Loading...
Contract with Thunder Demolition Inc. 20 1 % —30 (02-) MASTER CONTRACT THIS IS A CONTRACT, by and between the City of Miami Beach, a municipal corporation of the State of Florida ("City"), and Thunder Demolition Inc. ("Contractor")for demolition services pursuant to RFQ 2018-183-KB (the "Agreement"). W I T N E S S E T H, that Contractor and City, for the considerations hereinafter named, agree as follows: ARTICLE 1 SCOPE OF WORK Contractor hereby agrees to furnish all of the labor, materials, equipment, services and incidentals necessary to perform all of the Work described in Exhibit A and the Contract Documents, and any Contractor Service Order issued to Contractor for any Project awarded hereunder. PROJECTS WITH A VALUE EXCEEDING $300,000 MAY NOT BE AWARDED UNDER THE AGREEMENT. ARTICLE 2 CONTRACT TIME 2.1 This contract shall remain in effect for three (3) years from date of contract execution by the Mayor and City Clerk. The City Manager may renew the Agreement for two (2) additional renewal periods of one (1) year each. ARTICLE 3 ASSIGNMENT OF WORK, COMPENSATION AND BONDS 3.1 COMPENSATION. In consideration of the Work to be provided hereunder, Contractor shall be compensated on a Lump,Sum basis, as specified in the Contractor Service Order. 3.2 ASSIGNMENT OF WORK. An executed Contractor Service Order (CSO) (Exhibit B) is required for every project assigned under the Agreement. The executed CSO shall be considered Notice to Proceed #1 (NTP) upon which the Contractor shall, within 10 days of the CSO being executed by all parties, provide to the City the required proof of insurance, performance and payment bond (if applicable), proof of required permits, and all technical specifications, submittal schedules (if applicable) and schedule of values. Contractor shall have no entitlement to perform (or be compensated for) any Work under this Agreement unless the Work is authorized, at the City's sole discretion, by a Contractor Service Order. Following the receipt of all NTP#1 submittals, the requesting department may issue NTP #2 (Exhibit F), which shall authorize the Contractor to begin the Work. NTP #2 is a condition precedent to mobilization on any Project site and commencement with the Work. 1 The Contractor shall perform the work as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the CSO. 3.3 PERFORMANCE AND PAYMENT BOND The City will require a performance and payment bond for any project in excess of $200,000. Within ten (10)calendar days of City execution of the Contractor Service Order, Contractor shall furnish a Performance Bond and a Payment Bond containing all the provisions of the Performance Bond and Payment Bond attached hereto as forms 00710 Wand 00720. 3.3.1 Each Bond shall be in the amount of one hundred percent(100%)of the Contractor Service Order, guaranteeing to City the completion and performance of the work covered in such Contract as well as full payment of all suppliers, laborers, or subcontractors employed pursuant to this Project. The City may accept a Performance Bond and Payment Bond from a surety company which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation to bid is issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid certificate of authority issued by the United States Department of the Treasury. under Section 9304 to 9308 of Title 31 of the United States Code, as may be amended from time to time. The Certificate and Affidavit so certifying (Form 00722)should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond. 3.3.2 Each Bond shall continue in effect for one year after Final Completion and acceptance of the work with liability equal to one hundred percent (100%) of the Contract sum, or an additional bond shall be conditioned that Contractor will, upon notification by City, correct any defective or faulty work or materials which appear within one year after Final Completion of the Contract. 3.3.3 Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as may be amended from time to time, Contractor shall ensure that the bond(s) referenced above shall be recorded in the public records of Miami-Dade County and provide City with evidence of such recording. 3.4 QUALIFICATION OF SURETY Bid Bonds, Performance Bonds and Payment Bonds over Five Hundred Thousand Dollars ($500,000.00): 3.4.1. Each bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida as surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. 3.4.2. The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with United States Department of Treasury Circular 570, Current Revisions. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular, 2 and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978(31 DFR Section 223.10, Section 223.111). Further, the surety company shall provide City with evidence satisfactory(to City, that such excess risk has been protected in an acceptable manner. 3.4.3. The City will accept a surety bond from a company with a rating of B+ or better for bonds up to $2 million, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the City shall review and either accept or reject the surety company based on the financial information available to the City. A surety company that is rejected by the City may be substituted by the Bidder or proposer with a surety company acceptable to the City, only if the bid amount does not increase. The following sets forth, in general, the acceptable parameters for bonds: Policy-Financial holder's Size Amount of Bond Ratings Category 500,001 to 1,000,000 B+ Class 1,000,001 to 2,000,000 B+ Class II 2,000,001 to 5,000,000 A Class III 5,000,001 to 10,000,000 A Class IV 10,000,001 to 25,000,000 A Class V 25,000,001 to 50,000,000 A Class VI 50,000,001 or more A Class VII 3.4.4 For projects of $500,000.00 or less, City may accept a Bid Bond, Performance Bond and Payment Bond from a surety company which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation to bid is issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid certificate of authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code, as may be amended from time to time. The Certificate and Affidavit so certifying should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond. 3.4.5 More stringent requirements of any grantor agency are set forth within the Supplemental Conditions. If there are no more stringent requirements, the provisions of this section shall apply. ARTICLE 4 MISCELLANEOUS 4.1 A. The term "Contract Documents" as referenced herein shall include "Contract Documents" shall mean this Contract (together with all exhibits, addenda, Contractor Service Orders and written amendments issued thereto). The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Request for Qualifications(RFQ), instructions to bidders, 3 bid form, bid bond, surety payment bond and performance bond, Special Conditions, and Contractor's response to the RFQ. The requirements of the Contract Documents, as such term is defined herein, are hereby incorporated by reference as if fully set forth herein. This Contract is part of, and incorporated in, the Contract Documents. Accordingly, all of the documents incorporated by the Contract Documents shall govern any Contractor Service Order issued under this Contract. B. The term "Work" as used herein shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total demolition Project specified in any Contractor Service Order, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. 4.2 Where there is a conflict between any provision set forth within the Contract Documents and a more stringent provision elsewhere in the Contract Documents or under any applicable law, regulation, statute or code requirement which is applicable to this Project, the more stringent provision shall prevail and govern the performance of the Work. 4.3 Public Entity Crimes In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the City purchase and may result in Contractor debarment. 4.4 Independent Contractor Contractor is an independent contractor under this Contract. Services provided by Contractor pursuant to this Contract shall be subject to the supervision yof Contractor. In providing such services, neither Contractor nor its agents shall act as officers, employees, or agents of the City. This Contract shall not constitute or make the parties a partnership or joint venture. 4.5 Third Party Beneficiaries Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are nothirdparty beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract. 4 4.6 Notices Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand- delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For City: Building Department 1700 Convention Center 2nd Floor Miami Beach, Florida 33139 Attn: Ana M. Salgueiro, Director With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: Thunder Demolition, Inc. 7373 Northease 3rd Court Miami, FL 33138 Attn: Ronny Herrera, President Phone: 305-757-9444 Email: infoCc�thunderdemolition.com 4.7 Assignment and Performance Neither this Contract nor any interest herein shall be assigned,transferred, or encumbered by either party. In addition, Contractor shall not subcontract any portion of the work required by this Contract except as authorized by Section 27 of the General Conditions. Contractor represents that all persons delivering the services required by this Contract have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently perform,the duties, obligations, and services set forth in the Scope of Work and to provide and perform such services to City's satisfaction for the agreed compensation. Contractor shall perform its duties, obligations, and services under this Contract in a skillful and respectable manner. The quality of Contractor's performance and all interim and final product(s) provided to or on behalf of City shall be comparable to the best local and national standards. \ 5 4.8 Materiality and Waiver of Breach City and Contractor agree that each requirement, duty, and obligation set forth in these Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. City's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. 4.9 Severance In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 4.10 Applicable Law and Venue This Contract shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Project. Contractor shall specifically bind all subcontractors to the provisions of this Contract. 4.11 Amendments No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City and Contractor. 4.12 Prior Agreements This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and' the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Contract that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless set forth in writing in accordance with Section 6.11 above. 4.13 Indemnification i Contractor shall indemnify and hold harmless City, its officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fee , to the extent caused by th'e negligence, recklessness or 6 intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Agreement In consideration of the sum of Twenty-Five Dollars ($25.00) and other good and valuable consideration, the sufficiency of which the Contractor hereby acknowledges, to the fullest extent permitted by law, Contractor shall defend, indemnify and save harmless City, and their respective officers and employees, from liabilities, \damages, losses and costs including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract. Sums otherwise due to Contractor under this Contract may be retained by City until all of City's Claims for indemnification under this Contract have been settled or otherwise resolved. Any amount withheld pursuant to this Article shall not be subject to payment of interest by City. The execution of this Contract by Contractor shall operate as an express acknowledgment that the indemnification obligation is part of the bid documents and/or Contract Documents for the Project and the monetary limitation on indemnification in this Article bears a reasonable commercial relationship to the Contract. Nothing in this Article is intended, or should be construed, to negate, abridge or otherwise reduce the other rights and obligations of indemnity that may otherwise exist as to a party described in this Article. Nothing in this Article is intended to create in the public or any member thereof, a third party beneficiary hereunder, or to authorize anyone not a party to this Contract, to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Contract. The indemnification obligations set forth herein shall survive the termination and/or expiration of this Contract. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. 4.14 Inspection of Work Consultant and City shall at all times have access to the Work, and Contractor shall provide proper facilities for such access and for inspecting, measuring and testing. 4.14.1 Should the Contract Documents, Consultant's instructions, any laws, ordinances, or any public authority require any of the Work to be specially tested or approved, Contractor shall give Consultant timely notice of readiness of the Work for testing. If the testing or approval is to be made by an authority other than City, timely notice shall be given of the date fixed for such testing. Testing shall be made promptly, and, where practicable, at the source of supply. If any of the Work should be covered up'without approval or consent of Consultant, it must, if required by Consultant,' be uncovered for examination and properly restored at Contractor's expense. 4.14.2 Re-examination of any of the Work may be ordered by Consultant with prior written approval by the Contract Administrator, and if, so ordered, the Work must be uncovered by Contractor. If such Work is found to be in accordance with the Contract Documents, City shall pay the cost of reexamination and replacement by- means of a Change Order. If such Work is not in accordance with the Contract Documents, Contractor shall pay such cost. Inspectors shall have no authority to permit deviations from, or to relax any of the provisions of, the Contract Documents or to delay the Contract by failure to inspect the materials and work with reasonable promptness without the written permission or instruction of Consultant. The payment of any compensation, whatever may be its character or form, or the giving of any gratuity or the granting of any favor by Contractor to any inspector, directly or indirectly, is strictly prohibited, and any such act on the part of Contractor will constitute a breach of this Contract. 4.15 Termination Termination for Convenience. In addition to other rights the City may have at law and pursuant to the Contract Documents with respect to cancellation and termination of the Agreement, the City may, in its sole discretion, terminate for the City's convenience the performance of Work under this Agreement, in whole or in part, at any time upon written notice to the Contractor. The City shall effectuate such Termination for Convenience by delivering to the Contractor a Notice of Termination for Convenience, specifying the applicable scope and effective date of termination, which termination shall be deemed operative as of the effective date specified therein'without any further written notices from the City required. Such Termination for Convenience shall not be deemed a breach of the Agreement, and may be issued by the City with or without cause. 4.15.1 Upon receipt of such Notice of Termination for Convenience from the City, and except as otherwise directed by the City, the Contractor shall immediately proceed with the following obligations, regardless of any delay in determining or adjusting any amounts due under this Section 4.15: i. Stop the Work specified as terminated in the Notice of;Termination for Convenience; ii. Promptly notify all Subcontractors of such termination, cancel all contracts and purchase orders to the extent they relate to the Work terminated to the fullest extent possible and take such other actions as are necessary to minimize demobilization and termination costs for such cancellations; iii.. Immediately deliver to the City all Project records, in their original/native electronic format (i.e. 'CAD, Word, Excel, etc.), any and all other unfinished documents, and any and all warranties and guaranties for Work, equipment or materials already installed or purchased; iv. If specifically directed by the City in writing, assign to the City all right, 8 title and interest of Contractor under any contract, subcontract and/or purchase order, in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts, subcontracts or purchase orders; v. Place no further subcontracts or purchase orders for materials, services, or facilities, except as necessary to complete the portion of the Work not terminated (if any) under the Notice of Termination for Convenience; vi. As directed by the City, transfer title and deliver to the City (1) the fabricated and non-fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and (2) the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City; vii. Settle all outstanding liabilities and termination settlement proposals from the termination of any subcontracts or purchase orders, with the prior approval or ratification to the extent required by the City (if any); viii. Take any action that may be necessary, or that the City may direct, for the protection and preservation of the Project Site, including life safety and any property related to this Agreement that is in.the Contractor's possession and in which the City has or may acquire an interest; and ix. Complete performance of the Work not terminated (if any). 4.15.2 Upon issuance of such Notice of Termination for Convenience, the Contractor shall only be entitled to payment for the Work satisfactorily performed up until the date of its receipt of such Notice of Termination for Convenience, but no later than the effective date specified therein. Payment for the Work satisfactorily performed shall be determined by the City in good faith, in accordance with the percent completion of the Work, less all amounts previously paid to the Contractor in approved Applications for Payment, the reasonable costs of demobilization and reasonable costs, if any, for canceling contracts and purchase orders with Subcontractors to the extent such costs are not reasonably avoidable by the Contractor. Contractor shall submit, for the City's review and consideration, a final termination payment proposal with substantiating documentation, including an updated Schedule of Values, within 30 days of the effective date of termination, unless extended in writing by the. City upon request. Such termination amount shall be mutually agreed upon by the City and the Contractor and absent such agreement, the City shall, no less than fifteen (15)-days prior to making final payment, provide the Contractor with written notice of the amount the City intends to pay to the Contractor. Such final payment so made to the Contractor shall be in full and final settlement for Work performed under this Agreement, except to the extent the Contractor disputes such amount in a written notice delivered to and received by the City prior to the City's tendering such final payment. 9 4.16 Termination of Agreement For Cause The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Contractor, in the event that the Contractor (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Work or any portion thereof; or (3) does not perform the Work or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Contractor shall first be granted a fifteen (15) day cure period (commencing upon receipt of the initial written notice of default from the City). The following occurances shall be K deemed sufficient grounds for termination for cause: 4.16.1 Failing to make payments to Subcontractors or Suppliers for materials or labor in accordance with the respective Subcontracts and Purchase Orders; 4.16.2 Failing to perform any portion of the Work in a manner consistent with the requirements of the Contract Documents or within the time required therein; 4.16.3 Failing to perform the Work with sufficient manpower, workmen and equipment or with sufficient materials, with the effect of delaying the prosecution of the Work in accordance with the Project Schedule and/or delaying completion of any Work within the specified time; 4.16.4 Failing and/or refusing to remove, repair and/or replace any portion of the Work as may be rejected as defective or nonconforming with the terms and conditions of the Contract Documents;, 416.5 A custodian, trustee or receiver is appointed for the Contractor, or the Contractor becomes insolvent or bankrupt, is generally not paying its debts as they become due or makes an assignment for the benefit of creditors, or the Contractor causes or suffers,,an order for relief to be entered with respect to it under applicable Federal bankruptcy law or applies for or consents to the appointment of a custodian, trustee or receiver for the Contractor, or bankruptcy, reorganization, arrangement or insolvency- proceedings, or other proceedings for relief under any bankruptcy or similar law or laws for the relief of debtors, are instituted by or against the Contractor; 4.16.6 An indictment is issued against the Contractor; ' 4.16.7 Persistently disregarding laws, ordinances, or rules, regulations or orders of a public authority having jurisdiction; r 4.16.8 Fraud, misrepresentation or material misstatement by Contractor in the course of obtaining this Agreement; 4.16.9 Failing to comply in any material respect with any of the terms of this Agreement or the other Contract Documents. 4.16.10 Upon the issuance of a Notice of Termination for Cause, the Contractor shall: 10 i. Immediately deliver to the City all Submittals and Project-related records in _ their original/native electronic format(i.e. CAD, Word, Excel, etc.), any and all other unfinished documents, and any and all warranties and guaranties for Work, equipment or materials already installed or purchased; ii. If specifically directed by the City in writing, assign to the City all right, title and interest of Contractor under any contract, subcontract and/or purchase order, in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts, subcontracts or purchase orders; iii. As directed by the City, transfer title and deliver to the City (1) the fabricated and non-fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and (2)the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City; and iv. Take any action that may be necessary, or that the City may direct, for the protection and preservation of the property related to this Agreement that is in the Contractor's possession and in which the City has or may acquire an interest. The rights and remedies of the City under this Section shall apply to all defaults that fail to be cured within the applicable cure period or are cured but in an untimely manner, and the City shall not be obligated to accept such late cure. The City reserves the right, in lieu of termination as set forth herein, to withhold any payments of money which may be due or become due to the Contractor until said defaults have been remedied. In no event shall Contractor be entitled to any compensation for anticipatory profits or consequential damages as a result of the discontinuance of any portion of the Work, or termination of this Contract. In the event it is determined, for any reason, that Contractor was not in default under the provisions of this Section, then the City's notice of termination for default shall automatically be treated as a termination for convenience, and the rights and obligations of the City and Contractor shall be the same as if the notice of termination had been issued pursuant to the termination for convenience clause contained in Section 4.15. The Contractor shall have no further recourse of any nature against the City for any wrongful termination. 4.17 Taxes ContractorI shall pay all applicable sales, consumer, use and other taxes required by law. Contractor is responsible for reviewing the pertinent state statutes involving state taxes and complying with all requirements. ( The remainder of this page is intentionally left blank. 11 IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATTEST: THE CITY A MI BEACH yY.. o lir l 7 )11r • City Clerk Mayor R' a 1 1 I/ UM EDE ATTEST: «.. THUNDER DEMOLITION INC. t Signat ecretary SignatpI /President a.,444 '26 I'M \AIR Ciekt-tA i _J Print Name Print Name (��`':. i r_•' � ,,r�"t`"` .x`51�..,.�.� �!- �` J t„ i del i' ��q i7 n tliL-sc� ‘ •g(2-) J , \, I l ij ff' l9' l 12 _ l EXHIBIT A SCOPE OF SERVICES The work required under this contract resulting from future Invitations to Quote (ITQ) is skilled demolition services, meeting the following minimum specifications. The future work shall consist of furnishing all labor, materials, permits, licenses, supervision, and equipment required to demolish a building or building structures and appurtenant, to include debris removal/disposal, dumping/tipping fees, and final site leveling/grading and grass seeding, as required. Appurtenant structures shall include all slabs, steps, porches, walkway slabs to main structure, fences, asphalt pavement parkways and driveways (including limerock base) and the like. Demolition described,, shall include wood and/or concrete roofs, frame stucco, and / or concrete block walls, reinforced concrete columns, foundations, beams, windows, doors, floors, all cough plumbing and electrical conduit, and concrete walks. Demolition and removal of structures for future projects shall also include, but shall not be limited to the following activities, as applicable: • Permits: A building demolition permit may include the following sub-permits: o Plumbing Permit o Temporary Fencing o DERM Permit o Asbestos Permit, if required o Right of Way Permit o Landscape Permit • The contractor shall be responsible for contacting Utilities to retire the necessary utilities (natural gas, water, and/or electricity) prior to demolition. • Demolition and removal of structures shall include removal of the entire identified structure(s) in each subsequent Invitation, to Quote (ITQ) and contents to the construction limits. • All concrete floor slabs, foundations, pilings, driveways, sidewalks, steps, parking areas, and other above ground and underground improvements associated with the structure shall be removed as noted in subsequent ITQs. Where walks that are designated to be>removed come into contact with the sidewalk that is to remain, the contractor shall make a saw cut prior to starting removal. Care should be taken to see that sidewalks are not broken due to the demolition, and any adjacent sidewalks that are broken during the demolition shall be presumed to be due to the contractor's operations. All such designated damages shall be totally replaced by the contractor at no cost to the City and all such costs shall be borne solely by the Contractor. The City shall approve any and all repairs to its satisfaction. • Fences shall remain, unless otherwise instructed to remove. • Cap all building sewer connections at existing wye locations. Requires a Plumbing permit. 13 • Submit an asbestos and lead paint abatement report, in compliance with Federal, State, and Local Laws and Codes as requpred for issuance of demolition permit. • Removal of Underground Storage Tanks: Septic Tanks/Grease Traps must be thoroughly pumped out, the bottom broken, and filled in or removed from the premises. Permits and inspection are to be obtained as required. • Sediment Control: The Contractor shall provide temporary erosion and sediment control on each respective property prior to the start of demolition operations for each project. Sediment control shall be maintained for the full duration of eachJro'ect. p Contractor shall be responsible for the maintenance of controls and control structures and shall be responsible for any clean-up due td failure or inefficiency of such controls. Sedimentation 'run-off shall not be tolerated and if run-off occurs the Contractor shall take corrective action\immediately. • Dust Control: Dust control plan shall be.submitted by the contractor at the time of permit submittal detailing methods to be used for dust control(i.e. temporary cover, water and or wind breaks) • Grade and Backfill:'Grading, backfill, sodding, and return to grade shall be performed as follows: o All crawl spaces, lower levels, foundation areas, and any below ground area shall be filled and compacted with earth. The backfill must not be frozen when - placed and shall be compacted to a density of 95% of maximum density of the backfill material used as determined by ASTM designation D-698: The top six (6) inches of backfill shall be made with soil suitable for growth of grass and graded to natural grade of surrounding undisturbed earth. o Final grading shall ensure adequate drainage offsite and not permit ponding of water. All filled and disturbed ground shall be smoothed for mowing. o The Contractor shall import clean fill as necessary to establish proper surface grades but the Contractor may cut and fill on site to the extent possible. The Contractor must supply samples of imported fill to be used and approved by the City's landscape Architect. • Site Vegetation: All shrubbery and trees are to remain and disruption of vegetation will only be allowed in the immediate vicinity of the demolition. • Discovery of Hazardous Materials: In the event pre piously unknown hazardous materials are discovered by the Contractor, the Contractor shall immediately suspend work in the specific location of the hazardous material and immediately notify the City project manager. • Clean-Up: All demolition materials and debris shall be removed from the work concurrently with progress of work. Contractor shall not allow mud and debris from vehicle transporting demolition materials to litter any streets or highways. Contractor 14 shall clean-up any such mud or debris at its sole expense. The City will vigorously enforce all requirements relating to clean-up of debris, dirt, mud, and demolition materials from the site and on streets, highways, and adjacent properties. Cleanup shall follow immediately after and at the same rate as construction. Cleanup shall not be delayed until entire project is finished. Contractor shall clean all, right-of-way and easement areas that were occupied by the contractor in connection with the construction. All disturbed brush and trees, all rubbish, excess materials, temporary structures, equipment, etc., shall be removed and the area left in a neat and presentable condition. If at any time during performance of work by Contractor the City's representative determines that cleanup is not being accomplished, the City's representative may direct, in writing, no additional work can be accomplished without meeting certain requirements. If so directed, no claim for additional time will be allowed. The contractor is to provide extra care during performance of work by Contractor to ensure that no rock, base stone, string, stakes, or any other construction material is left in the water main or irrigation lines. At the end of each construction day, the ends of all such lines shall be sealed watertight and all points of entry are to be covered to prevent easy access. No rain, storm water, or ground water shall be allowed to enter the water main or irrigation systems. • >Storage: Storage of salvage materials for sale on the work site is prohibited. Signs advertising salvage materials shall not be placed at the work site. • Street Closures: The Contractor shall not close any street or divert any traffic without prior written approval of the City. The Contractor shall adhere to the State of Florida D.O.T.'s uniform manual on traffic control for construction and maintenance work zones. It will be the sole responsibility of the contractor to make him/herself and his/her employees fully aware of these provisions, especially those applicable to the use of barricades, cones, signage, etc., to provide a safe working environment. • Public Right-of-Ways: Any use of the public right-of-way adjacent to the work site shall be consistent with the provisions established by the Florida Building Code as provisions must be made for the safe conduct of pedestrians on or near the site(s). • Project-Superintendent: The contractor shall have a superintendent or a responsible foreman-on the.project at all times when work is in progress. • Power: All power for lighting, operation of the contractor's plant or equipment, or for any other use by the contractor, shall be provided by the contractor's sole cost and expense. • Sanitary Facilities: The contractor shall furnish, install, and maintain ample sanitary facilities for the workmen. As the needs arise, a sufficient number of enclosed temporary toilets shall be conveniently placed as required by the sanitary codes of the State and Local Government. Drinking water shall be provided from an approved source, so piped or transported as to keep it safe and fresh and served from single service containers or satisfactory types of sanitary drinking stands or fountains. All such facilities and services shall be furnished in strict accordance with existing and governing health regulations. 15 ( I , • Utilities: The contractor shall make every effort to locate and identify all underground pipe lines, cables,and conduits by contacting the One Call System and the owners of underground utilities, by prospecting or otherwise, in advance of trench or excavation operations. Certain pipelines, water mains, gas lines, and other existing underground and above ground installations and structures in the vicinity of the work to be done hereunder are indicated on the plans according to the information made available to the City. The City does not guarantee the accuracy or completeness of such information. Service connections for gas, water, telephone services, sewers, underground electric and lines, and possibly other utilities are not shown on the plans. Any conflict with these utilities or any other utility not specified, as a pay item will be the responsibility of the contractor. The contractor will be required to relocate the utility or work around it at no cost to the City. It will be the responsibility of the contractor to brace or otherwise secure any utility poles or anchors close to the trenching operation. Any delay or extra cost to the contractor caused by utility, pipe line, or other underground structures or obstructions not shown on the plans or found in different locations than those indicated shall not constitute a claim for additional work, additional payment, or damages. The contractor will be solely responsible for anyor all damages whether direct, indirect, or Y p g consequential to the underground or above ground utilities, pipe lines, and surroundings, and shall indemnify and hold harmless the City for any and all claims or judgments whenever made as a result of the contractor's actions. If additional or unexpected utility conflicts occur, the contractor shall be responsible for coordinating with the affected utility company to resolve the conflict and maintain progress on the project. No time extensions will be granted for associated delays. • Safety Precautions: The contractor shall maintain and enforce all necessary and adequate safety precautions for the protection of life and property on all work performed under the provisions of subsequent Invitations to Quote. The contractor shall also comply with all regulatory agencies requirements for safety. The contractor shall use extreme caution to protect the project area to prevent accidents, damage, or injury involving pedestrian or vehicular traffic in the project area. Barricades, safety screening, or other acceptable methods shall be used as needed to keep the public out of danger and to safely divert them around the project area. The contractor shall exercise proper precaution at all times for the protection of persons and property and shall be responsible for all damages to persons or property, either on or off the site, which occur as a result of the contractor's prosecution of the work. The safety provisions of all applicable laws, building and construction codes, and regulations shall be observed. The contractor shall take or cause to be taken such safety and health measures, additional to those herein required, as the contractor may deem necessary or desirable. Machinery, equipment and all hazards shall be guarded in accordance with the safety provisions of the "Manual of Accident Prevention of Construction" published by the Associated General Contractors of America, Inc., to the extent that such provisions are not in conflict with applicable local laws. The contractor shall maintain an accurate record of all cases of death, occupational disease, and injury requiring medical attention or causing loss of time from work, 16 arising out of and in the course of employment-on work under the contract. The contractor shall promptly furnish the Local Public Agency with reports concerning these matters. The contractor shall indemnify and save harmless the City and the City's representative from any claims for damages resulting from personal injury and/or death suffered or alleged to have been suffered by any person as a result of any work conducted under this contract. • Explosives: The use of explosives will not be permitted under the contract. • Final Inspection: Inspection by Department of Building Development Services for Final Inspection shall be requested by contractor within ten (10) days of completion of demolition of each separate site. Inspection to finalize demolition permit MUST be requested by Contractor upon completion of demolition and site clean-up. • Emergencies: Proposers shall be able to mobilize within 24 hours if requested by the city. The Contractor must comply with the following City's Sustainable & Resilient Procurement policy standards: (A) The firm shall employ the following hierarchy of highest and best use for handling Construction & Demolition ("C&D") debris as follows: (i) Implement reduced material usage or reuse of materials before any recycling; (ii) Implement recycling of source-separated material before any recycling of mixed C&D debris material; (iii) Implement recycling of mixed C&D debris before all other forms of disposal. (B) The firm is prohibited from sending any C&D debris material directly to a landfill without submitting a request to and receiving approval from the Environment & Sustainability Departments.The request must demonstrate that all reuse and recycling options for the material have been evaluated and determined to not be viable for recycling or reusing. (C) The firm shall manage all C&D debris materials to meet a minimum diversion rate of 75 percent. The Environment & Sustainability Director may increase the minimum diversion rate based on the Directors assessment of infrastructure, markets and materials available to support the new rate. (D) *Construction and Demolition Debris Management Report. The firm shall be responsible to provide a Construction and Demolition Debris Management Report electronically to the Environment & Sustainability Department prior to final payment, including the following: (i) The firm and project identification information; 17 (ii) Procedures to be used for C&D debris management;, (iii) A list of the materials generated from the project, their estimated weight by tons, and how the material was reused, recycled, or otherwise handled; and, (iv) The names and locations of reuse and recycling facilities or sites, and companies used to transport the material. (v) Final Diversion information reporting the weight of C&D debris material diverted for the-entire construction and/or demolition project and the overall diversion rate achieved. (vi) Any assets within the facility or property to be demolished shall follow the same procedures as above. (E) The Environmental & Sustainability Department will approve the Construction and Demolition Debris Management Report addressing items (G)(i)-(h) and notify the Building Department to authorize payment to the contractor. The remainder of this page is intentionally left blank. 1 K 18 / - I EXHIBIT B CONTRACTOR SERVICE ORDER Contractor Service Order No. TO: PROJECT NAME: Project Name DATE: SCOPE OF SERVICES: Per attachedpropposal dated , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original Service Order Amount: Change Order_to Service Order Amount: (ALL CHANGE ORDERS MUST BE APPROVED IN WRITING BY.THE CITY �PRIOR TO THE WORK. 0 $ y Total From Previous Change Orders to Service Orders: J � Fee for this Service Order is Lump Sum/Not to Exceed amount of: - $ Total Agreement to Date: City's Project Administrator Date Department Director Date Contractor Date City Manager Date 19 EXHIBIT C GENERAL CONDITIONS Definitions: Whenever the following terms or pronouns in place of them appear in the Project Manual, the intent and meaning shall be interpreted as follows: 1.1 Bid: shall refer to any offer(s) submitted in response to this}RFQ. The terms "Bid" and "Bid Submittal" are used interchangeably. 1.2 Bidder: Any individual, firm, or corporation submitting a bid for this Project, acting directly or through a duly authorized representative. 1.3 Change Order: A written document ordering a change in the Contract Price or Contract Time or a material change. 1.4 City: The City (or Owner) shall mean the City of Miami Beach, a Florida municipal corporation, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139, which is a party hereto and/or for which this Contract is to be performed. In all respects hereunder, City's performance is pursuant to City's position as the owner of a construction project. In the event City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, laws and ordinances shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a party to this Contract. 1.5 City Commission: City Commission shall mean the governing and legislative body of the City. 1.6 City Manager: City Manager shall mean the Chief Administrative Officer of the City. 1.7 Consultant: shall refer to a Registered Architect and/or Licensed Professional Engineer that has been contracted by the City to provide professional services for this project. 1.8 Contract: The part or section of the Contract Documents addressing some of the rights and duties of the parties hereto, including but not limited to contract time and liquidated damages. 1.9 Contract Administrator: The City's Contract Administrator shall mean the individual appointed by the City Manager who shall be the City's authorized representative to coordinate, direct, and review on behalf of the City, all matters related to the Project. The City's Contract Administrator for the Project shall be the Capital Projects Coordinator. 1.1.0 Contract Documents: The official documents setting forth bidding information, requirements and contractual obligations for the_ project and includes the Contract, Invitation to Bid, Scope of Work, Instructions to Bidders, Supplements, Technical Specifications, Exhibits, Certificated, Closeout Forms, General Conditions, Supplementary Conditions, Plans, Drawings, Addenda, Award by the City Commission, Bonds, Notice of Award, Notices to Proceed, Purchase 20 Order(s), Change Order(s), Field Order(s), Supplemental Instructions, and any additional documents the submission of which is required by the Project. 1.11 Contract Price: The original amount established in the Bid Submittal and award by the City, as may be amended by Change Order. 1.12 Contract Time: The original time between commencement and completion, including any milestone dates. 1.13 Contractor: The person or entity with whom the City has contracted and who is responsible for the acceptable performance of the Work and for the payment of all legal debts pertaining to the Work. All references in the Contract Documents to third parties under contract or control of Contractor shall be deemed to be a reference to Contractor. 1.14 Field Order: A written order which orders minor changes in the Work but which does not involve a change in the Contract Price or Contract Time. 1.15 Final Completion: The date certified by Consultant in the Final Certificate of Payment upon which all conditions and requirements of any permits and regulatory agencies have been satisfied; any documents required by the Contract Documents have been received by Consultant; any other documents required to be provided by Contractor have been received by Consultant; and, to the best of Consultant's knowledge, information, and belief, the Work defined herein has been fully completed in accordance with the terms and conditions of the Contract Documents. 1.16 Materials: Materials incorporated in this Project, or used or consumed in the performance of the Work. 1.17 Notice(s)\ to Proceed: Written notice to Contractor authorizing the commencement of the activities identified in the notice or as described in the Contract Documents. 1.18 Plans and/or Drawings: The official graphic representations of this Project which are a part of the Contract Documents. L 1.19 ' Program Manager: Not applicable. 1.20 Project: The construction project described in the Contract Documents, including the Work described therein. With a\maximum value of$300,000.00 for general'construction and $75,000.00 for electrical projects. 1.21 Project Initiation Date: The date upon which the Contract Time commences. 1.22 Resident Project Representative: Not applicable. 1.23 Responsible Bidder: An offeror who has the capability in all respects to performfully the contract requirements, and the integrity and reliability which will assure good faith performance. 1.24 Responsive Bidder: A person or entity who has submitted a bid which conforms in all material respects to a solicitation. A bid or proposal of a Responsive Bidder must be submitted on the required forms, which contain all 21 required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements by the bid documents to be submitted at the time of bid opening. 1.25 Subcontractor: A person or entity having a direct contract with Contractor including one who furnishes material worked to a special design according to the Contract Documents, but does not include one who merely furnishes Materials not so worked. 1.26 Substantial Completion: The date certified in writing by Consultant, and as fully determined by the Contract Administrator in his/her sole discretion the work, or a portion thereof, is at a level of completion in substantial compliance with the Contract Documents such that all conditions and requirements of permits and regulatory agencies have been satisfied and the Work is sufficiently complete in accordance with the Contract Documents so the Project is available for beneficial occupancy by City. A Certificate of Occupancy or Certificate of Completion and/or other authorization from the City acceptable to Contract Administrator must be issued for Substantial Completion to be achieved; however, the issuance of a Certificate of Occupancy or Certificate of Completion or the date thereof are not to be determinative of the achievement or date of Substantial Completion, 1.27 Surety: The surety company or individual which is bound by the performance bond and payment bond with and for Contractor who is primarily liable, and which surety company or individual is responsible for Contractor's satisfactory performance of the work under the contract and for the payment of all debts pertaining thereto in accordance with Section 255.05, Florida Statutes. 1.28 Work: The construction and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, materials, equipment and services provided or to be provided by Contractor to fulfill Contractor's obligations. The Work may constitute the whole or a part of the Project. 2. , Personnel Requirements: Superintendent must have at least approximately five (5) years of experience in projects of similar design, scope, size and complexity. The Project Manager must have at least approximately five (5) years of experience in projects of similar design, scope, size and complexity. 3. Project Manual: 3.1. The Project Manual includes any general or special Contract conditions or specifications attached hereto. 3.2. The Project Manual, along with all documents that make upand constitute the g Contract Documents, shall be followed in strict accordance as to work, performance, material, and dimensions except when Consultant may authorize, in writing, an exception. 3.3. Dimensions given in figures are to hold preference over scaled measurements from the drawings'; however, all discrepancies shall be resolved by Consultant. 22 Contractor shall not proceed when in doubt as to any dimension or measurement, but shall seek clarification from Consultant. 3.4. Contractor shall be furnished three (3) copies, free of charge, of the Project Manual; two of which shall be preserved and always kept accessible to Consultant and Consultant's authorized representatives. Additional copies of the Project Manual may be obtained from City at the cost of reproduction. 4. Intention of City: It is the intent of City to describe in the Contract Documents a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents and in accordance with all codes and regulations governing construction of the Project. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied by Contractor whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals,or codes-of any technical society, organization or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of opening of bids and Contractor shall comply therewith. City shall have no duties other than those duties and obligations expressly set forth within the Contract Documents. 5. Preliminary Matters: 5.1. Within five (5) calendar days prior to the pre-construction meeting\described in Section 5.2, Contractor shall submit to Consultant, for Consultant's review and acceptance, a project schedule. CONTRACTOR agrees to attend weekly progress meetings and provide an updated (3) week look ahead schedule for review and discussion and monthly be prepared to discuss any: 1) Proposed changes to the Base Line schedule logic; 2) Explain and provide a narrative for reasons why logic changes should be made; 3) Update to individual subcontractor activities; and 4) Integration of changes into the schedule. The Project Schedule shall be the basis of the CONTRACTOR'S work and shall be complied with in all respects. If CONTRACTOR'S Work becomes more than (30) days behind schedule CONTRACTOR shall be required to submit a "Make-Up" schedule to PROGRAM MANAGER for review and acceptance that demonstrates "Catch Up" within thirty (3) days. CONTRACTOR shall provide, at CONTRACTOR'S cost, the necessary additional labor and or equipment necessary to make-up the lost time. Failure to provide a "Make-Up" schedule or vigorously follow the "Make-Up" schedule shall be reason to default CONTRACTOR. 23 5.1.1 After award but prior to the submission of the final progress schedule, CONSULTANT, Contract Administrator and CONTRACTOR sh ll s a meet with all utility owners and secure from them a schedule of utility relocation, provided, however, neither CONSULTANT nor CITY shall be responsible for the nonperformance by the utility owners. 5.1.2 A preliminary schedule of Shop Drawing submissions; and 5.1.3 In a lump sum contract or in a contract which includes lump sum bid items of Work, a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of work which will be confirmed in writing by Contractor at the time of submission. ❑x Such prices shall be broken down to show labor, equipment, materials and overhead and profit. 5.1.4 After award but prior to the submission of the progress schedule, Consultant, Contract Administrator and Contractor shall meet with all utility owners and secure from them a schedule of utility relocation, provided, however, neither Consultant nor City shall be responsible for the nonperformance by the utility owners. 5.2. At a time specified by Consultant but before Contractor starts the work at the Project site, a conference-attended by Contractor, Consultant and others as deemed appropriate by Contract Administrator will be held to discuss the schedules to discuss,procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. 5.3. Within thirty-five (35) days from the Project Initiation Date set forth in the Notice to Proceed, a conference attended by Contractor, Consultant and others, as appropriate, will be held to finalize the schedules submitted. Within forty-five (45) days after the Project\Initiation Date set forth in Notice, to Proceed No. 1, the Contractor shall revise the original schedule submittal to address all review comments from the CPM review conference and resubmit for Consultant review. The finalized progress schedule will be accepted by Consultant only as providing an orderly progression of the Work to completion within the Contract Time, but such acceptance shall not constitute)acceptance by City or Consultant of the means or methods of construction or of the sequencing or scheduling of the Work, and such acceptance will neither impose on Consultant or City responsibility for the progress or scheduling of the Work nor relieve Contractor from full responsibility therefore. The finalized schedule of Shop Drawing submissions must be acceptable to Consultant as providing a workable arrangement for processing the submissions. The finalized schedule of values must be acceptable to Consultant as to form and substance. 6. INTENTIONALLY OMITTED 24 r 7. INTENTIONALLY OMITTED 8. INTENTIONALLY OMITTED 9. Labor and Materials: • 9.1. - Unless otherwise provided herein, Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be, incorporated in the Work. 9.2. Contractor shall at all times enforce strict discipline and good order among its employees and subcontractors at the Project site and shall not employ on the Project any unfit person or anyone not skilled in the work to which they are assigned. 10. Royalties and Patents: All fees, royalties, and claims for any invention, or pretended inventions, or patent of any article, material, arrangement, appliance, or method that may be used upon or in any manner be connected with the construction of the Work or appurtenances, are hereby included in the prices stipulated in this Contract for said work. 11. Weather: Extensions to the Contract Time for delays caused by the effects of inclement weather shall be submitted as a request for a change in the Contract Time pursuant to Article 41. These time extensions are justified only when rains or other inclement weather conditions or related adverse soil conditions prevent Contractor from productively performing controlling items of work identified on the accepted schedule or updates resulting in: (1) Contractor being unable to work at least fifty percent(50%) of the normal workday on controlling items of work identified on the accepted schedule or updates due to adverse weather conditions; or (2) Contractor must make major repairs to the Work damaged by weather. Providing the damage was not attributable to a failure to perform or neglect by Contractor, and providing that Contractor was unable to work at least fifty percent(50%) of the normal workday on controlling items of work identified on the accepted schedule or updates. 12. Permits, Licenses and Impact Fees: 12.1. Except as otherwise provided within the Supplemental Conditions, all permits and licenses required by federal, state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by Contractor pursuant to this Contract shall be secured and paid for by Contractor. It is Contractor's responsibility to have and maintain appropriate Certificate(s) of Competency, valid for the Work to be performed and valid for the jurisdiction in which the Work is to be performed for all persons working on the Project for whom a Certificate of Competency is required. 25 12.2. Impact fees levied by the City and/or Miami-Dade County shall 'be paid by Contractor. Contractor shall be reimbursed only for the actual amount of the impact fee levied by the municipality as evidenced by an invoice or other acceptable documentation issued by the municipality. Reimbursement to Contractor in no event shall include profit or overhead of Contractor. 13. Resolution of Disputes: 13.1 To prevent all disputes and litigation, it is agreed by the parties hereto that Consultant shall decide all questions, claims, difficulties and disputes of whatever nature which may arise relative to the technical interpretation of,the Contract Documents and fulfillment of this Contract as to the character, quality, amount and value of any work done and materials furnished, or proposed to be done or furnished under or, by reason of, the Contract Documents and Consultant's estimates and decisions upon all claims, questions, difficulties and disputes shall be final and binding to the extent provided in Section 12.2. Any claim, question, difficulty or dispute which cannot be resolved by mutual agreement of City and Contractor shall be submitted to Consultant in writing within twenty-one (21) calendar days. Unless a different period of time is set forth herein, Consultant shall notify City and Contractor in writing of Consultant's decision within twenty-one(21) calendar days from the date of\the submission of the claim, question, difficulty or dispute, unless Consultant requires additional time to gather information or allow the parties to provide additional information. All non-technical administrative disputes shall be determined by the Contract Administrator pursuant to the time periods provided herein. During, the pendency of any dispute and after a determination thereof, Contractor, Consultant and City shall act in good faith to mitigate any potential damages including utilization of construction schedule changes and alternate means of construction. 13.2 In the event the determination of a dispute under this Article is unacceptable to either party hereto, the party objecting to the determination must notify the other party in writing within ten (10) days of receipt of the written determination. The notice must state the basis of the objection and must be accompanied by a statement that any Contract Price adjustment claimed is the entire adjustment to which the objecting party has reason to believe it is entitled to as a result of the determination. Within sixty (60) days after Final Completion of the Work, the parties shall participate in mediation to address all objections to any determinations hereunder and to attempt to prevent litigation. The mediator shall be mutually agreed upon by the parties. Should any objection not be resolved in mediation, the parties retain all their legal rights and remedies provided under State law. A party objecting to a determination specifically waives all of its rights provided hereunder, including its rights and remedies under State law, if said party fails to comply in strict accordance with the requirements of this Article. 14. INTENTIONALLY OMITTED j 26 I i 15. 7 Superintendence and Supervision: 15.1. The orders of City are to be given through Consultant, which instructions are to be strictly and promptly followed in every case. Contractor shall keep on the Project during its progress, a full-time competent English speaking superintendent and any necessary assistants, all satisfactory to Consultant. The superintendent shall not be changed except with the written consent of Consultant, unless the superintendent proves to be unsatisfactory to Contractor and ceases to be in its employ. The superintendent shall represent Contractor and all directions,given to the superintendent shall be as binding as if given to Contractor and will be confirmed in writing by Consultant upon the written request of Contractor. Contractor shall give efficient supervision to the Work, using its best skill and attention. 15.2. Daily, Contractor's superintendent shall record,- at a minimum, the following information in a bound log: the day; date; weather conditions and how any weather condition affected progress of the Work; time of commencement of work for the day; the work /being performed; materials, labor, personnel, equipment and subcontractors at the Project site; visitors to the Project site, including representatives of Consultant; regulatory representatives; any special or unusual conditions or occurrences encountered; and the time of termination of work for the day. All information shall be recorded in the daily log in ink. The daily log shall be kept on the Project site and shall be available at all times for inspection and copying by City and Consultant. 15.3. The Contract Administrator, Contractor and Consultant shall meet at least weekly or as determined by the Contract Administrator, during, the course of the Work to review and agree upon the work performed to date and to establish the controlling items-of work for the next two weeks. The Consultant shall publish, keep, and distribute minutes and any comments thereto of each such meeting. 15.4. If Contractor, in the course of prosecuting the Work, finds any discrepancy between the Contract Documents and the physical conditions of the locality, or any errors, omissions, or discrepancies in the Project Manual, it shall be Contractor's duty to immediately inform Consultant, in writing, and Consultant will promptly review the same. Any work done after such discovery, until authorized, will be done at Contractor's sole risk. 15.5. Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. 16. INTENTIONALLY OMITTED 27 17. Contractor's Right to Stop Work or Terminate Contract: Should Consultant fail to review and approve or state in writing reasons for nonapproval of any Application for Payment within twenty (20) days after it is presented, or if City fails either to pay Contractor within thirty (30) days after presentation by Consultant of any sum certified by Consultant, or to notify Contractor and Consultant in writing of any objection to the Application for Payment, then Contractor may, give written notice to City and Consultant of such delay, neglect or default, specifying the same. If City or Consultant (where applicable), within a period of ten (10) calendar days after such notice shall not remedy the delay, neglect, .or default upon which)the notice is based, then Contractor may stop work or terminate this Contract and recover from City payment for all work executed and reasonable expenses sustained therein plus reasonable termination expenses. Any objection made by City to an Application for Payment shall be submitted to Consultant in accordance with the provisions of Article 13 hereof. 18. Assignment: Neither party hereto shall assign the Contract or any subcontract in whole or in part without the written consent of the other, nor shall Contractor assign any monies due or to become due to it hereunder, without the previous written consent of the Mayor and City Commission. 19. INTENTIONALLY OMITTED 20. Differing Site Conditions: In the event that during the course of the Work Contractor encounters subsurface or concealed conditions at the Project site which differ materially from those shown on the Contract Documents and from those ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents; or unknown physical conditions of the Project site, of an unusual nature, which differ materially from that ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents, Contractor without disturbing the conditions and before performing any work affected by such conditions, shall, within twenty-four (24) hours of their discovery, notify City and Consultant in writing of the existence of the aforesaid conditions. Consultant and City shall, within two (2) business days after receipt of Contractor's written notice, investigate the site conditions identified by Contractor. If, in the sole opinion of Consultant, the conditions do materially so differ and cause an increase or decrease in Contractor's cost of, or the time required for, the performance of any part of the Work, whether or not charged as a result of the conditions, Consultant shall recommend an equitable adjustment to the Contract Price, or the Contract Time, or both. If City and Contractor cannot agree on an adjustment in the Contract Price or Contract Time, the adjustment shall be referred to Consultant for determination in accordance with the provisions of Article 13. Should Consultant determine that the conditions of the Project site are not so materially different to justify a change in the terms of the Contract, Consultant shall so notify City and Contractor in writing, stating the reasons, and such determination shall be final and binding upon the parties hereto. No request by Contractor for an equitable adjustment to the Contract under this provision shall be allowed unless Contractor has given written notice in strict accordance with the 28 provisions of this Article. No request for an equitable adjustment or change to the Contract Price or Contract Time for differing site conditions shall be allowed if made after the date certified by Consultant as the date of substantial completion. 21. Plans and Working Drawings: J City, through Consultant, shall have the right to modify the details of the plans and specifications, to supplement the plans and specifications with additional plans, drawings or additional information as the Work proceeds, all of which shall be considered as part of the Project Manual. In case of disagreement between the written and graphic portions of the Project Manual, the written portion shall govern. 22. Contractor to Check Plans, Specifications and Data: Contractor shall verify all dimensions, quantities and details shown on the plans, specifications or other data received from Consultant, and shall notify Consultant of all errors, omissions and discrepancies found therein within three (3) calendar days of discovery. Contractor will not be allowed to take advantage of anyerror, ,omission or discrepancy, as full instructions will be furnished by Consultant. Contractor shall not be liable for damages resulting from errors, omissions or discrepancies in the Contract Documents unless Contractor recognized such error, omission or discrepancy and knowingly failed to report it to Consultant. 