5-627 1&2 249 AIDWS A ER13594 248 MDWASD 5-625 246 MDWASD 5-5030 3 245 M DWSA W-723 244 RFQ0001 Misc P ump Stati on C onstruction Contract 243 NIDWSA 5 .605A II 242 Holiday Colony, Ocean La ne A nd S unrise 241 Aliramar 92/46 240 Hollywood 239 SIDWSA 5-464 238 Miramar 03 237 MDWSA S-503ABC 236 MDWASD 5.500 235 Brossard 013 234 MDWASD 5-497 233 MID' ASA S-39113 230 31DWASD S-391 B 229 MDWSA 5-490 228 11ollywood WastewnterC ollection System Reh ab Pro No.937025 226 MDWASD W-661 225 i141DWSA 5-464 224 AID\t'A.SD 5-442 223 51DIW SA S-363 222 West Miami 221 Dade 629905 220 DR BAN /LANZ O- Florida City homestead 219 Allied/Lanzn(Urban - North Miami 218 G ilbert Sou ther n-Sunllan d/C ountry Wa ll: 217 Hurricane An drew - Private Property Owners 216 Miami Da de Water & Sewer Au thority / S-355 215 City or Sunrise/1535 - 01 .81 214 Mia mi Dade Wa ter & Sewer . Authority W -699 213 Miami D ade Rater & Sewer Authority' / S - 399 212 Silver Lakes Pa rtnership 211 Mlatnl D ade Wa ler & Sewe r Authority 5. 397 210 Silver Lakes Partnership Phase IC 209 Leomar Su bdivision 208 Modificatio n of Sanitay 5-291 207 Pembroke Pine s Centur y V illage Phase 3 206 Opa - Locka Airport Pump Station 205 Water Constr. I, Inveterceptor System 204 So uth District Wastewater Treatment S-249 203 City of Pembroke Pines- Sanitary Sewer Work I'role yt haute tits it, t ho ner f" an[t'nct Autuant ( 'nmptrtin n 1 final <.untrert I'rojrct Dal tt S nort- memi CONSTRUCTION COMPANY LANZO Florida Florida Fl orida Florid a Florida Florida Florida Florida Florida Florida Florida Fl orida Florida Florida Florida Florida Florida Fl orida Fl orida Florida Florida Florida Fl orida Florida Florida Florida Florida Fl orida Florida Fl orida . Florida Fl orida Florida Florida Florida Flor ida Florida Florida Florida Flo rida Florida Florida Florida Florida Miami Dade Water and Sewer Dep. Miami Dade Water and Sew er Dep. Miami Dade Water and Sewer Dep. Mi ami Dade Water and Sewer Dep. Miami Dade Water and Sewer Dep . Mi ami Dade Water and Sewer Dep . Mi ami Dade Water and Sewer Dep. Key Biscayne,11. Miramar, Florida Holly wood, Florida Miand Dade Water and Sewer Dep. Mir amar, Florida Miami Dade Water and Sewer Dep . Miami Dade Water and Sewer Dep . Pembroke Pines, Florida Mi ami Dade Water and Sewer Dep. Miami Dad e Water and Sewer Dep. Miami Dad e Water and Sewer Dep . Miami Dade Water and Sewer Dep. Hollyw ood, Florida Miami Dada Water and Sewer Dep. Miami Dade Water a nd Sewer Dep. MFdnil Dade Water and Sewer Dep. Miami Dade Water and Sewer Dep. West 3llaati, Fl. Miaml Dade Water and Sewer Dep. H omestead. City or North Miami, City - of C arp of E ngineer Corp of Engine er Miami Dade Water and Se wer Dep. Su nrise, Fl . Miami Dade Water and Sewer Dep . Miami Dade Water a nd Sewer Dep . Pembroke Pines, Florida Miami Dade Water and Sesser Dep . Pembroke Pines, Florida Pembroke Pines. Florida M iami Dade Water a nd Sewer Dep. Century Vill age D ade County Aviation Dep Local Covernment Miami D ade Water and Sewer Dep. Pembroke Pines, Florida 52.861320.00 5637.180.00 54,840,995.00 5#,070 .130.00 51.491382.00 527500000.OI1 53.073.460.00 51,975,104.00 S3,108,625.00 51386,010 .00 5989,196.00 52.421,490,00 59,752,571.52 5887,611.00 53,084563.65 51,930,372.00 51,263,615.00 51,565,097.00 57,3511,139.00 51.387365.0 51477.81&00 5989.196.00 5370,387.50 52,926,492.00 53,349.612.0D 5327.000.00 51.452577.00 51,029,205.00 5697,719 .00 $780.954 .00 5452,17.9 .00 52,514,957.00 5272,242 .50 5150,91)0 .1)0 593,750.00 5553,700 .00 5129,000 .00 51,557 ,416.00 51,183,000.00 5176,500 .00 06/01196 07/01/96 09/15197 06/01/96 12!01196 86/20195 04/06)96 01/19/96 01/05/96 02/0/195 10/01/95 03/01/95 11101/94 10/04/95 08/01/94 04/01/94 06/01/94 08/01/95 10/01/94 01/01/94 08/07/93 01/01/94 11/01/93 11/01/93 01/01/93 52.152 .719.10 5637.180.00 55,555,995.00 54,644,852.50 51,691,493 .00 V arious 53,208,964.98 SI,974.349 .98 53.075,214 34 $1.598,780.45 5876,876.00 52,583,451.61 59,752,571 32 5878 ,688.00 $3 357,893 39 52314,213.00 513241,815 .77 51,643,27830 56,341,573.24 51,387,365 .00 5961,110.00 5989,124 .00 5324329.40 S3.438,395.00 53,453,254 .00 5327.000.00 Fr ed Mark Mark Fr ed John Section 8 P age 7 Prrrit tI ]nme Mut e tN. Ater Contract :%mount ( ontpleti+ru [inn! Co ntract Prniett Date Amount Jisna�cr Super 202 City of Pla ntation South Am 201 City of SL Petersburg Albert Whhted 200 City of Pembroke Pi nes - EPL Drai nage 199 City of Pembroke Pines - Utility Systeat Upgrade 198 Smith Stonn 197 Fort Lauderdale Protect 8834 - A 196 Fort L auderdale Project 8833 - A 195 Silver Lakes Partnership Pod D 194 Silver Lakes Partnership 193 Silver Lakes Partnership Pod A 192 .loves Edmunds -60" Cross Bar Ranch 191 City of Coral Gables - 36" Force Main 190 Palm Beach County -87-35 189 C ity of Fort Lau derdale - 42" Raw Water Main Project 98362E 188 Silver Lakes Partn ership Phas e 113 187 Wesi Coast Regional Water Supply Auth ority 186 Miami Dade Water & Sewer Authority 5-376 185 Royal Pa lm Beach 184 Cortez road Sewer Syste m R eha bilitation /415-5388 - 537 183 Miami D ade Water & Sewer A uthority / S - 386 182 Hallan dale Raw Water Pipeline BP. I i*P-12.89-4 -of 181 Hallandale Raw Water & Su pply C aner Ranche s 180 Pembroke Commons - llome/Praperry Systems 179 (lo lly Lakes Wa ter Improvements Phase 1 178 Miami Dade Wa ter & Sewer -1433 - 94169 177 Sliver Lakes Maste r Pump Station 176 Silver Lakes Partnership Pods F&J 175 Silver Lakes Partnership Phase IA 174 City of Ft. Lauderdale / P11- 8362 - E 173 Co un try' Lakes -Miramar 172 MDWSA -W - 635 171 MDWSA - S -384 170 Art ida - Secto r 6, Parcel C - Bro wa rd C ity 169 C ountry Walk - A rl'Ida/JMB Partners 168 hookers Point \W W TP - Phase! Div ision 5111 167 City of Pe mbr oke Pines - Booster Pu mping Sta tion 166 Cortez village Plaza 165 C ity of Key West - ha ule r Aven ue lu terc eptor 164 City of 3liaud - 7\W" 36th Street 163 E D OT 83521. Dixie h ighway - State Paving 162 MDWSA - Contract S-374, Div . 3 161 MDWSA -C on tract 5-374 160 C ity of Lake Worth - Sanitary Sewer Rehab. Phase I 159 C ity Of Pembroke Pine s - Sludge Fac ility B& C 85.05.03 rfl LANZO CONSTRUCTION COM PANY Florid a Florid a Florida Florida Florida Florida Florida Florid a Florida Florida Florida Florid a Florid a Florida Florida Florida Florida Florida Fl orida Florida Florida Florida Florida Florida Florida Florida Florida Fl orid a Fl orida Florida Florida Florida Florida Florida Flo rida Florida Florida Florida 'Florida Florida Florida Flora da Flo rida Florida Plantation, City of St . Petersburg Pembroke Pines. Florida Pembroke Pines, Flo rida L ocal Government Ft. L auderdale. FL Ft. La uderdale. FL Pembroke Pines. Florida Pembrok e Pi nes, Fl orida Pembroke Pines. Florida Rest Co ast Regional Coral Gables. City of Palm Beach, FI . Ft. Lauderdale. Fl . Pembroke Pi nes. Fl orid a West C oast Regional Miami Dade Water and Sewer Dep. Royal Palm Beach. City of B raed on . Florid a Mia od Dade Water and Sewer Dep . Broward Cty., Br oward Cty., 11. P embroke Pi nes. Florida P embroke Pines, Florida dliand Dade Water and Sewer Dep . Pembroke Pints, Flo rida Pembroke Pi nes, Florida Pembroke Pipes, Florida Ft . Lauderdale, Fl . Miramar, Florida Miami Dade Water and Sewer Dep. Miami Dade W ater and Sewer Dep. Broward Cty., FI. Local Government Tampa, Florid a Pembroke Pines, Florida Brandon, Florida Key West. 91. Mland. City of FIIOT Miami Dade Water and Sewer Dep. Miami Da de Water and Sewer Dep . La ke Worth, City of Pembroke Pines. Florid a 5806375.00 $586,985 .00 865,932.00 5396.260.0(1 $45 .000.00 51,087 990.00 5676,000.00 5306,966.00 $71,300 .00 $421,000.00 5125,000 .00 5854.904.00 55 ,580,864 .00 5475380 .00 5660,884 .09 5279.162.00 51,238,955 .00 5163,939.00 5878,151.00 9688,257.00 51,438,745 .00 51,081,945,00 5550,000.00 5227 ,400 .00 $18,300.00 S 1:197,000.00 $675.283.40 5855562.00 5 1,577300 .00 $667,126.00 $172,010.00 $224,000 .00 5552,983.80 T&M 51,997,000.00 52 ,197,000.00 07!01!90 $920,000.00 51,770 4611 .00 51,084,790 .00 51,993305.00 5979,317 .40 5393,660.00 $217,163.00 51,771,000.00 06!01,90 Section 8 P age 8 €.auto Job e 158 MDWSA - Contract 5-344 157 MD S S,1- C ontr act S -337C, Div . 