Loading...
HomeMy Public PortalAbout19-9609 Enter Agreement w/ Pioneer construct for Minor Asphalt Installation Sponsored by: City Manager RESOLUTION NO. 19-9609 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO PIGGYBACK ON THE CITY OF LAUDERHILL'S CONTRACT, AND ENTER INTO AN AGREEMENT WITH PIONEER CONSTRUCTION MANAGEMENT SERVICES, INC. FOR MINOR ASPHALT INSTALLATION AND REPAIR IN AN AMOUNT NOT TO EXCEED SEVENTY THOUSAND DOLLARS ($70,000.00), IN A FORM THAT IS ACCEPTABLE TO THE CITY ATTORNEY; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-locka ("City") requires temporary asphalt patch/repair to the following areas: 147th Street and 22nd Avenue 147 th Street and 22"' Court 147 th Street and NW 23rd Avenue 147th Street and NW 25th Avenue; and WHEREAS, the City of Lauderhill entered into a Contract with Pioneer Construction Management Services, Inc commencing on February 12, 2018 for a period of two years; and WHEREAS, the City Commission finds that it is in the best interest of the City to piggyback on the City of Lauderhill's Agreement with Pioneer Construction Management Services, Inc so it can benefit from already negotiated rates and enter into an agreement for a minor asphalt installation and repair. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: Section 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. Section 2. AUTHORIZATION The City Commission of the City of Opa-locka hereby authorizes the City Manager to piggyback on the City of Lauderhill's Agreement with Pioneer Construction Management Services, Inc. and enter into an agreement for a minor asphalt installation and repair in an amount not to exceed Seventy Thousand Dollars ($70,000.00), in a form that is acceptable to the City Attorney. Resolution No. 19-9609 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 may be authorized by the City Manager, or the City Manager's designee, 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 immediately upon adoption and is subject to the approval of the Governor or his designee. PASSED AND ADOPTED this 13th day of February, 2019. Mayor Matthew Pigatt Attest to: Approved as to form and legal sufficiency: IL 'IL Jo. ;. Flores THE BROWN LAW GROUP, LLC City ' lerk City Attorney Moved by: COMMISSIONER KELLEY Seconded by: VICE MAYOR DAVIS Commissioner Vote: 5-0 Commissioner Burke: YES Commissioner Kelley: YES Commissioner Bass: YES Vice-Mayor Davis: YES Mayor Pigatt: YES JyD riL City of Opa-Locka Agenda Cover Memo Department Airia Austin Department 1 Director: Director Si nature: PjO • Finance Director: Bryan Hamilton FD Signature: Department Acting City Newall Daughtrey CM Signature: " 7 _• Manager: Commission 02/13/2019 Item Type: Resolution Ordinan e II the Meeting Date: X (EnterXin box) Fiscal Impact: Ordinance Reading: 1st Reading 2nd Reading (Enter X in box) Yes No (Enter X in box) X Public Hearing: Yes No Yes No (EnterXin box) g x Funding Source: (Enter Fund Advertising Requirement: Yes No Account#: &Dept) (EnterXin box) X Ex: 44-541800 Contract/P.O. Yes No RFP/RFQ/Bid#: Required: X RFP# (Enter X in box) Strategic Plan Yes No Strategic Plan Priority Area: Strategic Plan Obj./Strategy: Related X Enhance Organizational - (list the specific objective/strategy this (EnterXin box) Bus.&Economic Dev 1-1 item will address) Public Safety Quality of Education L] Qual.of Life&City Image Communication 0 Sponsor Name City Manager Department: City Manager Short Title: Temporary Streets Asphalt Repair. Staff Summary: The purpose of this request is to piggyback existing municipal contract with the City of Lauderhill, for qualified professional services to achieve Minor asphalt installation and repair. All Patches will consist of cutting, removing existing asphalt to produce a square edge, install compactable fill, install up to 2" of asphalt and roll for compaction. The Project will be conducted to 147Th Street and NW 22nd Avenue, 147th Street and 22"d Court, 147th Street and NW 23rd Avenue, and 147th Street and NW 25th Avenue. The timeframe to complete this project is expected to be in two weeks.The temporary repair will enhance driving comfort, and safety. Proposed Action: Staff recommends piggybacking active bids to access qualified vendors to provide temporary asphalt patch/repair to the following areas: - 147th Street and 22nd Avenue - 147th Street and 22"d Court - 147th Street and NW 23rd Avenue - 147th Street and NW 25th Avenue Attachment: 1. Agenda 2. Pioneer Cnstruction Management Services, Inc Quote 3. Street Maps 4. Award Letter from the City of Lauderhill wir W ate January= Pioneer Construction Quote# q-02- Management Services, Inc, Lastorrer 1r. Oi=L33054; 371t SV% 47th Avenue, #203 LSxptra*_ion Date Davie, H.33314 L(i(I I54ns To Aria Aastin City of Opa-T,ocka Flonda 12Q50 Leeune(NW 42nd_\vc Opa Locka,PI 33054 30 7053-2828 Ruel Miles 147th Street Asphalt Repair Net 15 DD Asphalt Patch Repair at 147th Street and 32W 22th Ave _00 Asphalt Patch.Repair at 140th Street and NW 22nd Court 1 IP Asphalt Patch,Repair at 147th Street and NW 23rd_Ave 3 10 25th O0 Asphalt Patch,.Repair ar,4"th:Street and_..; 2.,�,.Ave_, The Turoposal _s vase d Dr the a rears den tr=ied ci roe a7tac _d zone -rap _1 1 goat:hes of:uttIng,r_ _,,g ex st:rig as_r al,.eo n.oduce a scuare edge.nsta .cornpac aC e :.sta.! asphalt and_oil for:.o. par"'_c All surrounding arears that work i_s performe,d _re swept ...f., -,,..a..,...,. e;0c,03.arre..,.3,1bject is ..s:.c_.te!c v lax 0,0011.00 Thank■ou for tour business: • w,W'? 7, • mic• ,Mr•etJ\h ; p � v �_ � x"°""..— 03 CO\�'. i l�ive CI -o 1 •II � '' f\r m G -E _ 1, t. °�>. %.-- y • may: - �t} ... y... Est . •-r12 d.y4` tot '� ' \ c' d c. yf. r ` ,.!' .,s, �, , i its t #r L �-•11'• '-17 /a � '.} \ T rx 'Pc CO co o 0 \ � 0 f NV 1nC L''''' 1 ON p Ty co o. co C0 � v.. J� ■ w Cj N co 0 $ l u - 'Y et Cxi o # r N CNJ O 3 ;a ____ a - .0 C _ fr le 41'...lir...! 1.- ' !..,_,I .,:_; . \AP'-k,,,0, %., _E © Z e �j t CD t' Jelar co - Mme Cl. !' 1 '? i ` f 'NW - Q 'r 1 t r• .u� t t;.. N r'- i .i t z ' y p Z pr -t w N maim cn '3 SSee9➢1� Nli t�(� +632rinbe .. 4 ti„F S' t. 1 I m° Z `` Ili, 'fit ° t l °i y1(J ■1{ C • M a•CO F. c - Y - co ! rS t � I■ E 0) C r • J! 1;t hr N1Y17i1<A' O O II — T.7,:' - ....t.e i--,;(0 i I, ,, li ,,„,,, ,Lu_. sy...�.y�/Q� O C7 f . ���// e' ,.. ?iy iy xr-, iii Er L :-.. -- -, 2 •--- . '5 0 — La • 0 ...1. — . . ,. ---.--.. ' F. c 0 ... NW 22nd Avc NW 2.2nd Ave co z z 0......v 1•4q,' 0 4ve 01.- 2 NW 72nd/4ve NW 22nd Ave rs a , CV P.- ---• II- CO in _ P. a, cl o u ro t ... O 0._ Tr 0. ,, = o .,, c, a ...- Ct. ,., E 2 cii as co Oi CO — X 0) 0 , ,.... 6 „t- o 0 S t-_,.. al es 't.. r- z n Cs E c iii e N co „ L o. CO N O T. en MI co o 8 IT, c m •- O o tr. ra .2'In: c CI <>co cca o CO cao w ' o v s cn CV I— 0 en Q 0' reg V X Z r 0 cv Cl) D- a c., > IP CO Z CO U3 03 ctS a 0 co (7? co 0 to cv rs. Csti -0 ,2 i Imo @ Tr 3 e7, 2 z -.3 . , 't 4 CI CO .1- 7, 0 .1- kr a•D t tti C 0 Ci) • E .T. c E in. 0 . ,7., . c 0- gra 7 t -I- =.: '-- ac An + CV + , c• ,,,, -t,,,,, z + CO CV I 0 c': 0 ± CO til - 0 + z; 6 ■.:.-. 5 E 7 a. it (1. 0' 2' 0 Tr ..- + (13 ,-- 2 a o 0 La 0, _,- CO 01.467::-7 I A■■ < c.r) CD as r4v,..,--■ (.,, r,v,2:1--11'• t.; 2 0. CO r.I1'.'Th'I CI 1•31r.ISI i5 E 1.../.. "Ito to Cr) . 8 a . 0 .. E ,,,. 