23. Contractor's Responsibility for Damages and Accidents: 23.1. Contractor shall accept full responsibility for the Work against all loss or damage of whatever nature sustained until final acceptance by City, and shall promptly repair any damage done from any cause whatsoever, except as provided in Article 30. 23.2. Contractor shall be responsible for all materials, equipment and supplies pertaining to the Project. In the event any such materials, equipment and supplies are lost, stolen, damaged or destroyed prior to final acceptance by City, Contractor shall replace same without cost to City, except as provided in Article 30. 24. Warranty: Contractor warrants to City that all materials and equipment furnished under this Contract will be new unless otherwise specified and that all of the Work will be of good quality, free from faults and defects and in conformance with the Contract Documents.' All work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. If required by Consultant, Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by the provisions of Article 26 herein. 25. Supplementary Drawings: 25.1. When, in the opinion of Consultant, it becomes necessary to explain the Work to be done more fully, or to illustrate the Work further, or to show any changes which may be required, supplementary drawings, with specifications pertaining thereto, will be prepared by Consultant. 29 25.2. The supplementary drawings shall be binding upon Contractor with the same force as the Project Manual. Where such supplementary drawings require either less or more than the original quantities of work, appropriate adjustments shall be made by Change Order. 26. Defective Work: 26.1. Consultant shall have the authority to reject or disapprove work which Consultant finds to be defective. If required by Consultant, Contractor shall promptly either correct _all defective work or remove such defective work and replace it with nondefective work. Contractor shall bear all direct, indirect and consequential q costs of such removal or corrections including cost of testing laboratories and personnel. 26.2. Should Contractor fail or refuse to remove or correct any defective work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the time indicated in writing by Consultant, City shall have the authority to cause the defective work to be removed or corrected, or make such repairs as may be necessary at Contractor's expense. Any expense incurred by City in making such removals, corrections or repairs, shall be paid for out of any monies due or which may become due to Contractor , or may be,charged against the Performance Bond. In the event of failure of Contractor to make all necessary repairs promptly and fully, City may declare Contractor in default. 26.3.' If, within one (1)year after the date of substantial completion or such longer period of time as may be prescribed by the terms of any applicable special warranty required by the Contract Documents, or by any specific provision of the Contract Documents, any of the Work is found to be defective or not in accordance with the Contract Documents, Contractor , after receipt of written notice from City, shall promptly correct such defective or nonconforming Work within the time specified by City without cost to City, to do so. Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation which-,. Contractor might have under the Contract Documents including but not limited to, Article 24 hereof and any claim regarding latent defects. 26.4. Failure to reject any defective work or material%shall not in any way prevent later rejection when such defect is discovered, or obligate City to final acceptance. 27. Taxes Contractor shall pay all applicable sales, consumer, use and other taxes required by law. Contractor is responsible for reviewing the pertinent state statutes involving state taxes and complying with all requirements. 28. Subcontracts: r 28.1. Contractor shall not employ any subcontractor against whom City or Consultant may have a reasonable objection. Contractor shall not be required to employ any subcontractor against whom Contractor has a reasonable objection. 28.2. Contractor shall be fully responsible for all acts and omissions of its subcontractors and of persons directly or indirectly employed by its subcontractors and of persons 30 for whose acts any of them may be liable to the same extent that Contractor is responsible for the acts and omissions of persons directly employed by it. Nothing in the Contract Documents shall create any contractual relationship' between any subcontractor and City or any obligation on the part of City to pay or to see the payment of any monies due any subcontractor. City or Consultant may furnish to any subcontractor evidence of amounts paid to Contractor on account of specific work performed. 28.3 Contractor agrees to bind specifically every subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of City. 28.4. Contractor shall perform the Work with its own organization, amounting to not less than 70% percent of the Contract Price. 29. Separate Contracts: 29.1. ' City reserves the right to let other contracts in connection with this Project. Contractor shall afford other persons reasonable opportunity for the introduction and storage of theirrmaterials and the execution of their work and shall properly connect and coordinate this Work with theirs. 29.2. If any part of Contractor's Work depends for proper execution or results upon the work of any other persons, Contractor shall inspect and promptly report to Consultant any defects in such work that render it unsuitable for such proper execution and results. Contractor's failure to so inspect and report shall constitute an acceptance of the other person's work as fit and proper for the reception of Contractor's Work, except as to defects which may develop in other contractor's work after the execution of Contractor's. 29.3. Contractor shall conduct its operations and take all reasonable steps'to coordinate the prosecution of the Work so as to create no interference or impact on any other contractor on the site. Should such interference or impact occur, Contractor shall be liable to the affected contractor for the cost of such interference or impact. 29.4. To insure the proper execution of subsequent work, Contractor shall inspect the work already in place and shall at once report to Consultant any discrepancy between the executed work and the requirements of the Contract Documents. 30. ' Use of Completed Portions: 30.1. City shall have the right at its sole option to take possession of and use any completed or partially completed portions of the Project. Such possession and use shall not be deemed an acceptance of any of the Work not completed in accordance with the Contract Documents. If such possession and use increases the cost of or delays the Work, Contractor shall be entitled to reasonable extra compensation' or reasonable extension of time or both, as recommended by Consultant and approved by`City. 30.2. In the event City takes possession of any completed or partially completed portions of the Project, the following shall occur: 31. 30.2.1. City shall give notice to Contractor in writing at least thirty(30)calendar days prior to City's intended occupancy of a designated area. 30.2.2. Contractor shall complete to the point of Substantial Completion the designated area and request inspection and issuance of a Certificate of Substantial Completion in the form attached hereto as 00925 from Consultant. 30.2.3. Upon Consultant's issuance of a Certificate of Substantial Completion, City will assume full responsibility for maintenance, utilities, subsequent damages of City and public, adjustment of insurance coverage's and start of warranty for the occupied area. 30.2.4. Contractor shall complete all items noted on the Certificate of Substantial Completion within the time specified by Consultant on the Certificate of Substantial Completion, as soon as possible and request final inspection and final acceptance of the portion of the Work occupied. Upon completion of final inspection and receipt of an application for final payment, Consultant shall issue a Final Certificate of Payment relative to the occupied area. 30.2.5. If City finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion thereof, such occupancy or use shall not commence prior to a time mutually agreed upon by City and Contractor and to which the insurance company or companies providing the property insurance have consented by endorsement to the policy or policies. Insurance on the unoccupied or unused portion or portions shall not be canceled or lapsed on account of such partial occupancy or use. Consent of Contractor and of the insurance company or companies to such occupancy or use shall not be unreasonably withheld. 31. Lands for Work: 31.1. City shall provide, as may be indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way and easements for access thereto and such other lands as are designated by City or the use of Contractor. 31.2. Contractor shall provide, at Contractor's own expense and without liability to City, any additional land and access thereto that may be required for temporary construction facilities, or for storage of materials. Contractor shall furnish to City copies of written permission obtained by Contractor from the owners of such facilities. 32.- Legal Restrictions and Traffic Provisions: Contractor shall conform to and obey all applicable laws, regulations, or ordinances with regard to labor employed, hours of work and Contractor's general operations. Contractor shall conduct its operations so as not to close any thoroughfare, nor interfere in any way with traffic on railway, highways, or water, without the prior written consent of the proper authorities. 33. Location and Damage to Existing Facilities, Equipment or Utilities: 32 33.1. As far as possible, all existing utility lines in tile Project area have been shown on, the plans. However, City does not guarantee that all lines are shown, or thatthe ones indicated are in their true location. It shall be the Contractor's responsibility to identify and locate all underground and overhead utility lines or equipment affecting or affected by the Project. No additional payment will be made to the Contractor because of discrepancies in actual and plan location of utilities, and damages suffered as a result thereof. 33.2. The Contractor shall notify each utility company involved at least ten (10) days prior to the start of construction to arrange for positive underground location, relocation or support of its utility where that utility may be in conflict with or endangered by the proposed construction. Relocation of water mains or other utilities for the convenience of the Contractor shall be paid by the Contractor. All charges by utility companies for temporary support of its utilities shall be paid for by the Contractor. All costs of permanent utility relocation to avoid conflict shall be the responsibility of the utility company involved. No additional payment will be made to the Contractor for utility relocations, whether or not said relocation is necessary to avoid conflict with other lines. 33.3. The Contractor shall schedule the work in such a manner that the work is not delayed by the utility providers relocating or supporting their utilities. The Contractor shall coordinate its activities with any and all public and private utility providers occupying the right-of-way. No compensation will be paid to the Contractorfor any loss of time or delay. 33.4. All overhead, surface or underground structures and utilities encountered are to becarefully protected from injury or.displacement. All damage to such structures is to' be completely repaired within a reasonable time; needless delay will not be tolerated. The City reserves the right to remedy such damage by ordering outside parties to make such repairs at the expense of the Contractor. All such repairs made by the Contractor are to be made to the satisfaction,of the utility owner. All damaged utilities must be replaced or fully repaired. All repairs are to be inspected by the utility owner prior to backfilling. 34. Value Engineering: Contractor may request substitution of materials, articles, pieces of equipment or any changes that reduce the Contract Price by making such request to Consultant in writing. Consultant will be the sole judge of acceptability, and no substitute will be ordered, installed, used or initiated without Consultant's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. However, any substitution accepted by Consultant shall not result in any increase in the Contract Price or Contract Time. By making a request for substitution, Contractor agrees to pay directly to Consultant all Consultant's fees and charges related to Consultant's review of the request for substitution, whether or not the request for substitution is accepted by Consultant. Any substitution submitted by Contractor must meet the form, fit, function and life cycle criteria of the item proposed to be replaced and there must be a net dollar savings including Consultant review fees and charges. If a substitution is approved, the net dollar savings shall be shared equally between Contractor and City and shall be processed as a deductive Change Order.,City may require Contractor to furnish at Contractor's expense 33 a special performance guarantee or other surety with respect to any substitute approved after award of the Contract. 35. Continuing the Work: Contractor shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with City, including disputes or disagreements concerning a request for a Change Order, a request for a change in the Contract Price or Contract Time. The Work shall not be delayed or postponed pending resolution of any disputes or disagreements. 36. Changes in the Work or Terms of Contract Documents: 36.1. Without invalidating the Contract and without notice to any surety City reserves and shall have the right, from time to time to make)such increases, decreases or other changes in the character or quantity of the Work as may be considered necessary or desirable to complete fully and acceptably the proposed construction in a satisfactory manner. Any extra or additional work within the scope of this Project must be accomplished by means of appropriate Field Orders and Supplemental Instructions or Change Orders. 36.2. Any changes to the terms of the Contract Documents must be contained in a written document, executed by the parties hereto, with the same formality and of equal dignity prior to the initiation of any work reflecting such change This section shall not prohibit the issuance of Change Orders executed only by City as hereinafter provided. 37. Field Orders and Supplemental Instructions: 37.1. The Contract Administrator; through Consultant, shall have the right to approve and issue Field Orders setting forth written interpretations of the intent of the Contract Documents and ordering minor changes in Work execution,'providing the Field Order involves no change in the Contract Price or the Contract Time. 37.2. Consultant shall have the right to approve and issue Supplemental Instructions setting forth written orders, instructions, or interpretations concerning the Contract Documents or its performance, provided such Supplemental Instructions involve no change in the Contract Price or the Contract Time. 38. Change Orders: 38.1. Changes in the quantity or character of the Work within the scope of the Project which are not properly the subject of Field Orders or Supplemental Instructions, including all changes resulting in changes in the Contract Price, or the Contract Time, shall be authorized only by Change Orders approved in advance and issued in accordance with the provisions of the City. - 38.2. All changes to construction contracts which exceed the Commission-approved contingency must be approved in advance in accordance with the value of the Change Order or the calculated value of the time extension. All Change Orders with a value of $25,000 or more shall be approved in advance by the Mayor and City Commission. All Change Orders with a value of less than $25,000 shall be approved in advance by the City Manager or his designee. 38.3. In the event satisfactory adjustment cannot be reached for any item requiring a change in the Contract Price or Contract Time, and a Change Order has not been 34 issued, City reserves the right at its sole option to either terminate the Contract as it applies to the items in question and make such arrangements as may be deemed necessary to complete the disputed work; or submit the matter in dispute to Consultant as set forth in Article, 13 hereof. During the pendency of the dispute, and upon receipt of a Change Order approved by City, Contractor shall promptly proceed with the change in the Work involved and advise the Consultant and Contract Administrator in writing within seven (7) calendar days of Contractor's agreement or disagreement with the method, if any, provided in the Change Order for determining the proposed adjustment in the Contract Price or Contract Time. 38.4. On approval of any Contract change increasing the Contract Price, Contractor shall ensure that the performance bond and payment bond are increased so that each reflects the total Contract Price as increased. 38.5. Under circumstances determined necessary by City, Change Orders may be issued unilaterally by City. 39. Value of Change Order Work: 39.1. The value of any work covered by a Change Order or of any claim for an increase or decrease in the Contract.Price shall be determined in one of the following ways: 39.1.1. Where the work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of items involved. 39.1.2. By mutual acceptance of a lump sum which Contractor and City acknowledge contains a component for overhead and profit. 39.1.3. On the basis of the "cost of work," determined as provided in Sections 39.2 and 39.3, plus a Contractor's fee for overhead and profit which is determined as provided in Section 39.4. 39.2. The term "cost of work" means the sum of all direct costs necessarily incurred and paid by Contractor in the proper performance of the Work described in the Change Order. Except as otherwise may be agreed to in writing by City, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in Section 39.3. 39.2.1. Payroll-costs for employees in the direct employ of Contractor in the performance of the work described in the Change Order under schedules of job classifications agreed upon by City and Contractor. Payroll costs for employees not employed full time on the work covered by the Change Order shall be apportioned on the basis of their time spent on the work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay application thereto. Such employees shall include superintendents and foremen at the site. 35 The expenses of performing the work after regular working hours, on Sunday or legal holidays, shall be included in the above to the extent authorized by City. 39.2.2. Cost of all materials and equipment furnished and incorporated in the work, including costs of transportation and storage thereof, and manufacturers'field services required in connection therewith. All cash discounts shall accrue to Contractor unless City deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to City. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to City and Contractor shall make provisions so that they may be obtained. Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City with the advice of Consultant and the, costs of transportation, loading, unloading, installation, dismantling and removal thereof, all in accordance with the terms of said agreements. The rental \of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the work. 39.2.3. Payments made by Contractor to Subcontractors for work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from Subcontractors acceptable to Contractor and shall deliver such bids to City who will then determine, with the advice of Consultant, which bids will be accepted. If the Subcontract provides that the Subcontractor is to be paid on the basis of cost of the work plus a fee, the Subcontractor's cost of the work shall be determined in the same manner as Contractor's cost of the work. All Subcontractors shall be subject to the other provisions of the Contract Documents insofar as applicable. 39.2.4. Cost of special consultants, including, but not limited to, engineers, architects, testing laboratories, and surveyors employed for services specifically related to the performance of the work described in the Change Order. 39.2.5. Supplemental costs including the following: 39.2.5.1. The proportion of necessary transportation, travel and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the work except for local travel to and from the site of the work. 39.2.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the work, and cost less market value of such items used 'but not consumed which remains the property of Contractor . 36 39.2.5.3. Sales, use, or similar taxes related to /the work, and for which Contractor is liable, imposed by any governmental authority. 39.2.5.4. Deposits lost for causes other than Contractor's negligence; royalty payments and fees for permits and licenses. 39.2.5.5. The cost of utilities,,fuel and sanitary facilities at the site. 39.2.5.6. Receipted minor expenses' such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the work. 39.2.5.7. Cost of premiums for additional, bonds, and insurance required because of changes in the work. 39.3. The term "cost of the work" shall not include any of the following: 39.3.1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by Contractor whether at the site or in its principal or a branch office for general administration of the work and not specifically included in the agreed- upon schedule of job classifications, all of which are to be considered administrative costs covered by Contractor's fee. 39.3.2. Expenses of Contractor's principal and branch offices other than Contractor's office at the site. 39.3.3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the work and charges against Contractor for delinquent payments. 39.3.4. Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the Contract Documents to purchase and maintain the same, except for additional bonds and insurance required because of changes in the work. - 39.3.5. Costs due to the negligence or neglect of Contractor, any Subcontractors, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective work, disposal of materials or equipment wrongly supplied and making good any damage to property. 39.3.6. Other overhead or general expense costs of any kind and the cost of any item not specifically and expressly included in Section 39.2. 37 39.4. Contractor's fee allowed to Contractor for overhead and profit shall be determined as follows: 39.4.1.A mutually acceptable fixed fee or if none can be agreed upon, 39.4.2.A fee based on the following percentages of the various portions of the cost of the work: 39.4.2.1. For costs incurred under Sections 39.2.1 and 39.2.2, Contractor's fee shall not exceed ten percent (10%). 39.4.2.2. For costs incurred under Section 39.2.3, Contractor's fee shall not exceed seven and one half percent(7.5%); and if a subcontract is on the basis of cost of the work plus a fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall not exceed ten , percent (10%); and 39.4.2.3. No fee shall be payable on the basis of costs itemized under Sections 39.2.4 and 39.2.5, (except Section 39.2.5.3), and Section 39.3. 39.5. The amount of credit to be allowed by Contractor to City for any such change which results in a net decrease in cost, will be the amount of the actual net decrease. When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any, however, Contractor shall not be entitled to claim lost profits for any Work not performed. 39.6. Whenever the cost of any work is to be determined pursuant to Sections 39.2 and 39.3, Contractor`will submit in a form acceptable to Consultant an itemized cost breakdown together with the supporting data. 39.7. Where the quantity of any item of the Work that is covered by a unit price is increased or decreased by more than twenty percent (20%) from the quantity of such work indicated in the Contract Documents, an appropriate Change Order shall be issued to adjust the unit price, if warranted. 39.8. Whenever a change in the Work is to be based on mutual acceptance of a lump sum, whether the amount is an addition, credit or no change-in-cost, Contractor shall submit an initial cost estimate acceptable to\ Consultant and Contract Administrator. 39.8.1. Breakdown shall list the quantities and unit prices for materials, labor, equipment and,other items of cost. 39.8.2. Whenever a change involves Contractor and one or more Subcontractors and the change is an increase in the Contract Price, overhead and profit percentage for Contractor and each Subcontractor shall be itemized separately. 38 \ I 39.9. Each Change Order must state within the body of the Change Order whether it is based upon unit price, negotiated lump sum, or"cost of the work." 40. Notification and Claim for Change of Contract Time or contract Price: 40.1. Any claim for a change in the Contract Time or Contract Price shall be made by written notice by Contractor to the Contract Administrator and to Consultant within five (5) calendar days of the commencement of the event giving rise to the claim and stating the general nature and cause of the claim. Thereafter, within twenty (20) calendar days of the termination of the event giving rise to the claim, written notice of the extent of the claim with supporting information and documentation shall be provided unless Consultant allows an additional period of time to ascertain more accurate data in support of the claim and such,notice shall be accornpanied by Contractor's written notarized statement that the adjustment claimed is the entire adjustment to which the Contractor has reason to believe it is entitled as a result of the occurrence of said event. All claims for changes in the Contract Time or Contract Price shall be determined by Consultant in accordance with Article 13 hereof, if City and Contractor cannot otherwise agree. IT IS EXPRESSLY AND SPECIFICALLY AGREED THAT ANY AND ALL CLAIMS FOR CHANGES TO THE CONTRACT TIME OR CONTRACT PRICE SHALL BE WAIVED IF NOT SUBMITTED IN STRICT ACCORDANCE WITH THE REQUIREMENTS OF THIS SECTION. 40.2. The Contract Time will be extended in an amount equal to time lost on critical Work items due to delays beyond the control of and through no fault or negligence of Contractor if a claim is made therefore as provided in Section 40.1. Such delays shall include, but not be limited to, acts or neglect by any separate contractor employed by City, fires, floods, labor disputes, epidemics, abnormal weather conditions or acts of God. 41. No Damages for Delay: No claim for damages or any claim, other than for an extension of time, shall be made or asserted against City by reason of any delays except as provided herein. Contractor shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for actual delays due solely to fraud, bad faith or active interference on the part of City or its Consultant. Otherwise, Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to the extent specifically provided above. 42. Excusable Delay; Compensable; Non-Compensable: 42.1 Excusable Delay. Delay which extends the completion of the Work and which is caused by circumstances beyond the control of Contractor or its subcontractors, suppliers or vendors is Excusable Delay. 39 Contractor is entitled to a time extension of the Contract Time for each day the Work is delayed due to Excusable Delay. Contractor shall document its claim for any time extension as provided in Article 40 hereof. Failure of Contractor to comply with Article 40 hereof as to any particular event of, delay shall be deemed conclusively to constitute a waiver, abandonment or relinquishment of any and all claims resulting from that particular event of delay. Excusable Delay may be compensable or non-compensable: (a) Compensable Excusable Delay. Excusable Delay is compensable when (i) the delay extends the Contract Time, (ii) is caused by circumstances beyond the control of the Contractor or its subcontractors, suppliers or vendors, and (iii) is caused solely by fraud, bad faith or active interference on the part of City or its agents. In no event shall Contractor be compensated for interim delays which do not extend the Contract Time. Contractor shall be entitled to direct and indirect costs for Compensable Excusable Delay. Direct costs recoverable by Contractor shall be limited to the actual additional costs allowed pursuant to Article 41 hereof. City and Contractor recognize and agree that the amount of Contractor's precise actual indirect costs for delay in the performance and completion of the Work is impossible to determine as of the date of execution of the Contract Documents, and that proof of the precise amount will be difficult. Therefore, indirect costs recoverable by the Contractor shall be liquidated on a daily basis for each day the Contract Time is delayed due to a Compensable Excusable Delay. These liquidated indirect costs shall be paid to compensate Contractor for all indirect costs caused Lby a Compensable Excusable Delay and shall include, but not be limited to, all profit on indirect costs, home office overhead, acceleration, loss of earnings, loss of productivity, loss of bonding capacity, loss of opportunity and all other indirect costs incurred by Contractor. The amount of liquidated indirect costs recoverable shall be one hundred dollars ($100) per day for each calendar day the Contract is delayed due to a Compensable Excusable Delay. (b) Non-Compensable Excusable Delay. When Excusable Delay is (i) caused by circumstances beyond the control of Contractor, its subcontractors, suppliers and vendors, and is also caused by circumstances beyond the control of the City or Consultant, or(ii) is caused jointly or concurrently by Contractor or its subcontractors, suppliers or vendors and by the City or Consultant, then Contractor shall be entitled only to a time extension and no further compensation for the delay. 43. Substantial Completion: •. When Contractor considers that the Work, or a portion thereof designated by City pursuant to Article 30 hereof, has reached Substantial Completion, Contractor shall so notify City and Consultant in writing. Consultant and City shall then_promptly inspect the Work. When Consultant, on the basis of such, an inspection, determines that the Work or designated portion thereof is substantially complete, it will then prepare a Certificate of 40 } Substantial Completion in the form attached hereto as Form 00925 which shall establish the Date of Substantial Completion; shall state the responsibilities of City and Contractor for security, maintenance, heat, utilities, damage to the Work, and insurance; and shall list all Work yet to be completed to satisfy the requirements of the Contract Documents for Final Completion. The failure to include any items of corrective work on such list does not alter the responsibility of Contractor to complete all of the Work in accordance with the Contract Documents. Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in the Certificate of Substantial Completion. The Certificate of Substantial Completion shall be submitted to City through the Contract Administrator and Contractor for their written acceptance of the responsibilities assigned to them in such Certificate. 44. No Interest: Any monies not paid by City when claimed to be due to Contractor under this Agreement, including, but not limited to, any and all claims for contract damages of any type, shall not be subject to interest including, but not limited to prejudgment interest. However, the provisions of City's prompt payment ordinance, as such relates to timeliness of payment, and the provisions of Section 218.74(4), Florida Statutes (1989) as such relates to the payment of interest, shall apply to valid and proper invoices. 45. Shop Drawings: 45.1. Contractor shall submit Shop Drawings as required by the Technical Specifications. The purpose of the Shop Drawings is to show the suitability, efficiency, technique of manufacture, installation requirements, details of the item and evidence of its compliance or noncompliance with the Contract Documents. 45.2. Within thirty (20) calendar days after the Project Initiation Date specified in the Notice to Proceed, Contractor shall submt to Consultant a complete list of preliminary data on items for which Shop Drawings are to be submitted and shall identify the critical items. Approval of this list by Consultant shall in no way relieve Contractor from''submitting complete Shop Drawings and providing material's, equipment, etc.,fully in accordance with the Contract Documents. This procedure is required in order to expedite final approval of Shop Drawings. 45.3. After the approval of the list of items required in Section 45.2 above, Contractor shall promptly request Shop Drawings from the various manufacturers, fabricators, and suppliers. Contractor shall include all shop drawings and other submittals in its certification. 45.4. Contractor\shall thoroughly review and check,the Shop Drawings and each and every copy shall show this approval thereon. 45.5. If the Shop Drawings show or indicate departures from the Contract requirements, Contractor shall make specific mention thereof in its letter of transmittal. Failure to point out such departures shall not relieve Contractor from its responsibility to comply with the Contract Documents. 41 45.6. Consultant shall review and approve Shop Drawings within seven (7) calendar days from the date received,, unless said Drawings are rejected by Consultant for material reasons. Consultant's approval of Shop Drawings will be general and shall not relieve Contractor of responsibility for the accuracy of such Drawings, nor for the proper fitting and construction of the work, nor for the furnishing of materials or work required by the Contract Documents and not indicated on the Drawings. No work called for by Shop Drawings shall be performed until the said Drawings have been approved by Consultant. Approval shall not relieve Contractor from responsibility for errors or omissions of any sort on the Shop Drawings. 45.7. No approval will be given to partial submittals of Shop Drawings for items which interconnect and/or are interdependent where necessary to properly evaluate the design. It is Contractor's responsibility to assemble the Shop Drawings for all such interconnecting and/or interdependent items, check them and then make one submittal to Consultant along with its comments as to compliance, noncompliance, or features requiring special attention. 45.8. If catalog sheets or prints of manufacturers' standard drawings are submitted as Shop Drawings, any additional information or changes on such drawings shall be typewritten or lettered in ink. 45.9.- Contractor shall submit the number of copies required by Consultant. Resubmissions of Shop Drawings shall be made in the same quantity until final approval is obtained. 45.10. Contractor shall keep one set of Shop Drawings marked with Consultant's approval at the job site at all times. 46. Field Layout of the Work and Record Drawings: 46.1. The entire responsibility for establishing and maintaining line and grade in the field lies with Contractor. Contractor shall maintain an accurate and precise record of the location and elevation of all pipe lines, conduits, structures, maintenance access structures, handholes, fittings and the like and shall prepare record or "as-built" drawings of the same which are sealed by a Professional Surveyor. Contractor shall deliver these records in good order to Consultant as the Work is completed. The cost of all such field layout and recording work is included in the prices bid for the appropriate items. All record drawings shall be made on reproducible paper and shall be delivered to Consultant prior to, and as a condition of, final payment. 46.2. Contractor shall maintain in a safe`place at the Project site one record copy of all Drawings, Plans, Specifications, Addenda, written amendments, Change Orders, Field Orders and written interpretations and clarifications in good order and annotated to show all changes made during construction. These record documents together with all approved samples and a counterpart of all approved Shop.Drawings shall be available at all times to Consultant for reference. Upon Final Completion of the Project and prior to Final Payment, these record documents, samples and Shop Drawings shall be delivered to the Contract Administrator. 42 46.3. Prior to, and as a condition precedent to. Final Payment, Contractor shall submit to City, Contractor's record drawings or as-built drawings acceptable to Consultant. 47. Safety and Protection: 47.1. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Project. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 47.1.1. All employees on the work site and other persons who may beaffected ,thereby; 47.1.2. All the work and all materials or equipment to be incorporated therein, whether in storage on or off the Project site; and 47.1.3. Other property at the Project site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. 47.2. Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and utilities when prosecution of the work may affect them. All damage, injury or loss to any property referred to in Sections 47.1.2 and 47.1.3 above, caused directly or indirectly, in whole or in part, by Contractor , any Subcontractor or anyonedirectly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by Contractor. Contractor's duties and responsibilities for the safety and protection of the work shall continue until such time as all the Work is completed and Consultant has issued a notice to City and Contractor that the Work is acceptable except as otherwise provided in Article 30 hereof. 47.3. Contractor shall designate a responsible member of its organization at the Work site Jwhose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to City. 48. Final Bill of Materials: Contractor shall be required to submit to City and Consultant a final bill of materials with , unit costs for each bid item for supply of materials in place.- This shall be an itemized list of all materials with a unit cost for each material and the total shall agree with unit costs established for each Contract item. A Final Certificate for Payment cannot be issued by Consultant until Contractor submits the final bill of materials and Consultant verifies the accuracy of the units of Work. 49. 'Payment by City for Tests: Except when otherwise specified in the Contract Documents, the expense of all tests requested by Consultant shall be borne by City and performed by a testing firm chosen by Consultant. For road construction projects the procedure for making tests required by 43 Consultant will be in conformance with the most recent edition of the State of Florida, Department of Transportation Standard Specifications for Road and Bridge Construction. Th`e cost of any required test which Contractor fails shall be paid for by Contractor. 50. Project Sign: Any requirements for a project sign shall be paid by the Contractor as specified by City Guidelines'. 51. Hurricane Precautions: 51.1. During such periods of time as are designated by the United States Weather Bureau as being a hurricane warning or alert, the Contractor, at no cost to the City, shall take all precautions necessary to secure the Project site in response to all threatened storm events, regardless of whether the City or Consultant has given notice of same. 51.2. Compliance with any specific hurricane warning or alert precautions will not constitute additional work. 51.3. Additional work relating to hurricane warning or alert at the Project site will be addressed by a Change Order in accordance with Section 38, General Conditions. 51.4. Suspension of the Work caused by a threatened or actual storm event, regardless of whether the City has directed such suspension, will entitle the Contractor to additional Contract Time as noncompensable, excusable delay, and shall not give rise to a claim.for compensable delay. 52. Cleaning Up; City's Right to Clean Up: • Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its operations. At the completion of the Project, Contractor shall remove all its waste materials and rubbish from and about the Project as well as its tools, construction equipment, machinery and surplus materials. If Contractor fails to clean up during the prosecution of the Work or at the completion of the Work,;City may do so and the cost thereof shall be charged to Contractor. If a dispute arises between Contractor and separate contractors as to their responsibility for cleaning up, City may clean up and charge the cost thereof to the contractors responsible therefore as Consultant shall determine to be just. 44 53. Removal of Equipment: In case of termination of this Contract before completion for any cause whatever, Contractor, if notified to do so by City, shall promptly remove any part or all of Contractor's equipment and supplies from the property of City,failing which City shall have the right to remove such equipment and supplies at the expense of Contractor. 54. Nondiscrimination: In connection with the performance of the obligations contained in the Contract Documents, the Contractor shall not exclude from participation in, deny the benefits of, or subject to discrimination anyone on the grounds of race, color, national origin, sex, age, disability, religion, income or family status. Additionally, Contractor shall comply fully with the City of Miami Beach Human Rights Ordinance, codified in Chapter 62 of the City Code, as may be amended from time to time, prohibiting discrimination in employment, housing, public accommodations, and public services on account of actual or perceived race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, age, disability, ancestry, height, weight, domestic partner status, labor organization membership, familial situation, or political affiliation. 55. Project Records: City shall have the right to inspect and copy, at City's expense, the books and records and accounts of Contractor which relate in any way to the Project, and to any claim for additional compensation made by Contractor, and to conduct an audit of the financial and accounting records of Contractor which relate to the Project and to any claim for additional compensation made by Contractor. Contractor shall retain and make available to City all such books and records and accounts, financial or otherwise, which relate to the Project and to any claim for a period of three (3) years following Final Completion of the Project. During the Project and the three (3) year period following Final Completion of the Project, Contractor shall provide City access to its books and records upon seventy-two (72) hours written notice. 45 56. Performance Evaluations: An interim performance evaluation of the successful Contractor may be submitted by the Contract Administrator during construction of the Project. A final performance evaluation shall be submitted when the Request for Final Payment to the construction contractor is forwarded for approval. In either situation, the completed evaluation(s) shall be forwarded to the City's Procurement Director who shall provide a copy to the successful Contractor. Said evaluation(s) may be used by the City as a factor in considering the responsibility of the successful Contractor for future bids with the City. 57. Occupational Health and Safety: In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this bid must be accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the manufacturer. The MSDS must include the following information: a. The chemical name and the common name of the toxic substance. b. The hazards or other risks in the use of the toxic substance, including: The potential for fire, explosion, corrosion, and reaction; ii. The known acute and chronic health effects of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance; and iii. The primary routes of entry and symptoms of overexposure. c. The proper •precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the toxic substances, including appropriate emergency treatment in case of overexposure. d. The emergency procedure for spills, fire, disposal, and first aid. e. A description in lay terms of the known specific potential health risks posed by the toxic substance intended to alert any person reading this information. f. The year and month, if available, that the information was compiled and the name, address, and emergency telephone number of the manufacturer responsible for preparing the information. 58. Environmental Regulations: The City reserves the right to consider a Bidder's history of citations and/or violations of environmental regulations in investigating a Bidder's responsibility, and further reserves the right to declare a Bidder not responsible if the history of violations warrant such determination in the opinion of the City. Bidder shall submit with its Bid, a complete history of all citations and/or violations, notices and dispositions thereof. The nonsubmission of any such documentation shall be deemed,to be an affirmation by the Bidder that there are 46 no citations or violations. Bidder shall notify the City immediately of notice of any citation or violation which Bidder may receive after the Bid opening date and during the time of performance of any contract awarded to it. 59. "Or Equal" Clause: Whenever a material, article or piece of equipment is identified in the Contract Documents including plans and specifications by reference to manufacturers'or vendors' names, trade names, catalog numbers, or otherwise, City, through Consultant, will have made its best efforts to name at least three (3) such references. Any such reference is intended merely to establish a standard; and, unless it is followed by the words "no substitution is permitted" because of form, fit, function and quality, any material, article, or equipment of other manufacturers and vendors which will perform or serve the requirements of the general design will be considered equally acceptable provided the materials, article or equipment so proposed is, in the sole opinion`of Consultant, equal in substance, quality and function. ANY REQUESTS FOR SUBSTITUTION MUST BE MADE TO THE CITY'S PROCUREMENT DIRECTOR, WHO SHALL FORWARD SAME TO CONSULTANT. 47 M I AM I BEAC H 00710 EXHIBIT D: FORM OF PERFORMANCE BOND BY THIS BOND, We , as Principal, hereinafter called Contractor , and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally. . WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract - No.: , awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the Contract between Contractor and City for construction of , the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and . 2. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains as a result of default by Contractor under the Contract; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. Whenever Contractor shall be, and declared by City to be, in default under the Contract, City having performed City obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 3.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or 3.2. Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if City elects, upon determination by City and Surety jointly of the lowest responsible Bidder, arrange for a contract between such Bidder and City, ,and make available as work progresses (even though there should be a default or a succession of defaults under the Contract 48 00710 FORM OF PERFORMANCE BOND (Continued) or Contracts of completion arranged under this paragraph)sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by City to Contractor under the Contract and any amendments thereto, less the amount properly paid-by City to Contractor. No right of action shall accrue on this bond to or for the use of any person or corporation other than City named herein. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Signed and sealed this day of , 20 . WITNESSES: (Name of Corporation) Secretary By: (Signature) S (CORPORATE SEAL) (Print Name and Title) IN THE PRESENCE OF: - INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: S (Street) S (City/State/Zip Code) Telephone No.: 49 00720 EXHIBIT E: FORM OF PAYMENT BOND BY THIS BOND, We as Principal, hereinafter called Contractor , and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including, appellate proceedings, that City sustains because of default by Contractor under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor, materials and supplies used directly or indirectly by Contractor in the performance of the Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 2.1. A claimant, except a laborer, who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within forty-five (45) days after beginning to furnish labor, materials, or supplies for the ' prosecution of the work, furnish to Contractor a notice that he intends to look to the bond for protection. _ 2.2. A claimant who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within ninety (90) days after. performance of the labor or after complete delivery of the materials or supplies, deliver to Contractor and to the Surety, writtennotice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. No action for the labor, materials, or supplies may be instituted against Contractor,or the Surety unless the notices stated under the preceding conditions (2.1) and (2.2) have been given. 50 00720 2.4. Any action under.this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida-Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. Signed and sealed this day of , 20 Contractor ATTEST: (Name of Corporation) By: - (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 . IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: 51 EXHIBIT F NOTICE TO PROCEED (NTP)#2 SAMPLE jEAC1f. City of Miami Beach, 1700.Convention Center Drive,Miami Beach, FL 33139,www.miamibeachfl.gov �r ICS A'fl L Note) E !Rai CTS !I4 3054M7071,L cczu4]oPILLVoaao& {ag [MONTH, DAY, YEAR] Sent Via E-mail and Certified Mail #XXXX XXXX XXXX XXXX XXXX IFWELegt Fred rco,T © o Cult eft, Zip€ City of Miami Beach [PROJECT NAME] Notice to Proceed #f Dear[MR/MRS/MS NAME]: As required per [ARTICLE/PROVISION] of the agreement between the City of Miami Beach (City) and i [FIRM NAME] (Contractor) for the [PROJECT NAME], you are hereby notified to commence with the construction work to complete this project pursuant to the terms and conditions of the Agreement. The effective date of this Second Notice-to-Proceed for the above work is [MONTH, DAY, YEAR] r. The work shall be Substantially Completed within XXX calendar days (by [MONTH, DAY, YEAR]) from the effective date of this Notice to Proceed, and ready for final payment in accordance with Article 3, within thirty (30) calendar days after the date certified by the Contract Administrator as the date of Substantial Completion. Please do not hesitate to contact me if you have any questions in this regard. Sincerely, [DEPARTMENT HEAD] cc: 52 ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM ( • RESOLUTION NO.' 2018-30620 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2018-183-KB FOR CITYWIDE DEMOLITION SERVICES ON AN AS- NEEDED BASIS; AND AUTHORIZING THE ADMINISTRATION TO ESTABLISH A POOL OF QUALIFIED CONTRACTORS BY NEGOTIATING A CONTRACT WITH ALL OF THE PROPOSERS AS FOLLOWS: THE BG GROUP, LLC, AS THE TOP RANKED PROPOSER; CROSS ENVIRONMENTAL SERVICES, INC., AS THE SECOND RANKED PROPOSER; CHIN DIESEL, INC. AND CAMINO REAL GROUP, INC. D/B/A ALPHA WRECKING GROUP, TIED AS THE THIRD RANKED PROPOSERS; PARAGON CONSTRUCTION UNLIMITED, INC., AS THE.FIFTH RANKED PROPOSER; MIAMI WRECKING CO., AS THE SIXTH RANKED PROPOSER; AND THUNDER DEMOLITION INC., AS THE SEVENTH RANKED PROPOSER; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE FOREGOING PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on June 6, 2018, the City Commission approved to issue the City Commission approved to issue the Request for Qualifications (RFQ) No. 2018-183-KB, for Citywide Demolition Services on an as-needed basis (the"RFQ"); and WHEREAS, RFQ No. 2018-183-KB was released on June 12, 2018; and WHEREAS, a voluntary pre-proposal meeting was held on June 28, 2018; and WHEREAS, on August 30, 2018, the City received a total of seven (7) proposals; and WHEREAS, on November 6, 2018, an Evaluation Committee ("Committee") appointed by the City Manager, via Letter to Commission (LTC) No. 563-2018, convened to consider the responsive proposals received; and WHEREAS, the Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law, general information on the scope of services, and a copy of each proposal; and WHEREAS, the Committee's ranking was as follows: The BG Group, LLC, as the top ranked proposer; Cross Environmental Services, Inc., as the second ranked proposer; Chin Diesel, Inc. and Camino Real Group, Inc. d/b/a Alpha Wrecking Group, as the third ranked proposers; Paragon Construction Unlimited, Inc., as the fifth ranked proposer; Miami Wrecking Co., as the sixth ranked proposer; and Thunder Demolition Inc., as the seventh ranked proposer; and WHEREAS, after reviewing' all the submissions and the results of the evaluation process, the City Manager recommends that the Mayor and City Commission approve the Resolution authorizing the Administration to create,a pool of qualified contractors by negotiating a contract with all of the proposers. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager, pursuant to Request for Qualifications (RFQ) No. 2018-183-KB, for Citywide Demolition Services on an as-needed basis; and authorize the Administration to establish a pool of qualified contractors by negotiating a contract with all of the proposers as follows: The BG Group, LLC, as the top ranked proposer; Cross Environmental Services, !nc., as the second ranked proposer; Chin Diesel, Inc. and Camino Real Group, Inc. d/b/a Alpha Wrecking Group, tied as the third ranked proposers; Paragon Construction Unlimited, Inc., as the fifth ranked proposer; Miami Wrecking-Co., as the sixth ranked proposer; and Thunder Demolition Inc., as the seventh ranked proposer; and further authorize the Mayor and City Clerk to execute agreements with each of the foregoing proposers upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this 10- day of Dec& 6e2018. D an Gelber, Mayor ATTEST: 2 ' 4. \ Bp � Ra aei E. :nada, City C rk f. ` .��� •••..,• S UNGQRP ORATED= ' •-• • J` • • c`r1J �/ 1 APPROVED AS TO FORM &LANGUAGE &FOR rECUTION. A3u\ � 1 City 1 Attorney : Date , T:\AGENDA12018112 December\ProcurementlRFQ 2018-183-KB Demolition Services\RFQ-2018-183-KB Demolition Services RESO.doc I - . Resolutions C7 C MEAM1 BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: J immy L. Morales, City Manager DATE: December 12, 2018 SUBJ ECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2018- 183-KB FOR DEMOLITION SERVICES. RECOMMENDATION Adopt the Resolution. • ANALYSIS The.City requires the services of contractors to perform Citywide Demolition Services for the Building Department, primarily for those structures ordered to be demolished by the Unsafe Structures Board. For approximately four(4)years (July 29, 2014 through July 28, 2018), the City has contracted with several contractors to provide these services. The final term of these contracts expires on July 28, 2019. In order to consider a replacement contract for these services, the City requested proposals from qualified contractors to meet the City's demolition needs on an as-needed basis.Contractors that are deemed as qualified pursuant to the minimum requirements set forth in this Solicitation shall be placed in a pool for as-needed services.As such, the City, from time to time, will issue Invitations to Quote (ITQ) to the pool of pre-qualified demolition contractors and shall be given an opportunity to quote future projects as they present themselves. Successful Contractors shall provide all labor, materials, equipment, supplies, insurance, fuels, permits, retirement of utilities and any other items necessary to complete the demolition work, the removal of___demolition materials and disposal of materials and related work for these future projects. The City retains the right to utilize the resulting contracts in a manner that serves the best interests of the City.As such, the City may decide to utilize other procurement methods for future projects when applicable. The resulting contract shall not serve as a guarantee of future work for those contractors deemed to be prequalified pursuant to this solicitation process. RFQ PROCESS On June 6, the City Commission approved to issue the City Commission approved to issue the Request for Qualifications (RFQ) No. 2017-183-KB, for Citywide Demolition Services on an as- needed basis: On June 12, 2018, the RFQ was issued. A voluntary pre-proposal conference to provide information to the proposers submitting a response was held on June 28, 2018. RFQ responses were due and received on August 30, 2018. The City received proposals from the following seven (7)firms: Page 348 of 1751 • Camino Real Group Inc. DBAAIpha Wrecking • Chin Diesel, Inc. • Cross Environmental Services, Inc. • Miami Wrecking • Paragon Construction Unlimited • The BG Group LLC • Thunder Demolition On October 18, 2018 the City Manager appointed the Evaluation Committee via LTC # 563-2018. The Evaluation Committee convened on November 6, 2018 to consider proposals received. The committee was comprised of Adrian Avalos, Chief Building Code Compliance. Officer, Building Department, City of Miami Beach; Daniel Ceballos, Capital Project Coordinator, Capital Improvement Projects Office, City of Miami Beach; and Antonio Gonzalez, Operations Manager-- Plan Review, Building Department, City of Miami Beach. The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law. The Committee was also provided with general information on the scope of services, a copy of each proposal, and a presentation by each proposing firm. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process resulted in the ranking of proposers as indicated in Attachment A, in the following order: 1st. The BG Group LLC 2nd—Cross Environmental Services, Inc. 3rd -Camino Real Group Inc. DBAAlpha Wrecking 3rd---Chin Diesel, Inc. - 5th--Paragon Construction Unlimited • 6th-.-Miami Wrecking 7th—Thunder Demolition Atz;, Due to the number of responses, a summary of each top-ranked firm or the firm's proposal is available upon request. CONCLUSION, After reviewing all the submissions and the results of the evaluation process, the City Manager recommends that the Mayor and City Commission approve the resolution authorizing the • Administration to enter into negotiations with The BG Group LLC,as the top ranked proposer; Cross Environmental Services, Inc., as the second ranked proposer; Chin Diesel, Inc. and Camino Real Group Inc. Dba Alpha Wrecking, as the third ranked proposers; Paragon Construction Unlimited, as the fifth ranked proposer; Miami Wrecking, as the sixth ranked proposer; and Thunder Demolition,as the seventh ranked proposer; and further authorize the Mayor and City Clerk to execute agreements with each of the foregoing proposers upon conclusion of successful negotiations by the Administration. • FINANCIAL INFORMATION • The cost of the related services, are subject to funds availability approved through the City's budgeting process. Grant funding will not be utilized for this project Legislative Tracking Building/Procurement Page 349 of 1751 ATTACHMENTS: Description D Attachment A Scoring and Ranking Page 350 of 1751 1 co co Request for Qualifications(RFQ)No,2018 Adrian Avalos S Daniel Cevallos c Antonio Gonzalez c Low c 183-KB for Citywide Demolition Services c c A98regate iz Totals o`vC Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal CC Qualitative Quantitative Subtotal The BG Group LEX 92 0 92 1 95 0 95 1 98 0 98. 1 , 3 1 Cross Environmental Services,Inc. _ 85 0 85 3 94 0 94 2• 89 0 89 2 , 7 2 Camino Real Group Inc.DOA Alpha Wrecking 90 0 90 2 93 _ 0 93 4 83 0 83 5 11 3 Chin Diesel,Inc. 85 0 85 3 92 0 92 5 88 0 88 3 11 3 Paragon Construction Unlimited 65 0 65 6 94 0 94 2 75 0 75 7 15 5 Miami Wrecking 65 0 65 1 6, 87 - t 0 87 6 _ 84 0 84 4 _ 16 6 Thunder Demolition 70 0 70 5 84 0 84 7 82 0 82 , 6, 18 7 Quantitative Points Proposer Veteran's Points Camino Real Group lnc.DBA Alpha Wrecking 0 Chin Diesel.inc. 0 Cross Environmental Services,Inc. 0 Mlaml Wrecking 0 • Paragon Construction Unlimited 0 The Bti Group LLC 0 • ` Thunder Demolition 0 Page 351 of 1751 ATTACHMENT B SOLICITATION (RFQ) AND ADDENDUMS MIAMI BEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami.Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 5 • RFQ 2018-183-KB FOR CITYVVIDE DEMOLITION SERVICES August 13,,2.0i8 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. L CLARIFICATION. Please disregard attachment for Addendum No. 4 the incorrect document was inadvertently uploaded to publicpurchase.com. H. RFP DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, August 20, 2018, at the following I9cation: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor -Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. III. REVISION. C'1. Minimum Eligibility Requirements has been revised as follows: The Minimum Eligibility Requirements for this solicitation are listed below. Bidder shall submit the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to comply with minimum requirements shall be deemed non-responsive and shall not have its bid considered. 1. Proposer must possess a Miami-Dade County Demo‘ition Contractor License or a Certified General Contractor (CGC) with Florida Department of Business and Professional Regulations. IV. ANSWERS TO QUESTIONS BY PROSPECTIVE PROPOSERS VIA EMAIL. Q:1: Is a Certified General Contractor (CGC) license,with:the State of Florida sufficient if one does not have a Miami-Dade County Demolition Contractor License? Al: Refer to Revision Ill above. Q2: If we are already on the list do we still need to submit paperwork for this? „ ADDENDUM NO.5 RFQ 2018-183-KB FOR CITYWIDE DEMOLITION SERVICES • i A2: Yes.. The current contract expires July 28, 2019. The awarded contracts under this RFQ shall replace the City's current contracts for Citywide Demolition Services. Q3: Does the City intend to modify any regulations regarding the demolition of buildings as a result of the July 23 implosion incident? A3: The City is currently reviewing regulations regarding demolitions. The awarded Contractor(s) shall be required to comply with all local, state, federal or any other applicable regulation that is in effect at the time a demolition project is awarded and undertaken. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado c(r�,miamibeachfl.gov. Procurement Contact:; Telephone: Email: Kristy Bada , 305-673-7000, ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknow�ledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. Sincerely, AtZe.---- i Alex Denis ; Procurement Director 2 ADDENDUM NO.5 RFQ 2018-183-KB FOR CITYWIDE DEMOLITION SERVICES I � MIAMIBEACH City of Miami Beach,1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 4 RFQ 2018-183-KB FOR CITYWIDE DEMOLITION SERVICES August 13, 2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. I. RFP DUE DATE AND TIME. The deadline for the receipt of bids isextended until 3:00 p.m., on Monday, August 20, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. II. REVISION. Cl. Minimum Eligibility Requirements has been revised as follows: The Minimum Eligibility Requirements for this solicitation are listed below. Bidder shall submit the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to comply with minimum requirements shall be deemed non-responsive and shall not have its bid considered. 1. Proposer must possess a Miami-Dade County Demolition Contractor License ora Certified General Contractor (CGC) with Florida Department of Business and Professional Regulations. III. ANSWERS TO QUESTIONS BY PROSPECTIVE PROPOSERS VIA EMAIL. Q1: Is a Certified General Contractor(CGC) license with the State of Florida sufficient if one does not have a Miami-Dade County Demolition Contractor License? Al: Refer to Revision I above. Q2: If we are already on the list do we still need to submit paperwork for this? A2: Yes. The current contract expires July 28, 2019. The awarded contracts under this RFQ shall replace the City's current contracts for Citywide Demolition Services. ADDENDUM NO.4 RFQ 2018-183-KB FOR CITYWIDE DEMOLITION SERVICES 1 / ' 1 . i Q3: Does the City intend to modify any regulations regarding the demolition of buildings as a 1 result of the July 23 implosion incident? A3: The City is currently reviewing regulations regarding demolitions. The awarded , contractor(s) shall be required to comply with all local, state, federal or any other ` applicable regulation that is in effect at the time a demolition project is awarded and . undertaken. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(miamibeachfl.gov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext. 6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potentialrop osers that have elected not to submit a response to the RFQ are requested to complete p p and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. Since,,;Ak. Alex a enis % Pro._Li t P. Director r . / J . i ,....N. .........:2 ADDENDUM No:4 ... __.... ._. _ . .... RFQ 2018-183-KB FOR CITYWIDE DEMOLITION SERVICES 1 , MIAMIBEACH City of Miami Beach,1755 Meridian Avenue,.3rd Floor, Miami:Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO.3 RFQ 2018-183-KB FOR CITYWIDE DEMOLITION SERVICES August 7,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. RFP DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 pPm., on Friday, August 17, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. 'FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should, be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranadoarniamibeachfl.aov. Procurement Contact: Telephone: Email m th : KriBa305-673-7000, ext 6218 hada miamibeacm.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RR) submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Sincerely, sk Alex Denis Procurement.Director ADDENDUM NO,3 RFQ 2018-183-KB FOR CITYWIDE DEMOLITION SERVICES ,1 a M1AMIBEACH City of Miami Beach,1755 Meridian:Avenue,3rd Floor,Miami Beach,Florida 33139,wWw:.miamibeachfLgov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ` ADDENDUM NO.2 RFQ 201.8-183-KB. FOR CITYWIDE DEMOLITION SERVICES July 31,2018 . s This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. RFP DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, August 10, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted_. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a co :to the CityClerk's Office at RafaelGranado ; miamibe� .-hfl. ov � Y ac c Procurement Contact Telephone. Email: Kristy Bada 305-073.7000,ext.6218 kristybadaamiamibeachfl.9ov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ,are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not-submitting a proposal. Sincerely, 74""" Alex Denis Procurement Director ... .. .. r. �. ..-...: . .. ... •-.,. vai- � av a 17 \V..b,+tb.M.i}ke.{yl`\..C•.'N.:s.-.,u`�;.:.'.ix.4,::[Y\ ,1�:i}\, '.v,,.a\\\.na1.v.M�•W.,R.Mi-..'-i\....,... ....� .SVtw:.4'..." �gl� ._ \l,... .11�dk..�. -.�� ..N.•.��a�:'t•• .. '..'M1.ioi.4 ADDENDUM NO 2 RFQ 201.8-183-KB - FOR CITYVV IDE DEMOLITION SERVICES 3 MIAMI BEACH City of Miami Beach,I755 Meridian Avenue,3rd Floor, Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 1 RFQ 2018-183-KB FOR CITYWIDE DEMOLITION SERVICES July 24,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. I. RFPDUE DATE AND TIME.. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, August 3, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at Procurement Contact Telephone: Email Kristy Bada 305-673-7000, ext. 621:8 • kristybacla@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Sincerely, Alex Denis Procurement Director ADDENDUM NO.4 RFQ 2018-183-KB FOR CITYWIDE DEMOLITION SERVICES , , i i , 1 , , , . : • , . REQUEST FOR 'QUALIFICATIONS -IFQ1- FOR CITYWIDE DEMOLITION SERVICES • ,, 29 1,$:,-183i—KB.. s ,. . . . (' , . „ . , ( ,) i . , , . , ' , . , 1 • RFQ ISSUANCE DATE: JUNE 12,2018 ; STATEMENTS OF QUALIFICATION$'1IAJEJULY 27,.2018,@.,3;00, PM •. • ,, ISSUED BY .: ,.., ,.. , i, '„ . • ' . . IA.' -- 1BEA : H ..:,i.:_;. ..,!.:. :: .: ,_„. . :. , . . .: KRISTY RADA, CONTRACTING OFFICER III .PROCUREMENT OEPARTMENT. • 175.5...Meri4106 Avenue, 3rd Floor, Miami Beach,,:ft::331.39' 30473,,74901 KRISTYBADA@riaamibeadifLgov' [ wsi,ew,r,olorniboachifLgpy • - RFQ:201.8-1 83—:KB • _ -. . ., • 1 , 1 i . I 1 • . . \• MIA,\A1' • . • TABLE OF CONTENTS: ' 7 SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED - N/A e�"a.'.�•:r..�•'a•.•••••♦'•..•.••.••••�a••:�:�♦a•"a•i•-w••w.!♦'w�••�:e�a�s'--�a"•i w•.::•s e.•:'•�•":a•'.••.':��•..•�r•a�•w•�•-...:.•-:..•.•�.� 0200 INSTRUCTIONS TO RESPO-NDENTS &GENERAL CONDITIONS .•:...:•.. o- 0300 •SUBMITTAL INSTRUCTIONS & FORMAT. ..:....:'.....r•.••a..•.w........: w..:...'...-.....................12. . 0400 EVALUATION:PROCESS. •.a••'.:•Ya;w•:•,•-:•••'a`•s,w ear e,r..r'•-a-r w-!'•'•w-w a-r a'•;r"••w..e.=e•1..•.:••,.•a_r's.'••:••e.••'••'a'•.•:a r�•-.=••+.•••-a-•"•'••-•'a s•:•••-:•.-�.V. APPENDICES: *PAGE. APPENDIX A RESPONSE CERTIFICATION,..QUESTIONNAIRE AND:AFFIDAVITS .,.....• 17 APPENDIX B "'NO. BI,D:" FORM :. .•: : . ... ::..........:•.:..•...::..'.:. ........•.;::.....,....... APPENDIX.C MINIMUM`REQUIREMENTS &.SPECIFICATIONS . .:.. ...:::,..,_:.,...... ,....w.:•.:...26 APPENDIX D SPECIAL CONDITI.ONS w...:...•:..a...:....:...... ...........:................3:3 APPENDIX F- INSURANCE REQUIREMENTS ..ww:...w..s .. • • } • • • ' S • • . • • 1 t • • • • I J I .;_.-...- �w(:.r v.; :.v i v.. :rs ..:... �...........v 'a-. ... x.. . . ... V q••s .. 1 ` ..:,�...A...,:....ak..a.....w..♦i 4.yu..3.7...1y Nr.V .....aX:f?•�5 v 9...w...0 .7... ].. r..v.0 a..:�.vY 6l,..Y.l�. v ,..r..u.S..Aav: .,va Yr.FG .. v.a4' d ? nVa.Jar r Sya...r-.i•: .v. Y.. •}x ,. � Yv..... ..> `T^ ....��� v RFC).201:8-183-KB 2' . S „ — f . IV\i • 1 SECTION 0200 INSTRUCTIONS TO RESPONDENTS&GENERAL CONDITIONS 1. GENERAL. This Request for Qualifications (RFQ) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Statement of Qualifications (the"proposal")to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda,whether included herein or released,under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposer and,subsequently,the successful proposer(s)(the"contractor[s}")if this RFQ resultsin an award. The City utilizes PublicPurchase (www.publicixirchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective proposer who has received this REQ by any means other than through PublicPurchase must register immediately with PubllcPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may resultin disqualification of proposal submitted. 2. PURPOSE. The City requires the services of contractors to perform Citywide Demolition Services for the Building Department. For approximately four. (4) years (July 29, 2014 through July 28, 2018), the City has contracted with several contractors to provide these services.The final term of these contracts expires on July 28,2019. At this time, the City of Miami Beach is issuing a Request for Qualifications for Citywide Demolition Services to meet the City's demolition needs on an as-needed basis. Contractors that are deemed as qualified pursuant to the minimum requirements and criteria set forth in this RFQ shall be placed in a pool for as-needed services.As such, the City, when the need for services:arises, will issue requests for quotes to the pool of pre-qualified demolition contractors. A service order will be issued to the responsive, responsible contractor offering the lowest quote for a specific project. Successful Contractors shall provide all labor, materialst equipment, supplies, insurance, fuels, permits, retirement of utilities and any other items necessary to complete the demolition work, the removal of demolition materials and disposal of materials and related work for these future projects. The City retains the right to utilize the resulting contracts in a manner that serves the best interests of the City.As such, the City may decide to utilize other procurement methods for future projects when applicable. The resulting contract shall not serve as a guarantee of future work for those contractors deemed to be prequalified pursuant to this solicitation.process. Pursuant.to Section 287.055,demolition projects with an estimated value greater than$300,000 may not be awarded pursuant to any contract resulting from this RFQ, i1 ..,Cwr f.s>'.r.. .:- -eA ..' . . 4+ .....i :✓ m.......i, -:.. :,-..... .rr.rn.e:. e%.J ..%.. ,...ro' .....y... .'Y.ui......vri!:...i.. " h,.....4 l..sN.. n i.J. YLe✓:.-Lbb..t w,✓'Sv ..... .& .. ... .'k ..,..,., ...!" _ ,... ..,......,x (...,......nl,..n.w ti -,.:T_....Y........... ..c.,? ,, ,h t t ,:r y >. . xA :'tM• v i l , �^ ., ,:.:". vc....r,,.- r...:w. a, :..a `,w.,., 'x'.st.rv."d ✓x"'„- n• '•.:W!°°.g%....f r,..xµy,.,... .o,::..it, '^Cr^:'°.,, c. RFQ 2018-183-KB 3 4l MIA.MEBEACH { 3. SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as:follows:: Solicitation Issued June 12,2018 Pre-Submittal Meeting June 28.,2018 10:00am Deadline for Receipt of Questions July 17,2018 at 5:00pm Responses Due July 27,2018 at 3:00pm Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval:Authorizing TBD Negotiations. Contract Negotiations Following Commission Approval 4.PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below:: Procurement.Contact: Telephone: Email: KristBada . 306-673-7490 kris bada• miamibeachfl,.ov dditionall :,,the City Clerk is to be.copied;an ally-con munications vi'a e-grail:atRafaelGranado miamibeachfL ov or via facsimile:I 78.6-39.4-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten(10)calendar days prior to the date,proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum.: 5. PRE-PROPOSAL MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-proposal meeting or site visit(s).may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFQ Timetable section above at the following address: City of Miami Beach Procurement Department Conference:Room 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 .. t Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936(Toll-free North America) (2) Enter the MEETING NUMBER:9415468 c +t nk_..s�,..o-. . r~ M.....,a �-v .......„:�..,.f o_. . .-..,;... �:. .,.. ,;.: ..�.. e r,.... -..-.: i -:.:,. :.... x .........,: ,vet .. ......1 �•.......'�.......... fvvM' .YyWv1 . n W, .P�. . fi i'"4.vT...,,% .-5. ... .T. ..AM b k e'{.nAC•-:.{K .i.J"n. n<< l w,.: v.-: k 73 , 1•. U-u A• K . .. ,.. a, ti a.._...., .n e._...AS. W k? 7Y.,..M:d:\ (x.ZR a\.fa".x•F.....»1n'(�'..,,.:g.x 3w....,.s hCn�°k m�.n..,,a iG.,......e A 5 ,..r�r„...:+i.:f._.re.•�?�KK::`i'r,r u...a....vM Y w�.c.:,y<,�Pw'�. .. e,.,•.. .. .... RFQ 2018-183-:KB 4 — b MI AM[BEACH ' d Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFQ expressing their intent to participate via telephone. 6. PRE-PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received atpre- submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda,will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. Any prospective proposer who has received this RFQ by any means other than through PublicPurchace must register immediately with PublicPurchase to assure it receives any addendum issued to this REQ. Failure to receive an addendum may result: in dis ualification of Written questions should be q proposal. received no later than the date outlined in the Anticipated RFQ Timetable section. 7. CONE OF SiLENCE. This RFQ is subject to, and all proposers are expected to be or become familiar with, the City's Gone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding:this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranadomiamibeachfl.gov 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions,which may be found on the City Of Miami Beach website: •:httrx//www.miamibeachfl. ovlcit -hall/procu:rement/=rocurement-related-ordinance-and- rocedures/ • CONE OF SILENCE `:........: ... ..::.....:....:......;.:,...:... .�........ CITY CODE SECTION 2-486 • PROTEST PROCEDURES.....:...:.......:......,>..:...l....:...............1..,............................:. }.... CITY`CODE SECTION 2-371 • DEBARMENT PROCEEDINGS .. ...:..:.:,.... } .:.,;... CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES__ ..:..:...K.:...........,.,.. CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS :....:. >.RJ. J....;. CITY CODE SECTION 2-487 • CAMPAIGN:CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES......:.. CITY CODE SECTION 2-488 • REQUiREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL.BENEFITS FOR CITY CODE SECTION 2-373 • LIVING WAGE:REQUIREMENT.::. 2-407`THROUGH 2-410 ... .......... .... ..,.. .......,.... ,.. ....... CITY CODE SECTIONS • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY CITY CODE SECTION 2-374 VETERANS AND To STATE-CERTIFIED SERVICE-DISABLED VETERAN BUSINESS • .. .. __ .R.1.1.':• l.:..' !'... _...'';\.....1.♦ }}.,..:..:1.}./.'...l............ 3 FALSE CLAiMS CITY"CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,,FAVORS& CiTY CODE SECTION 2-449 SERVICES 9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to,provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a publicbuilding or public work,may not submit bids on leases:of`real property topublic entity, maynot be awarded or perform work as Y . . a contractor, supplier, sub-contractor,: or consultant under a. contract:with a public entity, and may not transact business with any public entity in excess of the threshold amount.provided in Sec.2.87.017, for CATEGORY TWO for a period of 36 months from the-date of being placed on the convicted vendor list. ,,.,.c.... ,.r. ,i.�r ,.. .,a w.-,. , ..s ,.w.. ,...,y_.at.,r ..r. , . ., ,.... . .. v. r, ....,_ .,:. ...o- ...,... .. .... 3C , .... M�Rt �'fi` r,. ',r._.;...s ,� , s a'....N.,...5�.-..,4. _.... .e !E,t+ ,.},ay.t.�.�. �a�..�.n.�.. r .,.. .t...,t n.8, , ri „.. ., Ye. ,,,,,',S .7, ..• x ,... - . .-�: r,.��, ..,. �.....k. . v. lay•t k:,,v.... .a.,. ,.i - .(,.,- .,,•..�. ,. 'a ... ��, _. RFQ 2018-183-KB /\\ MIAMI° ., 10. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS. This RFQ is subject to,,and all Proposers are expected .to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation,disqualification of their responses, in the event of such h non-compliances . i 11. DEBARMENT ORDINANCE:This RFQ is subject to, and all proposers are expected to be or become familiar with,the City's Debarment Ordinance''as codified in Sections 2-397 through 2-406 of the City.Code. 12. WITH THE CITY'S CAMPAIGN' FINANCE-REFORM LAWS. This REQ is:subject to, andall Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including dis.qual'ification:of their responses, in the event of such non-compliance. 13..CODE OF BUSINESS ETHICS:. Pursuant to City Resolution.No.2000-23879, the Proposer shall adopt a Code of Business Ethics ("Code") and submit.that Code to the Procurement Department with its response or within five (5) days upon receipt of request.The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including,among others, the conflict of interest,lobbying and ethics provision of the City of Miami Beach and Miami:Dade County: 14.AMERICAN WITH DISABILITIES:ACT(ADA). Call 305-673-7490 to request material in accessible format,sign language interpreters (five (5) days in advance when possible), or information on access for persons with disabilities. For more information,on ADA compliance,please call the Public Works Department, at 305-673-7000, Extension 2984.. 15.POSTPONEMENT OF:DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right to postpone the deadline for submittal of proposals and will make a reasonable effort to give atleast three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 16. PROTESTS. Proposers that are not selected may protest any recommendation for selection of award in accordance with eh proceedings established pursuant to the City's bid protest procedures, as codified in Sections 2-370 and 2-371 of the City Code (the City's Bid Protest Ordinance). Protest not timely madepursuant to the requirements of the.City's Bid Protest'Ordinance shall bebarred. 17.JOINT VENTURES.Joint Ventures are not allowed. Proposals shall be submitted only by the prime contractor. Proposals may, however, identify other sub-contractors or sub-consultants to the prime Proposer who may serve as s team members r ...:..- i'1-•'A.. i.. .,_: (p k..,;.Mkt.5,...'.. F.,.. .. 4 RFQ 2018-183-KB b \ a S MI AMI BEACH 18 VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374, the City shall give a preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount(or in this RFQ, the highest proposal amount). Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest proposal pursuant to an RFQ or oral or written request for quotation, and such proposals are responsive, responsible and otherwise equal with respect to quality and service,then the award shall be made to the service-disabled veteran business enterprise. 19. DETERMINATION OF AWARD. The final ranking results of Step I &2 outlined in Section 0400, Evaluation of Proposals, will be considered by the City Manager who may recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369,including the following considerations: (I)The ability,capacity and skill of the Proposer to perform the contract. (2)Whether the Proposer can perform the contract within the time specified,without delay or interference. (3)The character, integrity, reputation,judgment, experience and efficiency of the Proposer. (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The 'City Commission may also, at its option, reject the City Managers recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to;approved by the City,and executed by the parties. 21. POSTPONEMENT/CANCELLA'TIONACCEPTANCEIREJECTION. The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFQ, postpone or cancel, at any time,this RFQ process;or waive any irregularities in this RFQ, or in any responses received as a result of this RFQ. Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one-hundred twenty (120) calendar days after proposal opening date. A proposer may withdraw its proposal after expiration of one hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the Department of Procurement Management prior to award of the contract by the City Commission. RFQ 2018-183-KB MEAAA1 BEACH 22, PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations,evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 23. COSTS INCURRED BY PROPOSERS. All expenses involved with the preparation and submission of Proposals, or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense)of the Proposer,and shall not be reimbursed by the City. 24. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers hereby acknowledge and agree,that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 24. OCCUPATIONAL HEALTH AND SAFETY. In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal\must be accompanied by a Material Safety Data Sheet(MSDS)which may be obtained from the manufacturer. 25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a proposer's history of citations and/or violations of environmental regulations in investigating a proposer's responsibility, and further reserves the right to declare a proposer not responsible if the history of violations warrant such determination in the opinion of the City. Proposer shall submit with its propoesal, a complete history of all citations and/or violations, notices and dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation or violation which proposer may receive after the proposal opening date and during the time of performance of any contract awarded to it. 26.TAXES.The City of Miami Beach is exempt from all Federal Excise and State taxes. 27. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFQ. Failure to do so will be at the Proposer's risk and may result in the Proposal being non-responsive. 28. PAYMENT. Payment will be made by the City after the(goods or services have been received, inspected, and found to comply with contract,specifications,free of damage or defect,and are properly invoiced. Invoices must be consistent with Purchase Order format. , z N •.• ye 4,, •• . • •, , •4. e • • . A A RFQ 2018-183-KB 8 0. k Alto-EACHlEACH 29.COPYRIGHT,PATENTS&ROYALTIES.Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or,on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. if the Proposer uses any design,device or materials covered by letters, patent, or copyright, it is mutually understood and agreed,without exception, that the proposal prices shall include all royalties or cost arising from the use of such design,device, or materials in any way involved in the work. 30. DEFAULT. Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City Commission,or untimely withdrawal of a response before such award is made and approved, may result. in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. 31. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowled9e or ignorance by. the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer •t agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable,laws, rules,,and regulations.: Proposer further certifies that it and its employees will keep,all licenses, permits, registrations, authorizations,or certifications required by applicable laws or regulations in full force and effect during the term of this contract: Failure of Proposer to comply with this paragraph shall constitute a material breach of this contract,. Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract r..esulting_from this solicitation, the contractor will assume the full duty,, obligation and expenseof obtaining all necessary licenses, permits, and insurance, and assure all work complies with all:a livable laws.The contractor shall.be liable for any damages es'or loss:to the Cityoccasioned by negligence ppy g • of the Proposer,orits officers employees,contractors,and/or agents,for failure to comply with applicable law s 32. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions:shall have precedence. 33. NON-DISCRIMINATION.. The Propose r certifies that it is in compliance with the non-discrimination clause contained- in Section 202,. Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin: In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit. discrimination by reason of race, color, national origin, religion, sex, intersexuality,, gender identity, sexual orientation, marital and familial status,and age or disability. x ..... .:;. _k x ..,..IM . +4..:u. .iA..,+,.... -,'v%w. ev:.:......r+4.....vi.'v;•.- ,.,-,Y/.;,a::•.M4.• x . e. ..x' ':,. ...-: -.3 i+.,. ..._., ...... t:, .. C'e..i..,. ..•...M.., ............:.... .. ....._.... . „^,. ...4 vim•..c^.-x.. .. _...,......„....XPi,.....,.e,-:&.S,-,:L.V._.,£b L RFQ 2018-183-KB 9 ' E AAM1 BEA' CH 34; DEMONSTRATION OF COMPETENCY. The city may consider any evidence available regarding the.financial,. technical, and other qualificationsandand abilities of a Proposer, including past performance(experience)in making an award that is in the best interest of the City,including: A. Pre-award inspection of the Proposers facility may be made prior to the award of contract. B. Proposals will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. C. Proposers must be able to demonstrate a good record of performance for a reasonable period of time,and have sufficient financial capacity, equipment,and organization to ensure that they can satisfactorily perform the services if awarded a contract under the-terms and conditions of this solicitation. D. The terms"equipment and organization", as used herein shall, be construed to mean a fully equipped and { well established company in line with the best business practices in the;industry, and as determined by the City of Miami Beach. E.The City may consider any evidence available regarding the financial, technical,and other qualifications and abilities of a Proposer,including past performance (experience), in making an award that is in the best interest of the City: F. The City may require Proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier,which is the actual source of:supply. In these instances, the City may also, require .material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 35, ASSIGNMENT; The successful Proposer shall not assign, transfer, convey', sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation,without the prior written consent of the City.. 36. LAWS, PERMITS AND REGULATIONS: The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. :mow 37. OPTIONAL CONTRACT USAGE,Whenrthe successful Proposer(s)is in agreement,other units of government or non-profit agencies may participate in purchases pursuant to the awardof this contract at the option of,the unit of government or non-profit agency. 38.VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to • purchase any goods or services awarded from state or other governmental'contract, or on an as-needed basis through the City's spot market purchase provisions._ . 3 • s 39. DISPUTES. In the event of a conflict between the documents, the order of priority of the,documents shall be as follows: A. Any contract oragreement resultingfrom the award of this solicitation,-then B. Addendum issued for this solicitation,with the latest Addendum taking precedence,:then C. The solicitation;then D. The Proposers'proposal in response to the solicitation.. .,... R'-.i,$ .\..v.w-.UAI ..._... i....... F w. /;.. w. •w, a .,^ .-.:.•._ _••. w,.... .. ' ]. .'wt . .a. .n,a..,... ..,.,..,..a.,.w`a.sYt.......,.w.M......-.,.:...... eoh•-.w.F{...•xr^+,_+:x•.,..,.,,,r f.,-.,w .5.`S,.,•,.a.v`N.t,..,>x .,.:::Jv...,PA`t-.,:+e„au• .......,... ..,w. rvw r.+r ww,.,.,xe ._'p^q; .... •^.:'td. .,...... «. •rti. .,....,.i,:'Cwn RFQ 018-183-KB 1 { MI A BEACH 40. INDEMNIFICATION. The Proposer shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay ail costs,judgments, and attorney's fees which may be incurred thereon. The Proposer expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 41. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 42. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including,without limitation, any and all information and documentation submitted therewith, are exempt from public records,requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. - Additionally, Contractor agrees to be in full compliance\with.Florida Statute 119.0701 including, but not limited to, agreement to (a) - Keep and maintain public records that ordinarily and necessarily would be required by the public • agency in order to perform the services;(b) Provide the public with access to public records on the same terms and conditions that the public agency would,provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law, (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 43.OBSERVANCE OF LAWS. Proposers are expected to be familiar with,and comply with, all Federal,State, County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFQ (including, without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part_of the Proposer will in no way relieve it from responsibility for compliance. „„„„ • • „,•• , „, , •v e v "`` e RFQ 2018-183-KB 11 MIAMI BEACH 44. CONFLICT OF INTEREST.All Proposers must,disclose, in their Proposal,,the name(s),of any officer; director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach:. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly,an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates. 45.MODIFICATION/WITHDRAWALS OF PROPOSALS.A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until: contract award unless withdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after. the Proposal due date and before said expiration date,and letters of withdrawal received after contract award will not be considered. 47. EXCEPTIONS TO RFQ. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFQ, and:outline what, if any, alternative is being offered.: All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal, The City, at its sole and absolute discretion, may accept orreject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFQ to which Proposer took exception to(as said term,and/or condition was originally set forth on the RFQ). 48. ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City,for the purpose of influencing consideration of this Proposal. Pursuant to Sec. 2-449 of the City Code; no offtcer or employee of the City shall accept any gift,favor or service that might_reasonably tend improperly to influence him in the'discharge of his official duties. 49, SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Proposers at any time during the RFQ solicitation process.. 50. ADDITIONAL ITEMS l SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ('items'), it is hereb� a reed and understood that the re uire additional items to be y g City may a added to the Contract which are ancillary or supplemental to the items specified herein and required to complete the work. When additional items are required to be added to the.Contract, awarded vendor(s), as applicable to the item being requested,uested, under this contract'maybe.invited to submit . ,for the additional items. If these q pricequote(s) quote(s) are determined to be fair and reasonable,then the additional items will be awarded to the current contract vendor(s)through either a Purchase Order(or Change Order if Purchase Order already exists)or an amendment to the Contract. Additional items with a cumulative value of$50,000-or'less may be approved by the,City Manager: City Commission approval is required for additional items with a cumulative value greater than$50,000.. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is,not obtained from the current contract vendors, or for other reasons at the City's discretion. da i......YSr ..rk..Y A..i'-:.:.....r rA l ...wkr r..-.-. w,. ..f,,... ]„n-A<\a r}:..,vAi,,�,t;, x,,...k..,' Wr , - .. �:.F.. x..,'9 ,. k r..r .. x o* ...Y _._ 3a!r ....,�.�n.rr,..,...;,. ,.. ,. _... � �,*S,<4wv! _._.. 'fir'....,.....•��rh S±e-,.......... �nrer;F�...z r n;-..�`,n+.....eY';., ,�.mrv..:. ,..e ,....,.•,�„..::,5:,.. r., Y,...A , .. . ,. .te a•.r., ,.Z. .. . RFQ 2018-183-KB 12` ' 3 AA,1 AAA!BEACH SECTION 0300 SUBMITTAL iNSTRUCTIONS AND FORMAT 1.SEALED RESPONSES.One original Statement of Qualifications (preferably in 3-ring binder)must be submitted in an opaque, seated envelope or container on or before the due date established for the receipt of proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title proposer name, proposer return address. Statement of Qualifications receivedelectronically, either through email or facsimile,are not acceptable and will be rejected. 2. LATE BIDS.`Statement of Qualifications are to be received on or before the due date established herein for the receipt of Bids.Any Bid received after the deadline established for receipt of Statement of Qualifications will be considered late and not;be accepted or will be returned to proposer unopened. The City does not accept responsibility for any delays,,natural or otherwise. . 3. STATEMENTS OF QUALIFICATIONS FORMAT..In order to maintain comparability,facilitate the review process and assist the Evaluation Committee in review of Statement of Qualifications, it is strongly recommended that Statement of Qualifications be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references, Electronic copies should also be tabbed and contain a table of contents with page references.: TAB Cover Letter&Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents.The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation.. 1.2 Response Certification, Questionnaire & Requirements. Affidavit (Appendix A)'. Attach Appendix A fully completed:and.executed.. 1.3 Minimum. Qualifications Requirements. Submit verifiable information documenting compliance with the minimum gualifcations requirements established inAppendix C, Minimum Requirements andSpecifications. t~ T Experience&Qualifications 2.1: Qualifications of Proposing Firm.,Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services similar as identified in this solicitation,including experience in providing similar scope of services to public sector agencies. For each project that the proposer submits as evidence of similar experience, the following is required project description, agency name, agency contact,: contact telephone & email,and year(s) and term of engagement. 2..1.1 Firm's history and relevant experience shall exemplify their experience with demolition services, recycling and/or reusing demolition material,and demolition permitting. 2.1.2 Projects submitted as evidence should include projects ranging from 2,500 sqft to multi-unit buildings over 10,000 sqft. 2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel and consultants to be used for this project if awarded,the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information,shall be included for each respondent team member to be assigned to this contract: ,; 2.2.1:Team's history and relevantexperience shall exemplify their experience with demolition services, recycling and/or reusing demolition material,and demolition permitting. 2.2.2 Projects submitted as evidence should include projects ranging from 2,500 sgft,to multi-unit buildings over 10,000 sqft. i9.♦,./p,a .4..t C/S,M%. .... -.:'x....IM..._♦Y.CT.t..,vr.i..w+x..\.mx,%.+ ... xr..,,..f.. .i v... ...... ....,..,.. ..A .... ...t 1_..... .. ..-n..... ..... .....l-. 4..... .... v...., t?n.M:a?._x:. "{-.... ,.";.. Sp..... 1.n ,. s s % "Y . .. ♦ 1�:v»: y RFQ_2018-183-KB 13 1 MIAMI BEACH fff TAB 3 - Aipproach and:Methodology 3.1 Submit detailed information on the approach and methodology how proposer plans to accomplish the proposed scope of services, including detailed information, as applicable, which addresses, but need not be limited to: implementation plan, project timeline, phasing options, testing and risk mitigation options for assuring project is implemented on time and within budget. 3.2 Include detailed information,as applicable,which includes but not limited,to: • Permitting • Recycling and/or reusin"demolition material Y g 9 • Removal of Underground Storage Tanks • Sediment Control •' Dust Control • Grade and Backfill • Site Vegetation • Hazardous Materials • Clean-Up • Storage • Street Closures; • Public Right-of-Ways • Power • Sanitary Facilities • Utilities • Inspections • Emergencies. Responses shall be in sufficient detail and include supporting documentation, as applicable, which will allow the Evaluation Committee to complete a fully review and score the proposed scope of services. 4. FINANCIAL CAPACITY. Within three (3)business days,of request by the City, Each.Proposer shall arrange for Dun & Bradstreet to submit a Supplier:Qualification Report (SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun &Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: j. httbsalsugaolieroortal.dnb.comfweb.apdfwcslstoreslseryietfSupplierPortal' storetd=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process,,contact Dun&Bradstreet at 800-424-2495. ti .,Y,-.P.,t'N.......w,....r..rx,„ .,..,.,.. .m...w.M......&m.,'P v,.n.e,,,.-.0> s . rwµ �. . ._._.. .-,. . , . ... i RFC 2018-183-KB 14 MIAMI BEACH 5. ADDITIONAL INFORMATION.OR. CLARIFICATION. After proposal submittal, the.City reserves the right, to require additional information from Proposers (or Proposer team members or sub-consultants) to determine.' qualifications(including, but not limited to, litigation history,regulatory action,or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements withthe auditors notes for each of their last two complete fiscal years). The City reserves the right to request any documentation omitted, with exception of Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A). Bidder must submit any omitted documentation within three(3)business days upon request from the City, or the bid may be deemed non-resonsive. Non-responsive bid packages will receive no further consideration. Balance of Page Intentionally Left Blank , ,.'k'.+4...-i..".L i}`.. w..'M.l ,i. r.e.Jr,. .. •:x• ....'t` x, ....0 '�,a ,...\.... ...c........ ..`.`'V._'....: ......w •A..., ."c.,x.<".vW:a,..M .,.... .C...:.,.. ....r.:..,....c.,,.+.W n.:.:it.tt. ,,::'.w,.+• „w,...K r.FN,w., ,<.t na, rt .. + Baa .,et,. t t n +'- ..an a , hw. :r vA. r .,..v_P';Y...,u.. .,::ti;. ,..._.. nc-•' ,..Y.:...:• ....... ... ,.+.a 5`.•,`_....r, fir,..u.... RFQ 2018-1 83-KB 15 N MIAMI BEACH SECTION 0400 STATEMENTS OF QUALIFICATIONS EVALUATION 1. Evaluation Committee. An Evaluation Committee,appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the requirements set forth in the solicitation. If further information is desired, Proposals may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee.The evaluation of Statement of Qualifications will proceed in a two-step process as noted below. It is important to note that the Evaluation Committee will score the qualitative portions of the Statement of Qualifications only. The Evaluation Committee does not make an award recommendation to the City Manager. The results of Step 1 &Step 2 Evaluations will be forwarded to the City Manager who will utilize the results to make a recommendation to the City Commission. In the event that only one responsive proposal is received,the City Manager,after determination that the sole responsive proposal materially meets the requirements of the RFP, may, without an evaluation committee, recommend to the City Commission that the Administration enter into negotiations. The City, in its discretion, may utilize technical or other advisers to assist the evaluation committee in the evaluation of proposals. 2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Department of Procurement Management. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may review and score all proposals received,with or without conducting interview sessions. ;•Step 1-Qualitative.Criteria f Maximum Points Proposer Experience and Qualifications 70 Approach and Methodology _ 30 .r_ :.i'�. r. •� . * `«' «._:_ i'TOTALAVAILABLESTEP tPOINTSj' , rxx; ,1.00 `,; 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposer may receive additional quantitative criteria points to be added by the Procurement Department to those points earned in Step 1, as follows. .Step 2,-Quantitative Crater a ' ' '` Maximum;Points Veterans Preference 5 • ` TOTAL AVAILABLE STEP 2 POINTS • 5 RFQ 2018-183-KB 16 MIAMI BEACH 4. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Department of Procurement Management. Step 1 and 2 scores will be converted to rankings in accordance with the example below: Proposer - Proposer • Proposer , A B C • Ste• 1 Points 82 76 80 Committee', Ste. 2 Points 22 15 12 Member 7 Total 104 91 92 Ste• 1 Points 79 85 72 ;Committee„{ Ste• 2 Points 22 15 12 Member 2 „ Total 101 100 84 .Rank 1; 2 x '3s' Ste. 1 Points 80 74 66 _'•'_Committee '; Ste•2 Points 22 15 12 .,Member:2�;% Total 102 89 78 Low,Aggregate Score 3 7 8 Final Ranking" _M t . • - ' , 2 x• . .. 3, *Final Ranking is presented to the City Manager for further due diligence and • recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results. _ I • RFQ 2018-183-KB 17 • APPENDIX A iNA e I :NT"; kik. Response Certification , Questionnaire & . Requirements Affidavit 2018- 183-KB Citywide Demolition Services- PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor .Miami Beach, Florida 33139 RFQ 2018-183-KB 18 MIAMI BEACH Solicitation No: Solicitation Title: 2018-268-KB FOR CITYWIDE DEMOLITION SERVICES Procurement Contact: ,Tel: Email: KRISTY BADA 305-673-7490 KRISTYBADA@MIAMIBEACHFL.GOV STATEMENTS OF QUALIFICATIONS CERTIFICATION,QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose:The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements,,and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated.This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: NO.OF YEARS IN BUSINESS: NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ' ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from proposer or other source(s),including but not limited to:any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFQ 2018-183-KB 19 MIAMI BEACH 1. Veteran Owned Business.Is Proposer claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United ' States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest: All Proposers must disclose, in their Proposal, the names) of any officer, director, agent, or immediate family member(spouse, parent,sibling,and child)who is also an employee of the City of Miami Beach. Further,all Proposers must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT:Proposers must disclose the name(s)of any officer,director,agent,or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposersmustalso disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates 3. References & Past Performance. Proposer shall submit at least three(3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2)Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation,or had a.contract cancelleddue to non-performance b an public sector agency? YES NO SUBMITTAL REQUIREMENT:.If answer to above is"YES,"Proposer shall submit a statement detailing the reasons that led to action(s). • 5. Vendor Campaign Contributions.Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions,asprescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT:Submit the names of all individuals or entities(including your sub-consultants)with a controlling financial interestas defined in solicitation.For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly,of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Management with its proposal/response or within five (5)days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami.Dade County.. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at http'//www.miamibeachtl.gov/city-halUprocurement/' it RFQ 2018-183-KB 20 , t MIAMI BEACH 7. benefits: benefits, - 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendarwork weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States,but outside of the City of Miami Beach limits,who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO- B. _Does your company provide or offer access to any benefits to employees with(same or opposite.sex)domestic partners*or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the "other° section any additional benefits not already • specified.Note:some benefits are provided to employees because they have a spouse or domestic partner,such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. 'BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave ' If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g.,there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance.To • comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager,or his designee.Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at http:l/www.miamibeachfi!aov/city-hall/procurement/procurement-related-ordinance- and-procedures/ RFQ 2018-183-KB 21 • i MIAMI BEACH 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals,or replies on leases of real property to a public.:entity; may not be awarded or perform work as a contractor,supplier,subcontractor,or consultant under a contract With any public entity;and may riot transact business with any public entity in excess of the threshold amount provided in s.287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in.a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race, color,national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. ' f SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document,.Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and- Mississippi,as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Fair Chance Requirement.Pursuant to Section 2-376 of the City Code,the City shall not enter into any contract resulting from a competitive solicitation, unless,the proposer certifies in writing that the business has adopted andemploys written policies, practices,and standards that are consistent with the City's Fair Chance Ordinance,set forth in Article V of Chapter 62 of the City Code("Fair Chance Ordinance"),and which, among other things, (i)prohibits City contractors, as an employer,from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position,and(iii)prohibits placing a statementon an employment application that a person with a criminal record may not apply for the position. SUBMITTAL.REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies,practices and,standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause ofthe agreement,in addition to any damages that may be available at law and in equity. 13. , Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum.2 Addendum 7 Addendum.12 Addendum 3 Addendum 8 Addendum 13 • Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFQ 2018-183-KB 22 1 MIAMI BEACH • DISCLOSURE AND DISCLAIMER SECTION - The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the"City")for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or in making any award, or in . failing or refusing to make any award pursuant to such Statement of Qualifications,or in cancelling awards,or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving Statement of Qualifications,may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviates from the solicitation,as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and:assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein isaccurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content,its accuracy,or its completeness.No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be'selected for consideration, negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correctionof errors,omissions,or withdrawal from the market without notice.Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as,if and when a Statement of Qualifications,as same may be modified,and the applicable definitive agreements pertaining thereto, are approved and executed by the parties,and then only pursuant to the terms of the definitive . agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law.All Statement of Qualifications shall besubmitted in sealed proposal form and shall remain confidential to the extent permitted,by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications,and authorizes the release to the City ofany and all information sought in such inquiry or investigation.Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstandingthe foregoing or anything contained in the solicitation, all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation,or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation,it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 2018-183-KB - 23 MIAMI BEACH t k . ..PROPOSER CERTIFICATION; . , I hereby certify that: I, as an authorized agent of the Proposer , am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation,all attachments,exhibits and appendices and the contents of any Addenda released hereto,and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification,Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: State of FLORIDA ) On this_day of ,20_,personally appeared before me who County of.. ) stated that(s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: i RFQ 2018-183-KB 24 APPENDIX B • " No Bid " Form 2018- 183-KB Citywide Demolition Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 Note: It is'irpoctcn efor those vendors who Nave received,;r; otification of i i s®itc tia�i but have e ecided not to respond,,,to complete and submit e of Ic hedF" t ntei ent of No Bidv:Tf ie "�Sfotement of No•Bid,, provides ftn 't e C tithe infoafior an ham` ,.tcnprou a the solicitation, process. }Faiftire ta_suidMIta "Statement.e f'No Enid" may.resu R irk not being notified E f. `ture sdlicit tion & }y the City° y . Y.' ' RFQ 20,18-183-KB 25 MIAMI BEACH Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A STATEMENTS OF QUALIFICATIONS AT THIS.TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: _ _Workload does not allow us to proposal _Insufficient time to respond _Specifications unclear or too restrictive Unable to meet specifications _Unable to meet service requirements _Unable to meet insurance requirements �Do not offer this product/service _OTHER. (Please specify) We do 'do not_want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may, result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: Kristy Bada STATEMENTS OF QUALIFICATIONS#2018-183-KB 1755 MERIDIAN AVENUE, 3rd FLOOR. MIAMI BEACH, FL 33139 RFQ 2018-183-KB 26 / I APPENDIX C , H M • inimum Requirements & Specifications 2018- 183-KB Citywide Demolition Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-183-KB 27 MIAMI BEACH Cl. Minimum Eligibility Requirements.The Minimum Eligibility Requirements for this solicitation are listed:below. 1. Proposer must possess a Miami-Dade County-Demolition Contractor License C2.Statement of Work Required. The City requires the services of contractors to perform Citywide Demolition Services for the Building Department. For approximately four (4) years (July 29, 2014 through July 28, 2018), the City has contracted with several contractors to provide these services.The final term of these contracts expires on July 28,2019. At this time, the City of Miami Beach is issuing a Request for Qualifications for Citywide Demolition Services to meet the City's demolition needs on an as-needed basis. Contractors that are deemed as qualified pursuant to the minimum requirements set forth in this Solicitation shall be placed in a pool for as-needed services. As such, the City, from time to time, will issue Invitations to Quote (ITQ) to the pool of pre-qualified demolition contractors and shall be given an opportunity to quote future projects as they present themselves. Successful Contractors shall provide all labor, materials,equipment, supplies, insurance,fuels, permits, retirement of utilities and any other items necessary to complete the demolition work, the removal of demolition materials and disposal of materials and related work for these future projects. The City retains the right to utilize the resulting contracts in a manner that serves the best interests of the City. As such,'the City may decide to utilize other procurement methods for future projects when applicable. The resulting contract shall not serve as a guarantee of future work for those contractors deemed to be prequalified pursuant to this solicitation process. Pursuant to Section 287.055, demolition projects with an estimated value greater than $300,000 may not be awarded pursuant to any contract resulting from this RFQ. C3.Specifications The work required under this contract resulting from in future Invitations to Quote(ITQ)is skilled demolition services, meeting the following minimum specifications.The future work shall consist of furnishing all labor, materials, permits, licenses, supervision, and equipment required to demolish a building or building structures and appurtenant, to include debris removal/disposal, dumping/tipping fees,and final site leveling/grading and grass seeding, as required. Appurtenant structures shall include all slabs, steps, porches, walkway slabs to main structure,.fences, asphalt pavement parkways and driveways (including limerock base) and the like. Demolition described, shall include wood and/or concrete roofs,frame stucco,and/or concrete block walls,.reinforced concrete columns,foundations, beams, windows, doors, floors, all rough plumbing and electrical conduit, and concrete walks. Demolition and removal of structures for future projects shall also include, but shall not be limited to the following activities,as applicable: • PERMITS:A building demolition permit may include the following sub-permits: o Plumbing Permit o Temporary Fencing o DERM Permit o Asbestos Permit, if required o Right of Way Permit o. Landscape Permit RFQ 2018-183-KB 28 • • MIAMI BEACH • The contractor shall be responsible for contacting Utilities to retire the necessary utilities (natural gas,water, and/or electricity) prior to demolition. • Demolition and removal of structures shall include removal of the entire identified structure(s) in each subsequent Invitation to Quote(ITQ)and contents to the construction limits. • All concrete floor slabs, foundations, pilings, driveways, sidewalks, steps, parking areas, and other above ground and underground improvements associated with the structure shall be removed as noted in subsequent ITQs. Where walks that are designated to be removed come into contact with the sidewalk that is to remain, the contractor shall make a saw cut prior to starting removal. Care should be taken to see that sidewalks are not brokendue to the demolition, and any adjacent sidewalks that are broken during the demolition shall be presumed to be due to the contractor's operations.All such designated damages shall be totally replaced by the contractor at no cost to the City and all such costs shall be borne solely by the Contractor.The City shall approve any and all repairs to its satisfaction. • Fences shall remain, unless otherwise instructed to remove. • Cap all building sewer connections at existing wye locations. Requires a Plumbing permit. • Submit a asbestos and lead paint abatement report, in compliance with Federal, State, and Local Laws and Codes as required for issuance of demolition permit. • Removal of Underground Storage Tanks: Septic Tanks/Grease Traps must be thoroughly pumped out, the bottom broken, and filled in or removed from the premises. Permits and inspection are to be obtained as required. • Sediment. Control: The Contractor shall provide temporary erosion and sediment control on each respective property prior to the start of demolition operations for each project.. Sediment control shall be maintained for the full duration of each project. Contractor shall be responsible for the maintenance of controls and control structures and shall be responsible for any clean-up due to failure or inefficiency of such controls. Sedimentation run-off shall not be tolerated and if run-off occurs the Contractor shall take corrective action immediately. • Dust Control: Dust control plan shall be submitted by the contractor at the time of permit submittal detailing methods to be used for dust control(i.e.temporary cover,water and or wind breaks) • Grade and Backfill: Grading, backfill,sodding, and return to grade shall be performed as follows: o All crawl spaces, lower levels, foundation areas, and any below ground area shall be filled and compacted with earth. The backfill must not be frozen when placed and shall be compacted to a density of 95% of maximum density of the backfill material used as determined by ASTM designation D-698. The top six (6) inches of backfill shall be made with soil suitable for growth of grass and graded to natural grade of surrounding undisturbed earth. . o Final grading shall ensure adequate drainage offsite and not permit ponding of water. All filled and disturbed ground shall be smoothed for mowing. o The Contractor shall import clean fill as necessary to establish proper surface grades but the RFQ 2018-183-KB 29 MIAMI BEACH Contractor. may'cut and fill on site to the extent possible. The Contractor must supply samples of importedfill to be used and approved by the City's landscape Architect. • Site Vegetation: All shrubbery and trees are to remain and disruption of vegetation will only be allowed in the immediate vicinity of the demolition. i. • Discovery of Hazardous Materials: In the event previously unknown hazardous materials are discovered by the Contractor, the Contractor shall immediately suspend work in the specific location of the hazardous material and immediately notify the City project manager. • Clean-Up: All demolition materials and debris shall be removed from the work concurrently with progress of work: Contractor shall not allow mud anddebris from vehicle transporting demolition materials to litter any streets or highways. Contractor shall clean-up any such mud or debris at its sole expense. The City will vigorously enforce all requirements relating to clean-up of debris, dirt, mud, and demolition materials from the site and on streets, highways, and adjacent properties. Cleanup shall follow immediately after and at the same rate as construction. Cleanup shall not be delayed until entire project is finished. Contractor shall clean all right-of-way and easement areas that were occupied by the contractor in connection with the construction. All disturbed brush and trees, all rubbish, excess materials, temporary structures, equipment, etc., shall be removed and the area left in a neat and presentable condition. If at any time during performance of work by Contractor the City's representative determines that cleanup is not being accomplished, the City's representative may direct, in writing, no additional work can be accomplished without meeting certain requirements. If so directed, no claim for additional time will be.allowed.The contractor is to provide extra care during performance of work by-Contractor to ensure that no rock, base stone, string, stakes,or any other construction-material is left in the water main or irrigation lines. -At the end of each construction day, the ends of all such lines shall be sealed watertight and all points of entry are to be covered to prevent easy access. No rain, storm water, or ground water shall be allowed to enter the water main or irrigation systems. • Storage: Storage of salvage materials for sale on the work site is prohibited. Signs advertising salvage materials shall not be placed at the work site. • Street Closures:The Contractor shall not close any street or divert any traffic without prior written approval of the City. The Contractor shalladhere to the State of Florida D.O.T.'s uniform manual on trafficcontrol for construction and maintenance work zones. It will be the sole responsibility of the contractor to make him/herself and his/her employees fully aware of these provisions, especially those applicable to the use of barricades, cones,signage,etc.,to provide a safe working environment. • Public Right-of-Ways: Any use of the public right-of-way adjacent to the work site shall be consistent with the provisions established by the Florida Building Code as provisions must be made for the safe conduct of pedestrians on or near the site(s). • Proiect Superintendent: The contractor shall have a superintendent or a responsible foreman on the project at all times when work is in progress. • Power: All power for lighting, operation of the contractor's plant or equipment, or for any other use by the contractor,shall be provided by the contractor's sole cost and expense. RFQ 2018-1.83-KB 30 MIAMI BEACH • Sanitary Facilities: The contractor shall furnish, install, and maintain ample sanitary facilities for the workmen. As the needs arise, a sufficient number of enclosed temporary toilets shall be conveniently placed as required by the sanitary codes of the State and Local Government. Drinking water shall be provided from an approved source, so piped or transported as to keep it safe and fresh and served from single service containers or satisfactory types of sanitary drinking stands or fountains. All such facilities and services shall be furnished in strict accordance with existing and governing health regulations. • Utilities: The contractor shall make every effort to locate and identify all underground pipe lines,cables, and conduits by contacting the One Call System and the owners of underground utilities, by prospecting or otherwise, in advance of trench or excavation operations. Certain pipelines, water mains, gas lines, and other existing underground and above ground installations and structures in the vicinity of the work to be done hereunder are indicated on the plans according to the information made available to the City. The City does not guarantee the accuracy or completeness of such information. Service connections for gas, water, telephone services, sewers, underground electric and lines, and possibly other utilities are not shown on the plans. Any conflict with these utilities or any other utility not specified, as a pay item will be the responsibility of the contractor. The contractor will be required to relocate the utility or work around it at no cost to the City. It will be the responsibility of the contractor to brace or otherwise secure any utility poles or anchors close to the trenching operation. Any delay or extra cost to the contractor caused by utility, pipe line, or other underground structures or obstructions not shown on the plans or found in'different locations than those indicated shall not constitute a claim for additional work,additional payment,or damages. The contractor will be solely responsible for any or all damages whether direct, indirect, or consequential to the underground or above ground utilities, pipe lines, and surroundings, and shall indemnify and hold harmless the City for any and all claims or judgments whenever made as a result of the contractor's actions. If additional or unexpected utility conflicts occur, the contractor shall be responsible for coordinating with the affected utility company to resolve theconflict and maintain progress on the project. No time extensions will be granted for associated delays. • Safety Precautions: The contractor shall maintain and enforce all necessary ,and adequate safety precautions for the protection of life and property on all,work performed under the provisions of subsequent Invitations to Quote. The contractor shall also comply with all regulatory agencies requirements for safety. The contractor shall use extreme caution to protect the project area to prevent accidents, damage, or injury involving pedestrian or vehicular traffic in the project area. Barricades, safety screening, or other acceptable methods shall be used as needed to keep the public out of danger and to safely divert them around the project area. The contractor shall exercise proper precaution at all times for the protection of persons and property and shall be responsible for all damages to persons or property, either on or off the site, which occur as a result of the contractor's prosecution of the work. The safety provisions of all applicable laws, building and construction codes, and regulations shall be.observed. The contractor shall take or cause to be taken such safety and health measures, additional to those herein required, as the contractor may deem necessary or desirable. Machinery, equipment and RFQ 2018-183-KB 31 1 MIA I BEACH all hazards shall be guarded in accordance with the safety provisions of the "Manual of Accident Prevention of Construction" published by the Associated General Contractors of America, Inc., to the extent that such provisions are not in conflict with applicable local laws. The contractor shall maintain an accurate record of all cases of death, occupational_disease, and injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on work under the contract.The contractor shall promptly furnish the Local Public Agency with reports concerning these matters. The contractor shall indemnify and save harmless the City and the City's representative from any claims for damages resulting from personal injury and/or death suffered or alleged to have been suffered by any person as a result of any work conducted under this contract. • Explosives:The use of explosives will not be permitted under the contract. • Final Inspection: Inspection by Department of Building Development Services for Final Inspection shall be requested by contractor within ten (10) days of completion of demolition of each separate site. Inspection to finalize demolition permit MUST be requested by Contractor upon completion of demolition and site clean- up. • Emergencies: Proposers shall be able to mobilize within 24 hours if requested by the city. The Contractor must comply with the following City's Sustainable&Resilient Procurement policy standards: (A) The firm shall employ the following hierarchy of highest and best use for handling Construction & Demolition ("C&D")debris as follows: (i) Implement reduced material usage or reuse of materials before any recycling; (ii) Implement recycling of source-separated material before any recycling of mixed C&D debris material; (iii) Implement recycling of mixed C&D debris before all other forms of disposal. (B) The firm isprohibited from sending any C&D debris material directly to a landfill without submitting a request to and receiving approval from the Environment & Sustainability Departments. The request must demonstrate that all reuse and recycling options for the material have been evaluated and determined to not be viable for recycling or reusing. (C) The firm shall manage all C&D debris materials to meet a minimum diversion Tate of 75 percent. The Environment & Sustainability Director may increase the minimum diversion rate based on the Directors assessment of infrastructure, markets and materials available to support the new rate. (D.) *Construction and Demolition Debris Management Report. The firm shall be responsible to provide a Construction and Demolition Debris Management Report electronically to the Environment & Sustainability Department prior to final payment,including the following.: (i) The firm and project identification information; (ii) Procedures to be used for C&D debris management; (iii) A list of the materials generated from the project, their estimated weight by tons, and how the material was reused,recycled, or otherwise handled; and, (iv) The names and locations of reuse and recycling facilities or sites, and companies used to transport the material. (v) Final Diversion. information reporting the weight of C&D debris material diverted for the RFQ 2018-183-KB 32 MIAMI BEACH entire construction and/or demolition project and the overall diversion rate achieved. (vi) Any assets within the facility or property to be demolished shall follow the same procedures as above. (E) Environmental & Sustainability Department will approve the. Construction and Demolition Debris Management Report addressing items (G)(i)-(h)and notify the Building Department to authorize payment to • the contractor. • • • a.. :.._ _..-.. • RFQ 2018-183-KB 33 APPENDIX D Ak. • .• , I Special 2018-183-KB Citywide Demolition Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach„Florida 33139 • RFQ 2018-183-KB 34 MIAMI BEACH 1. Term of Contract. This contract shall remain in effect for three (3) years from date of contract execution by the Mayor and City Clerk.The City of Miami Beach has the option to renew the contract at the sole discretion of the City Manager for an additional two(2), one (1,)year periods, on a year-to-year basis. Renewal of the contract is a City of Miami Beach prerogative, not a right of the Contractor. Such option will be exercised, if at all, only when it is in the best interest of the City of-Miami Beach. In the event that the contract is held over beyond the term herein provided it shall only be from a month-to-month basis only and shall not constitute an implied renewal of the contract. Said month to month extension shall be upon the same terms of the contract and at the compensation and paymentprovided herein, and shall not exceed six(6) months. 2. Master Contract, Purchase Orders& Contractor Service Orders (CSO). A Master Contract shall be executed for each awarded contractor.The Master Contract shall outline the terms and conditions of all work, and incorporate the requirements of this ITB. The Master Contract authorizes Contractor to participate in the pool of prequalified contractors. An executed Contractor Service Order(CSO),shall be issued for each project awarded and is required prior to issuance of a Purchase Order. 