2 156 MOWSA - Contract S -337C. Div. 1 155 City of Pembr oke Pines - Pembroke Bar Pumping St ntlon 154 Town of Davie - Water Distributio n System B&C 85-079 153 General Crane Water & Sewer 152 MDWSA - Palmetto- Phoe ni x F arms 151 Coral Ridge Pump Stati on - FL Laude rdale 150 MDWS A - Sanitary Se wer Rest oration S - 319B 149 MDWSA - Sanitary Sewer Restoratio n S - 31913 148 MDWSA -.Sanitary Sewer Restoration 5 -319C . Div . 2 147 MDWSA -Sanitary Sewer Resto ration S-319C,Div. 1 146 MDWSA - South District Wastewater Tr ansmission System 145 Water and Wastewater Transmission Mains 144 So uth District Wastewater] Transmission System 5-311 143 Fairlawn So uth Sanitar y Sewer- City of'Baml 142 Lithia Pumping Stati on - MCI 141 Ta mpa Inter national Airparl 140 Project 8683 - Replace 54" Water Mahn 139 Tanglewo od Force 'Main Exte nsi on 138 Sou th Central Hillsborough 1 Transmissio n Mains 137 Seacrest Bon in a nd fr om Bo ynton Canal 136 Go re Street T runk Sewer Bypass 134 C ity of Hialeah 1 Diversion Force Main 133 Davie - Co oper C ity ( Effluen t Tr ansmission Forte Main 132 20" Water Main, Sw 67th Ave, Sw 40th Street 231 Orinnda Easterly Effluent Transmssson Main / Iron Bridge 130 Raw Wa ter Transmission Main & Construction 129 C itywide San ita ry Service -C ity of Mia mi 128 Eastern Service Area Wastew ater Facilities Program 127 City of Pembroke Pin es/ T anglewood Force Main 125 Cite of Tama ra c - Tu rnpike Utility Relocation 124 C ity of Mia mi - Fairlawn N orth Sanitary Sewer Improve ments 123 Washington Pa rk /Bo uleva rd Gardens 121 City of Plan tation Cu lfstrcam Forc e Main 120 Wagner Creek Renov ation - C ity of Suomi 118 C ity of Orlando - Wate r C enser. 1 117 Jag Roa d Water Tr ansmission 116 Town o fMedley, Florida -San itary Sewer Fa cilities 115 Oran ge County- Rapid infiltration Basin s (RIBS) 114 City of H ialeah - Sanitary Sewa ge C ollection System 113 Pembro ke Public Safe ty Bu ilding 1 Pembroke Lakes Florida 112 City of O rlando , Distribution Network Pipeline 111 City of Homestead - K ronte Aven ue Sewer Rhabllitotion Pro. 110 Miami Dade Water 6c Sewer Authority - Insta llation 24" WM Project lane Slun (.anyr€rtiare fi;,,2 antem:I Pr,,,e, Chtlicr ( mitr ed tomunt Super 01 CONSTRUCTION COMPANY LANZO Florida Florida Fl orida Florida Florida Florida Florida Fl orida Florid a Florida Florida Florida Florida Florida Florida Florida Florid a Florida Florida Flo rida Florid a Fl orida Florida Fl orida Florida Florida Florida Fl orida Fl orida Florida Florida Florida Florid a Florida Florida Florida Flo rida Florida Florida Florida Florida Flor ida Florida Florida Florida Miami Dade Water and Sew er Dep. Miami D ade Water and Sew er Dep. Miami Dade Water a nd Sewer Dep. Petbroke Pines, Florida Davie. Tow n of P ompa no B each, Florida ;Viand Dade Water and Sewer D ep . FL La uderdale, Fl. 11laml Dade Water and Sewer Dep. Miami Dade Water and Sew er Dep. Miami D ade Wate r and Sew er Dep. Mi ami D ade {Eater and Sew er Dep. Miami Dade Wate r and Sewer Dep. Local Government Mi ami Dade Water and Sewer Dep. 3flamt, City of Bradon, Florida Tampa , Florida Ft. Lauderdale, FI. Local Government Local Government Palm Beach, 11 . Orl and o, City of Hialeah. I1. Davie, Tow n of Local G over nment Orlando, City of Local G over nme nt Miami, Cily of Orlando, Clty of Pembroke Pines, Florida Tamarac, City of Mi ami, City of Br ow ard ay ., n. Plantation, CRt) of Mi ami . City. of Orland o, City of Palm Be ach. ll . Medley Orange County Hialeah , FL Pembroke Pines, Florida Orlando, City of Homestead, City of Miami Dade Water and Sewer Dep . 51,924,839.00 52387 39030 569,917 .50 6821.140 .00 S92 500 .00 51 .290 .255.00 51,290,400 .00 51,735345.00 5353,280.00 51,439,570.00 53,933,773 50 53 ,004,249.88 51.424329.00 51396.293.70 5542,778 .