11,, co co LID 5 1:: 0" ... x ?... Z C) _Nr r I ..... . E( 04 0 c :al 2 3-- ,0 ■-- iii .9- = ,- ...-.. .. ..., ,-.7 .c Richard MAYOR . Kaplan,Esq. CITY OF LAU D E RH I L L Charles Faranda VICE MAYOR DEPUTY CITY MANAGER M. Margaret Bates Desorae Giles-Smith COMMISSIONERS ASSISTANT CITY MANAGER Hayward J.Benson,Jr., Ed.D. , ,ca„r Kennie Hobbs,Jr. Howard Berger iiip 'i ( : CITY CLERK Ken Thurston Andrea Anderson FINANCE DEPARTMENT Purchasing and Budget Division AWARD LETTER February 14, 2018 Pioneer Construction Management Services, Inc 3711 SW 47th Avenue, Suite 203 Davie, FL 33314 Re: BID 2018-006 Supply and Installation/Construction of Concrete Sidewalk,Pads, Curbs, Speed Humps, and Minor Asphalt Installation and Repair Congratulations, this letter is to inform you that your firm has been selected to provide Supply and Installation/Construction of Concrete Sidewalk,Pads, Curbs, Speed Humps, and Minor Asphalt Installation and Repair for the City of Lauderhill. The evaluation committee's recommendations were approved by the City Commission on Monday, February 12, 2018 at 7:00 P.M not to exceed 325,000.00. As the City of Lauderhill is expecting this service to begin immediately, please forward your W-9 and certificate of insurance which list the City of Lauderhill as additional insured. All requested information must be emailed to kwhite(alauderhill-fl.gov, on or before, February 21, 2018 for continued consideration. If you have any questions regarding this letter, please do not hesitate to contact me. Thank you for your interest in doing business with the City of Lauderhill. Sincerely, /4w LI ktu ttl Kentrea White Purchasing Agent II kwhite@lauderhill-fl.gov 5581 W. Oakland Park Blvd. • Lauderhill, FL 33313 • PH:954.730.3030 • FAX:954.730.4227 www.lauderhill-fl.gov DOCUMENT 00020 ORIGINAL NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the CITY OF LAUDERHILL is seeking sealed bids for the following work as specified: SUPPLY AND INSTALLATION I CONSTRUCTION OF CONCRETE SIDEWALK, PADS, CURBS, SPEED HUMPS,AND MINOR ASPHALT INSTALLATION AND REPAIR BID NUMBER: P 2018-006 CITY OF LAUDERHILL, FLORIDA The City of Lauderhill will be accepting sealed bids from Contractors up to 10:45 A.M. EST. on December 18.2017, in the City Clerk's Office,5581 West Oakland Boulevard, Suite 421, Lauderhill, Florida 33313 and will be opened at 11:00 a.m. in Room 135. Bids received after 2:45 p.m.will not be considered and will be returned unopened. This bid is for the supply and installation/construction of concrete sidewalk, pads,curbs,speed humps and minor asphalt repair or installation city wide that conforms to the attached City of Lauderhill's specifications, in the City's Parks and right-of-ways. Proposed unit prices must be valid for the entire specified period and work will be on an"as-needed"basis,subject to budgeted funds availability. No quantity is implied by this solicitation. The City anticipates an award for 2 years with a possible one year extension. Bids will be based on the complete work advertised in the bid documents, based on unit price items. Bids based on a portion of the work will not be considered. An original,four(4)copies and one electronic copy in PDF format of the bid must be submitted in a sealed envelope bearing the words:,"BID 2018-006:Supply and Installation/Construction of Concrete Sidewalks, Pads, Curbs,Speed Humps,and Minor Asphalt Installation and Repair", to the City Clerk, City of Lauderhill,5581 W, Oakland Park Boulevard Suite 421,Lauderhill, FL 33313. Emailed and faxed Bids will not be accepted. All bidders must register online with the City of Lauderhill. The direct link is: http://www.colvendor.com Documents may be examined and obtained on and after November 20,2017 at the City's Website and DemandStar. Responsible questions regarding this offering may be directed to purchasing a Lauderhill-fl.aov. The last date to obtain the contract documents or ask questions is 7 days prior to the due date or December 18,2017. Responsible questions regarding this RFP offering shall be sent via email: purchasing @lauderhili-fl.gov. Bid security in the form of a Bid Bond or certified check made payable to the "City of Lauderhill", in an amount equal to five percent(5%)of the bid, must be submitted with the bid. Bidder must use Bid Bond form provided. No Bidder may withdraw his bid within 90 days after the actual date of the opening thereof.Guaranty Bonds in the form of a 100%Construction Performance Bond and a 100% Construction Payment Bond will be required upon award of bid. The Public Entity Crimes Affidavit must be completed in its entirety and submitted as part of the bid. DOCUMENT 00101 BID CHECKLIST Bid No: P2018-006 Bid Title: SUPPLY AND INSTALLATION I CONSTRUCTION OF CONCRETE SIDEWALK, PADS, CURBS, SPEED HUMPS, AND MINOR ASPHALT INSTALLATION AND REPAIR. COMPANY NAME: Pioneer Construction Management Services, Inc. PHONE: (954)893-6021 FAX: (954)893-8013 BEFORE SUBMITTING YOUR BID PLEASE ENSURE THE FOLLOWING: A check mark indicates your compliance. 1. The Bid Package was read in its entirety 2. Bid Form 00300 was completed 3. Price Bid Sheet 00300A was completed 4. Bid Bond was obtained and sheet 00401 was completed { 5. Public Entity Crimes Affidavit Sheet 00402 was completed 6. Bidders Qualification Form 00420 was completed. Evidence of Insurance and copies of applicable licenses are attached. 7. Sub Contractor List 00421 was completed. 8. Litigation History form 00450 was completed. a Non collusive affidavit 00480 was completed 10. Debarment certification 00490 was completed 11. Certified Resolution 00495 was completed 12. All Addenda were received and acknowledged 13. One(1) original and two(2) copies of the bid are being submitted with the Bid Number and Bid Name clearly marked on the envelope in which the bid is being submitted. BID is being submitted prior to the deadline. FAILURE TO PROVIDE THE REQUESTED DOCUMENTS MAY RESULT IN YOUR BID BEING DEEMED NON-RESPONSIVE. THIS PAGE SHOULD BE RETURNED WITH YOUR BID THIS SHOULD BE THE FIRST PAGE OF YOUR BID, END OF DOCUMENT DOCUMENT 00300 • BID FORM SUPPLY AND INSTALLATION /CONSTRUCTION OF CONCRETE SIDEWALK, PADS, CURBS, SPEED HUMPS, AND MINOR ASPHALT INSTALLATION AND REPAIR Bid No: P 2018-006 Date: December 18,2017 BID TO: Honorable Mayor& City Commission City of Lauderhill SUBMITTED BY: • Pioneer Construction Management Services, Inc. Company Name 3711 SW 47 Ave., Ste.203 Street Address Davie, FL,33314 City,State,Zip Code The undersigned, as Bidder, hereby declares that he is acquainted with the site of the construction as shown on the drawings and specifications and has fully acquainted himself with the work to be done; that he has thoroughly examined the Drawings, Specifications and all Contract Documents pertaining thereto; and has read any related documents; all as designated under the City's Bid Number P 2018-006 The Bidder proposes and agrees, if this proposal is accepted, to furnish all necessary materials, tools, construction equipment, all necessary transportation, labor and supervision to complete the construction as shown, detailed and described in the Specifications and on the drawings. It is understood by the Bidder that the quantities in the following quotation form are given for the purpose