3. Roadmap for Award of Projects. When a project is!identified, the department will request quotes from contractors authorized to participate in the Pre-Qualified Bidder Pool. Responsive, responsible bidders(awarded or not) are eligible to participate in the Pre-Qualified Bidder Pool, at the discretion of the bidder and as indicated on the Cost Proposal Form.at the time of submission. At its own expense, the contractor shall visit the site and prepare a lump sum detailed quotation (inclusive of all labor; materials, and all other costs. Each quote prepared by the contractor shall include an acceptable description of the nature, extent and character of the work required, as well as performance and delivery schedules. In the alternative,project managers may require an itemized breakdown of the lump sum amounts. • 3.1 For projects with an estimated cost up to the amount specified in City Procedure PO16.02, Threshold Category 1 (currently$10,000 or as amended), the project/contract manager may select the contractor deemed to be best qualified. 3.2 For projects with an estimated cost exceeding the amount specified in City Procedure P016.02,Threshold Category.1 (currently$10,000 or as amended),the project/contract manager shall solicit three quotes. Following the determination of the best quote, in the City's sole discretion, a Contractor Service Order (CSO) will be executed for the project. Prior to issuing a Purchase Order, for projects $50,000 or greater, the City Manager's approval is required. The City Manager's approval, along with a justification, is also required when the contractor offering the lowest cost is not selected. 3.3 In determining the lowest and best contractor for the project, in addition to price,there shall be considered the following: (1.)The ability„capacity and skill of the bidder to perform the contract. (2)Whether the bidder can perform the contract within the time specified,,without delay or interference. (3)The character, integrity,reputation,judgment,experience and efficiency of the bidder. (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the bidder with laws and ordinances relating to the contract. RFQ 2018-183-KB 35 } MIAMI BEACH 4. Limitation of Project. Pursuant to Florida State Statute Section 255.20,a county, municipality, special district as defined in chapter 189, or other political subdivision of the state seeking to construct or improve a public building, structure, or other public construction works must competitively award to an appropriately licensed contractor each project that is estimated in accordance with generally accepted cost-accounting principles to cost more than $300,000. Projects awarded pursuant to this ITB shall be limited to these thresholds. Demolition projects exceeding$300,000 may not be awarded pursuant this RFQ. 5. Force Majeure. Except as otherwise expressly provided herein,,neither party shall be considered in default in the performance of its obligations hereunder to the extent that such performance is prevented or delayed by any cause, existing or future,which is not within the reasonable control of such party including, but not limited to, acts of God or public enemy, fire, explosions, rots, strikes (not including strikes of the Contractor's Staff Personnel), or war. Notwithstanding the foregoing, the failure of any of the Contractor's suppliers, or the like shall not excuse the Contractor's performance except to the extent ,that such failures are due to any cause without the fault and reasonable control of such suppliers, or the like including, but not limited to, acts of God or the public enemy, fires, explosions, riots, strikes(not including strikes of personnel of the Contractor's suppliers), or war. 6. Background Checks.The contractor shall conduct a full criminal background check at its own expense on each of its employees engaged in providing services under this ITB or any resulting Agreement prior to the commencement of said services. No contractor employee shall be eligible to perform services, pursuant to this ITB or resulting Agreement, if he or she: (1) has been convicted of or was placed in a pre-trial diversion program for any crime involving dishonesty or breach of trust; embezzlement; drug trafficking; forgery; burglary; robbery; theft; perjury; possession of stolen property; identity theft; fraud; money laundering;. shoplifting; larceny; falsification of documents and/or(2) has been convicted,of any sex,weapons,or violent crime_including but not limited to homicide; •'attempted homicide; rape; child molestation; extortion;terrorism or terrorist threats; kidnapping; assault; battery; and illegal weapon possession, sale or use. The contractor shall defend, indemnify^and hold the City, its officers, employees, and agents harmless from and against, any and all liability, loss, expense (including reasonable attorneys'fees)or claims for injury or damages arising out of its failure to comply with this requirement. 7. Indemnification. Provider shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorneys'fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of this Agreement by the Provider or its employees, agents, servants, partners principals or subcontractors. Provider shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City,where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Provider expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Provider shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. • RFQ 2018-183-KB 36 MIAMI BEACH 8. PERFORMANCE BOND. For individual projects, the City may require the Contractor to furnish a bond prior to commencement of work. If a bond is requested,the City will reimburse the Contractor the direct cost of the bond with no mark-ups allowed. Contractor shall furnish a Performance Bond and a Payment Bond from an A-rated Financial Class V Surety Company. a) Each Bond shall be in the amount of one hundred percent(100%) of the Contract Price guaranteeing to City the completion and performance of the work covered in such Contract as well as full payment of all suppliers,laborers,or subcontractors employed pursuant to this Project. b) Each Bond shall continue in effect for one year after Final Completion and acceptance of the work with liability equal to one hundred percent (100%) of the Contract sum, or an additional bond shall be conditioned that Contractor will, upon notification by City,correct any defective or faulty work or materials which appear within one year after Final Completion of the Contract c) Bond(s)shall be recorded in the public records of Miami-Dade County and provide City with evidence of suchrecording. { \ I . i RFQ 2018-183-KB 37 • . APPENDIX E • , . • . tr-4).4.0 law -4 • IE • • Insurance Requirements . • '2018-183-;.KB • Citywide Demolition Services • PROCUREMENT DEPARTMENT • 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 r RFQ 2018-183-KB 38 M I AM roi ,-AtC • INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. • XXX 1. Workers'Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability(occurrence form), limits of liability$ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in Insurance requirements"of specifications). XXX 3. Automobile Liability-$1,000,000 each occurrence-owned/non-owned/hired automobiles included. • 4. Excess Liability-$ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies;.and it must be stated on the • certificate. 6. Other Insurance as indicated: • Builders Risk completed value $ .00 _Liquor Liability $ .00 Fire Legal Liability $ .00 Protection and Indemnity $ .00 Employee Dishonesty Bond $ • .00 Other. $ .00. XXX 7. Thirty(30).days written cancellation notice required. XXX 8. .Best's guide rating B+:VI or better, latest edition. • XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured.Any and all claim payments made from self insurance are subject to the limits and provisions,of Florida Statute 768.28, the Florida Constitution, and any other applicable - ;• Statutes. • i RFQ 2018-183-KB 39 ' r ATTACHMENT C CONSULTANTS RESPONSE TO THE (RFQ) Detail by FEI/EIN Number ,• Page 1 of 2 Florida Deoanrnent of State DIVISION OF CORPORATIONS 1114CLJP/15110 1 1f .®rg rlr1 f ii,otelemommeitat State of Florida Web311d Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by FEI/EIN Number Florida Profit Corporation THUNDER DEMOLITION INC. Filing Information Document Number P04000082219 FEI/EIN Number 20-1195183 Date Filed 05/21/2004 State FL Status ACTIVE Principal Address 7373 NE 3RD CT. MIAMI, FL 33138 Changed:09/15/2008 Mailing Address • 7373 NE 3RD CT. MIAMI, FL 33138 Changed: 09/15/2008 Registered.Agent Name&Address HERRERA, RONNY F 7373 NE 3RD COURT MIAMI, FL 33138 Name Changed: 01/25/2016 Address Changed:09/17/2009 Officer/Director Detail Name&Address Title PSTD HERRERA, RONNY F 7373 NE 3RD COURT MIAMI, FL 33138 Annual Reports Report Year Filed Date http://search.sunbiz.org/Inquiry/C orporationS earch/S earchResultDetail?inqu,... 7/2/2019 Detail by FEI/EIN Number Page 2 of 2 2017 02/13/2017 2018 01/29/2018 2019 04/18/2019 Document Images 04/18/2019-ANNUAL REPORT View image in PDF format 01/29/2018-ANNUAL REPORT View image in PDF format - 02/13/2017-ANNUAL REPORT View image in PDF format 01/25/2016-ANNUAL REPORT View image in PDF format 03/05/2015-ANNUAL REPORT View image in PDF format 03/24/2014_-ANNUAL REPORT View image in PDF format 04/18/2013-ANNUAL REPORT View image in PDF format 04/30/2012-ANNUAL REPORT View image in PDF format 04/19/2011-ANNUAL REPORT View image in PDF format 03/30/2010-ANNUAL REPORT View image in PDF format 09/17/2009-ANNUAL REPORT View image in PDF format 04/30/2008-ANNUAL REPORT View image in PDF format 07/05/2007-ANNUAL REPORT View image in PDF format 08/11/2006-ANNUAL REPORT View image in PDF format 04/27/2005-ANNUAL REPORT . View image in PDF format 05/21/2004-Domestic Profit View image in PDF format Florida Department of State,Division of Corporations • • - httpt//search.sunbiz.org/Inquiry/CorporationSearch/S.earchResultDetail?inqui..;_; 7/2/2019 I e Thunder Demolition, Inc , Phone: (305) 757;9444 Fax: (305)757-9441 Email: info(uthunderdemolition.com Demolition project location: Request for Qualifications for Citywide Demolition Services 2018-183-KB Ronny Herrera — President Point of Contact: RONNY HERRERA Ronny Herrera -President Office 305-757-9444 Cell 305-9862462 May call all after-hours: HOME 305-945-4506 Competent Person: JONATHAN MENDEZ Office 305-757-9444 CELL : 786-857-3.916 1 i i APPENDIX A il, 4.,,,4C : M ..- , Response Certification , Questionnaire & Requirements Affidavit ,,, 2018-183-KB Citywide Demolition Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-183-KB 18 • MIAMI BEACH Soicitation No: Solicitation Title 2018-268-KB FOR CITYWIDE DEMOLITION SERVICES Procurement Contact TeL Email: KRISTY BADA 305-673-7490 KRISTYBADA@MIAMIBEACHFLGOV- STATEMENTS OF QUALIFICATIONS CERTIFICATION,QUESTIONNAIRE& REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: Thunder Demolition, Inc NO.OF YEARS IN BUSINESS: 14 NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES35 • 14 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: N/A FIRM PRIMARY ADDRESS(HEADQUARTERS); 7373 Ne 3rd Court CITY: - Miami - STATE: ZIP CODE: Florida 33138 TELEPHONE NO.: ( 05)-757-9444 TOLL FREE NO.: N/A FAX NO.: (305)757-9441 FIRM LOCAL ADDRESS: Same As Above CITY: STATE ZIP CODE: ' - - PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Ronny Herrera ACCOUNT REP TELEPHONE NO.: (305)757-9444 ACCOUNT REP TOLL FREE NO.: N/A ACCCUNT REP EMAIL: into@thunderdemolition.com FEDERAL TAXIDENTIFICATIO N NO.: 20-1195183 The City reserves the right to seek additional information from proposer or other source(s),including but not limited to:any firm or principal information, applicable licensure, resumes of relevant Individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. - RFQ 2018-183-KB - 19 MIAMI BEACH 1. Veteran Owned Business.Is Proposer claiming a veteran owned business status? YES t X NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposers must disclose, in their Proposal,the name(s) of any officer, director, agent, or immediate family member(spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Further,all Proposers must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT:Proposers must disclose the name(s)of any officer,director,agent,or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of.its affiliates 3. References&Past Performance. Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted,the following information is required: 1),Firm Name, 2)Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non=pe formanceby anypublic sector agency? J"YES. I X NO SUBMITTAL REQUIREMENT: If answer to above is"YES,"Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions.Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws,as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions,as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. • SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities(including your sub-consultants)with a controlling financial interest as defined in solicitation.For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly,of a candidate who has been elected to the office of Mayor or City Commissioner for the City.of Miami Beach. 6. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Management with its proposaUresponse or within five(5)days upon receipt of request. The Code shall, at a minimum, require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at httollwww.miamibeachfl.00vfcity-halflorocurementl. RFQ 2018-183-KB 20 MIAMI BEACH employees-shall-bepaid-the•required-living-wage-rates•!steel-beieu to t{tAa seyefeA . . n - .. v :e-rato of no le. . .• _ . . •• benefits 2. Etrective-Januory 1,n19,cover . - . .. . _• th benefits .• • . health-care-bene wing-wage-rate-of no fees_U aeSSS 00:-pec-heuciiithor teeltt care benefits: 04111g-wagofmmission-be-iedexed-annis311y-fo iffatiec . - . Caber's-Bureau sf-Labor-Statisti tandrng-the-presedingr nee annual-index-shel - t xould net be fiscally to �> - 4-Pro= loot Rrapesec te-additionnatpenaifies available at-litte4WWw:miaditheas#tl eW'i tl rernent related=erdieanse-and-precede# SU81iiA :... • ag -to the linin 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic'partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach,Florida;and the Contractor's employees located in the United States,but outside of the City of Miami Beach limits,who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide oroffer access to any:benefits to employees with spouses or to spouses of employees? •' YES © NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners"or to domestic partners of employees? . c. YES I X I NO C. Please check all benefits that apply to your answers above and list in the "other'section any additional benefits not already specified.Note:Some benefits are provided to employees because they have a spouse or domestic partner,such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not' • Employees with Employees with Provide Benefit Spouses • Domestic Partners Health X Sick Leave - X Family Medical Leave • X Bereavement Leave X If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g.,there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance.To • comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed far consideration by the City Manager,or his designee.Approval is not guaranteed and the City Manager's decision is final. Further information on the • Equal Benefits requirement is available at htteliw.vw:miamibeaehitirOvlcity-hall/pfosu"rementipractirement-related-ordinance- and-procedures!. • RFQ 2018-183-KB • 21 MMMI/\i\A1 BEACH ( 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction'for a public entity crime may not submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals,proposals,or replies on leases of real property to a public entity;may not be awarded or perform work as a contractor,supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s.287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race, color,national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi,as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Fair Chance Requirement.Pursuant to Section 2-376 of the CityCode,the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written'policies, practices,and standards that are consistent with the City's Fair Chance Ordinance,set forth in Article V of Chapter 62 of the City Code('Fair Chance Ordinance"), and which, among other things, (i)prohibits City contractors,as an employer,from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (i) prohibits advertising of employment positions with a statement that an individual with a criminal recordmay not apply for the position,and(iii)prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 13. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Initial to Confirm • Initial to Confirm Receipt - Receipt __- , Receipt RH-7/Z4 Addendum.1 _ Addendum 6 Addendum 11 R J� Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 :_ Addendum 14 Addendum 5 _ Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFQ 2018-183-KB 22 MIAMI BEACH DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the'City')for the recipients convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Statement of Qualifications,or in cancelling awards,or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving Statement of Qualifications,may accept or reject Statement of Qualifications,andmay accept Statement of Qualifications which deviates from the solicitation,as it deems appropriate and in its best interest In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting - Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data,relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals.It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipients own risk. Proposals should rely exclusively on their own investigations,interpretations, and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content its accuracy,or its completeness.No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant,to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice.Information is for guidance only,•and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as,if and'when a Statement of Qualifications,as same may be modified,and the applicable definitive agreements pertaining thereto,are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law.All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications,and authorizes the release to the City of any and all information sought in such inquiry or investigation.Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation,or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation,it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 20T8-183-KB 23 MIAMI BEACH PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer , am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of'the terms and conditions of this document, inclusive of this solicitation, all attachments,exhibits and appendices and the contents of any Addenda released hereto,and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification,Questionnaire and Requireinerits Affidavit are true and accurate. _ Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Ronny Herrera President Signature of Proposer's Authorized Representative: Date: State of FLORIDA ) On this_day of ,2013 personally appeared before me who County of Miami Dade ) stated that(s)he is the of a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed.Before me: Notary Public for the State of Florida My Commission Expires: RFQ 2018-183-KB 24 ��.....N THUND-6 OP ID:M6 A�R� CERTIFICATE OF LIABILITY INSURANCE DATE'""'°°'YY,rY' I07/25/2018 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 I REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies)must 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 CONTACT BROWN&BROWN OF FLORIDA INC NAME: Eric Woodling 14900 NW 79th Court Suite*200 Q.P4CNE1ixtr 305-714-4400 i FAX No):305-714-4401 Miami Lakes,FL 33016-5869 E-MAIL Eric Woodling _An mEss:ewoodlint bbmia.com INSURER(S)AFFORDING COVERAGE NAIC I INSURER A:Lloyds of London INSURED Thunder Demolition,Inc. INSURERS: 7373 NE 3rd Ct Miami,FL 33138 INSURER C. - INSURER 0: INSURER E: '— INSURER F: COVERAGES CERTIFICATE NUMBER: 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 IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I`R TYPE OF INSURANCE o"CM7Eli rr POLICY-EFF I POLICY EXP ,,INsn PND, POLICY NUMBER IJMNADOIYYYYI.IUMM1 - LIMITS - A X COMNERCIALGENERALLIABILITY EACH OCCURRENCE ,$ 1,000,001:1 CLAIMS-MADE I"i OCCUR - WCISCGL000149301 07/01/2018 07/01/2019 DAN MG 1 0 PREMISES S((Ea Ea occurrence) $ 100,000' --. MED EXP(Any one person): S $OOq _ .. PERSONALS ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 5 2,000,000 I-171 Pso•POLICY i "1 JEc-r 11 j LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER:, S - AUTOMOBILE LIABILITY COMBINEDSI/GLELIMIT $ (Ea acc dentX ANY AUTO - BODILY INJURY(Per person) ,S ALL OWNED �^SCHEDULED. AUTOS AUTOS BODILY INJURY(Per accident) $ HIRED AUTOS NON-OWNED R T AUTOS i :[P.r'actldertlr: _ $ S UMBRELLA LIAR `X• OCCUR ' EACH OCCURRENCE ' $ 1,000,000+ A X EXCESS UAB CLAIMS-MADE" riVCisCEL0001494o1 07101/2018^07/0112019 AGGREGATE. �$ 1,000,000 DED I RETENTION S. -$ -. WORKERS COMPENSATION F AND EMPLOYERS UA111LRY Y!N I PER STATUTE I ERS --. _ ANY PROPRIETOR/PARTNER/EXECUTIVEn E.L EACI{ACCIDENT $ OFFICER/MEMBER EXCLUDED? NIA (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $_. If yyes,describe under DESCRIPTION OF OPERATIONS below E.L DISEASE-POLICY LIMIT $ -- DESCRIPTION DESCRIPTION OF OPERATIONS!LOCATIONS!VEHICLES(ACORO 101,Additional Remarks Schedule.may be attached if mon space Is required) .CERTIFICATE HOLDERCANCELLATION MIABEAC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Miami Beach, THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Proc urement Department Conference Room AUTHORREDREPRESENTATVE 1755 Meridian Avenue,3rd floor Miami Beach,FL 33139 Brown and Brown of Florida.Inc. ®1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD • AC R e CERTIFICATE OFLIABILITY INSURANCE DATE(MWDDmn')`-, l..✓ 8/18/2018 ITHIS 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 tI 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 SUNZ Insurance Solutions LLC ID:(NES) CONTACT NAME: Tiffany Meyer 2600 W. Geronimo Place Suite 100 PHONE F ----------- Chandler,AZ'85224 too-ads-895a WC,Not Amiens! certsfvensure.com INSURER(S)AFFORDINGCOVERAGE RAICN INSURER A; SUNZ Insurance Company 34762 INSURED - - - National Employer Services, LLC INSURERS: 2600 W. Geronimo-Place, Suite 100 INSURER C: Chandler AZ 85224 INSURER 0: • INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:42599837 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 IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. iNSR ADM.$ XP I LTR TYPE OF INSURANCE JNSD WO I POLICYNUMBER I IMMIDD!YYYYI I MPOUCY0IY YYI, UNITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE. $ CLAIMS MADE OCCUR ' r' •-d' PRE!5$ES(Eeatz l $. -- MED EXP(Any oneinrcrr)•. S .. PERSONAL8 ADV INJURY -S GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE :S `y POLICY EC _ LOC PRODUCTS.,COMP/OP AGG $ OTHER: - $ .. AUTOMOBILE uAISUTY $ 00640INQD:51NGLELIlt7FT. i (Ea�aafenl). .- 1 ANY AUTO BODILY INJURY(Per parson) $ OWNED '• ,SCHEDULED • AUTOS ONLY , AUTOS BODILY INJURY(Per'sutdent} $ HIRED NON-OWNED - AUTOS ONLY AUTOS ONLY ,((as PROPERTY DAMAGE $ accident) : .S UMBRELLA UAB OCCUR EXCESS LIAR EACH OCCURRENCE $ CLAIMS MADE AGGREGATE S DED RETENTIONS S. A WORKERS COMPENSATION WC009.00001-01.8 }1/1/2018 111/2019 ,71 sTATUTE I I AND EMPLOYERS LIABIUYY ANYPROPRIETO PARTNEWEXECUTNE nYIN . ,OFFICERhMEMBEREXCLUDED7 I I.N 1 A E.L.EACH ACCIDENT $1,QQQ,000•. (INtaddatuty�ImNN)- - - E.L.DISEASE-EAEMPLO.- $1.000:000': N yea,-describe wide► DESCRIPTION OF OPERATIONS below EL DISEASE-POLICY LIMIT 'S-1.00O,Q - • DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORO 101,Additional Remarks Schedule,may be attached if man apses is ngeirsd) Coverage provided for all co-employees but not subcontractors of:Thunder Demolition,Inc. Effective date:3/15/2018 CERTIFICATE HOLDER - .CANCELLATION 11542 City of Miami Beach SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Procurement(]apartment THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Conference Room ACCORDANCE WITH THE POUCY PROVISIONS. 1755 Meridian Avenue,3rd Floor :Miami Beach FL 33139 AUTHORIZED REPRESENTATIVE 4 Glen J Distefano ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 42599837 I National Employer Services PED 009 MASTER CERT I Bailey Randall 18/18/2019 4:55:29 PM (EDT! I Page 1 of 1 •Leased Employee Affidavit • I understand an employee teasing company provides my workers'compensation coverage, I further understand that my contract with the employee teasing company limits my workers compensation coverage to enrolled worksite employees.only. leasing agreement dues not cover un-enrolled worksite employees,independent • contractors, uninsured subcontractors,or casual labor exposure. I hereby certify that 1.OQ%of my workers are covered as worksite employees with the employee leasing company.. I certify that I do not hire any casual or uninsured labor outside the employee leasing arrangement. I agree to notify you in the event that I have any workers'not covered by the employee leasing workers'compensation policy. In the event that.l.have any labor not subject to the employee leasing arrangement, I agree to obtaina separate workers'compensation policy to cover these workers. I further agree to provide.you with a certificate of insurance providing workers`compensation coverage prior to this labor working at your jobsites.. I further agree to notify you if my co-employment relationship terminates with the employee leasing company and'l understand that I am required to furnish proof of replacement workers'compensation coverage prior to the termination of the leasing agreement. l certify that I have workers compensation coverage for 100%of my workers through the leasing arrangement specified below: Name of employee leasing company: ..N.ativraf Einpioyer'Services { Workers'Compensation Carrier: SUNZ Insurance Solutions.'LLE° , - A.M. Best Rating of Carrier. See attachment • inception date of leasingcontract: p ovathois . • I further agree to notify you in the event that I switch employee-leasing companies. I - recognize,that i have an obligation to supply an updated workers' compensation certificate to you that documents the change of carrier. • Name of Subcontractor: THUNDER.DEMOLITION'INC Signature of Owner: "` - Title: PRESIDENT Date: • at' - r EDITH I.GRANAOOS , Notary Public-State or Florida THIS DOCUMENT MUST BE NOTARIZED »' _ Commlaaron FF 947425 %�o , `'' My Camm..Expfres.Jan 3,2020 'up.V BonQetkraiigh National Notary Assn. 9I caR � '� ® CERTIFICATE OF LIABILITY INSURANCE DATE'MWDDIYY Y) 06/19/2018 ITHIS 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(les)cy(les)must be endorsed. Ii 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 Hlse of such endorsement(s). PRODUCER AN: NAME: AP Insurance Services PHONE FAX 305)822-4472. .c (305)556-4354 1548 W.37 St. �aCUREB$: jfemandez@aisni.com Hialeah,FL 33012 • INSURE-Al- $4 4TORAC/ Phone (305)822-4472 Fax (305)556-4354 INSURER A: PROGRESSIVE EXPRESS INSURANCE COMPA INSURED INSURER B:• - , THUNDER DEMOLITION INC INSURER C: -. 7373 NE 3 CT INSURER a; MIAMI • FL 33138 INSURER E: • INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TOTHE 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 IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IL7R TYPE OF INSURANCE ACOLSUBR POLICY EFF .POUCYExp INER WAD FOIICYNUMBER • -- (MMmCFfYYY),(MMIOOMlYYt LIMITS 0 COMMERCIAL GENERAL LIABILITY EACiIOCCURRENCE •S. [i] CLAIMS-MADE ❑ OCCUR DAMA0ETORENTED PREMISES IEs oecurreneel $. - MED EXP(Ady.one person. $ _ PERSONAL&ADV INJURY $ -.- _. GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ ❑ POLICY ❑ C ❑ LOC PRODUCTS-COMPICPAGG S ❑ OTHER g AUTOMoerl.EuaewTY • -.. . . DrGLE.LIMIT 1,000,000.00 ❑-ANY AUTO BODILY INJURY(Per person) 5 ALL OWNED SCHEDULED BODILY INJURY(PeraCcicte ) $ � ❑ 'AUTOS - © AUTDS D28007D0-2 12/D812D17 12/08/2D16 , NON-WNED • ,PPOERn _ .8 HIRED AUTOS _ S 0 UMBRELLA LIAR ❑OCCUR _ EACH-OCCURRENCE S EXCESS LAB ❑CLAIMS-MADE / AGGREGATE_. . .$_ . ❑.:DED .❑ RETENTIOl'S-- - S, WORKERS COMPENSATION • I-� AND EMPLOYERS'U BLUTY Y I N : SF TE ❑'ER - ANY PROPRIETORIPARTNEFUEXECUT . 'OFFICER/MEMBER EXCLUDED?' ' N IA EL EACH ACCIDENT S ,(Mandatory in NH) I/yea describe under EL DISEASE-EA EMPLOYE:.S DESCRIPTION OF OPERATIONS below E. DISEASE-POLICY LIMIT $ • A COMP/COLL 02800700-2 12/08/2017 12/08/2018 COMP/COLL 1,000 DED DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If mon specs Is required) • 2005 MACK TRUCK VIN#1M1AE01X25N002456 2002 FRHT VIN#4UZAAWAL12C121968 • CERTIFICATE HOLDER ._ CANCELLATION . • SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF MIAMI BEACH THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN PROCUREMENT DEPARTMENT ACCORDANCE WITH THE POLICY PROVISIONS. • CONFERENCE ROOM AUTHORIZED REPRESENTATIVE - -. 1755 MERIDIAN AVENUE,3rd FLOOR cf ' 1 MIAMI BEACH,FL.33139 `- ®1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101)QF The ACORD name and logo are registered marks of ACORD I i I i i ACERTIFICA TE OF LIABILITY INSURANCE DATE(MM/ Y) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE07/25/22018018 .-' , CERTIFICATE DOES NOT-AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THOLDER.THIS HE 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 pollcy(les)must 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 DAVID L. COOLEY INSURANCE AGENCY INC. a°ai E DAVID a COOLEY 1531 S CYPRESS RD PHON .. E. . - f ztit n 954-788-9988' .,aro + :8 'I-Z$.IL9335 POMPANO BEACH FL 33060 AEAVUL DSS: • -'WSURER(SI APFORDINGCOVERAGE ° NAIC 0. INSURED INSURER A:Slate Farm Mutual Automobile Insurance Company' Y51• THUNDER DEMOLITION INC INtuReiR 7373 NE 3RD CT INSURER C.: , MIAMI FL 33138-5340 irisustER•D; INSURERS:. INSURER P:: COVERAGES - CERTIFICATE NUMBER:5964000072518 . 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 IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. OM x TYPE OF INSURANCE - - - - "Ny - 'POLICY NUMBER 'PODGY EFF P1/1/DD ESPYVY - GENERAL UABIUTY (::1 tNnt7rOA/WYVE M/D17fYYyYt� LIADTS .. '—COMMERCIAL GENERAL LIABILITY EACHOCCURRENCE- _ ,t: PRfdAOE IORENTEO• !CLAIMS-MADE 0OCCUR 'PREMLSES'fEi,m,preneerl• - $ _ - • :MER6630.manwraoM' S • • - PERSONAL$ADV fNJOR1/' S GEN'L AGGREGATE LIMIT APPLIES PER: GENERALKGGRECATE- S: - _�POLICY ,JPEROOT !. I!OC -PRGDUCTS'-COMP/OPAGG ,S A . AUTOMOBILE LIABILRY j�' '("`-� .._. _ ,S_ j I i MUTL C15 3827 - 07/13/2018 01/13/2019• tad y _ .' .. S' 1,000 000 ANY AUTO ~',"U OWNED _X SCHEDULED - BODILY INJURY(Par person) .S, - - , AUTOS BODILY INJURY(Per accident) $ X HIRED AUTOS LX AUTµ00SwNED P • r.vtrYDAutAGE UM3RELLALIAB _ OCCURFin 5 UMBRELLA S UAB EACHOCCURRENCE: S - f ff . .'ciAimsMADE ' ' r • AGGREGATE. . _ OED f [-RETENTIONS 'S. WORKERS COMPENSATION - S - AND,EMPLOYER$-UAIILITY NC��(jiCit�J� (TCFf ANY PRORRlSTOWPARTrIEkttE%ECUTIyE YIN t�T I TORI;U CI E I I ER OPPTCPAtEmsERE:fCW0E07 N/A F t. • :E.LEAC}AACCIDENT a _ - 1 ItpO desellbe under -•f E.L.cisEASE.•EAiEMMPI:OYEg s 'IAMBI/MON of Daaaaironra Co ew A ENOL - - E.L DISEASE•POLICYLWR•S , I POL MUTL C1B 1387 I 12/13/17 12/13118 1 MM Combined Single Limit • ,DESCRIPTION OP OPERATIONS/LOCATIONS I VEHICLE,(Attech ACORD 101,Additional Remarks Schedule,It mon span is required) -- MUTL C15 3627 87 KENWORTH T800 SEMI TRK VIN:2XKDD29X1HM348247 • • • • CERTIFICATE HOLDER I _ _ CANCELLATION CITY OF MIAMI BEACH SHOULD ANY OF THE ABOVE DESCRIBEDPOLICIESBE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN PROCUREMENT DEPARTMENT/CONFERENCE ROOM- ACCO.. ,- THE POUCY PROVISIONS. 1755 MERIDIAN AVE 3RD FLOOR MIAMI BEACH FL 33139 "'n" REP r ...:J.......j.COY ®1988-2010 ACORD CORPORATIO!Y. A ACORD 25 2010!05 11 rights reserved. ) The ACORD name and logo are registered marks of ACORD 1001486 132849.7 03-01-2012 .{�'S,✓�r'fug {`'•, THUNDER DEMOLITION, INC. 1 7373 N.E 3rd COURT MIAMI FL 33138 '-‘471710 TEL: 305.757.9444 FAX: 305.757.9441 www.thunderdemolition.com TABLE OF CONTENTS TOTAL,PARTIAL,SELECTIVE&INTERIOR DEMOLITION PROJECTS„....» TIDES VILLAGE - POINT ROYALE UNIVERSITY OF ST.AUGUSTINE 1 111 LINCOLN ROAD CVS#10969 - .:.:.....:.:.._......:...::......::::.:::.::.................._._ CERTIFIED PAYROLL,BONDED&LEED PROJECTS ...............„. ... DTPW Bus STATION(PHASE I) ARMORY HOMESTEAD MUSS PARK PAVILION } CHURCH OF SCIENTOLOGY PORT OF MIAMI(SHED C) PUBLIC SECTOR PROJECTS CITY OF COCONUT CREEK CITY OF DELRAY CITY OF MIAMI CITY OF MIAMI UNDERGROUND TANK REMOVAL Gateway to Wynwood . THUNDER DEMOLITION, INC. 7373 N.E 3rd COURT .F `s) MIAMI FL 33138 �'''"1 $° TEL: 305.757.9444 FAX: 305.757.9441 www.thunderdemolition.com TABLE OF CONTENTS TOTAL,PARTIAL,SELECTIVE.& INTERIOR DEMOLITION PROJECTS.„ TIDES VILLAGE POINT ROYALE UNIVERSITY OF ST.AUGUSTINE 1111 LINCOLN ROAD CVS#10969 CERTIFIED PAYROLL,BONDED&LEED PROJECTS ............„.......».„...»......»..»...............»....».... DTPW BUS STATION(PHASE 1) ARMORY HOMESTEAD 1 MUSS PARK PAVILION CHURCH OF SCIENTOLOGY PORT OF MIAMI(SHED C) PUBLIC SECTOR PROJECTS..»....„..............»......»........» CITY OF COCONUT CREEK CITY OF DELRAY CITY OF MIAMI CITY OF MIAMI UNDERGROUND TANK REMOVAL Gateway to Wynwood Index Page for Tide Village Project PROJECT INFO PAGE #1 SUB CONTRACT AGREEMENT #2 Exhibit B—The Scope of work #3 Notice to Owner PROPERTY SEARCH # SUNSHINE 811 TAKE SERVICE TICKET #6 DISPOSAL OF DEBRIS INVOICES& RECEIPTS #7-12 HAULING TICKETS #13-16 EQUIPMENT RENTAL INVOICES #19 Personnel/Laborer Invoices #20-22 Personnel Labor Tickets #23-24 Subcontracting Concrete Cutting #25-27 Concrete Cutting Tickets. ........::..._..................:...:...................... .. #28-31 { r,.� rr=rrX ` { ,F r!7i 4p_ .. !.. . . rS44. • e l' � r4' 4;ro .;-,,,,2„0,j, r�• wl' ' kjyyi • * !0 , r f Afx ` 2 4' ; t7 S:' f -r" 44 : . 4} t iir Vt ' itt7Mir 'Y'ry `+ ,Y • Xtej§ rw.i-a� :h, (� • . .44;1'14 y`, ' .1 Y 1tkTr '' cr `�^+fA :1` trt: vji .:.f iY\. /3ttUIrk , T, •-_ AY2i/ Y"„4 •! ; / ! +.J =" h�a; ''- '1 qSh0-!04 4," 'rt• . " � * :} !�- 5 Tides Village 86 Bridge « • Y4* - ' , a e . `,- . ,'. ' ' •'' ". '. .: 2011220, 1221, 1225 Collins Ave ,• r ) , T -, , -e. � ' YF7 , ' ; { ; Miami Beach FL 33139 1 , ---M . _ .4=i- w+ T •" W"i • ( Cuesta Construction Services Inc ,'� • •'- „ '" tw r;f • '11'''''.;Gr �J 1414 NW 107th ., �r� fir; ,x .., f") ,` Ave , ,. . •y �;�„2..k3-- ",. ` Suite 401 ;i << ., / 4 , Jai,> :•�' a. ',� � Miami FL 33172 :'' ,. ••,� ,, . - 305-270-3731 Fax '' . • Willy Cuesta 305-219-5149 :z Jy��q�*,�. =p L , �i ��; 11i� . cuestaconstruction.corrt ; . x Rick Johnston 305-609-1878 +�f+,' °'' f, f 4", :".if Rjohnston(c cuestaconstruction.corn `��. - ' lI ; ::: ,spy , 'frX^ ; ~V:i*"...,„ r"�' .w�' .'� Y. � ,�';;"r.Y'tp"`r1�.�''�t 1,'•,,.1+..� att�..�.y�a«3 .'.1 lt-4K�..,��''4.7• • '�, 1..7. 1.T.:` ' �� x 'Yr. ! r c., ' CONTRACT: PRICE i6'w 00 ., '€ ASBESTOSi.', �' ..* REMO- . ' .U{1 ''}•x'-'7.`- C/O#2 =:--- - . , • T,° 1;. C/O#3: _ 1 ' 4.i } C/O#5:lir y)t,# x C/O#6: o � .. {: Tr C/O#7: = .' ,,3 C/O#8 ,. , -� . ,;c : . �`N r ,.' Ci0#9: .; • �, .1 C/O#10: { ;f,, Tree Upfront Fee: .r .r�J.., " ,./,-,..,,,-. .',.-..,c' Tree Impact Fee: • 1�., nn 71t ��� T . __ r ' , N'r•' .Sari♦ , i%ef,(� +71� 3— „}TI'^ ^7 " Y" 7:C. r>. . Y • • v - ,. ST,ARTLDATE ;, r„ , - - - .V . 4 FINISHDATE • i 2 -313uwt;QY=�y t , - :- GO, a 02- 3t'3 ' C�.Ys— •5o . _'. 1/4.x ,,,...• •... . .. .. .... , „,..., AsB,,:-.2..i„, ' • ...... ,,,,,, .. , ,, , . . , .. • . • ,_. ,, . , s3 �fiI�iVii r . \ „, ,.. . . . ,.,•,.„, _ . i F &:yL� l !' �_.dw� 'R. j !-. - J.//F" -i-:_,.,-,-:-.,-:II . % 1 ^R-. , k r Zr ''j a }�, 'fir ;ryt41*, g rl -1 R 1 •• e. �c' ,' FV +,,.r ,• ,. lD1.SCONti�ir!ON LETTERS �'''''' •,°- ',; • • ' '; j ., , _ COMME; ' r.—.. ENT 43/2.5/1.66 =z .G.`. t' - , 5 ; NSF LC ION COMPL ED 1,a1 r-its-f-3 Ya4a+„' it yy,, ply ) ,7 ) N'"'�Y�'j�•+�,,,�}) �,•+� ,. , 14;. I .. ,t• 1'w�. 1. A{c) ft �f �f �• I/ S.� f✓jr";. 'S ' ! 1GJ 4' '+,y 'G., .•}`,, -.r,y !_,.`+5�---e-,yam_-y Y'. ,'-'ti�y\ �..q, a..; NVOI E�vl GJ� . --_,-•,., _ y Y I'PLIr'ATION '- ,4.`f � , - SUBCONTRACT AGREEMENT THIS SUBCONTRACT AGREEMENT is made this 20th day of February, 2015 Between the Contractor: CUESTA CONSTRUCTION SERVICES,INC. 1414 N.W. 107`h Avenue, Suite 401 Miami,Florida 33172 Telephone: (305)270-3731 Fascimile: (305)270-8885 And the Subcontractor: Thunder Demolition, Inc 7373 N.E. 3rd Ct. Miami, Florida 333138 Telephone: (305)757-0255 Fascimile: (305)757-9441 The Project: Tides Village&Bridge 1201, 1221, 1225 Collins Avenue and 1220 Collins Ave Miami Beach, Florida 33139 The Owner: CG Tides Village, LLC 3200 Stirling Road Hollywood,,Florida 33021 The Architect: Allan T. Schulman Architect,P.A.(Design Architect) 100 N.E. 38th Street • Miami, Florida 33137 Kobi Karp Architecture &Interior Design(Architect of Record) 2915 Biscayne Boulevard, Suite 200 Miami,Florida 33137 ENOER'•.COMPLEFE THIS SECTIO& , •• •coatPt - _ l + - ,"• + t .,. �GETNI5SE'C710i1f'Or�NDE11l!ERk" . t Complete terns-1.2,and 3 Also complete - A.7579 tura item 4 if Ft5st'tcted Delivery is desired. t ( :S.Postal Service"' X ;� v , ❑mem � Print your a artd address ort.the reverse: CER TIFfEp o so ttrat return the card to you. r 9 Addressee. lUtA1L. RECEIPT ® A cera to ti��nactcof theinadprece, t f:A tnrr ed nt _� ' of ae ve i Durnestfc 811 Only or on the trontif space permits, r Fnndalive information,visit our website at�y�y1�L 1. ArticleArldressedto: - D.Inde �i Q ►'is 14 S,ener delisdlttrentfrmitem1?'; 3 1�� ,l�. jothfihN • N YES.ante'delivery asldn3ss 6etow 0 No i Postage aMIIII 1 Certirled Fee 1141 Li 1\1/A) 1 ! n AAR (p 1 Return q' f I RequiredMon) ` u 14 1401 34 i_i:6?..pg. 1 Require; M (� 30172 7n -Geit*it• ❑PrtorhyMail Express' Restirated�r '"`I"'M I Fl . ..rfie8la ^. CI Return Recelptfor Merchandise osteye&Feesraft :muted Mall. CI Collect on Delivery . • 4. RestrIctsd Deffvery?(Entre Fee) ❑Yes 2. Article Number s 1#•K-,� Q in Rransferfromsericeiake° 7014 2120 0001 5487 9056 ,,,,posayAb. fits til ^- -t PS Form 3811.July 2013 ' i'eliiw 1-- 1- j r $ Domestic Return Receipt Itei�rll L )�� I `1 1 I Exhibit " B "-The Work The scope of the work includes furnishing all labor, materials,equipment, expendables, layouts, and tools in order to provide complete Selective Demolition work and all work required by the contract documents,this scope includes but is not limited to the following: I. All work to be done in according to the project plans and specifications. 2. Daily cleanup to ensure safety and good house cleaning practice to maintain a safe a clean working environment on site and adjacent property,sidewalks,streets,shall broom swept and kept debris free at all times. 3. Drinking Water and cups for your workers. 4. Provide full time supervision. 5. Provide parking for workers. 6. Excavation,as required for your scope of work. 7. Locating Services for existing underground utilities as required. 8. Includes all demolition and notes described in drawings D3.00,D3.01,D3.02,D4.00, D4,01 and D5.00. 9. Removal of existing interior framed partition walls. 10. Removal of 8"masonry non load bearing wall 11. Removal of existing stair cases as per plans - l2. Removal of concrete stairs down to ground level. 13. Removal of all window and frames as per plans 14. Removal of window and frame and masonry below for new doors as per plans. 15. Removal of existing interior and exterior doors and frame as per plans 16. Removal of elevator and shaft per plans. 17. Removal of electrical boxes, outlets,covers,conduits and wires as per plans. 18. Removal of all plumbing 19. Removal of all MIS data,and phone wires: 20. Removal of all interior perimeter and floor finishes including insulation as per plans. 21. Removal of all ceiling finishes as per plans 22. Removal of all mechanical equipment.. 23. Removalof existing exterior pavers 24. Removal of concrete low wall as per plans 25. Removal of planter in its entirety 26. Removal of all existing trees at parking lot (. 'r4Q'4110 16:-t- oN1. 101'- 27. Removal of asphalt and concrete curbs at parking lot 28. Removal of floor finishes and cement topping as per plans 29. Removal of exterior lights and pole lights 30. Removal of fire sprinkler line 31. Removal of existing hand rails 32. Removal of existing drainage structures and drainage system. 33. All necessary saw-cutting required for this scope of work 34. Disposal of debris. 35. Dust control resulting from demolition activities 36. Removal of existing roof and !",,a indicated, �a j,4� i,Q e t .�rJtlli t :=5W*, � .s 1zit sot' iffieic6);4.o� 1telta rz� rcaetbnsu4411e' "c,'x= Initial V• 1' Initial # i ' , ' . THUNDER DEMOLITION, INC. _:: e. 7373 N.E.3RD COURT -' MIAMI,FL 33138 {`''� 305-757-9444 faliiiiT/SWrffitil � ii ,,,,s1 , ^w, � reit © l'ae$j ' ,44kv 4 _ W/O#1566 Certified: 7014 3490 0000 4672 2593 TO OWNER: CG Tides Village LLC.3200 Stirling Road Hollywood FL 33021 2t Certified: 7014 3490 0000 4672 2609 11 CONTRACTOR: Cuesta Construction Services,Inc. 1414 NW 107th Avenue,S-401,Miami Fl 33172 4 Certified: 7014 3490 0000 4672 2616 LENDER: Ocean Bank,780 NW 42"d Avenue,Miami,FL 32751 I Certified 7014 3490 0000 4672 2623 CG Tides Village LLC,512 Fashion Avenue, 15th Floor,New York NY 10018 . Certified 7014 3490 0000 4672 2630 CG Tides Village LLC,2915 Biscayne Blvd,Suite 300,Miami FL 33137 • WARPING! FLORIDA'S CONSTRUC1 - ConnPeaTETHIS SECTnorcofV•DW'.. iY •MATERIAL SUPPLIERS TO FILE LIE1' SENDER COP1P�ETFkH1SSgpTIOPt r - • FULL. UNDER FLORIDA LAW, YOUR ;•!'„_,:;,..„ - A.Si®na 1. , 0 Agent AGAINST YOUR PROPERTY AND YO amPleteiteins,,,..-4;.and 3 Also iniki.te OBTAIN A WRITTEN RELEASE FROM .. item 41f R@sMcted.Deliveryisdesired X �,-.•- �• -. •i Addres i ■ P[int yourgame and address an th®revers° W C.Date of pelt INC.,AT 305-757-9444 1 so•thatwe canYrelum the raid to you.- / ' ® .i 41 Attach this=turd to ttie back of the mallpiece.• ' j As The undersigned hereby informs you that he l or on the front if spacep'ermits. drsdifterentnomiten1? OY� PP D. dellverY f3 No Dcmo @YES enter delivery address below: - 1. ArticlsAddn;esedto: s- •. For the improvement Of realproperty ' ��'G 1221 COLLINS AVENUE;N11AMI FL33139 F ' J 3 54 42 34 53 42 OCEAN BEACH ADD NO2 P ' ' 1, r' Gi 3::servlca Type UNDER AN ORDER GIVEN BY: CUESTi'; I y I� NW (�' � Q. ftairilBed Mall` a eilT,4MaExpress L+i j O �� ❑Return Recelptfor Me/Ch! Florida law prescribes the serving of this not 1G� t �;t; ` j r Z .O insured Mall O Cortect on QellVorY 713.06,Florida Statues.Request for Sworn Sl'' „ 4. Restricted Delivery?tEXtn2Fee) ...Q.Yes Thunder Demolition Inc.7373 N.E.3rd Ct.NV,; i .._•_ i i 2.A%leNumber 7014 3490 0000 4672 26 IMPORT mansferfioetserv/celabeQ • �‘ i � 2013- 1Dtomestic Aetum;Recelpt U.S. Posta) Service fli''; k..4,r iF. 1 a ...:,.;,,o,..a,••�• r -:.-1, r 4 Restricted Delivery?(Ext/°Feel ❑ D- CERTIFIED MAI I - 0 0 Dom eslk•1,1 11 Only • {PC ••,,,q.A m rrl a n' - — , 2 Articie Numf#er i ;s 'I 7 014 3490 Q D D D 4 672 2 616 n rp For delivery lntarmatlon,.'v1s)t o? labe9 tt (1J 1 U nl setvfce ' ' .r-' PS Form 3811 Julyr 2013 Domestic Return Receipt ..a r.. it. . 3 t: me, jcz Postage . 2;prtlaleNurn4er 7014 3490 0000, 4672 2623 O Canned Fee t ( �gterfr liServtcsfdl _ C3 0 O O a tFem PS Forms3811 'JULY 2013:s. ; i 1 D atRetum;Fie elpt 0 Rerun R te. u'res C] 0 {Findorse t ' d i 1 °i ` –, ..,.-....... ._. – .-... c 0 1 ..vwi.u+�a�W L i },�I� a o 0 lrRelsiddisd d tr n service taboo' 7014 7014 3490 0000 4672 2640 m CI 0 �' PS Form"3811 Duty 2013 Domestic Return Receipt ry;':I' Ise E- - .7' Total Postage&Fees $ . m- 4m m m tore C $,. r� -t't _,I,e 5 c p O N orPO Sax1Va,ci —`-" N r+. •I S • ProperrtnyySearch Application-Miami-Da'' County • Page 1 of 1 =1 OFFICE OF 1HE PROPERTY APRAISER ==..„ Summary Report . Generated On:7/15/2015 Property Information --714::,:e�� . �- " Folio: 02-3234-008-0440 -.....v?,„--.{ .t, +,f.s a, -::-. 0) /Nit V-40 Property Address: 1221 COLLINS AVE , ' ' . O 1`.. E -. ;,}�J k- c, � r. 0,4 '- CG TIDES VILLAGE LLC ., t x: ' Owner CG TIDES VILLAGE I LLC t I ...1.114 .;_ g-e , CG TIDES VILLAGE II LLC 1 u it 1 + '; 177 V . • 3200 STIRLING RD ' p. ` a.-r}1 _,4„:„11,`i\ ������,y, it: .1- Mailing Address _ c. k# >- ; a HOLLYWOOD,FL 33021 _ 'y ' r --r ,�1 a Primary Zone 6501 COMMERCIAL-MIXED USE # " i - : y �, �' ,y y y ENTERTAINMENTtict' • c.�.*, t' ,e , air , -11,t ;, 1813 OFFICE BUILDING- "'r - _a - =11,-4Z ~ -;.f.:"*!ii } Primary Land Use ,, -' , MULTISTORY:OFFICE BUILDING s. � ' i. , - - :-t d -1 Beds/Baths!Half 0/0/0 ` 'c• -L~*-• 1;1'd' , d . 1 14) Floors u'' °11114 - Living Units 0 Ilic Actual Area _ Sq.Ft Living Area Sq.Ft Taxable Value Information Adjusted Area 9,689 Sq.Ft 2015 2014: 2013 Lot Size 8,400 Sq.Ft County t ar Built 1939 ) Exemption Value _ - $0 $01 $0 Taxable Value _ $2,795,100 $2,541,000 $2,310,000 Assessment Information School Board Year 2015 2014 2013 Exemption Value $0 $0' $0 Land Value $4,200,000 $3,570,000 $2,310,000 Taxable Value $4,210,000' $3,870,000, 52,310,000 Building Value $10,000 $100,000 ,, $0 City XF Value $0 $0 $0 Exemption Value $0 $0, $0 Market Value $4,210,000 $3,670,000' $2,310,000 Taxable Value $2,795,100 $2,541,000 $2,310,000 Assessed Value $2,795,100 $2,541,000 $2,310,000, Regional Exemption Value $0 $0 $0 Benefits Information Taxable Value $2,795,100 $2,541,000 $2,310,000 Benefit Type 2015 2014.2013 - Non-Homestead Assessment $1,414,900 $1,129,000 Sales Information Cap Reduction Previous OR Book- Note:Not all benefits area applicable to all Taxable Values(i.e.County, Price Qualification Description pP Sale Page School Board,City,Regional). 28085- 04/23/2012 $12,500,000 0569 Qual on DOS,multi-parcel sale Short Legal Description . 08/05/2009 $5,050,000 26969- Forced sale;under duress; 3 5442 34 53 421031 foreclosure prevention OCEAN BEACH ADD NO 2 PB 2-56 LOT 11 &N10FT LOT 10 BLK 17 05/01/2007 $11,500,000 25654- Qual by verifiable&documented LOT SIZE 60.000 X 140 0315 evidence COC 25654-0315 05 2007 2 22830- Qual on DOS,but significant phy } 11/01/2004 $1,000,000 2623 change since time of transfer The Office of the Property Appraiser is continually editing and updating the tax roll.This website may not reflect the most current information on record.The Property Appraiser and Miami-Dade County assumes no liability,see full disclaimer and User Agreement at http://www.miamidade_gov/info/disclaimer.asp Version: http://www.miamida.de.gov/propertysearch/ 5 7/15/2015 Amanda Diaz From: irth_host@callsunshine.com ^- Sent: Tuesday, October 18, 2016 12:40 PM iTo: permits@thunderdemolition.com Subject: Response to Sunshine State One Call ticket 288604581 The following facility operators have responded for this locate request: Ifra cen8:8:604;5811 FL : DADE County, MIAMI BEACH City rjaMISTdbitlWiknal TECO PEOPLES GAS SOUTH FLORIDA - No Conflict- utility is outside of the requested work site FLORIDA POWER & LIGHT--DADE - Marked SPRINT NEXTEL - No Conflict - utility is outside of the requested work site FPL FIBERNET LLC Clear No Facilities A A T & T/ DISTRIBUTION - Marked DADE COUNTY PUBLIC WORKS AND TRAFFIC - Marked ATLANTIC BROADBAND - Marked CITY OF MIAMI BEACH - Unmarked - Privately owned facilities on property, contact private facility owner directly. HOTWIRE COMMUNICATIONS - Clear No Facilities CROWN CASTLE NG -Clear No Facilities 1 ROLANDO OTANO TRUCKING CORP_ ADDRESS 483E55 ST HIALEAH FL 33013 F PHONE NUMBER 786-343-2630 Invoice# 241 Date: 8/20/15 Customer: Job Site: THUNDER DEMOLITION COLLINS AVE 12 ST r 1 i Date Ticket.Np ,Loads Description Truck#.':. . Driver .Unit Price. Amount 7/31/201 Y1 CONCRETO 489 DANIEL 120,00 120,00 8/10/201 a 1 CONCRETO 489 DANIEL 120,00, 120,00, 8/11/201 ?1l. :1 CONCRETO 489 DANIEL 120,00 120,00 7/29/201 AWN/1 CONCRETO 69 ALEXEY 120,00 120,00 7/29/201 . 1..-3V1511_. 1 CONCRETO 69 ALEXEY 120,00:. 120,00 7/29/201 $ ,1 CONCRETO 69 ALEXEY 120,00 120,00 7/29/201 $ I 1 CONCRETO 703 PEDRO POMPA 120,00 120,00 7/29/201 'l �-1 CONCRETO 703 PEDRO POMPA 120,00 39 ;3; 120,00 ) 7/29/201 31 1- CONCRETO 703 PEDRO POMPA 120,00 f 120,00 }. .. a - - - v • kof 6- TOTAL TOTAL LOADS: 9 TOTAL AMOUNT DUE $1.080,00 • I t ' EAGLE CARRIERS OF SO.UTH FLORIDA, LLC LE CARRIER7500 N.W.25TH ST.SUITE 105 MIAMI,FL 33122 OF SOUTH 'FLORIDA, LLC. PH: (305)640-1338 FAX:(305)640-1328 3E9 !,TION HAULING EQUIPMENT RENTAL 3UL..AN CLEARINGRUCKS FILL CONTRACTORS PURCHASE ORDER No.t INVOICE No. i INVOICE DATE .AND ' 80333 07/03/2015 $ CUSTOMER No. ' `S JOB NAME JOB No. o 122 H 150413-01 LD ' THUNDER DEMOLITION,INC. p TIDES HOTEL 7373 NE 3 COURT. 1 2 4G'�Okl NSaUE,? MIAMI BEACH, FL I MIAMI FL 33138 T O 0 • Loading Site: JS - JOB SITE Del..Date Ticket No. Unit Qty. Description Truck No. Unit Price. Amount 07/01/2015 315075: 1.00 ASPHALT HAULING 1235 125.000 125.00 • 07/01/2015 315078 1.00 ASPHALT HAULING • 1235 125.000 125.00 07/01/2015 312293 1.00 ASPHALT HAULING . 189 '125.000 125.00 07/01/2015 299887 1.00 ASPHALT HAULING 92 125.000 -125.00 07/01/2015 314922 1.00 ASPHALT HAULING 8225 125.000 125.00 •• • • • • • • • • 5 TICKETS 5.00 • TOTAL $625.00 A STATEMENT WILL NOT BE SENT.PLEASE PAY FROM THIS.INVOICE ALL SALES ARE FINAL.F.O.B.QUARRY. This Invoice Is su Iect•to col ection costs,reasonable attorney fees an interest at,1. Ia per month i this mvotce rs notpacd wlt in 30 days. Customer is fully liable for all trucking and material charges.AU claims must be made within'30 days of invoice date. 8/2015-07:18:35 CUSTOME ORIGINAL �RRIRSEAGLE CARRI�..3OF SOUTH FLORIDA,LLC 7500 N.W.25TH ST.SUITE 105 MIAMI, FL 33122 OF SOUTH FLORIDA, LLC. PH: (305)640-1338 FAX: (305)640-1328 'Er —TION HAULING EQUIPMENT RENTAL JUL. RUCKS FILL CONTRACTORS CLEARING PURCHASE ORDER No`. ' INVOICE No. s'" INVOICE DATE AND 80183 06/26/2015 CUSTOMER No. " 'S JOB NAME JOB No. 3 122 H - 150413-01 3 THUNDER DEMOLITION,INC. ' p TIDES HOTEL 7373 NE 3 COURT42 �f""''trp jNSTA ' MIAMI BEACH,FL r MIAMI FL 33138 T 0 Loading Site: JS - JOB SITE • Del. Date Ticket No. Unit it Qty. Description Truck No. Unit Price Amount 06/23/2015 315066'V 1.00 ASPHALT HAULING 1235 125.000 125.00 06/23/2015 315068'1 1.00 ASPHALT HAULING 1235 125.000 125.00 06/23/2015 315069V 1.00 ASPHALT HAULING 1235 125.000 125.00 06/24/2015 315074,( 1.00 ASPHALT HAULING _ 1235 125.000 125.00 06/26/2015 312286./ 1.00 ASPHALT HAULING 189 125.000 125.00 06/26/2015 2998794 1.00 ASPHALT HAULING 92 125.000 125.00 r t, r . I 6 TICKETS 6.00 TOTAL $750.00 A SITATEMENT WILL NOT BE SENT.PLEASE PAY FRONTTHIS INVOICE ALL SALES ARE FINAL F.O. QUARRY. Tis nvoice is su sect,o col ection costs,reasonable.$ omey fees an Interest a 1. to per moot . this invoice is notpai wi m 0 days. "customer is fully liable for all trucking and material charges.All claims.must be made within 30.days of invoice date. 1)07101/2015.15:27:31 CUSTOM ORIGINAL. . LE ARREIISEAGLE CARRIERS• SOUTH FLORIDA,LLC 7500 N.W.25TH_ST.SUITE 105 MIAMI, FL 33122 OF SOUTH FLORIDA, LLC. PH: (305)640-1338 s�.. FAX: (305)640-1328 DEI ;TION HAULING EQUIPMENT RENTAL DUN. ,RUCKS FILL CONTRACTORS LAND CLEARING �PURCHASE ORDER No'`� INVOICE No. \t INVOICE DATE 80834 07/3112015 'CUSTOMER No. • • • iS JOB NAME JOB No. O 122 H 150413-02 L TVUNDER DEMOLITION,INC. p TIDES HOTEL 7373 NE 3 COURT a 21arg1V ' MIAMI BEACH,FL T MIAMI FL 33138 T O 0 Loading Site: JS - JOB SITE Del.Date Ticket No. Unit Qty. Description • Truck No. Unit Price Amount 07/28/2015 300342` 1.00 CONCRETE DEBRIS HAULING 2417 90.000 90.00 07/28/2015 312622 1.00 CONCRETE DEBRIS HAULING 1199 90.000 90.00 07/28/2015 312623'I 1.00 CONCRETE DEBRIS HAULING I 1199 90,000 • 90.00 07/28/2015 315187' ' 1.00 CONCRETE DEBRIS HAULING 233 90.000 90.00 07/28/2015 313582 `I, 1.00 CONCRETE DEBRIS HAULING 1969 90.000 90.00 07/28/2015 314512 J 1.00 CONCRETE DEBRIS HAULING . 8225 90.000 90.00 07/28/2015 3.13581'./ 1.00 CONCRETE DEBRIS HAULING 1969 90.000 90.00 • • • 7 TICKETS 7.00 TOTAL $630.00 STATEMENT WILL Ido BE SENT.PLEASE PAY FROM THIS INVOICE ALL SALE ARE FINAL O� ,t UA3RRY. T is nvoice is su lect to col ec ion costs,reasons Ie attorney fees.an interest a k. fo per moot this invoice is no psi wit in 0 days. Customer is fully liable for all trucking and material charges.All claims must be made within 30 days of invoice date. ;H)08/05/2015-10:20:27 CUSTOMER ORIGINAL ,,_._.„, i. .. . i-- LORI\D ; - .° s w(X)j) RECTYCI.,ING Date Invoice# > 9651 N.W. 89th AVE. MEDLEY,FL 33178 8/14/2015 221547 Phone 305-805-0033 Fax#365-805-0034 Bill To Ship To Thunder Demolition 1200 Collins AVe - 7373 NE 3rd Ct Miami FL 33138 • P.O. No. Terms Due Date Truck# 8/14/2015 28 Item Description Qty Rate Amount Direct C & D 1 875.00 875.00 Payments/Credits $0.00 The customer agrees to pay any and all attorneys fees and cost related to enforcement of collection ' for products delivered and/or services rendered. Unpaid balances past due dates arc subject to an J interest charge of 1.5%per month �=-$^- Balance Due $875.00 11' 1th t � . :r�� - •' MANUEL CORDERO'S TRUCK, CORP: Invoice r - 10655 NW 122nd STREET l r MEDLEY,FL 33178 Date Invoice# 7/30/2015 . 429 Bill To Ship To Thunder Demolition Inc 1201 Collins Ave Ronnie Hernandez 7373 NE 3rd Court Miami,FL 33138 _ • . P.O.No. Terms Project 1201 Collins Ave Date Item Description Ticket Ori Truck# Qty Rate Line Total 7/21/2015 C&D Hauling Material:C&D 01902v '88 L 850.00 850.00 'HUNDER DEMOLITION,INC. Manuel Cordero's Truck Corp 9/4/2015 1114 (-14,3 1,700.00 429 850.00 F-P ,f Demolition7530 1201 collins 2,550.00 UST SSLT104 USE WITH 91663 ENVELOPE Deluxe Corporation 1-800-323.0304 or www.deluxe.corii/shop Phone# Fax# E-mail j 305-888-4869 305-888-4868 MCTRUCKING6l a AOL.COM _ Yeifcw --- . ,i-i:t-,•,- ',•••••• .• ' ',"ese;74:' '0:1:".0,,,.;,,;:q",';-"Y`1.. 1 ,,,,, 17:•,`:•.;...•'''..%:•,‘",(4.-,-,',r. , :•..4....", . .*,.:ti";1.,ki%•,:;•4;:kriVtip•,:aN,...A.i,i4 ,.',-40,N,,-...,., ,L.,..,...„. .....,0 .L ., _",•`• . -• . '•i:''' : • ' — •-•"'-' •:`-, ''••••••'''''.•`.*' • ,"•:. - • ''. ...u•-',•at' ..);''' - -'• 1 "".1 t t',-t•SP6P`"'41•?t,Y,--4,r -4"40'71,9-APC`FiAttk''...t• — -..r• .-.N:.•..-,,••-,...7,1, t•---* ,-• •;.,"-,'24.---- ''"•••;" --,--;-;•:*••",,---P-,-:- ----" of Florida, • • . _ _ i Waste Corporation • .„..... ,„ - .1 r ..,,,, Y4 .t.'. • I:•• , . 1 i Z.C.3 ec:A,VI,V,::1-> 3400 Hwy. 17N . •. — ,..• . , ,1).•,..• 1.1;• if -1-, Co c.(€. 0 1 - 1,* ve.-, . . . ,.. Fort Meade, FL p384f- No 12217 ... e' tli STRAIGHT BILL OF LADING .' . .„-----(8'63) 286:.8393.'- a .-r• . Fax (863) 285..9747 1,ft.4 1 4 . Ci. CORP ).. 1 , ,• , 1 • , w ., . , .,,,.. . ., v. ..,L. .... :,... .,.... W . ....,...,1,.'.1. Street•Med3leoyi8L88.343187688 Office:30S-8133-4869 •Fax. . _.. .. , . Truck lime ).E1•4I CL..ID.E..:N_$_T_.- 1.—-ea1--7-.1 4Mi- °' .2—---ecti O -e , DATE 41- - rCharge Cash .---Dri..v-e,rs --s•••t-. •"" • ;)1..4,'',•; t' , ' 1 ' ,.:,...r JOB/FROM: --.. • , Unit '''•-•'- .),. Quantity .. SetiptiOn .....,, • DESTINATION:_______.----------- , - ezice Amount - ..: .. WEIGHT:________ /1,/- 0 . • ''..': .!-. ::.....• ...., ./ • ,,, .."-, 1 6 ei i• 1--:) DRIVER NAME: -s k =-71 .''' C&D MATERIAL • . . . , - I . .".1.: ' .„4. ,' ...s....'.1 0 CONCRETE/MASONRY , • s • • 0 SCRAP I SPEC1.44:4' • .„1,..-:i IFIC GRADE.:_____.-- 0 MULCH: ,..,-. .,:,.• -1 . JOB LOCATION: • "-'. :4-...: • OPERATOR NAME:_ ____---- ..i.l..- . ...(7...... 'I4.4•••••,..: l'• ..* 0 _„"te-v „.-7,7 .. . . . -. SIGNATURE •-•10,"''' ..- . SI:9 iki/4 124 r . r.,_..;. . . •; , . • r; ! rcr,,,, • i. 1:.:: White-Accounting•vetiow-Driver•Pink-Destination : •COLLECTION:if account shoukl fall,tg days la'e c4 due• 4 ter' ea:4Iva.,,...-. )-at.. : f of:'''''''rit.:. i.4.-:- • .-.;,_ . , , .,, .-I ' ' . •• .,- ... - colereciPerin'a.anincinuum.thn.S9hboutakIntnottscrattreeoodrna.to a•colteciton.,ine orn-ericaen-t Wiassumre I'..,,.•;to '' .-cou.rt cost,Interim anti legal fees. r - , i,- --.!.."1",.--r... • • . , •, , Customer -,-.1.:VT.;:i.•,:••-. - . . .. , , .. •'.. . -,.. . •.,:., ..-...-..; 1t -.,." "-•'-'"±7.,4, ..;,, ..,,_ .;••-, - Signature - ---..c...,1:::i-n,ii• ' -(1' 1.. 6(--a/41 '.--.:'-•'': . .kr • , . ;',.:•, 2:-' • , -,',1' : r: ....., ' ;•..., •:-.' 4---. ='. ' ...11 -. % ,t.7;---..,-1.-,,- -at- ., _ :.,....,., ...,.. ., ,. .-- .!...... `--; ' " f " ' ,••• , ".- .::.L..:--' I V . • ' •• ;:'''.•°Ati :i.;•.i5 x. • . • • . • . . • ,:,.• . • . ., .•:,,,, 1 :,.. • Y,,.,,,i ...;-, , • ..' •,:t ..,'... - .":",•-, , -- `'-'*- :•':.-' .1.: '•... '''• • ' . . .•- ' r. „ 1...'•I''' -. - . •. :;...-... , : -;..,. , _ 7. --, ; , • , ,:..: • K,,,,,J.4... ,,•_„•..,„ ,.. ,.. .:,:,...:...z..,-..•••••• •.., ;• , • - ; ---,••• _,-.... ... - - • • - '- —-:- . .. ' - '4-".-, ;--;•-- •-„. .; E '•'',' -.I.:, '— -"' ••:... ':".v..:,-:.:-. ..,•f-‘a,: - '-. .: - -•-•-..--.L. .s.---..•z:, • -.. , • ...• • • , , — ‘,1 I •-. . - t ' '' '' • 4` ' - ' . ''''" ••?--- " -."--", ' .--- ,-,-- ,- -'!2-- • .. .,..-- --- .• .„-• .,- : • -,. .-,, • .-- ,. - ,,,,,•,, , ",- ,?..•...,. . ,-. -...., . .,-•,,, ,,.;..A.i.,:„---,. , •• - •,:i;:•14,,,:-c-„.:5 ,......, f.,t--.,„•_:,./cir-•„',.-'2•" :7,,'• A-"-i....k!..-.4 •".'1'1,,,,Zi 1.lal,1•:=.4,4-e ',: ;.;•4-, ---:•-`•'4:': .... . .•'-tr 7/4,4.,.-•,I.-,.', . '-'. - •.4-, :- ----.e. ''''' i!...,...s.-.-,.-- -:-;:r" F - ' ' ,'"‘"•••••• -• '-` i''''":','•;.-4-,--4- .. ,....".':,.-.,0-, ,,.-:'....:2,-,4<_1=:-;.A-,-!-.;,- --,:-.4,,;....,--,,:i-47,."t:Lloc,,;.:,.2.. 1"*.&q:;,-.4r.,;-:'9V-'.m-..-- -._•-it,:,-l'i....Aii5'.z.I.:,-. gr.,-r.:-2:;,*Itr.:.;; ;.,;„-11- -.-, ..:,:-,.: lit...1:-,:„:,..,;-.-1,k,..,,,,„;-;.,: :,..,..i,.„,,,t,;-.. <- . ' • • • i • f j • , '. • • DISPOSAL TICKET EPS ORGANICS ' 14530 NW 112 Avenue • HIALEAH GARDENS,FL 33018 • ' • 3054851200 N? 2 2 2 6 6 6 , • s CUSTOMER ORDER N0. NE DATE • - NAME j . ADDRESS solo SY .CASH: -COQ -.; '' •. ... ' , _"• QTY.. DESCRIPT I : `4 1 ar-�`. �� �3 F ' 'STRAIGHT BILL OF•LADING `- coBD0s T -\;t KK�K CORPOf c�:30588 9 416 , , Cell:305-219 9441 { Fax 305-888-4868-DC#.158*11 x'9118 • DATE .,,,,--...26-./45-7 O ,'I�+ •.., CLIENTE!CLIENT: .D,, - , 'G k-40. - DESTINATIONS TRUCK#: Z/ - WEIGHT .... DRIVER NAME: lJ ti ❑ C&D MATERIAL ' 0 CONCRETE/MASONRY r. • ❑ SCRAP/SPECIFIC GRADE:. ❑ MULCH: ' PO#: OPERATOR NAIL ME: if `, aEca •; SIGNATURE:1P ;elm - . While-Accounting•Yellow-Driver•Plnk-Desfinelion . . .. _ t i S MANUEL CORDERO'S TRUCK, CORP. Invoice 10655 NW 122nd STREET MEDLEY,FL 33178 Date Invoice# 8/20/2015 436 13111 To Ship To Thunder Demolition Inc 1221aCoLErAve � Ronnie Hernandez ' """=r 7373 NE 3rd Court . Miami,FL 33138 P.Q.No; Terms Project 1221 Collins Ave Date Item Description Ticket Ori... Truck# , Qty , , Rate Line Total 7/27/2015 C&D Hauling Ivlaterial:C&D 21051..e. 122 1 850.00 850.00 7/30/2015 C&D Hauling Material:C&D 12177 122 1 850.00 850.00 8/13/2015 C&D Hauling Material:C&D 10902 421 1 . 850.00 850.00 • i • ' i THUNDER DEMOLmON,INC. 1365 10/30/2015 Manuel Cordero's Truck Corp 2,550.00 \ , 2,550.00 Demolition7530 tides village inv 436 PRODUCT SSLT104 USE WITH 91683 ENVELOPE Deluxe Corporation 1-800-328-0304 or ti�d .cOm/Shop • ..1!Y' / ''' ' • , , „., . . -.„ , • , . -,......• ) ..• ::i‘; 'i•g,7,.,;r:. :'.'...• ..LI . l-,.. I • 1,.- A • 1NAGTE MANAGEMENT ./ i.' '..7.1t *. . -_,E;Z":t.., --.:.. ... 4 • , • • • ':,'L"' •'-.•::'...!?,( . 1.1:. ..':-.-.;.,c. r.s, ' ..r. • I - , --- • -, - I:!" • ;.77;;;:,,•-:' i;:"..i.::-,4.1't • /. :, I..•.• , . . .. . . . . • .. - ,. .•:. :',...:1i, .....O1J2•EI7•',; Trt....:01+1.i .::[ :.Eftf..1 TRI . rrulr i if;, , f.:1'2,k.Llh-la--mi-,;:,-•-ii-------- - ----;;,. .aL,--, ,,i- .4. ...............____....._.: . '• . . . .: '-:,.•,,,T, ,. gA:!::--t 1;•;T.v.)i•:•-; • , , :,•:.: 3!'el iA. 1;71 , • . .. .... .- . ,,. 9.I,: '1"!,•,,-,(... ,::•••,L,:•1..!-4.- --r.,-..,....::•r;•.‘.. • -;4.---. ..- .. .. •• - .r1,1t..2',1,i • ' • CHOICE CONSfrit,,CTIONq . .• - • . - , p,r.i.:,•:.;.i.: : • &ENdiNeERING,INC - 4 ,... , .',iii 7'-:c'!'.'.'''' r-r.'''OS . . - • ' Ctte.6i1.0 .-i . ' RO.Sta 801078 94....teeo . • •- - VI * . •,";-!:414..1:1',S, ,'' li •HOMESTEAD;FL 33090-1078, ,• . 4.44! r.,,,, r:),...(, — :--is•Pf; ..-Pi•I .411.• cEu.:(305)2184755 digik ‘41.•re::)...., , , • , , , , A - • -. 1. , -.! :.!,- /Jvj; . . , . DATE. ., - • . OPERATOR: "MEW - . • _ . .••, . , • . . . . - ....... . • - .. . , . ' . J09 NAME: - •,. .. - • -111 1 -- . • , . • • r: —•. . - 7.0`.• .7-..:.. . , 1.-ir011,t•I'.‘ •• ' : e.'.' 7..1 ',',. 7 V.' :2. :: '"' 077.-.•• .r• ' .._ : it2=1A0011 SS: '1' r s- e: f 0 A- ,- V .... . . . , ,,.... •" '.,,'- ''. V. '', "• ••I r: :, •'''..t.;'•1 r.•'• If4.-.' 111111111 "111111111111111111 M, • , • - . , : • 111.1111111 BACKHOE SERVICES MS • "..,..., '• 111111111 808CAT SERVICES 11111M1111111111 . .. , • 0 • . , , -, _ . '., -•;' ' - 1--- '.: : - !: MIN DOZER SERVICES MOMMINIIII V . .• .• - . . • . .. - _ , /11111 EXCAVATOR SERVICES 111111.1111111111 . "I'..11. :Ilk' t;t:C. ?`i:11q-t-•7,i;i174.411.--.El ./IL rii:t\'! r 1111111111 LoAsessEawcEs IIIM11111111 . .. 1111111M ROLLER SERVICES 1111111111Mall _ MO TRASH REMOVAL. IIIIIII1111111 IIIIIII . . , - . , _ : I.:-.1 1!-•'e 114, 1111111111111111111111111 r . V, • ,• _ - ' 111111111111MEMII1111111111111111111 •• 4..:?" -. ' 1'. ! ..'::: IIIIIIIItWMr!MllIllIllillIllIl . . , • - . ,...'. • • • i:'.... t '''. .t .."0. . ,.% 1-10•:: IIIIIIIIIlliNglliIllill1111111111111111 -•., 111111111111111111110111111111111111111111111111111 ., . ,. . ., .. . • -c,. tiOICt-Cfe4STR11911011011 N9T Da topOitaIkli for ant,undlryound .. - ,ii" They are tno solo tatoonsipInty of uw,COstotnnit0cOnfour moms.A clamant • • . . - , -, :t: - • pima Oil%PI month VII Ossy on&Vont au,anionio,Aii motes aid , • - 'r !'1. 1101410 C011eGofilinitOri colta,a1,4 aFrono lees it gort„41. -. - • . . y.„ SIGNATVREv...=- ----/--------- . ' . -,.. .• v . - - ` ' TICKETNO ../ '.'1 ' n..-.:;?.s e.--.44.2: • . . . ..,........-a" • , . . -..• ,. .•,.-..!, : • - . e • . - . It;ertifv that the waste I delivered to:thiafkcilitir on this date does f 1 • ' *- e • ' - DRIVER:PLEASE SIGN HERE. , ' 7 4t;contain any regulated hazardous, toxic, radioactive waste or - • , •01:istaripes,or other non allowable wastes.I also agree to remove any .. • •. . . . . . • V.‘ lallowatile wastes I bring to this facility,or pay all costs for proper • . • . • : 1 • 'T•j;1 removal of such wastes,upon request from this facility . ,. •tv. . • ,• \ — „ _ • — _. . _ 1 • . • :,••••:.- 405V11.4FL , -.• .. .. • , ',:‘• •'.,:.. :,-....•,•:;,Z.44' ' --. • . 7 . e .. . ._ -- - .- - . - .....„ _ „ _ .. :. . • ' • .., . ' . ., rk"... ;•'..•,;,... :71, • ' , .. • ' • . . ' WASTE MANAMMENT . . ' `;" ,:••, -• -...' t. 1lf., 6:4,.1.-,,,,s-4,,.,t,.., . .- 'ne.i Eli fol. . , ‘, . . — ''','-' ':.;: --,•:ir I, ,-.:10, 41:, :- ._• • • -. c-`, '''.';"- -'' ., t...i'Li'lit.4.•C'..1.,i;,-7.-.7-t',411;— . • . . . ' -- , • • ' . .:., ."Sm'f:: ;:::::7.:-1.:•;11`.0., ' '.. -• '`- '' - - „ . — , . • ' , , . . ': _ . . . .. .._I-' .,.: .,.''..'.; 1, '''J :"..',CIP.111.7.N1.1.:17fIfilt tp.ti'!, • ',) . . ,.. . ' ' • _. y - STRAIGHT BILL OF LADING .. ... . . , : ,,,:•1 • ii)ks-iv • . - - . , ,I.,..,-.‘-. ,..,,i: • --. - , --•,.•- . • - ,r354: TRUCK CORDEROPS CORP . , . . • co - Office:305-888-4869•Cell:305-219-9441 .. , • 7.” „- . .. , . . . . , Fax • DC#158•117*9118 i .:. . _ . . . ; , . , .. . . . , •• ‘•;-;•',---•'• l'' . ' Jlibt,,DATEL -'-''' '73 0 — 4D/5 a 9 1 2 1 7 7 , ! - ..-!. - -,,.,.., • - . ,w.4: , ..-. ..:'', -: • sueNTELI CLIENT:_ 177'0. .j ,,,e .. ,„. .• • . .• - I I NV tcal,":',, -• '''. '1...;110,:tor''''-'-;;".- .,.','-, •- • i*• ! 't' t c.::,.,.or ,f.trn4r3cAfial..:'••• -.IMO- 'i . JOB/FROM: - 2.ed- Aso 1.( A _ — • - ,.. ,, .0,- . .. ::::,,: „:„: --,..,:,. ..,..•:.,1- ; ..•t..--..:,..43E.,• .;:: . .': '.'. Ott ;1'. ' DESTINATION: ---' - ,.: . , , , * -r• :. -, - '',J1 ! ge.IT5pCK#f _ / 2 1,.. WEIGHT .. .. . _ .-. : ... • • ... -.: . . . • . . -) .--,-11,- olkivERNAtsmE: _ ... li . , •• .... ! - ., ,,,,.? ....: A. l,,l).1l41:4-1,1;.F4)1:. D'FiY'i :74,k;':;. 0 C&D.-:MATERIAL . . . •.., - • _ .. • • . • . „ , • • - • •- .. , ,. • 1 , .. 0 CONCRETE/MASONRY :.. • '' , ‘1,11,,, ,. (.,,,cy.,,, ...._..,:ourt . fr,„ .., ......__11_ SCRAP I-SPECIFIC GRADE: . , , - I • • • • • , • .. . . • • • . • ,. ,... • •, .'. .: ..:.. .' ... . . . . . .. ... .. . .. : op MULCH It . ..„ . Y:71(,•l• t.':•;: ,'Ql'.! '•'':i'? -f•'4',.,*,i(4' -,::(ini . , .. _ AD ,. -- .... — .,.. , . , , . ... ,. . ig .. . PO#: yo/ . - -. •- •, .., .. , • -. • • -, • - OPERATOR NAME: !.. - e..0 - . . .. . .. ,. . . _ , . . _ ... •. . .,, , _ -.. „ . .. . - . . ,•: -...: - . . ,,. - ;.-.i SIGNATURE: ,/•,••_• • ' .,:4-tv: ''' ., . .. . . . . . . .. , . .. " - - - ....... . - " . . .• . . . - -, White-Accounting•Yellow-Driver•Pink-Destination . . l •k . ...,.=• . .... •... ..^ .-- , . .. , ..,•.' .,--7,;-..• L , .-.. . ... . ., . I certify that the waste-1 delivered to this facility on this date does-. DRIVER:PLEASE SIGN HERE+.:: T7::;!-•••• ;'.... not contain' any regulated hazardOos,--1OxiC, radibactivcc waste-6i: • subStances,or other non-allowable wastes,I also agree to remove ally: ' •; i' . : ,.... -• .. ;- -‘. . " :, ..:-: non allowable wastes I bring to this facility,or pay all costs for proper-: • , ., - . :, . ,••. ." .: , . . , f:-. removal of such wastes upon request this facility'. . . . . . , .... .. i'0 _ ... ,... -..- • .-• — s . . . / .........„ .„ .... ....... .. ....,_....... ..... _ .. _ ........ , ., . • . 1. . . , . . . . • -- . , , . .. , , * ., • . •.. . -4- : • '‘. ':'",•:- ' , , _- ,. , - . .. . ' ' • ' ' , 11 •- . .... , ' -• . . - • . •.. .- . . , . - . . - 7• • . . .a . 4 v•'.....; :.4. ;a... : • .. a ,,, ., • .• ' -4 , - a ,„ . _ a.••• • . • •-•':' .••• - , •. • • - • ' . • . . . : • . • . la '...• . .• . - .• , .. . , , . . . • • - ta. • , • t. '' •• • • . 7,•- • • • ' . •. .- • , , . • f..• . .... ... . . . ' • • , , •• ' ••• . : •••. 4 , _ • . :•• - a, ;.• • , . • . • ' 4,.• '• r'a' , .,,,_ ... . , , a. a,, ., . ' • 4. . . . . a . a • , , _ t •. ' • - . , .. ... . , . . • ,. 