[10 5823,887.00 52,280 ,198.00 535.615.00 59.570.040.00 53,759,212.73 51.077334.00 5755505.00 51 .193.725.00 5418,017 .50 58,236389 .90 5733,194.99 5265,191.00 53 .182 .515.00 58€,070 .00 540 ,000 .00 51,901 ,829.00 5624,070.00 51,382,875.00 5757,320.00 5883,430.00 51114.737 .50 52,276,984.50 511.787.570.00 51 ,989.31230 S4.'121.695.00 51 349.998.00 5685.740 .00 Sectio n 8 Page 9 1ob 6 Project \:nor t h, tier f "ntr xcl .lrt nront t-ntryttetkui Final <.notrnet Prnjrrt I%ate Amount '111n ager Super 109 City of Pembroke Pities - 20" Force :M ain 108 Holly Lakes Repairs 107 C entury 'Village Pipe Cr ossings 106 Broward Cou nty - Water Transmission Main& Dr ainage CuL 105 Edwin IL Stimpso a - J ob No. 86158 104 City of 3,113 MI. Dept. of Public Works - Job No. B - 5495 103 City of Hialeah Gardens. Dade Cou nty -W astewater lmprm '. 102 Sanitary Sewer Facilities, Tow n of Medley - Ph 1 .. SCS 101 Woodbridge at Pembroke Lakes South 99 City of Plantatio n Gulfstreant Master- Pump Statio n 97 Manatee Co. North Subregions! Wastewater 96 City of St. Petersburg N.E. Interceptor 95 City of Hialeah Carden Wastewater - imp ro v. Pro. 94 To wn of Medley. Pit . 1, Sanitary 93 Delray Beath Water Treatment Pla nt Expa nsion 64 Snapper Creek Canal Crossing 63 Kendall -So uth District Wa stewater Tra nsmission System 62 Lynwoo d Sanitary Sewer improvement 61 Pe mbroke Lake s South - Water Distribution System 00 K inloch Sanitary Sewer Job No. B - 5485 59 Wa shin gto n ParkIBo ulevard Go dens 58 City of West Palm Beach 57 Washington Park/Bo ole,.ard Gardens 56 Po mpan o Business Park 55 Y ork Cabsr, Ph.1 - Ronto Development. F lorida 54 Wa ter Distributio n City Pro. No. 406 51 Construction Mt. 1, W'osterwnier System Additions 48 Central Sanitary Sewe rs, Jo b No. 8- 5481 43 Job No. 13 - 5477 C&S Kou beck Sanitary 39 Pro. No. 7910 - City of Ft. Lauderdale, Florida 38 C ompletion of C ontract S -195 for USF & G 37 Completiong of C on tract 5. 188 for USF & G 36 Co ntr act No . 7894 - City of Ft. Lauderdale 35 Water & Sewer C on struction South Hoff Section 34, T525, R 4OE 34 Miami - Da de Co ntract #449. Division A & B. Install 48" W -M 33 1980 Sanitary Sew er Improvemen ts -C ity of Dania 32 City of Ft. Lauderda le Pm. No . 1534 31 Cit of FL Lau derdale Pro . N o. 7725 30 NW 31st Avenue Watermains & D rain age 29 Paradise Palms Sanitary Sewer 28 1951 Storm D ra ina ge Improvement 27 1981 Sanita ry Effluent Sys tem. C ontract S - 156 26 1981 R aw Wa ter Transmission Main. Contract No. 419 Dl .:'. & 8 25 1980 Formnain improvement Pro. No.10389 - P 24 1980 Ri verview Storm Sewer Ph. 1 LANZO CONSTRUCTION COMPANY Ir Florida Florida Florida Florida Florida Florid a Florida Florid a Florid a Florida Fl orida Florida Florid a Florida Florida Florida Florida Fl orida Florida Florida Florid a Florid a Florida Florida Florida Florida Florida Florida Florida Florida Florida Florida Florida Florida Florida Florida Florida Florida Florida Florida Florida Florida Florida Florida em a n es. a Local Go ver nment Century Village Broward Cty., t•1 . Local Government Miami, City of Hialeah. FL Medley Pembrok e Lakes. City of Plantation, City of Manatee Cou nty 5L Petersb urg Hi aleah . 91 . Medley Delr ay Beach Miami Dade Water and Sewer Dep . Mlaml D ade Wate r a nd Sewer Dep . Local Go vernment Pembroke Lakes, City of Local Go vernment Washington Pa rk West Palm Beach, Ft . Washington Park Pompano Local Go vernment Local Gover nment Local Government Local Governm ent Local Government Ft. Lauderdale, Fl. Local Government Local Government FL Lauderdale, Fl. Local Government Local Government Dania, City of Ft . Lauderdale. F1. Ft . Lauderdale, n. Local Government Paradise Palms Lo cal Government Local Government Lo ca l Go vernment Local Government Local G ov ernment 529,400.00 530.650.00 5686 .853 .00 554,225.00 5371,465.00 51 ,239,571.59 55.070.447.50 5346.609 .63 51 ,446,000.00 5814,000.00 S1.985J100.00 51,239.57150 51,747 ,850.00 5743,500 .00 5927,630 .00 S1,249 .395.00 51,463,177.00 62,354,158.15 5703 ,418.00 5566.834.00 5508,51335 5590 .572.40 5451.350 .00 5854,264 .00 5982 ,549 .80 5639,026.75 51,009,235.00 513,815 .00 5247480 .00 5175,000 .00 5597,969.50 5577,0000 .00 5437.260.00 51 .700.000 .00 5976,530 .00 5428.000.00 S2,967,000.00 SI,405.899 .00 5804.195 .51 52,190,000 .00 Section 8 P age 10 Lan/9 Project Nano. Mate On o ur Cer ntracl Amount ( untldeti un I -" end Contrit e' Project Date Alto /If nt \l ane^c•r S1 ,639.92450 S1,1703S6A9 S6 -784.000.00 5885 ,770.00 51,938,244.00 $500 .1100 .00 S I ,658,485.00 51,612,485.00 52,800,000.00 5683,075 .00 5672,196.00 5735,875 .00 5794,000 .00 522,000.00 5766,000 .00 S5.974,000 .00 5367,000 .00 53,200 ,000.00 52,909,000.00 5700.000.00 5897.000.00 5693,000.00 CI 4,500,000/C2 4,600,000 !miter 23 1980 Storm Drainage improvement Area D - 10 22 1980 Storm Drainage Improt 'emem Area D - 9 21 1979 Interceptor Forc emaln Pro . 71o.3574 20 1979 Int erc ept or Forcemaln A - 16, Contract S -181 19 1980 F orcemniu a nd Transmissio n Mains. Sec V, Div . 23.5,7,9,11 & 12 18 1979 Ruts Water Transmission Mai ns and Pump Station 8 240 17 1980 Forcemaln, Transmissions Mai ns and P ump 8240 16 1979 I nterceptor Forcemaln 5 - 13, Contract S -175 15 1979 interceptor Forcemaln Pr. N o. 3572 14 1980 Wastewater System Addition and Pump Stati on, Dis .32 13 1980 Waste%ater System Impro vement with Pump Station , Dls. 28 12 1979 Liberia Sanitary Sewer System 11 1979 Sun G arden hies Sanitary Sewer. Pavi ng a nd Drain age 10 1979 Co rdova Island Walermaln Improvements 9 1979 Watern min Improvements, Pro . 10389 • P 8 1978 Water and IA atetwater System impr ovement with Pump Station 7 1978 Storm Sewer Repl aceme nt 6 1977 Gravity Servers and Forcematos , Part F, Sec. IV 5 1977 Gravity Sewe rs and Forcemains, Pa rt F, Sec. 1 4 1975 Wastewater System and Forcemaln 3 1976 Utilitie s District Nn. One Watermain 2 1975 Forcemaln an d Pu mp Station Modific ation i 1973 through 1975 G rav ity Sewers and Foram/ins EllCONSTRUCTION COMPANY LANZO Florida Florida Fl orida Florida Florida Fl orida Florida Florida Florida Florida Florida Florida Florida Florida Florida Florida Florida Florida Florida Florida Florida Florida Fl orida Local Government Local Government L ocal G overnment Mi ami Dade Water and Sewer Dep. L ocal Gov ernment Locos Government L ocal Government '.liaml D ade Water and Sewer Dep. L ocal G ov ernme nt Local Gov ernment Local Government Local Government Sun Garden Isl es Local Government Local Government Local Government L ocal Government Local Government Local Government Local Government Local Government Local Government L ocal Government Section 8 Page 11 LANZO CONSTRUCTION COMPANY Financial Statements Only Available If Apparent Low Bidder and Upon Written Request that Assures Confidentiality. Fiscal Year End December 31, 2022 Section 9 THE STOUT GROUP, LLC. Project Name: SESAME STREET CULVERT REPLACEMENT Solicitation No: RFP# 23-0307200 Tuesday, March 30th, 2023 at 2:00 P.M. CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-Iocka, Florida 33054 Bidder's Name: THE STOUT GROUP, LLC Bidder's Address: 10850 NW 138 ST, Bay # 3 Hialeah Gardens, FL 33018 Bidder's Telephone No: 786-452-1481 THE STOUT Mtn LLC. COMPANY INFORMATION • Name of Agency: The Stout Group, LLC. • Web Site Address: www.thestoutgroup.com • Entity Business Structure: Limited Liability Company (LLC). • Date Founded: May 2012. • Contact Information: Phone Number: 786.452.1481 Location: 10850 NW 138th ST Bay 3, Hialeah Gardens, FL 33018. Email Address: isanchez@thestoutgroup.com • Proof of Insurance: Please see attached. • Criminal or Civil Litigation: N/A. • Florida Division of Corporations Sunbiz: Please see attached. Sincerely, The Stout Group, LLC Manager UNDERGROUND SITEWORK I EARTHWORKS I PAVING 10850 NW 138th Street, Bay > 3 - Hialeah Ga. dens, FL 33018 - 0: 786.452.1481 - F: 305.397 2311 THE CITY OF OPA-LOCKA OPA-LOCKA, FLORIDA BID PROPOSAL FORM Ladies and Gentlemen: The undersigned bidder proposes to furnish all labor, tools, material and supplies, and to sustain all the expense incurred in doing the work set forth below that may