of bid comparison only. It is understood by the Bidder that all bid item amounts shall be submitted. In the event any item is not included,the Owner may reject the bid. It is further understood that certain portions of the bid document may be deleted from the awarded contract at the Owner's discretion. The Bidder agrees that, if awarded the Contract, he will completely ratify the Contract Documents within 15-calendar days of the Notice of Award and shall be fully complete within 90 days from the date of the Notice to Proceed. IF BIDDER IS AN INDIVIDUAL City of Lauderhill BID 2018-006 00300- 1 By: (SEAL) (Individual's Name) doing business as Business address: Phone No.: IF BIDDER IS A PARTNERSHIP By: (SEAL) (Firm Name) (General Partner) Business address: Phone No.: IF BIDDER IS A JOINT VENTURE By: (Name) (Address) By: (Name) (Address) (Each joint venture partner must sign. The manner of signing for each individual,partnership and corporation that is a party to the joint venture should be in the manner indicated above.) City of Lauderhill BID 2018-006 00300-2 • • IF BIDDER IS A CORPORATION • By: Pioneer Construction Management Services, Inc. (Corporation Name) Florida (State of Incorporation) Dyan R. Miles me of Person Authorized to Sign) President (Title) Phone No.: (954)893-6021 (Corporate Seal) Attest: Dyan R.Miles (Secretary) Business address: 3711 SW 47 Ave.,Ste.203,Davie, FL,33314 Phone No.: (954)893-6021 END OF DOCUMENT City of Lauderhill BID 2018-006 00300-3 SECTION 00310 PRICE BID SHEET • CITY OF LAUDERHILL Name: Pioneer Construction Management Services,Inc. Print or Type Name of Business or Individual Address: 371.1 SW 47 Ave., Ste.203, Davie,FL, 33314 Phone Number: (954)893-6021 Fax Number: (954)893-8013 Contractor's License Number:CGC1515488 Bid items All bid items shall include costs for all materials, installation, equipment, labor, supervision, permit fees, taxes, insurance, bonds, miscellaneous costs, and Contractor's overhead and profit. For purposes of evaluation of this bid, the winning bidder shall be the one with the lowest total price for the following quantities of items. However, no quantity is guaranteed by the City and the unit prices given by the bidder must be guaranteed for the period of 2 years with the option of a one year extension. Item No. 1 Typical Speed Hump: Supply and installation of one 12' asphalt speed hump in accordance to City of Lauderhill speed hump detail (R-29) One 12' asphalt speed hump X$ 3,050.00 =$3,050.00 THREE THOUSAND FIFTY DOLLARS In words Item No. 2 Typical Pavement Restoration: Supply and Installation of One 12' x 12'(144 square feet) asphalt patch/repair in accordance to City of Lauderhill pavement restoration detail (R25, R26, R27) One 12' x 12'(144 square feet)Asphalt patch/repair X$5.00 =$720.00 SEVEN HUNDRED TWENTY DOLLARS In words City of Lauderhill BID 2018-006 Item No.3: Typical five feet(5')wide sidewalk: Supply and installation of 200 linear feet of Sidewalk, five(5)feet wide and four (4) inches thick, conforming to City of Lauderhill specifications R-12, R-16 and R-17. 500 linear feet X $21.00 per linear foot = $10,500.00 TEN THOUSAND FIVE HUNDRED DOLLARS In words Item No.4: Five feet (5')wide sidewalk at driveway: Supply and installation of 50 linear feet of Sidewalk,five (5)feet wide and six(6) inches thick, minimum 3000 psi concrete reinforced with 6"x6" 10/10 welded wire mesh, conforming to City of Lauderhill specifications R12, R-16 and R- 17. 50 linear feet X $28.00 per linear foot = $1,400.00 ONE THOUSAND FOUR HUNDRED DOLLARS In words Item No. 5: Steel Reinforced Concrete pad: Supply and installation of one 20 feet x 10 feet (200 square feet) pad, 6" thick, minimum 3000 psi concrete reinforced with 6"x6" 10/10 welded wire mesh 200 square feet X $5-39 per square foot = $1,078.00 ONE THOUSAND SEVENTY EIGHT DOLLARS In words Item No. 6: Type "F": Supply and installation of 50 linear feet of"F" curb per attached City of Lauderhill specification R-20. 50 linear feet X $17-00 per linear foot = $850.00 EIGHT HUNDRED FIFTY DOLLARS In words Item No. 7: Type "D": Supply and installation of 50 linear feet of"D" curb per attached City of Lauderhill specification R-21. 50 linear feet X $17.00 per linear foot = $850.00 EIGHT HUNDRED FIFTY DOLLARS In words City of Lauderhill BID 2018-006 item No.8: Permeable Concrete Pavers: Supply and installation of 100 square feet permeable interlocking concrete pavers (Oldcastle Uni-Ecostone or approved equal) including a 12inch crushed stone base, sub-base and bedding course per attached specifications. 100 square feet X $5.00 per square foot = $500.00 FIVE HUNDRED DOLLARS In words Item No.9: Handicap Ramp: Supply and installation of one(1) Handicap Ramp in accordance with FDOT index 304 including detectable warning pad. 1 unit X $550.00 per unit = $550.00 FIVE HUNDRED FIFTY DOLLARS In words TOTAL Total Bid Price (sum of items 1 to 9 above) _ $19,498.00 NINETEEN THOUSAND FOUR HUNDRED NINETY EIGHT DOLLARS In words I, the undersigned, declare that I have thoroughly read and examined all documents and specifications related to this bid and, if I am the winning bidder, agree to supply/construct/install finished product according to these documents and specifications. I understand that the quantities given in this quotation form are for the purpose of bid comparison only. I further understand that all bid items must be completed and incomplete bids will not be considered. Dyan R. Miles ��� _ Printed Name of Person Authorized to Sign Sign President December 18,2017 Title Date City of Lauderhill BID 2018-006 DOCUMENT 00401 CITY OF LAUDERHILL BID BOND BIDDER:(Lame and Address): Pioneer Construction Management Services,Inc. 3711 SW 47 Ave.,Ste.203,Davie,FL 33314 SURETY:(Name and Address of Principal Place ofBusiness): Great Midwest Insurance Company 800 Gessner Rd.,Sixth Fir.,Houston,TX 77024 OWNER:(Name and Address): CITY OF LAUDERHILL 5581 W.Oakland Park Blvd Lauderhill,FL 33313 BID:BID DUE DATE: December 18,2017 PROJECT TITLE: SUPPLY AND INSTALLATION/CONSTRUCTION of CONCRETE SIDEWALK, PADS,CURBS,SPEED HUMPS,AND MINOR ASPHALT INSTALLATION AND REPAIR. BOND:BOND NUMBER: N/A DATE:Not later than Bid Due Date): December 13,2017 PENAL SUM: 5%of Bid Amount IN WITNESS WHEREOF,Surety and Bidder,intending to be legally bound hereby,subject to the terms printed on the reverse side hereof,do each cause this Bid Bond to be duly executed on its behalf by its authorized officer,agent,or representative. BIDDER SURETY Pioneer Construction Management Services,Inc. (Seal) Great Midwest Insurance Company (Seal) Bidder's Name and Corporate Seal Surety's Name and Corporate Seal / ��� - \ 9 y � r By. -6? g.- 4 > 6 , Signature and Title Steven Golia Signature and Title Attorney-in-Fact(Attach Power of Attorney) n Attest: Attest: 14.t) ;yfg Ar- Matt Golia Signature and a Underwriter Signature and Title Note: (1) Above addresses are to be used for giving required notice. (2) Any singular reference to Bidder,Surety,Owner,or other party shall be considered plural where applicable. 