4 a:,- " . ., ••.'a 4. ...•.. .. -a••; -- ,.••• • . .4 i : - • ' . . . . .• a . . . • -. . , . . . . . . STRAIGHT BILL OF LADING , • - - . :. • ' . . ' ._ .. ...,. ' , i - . .., - . , _ . ,.. ..• CORDEROS TRUCK CORP . . t •. - ,• . ..,. .,• . Office: 305-888-4869•Cell: 305-219-9441 . .. :- .. .• . .. , _„ , . -- Fax 305-888-4868• DC# 158"117*9118 .. c2 , • 1\Jib r '2 v• ' , • — -. : - ". . , ••, , • ' ''. ' • • DATE: - - f '7. . ' - 1u.#St JO ' •o6painnowi AuJ 4o}sag aLl191an, . 4 h. CLIENTE/CLIENT: .11,_ ,..,-.);,. . , , •,. .. . - •e4 iou si ieuelew anoge eq4 leul Apao.AciaJe4 I ,-- _ : . ,. - •i ... , , - JOB/FROM FROM: ‘. ...-- .74 , *.l.ii,.--'••, ,, ,. . . ,„ • - " . ' - •,... „.. , , . •„. . • , , _. . , . , . DESTINATION: I• • - LO l. .. .. . . ' ..c).-..i e . , e ,••• ••• • . TRUCK#:_ WEIGHT: ,, - • ' ' • ., g l• - '- ,. • -. .. , • . DRIVER NAME 1 .. 1,--• . • ' - , . b % . • , , • . • " e Ipaid 6171. : alaNaR :. ...t.:.„--,,:'- . . 0-C&D MATERIAL ' • i • - ,'••,•• ..... ' - ' ` ••••. - •••,,, - :.• . , • . •,:,.... - --; - 0 CONCRETE/MASONRY ON , •" `.., •‘' - .. , — SCRAP;SPECIFIC GRADE: , 1:11 Jawoisn,D pJez.--,pac, , ., „. .,.. , . ' . ssois - -. - El MULCH: Do .latliolsr..3 l' . IBT5I-V\ - 3 xed 6ZC.e,-LGC-Vg6 V a 1 1i•0. 1',,..4 . . .• . ' PO#: , - . ieuoi6a8isamyinos AINI10:-‘11`11 • - .„ . OPERATOR NAME: - _ ]NV 3.1.SVM 0110S . . . . --.......—......„, , pedao s>pompltqnd 1,1\NO , . . . . - . . . )3 Al.un11.4.--.E08 • , . . ...• , SIGNATURE:. / ,. . . . . . . ,L , . . • ' - , _ • . , . . , . . White-Accounting•Yelloni-Driver•Pink-Destin -ation • . , •, ., • .. . , • '''''' , V . _, . . i . ... .• v .... .. . . ' • _ .. _ -- • . . , • ' ' .. • . • , . . , v, • - . . • ... . - . v.• , _ „••,- _ . .,.. . . ., , — ... ,, .•• . , . , . ..• — INVOICE 41/i . ^ " 59379748-001 r«7 �' PO 80X 409211 ' INVOICE NO. ATLANTA,GA 30384-9211 SUNBELT, 9813998 ► .RENTALS _. s =+ 4/06116 11kkVOICE;AaTE PAGE INVOICE TO REagriatErt CONTRACT n. -- _ 1oz-4811-5747 NLALEZ, MANNY 59379748 THUNDER DEMOLITION.INC I _ Iga7373 NE 3RD CT PURCHASE ORDER NO, � MIAMI FL 33138-5340 12TH&COLLINS lullrnllru IIiiIIeluluhlndlnIiiIIImleuln1611nr1 JOB NO. ------^� �- - --- 20-THUNDER DEMOLITI JTEWDEMOLITION INC BRANCH 12TH STREET AND COLLINS AVE MIAMI SOUTH BEACH PC115 MIAMI BEACH, FL 33139 65 NE 27TH ST MIAMI, FL 33137-4409 305-757-9444 786-594-4480 --- -CITY_... _ _ ��_- R --1 may`_Week k �►mo�aof`r w • 1 TOOLFLEX3 900.00 900.00 900.00 900.00 900.00 25LB CLASS DEMOLITION HAMMER 498922 Make: HILTI Model: 1000AVR Ser#: 126304 25LB CLASS DEMOLITION HAMMER 451404 Make: HILTI Model: 1000AVR Ser#:0121521 25LB CLASS DEMOLITION HAMMER ) •677668 Make: HILTI Model: 1000AVR Ser•4:I 181574 3 ROTARY HAMMER TILE SPADE t,"`` N/C P11 I Fn FOR FOUR WEEKS 4l0'§41,6 T,F,iiiiirtfara•Vn7,7 THUNDER DEMOLITION,INC. Sunbelt Rentals Inc. 2197 5/12/2016 Date Type Reference Original Amt. Balance Due Discount Payment 4/6/2016 Bill 58930260-001 585.89 585.89 585.89 4/12/2016 Bill 59379748-001 963.00963.00 4/22/2016 Bill 58989618-001 963.00 765.65 765.65 765.65 Check Amount 2,314.54 • Demolition7530- 2,314.54 4ODUCT SSLT101 USE WON 91883 ENVELOPE Deluca Corporation 1-8W-328-0304 or www.doluxe.corn/shop 1St 0 SUNBELT RENTALS,INC. NET DUE UPON RECEIPT — PO BOX 409211 INVOICE TOTAL Invoices not paid within 30 days may be subject ATLANTA,GA 30384-9211 to a 1-%2%per month charge. • `‘ 4 WEEK BILL Yh( •'��"ryy1.O— TWO.)s���1 �� h; R , CUSTOMER NUMBERCUSTOMER P.O.It TL ORIGINATING OFFICE-I The Right eople at the Right Time ® ` 6667 NORTH MIAMI TROJAN J 1 DATE INVOICE NUMBER NORTH MIAMI TROJAN 4/17/2016 759159 PAGE: 1 12137 NW 7TH AVENUE i NORTH MIAMI,FL 33168 FAX:(843)577-5742 • \ % 1 BILL THUNDER DEMOLITION,INC. JOB THE TIDE HOTEL ,,�J TO 7373 NE 3RD COURT SITE 1201 COLLINS AVE t )1-\ MIAMI,FL 33138 MIAMI BEACH,FL 33139 DATE TICKETNUMBER EMPLOYEE DESCRIPTION HOURS RATE AMOUNT Not registered for online account management? Visit www.trojanlabor.com to register. 4/11/2016 4070492 GERMAIN,BASELAIRE GEN-LABOR 4.00 R $12.98 $51.92 4/11/2016 4067276 RICHARDS,STANFORD GEN-LABOR 4.00 R $12.98 $51.92 Ti ER DEMOLITION,INC. . . Trojan Labor 219 6 ; Date Type Reference 5/12/2016 Original Amt. Balance Due Discount Payment 4/25/2016 Bill 759159 H 103.84 103.84 103.84 1 Check Amount 103.84 I • • Demolition7530 . 1201 collins ave 103.84 'ADDUCT SSLT104 USE MN 91663 ENVELOPE Deluxe Corporation t-800-328.0304 or www.deluxe.aom/shop it# 6 I NORTH MIAMI TROJAN J „_ �� �___,___..-._.... __ TL._..2(S:Total amount due upon receipt. Accounts 30 days past due are subject to interest at 1,5%per month(18%annual rate).If an account is referred to an attorney for collection,customer shall pay the For questions about this invoice,please call:(305)688-8997 reasonable attorney's fee and court costs Incurred by TROJAN LABOR. IIP i Lip: I � Page: 1 Office: MIAMI Invoice # 53065MIA atesette Phone: (305)548-1200 For Week Ending 3!612016 PeaonnelSernces TIN: 59-3143937 P.0.Box 2146 Territory: 374 Total Due: $1,518,34 Houston,TX 77252-2146 Account#: 205685 <, Payment Due Upon Receipt THUNDER DEMOLITION This invoice includes wages and ATTN: ACCOUNTS PAYABLE taxes already paid. 7373 NE 3RD CT MIAMI FL 33138 BILLING SUMMARY Regular Hours Overtime Hours Total Hours Amount Due 103.5 0 103.5 $1,518.34 Need workers elsewhere? Check Us Out At: • THUNDER DEMOLITION,INC. Pacesetter Personnel Services 219 8 ate Type Reference 5/12/2016 . Dy2/2016 Tl Reference Original Amt. Balance Due Discount Payment 1,518.34 1,518.34. 1,518.34 Check Amount 1,618.34 if r ti Demolition7530 1201 collins ave 1,518.34 WCT SSLT104 USE WITH 91663 ENVELOPEi Deluxe Corpaatlan 1-80q-328-0304 or www.dei0xe.cpnlshOp i i' Page 2 of 2 Customer: THUNDER DEMOLITION Invoice: 53065MIA Attention: ACCOUNTS PAYABLE Week Ending: 3/6/2016 _;. P QQQ�A Address: 7373 NE 3RD CT OfFice: MIAMI 4JL ��iirr MIAMI FL 33138 Phone: (305)548-1200 nnel Servilces Territory: 374 Account#: 205685 Remit to: Billing Inquiries: P.O. Box 2324, Houston,TX 77252-2324 rebill@pps.com or 1-888-529-0202 ext.121 Billing Detail For: 1201.COLLINS AVE EMPLOYEE TICKET# TICKET DATE HOURS BILL RATE BILL TOTAL BRUTUS,ISMAEL 7400796 1;7 Friday,March 04,2016 4,50 V 14.67 66.02 CAMARA,DEREK 7400448 V Wednesday,March 02,2016 7.50 i/ 14.67 110.02 CAMARA,DEREK 7400545 1,,./ Thursday,March 03,2016 8.00 V 14.67 117.36 1l DELEVEAUX,JAMES 7400446 Wednesday,March 02,2016 7.50 V 14.67 110.02 DELEVEAUX,JAMES 7400548 }�� ,r' Thursday.March 03.2016 8.00 V14.67 117.36 FLINGOS, WILLIAM 7399969 U Monday,February 29,2016 6.50 / 14.67 95.36 GROSS,MARTIN 7399970 i/ Monday,February 29,2016 6.50 V 14.67 95.36 MEDINA,NOEL 7400544\,/ Thursday,March 03,2016 8.00 �% 14.67 117.36 NELSON,PATRICK AN 7400167 4,/ Tuesday,March 01,2016 6.50 1/ 14.67 95.36 ROBINSON,RONALD 7400793 Vf Friday.March 04,2016 5.50 V 14.67 80.68 SHORTER,DEVON JOS 7400794 V Friday,March 04,2016 4.50 V 14,67 66.02 SOCA,RENE 7400447 >l Wednesday,March 02,2016 7.50. V 14.67 110.02 TROITINO,HUMBERTO 7400449 u! Wednesday,March 02,2016 7.50 / 14.67 110.02 TROITINO,HUMBERTO 7400546 V Thursday,March 03,2016 8.00 / 14.67 117.36 VARGAS,MICHAEL A 7400166 / Tuesday,March 01,2016 7.50 X. 11,1 '14.67 110.02 .,` ( 15) Regular Hours: 103.50 Overtime Hours: 0.00 Total Hours: 103.50 Pay This Amount: $1,518.34 • •'r Hotly Maurana.—.striations prohibit wortare frau working on rooftops,Iaddars and satfoldaag mots than 6 flet shove ground•---1. NoII--.- nano, tIo. ElPs'n. ) i prohibft.worksrs froth working on ro hops,lidt»rs and saffokling r 'Imp 6 fast above ground level P S- (305) 548-1200 II1�mJIIIIII1II�IIIIuuIwo ---- �,.1 P P S' (305, 549-1200 t PwcEwcTTEla MIAMI Ttlfet l�rJ WI [_,,. . 1111111 1111111111111I11111)II11 !a-adN-K•M-Dar 4taog6 -!`' PACES ETTER MIAMI wPeruAaai I w.twm■ 'Na / RI(I DAILY TIME TICKS .a.■.ra4•a«,,,''r wascEdAaoal...Dvacor Na40044B be. re t_rc4m1,,uun X DAILYTIM I �TNERHHLN(DER DEP )LITION ACCOUNTNO. SPECIAL INSTRUCTIONS: ,rest Rider CUSTONE 1201 COLLINS AVE MIAMI BEACH 205685 OSHA ATTIRE R'HUNDER DEMOLITION ACCOUNT NO. SPECIAL INSTRUCTIONS:Tress: D.T �'/ BROOM/SHOVEL 1201 COLLINS AVE MIAMI BEACH 205685 OSHA ATTIRE / BROOM/SHOVEL. 0,';,1 ,r, asrCrlTra • Joe sift TarE: MTE SITE PORN TIE TIDES #30AM 03/04/16 WORT TO: JOS iTdrte WS: 1 THE TIDES '30Aty 03/02/16 TO'THE CUSTOr.ER HOW MANY WORKERS TOMORROW') rLrrE•far A.•miaowetrfalaawlMAraa P•410 PI THE CUSTCIME.it HOW 7ANY WORKEFa. IOMORHOW? II hew w a A 1pra WAN•y W arPipya•ovaado as Dar WHIP r■1ra$eta 1.0•ATnrna•kw OM Mew*itmiy.we sagyae prtio Ileladle.op�,no Aa o'aa■a4■rer.i potty■l rrrwa•Iaw.W Al Pm"'IA'bled•' II P.er 11111.61•ii aaaM h le aapaL+a modal b rr nen sump her w �i/11. algal•Imrrn....Si...�saslYiaOa.ararw warvr..•eQwlR+aar,•1■.aegioc www ur ow.Do no mannr ANY rgloymn a6amVa mitred y yu•be Wed // p[•a+� TY*n.a•arty Duel raw ,NM OP 1110110111111 ww■.m.ore aa+a.ew.11dwa.«aliD.i■!Iw■Ma.aa 1D cdOnaaa nslmrala l• HOW IS OUR SERVICE ear Wedded• �� TOM Alli OF aDAlaM START LUNCH FWISH-IOTA<laad f' HOl4'IS Cali SEN 41C_7 MDIV■4 0 EXCELLENT D GOOD D FAIR .D POOR START LII FPAVII rorALlol•aT ' 7� r y� II our c•rtriov r inythiy lea Ilurb EKCELLiNT,please contact - 'i ll.e X yyy D vlro Is Anything .OOOO D FAIR D PGOA MrlrCokMM erlrt[ LIS el allotarunepps.owa' p� IA. I NOW PANICS Is Anything lass Moo EXCELLENT,perw cauda IO141 t.u..w.ti..r - - C PtwtPbHKiPTrny watPtrwownacsMppP.wls• D BOOTS e'.,.' ' .10 11"b-1[T 1Q� . • lNnar6e Wails ODUST MASK _ ,p� ❑4om GwvFs ' . r•�;.:_•�, 0 SAFETY GOGGLES -;�f:rt-7'R� 0 LEATHER GLOVES .- MDYIA ❑DUST RUSK o'•...•,w. . ❑CLOTH OLS 'a'wrlw ■.aslaa•aolaglwualwleaanrar.Peare■ewfafww. • 09AFETT GLASSES C]RAI COAT 11 ❑WEIGHT BELT .. CI SAFETY GOGGLES ■ 0WEIGLER G. a a•Maar. rrura.eal, �C7 leialror�eaw�rinnaiew a 1�•�alYYanw•i�o■•o®daYi[wPt DOTHETY GLASSES r. araeoeW,rd. IlntooeeaarrD�.w�lLba�adwaommADad.t Conn ❑WEKiHT BELT armWogaaaaraue •r4g4 a .""P nf"""'aalap 3Dewetram• wwrlDbwewla.11twaaaaraalwarwrrla/swan ❑OTHER •gallYealr�rolrarr°m°...7.WlANwlrwallrt.�Dd4MN■aww AovmaPa mmo, 'owapamoDN •GASALLOra10E • �brWfrwtrlWRaNri YdawYawdrl0 •waaWlwadamma r IaMl.wq.lr• 1` a AVIZa �Awya" 1011114"4 4.12 da4WwaaMla.M1gReP(N•YOw 401 l .. X .� 1, ,/. -,J. a t7afecA•N wWNM44rc dWlWroAia.Ki $ tit ttawmoer....rw...w. w .— •araban Alien X :a.1 Ir'e".' S -- ..-..410 QKt+tor• Wow • • .. - Working• (iopa,ladders slid scslolding more than 6 feet above around lay.l: Nntlsd:Insurance- mtrlcUoro prohibit workers front m Tao —Wok*:Inwrsnee nstrictlorba prohibit worliire tram workibig ori rooftops,udders and aeaffoldltag mors than 6}eel above Wound MveL Lt P P S (305) 54B-1200 II IIIIIII INN ili�llinimp a !'.P1 P P s_ (305) 548-1200 f u M u .PawCe�»�`T...T�p MIAMI f I\111IIII IIYI11I111111111I1I6 4oOf54S IDEICH IA Pw4saeTrl:w MIAMI • J ++wes+APwltl aaa N� IIIUIIT,t � DAILYTIME T1CKEl 14144610.5(141::"."wD""'d••. Nrr4o444 a 4m( i' S {mop" DAILY TIME TICKS C 'H � l1NDER DEMOLITION ACCOUNT NO. SPECIAL INSTRUCTIONS: Tramder I CUSTOME'IIQINDER DEMOLITION ACCOUNT NO. SPECW.INSTRUCTIONS; -7. ._1201 COLLINS AVE MIAMI BEACH 205685 OSHA ATTIRE 1201 COLLINS AVE MIAMI BEACH 205685 OSHA ATTIRE O.T. / BROOM/SHOVEL - I/.. BROOM/SHOVEL• 4�y�l, RFPORTTO: X06 SHE: 7binE: CATS, NEYC�IUTOI - ?OD En: [TDB? DAte, THE TIDES . AM 03/03/16 POPCORN THE'TIDES Y3OAM 03/02/ TO THE CUS TONER HOW MANY WORKERS TOMORROW, TO Ibises•d+twdilt.. TO'THL'CUSTOMER yaprMrn THE dry. HOW MANY WORKERS TOMORROW? Plaine r e ea dads nm•aa by W aapbrre laadaa w w mw arrrrDru aridabl tnbn . • TLr1e�a W rowwmapl m.ro•Pr adc+vm P■ar► • drain ace a>g.Oo rdlrMr•eearyrpq rl■byr•r Ylaltaa rrWrean taa,awa HEw. I ENO,4Iola AovasynodovI afWar 19.11.1 w Moo;maw aro amp so Dom "Hoeg nwarwawrraaao.maaca■wlaorlr.lAiaOnria Dopy.eo'Aalplaaa ralryr miAV4••p 4 •.m!oorsam1dar/w•dao. AMORaw■crAw{ •••••■ILaWpHMaBOIYP•P pa a■rWfM pIPPA r•Amt.,•1•10“•••••AAAI rammed M4 nigranAwaam. Or w.rr+a anal T71.1 110.0/aawmlPi +Pyres a.•r• nAn: TIM wawOnnlE • HOW IS OUR SERVICE? START LUH(ii FnW3b1 toula•a•Y `t°ualnw9 X ���I Sao Q f<7LCELIEN!_ 0 6000 ❑FAIR ❑PGOA srARr LUNCH FbNISM M°w7o 0 EtcC61EwT 000 ❑FAIR ❑POOR Ng y Y , . $ SaeSandOe» a 7�l POUTED MIME ohne us uslognwcaslIpWwu abase J w A .ate 7A - insatt wlae P1nte N our MAW ill ig•nytt Lasa than EXCELLENT'.plods contact us at oustworreare•ppecom. D soars 06DL�iPnEslgv Q apoou -- 0 soots D'•a!++"5!TTT1 a:r... tta!otaaPMtel!1 ❑DUST MESK ROUND SHOVEL ❑40TH GLOVES. usaema•aru ❑Dus�YA K' �EL r wa, OICYES �a D SAFETY GOGGLES ❑HARD HAT 0 IFATJLER GLOVES 00 SAFETY GOGGLES HHRO D LEATHER GLOVES iluarc •wawarsa Wlra aoaumw.maawewHau It ❑SAFETY GLASSES L7 RAINCOAT •• 0WEIGHT ELT rum yaataalaaC.M•ODatel•o•rallawaf•Ma•wMr•ryYfoa MawW4P C]SAFETY GLASSES a.owwGl4rsartmil'wwaaolswaa�rww/.•nsaam �QTHFJI,-- a laamaa recomaaaa •.aa 0 RAINCOAT `' 0 WEIGHT BELT •MIawasatm•aW4and■yawlrraawaawoaa aioaaa n. t wrarrale. a•Iaaamen.4 alum V✓grRalW Mbar. ' .OOTHE s �awilW aWaYaawwela�•MRCW Mao.Mw ,-.7”,... , aaW/IC1w iWlirsos4aa eaaitrotr"a0Vnwd apas.a4 wad �. 1 •M1t11 Y aaAaygpaalaFpalywaAl•rawwaa••IWaOri Dlial/•a1a1 ■r awaay.wurwae■laal. p 1 a �a1011arINAA4 '"i,.w�WuaPawnVASVA. - �— "T�n tLA.sAuawacE xa •e.a�, --- -- -.... s �` s.. a..�tar�-«ienl*--• x �. . ��._t� . $ �2 $ •waun►,rra..a..,a.�.+•t... 6nritms fermi tfei Insurance--Motions prohibit workers from working on rooftops,ladders and scaffolding more than 6 feet above ground i.••-"_ • LIP" L ROM insurance restrictions prohibit workers from working on rooftops,ladders and&Wielding frit 8 fart&bow ground lava, P r`S• (305) 548-1200 IIgLlI1I�II�I�II11��1lll1 �-' r;� P P s (305) 518-1200 �.rr�. I' W� R I w�i�M.,ia. MI d01 / I. �/ PAC TTETTER MIAMI �I����III�I��I���I I���rlll� • iesaoaltuaal...wain& N� 67 • Y�i'GJ.Pt&6+l l DI DAILY TIME TICKET r rte► rK”.> +.••+."..a ACCOUtif + I rands o. NW-400'79M AIIIIIIIIIIIIIIII 11(TLt.11•1 DAILY TIME TICKET C F(LJNDER OElOLITION NO. SPECIALINSTFLl1CTIONS: Tess: O.T. COST ACCOUNT NO. SPECIALWSTRUCTIONS: 1201 COLLINS AVE MIAMI BEACH 205685 (OBER DEMOLITION Trassl Rider OSHA ATTIRE 1/ 1201 COLLINS AVE MIAMI BEACH 205685 OSHA ATTIRE BROff/SHOVEL ' `-4S . BROOM/SHOVEL / • •..: r-''"�-�"- . I REetarab: JOB SRB: TWE: POPCORN' TIRES rA}L •3/01116 POPS THE TIDES TO THE CUSTOMER HOW V30AM 3/04/16 _ HOW MANY WORKERS TOMORROW? TO Tt{E CUSTOMER HOW • 7T.NbaFou lGr e.irrn 4.rgapwaa➢pyNyyn{q, ; MANY WORKERS TOMORROW" .' HrNYNa+ba.reudgar.NEW.N7terd4Pa out pansy hoelan Rabe , nem ea We hour minima chess w...P4',..Pi,44 F.,o,..Wpr-On rd igimpAAA,A pp Rripbron a■■nr.l MARRY as you lite Lade I i Hear Bi in deRAS PEW by the angora reread bits nut¢WYr has W sign brine, we.maaarrn.GeTraawvaa�•tarearar » rr+a. c riendaarTMwatC.we AMA on Dopy,Do rotadeata you WI ha bane mew we Mr Car•. SAM TAM ■D.O.ATr®w, awry spay fpr>�lrrarOlSiParYiwrl¢r1eMt■7L • rr Olt i5 OUR SERVICE'' f�7i1ir ae� %/'.I . a'� ■ICE' crm START LUNCH FINISH forunarwa , HOW IS OUR SERVICE? X' 0 ETLCEILEAR ❑G000. . p�, / (: !Zi Waa1M. ❑FAW ❑POOri STMT LUNCH Fua3F1 mru•awns X .�� 0 EL(CELLENT 06000 0 FAIR ❑POOR �Jr` Ia 3/1.4 777 Fnw1EOH...... U our Genies ut anything lees thanEXCELLENT.inns c iisia ( s: q Brwrws cC "" us at ewlomrrwafpq•aa. /%��,{�� D ¢� Y our service is anything lees than EXCELLENT.phase canted a11.L6rr�iNlt •�.r+nwr•.• _ - .tel w- V ✓7�s. Z 1 PERMS ruaEaTlltE us.lCW Dooms QUAiQi 'wrieraa Nada._.- r �9 N °•t••+�W7.• uswin rianM I OOUST UASK •❑1FOUNp6HOVEL ❑CLOTH GLOVES AO! /C.d ASGM ❑eines . 0 SAFETY GOGGLES Q HARD HAT 0 LEATHER GLOVES Eaaartt Warta ❑DUST MASK ❑ROUND SHOVEL D CLOTH GLOV L IYRrrtFapraal.raLarprrwFY.tVi/ .YKrl.rtrtlaa.■N 0BAFEFYOIAS.,ES 0 RAINCOAT a•a.l•Grre■aeW rwra sown ❑WEIGHT BELT I7 SAFETY GOGGLES 00 RARO HAT r IeaererlrY r■warunsear f • weN(Oa7eA�a .QOn1Efl momma a..o.��. ❑LEATHER G4 .mo, ar4.rrwta■YaTp■rLR�M1o1WLYaWNM WaoraprNpPtaeaTr[l. QSAFEt1'GLA$SES " r.�s.��n } Negnrr■li/.afYY I yq rWlrrcV NaMolrfiaYW gwaaRYrsWUa 0OTHEA ❑RABICOAT QWEa3fTr BELT: Xi,'''' rr,.tr+rw .. 1 b. ,./ -®Mta rlN .. 01 'ik 10101 1t�swa egrJr,�as Nn.comae airrairNrerictAty e� EAI OAS ALLOWANCE 1 'I/ ,/.,•• $ $ $ / /amid AWINMaYMGA ML I � a a■, arra /�d' a1NSty. rr..M aw"..aC X ........A. �<Y ,r.++A !• $ rI ormtrw 0/wAtso Millar ". 7Hr�rtTov ....... ._... BaFrahme-AtIJA(afl g • Nora;inaurenoa rouricliona prohibit workers from working On►ooftopa,ladders and scaffolding mon than 6 teal above ground le. • ��Misnames rastrlctloro prohibit working from working on rooftops.ladders and scaffolding mon than 6 Mat above ground Iwai. i.v) PPS- (305)-54B-1200 IIIIItI[ll INIIII11IIIIiIWI (p�M /� flip PAC E■CT,T[R MIAMI [�_,� PPS (305) 54B-1200 I IN 1111II�I�IOII11II11I�18111Nf1! laasmus*l*mi ice tea`• W.4 00794 Q:VfJt� 614111- DAILYTIMETICKET y..'�Aaw°-`�®r���`: MIAMI (� UIY gi6llllilal ratt4ET{AaOal swami= N�400447 cn4 �UCq IIIInI. DAILY TI ETI E FRAMER DEMOLITION ACCOUNT NO. SPECUILINSTRUCT10M4: Toast Rider CUSTOMER: HLWDER DEMOLITION ACCOUNT NO. SPECIAL INSTRUCTIONS: 7� 1201 COLLINS AVE MIAMI BEACH 205685 OSHA ATTIRE Truest O_T. / 1201 COLLINS AVE MIAMI BEACH 205685 OSHA ATTIRE BROOM/SHOVEL BROOM/SHOVEL •• •" •I __ --•; . ..:r�-t • APOiIT'�Oc' ,Wa S11E VW: DATE: POPCORN. file IDES OAM '3/04/16 PUPCOpap �� THE TIDES 73OAM 3/02/1. TO THE CUSTOMER HOW MANY WORKERS TOMORROW' TO THE CUSTOMER flOVJ MANY WORKERS 1000000 w? Tama*FW raw wioiwAee.rpa PrweFal lta per day �FT�I(tf� �`( I Am.9l ERA tre.aradbr.ts aeSWrroueOW aa.Asa Sawa ASA reaigntab■, TRr.a.a.r NY.ideYa•f'bW Wea'plyyrprdaT- / t Naee.asa.y.cord ld/rorwwy0 pq arirrra4a.nkw ryoY ea plied. -• I ghrmapf.Oe.N.IN sea a we neckyain ler CIATAP./P amines"ra AnrIWan ee t IrIA rrl•■arAwOM Da'ma*1■annOWG•G[.1.1swi.0 .re�{lpagO4 erwNara • aelTMlfaaTMwr.1R'tarr+afarWptglar aVv[eIMMWr.1MW ryouMNOB■i taws l.n ar G.al Wily •. :trot MOO NO`aafr - .IqTorrewer..�awraa, HOL'.rS OUR SERVICES Oval frrew SWIM COTe, •1aa: T COWORKERS: START LISIGH Faa511 �. X - CLXCll.Wf ❑0000 ❑FAW 0p6011 ya• • • n0 IS OUR SF R')FAIR 6FYINAIETW START WNL71 FINISH Va'''" g __ Dries Erst ti'r" •". ❑ El POOH tl out maks ai • anYUFNg 9 ewi EXGII.LENT,pease came yL I e our sonlDe la has tun FULCEUIDit a ✓� _ (W kaaa a ThUI - US et wa +w eupp.eoe'. 7 7/ arNtlRla plans contact • -. oSaHAWSttAar.. .. n, IL to rn al Wafaa>otwaYppacom. : Reliable Concrete Cut g.LLC Invoice 2987 Centerport Circt Suite 4/5 Date ` Invoice# i Pompano Beach,FL 3 064 954-944-0088 • 3/17/2016 3538 Bill To Ship To • Thunder Demolition Thunder Demolition • 7373 NE 3 Court 7373 NE 3 Court Miami.FL 33138 Miami,FL 33138 Terms Work Date Job name P.O.Number Job Ticket# Net 30 2/29/2016 11200 Collins Q#1128 2060 Quantity Item Code Description Price Each Amount Hand Sawing Bldg BI3rd Floor-Cut elevator shaft ) 8 Labor 150 Operatrr/Hetper 150.00 1.200,00 Fuel 3% 36.00 36.00 THUNDER DEMOLITION,INC. 2188 Reliable Concrete Cutting LIc 5/10/2016 1,236.00 R } Demolition7530 3538/1200 Collins 1,236.00 PRODUCT SSLT1O1 USE ND-151663 ENVELOPE Deluxe Corporation 1-800-328-0304 or www,deluxe.corrfshop • / Reliable Concrete Cutting,LLC !_ �!'i• ✓ Invoice 2987 Centerport Circle, Suite 4/5 1 Pompano Beach, FL 33064 Date Invoice# 954-944-0088 2/29/2016 3506 • Bill To Ship To Thunder Demolition Thunder Demolition 7373 NE 3 Court 7373 NE 3 Court Miami,FL 33138 Miami,FL 33138 Terms Work Date Job name P.O. Number Job Ticket# Net 30 2/26/2016 . 1200 Collins Q#1128 1781/2036/2038/20... Quantity Item Code Description Price Each Amount 5 -Labor 150 WT#1781 2/23/2016:WS Elevator shaft-top of shaft 8'x 8'x 8" 150.00 750.00 thick-32'x 8"thick cut off walls 7 labor 150 WT#2036 2/24/2016:WS-Building A elevator shaft 150.00 1,050.00 8 Labor 150 WT#2038 2/25/2016:WS-Building A elevator shaft.cut down 150.00 1,200.00 to first floor 8 Labor 150 WT#2017 2/26/2016:WS-Completed Building A elevator shaft 150.00 1,200.00 -4� _. f ud .3% 114) 126.00 ; 126r90 ' (.1 • Total $4,326.00 10.114941; RELIABLE CONCRETE CUTTING, LLC Via' 2987 Center Port Circle •Suite 4 0 �Q ; Pompano Beach, FL 33064 (954)944-00882 ZCep ,, - J08 TICKET# 2�17 � • `` www.reliabiecc.com j� .�rV n6 DATE 2. 2 , I CP • SALESMAN 1. 1 I A n c S.f BILL TO J NEAREST CROSS STREET I?E CO1 1 c Inti-e. , 19,vcn JOB ADDRESS CITY OTHER MEN ON JOB SAME DAY HS SS. CD ESS CS 2 1�r liFirPA Li10 i 3 G ....,e /L� /L `` . ✓moi 4 Ai 4:07 Sr. . 5 /AMP 9 I I I M Aill II grir 6 7 8 r 9 11 �Ii►��. 12. _ ,� is ��j�%s/Is�' - . %': ASSU.:E No iIE5 PC�:Sio UT!i•C;R LAYC-ul OR CUP15: IJ'i ILITIEC ��`� TERMS:NET 10 DAYS payment Ie due upon preeentafon(I/Invoke.If invoice Is not.pald ,fug with yr 10 days seedy Ming date,the Customer hereby egtaee bray lutanist at the rate of 1.591,per month(1 a%pr annum)upon the unpaid portlon of the ..••• j ijis Customer agrees b brought Coastline Concrete Coding to collect any amount due or under this 1N1. pay all costa of collections including any raasenable � (Wag Q Ii26 X. , .ate it��_ 1RU9C POWER USED FOR OUR CONVENIENCE P.O.NO. , ! 1f:t3::iGNEO: *AO WATER USED FOR OUR CONVENIENCE OVERTME WORMED FOR OUR CONVENIENCE JOB NO. PRINT NAME DIAMOND B17 L00 TOTAL ,) BILLING aD . L'7 . APPROVAL DIAMOND BLADE LOG . COLE NAME SIZE TYPE SPEED FTG CUT DEPTH 1NrFT MACHINE USED MATERIAL CU S FEEL CUT I III_ U I, 1L r-.0 • SUCK No. HOURS SPENT JOB No. OPER.No. CORE DRILLING . BEGIN TRAVEL • I�I OTAL FIRS. SLAB SAWING , END TRAVEL • ELECT SLAG CUTTING BEGIN JOB REG.HAS. . f.7 TOTAL HRS. REMARKS WALL SAWING , END END J06 REG,HRS. �, TOTAL HRS.. SKILL SAWING _ BEGIN TRAVEL • (DEMO END TRAVEL ,S•.00 • GRINDING TOTAL PAID HOURS I Zi - foUlMe RELIABLE CONCRETE CUTTING, LLC ....-.:_, 2987 Center Port Circle•Suite 4 8. Pompano Beach, FL 33064 (954)944-0088 JOB TICKET# — 2038 ,_ . www.reliablecc.com ft ctiT'" -4ccrlin. DATE 2 • 2.S: -1(9 SALESMAN tknatii7,e- BILL TO NEAREST CROSS STREET 12-2:-A99(Th0 1 .1 riS Plil'e-' 12-rni_e; 1 t _p_Noo JOB AD ESS CITY OTHER MEN ON JOB SAME DAY HS SS CD ESS CS S-.7_1.C2 CITY,. DESCRPTGA F'RE b4„af,y A _ 44 lyC e i9/0/7p-'7"-t, /lib& ' tiies rTh." ... . 11 1 II _C--) . 7 Am --ilio , ., ' 1 ii,-- zbm -h c___ 1_, ,..... ..„,, _ , wili ..,, _ . __ , .. _ _ . . , •.: ,,,,,:"1.1•-•;•r,-..., ;--•,,E1,r`t,',C)-1 I,,," UT.0 7. ...Ff.-0 Lir."' TERMS:NET 10 DAYS PaYMAnt le this upon presentation of Invoice.If Invoice Is nol paid in MI wet In 10 days Arles Wing daft.the Customer hereby swiss to pay Inlersel si the rate of 1.5%per month(18%per annum)upon the unpaid potion of this • -VVV• ..., Is brought by CoastAna Concrete Cutting to coaral any amount due or cheng under MI bit. Customer agrees to pay all coals of collections including any roe onobto ',.•• if", ir :f-W2r-3 x _,K111,411rik TRUCK POWER USED FOR OM COMMENCE P.O.NO. A.,rinMErra TRUCK WATER USEO FOR OUR CONEMEMICE avEartmewoRna FOR OUR COiNesErroR JOB NO. 'PRINT NAME ' /- DIAMOND BIT LOG CCOE NAkii, SIZE TYPE SPELL) INCHES'arr kir\CligtqL*USE.-D i.•,‘TEMA:,Cu r STEEL CUT TOTALS I 6D C. • BILLING ' • 'IP ' B . _ -• ' _ APPROVAL DIAMOND BLADE LOG CODE NA,AE SIZE TYPE SPEED. FTC;arr DEPTH nrr ;.1.1CHINEt.USED ›IATEF,,,,-.L Cu S r Ea Cu r , - MILEAGE START MILEAGE STOP TRUCK No, HOURS SPENT JOB No. OPER.No. ,.....-. CORE DRILLING BEGIN NAVEL '"9 : TOTAL HRS. SLAB SAWING ENO TRAVEL _ ELECT SLAB CUTTING BEGIN 108 REG.HRS. TOTAL HRS. \,..) REMARKS WALL SAWING ENO JOB REG HRS. 3 ( SKILL SAWING BEGIN TRAVEL 3.• (5 TOTAL VHRS. DEMO END TRAVEL 6.'CO j : a--) GRINDING TOTAL PAID HOURS . , lib 4.s_ ' RELIABLE CONCRETE CUTTING, LLC 2987 Center Port Circle•Suite 4 Pompano Beach, FL 33064 p (954)944-0088 JOB TICKET# .. 2038 www.reliablecc.com 4 :cWCtOn DATE SALESMAN Afk, : . BILL TO NEAREST CROSS STREET i7L3LTh Col 1 ‘ aS eon rittr LeVOIA JOB ADDRESS CITY OTHER MEN ON JOB SAME DAV HS SS CO -ESS CS 1 - 2 dei/ L , 5 A ,Z`lc« ,r 3 4 shC " 1 5 7 _ 7; IC, i: .30 ( /11/ 1 U.U.,C.k --- 8 AV:2"›. 10c....9....fft5 y 11 ` 12 'P.'E:ASSD .ENO NE`_PCP:S'.G`.LITG OR LAYcu r OR EUR.EO UTr r T:ES TERMS:NET 10 DAYS payment is due upon pr ssnbation of YWolee.If Wolof 3 not paid In NI silt In 10 days afloat bating data.the Customer hereby ogre's to pay interest et the rate of 1.5%per month(10%per annum)upon the unpaid potion of the invoice.It -•:of sue is brought by Coastane Concrete Cutting to collect any amount due or awp under this tIE Customer agrees to pay all cost of collections including any reasonable '14 ' ( 2;, - X AF�P� - TRUCK POWER USED FOR OUR CO NEMENCE P. O.NO. ?!T ':'SIGN p TRUCK werERUSED FOROURCONVEME 4CE OVERS1YENONIaiDFCt OUR CONVENIENCE JOG NO. PRINT NAME ' DIAMOND 8R LOG CODE ?Ar.4-6, SIZE TYPE SPEED INCNEc•CU`r C.:ACFII1EU 1D ..-.:rE=17,LCUTSTEEL CUT TOTAL k 671) - BILLING -3 IIP APPROVAL DIAMOND!LADE LOG COCENAEE: SIZE 'TYPE SPEED PTO CUr DEPT}i tr,I.FT 4ACMINEUSED ?.IAIER,ALCU STEELarr MILEAGE START MILEAGE STOP TRUCK No. HOURS SPENT JOB No. OPER_No. . CORE DRILLING BEGIN TRAVEL 6 TOTAL HRS. SLAB SAWING . ,END TRAVEL d \ ELECT.SLAB CUTTING SEWN Joe REG.NRS. ' C TOTAL HRS.. .. `�) REMARKS WALL SAWING ENG JOB REG NAS. • O SKILL SAWING BEGIN TRAVEL . (*).TOTAL-HRS. DEMO END TRAVEL GRINDING TOTAL PAID HOURS •. RELIABLE CONCRETE CUTTING, LLC >a,F `.i,,,.,..-,* 2987 Center Port Circle•Suite 4 Cli7 ,. :11:T.:,',Y1 Pompano Beach, FL 33064 : I :r14} `` (954)944-0088 . JOS TICKET a �� 1781 www.reliablecc.corn r ... ' ; _ ---4 ,.,‘If .,..... 0 t_,71c DATE �_� L —`J SALESMAN irt BILL TO NEAREST CROSS STREET I(31—C.)C'') ,..(-)) 1;-0._.5 k Yr<---- h\er t'\--- L_P JCI-Th -, JOB ADDRESS imuOTHER MEN ON JOB.SAME DAY MI SS CD ESS CS ej Q* 0 ir. 6' Cp, .I • i Ta.ip dc J-1.\ct g, )(„C , X -.R Irl 1 iv ?a-C* (...(4, a \N) 4A i r c--c q Pva-K7 1 r s3.i.,4_1._ ,, .. 9 . ,,„,.., ,..., A L c, 0 ..(t 124 TERMS:NET 10 DAYS payment is duo upon pnaonladon of iovoid .N Invoice U not paid In(till with In 10 days snots bll4q date.Me Customer hereby egro 3to pay Intend at Qlas., Ms of 1,5%par month(1 B%per annum)upon the unpaid portion of Ito invoke . suit is by Combine Conant°Cutting to coiled any amount duo or cwi+q under this bill: Customer agrees to pay all sods of collection.Including any reasonable a Alf .....?f alt) 1 C 1 J ^ A � POWER USED FOR OUR P.O.NO. KN•P11747.nu SIGNED MUCK WATER USED FOR OURCCMI9nIENCE OVERTtNE WORKED FOR OUR CONVENIENCE JOB NO. PRINT NAME DIAMOND BIT LOG CODE%ANIS SIZE TYPE SPEED 0,ChES Cu; 'r.1ACt r•:E USEO i i-TE21;IL CUT STEEL CUA' TOT alp BILLING �� APPROVA DIAMOND BLADE LOG CCP,ENiAME- SIZE TYPE SPEED FTC CUT DEPTH" IN/FT �i CrIlF!E.USED MXrENIALCU STEELCIJT MILEAGE START MILEAGE STOP TRUCK No, HOURS SPENT JOB No. OPER:No. CORE DRILLING BEGIN TRAVEL 4): TOTAL HRS. SLAB SAWING END TRAVEL CI..0 ELECT,SLAB CUTTING BEGIN JOB REG..MRS_ _ TOTAL HRS, j^r'1 r 1 RE. 15-0. RKSS�� / �.\ r '. WALL SAWING ENO JOB REG.HRS. �,1v _ . 1 - .� J T J f(� SKILL SAWING BEGIN TRAVEL 1 i C ("{ TOTAL HRS. DEMO END TRAVEL 1.1 r ; GRINDING TOTAL PAID HOURS Index Page for Point Royale Project PROJECT INFO PAGE #1 SUB CONTRACT AGREEMENT #2 Exhibit B—Thunder Proposal #3 Notice of Commencement #4 PROPERTY SEARCH #5 CHANGE ORDER #6 CONCRETE CUTTING INVOICE _ #7 DISPOSAL OF DEBRIS INVOICES& RECEIPTS..........:....... #8,9 EQUIPMENT RENTAL INVOICES #10,11 Personnel/Laborer Invoices #12 • RT�AL-POINT ROYALE • 19189 S. Dixie Hey Cutler Bay, FL 33157 Suncon Inc. 5830 Miami Lakes Drive East Miami Lakes, FL 33014 Telt 305-827-20-0 Fax: 305-827-6084 Project Manager: Joey Par Telf: @ ?ose.ph _Stepervisort. Sas -.721 - 0303 FDATE 5'23-I1 -IDATE (41.6 .`"MR�T�Y � GFI ;TOS EY IT: rA .4C• °SI ? )NNECTION LETTERS 4ENCEMENT CTION COMPLETFD `OTe ' Aerj 53 6.27- CE IPPLICATION ' • 1 RACT PRICE: 1151)000. 3TOS MOVAL: !. 6 sQiOc'-.- (, 1!.) r: • 1. tYfOO • - j o: __ I ptront ree: 1pact Fee:_��_ '_ I Me IA t a. Document A4r01 2007 Standard Form of Agreement Between Contractor and Subcontractor I AGREEMENT made as of the 176 day of April in the year Two Thousand and Seventeen (In words, indicate day, month and year) BETWEEN the Contractor: ADDITIONS AND DELETIONS: (Name, legal status, address and other information) The author of this document has added information needed for its Suncon Inc. completion.The author may also 5830 Miami Lakes Drive East have revised the text of the original Miami Lakes,Florida 33014 AIA standard form.An Additions and 305-827-2970 Deletions Report that notes added information as well as revisions to the standard form text is available from and the Subcontractor: the author and should be reviewed.A (Name, legal status, address and other information) verticalline in the left margin of this , document indicates where the author Thunder Demolition,Inc.. , has added necessary information 7373 NE 3"'Court and where the author has added to or Miami,Florida 33138 i deleted from the original AIA text. (305)757-9444 , This document has important legal IThe Contractor has made a contract for construction(hereinaftF :e Prime Contract) consequences.Consultation with an attorney is encouraged with respect dated: 2017. • to its completion or modification. ) with the Owner: AIA Document A201 TM-2007, (Name, legal status, address and other information) General Conditions of the Contract for Construction,is adopted In this Equity One(Florida Portfolio)LLC/By:Regency Centers L.P. document by reference. 1600 NE Miami Gardens Drive This document has been approved North Miami Beach,Florida 33179 and endorsed by the Associated (786)528-1462 Specialty Contractors,Inc. for the following Project: (Name, location and detailed description) 30K Retail Box-Point Royale 19189 S.Dixie Highway Cutler Bay,Florida 33157 Suncon Project#1700 The Prime Contract provides for the furnishing of labor,.materials,equipment and services in connection with the construction of the Project.A copy of the Prime Contract,consisting of the Agreement Between Owner and Contractor'(from which compensation amounts may be deleted)and the other Contract Documents enumerated therein,has been made available to the Subcontractor. The Architect for the Project: (Name, legal status, address and other information) A Init. NA Document A401"'—2007.Copyright©1915,1925,1937,1951,1958,1961,1963,1966,1967,1972,1978,1987,1997 and 2007 by The American Institute of Architects.NI rights reserved.WARNING:This NAe Document is protected by U.S.Copyright Law and International Treaties.Unauthorized 1 i reproduction or distribution of this Ale Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the / 1i maximum extent possible under the law.This document was produced by AIA software at 08:22:17 on 04/18/2017 under Order No.4734249909 1 which expires on 04/19/2017,and is not for resale. User Notes: (1649561670) Z xt , :i �� THUNDER DEMOLITION, INL ~' 7373 N.E 3rd CL,MIAMI FL 33138 .5;) TEL:305.757.9444 FAX:305.757.9441 • info@thnnderdemolltlon.com 051500348 PROPOSAL/CONTRACT 2016-1237- Revised 3rd Edition Date: April 6, 2017 Project: Point Royale Shopping Center Location: 19101 5. Dixie Hwy Cutler Bay Thunder Demolition Inc. Proposes to provide necessary equipment, labor, and supervision to complete the demolition of the following scope of work: INCLUSIONS: • All salvage rights (All Aluminum, Copper, Appliances, Anything of Value) • Price Based on us Doing Phase I • All necessary saw cutting for detaching building for demolition • Demolish existing building as noted on Page D-1.0 • Demolish existing loading dock receiving area including bar joist doors&slabs • Saw cut existing slabs for new foundations • Cut existing roof 2'wide for new block walls • Removal of existing demising wall • Removal of existing ACT ceiling • Removal of existing flooring finishes • Removal of existing dock ramp including retaining wall • Saw cut around existing catch basin that's to remain&cover with filter fabric • Saw cut& remove about 500 sq ft of slab and 2 cuts for beams • Removal of existing ad ceiling • Removal of existing flooring finishesti l� x • Removal of existing doors and doorframes S r:' F-1 • Removal of existing electrical room ORA - z.peoo.S 3 • Disposal of debris (dumpsters) Exclusions: Permits,Asbestos report/removal,Shoring, Bracing, Protection for remaining finishes, Temporary Partitions, excavating for new foundations, Removal of asphalt ; Total Amount $59,000.00 M &. .GDT' AGREED AND ACCEPTED BY: AGREED AND ACCEPTED BY: Company Name: Thunder Demolition Inc. Signed Name Name Ronny Herrera Title Title Estimator Date Date , • . , . NOTICE OF COMMENCEMENT 11111111111111111 111110111 IIIII 11111 111111 II • A RECORDED COPY MUST BE POSTED Oil 7116 J0116176 AT TIME Ilf FIRST INSPECTION C.:Ff•1 201 7R0362 886 36-6005-019-0010 OFOED ThIn OF' BK 30538 P9 3846 (1P9S) RFC 114. 27,2: ? PERMIT NO.BCRA-09-16-0361 TAX FOLIO NO. ,.,-'•'.1.E't 'V,'Iti r r LF;,:i ".tr •'.0t!F 7 r f::!--t-.1,;.r.,,,F ,;11;.''i1 STATE OF FLORIDA: COUNTY OF MIAMI-DADE: THE UNDERSIGNED hereby gives notice that improvements will be ri. - ,..-..• 4 - •,'a Miter(OF GAOL Cede*. atria It/PIMIgt. 1.06 re\ property,and in accordance with Chapter 713,Florida Statutes the to • ';',: •a:'n't• •6164 .... it ostiiii OW Intst•r'•'!Ilk.....,...----. •-- '' . •-••if• !A Is provided in Via Notice of Commencement tirtliPegettf;r1 • ' -iliot . .t, •••,_,/- .1 NARVEY-: NA' • .ONOVN Rod County CCAU:S le,<1.4e'n'aaarl.1 j .41/4 Ti' '‘‘'' . • 'e el, 79 T12 :1--r''C -"'CtIL114 SWIM above reserved for use of recording office 1. Legal description of property and street/address: 19189 South Dixie Highway,Cuttler Bay- FL 3319 2.Description of improvement:Interior Remodel . C, GO)name and,golgress:Equity One (Ftorida Portfolio lInc. 1530NE Miami Gardens-Drive Suite200- L Miami,H s' st In property: "'" 43174 N e and address of fee simple titleholder: - /„...bc:Aer 1 . • . - t, 4. . oft'name,address and phone number: tincoo Inc A tam) ri-e 6 rive iami - 3314 . ()le number(305)827-2970 5.SuretY:(Payment bond required by owner from contractor.if any) - Name,address and phone number . . . • Amount of bond$ • _ 8.Lender's name and address: . . 7.Persons within the State of Florida designated by Owner upon whom notices or other documents may be served as provided by Section 713.13(1)(o)7.,Florida-Statutes. ) Name,address and phone number 8.In addition to himself,Owners designates he following person(s)to receive a copy of the Lienor's Notice as provided in Section 713.13(1)8O),Florida Statutes. Name,address and phone number. Lisette Bajra- 1550 NE Miami Gardens Priv q Suite200-N. . .Nliami.F1 -(786)528 1462 • . _ . _.. 9.Expiration da e of this Notice of Commencement . . _ . . fins exparion dare fill I Mt tram Me data or reconsnq unload a dittemat data is vac-hied) WARNING TO OWNER: . PA' ENTS MADE BY THE OWNER AFTER THE EXPIRATION OF THE NOTICE OF COMMENCEMENT ARE CONSIDERED IMPROPER PAYMENTS 6 D-h ... ._ 713,PART I.SECTION 713.13.FLORIDA STATUTES.AND CAN RESULT IN YOUR PAYING TWICE FOR IMPROVEMENTS TO V; R 7 •'' - /.A NOTICE OF COMMENCEmDIT MUST BE RECORDED AND POSTED ON THE JOB SITE BEFORE THE FIRST INSPECTION.IF/•U ;,t '11 I t J 0 OBTAIN FINANCING,CONSULT WITH YOUR LENDER OR AN ATTORNEY BEFORE COMMENCING WORK OR RECORDING lit •*f. CM 17 OF•I a 'MS'ICEMENT. Ill. Signature(s)of Qv• - - 0. , : •l Aulnorized Officer/Director/Partner/Manager • Prepared By . 4. - Prepared By - - • sm. Print Name Ill'alrilli 11[61411 .. Pririt Name - •• • Title/Office Title/Office_ STATE OF Ft.ORIDA - COUNTY OF MIAMI-DADE . _ ... . The forrg ifts,,,,bt., ac before me thisit'IL day of-NIAI'LL-• • . Zb f4' C3 InoiVidually,or -,iOas_. ' - for .l • - - _. .„. , .. a' l 11°) r Le...- Crleisonally known,or U produced the following type of idRntificatio . - IP. • . Signature Of Notary Public: • . .. • Print Name: ..• .., .•.3 • fa St:, - l --• . "'-‘/ . gawk . . kt8,; weenuirsyNimpat a : I .., • , ; ,,ii . , L., - -y, 7 1119' 11 1 I i *:.' bilialfibilowsWRCtraladel Warratps1 Under penalties . '•,; . .=, • !-that I have read the foregoing and '' Z42°2° that the facts sta 1-•in .,:, o 1 , the best at my knowledge and belief. • - - . Signature(s) • 'to -i, ., et, ! -..)s Authorized Ofticer/Director/Partner/Manager who signed above: ,r,' By , By ,n_co-sz,14es,ra ) ) , 4 . . . Property Search Application-Miami-Dade C�',qty http://wwr 'lamidade.gov/propertysearch/#/report/stunmary -It t,'„;,,,1 oFF1cE OF TEF ArRopERTy AppRAIsER , . , t.. ,, , ,, = ' • Summary Report Generated On:4/24/2017 (�� Property Information �Z „5 WVriB'74THb '� .: .,4,p , �4rp ti T-4c r��, _ -- -- --- 136-6005-019-0010 �_.. - F. )3 0 va.. ' Property Address: 19151 S DIXIE HW1 _ '., q Cutler Bay,FL 33157-7732 ^ 1.'6'.1:.(4 ti�+� ` t!�o "� Owner --^- EQUITY ONE FL PORTFOLIO INC -7'• `t ,Pl.44 7��, ; •' -1'. rj`n'' `V�`' Mailing Address 1600 NE MIAMI GARDENS DR { ;'' 4 �"'t 'yy'3LU7' N MIAMI BEACH,FL 33179 USA l •.44, :,:` .' 'ik- , - lPrimary land Use 1611 COMMUNITY SHOPPING P . 'f, " y,zt. f") '9 t a„;:f,r ,ISO -- CENTER:RETAIL OUTLET — t, r _ , `' ' r4. ` .... ./..k4' ti; Beds/Baths!Half 0/0/0 a , '''� r r'• ”' 12 pyo 'c▪ '�Y 4r�1 �.ti1 `' -- a y;�1 '�"4 Floors 1 � !'M ". 4'4 .1.�. 4% L 1 • CHANGE ORDER Distribution to OWNER • ARCHITECT' CONTRACTOR X FIELD -- OTHER ' PROJECT POINT ROYAL 30 K SPACE CHANGE ORDER NUMBER 3 19189 S DIXIE HWY CULTER BAY.FLORIDA 3157 INITIATION DATE'2-23-18 TO THUNDER DEMOLITION.INC CONTRACTORS PROJECT NO 1700 7373 N.E 3RD CT MIAMI,FLORIDA 33138 CONTRACT FOR 'NEW CONSTRUCTION (305)757-9444 FAX(305)757-9441 CONTRACT DATE 5-19-17 You are directed to make the Following changes to this Contract FOR WORK DETAILED ON SUMMARY SHEET ATTACHED HERE TO: ITEM1 FOR THE COMPLETE SUM OF: $4,500.00 • • TOTAL AMOUNT THIS CHANGE ORDER $4.500 00 Not valid until signed by both the Owner and Architect Signature of the.Contractor indicates his agreement herewith.including any adluslrnent in the Contract Sum or Contract Time 'We Specifically reserve the right to receive future time extensions & additional compensation based on delays&Plan changes. . • The Original(Contract Sum !Guaranteed Maximum Cost was S 59.000 Net change by previously authorized Change Orders, S 3.150 The(Contract Sum 1(Guaranteed Maximum Cost)prior to this Change Order was S 62.150 The(Contract Sum I(Guaranteed Maximum Cost I will be(increased)(decreased 1 _ u::ct.a;:gad)by this Change Order 3 4 500 The new(Contract Sum I(Guaranteed Maximum Cost including,this Change Order will be S 66.650 I.te Dale or Substantial C.inpienon as of the date:+i tots Change Order tne.eiore is PER CONTRACT TERMS Authorized SUNCON, INC. THUNDER DEMOLITION :,ROSiITECT CONTRACTOR OWNER . 5830 MIAMI LAKES DRIVE EAST 7373 NE 3RD CT • Address Addrep9' Address 0Y Ml �i .i F •RIDA 33014 _ MiAmi,FLORIDA '31db BY DATE a' TE 2- -id DATE •'L�—I" • • S. `r� > ., "Jo INVOICE 0 4" ^4 o Hurricane Breaking Cuttfing, LLC itTei DATE: 5/25/2017 "Sharper than the rest" PO Box 127506 INVOICE# 2019 Hialeah, Fl 33012 Phone 305-233-9966 Bill To: Ship To: ATTN:Accounts Payable Same Thunder Demolition, Inc. 7373 NE 3rd Ct. Miami, Fl. 33138 Phone: 305-757-9444 Fax: 305-757-9441 Ref. 19189 S. Dixie Hwy, Cutler Bay, Fl 331574,t 4y SALESPERSON P.O.NUMBER SHIP DATE. SHIP VIA F.O.B.POINT TERMS 1 COD QUANTITY DESCRIPTION UNIT PRICE AMOUNT 1 55'x 5'x 6"thick slab $3,000.00 1 55'x-6'x 12"thick slab loading area 1 150'x 5'x 6"thick s slab Ia 2 . 6'x 6'x 7"thick slab 1 30'x 6'thick line cut on slab 1 6'x 8' x 12"thick door opening 1 6'x 3'x 12"thick door opening 1 23'x 8"thick line cut on wall ***Cut only for customer bobcat removal******* JOB COMPLETE *Not responsible for underground utilities SUBTOTAL $3,000.00 TAX RATE 0.00% SALES TAX SHIPPING&HANDLING Make all checks payable to Hurricane Breaking&Cutting,LLC TOTAL $3,000.00 THANK YOU FOR YOUR BUSINESS! ROLANDO OTANO TRUCKING CORP ADDRESS 483 E 55 ST HIALEAH FL 33013 PHONE NUMBER 786-343-2630 I is [Invoice# 535'Date: 8/28/17 i( Customer: Job Site: THUNDER DEMOLITION (19151 S DIXIE HWY) fi ••iii`}.. . 4, -Date Ticket No Loads W Description Truck# Driver Unit Price Amount 7/28/2017 13612 . CONCRETO 27 ROLANDO OTANC 160,00 160,00 , iI 7/28/201: 13611 CONCRETO 27 ROLANDO OTANC 160,00 160,00 1; ;•, 8/1/2017 12994 1 CONCRETO 27 ROLANDO OTANC 160,00 160,00 tk 8/1/2017 12993 ./-1 C/W REBAR 27 ROLANDO OTANC 180,00 180,00 . i 8/1/2017 12995 C REBAR � � 27 ROLANDO OTANC, 180,00 180,00 • 7;: 8/5/2017 ' 13489 ' f1 CONCRETO 27 ROLANDO OTANC, 160,00 160,00 +a 8/5/2 17 13490.} C/W REBAR 27 ROLANDO OTANC 180,00 180,00 8/7/2417 13495 .e 1 CONCRETO 27 ROLANDO OTANC, 160,00 160,00 8/7/2017 13493 -1 CONCRETO 27 ROLANDO OTANC 160,00 160,00 8/7/2017 134941 CONCRETO 27 ROLANDO OTANC 160,00 160,00 8/7/2017 134921 CONCRETO 27 ROLANDO OTANC\. 160,00 160,00 • 8/8/2017 13498 ,•< C/W REBAR 27 ROLANDO OTANC\ 180,00 180,00 8/8/2017 13497 ✓ 1 CONCRETO 27 ROLANDO OTANC 160,00 160,00 -F 8/8/2017 13496 1' CONCRETO 27 ROLANDO OTANC 160,00 160,00 8/9/2017 13499 .7'1 C/W REBAR 27 ROLANDO OTANC 180,00 180,00 8/9/2017 13501 /-1. CONCRETO 27 ROLANDO OTANC 160,00 160,00 8/9/2017 13500 .71 CONCRETO_ 1, 27 ROLANDO OTANC 160,00 160,00 8/10/2017 13504 67-1 C/W REBAR ! 27 ROLANDO OTANC 180,00 180,00 8/10/2017 13503. 1 CONCRETO . , A 27 ROLANDO OTANC 160,00 16000 8/10/201% 13502 . 1 CONCRETO41,11 _ , 2 ROLANDOOTANC 160,00 160,00 _ 18/12/201; 13512/1 CONCRETO 7 ROLANDO OTANC 160,00 160._ ,QO `'r 8/12/2017 13514,/1 I' 'REBAR ' 27 ROLANDO OTANC 180,00 'f00 7/28/201; 13764/1 CONCRETO 37 ROLANDO OTANC 160,00. 160,00 EAGLE CARRIEF SOUTH FLORIDA, LLC i CAR RI8600 N.W 36 AVE.MIAMI, FL 33147 OF SOUTH FLORIDA, LLC. PH: (305)640-1338 FAX: (305)640-1328 OLITION HAULING EQUIPMENT RENTAL L_.AP TRUCKS FILL CONTRACTORS PURCHASE ORDER Nom INVOICE No. Nr INVOICE DATE LAND CLEARING 97270 08/04/2017 • CUSTOMER No. �S JOB NAME JOB No. 0 122 H 170469-01 THUNDER DEMOLITION,INC. p BURLINGTON 7373 NE 3 COURT 19189 S DIXIE HWY CUTLER RIDGE, FL T MIAMI FL 33138 T O 0 Loading Site: JS - JOB SITE ' Del.Date Ticket No. Unit Qty. Description Truck No. Unit Price ' Amount 08/04/2017 390307 1.00 CONCRETE DEBRIS HAULING 154 110.000 110.00 08/04/2017 386241// 1.00 CONCRETE DEBRIS HAULING 270 110.000 11¢`:00 08/04/2017 386242.71.00 CONCRETE DEBRIS HAULING270 110..000 110.00 08/04/2017 386243 f 1.00 CONCRETE DEBRIS HAULING 270 110.000 110.00 • THUNDER DEMOLITION.INC. Eagle Carriers of South Florida lor►da 97440 9/5/2017 . 3942 97270 1,210.00 440.00 d�moiition7530 Point Royale 19189 s dixie aria usE wmi e1ees DNELOPEoe1ne corpo, on 1-800-328-0304 -eoo Sze m3o4 0r 1,650.00 wwW.defuze.com/shap (H)08/0912017-9W C3CDF8 4R'KDK02 11f05 /�17:16 -445- United Rentals. 1 -IENTAL RETURN INVOICE .t� BRANCH G19 a' -'„r�--,.x file 3501 STATE ROAD ill -., , :., r i dv '- n" DAME FL 33314-2228 r r �t1s ,&r' nd"`4 # '148346923-003 954-667-3225 lr %;lryr 97:467-3227 FAX , ,.r „ it �` � Customer # : 1425871 ',' ,1•AF1• u,, �, Invoice Date : 09/20/17 i3 POINT ROYALE ^�w•. . ^^ '"''`.+ Rental Out : 07/14/17 09:00 AM .� Rental In 09/18/17 02:09 PM M19101 S DIXIE HWY UR Job Loc : 19195 .S DIXIE HWY, C CUTLER BAY FL 33157-7732 UR Job # : 92 Customer Job ID: • .112 P.O. # : NPOR h Office: 305-757-9444 Cell: 786-857-3916 Ordered By : JONATHAN Reserved By : DAVID HILLINGER Salesperson : HOUSE ACCOUNT G14 5.1.1981 1 MB 0.420 693538114201 086750 1-2 0 I 411111lrh111111iIu111111hlnlurl9IIlig1111iIiihlu111111lI • Invoice Amount: $885.55 THUNDER DEMOLITION INC • Terms: Due Upon Receipt 7373 NE 3RD CT Payment options Contact our credit ace 212-333-6600 Ext.84892 MIAMI FL 3 313 8 534 0 REMIT TO: UNITED RENTALS(NORTH AMERICA),INC. POBOX100711 , ATLANTA GA 30384-0711 , RENTAL ITEMS: Qty Equipment Description Minimum Day Week 4 Week Amount 1 868944RA SCISSOR LIFT 24-26' ELECTRIC 30-36" WIDE 205.00 205.00 409.00 817.00 817.00 Make: SKYJACK Model: 6JIII3226 Serial: 27007316 Meter out: 186.70 Meter in: 189.90 Rental Subtotal: 817.00 SALES/MISCELLANEOUS ITEMS: Qty Item Price Unit of Measure Extended Amt. 1 ENVIRONMENTAL SERVICE CHARGE [ENV/MCI] 10.620 EACH 10.62 Sales/Mist Subtotal: 10.62 Agreement Subtotal: 827.62 Tax: 57.93 t . Total: 885.55 CL ATS/NOTES: CALL AHEAD FINAL BILL: 9/08/17 09:00 AM THRU 9/18/17 02:09 PM, ARE YOU OR YOUR EMPLOYEES IN NEED OF OPERATOR CERTIFICATION.TRAINING? ! CONTACT UNITED ACADEMY TODAY 844-222-2345 OR WWW.UNITEDACADEMY.UR.COM TRAINING IS NOT AVAILABLE ON CERTAIN EQUIPMENT IN CANADA. • • ...- Ili 1 iP • Vr - ?y i_ 11/4" \T°44\e:\ 1 " • t r THIS INVOICE IS ISSUED SUBJECT TO THE TERMS AND CONDITIONS OF THE RENTAL AGREEMENT,WHICH ARE INCORPORATED HEREIN BY REFERENCE. A COPY OF THE RENTAL AG�B��1MENT IS AVAILABLE UPON REQUEST. _ , You Can Now Romig levelca7flMTo,y end Update Purr:haao Ordnn Online Page: 1 OUnited Rentals. 4 , MEEK BILLING k.,,..0-,,. BRANCH G14 INVOICE , � ` 3501 STATEROAD #7 # 148346923-001 DAVFLZE PL 33314-2228 954-667-3225 954-667-3227 FAX Customer # : 1425871 = '� Invoice Date : 07/26/17 POINT_ ROYALE Date Out : 07/14/17 09:00 AM Billed Through : 08/11/17 00:00 "H 19101 S DIXIE HWY UR Job Loc : 19195 S DIXIE HWY, C CUTLER BAY FL 33157-7732 UR Job # : 92 Customer Job ID: 0 P.O. # : NPOR I7 Office: 305-757-9444 Cell: 786-857-3916 Ordered By : JONATHAN Reserved By : DAVID HILLINGER Salesperson : DAVID HILLINGER 6,1.20761 MB 0.420 57229511.p01 727353 1-1 0 Ittltn111111111111111111itlttllIlII4iJsiI4'IuifuI Ili", Invoice Amount: $1,075.55 THUNDER DEMOLITION INC "'" - Terms: Due Upon Receipt 73 73 NE 3RD CT Payment options: Contact our credit office 212-333-6600 Ext.84692 MIAMI FL 33138-5340 REMIT TO: UNITED RENTALS(NORTH AMERICA),INC. • PO BOX 100711 ATLANTA GA 30384-0711 c RENTAL ITEMS: Qty Equipment Description Minimum Day Week 4 Week , Amount 1 868944RA SCISSOR LIFT 24-26' ELECTRIC 30-36" WIDE 205.00 205.00 409.00 817.00 817.00 Make: SKYJACK Model: SJIII3226 Serial: 27007316 Meter out: 186.70 Meter in: .00 Rental Subtotal: , 817.00 SALES/MISCELLANEOUS ITEMS: Qty Item Price Unit of Measure Extended Amt.. 1 ENVIRONMENTAL SERVICE CHARGE • [ENV/MCI] 10.620 EACH , 10.62 1 DELIVERY CHARGE 95.000 EACH 95.00. 1 PICKUP CHARGE • - 95.000 EACH 95.00 Sales/Misc Subtotal: 200.62 / Agreement Subtotal: . 1:, .62 Tax: Total: 1,. 5.55 COMMENTS/NOTES: CALL AHEAD BILLED FOR FOUR WEEKS 7/14/17 THRU 8/11/17 09:00 AM r ARE YOU OR YOUR EMPLOYEES IN NEED OF OPERATOR CERTIFICATION TRAINING? CONTACT UNITED ACADEMY TODAY 844-222-2345 OR WWW.UNITEDACADEMY.UR.COM TRAINING-IS NOT AVAILABLE ON CERTAIN EQUIPMENT IN CANADA. VC))1V9% c1 •r THIS 4 WEEK BILLING INVOICE IS ISSUED SUBJECT TO THE TERMS AND CONDITIONS OF THE RENTAL AGREEMENT,WHICH ARE INCORPORATED HEREIN BY REFERENCE. A COPY OF THE RENTAL AGREEM IS AVAILABLE UPON REQUEST. You Can Now Access Mvok Nlst rrd Update Mecham Ordors Online Page: 1 To Cyn Up~INN LRCentnlSvJ.MOev,..rn Page: 1 Office: MIAMI Invoice# 69827M1A Presettet Phone: (305)548-1200For Week Ending 8!11/2017 Services TIN: 59-3143937 P.O.Box 2146 Territory: 374 Total Due: $695.94 Houston,TX 77252-2146 Account#: 208396 Payment Due Upon Receipt THUNDER DEMOLITION This invoice Includes wages and ATTN: ACCOUNTS PAYABLE taxes already paid. 7035-0 SW 47 ST MIAMI,FL 33155 BILLING SUMMARY: 19101 S DIXIE HWY Regular Hours Overtime Hours Total Hours Amount Due 47 0 47 $695.94 • Need workers elsewhere? Check Us Out. At: THUNDER DEMOLITION,INC. ^ rtiI . Pacesetter Personnel Services 3780 69827MIA 7/21/2017 695.94 Demolition7530 point royale 695.94 100LICT SSLT104 USE.WITH 91663 ENVELOPE Deluxe Corporation 1-600-328-0304 or www.deluxe.aorn/shop } C3CDFB OKDKO2 14/03/®6 17:14 -283- • Index Page for University of St.Augustine Project PROJECT INFO PAGE #1 SUB CONTRACT AGREEMENT #2,3 CHANGE ORDERS........:...... ...._ ...#4,5 Exhibit B—Thunder Proposal #6 Notice to Owner #7 PROPERTY SEARCH #8 DISPOSAL OF DEBRIS/RECYCLING ##9 EQUIPMENT RENTAL INVOICES #10 Personnel/Laborer Invoices #11-13 Daily Laborer Reports ................................ ........................................ • i'. 1 . r . Interior- University :f - ` - St..Augustine ` , } 800 South Douglas Road ' Coral Gables, FL 331.34 I ;:• - Stellar Group,. Inc , :,;, �� t>s,. i. . . 2900 Hartley Road � --1 ',' ti'': Jacksonville, FL 32257 _ - `` , t • Phone: (904) 899-9831 Fax: (904)438-3241 -✓ `" . , Project Manager: ,, Tim Jenkins Phone: (904) 891-7004 (in) tienkins(a)stellarnet - . ;. EtACT PRICE. 0. - O ts ' t ' .[ST�3S r OVAL iii'{"' ° , -A t . . -8, .1 Fee 'i` . '. : Orem'Feet - j S, .: ', f7 4 .®ATE , V. v;LY • ` { ;r:: :�. eTioN LET'[EF _'_`"'.. . . t :.dry � MENT ,, 12 "" 0 ,LPINIPLET s;. . i Lt Ar� >. 11og 1 l0-3l-r) �'#'t,eATIoN Tania Hagge From: Tim Jenkins <tjenkins@stellar.net> Sent Monday,July 24, 2017 3:11 PM To: Jonathan Mendez;Tania Hagge Subject: 22106108 USAHS Miami Subcontract Attachments: 22106108- Thunder Demolition SUB-01-2017-07-24.pdf;22106108 -Attachments- 2017-07-24.pdf Follow Up Flag: Follow up Flag Status: Flagged lonathan/Tania, Attached you will find a copy of your Subcontract No.22006108-SUB-01,for work to be performed on the above referenced project. Please sign where indicated and return via email at your earliest convenience. Upon receipt of said copy,we will sign and return a copy to you. As stated in the Terms and Conditions of your subcontract,you should immediately forward a current certificate of insurance to our office. This certificate should be specific to the above referenced job and The Stellar Group should be recorded as additional named insured.A sample certificate of insurance with required endorsements/forms is included in the Attachments. If you should have any questions, please feel free to contact us. /Thank you. Tim Jenkins, LEED AP BD+C Project Manager Stellar Phone:(904)899-9831 Fax:(904)438-3241 Mobile:(904)891-7004 SUBCONTRACT Stellar Group,Inc. 2900 Hartley Road Jacksonville,FL 32257 )Subcontractor: Thunder Demolition,Inc. Project Name and USA Miami Campus Renovation 7373 NE 3rd Court Location: 800 South Douglas Road Miami Florida 33138 Coral Gables Florida 33134 Attention: Jonathan Mendez Attention: Phone: (305)757-9444 Mobile: Fax: ,(305)757-9441 E-Mail: E-Mail: estimator@tunderdemolition.com Date SC# Project# Cost Code FOB Schedule • 7/24/2017 22106108-SUB-01 22106108 See Below Jobsite Exhibit B Scope of Work:Demolition • This Subcontract is,made by and between Stellar Group,Incorporated,dib/a Stellar,hereinafter referredto as Contractor,,and the Subcontractor named above,at Jacksonville,Florida..In consideration of the mutual promises and undertakings set forth herein,Contractor and Subcontractor hereby agree to the terms and conditions setforth herein,including the Terns and Conditions attached hereto.Subcontractor agreesto-performand complete the following Work A.Work:Subcontractor agrees to perform and complete the scope of work generally as described in Exhibit A attached hereto and incorporated herein. B.Construction Progress Schedule:Subcontractor agrees to complete the Work in strict accordance with the Construction Progress Schedule attached hereto as Exhibit B and incorporated herein. C.Contractor's Safety Requirements:Subcontractor agrees to conform to Contractor's Request for Documentation,Bid Considerations,and Jobsite Safety Rules attached hereto as Exhibit C.and incorporated herein. ALL FOR THE LUMP SUM OF . • $83,000.00 �I All licenses,permits,fees,taxes and insurance with Contractor named as additional insured included)T _� Attachments: FOR ACCOUNTING PURPOSES ONLY: Cost Code Distributed Value ) 02-0202 - 1760 $83,000.00 • Total: $83,000.00 .f- ii,ddo _ • THIS SUBCONTRACT INCLUDES AND IS SUBJECT TO THE TERMS AND CONDITIONS ATTACHED HERETO AND INCORPORATED HEREIN. IN WITNESS WHEREOF,the Subcontractor and Contractor have executed this Subcontract on the date set forth above. THUNDER DEMOLITION,INC. STELLAR GROUP,INCORPORATED Subcontractor Contractor Signed and Dated: 4 ^' 1 Cl t 13-' Signed and Dated: By:Jonathan Mendez J IZ br.1 11E121104 • By:Tim Jenkins Project Manager • • • 3 ' SUBCONTRACT MODIFICATION Stellar Group,Inc. 2900 Hartley Road Jacksonville,FL 32257 Subcontractor: Thunder Demolition,Inc. Project Name and USA Miami Campus Renovation 7373 NE 3rd Court Location: 800 South Douglas Road Miami Florida 33138 Coral Gables Florida 33134 Attention: Jonathan Mendez Attention: Blair Mast Phone: (305)757-9444 • Phone: (904)260.2900 Fax: (305)757-8441 E-Mail: bmast@stellar.net E-Mail: estimator@tunderdemoiition.com Date SC# Project 0 Cost Code FOB Schedule 11/712017 Sub-01A 22106108 See Below Jobsite Per Superintendent. • This Subcontract is made by and between Stellar Group,Incorporated,d/b/a Stellar,hereinafter referred to as''Contractor,"and the Subcontractor named above,at Jacksonville,Florida.In consideration of the mutual promises and undertakings set forth herein,Contractor and Subcontractor hereby agree to the terms and conditions set forth herein,Including the Terms and Conditionsattached hereto.Subcontractor agrees to perform and complete the following Work: Subcontract agrees to modify Subcontract No.:22106108-SUB-01 Item Description Net Amount 1 Addidtional demolition as necessary to complete full interior demoltion. $15,000.00 Attachments: FOR ACCOUNTING PURPOSES ONLY: Cost Codes Net Amount 02-0202 - 1760 $15,000.00 TOTAL AMOUNT OF THIS MODIFICATION $15,000.00 (All licenses,taxes,permits,fees and insurance with Stellar named as additional insured Included) ORIGINAL SUBCONTRACT $83,000.00 PREVIOUS MODIFICATION(S) 50.00 THIS MODIFICATION $15,000.00 REVISED SUBCONTRACT .. .. $98,000.00 This subcontract Includes and Is subject to the terms and conditions previously attached to the original subcontract IN WITNESS WHEREOF,the Subcontractor and Contractor have executed this Subcontract on the date set forth above. THUNDER DEMOLITION,INC. STELLAR GROUP,INCORPORATED Subcontractor Contractor • By:Jonathan Mendez By:Tim Jenkins Project Manager • 4 • { SUBCONTRACT MODIFICATION Stellar Group,Inc. 2900 Hartley Road . • Jacksonville,FL 32257 Subcontractor- Thunder Demolition,Inc Project Name and USA Miami Campus Renovation • 7373 NE 3rd Court Location: 800 South Douglas Road Miami Florida 33138 Coral Gables Florida 33134 Mention: Jonathan Mendez Attention: Blair Mast Phone: (305)757-9444 Phone: (904)260-2900 Fax (305)757-9441 E-Mal: bmast@stellarnet E-Mail: esdmator®tunderdemofition.com Oats SC Project* Cost Code FOB Schedule 11/7/2017 Sub-01A 22108108 See Below Jobaite Per Superintendent • This Subcontract Is made by and.between Stellar Group,Incorporated.d/b/a Stellar.hereinafter referred ta as'Contractor."and the Subcontractor named above,at Jacksonville,Florida.in consideration of the mutual promises and undertakiiigs.set forth herein.Contractor and Subcontractor hereby • agree to the terms and conditions set forth herein,including the Terms and Conditions attached hereto.Subcontractor agrees to perform aridcomplete the following,Work Subcontract agrees to modify Subcontract No.:22106108-SUB-01 item Description Net Amount 1 Addidtional demolition as necessary to complete full Interior demollion. 915,000.00 Attachments FOR ACCOUNTING PURPOSES ONLY: Cost Codes Net Amount 02-0202 - 1760 515,000.00 TOTAL AMOUNT OF THIS MODIFICATION $15,000.00 (All licenses.taxes.permits,fees and insurance with Stellar named as additional inured induded) •) ORIGINAL SUBCONTRACT • $83,000.00 PREVIOUS:MODIFICATION(S) _.....,., .._. ,......._.... $0.00 THIS MODIFICATION •• REVISED SUBCONTRACT •• 575,000.00 • $98,000.00 This subcontract Includes and is subject to the terms and conditions pr viously attached to the original subcontract IN WITNESS WHEREOF,the Subcontractor and Contractor have executed this Subcontract on the date set forth above. THUNDER DEMOU1ION,INC. STELLAR GROUP,INCORPORATED Subcontractor Contractor • By:Jonathan Mendez o n ek Pro -.Manager J • 4;:v- THUNDER vTHUNDER DEMOLITION, INC. 7373 N.E 3b Ct.,MIAMI FL 33138 TEL•305.757.9444 FAX 305.757.9441 . �;} , ti info@thunderdemolltion.com. 05BS00348 PROPOSAL/CONTRACT 2017- 0628 — Revised 14 Date: September 5, 2017 Project: University of St.Augustine Location: 800 S. Douglas Road-Coral Gables Thunder Demolition Inc. Proposes to provide necessary equipment, labor, and supervision to complete the following scope of work: INCLUSIONS: All salvage rights (All aluminum, Copper, Appliances, Furniture) • Removal of existing flooring finishes, ceiling systems in Levels 1 &2 • Removal-of existing plumbing fixtures,toilet partitions, light fixtures • Removal of existing vault door&dispose • Removal of existing duct work and AHU , • Removal of existing millwork&conduits • Saw cut existing slab as per page AD1.02 • Saw cut new openings on exterior wall as per page AD1.01' • Disposal of debris(dumpsters) Exclusions: Permits,Asbestos report/removal, Layout for saw cutting, Protection for remaining Finishes, Barricades, Enclosures, Shoring, Bracing, Capping&Patching *Price based on having to having to do the work by hand* Total Amount $98,000.00 AGREED AND ACCEPTED BY: AGREED AND ACCEPTED BY: Company Name: Thunder Demolition Inc Signed Signed Name Name Jonathan Mendez Title Title Estimator DATE: DATE: THUNDER DEMOLITION,INC. ° 7373 N.E. 3RD COURT "i / MIAMI,FL 33138 �� 1t1 `s 305-757-9444 Keg fei--.0,,, .ank . \1, 7- . , ir D 29c-k\i.i . D ,,A r`,4.. rfy-N W/O#17087 1. Certified: 7016 3560 0000 8440 5331 TO OWNER: Banyan St Gap Douglas Ent Own,LLC.,777 Brickell Ave.,Ste. 1100,Miami FL 33131 2. Certified: 7016 3560 0000 8440 5348 TO CONTRACTOR: Stellar Group Inc.,2900 Hartley Road,Jacksonville FL 32257 WARNING! FLORIDA'S CONSTRUCTION LIEN ALLOWS SOME UNPAID CONTRACTORS,SUBCONTRATORS, AND MATERIAL SUPPLIERS TO FILE LIENS AGAINST YOUR PROPERTY EVEN IF YOU HAVE MADE PAYMENTS IN FULL.UNDER FLORIDA LAW,YOUR FAILURE TO MAKE SURE THAT WE ARE PAID MAY RESULT IN A LIEN AGAINST YOUR PROPERTY AND YOU PAYING TWICE.TO AVOID A LIEN AND PAYING TWICE,YOU MUST OBTAIN A WRITTEN RELEASE FROM US EVERY TIME YOU PAY YOUR CONTRACTOR:THUNDER DEMOLITION INC.,AT 305-757-9444 The undersigned hereby informs you that he has or is furnishing services or materials as follows: Interior Demolition For the improvement of the real property identified as: . 800 DOUGLAS RD,CORAL GABLES,FL 33134 FOLIO:03-4108-040-0020 8 54 41 6.20 AC M/L REV PL OF DOUGLAS SEC PB 34-32 BLKS 1-2-3-4&LOT K&THAT PT PONCE DE LEON PARK CIR&GALIANO CT&CALABRIA CT CLOSED PER ORD UNDER AN ORDER GIVEN BY: STELLAR GROUP INC. -Florida law prescribes the serving of this notice and restricts your right to make payments under your contract in accordance with section 713.06,Florida Statues.Request for Sworn Statement of Account must be addressed: Thunder Demolition-1 ne..7373_h!_E_3_'d Ct.Miami.EL 33138 305-757-9444 or fax.to.(305)757-9441. IMPORTANT INFORMATION FOR YOUR PROTECTION Under Florida's laws, those who work on your property or provide materials and are not paid have a right to enforce their claim for payment against your property.Thisclaim is known as a construction lien. US.Postal.Service CERTIFIED MAIL® RE SENDER:COMPLETE THIS SECTION COMPLETE THIS SECTION ON DELIVERY • r_R 1=.. Domestic Mail Only ! Complete items 1,2,and 3. A.S! ; Irl rn X 'I Agent . rTI For delivery information,visit our website �'Print your name and address on the reverse' ' 1?Addressee . • a, SO Shat.W@ can return the card tO.yON. • N p i F '�' .1 ,r„ a ,; � t Attach this card to 4te back of the mallpiece,, 'B.-Rec_eived by(Printed Nerve)" ', C./Date otDeuveiy o r «-Med Mel Fee ` or on the front if space permits.: ....4:&,.. _ _ .__ _.,. , /. '-6 /7 , " 1, ArticleAddressed bx - - - - - ,t';-.yerai i -- - - . _ xau Scrams. i D:Is delivery address diflerertt Trail Item 17 D Yes ` w `� o66 a%alb'fee t. :1. . +!� ,,,Rept s cow $ y If YES,enter delivery address tidaw: p No j C:I0 rr QO 0t S 4.rr—^T D niesiqun d s--- `y+ 0 pariSignature ReuectalNikon(5 _ . O D 1:1 -atri Sellar Qroup 1 rtci O 2900 Hartley Road/ 3:servicerypeJ o; ../ Sent To Ja iSOnVI44 ' FL 32257 O oiit3lpnattre o R Ma"!-° -q C Adult Signature Restricted Dellvery a,:R Marl*MO Restricted cl a rawer arra- Ca tined man fir': cl +apt ,or PO Box Na N !1°Cart7nod mail Rem ndNery CI ileum— Ra`etpt lar' R collect on DeNveay. M1 (y SIare.Z1P+4 g ❑Cdled an RestdCted Qellvegy O rl 140.1,' 2. Article Number(Transfer from service/Elbe!) _,. - .kfal D0 'S' +, OBgnFtrae;Ccnnunal194 7 016 6 0 Gan 0 0 8 4 4 0 5 3 4 8 i : ''Raailte•cloe6vc4 P3 Form.3800,A pn1 2015 PSt•i 7sxwp2., ���� - 1 PS Form 3811,4Y 2015 PSN`7S30=o2-000=9953:'1 Domestic Rettun Receipt . 9/26/2017 Property Search Application-Miami-Dade Co. 4�J ; 13, J L . ,11::,,,,:::; 7 F.... :,., .,,, ...: ,,,, ,, ,,,,,, , :It,r:7 As ,,.. to ;‘.„ 1 •,-.3 r:i , 0 ; = ,, , A i 14 .4" 41 ri 4 ' ! .1 . y It i, ,, IR i.t11 Ep E. Summary Report Generated On:9/26/2017 Property Information - r 14 ter i1-+ lip' , 03-4108-040-0020 '], I. t7, fa,:i a t. r •c .. t ! �� ,► J800 DOUGLP8 _ :...•,'41,..,"7i -',7y. Property Address: •�,,z.►.g�,�..,v .....L � °t „ ` �� � / ,oral Gbies Ft 33134 36zs '.� � t3A t F r � ,I w3 ya..a . u�frac-..'aa` r" ,. BANYAN ST GAP DOUGLAS ENT �I 41 �? 3,,,gam.t ;�; -$s_= . Owner OWN LLC '*m r.a:3 =. = r �itz^�ate:- t , VI) C/O BANYAN ST CAPITAL LLC `_ { � e r1 '� j t ,{_ 1�a"r= . `•, 777 BRICKELL AVE STE 1100 Y';° _ r .'f .er }} `} S"` 'r t Mailing Address -,D. z L \ MIAMI,FL 33131 USA )E1 ••' V, -, vv.,. i • . • f PA Primary Zone 6100 COMMERCIAL -t,' irj., ,,,,,..C, `r'f p y NEIGHBORHOOD ' b' r � ;, '•:fly aC�i,I.t....,;;;-4 •}` _ 1813 OFFICE BUILDING- yLA' " r A►A1 E *k.„''',{' .' ' __ ^'._ r •' ti'- '::, Primary Land Usei7 t •, MULTISTORY:OFFICE BUILDING ;* --�9v- '� .Y*" Beds/Baths/Half 0/0/0 ,:�yR , f,t. ,,' "3"..-A-',..' s r �.- - � f 1 Floors 31 7 vF ' -_.:j:,}r;. .i.s ,:., x 1 Living Units 0 e fO i.$ , .,, Iiiii. � •'' :1; . �-+„s v601 Actual Area Sq.Ft Living Area Sq.Ft Taxable Value Information Adjusted Area 948,568 Sq.Ft 20171 2016 2015 Lot Size 270,200 Sq.Ft County `•ar Built 1986 Exemption Value $0 $0 $0 a Taxable Value $92,402,000'$85,000,000 $84,000,000 Assessment Information , SchoolBoard - Year 2017 2016 2015 Exemption Value $0 $0 $0 Land Value $35,666,400 $35,000,000 $35,666,400 Taxable Value $92,402,000 $85,000,000 $84,000,000 Building Value $56,735,600 $50,000,000 $48,333,600 City - XF Value $0 $0 $0 Exemption Value $0 $0 $0 Market Value $92,402,000 $85,000,000 $84,000,000 Taxable Value $92,402,000 $85,000,000 $84,000,000 Assessed Value $92,402,000 $85,000,000 $84,000,000 Regional Exemption Value $0 $0 $0 Benefits Information Taxable Value $92,402,000 $35,000,000 $84,000,000 Benefit 'Type 2017 2016' 2015 Note:Not all benefits are applicable to all Taxable Values(i.e.County School Sales Information I Board,City,Regional). _ OR Previous Sale Price Book- Qualification Description Short Legal Description Page 8 54 41 6.20 AC MIL 03/13/2014 $100,750,000 29092- Qual by exam of deed REV PL OF DOUGLAS SEC PB 34-32 0614 BLKS 1-2-3-4&LOT K&THAT PT 03/01/2007 $0 25454- Sales which are disqualified as a result 4361 of examination of the deed PONCE DE LEON PARK CIR&GALIANO - 02/01l2004 $0 22034. Sales which are disqualified as a result CT&CALABRIA CT CLOSED PER ORD 0241 of examination of the deed } 11/01/2001 $61,213,000 20004- J Sales which are qualified . 4391 _ The Office of the Property Appraiser is continually editing and updating the tax roll.This website may not reflect the most current information on record.The Property Appraiser and Miami-Dade County assumes no liability,see full disclaimer and User Agreement at http://www.miamidade.gov/iinfo/disclaimer.asp Version: lo 1 _ INVOICE Great Waste&Recycling 6710 MAIN STREET SUITE 237r I0 " art..` + `�kta +4 GREATWASTE MIAMI LAKES,FL 33014 Account Number 1082070 Grua!Mist!).Ind Roocllr,{Surrdco tic Invoice Date 3/31/18 305-688-6188 Invoice Number 91540 Date Due 4/15/18 �- Invoice Total $22.04 i .ski? , Lain.r' "•,i ... t' 5 ;g7 •`g #"j,4� :. �.. . : s .s .,. Invoice Balance $22.04 THUNDER DEMOLITION INC 7373 NE 3 CT " �'�wd� MIAMI,FL 33138 ROLLOFF 03/16-03/31/2018 EINV-- PLEASE DETACH HERE AND RETURN ABOVE PORTION WITH YOUR PAYMENT USE REVERSE SIDE WITH ENVELOPE---- L. � ,M" �,•`y �p' `r�,"3'`" ,w *"fiP42k• g ��m!v r `N �{es'' 3:{," + A•ts Afi tr Ac1Nbr:1082070 SiteName:THUNDER DEMOLITION INC j 1 800 S DOUGLESS RD CORAL GABLES.FL 33134 ft } f 03/31/2018 84626 FINANCE CHARGE B(JQS•).01-441") 1.00 $19.79 $19.79 03/31/2018 85244 FINANCE CHARGE /� { las�t�u. j�� l.ao f 52.25 ; $2.25 i t f i ; THUNDER DEMOUTION,INC. 6023 Great Waste&Recycling 4/16/2018 84626 1,319.00 85244 150.00 ,91540 22.04 Demolition 8763 1082070-800 S douglas 1,491.04 ia ,, 1111111111111111111 104371 ,04.1!(2.IS)J2I 14? ill grlitgaagMTIV g':* • ;Sf t Charges: $22.04 $22.04 $150.00 ,$150,00 f $1,319.50 I Taxes: x0.00 t-•--_..1- _—�..... j Fuel Surcharges: S0.00 - ---- Invoice Total: $22.04$22.0 , Invoice Balance: Gisselle Herrera ;am: noreply@sunbettrentats.com Sent: Friday,January 12, 2018 2:34 PM To: GISSELLE@THUNDERDEMOLITION.COM Subject: Sunbelt Rentals Invoice Payment Sunbelt Rentals Inc. Invoice Payment Confirmation Thank you for your payment.Below is a summary of your payment transaction. P� y ' a(141, afi5PP4 • )X t .tip + Custome€Inf atlon •r orcr� Total:$8,332.94 THUNDER DEMOLITION INC(Acct.#9813998) Paid:01/12/2018 2:34 PM 7373 NE 3RD CT Paid By: Business Check Ends with 7530 MIAMI, FL 33138 Reference Number:20180112143247452-9813998 (305)757-9444 • � i�OrigrnalienainingYonorce# jLtvoice gtate PO# ; , i �' i I i �COp Q� Office; MIAMI Pa'e: 1 G/' Phone: (305 Invoice# `�""� TIN: )x-1200 76897MIA P•o•aox 2�4s 59-3143937 For Week Ending Holman,TX Tr�p.�gs Territory: 374 11/19l2017 Account#: TOtal pu 2o9o2a 82.11 THUNDER DEMOLITION Payment Otte Upon Receipt ACCOUNTS PAYABLE This Invoice Includes 7035-G SW 47 ST MIAMI,FL.33155 taxes already paid. Wages and ATTN. Re•War Hours • , BILLING SUM 86.5 Overtime Hours MARY: 800.DOUGLAS RD 0 86.5 Total Hours Amount Due '.1 282.11 i,1-{: Need workers elsewhere'? Chec r k Us Ouf At: ii', .4 ILI p. p s 0 m fr Or Contact 'Us At: 713-47-LABORI 'f ,yid l ,i ,. - A To insure proper credit,please ?ii detach and submit alonDue upon receipt, This invoice includes w 9 with your payment ages and taxes already ) I` paid. `— ,' Refit. Account# Week Ending Date Invoice# 2 209028 11/19/2017 Please P emit to: ay this Amount Z68g7M1q 111 it'. s Icesetter Personnel Services $1,282.11 A.Box 2324 uston, TX 77252-2324Amount E nclosed iCheck-#THUNDER DEMOLITION 7035-GSW 47 ST MIAMI,FL 33155 1. , r4+ • II TROJAN 14AB CUSTOMER NUmefee� 4 _ O ` MIAMI-SOUTH TROJAN ght a DATE INVOICE NUMBER The Right People at the Right Time PAGE: 1 11/19/2017 987518 MIAMI-SOUTH TROJAN - 352 NW 27TH AVE MIAMI,FL 33125 JOB BILL 800 S DOUGLAS RD THUNDER DEMOLITION SITE 800 5 DOUGLAS RD MIAMI, TO 3RD CORAL GABLES,FL 33134 FL 331133 8 , HOURS HATE AMOUNT DATE ),UMEi EMPLOYEE DESCRIPTION A You can now view time tickets and invoices and pay invoices lmrimediately using our Customer Web Portal! Not registered?Visit www.trojanlabor.com and click on "Customer Login"to register. GEN-LABOR 8.00 R $13.18 $105.44 tl 11/13/2017 5473139' CASANOVA,AWIL0A3�. 