be awarded the undersigned by the City of Opa-locka, Florida, through its proper officers, and to do the same strictly in accordance with the plans and contract documents on file in the Office of the City Engineer of Opa-locka, which are referred to below and made a part hereof, at the following combination of lump sum prices: Item No. Estimated Description Total Quantity 1. Lump Sum (Divided into 2 or 4 payments See Measurement and Payment for Conditions) For performing preparatory work and operations in mobilizing for beginning the work of the Project, but excluding materials and permit costs, both of which are paid under other payments items, the lump sum of . ti tine duodrecif 't -i1 "t7a ollars and "ze 4-6 Cents 2. 195 LF For selling and delivering to the City 66 -inch SRASP pipe and joints by Contech, or approved equal, for the three (3) barrel culvert installation, the price per linear foot of ''et I4uvfrgj `"~"- Dollars $ 175©a, oQ and 'r -64.-C.) Cents 3. 195 LF For installing 66 -inch SRASP pipe and joints by Contech, or approved equal, for the three (3) barrel culvert, price per linear foot of /I / " f 'W© (Meal aild '-ii.U0 ht.nt.t''oliars 42.4100 eti f and zt tie Cents BP -2 City of Opa-Locka Sesame Street Culvert Replacement Between NW 135th St. & Atlantic Ave Item No. Estimated Description Total Quantity 4. 140 LF For selling and delivering to the City General Guardrail per FDOT index No. 400 with mechanical appurtenances required, the price per linear foot of title /-/ c/"ec/ f[tii Dollars $ E 1/OCC c'61 and Z.4./2-6 ""---` Cents 5. 140 LF For installing City General Guardrail per FDOT index No. 400 with mechanical appurtenances required, the price per linear foot of F,' -t- - Dollars oci $ 7000, and - `�" Cents 6. Lump Sum For demolition and removal of existing three (3) 66 -inch concrete pipe culvert with headwalls and retaining walls, the lump sump of O't h a,ivied P6 heitS4V1ollars _ e.ms.i and t2u ', r Cents 7. 465 CY For the excavating of existing backfill material at existing Culvert location, the price per cubic yard of 0n.e 1-tndjed -- Dollars $ ��1541©- cle- and Z � 0-0------ Cents 8. Lump Sum For providing adequate bypass pumping to maintain uninterrupted Canal flow during construction, the price per lump sump of One BO edied FF The tai4titollars $ !SQ AQC�,0C and ?eav Cents BP -3 City of Opa-Locka Sesame Street Culvert Replacement Between NW 135th St. & Atlantic Ave Item No. Estimated Description Total Quantity 9. Lump Sum For selling and delivering to the City all necessary erosion control measures specified on plans, including Turbidity Barriers and Drop Inlet Sediment Protection required, the price per lump sum of Ten 411 0 c=i (L n cl '-"--'-7 Dollars $ /0 0oC' ve - and "?ep-4') Cents 10. Lump Sum For furnishing and installing all necessary erosion control measures specified on plans, including Turbidity Barriers and Drop Inlet Sediment Protection required, the lump sum price of +I i. '1'diC s l: Nc/ — Dollars and .. — Cents. 11. 45 CY For selling and delivering to the City Concrete for the installation of 10 -inch thick Concrete Pavement (min. 3,000 psi at 28 -day) per FDOT index No. 350, the price per cubic yard of ` to e. r'k? j- d --� t�-r �� Dollars $ 70 0 00 `�' and ----- Cents. 12. 45 CY For constructing 10 -inch thick Concrete Pavement (min. 3,000 psi at 28 -day) per FDOT index No. 350, as indicated in the Plans, the price per cubic yard of F;toe #la ndred -- -- Dollars Z 2 50 ' and t(2 -O Cents. 13. 405 SF For constructing 4 -inch thick sidewalk and ramp curbing to match existing per FDOT index No. 310, the price per square foot of `7` Cn•II1 "'--`'" Dollars $ 31 00 and `ZZ P -co `---' Cents. BP -4 City of Opa-Locka Sesame Street Culvert Replacement Between NW 135t" St. & Atlantic Ave Item No. Estimated Description Total Quantity 14. 150 SF For constructing new concrete curb and gutter per FDOT index No. 300, the price per square foot of 'f1,1 $ v76'00.00 •"' Dollars and "Z -12P-0 Cents. 15. 