1. Bidder and Surety,jointly and severally,bind themselves,their heirs,executors,administrators,successors and assigns to pay to Owner upon default of Bidder any difference between the total amount of Bidder's bid and the total amount of the bid of the next lowest,responsible and responsive bidder as determined by Owner for the Work required by the Contract Documents,provided that 1.1. If there is no such next lowest,responsible and responsive bidder,and Owner does not abandon the Project, then Bidder and Surety shall pay to Owner the penal sum set forth on the face of this Bond,and 1.2. In no event shall Bidder's and Surety's obligation hereunder exceed the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents(or any extension thereof agreed to in writing by Owner)the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents. 3. This obligation shall be null and void if 3.1. Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents(or any extension thereof agreed to in writing by Owner)the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents,or 3.2. All bids are rejected by Owner,or 3.3. Owner falls to issue a notice of award to Bidder within the time specified in the Bidding Documents(or any extension thereof agreed to in writing by Bidder and,if applicable,consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner,which notice will be given with reasonable promptness,identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue notice of award agreed to in writing by Owner and Bidder,provided that the total time for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Bid Due Date without Surety's written consent 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid Due Date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. S. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond.Such notices may be sent by personal delivery,commercial courier or by United States Registered or Certified Mail,return receipt requested,postage prepaid,and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer,agent or representative who executed this Bond on behalf of Surety to execute,seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any • applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length.If any provision of this Bond conflicts with any applicable provision of this Bond conflicts with any • applicable provision of any applicable statute,then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. • 11. The term"bid"as used herein includes a bid,offer,or proposal as applicable. { ••• • •WARRN'iNG:•THIS:'POWER OF ATTORNEY LS INVA1.UD.t. n 1IOUr`:`1` RED •BORDER:. •. . POWER;.. :OF• Great . . ..... ..:....... ..: .. ..: .:. Ma ..:..... :. : . .....:::.:....:.: .:• ...... . . .:.:.:.: :. Attorney-In:FactNo 130:; > :';:: :::. • •..:: .. .:.. :. t. :.a. -..: . ;:.c.;..:. ::.:....od l"or '........el...;:.. .. :: :::.: :: ' ;;KNbW.ALL:�E1XTHE�EPRE . S:..T. a. re.:a :.idwes:,I.n.su ..:..:r:..:,..:Co mp :Yy is a o� orat n'. .uy ::.. .:. . . under the laws ofthe 5ta�te of Texas(the"Company"),and that the•Company does.herby make,constitute and;appoint:• •:::::.::•••:::••••.:. .. t@ven ..:. : ...... ...:,.. .... .. • :af:.:HadtYonfi .:.:. axeaat seal and: [3f.the.Ci .. . . 'State::of.C�Iew,Jer„ ... art-#pact:. tta true and Iavi%ftit A S �':� ....: . : -:... �►` an :>and•:.all.::bonds'. reco :races :conditional undertakin s:':and.:�otber.::writiligs::obligato .: in.':•the.:nature ; •�gkttowledBe.... .y .. .. .:. . ........:..�... ::::Bn!za::.:.;:� ...:::.::;::..:..:.-.::.::::..:.:.:.:...,�!'�...:.::,..,, ... .::.. :., ..:: .:..: .. .:�'...:: . . :...:: . ..: m ores.ut:: e':::;business•"of.: uarantr in",.... e::.fiideli of .:rsi ns,:. uaranteein.. :the:•thereof.::.pn... tiehalf,of the., Co..:Pa:...•.:;-;........:... :.....::.......:....:.: ..... . . . :... .... ....... :••••••••:::.•...••••„:••;•••.:::.,„:;:::::::::• performance.afaton its:and:execud. uirsd or ttti:d>n •ita or:6!u. .. �:!:hCUds ands�ildea'takUi$s'req:'.:.. :lua�'t: :..::.:::any.actions or. .:.:<' .:•aranteei ceedm allowe l by law;;';:. ;:::::.:. ....he om anies:havecatlse isanstrurrrnent`ta`: esi ....d::asn:tfieir:co • re:••scatsta: :h :: :::: ,': ,.: : :> :.;:.. ::lt!t;W'I'1�11 ;VVHEI�I.�QF,t..::;: . p.. .::.:....:....: :: .:.:::.:..:. ......::..: : : .:::.. :::. ..:.:.::...... ....>:� :.:....> . ........: .:.:.. :..., ..;. ::.. ..... .. ... . ; : :•: ,.:a . Decem er.,.: ••s20,;:, :, .::: ,...............::.:: ..::: :affiXed;this: L� day o f, ...: :. .. . :....: ...: ..:... .... ..... .. Gre t Midwest 'surancf;.C`om ati ......... State.ofTexi�... :.':.;.::;:. : :.' ?y ..• . .......:....1:.:.... . ..:..: ..... o Houstoitss., e:S#tauuty,VP: _: : :d°!C-oirnpl fian ce .. ..::.... .. .:.. .. .... .:... • ::: ...::... ....:.:::.:.: >. ......: o : :I3ece. b .:;:':,:.::':;::2;0::17`:;:::tfefore=r[e':.::::".onai# :;Iesle'. hauuty.. . . ter+;- ih�s:;�;,;�;3 ,. . . ay �` acknowled d herself;to be the vice President,of;Great Midwest Insurance Company and;that she, as, such, being, , authorized co to do.;executed:the foregoing instrument for the purpose;there•in contelned by signing on behalf of 0:.i.e; . .•. .......: atio herselfas'a du;..authorized of c r..:..::'.:::. :::::..: . . e±nt'poj► ;. ::In Witness.Whereof;:;I..hereuuto:set'my:...and;en:;offic.al.seal;`; :`;:.=.:::,:.......„........:•:.....„„ , ... ..,••.. , My Commission�xpit�tlia l+i day o f':Apx#I, t ;: Cln3at7na Bishop,td" Public . . .. . . ... :.,:.:: A. RIST . . . :::;.... �.::-0/(L•'•!7'... .:<:.� t :.:f►tibtic..State:at.:ens... ::::.......... ..: .:...• .. .... .:.:: ice. . ......- ..::.....:....::.. �r Vii...... xp... ..... .•::':... .:•.'....:• .•:..•::::::: :•• ..':'::: ..:..r •••Diary. rat , . . : :;..• .•• ;:,:: OF�k .... ........:.::.:...:: :•:::;:.::.. .>THI5 .. . ''Y:!4:iNVA1:p'NY11ltDt 'I34E:'ltEp •Rb23[F::..: ;:...; .:.;;:..:::;.:..:......;" ; :.:' ;: .: : :':: :.:::;:• •..:.'. ...:.: watt ;'.THtS::POW1?tt7�:AT'F[�RFfEY1 SINVAtdR]ACil7�C)13f.'I3�;RBORDER"':.;;'':;:.,:..:.'.`' ::. ':;'; ;' ••••'" . ' 'this P'o of'::.,. . is gr... ,..... ..wer:, Attorney.is.granted:::'under and::.by:.:the'.:auNron ,.a�f:the::folltrw 'resulut,csns;.ado• . Directors:of Great:Midwest Insurance Comp ..n :. ::.. . .........'tY..:.:..... . .. 1ng. . ..:.:....... pied by.:ttie �oartls of:':' ::::; pa Y�which.resoluhQns.;are pow.:m:full:force and:e, reading as..follows;. ..:..'.': '. ' -...: :. :: . ' It .SOLV1�l:that:;. ,.: ...s -is, . the Presisiertt„or otftcer,be and hereby.is,authorized to.e t,##orneys to-Fact to repcesenft end•act for:and=on;behalfof .:. ... .........:.. : ..... ..... : .....ds, :.alert. .., ,.:..: ,;.... .i ........ : the.Company to execute bonds,undertakings,recd:.... ces atrci.other contracts of indemnity and,::.•writings obligatory in the•nature thereof,and to attached thereto the corporate seal of the:Company,in the;transaction of its• . . ...::•,.:.:: : surety': ustriess,:':;::;:::<:::..::::::::::::: ::::' :':: ::;; ::::: :.:: ' ;>:... :<::..:;.::.;':.::.. >': ::..::.::.:: .:.,.,.:.,,:; ::..::.,.:...;.::::-....:.•• : .. :...:.•RESOLVED that:rhea:signatures:'and:'attestations;of.such officers and the:.•seal::of:.the::Co ma .be affixed'<to an .such :< <` . .:...........:: .. . ................ ... ..... . ...: ;PoWar;ofAttorneynr�any..:certrfcaterelat,ng•;hereto::byfacsuni]e;and;:any.:such.Power,of Attorueyor.:certificate::'bear such facsim le,signatures or:lhcsimile seal shall be valid and bindin the when so affixed with any;bond,undertakin ,reco nizanceand othercontractof.in..demnity and:wrltin ob! . ...::.. !i� $n:. .. .... .. .... .... :... ..... . . .... . .....tY.. :....:...... 