8.0000 R $13.18 $105.44 11/13/2017 5472982 JACK50N;MARKEISHA GEN-LABOR }; GEN-LABOR 8,00 R $13.18 $105.44 11/13/1017 5473141 / PARFAIT,KENNETH GEN-LABOR S \ 8,00 R •� $13.18 $105.44 Ii •/ UPSHUR,,DARIA L ;� 11/13/2017 5473141 8.00 R` $13.18 $105.44 ' ANOVA,AWILOA T GEN LABOR 11/14/2017 5476169 Q,..:-}z, t - v,: - ,, 900iR $13.18 $118,62 11/14/2017 4?6 87c /^ rA 1C6dN;MARKEISHAra 8.00 R•-r.....-j 8 R $13.18 $105.44 1 it 11/14/2017 5476484`� PARFAIT,KENNETH GEN-LABOR $13.18 $105.44 }}.Lj ; 11[I14/017 5476167 UPSHUR,DARIA L GEN-LABOR 8.00 R,/ $13.18 $105.44 y11115/2017 5479669 .,CASANOVA;AWILDA T GEN-LABOR e[. •"UPSHUR,DARIA L GEN-LABOR 8.00 R -e----- $13.18 $105.44 #- 1115/2017 5479666 8 00 $13.18 $105.44 11/16/2017 5479670 CASANOVA,AWILOA T- GEN-LABOR 8.00 R $13.18 $105.44 11/16/2017 5483036 f JACKSON,MARKEISHA GEN-LABOR GEN LABOR 8.00 R $13.18 $105.44 6 11116/2017 5483036,/ UPSHUR;DARIA L i�ar Fg i $19.77 • i ._.f. AWIIJ)A rGEN LABOR ' 1/4;0114;.1".,' • {i 1!/17/7017a cAsNo r --sf '� � B $105.44 . `p 11/17/2017 P 1548305 s ,CAS649VA,AWS DA4T3� '"" ,,'' BOR e, ti 4�, 5. '� t ; t ) --'„,,,....- 4,111.„18 $118.62 ■.: f, :: 'S aI . �`': , :F70, ' a's 11/17/20175483001ACK5aNyMARiCEJSHAiiiips,ir� :bs GEN-LABOR 8.00 R $13.18 $105.44 I, 11/17/1017 5483038/ UPSHUR,DARIA L r7-.'c,--1)Sn i 1 j aL ti '' "Z \0 r.1 1 1 • n4,� ,jam `-• �F .li Li!biiiiii $1,733.17\ REG HR:130.00OT HR:1.00 SPC HR:0.00 TOTAL 131.00 }] .,.1 � , 5 Z .. ...._. + -,, -,.. ^s.^ s`:^R_ z r�P" �_ ?4!•r . :�r .,... 1\4. .<y „j;7,77- &EJICi%o !t Nrs- � ; 6t!,.,e ••:f.Y:` m. ihe�»¢ , TROJAN f�xs �Y❑'ITOR ` { ! :•,_i;; LARA p.,i.S *12i�`� ME SLIP1x»u• """4",S 'E% :' ` 1 a' 77c?, � iw.v . ,n. t.7:uL! ;f'. gYiR I -.n.-:,..::iL s • b . . TEPGAT E,,NI 4I1.: {a7`•Y :aF- 's, di3 -' a.... w i�) \* i I ' 41. { CUSTOMER NUMBER CUSTOMER P.D.# TI.ORIGINATING OFFICE 1 c : The Right People at the Right Time ® 38263 MIAMI-4QI,TJ�rf pY J . DATE INVOICE NUMBER% MIAMI-SOUTH TROJAN 352 NW 27TH AVE %._ 11/12/201T 983432 J PAGE: 1 MIAMI,FL 33125 BILL r THUNDER DEMOLITION JOB 800 S DOUGLAS RD TO 7373 NE 3RD CT SITE 800S DOUGLAS RD MIAMI,FL 33138 . CORAL GABLES,FL 33134 DATE CKET NUMBER EMPLOYEE DESCRIPTION HOURS RATE AMOUNT 1 You can now view time tickets and invoices and pay invoices immediately using our Customer Web Portal! Not registered? Visit www.trojanlabor.com and click on "Customer Login"to register. 11/7/2017 5458259 •"". CASANOVA,AW ILDA T GEN-LABOR 8.00R '. $13.18 - $105.44 11/7/2017 5458262 ' DE .. NTES,GONZALO 0 GEN-LABOR 8.00 R $13.18 11/7/2017 5458260 JACKSON,MARKEISHA VIVA( / $105.44 GEN-LABOR 6/ 8.00 R $13.18 $105.44 . 11/7/2017 5454454,60" SMITH,BERTHA GEN-LABOR 6.50 R- $13.18 11/7/2017 5458261-'v WARD,SHAWN $85.67 GEN-LABOR TOIA 8.00 R /, $13.18 $105.44 11/8/2017 5461786 CASANOVA,AWILDAT GEN-LABOR f 7.00 R $13.18 6 - 11/8/2017 5459853..7 FUENTES,GONZALO 0 GEN-LABOR ): Y't 8.00 R $13.18 $105.4102 44 $105.44 11/8/2017 5459865•eLelACKSON,MARKEISHA GEN-LABOR 7.00 R ! , j . $13.18 11/8/2017 5461882::://PARFAIT;KENNETH GEN-LABOR $92.26 8,OO,R 4 $13.18 $105.444 11/84017 5461892 PITT,TREVOR GEN-LABOR ,;;fi:. `;j€; T00:R $13.18 $92.26 rt/9/4017 5463382- • CASANOVA,AWILDAT GEN-LABOR • I $13.18 I J/ r J� ,r &:OtTR l $105.44 11/9/W17 5463414 FUENTES,GONZALO 0 GEN-LABOR . .s'w ,. - 8; R.�_ $13.18 $105.44 11/9/2017 5463412 ". JACKSON,MARKEISHA GEN-LABOR I 1l�' � :1 ,7.;Sff $13.18 $98.85 11/9/2017 5463411✓ PARFAIT,KENNETH -`' GEN-LABOR;vwf„' r:0,., � 8.00 R 11/9/2017 5463605✓' PITT,TREVOR to ' " ,�.LI .;..' r $13'18 $$95.26 GEN-LABOR rhe,:,�.-� 7.00 R .d" $13.18 11/10/2017 5466538."� CASANOVA,AWILDA T ,'t s" .-;:VA: $92.26 GEN-LABOR v' kit__ `~ $105.44 � 8.00 R .-"'" $13.18 11/10/2017 5466513.-^'" FUENTES,GONZALO 0 GEN-LABOR s3.slr;�.: , ,''' '\ 8.00R $13.18 11/10/2017 5466551.� P; E $105.44 JA ON,MARKEISHA GEN-LABOR .;f:,.;?„' ;,-,..f.':.6,..,:-18.00 R $13.18 $105.44 11 0/2017 5466554/ AAFAR KENNETH '1 #`'r t'' GEN LABOR sa �!.'z,. 8.00 R ' $13.18 $105.44 11/ /2017 546824 PITT,TREVOR 1,,." 7.00 R f GEN-LABOR $13.18 $92,26 11/1 2017 546823_0.,,1.• REED SR.,REGINALD J GEN-LABOR } - 8.00 R -. $13.18 $105.44 11/10/2017 54682311? SANDS,AUDRIC R GEN-LABOR �� ,, 8.00 R :}'�' $13.18 $105.44 11/10/2017 5468233 •, THOMPSON,DARRON GEN-LABORi $13.18 $105.44 8.00 R i°' / '-ik WC J T`• PLSB RggTUi N THIS PORTION Pon 1 ROPER (3it EN _�. • . _ __- E '1ER NUMBER DATE INVOICE NUMBER AMOUNT DUE 1 7 p i Hire Quest, LLC LABOR ORIGIMA11NG OFFICE AMOUNT PAID 1 P. 0. Box 890714 I Charlotte, NC 28289-0714 j due upon receipt. Accounts 30 days past due are subject to interest at 1.5%per 1•If an account is referred to an attorney for collection,customer shall pay the and°curt costs incurred by TROJAN LABOR. ,S THUNDER DL...i0LITION INC. JOB SITE : Jo Oil „, DATE: P-1.3 1 I 2, 1 DAILY TIME PLOY E NAME JOB TITLE IN OUT TOTAL HRS EQUIPMENT USED _ • WORK PERFORMED: f_ • ifrtsg#1/4 4owit!P A / 7,n , p 11 0 -1 : b 17 �, � , IAr to I� / h N 1 , 0) e,_. ki 1/ �f 1, 1s e1:61,04/44 1, •siapitaelpiv.,t4M ' ' II 0 Y _ IA le, NAf�- A /1 l I f I t A tt I A.4 40--2 imdell. *rtAidij /I I' 0 V 1\ 1/ *Male " i i I) e t% ii , - 4,44,-,-, I . rbv 0 (p , t,4k, twid eft tt,vvi) rikOor) APPROVED BY: Project Manager Signature:'AAA dt COMPANY AME: Print Name eGn_- #I:In THUNDER DLEIOLITION INC. .. JOB SITE : Y 0-6 A �1 DAILY TIME SHEETS/REPORT DATE: /61 3.v / ---1) c I EMPLOYEE E JOB TITLE IN OUT TOTAL HRS EQUIPMENT USED WORK PERFORMED: P aw- ir- r 1 SAO< c.a� , 21 .(4 5,' JP , C eot ›Attuo -1 Ag P601) G► „ P , 1 Ar;V,117^ - Ie k p 1 ' 61,41 r).-i1~% 13 ti.741‘4,21wp Me r 0"n 7, 0 Akaileithaa t & J ` 0 I I r, n y 0 /',. 7) ) 1. P I _ fl �v'ti►"llJ` ) . . fiait., /1,s4 , ii 1, v -1.1 II!! i 8 1 / , b i) L-) p ,� h ' �� 4 APPROVED BY: •Project Manager Signature: • /' ��,, `1'._ I CO !ANY NAME:. Print Name LuA lj�1 I 'ij- { Index Page for 111 Lincoln Road Project PROJECT INFO PAGE #1 SUB CONTRACT AGREEMENT #2,3 'CHANGE ORDERS:......................................................... . ....... ... ... #4","5— Exhibit B—Thunder Proposal Notice to Owner Warrantyof work................................................................._........_ #g CONCRETE CUTTING • N 1111 LINCOLN RD DEMO 1 111 Lincoln Ru 4th Floor Miami Beach, F1., 33139 Brodson Construction _ 120 NE 27th St. Suite 100 Miami, FL 33137 Telf: 305.576.9909 Fax: 305.576.9901 Project Manager: Albert Santelices C:786.910.3601 Direct: Albertabrodsonconstruction.corn • T DATE tprk' e so., - - —- H DATE q _n 11• 64 ::gr SIP )1\INECTION LETTERS 4ENCEMENT ;CliON COMPL 12.0 jICEi 41/1°II • 1PPLICATION ,1 • cC r\ •tKi RACT PRICE: ./P4000, iT) R MOVAL: 4 / 1 3.4011 _ 611 t Fee:OYCPMIT) 4,50/U11.04g ng: 110 • 3front Fee: ipact Fee: • • :lectric: • A :s je... Brodson Construction 120 NE 27th St.,Suits 100,Mlaml,FL 33137 7:305.576.9909 F:305.576,9901 E:Info@brodsonconstrucaon.com rrww.brodsoncorotruu,on.com Thursday,January 5,2017 l Thunder Demolition,Inc. 7373 NE 3rd Court Miami FL 33138 Tel:305-757-9444 • Fax 305-757-9441 Dear Subcontractor, • Re:Subcontract Agreement 201915STNUO for 02-050 Thunder Demolition,Inc,Job 10-20-16151111 Lincoln Rd 4th Floor We are pleased to Inform you that you have been awarded the above referenced project! Attached please find the original Subcontract for you to Initial each page,execute,end return by fax or email. The following documents must be submitted via email or fax to our office: Before starting the project • Subcontract duly signed and initialed on every page and returned to Brodson Construction,Inc.(Project Manager)within 24 hours of receipt. • Cemfrcate of Insurance-General Liability,Auto and Workers Compensation with Brodson Construction,Inc.listed as a Certificate holder and Additional insured.A copy may be sent vie*mall or fax to Brodson Construction,Inc.-Accounting Department (domenka t@brodsonconstruction.com).Original shall be mailed to our office. • Provide List of Supaiiers via email or fax to Brodson Construction, Inc. - Accounting Department by submitting and executed copy of the attached "Subcontractor Affidavit of Tier Subcontractor and Suppliers'form. • Provide executed W-9 Form- Federal ID number la required. For the duration of the project: • No Chance Orderwlt be honored/paid•by Brodsoa.Constructon,.Ina,unless approved and signed by Mr.Barri Brodsky.Mr;Tim Funke or Mr.Lane • Bimbaum prior to work proceeding No other verhaforwritten authorization is permitted by g tt,yemployee.ofBrodaonConstruction,Inc..Any Change Order submitted for payment without,required.apprcvefuilt not be paid. • • SuiicoritractorAoagcetion forPayment Form is attached for your use,which from this date forward'is required to be"submitted by your company by the subttd on 20th of e month, ntht a r worn completedthN end of month,in order to receive payment on ybUr cointract All payrieritappik�tions r be ccordi gg.to the contract schedute. No payment will be generated'yvithoutthis proper documentation.You may attach your cornpany'sinvoice ea backup; Cost codes provfded In the scope of work must be included(Racial*D&Continuation;Form An Excel-Format is also attached for yew conveniertce,.whiih.Inclades instructions and formulas. • SirbooiitractorAppllcation for Payment rrsrstinclude cost codes In the first column of ExhlbitD-Pay Application,Confrrtuel/cit Form,as listed in the approVed Brodson Construction;Inc.Change Order form. The amounts and description foreach cost:code is also required • Applications for Payment with unapproved Change Orders will not be processed. • • Applications for Payment without an approved Purchase Order or Subcontract in our system will not be processed. • Applications for Payment that do not agree with the approved contract and contract change orders In our system will be returned to you for correction. • Any work performed without written approval by Mr.Barry Brodsky,Mr.Tim Funke,or Mr.Lane Birnbaum runs the risk of not being paid. • Subcontractor to resolve unapproved change order work with the Project Manager. • Above requirements Mt ensure that your request for payment is processed on a timely basis in order to be included in our payment request to the cIlent for the period otwork you performed. • Signed Waiver of Lien RightsAccounts Payable checks.wili be faxed or sent via email to you with corresponding releases,Including requests for your sub-subcontrector/supplier releases for work performed during billing/payment period being paid. Thank you for your prompt attention to these matters.By standardizing all applications for eith your earn payment,we hope to better serve us all.We look forward to e continued working relationship - Sincerely, Nods=Construction,Inc.,Barry Brodsky,President 1 • _./ j-. ' . Subcontract 201815STHU0 Vendor:Thu r Demoliiton,Inc(1220) Job:10-20-181511 1 1 Lincoln Rd 4th Floor Printed:115/20.17 Page 1-of 18 . � W i er E Brodson Construction 120 NE 27th Si.,Suite 100,Miami,FL 33137 • T:305576.9909 F:305.576,9901 E:Info@brodsonconstruction.corn srwr.brothanceestrucuoM1tom SUBCONTRACT AGREEMENT Subcontractor. Thunder Demolition,Inc.(1220) Job: 7373 NE 3rd Court 10-20-18151111 Lincoln Rd 4th Floor Miami FL 33138 1111 Lincoln Rd Miami Beach FL 33139 For.02-050 Thunder Demolition,Inc Date:1/5/2017 Payment Schedule:Billing as job progress Item Cost Code Description Amount 1 02-050 Demolition Scope: L 172,000.00 Total Subcontract Amount $172,000.00 • • ADDITIONAL INSTRUCTIONS • 1. At requests for payment must be submitted on the attached Brodson Construction, Inc. Subcontractors Application for Payment form. All requisitions for payment must be received In the Brodson Construction, Inc. office no later than the 20th of each month for work completed thru end of month. A scheduled breakdown of activities and values by cost code as provided above shall accompany each requisition for payment submitted (Exhibit D-Subcontractor Application for Payment&Continuation Form). 2. No payments are requ•^,>'to be made until receipt by Purchaser of the signed Acknowledged Copy of this Subcontract Agreement. 3. Only charges shown on `s Subcontract Agreement will be paid. 4. By signing this page owledge and accept the General Conditions to Subcontract Agreement unless noted. v � te Thundeil®emolitton.Inc. Date Subcontract 201815STHUD Vendor.Thunder Demolition,Inc.(1220) Job:10-20-18151111 Lincoln Rd 4th Floor Printed:1/5/2017 Page 2 of 18 <5-n." THUNDER DEMOLITION, INC. - ' , 7373 N.E.3' Cl.,MIAMI FL 33138 TEL:305.757.9444 FA.'305.757.9441 1f� 4Info@thdnderdesnolitlon.com 051=00348 PROPOSAL/CONTRACT 2016-1251- Revised 1s' Edition Date: December 29.2016 Project: 1111 Lincoln Road Demo Location: 1111 Lincoln Road Thunder Demolition Inc. Proposes to provide necessary equipment, labor, and supervision to complete the demolition of the following scope of work: INCLUSIONS: • All salvage rights (All Aluminum, Copper,"Appliances,Anything of Value). • Removal of existing precast panels approximately 185 linear feet— north elevation&east elevation up to store front. • Save 4 panels to be left on site approximately 100 linear feet from existing building • Removal of slab and tie beams of existing overhang • Saw cut/chip the existing concrete lip measuring approximately 1" x 21" • Removal of existing store front • Removal of existingfinishes inside lobby • Removal of existing concrete wall (vertical) approximately 10'wide x 15" high (North entrance) • Removal of 24" twin T slab in elevator lobby(North entrance) • Install plywood at existing demolition area • All necessary saw cutting to complete demolition. • Disposal of debris (dumpsters) Exclusions: Permits, Sidewalks/Curb Asphalt repairs inside the property line, Shoring, Engineering, Covered walkway, Netting systems, Barricades,Temporary fence,Tree removal, Protection for remaining finishes Total Amount $172,000.00 Deposit to start $50,000.00 AGREED AND ACCEPTED BY: AGREED AND ACCEPTED BY: Company Name:. Thunder Demolition Inc. `Signed Signed Name Name Ronny Herrera Title Title Estimator Date Date , FLORIDA ' NOTICE TO OWNER/ NOTICE TO CONTRACTOR 1 644022 7196 9004 5236 4402 2053 B77674 • WARNING!FLORIDA'S CONSTRUCTION LIEN LAW ALLOWS SOME UNPAID CONTRACTORS,SUBCONTRACTORS AND SUB CONTRACTOR/person or firm who contracted for 05 MATERIAL SUPPLIERS TO FILE UENS AGAINST YOUR the purchase of such labor,services,equipment or... PROPERTY EVEN IF YOU HAVE MADE PAYMENT IN FULL. • 305-757-9444 UNDER FLORIDA LAW,YOUR FAILURE TO MAKE SURE THUNDER DEMOLITION INC THAT WE ARE PAID MAY RESULT IN A UEN AGAINST 7373 NE 3RD CT YOUR PROPERTY AND YOUR PAYING TWICE. ' MIAMI FL 33138-5340 . TO AVOID A LIEN AND PAYING TWICE,YOU MUST OBTAIN A WRITTEN RELEASE FROM US EVERY TIME YOU PAY YOUR CONTRACTOR. OWNER or Reputed Owner(on private work) or PUBLIC AGENCY(on public work) 0 2 The undersigned: ' UNITED RENTALS(NORTH AMERICA),INC 6862 M BEACH 1 LLLP 6125 LAKEVIEW RD#300 1111 LINCOLN RD#760 . CHARLOTTE NC 28269 MIAMI BEACH FL 33139 hereby informs you that he or she has furnished or is furnishing ORIGINAL CONTRACTOR or services or materials as follows: Reputed Contractor,if any. 03 RENTAL EQUIPMENT • )5-438-2311 dRODSON CONSTRUCTION INC 120 NE 27TH ST#100 MIAMI FL 33137 for the improvement of the real property identified as: , I CONSTRUCTION LENDER or 1111 LINCOLN RD ��.. I Reputed Construction Lender,if any. MIAMI BEACH FL NONE 1 0 NIMMIIIIIMIII OTHER INFORMATION,if any. • • i{: C UL. (AJ Q ' Agent Dated: 02/17/2017 (Signature) (Title) R J IFlorida law prescribes the serving of this notice and restricts your right to make payments under your contract In accordance1 , with Section 713.06,Florida statutes. THUNDER DEMOLITION, INC. K� �+ r 7373 N.E 3rd COURT -'3 MIAMI FL 33138 • a4r .N . TEL.: 305.757.9444 FAX: 305.757.9441 w ww.thundercternotiti on.corn LETTER OF WARRANTY FOR WORK PERFORMED We hereby guarantee the work we have performed and/or materials supplied to Albu & Associates Inc, for the project 1111 LINCOLN located at 1111 LINCOLN ROAD, 4TH FLOOR, MIAMI BEACH FL 33139,, to be free from defects of any kind. Warranty period will be for of twelve (12) months from 6/23/2017. FIRM NAME: THUNDER DEMOLITION INC SIGNATURE: "' PRINT NAME: RONNY HERRERA .: TITLE: PRESIDENT State of Florida County of Dade Sworn to and Subscribed before me this;23 day of 44. ,2017' My Commission Expires: i � ` I�t4�y 10171.I.MINN Notary l ,State of Flo, -Ito of Iodda Cocke;*ff 941425 My Conies.Exert Jon 3,202 • edaadthis*NNW Notary' • (O Reliable Concrete Cutting, LLC Quote 1216 SW 12th Avenue Pompano Beach, FL 33069 Date Quote# 954-944-0088 3/14/2017 1398 Name/Address Thunder Demolition • 7373 NE 3 Court Miami,FL 33138 Terms Project/Job Net 30 Item Description Qty Cost Total Jobsite address: Ill Lincoln Road,Miami Beach Contact:Ronny 305-986-2462 Services Tracksaw-Chainsaw Corc Drill-2nd Man 4,800.00 4,800.00 (1)18'tall x 8'wide x 18"thick solid reinforced wall opening Cut into two sections for customers removal and disposal on Saturday and Sunday *Customer to supply layout,lift,removal,protection of all areas to remain Fuel 3%fuel surcharge 144.00 144.00 *Reliable Concrete Cutting,LLC requires that a purchase order,contract,or signed quotation be issued by a representative of the purchasing organization before Reliable • Concrete Cutting,LLC performs any service or labor.'Reliable Concrete Cutting, LLC's terms are Net 30 days.Prices are subject to change after 60 days.Any additional work required to complete the job beyond the description above will be an addition to the quotation price.By signing this quotation,you are agreeing to the terms listed. *CUSTOMER IS RESPONSIBLE FOR THE SAFEGUARDING AND PROTECTION OF ALL SURROUNDING WORK AREAS. *RELIABLE CONCRETE CUTTING RECOMMENDS THAT THE CUSTOMER ' HAVE THE CUTTING SURFACE SCANNED TO LOCATE ANY UTILITIES OR POST TENSION CABLES THAT MIGHT BE LOCATED IN THE CUTTING SURFACE.RELIABLE CONCRETE CUTTING WILL NOT BE RESPONSIBLE FOR DAMAGE CAUSED BY CUTTING THE ABOVE MENTIONED AREA. ADD 30%FOR EVENINGS&SATURDAYS. ADD 50%FOR HOLIDAYS&SUNDAYS Total $4,944.00 STANDBY TIME WILL BE CHARGED AT$125.00 PER HOUR PER OPERATOR ._.' SHOWUP FEE S185.00 MINIMUM CHARGE$450.00 Signature Index Page for CVS#10969 Project PROJECT INFO PAGE #1 Exhibit B—Thunder Proposal #2 Notice of Commencement._ #4 Notice to Owner. .#5 Asbestos Survey Report #6 Asbestos Abatement. #8 Asbestos Manifest DISPOSAL OF DEBRIS/RECYCLING # 10 SCAFFOLD INVOICE #1 1 • I i 0 • 9'V • CVS # 10969 1 728 Ocean Drive Miam j FL 33139 Oak Construction Co., Inc • 4000 SW 30th Ave . Ft.Lauderdale, FL 33312 1 Telf: 954.583.9625 Fax: 954.583.994 1 • Project Manager: David Roland C:954.579.1071 Direct: • davidr@oakconstruction.corn .RT DATE A 1311$-- , NOC 217, ISH D_Ay�T_4E� 0610(o i) ., LAOrci I 0 I • . 1ESTOS • :li ME� ) __?C. O. alp ,l@f;.+ y ,; -e fel' • CONNECTION LETTERS �� IcA\:'(t`. Com. ,IMENCEMENT i _ CA7� PECTION COMPLETED . a:o 'wilt x ' OICE - . . 'APPLICATION • • 'RPRICE; e-- - . - - ACT _ . STOS REMOVAL: 716,5— D . . '. ,. /naRCN 1,:Pdf7-azoo co , • it; 2 s vv g 45x'E3/?00.c° . It Fee. . 0 ing; li pfront Fee: :.�.;a'r'; , ipact Fee: all .T.e: w I vvr . rrrArrte[rtiac. :(ectric; iii n / at • t-µ�r. [1 .J_ . !UNDER DEMOLITION, I C. RT. 7373 N.E.3rd Ct.,MIAMI FL 33138 t - _ TEL:305.757.9444 FAX 30a757.9441 ..c Info@thunderdemo►►tlon.com 058500348 PROPOSAL/CONTRACT 2016-1168 Date: November 23, 2016 Project: CVS Pharmacy#10969 Location: 728 Ocean Dr. Miami Beach Thunder Demolition Inc. Proposes to provide necessary equipment, labor, and supervision to complete the ' demolition of the following scope of work: INCLUSIONS: • All salvage rights (All Aluminum, Copper, Appliances, Anything of Value) , • _Removal of Existing Partitions and Interior Glass partition • -Removal of Existing B inch Slab as per Page D1 • -Removal of Existing Second Floor Wood Floor System • -Rernoval of Portion of existing Balcony • 'Removal of Existing Concrete Platform • • -Removal of Existing Sidewalk as Noted on page Dl . • Removal of Existing concrete and Metal Stairs ne ((1 (,�� � :r r� • 'Removal of Existing Mezzanine inqa ' h nC. • -Removal of Existing Dumpster Enclosure • -Removal of Existing Plumbing Fixtures ay11 � :,'liAltX Ct >'15 • 'Removal of Existing Concrete Walls as per Page Dl - • -Disposal of Debris (Dumpsters) haAv\it\-5 6vat-- . -A70.1ok Exclusions: Permits, Asbestos Report/Removal, Shoring, Capping, Barricades, Removal of existing Concrete Slab • on 2nd Floor level, Removal of Historical Glass block Windows to be reused Total Amount $74,500.00 AGREED AND ACCEPTED BY:' AGREED AND ACCEPTED BY: Company Name: Thunder Demolition Inc. Signed Signed _,Vame Name Ronny Herrera Title Title Estimator Date Date Z 1/31/2017 Property Search Application-Miami-Dade C' .ty ii III opERTy App.,-tiAlsER t:v,-.,,,,-, oFFIcE of 1HE • • ,,,,:, yy,; Summary Report Generated On:1/31/2017 Property Information ., ,1'-4777g"1� `a` s Folio: j02-4203-004-0170 e' '='' ' a h" rt} L�4- -41,,,,x4,- , r I• f i...C� 'Rr .►at 1,....A* �'�7�:i t �L 728 OCEAN DR !� 2 T/ f ;�»a ,c 1,¢ v'vc +''x .,,y. Property Address: .2 •-rc�x•- -' , "• _ ' `.: •" /'. Miami Beach,FL 33139-6220 ',Al;1 ` }f'f . r•y —f7%0 Fa Owner IRE 728 OCEAN DRIVE LLCtali , 7 1 i ..+ `* * - i Mailing Address 1407 BROADWAY 30TH FLOOR " x-, p, , , (,_,=, .,4�` �' + r y �^` .. - x •44,. 4,71:t.,,,,-' ;; NEW YORK,NY 10018 USA , w. 41",,,�,y(d, 4_ ,Wir 6501 COMMERCIAL-MIXED USE s� AlA t•`2't'of = I i**- 0 3 `r'' o Primary Zone �i. •,t ur,�fi� 'J 4 ;,� -- ENTERTAINMENT ' , r ,,:.: ,,.t. ,n........._:: .,,c. +•• r • 1209 MIXED USE- s' i � - " 'T = °k Prima Land Use 't` ;`" '., ' � r Primary STORE/RESIDENTIAL:MIXED USE �s� '�, A � �•+' -'- �,=.-�� `�Y -RESIDENTIAL 4.?} ; r, 1-i!,::,,a Beds/Baths l Half 2/2/0 ""s'=may ° ; a t b Floors 3 ',1 y --4 .t!,1" ,� °s-oy t Living Units 2 '• '} lis f a�"wr-,* '$+a E` t ' y 4 Actual Area Sq.Ft ,: ,... ". o . � � Y - i �C° Living Area Sq.Ft . Adjusted Area 9,852 Sq.Ft Taxable Value Information Lot Size 6,500 Sq.Ft 2016. 2015 2014 Year Built 1953 County Exemption Value $0 $0 $0 Assessment Information • Taxable Value $9,700,000 $4,377,844 $3,979,859 Year 2016 2015 2014 School Board Land Value $3,900,000` $3,900,000 $3,900,000 ,Exemption Value $0 $0 $0 Building Value $5,800,000 $5,800,000 $656,792 Taxable Value $9,700,000 $9,700,000 $4,583,486 XF Value $0 $0 $26,694 City Market Value $9,700,000' $9,700,000 $4,583,486 Exemption Value $0 $0 $0 Assessed Value $9,700,000 $4,377,844 $3,979,859 Taxable Value $9,700,000 $4,377,844 $3,979,859 Regional Benefits Information Exemption Value $0 $0 $0 Benefit Type 20161 2015 2014 Taxable Value $9,700,0001 $4,377,844 _ $3,979,859 Non-Homestead Cap Assessment'Reduction 1$5,322,156$603,627 Note:Not all benefits are applicable to all Taxable Values(i.e.County,School Sales Information Board,City,Regional). Previous OR Sale Price Book- Qualification Description Short Legal Description Page OCEAN BEACH ADDN NO 1 PB 3-11 03/08/2015 $12,400,000 29537- Not exposed to open-market;atypical LOT 5 BLK 12 0622 motivation LOT SIZE 50.000 X 130 05/03/2011 $8,000,000 27678- Affiliated parties OR 14221-1592 0889 4 3934 08/01/1989 $0 14221- Sales which are disqualified as a result of 1592 examination of the deed 2787- 02/01/1986 ' $255,000 10737 Sales which are quaffed The Office of the Property Appraiser is continually editing and updating the tax roll.This website may not reflect the most current information on record.The Property Appraiser and Miami-Dade County assumes no liability,see full disclaimer and UserAgreement at http://www.miamidade.gov/info/disdaimer.asp Version: ? , 1111115 11ll111111lll11IIII it l UPON RECORDATION, l�lll��II I �I PLEASE RETURN To: FN 2017R0066490 OR BK 304119 Pss 1558-1561 (4P4s) CVS Health Corporation RECORDED 02/03/2017 10:1;:20 One CVS Drive HARVEY RUVIU, CLERK OF COU T Woonsocket,RI 02895 CfIAf1I-D'tDE COUN Y► FLORIDA Attention:Chris Mercer,Esq. • NOTICE OF COMMENCEMENT Permit No. PI/./760019 Tax Folio Nos.02-4203-004-0170 • • STATE OF FLORIDA COUNTY OF MIAMI-DADE THE UNDERSIGNED hereby gives notice that improvement will be made to certain real property, and in accordance with Chapter 713. Florida Statutes, the following information is provided in this Notice of • Commencement. 1. Description of property: V ,• .�� z,�.� , a. Physical Address: 728 Ocean Dr. f` ~' Miami Beach,FL `? , b. Legal Description: See Exhibit"A"attached hereto and made a • part hereof. 2. General description of improvements: Construction of a CVS Pharmacy. . 3. Lessee Information: Name and Address: Holiday CVS,LLC a Florida Limited liability company J One CVS Drive Woonsocket,RI 02895 • b. Interest in property: Lessee c. Name and address of fee simple title holder:IRE 728 OCEAN DRIVE LLC • • 1407 BROADWAY 30TH FLOOR NEW YORK,NY 10018 USA Contractor. a. Name and Address: Oak Construction 4000 SW 30th Ave Ft.Lauderdale,FL 33312-6820 1/1• q • -: THUNDER DEMOLITION,INC. -..4. 7373 N.E.3RD COURT Zt. • MIAMI, FL 33138 305-757-9444 ' (]/ 7"' MT()' OW '''- r- D -. 0 0 ' .*' ' gt '.4\61(10 1--5 • . • W/O#17014 1. Certified: 7016 2140 0000 3187 4329 TO LESSEE: Holiday CVS, LLC,One CVS Drive,Woonsocket,RI 02895 2. Certified: 7016 2140 0000 3187 4336 TO TITLE HOLDER: IRE 728 Ocean Drive LLC, 1407 Broadway 30th Floor,New York,NY 10018 3. Certified: 7016 2140 0000 3187 4343 TO CONTRACTOR: Oak Construction,4000 SW 30 Ave, Ft. Lauderdale,FL 33312 - 4. Certified: 7016 2140 0000 3187 4350 TO OTHER: Robert D.Boos do Boos Development Group,Inc.,410 Park Place Blvd,#100,Clearwater,FL 33759 WARNING! FLORIDA'S CONSTRUCTION LIEN ALLOWS SOME UNPAID CONTRACTORS,SUBCONTRATORS,AND MATERIAL SUPPLIERS TO FILE LIENS AGAINST YOUR PROPERTY EVEN IF YOU HAVE MADE PAYMENTS IN FULL. UNDER FLORIDA LAW,YOUR FAILURE TO MAKE SURE THAT WE ARE PAID MAY RESULT IN A LIEN AGAINST YOUR PROPERTY AND YOU PAYING TWICE. TO AVOID A LIEN AND PAYING TWICE, YOU MUST OBTAIN A • WRITTEN RELEASE FROM US EVERY TIME YOU PAY YOUR CONTRACTOR: THUNDER DEMOLITION INC., AT 305-757-9444 i The undersigned hereby informs you tha Interior demolition • ti. :ow q E• Hl . E 7t,Af f 4 GartEr .:EtliP.Igc,7. PN gEL1VERYs•1 p p p! Com lete Items 1,2,and 3. A.-5 ; For the improvement of the real ro ¢ p r 728 OCEAN DRIVE,MIAMI BEACH • Print your name and address on the reverse X - O Agent so that we can return the card to you.• <.-,D of De ssee g LOTS,IN BLOCK 12,OF OCEAN BE y { IN PLAT BOOK 3,PAGE 11,OF Till •Attach•this card to the back of the inailpiece, B• Received Xt.-printed Name) C.Data of Denvery r or on;the front If space permits.: . . :,-_- - :;7-�._....:...:.. ..:.i i UNDER AN ORDER GIVEN BY: OAI 1' Article Addressed to • ;D Is'detiveiy address different 6om Item 17 D Yes" . If YES,enterdelivery address below: ❑NO i •1 U.S. Postal Service'"' {; o m -11 1 CERTIFIED MAIL'' • ''' m lir. IRE 728 Ocean/Drive LLC rrl i rL Domestic d?aitOnly M s = r m 1407 Broadway 30th'Floor N r z- For.-• -ry i . „ i.n • , New Yorks NY 10028 a: sen ide Type -a PdcrlyMaII Exp os-sse I` �wla Q Adult SignaQuo D Registered Melt"" ep ep r-41 9 +� 74_'A SJgnatws Restridad DeBvery °Re�ste W Mail Restricted!, m ' m r1 ,,'W7ettmati Faa D G man, D.eiivm m 't3'.CertilledMaoRestiictedDelivery 0RetuirtReceiptfar C Q.Cooett on Delvery Meictterdleo' Ira ar*-..•: :,t thockbanaaNaram Q Called an Delver/Restricted Delivery' 0 Slgii tills confirmation"' C7 O Q t7 O w=g $ 2. Article Number(TransAlr from service label} ❑gigue Carttlmtetlan oa o o, o ,; '+ $7016 2140 0000 3187 433.6 a Restdated Delivery Restricted DetlVary' G C r34"4 ""R nlaigestaractatopay s ! PS Form 3811,July 2015 PSN 7530-02-009-9053 Domestic Retum Receipt , O im 0 ci Otag o seamy t. ... �..�, u 5tgnewre i:onnrinaaon ,4 r-3 .. - 7016 2140 0000 318 7 4343 Restricted Delivery v ru tv roverpesmaeartar __ ._ - -.__ s i Ps Form 3811;Julyt2015 PSN 7530-02-0 9053 - Domestic Return Receipt . Signature Centirriiition N.: V%r` 1.,_ pert fApr 1Yti.;o`TpD$ox No. i 7 016 214 0 0 0 0 0 318 7 4329 ,M�II Reetttated Delivery • °Restricted deli CYryrYM m'te fa PS Forrti 3$11,July 2015 PSN 7530-02-000-9053 Domestic Return Receipt , t8* u vey w.mv v.n uu mou.n i 7 016 2140 0000 318 7 4350 tail Restricted Delivery Restricted Delivery • —fall P • :.,..A rit 2015 PSN: 2) .. PS Form 3811,July 2015 PSN 7530.02-000-9053 ': ,` : Domestic Return Receipt 3 ' • EIVVIIWNMENt•, TAL, INC Asbestos Business License A-000064 Asbestos Consulting • Radon Measurements • Lead Assessments • Indoor Air Quality Testing • Mold Investigations Invoice Date: 3/10/2017 Invoice: 20170430 Prepared For: Job Site: • Ronny Herrera Two-Story Roofless Vacant Apartment Building Thunder Demolition; Inc. 728 Ocean Drive 7373 North East 3rd Court Miami Beach, FL Miami, FL 33138 Cell: Phone: (305) 757-9444 Fax: (305) 757-9441 info@thunderdemolition.com Description and Price of Services Rendered — Thank you for your business! Asbestos building survey. • T' "NDER DEMOLITION,INC. 3555 ARS Environmental Inc 5/16/2017 20170430 500.00 1 Demolition7530 728 Ocean Dr 500.00 PRODUCT SSLT104 USE WITH 91983 ENVELOPE Deluxe Corporation 1-800-328-0304 or www.deluxe.corntshop C3CDFB 0IKDK02 1805/O6 17:13 -58. American Express Card Number: Visa Expiration Date: Billing Zip: 9 Discover CVV Code: Invoice Number:20170430 Document Number:13371. 10097 Cleary Boulevard, #305, Plantation, FL 33324 • Phone 954-227-2402 • Fax 866-816-5110 www.arsenvironrrmental.com • safes@arsenvironmental.com • i • i , . rigigoEiviEb NCi ( I23 I • MAR 13 2017 . zo MI' COVIT! Florida DEIttirAiWiti Dopartmont.of Regulatory and Economic Resources EriVlr Environmental Resources Management ',7 4bl irfi i319109n 701 r(w1stCou t;artaRoar Division of Air Resource Management Miami, . da 33138.3912 • t a yr •.t, �v-6$ft�6 • NOTICE OF DEMOU11ON OR ASBESTOS RENOVATION ' l: ':a�gav TYPEOFNOUCE (CHECKONEONIY) Iia ORIGINAL ❑REVISED OCIINCEItA110 e'' 1'`"'V' i,; 'e TYPEOFPROIECT (CHECKONEORM : 0 DEMOUTiON m RENOVATION 0 ROOFING A h C 8017 1 IF DEMounON,Lsrr.NORDERED DEMOLITION/ CiY6 ®NO AI 5 2 IP REVOV ARM i IS RANMERGENCV RENO VA1IONCPEI1Ai1OM ❑YES ®NO RiaD . T .r Qu ity t iS TTA PLANNED RENO VATION OPERATION/ 0 YES 0 NO Pro` 'U s - r y•,. ' I. Facility Name Cummercia19ult0nO i Addrost 728 Ocean Dr- - City MIRmiBeachState FlLip 33139 county. Miami Dade . ) SiteConsultantinspedrneSlte Manion&Associates,ins. Building S1ze 9.8fr2 (Square Feet) Sof Firm 3 ButidingAgein•Year° f14+ Prior Use: OSchooi/Colfegeniniversity OResidence OSmal&utness V outer MN -MOtEDUS6ENTEtt7tlRitElr1• Present Use: DSdtooVCollage/UntrersiIy ❑Residence • 0Smaoatlslness V Other MIXED tissamOiRESIOENTIK - IL Padllty Owner IRE728 OCEAN DRIVE LIC Phone . Address 1401 RROAf1WAY 3nTN Fl OCR City_FwYORK - Stare,_NY cep 1001e • IlL Connect&'Name AatEnvironmental.Ina Phone 306944-7741 Address MNE.tee3L I • asY North Kane Beath State FLyo 33102 Is theeonmsdor awmpt from floensure under section 469002(41,F S.1 0 yes Qi NO i ' si Scheduled Dates: Biotite must bepostmarked 10Wa1M0Uda Ys before theproiectstartdate) Asbestos Remould ImtNddlys)Stare 031182011 Rnlsts 03,22/2017 Demo/Renovation(n niddlyy)Stazr t?h It Description ofpinned demolition orreno vadonworktobepedbnnedandmedmdstobeemployed,tndudingdemofhlonorrenovattontechniquesto •i be used and desolation of Waded tacitly components. Throughout 2 Floor f:1 floor In two W side rooms ably prowdurestobeUsed(Check AIIThatApply) Saipan!Retrtovat }}��((�� Glave Bag t Bulldozer Weer king Dail _Wm method' 1_U -Dr/Method . • 0 Wade J Bum Down.._ 0i11E1C - - VI. Picadores for Unexpected RACM -STOPWORKAN!NOTIFYMUM DADECO1JPIYDENS •VII AtbSdOS n$IOTransportw Name ACI1EslvhgmeNal,lrta Phone SOS 0484141_ - I Address O 881 NE 16 C Nadh Semi Oesah • State Fl. 33162. .: Viii MU:Disposal Stec Menu south Deistartda_ Address a3SONWS0Ave. M ' i i's t v a ` i'•'• s: meow stiite Ft. cepartte . .. • •IAU.TY' 1,NACIEM��T'DIVISION r IX. my=or AQt Procedure.Indudingsnafydolmethod:;smployedtodeuRthepresenceo?RAlIAaadlit e9'l ..1�'I dt:Wrs.5' URtit;i Pfotir :i• •:41--. airs tusgy ii.eon- • Amount ofRACMcr ACM' Submitted in •m~ji;trice w1117 squarefeetsurfidrtgmatertal square Teetcemenddow ._,:pt(cable 0e! tR((0m • 6neafesspigs sgvarafeettesnientflaad . cuhicteetafflAfMolifadl(tyrxlmponttnti --..—...—bquare&etas8. • fj1g *tdentifyanddescribe sudadngmatrsblandOthermateddsuappirablet /' \' � • • 9.280 q.Ft of liaige 9'x s•Floor Tile and Black Masscon Wood f •14 Isetdrythatthooboes InfcmuUonlaarea andthasonbutiiiduatttaktcdInthe pmvishorsoftblsregulatron(40CFA Peittil..SubpsitM)vtllibeen- . site during thedemofttionoirenoradonandivtdeneethatthe required ttaltdog b 0P by . during normalbusiness Ibiveroadanden droadditlmu:lhformetionprovidedonthehadtofthisfMmt_ ' .5 -. . (Pdntwm och.o eriO!amtad ®�f 03(131.2017 . . 305 219-0875 (StgnatureolOwnanADpetatur) (Date)' - (Contact phonon �..r .OR14SEt]tliY • ,daldellecelved _ i''.1 ID •• ; I tapi-tss two 01501181/11. ote Wise-rER ttlluw-4p omt rink-Reswe Galdatetmra ' . i 118. 1 1 1 • ACR Environmental, Inc 269 NE 166th St. North Miami Beach, Florida 33162 Office: (305) 944-3741 Cell: (305) 219-0875•ToII Free Fax: (866)875-7884 +Asbestos Business License # ZA433•Asbestos Contractor # CJC056718 • CLIENT: POST 1OB SUBMITTAL PROTECT LOCATION: Asbestos Abatement Ronny Herrera Commercial Building Thunder Demolition, Inc. 728 Ocean Drive. 7373 NE 3rd Ct. Miami Beach, FL 33139 Miami, FL 33138 We are pleased to inform you that the abatement at the above referenced site has been completed. We truly appreciate your business, and we're grateful for the trust you've placed in us. Please don't hesitate to call me if ever a problem should arise. We hope to have the pleasure of doing business with you again. • Best Regard, Adolfo Hodgson, President Date: 06/19/2017 ASBESTOS ABATEMENT ♦ MOLD REMEDIATION ♦ LEAD REMEDIATION b l3OiV 3N3J-010E H3J.aodSWi j-*Oil 111daMn-Auvrrva k3OLWK3N3E-311104 'S#Wel!u?Palen JeAOUJOU tap of Ado,a puss pue uuol sogil do Adoa pesedwo,a ung isnw on lesod,s7 ols2M 841:310N JseA /yap yluopy aupsuels ---- -- pmPus ouieN PooK1JPsiuJd .�Ca`',,', '!-C34.,t 71 wall ul pelou at lde,xe=gum s!41 Aa Peiaw leueiew solsegse jo 3d)eoei 0 uopeag!lieo i(f):::; c1:10.0d1:13d0 BO 1:13NM0 3.11S'TYSOdSIQ 31SVM 'El ;`D,i. ❑ ON ❑ se,� ��' 4 Pex>alea I rt.; - Phis d i0 weitnifewoa.q swelgoid Zj ' -oN euo4delei pm ss eippy me), hp !Avow emzeu5is eP'L pue eweN ped41/Psluud Z •wioj SW10,jo Ado,B ule3WJ 3snw Jaiodsuwwj:e3oN(SiV11:13.13,01 3O 1.03031:1 AO IN31:40Q31MON)IOV Z 1:13. WOdSNVa1 1.1 CD '' L g I ''L—_, 14 rv\i' i 0 � -E --1:71,---(-9 ----L- a"7 r acv b 9 z �-�-�:'_ ( flJa 0o4detai PUP sse+aPv rn JeeA ABO gluon e1ILLPus'QUR?N PodVP$4110 •uuoj quip Adog a ups)3snw J.Oodsuwj 3340N(51d1a3LVV!I .1413031:1d01N3W0Q31MONMOVi.1:a31.14oaSNvii1 'Dl .., .rolo .?--Los oVi . / •..,,,__ 1eBA 43 wail epu.Pue suleN✓ pedF Pei ;4....'t •wioj sap jo Adose uieuulsnw JolaJeue :ejoN•.00Opi infral lireurweno6'�" i " :, 4$!N q.3iodsue.A ice ugplpuoP�adoJd u ispedser lie wen pile• 'pes ss p Oweu BUK1 6s�edoid � � � 1 Pelsq�Y P�'PeJjreui'pa>t,ed•Pell!ssep aJe Pus euleu 6ulddjys JedaJd e^.. Ag 13A0taiPe1PP AJ81eJ ;P1Je Ant am 311e41/u6!s100!147 JO WUe3uoo 8413esp eJejoep Aga*i=NOl1V01dL1H30 S,1iOlVl33N39 6 bb96-9 -b96-1 .•'."...:,=;',- E Joveua A '<`"'' ( 3 J q PePIJwJd)JegwnN euoydelal esuodsed loua6Jeua Jr104 bz pue suoparulsul 6u11PueH 110PedS 14 ,,1;,,:'•:•:.:,.'..; ds 111 z�ZZVAI 6 srnsagsv 01:1 .P.-:-.e.!- (;PA) flu adA& 'oN #dna0 JegwnN seen :;I Al!1uBn0 lerol 'L . sJeuleluo0 •9 . 6ul)Ped 01 PJezBH SIelJe a to•ossa . WH ,5 t111. - Int; (4gl- -L1,6(bob) se£o£V101:1039'b1Nylly :.3:1,:Xi 3N.L331113 ONVl1F3f1O0 SVC :l: Al NOI931:1 Vd3 Sn 1�/0I <:0.- Ieu016eJ ID'e3e3S' lila e, Vd3 jo ssaJPPV Pus aweN 'b "` ' S r\-bi Lb M9 LOZ-210, ' ,: I I , run-) -Ci-bic<<wQs u042301 e3!S leolsA4d Pue'ssaJPPV 6ul!!eill'eweN(SOM)ells lesods10 e3selA 'E • Lb/C-1176-9K GPS 1.81££ld'!we!yy 4poN 90C i! S''PN8 euAgos18 b99Z l 'ON suoladelal 'oul Ieluewu0J!Au3 210V spAOwea SMI PPV Pue MAN S,ienowea 'e A/74 -1-11-(c4 �11 I, ( .2. 94 1 LOQ ttov)�w at9n!v.ct CJ�r)�JQ •z a U,�a�47 A2 L 'oN euo4delal S Z.L,.zr-t • c Q Ifl t IJ 1»�(AAxj s,Jeumo eweN s,JeumO (Jow.wue0}ssaippv Bull!v11,1 Pue autnN eIIS>IJ0M .1 • OlO3!I .LN!IAIcIHS 3 LSVM ©)QSO -Lt oZ -Zs J • ST LUCIE WRECKING LLC Invoice Date • Invoice • PO BOX 680958InvoiceMiami, FL 33168 4/19/Z017 1-001 1 Bill to 1 Job Address THUNDER DEMOLITION INC 728 OCEAN DRIVE 7373 NE 3RD CT MIAMI BEACH MIAMI FL 33138 • Due Date P.O.Number Terms _ Net 30 5/19/2017 THUNDER - '-"'" Item CodeDescriptionPrice Each Amount pEMDUT�ON INC.,1N St Lucie Wrecking LLC 75.ao 750.00 • ) inv i ' 001. concrete cutting 5/26/2017 3582 dodge truck purchase gat 728 Ocean drive 16 hours operator(michael) 750.00 500.00 320.00 Demoiihon7530 • R SS1.Ti W 0 5 8160 1 l avveuz7p8 Deluxe Co ' 1 motion 1-800-328-0304 -800 328 p30 f aW dehga.��rYshop 570.00 • C3CpFg 02 1'225/1617:13 •85- 10 ti f f F& R Scaffolds Inc. InVOice 2100 NW 8TH AVE. i l• 1. MIAMI,FL 33127 �!. t (a �'/ 'J•-'-+ ' Number: 120498 (305)548-5090 Date: 30-Mar-2017 P.O. Number: ✓ JOB SITE 32306 BILL TO 7567 Thunder Demilition 728 ocean dr 7373 ne 3 ave MIAMI BEACH, FL Miami, FL 33138 Last Payment Date: Job Number: Accounting ID: 19-Jan-2016 From => To Duration Unit/Service Type Quantity Price/Per Tax? Extension - • .., THUNDER DEMOLITION,INC. --- - u - 3549 F&R Scaffolds Inc. 5/15/2017 64.20 J • • Demolition7530 728 Ocean Dr/Inv 120498 , 64.20 • PRODUCT SSITte4 USE WrM 91583 ENVELOPE Deluxe Corporation 1-80-328-0304 or www.deluxe.com/ahop C3CDFB glKDK02 12/05/66 17:13 -52- Index Page for Armory Homestead Project • PROJECT INFO PAGE #1 Exhibit B—Thunder Proposal Subcontractor Guarantee Statement..........,,.................. __ _ ..,;..,,,..,,. #3 Final Release............ ................ ....... 114 Letter ofIntent....„.„.„,..,.„ .... . ...... ......... . . S Copy of Payment from Lunacon... #6.7 LEED REPORT. DEBRIS HAULING TICKETS ..........:........,.,. -,.:.,...........,...........:...:.:,....... WASTE MANAGEMENT.................•...•....._....•._.•..... .. RECYCLINGTICKETS.........,.................,:_,...............:.....:::::....... .......:.....::.:.: PERSONNEL INVOICES............ . • • . . . + , - . . . t.i...... .... __,.. ''"":.• . N , il. , Armo HornefavA 756 Schweinfurt Rd Homestad, FA 33092 Lunacoil Construction Group, Corp. 16890 South Dixie Highway Miami, Florida 33157 Office: 786-293-0035 " Fax: 786-293-0333 Qsa ;-'s (c stAy .093.11 • orge Fl s jfloref@lunaconcorp.cor 16890 South Dixie Highway Miami,FL 33157 . 786- 93-0035(office) :Ok:<-1.71 \•::.T eR;C.i....; LAC; Ce - • i • 786-p93-0333(fax) 3051632-1962(cell) ,.5.;B ES.1 OJ-it/A I.,: drolan-rossy@lunaconcorp.com :1•C 1 __j :10.4e 3: 3_4 QO_C:a S)_0____raj it, p Darlene Roman-Rossy LUNIFICO CONSTRUCTION GROUP a)1i4: Vice-President of Operations e(A),WBE,GSA-10E-C ..- A :i 0#4; ;47: , - ----; ---1 01 I, ,,;-:: r, , , -.1. ..,.':; ,_, ,,,s, ../ -...... ...- _ . . 4,..'.,J1:14.:',1%tt4. • - -. ' SBE.gros .,.. c•RNIIT , -- '••,,,,,„ .,1,,..-,,.41 mr,t:.lit-tugasisizrn.„-,,c..t CONN1. CTI ON L ETTF.RS . . ': :: ',:CCN COMPL.1-..TE,D i'' j114,tirgVegat_V (7/a 41- 1)'qt ' THUNDER DEMOLITION, INC. , q 7373 N.E.3"d Ct.,MIAMI FL 33138 145 TEL:305.757.9444 FAX 305.757.9441 o Info@thunderdemoltlon.com 058500348 PROPOSAL/CONTRACT 2014-0412 Date: April 3, 2014 Project Armory Homestead Location: ' 756 Schweinfurt Rd Homestead Fl 33092 Thunder Demolition Inc. Proposes to provide necessary equipment, labor, and supervision to complete the demolition of the following scope of work: INCLUSIONS: As per plans Dated 311212014. Pages AD1.01. AD2.01 and AD3.01 • All salvage rights • Demolition of existing interior partitions, perimeter wall and framed wall finishes, doors and door frames as per plans • Demolition of existing ceiling system, ceiling lights and a/c grilles and diffusers as per plans • Demolition of existing mechanical mezzanine and remove equipment as per plans • Remove floor finishes (one layer) as per plans • Cut and remove up to 3400 sqf of concrete slab up to 4 inches thick as per plans • Remove existing interior fence cages as per plans • • Remove stair railing as per plans • Remove existing loading ramps and overhead doors as per plans • Demolition of existing entrance ramp and stairs as per plans • Demolition of existing exterior windows as per plans • Demolition'of existing bathrooms, bathroom fixtures and finishes as per plans • Demolition of existing-cabinets and mill work as per plans • Cut opening on interior block wall for new door opening as per plans • Disposal of debris EXCLUSIONS:. Removal of any items to be saved or reused, Permits, Barriers, Layout in concrete cutting Total $45,000.00 AGREED AND ACCEPTED BY: AGREED AND ACCEPTED BY: Thunder Demolition Inc. Signed Signed Name Name Tom Herrera (305)370-9480 Title Title Estimator Date Date l • ILL!NI 11=1 CONSTRUCTION GROUP EXHIBIT H SUBCONTRACTOR'S GUARANTEE STATEMENT FORM That the said Subcontractor has performed work on f HOMESTEAD NATIONAL•GUARD ARMORY RENOVATIONS—PHASE II)in (HOMESTEAD Af=B, FL),:and that said:work.has:been completed by:the Subcontractor in its entirety. That should any defects develop in the work of the Subcontractor during.the guarantee period,.due to improper materials, workmanship or arrangement, or defective machinery and equipment, the Subcontractor warrants or and covenants that promptly upon notice from the Owner, Lunacon Construction Group and/or Architect, the defects shall be made good by the Subcontractor, at the time specified by the Owner and that any other work affected-in correcting such defects shall also be made good all at the Subcontractor's sole cost and expense. . STATE OF FLORIDA COUNTY OF DADE Before me, the undersigned authority, personally appeared RONNY HERRERA .who, being duly sworn, deposes and says as follows:That he is the duly authorized representative of THUNDER:DEMOLI ION:lNmeing it's PRESIDENT . (Name of Subcontractor) (Owner) and as such has full authority to execute this Subcontractor's Guarantee. . . THUNDER DEMOLITION INC " SUBCONTRACTOR:(Corporate Seal) RONNY_HERRERA, PRESIDENT (Name and Title) -- By._ - Autttoriz. ;si nature ( 9 'only) SWORN TO AND SUBSCRIBED before me this- -110 day of JANUARY ,20 17. 711 GRANADOS 10� =8c''1 ', Public-State of Florida Non -ublic, State of FIq sia vv n.re FF 94742 biy Comm.Expires Jan 3,2029 • �'';�ori f:0" Bonded through National Notary Assn. 39 Contract No..14-005-104 Lunacon Subcontractor r � F Check# FINAL CONDITIONAL WAIVER AND RELEASE OF LIEN RIGHTS The undersigned is a subcontractor who has furnished labor and/or material under a subcontract agreement and/or purchase order with Lunacon Construction Group to a project known as Homestead National Guard—Bldg.756,owned by US National Guard, and located at: Property Address: Legal Description: Homestead,FL. Bond No:0157165 For and in consideration of the payment and receipt of$3,034.90 representing Full and Final Payment on the above-referenced Project, Subcontractor hereby acknowledges complete satisfaction of,and forever waives,releases and discharges,any and all claims, construction liens,contract claims,bond rights,suits,accounts,debts,demands,torts,charges,and causes of actions for labor,material, equipment or services furnished to the Project or pursuant to its subcontract and/or purchase order,or otherwise arising against the Project,the property,Owner,Contractor,their sureties and their successors,assigns,directors,officers,agents,employees,and parent and subsidiary companies,which now exist,have existed in the past or will exist in the future. IN CONSIDERATION FOR PAYMENTS MADE AND RECEIVED,THE UNDERSIGNED SUBCONTRACTOR AGREES TO INDEMNIFY AND HOLD HARMLESS THE CONTRACTOR,ITS SURETIES,IF ANY,AND OWNER FROM ALL LIENS,CLAIMS,AND DEMANDS INCLUDING ATTORNEYS'FEES ARISING OUT OF OR RELATED TO WORK,LABOR,EQUIPMENT AND/OR MATERIAL PROVIDED BY OR THROUGH THE UNDERSIGNED SUBCONTRACTOR OR TO THE SUBCONTRACTOR FOR USE ON THE PROJECT. Subcontractor further represents and warrants that it has not assigned and will not assign any claim for payment,any right to perfect a lien claim,any contractual claim,construction lien against the property or bond claim in connection with the above-described work. Subcontractor further warrants and represents that all bills,claims,or liabilities against it or the Project arising out of labor,services, equipment and/or material furnished by or.through Subcontractor to the Project,or purchased by Subcontractor for use on the Project have been paid and satisfied in full and that it has paid all applicable federal,state and local sales, use,excise,payroll and similar taxes,duties,licenses and royalties,if any,applicable to the labor,services,materials,equipment and supplies furnished by or for the Subcontractor and that there are no outstanding claims or rights to claim against the Subcontractor,Owner,Contractor,its sureties,or any bond posted in connection with the Project; Subcontractor further warrants and represents that Contractor and/or Owner has good title to all materials,equipment and supplies furnished and that there are no liens,encumbrances,or security interest against such materials,equipment and supplies. All of the provisions of this release shall bind the undersigned.Subcontractor and the Subcontractor's legal representatives,successors .r3, and assigns and shall inure to the benefit of the Owner,and the Owner's heirs,legal representatives,successors and assigns. The person signing this document represents that they are duly authorized to do so on behalf of the undersigned Subcontractor. IN WITNESS WHEREOF,I have hereunto set my hand and seal this 7 _day of/ PAO�..7 EXECUTED this 2 day of C 2011f Company: Thunder olition Inc - Signature: - - _ Namelitle: jeOnn i )€€ 4 STATE OF FL RID COUNTY OF i • SUBSCRIBED, SWORN TO AND ACKNOWLEDGED.BEFORE ME by the said r1n.Y Ert1II4this Pea the 2 day of intlftk. ,.2011 to certify which witness my hand and Official Of s-of of office. tes : , NOT My commission.expire r ,,,, -,.p �a,� EDITH I.GRAHAMS�a°o^'y Notary Public-State of Florida i•a ' o•' Commissions FF 947425 My Comm.Expires Jan 3,2020 'e0 . • Bonded through National Notary Assn. le- LUNAeo CONS i•RUC TION GROUP September 2,2015 Thunder Demolition,Inc 1373 N.E.3rd.Court Miami,Fl 33138. Phone: 305-757-9444 Fax: 305-757-0441 Email: info@thunderdemolition.com Attn: Tom Herrera Re: Homestead National Guard Armory Renovations—Phase II Mr.Herrera: Enclosed for your review,please find the Subcontract Agreement 14-005-104 for the above referenced Project. Please sign and•return both copies to this office for processing. An executed copy will be sent back to you for your records. Also,enclosed for your review and acceptance are the Subcontract Agreement Exhibits sent via Dropbox link. Do not modify the original Agreement or any Exhibits or Attachments. If modifications are necessary or proposed,include a separate document indicating the proposed revisions. Once reviewed and accepted,a separate amendment will be issued and included as a supplement to the Subcontract Agreement. Please be advised that failure to return these documents will result in a delay of payment,as no payment will be release without a signed copy of the Subcontract Agreement,required Exhibits and a current Certificate of Insurance on file. PRIOR TO STARTING WORK ON THE JOS: `Executed Subcontract Insurance Certificate Performance Bonds(if applicable) , -, Schedule of Values(Approved) I Form W-9 I Safety Program Contracts To: Lunacon Construction Group Attn:Julia Urbino/Purchasing 16890 South Dixie Highway Miami,Florida 33157 r 4.4 tip sil l S 'r I.) . �f yP l; �'s P iil" +' >.i, F i f t: Mf..) 2',1 003:) '1' rig), 29', ; {i - ( , I ir_ti y Qit , e.. sA..: .;r:,,,:,4,-.7., ,j G QSSu/-4oTu`. ;P P_Ut T I 'iltz'i1F GFs „, v PRfiVIOU ,r• a LM4cE �' N6TfAMODUT , 20765 60,698.00 0.00 0.00 57,663.10 0.00 3,034.90 1 WAVYA7tt! PWECOWME�li`!�{1�1.. er ,. 1.M-ft-AP :WO; ,V +5F5'14 �!!1 E�'.@TF7EE�".SE;>~�C � TQIRE,SI � �, .��O�F1E3A�,�F,5�.,;' LUNACON ENGINEERING GROUP Bank of America 83-27 FL 004578 ACH W7 063100277 987 UNFIC�y 16890 SOUTH DIXIE HIGHWAY CONSTP.UC:TION'GROUP 9 MIAMI,FL33157 DATE CHECK NO. AMOUNT 10105/17 4578 ' $3,034.90 IN GOD WE TRUST ***Three thousand thirty-four and 90/100 Dollars*** Thunder Demolition Inc H, . ) 7373 N.E.3rd.CT. ORDER Miami FL 33138 .,,: OF /, • - AUTH7R .SIGNATURE `^ �i 11'00457811' 11:063100 2771: 89806811 1375711° • , Ca..vV' Vendor 1509 Thunder Demolition, Inc 12259 06/15/16 Trx No Invoice No Inv Date Job/Description Discount Check Amount 20091 05-14-005 05/31/16 14-005 Homestead.Nat. Guard Bldg.7 2,434.50 0.00 2,434.50 '®� 2259, sem. 6341630 FL s LUNACON ENGINEERING GROUP sank o4 America 987 16890 SOUTH DIXIE HIGHWAY /1CH WI-063100277 - 3 MIAMI,FL 33157 i,. 2259 m 3 ***"*"******«2,434 DOLLARS AND 50 CENTS*************** DATE AMOUNT i a . ' 06115/16 ********2,434.50 I �' SAY THUNDER DEMOLITION, INC �h i:TO THE 7373 N.E. 3RD. CT. ' ORDER MIAMI FL 33138 a OF ?i c: A •‹w14EeslONATUFiF" t 1100 2 2 590' 1:06 300004 71: 8980684 1 3 7 5 711 4 i E„ . l 0) THUNDER DEMOLITION INC T PROJECT: HOMESTEAD ARMORY LEED MRc2 Construction Waste Management „:„..,,,__ ;,,,,::,.,.., ,,.,-;:,..1 Key: •,-_:: `- ;v. = Key Result Construction Waste Management Tracking Sheet = Input Month 3 Total Construction�Waste, 3:530”st xt,,•; x ' ;r . t :- f x} Y _ Total`Diverted Waste 3,530 'Percent;of.Waste Dlvertedi _ 100,00% . Materiah •Category: Disposal Method I H-::- •-' Disposed •ih Landfill Recycled r�Salvaged ` ,+Reused tons: TotahDiverted . E , ._. _,t : �;(tbr5)�. . ._ _. (tbns).;- .,..�(ons) Asphalt t '(tons) " •Min,...-..-;$•,.--:f.,i •tf:t Concrete : Plumbing Fixtures ay . 4 :' Ferrous Metals METALS USA 3.530 :''..:,-.:-',.53.620 Non-Ferrous Metals :;_. ,.,?k.:1,:r: `„,,. Wood , Glass Clay Brick Bond Paper Newsprint P Cardboard Plastic Gypsum •i,,,,_:,„.,...-.',,,,,i_ Paint Insulation :. .7 Other , `F� Other Total LandfilledaWastee ° 0,000 o ` TotalsDivettedWaste X ,' .:7'' :":i''''17 Total ConstructionFWaste 3.530 ., - AeP4 •�l Ska 414D ey 111111 Ii 1111 III1X111 liiii . Customer Copy#1-PAID Customer Copy# 1-PAID lV : Meals USA, Inc.Metals USA, Inc 305-657-4066 • za305.667-4006 /x(L„.iii% ag�/%�j � ��1 �% fki�#iJffS'`/0.' .-/ /�f7/ %C i/N/ i 4353 NW 133 St Opa Locka FL 33054 4353 NW 133 St Opa Locka FL 33054 305-687-4066 305-687-4066 Ticket#: Printed On Tuesday Ticket#: Printed On Friday 15680001/19/2016 156502 01/15/2016 11:16:63AM 04:37:44PM WEIGHT IN: 1.1:08:12 am WEIGHT IN: 4:28:01 pm - WEIGHT OUT:11:13:39 am WEIGHT OUT: 4:36:50 pm Started By DUNIA ID#6758 Started By DUNIA ID#6758, Paid by DUNIA ID#6758 . Paid by DUNIA ID#6758 Gross. Tare Net Price Amount Gross Tare Net Price Amount SHEET#1 . . SHEET#1 1 32160 30080 080 $65.00to $67.60 35020 30040 4980$65.00to $161.85 • • n n Rounding Amount: $0.40 Rounding Amount: $0.15 Total-->$68.00 Total—>$162.00 Pay by Cash: $66.00 Pay by Cash: $162.00 APEX C510.400-7 APEX C510-400-7 DEM0LI110 3-406-0 DEMOLITIO 3-406-0 N • N Customer Name ID/License Veh/Plat Customer Name ID/License Veh/Plat 3507 Nw 49th St Miami, FL 33142 3507 Nw 49th St Miami, FL 33142 address Address •1 AM THE RIGHTFUL OWNER TO SELL THE I AM THE RIGHTFUL OWNER TO SELL THE REGULATED METALS BEING SOLD.Note: REGULATED METALS BEING SOLD_Note: Florida Statute 538.23(3)states: "Any person Florida Statute 538.23(3)states: "Any person who knowingly gives false verification of who knowingly gives false verification of ownership or who gives a false or altered ownership or who gives a false or altered identification and who receives money or other identification and who receives money or other consideration from a secondary metals consideration from a secondary metals recycler in return for regulated metals property recycler in return for regulated metals property commits(a)a felony of the third degree, commits(a)a felony of the third degree, punishable as provided in s.775.082, punishable as provided in s.775.082, , . s.775.083,or s. 775.084,if the value of the s.775.083,or s.775.084,if the value of thy} money or other consideration received is less money or other consideration received is leas than$300.(b)a felony of the second degree, than$300.(b)a felony of the second degree, punishable as provided in s.775.082,s. punishable as provided in s.775.082,s. 775.083,or s.775.084, if the value of the 775.083,or s.775.084, if the value of the money or other consideration received is$300 money or other consideration received is$300 or more." or more." x ::. , • signature fingerprint signature fingerprint ScrapRight Scr pRigh - • • __ THUNDER DEMOLITION INC t LEEDtts(3y PROJECT: HOMESTEAD ARMORY LEED MRc2 Construction Waste Management Key: ,--: =• - -':'msµ = KeyResult ._ Construction Waste Management Tracking Sheet = Input .� _ 2 s3 ,. h sMonth 2 11t ` 32 10, � d686%r -.. _ _. ,TotaConstruction ase, ; ecentofWaste'Dve ® � .,. _E 3 2x210 �°��;,u� .._; TotaDiverted Waste` ..._ t _• .: eSftRrcladSglved • Reus ed(tons) .' '....,`.�top=. n g)Lnd . c r -Total;Dlve rt edDis sedn a (tn ).- ;(lona' d af ) : � 0Sr. ._.tDisposahehod/,Haueru _ _w: ._ to4 .ateaCagory _.. . __ '''''7,-;.".:..,‘• • s •M _ =_Asphalt r - ' `"' - 2210Concrete 2.210 - .;.Plumbing Fixtures r--Metals USA/Top MetalsFerrous Metals `:. .-•I''••;-,-,..-_:,.:-.;_';'.. _ 'i`'Non-Ferrous Metals Wood : .-,-•Glass Clay Brick • Bond Paper Newsprint • Cardboard Plastic Gypsum . Paint ,. _ Insulation ..._ 't: ' C&D Cordero's Truck Corp 30.000 „�.= :yr.�;, Other __.__. Total-Landfilled�Waste r 30,000 ---,.-7.--wined, RWaste,,r F . 2 210 r 1 Total Construction:.Waste'' _ -` 32.210 =� G • 4 J <<J i r • THUNDER DEMOLITION INC 0) L E E ID L s PROJECT: HOMESTEAD ARMORY LEED MRc2 Construction Waste Management Key: ? = = Key Result Construction Waste Management Tracking Sheet = Input Master Tally ' Total CohstructlttnaWaste • f 262iS10h . = `` ` "' s _ ,"-:'::::',': ;'4'.:::::i.:;'''::.:,!''.:';','.1: J + 3' 1 - - 'S?�`s 7 {, y,? ',. 4 H.f ,f _, 1<_�� �'_", �i;•,-4..i,-.--.;• 1 t 4 1 r 3T =.'4Tt S, C :`'I r _ . -i y. _,_ Y :TutaIiDi ertetl ,r�1 :xa, f2:',....;,.,:_",./.. , iWaste W, ...;4259% __.., _..�.._. _ _ . _ �. . _..10��-- y P,,�rcente�faWaste lverte >>x54�2 _ _. . 'ii ''`t r-� •-.-k..--_-.,.":; ,;Disposed In L`antdfill Rec cled� ` Sailva9ed f r Matenal',Category, r Dis sal Method'/ ' g. .f Y , g ;TOtal'Diverted . Haufer , h � z � � � �. E • °: '{ 't0r1s 4=Reused,(tons) ), : �": � .. .: x_. • ''� ( �' �(tons)�' � :�(ttins),,-�.y.. � � #ons ` .. ~ . 'Asphalt [ . y1 .' ri YrEr w�iN CY... Tt_� T.';'" r? .-;N:r1 I ................................... Concrete fie: ▪ rzr . ;Yi26;CAt�,'"4 tGa aa-3• t r �j . � � ▪126- Plumbing Fixtures _ : �y a E = 4 r .. r f � 11 r, ,: Ferrous Metals }t R f s a r 7 y fri i !1S6 2C tS ; 1 ."N� l FL: 4 .4.� k 'J 1!Non-Ferrous Metals- ; d �, r ; t T ], ,�, Wood y , r u-i 3 • Eti-}aK titt.r_4 l1 ▪ i r Glass � .L • , k c f 7ry11, v S - i 4 1 • _ Clay Brick r▪ a � is " r x $ ;• Bond Paper i ' `` � 4 D i 7' ,Newsprint t f t g zt vc I. p � � a 3 Cardboard _, Ii Fr ` -.1),,,i, itr � ,1Plastic -r tg �t i x R 1s s -' i ' }Prj I Gypsum x . y :1 ). k r r --Yr a 3 r ` 1-'2 Paint '• 6,i1 °1 a ,..-.• ",'2.-1:,';`,:.1 C . ( -• r1 '1 f� ? . _Insulation ' ; 3Sheet Iron i..-...i:::-'.."4,71-2.00,,;,,,..:;;;;:f:27.... a " '.''''"'•-,,f.!F-7.,--',- '1 i, :','.S;",..:;,' , .. Steeli ltsf= ��sic ry 17 � � s 3 r� tal{L I 0 — .: ,- - � o and>!i led Wastef � ,12 000 :. ;, w >x , it n r; 1}y r -,;:?'..,.t.,'-", ;T rted Wasted 2�5 .. z I ! • 4 - 4 tales i o ve 14 1b �I.. { • „r P N 4r , ''''!';'-'1,,-7''',:-Yt d ... . ., _ ' a$- . .' ;,4 ▪ f� ,Tota1POnstruction�Waste -_262.5ip e . . .- . . . , .• . • ... . . • . . . . . • . .. .. 0 . . . , , ..• , ' •- , ' - , .. •. . . •, . . • . . . . , . • . .., ' . , ' • - . . • . . , . • ' . ,, ,_ , . . , - • ' • ••E;rz•::., l';.gir -,-:,1.:*":,',`:' ,7•',,,-:'. ,':-:-. -,,.r.t7• .•;,.--.7.-,'-'::., .•, .,,V.,.„•-•• •• •-, - . , ' '.!--k-.)-,11--,r,-- •..C ';‘7':.:-7".:'':': :.. 7,'!::,7,-';7' 'i t;'',4:",''-':I..i';r ''. : • 4, 'Ark . .::,''Q.-:,-.: -,7•;.! , .- . WASTE!MANAGEMENT Ohl j.. it • ;-- •' • I ai tr riliti rii %;t1 : : - :11:441.7 ' ;--i t i I:'ii" '•,' •:.t.;;•! : t, -i_t• It 4 , - 05.- _ , 1,4?•1,t 1 !;1 i.?i, i : !- , t.'. . : : •!Ike , - • I I•. • 44‘. Ill i•../..• ! "' 1! ! ;.f• .•-• ' ' '-lr••#f''., ; • i -,..f ;' - STRAIGHT BILL OF LADING , • i , •.' !, CORDERO'S TRUCK CORE • Office:305-888-4869•Cell:305-219-9441, 1.: • .,.,: ,,:,. • .Fax: 305-888-4868• p c#I 58'117*9118 _ "0 1 '1 958 ( • ..... 111 . : ., . DATE: ,......„ li ' 5., ' / . ‘ 1->" E7 • • - ...11,-.! CLIENTE/ LIENT. ., .1, . , :.: ; .. 1- • . lif,.,? • 1 :.9414 JOB/FROM: • 4,..- 4-0 ij DESTINATION: 2 9- 4/ IN /m44 P7 1-h c,<QA. TRUCK#: / 2,) WEIGHT: • ( N . ,.• DRIVER NAME: .1!,, p.,o, I 1% .. .: . ,"., ;! I1. 1i 0 C&D MATERIAL El CONCRETE I MASONRY . . 4' •••i , 1 ' !7' ti liff 0 SCRAP/SPECIFIC GRADE: gimp • VP' Ej MULCH: t 1.6p4 . :!.,..‘ •, , ),-4 - - • PO#: ,/"...'' ....................:, -— ' OPERATOR NAM ''''. . SIGNATURE: While-Accounting•Yellow-Driver•Pink-Destination I certify that the waste I delivered to this facility on this date doeS DRIVER:PLEASE SIGN HERE . : I :riot contain any regulated hazardous, toxic, radioactive waste or i ;sbbstances,or other non-allowable wastes.I also agree to remove any. ' .- Itrl-oavIlaolwolfits)luect7awsatsetselsburipngontoretqhuisefsatcfirloitmy,othrispafaycailliltyc.osts for proper is • %.:' . * r : , ..•. • . .. . , , - • . . - ' . .. ... , . . . . , ' - v — . • . , , . , • ' - . - ' • . .., ' . . , , ' . •. , . . ,, • . . • , 2 . .-•. • .. ., . . . .. • :-- .,. . . . ,. - .. . -. . . --. • • . . , , _ Ark! i.. . r • , . . ,e) 1 - •. •- WASTE ETASIASENIFJET l'!.i'l il..3 i;;i%3. t...i;'! ! .1;:'I ;) i E+ 1 i ,' • I II •i a. 46:: 1 i•'..,9! C.:0 3i...:1. 4t i. . i) t:V: I I t : i ! '...',,••I i • I I4Thlk::,IT Q.:•.10 ri... i-,i, f..3v:,1 i:•:1.!!• ,g 1 1 1 ; • , ,'•-• 1• ' ', '',/it's I.' HAI-ii., -424.41trifYIKKX11,43,47:1*)F.1.F.t T Kt WV 17,..,:: • . . t,,.-1 F.,..:•-;':--M.?;;Li'L',;41; - (to STRAIGHT BALL OF LADING 4.• .; —i .1 I i i:ft:0,.: . . NI :13'' I i'n it#74•14 iii::11.4q.44'' .: :, ,. '‘''',1-21 CORDER03 TRUCK 001IP . ,....,.,. AV ' Ili Office:305-888-4869•Cell: 305-219-9441 '---- - ..:,4 t'71/:PLI-t15.. .- • . . ' • : 1.36 Fax 305-888-4868• DC#158*117*9118 I)1.1 r M i i •' . DATE -5/7/2(//,' : N2 _ 1.1 957 (,.. . • . CLIENTE/CLIENT: Afbir.-/ P4....._ ,-. • z ae-.4.a. , O JOB/FROM t , , ,,.„. . 1, ,,..-.1t,,, I i f..2.F .-14;'..1 i.if,Atetisc-,7.,,A..-,... , DESTINATION: 2 9 6 i i •, .= •:,!••; -5,,-;•-„,,15 i fil..-:14t41. ".., ::',:%it,-4 ,,- f,--"f"-- . .,,: - .,,.4, `12.1 4 ." V/g- ' ' ' '•,,',-rgsAt'"---_•_A:1;-0 .:Ye-5g, TRUCK#: /2 .2. WEIGHT .';i,•;'•!'(11-,,,r":,:iv'04,157`4A;0.:3.fr:1:- ,•. DRIVER NAME ye-t5e: /13/ 6"a.4'>:1.4r-ge ..., '' ".;',•'• ii-' :',',-).• , i . . . • P C&D MATERIAL . ,'.:1,-, •tl...-0,u .11,1W.PF 1 II— PA 0 CONCRETE/MASONRY OfAIP ' 1 SCRAP/SPECIFIC GRADE if 1 111 , 111 MULCH: .,„.,...., ..... . ' ...t,.1.,: ::i i ,i,.1 1.7.... ''-;'. 19..• 1 .. PO#: i :I; ; ! • :, ':.:.,: . :, , : :1!;.;1 1:" '. .., 4/ OPERATOR NAME: .. . . eIGNA.TURE: : . . . . , . While-Accounting•Yellow-Driver•Pink-Destination • I _ ? "r" •':,`z745`, . - I "I certify that the waste I delivered to this facility on this date does . _..:::.:L:2 PLEASEiiK: SIGN HERE'-'t 3 1 r ." ril.;• I not contain any regulated hazardous, toxic, radioactive waste or .t- ,.,. . ; pi: \-:•-.-r- bstances. or other non allowable wastes.I also agree to remove any #:,- .7 .. ,-allowable wastes I bring to this facility,or pay all cost for proper -', - ‘ito, I of such wastes;upon request from this facility". N,31, ---,---)--" -- . :•,:„ , 7:-:..:'• , • ..j i;'-' %a • ' rt.. .1',;-::-.?,*.::. ttt' .1.„,,. ,., 1 i ,..,_' ,?, _..t •v,:,‘,...*-,..r,'..7......,..-•‘,.:<,.4,-:::._ •4.,"4:".-,.,.: .,• . t....,•,,c,:::,- ... - v , -• •. — -3"-i-'1"6" ."----1- 41441'140 --':---5:-314"mt-zs!W•••r-7',f.t . —:• , 4 : . , . • • TOP METALS PURCHASE RECEIPT The Best Way To Get Rid of Your Sc,.up , .Cali For Job Site Pick-Ups (954)303-3908 (754) 214-8863 <:r r i DATE r" I r Ai- ', 1;./ t.. 1 - lifilte 5/47‘461 COMPANY I v .. ADDRESS .I !moi `VY ^ DESCRIPTION GROSS TARE NET PRICE AMOUNT I rJr _: r .. I 0�• i ; . ,•)„,,2;..., rc " x, r � " • _.i'::, I 4 , r N - t I. • • _ J I am the rightful owner of, or am ---_ _-.._W-.-,�_v,._._-_ entitled to sell the above mentioned'regulated __ materials that are being sold. _ � " LICENSE ID# SIGNATURE r- - -4 _. f•.,,. �. TOTAL SOLD BY: PHONE: THANK YOU BEJIIII�1 'IIi11Jlla IIIIJiMOZ. Customer Copy.#1-PAID zet, Metals USA, Inc. %got . 3055.687.4066 /1......; ....i/.u...;i./../r.r...:.a:.../.fngu.:;..'//l/`,iii::: 4353 NW 133 St Opa Locka FL 33054 305-687-4066 Ticket#: Printed On Wednesday 148918 10/14/2016 02:26:66PM WEIGHT IN: 2:22:26 pm WEIGHT OUT : 2:24:67 pm Started By DUN IA 1D#6768 Paid by DUNIA ID#6758. Gross Tare Net Price. Amount SHEET#1 36680 32540 4140 $75.00to $155.25 n Rounding Amount:$(0.25) Total->$155.00 Pay by Cash: $155.00 APEX C510-400-7 DEMOLITIO 3.406.0 N Customer Name 2D/License Veh/Plat 3507 Nw 49th St Miami, FL 33142 Address I AM THE RIGHTFUL OWNER TO SELL THE REGULATED METALS BEING SOLD.Note: Florida Statute 538.23(3)states: "Any person who knowingly gives false verification of ownership or who gives a false or altered identification and who receives money or other consideration from a secondary metals • recycler in return for regulated metals property commits(a)a felony of the third degree, punishable as provided in s.775.082, • • s.775:083,or s.775.084,if the value of the money or other consideration received is less than$300.(b)a felony of the second degree, punishable as provided In s.775.082,s. ' 775.083,or s.775.084,if the value of the money or other consideration received Is$300 or more." X signature fingerprint ScrapRight. Recycling Software Done RIghL - - .., THUNDER DEMOLITION INC - LEED user PROJECT: HOMESTEAD ARMORY • (%) Key: ':-.'-',: '-----7'- ‘• 7.'i.-. ..--: = Key Result LEED MRc2 Construction Waste Management , _ • = Input Construction Waste Management Tracking Sheet Month 'I -' '' .-i -.-• - •'.,:,.' :rotat.cpimilru0107#04:-.,;, :::-",3; : 0‘.;?ci.(); :. !:...7: :,-,::7,..'s:-,-.,---,:,',--:----;..;,t....!.;:-.;, , ,,-- --.,.),,. ..,,,,,... TOtiiii blverted , . -. 14.0.:300,:',:_:, sZ,--,. ..,••!,.1'per.aenticii•ilif_ a.OteP,Ifi v, rt...ea.L1: :.6?i92%1!„-ii,,i-, ,.- '...,,-.•-•• : .-'. • - '.' : - :. •,•-: - .Waste ,_ _„-- .__:. Material Category' Asphalt . 126.00110 : ::!--.'-2-ri'..!--,i26.ppo Plumbing Fixtures Concrete Thunder Demolition Inc . . • - -,:•:•::•._---: V'':-''- - -s: Ferrous Metals TMR/METALS USA 14.300 ',''. 1.4,M9_ . . Non-Ferrous Metals . ',-.'c:':.=';i'-'-'7::;',‘,'-'',;•.' - Wood Glass Clay Brick , . , ' Bond Paper _ , Newsprint . , .3,',--?.1r--, -4.•,,,'-, `-,'.•• Cardboard Plastic • •Gypsum • Paint i•* -.,,,•::,,:',-‘,:-.7:7::..) :1 Insulation . . .; :-•--........,..,---, • ' C&D Cordero's Truck Corp ' 90.000 Other . 4. .. - Total tandfleiY0090 000 ' - rOtafpliefteirWalte :- 14O 300 ',.------',',.;•:;-'''-:-. f-,-:''-': -i.--";::: :' ...,'.,7.':----! (---I 1 - , '- _-:.::. ...'-',T.Cital.:COrtStrOctiOniWaste:-'*:, -'-_:!J-230:3.00,. ,trz rta , ....... '‘, • . _P--5— , t'l.-- . , • . , , -11:tpAGIA I. '",•--- itglearitffii STRAIGHT BILL OF LADING t- • , ,, _ , tail izi 1 Y• • ,:" q 944AI: CORDEROPS TRUCK CORP Office: 305-888-4869• Cell: 305-219-9441. 00.# ,, 0 ' li,\.- • tw..-_- - • -i:ii-69 1:Glatill'• ti-411,*--9118,-- -.•., : , '—'3. 5: i450A7:--,', A5 oifIce-r," . f:4864V,`,.Fax: 305-888-4868 •DC# 158*117*9118 ,;; _ • .105:0.0y: '• .:- Fax ' • •17p• - •-.•-,5 _ •,- ',- . CLIENTE/CLIENT: - DESTINATION ' '. ii;;- ::*plaikt7,017.:11,,‘... ,,,i ;::._ ___,,,..,,., .,.,.:.,,.____......__,....,_ ,_......,_ : _,_____:,.,, ,, ,,' -..:•,': :±__. -". _ ,::: -.--.----.: : .` TRUCK#: -______ WEIGHT DRIVER NAME: • '1 5.0.1014; - ''- - —___:____L_____________,___________ 1, :01:dv, • ---. _ i El C&D MATERIAL • '. 1:1,.t&P*.Me" -t,i tfigsogRI D CONCRETE/MASONRY 0 COIG151 " oc GIW*---- -----1-.-77--. - EGI El SCRAP/SPECIFIC GRADE: 0 Se • - . [I] MULCH: po#:________________7_,_,..._,...--,. .._ e • .; 1,Q*.......,.......,-- .,,-,,: 7 -'''' ., ' !. OPERATOR NAME , I. 1.OR' ate SIGNATURE1 sGUR , 'r'•- -'''.- ;.' ' .' '"!-- • " . *- ' : ' 1 White-Accounting•Yellow-Driver•Pink-Desim tination . ve‘towit'n • * voite-Acco_ , ' \ , ., • 1::-- -.--, ----% • STRAIGHT BILL OF LA' 3 . STIV ,T BILL OF LADING .., . . .. ' - CORDERO'S TRUCK CORP . CORDERO'S TRUCK CORP Office: 305-888-4869- Cell: 305-219-9441 • Office- 305-886-4869. Cell:.305-219-9441 , • ,....„ Fax:305-888-4868. DC# 158*117*9118 Fax:' 305-888-4868 DC# 158,117*9118 DATE . . GAT.-.E ..Y. . ' •,,...,,.. :,- CLIENTE/CLIENT::...,;• , •,.. __..-, ,.-i": -•,,•-•--,-,-., • CLIENTE 1 CLIENT: 1&'th, ,."!P--.4.,--,--ft"-,.i,;ai... JOB/-FROM • ------ -- - : ._..:.: ,, _ .... ,e ..„. .., i• JOB/FROM•.--_,::..-:::,,,_.4.:.;-,.. :•;;.•.. -_,,i.:"..;,., ,,,..:,,-..y.!...-.___,,-_,_• :.,• DESTINATION: P_,:',:".•_4:,..?Lk.•-i,..,:si.;:-.: .,- ..,---r :...„. „.... ..„,„ -... , : 1 DESTINATION: ...7.,?-1;;:• ,---4,i',-,,P,, •-,t44-..;;.,A-y- • ! TRUCK#:--,.. ?:-Z:. - - .,'_WEIGHT.r.i,,..--,_-- : T ' TRUCK#: ,...--i.,,i4.-1-.1 ,., - ,. , .. WEIGHT:,:-.---, DRIVER NAME:-.z..q.„-.,_:::,..,-..i.i-,,,:.1:-:-.p1,1,:.7:n„,,-,q&: ,:2,, A-A.Li:f;>i:;, • • DRIVER-,.i .!,,,,.,.t.i.i....,. . - , r„ ,-,- ?;;',.::-.;., '-:-='/.-7-,•.",---,-",',:: ::,5'::'-r:-..':-•!-,.-..-n :'\-- (:',. ::::-.4--:.'::, ,, t i---': :}.C&D MATERIAL '-"`:- -''' ...', --''',- • :;•-...:::-`';":4-'-";i:,;•-'-:- - ii' '':"-- ,.,-;,g4 'C&D;;•mATFRIAL.y..-•`-•:,- :!Y. . •- * ."..,.,,,,,,L.•,..t] ct•N.Ci:iETE/MASONRY -, •, : ",-:.;:••-•,•.-•'-.'_."):---•. r- ' • [-..,,,------;•••.-.,.,..E.....0,, s,....„47,..,,,,A.,,,,,,..• • --- ..•.•. . --.. n,- , 0 . ,,,.,•---,.., -. _•:-••,,,,-).,,,,‘,,,.. ..,...:,..„.....: .'0 SCRAP,ISPECIFIC GRADE:',...':-!..-.1:,.•:::::::: :.i:s1L.-.-.A ... - • ',. . . - -" SCRAP./SPECIFIC.:GkAtit:',,-.,_ ,,',,,,-,4,,,,,..-,-,. , • ' -• • ' ' ' . '• ' -: ..,...,.... .,, ..:•-,7_ . ,...: ,_.. 1, 1 . •... ..., -- . •- ,:. .,..,...,?-,.. ,,•..: ..:,...::::•n.,-,,,,•••:-.,1%_•.--;,...,,,,,..,-... ..:._,--;;;:,::,-,;.::-. .-----,-- --:-, --.-„: ••.,: ::•-:_-_,----•,:;:::•--r,,:-.T...:-,-::::;:-.:‘ .q....,:;.„,...... • - ---.-..1...• : - -,-.., .-2. .- : .-',.,::',.".-.•,..----;•„i.J.:',:-,..,-„.,,..- ',„., .': ,,.--,;:,.:,,-.. . _,, ,-...,' . . . .- .....7-.:-.,, ,.,..........;.-;:.,..,<-.-2,..-,,...:•..z.,,:.:,:, ..,..,,,,',.:-_--;..,,,,.. :.,,...:• . . .. , .„ ,, . •. ..., ,. . -.. . . , ._ .:, ..',...',.i.:-•,. ._."-,-•,.-..•,...,.....,- ...,,...,%, ,, .-...,.i p024.-,„.„: -... ..,:,....-. ... , ..i'...,•..,,,,,,,.,,,,,„;,:-:,,:.: ,,-;:_.:.,..,„;,--,;,.,;'...:.,•:;.----. .-....' ••• -: ..,_._. .::,-,., , .-., ,,:.,--,-,-;:,7,:-,,,-...- , ....-- • . ... OPERATOR NAME ',',...,,,,;.,,..,•..•-:-) i,,::-.,.;. ,,;:::,. .,i‘.,','•'•:•'' ,", '.,, . OPERATOR NAME: - ,.•'-'-'..-',•:•Y'',,,-.•:•'•.2.,.--..-:.,'-,';. •.---_... .:,...‘,..:: ...•,..,,,: :;...-,,--:' ..:-..-,;:•::n-:;:„..,-..,J:•.,,, ,, t1, --,---;4--,L-,..---,--,,,,,,-----•,.• , .. ...1'...:-.:„.._,:•.'.. i.- ,: • , - .)'.,..,.:::,,;:.": --. ..:•: ,•:•.;,.-4:1-:::::Igt:O.:',..,,,, ,,,:',.“-;:::.74 I,- ,. : : , ._:' ..2-s.: .-:;-.1,,--...,....,i,',:ii,..;,:,::.'„; -:-..,00::,,,,,,',:/,,.:,,:.Hi:,,,,.„,-,,,..,,.,,,,.:.:,,.,-,..:...„. ... sidNATuERE:-..;.--:;.t,L,:-.. ,.,., -,.-:-. ..,c..,s.., ‘-.A5,,,t,..:t.- ...,-, \:-.,,':-..-•,,,,,,, ,1,.., , SIGNATURE . :,,,,:,..,..z„..„,•:-.4,,,i:,.,,,, ,,,,,,,,,.-„-z,..,-,,,,,..-,,,,,:....,,L..,,,.,_.,,,,,,.,.,... ',.. ... -- whiip..xc.....iti :YellbWIDriver•Piriii-Destination:. .-1.', -,:'.- . ,.-. .. .;.':.....1.,,..;" ,7 i WhiteAtiOtinting•.yellOW-DilVer 4:ptnk.0eatirietten1:' ., . ''''.:.:-:: ' • ...','-..,:,'„':-.:..: ';:-.--.:.:..".: , ..',....:„:4'..--.- ' - 1 i. -. •' '' , -"'l ••' :: ' '.-' ''...';':-.'•';, "....'.. if:. .-.,':'..,...::.---::' ':'-''' '.' 1! • ' r• •ctivi .. irktS STRAIGHT BILL OF LADING , • _ . . STRAIGHT BILLOF,,LAQING.,,,,- - .. 1. , .golittilIttilegEtettii * ,•-_ ........ _ ..„ . ,. , _. CORDERO'S TRUCK CORP. .. . Office: 305888-4869.,Cell:.3052199441'-•,- f Office: 305-888-4869. Cell: 305-219-9441 - • • Fax:305-868-4868,,,I)C#-.158*117,9118,-, , .;! Fax: 305-888-4868. DC#158*117*9118 '1,.,'-,-.,'`...-.•,D:- A, T. E.. •' ;e'//?---.-•'.,.-.-:I.•:"'_,7r,•--:---<-i.•:ft..• -—4,."4..,s-::-:,:.-,it-_,_;•;,.?,:-1- •...,,,.,,.4,,„;--,.:s.,,4...,_,....,,....' , D' ATE: . CLIENTE iCLIET: / ) 2e :- ,,-[ ,1CLIENTE/C LIENT: r-.t•. ‘`,----,.e."-:-,-R-... ,2, ..;,.•'.•,--t.,-.-.`.";r1.,,0'. .. JOB/FROM: DESTINATION:-.. . - :•:: ,,e._ -...... i"‘ WEIGHT:DESTINATION: • i' : ,.:-,, -_ • -. . ,,.. , ?• TRUCK#: /2 2.TRUCK#: ..;--.•,:A ;I' ..,, , IA/E I G H Ti• - 'I t',, DRIVER NAME: fil,j1DIC'r ! DRIVER NAME: ,Ji:,-z-_,I,Y-.-,,,,,,--- :.,--,. - . . . .. , • _I ,A••'' : ' ..El C&D MATERIAL • • ?ii 0 C&D MATERIAL . T] CONCRETE/-MASONRY 0 CONCRETE/MASONRY : 0 SCRAP/SPECIFIC GRADE: • •0 SCRAP/SPECIFIC GRADE: :. - .., 0 MULCH: ;„ 0 MULCH: • ._ _ .,. 1 PO#: - PO#: . .,.. _ . OPERATOR NAME: OPERATOR NAME: : •. •-..-- . . : SIGNATURE: 7 t i SIGNATURE: ____,---- •_. - •.- I • i White-Accounting•Yellow-Driver•Pink-Destination VVhite-Accounting Yellow-Driver•Pink-I3estintzn ..;,i ist f3t ralf*..0 L - t , .... Hoineg o.. / t +i.,j,l;liij ill i��;iii if.„1;�E`jj►"i ` �l� } if,. 'i',ii 1•i�„I�I'1911.'y Y?!..:IF'��F.: ,:_... --L 1.I•+I !(.;N'1.,•;5!:.'b•:•3, ,.iiI :.r 4rll a,! b r s i •.„ii`'...•i.4.1 ..+ .. 4- ��\.j•'..blialter) Ill�o11111111 f _. i Customer Copy# 1-PAID .,/,?:, z•'” : z s USS . ,...„,, , . . 30s...es7.4666 al.ttAt,Metals USA, Inc. . . opovormgoatwom.oze, 7,4 30548/-40.66 4-- • •,,; ir:fir �-3 NW'133 St Opa Locict FL 33054 ''f/.i� i2%.�srr�f��-.oZP,V. ��gef�i.',�//�•//��,,'�//,✓: _ 305.687-4066 , 4353 NW 133 St Opa Locks FL 33054 Ticke. - Printed Ori Wednesday 305-687-4066 .' 1-45079 9 1:44:373'iIVi 015 €i1:44 - Ticket# Printed On Thursday 1 45125 09/03/2015 WEIGHT IN : 1:40:20 pm 08:11:47AM . WEIGI•IT OUT: 1:40:39 pm Started Sy DUNIA ID#6768 WEIGHT IN : 1:39:00 am Paid by DUNIA I®#67 8 WEIGHT OUT : 8:09:23 am • Started By DUN IA ID#6758 ..Gross TnrQ NG f rice Amount Paid by DUNIA ID#6758 SHEET#1 39820 35320 4500 $115 001 $258 75 • Gross Tare Net Price Amount • ,H EET#1 on Rounding Amount: $0.25 38980 35120 3860 $115.001 $22195 on Total–>$259.00 Rounding Amount: $0.05 Pay by Cash: $259.00 Total-->$222.00 - Pay by Cash: $222°00 APEX C510400-7 DEMOLITIO 3-406-0 APEX C510-400-7 N ' DEMOUTIO 3-406-0 Customer Name ID/License Veh/p:i&t N . 3507 Nw 4sth St- M Aml FL Customer Name ID/License V'eh/plat 33142-0000 3507 Nw 4sth St- M Arnl FL Address 33142-0000 I AM THE RIGHTFUL OWNER TO SELL THE address REGULATED METALS BEING SOLD. Note: Florida Statute 538.23(3)states: "Any person I AM THE RIGHTFUL OWNER TO SELL THE whoknowingly gives false verification of REGULATED METALS BEING SOLD. Note: ' ownership or who gives a false or altered Florida Statute 538.23(3)states: "Any person identification and who receives money or other who knowingly gives false verification ofi consideration from a secondary mstafs ownership or who gives a false or altered re-cycler in return for regulated metals property identification and who receives money or other ::an:,rrllte(a)a felony of tile thud degree, consideration from a secondary metals i''� isr ar~le rs f�ro.ricfect in s, 775 082, recycler In return for regulated metals property S.775.093, or s. 775.0I-3,1. if ir:,e vakre et the commits(a)a felony of the third degree, money a; other coir:>!c it„c;::;, r%;,eived IS I::; punishable as provided in s.775.082, filen k..00.. rx,} a reior IA tic se;.or.t d'-'9r<'�. 9.775.083,or s.775.084,if the value of the -,er-r;eabre as;art;s•rixr;•I;!,n t, 775 net money or other consideration received is less -,':r= 77 ^� di': •;c;i_: >r, than$300.(b)a felony of the second degree, r cl-ni;'er or, u.-2-. '1.-.- ref:'.,fl, , $301 punishable as provided in s. 775.082,s. 775.083,or s.775.084, if the value of the money or other consideration received is$300 or more." x slgnatu c In Iyer:nrq Y' rte•/ "3p • ? signature fingerprint..wthi',.ISGk, 4 A4p4eyar g 59awi ne.t ignc r 4, dT: * * * * * * * * * * * * * CASH:DISBURSEM T RECEIPT * * * * * * * * * * * * * * * * * * * * 4 4 • • . 11111111111111111111 Receipt545 • Receipt Date: 08i2 / 5 8:27am Tradeiark.NetaltlecyCling 3440A4A 135th Street 000locka.11.: 33.054 205-08142Q4 Purchased From: THUNO0 ' Thunder Demolition 8000 SW 142nd Ave Miami, FL 33183 Veh # TKOL TWEVOC hO. # THUNDER . Order # T1UNOO-DEL-01 Ticket# Ship.Dt Commodity Price UM Frt Ext Total Amt _ . . _ TWEVGC-08/27/15 Sheet Iron 115.0000 NT 0.00 319.00 Veh#: TKOL TWEVGC, Weights: 44720g 39180t 5540n Supplier THUNO0 Totals (Pounds): 447209. 39180t5540n TOTAL AMOUNT PAID TO SUPPLIER (ATM): $319.00 .• Cashier Signature -_ _ - . • 6: ,". — ) • (' Customer Signature. _ _ • • • • I.;am the•.figliitf61, Owner0, or entitled to sell thtregul.ied metals propertyqieintold: I agree to Trademark Metals . . Recycling LLCharmlessAfor any-ownersblivissuei_ Note: Florida Statute 538,23(3):,states: '!Any-peridn who knowingly 1ves -false verification Of.COnershiAbr-MhoAIvesajfaite or altered identification and whtifebdies .money or other consideration from a Secondary metalSrebycler in return"forteguiatedbetals property commits commits- (a) raJelany'of'the third.degree...punishableit prodded in s 775.082, t.775:083,-,Or s 775484,Afthe value of .the money.or other consideration received is less than $300 (b) a felony of the second degree i punishable as providedin $. 775.'083. or s, 775:084 if the value of the-money& other consideration received is $300 or bore.' • (All weights are reported in Pounds unless otherwise indicated) (All non-Pound weights are assumed to be manual weights) (a=Scale 1 b=Scale 2. c=Scale 3 d=Scale 4 m=Manual Weight) . • • • /A4. fvVGL��C' v +\linlII IIIIA # * # * # # # # # # # # # # # # * # ** # # CASH DISBURSEMENT RECEIPT * *V Tet )( • # * # # * # * # * # # # . # * # # * • . , 1.. :' PURCHASE TICKET TRADEMARK LLC. 1111111111111111115 Rectal') 34NW3hSTREET OPA LOC , FL 33054 (305) 681 - 4204 Receipt Date: 08/4/15 10:35em - Ticket # TWDKZY Date: 08/21/15 Iraark Metals Recycling Vehicle ID: THUNDER Ship Date: 08/21/15 34440: . .:. 135th Street pa Vehicle No: TKOL TWDKZY 305-681-42043054 Purchased From: THUNO0 Purchased From: THUNO0 Thunder Demolition Thunder Demolition _ - 8000 SW 142nd Ave 8000 SW 142nd Ave Miami, FL 33183 CFC CONTRACT ON FILE Miami, FL 33183 Trader: Ricky Milian Veh # TKOL TWDKZY I.D. # THUNDER Order # THUNOO-DEL-01 Order # THUNOO-DEL-01 Ticket# Ship Dt Commodity Price UM Frt Ext Total Amt Pounds TWDKZY 08/21/15 Sheet Iron 115 0000 NT 0.00 388.00 Itm Shpmnt Material Gross Tare . Net •Adj Pd Wt Veh#: TKOL TWDKZY Weights: 415808 34840t 6740n -1. 5D5907 Sheet-Iron 41580a 34840b 6740 0 6740 Supplier THUNO0 Totals (Pounds): 41580g 34840t 6740n Totals 6740 0 - 6740 TOTAL AMOUNT PAID TO SUPPLIER (ATM): $388.00 Gross Wght Date/Time 08/21/15 10:13 GROSS TONS Tare Wght Date/Time 08/21/15 10:26 3,0088• " Shipping Instructions: DELIVERED NO FREIGHT Cashier Signature :(OSCAR M. - 1MR-OL) Weighmaster Signature (CORY G. - TMR-PO) .rs Customer Signature I am the rightful owner of, or entitled.to:sell the regulated metals property being sold. I agree to Indemnify and hold' Trademark Metals . Customer Signature RRecycl.ing:;CLC harmless for any ownership issue. Note: Florida Statute 538.23(3).states:. "Any person who knowingly I am the rightful owner of, or entitled to sell the regulated metals gives false verification of ownership or who gives-e false or altered property being.sold: identification and who receives money or other consideration from_a Note: Florida Statute 538.23(3) .states: "Any person who: knowingly secondary metals: recycler in return for regulated metals property gives false verification of ownership or.who gives a.false or altered commits (a).a felony of the third.degree. punishable as provided in- identification and who receives money•or other consideration from.a• s. 775.082, s.775.O83, or s.. 775.084, if-the-value of the moneyor secondary metals recycler in return for regulated .metals property other consideration received is less than..$300. (b) a felony ofthecommits. (a) a-felony of the third degree, punishable.es. pprovided,I n second deggree punishable as-provided. in S. 775.0 2. s. 775.083, or 's. 775.082, s.775.083, or s. 775,084, if the value of -thes. 775.084'.if�the value of the mone�'or other consideration received other consideration. received is;less•than $300. (b)`a felony ofYthe is $300-or-more.' y second degree,, punishable.as provided in s. 775.082;. s. 775.083, or s. 775,084 if the value of the money or other consideration received (All weights are reported in Pounds unless otherwise indicated) Is $300 or more." 1 - (All non-Pound weights are assumed to be manual '"--lits) o (All weights are reported in Pounds unless otherwise. .cated) (a=Scale 1 b=scale 2 c=Scale 3 d=scale 4 n, teal Weight) (All non-Pound weights are assumed to be manual weiylics) .__n__/- 4 L_n__1_ n __f•__1. n J-p__1_ , • • les F * * * * * * * * * * * * * * * * * * * \ -. ` * * * * * * * * * * * * * * * * * * t` * * * CASH DISBURSEMENT RECEIPT * * * ' .� *.* * CASH DISBURSEMENT RECEIPT (,. II � III__ „ . Receipt 761 I Receip 799 1 Receipt Date: 09104/15 1:24pm f Receipt Date: OS/ $/15 1:10pm Trademark Metals Recycling d Trademark Metals Recycling 3440 N.W. 135th Street 3440 N.W. 135th Street Opa Locke, FL 33054 Opa,Locka, FL 33054 305-681-4204 305-681-4204 . Purchased From: THUNO0 Purchased From: THUNO0 Thunder DemolitionThunder Demolition 8000 SW 142nd Ave 8000 SW 142nd Ave Miami, FL 33183 Miami, FL 33183 Veh # TOL TWGYLL I.D. # THUNDER Order # THUNOOLDEL-01 Veh # TKOL TWHIXS I:D. # THUNDER Order # THIN-NJ-DEL-01 Ticket# Ship Dt Commodity Price UM Frt Ext Total Amt Ticket# Ship Dt Commodity _ Price UM Frt Ext Total Ami TWGYLL 09/04/15 Sheet Iron-- �- 110.0000 NT 0.00 196.90 TWIiIXS 09/08/15 Sheet Iron -110..0000 NT 0.00 240.9( Price Ad-: Insulation -32.9050 NT -58.90 Price Adj• Insulation -7.2603 NT -15.91 Veh#: TKOL TWGYLL Weights: 45820g 42240t 3580n Veh#: TKOL TWHIXS -Weights: 46420g 42040t 4380r Supplier THUNO0 Totals (Pounds): 45820g 42240t : 3580n ; Supplier THUNO0 Totals (Pounds): 46420g 42040t 4380r TOTAL AMOUNT PAID TO SUPPLIER (ATM): $138.00 TOTAL AMOUNT PAID TO SUPPLIER (ATM): $225.0( ` ' 6---\\ l Cashier Signature t' Cashier Signature (OSCAR M.: - TMR-OL) (OSCAR M. - i)ii-QL) 1 k.A Customer Signature _ Customer Signature I am the rightful. ;owner of, or entitled to sell the.regu' ated metals; 'I•� 'am the riggghtful. .owner of, or entitled 'to.sell the regul\ated.metalf property being sold: I agree to indemnify.end'hold Trademark.Metals; ropertytbein sold. I agree to indemnify and;hold Trademark�<Metali Recycling, LLC-harmless far anyy ownership issue PP g Nate Florida Statute 538 23(3) .ery0.• .Ari Recyclfn �LLGbarmiest for 8014 ownership issue: y person who knowingly •Nate Florida `Statute 538.23(3) states 'Any.:person.who knowingly ggives felse .verification of ownershippr who gives a false or:;altered ivies false Verification of.ownership.or who gives a��false or altarec identification and who receives money'or .other. consideration from.a gg secondary' metals recycler in retur for ee ulated ,Metals, ro ert ' secondaicatmet and who receives tuyn for other- ednsietalsioproport) r1 9:. p P y secondary .,metals .recycler a ird d for repunisha metals property commits (a) a; felony of the third.degree, UOishable.as pprdvided in eommits r s. 775.082, s 775.083, or s. 775.084...if` the value.'of thergoney.:or `(a)�. 75.083 of ths.t7l5.084, If, hpenvaluelof- hpeomoney it other :consideration •received is. less than $300 b)'.a felaly.of the s. '775 082; ' esti 083 or s...775 084, if this 0.(b oa the money'or• second:degree; punishable as-provided in s.: 775 082;4 S. 775.083, or other dogreeerpunit bleeae•prov dess�nh.0 $305. ((2) .a':fe775y 83,aor s. 775.084 if the value of the money or-other consideration received s. 775 O84g if:thenvaluelof t•e money an s 77consid ration5receiver is $300 or more:. s. _775.084 4ft'e value of •the:money or"other consideration receivec is $300.•or more." (All weights are reported in Pounds.unless otherwise indicated) I �_ (All non-Pound weights are assumed to be manual Weights) (All weights are reported in Pounds unless otherwise indicated) (a(Scale 1 b=Scale 2 c=Scale 3 d=Sbe'� 4 m=r"`�''al Weight) (All non-Pound weights are assumed to be manual-"'q ghts) (a=Scale 1 b=Scale 2 c=Scale 3 d=Scale 4 ilinual Weight) 1 1 • ,',11:1:,i34tfri1 1 ",��y �'+ Mt i�N LA . '1..} CUSTOMER NUMBER CUSTOMER P.O.M TL ORIGINATING OFFICE 6667 NORTH MIAMI TRO1A •) The Right People at the Right Time 6. DATE INVOICE NUMBER NORTH MIAMI TROJAN 1/17/2016 729998 PAGE: 1 12137 NW 7TH AVENUE _ - J NORTH MIAMI,FL33168 FAX:(843)577-5742 1' \ I 1 BILL THUNDER DEMOLITION,INC. JOB HOMESTEAD NAT,GUARD ARMORY TO 7373 NE 3RD COURT SITE 7373 NE 3RD CRT MIAMI,FL 33138 MIAMI,FL 33138 / DATE NTICKET EMPLOYEE DESCRIPTION HOURS RATE AMOUNT NUMBER Not registered for online account management? Visit www.trojaniabor.coJn to register. 1/11/2016 3899109 BURTON,NASSEVE I/ GEN-LABOR 8.00 R $12.98 $103.84 8.00 R $12.98 $103.84 • 1/11/2016 3899109 GIRVEN JR,SAMUEL V GEN-LABOR CFM_inLunn 1/11/2016 3899109 JONES.LAURENCE Vi FUNDER DEMOLITION,INC. 17 8 6 Trojan Labor 2/10/2016 728222 551.65 729998 811.25 I J — § • •1 • Demolition7530 6667-national guard 1,362.90 6DDUCT SSLT104 USE MTN 91683 ENVELOPE D81UX9 Crnpofadon 1-800-32&0 04 or W ww.deIuXe CaNshop Tty.0 ��cve-m- s - ...Te._ -.j� I A I SU a;cs, ..,::�" '� � r lf3LF } t•Y1°4 ,t-,-.,-.,-__-,,+ L,k t`8177 - 15 1. .� ti i. ,�4. f" : N ..,,,,,,,,,,,,..--',:.7-7,„:,:----_-,1,:::',Y �+ ROB tea, 'cc PERQIS0R8 p FLLL. "'r. ,.,,�„�.� s'..71-;,•=7',7,„*;,,,',* z X` �..,... ,,,..-'...-n-,-1.--.-..-7 +c '� Yom,. —A �. tJ ��� ,t. }•�- Ar'd T�:.'..-1;74. fi7.V 81DEQ $TfCKF4.er. B,, a.gfEA HESSAVORKEE! /lion-.,,,,,r--_,;,,i i s _° z : �ij�F�l ' t I; :'-at'�gkfit l Acid — SLGN e4NQ RETURN - ;t• i aLIMNS lar IHORIZEOSIG ,'• roE' MSONtHE �Cf���i��11FiS 'Mail'�tlilintiglaina_ Zr_,- i_,;�`1ALTCIRE ."�_' „yCF VIORKEHy „�,;�-a NN r°. ' 4tJ+gTOM 7 orao>rr;ti ra,,,, — ';4.€1.: f rnRT TiIIiC NIMi,„a y „,_, s..i.-:.-._._. .—«.,,_- .. fF'KHE REO TO....A'ONTACTED F,_ G �, :i_' _ it~ R PI S VIGE CAS ---__:.. .__!> ,ia i" C >9 r — f I �]� /I y. CUSTOMER NUMBER CUSTOMER P.0.N TL ORIGINATING OFFICE 1 , 14 The Right People at the Right Time ® 6667 NORTH MIAMI J i DATE INVOICE NUMBER NORTH MIAMI ` 10/25/2015 705459 I PAGE: 1 12137 NW 7TH AVE. NORTH MIAMI,FL 33168 FAX:(843)577-5742 ( 1 ( \ BILL THUNDER DEMOLITION,INC. JOB HOMESTEAD NAT,GUARD ARMORY TO 7373 NE 3RD COURT SITE 7373 NE 3RD CRT MIAMI,FL 33138 MIAMI,FL 33138 1 \- 1' DATE 710KE7 EMPLOYEE DESCRIPTION- I _HOURS -RATE ,. N. AMOUNT NUMBER _ Not registered for online account management? ' Visit www.trojanlabor.co►n to register. 10/22/2015 3760570 BROWN,JASON GEN-LABOR 8.00 R $12.98 $103.84 10/22/2015 '3760570 MORGAN,TARROD T GEN-LABOR 8.00 R $12.98 $103.84 10/22/2015 3760570 SIMS,JEROME GEN-LABOR - 8.00 R $12.98 $103.84 THUNDER DEMOLITION,INC. ' Trojan Labor i 1539 ) homestead national guard 12/14/2015 II 311.52 - _ i o Demoiition7530 6667/inv 705459 N. 311.52 IerssLTloa USE WIRi 81683 ENVELOPE Deluxe Co Iparaticn 1-SOQ326-0304 awww.deluxe.corNshop l _L _..1 8/6/2018 Detail by Entity Name • • jJl i 1.1 1 ill/ 00,100115);. i 10 ,�• rg i r _/ r i . Department of State / Division of Corporations I Search Records / Detail By Document Number/ Detail by Entity Name Florida Profit Corporation THUNDER DEMOLITION INC. , Filing Information Document,Number P04000082219 FEI/EIN Number 20-1195183 Date Filed 05/21/2004 State FL Status , ACTIVE Principal Address • 7373-NE 3RD CT, • • MIAMI,FL 33138 • Changed:09/15/2008 / ) Mailing Address 7373 NE 3RD CT. MIAMI,FL 33138 Changed:09/15/2008 • Registered Agent Name&Address HERRERA,RONNYF 7373 NE 3RD COURT MIAMI,FL 33138 Name Changed:01/25/2016 Address Changed:09/17/2009 OfficerlDirectQr Detail Name&Address • Title PSTD HERRERA;RONNY F 7373 NE 3RD COURT MIAMI,FL 33138 • AnnualE212.4112 Report Year Filed'Date http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquitytypeEntityName&directionType=Initial&searchNameOrder=THUNDER... 1/2 ( CTIR8 : Construction.Tr4des ualifying Board ' BUSINESS CERTIFICATE OF COMPETENCY ;04 J, 05BS00348. )4, THUNDER DEMOLITION INC `A.:.1- • • A • " LV6,1204 RARPNNYF Is certified under therpravisforts of Chapter 10 of Mtami-Dadetourity QUALIFYING TRADE(S) 0015 DEMOLITION .- .,13=1 Mars H,SatryP.E c040.4eve) S.aye www.mianidada.prifeFatary _ sOade 6:4Cf retains it herein.Ifimi• n. _ - - • • • _ _ _ 1 WW.V • I , Municipal Contractors Receipt Miami-Dade County, State of Florida -THIS IS NOTA BILL-DO NOT PAY M C • 5543864 • BUSINESS NAME/LOCATION RECEIPT NO. EXPIRES • THUNDER DEMOLITIONINC NEW SEPTEMBER 30, 2018 7373 NE 3 CT 7514981 Must be displayed at place of business MIAMI FL133138 Pursuant to County Code Chapter BA-Art.9&10 OWNER SEC.TYPE OF BUSINESS THUNDER DEMOLITION INC MMC SPECIALTY BUILDING CONTRACTOFv�AYMENT RECEIVED 058500348 rax cot LecTOR Category(s) T ' ."$175.0(1.08/17/2017 • , CHECK21-17-078113 • This Local Business Teat Receipt only confirms payment of the Local Business Tax.The Receipt is not a license, permit,or a certification of the hotder'squalifications,to do business.Helder mustcomply 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 80-216. Far more information,visit www miamidadn,ggy(texcalloctor 002527 • Local Business Tax Receipt Miami-Dade County,State of Florida -THIS IS NOTA BILL-DO NOT PAY 5543864 — BUSINESS NAME/LOCATION RECEIPT NO. ' EXPIRES THUNDER DEMOLITION INC RENEWAL SEPTEMBER 30, 2018 7373 NE 3 CT 5784377 Must be displayed at place of business MIAMI FL 33138 Pursuant to County Code Chapter 8A-Art.9&10 OWNER SEC.TYPE OF BUSINESS PAYMENT RECEIVED THUNDER DEMOLITION INC 196 SPECIALTY BUILDING CONTRACTOR BY TAX COLLECTOR .05BS00348 - • $45.00 08/17/2017 Worker(s) 1 CHECK21-17-078113 This Local BusinessTax Receipt:only confirms payment of the Local Business Tax._The Receipt is note license, permit,or a certification.ofthaholder'sqqualificationa,,ta do business.Holder must comply with any governmental or nongovernmental roguletorylaws end,requirements which apply to the business. The RECEIPT N0.above must he displayed an all commercial vehicles-Miami-Dade Code Sec Ila-276. For more information,visit-www miemidgda.gf xca_I csctet 3792 NE 167 Street N.Miami Beach FL 33160 305-757-9444 ' '+'— .+s*^T �. _ p�-'+�^-/' .e.'ari"7 "f.''+^."^r'• a-^k F"'� r s. or, n ` fH 4,0f *, t + %11 ,0fv" `+ � .. _......-„ ....._...._ .....J...s.,1a...`:e..v.:1..:rm.+•u7.'.., �LuSnH..Jsu:.Gtk:a&}:AM.fi:, : .° ..rL..0=oni....u.tA. P..'F44 .q,. ' r. 'Y. ��'-.�'vL.l '-7 T"+ r: + '' A,:Yr Able to read architectural plans and estimate project out for bid. Operate heavy equipment machinery. Very professional communicating skills. Project manager and foreman experience. Certified demolition contractor in Dade and Broward County. OWNER-THUNDER DEMOLITION INC 5/2004-Present President of demolition company. Projects include total, selective and interior demolition for commercial and residential buildings located in Dade, Broward and Palm Beach County Oversees daily operations, supervision of employees, hiring of new employees, estimator and project manager. Supervising jobs, scheduling of equipment to new projects, and meeting with clients. OWNER-SOUTH DADE CONTRACTORS,INC. 11/1995-5/2004 President of company for equipment rental and demolition. Project manager and supervisor,equipment operator and truck driver. Oversees day to day operations including hiring new employees;estimating and meeting with clients FORMAN-LUZON ENVIRONMENTAL 1993-1995 Foreman For environmental company. Removal and installation of underground storage tanks, installation of new piping. Operate heavy equipment and supervise construction crew of 6 men. MIAMI SPRINGS HIGH SCHOOL Graduated in 1986 LEADERSHIP President of Thunder Demolition Inc.and South Dade Contractors Inc. 7/1212018 Detail by Entity Name • ‘4.0: ' • • Departmentsf Stale I Division of Corporations / Search Records I Search by Entity Name / Detail by Entity Name Florida Profit Corporation . CARLSON FENCE COMPANY, INC. • filing Information Document Number G82631 FEI/EIN Number 59-2492999 Date Filed 02/01/1984 State FL Status ACTIVE Last Event REINSTATEMENT . Event Date Filed 12/03/1985 Principal Address 8491 NW 64TH STREET • MIAMI, FL 33166 Changed:02/13/1995 Mailing Addresa 8491 NW 64TH STREET • MIAMI, FL 33166 Changed:02/13/1995 - R_egleterittAggent.Name&Address DAVIS, MARK 11120 MINNEAPOLIS DRIVE • COOPER CITY, FL 33026 • • Name Changed:02/22/1994 • • Address Changed:02/22/1994 • Officer/Director Detail • • Name&Address • Title VPS DAVIS, RONALD 6380 MIAMI LAKEWAY S MIAMI LAKES,FL 33014 • -mu fin http://search.sunbizorg/Inquiry/CorporationSearch/SearchResultOetail?inquirytype=EnbtyName&directionType=lnitial&searchNameOrder=CARLSON... 1/2 � I 7/12/2018 Detail by Entity Name i rue ru DAVIS,MARK 11120 MINNEAPOLIS DR COOPER CITY,FL Annual Reports Report Year Filed Date 2016 02/17/2016 2017 01/12/2017 2018 03/06/2018 Document Imagal 03i06/201&—ANNUAL REPORT View image in PDF format 0112/24)17—ANNUAL REPORT View image in PDF format 02/17/2016—ANNUAL REPORT View image in PDF format 02123/2015--ANNUAL REPORT View image in PDF format O2J'f2110 fd ANNUAL REPORT View image in PDF format 01/29!201:1—,ANNUALREPORT View image in PDF format (12".25/2),12=ANNUAL REPORT View image in PDF format Q-t113i2OlT--ANNUAL REPORT View image in PDF format 010.0/2010—.ANNUAL REPORT View image in PDF format i 0121/2049—ANNUAL-REPORT View image in PDF format Ot; 4/2008—ANNUAL.REPORT View image in PDF format 4212411007—ANNUAL REPORT View image in PDF format ___) 03130/2006—ANNUAL RE=PORT View image in PDF format 04,2912f105.—ANNIJAt REPORE View image in PDF format 0t/20120E .—ANNUAL--REPORT View image in PDF format •ed/07r2403=A.i'ItJAL-REPORT View image in PDE format 01/U0i2002—ANNUAL REPORT View image in_PDFformat p2/031200/-,--NNUAL REPORT_ View image in PDF format ' 0111712)00-ANNUAL REPORT View image in PDF format ¢, 01'/79/1999-.ANNUAL REPORT View image in PDF format -- g2/11/'1493—ANNUAL REPORT. View image in PDF format 02m1199-I--,-ANNUAL REPORT. View image in PDF format 02./1171996—ANNUAL REPORT View frmsgq,ifIr POFltir mat • 02/13/1995—ANNUAL REPQRT View image in PDF format http:Nsearchsunbiz.org/inquiry/CorporatfbnSearch/SearehResultDetaillinquirytype=EntityNarne&directianType=mitiaf&searchNameOrderARLSON._ 2/2 / • , 1 , 1 002025 • . _ - .7,. • • •k ..: „,-.11.. ::... 'i fit,P:.-...'r... .....4.4"2".„,. ...S Local Business Tax,Receipt - .' ., : .M,iOni—Date'C6uriy. ,State•of Florida .... e f s,....„ ,.... : • .L . -THIS IS NOT A.BILL=80 NOT;P4Y. .. In ..,. ..4...,:„ '1:f..:;c7.t.„: ;...,,?.!:;.•-.:, : ..ifor• ,:-•;V:-; 1 sitab .. i.,...,41 --,..-.,=, ...431,- 7 sif` 1.4;tt,t5?*..,.• . ..-,.....1.:7::-..tv...: '•• WI;•,:"....,. *1'. ElOirigSS Nelten.00ATION ....;.:.1,...A,.....-rid Kii.rolir.1?.q'iti:7 RieePPT 14°. ` •: .,=-Arsr‘cp-,x,i,...;4 , • .0A.EiCStitkiSF-e10E CO INC 6i4EWAL -SEPT .' .-""Alik126 li " • -,. .., SEPT BE 7 . P. 1 tf0f0i0 ti. -„ 1840025 Must 4citi-.),44i0ki'AftS$464 -MIAMI R.33166 , Fur.stAlfit hi:CetfOtp;Cdde%•.' Ctia-Pier RA.:Art;q.e.09' ,., .•., °wok, sacral OF oustpasss - pAYMEINT Ana AD CARI...SOPS FENCE CO INC 1 pel EgAtaY BUILDING CONTRACTOR ,pr TAx cbt.i.AGTAR OCCOgpik; • :.• ,i(t.,,,r-, ,L $75,0Q Q5ra• W fker127/2011(S) 8 'VC . . CHECK2t-V-092345 Nill '' s local Buenas*1'iu flocs lit only santisms payment of Ilis Lactal fluxiitiss Tax. ,tRaalapt la cat a Ike nth porn Ito r a airtIlloatlan 61 tha hoklari attalllicatlorta,to dabasinna.,Iforttr least alaplxwItitany gerfarpmantat er nongsysmissosi tostystary lows and ryquiremaels Mich apply Da thil brialnaaa: :, . • The RECEIPT?Mahn.must he Ray 1414 an all aottunarclul welders;-MTalaklactir.Cidelaa a.-;278., ..... .Z... Far ram Inlarr,h stl as,Wilt venIngstiaffilvidaskillutz :,,„ • 017491 \ ••- . ..ii ,,,...,_;,,,,y:: ....,s4v,,.,,,..T4t-,:"4,x„..:,',,_•...;'•::,- •':.-tip:,-^,- .:-.-1.„-r'•.:-:7•,-17.;*z""f.';'-`r..-..,;it .--.4aTm --,,,.....-;.%. I .........-c.— ...,l ...i.,......„.„,„.-,:.. .- M,Illicipat :-9j1 r ctorsfec,eip - .....40,-•••••y :x,.•.,v,it..,..:?'• ."" 4; 1- ."4,....• •,• ' .•, . 7 ;1:i' n#1"0:45.-; "71' • .!''''.:i it':AA4 Fiti Pr..13611.6K;Ch4 kr'''ii '.414i---.' -my--if "-- ' ''-' ••=.•••:•••:42.,-.11, ,wa7 .-} !.f-'..•...7-1-‘,I.1.. 4 ,,.. 0,..0.: (I,a . -,••:, ;',9 • , - •0.:',..e.-•-;.15,1 cA.KAls.:04-ordvit.E.L460.iritEkkir,::, ';'''i';Z.: . ....Ze;.! . • i.,,- lirge?...-1-, ' , 1, • ...,..„,.. e:.7'1., ,„;'-4;:::. :•:-% ,.-....- 7 „,, ,,•,i. 4, ' .-•;ft., ,a,,,,:-..fi-. 44001-51i:--1.!:,;,;•:f.'•.:.'- ?,?-';4•.(`':•,; • •• .: .• :: ..' . .. :;•i:i41-o...;=,.::41, •••;74 Srk ;41---, ; ii'15tg;VF00,i'•.: -.....:,.. :., .'ti.:.. '::-.- ' -'i '?f: r..,4'r!'1?"1->-*-7-ail'''''''''''?V--''' 1-10,111W)44:,P4007.5! .- 9.717:•:1',7 - ' •TO:4031:- 146, ' ''. e. .-Ptiige4w-TV-- . gAt. w*-40.410:1,, - -ngliv.,:•; • ...„4-.7.,,,,„.... „ ; ,.....43_ •r 4 . 1 :#4$:(1,NW4, S1. 7511345:T' ' : '. ..7$1-'134 SEPTEMBER. lkosget .ct-A.-4.14,..owiC.6,44001posi:::‘,.. 10*M Ift;#.A ' .• . ....,. ,,, ••• . • , ,....p.mqmprptiktryckiv,-,4fp....,,..: , ,,..7.,-..%.v.r.-4, 't ,. • • ' -.144TO-ikiAtA.yeLt64.-IF.-, .:•-,,::•' : , . ,.....v:!..::,!!,,.-.•. ..... .N-e,:.,.!--., •• . • •.....).: . • OWNER, opitw ..„.. ,; ' . SEC:TM oe actsiNess `.- CARLON FENCE CO INC • AMC SP LPLA (FWING CONIAA0tOlgThultiactik 0 0 I ,:.. - • AC001749' '...' -„,,": Category(s) 3 • :1'. -4t. - QIECK2 1+1 1 • . -4. TA1 . ..144-- .:.'.• . ...11.75.1313 pp2/40 • -. 21192345 Iff 1 . , 1 This -Ettlitusliessjaic-itsesipt SsIt64insg ffm^_iti St tlEi Ural Mikan Tax.The Rsilptla cut.Ileitis, : i WWI al caitiff:Wm at the holiket*Egaer*td itlikiiirttlit.Hcilifelcomt°wow,any gawirliaaantal OrPti.kitiflunteallt hirliablrf 104 alleaRtralualgiiifighaltlk 4 lb*EigsliPisi't •'-,'') Vii.A ..-,-4r. -• -----4..• ‘ ittililf.IXIPTi81.-ahaira malt 4 3y.4 an srota trial ,3$0911.48.14!Cada Sal 811428. .,. .. ‘ : .:2-Z.:07. f i.5" ".1‘; ".4, .1:.:5q:1'..7 It:•'-' : . -A Ear Mut atemtlon,els talreallea.havheara tectiir :r;' ..,, -- - ' r -k.....) , 1 •-,) • \.. c Tr,B Construction Tradlerbualtfyin0 Board 2 8 usimEss cERTIFICATE OF COMPETENCY 000017498 ;3';-') %-.. s• ei4CARLSON'S FENCE CO. INC.. DAVIS MARK E is certified under the provisions of Chapter 10 of Miami-Dade County -Z11.-7-0-- 4-v-ekg- fi'Wa.7,,.-4:v tw -4,-q •.:,4,-4,,.ftr . , rft„t 4-y- . 4.,,,t, _ ,..„-dtgt.,7,17- i- u • 7: - , ,.,.2—, .4 `,/,'.il .,..;:•-,) ,', ' _.' i J ) •,..,,,) I � t ' I Project Contact List (Pleass type ar pent Information treaty) Please send tlOsiotm track to us otomptly- / ` /nnfsi,�,�{.4;74.—L'UNC.� �:.w....t ,r,-.:t:.,3? i::- ....tr`l^=.w.I F. census t ynNamc F piYAC4- fe/1C ..."C"'a I 'VIC• _ _ — ..- - f company Add,a' Si Q,1- 10- (4,44 - . c'w."''''T"'"°H 3t;�.Ag3-<olgl4 I ''' 345-411 mous rat o; _ M Saiz I:fa'e"y TyP.' L. . I I41'-:,_ri-2-n'F=�S[+ -?+'...a'�3. L}.9.'!a.'_"1...9.6t=FJ'$1�.ch'�'S:a:aa�.tt t�._.v:iYi�.'i6h"�'�rr�fr�Y.?rte•�iifJ'��ir ��ZY!]GT=.�%[-..��v.?'SY�e�t . - wmmtr.tavP: _ •, ,. __._.r wione Mnnea: �nrt.'s Car col, tett"_ Nam waa WPOTTaa ProJectManager: .. .n t 1P eirX t)ffN ------.... c 7 r• suPertrnetwencKQ0 ;e - ----F 00,4 fhlapt[ea.ltSrtkit'AU'.lt 'yFarcman r AccamttPayaae:l - =1"t = difkiv.1 __ '-qi n'r [e.4`C/h Accaems Recetaahlc r rt 1, -11.4.210, r. /•t...as " r - ate, .. F�nmacMg�'- JLt/ pasA.,5 Itile-ete:MACe 1feille 3R•: 4� I.t. .t Other Pt ContactE • j �, CARLS-1 OP ID:MA ,4�oRo CERTIFICATE OF LIABILITY INSURANCE DA08/15/2018Y) 08/15/2018 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(les)must 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 CONTACY BUTLER,BUCKLEY,DEETS INC. NAME: STEPHEN M DENKERT 6161 BLUE LAGOON DR.,STE 420 ac°Nr o_Eaq;.305-262-0086 ,yam No 305-262-0187 MIAMI,FL 33126 =ass;MARIANA BBDINS.COM Stephen M.Denkert INSURER(S}AFFORDING COVERAGE NAIC H INSURER A:Depositors insurance Company 42587 INSURED CARLSON FENCE COMPANY INC. INSURER B:FCCI Insurance Co 10178 AND FLORIDA FENCE RENTAL,INC. INSURER C:ALLIED INS CO OF AMERICA 10127 8491 N W 64 STREET MIAMI,FL 33166 INSURER B:Allied Property&Casualty Ins 42579 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 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 IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN (R'EDDUUCCEED BY PAID CLAIMS. IEX LTR TYPE OF INSURANCE /NI SR 4YY0 POUCY NUMBER (MI MfOp/WYYI`MIOO!VYYY1' man GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 A X COMMERCIAL GENERAL LIABILITY ACPGLDO 3037037775 01/20/2018 01/20/20195 S(Eaoccurrence] $. 100,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) S 5,000 X CONTRACTUAL LIAB PD DED: 0 PERSONALSADVINJURY $ 1,000,000 X BROAD FORM PD/XCU GENERAL AGGREGATE 5 2,000,000 GEE�N'LAGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGO S .. 2.000,000 I POLICY l (JEe 1 {LOC ^$ • AUTOMOBILE UABILITY COMBINED SINGLE OMIT (Eaacadep/ S. 1,000,000 I • L' X ANY AUTO. SAL 3037037775 01/20/2018 01/2012019 BODILY INJURY(Per person) $ — ALL AUTOS ED AUTOSULED BODILY INJURY(Per accident) $ X HIRED AUTOS X NON-OWNED w PERTY DAMAGE AUTOS (PERACCIDENT) 3 $ T X+UMBRELLA UAB X OCCUR 'EACH OCCURRENCE $ $,000,000 D ^„EXCESS UAB _ CLAIMS-MADE CAP 3037037775 01/20/2018101/20/2019 AGGREGATE " .._.,$ 5,000,000 , DED X I RETENTION 5 0 3 WORKERS COMPENSATIONX i WCSTATU- X OTH- AND EMPLOYERS'UABIUTY YIN TQ•E;V LIyQTS �.E$_ B ANY PROPRIETORIPARTNERIEXECUTIVE El 001WC18A63480 01/20/2018 01/20/2019ILL.EACHACCIDENT 5 1,000,000 OFFICER/MEMBER EXCLUDED? N I A (Mandatory In NH) 1 EL DISEASE-EA EMPLOYEE $ .... 1,000,000 If yyees describe under O SdRIPTION OF OPERATIONS below E.L DISEASE-POLICY LIMIT S 1,000,000, ' DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,It mote space Is requited) CERTIFICATE HOLDER CANCELLATION CITYMIB ' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF MIAMI BEACH THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN PROCUREMENT DEPARTMENT ACCORDANCE WITH THE POLICY PROVISIONS. CONFERENCE ROOM 1755 MERIDIAN AVE.,3RD FLOOR AUTHORIZED REPRESENTATIVE MIAMI BEACH,FL 33139 ---5-11itt,4c.71— ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD 7/12/2018 Detail biEntity Name DIVISION OF CORPORATICS • 301it DiVriff),1 r),/ •rr )/ .org r) c) Di El; '.1figa! .nut'lit 1-1,JfIdo Dgpartrnent of State / Division of Corporations / Search Records / Search ty Entity Name/ Detail.by Entity Name Florida Profit Corporation BEAR PLUMBING, INC. filigg Information Document Number P00000084197 .FEI/EIN Number 65-1037271 • Date Filed 09/06/2000 State FL Status ACTIVE Principal Address • 1989 OPA LOCKA BOULEVARD OPA LOCKA, FL 33054 . ) Changed:04/20/2009 • Mailing Address P.O. BOX 612255 NORTH MIAMI, FL 33261 Changed:04/20/2009 Bggistered Agent fleMeg;Address RYCHKOV,SLAVA 1989 OPA LOCKA BOULEVARD 'OPA LOCKA, FL 33054 Address Changed:04/29/2016 Oificer/Director Detail Name&Address . • • Title PD RYCHKOV,SLAVA P.O.BOX 612255 NORTH MIAMI, FL 33261 Title S RYCHKOV,CLAUDIA M P.O. BOX 612255 NORTH MIAMI.FL 33261 http://search.sunbizarg/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=lnitial&searchNarneOrder=BEARPLU... 1/2 7/12/2018 Detail by Entity Name Annual Re orfs Report Year Filed Date, 2016 04/29/2016 2017 04/27/2017 2018 04/26/2018 Document Images ¢4'26/201&—ANNUAL REPORT View image in PDF format 04W/201TtANNUAL REPORT View image in PDF format 04129/201$—ANNUAL-REPORT View image in PDF format ^I 02192/2015—ANNUALREPORT' View image in PDF format • • s'R4 94T4(20/4—ANNUAL EREPORT View image in PDF format p4r13r2013--ANNUAL REPORT View image in PDF format 0$/26120'12=-ANNUAL REPORT View image in PDF format Q4t1912011—ANNUAL REPORT View image in PDF format 9313112010•—ANNUAL'REPORT View image in PDF format I • 04/202003;--•ANNUAL•REPORT View image in PDF format ' ,04126/2008.—ANNUAL-REPORT View image in PDF format 92F2112007=ANNUAL REPORT .View image in PDF format 43/11%2006---ANNEAL REPORT View image in PDF format 02/022005—ANNUAL REPORT View image in PDF format 92J0412004-ANNL'fALREPORT View image in PDF format _ 1j1i30i2001- t ANN1Af RFP(1RT _ A View image in PDF foi7afrr y 92/1'1120021 ANNUAL REPORT View image-in PDF format 04/10/200:1--ANNUAL_REPORT View image in PDF format 09/0612000-t7oinesllc'Proliit View Image in PDF format ' • • • ' I http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=BEARPLU... 2/2 • .. ._ STATE,OF.FLORIDA, ., DEPARTMENT OF BUSINESS AND.PROFESSIONAL'REGULATION 'CONSTRUCTION INDUSTRY LICENSING'BOARD fv.s„ , .• I, _ 47 e4.Y,:., • 1/..:-.4': LICENSE. NW,;13ER CFC057720 siR n f' . --" •;r• ;:r •'':,,,,,-,c'^e ',c,:.: The PLUMBING CONTRACTOR' . ,•'`::v1"::1 . Named below IS CERTIFIED 4:1. .t'.'• q,..,, Under the provisions of Chapter 489 FS. Expiratkth date: AUG 31,,2018 I • El,-,..l'i.• 13 RYCHKOV,SLAVA ,, • .,,,ii; ' • BEAR PLUMBING INC - . ' 5.4p, 1.989 OPA LOCKA BOULEVARD 4 OPA LOCKA PL 33054 • 11. .• . I _ u . ri t•.r El 4 .-ci.o, !.• - . ISSUED: 07/10/2016 DISPLAY AS REQUIRED BY LAW Sal* L1607100001319 --) „---- .. .i‘s ( .. .,__. ) ... ,.,. .,..._ ...• II •• ' •:1 -:_'•-•--,'•:-.',75..'•'''. . ' '•.. .. -...'.-- •.--.:..-— ' -, . . ",W,"..Et..'--isier ..'..'4.-'r, '.i.,:,..-.r.,_--•"---:- -'-',...---,'---' • - — . , — ' .--':.-. . — - ' •— - c r''' Sviteg -rtiligr4e - - . i, , ''''-''''' • ' '-''' " ' '-' ''''-'"'*'''"'"'". 11117 -1;C" C ' SE-let:141'S- . '''''''' '''''''--- :' :,,,,-.-,-. - ,., .. - .,;,...i,r-z.k...,,,1 ',4.,,,--...--0,,,,--,.._-Nta , - r• .iE • ..k.3 , EN - , _.,,. .,, ,.. ,,,. .-,,,,,,,, ,,,,,,,,,.g.4., . ;•.•,C.• ' ', .,,,..1.:i.1.7-47,,...,,z;444, -;. ,...,,-„,, -_,.=1-ii„,-.:,-,...1,..,,,-.:-..-_,.,..„. ...r.r,-- ,. .-,. •:•. . .., •.:' ' - ., -,, ). ..,..-.- •' • . -,r.,v.:-.,..:. ,,. , , •,, ,,-..,--.--,.. ..,..,,.,) ciiI. ., ... ). .i •,,. r, . ., 1m-•iie...', i ,,,,..,-,' '' -....- . • : '. • •••. ..., , ,. .,_,..- ';r .,' ..•u- ,•-•,or '• . .' 3- L, . ,. ., r. , .. -4.• w •-,..,. , --.09t0 ::_. :•' •,.1.:,-•- •:',;'''"-'':,• ' - l'-' .".;-;-.:-;•1:::;fesi"J.-.-4-2 ••4-,,,4;•,t-C.--,_'' 17;1 ... lifit-re 7. rk.....43/t9t.....,----. -_.1.'-,-- --04.2: ,,.; -,:, ; '-,:.--itb,,,,,,i7-4-&4*.... - - ' -=‘,,,,, •i-,.., -414k4,514,-.A4--,:iMpi-A, Z.'Si •itro.„ (14t-, -: ': _,,,..:,. .,,,,,, ,1_,-,.:.. :1-.!.,, , a"-..,,)..' ,,..,i.v,,,.-7,-"'"•.''.;',.'';V:.,.i„..,,..., .,ir..-::: -',-,' '' ....-,,,,:...-',...")',,....-',.,47,-"'rtz),"-,".:. ),,,,:•,,,, , -„:„.,,.;!. ,re...•t--;.„,..;,..,:::',.- , ' -:...12...z.,4,4:, :•iie. 4' .i , '%..-''.',•••;„,',:-.= '2.-1,.. ,'.,,--",t:.',%,,,,..10 Aft ,''..,..."",:i :::,,s,;•!'•",•-....:--,-- fdf•".e,f:.,t •• 4 ';';'''::• .,, 'I ,,O.Yy•—',. ;41-;•'-i.x..--:,-:.."--,•.._,,,,,..- ..,-,,, r„,4b1-..f),,,,, i-Avg-9, 4 i-,...1-., ,. •-,1,. 1-',. •N''.....',, -4',.;"1 ' ..-- rA.'V -..,, ,c7...%-',•"-..,4.. .;• ' - ' 1:' ,. ' L,,) ...T. ,",.-,0,..,,-;,:,:,,,.);-ks•,,,,,,,),:!)i,f.„' J.-••••,,t ,••^...4. \=. ,;,r,t,k - 1-.13.., ' cif od t• lia., N;'. i,i.. -'''' -21 -'4,; 4.,..,i;,,,,,,,,,,,,,,,,t-,)..-5..,..T.•#....- 3„, - ... .. ,,/,57..•,C%,-f,........V-, .? ...'"'‘''.1:;: '' ,'''..; ., ' '''. 4.A. .,.p.U. •P'.1 1.7,---. '14.4....(au-i;; .:,..._.1,-:. r--,.-,'"-* ----!-2-r; = r.),,,.""':,..,..--,4•••,,V.i,,,,v.....--,..44,1,:-=',.,--„ ,P, :'(:,''- 4 .-F • . , .„,--.,..,.,-N I.,'.. 6,. j'. "4 I, : •''YIP". ell r.- j..,.....e,tplf,,,,-,v,-...rfg,;;;,,,,,z.,.:,-,-.2%.,,,,-.F.F1JJ's;,...i. . . +.,.. '.1 . .,AT,...4,,- gi-7.a.,,::;..L ',-•-,-,-- -- .-0•-,.$*,.,~ , -:.-1„;:frn *,—,,,..., ,. . '- ' _ . -:. .. -•,--....:74:4,--,,4„.::f.,-;..,-..'. ,... ,,,',..,,_•ce.,...-„,,,. " .,,,,-.,t,.,„-Y)r v V',.,•..,, 1 4 ):(..ir^e f.., „ , ,%_•t4...1.,',44,••...., . ,-..„..q.:;,4,-,, „ *- „„,„;j A 1, _. 4,;.,.. ''„:„,,,,L.•,cP t 4 p 1,'04- ,4%1/4 1. t ,..I.W.e., .,..•- =,,,, -.,:).' . 0 e.. .,Vf", .., - .:4'ki.:,;" ,. ••r'L 4.,-,,,,..-^ „--,st,,,, i.,,,.., , - ....--,•s,ke. ...- ..., , . - '•-., .P.,'4''17,"+.:-',t.,4. .. • ": ':'1 '•''''.;÷7-e."-,'(4.*-. •*,...4,.PLi.1%.0.11,,U,r,,,t--, t...;:,., ''''''. a 1,..., ti r_--).•1 f, I. r i ...' -A.--;,-.;,..r.=,' • , ,--!,,-;,„:,...,•:' ,.:-!, 1.,, ,,,•,:',',„`r:7„-- .W1,14 , . Nr4f,'„•" .' : -cr ' •7,I. '' rtr ,,Ni` e-? - . I .1 - .. . ;-. v..-t..„- ,. .I,, 7,4.,-,,. 1:4-,„, , „i,.-,... .,, ,, '' J.!,,..... ' .fi., ..ir.'-',..• .-.. '.. N , .i.r,,.., r--e.-.. - , .. ' -.., , „.- - ) -•• ..':, - ••:,- , , -..:7---,- ":, •'......'-'-::`",•`;'.-.,;.,'7., c, ' .- 1', , , , .. ,.4,,a .7,-;;',...-:(ri...:-'.1,' } ., : - -..--:- I, '„,'.': , '+- ,'-,,-:".'4.",',,,,`• i.^,..;, ,• ,¢''.'• A.q •''..„•••.t,t 4.-.i-„'-:„'- •''' .. _ I „ %...-•,:+1%'.!4 „-.,..- „ , - ,, , ,,,„....1,4 4r,-,---:---,,. ‘,.. -., ,....., ..r.- ,,,,,a ...i.,...1,f, ...-, , ,.1,:°'...: '.,.1.'.-.5.,,, -C,,) $.,, ' „ ,.,.-, „„*..t..0. 4.,,-.... . .-..,,-,-=•-, , tic, .::.;-,.. .t. t- '' -,„.•,., • ,-,.., r - ,.." ... • '.. .. • " ''''" . p AP. ; ..:0'''''''^e-It'''-;,'",:*"." '"-'-- • '„z,,,-- ..' - ' ,'..'.'itt -11,,,,,=-7,'_ . .. -, v"$.-• L, ' 2 , i,e-'0'";.Y.:11-',t,%:. -V. --41-',"'''..ft,11:::; • ,,,,,..,„,...,.!...„),,,..,,,,...-,,,,,,,,,,•.:,,k,4...,..-. 4 i 4,,,,....'7,`,,t-:4-...-: , 'C..'..,`',,^ -,,."'" ""' , 3 ... '."' A 4. 7''I '4 4. -'' * 1.:''.2 t'''.. ''',:•,:': tl '!':. ?.77.`,..,....1'''::,..4* .:d 4,4 -,.-.•.- .., '.., -., - - . . ..,. . .. . . . . . _ . , . -- -- • ' ..,, . • „••• , ) . -_.-' '.....,..e ",........_ . , • • ... ...," • 003678 -- N. [ , • . : acal-Business.,-Tax.Receilit t • • ' ... . . . .. Miami -DadeCOLrity„-State,,of Florida -This is NOTA BILL-DO NOT PAY . . . ' 4432084 . . •• . , ' .... . . BUSINESS NAME/LOCATION RECEIPT NO. --- EXPIRES' • BEAR PLUMBING INC . RENEWAL SEPTEMBER 30, 2018 1989 OPAIOCKA281:11D - 4628918 . Must be displayed at place of business OPA LOCKAT t 33054- .,. Pursuant to County Code • . • Chapter 8A-Art.9&10 • • • ,• • OWNER SEC.TYPE OP BUSINESS _. PAYMENT RECEIVED <- BEAR PLUMBING INC 196 PLUMBING CONTRACTOR SY.TAX COLLECTOR • • Worker(s) 2 CFC057720 $45.00 07/19/2017 FPPU02-17-018882 •- pig LiiclI1141001.441.10oolli;NOY qonfimi,paim.oill of lhifloOtillhislninia-Ttor;Tho Rectlipils not license. pencil;at a seillfinellen GI Iftl.11.111141)1 witililicetions;(ado builnoisOlolder mu t comply with Pali governmental . 'or noppinvranfontalteptIloOlil flOYSA1111flfrillrnMente whIckapply to the business: The RECEIPT NO.shove mustlre displayed on all commercial eohlalos-Miend-Oada code Nep Ber218. For more Information,visit tiniiir—.Aprldo—:,nevAnsgoillaciptr .r . • • ... • • r . ( i AWRU°' CERTIFICATE OF LIABILITY INSURANCE • DATE(MBIDo,"e) • i 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: lithe certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. • If SUBROGATION IS WAIVED,subject to the terra and conditions of the policy,certain policies may require an endorsement A statement on this certificate doss not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT ADELIO ASSUNCAO NAME_ Nows Insurance • PRONE "" """ (954)979-1110 '-F• tiC.__ -.._ (_A(C;ILo..Eldi: 9 (q?p,_Ke]• _(954)582-5239 1 809 W.Sample Road e-hvAoORE novusinsurance2011@gmail.cam . '; Deerfield Beach,FL 33064 __ _ MSUREIRSI,AFFORDING COVERAGE NAICtr _ - Phone (954)979-1110 Fax (954)582-5239 INSURER A: COVINGTON INSURANCE COMPANY . INSURED -- • _ --- INSURER a:PROGRESSIVE INSURANCE COMPANY _ _ BEAR PLUMBING,INC. INSURER C: COVINGTON INSURANCE COMPANY _ PO Box 612255 INSURERD___.FLORIDA CITRUS ASSOCIATION INSURERE:. _ _ NORTH MIAMI FL 33261- INSURER F>. COVERAGES CERTIFICATE NUMBER: 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 IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.UMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IINSR ADOLSUBR i LTR..__-____—T'!PE OF INSURANCE _ _INSR,YWp_._,,,_:._POLICY NUMBER I waO EFF , NiDoY vEy :IMhVGO/YY�Y);.LM67l�OIYYYY). __ _ .__.___._-.LINKS— © COMMERCIAL GENERAL LIABILITY - EACHCCCURRENCE S 1,000,000 00 E CLAIMS-MADE d❑,OCCUR I DAMAGE TO RENfEQ, { I _-PgglygE$( .ccPmenai). :.5'.-foci;000.00 MEDE30r(Anyona Asan) 13 5,000.00' _ A0 - --- - __ N ; N .VBA58438800 12/02/2017'12/02/2018' F - ' PERSONAL a ADV INJURY i 5.. .,000,000:00• __ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 2,000,000.00 i ®POLICY 0 !Nei ❑ LOC --- _— - PRODUCTS-COMP/OP.AGG',$ 2,000,000.00'. o OTHER I -- - i S' ' AUTOMOBILE UABIUTY I ,'COMBINED SINGLE S 1,000000.00 :..ige_uecnS):—__ ANY AUTO I BCCILYINJURY(Per perecn)•I,S, SCHEDULEO B 0 AUTOS ONLY AUTOS N ; N '04448118-8 ;11/23/2017 ;11/23/2018 I BODILY INJURY(Per accident)',S ❑ HIRED 0 NON-OWNED PRCFERPt GE 1- I••�AUTOS ONLY AUTOS ONLY S UMBRELLA UABD OCCUR 1 i EACH OCCURRENCE }9' 1,000,000.00 -OCCUR-- E .- C R. EXCESS UAB ❑CLAIMS•MADE ! VBA58438800 12/02/2017 112/02/2018 AGGREGATE S. 1,000,000.00 :Lima El. REFENTIOJQS I --___._i !_ —_. ...".-_- OTFt-- _-- -. WORKERS COMPENSATION - ._ —___.__._ — , i ._� AND EMPLOYERS'LIABILITY i r®STdTtiTf....-0 ER_-:,...._._�_-.. ANY PROPRIETOR/PARTNER/EXECUTIVE— I I i+EL'EACKACCIDENT •S 1000,000;00 D OFF(CER/MEMeER EXCLUDED? j N NIA' N '10652140 04/25/2018 04/25/2019 ; , (Mandatory In NH) If yes,desaloe under I E L DISEASE-EA EMPLOYEE S 1,000,000.00 ' DESCRIPTION OF OPERATIONS below E L DISEASE-POLICY LIMIT t S 1,000,000.00 ' I I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more apace Is squired) PLUMBING _CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Miami Beach Procurement Department THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Conference Room ACCORDANCE WITH THE POUCY PROVISIONS. 1755 Meridian Ave,3rd Floor AUTHORIZED REPRESENTATIVE 7. Miami Beach FL 33139 ff- -• - '- ale ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03)QF The ACORD name and logo are registered marks of ACORD 7/2412018 Detail by Entity Name • Ol .1N Of- CORpORAM)f10 • 444t. r Copp t of 60-1:1./0. .org C I J r J 1 rev r,r J i.(� rui OFJirual:a1d=>of l7rrridu Re?,.rr;• Pspartment of State / Division of Corporations / Search Records / Search Iv Entity Name/ Detail by Entity Name Florida Profit Corporation METRO ELECTRIC SERVICE,INC. • Mug Information • f Document Number 483925 FEI/EIN Number 59-1619489 Date Filed 09/04/1975 State ' FL Status ACTIVE • Last Event REINSTATEMENT Event Date Filed 03/02/1995 Plipsjpal Address 15050 NE 20TH AVE. } NORTH MIAMI, FL 33181 • Changed:03/02/1995 Mailing Address 15050 NE 20TH AVE. NORTH MIAMI,FL 33181 Changed:03/02/1995 Eegietered.Agent Name&Address Azuz,Samuel • 15050 NE 20TH AVE. NORTH MIAMI, FL 33181 Name Changed:04/28/2017 Address Changed:05/28/2002 • Officer/Director beta • `1 Name&Address Title BM ) NARKES,ABRAHAM 15050 NE 20TH AVE. NORTH MIAMI,FL 33181 T.Y. •i.-,-, http://search.sunb¢.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=METROEL.. 1/2 • • • PfflfKO E.P.A., LF 'fEOl Technician Certification E.P.A.Appeal 5114/9.4 Anthony V. Cavallo 164,52-5301 •(Name) (ID 4) Has been:Candied as Universal Technician as required by 40 CFR Pan 82,Subpart F. � i � , f i i I i I E + I 000113 • Local. Business Tax Receipt - Miami—Dade County,State of Florida -THIS IS NOTA BILL-DO.NOT PAY • 173963 • BUSINESS.NAME CATION-. - REcElpr No. EXPIRES METRO ELECTRIC SERVICE INC RENEWAL SEPTEMBER 30, 2018 15050 NE 20 AVE 173963 Must be displayed at place of business NORTH MIAMI FL 33181 Pursuant to County Code Chapter BA-Art.9&10 OWNER •,SEC.TYPE OF BUSINESS METRO ELECTRIC SERVICE INC .196 ELECTRICAL CONTRACTOR PAYMENT C LLECTOR EC13005326 BY TAX COLLECTOR Wocker(s) 10 - _•• $45.00 09/29/2017 — ECHECK-17-T97919 C' This local BusInSUTax Receipt only continuo payctentat ths Local Business Tax.The Receipt Is nolo license. psrmit ere cardlleauon ollhs holder'squelllice0ons,toile businsaa,Holder must comply with any governmental orpopgovaln¢uctul pyulptgrylaWa lea/Sind rdquiromoats which apply'to the business'. -•The RECEIPT NO.above must be displayed on ell commercial vehicles-Minmi-1 tloq 6. - Per more Information,visit www.mlomidado ;vAnxWc hear• c;• STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION EC13005326 ISSUED 08/23/2016 CERTIFIED ELECTRICAL CONTRACTOR HERNANDEZ OMARR- METRO ELECTRIC :;SERVIiCE4iINC - r !.• • • IS CERTIFIED under the provisions of Ch .489 FS . Expiration date. : AUG 31, 2018 L1608230003270 City of North Miami �► N U RT H r l A M I 776 N.E.125 Street • North Miami, FL 33161 • 305-893-6511 F L .0 R I El A: Business Tax Receipt issued Date: 10/1/2017 ELECTRICAL CONTRACTOR Expiration Date:9/30/2018 ' Business Tax Receipt#: BT-001900 Business Name/Address: METRO ELECTRIC SERVICE INC 15050 NE 20 AVE,SUITE 111 METRO ELECTRIC SERVICE INC NORTH MIAMI,FL 33181 21407 NE 38 AVE - AVENTURA,FL 33180 Michael A.Etienne,Esquire,City Clerk.. NOTICE;BUSINESS TAX RECEIPT MUST-8E TRANSFERED WHEN BUSINESS IS MOVED; OR SOLD. NON-TRANSFERABLE • POST IN A CONSPICUOUS PLACE • NON-TRANSFERABLE I e ArR1CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) I8/8/2018 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 be endorsed. If SUBROGATION IS WAIVED,subject to the tonne 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 "CONTACT NAME: Certificate BB Insurance Marketing Inc Department 10167 W Sunrise Blvd,3rd Floor tlLNo,Eft;888-728-0817 1(FAr`c,No)c954-452-0450 ' Plantation FL 33322 ADORgss; certificates@bbimi.com INSURERS)AFFORDING COVERAGE .. NAM/. INSURER A:Florida Citrus,Business&Industries Fund INSURED METRELE-01 INSURER e:Natitlus Insurance Company 17370 Electric Service,Inc. 15050 NE 20TH Ave INSURER C:Ohio Security Insurance Co 24082 North Miami FL 33181 INSURERD: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:202199629 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 IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. /NSR LTR TYPE OF INSURANCE -JANSDI WVD, •POUCYNUMBER: (MM/OWYW) IN MMIODI'YnYY)I OATS B X COMMERCIAL GENERAL LIABILITY NN842860 9(72017 e22018 • EACH OCCURRENCE - I$1,000,000` 1 CLAIMS-MADE I X I OCCUR p_T CET E ) S 100,000 • .MED EXP(Ant one perscnl $5,000 , • PERSONAL&ADV INJURY '5 1,000,006 GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE 52.000,000 X r PRI} POLICY /ECT [�LOC PROOIJCTS•COMP/OPAGG ,5 2.000.003 ' OTHER: S AUTOMOBILE LIABILITY - SAS57371498 6/32018 662079 COMBINED weir S: c er4 • 1 000400- ] X ANY•AUTO • BODILY INJURY(Per person) S ALL OWNED ` SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) S X HIRED AUTOS X NON-OWNED 'PROPERTY DAMAGE _AUTOS S (Peraectent). . • $ B UMBRELLA LIAR OCCUR AN042521 9/72017 9/7/2018 EACH OCCURRENCE _ 54,000000 X EXCESS LIAR CLAIMS MAGE AGGREGATE 5'4,000000 OED I I RETENTIONS S • • A WORKERS COMPENSATION 10651441 222018 2/2/2019 X PER • 0TH— AND EMPLOYERS'.LWBILnY YIN STATUTE I ER ANY PROPRIETOR/PARTNER/EXECUTIVEE.L EACH ACCIDENT S 1:000:000 1.OFFICEWMEMBER EXCLUDED? N J A (Mandatory In NH) ' E. DISEASE-EA EMPLOYE S t 00o o00 Ir,y@y,dC 12156 under QESCRIPTIONOF'OPERATIONStledow EL DISEASE-POLICY OMIT 51.00000 - • • DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If mom space I.requlrad) Electrical Contractor, • • CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Miami Beach Procurment Department Conference ACCORDANCE WITH THE POLICY PROVISIONS. Room • 1755 Meridian Ave,3rd Floor AUTHORIZED RESENTATIVE _.- 1 Miami Beach FL 33139 4,1 � ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD 7/24/2018 Detail by Entity Name ( Department of State l Division n(Gomgrar+nnm / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation SPECIALIZED CONSTRUCTION, INC. filing Information • Document Number P01000051858 FEI/EIN Number 65-1107620 Date Filed 05/24/2001 State FL • Status ACTIVE Last Event CANCEL ADM DISS/REV Event Date Filed 09/29/2003 Event Effective Date NONE Principal Address ) • 1434 Garcia Ave MIAMI, FL 33146 Changed:04/26/2017 • Malting Address •1434 Garcia Ave Coral gables,FL 33146 Changed:04/26/2017 Registered Agent Name&Address TEJERA,DIEGO • 1434 Garcia Ave Coral Gables,FL 33146 Name Changed:09/29/2003 Address Changed:04/26/2017 Officer/Director Detail • Name&Address • Title P TEJERA, DIEGO 1708 S LeJeune Rd CORAL GABLES,FL 33134 http://search.sunbizorgMquiry/CorporationSearch/SearchResultDetai(?inquirytype=EntityName&directionType=Initial&searchNameOrder=SPECIALIZ... 1/2 INEmmir i l pfr= RICK SCOTT,GOVERNOR JONATHAN ZACHEM,SECRETARY I (-4,--*0- ,„, d Florida , < net. ; ee ! pie i STATE OF FLORIDA DEPARTMENT OF BUSINESS:ANDD-P_R_4OFESSIONAL REGULATION CONSTRUCTION INDU�,qS- TI -.. : LICE N S! G BOARD THE GENERAL C T 4 E FI QI .RACQ kREIN.� tSCER IFIED; UNDER THE ; F, PROVISI•ON OF,CHAP� �ERt489 FLORID `A ST.,1- 7.71: ,',..-):.4.7-;-. ....--:„_---77::-1,- .4,,To TUTES .t vo.---•, Y";1> --::-.1 i�; :� = - Z� :JE s a' E O VIC' ANTE c f4,''. ,9E# DE � OLITO40D,:crrk,' i ; _ ` ' '' MIAMI F 33. 38 ' 1 , ' 1 r 4 Zr li 3, ..,mss, 1i. 4-M . LIC S ThtIUMBER: CC-1,15232-32 EXPIRATIONM TE,` L'JGUST 31, 2018 I Always verify licenses online at MyFloridaLicense.com E Do not alter this document in any form. io•• This is your license. It is unlawful for anyone other than the licensee to use this document. � 3 Q 4} r:. I f Diego V. Tejera 1434 Garcia Ave Coral Gables, FL 33146/.Mobile 786.251.5691 diegotgc@gmail.com EDUCATION/TRAINING . Gold School of Construction - Miami,Florida Licensed State Certified General Contractor Gold Coast School of Real Estate Miami,Florida Licensed State Sales Associate University of Florida Gainesville, Florida Majored in Psychology Majored in Leisure Services Management 5 semesters of study to obtain 56 credits Santa Fe Community College Gainesville, Florida Associate in Arts WORK EXPERIENCE -Owner!Operator South Florida SPECIALIZED CONSTRUCTION,INC. February 2001 —Present www. pecializedConstruction.net • Successfully sold multi-Million dollar development projects • Trained office staff to prepare proposals and handle all invoices and billing duties • Successful management of the daily operations of the construction and development firm to include: employees, subcontractors, architects and engineers • Forecasting and budgeting for the construction firm • • Coordinating and planning for construction and/or development projects with building officials, developers, and planning professionals • Supervision, management and general oversight of all projects • Plan review, plan processing and permit expediting through local municipalities' • successful completionof a multitude of projects to include: the renovation of Murano Grande lobby on South Beach, 5660 Condominium on Miami Beach all 21 floors, lobbies&common areas, Gary Naders Art Gallery in.Wynwood and the residence of Dwayne Wade in Bay Point, Construction of the 34 Unit Samantha Hotel Sales Associate Miami,Florida ROUSSEAU REALTY April 1999-January 2001 • Successfully helped developers identify profitable development projects • Proficient in MLXchange • Prepared proposals for development projects • Construction estimating and planning REFERENCES Available upon-request. i ? _.,' 02-24-2017 JEFF ATWATER STATE OF FLORIDA CHIEF FINANCIAL OFFICER DEPARTMENT OF FINANCIAL SERVICES DIVISION OF WORKERS' COMPENSATION s. * * CERTIFICATE OF ELECTION TO RE EXEMPT FROM FLORIDA WORKERS COMPENSATION-LAW * * CONSTRUCTION INDUSTRY EXEMPTION This certifies that the individual listed below has elected to be exempt from Florida Workers' Compensation law. • EFFECTIVE DATE: - 02/24/2017 EXPIRATION DATE: 02/24/2019 PERSON: - TEJERA DIEGO V FEIN: 651107620 BUSINESS NAME AND ADDRESS: - SPECIALIZED CONSTRUCTION; INC. 1434 GARCIA AVENUE MIAMI FL 38146 • • SCOPES OF BUSINESS OR TRADE: 1- Licensed General Contractor ' iMPOATA.YT: Peraeset to Chapter 440 . (1S(14), r.s.. en officer at a carporation.wlo elects exentpt)oa from this chapter by Mini s cartificata of eieclloo under lith section.rosy.not tomer benefits at conpensatfoa railer this chapter. Putnam to Chews 440.05112), f_S., Catificetes el election to be exempt... apply only within Ido election•to b., ~ M exempt 411411 be othJect le tevgcettan0, taey time, ~ I. y allot he (1113g of the 'wilco aro the Isesraa a alhe ci Othat PIONlfc te, PION Ilan* eaethe xmalice or cerlartsle Ng longer seats the regriremonas of This section for isawrce of a certificate. The departatest shall irrole a certificate at any tire for failure of he person made en the curtil kale to,meas 1M rvqufenwenls Of Ih13 sactioa.- - OWC-252 CERTIFICATE OF ELECTION r0 BE EXEMPT- REVISED 01-11 QUESTIONS? (8501 413-1609, • PLEASE CUT OUT THE CARD BELOW AND RETAIN FOR FUTURE REFERENCE STATE OF,FLORIDA • OEPARTMEYT of FiNANCll1L SERVICES �T.., IMPORTANT CP/ISION OF WORicERS'COMPENSATION . i O purs•:ant to Chapter 4';0.05(1.41; FS„ an officer of a:corporation who CONSTRUCTION INDUSTRY 7 elects exemption from :this c, CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA ,ti haptcr by filing a ccttitttate Of.oiriction WORKERS'COMPENSATION LAW .t-i L under this section may not reeover benefitsor cawpensatten under this EFFECTIVE 02/24/2017 EXPIRATION DATE: 02/24/2018 D chapter; PERSON: DIEGO V TEJERA Pur3uuit-to .Chuptiir 44.QQ$([21; F.&, Cortiiicatrs o• } eduction to be FEIN: 8S 1 107B4O H exempt.. apply only within.•the"scope; of the business or trade listed on BUSINESS NAME AND ADDRESS: • R the.notice Of t is,c.ifan to b4 exempt: • BEUSINESS CONSTRUCTION. a s E Pursuant•te Chapter {40:05(13);.F.S.,. Nooses of election to be exempt Id34 cai�cia AVENUE Ft .certificates of election to be exempt shag:be subject.to revocation mime rl �aigc if, at.aty:time after the: filing of the notice ;or the issuance of the certificjte; the person narned ad the notice or certificate.no.longer meets • the requirements of this section, for issuance of a eartjficate: The SCOPr OF BUSINESS OR TRADE department Shall revoke a certificate at any time for•failure of the I- Ucassed General Csntrctor SCCSQn xsained on- the certificate,to meet the requirements. of this eCti01I. • QUESTIONS? (8501 413-1605 CUT HERE * Carry bottom portion on the job, keep upper portion for your records. • NC-252 CERTIFICATE OF ELECTION TO BE EXEMPT REVISED 01-11 r.....„,, , ,: - 4 .W.,„ ,.. .7;"''''—--'''','-"- •V"t-- - "C.*° '-i,'''77-,4 0"-',.'-';',";''',Th...-t.,;.,,,,fr., ,, ' or ,,./`-,•v„,,,,.,•1,,,,4-:.:',„,. •., •:..,,,,z;,,,7,..,,„,,,,••,,, •,,4 r, ...1.......!..4.6....,-„*., ,-,.... ., ....,4,,t,t-• v...,,,, ,,,s,-?7,,....,,••. .,i.tf,;• -••7 1 .) ; 1.' 11.7f,"1/t..r,,r,,,„(t.t?-. !7.,*;•.,' •• ..tr, :.,.. -,,ft.,,. . ,ilt y,7(40.4,',7,;:,,'''.."4.• ...z.. 1 • "'t t tIy:',V,..: . ;.?>ti,t:•44;'14 t 1,1.e.‘ , ..• , . • ' ' '.,i ' ".••••••Wi,t.>;.i V ei.4,„Air,, CE.JER.:•\.. ,. . S.,'Et.::,."-.L..'r2 0 CCWRI',;(i',.-7.Thylv: C.4-7; _ • :.i.V.: 1 r.) • ., I 7.ti i.f::,?'4/ ' i.::• 3.:4'...";'.: , . •i,. •.. - . . , r'ltre.j.ra.r.1-C" .1 ‘•Iti'iti:.;1(E.iirA1151-11,:$91.,hez;zwrie n•-if,:. ,? ,f tne lea* . _ . . .E. r-„7 iorit.1;arizz..riCF.:1S../..1 by the. Uapactrtvz:fr'cir'StIsi-elv.z.ald ..„,t--N,,, nr-:.-i ri!.. 4;-::: -o_,(P.1.. .,,:ir 0.01-p-7,0feSsionalt.: l'irld Ousirves$as ragya, -4 v•-ic, SIL.,-1 ..,...•:.- r •._ , . 4 ...... 1.::,,,,,,, ,;,::,1-;A QTrt,i;:.14r'OF a cfs-iNE3.5, 1,0,71 brr•er;F... 1,1 bse:jaritte ......4 ! L(... ..- ,. •— . l,F,,=I, Ci.”.-. r,-?..... .--.1.-,. .`j :•.-.i•t'p f:10t. r S :-.1,30:-!,:fr',,•:. s 011,, ';ff---' PR(.7.11:F S.SIOi'l.,-;,f.'.--1-42".:':.-.-4,..•"-.7."):,.,43.f,i-',,,,,,1 , , .. . way 54.1--e.f.:(--.ousiciesz:::- oriel' . &OA i ',",),., tetc.er.. ..0i- nformation abots:ot..,servicezz oleast-:,. =3G1506.,f;32 . r . :S:-'‘,-'--,-,--,-,-•-•' v3••-1•'•z•-• !•--/ .. . - -,f•-• tiinN,In .-COil. PTO:.p,..,.I.Car:frit.;;Dore. .":ERTIz,P0 C.3E7NtRiV..: 0::) ,-,....--..Tt-,,., L • -ai:-.0t.r.:atir i',iiSlf)11:$.3.0d Etta Ce.--0.-.J'eilitios!hal.',...,,p..Eic,4 77--.1-713/-. DIEG,1-2.,k.":0•El'qTE'1. ' - : 1.; subsc.-,it...--,-_ -.6 creisa trnepi.Ale.ler$.1e1 -7.,r.s.a.n.:i ks.-,... -t" Ttore,--iitfo4.?: r,• SPelAL.in-:.3. r_,'.ONF.3f ROC:170'N ii-..z..- :,e9-drir-ierifs^Ii7iat-aer, . • . 0J,•• the Dt-.:pzne1i1i'-‘3• License Eficie.I.IIIvi Regalalf..-;: ' I. . 1=-,-,:p•iy V1/41i: 7.::71iltanthi SLEt•Q sanie_VOL ::.,e'ae,sr_r r`ia7 yst:,*.,•ar• .' C,-.75- Ft.E:F., c.,,,,,, tha,p- lt.---ic , 11.: r -•:...:4 .I... FE •- ..*.,‘yo.,4r 1::-,,lon-4-...$ "c'tanic FOr tj.Wt-f Okistr :1:-..r.fri ri0C.C.,:,?.. ,-,r-e,rauc,a..te '.._[C;'!-` ?lit, - _ Ciinc,';?:ELVatiOnS 0 n fat:r ,,e,,,,,i,Icenset . ._ . . • . .• .. . ' . . • ., . . . . , . • ,. . CT ".".i0 `.: N .P. , KEN i...PY,SON . . • • 5 ri.tirE OF F--/ ORK1.41. . . .. .. 1:).:7:1-,e,,Rit'li(---4-4I 0,.: 53USPRESS AND PR 0 FESS'ICli,IA L.A:E.G.-LILA:11On ..4v..1. .„.7.-„., CTiOR6NOUSTRY LICENSING, BOA RD /Vs.....74.,-, \A A _ _. .0-e,',.,- •,;o•i..4L-4.-•• . _ /.4.,v--... s •—,* •-,-g,...,t,,Taf,,F.,/ I ••74.,••31,,•,.,....Fr ' 1 Z.'.Syr:ail;Weigkars. ”.• --• ' - . . . ' -. GC15r.'„i4.i:J 1 s.t.1 •,..60,-,--ti•t-,.-.., ____ _____---------- ,k...t,-•-.s...41-4,,,r4i,;; ;':-R.AL C.ON11-TiOR ''11.^:••- .1."1,.v.!, Ma r'F-c:i 7.-;z9:1-2,w iS C-F.IR-rIFILE . . %-........,.- I,.Joez• t - pro-,:isions ' Chap;e-489 FS ., • . .. E.,.pwrit•tor :late AVG 31 2018 . , , . ' . . .. . Eln,Scrif.,4E - - . • TEJERA DIEGO ViCENTE- 4 ' . k!tk-Igfr 44 . SbECIALIZED?CONS I ROC1i0N INC k i•i4-5-0 j'. 4250 SW '7 3RD AVE _,, .. , • . , ,:s.., 41. ...& hil:AKAI 1L33155 . - , , , . -. .I 'IL eil • " .- ' • . •. ' '.'' - .... -re r • . '-' - •• . .: • . . . , • ,. ' • ' - ' RQUIRLA'. St.()f.r 1_16-CaC170002S.:4;) I,S,Su ED- OSte-;7016 -''',S'f-'f_Asi`AS 4 RED Y i _ 0,- ,_•, 3J ....,r4.....6-/,/II _,.., , . . - .- ___. ! 141nP4Ii 4" y'x, MIAMI-DADE 'COUNTY- STATE OF FLORIDA WA 'Aaron!n A01tt ". '_. •` LOCAL BUSINESS TAX RENEWAL 5202874 )2 74 2017 -2018 APPLICATION RECEIPT:5137041 DBA/BUSINESS NAME; STATE R GC1506462 BUS.COMMEPNCENIENT DATE:12/0172003 SPZCIAL2ED CONSTRUCTION INC BUSINESS LOCeATIoN• SEC TYPE OF BUSINESS 7168 SW 47TH ST SUITE A BLDG]. GENERAL BUILD:VG CONTRACTOR 1.7IA1,.t:,Fr 33155 2 OWNER/CORP. _ aP('LIGa TION pErall S S�'cCrALrZEQCUNSTkUc TIOU INC _- I FEE _._.. - AMOUNT PHONE# R^_ceipt Fee •U:1'SA Fee 30 CJ ' 7_.66SLJ47STSUITE A ;{:J00 ! I ancon Cousxl Fee VIAMI FL 3315S f I S DO 8:ryo P_rfnit Fee j N:q'i;ctu6 Permit Fee 3 0;� i 1. Multi-I:•tuntctpdI Conuauor=ce • 0 C-3 ' JC) r i Rt wCtdd Conti c;.:.;f Fee I Library Fine 000 NAICS CODE: 2339 0.00 i Tra:.s.er Fec 0.00 Q•oirg Business;•.Itnout a License Penalty LiloPen lty 3.30 Crilection Cost 001 f NSr ten 300 t 3.00 i Prior Years Otte 0 00 I ! Art-co t Recently Pall 7500 J TOTA C.AMOuNT1JUE. 8.00, • • "t:a!Muer in:SvtSIr1E'S3,p!E`65v Ratify Lts itn.s;rh,zg To pay online no to v •t•.,s'.mierridade:tTGa•taxtetie or T.-:P'::E,. arc:COrrec: (I78 . :crr.r.a: .'S._;n._t;S(1 on „3 727=caw:).• 0 pay n.),!nal' R?l.Va ciner.k p;�,c�ra�:O• MiaLni•Dacie Cottn:y Ta!CoIh ctos` 1 X;2!c I,.'e'.Ytti' 'will b'&.a.-c..ist.:S/as;y1):;.'i!it:r. BtJsJi'n@SS.Tax 7 '::.th OtC c7 p:U iu t3I�itia!-�+�' i•'ej: 3{'i,� , S�at dr 4.ic ico.t:0 a:t.c!.1 -r 200 NW 2nd Avenue rz":a!v pro•ifd'b/law qc otthilarc i.`'-.k•'x• .76(2), 1`di8titi FL 33128 A Cel i o p3;: t percerr r}:; �a!e us,?ar.U;1!cry2t.••r_;.S T2.! 200 NW�C :D:T 2nd Avenue . , K++y e:t�o be rEgUred (305)270-4E49,fax(205)372-818,3 • Sn:trs; . A S .d. z' ei 00(!BSS il'i-lf F�,2J.60 up•:U el:Iv..i,u:-/:� 5=:,:, wi!J trt Cb41Cedd it;;w!Ie:Urnvi e.:hecls. REfAzi FOR YUt;R p COR03 T MIAMti•DADE COUNTY . — ; DETaCHhrEtteAtiU4ECURNT}iisPoRTroKlVfTNYOUR P.V14EAT - STATE OF FLORIDA - . �. +"aCii 16_2018 • LOCAL BUSINESS TAX 2817 • 2018 RPPI_ICATIO�1 n'It1HIhlluhIniie+ t. ,I. f REniEwAl '! RECEIPT:5137041 5202074 :ii 718E SW 471!I ST SUITE A 4 r ISI,"v":t FL 33155 SOS. . C:Dh}KIENCEMEPJT DATE:12r0..1/2003 !3rli.PiERt':ORP SEC TYPE OF BUSINESS 8Lvu1 G : PEC V1LiZEQ CONSTRUCTION..NCE�1CR•�EUILi71`dG CONTRACTOR 2 • SP£CIALIZCD CONSTRUCTION INC 7118 Say`!17STSUITE A ?,I FL 3v'158 -- «...- -_...__._-�. S,Cf:\TL:R=_ F!EQ)J.R_O _Er.te .,�L ,t�TRucT:C'rsAcoVE Please pay only one amount.The amounts due after Sept 30th Include penalties' per FS 205.053. If PrceJvedBy "star 31.2013 Apr 30.2018 Ma/31 20_8 Jun M.2013 Please Pay 50 C0 SO 00 SU 700000000000000000DOOQ005y37W-I12C18000000137500000C00DO0r004 90 n, , 1 I • A�oe CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) 06/28/2018 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 '.EPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. ' .IPORTANT:If the certificate holder Is an ADDITIONAL INSURED,the policy(les)must 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 a.v^"""Saral Medina • NAME: Emmanuel Insurance&Associates,Inc. -"I"ucO N 305)09:37(10V3 r^ Q5/69T-Ma-- (NC,Not: 2370 E 8TH AVE ""`TM sarai@emmanusiinsurance.com ADDRESS: INSURERS)AFFORDING COVERAGE NAIC a HIALEAH FL 33013-4236 INSURER A:PREFERRED CONTRACTORS INSURANCE CO. INSURED INSURER B: • SPECIALIZED CONSTRUCTION INC• INSURER c.: DIEGO TEJERA INSURER D: 1708 LEJUNE ROAD INSURERS:. MIAMI FL 33134 INSURER F: COVERAGES CERTIFICATE NUMBER: 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 IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD SUeil —POUCYE LTR TYPE OF INSURANCE MI WVD POLICY NUMBER .(MM/DDIYYYY) (MM/OD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH��OC�CURRENCE $1,000,000.00 •J CLAIMS MADE IX!OCCUR PREMISES(EaENa arca) $50,000.00 • MED EXP(My one person) $5,000.00 ASI11003E122177 DV 06/02/2018 06/02/2019 .PERSONAL&AINJURY $1,000,000.00 GENL AGGREGATE LIMIT APPLIES PER GENERAL:AGGREGATE $2,000,000.00 POLICY I I EC I j LOC PRODUCTS-COMP/OP AGG $2,000,000.00 OTHER - $ ''I�AUTOMOBILE LABILITY lEat SINEU INGtL UMIT $ ANY AUTO BODILY INJURY(Per person) S ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) $ HIRED AUTOS guTO R (peracci ert�AMAGE: $ .$ UMBRELLA LIAB OCCUR • EACH OCCURRENCE $ EXCESS LAB CLAIMS-MADE AGGREGATE $ DED 1 RETENTION$ _ `- ' ' -. U7 I$ WORKERS COMPENSATION AND EMPLOYERS'LIABILITY Y/N i S ATUTE L ERH • ANY PROPRIETOR/PARTNER/EXECUTIVE """' - -' OFFICER/MEMBER EXCLUDED? N/A EL EACH ACCIDENT $ (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE S If es,descr be under I DESCRIPTION OF OPERATIONS below EL DISEASE-POLICY LIMIT,5 DESCRIPTION OF OPERATIONS/LOCATIONS J VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if mon apace Is required) GENERAL CONTRACTOR ..CERTIFICATE HOLDER CANCELLATION • City of Miami Beach Procurement Department SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN C' -'ence Room ACCORDANCE WITH THE POLICY PROVISIONS. 1 t- IMeridian Ave,3rd Floor _ _......:x AUTHORIZED REPRESENTATIVE Miami beach FL 33139 c5Q4.4G7,1 ,. ©1988-2018 ACORD CORPORATION.All rights reserved. ACORD 25(2018/01) The ACORD name arid logo are registered marks of ACORD 1 r 1 8/7/2018 Detail by Entity Name (�--- V!";1()1, r. rj1 qj ' r I 1(11‘,11t.pt? drtlr'uj Pir,ia 1 •.-i,,1a ' r Qepartment of State / Division of Corocrations / Search Records / Detail By Document Number/ Detail by Entity Name Florida Profit Corporation ARS ENVIRONMENTAL, INC. Filing Information Document Number V69279 FEI/EIN Number 65-0359906 Date Filed 10/07/1992 State FL Status ACTIVE Principal Address 2138 Van Buren Street 603 Hollywood, FL 33020 Changed:01/28/2015 Mailing Address 10097 CLEARY BLVD. #305 PLANTATION, FL 33324 Changed:03/21/2008 Registered Agent Name F.Address FRONT,ALEX 2138 Van Buren Street 603 'Hollywood, FL 33020 Address Changed:01/28/2015 Officer/Director Detail Name&Address Title P FRONT,ALEXANDER j 2138 Van Buren Street 603 Hollywood, FL 33020 http://search.sunbiz.orgAnquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=initial&searchNameorder=ARSENVIR... 1/2 ENVIRONMENTAL) INC. AsbestosBusiness t Ce no sn es u4litzi nAg oSoeor o164v Asbestos Consulting • Radon Measurements • Lead Assessments • Indoor Air Quality Testing • Mold Investigations Description Florida Licensed Consultant Asbestos Business Organization p I: $011,-r.ovuogia ioNarmiesiZACI4EM'SECRETARY :2!•41 db- pr _ STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION , ASEfESTplifialiSINGVNIT .+1‘`."' THE ASBESTOS BuSIVESSJIDAt411.14,110_NriEREThriSuCkiSED UNDER THE • PROVISKX1$2.7(54AAF.retc449-ZFicimaitSTiguTEs ARSINVIKOMINC1 il,:to..4147,t19114YOTACti, 0.4p f.v.tmorilFt* effe99.41*.ww ) oorippt4 al? 7.1ifY.:4..kr:! gei • v .0AY r :71717-7 LICENSE uMeg •-• • EXPIRAT1O ' VEMBER 31%2019 P 1 Aking verify F.ccunc arilineat MyFrorktalkeme.com • Do on4altei this document in any form. This Is your cense.it Is Unlawfuf for anyone other than Ihe licensee to use this document hr - - • 10097 Cleary Boulevard, #305, Plantation, FL 33324 • Phone 954-227-2402 • Fax 866-816-5110 www.arsenvironmentahcoin • sales@arsenvironmental.com , . ARS Environmental Consulting Services NUI RON� ENTAL, INC. Asbestos Business License #ZA-0000164 Asbestos Consulting • Radon Measurements • Lead Assessments • Indoor Air Quality Testing • Mold Investigations Description Florida Unemployment Exemption _+ STATE OF FLORIDA. 02-26-2003 OONORSOESDIVI IN DEPARTMENT FINANCIAL CERTIFICATE OF EXEMPTION FROM FLORIDA WORKERS' COMPENSATION LAW NON-CONSTRUCTION INDUSTRY EXEMPTION This certifies that the individual listed below has elected to be exempt from Florida Workers' Compensation Law. EFFECTIVE 02/25/2003 EXPIRATION DATE N/A • PERSON FRONT ALEX SSN 263-81-7040 FEIN 650359906 BUSINESS A R S ENVIRONMENTAL INC 16604 N B 3RD AVE , N MIAMI BCH FL 33162 i • • NOTE:Pursuant to Chapter 44 0: t0(1I-:ig).:2::F:S. . a aoler.Pro rtetor,.partner, or an Compensation Law may not ecove exemptionnr from uncle Chapter 440. PLEASE CUT OUT THE CARD BELOW AND RETAIN FOR FUTURE REFERENCE STATE OF FLORIDA DEPARTMENT OF FttANCIAI SERVICES ••:_r`1tia, OWVIS Cti o•WORKERS CObWENSATI0N i, C a F • 1.:ry: i NON.CONSTRUCTFRN4.IFDOSTRY •.�./ 0 CERToEATE OF E(EhpTfCN Ffl r FLOItIOA L YVONAFIIS Cp AT LAW D EFFECTIVE: 02!2SI:003 KITE Ran3nl to chat* 14.:4411.111.1. F.: , EXPIRATION. NLA H i set Wrraes; PVIFss. ar'Pim of r ;mango', woo elm! 4r4tron Irca kkrift Wachs'Caisoan n PERSON FPONT AID R lie wy sol rem o esosfin or acovraitoa adir Chow Alt SSM 213.11-1111 E • FEst • 150.153903 • BUSINESS; A t S EVISC4VaYTAI X 16601 NE AO AVE • H IAAIR BCH II 33162 CUT HERE • Carry bottom portion on the job, keep upper portion for your records, i 10097 Cleary Boulevard, #305, Plantation, FL 33324 • Phone 954-227-2402 • Fax 866-816-5.110 www,arsenvironmental.com • sales@arsenvironmental.com mCnsSrces A . -, EIV(JIRO1VMENTAL, INC. Asbestos EnvironBusinessental Licenose ulting#ZA-00e0vi0164 . Asbestos Consulting • Radon Measurements • Lead Assessments • Indoor Air Quality Testing • Mold Investigations Description Local Business Tax I , BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S.Andrews Ave., Rm.A-100,Ft. Lauderdale, FL 33301-1895_954.831-4000 i VALID OCTOBER 1,2017 THROUGH SEPTEMBER 30.2018 DBA: Receipt il: $L(7 37ER TYPES CO TfRACTOR Business Name:ARS ENVIRNH OE:I:AL IIIC Bupe:Business'I y (ASBESTOS i CONSJ.TIN6!INSPE 7IOH1 Owner Name:TImar HY CAUGHEY/QUA:.ipIP2 Business Opened:a7/14/2004 Businass Location:10097 CLEAR Y BLVD305 StateiCounty/CartJReg:ZA0000II64 - PLANTATION Exemption Code: Business Phone:954-227-24o2 Rooms Sorts Employsil Machknss Professionals 4 . FW Vending elualnosa Only : ,I ., I Number of Wobbles: Vending Type: . Tat Amount 3 transfer Fee 1 NSF Fee Penalty 3 Pnor Yews Collection Cost .. Total Paid i 27.0o.1, 0-.S ..._ ....L.De_r_- .._o.otll ---O-.AO . _-. ...0.00.,....._ '..40 THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS THIS BECOMES A TAX RECEIPT This tax Is levied for the pttviloge of doing business within Broviard.courtly and is non-regulator/in natter.You must meet all County ardor MuniOcofty planning • t ! WHEN VALIDATED and zoning requirements.This Business Tax Rocevt trust be tr ns rred'Mien . ,the tvjsiness is sofa. business name has changed or you have moved the . business location.This receipt does net'indicate that the business is legal or that ' it is In compliance with State or local laws and regtie0oats- ;. 1 Mailing Address: • ' TIMOTHY.CAWSBY/QUALTFIER Receipt I1c1-16-000176Q5 1 10097 C!.FARY BLVD #305 Paid QI/01/2017 27.00 . PLANTATION, FL 33324 i., 2017 • 2018 i . 10097 Cleary Boulevard, #305, Plantation, FL 33324 • Phone 954-227-2402 • Fax 866-816-5110 www.arsenvironmental.com • sales@arsenvironm ental.corn nCg ARS ENt'IRONMENTAL, i/VC. AsbestosEnviroBusiness Lmentalicense onsultin#ZA-0000164Services Asbestos Consulting • Radon Measurements • Lead Assessments • Indoor Air Quality Testing • Mold Investigations Description , Asbestos Contractor/ Supervisor .r_.. . . ARS Environmental, Inc. Z r`'..11'4%41`'4 --. �r`''7 ?. ' '1 /r^' Sga+' -_f�}t"^' .ti' �i"^gs i ' :7 i4,;;' a 1'-`'K' "'` , � i}� f-- �(��b ' �s,C , •,..� .t'�+'!,r `� f'h` , �"°`vtb�:� r 3'C ,�(f_1�,�. c ,f-',` ,L'�C- '4J `,Z .. e C ',-T ,�"�, 4t-•.: .12tP `Jn��; ✓:: , ,a a ,.,..r�� y. `. Z+ O1 • `'•1'�' '. 4. ';i'lL'udij .ltk4sullumvspaiLsSS .-lt":- r• ..>; S' ,,"s ly !�"F',�. 1LIL7N.61.:5._rE ... •.. i' •,... - ,''t .- C'.l. I.�lY{,ttT• .'r`� b x c`, ,' Ac btetrA COILSO1t ig : �4 nit ilio I,_ 7 1 �!'4 F leo Kw snl omt.fere la icriae,A•oi um i r +e-r4et • .�,;.? t;' t '°t.z Thle f8 to Cord&thatqr. Processed ' `' ,1441taandte PIMA -<'.\?: arekititrill 't ,, ...c- ;;•f. -, lillififfillflEllititillE ' X . x—. x ti, •sca3uCtei.iiT g.0cm 4;. r f• — ?-4 4 a ;•i •1 �S,•6C0-3uF-3,33 . ,, • • 100 Cirri A•. sliait.FL 33'12+1 `` r� ; ,1I t ,.T; has successfully�+cotrtpleted Englrs :' � t 1 � .I ,.., J�Jr n p�� �•y���,1� .ri 3•r!°%�^f1' r; r`."r E" �! ` =,4 16-Mar-IS 1b�Mar 18 "`�r �, ' eoao•s,c+f Cry ,a:wcn `° '1;1_ i wn,web,von..n,094,1veatel a raeatmoldeotakammilel4,itea.►^ .-,. .-.t. r "x,.va� fr 1 �+ 1•, - •.• •5•1,.e, R . uW1.e.0 odde 4451 Lis'd�. alaltNaiSt r+�s" ,+�°.vY ,q, •ar I .`an ', 4 { 1. t Adam"-900 A.J�,Vn.liar I�rd k.Fl 3lI!1- -- ' 1 -1• rte; SoceesshJcaasaa rc[�rba>feeaxe>�► rtr: 03+11015 ...nae kStump,CourseSpanso a KThisGertifdeat� Expires: �,c�anha 1y�n . 41,• • • C�d111410> I lf.�iea19 'I1I 1 IH' l�ll , T S @ 9 1t i4 r !6:!(ur{9 V f f 1 9 COUrMTiumberi SZ II , y'." 1 , °p! &i.,4-7-7•5--,WP'''.... "I► Y [ •. . tot "!: .• ... d t � t ° r j 1 i 1 .,.`,,ie„.i+ `uto ' ..�e, r - , !Jtd ` i , , 10097 Cleary Boulevard, #305, Plantation, FL 33324 • Phone 954-227-2402 • Fax 866-816-5110 www,arsenvironmental.com • sales@arsenvironmental.com , . , _,, A inmal nsuls EN(.IIRONMEiVT,4L, INC. AsbestosEnvBusironessentLicense #ZAtin - 00016Service4 Asbestos Consulting • Radon Measurements • Lead Assessments • Indoor Air Quality Testing • Mold Investigations Description . ARS Environmental State of Florida Annual Report . State of Florida Department of State I certify from the records of this office that ARS ENVIRONMENTAL,NC.is a corporation organized under the laws of the State of Florida,filed on October 7, 1992. The document number of this corporation is V69279. i further certify that said corporation has paid all fees due this office through December 3 I,2018,that its most recent annual report/uniform business report was filed on March 2,2018,and that its status is active. ji 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 Second day of March,2018 4.ix-1P9-7 Sri .l'- VAN 04AA__ k , 4,e' � s. Secretary of State Tracking Number:CC066.1568a01 To authenticate this certincate,visit the Following site,en ter this number,and then follow the instructions displayed. https://servicessunbizorg/Filiags/CertilicateOlStatus/CertificateAu thentication • i 10097 Cleary Boulevard, #305, Plantation, FL 33324 • Phone 954-227-2402 • Fax 866-816-5110 www.arsenvironmental.com • sales@arsenvironmental.com i • ARS �j / Environmental Consulting Services ENtIIRONAIENTALC INC AsbestosBusiness License #ZA0000164 Asbestos Consulting • Radon Measurements • Lead Assessments • Indoor Air Quality Testing • Mold Investigations Description ! City of Plantation Local Business Tax • •l 1 I 4 I i I i 1 , 1 City of Plantation Certificate#166575 ..._./ LOCAL BUSINESS 1 TAX CERTIFICATE Account#OC12-0301 Plantation .h.Fr=4 crnxf Valid from\1010112018 to 09/30/2019 THIS CERTIFICATE MUST BE { CONSPICUOUSLY DISPLAYED Classification:(4)d.99 Unclassified Contractor Business Name&Address: ARS Environmental,Inc. 10097 Cleary Blvd #306 Plantation FL 33324 Cit Y CLERK SIGNATURE I i NOTICE: If Business is sold this Certificate must be Transferred within 10 days or it becomes null and void. i t ! • • 1 c 10097 Cleary Boulevard, #305, Plantation, FL 33324 • Phone 954-227-2402 ► Fax 866-816-5110 'www.arsenvironmental.com .•sales©arsenvironmental.com 1i • , , , ARS EiV(JIROiVMEiV AL . 1 Environmental Consulting Services tos Business License #ZA-0000164 Asbestos Consulting • Radon Measurements • Lead Assessments • Indoor Air Quality Testing • Mold Investigations Description Certified Asbestos Surveyor ti ' ARS Environmental, Inc. 1 t 11 - i hYic.1i? '.,t W" � *r F 7 .<. .,..n` �'_.ty,..-;INK*, P'a,4- F 1 r.• -,•�4i ,s.„-,,„..,if,,..; ,s1.„ -,,:_;,_,t,Thr'rpt']' ^ 3 "`-"�4•.r1 ."�,a ,14,41,;;;=‘;.i-;,-'•• yt" +.r¢''�' -. ""' 1�c c " r ' ' =`, ,•+"lrii.+ — ¢ r. rcr '� r. ,v' sus t ydr 1: ' ihp r: Itc.R, m•lhlllat�.4. •Lul;,.. -• t ,T1 A. II. tar,-r at c. . i. N Y1 soy ZWx.sesi.iw , a�,>iair.i4 M.313/�t4.:is.4asx 1 1I Roeewad f 10i,:-.,. This Is too Certify that , ` '" -.tL l'i N ' fi r � V � A1�� 'C...,7'1,( �A� 1 D �_ 1 d X J) ');431163 ti 1+ NNW 88jIP;crdlPtit¢<ORI ,f + 1 1 x x x -x x — u $ �. . Z41;i 1-PAa9p1.113 1,..",;4104••w.� j f 1 10497 ike7i 040.u3GS. Iiufl pn;.R 3#3S4 �. .c� , .;t < has successfullycampleted an.Engfis '' ; � i Y e 4 4'"I' (y A*t.V. 9 'N llr``j u e- v IP 3,'�,a.''� ' ' r S t'. ill v'4%�I�j•hJr .... ...• m �3.44 Iv. •.,.v.I-��,1'I,{!.. ` `' 19-hfar•18 TO 19-1 -1 S �a 'N � 1 qua -rarnwa...sv�.,.ene• •• •. tbY % x r. Io.�tWmipisa+t+dAl4114:010.`4'Q'•CCOW1 id IR 160 owe. .4' '''r,w1.A%e-- - �. _ A . 1 411 K ' 4 •11 NOtrtJ4C�o.ider W 5F Tnirwtl: Mot aittc 4, •• 3 ; v Trains Ad w'94!`IN:Clore.FM l.afodadats,EL rant -- ' Suts=wis3 rate. =um cul3ot based on muni sero au Gin*,to lanes R Stamp.Caciiw sS9i u :t•115 } E, . r This Certificate Expires: r runkaik Numbers .. t7515 �.. ilitiii . 19-Mar.(9 Ui 3 ! o 'a i : Corm l isibm 681313 •,'R i ; v-`fix- -"-r a ner!:inarfi7Yltfi lf^'Ytrnar`MITIDr�a.�is; tt.. tU€irih .k9YYt.'irt&rri it'bniaVf1 ♦,` �t: • 10097 Cleary Boulevard, #305, Plantation, FL 33324 • Phone 954-227-2402 • Fax 866-816-5110 www.arsenvironmental.com • sales@arsenvironmental.com A'1?S' EN(/IRoNi1tEiVT,4L, INC Asbestos nviron Bumental CLicenseonsulting#ZA0000164 Services siness Asbestos Consulting • Radon Measurements• Lead Assessments • Indoor Air Quality Testing • Mold Investigations Description Certified Asbestos Surveyor ARS Environmental, Inc. i i l ,. � � a I<Y ' „,,-*%,./1c--�? ,. y z +!' r rx-�rcrrrrs rttL y.rrr _10;m1�! n .,mr -y y fM ' •,fit,` ' too K.W.Sri 1Amp”NI1eo1onlei,,i o*11-.111 !24-7306 . +' This fs to Certify that °I: +'_ '1 I,t,.. ! i .'t'�a�[IfII11I�p l � f ToAuthcaa rificare�'� �'+ + alt wwirs Matra! / ' �t �'' it X x x-x x— `, y �9 ning com 1`, y 2-860.966-4433 1 7 I . 1 1080 NE 162 ST,North Mirth gawk Fl.33162 — ' ;- 1 -r -<I i _ =NI.. .c . has successfullycompleted an Englis''- ', fir . i--x14u,^�iF!VY::.Yt' 1r.1.:.:.1?:li:i.:' :'L1:JJ3:i/:P'� �.1':'� c';''':4:7. a•-''• ''41 1,'' 19-Jan-18 '-,TO 19-Jan-18 � A41 �. ',, _..p, �1 `f i'-9 t . k e, MONO 11114 egtwwei d Ras400107Ortl.401211 ti ui tt0 m1. y •.74:1 t rC; am.h.7t .?ma -.S r,mt ,'am; 4, `. ititiii. 444- ',.$ NDAAC PrnvidH 111 S f Twatrtil; Slot Knnk — ' ' /! J - 111. 1. N:Wa f Aiirde 9811.N158 Ave,Nat 4ulnila.Pl.311114 Suecsplyl.courso cotnokrom Weed on own scop on: Ot rotIS meg t[8eftmp,Course Spa y • 1 1 q' This CertificateEX Catilks/a Number'III jIllil tl � r r 3}� pares: �, �. ligiltill111111111 F3 itf 19-Jan-l9 I / 1 9 / t 5 Coueso>tfuatbtrt8@6603 .1u 11 : ,.,,,4,..6.4:;.,A,, -•.t,..i...,....;;,,-„,,,..„1,. . ;,..,„;.‘,77.;,..,. 7 G { ,-,4, •t 'i *4 'c I;( t 7 '' .II , .5.,".4l'''' +^� ::,i;.,„.:1,......„,,,,. .,..,.....,,........,J + c tIF i1 i ��11 .,`p• .J4 �_ "� i s t ^. '--N:'‘�- 4an .° -ti w q•. .{ Yt �r :�1 r •t gl 10097 Cleary Boulevard, #305, Plantation, FL 33324 • Phone 954-227-2402 • Fax 866-816-5110 www.arsenvironmental.com • sales@arsenvironmental.com , ARS' EN(/IR0IVMEiVTAL, INC. Asbestos Business License #ZA-0000164 • Asbestos Consulting • Radon Measurements • Lead Assessments • Indoor Air Quality Testing• Mold Investigations Description AHERA Building Inspectior , ARS Environmental, Inc. i 4 I I . 1 V.'1174 • r l�'!}4..`-.i , }; v'�,: ",r r.1�'1� i tea.f �.y 9. 5 x'r .. 'aYJ 1 Z ..,%4•1 �� �_,jg�q -� ri.; }�r .s ,y%d� „; �` ✓tyw��t �,��- F�+c^a :, !�;:il,,d."T✓ +:_�S'�}r���� `' s -r"�;�1! 'A.-k:."1,,,l`' e fTc t+?i.;l's'tii . s--'hetSctt., l ltsu ti•-sm.t -•.''.� �:-y.. ( r` ��+t r..+..1.. °:-.,11,r. �� t t)pt,. i t; r"r.,,f4 4'f t t0 A:�3b t 'C r.�l i'iriiitit ig •S.f. «itL .iili`'f LYY311it 1,4 . '� oi °AL.ti.�.nit A*sTa�ii191JRbaddiH•a�f sLlDe@ti171si4?WQ < Y9 i.: This Is to Certify that ,> ''�, ' i n{,,&"`- r!` .i 1ai. , i •• �Lcr1 y3.�t ���` � 'fj f I t ) 1 • , (fj // ��{{` ((��jIJ(�`J�UtFit�( 1( �jt `7.'s To AnthitAi fc i c �r.� : I v ezitt�1'. i.i J ii i� Ilii i mostsei0,1trataf;rrccn tuv. .4 ,.` :; 2101,41 110 retf.Wiwi.R 33141• 'x; 14M-966•?933 C,, µ 3 ` s successfullyrrr fetes . En I '�'"`' r ,,t r Ai r4`_ c3•1"1 1. s' Alt°v.:' J f ,-}f -.s v'' EE.; r i l �{� +r te i .� -1; 22-Jan- TO 22-Jim-IS -uasvav '�` 5 f.404V5 ` fkxs...�c�yo .. �x.uc, f %� ' I k. 'r#•ga Ride W L/i�7P Old os+�iGY K--V 5' Irv;o' yk� f �1•h am P 1 RII�0�77 doll UT 16 9 tedpi '. .ate L .Gac1 r a; d. ` r NOAi1t Pmvdv q�51 �rsinn(tt 1• '` ..Y ...-cn� i.y..;;;;,1` 40, 1 .r»Mlw !miringAtkbiw-a�N-yrsi 9004N - W.1i.MII. _� � +" i ,.5;420W-“N SucceaA,t:arse xwn'.utero ass•J on man tea+i on: ilk/IP/10 . nam R SINEW,Course S,•. ., i h,. This Certlflcat� Expires: r.edA�a41- 'fiff •1 ! '., ., 11111101.1!I![�111I ..,04,64.1;?r, ( Jain- 9 o i • c f I ') Cows*Mambo's fig1IO 4 n + , r � +( s r✓;-".T+'"5't4ttYtUTflT P rtr_ ... f f S' 07.1.3g-Tri,,�•2 " _ 1 1 • �, i i )t .�, Xt a t 3 2 :) r $]E'... �\ ;@ v .;:-.-c.. 4' - 11 k >rF 4 r '+-�K��;�If k lea �" •�« '� i.( ,Ara j ,1*�.0. � c r tc- �d. �C! i y'w�'..G-e:. 1.., 4 ��4i.. r -s'x� .+'t'�a rj'a'n�. �rs�irr ♦ � i 'aMV1.�` s vt �v'A4'+ � t. I i 10097 Cleary Boulevard, #305, Plantation, FL 33324 • Phone 954-227-2402 • Fax 866-816-5110 www.arsenvironmental.com • sales@arsenvironmental.com , ARS EN(/IRONMENTAL, WC. s Business Licenseons #ZAOOOOi64tingerices , Asbestos Consulting • Radon Measurements • Lead Assessments • Indoor Air Quality Testing • Mold Investigations Description Certified Asbestos Supervisor ARS Environmental, Inc. f . {lt .44,E.;: 55. �1 :tX.1A:i' :�Y.t�", y1' `i gi dl n~1 4 it''AV. i .,4nt"r i gi- 1Y j... 3 f' .0 n;;;i 5 yrA ',..1�"] t.^ t r yh •.5.7,70. �,).rg� { ''y..--r:. t <:!,;,"rr. • .`�i , CCC { 1 �i� '� ? } �i � '•a• C`I R � fl'J�.'tt' .T'1 'Y� M i S Y fl ! 9 '4 T K• X -`, '.•.1,:-';71..(v, •4 - A^. �4 �";(f7_,��/� j � ,� r��(4a .f �3.. a3i,.P(yam {s i a .!@ Via .=i• tiii.,, IL',tiitJa L�;L'i ii-- v t i 1 MK 1:', dtiH r.?'�„®A * rRtEJ{• r't. 1 `� "�" :: f_46:1, t i 4iiifk, ' 1 Au1J3lii ConulliL �rs�lPj1 aY r�T, U® , 911n K.%All MAW.►ca 1,...4t4re.Iluetr 93111 gr5+>c a."'r3a .6', m( This Is to Certify that t �i 3 , tis. , i AribHandl-101i N ' - 1 1k � . s �{.,�, �'1}�j(. '�(+ '�i� [�/�(1(='({ ! - `o Auutw:rrt i "'�rUfxate4M� ' �i I 7.Y lU(. IU ,( �t 11.111 ti M►►, .s.-qr,Icr�Pirij •, ' i� ,' , I , Z!!X lt•X .:. 4 .lRur6 f-93i1til i�,49, . - - ! • hes successfully completed eh En lish " '" -.- 4 f g V "u; • ,h • ; t15-1cl-IS 70 15,11n-18 . : ,••••,13 s 1W•Pa 0 Lbt.IC(TANI rj EW6G a i tk as711?}�eCl��•:TFiDR5J1:bgyT 1.'..y ta.t} ! e•:Fvxrc ,wu ik . . V ' egir "S 16:1MC Nom*N$1 IlEasM►t Murk Sn;ei �� b,, IwtMtnAJflsrSgOlRIaOM•.Fay faknlrir,fL}Jltr �..� 4WAIIIIIr- 1 I Sureirtihd eovr O tarrgirakt1 tumii an aura e t WI SP d 1611ct FSW ,,OVUM:Sgattft 5. A `i: '• ! -1 This CertifcateExpires: 4> , s9Yi�e1smeer � `.l� wii rl9 111111314111111-Y ttku i • 6 : is -19 ' d , I ' ! . Course Nombre:Slit $b4g o. �. -i {• . ,7i' .at fi'C: — ...1..t:t.�':iC iia , v. ,.x y y _ts. . s 1 ` : "�e t Me" M ?,,h�" � �y:Y �eY` ,$S4. r y� ' -tr� aG_ q � 1r ~ge 10097 Cleary Boulevard, #305, Plantation, FL 3324 • Phone 954-227-2402 • Fax 866-816-5110 www.arsenvironmental.com • sales@arsenvironmental.com } 1 ACS 08/03!201CERTIFICATE OF LIABILITY INSURANCE DATE(M3/2018 YW) 111....------ 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 POUCIES 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(les)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 sue h.ondor5ement(sj: PRODUCER -tY ,PaufaPrice. NAME . The Norton Agency PHONE' -. .. (770)718-5216' I FAX (770)297-4883 434 Green Street k' ="'o-E'd)' {A/c Nd): ADDRESS: PPrit e(�nortoninsurance.corr • PO Box 2976 INSURER(S1 AFFORDING COVERAGE 1 .NAIC M Gainesville GA 30501 - INSURERA: Hom eland Ins Co.of New York 34452 .. INSURED INSURER B: _ ARS Environmental,Inc. INSURER C:. 10097 Cleary.Bivd,#305 INSURER D: INSURER E: Plantation FL 33324 • INSURER F COVERAGES CERTIFICATE NUMBER: CL17101350289 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 IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. rLTR TYPE OF INSURANCE INSD two POLICY NUMBER POQCYEFE t MIDDI'n' ' COMMERCIAL GENERAL LIABILITY (MMlDO/YYYY) (NMIDO/YY'rY) _ LIMITS EACH OCCURRENCE 3 1,000,000 I CLAIMS-MADE n OCCUR DAMAGETOREYTEO— 50,000 PNREMLSES(Eadooarencc). S X Pofi_ulton Llabiilty MED EXP(Any one persbm f 5,000. A • '793-00-69-22-0000 09/23/2017 09/23/2018 PNRSONALaADVINJURY f 1,000,000 • GEN'LAGGREGATE UMITAPPUES PER: .GENERALAGGRE3ATE S.2,000,000 POLICY _ n LOC PRODUCTS--COMP/OPAGG f 2,000,000 OTHER: Contractors Pollution a 1,000,000 ' AUTOMOBILE LIABILITY ..GemetNEDSINGLE LlMkT f 1,000,000 -- (Es aGOCnt) . ANY AUTO BODILY INJURY IPerper5on) f OWNED —SCHEDULED 793-00-69-22-0000 • 09/23/2017 09/23/2018 BODILY — INJURY(Per accident) SHONLY AUTOS XHIRED NON-OWNED ''PROPERTY DAMGE f AUTOS ONLY X AUTOS ONLY ..(Per am6srd1. • S UMBRELLA LIAO -• - OCCUR EACH OCCURRENCE S EXCESS LAB CLAIMS-MADE • • AGGREGATE ,f. • •DED I RETENTION f �•�, �'S „, WORKERS COMPENSATION • '-. , -I.PTEATLI7E I' 100 - ;' AND EMPLOYERS LIABILITY Y/N - . ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? a N IA EL EACH ACCIDENT f -_ (Mandatory In NH) EL.DISEASE-EA EMPLOYEE S If yes.describe under . . DESCRIPTION OF OPERATIONS below . - -- . - EL DISEASE-POUCYUMIT f: _.. Professional Liability A 793-00-89-22-0000 09/23/2017 09/23/2018' Claims Maid-Per Claim $1,000,000 • ' DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if mors space is required) . Please note due to directives received from the Georgia Department of Insurance we are no longer allowed to enter any special wording in the description of operations field on the certificate..The only wording that can be entered in this field is the wording for which it was ' intended'Description of Operations/LocationsNehicles". We recommend that the certificate holder review the terms and conditions of the • endorsement as some policy forms provide additional insured status only when there is a written contract between the Named Insured and the t Certificate Holder that requires such status. • Form OBENV GE 301(02 11)Additional Insured-Owners,Lessees or Contractortors,Scheduled Person or Organization-Form I,Form OBENV GD 304 .CERTIFICATE HOLDER . • CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Miami Beach Procurement Department ACCORDANCE WITH THE POLICY PROVISIONS. Conference Room - - — AUTHORIZED REPRESENTATIVE ' --- 1755 Meridian Ave,3rd floor • �'/,/ Miami Beach FL 33139 17-(+•�Y ` ( • ... ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2018103) The ACORD name and logo are registered marks of ACORD COMMENTS/REMARKS (02 11) Additional Insured - Owners, Lessees or Contractors- Completed Operations, Form OBENV GE 319 (02 11) Primary and Non-Contributory Endorsement, Form ORENV GE 120 (04 11) Waiver of Transfer of Rights of Recovery Against Others to Us, Form OBENV GL 324 (07 13) , Designated Construction Project(s) Aggregate Limit • • 1 ' • • • • • • 1 • • •• OFREMARK COPYRIGHT 2000, ?JS SERVICES INC. THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTORY ENDORSEMENT • This endorsement modifies coverage provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS ENVIRONMENTAL LIABILITY COVERAGE PART • SECTION IV-CONDITIONS,8.Other Insurance, Is amended by adding the following paragraph: This insurance will be considered primary to, and non-contributory with any other insurance Issued directly to a person or organization added as an additional insured under this policy, only If you specifically agree, In a written contract or agreement,that this insurance must be primary to,and non-contributory with,such other Insurance. All other terms and conditions remain the same. • 1 •) ff ' I 1 • 1 � I OBENV GE 319(02 11) Includes copyrighted material of Insurance Services Office,Inc. 1 of 1 Copyright 2011,OneBeacon Insurance Group LLC EINSURED 1 i 4 ' • Policy Number: 7 93-00-69-22-0000 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement only modifies coverage provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS ENVIRONMENTAL LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization for which the Named Insured has agreed to provide insurance prior to loss as provided by this policy but only to the scope of insurance agreed to by the Named Insured. SECTION IV - CONDITIONS, 13. Transfer of. Rights of Recovery Against Others To Us is deleted and replaced;with the following: i ) 13. Transfer of Rights of Recovery Against Others To Us i I If the insured has rights to recover all or part of any,payment we have made under-this po[fcy,those rights I are transferred to us. The Insured must do nothing to Impair them.At our request,.the insured will bring suit or transfer those rights to us and help us enforce.them.Any recovery will be paid first to us until all amounts we have spent on a claim or suit have been reimbursed. The insured expressly waives the right to be made wholeby any such recovery. I We waive any right of recovery,we may have against the person or organization shown in the I SCHEDULE above because of payments we make for Injury or damage arising out of your ongoing operations or your work done under a contract with)that person or organization'and included in the products-completed operations hazard. This waiver applies only to the person or organization shown in the SCHEDULE above. I All other terms and conditions remain the same. I I I I OBENV GE 320(04 11) Includes copyrighted materiel of Insurance Services Office,Inc. 1 of 1 i I Copyright 2011,OneBeacon insurance Group LLC i e„,,,I E-INSURED - - j f 1 i 1 Policy Number: 793-00-69-22-0000 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) AGGREGATE LIMIT This endorsemenCmodifies coverage provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Designated Construction Project(s): WHERE REQUIRED BY CONTRACT Total Designated Construction Project(s)Aggregate Limit:$ 5,000,000 i A. For all sums which the insured becomes legally obligated to pay as damages caused by occurrences under Section I - Coverage A, and for all medical expenses caused by accidents under Section I - Coverage C,which can be attributed only to ongoing operations at a single designated construction project shown In the SCHEDULE above: '' 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Section I Coverage A, except damages because of bodily Injury or property damage Included In the products-completed operations hazard, and for medical expenses under Section 1-Coverage C regardless of the number of: a. Insureds; b. Claims made or sults brought;or c. Persons or organizations making claims or bringing sults. 3. The Total Designated Construction Projects)Aggregate Limit shown in the SCHEDULE above Is the most we will pay for the sum of all damages caused by occurrences under Section I - Coverage A, except damages because of bodily Injury or property damage included In the products-completed operations hazard,and for all medical expenses caused by accidents under Section .I - Coverage C, which can be attributed only to ongoing operations at designated construction projects. 4 P` OBENV GL 324(07 13) Includes copyrighted material of Insurance Services Office,Inc. Page 1 of 2 Copyright 2013,OneBeacon Insurance Group LLC &INSURED 4. Any payments made under Coverage A for:dantages al'under coverage C for rnedicai expenses will reduce the Designated Construction Project General Aggregate Limit for that designated construction project. Such payments will also reduce the Total Designated Construction Projects) Aggregate Limit shown In the St HEUULE above.However,'such payments Will not reduce: a. The General Aggrogato Limit or Policy Aggregate Limit shown in the Declarations;or' b. Any other Designated Construction Project General Aggregate Limit for any other designated curia Wiwi project shown In the SCHEDULE above. 5. The limits shown:in the Declarations for Each Occurrence, Damage To Premises,Rented To:You and Medical Expense continue ao apply.. FlOwever',: insfead .of being subject to the. General Aggregate Limit or Policy Aggregate Limit shown in the Deciarations;such'limits will be subject to the applicable Designated Construction Project General Aggregate Limit., B. For ail sums which the insured:becomes legally obligated to pay as damages caused by occurrences under Section I Coverage A,.and for all medical.expenses caused by accidents under Section I - Coverage C, which cannot be attributed only to ongoing;operations::at:a single designated construction project shown in„the SCHEDULE above,,any payments made under Section I Coverage A, and for all medical expenses caused by accidents.:under:Section l-Coverage C`wiili: 1. Reduce the amount available under the General Aggregate Limit,and Policy Aggregate Limit shown in the Declarations;and 2. Not reduce any Designated Construction Projects Aggregate Limit or the Total Designated Construction Projects)Aggregate Limit, C. if the applicable designated construction project has been abandoned, delayed or abandoned and restarted,or If the authorized contracting parties deviate from pians,blueprints,specrfcations:or timetables, we will.deem the project to be the same construction project asit was originally listed:in the SCHEDULE above: Ali other terms and conditions remain the same. C 1 { i f k � OBENV GL 324(07 13) Includes copyrighted material of Insurance Services Office,inc. Page 2 of 2 Copyright 2013,OneBeacon Insurance Group LLC , Policy Number: 7 93-00-69-22-0000 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -- SCHEDULED PERSON OR ORGANIZATION - FORM. This endorsement only modifies coverage provided under the following: • • COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS ENVIRONMENTAL LIABILITY COVERAGE PART ' SCHEDULE , I Name of Person or Organization: Any person or organization for which the Named Insured has agreed to provide insurance prior to loss as provided by this policy but only to the scope of insurance agreed to by the Named Insured. . i • ,(If no entry appears above, information required to complete this endorsement will be shown in the Declarations a es applicable to this endorsement.) A. SECTION It - WHO IS AN.INSURED is amended to Include as an insured the person or organization shown in the SCHEDULE above, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds,the following exclusion is added; Ii 2. Exclusions This insurance does not applto bodily injury, property damage or environmental damage 1+ occurring after. (a) . All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs)to be performed by or on behalf of the additional Insureds) at the site of the covered operations has been completed;or (b) That portion of your work out of which the injury or damage arises has been put to its Intended use by any person or organization otherthan another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. All other terms and conditions remain the same. S • OBENV GE 301(02 11) Includes copyrighted material of Insurance Services Office,Inc. 1 of 1 4 Copyright 2011,OneBeacon Insurance Group LLC E-INSURED 1 , Policy Number: 793-00-69-22-0000 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -- COMPLETED OPERATIONS This endorsement only modifies coverage provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS ENVIRONMENTAL LIABILITY COVERAGE PART SCHEDULE • Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations: - Any person or organization for which the Any location or completed operation, but Named Insured has agreed to provide only to the scope of insurance agreed to insurance prior to loss as provided by by the Named Insured. this policy but only to the scope of insurance agreed to by the Named Insured. (if no entry appears above, information,required to complete this endorsement wili be shown in the Declarations 11 as applicable to this endorsement.) .l SECTION. II WHO iS AN INSURED is amended to;include as an additional. insured the person(s) or organization(s),shown in.the SCHEDULE above, but only with respect to liability for bodily injury, property damage orr environmental damage caused, in whole or in part,by your work at the location designated and described in the SCHEDULE above. performed 'for'that additional insured and included in the products. completed operations hazard. • i All other terms and conditions remain the same. ) • • • \ i OBENV GE 304(02 11) Includes copyrighted material of Insurance Services Office,Inc. 1 of 1 te...f Copyright 2011,OneBeacon Insurance Group LLC E-INSURED • • , • 8/6/2018 Detail by Entity Name • Department ofState / Division of Corporations / Search Records I Detail By poctimert.Numher I Detail,by Entity Name Florida Profit Corporation A.C.R. ENVIRONMENTAL INCORPORATED filing Information Document Number P10000086598 FEI/EIN Number 27-3794109 Date Filed 10/21/2010 Effective Date 10/22/2010 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed • 10/03/2011 Principal Address 269 NE 166 St. NORTH MIAMI BEACH,FL 33162 . Changed:03/13/2015 Mailing Adctres� 269 NE 166 St. • NORTH MIAMI BEACH, FL 33162 Changed:03/13/2015 Registered Agent Name&Address HODGSON,ADOLFO 269 NE 166 St. • NORTH MIAMI BEACH, FL 33162 • Address Changed:03/13/2015 Officer/Director Detail Name&Address Trtle P HODGSON,ADOLFO 269 NE 166 St NORTH MIAMI BEACH,FL 33162 • Title VP http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntilyName&directionType=Initial&searchNameOrder=ACRENVIR... 1/2 7 RICK SCOTT,GOVERNOR JONATHAN ZACHEM,SECRETARY , duiPLidal4iTh---‘- le: —c- — • .f".!;*.lii _..,_,,,‘p•••4•.:....5... , .....,,,i .,...k. , .. ,. . .y.,... 74 , STATE OF FLORIDA DEPARTMENT OF BUSINESSAAEXPROFESSIONAL REGULATION • „„,-.-.,--IA2:-..4.4 ASBESTO.' S f,..i..cCE..„._NS-.1-171NG,r„•4,. --,,-,a-sIU„- N 1T , r - __ _ - :., — ,/ , ,. .,-,vNir, a ;-'7 :-.4Z,&'t. THE ASBESTOS BUSINESSORGANIZATilONIltREINtl8 1.41PENSED UNDER THE /7.4.4 -4e -- in -z-Atett.V...-7 — -1?", _ . A PROVISIONS,OF C+TAPTER 4:69;7:FLORigiVSTATUTES ..,, .. .e...4. ....._ A°. r . 4-----1 -44 -1—:,—Y/•kti,', .:..--.-- A - -.-' 12:*'4.1 ,-, ,,, .kii „„,. . ., ...-,, ,„_ , INI-t , 3NAtink);04tivit:DU FH: 9 .NC 11Xli,it7T',. ..._, _tfll, 1ALI EX- ANDEWFTRONT---=---r,- ---r--":-.7-7-1/ 1 17 ----- ----,,-------...--40-5* 5(44k7-11 t26911/1.N E4166'STR EET v . r ,-.;, -, v-L-7v,r,&-44-•-h t Nr---- c..--ti '?t.kt-INCIOT , gMIAM I113 BEACH FL 4$302„,6 4/ v,-- 4/ /7 I - ,-, * \"1::qa, ,„*,?,,t. - Li,- - : • : .rz.ri:. * * „7 ,• ,-...c-,t'fi-----a-,t„, -..! fig,-, . ,la, 7 -1-`.\.<,_'''--0-.-------;--,- fx .,-,-r-w ) • , 1 z-. : -__. LICENSE-7'N UrM BER:ZA433 EXPIRATION-DAT-E• 'NOVEMBER 30, 2019 Always verify licenses online at MyFloridaLicense.com clkiVID 1 r1:114,igi Do not alter this document in any form. NZ$ :4e2 1 1 E1 ..-,ry>fgjp.. This is your license. It is unlawful for anyone other than the licensee to use this document. 1 : ,..... '--NIMMINI16,1 ,_. 7 • • • • • ) • ' I • ' 011741— . • • • • lo.c 4.,e4 -ax Receipt OFAT:=U'' ' thy,StateofFlonda -mueristrift A BILL-DO NOT PAY ' • •.4.;r; . , • t#4S7r' ; • . • • MA0/1E/LOCATION -"TiECEffrrniCi: PIRES Keg, RONMENTAL INCORPORATED , RENEWAL SEPTE I BER 30, 2018 • 269-14t166 ST 7091499 ' • Must be dis.layed at place of business • NORTH MIAMI BEACH FL 33162 Pu • ant to County Code Cha. •r OA-Art.9&10- • OWNER SEC.TYPE OP BUSINESS . . • A CR ENVIRONMENTAL IlkORPORATED196 SPECIALTY BUILDING CONTRACTOR AYMEterr RECEIVED Y TistX,CoLLEcTon ' . . Workec(s) ZA433 1 '•5.00.09/18/2017 • I 'EDITCARD-17-058915 , . . ms Local Business Tax Resent only el:Infinite polecat of the Laud-Business Tex.The RoCii•'is nit a lionise. • pennicer a certification of holder's quoliiiradions.Is ds business.Holder m stconiplywl onysovernmontal a nongoverensontal cessisany laws sod sequirtinosuswhidt apply to the business. The RECEIPT NO.above bust Is displayed on all conunercial vehicles-Miami-Dade do Soo k-2711. Far mar.lorlainetlem vWt wvfw.miamtdado.gavitexeollsctut . . . . . • • • . • ,o • • • • • • • • • • • • • 1 1 1_ 1 1 I i 1 I ' > / � . -_-_- - � -- ------ ' . / ] . , 1 -7 � ' . � / -------- '--- ---- --'-- ---- -- � � Y � . � ;' ' . _ �� �� ^ ' ' � . \ / .. '� -^~��°*�"°"=°~ vrq ��� . ' . � \ , \ ^ . ` ` } . ` ^ • ' . ' ^1 ACRENVI.01 STWIGGS ACORQ DATEINM/DDIYYYY) 1/4.--� CERTIFICATE OF LIABILITY INSURANCE 08/03/2018 THIS CERTIFICATE IS_ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS y 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 certiflcate_does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER NpM ACT Collinsworth,Alter,Fowler&French,LLC PHONE 8000 Governors Square Blvd SEA.iMCp.No,Est):(305)82277800 FAX No);(305)362-2443 Suite 301 AOR�kss:. Miami Lakes,FL 33016 iNSURER(S)AFFORDING COVERAGE NATO N INSURER A:United Specialty Insurance Co 12537 INSURED INSURER El:State National Insurance.Co. 12831. ACR Environmental,Inc. INSURER C: ' 269 NE 166th St North Miami Beach,FL 33162 INSURER D; INSURER E: INSURER F: _COVERAGES CERTIFICATE NUMBER: 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 IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I! {TYPE OF INSURANCE AD01.SUBRr PO 'POLICY EFF' POUCY EXP —' INS? YAM UCYNUMBER iMMIOO/YYYYIMI•DDIYYYYT LIMITS A 'COMMERCIAL GENERAL LIABILITY LSA4144249 CLAIMS MACEEj OCcuR X 11/17/2017 11/17/2018 ES(ETEj 3 PRES100;000 X GL/POQUtiOn/profeSs MED EXP(Any one son). S 5,000 per PERSONAL R ADV INJURY S 1,000,00G0 E1141-AGGREGATE LIMITRp�APPLIES PER: GENERAL AGGREGATE S 2,000,000 POLICY JECT LOC PROCUCTs+COMPIOPAGO. 'S 2.000,000 -i7—.7 OTHER: Pollution/Prof 1;000,000 AUTOMOBILE UABIUTY MEINd O- WOLF LIMIT S ' ANY AUTO -- ..-__ OWNED SCHEDULED BODILY INJURY/Per peison) 3 AUTOS�pONLY AUTOS yyr�� BODILY INJURY'(Pet accident) S AUTOS ONLY AU-iOS QNL�- ;: t AAGE S • ... - s UMBRELLA UAB I OCCUR EACH-OCCURRENCES - Ac EXCESS UAB [ CLAIMS-MADE REGATE .S - DED I RETENTION S _ B ANDE LOYEMRSJJAASIifTY X1 ex $ 1I TUrw_ nNletaF c�PR�1EyTD�sRe>PE cwoEo EcunvE YIN. NIA NFA0867309 11/17/2017 11/17/2018 'E[ Eae-- . -E-- s 1,000,000 datOryII1X)' 1,000,000EL'OISEASE-EA61 �0YEE S:U-es:dIiicer- ' 1000,000OSCRIPTONOF OPERATIONS below EL DISEASE_POUCY LIMB S be DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may beseeched If more space i8 ired) City of Miami Beach,Procurement Department,-Conference Room, 1755 Meridian Ave,3rd floor,Miami Beach FL 33139 is included as additional insured with- respects to General Liability CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Miami Beach THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Procurement Department ACCORDANCE WBTH THE POLICY PROVISIONS: Conference Room 1755 Meridian Ave,3rd floor AUTHORIZEDREPRESENTATIVE Miami Beach,FL 33139 e......e____.4........ ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD • ''C a;s r 3's416114s..RI r^:::I:ticCrrsmr.Ct.2tum;,cc r DetalI.by Entity Name Florida Prcft Corporation BRANCHING OUT,INC. Filing Inform ittgrl Ccc u11ent Number V14664 FREIN Number 850417608 Date Flied 02/17/1992 State FL Status ACTIVE Prtnetpal A4itrpcft 23300 SW 134 AVE . HOMESTEAD,FL 33032 Changed:01/17/2012 • matano'Memel 23300 SW 134 AVE HOMESTEAD,FL 33032 ' Changed:02125/2010 RrglaMrrti!Agent tinirtg.3 gitctro,cr� HURST,STEVEN H j 21355 S.W.192ND AVENUE MIAMI,P1.3318? Name ChingerE04/042008 e mogarreetctl¢rie] Name$Addreaa T1u.P 'Fo3 HURST,STEVEN H 21355 S.W.192ND AVENUE MIAMI,FL 33187 11900 HURST.ETHEL 21355 SW 192 AVE MIAMI.FL 33187 An�rH Roour1 Report Year Filed Date 2016 03/112018 2017 03115/2017 2018 03/01/2018 00411111ont 1Oagea wmage n 70F forma; atlitaY4a.?;'iiS VieN irnaye 1n PoF Wm! j Q�"«l1Q a:L;A'cLtTEPS$S. VMw anngn rn RDF• f,Nna • VI�r+,-:l±J=927 4� C 7!{ Y•an m Ao h(F�•la`.+ci l Z?ti.sQ.t:_+�TsL4^.iFF�v i:1�h--'/rc+t.ur,o c,Rc:'tnrar '1,±2,1113a,,kat:.i:AL.t?E'.'^'...'LTl vrc v image e:Rrr t`:t::22!B_.,`.tGtiinsRf:CT7 Ve.vnnapen?OFtocaj; STATE OF FLORIDA ,,,,,;# ;1 . DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION `.;t rte. . . ELECTRICAL CONTRACTORS LICENSING BOARD. `` Q•,; 2601 BLAIR STONE ROAD (850)487-1395 TALLAHASSEE FL 32399.0783 BURCHELL,MiCHAEL SEAN BRANCHING'OUT INC 7300 CORPORATE CENTER DR SUITE 711 MIAMI FL 33126 • • Congratulations/ With this iicense you become one of the nearly one million Floridians licensed by the:Department of Business and • Professional Regulation. Our professronafs and businesses range .' STATE OF FLORIDA from architects to yacht brokers,from boxers to berbe'ue • • restaurants,and.theykeep Florida'seconomy9 DEOFESSIONAL BUSINESS AND P strong. ��t'.�• PROFESSIOt+1�tL REGULATION Every day we work to improve the way we do business in order E00002781 . •x $LIED '10125/2016 to serve you better. For-information about our services,please '• t ,; log onto www.myflortdalicense.com.Thera.y�ou can.find more CERTiFiED ELPt ID CL CONTRACTOR Information about our divisions and the regulations.that impact BURCHELL, you,subscribe to deELL.M[CIIAEC.SF,-.. parves newsletters and learnmors about BRANCHII!iG Q(Fi"INGu. .,,,.�-,. the Department's Initiatives. Our mission atthe Department Is:License Effictentiy.Regulate • `'`'" Fairly..We constantly strive to serve you better so'that you.can serveyourcustomers.Thank you for doing:business in Florida, IS CERTIFIEr1 undier.the provisions of 06.489 FS; and congratulations on your new license! Evv+nueodate:Aucal,iolt, LlatoZsocoy DETACH HERE RICK SCOTT,GOVERNOR • KEN LAWSON,SECRETARY • STATE OF FLORIDA ' DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION • ELECTRICAL CONTRACTORS LICENSING BOARD LICENSE NUMOER � � u EC0002781 - i r The ELECTRICAL CONTRACTOR Named below IS CERTIFIED ' Under the provisions of Chapter 489 FS, ` Expiration date:-AUG 31,2018 BURCHELL, MICHAEL SEAN• , `� • 0 BRANCHING OUT INC �' r _ . 233170 SW 134TH AVENUE, HOMESTEAD • • FL33032 - - � •.1 alt 'Ft. E3 • ISSUED; 10/25/2018 DISPLAY AS REQUIRED BY LAW SEM/ L1610250005371 i i 009302 Local Business Tax ReceiptLBET l Miami-Dade County, State of Florida -THIS IS NOT A BILL-DO NOT PAY 5248463 BUSINESS NAME/LOCATION RECEIPT NO. EXPIRES BRANCHING OUT INC RENEWAL SEPTEMBER 30, 2018 21355 SW 192 AVE 5415724 Must be displayed at place of business MIAMI FL 33187 Pursuant to County Code Chapter 9A-Art.9&10 OWNER 1 SEC.TYPE OP BUSINESS PAYMENT RECEIVED BRANCHING OUT INC 196 ELECTRICAL CONTRACTOR BY TAX COLLECTOR Wor1cer(s) 1 EC0002781 $75.00 07/14/2017 CHECK21-17-065537 This local Business Tex Receipt only confirms payment of the Local Business Tax.The Receipt Ea nate license, permit.ora sortificadon of the holder'qualification.to do business. Holder must campiywith any governmental or nongovernmental Nettletory laws and requirements Mich apply to the bagasse. The RECEIPT NO.above must be displayed en ell commercld vehicles-M1pmI-Reds Cods Sec.Re-27B. For more information.visit y gigrando oxcoltgctas • STATE OF FLORIDA r '? DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION '�: / CONSTRUCTION INDUSTRY LICENSING BOARD , (850)487-1395 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 BURCHELL,MICHAEL SEAN BRANCHING OUT INC 7300 CORPORATE CENTER DR SUITE 711 MIAMI FL 33126 Congratulations! With this license you become one of the needy one mullion Floridians licensedby the Department of Business end �. Professional Regulation. Our professionals and businesses range .`f'1 STATE OF FLORIDA from architects to yacht brokers,from boxers to barbeque iii DEPARTMENT OF BUSINESS AND restaurants,and they keep Florida's economy strong. PROFFaSS L.REGULATION Every day we work to Improve the way we do.business in order PCC056810 �' ;�ussum, 07/19/2018 to serve you better. For information about our services.please f:`-I--".-'f,;' ,.. \ log onto www myfloridalicense com. There you can find more CERT POLLU 6 S1 ,,, r SYS CONTR information about our divisions and the regulations.that.irnpact BURCHELL.M[ 1 "' you 4ubscribe;to department newsletters and learn more about BRANCHING OUTIN~ s n -4. the Department's initiatives. • - ' . M+y' Our mission at the Department is:License Efficient',Regulate Fairly.We constantlystrtie to serve you better so that you can t9 CERTIFIED under the provftrona of Ch.i6e FS. serve your customers. Thank you.for doing business in Florida, 611 CEnT,_.aD under rta.459 FS. and congratulations on your new license! n. DETACH HERE RICK SCOTT,GOVERNOR -- KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION �� CONSTRUCTION INDUSTRY LICENSING BOARD . LICENSE NUh1r3ER hZe-M{_- PCCos6810 -, is r v,tp {` The POLLUTANT STORAGE SYSTEMS CONTRACTOR - ‘ `r ;.w `' Named below IS CERTIFIED Under the provisions:of Chapter 489 FS. Expiration date: AUG 31,2018 1-• • BURCHELL,MICHAEL SES—: • '' +. BRANCHING OUT.INC- ' ��''' '''--x,• j 23300 SW 134 AVENUE �" -,.yt:.it" ,- 1•~.., �.� .•,., i7 r� MIAMI FE 3303e t ;ate.'. • a.A IF e.1 ,,,i'ai.ip .7.--or #1 q •,,,z, - IP' ..4.4,q., o„. .0 4 • ISSUED; 07/19)2016 DISPLAY AS REQUIRED BY LAW SEQ 8 L1807190001409 Local Business Tax Receipt Miami-Dade County, State of Florida —THIS IS NOTA BILL—DO NOT PAY LB T 524847.1 OUBINESSNAME/LOCATION RECEIPT NO. EXPIRES BRANCHING OUT INC RENEWAL SEPTEMBER 30, 2018 21355 SW 192 AVE 5415732 Must be displayed at place of business MIAMI FL 33187 Pursuant to County Cods Chapter 8A—Art 9&10 OWNER SEC.TYPE OF RUMNESS BRANCHING OUT-IN 196 SPEC MECHANICAL CONTRACTOR BC tt4C PCC056810 BY TTA cot 1B Worker(s) 1 875.00 07/14/201( CHECK21-17-065537 This Local Business Tex Rocoipt only confirms paymantof the Local Business Tax.The Receipt is nate ii..asoit. permit,or aoorriflcatrortoffIheholder's qualifications,todobusiness.Hoidorroustcomplywithanyiuvr ) ar nongovernmental regulatory laws andragatremeats which apply to dm hennas:. The RECEIPT NO.above meat ho displayed an ill comm ,clpl natricin,414111141111 Ott; p, For mare information,visa ism etar. • ,-- --sax-re?:. G. ': STATE OF FLORIDA Th : DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION : S441:� ':: CONSTRUCTION INDUSTRY LICENSING BOARD (850)487-1395 � ',:� 2601 BLAIR STONE ROAD TALLAHASSEE. FL 32399-0783 BURCHELL,MICHAEL SEAN BRANCHING OUT INC 7300 CORPORATE CENTER DR SUITE 711 MIAMI FL 33126 Congratulations!With this license you become One of the nearly one million Floridians licensed bythe Department of Business and Professional Regulation.. Our professionals and businesses range �1 STATE OF FLORIDA from architects to yacht brokers,from boxersto.barbeque • ? DEPARTMENT OF BUSINESS AND restaurants,.and they keep Florida's economy strong. ' PROFESS! L REGULATION Every day we work to.improve the way.we do business in order CGC 61253 . -• "; v 'U '1f:. 07/19(2018 to serve you better. For Information about our.serilees.please l log'onto.wwwrnyfloridaitcense.com. There you can find more CERTIFIED GEN - 'L ° '.0- 'OTOR / Information:about aurdivisions and the regulation.thatImpactBURCHELL.Mf C, $1. • . • you,subscribe to department newsletters and learn.more about BRANCHING b t}: the:Department's initiatives,' - .4. f.} 4i �y", ' =•ae,-n 'Our mission at the Department is:License EfticfenUy,Regulate - Fairly We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, IS CERTIFIED under the provision.or Ch.48"e Fa. and congratulations on your new Ucensel Enatrrtpn des;MO 31,2018 ostaloo0011173 I DETACH HERE RICK SCOTT GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ry 4• CONSTRUCTION INDUSTRY LICENSING BOARD 4.t.r,.,r ;i; LICENSE NUMBER �y �.'` CGCQ812 i G' Y 4 -A The GENERAL CONTRACTOR "�.:, ` Named below IS CERTIFIED Under the provisions of Chapter 489 FS. ` Expltatlan data AUG 31,2018 ', N° �. i' h I• BURCHELL,MICHAEL SphI fi;:x1' y- ;'MUNCHING OLIT.INC. '.1,p, J7[th' 23300 SW 134 AVENUE-' `.ter .:,c,' ;r' A----.4%,—u--431='*t.." 7-, . ' MIAMI FL 3134S-21 Y:r-rw'r•Z�• . L • `t • 0."�qi n tom:+ l , Y .�`x. qp r . a , • . =�e:_sf=I t :'ii SiS iZ2 `s, `' a:' ISSUED: 07/13/2016 DISPLAY AS REQUIRED BY LAW SEQ# 1.1607190001073 Local Business Tax Receipt Miami-Dade County,State of Florida -THIS IS NOT A BILL-DO NOT PAY _ LBT , 5181375 BUSINESSNAME/LOCATION RECEIPT NO. EXPIRES BRANCHING OUT INC RENEWAL SEPTEMBER 30, 2018 21355 SW 192 AVE 5416716 Must be displayed at place of business MIAMI Fl.33187 Pursuant.to County Coda Chapter BA-Art 9&10 OWNER SEC.TYPE OC St1SSNESS BRANCHING OUT INC 196 GENERAL BUILDING CONTRACTOR PAYMENT RECEIVED CGC061253 BY TAX COLLECTCII Worker(s) 1 $75.00 07/14/2017 CHECK21-17-065537 This Local'Business Tax Receipt edit confirms pqwàut at the LocaJ.8utneis Taxi The Bocelpt(snot alieenao, pump,ore codification of the ftotdu►'s gaetiffcattona.to do(mainaas.Nokia must comply with any Eovammantat ornongavammeotakrogtlatarylawaandmgsdmau twd apply to hi bU,lnaan. The RECEIPT NO.above must ha dtspisysdo t ell commercial vehicles-Mlami-Dada Code Sic Be-276. Farman inhrmallan,visitt anfatjiyttfdadaaaV/44callaptor • • • • ;" .. STATE OF FLORIDA ` '' '• '��"' DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION f'' 1;4.1, r�i ATlO N 7 CONSTRUCTION INDUS ' ����, TRY LICENSING BOARD k, . / 2601 BLAIR STONE ROAD (850) 487.1395 X TALLAHASSEE FL 32399-0783 HURST, STEVEN HOWELL BRANCHING OUT INC 23300 SW 134 AVE HOMESTEAD FL 33032 • • Congratulations!:With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range : STATE.OF FLORIDA • from architects.to yacht brokers,from boxers to barbegve_ sE ' restaurants,.andtheykeepFlorrda's.economystrong. PROFESSIONAL BUSLNESSAND '*-�' REGULATION Everyday we work to improve Ihe.wayy we do business in order CFC057075 , ISSUED: to serve you better: For Information.about our.services,please07/19/2016 log onto www myfloridalicense.com. Thereyou can find more information about our.divisions and theiegulations that impact CERTIFIED STEVEN. HOWELLWL CONTRACTOR 'you,subscribe to department newsletters and learn more about HURST, ING OU INC. .. Foe Departments Initiatives. BRANCHING OUT INC. Our mission at the Department is:License EfficientlRegulate Fairly.We.constantly strive to.serve you better so that you can serve your customers. Thank you for doing.business in.Florida, and congratulations on your new licensef. Expiration IS CERTIFIED AUG under 0e the Provisions or Ch.4B9 FS. L1E071=01019 i• • • DETACH HERE RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD •r srr ,i manse NUMBER' ,_,4 . CFC057075 s'� �"• The PLUMBING CONTRACTORIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIMEnm r. "%» `� -Named below IS CERTIFIED �� r . ' 3- Oc Under the provisions of Chapter 489 FS. '�', Expiration date: AUG 31,2018 4°°��` - • HURST, STEVEN HOWELL,..,..e-- ' 1�t BRANCHING OUT INC -- - Ell. ,a LJ 21355 SW 192ND AVE .-.44#'.4":',4"4"47-7- 7-144-•&'...,',"+ ':-�,�• v,,;‘,;r i• -44.4~ MIAMI FL 33ft3? s_ 'b tiM x • ..I....U1 iii (L 4::::, 4�;,,4 .,i-,,,0,-•tte>.Q y, =� ' •. . ,, : . . :f ^ . I','9 1-w t ❑ •ti. 'ISSUED: 07119/2016 DISPLAY AS REQUIRED BY LAW SKI# L1607190001019 Local Business Tax Receipt Miami-Dade County,State of Florida -THIS IS NOT A BILL—OO NOT PAY • LBT ) 4155255 BUBIPIESS NAME/LOCATION RECEIPT NO. BRANCHING OUT INC EXPIRESBRAN HS19O AVE RENEWAL SEPTEMBER 30, 2018 MIAMI Fl.33187 4339321 Must be displayed at place of business Pursuant to County Code • Chapter BA-Art.9&10 OWN Sec.TYPE OF BUSINESS BRANCHING OUT INC 196 PLUMBING CONTMACTOR DV TAX PAYMENT LLECT GD CFC{757475 By TAX CCLLECTOA Worker(s) 10 $75.00 07/18/2017 . .. pI FPPU07-17-009742 Thta permits,or certification Receipt ha dor s�qquahlttc oas to d hus�ln u.HoOusIldermotcomplyReceiptwth a ecte ernmen or nonpoveramentai regulatoig law,and raquirooroats which apply to Ibe husinou, with aaygar�ntnteatol Tho RECEIPT NO.above mast he displayed on all comincrautl vehicles.Mierat4ado Cada Seek-276. Fat more idannatloe,idea[wwwellemidadogeriteceotleeter i 1 r-',g1.1A tt STATE OF FLORIDA -„- DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION . -4- ''t` CONSTRUCTION INDUSTRY LICENSING BOARD�`` -: `� 2601 BLAIR STONE ROAD (850) 487-1395 TALLAHASSEE FL 32399-0783 H URST,.STEVEN HOWELL BRANCHING OUT INC 23300 SW 134 AVE HOMESTEAD FL 33032 Congratulations! With this license you become one of the nearly one million,Floridians licensed by the Departmentof Business and Professional Regulation. Our professionals and businesses rangeSTATE OF FLORIDA from architects to.yacht brokers,from boxers toibarbeque .1 DEPARTMENT OF BUSINESS AND restaurants,and they keep Florida's economy strong: PROFESSIONALREGULATION tip r� I Every day we work to improve the way we do business in order. CGC006150 . ISSUED: .07/19/2016 to serve you bolter.•For information about our.services,.please • log onto www.myftoridaticense.com: There youcan.ftnd more CERTIFIED GENERAL CONTRACTOR information,about our divisions and the regulations that impact HURST,STEVEI ftIOWELL you,subscribe to department newsletters and learn more about e Departments initiatives. BRANCifING OUT INC .,' .‘•, Our mission at the.Department is:License Efficiently;Regulate • ' � . :O Fairly. We constantly strive to serve you better so that youcan serve.your customers, Thank you for doing business in Florida, IS CERTIFIED under the provisions of Ch,489 FS. and congratulations:on your new license! Expiration dale:AUG 31,2oae u607190001152 • DETACH HERE RICK SCOTT, GOVERNOR KEN LAWSON,SECRETARY STATE OF-FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL.REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD L•1cENSE NUMEER' 4�• CGC0061S0 44,, ."— The GENERAL CONTRACTOR y '" .s✓;rc ,- Named below IS CERTIFIED \ ,• 5� • Under the provisions of Chapter 489 FS. aM Expiration date: AUG 31,2018 „ HURST, STEVEN HOWELL,- •••.;;"-;.14.- or 7 0 BRANCHING OUT INC ie • - v n. ,;: ' 213 55 SW 192 AVE i:! !,3X1t+4".?• ,:•:�.: .V • - { MIAMI FL 33187 �� ~�:, �' �` "K 1k .14 »fes; '.. �'�� ' - '1 JJ��" a4,. .. w:�_. �;: :.. , _ti N5 S .?e 34Z!45.x' , ISSUED: . 07/19/2016 DISPLAY AS REQUIRED BY LAW SEQ# L1607190001152 Local Business Tax Receipt Mien.pi—Dade County,State of Florida -THIS IS NOTA BILL-Do NOT PAYL lir. 3041001 EUSlNESS NAME/LOCATION BRANCHING OUT INC RECEIPT NO. EXPIRES- 21355 SW 192 AVE RENEWAL SEPTEMBER 30, 2018 MIAMI FL 331873178431Must be displayed at piece of business Pursuant to County Code Chapter 9A-Alt O&10 OWNER BRANCHING OUT INC SEC.TYPE OR BUSINESS 136 GENERAL WADING CONTRACTOA PAYMENTRECEIVBD Worker(s) 1 CGC1JOst�yQ BY TAX COLLECTOR $75.00 07/18/2017 14nLocal HuaimxiTmeReceipt onlycotiltrms FPPU07-17-009742 . permit.or a cartifcatian at the Imldcr squoliitcatioonns®to(litho Holder�Thecam Receipt is yet a Hams, or nongovernmental regulatory laws end requirements Witch apply to Lha business. empty with any a?vemmentel The RECEIPT NO.ebavi mast hadisplayadan all commercial veNe4s_Miami-pads Code Sac as-276. For more inhrruaticq visit tfONLYmiamrded • i 1 0-4js STATE OF FLORIDA t. '' _; DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CO CONSTRUCTION INDUSTRY LICENSING BOARD (850)487-1395 '�\-.;-2'-i.,40,5--, ._�= 1 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 HURST, STEVEN HOWELL BRANCHING OUT INC 23300 SW 134 AVE HOMESTEAD FL 33032 • Congratulations! With this license you become One Of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals:and'businesses range STATE OF FLORIDA from architects to yacht brokers,.fromboxers to barbeque j DEPARTMENT OF BUSINESS AND restaurants,and they keep Florida's-economy strong. 4,, PROFESSIONAL REGULATION Every day we work to improve theWay we do'business in order PCC055725 'ISSUED: 07/19/2016 to serve you better. For information about our services,please tog onto www myfloridallcense.com. There you can,find more CERT POLLUTANT STORAGE SYS CONTR information about our divisions and the regulations that impact HURST,.STEVENM 0 L you,subscribe to department newsletters and learn more about .H C. G `r 3e.Department's initiatives: •BRANCHING OUT INC. jaw Our mission at the Department Is:License Efficiently,Regulate • Fairly.We constantly strive to,serve you better so.that you can • serve your customers. Thankyoufbr dOing business in Florida, IS CERTIFIED under the provisions of Ch•439 FS. and congratulations on your new licenset - EX Ion date:AUG 31,2a+s LUSO?S06014ti • DETACH HERE RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRYLICENSING BOARD LICENSE NUMBER 1 ,_c PCC055725 • �' L A, • The POLLUTANT STORAGE SYSTEMS CONTRACTOR 1� :::7:. Named below IS CERTIFIED Under the provisions of Chapter 489 FS. �"� ` Expiration date: AUG 31,2018 -;ems~` ..s HURST,, STEVEN HOWELL.-':, '' � •. Qtrl� •_ BRANCHING OUT INC ••-'' '`' '` .',! li 21335 SW 192 AVE . �x ra.:�,;y;• . :: .^' �;4;:.. ' '' ; MIAMI FL 331'8`'?* ,� '.. r J r ,,..� �;. ••••-•,, Www ri�0: .,'. 'rt.- At. ••••,,.5,::, !7 •.�.:e+C0:1R:~ •.f _<4 - 1.. 3�,a� .1 ISSUED: 07119/2016 DISPLAY AS REQUIRED BY LAW SEQ s L1607190001411 _• • Local Business Tax Receipt LB T Miami-Dade County,State of Florida • -THIS I4 NOT A Dllt.-CO NOT PAY 4134698 aYBlNHy3 NAM®/4QCAT1OIy BRANCHING OUT INC Rea>=ft=r NO EXPIRES 4 21355 SW 192 AVE 31 EWAL SEPTEMBER 34, 2018 MIAMI F!33032 Must be`diitpiki ti at pret3 orbusiness. Ptirivantto Cauoty.dode Chapter BA-Art.9&10 °VNNQR BRANCHING OUT INC Sec_TYPO OF BUSINESS Worker(s) 1Q \ -FCC05.5715 196 EC1, 1Jyt.CAlCONTRACTOR ay AXCOLldCTpR $75:00 07/18/20.17 • FPPU07-17-009742 This[drat Ilueinsss.Tax Rseatpt oaty datilioa payment of the[deal Businais Tax.The Racoipt is not a license, peratit.on certification of Bioitofdcrequa((Roaticns,todohominess:.Naidarmuatcomply with snygaysrnmsntef or non tgva,n nontotreguratoryrawsendns rammatswh cbapplytothehcotnws, Tho RECEIPTNO.ehaysen*he'dripfayedonairaomaterciatvehictee-Miami-pods Code Sec to-27a For more lsfarmettaa,visit • I • • •• • 0j�R.DCERTIFICATE OF LIABILITY INSURANCE DATEINM(DONYYY) 1/18/2018 , THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS . CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW: THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S); AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must he endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the. certificate holder in lieu of such endorsement(s). PRODUCER ya714TA T Cheryl Rust _pME; Brown 6 Brown of Florida, Inc. PHONE (305)297-5121TPAx� (305)240-0543 lAat io..Exth )(tUG Nnr dba T.R. Jones 6 Co. "MR* crust@bbinsfl.com RF$S: 1780 N Erose Ave (hsJRER(SIAFFORDIN000VERAGE NAILa Howeshad FL 33030 RlsuatiRA:Criie +: Forster Specialty Insurance 44520 INSURED INSURERB:Fall'a7 Lake Motional Insurance 31525 Branching Out, Inc. INSURER c: Y 23300 S.W. 134th Avenue INSURER D: INSURER.E:' 1 Homestead FL 33032 INSURERF: 4 COVERAGESCERTIFICATE NUMBER:17 Master COI • 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 IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. )SSR. .. �DD SUUfti"`_...._._ - t POLICY - - _ LTR, TYPE OP INSURANCE 'IYSDy%ND) POLICY'NUMBER .(mmr0Dr!rr ,(R40LIOYTivi l' LIMITS i X.COMMERCIAL GENERAL LUIBIUTY ' , ' ('iTAnnv OCCURRENCE NTED i s 1,000,000 A l f J cLAIMS.MADE 1 x 1 OCCUR l PRELIK£Sis,ae..rnvt (I3 50,000 , 1 SPR115006 12/1/2017 ' 12/1/2015 -MED EXPGanrana perxonf t'$ 5,000 I 1 I i _ I PERSt11LaAOVINJURY 17-2. t9 1,000,000 rl GEN'L AGGREGATE P aT APPLIE PER: NERAL AGGREGATE 1 S 2,000,600' POLICY L_�;ECT I j LOC rfliCCUCTS-COMPIOP AGO I S 2,000,000 1 'OYHEr> { I 1 E+rf(oyeeBenefits UabISy ' t,$ - •1,000,000 ^A UTORSOBJI:&!ABILITY CLJMCMNEDS1xCLELIk1'� i I I Mt ate dam) .$ _ 1,000,000• B ANY AUTO ! ( BODILY INJURY.(Per person) I S .. ' I.ALL OWNED _ I,SCHEDULED I. AUTOS AUTOS I CMIHA000000379-00 12/1/2017 12/1/2018 (8CPU-YINURY're(acddgo0i 5 �HIRE°AUTO9 AVT ED j rpYppiRTYOASLlGE .-.. UMBRELLA UAB ! 71' • I [ i MedatvnYArnrIH S. $,000 OCCUR .J EACH OCCURRENCE_ S 3,,000,000 A I x 1 EXCESS LIAR I I f:t.AUAS,b41OE !AGGREGATE S 3„000,000,.. t i'DEh (-S.RE'TENTIONS 10,000 BPX106507 .12/1/2017 ; 1211/2018 i 0 I WORKERS COMPENSATION i1 j( AND eaaaLOYPJi9'LIaBILITy YtN' j . [. s7�>'uTc i. I'OEfT�' , I ANY PROPRIETOR/PARTNER/EXECUTIVE f•` EL,EACH'ACCIDENT - S I CFRCERIMEMBER EXCLUDED, . 1 N1A 1 I -- - (Mandatory In NH) I EL.DISEASE-E,1 EMPLOYE $ !liar= 1 .DESCRIPn°N OF OPERATIONS hxltw _ I 1 .EL..DISEASE-PGUCY UMtTI:S - - . I A i Contractors Pollution Liab j EP_5115006 12/1/2017 12/1/2016 1 OccurranceUmli $1,000,000 I Errors and Oalatissiona I Genera?Aggregate $1,000,000 I I DESCRIPTION OF OPERATIONS;LOCATIONS/VEHICLES(A CORD 101,AdeIlon,J Romans schemata,may be amachol U more apace la requ(red) Contractors Licenses: Michael S. Burchell EC# EC0002781, CG# GC061253, PCC# PCC056810; Steven Hurst EC,4t E00001470, CGC* CGC006150, Crc# C8C057075, PCC* PCC055725 CERTIFICATE HOLDER CANCELLATION i . . SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Thunder Demolition THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 7373 NE 3 Court ACCORDANCE WITH THE POLICY PROVISIONS. Miami, FL 33138 AUTHORIZED REPRESENTATIVE �J T Jones Jr./JENNKN • ®1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) .The ACORD name and logo are registered marks of ACORD 1118025(201.01) CERTIFICATE OF LIABILITY INSURANCE - . I 1/18/2018. Producer: Plymouth Insurance Agency r ma Certificate Is Issued as a matter of information only and confers no 2739 U.S. Highway 19 N. rights upon the Certificate Holder. This Certificate does not amend,extend Holiday, FL 34891 or alter the coverage afforded by the policies below. (727)938-5562 Insurers Affording Coverage NAIL# • Insured: South East Personnel Leasing, Inc..&Subsidiaries IrastmrA. Won In.suranoCompany • 11075 2739 U.S.Highway 19-N. insurer 6; Holiday, FL 34691 Insurer C: Insurer D; insurer E: Coverages , i I Re gcuoes or teserarce tistud dehLw have been issued to me muted rumba aadve for ono policy pane indicated.Nu ,a arty requturrun4 form orcanease at.any cCmrOG or Wrier eoa.nsert with respect to which Ulla certificate may be issued or may perlsfn,t e insurance atorded by rho peados dammed herein Is eubllod Mall the terms,exclusions,and co:Mines of such policies.Aggregate i limits shown may have been reduced by paid claims. I l t.SR ADOL Policy Effective Policy Expiration LTR INERO Type of insurance . Policy Number Date Date Limits • (MM/DO/YY) (MM/DO/YY) ENERAL LIABILITY Each Occurrence Commercial Genera(Liability Claims Made Occur • Damage to rented premises(EA occurrence) Med Exp . eneral aggregate limit applies per: Personal adv Injury Policy El Project ® LOC General Aggregate Products-CompiOp Agg UTOMORILE LIABIUTf Combined Single My Auto IFA Accident) All Owned Autos Bodily Wiry Scheduled Autos (Par Person) ' . Hired Autos • • Bodly Injury Non-area Autos - (PerAcddenl) _. Property Damage • . (Per Acddett) EXCESS/UMBRELLA LIABILITY each Occurrence N Does Claims Made Aggregate LbducBb le ' A Workers Compensation and WC 71949 01/01/2018 01/0112019 X �WC Stats- 0TH. Employers'Liability ' I'tory LimitsI I ER . Any proprietor/partner/executive officer/member E.L.Each Accident 51.000.000 excluded? No if Yea,describe under special provisions below. E.L.Disease-Ea Employee KampenE.L.Disease-Policy Limits 31.000000 Other Lion insurance Company is A.M.Best Company rated A(Excellent): AMS#12616 Descriptions of operations/Locatlone/vehtcte$/Exclusions added by Endorsement/Special Provisions: • i Client 1D: 92 6&659 Coverage only applies to active emptoyee(s)of South East Personnel Leasing,Inc.&Subsidiaries that are leased to the following"Giem Company": { branching Out,Inc Coverage only applies to injuries incurred by South East Personnel Leasing,Inc.&Subsidiaries active employee(s),while wor)dng In:FL. Coverage does not apply to statutory employee(s)or Independent contractor(s)of the Gient Company or any other entity. A list of the active employee(s)leased to the Client Company can be obtained by faxing a request to(727)937-2138 or by calling(727)938.5562. Project Name . ISSUE 01-15-1S(KLR) 1 cectriF(CAre HDLDER Begin Mete 112312014 CANDELLATIOte • THUNDER DiNOLITION Should any et!Malmo desotbed peliws bo conceited before ate aselration date sweet thelsarmg lessor wit endeavor to marl 30 days written notice to the certinca(e'hoidernamed 1050 He,but falhra to do so shell Impose no obligation or liability of any idol upon the insurer,its agents or representatives_ 7373-NE 3 COURT MIAMI, FL 33138 '/`; "y 6, ^�a .-4.._ -- Branching Out Inc. , V � w ; Environmental, Engineering & Construction Services 23300 S. W 134 Avenue Homestead,Florida 33032 Phone:305-258-8101 Fax:305-258-3812 Email:branchouti@bellsouth.net PCC055725, CFC057075, EC0001470, EB6740, CGC006150, LP Gas:26302, LEED Certified ,nf Key Personnel Steven H. Hurst P.E Engineering/ Project Manager Education; YF Masters in Business,Florida International University,Miami,Florida,1990 Bachelor of Science Mechanical Engineering Auburn University,Auburn,Alabama 1970 Professional: 5 } Mechanical Engineering Professional Engineer License PE 0016278 Civil Engineering Professional Engineer License PE 0016278 87/1951 Fire Protection Professional Engineer License PE 0016278 87/4237 • Florida State General Contractor#CGC 006150 • • Florida Certified Unlimited Electrical Contractor#EC 001470 Florida Certified Pollutant Storage System Contractor#PCC 055725 '"� Florida Level I Fire Protection Contractor#FM 08155 •i Florida Unlimited Plumbing License# CFC 057075 Private Pilots License with Instrument Rating 40 Hours.OSHA Training Branching Out Inc. , Environmental, Engineering & Construction Services 23300 S.W 134 Avenue Homestead,Florida 33032 `;� Phone:505-258-8101 Fax:305-258-3812 Email:hranehoutl@bensotith.net PCC055725, CFC057075, EC0001470, EB6740, CGC006150, LP Gas:26302, LEED Certified } 1 Key Personnel ii t. Michael S. Burchell 'li , Project Manager , f it -1 Education: Bachelor of Science in Chemistry/Nuclear Chemistry,University of Miami,Florida 1983 Minor in Physics Biology I7,1� Professional: 'M1I Florida State General Contractor#CGC 061253 .? Florida Hazardous Pollutant Storage Systems Contractor#PCC 056810 Florida Certified Unlimited Electrical Contractor#EC 0002781 `' ,t Liquid Petroleum Installation LPG#26302 Class B State Certified Water Treatment Plants ,, y o, . Work Experience: u ,i 1993-Present In charge of day to day operations including bidding,work scheduling, 1. material acquisition,purchasing and Project Management. of Florida Power&Light { 1991-1993 Florida Power&Light Company Fuels Engineering-Maintenance and Operations of Florida Power&Light Port Everglades,Martin,Manatee and Boca Grande ;,, .i Fuel Tank Farms and pipe lines. , 1984- 1991 Florida Power and Light Company,Nuclear Chemistry Turkey Point Plant i 1983- 1984 Duke Chemical -Manager Chemical Engineering 1 ; 40 Hours OSHA Training •F t { - THUNDER DEMOLITION, INC. 7373 N.E 3rd COURT MIAMI FL 33138 TEL: 305.757.9444 FAX: 305.757.9441 www.thunderci'emolition.com Permitting—Thunder Demolition has a full time in house permit expeditor. Recycling and/or using demolition material—Thunder Demolition always separates all materials on site. Concrete goes to the lake to be reused or crushed,to be used on other sites. Removal of underground tanks—Thunder Demolition would hire a licensed petroleum contractor for this scope of work. Sediment control- Thunder Demolition will adhere to all city and state regulations, install silt fence, cover all catch basins with filter fabric,install turbidity booms,.etc. Dust control— Thunder Demolition always wet method for all our demolition/saw-cutting projects. Grade and backfill- Thunder Demolition does this in house with the use of various machines such as a dozer, excavator or bobcat and the appropriate fill will always be used depending on site conditions and specs. Site vegetation Thunder Demolition would use appropriate equipment and man power to remove vegetation. I.e. Bobcat, dozer,excavator, and hand labor. Hazardous materials—Thunder Demolition would hire a licensed hazardous contractor to remove this material. Clean up,—Thunder Demolition has many different types of machines as well as trucks that can handle various needs of clean up Storage-Thunder Demolition would store equipment on site, rented private lot or can store at our home base Street closure— Thunder Demolition hires licensed, certified sub-contractors for any street closure and obtains all necessary permits from the city/state We would hire police.officers as requested by the city.Thunder Demolition would install all necessary barricades, flashing lights, signs,flag men and any materials required by the city for the project. Public right of ways— Thunder Demolition hires licensed, certified sub-contractors for any street closure on any public right of way,and obtains all need permits from the city or the state and hire police officers as requested by the city. Thunder demolition would install all necessary barricades, flashing lights, signs, flag men any materials required by city for the project Power—Thunder Demolition would provide temp power from FP&L or provide necessary generators. Utilities—Thunder Demolition would pull any necessary permits and install any utilities that may be needed on the project(temp water,temp power etc) Inspections—Thunder Demolition would have a supervisor on site for any inspection that are requested by the city. Emergencies—Thunder Demolition provides all contact information for the owner as well as its supervisors to be able to respond to any emergencies and would be available 24 hrs. . ATTACHMENT D INSURANCE REQUIREMENTS r . APPENDIX E k 1 1 Insurance Requirements 2018- 183-KB Citywide Demolition Services PROCUREMENT DEPARTMENT • 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-183-KB 38 • APPENDI.X E E AC H mi A . i a .4 Insurance Requirements 2018- 183-KB Citywide Demolition Services • PROCUREMENT DEPARTMENT • 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 • • RFQ 2018-183-KB 38