150 CY For furnishing and placing suitable Backfill required for Culvert placement, the price per cubic yard of C/yl.e fu Aired l� MI Dollars $ L° and 2e12-0 Cents. Z©©' 16. 165 TON For furnishing and installing Rubble (Broken Stone) at Culvert embankment for the rip -rap installation as per FDOT index No. 530, the price per ton of T c. P4 k n ( Dollars $ .3000. Co P and 4-47 -------------- Cents. 17. 10 CY For furnishing and constructing cast -in -place Mitered End Sections at Culvert pipe barrels per FDOT index No. 430-021, the price per cubic yard of $ 1690/00 '. e. 7 pY► feu' 4nd Dollars and Ze► ' Cents. BP -5 City of Opa-Locka Sesame Street Culvert Replacement Between NW 135th St. & Atlantic Ave Item No. Estimated Description Total Quantity 18. 1025 SY For milling (nominal 1 inch thick), surface course for permanent paving repairs, the price per square yard of $ % g 37,5" 00 t r rteyn — Dollars and ZR ►2-0 Cents. 19. 1025 SY For constructing for Type "V" permanent paving repairs as per details provided in plans, the price per square yard of $ecs?hf'.e4 Dollars $ i7 OS, 00 and Ze --- — Cents. 20. Lump Sum For replacing pavement markings damaged, removed, or obliterated by the contractor's operation, the lump sum price of T 4 'fiivas e id -� Dollars $ /0.060, 060, (10 and Za 12 ------ Cents. 21. 40 SY (Contingent For restoring sodded area, the price per square yard of 'I' ea.), 00Item) $ -'.h ' 7 Dollars J and TCP-- Cents. 22. Lump Sum For providing full Traffic Control during construction, Maintenance of Traffic, the lump sum price of 'f to ril limu(4hd Dollars $ 20 0CX °llv and Ze (24.) Cents. BP -6 City of Opa-Locka Sesame Street Culvert Replacement Between NW 135th St. & Atlantic Ave Item No. Estimated Description Total Quantity 23. 2100 SF (Contingent Item) For sheeting and shoring ordered left in place by the Engineer, the price per square foot of zi 000,0 1-e vi Dollars / and z-0 =2--€ Cents. 24. 465 CY (Contingent Item) For removal, transport and legal disposal of unsuitable backfill materials, including tipping fees, the price per cubic yard of a -q. •}ioyliktif .--- Dollars and Z Cents. 25. Sub -Total — Bid Items 1 through 25 1 4-7C 100,00 $ i 26. Dedicated Allowance For providing uniformed, off -duty policemen for the purpose of maintenance of traffic, the aggregate sum of -I-6 aL ci-e-fe.-m; 0 Q :e 6 '1. L t Dollarsy To 1ec, Ado/14;44 e, . C 'ti `1 $ 1 and " Cents. 27. For all cost of required permit fees, impact fees, if required by the Engineer, the sum of 3% of the Subtotal, Item 26 (0.03) x (Subtotal, Item 26) n a „d,' J fe,tt1Te 4, i +hmzs4h 0 Dollars J and Cents. BP -7 City of Opa-Locka Sesame Street Culvert Replacement Between NW 135111 St. & Atlantic Ave Item No. Estimated Description Total Quantity 28. For unforeseen conditions, for minor construction changes and for quantity adjustments, if ordered by the Engineer, the n 47 $ % Q P QC sum of 10% of the Subto al, Item 25 (10) x (Subtotal, Item 25) ;t �0 u Mt J+ifd '' Purl Pie hoicked FF,x4 seven ' Dollars and >--- f "----- Cents. j 29. TOTAL BID — (Sum of Bid Item Nos. 26, 27, 28 and 29) ' �(ii .54-1(+cO $ 1 s Note: For a detailed description of each Quotation Item, refer to Section 01025 of the Specifications entitled "Measurement and Payment. BP -8 City of Opa-Locka Sesame Street Culvert Replacement Between NW 135th St. & Atlantic Ave THE CITY OF OPA-LOCKA OPA-LOCKA, FLORIDA BID PROPOSAL FORM The City of Opa-locka reserves the right to waive any informality in any bid and to reject any or all bids. TOTAL BASE BID PRICE FOR PROPOSAL (ITEMS 1 THROUGH 29): $ } r (2)-1 r'LII a 0 (FIGURES) n -C, Mk i t► On glx hurdr d gx SE'.ve'rr-thoi anti rive 1-1°'161.11(1- n d 2erC� Cents AMOUNTS SHALL BE SHOWN ON BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCIES, THE AMOUNT SHOWN IN WORDS SHALL GOVERN FOR EACH BID ITEM AND TOTAL BASE BID. Bidder acknowledges that included in the various items of the bid proposal and in the TOTAL BASE BID PRICE are costs for complying with the Florida Trench Safety Act, F.S. 553.60 