1>"..... ':m:the�sse:thercof;'::..:' .;..::,• ::.•� :;: .. ':::. i::':: .:: .:•LVED, a :an .'su -. ._ ... .:'deli:..:..;.......:.:. .:..: : ca,..::. ..': • :; ., ,;RESb..-„.:.., ,.tl�t,.. y ch Attorney.tn,f?act, ....veru►g;s.,secretac�sl.;certrficatton:that:;the.:fiore ..m :resolutions'`sfitl be:i :: ' l�,.g e Zct may insert in'such certification the date ther of:.said date to be not later than the.date of delivery tbers of::by such:' :A me -t ..1 ct.tYnd:.. • tit► tx. <::':.:.:'-..:,,.::...::. :.....::... ..:.-'':::,.,.:. .:..:..:::.:.::.:.:::.':::.:.:::::,..:.:.. ” F ,l, .. ..,: SOI VED, that•:all.ac ons:>heretofore'.:t ken:: . ..:.::. .. tJR. IRl .:... ....:.... ,.:: ... . .. .:.h9.... .. ... .... .....a. ......by,the..;Directors.and.:all:'.th.:.'':':'lorie;b ;.::their:al!.thorit...:in .•:• .:connectio :.with; ..nsdescribe he" .. ...,::ire':and the"a ,......ro • tt.. ::.::,tbn•'d�ansnci�a....... ....nbcd....ceinf.... :s:....:. :..s.:.me are:h±sret�:::rettfied�a.:.:oved.and...ado ted:`in:;ail: .:..sects:?• `:" .............: :• as the acts deeds sftlte corporation. • . ..... ..::... . I,Leslie:Sliaulity,.the undersi d,'Secreta::. ,:of Great.:lulidwest:I surance'.Com n :•do':hereb ..certt. .:that'the•'above'�and i•"gg:is a:true:a■... .... ... ... .. •6�0. : ......:.:..nd.cmrctco yof.tl�•PCwst.of.A .b .said::Corn ..... wh if:ia'tti`Evil:foi e'i3nd�c#fe+r:and•iesriot.•'•;.: .. . ...... .;.:-. .:.:....... . , ,.:..-.P .,....... ..:.. :..:.....:...: :,., :,�3�,..Y... : .:..:Pam. .:,.....:.:. :..:.:. ......:... ...• .,...wens nevbked.:...:....:....:.. :...:: ;.. . .. :. :. :; ' ::: -.;..:..::...:.. ., ::.::•ESTIMO ...'.' VI�I•IERE I `ve..a :'.. :to!.s >..:. .:... ;..`13th .:. :..,. .:. .. IN 1'.. ........:.. NY: . . .._UP, ha ...h„rear.. ..et my hand and..affixed titersealsoiFsaid.Compitries'tiis;. day.:.. ...... . :: .. .:•of;December ,2t) Z .........:::.:...... .:. .. .... . ....... .. ... . .... ...... .: ..... ..... .. :.:. ..... .:.. ...... .:.: : . .. .... ... .::.....:. .. :........ . . Leslie... >..::-:... '... : ::...::. t t :tE ! .: l.ianceci.;. ... i c...—:.w P..:er lea.si se.: .:. •nt:us•:at:co rip. .:. ..hi..cht h i te o rn Po: :::: • •`•,: ':'..••'.•• f the wnd:ta w..:... ••:::.:: all:18U:a.:.; 29-,'.1.,6d. ao code••-a•c:o :< ower of::AtornYI..•. ..:in:dividuas..:an .: a • •• :refer to:the:Atto . f this.P bove-named: -: .. . :.: ..hentic' .':o::....: ber hte:a1er the'`a :. n Fact:num ::::' o:vt. .;.: rneY-i attached. :HORDAR:::.:;.: . - .UT7lE] )DJYAImW1THOOFATfUNY�G: fFSPOWER : .:...:.:: ... ...:.: ; :. ....::.. .. . •••: . ..............:. ..: .. DOCUMENT 00402 SWORN STATEMENT PURSUANT TO SECTION 287.133(3) (a), FLORIDA STATUTES,ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. This sworn statement is submitted to City of Lauderhill,Florida by Dyan R. Miles,President [print individual's name and title] for Pioneer Construction Management Services, Inc. [print name of entity submitting sworn statement) whose business address is 3711 SW 47 Ave.,Ste.203, Davie, FL,33314 and(if applicable)its Federal Employer Identification Number(FEIN)is 41-2242680 (If the entity has no FEIN,include the Social Security Number of the individual signing this sworn statement: NSA 2. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to,any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud,theft, bribery,collusion,racketeering,conspiracy,or material misrepresentation. 3. I understand that"convicted"or"conviction"as defined in Paragraph 287.133(1)(b),Florida Statues,means a finding of guilt or a conviction of a public entity crime,with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989,as a result of a jury verdict,non jury trial,or entry of a plea of guilty or no lo contendre. 4. I understand that an"affiliate"as defined in Paragraph 287.133(1)(a),Florida Statutes,means: 1. A predecessor or successor of a person convicted of a public entity crime;or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person,or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity.The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Indicate which statement applies] Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners,shareholders,employees,members, or agents who are active in the management of the entity,nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners,shareholders,employees,members, or agents who are active in the management of the entity,nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders,employees, members,or agents who are active in the management of the entity,nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However,there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer of the State of Florida,Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. [attach a copy of the final order] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORM• - ': • a• D IN THIS FORM. [signature] rt Sworn to and subscribed before me this 18th day of December ,20'7. Personally known X n � OR Produced identifi Notary Public-State of Florida AI.VAROA A.MEDINA,JR. *; ., MY COMMISSION N FF 9591 T1 EXPIRES:June 9,2020 My commission expires 6/9/20 (Type of identification) :4 rnu Notary Pubic underwriters Alvaro A. Medina Jr. (Printed typed or stamped Commissioned name of notary public) END OF DOCUMENT DOCUMENT 00420 BIDDERS QUALIFICATION FORM SUPPLY AND INSTALLATION !CONSTRUCTION OF CONCRETE SIDEWALK, PADS, CURBS, SPEED HUMPS, AND MINOR ASPHALT INSTALLATION AND REPAIR. BID P2018-006 Please answer all questions as completely as possible, using attachments as necessary or required. 1. How many years has your organization been in business as a Contractor?Please attach all certifications, licenses, endorsements etc. (Attachment No. 1) June 2007 2. Describe the last project of this nature you have completed? City of North Miami-Citywide Sidewalk Replacement Project IFB No.05-15-16 3. Have you ever failed to complete work awarded to you: If so,where and why? No Name three individuals or corporations for which you have performed work and that will attest to your company's performance(list contact person(s)and phone nos.): City of North Miami Public Works Dept.- Rick Cade (305) 895-9878 - rcade@northmiamifl.gov City of Hollywood Development Svcs.- Frank J. Leon (954) 921-3900-fjleon @hollywoodfl.org Broward County Port Everglades-Jouvens Adrien (954) 468-3500-jadrien @broward.org List the following information concerning all contracts on hand as of the date of st proposal. (In case of co-venture, list the information for all co-ventures). NAME TOTAL CONTRACTED OF CONTRACT DATE OF COMPLETION PROJECT OWNER VALUE COMPLETION TO DATE **see Attached • City of Lauderhill BID 2018-O0E 1 4. 5. (Continue list on inset sheet if necessary) (Attachment No. 2) 6. Have you personally inspected the proposed work and have you a complete plan for its performance? Yes 7. Will you sublet any part of this work?If so,please list subcontractors in Document 00421. No 8. What equipment do you own that is available for the work? Dump Trucks, Dump trailer,Skid Steers(Bobcat),Concrete cut saws, Forms,Roller,Compactor,Cones Stump grinders,Concrete finishing tools City of Lauderhill BID 2018-00f • 2 9. What equipment will you purchase for the proposed work? None 10. What equipment will you rent for the proposed work? MOT Equipment City of Lauderhill BID 2018-OOE 3 11. Attach the Financial Statement of the undersigned to this document and furnish the name and telephone number of the individual who can best answer questions regarding this statement: Yasmin Miles (954)893-6021 (Attachment No. 3) 12. State the true, exact,correct, and complete name of the partnership, corporation or trade name under which you do business, and the address of the place of business. (If a corporation,state the name of the President and Secretary. If a partnership, state the name of all the partners. If a trade name, state the names of the individuals who do business under the trade name. It is absolutely necessary that this information be furnished.) Pioneer Construction Management Services, Inc. Correct Name of Bidder (a) The business is a (Sole Proprietorship, Partnership, Corporation) Corporation (b) The address of principal place of business is 3711 SW 47 Ave.,Ste.203, Davie, FL,33314 City of Lauderhill BID 2018-00E 4 (c) The names of the corporate officers,or partners, or individuals doing business under a trade name, are as follows: Dyan R.Miles,President 13. State your current insurance Experience Risk Modifier(ERM) 1.39 14. State your current bonding capacity $15 Million 15. State your current bonding obligations $3 Million 16. State your current bonding rate(%) 1.65% The undersigned guarantees the truth and accuracy of all statements and answers herein Signature of Bidder END OF DOCUMENT City of Lauderhill BID 2018-00f 5 DOCUMENT 00421 SUBCONTRACTORS LIST SUPPLY AND INSTALLATION /CONSTRUCTION OF CONCRETE SIDEWALK, PADS, CURBS, SPEED HUMPS, AND MINOR ASPHALT INSTALLATION AND REPAIR. BID P2018-006 LIST THE COMPANY NAME ALONG WITH THE TRADE AND THE APPROXIMATE VALUE OF THEIR INVOLVEMENT IN THE PROJECT. ADDITIONAL INFORMATION MAY BE REQUIRED UPON SUBMISSION OF THE BID AS DESCRIBED IN DOCUMENT 00100. I. N/A 2. 3. 4. 5. END OF DOCUMENT City of Lauderhill 00421 - 1 BID 2018-006 • * View.Attached DOCUMENT 00450 LITIGATION HISTORY FORM SUPPLY AND INSTALLATION /CONSTRUCTION OF CONCRETE SIDEWALK, PADS, CURBS, SPEED HUMPS, AND MINOR ASPHALT INSTALLATION AND REPAIR BID P2018-006 Please answer all questions as completely as possible, using attachments as necessary or required. 1. How many years has your organization been in business as a Contractor? 2. List all litigation in which your organization has been a plaintiff or defendant within the last ten(10)years. Bidders should be aware that prior litigation history can disqualify your bid. Attach additional pages if necessary. PLAINTIFF DEFENDANT 1. Brief Desription: 2. Brief Desription: 3. Brief Desription: 4. Brief Desription: 5. Brief Desription: 6. Brief Desription: — 7. Brief Desription: 8. Brief Desription: 9. Brief Desription: 10. Brief Desription: Pr4digassw ignature of Bidder END OF DOCUMENT 40 PICA► • Litigation Major Disputes CRISTIAN PORTILLO,NELSON GARCIA,ELMER PINEDA,JOEL MENDEZ,NORMA PORTILLO V.BEAUCHAMP CONSTRUCTION CO.,INC.&PIONEER CONSTRUCTION MANAGEMENT SERVICES,INC. The individuals were employed by a second Tier Subcontractor and filed a claim for unpaid wages. Case#1:12-cv-20205-JAL Filed on Januaryl9th 2012;United States S.D.FL. Status:Resolved'No Pending Litigation against our Firm' DIXIE METAL PRODUCTS V.PIONEER CONSTRUCTION MANAGEMENT SERVICES,INC. Dixie Metal filed suit for nonpayment of progress payment prior to Pioneer receipt of payment from the Owner. Case#13-00333CAC21 Filed January 4"'2013,17th Judicial Circuit Broward County; Status:Resolved'No Pending Litigation against our Firm' PIONEER CONSTRUCTION MANAGEMENT SERVICES,INC.V.KAUFMAN LYNN, INC. PCMS filed suit for nonpayment against Kaufman Lynn,Inc. Case#12-34019 Filed on October 2013 Status:Resolved at Mediation'No Pending Litigation against our Firm' LEE FOWLER AND ARSENIO BOYD V. PIONEER CONSTRUCTION MANAGEMENT SERVICES,INC. &BEAUCHAMP CONSTRUCTION CO.,INC. The individuals have filed a claim for unpaid overtime wages. Case#13-2083—C1V-ALTONAGA//Simonton;Filed on March 8th 2013;Status:Resolved;'No Pending Litigation against our Firm' HOWARD GRUNDLAND V. PIONEER CONSTRUCTION MANAGEMENT SERVICES,INC. The individual disputed the final wage claim. Case#14-6520 COCE 55;Filed on April 9th 2014; Status:Resolved'No Pending Litigation against our firm' MANNINGTON MILLS,INC.V. PIONEER CONSTRUCTION MANAGEMENT SERVICES,INC. Mannington Mills disputed the credit to apply to the final balance. Case#062013CA027045AXXXCE;Filed on June 20th,2013;Status:Resolved;'No Pending Litigation against our Firm' • ! '0 D&B TILE DISTRIBUTORS V. PIONEER CONSTRUCTION MANAGEMENT SERVICES,INC. • D&B Tile Distributors disputed the amount owed. Case#COWE 14-005343;Filed on May 30,2014;Status:Resolved;'No Pending Litigation against our Firm' CXT INCORPORATED V.PIONEER CONSTRUCTION MANAGEMENT SERVICES,INC. CXT Incorporated disputed the amount owed. Case#14-20308 4;Filed on October 27,2014;Status:Resolved;'No Pending Litigation against our Firm' FLORIDA TILE INC.V.PIONEER CONSTRUCTION MANAGEMENT SERVICES,INC. Florida Tile disputed amount owed. Case#14-012852 COSO Div.62;Filed on November 17,2014;Status:Resolved;'No Pending Litigation against our Firm' CITIONE FUNDING LLC V.PIONEER CONSTRUCTION MANAGEMENT SERVICES,INC. Citione Funding LLC.,disputes Pioneer Construction Management Services claim of predatory lending. • Case#2015-019834 Filed on November 6,2015;Status:Resolved;'Na Pending Litigation against our Firm.' • • • • ,t� DOCUMENT 00480 NON-COLLUSIVE AFFIDAVIT SUPPLY AND INSTALLATION /CONSTRUCTION OF CONCRETE SIDEWALK, PADS, CURBS, SPEED HUMPS, AND MINOR ASPHALT INSTALLATION AND REPAIR BID P2018-006 STATE OF Florida ) ss. COUNTY OF Broward ) Dyan R.Miles being first duly sworn,deposes and says that: (l) He/She is the President of, (Owner,Farmer,Officer,Representative,or Agent) Pioneer Construction Management Services,Inc. The Bidder that has submitted the attached bid: (2) He/She is fully informed respecting the preparation and contents of the attached Bid and of all pertinc circumstances respecting such Bid: (3) Such Bid is genuine and is not a collusive or sham Bid: (4) Neither the said Bidder nor any of its officers partners, owners, agents, representatives, employees or parties interest,including this affiant,have in any way colluded,conspired,connived or agreed,directly or indirectly,w any other Bidder, firm, or person to submit a collusive or sham Bid in connection with the Work for which t attached Bid has been submitted;or to refrain from bidding in connection with such Work;or have in any mann directly or indirectly,sought by agreement or collusion,or communication,or conference with any Bidder,firm, person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cr elements of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspirar connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the propos Work: (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion,conspirar connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owne employees or parties in interest,including this affidavit. By: Dyan R.Mi`�i ITS: President 2017 Subscribed and sworn to before me this 18th day of December 20.15_ My commission expires 6/9/20 ,,,,.�,, 114 ter, * MY COMMISSION#FF 959177 EXPIRES:June 9,2020 +'.„p raW Bonded lieu Notary Public Underwriters END OF DOCUMENT DOCUMENT 00490 DEBARMENT CERTIFICATION 49 CFR Part 29-Appendix B CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION--LOWER TIER COVERED TRANSACTIONS Instructions for Certification 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government the department or agency with which this • transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances, 4. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under 48 CFR Part 9, Subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR Part 9, Subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from covered transactions, unless it knows that the certification is erroneous.A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Non-procurement Programs. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. City of Lauderhill 00490- 1 BID 2018-006 The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions: if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred,ineligible, or voluntary excluded from participation in this transaction, in. addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION-LOWER TIER COVERED TRANSACTIONS (1) The prospective lower tier participant certifies, by submission of this proposal,that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. DYAI4 R.MILES</ PRESIDENT Signature/Authorized Certifying Official Typed Name and Title . p x Pioneer Construction Management Services,Inc. December 18th, 2017 Applicant/Organization Date Signed END OF DOCUMENT City of Lauderhill BID 2018-006 00490-2 DOCUMENT 00495 CERTIFIED RESOLUTION Dyan R.Miles , the duly elected Secretary (person's name) of Pioneer Construction Management Services, Inc. , a corporation organized and (Business Name) existing under the laws of the State of Florida do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. IT IS HEREBY RESOLVED THAT Dyan R.Miles (Person's name) of Pioneer Construction Management Services,Inc. The duly elected President (Title of Officer) (Business Name) is hereby authorized to execute and submit a Bid and Bid Bond, if such bond is required, to the City of Lauderhill and such other instruments in writing as may be necessary of behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Lauderhill shall be duly protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims,demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised revoked or rescinded. I further certify that the following are the name, titles, and official signatures of those persons authorized to act by the foregoing resolution: NAME TITLE SIGNATURE Xat5 City of Lauderhill BID 2018-006 00495- 1 Given under my hand and the Seal of the said corporation 2017 this 18th day of December , 201-5.• , r„r By man R; Miles Secretary -...` (SEf: f F t President Corporate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followe explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Lauderh that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so, on its behalf. Richard JMAYOR. Kaplan,Esq. CITY OF F LAU D E RH I L L Charles Foranda MAYOR ASSISTANT CITY MANAGER Ken Thurston Desorae Giles-Smith COMMISSIONERS CITY CLERK M. Margaret Bates �t Andrea Anderson Hayward J.Benson,Jr.,Ed.D. I I CITY ATTORNEY Howard Berger Earl Hall FINANCE DEPARTMENT Supply and Installation/Construction of Concrete Sidewalk, Pads, Curbs, Speed Humps, and Minor Asphalt City of Lauderhill, Florida BID NUMBER: P2018-006 December 6,2017 BID Due: December 18,2017 @ 10:45 AM ADDENDUM NUMBER 1 The following items are issued to add to, modify, and/or clarify the Contract Documents and Specifications. These items shall have become a part of, and have full force and effect of the Contract Documents and all costs and time involved to comply with said addendum shall be included in the Bid Price. Description of change: I. Revisions to Bid Plans II. Revisions to Bid Specifications III. Responses to Bid RFI's Question 1: We are interested in the above referenced project. Is there an Engineer's Estimate you can provide us? Answer: Approximately$300,000. - . 1. • '- addendum/ /°/e.//77 Signature Date PLEASE RETURN THIS ADDENDUM WITH YOUR BID 5581 W.Oakland Park Blvd. • Lauderhill,FL 33313 • PH:954.730.3030 • FAX:954.730.4227 www.Iauderhii-fl.gov MAYOR CITY O F LAUD E RH I LL MANAGER Richard J.Kaplan,Esq. �r , VICE MAYOR ASSISTANT CITY MANAGER Ken T urston Desorae Giles-Smith COMMISSIONERS CifY CLERK bftd M.Margaret Bates Andrea Andeison Hayward J.Benson,Jr.,Ed.D. 1 l $ CITY ATTORNEY Howard Berger Earl Hal FINANCE DEPARTMENT SUPPLY AND INSTALLATION/CONSTRUCTION OF CONCRETE SIDEWALK, PADS, CURBS, SPEED HUMPS,AND MINOR ASPHALT INSTALLATION AND REPAIR City of Lauderhill, Florida BID NUMBER: P 2018-006 December 13,2017 BID Due: December 18,2017 @10:45 AM ADDENDUM NUMBER 2 The following items are issued to add to, modify, and/or clarify the Contract Documents and Specifications. These items shall have become a part of, and have full force and effect of the Contract Documents and all costs and time involved to comply with said addendum shall be included in the Bid Price. Description of change: I. Revisions to Bid Plans II.Revisions to Bid Specifications III.Responses to Bid RFI's Question 1: I have looked through the city website but have been unable to locate the detail drawings. Is there any way that I could be provided with a link or direction as to the location of these details? Answer 1: Follow the link below—Lauderhill—Land Development Regulations— Schedule L Engineering Standards—Section 5 Standard Details https://librant.municode.com/fl/lauderhill/codeilland development regulations ?nodeld =LADERESC SCHEDULE LENSTPRLADEAC SIGEPR Question 2:Where can I find the City of Lauderhill Standard Road Details? (R-12,R-16,R-17,R-20,R-21,R-25,R-26,R-27) Answer 2: See response to Question#1 5581 W.Oakland Park Blvd. • Lauderh,'il,FL 33313 • PH:954.730.3030• FAX:954.730.4227 www.tauderhill-fl.gov Question 3: Is the clearing, grubbing,demolition,debris removal included? Answer 3:Yes,refer to page 31 of 37,Article 6.11 B Question 4:Is the MOT(Maintenance of Traffic)included? Answer 4: Yes,refer to page 31 of 57,Article 6.13 A Question 5:Is the Restoration included? Answer 5:Yes,refer to Section 00310-Price Bid Sheet,Item No.2-Typical Pavement Restoration Question 6: Is the Irrigation Repair included? Answer 6: The contractor will be held responsible for damages to the irrigation system. Uwe have read th- :rj - duly C � 2113 Signature — - gn Date PLEASE RETURN THIS ADDENDUM WITH YOUR BID S/i-CA 1 n pp m pp § g A g M M .1 ..1 en en n eel tn 1il m pi qs p 8 8 888888888 8 ms' b O -N r:. N i m p 0 a V v $ 1 � Z o m 1V m i V 4. 4 °' 8 , 8888 8 $ $ •S q to iry LI o `_`Y `p N b 4 1 Q •1v Cn ` 8 8 8 888 888 8 '., 8 N N m ri �Yp1 fH 4 ..; 1� Y�f N U1�1 tll Vim' N b N ,01 F O~i N vii imrl N m p p lk,,,,. �, 8 8 8888888 M r g n ui $ n M mn o N m 4 i m a mm iri m N m a 1.I C m $ o .m 1n A S n + n m a d 8 8 88888. 8888 8 N fi m i-1 • .-1 O YNJ Zt r 8 gi r°n 888 8 888 8 g EC $1 N m ri N m 'l Q Q iiiy///i Fla+" m i CO O n Emp •ear/-1 D m of iSaeS V iO 1� 5 N g .= 113 O fl N N N N r v�1 ny C M N m e1 N �i'ppf trtilpl ei ei O uim�� N O in O .N1 .1 0 0 0 0 0 8 P. 8 Y..4 i a- r r r r Y z r > a. z J .5 . TX m ti 1 o g ri --:4 t n el g 1E' 15 fmitl u Emu .1 j - lig885 `ii i. N E C 1 g § 101I 31112 t2 2 2uaLaipi2^ � mmu �QQ' SO' 0 0 0 0' 0 0 O g .°+ '.;1 M 4:37 PM Pioneer Construction Mgmt. Services, Inc 11/27/17 Balance Sheet Accrual Basis As of September 30,2017 Sep 30,17 ASSETS Current Assets Checking/Savings 10531•City National Bank of FL. 96,842.12 10545•City National Bank of Florida 101,211.81 Total Checking/Savings 198,053.93 Accounts Receivable 11000-Accounts Receivable 1,202,253.73 11010•Retainage Receivable 365,713.22 Total Accounts Receivable 1,567,966.95 Other Current Assets 12100•Inventory Asset 2,525.17 12600•Loan Advance 12,984.32 12601 •Loan 2,500.00 13500•Revenue In Excess -56,99543 Total Other Current Assets -38,985.94 Total Current Assets 1,727,034.94 Fixed Assets 16200•Building 16.35 15800•Machinery&Equipment 6,078.72 16900•Computer Equipment 4,166.28 18600•Accumulated Depreciation -2,295,86 Total Fixed Assets 7,965.49 Other Assets 12700•Prepaid Materials 4,108.00 18900•Security Deposits 2,972.25 Total Other Assets 7,080.25 TOTAL ASSETS 1,742,080.88 LIABILITIES&EQUITY Liabilities Current Liabilities Accounts Payable 20000•Accounts Payable 592,137.24 20010•Retainage Payable 238,372.18 Total Accounts Payable 830,509.42 Credit Cards 20595•Behalf 2,068.79 Total Credit Cards 2,068.79 Other Current Liabilities 21005•SUTA Payable -32,099.07 23000•Billings In Excess -27,890.04 24000•Payroll Liabilities -35,077.67 24801•Loan Payable City National -2153129 r 24803 City National Loan 94,935.06 24806•Merchant Cash&Capital -358,971.95 Total Other Current Liabilities -380536.96 Total Current Liabilities 451,941.25 def Sid N�1Page 1 4:37 PM Pioneer Construction Mgmt. Services, Inc 11/27/17 Balance Sheet Accrual Basis As of September 30,2017 Sep 30,17 Long Term Liabilities 26000.Loan Payable—Stockholder 117,047.78 Total Long Term Liabilities 117,047.78 Total Liabilities 568,989.03 Equity 28100•Capital Stock 1,000.00 28200•Opening Balance Equity -11,61125 28600•Retained Earnings 428,270.98 29010•Shareholders Contribution 610,569.70 Net Income 144,862.22 Total Equity 1,173,091.65 TOTAL LIABILITIES&EQUITY 1,742,080.68 • • Page 2 • 4:36 PM Pioneer Construction Mgmt Services, Inc 11/27117 Profit & Loss Accrual Basis January through September 2017 Jan-Sep... Ordinary IncomelExpense Income 30100•Sales 1319298.62 30300•Contract Revenue 2630299.36 Total Income 3949597.98 Cost of Goods Sold 60000•Cost of Goods Sold 199.00 50300•Purchases—Materials 871,087.65 52800 Auto and Truck Expense 2,219.69 63900•Equipment Rental 27,419,22 55100-Permit/License 19,984.78 57200•Subcontract Costs 1641314.36 67400•Miscellaneous Job Costs 11,739.91 Total COGS 2573964.61 Gross Profit 1375633.37 Expense 70400-Advertising and Promotion 3,840.99 71000•Automobile Expense 17,107.39 71400 Bank Service Charges 2,717.32 72400•Computer and Internet Expen... 1 0,719.26 72600•Charitable Contributions 2,677.12 72800•Consulting Fees 51,399.23 73800•Continuing Education 2,406.00 73900•Freight Expense 43,425.15 74200•Meals and Entertainment 4,958.77 76600•Insurance Expense 95,695.38 76620•General Liability Insurance 29,959.14 75830•Worker's Compensation 12,385.12 75800•Life&Health Insurance 7,560.88 78000•Interest Expense 120,350.73 76100•Janitorial Expense 6,272.94 76200•Legal Fees 23,368.79 76600•Business Licenses and Permi... 13,315.51 77200.Office Expense 8,223.30 77800.Outside Services 94,311.93 78000•Payroll 333,216.56 78010•Contract Labor 214,268.84 79400•Postage and Delivery 319.10 80000-Professional Fees 88,464.06 80400•Rent Expense 22,797/4 80600•Repairs and Maintenance 3,991.00 82000•Telephone Expense 6,939.97 82800•Travel Expense 5,340.41 83400•Utilities 4,738.52 Total Expense 1230771.15 Net Ordinary income 144,862.22 Net Income 144,862.22 115 Page 1 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 BALDIE, EDWARD A PIONEER CONSTRUCTION MANAGEMENT SERVICES INC 2255 SW 183RD TERRACE MIRAMAR FL 33029 • Congratulations! With this license you become one of the nearly aK:4, -xx r • one million Floridians licensed by the Department of Business and x j Professional Regulation. Our professionals and businesses range STATE OF FLORIDA from architects to yacht brokers,from boxers to barbeque r j DEPARTMEIN 'OF BUSINESS AND restaurants,and they keep Florida s economy strong. PROFESS/ L R GULATION Every day we work to improve the way we do business in order :?::.;.:08/21/2016 to serve you better. For information about our services,please log onto www.myflorirtaliCense.com. There you can find more CERTIFIED G a s a. ®NT ®,F2 information about our divisions and the regulations that impact BALDIE,EDW .s` T you,subscribe to department newsletters and learn more about PIONEER CON ° MENT SE the Department's initiatives. Our mission at the Department is:License Efficiently, Regulate x i Fairly.We constantly strive to serve you better so that you can �S Cl RTIFIED under°the'proyfstons of Ch.4ss FS. serve your customers. Thank you for doing business in Florida, t. and congratulations on your new license! w�,e�e 'AUCa� tote Ch DETACH HERE RICK SCOTT, GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION : CONSTRUCTION INDUSTRY LICENSING BOARD ` , LICENSE NUMBER CGC1515488' The GENERAL CONTRACTOR �o Named below IS CERTIFIED Under the"provisions of Chapter 489 FS. Expiration date: AUG 31, 2018 ❑ BALDIE,EDWARD A.,. 4 PIONEER CONSTRUCTI • AGEMENT SERVICES INC `t , j i' 2255 SW 183RD TERRA ,. � ? �•b �°�� % _ �� I MIRAMAR �'9 _ : d ..;-ter,,,. .5 ISSUED: 08/212016 DISPLAY AS REQUIRED BY LAW SEQ# 11608210003035 TOWN OF DAVIE BUSINESS TAX RECEIPT First-Class Mail PRSRT 6591 SW 45th St U S Postage Paid Davie,FL 33314 PDS Name and Location of Business Tax Receipt PIONEER CONSTRUCTION MANAGEMENT SERVICES INC 3711 SW 47 AVE 203 Davie, FL 33314 License Type: Contractors General Residential Licensed For&Quantity: Contractors General Residential 1 License#: 29 Phone#: (786)859-2000 Effective Date: 10/1/2017 Expiration Date: 9/30/2018 REFERENCE: MAILING AILING ADDRESS• : 3 TO: PIONEER CONSTRUCTION MANAGEMENT SERVICES INC 3711 SW 47 AVE#203 Restrictions: DAVIE FL,33314 COMMERCIAL BROWARD COUNTY LOCAL BUSINESS TAX RACE 115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, FL 33301-1895—954-831-4000 VALID OCTOBER 1,2017 THROUGH SEPTEMBER 30,2018 DBA:PIONEER CONSTRUCTION MANAGEMENT Receipt#:GENERALS CONTRACTOR (GEN L Business Name:SERVICES INC Business Type:CONTRACTOR) Owner Name:EDWARD A BALDIE QUAL Business Opened:o9/07/2010 . Business Location:3711 SW 47 AVE #203 State/County/Cert/Reg:CGC1515486 DAVIE Exemption Code: Business Phone:954-696-0748 E ' Rooms Seats Employees Machines Professionals 1 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 � a THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS is THIS BECOMES A TAX RECEIPT 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 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 :, s it is in compliance with State or local laws and regulations. Mailing Address: PIONEER CONSTRUCTION MANAGEMENT SE. Receipt #058-16-00000742 3711 SW 47 AVE #203 Paid 09/18/2017 27.00 DAVIE, FL 33314 . .. 2017 .. :.2018:.__ • •