et. seq. The Bidder by signing and submitting the Trench Safety Act Compliance Statement is, in writing, assuring that it will perform any trench excavation in accordance with applicable trench safety standards. Contract award shall be based upon the total base bid price, as identified above, by the lowest responsive, responsible bidder. FIRM NAME (PRINT) BP -8 City of Opa-Locka Sesame Street Culvert Replacement Between NW 135th St. & Atlantic Ave &00541AS 8110 Document A310 TM — 2010 Conforms with The American institute of Architects AIR Document 310 Bid Bond CONTRACTOR: SURETY: (M une, itgal status and address) (Mtnt , legal status mtdp►incipal place rrf Intsincs ) The Stout Group, LLC 10850 NW 138th Street Hialeah Gardens, FL 33018 OWNER: (Nan: legal status and address) City of Opalocka 780 Fisherman Street Opalocka, FL 33054 BOND AMOUNT: $ 5% Berkley Insurance Company 475 Steamboat Road Greenwich, CT 06830 Five Percent of Amount Bid PROJECT: (,boom, location or address and Project number, ;fatly) Sesame Street Culvert Replacement) RFP No: 23-03072001 Opalocka, FL This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. The Contractor and Surety arc bound to the Owner in the amount set forth•above. for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents. or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the tams of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to pertbmt the wort; covered by suid bid, then this obligation shall be null and void, otherwise to remain in full force and tact. The Surety hereby waives any notice of an agreement between the Owner and Contractor t<t extend the time in which the Owner may accept the hid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time Ihr ucceptunce of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent I'm- an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the ten) Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall bedewed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the locution of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con1brming to such stututory or other legat requirement shall be deemed incorporated herein. When so Ibrnished, the intent is that this Bond shall be construed ar u statutory bond and not as a common late bond. Signed and scaled this 24th day of February, 2023 The Stout Group, LLC (Principal) By: Berkley Insurance Company (Surety) By: (Seal) seal) (lithoBrett Rosenhaus Attorney -in -Fact & FL Licensed Agent No. BI -492e -el POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: Brett Rosenhaus or Dale A. Bells of Acrisure, LLC dba Nielson, Rosenhaus & Associates of Delray Beach, FL its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed One Hundred Million and 00/100 U.S. Dollars (U.S.$100,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in -fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney -in -fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shalt have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WTTNBSS WHEREOF, the Company has caused these presents to, be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 25th day of March - Attest: ,/ �/ / Berkley Insurance Company By Executive Vice President & Secretary derznan STATE OF CONNECTICUT ) ) ss: COUNTY OF FA)BFIELD ) By after resident Sworn to before me, a Notary Public in the State of Connecticut, this 25th day of ///, March , 2020 , by Ira S. Lederman and Jeffrey M. Halter who are sworn to me to be the Executive Vice President iii Secretary, and Senior Vice President, tary Public, State of Connecticut respectively, ofBerkley Insurance Company. MAor RYPJ c" CONNECTICUT MY COMMISSION EXPIRES APRIL 30, 2024 CERTIFICATE 1, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney bas not been revoked or rescinded authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this Power of ched, is in full force and effect as of this date. der my hand and seal of the Company, this 7th day of March , 2023 Vincent P. Forte ERROR: undefined OFFENDING COMMAND: ^^9u^;GDPV- STACK: