HomeMy WebLinkAboutCity of Tamarac Resolution R-2007-112Temp. Reso. 11235
June 26, 2007
Page 1 of 4
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2007-11,)-,
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, AUTHORIZING THE
APPROPRIATE CITY OFFICIALS TO AWARD RFP #07-20R
AND EXECUTE AN AGREEMENT WITH STRAIGHTLINE
ENGINEERING GROUP, INC. FOR THE DESIGN/BUILD OF
THE BOAT RAMPS PROJECT FOR AN AMOUNT NOT TO
EXCEED $ 533,525 FROM THE APPROPRIATE ACCOUNTS;
AUTHORIZING BUDGET AMENDMENTS AS NEEDED FOR
PROPER ACCOUNTING PURPOSES PROVIDING FOR
CONFLICTS; PROVIDING FOR SEVERABILITY; AND
PROVIDING FOR AN EFFECTIVITE DATE.
WHEREAS, the City of Tamarac currently maintains approximately 600 acres of
canals and waterways; and
WHEREAS, access to the these waterways is limited and presently requires the use
of specialized equipment to move boats and equipment to and from the water; and
WHEREAS, the installation of approximately 33 boat ramps, for municipal use only,
will improve access to these canals and waterways, making routine and emergency access
safer and more efficient; and
WHEREAS, the City has sought competitive design/build proposals for the
installation of said boat ramps; and
WHEREAS, on June 3, 2007 the City published Request for Proposals RFP #07-
20R for the design/build of the Boat Ramps Project, incorporated herein by reference and
on file in the office of the City Clerk; and
WHEREAS, on June 25, 2007, the City received and opened two (2) submittals, a
bid tabulation is incorporated herein by reference and on file in the office of the City Clerk;
Temp. Reso. 11235
June 26, 2007
Page 2 of 4
and
WHEREAS, STRAIGHTLINE ENGINEERING GROUP, INC. was the sole
responsive respondent to Request for Proposal RFP #07-20R; and
WHEREAS, the RFP Selection and Evaluation Committee determined that the
response submitted by STRAIGHTLINE ENGINEERING GROUP, INC., attached hereto as
Exhibit 1 ", was best able to meet the needs of the City; and
WHEREAS, the City of Tamarac has negotiated an agreement with STRAIGHTLINE
ENGINEERING GROUP, INC. attached hereto as Exhibit "2" for their services at a cost not
to exceed $ 533,525, this cost is inclusive of contractor's proposed cost of $ 485,023 and a
10% contingency of $ 48,502; and
WHEREAS, it is the recommendation of the Director of Public Works and the
Purchasing and Contracts Manager that the contract for the design/build of the Boat
Ramps Project be awarded to STRAIGHTLINE ENGINEERING GROUP, INC.; and
WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in
the best interest of the citizens and residents of the City of Tamarac to award RFP #07-
20R for the design/build of the Boat Ramps Project at a cost not to exceed $ 533,525.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA THAT:
SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and
confirmed as being true and correct and are hereby made a specific part of this Resolution
upon adoption hereof.
SECTION 2: STRAIGHTLINE ENGINEERING GROUP, INC. is awarded the
Request for Proposal RFP #07-20R for the design/build of the Boat Ramps Project at a
cost not to exceed $ 533,525.
1
1
1
Temp. Reso. 11235
June 26, 2007
Page 3 of 4
SECTION 3: That the appropriate City officials are hereby authorized to
execute an Agreement between STRAIGHTLINE ENGINEERING GROUP, INC. and the
City of Tamarac for the design/build of the Boat Ramps Project (attached hereto as Exhibit
«2„
SECTION 4: That the funding in an amount not to exceed $ 533,525 is
hereby approved.
SECTION 5: All budget amendments for proper accounting purposes are
hereby authorized.
SECTION 6: All Resolutions or parts of Resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
SECTION 7: If any provision of this Resolution or the application thereof to
any person or circumstance is held invalid, such invalidity shall not affect other provisions
or applications of this Resolution that can be given effect without the invalid provision or
application, and to this end the provisions of this Resolution are declared to be severable.
Temp. Reso. 11235
June 26, 2007
Page 4of4
SECTION 8: This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this day of 2007.
ATTEST:
MARION SWEN, N, CMC
CITY CLERK
I HEREBY CERTIFY that
I have approved this
RESOLUTION as to form.
BETH FLANSBAUM-TALABISCO
MAYOR
RECORD OF COMMISSION VOTE:
MAYOR FLANSBAUM-TALABISCO
DIST 1: COMM. PORTNER
DIST 2: COMM. ATKINS-GRAD
DIST 3: V/M SULTANOF
DIST 4: COMM. DRESSLER
1
1
TR -11235
EXHIBIT 1
PROJECT PROPOSAL
RE: RFP 07-20R
i � •
STRAIGHTLINE ENGINEERING GROUP INC.
RFP 07-20R
Design/Build of the Tamarac Boat Ramps Project Proposal
Contents
Company History
Bid Bond
Acknowledgment of Addendum
Technical Proposal and Proposal Norm
Offeror's Qualification Statement
I ) Non -Collusive Affidavit & Acknowledgment
2) Vendor Drug -Free Workplace
3) Trench Safety Form
4)
Certification
5)
Certified Resolution
6)
References
7)
List of Subcontractors
Attachments
l) Licenses
2) Resumes
3) financial Statements
4) Drug Free Work Place Policy (Example)
5) Equal Employment Opportunity and Affirmative Action Policy and Plan
6) Previous Project Experience
7) Certificate of Insurance
STRAIGHTLINE ENGINEERING GROUP INC.
Company History
0 •
"'M
STRAIGHTLINE ENGINEERING GROUP INC.
Company History
Straightline Fngincering Group, Inc., an S-Corporation, dates back to April of 2002, at
Mirarnar, Florida and was founded on the basis of becoming one of South Florida's most
profitable and quality corporations. We have been able to grow from Sub -Contractor
status to Prime Underground Contractor in various parts of the state. The President of the
company has worked in this industry for 15 years. First he worked as a laborer and
quickly moved into a foreman position, supervising several sites. Upon gaining the
experience and the licenses needed he opened his own company and used his knowledge
to train the contacts required for business growth. Our operations are coordinated from a
warehouse office complex in the central portion of Miami and temporary trailers at the
different.job sites. In April of 2006 we hired Ricardo Diaz as our Principal Engineer for
the purpose of entering into the Engineering side of our industry.
We are currently a 3 to 5 million dollar company with extensive experience is municipal
and private work including but not limited to concrete sidewalks, drainage, water, and
sewer installation, hauling, hurricane debris removal, road work, asphalt, FPL duct bank
installation, Bellsouth duct installation, pavers, fencing, tree planting and removal, and
complete site development.
At present we repair and replace concrete sidewalks under contract #05-06-012
Replacement and Installation of Sidewalks for the cities involved in The Southeast
Florida Governmental Purchasing Cooperative including the City of Tamarac.
This contract would be especially straightforward for us to complete due to the fact that
we already have a staging area set up for our sidewalks contract and the established
relationship we have built with the City of Tamarac.
0 a, r%-., 0
STRAIGHTLINE ENGINEERING GROUP INC.
•
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A310
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we
Straightline Engineering Group, Inc.
as Principal, hereinafter called the Principal, and
First Seaford Surety, Inc.
a corporation duly organized under the laws of the State of Pennsylvania
as Surety, hereinafter called the Surety, are held and firmly bound unto
City of Tamarac
as Obligee, hereinafter called the Obligee, in the sum of
FIVE PERCENT (5%) OF PROPOSED BID -Dollars ($-5%-of Amount Bid-),
for the payment of which sum well and truly to be made, the said Principal and the Surety, bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for
Design/ Build of the Tamarac Boat Ramps Project
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in
accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with
good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in
the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the
Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such
larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this
obligation shall be null and void, otherwise to remain in full force and effect.
Signed and sealed this 2e day of June, 2007.
(Witness)
r
(Witness)
StratahtlineA4 eeiind Group,, In0,-jsea0
(1-ilia) ,
First Sealord Sure Inc.
Joseph ielson, Attomey-in-Fact (sear)
Printed in cooperation with the American Institute of Architects (AIA) by CANF&D . CANF&D vouches that the language in this document conforms exactly to the language used in AIA Document A310
Bid Bond - AIA, February 1970 ED - THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N W., WASHINGTON, D. C. 200M.
! ! I` .
First Sealord Surety, I Power No 'MIA ojk . msl?sa'
Power of Attorney
KNOW ALL MEN BY THESE PRESENTS: That First Sealord Surety, Inc., a corporation ofthe CCNtITndnWftIth of Pennsylvania; (hereinafterthe zz
"Company") has made, constituted and appointed, and by these presents does make, ooiidtut0 jhd;;''Jppoint
Charles J. Nielson, Charles D. Nielson, Warren M. Alter, Joseph P. Nielson, Peter A. Thom1. son I Ronald C dpferman and/or Richard M. Butin all.
of Miami Lakes, Florida
its true and lawful Attomey-in-Fact, to make, execute and deliver on its behalf insurance policies, surety bonds, undertakings and other instruments of a
similar nature as follows:
Not To Exceed Four Million Dollars---------{$4,000,000.00)
Such insurance policies, surety bonds, undertakings and instruments for said purposes, when duly executed by the aforesaid Attomey-in-Fact, shall be
binding upon the said Corporation as fully and to the same extent as if signed by the duly authorized officers of the Corporation and sealed with its
corporate seal; and all the acts of said Attorney -in -Pact, pursuant to the authority hereby given; are hereby ratified and confirmed.
This appointment Is made pursuant to the following By -Laws which were duly adopted by. the Board of Diredtors of Ahe said Corporation on April 7, 2003
with all Amendments thereto and are still in full force and effect:
"Article XII: Policies, Bonds, Recognitions, Stipulations, Consents of Surety, Underwriting Undertakings, and Instruments Relating Thereto.
Section 12-1. Insurance policies, bonds, recognitions, stipulations, consents of surety and underwriting undertakings „of the, Corporation, and releases,
agreements and other writings relating In anyway thereto or to any claim or loss thereunder, shall be signed In the name and'oh behalf of the C ;
Corporation: a) by the Chairman of the Board, the President or a Vice President, and by the SAcretaljr br,,i)in ASslsta'nt'Sedretary' or b). by art, y
in -Fact for the Corporation appointed and authorized by the Chairman of the Board, the President, or a �nba President to make such slg'hature, or'"c) b'
such other officers or representatives as the Board may from time to time determine. The seal of the Corporation shall if appropriate be affixed thereto by
any such officer, Attomey-in-Fact or representative. The authority of such Attorney -In -Fact and Agents shall be as prescribed in the instrument
evidencing their appointment. Any such appointment and all authority granted thereby may be.revoked`at any time by.1he Board of Directors or by any.
person empowered to make such appointment."
IN WITNESS WHEREOF, First Sealord Surety, Inc. has caused these presents to be duly signed and•rts corporate'seal to be hereunto affixed and duly
attested this 20th day of January, 2004.
7 First Seaford Surety, Inc.
#ge;
(Seal)- ° `' Attest: By:
Gary L. 8ra99, Secretary JaeL D. rman, Vice`;Presldent
Commonwealth of Pennsylvania
County of Montgomery
On this 20th day of January, 2004, before me personally appeared Joel D. Cooperman, Vice President of First Sealord Surety, Inc., Oth whom I am
personally acquainted, who, being by me duly swom, sold that he resides in the Commonwealth of Pennsylvania, that he Is Vice President of First
Seaford Surety, Inc., the corporation described in and which executed the foregoing instrument, that he knows the GQrporata�s�e�ayl�ofy,�lhe sa/i�d��
Corporation; that the seat affixed to said instrument*' such corporate seal; that it was so affixed kly'brdar;tf'the doarcl, of Directors bf.sakl Corporatdn ,., IL„�.:
and that he ed his name thereto as Vice President
of said Corporation by like authority:
��� T NaMY P►�Ilo
- Notary Public towa1141ft7wpL.MaMpans ycaft
(Seal) q.
y=i ^' p N
'ttl>. CERTIFICATE trtwtiprrj rwq* lwft AssmWo W NaoUs
1• the unders d Secretary of First Sealord Surety, Inc. do hereby certify that 'the original IovrY+btitamey of whli the foregoing is a full, true and
correct copy, is in full force and effect on the date of this Certificate and I do further -certify thatth'' t7fficer who a"-'ded the said Power of Attorney was
one of the Officers authorized by the Board of Directors to appoint an Attomey-in-Fact as provided In Section 12-1 of the By -Laws of First Seaford
Surety, Inc. This Certificate may be signed and sealed by facsimile under and by authority of the following provisions of the By -Lawn of First Seaford
Surety, Inc.:
"Section 12-2. The use of a printed facsimile of the corporate seal of the Corporation and of the signature of the Secretary or an Assistant Secretary. on.
any certification of the correctness of a copy of an instrument executed by an authorized person pursuant to Article XII, Section 12-1 of the By -Laws
appointing and authorizing an Attomey-in-Fact to sign In the name and on behalf of the Corporation surety bonds, underwriting undertakings, or other
instruments described in said Section 12-1, with like effect as if such seal and such.signature had beemmanually affixed and made."
In Witness Whereof, I have hereunto set my hand and affixed the corporate seal of the CorPoml" fo these presents
this 2 5 % of June 20 07
This power of attorney is void unless the Bond number is inserted In this paragraph (insert Bond # here 0 7 r 4 616 the bond .
number is the same number as on the original bond, d the bond number has been inserted by ari oftier.or employee of the�Gompanyor,byth'e•agent
(seal)
Ga L. Bragg, ecretary
Firvt Sralord .Surety_POAAm (Ed.01/20/2004)
STRAIGHTLINE ENGINEERING GROUP INC.
ACKNOWLEDGMENT OF ADDENDUM
0 0
me
STRAIGHTLINE ENGINEERING GROUP INC.
June 22, 2007
City of Tamarac
Purchasing and Contracts Manager
7525 NW 88`h Ave
Tamarac, FL 33321
Rc: RFP 07-20R
Design/Build of the 'I amarac Boat Ramps Project
Acknowledgment of Addendum
To Whom It May Concern:
At this time we have not received any addendum for the above referenced proposal,
�ince�. 1v,
6 a' do A. Diaz
P e idcnt
8382 NW 70TH STREET MIAMI, FL 33166 P: (786) 845.8499 F": (786) 845.8497
C DIAZ@STRAIGHTLINEENGINEEE2ING.COM
STRAIGHTL.INE ENGINEERING GROUP INC.
TECHNICAL PROPOSAL
PROPOSAL FORM
11
11
me
S T'RAIGHTLINE ENGINEERING GROUP INC.
Technical Proposal
A. Approach and Work Plan
Based on our experience, one of the most difficult phases oi' a design
build project is obtaining; permits. In order to ascertain the degree of
difficulty this project would present, our personnel contacted the
Broward County Environmental Resources Official, Ms. Linda
Steward. Upon discussion of the scope of the project we were able to
perform a preliminary pre -application in which we obtained all the
requirements the County will expect us to fulfill in order to grant the
permits for all thirty-three (33) boat ramps.
Our official approach will then be to set up and attend an official pre -
application meeting with the County's and City's personnel to present
the project, a survey of each boat ramp site, any wetland delineation
required, our typical design and details for ramps with and without sea
wall, the required fees and our specifications.
Once the County environmental representatives establish any other
requirements or modifications to our original submittal, we will
proceed to perform these changes and officially submit all thirty-three
(33) boat ramps for permit.
PAGE, 1 OF :b
0
ME
STRAIGHTL,INE ENGINEERING GROUP INC.
While the permits are being processed we shall proceed to schedule our
construction personnel and to coordinate with our materials and pre-
cast vendors making sure that every component of this project is
ordered, specified and established for a certain date of delivery and/or
installation.
As soon as the permits are received (approximately two moths alter
application) we will hold a pre -construction meeting with City officials
to establish our work plan and the sequence of construction and
installation, based on the City's needs and desired schedule. Due to
their proximity and trying to minimize the residents and the
environmental disruption we will group sets of boat ramps and perform
several simultaneously. Once the approval of our final work plan and
sequence of construction and installation is approved by the City we
will then mobilize to a convenient staging area from which we will run
the entire project. The way the City has timed this project, will allow
us to present the permitting package and to negotiate all permits during
the final months of the rainy season allowing us to commence
installation at the beginning of the dry season. This is quite convenient
in that the receding surface waters will expose the littoral zone and will
minimize the difficulty of working, under water as well as the
environment impact and disruptions.
We will then proceed with the surveying layout of each group of boat .
ramps, depending on the need, based on the elevations of each site we
will excavate and remove the unsuitable materials and prepare the sub -
grade to receive the lime rock sub -base. We will then compact the lime
rock to 98% proctor compaction while concurrently installing the pre-
cast section of the boat ramp including the wheel stop. Then we will
PAGC2OF5
STRAIGHTLfNE ENGINEERING GROUP INC.
form and pour the concrete header, install the pavers with silica sand
deeply and soundly compacted into the space between the pavers.
Our personnel will then install the PVC coated chain link fence and
gates. We will then clean up apply any sod required for restoration and
then request a walk" through for the City inspector to develop a punch
list. We will then address all items on the punch list, ask for a final
inspection per boat ramp and proceed to the next group until all thirty-
three are performed to the inspector's satisfaction.
13. Brief Statement
Straightline Engineering Group, Inc. and its personnel have had the
opportunity to perform projects for the City of "famarac with excellent
results. We are familiarized with the City, its procedures, its strict
requirements and its personnel. in addition to this our company is
small but dedicated, we know the quality of our performance is indeed
our best resume. Since our overhead is not as large as others, we are
able to stay within established cost estimates without cutting corners.
We have within our roster seasoned professionals that have been
designing and building municipal projects since 1980 and are ready to
provide their expertise, knowledge and capabilities to ensure the
success of this endeavor. Our principals make themselves available on
a 24/7 basis to assist the City in this or any emergency the City may
have. We own our equipment and we comply with all the regulatory
entities while kecping an excellent working relationship with them.
PAGE 3 OF 5
0 0
STRAIGHTLINE ENGINEERING GROUP INC.
C. Construction Timeline
The timing of these RFP procedures allows for these boat ramps to be
designed and permitted during the rain season and built during the dry
season. Upon selection we propose to design and permit these boat
ramps during the months of August and September 2007. We propose
to leave the month of October 2007 as a floating month, allowing
additional time for requests for additional information from the
regulatory agencies during the permitting phase. This will also allow
the City to prepare its budget and have available the necessary funds to
process the construction expenses of this project.
From November 2007 to June 2008 we will then proceed with the
installation phase trying to group adjacent ramps minimizing
disruptions and mobilization of equipment. From February through
June 2008, based on previous years the literal zone is normally exposed
due to the lack of rain and demand, we propose to install all the
"submerged" components of the boat ramps during this period. By
using this strategy the environmental disruption will be kept to a
minimum and the structural integrity of the boat ramp will be ensured.
PAGE_ 4 or-5
r � �
STRAIGHTLINE ENGINEERING GROUP INC.
D. Subcontractors/Vendors
1) MJC Group
8720 Shadow Wood Blvd_ #203
Coral Springs, Fl.. 33071
Surveying & Layout
2) FRS Prestressed Precast
15900 SW 408`' Street STE B
Florida City, FL 33034
3) American Pavers
1251 NE 48th Street
Pompano Beach, FL 33064
As Part of our proposal to the City of Tamarac we have provided the following list
of vendors. In order for the city to save in taxes we are willing to have the City
purchase the materials directly through our vendors at which point the amounts
purchased in materials would be deducted from the original contract pricc.
PAGE 5 OF 5
ATTACHMENT "B"
PROPOSALFORM
RFP 07-20R
DESIGN/BUILD OF TAMARAC BOAT RAMPS
PROPOSAL PRICE BASED ON DESIGN/INSTALL APPROX. (33) BOAT RAMPS
SEE ATTACHMENT "A", ALL EXHIBITS AND SPECIFICATIONS
No.
'Lone
Location
Seawall
Bank
Price, Ea. Location
1
I F
NW 70" St / 102" Ave
X
2
I G
NW 70" St / 102" Ave
X
3
2A
NOB HILL _.
X
3C
µNW 8 I' ST
X
5
3F
TRACK 27
X
DO
6
3E
NW 77 9T
X
7
3K
WESTWOOD DRIVE
X
8
3G
BELFORT CIRCLE NORTH
X
9
4A
NUB HILL
X
10
4B
98 TERRACE / 98'" AVE
X
I
I I
WESTWOOD BOVD E
X
12
_4C:
4E
PINEI IURST CIRCLE E & 91 AVE
g
13
4F
PINEHURST CIRCLE_ E & 91A-�
x
14
4G
WEDGEWOOD DRIVE
X
15
5 E
75 ST
X
16
5N
81' AVEX
17
6H
61' ST FIRE LANE)
X
18
7B
SOUTI (GATE BLVD
X
19
713
70 AVE
X
1h, Ill.
20
7C
70 AVE
X
21
7D
77 ' ST & ERRACE
X
22
7E
70 AVE
23
8A
67 ST
Nx
24
25
8B
8C
BROOKWOOD BLVD
NW 64 AVE
X
I
26
9G
SHAKERVILLAGE PARKING LOT
27
10K
46 ' S"I"
X
28
lUM
COMMERCIAL. BLVD
X
29
10L
I IIGHLAND DRIVE
X
30
ION
HIGHLAND DRIVE
X
31
lip
CAPORELI,A
X
32
HE E
CHURCH ON COMMERCIAL, 13LVD
X
33
1 1G
WILDLIFE PARK
x
0
E
PROPOSAL PRICE BASED ON DESIGN/INSTALL APPROX. (33) BOAT RAMPS
(SEE ATTACHMENT uA", ALL EXHIBITS AND SPECIFICATIONS)
TOTAL PROPOSED PRICE $ 41512,03.
Proposers: Double check your EA. pricing to ensure it matches your
"Total Proposed Price".
SUBMITTED BY:
DESIGN/BUILD FIRM: Sft*&
Address: �3 n ion' *�
City:— Uai{'h� State: Zip:
Telephone: ? 9 FAX: 3 128 �
MI jjxg I- ,
E �011 Ell M
NOTE: To be considered eligible for award, one (1) original copy of this proposal
form must be submitted with the Proposal-
. .. . ... .... .............. .... ..... ... ... . .
............................................................
2 of 2
t � •
STRAIGHTLINE ENGINEERING GROUP INC.
OFFEROR' S QUALIFICATION
STATEMENT
r,
wc"h 3 i ) (: � (. tit Rt: l�;VIh7L�1.�..
\'.
a
r
OFFEROWS QUALIFICATION STATEMENT
The undersigned certifies under oath the truth and correctness of all statements and of
all answers to questions made hereinafter:
SUBMITTED TO: City of Tamarac
Purchasing and Contracts Manager
7525 NW 88t" Avenue
Tamarac, Florida 33321
1. State the true, exact, correct and complete name of the partnership, corporation,
trade or fictitious name under which you do business and the address of the place
of business.
E
If Offeror is a corporation, answer the following:
a) Date of Incorporation: Q� I D..a__.._ _.._._._ __..
b) State of Incorporation:..__�D._h.G- m,.....,_............................._....
c) President's name: LChwLt U.._ �I . -Da.�_....... ...... ...... _._._- .
d) Vice President's name:.Rl`
e) Secretary's name: ..,t'�+.. , 6-4,4dp...... ...pfc - _._ .. ... ...... ... ..... .....
......�._........ .
f) Treasurer's name:I�Wi'.�.._..
g) Name and address of Resident Agent:
4..1 5v
, IL g,31 ko
... .... .
!ir:w i1 .5 C.:ivll fli ,.1 (1C)f1 O,hc7, 1,(if i'
r-
L J
••: „ 1.1117„?';9C: ;
G r y .._.. .................
3. If Offeror is an individual or a pa nership, answer the following:
a) Date of organization:- „
b) Name, address and ownership units of all partners:
..... ....
....... ....
hn
5. If Offeror is'operating under a fictitious me, submit evidence of compliance with
the Florida Fictitious Name Statute. NA
7. Indicate registration, license numbers or certificate numbers for the businesses or
professions, which are the subject of this Bid. Please attach certificate of
competency and/or state registration. d-iVl-CL
ll vC ICI%..._.,_ __
..✓�g7 ... ..... ..... . ........................... ..................... ..-,..I
8. Have you personally inspected the site of the proposed work?
/YES ❑ NO
9. Do you h ve a complete set of documents, including drawings and addenda?
you
❑ NO
10. Did you attend the Pre -Proposal Conference if any such conference was held?
❑ YES [5/NO
................. . .. ..... _ ......... ......... ......... ............... ..............
_.�. �)r/�!✓{,.' S (,?l.lahft ):ifl%v'; S7 tEi?17lew
�^
Pt ( xrl ,r !< +iv
11. Have you ever failed to complete any work awarded to you? If so, state when,
where and why
. u..
12. State the names, telephone numbers and last known addresses of three (3)
owners, individuals or representatives of owners with the most knowledge of work
which you have performed and to which you refer (government owners are
t,
preferred as references). �� �l d a1 P q6.
Name Address 1 Telephone
.... .. ....
... �Ud &ALA.......
tom.... ........ ................
jm. _,...... _............. _. .
13. List th pertinent experience of the key individuals of your organization (continue
on insertsheet, if necessary).
s .
........ L4.o v Vj' O ....... Jzi'r ... u� , . • ......._......
16. State the names and addresses of all businesses and/or individuals who own an
interest of more than five percent (5%) of the Offeror's business and indicate the
percentage owned of each such business and/or individual:
_... �_..�_
0
17. State the names, addresses and the type of business of all firms that are partially
or wholly owned by Offeror:
.. 5__WW__Z..N �......7D'i�.....,........� ....
7..bGtJ . h-Gi.r........... Ict°wi ......:..r✓i.. .....!.w.
C�(%tlrt+r;M C,)rr5tlific:rtr�t:t ;tr7tct;'r'te>rt+
... .. ..... .. ..... . . ..... ...... .. . .. .................. . .... ................ .. .. .................. . .... ...... ........... ...... ......... .. ........
19. Bank References:
Bank Address Telephone
............... ..... .... ........... .
...........
1.7
........... .................. . - ..........
20, Attach a financial statement including Proposer's latest balance sheet and ipcome
statement showing the following items: NV�� Cd 4441,k4 -RKq nag) 6Nt�6. MR6hd
a) Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes
receivable, accrued income, deposits, materials, real estate, stocks and
bonds, equipment, furniture and fixtures, inventory and prepaid expenses):
b) Net Fixed Assets
c) Other Assets
d) Current Liabilities (e.g., accounts payable, notes payable, accrued
expenses, provision for income taxes, advances, accrued salaries, real
estate encumbrances and accrued payroll taxes).
e) Other Liabilities (e.g., capital, capital stock, authorized and outstanding
shares par values, earned surplus, and retained earnings):
21. State the name axn�the ia a er t d date thereof:
;L ,
Um Y 31 y an
22. Is this financial Istement for the id o!nlizl�stiotn named on page one?
[YES [-] NO
23. If not, explain the relationship and financial responsibility of the organization whose
financial statement is provided (e.g., parent -subsidiary).
.. . . . . ... .. ................. ... .. .... .... ........... ....... . . ..... .... .... . ... . .. .. .... .. .. ..... . .. . .......... .............. ... .... ... .. ........ ... ..... . . ... . ....................
. . . . .. .. . . .. . .. ... ... ... . ............. .............. ..... ... . .. ...... ... .. ... ... ... ...... .... ...... ....................... . ....... ... .... . . .. . ..... ............. .... . ... .... . .............
2ZI 7
Offorex. � 01"'Od""twi0v
The Offeror acknowledges and understands that the information contained in response
to this Qualification Statement shall be relied upon by owner in awarding the contract
and such information is warranted by Offeror to be true, The discovery of any omission
or misstatement hat materially affects the Offeror's qualifications to perform under the
contract shall c use the owner to reject the proposal, and if after the award, to cancel
and terminate the award and/or contract.
Si
ACKNOWLEDGEMENT
OFFEROR'S QUALIFICATION STATEMENT
State of fl UY1LR a ,
County of
D—q&--
On this the �_ day of , 2D� before me,
the undersigned Notary Public o he State of Florida, personally appeared
kb�'-t and
(Name(s) of individual(s) who appeared before notary)
whose name(s) is/are Subscribed to within the instrument, and he/she/they
acknowledge that he/she/they executed it. /I
WITNESS my hand and official seal.
NOTARY PU15M, STAITEOF FLORIDA
NOTARY PUBLIC cRISrINA1•p1
p1GtT AiiY PUIILK3-STATE 9F RAF"
MMM1855N # 00M'9
SEAL OF OFFICE: EWIREsi'VIWWT
-JName of Notary Public: Print,
Stamp, or Type as Commissioned)
It/personally known to me, or
❑ Produced identification:
(Type of Identification Produced)
12nt/DID take an oath, or
❑ DID NOT take an oath
.........
..... ...... ... ......... .._.. ........
r�
.... ......... ......... ...... ......... I .....
NON -COLLUSIVE AFFIDAVIT
State of �b 0 )
)ss.
County of bm-- )
I
PMA 4 �a,Zi being first duly sworn,
deposes and says that:
24. He/she is the (Owner Partner, Officer,
Representative or Agent) of hr11 11i the
Offeror that has submitted the attached Proposal;
25. He/she is fully informed respecting the preparation and contents of the attached
Proposal and of all pertinent circumstances respecting such Proposal;
26. Such Proposal is genuine and is not a collusive or sham Proposal;
27. Neither the said Offeror nor any of its officers, partners, owners, agents,
representatives, employees or parties in interest, including this affiant, have in any
way colluded, conspired, connived or agreed, directly or indirectly, with any other
Offeror, firm, or person to submit a collusive or sham Proposal in connection with
the Work for which the attached Proposal has been submitted; or to refrain from
bidding in connection with such Work; or have in any manner, directly or indirectly,
sought by agreement or collusion, or communication, or conference with any
Offeror, firm, or person to fix the price or prices in the attached Proposal or of any
other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price
or the Proposal price of any other Offeror, or to secure through any collusion,
conspiracy, connivance, or unlawful agreement any advantage against (Recipient),
or any person interested in the proposed Work;
2& The price or prices quoted in the attached Proposal are fair and proper and are not
tainted by any collusion, conspiracy, connivance, or unlawful agreement on the
part of the Offeror or any other of its agents, representatives, owners, employees
or parties in inter st, including this affiant.
ri ed, sled an eli ered in the presence of:
By /
w
7 r
Q LA ►Do :A. DI•AZ
VVitn ss Printed Name
Title
....... . ......... . ........ .. ........... .
26 Non
.r..:1...3y �.. ....v
ACKNOWLEDGMENT
NON -COLLUSIVE AFFIDAVIT
State of Flori;La
County of r�
On this the o day of , 20_a, before me, the undersigned Notary Public
of the State of Florida, per onally appeared
NAt and
(Name(s) of individual(s) who appeared before notary)
whose names) is/are Subscribed to within the instrument, and he/she/they
acknowledge that he/she/they executed it.
WITNESS my hand
and official seal.
NOTARY PUBLIC
SEAL OF OFFICE:
NO ARY PU , ST T OF FLORIDA
CRIB rINA t. DWZ
MdrARY roc OA7E OF IL0141GA
COMMISSION !� DI12'S8319
EXPIRES 10113M7
(N u lic: Print,
Stamp, or Type as Commissioned)
M Personally known to me, or
❑ Produced identification:
(Type of Identification Produced)
I(DID take an oath, or ❑ DID NOT take an oath
9
Ncan-tioffti:>ivcr .,�fic,'�:r,,
VENDOR DRUG -FREE WORKPLACE
Preference may be given to vendors submitting a certification with their bid/proposal
certifying they have a drug -free workplace in accordance with Section 287.087, Florida
Statutes. This requirement affects all public entities of the State and becomes effective
January 1, 1991, The special condition is as follows:
IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free
workplace programs. Whenever two or more bids that are equal with respect to price,
quality, and service are received by the State or by any political subdivision for the
procurement of commodities or contractual services, a bid received from a business that
certifies that it has implemented a drug -free workplace program shall be given
preference in the award process. Established procedures for processing tie bids will be
followed if none of the tied vendors have a drug -free workplace program. In order to have
a drug -free workplace program, a business shall:
1. Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the
workplace and specifying the actions that will be taken against employees for
violations of such prohibition.
Inform employees about the dangers of drug abuse in the workplace, the
business's policy of maintaining a drug -free workplace, any available drug
counseling, rehabilitation, and employee assistance programs, and the penalties
that may be imposed upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual
services that are under bid a copy of the statement specified in subsection (1).
4. In the statement specified in subsection (1), notify the employees that, as a
condition of working on the commodities or contractual services that are under
bid, the employee will abide by the terms of the statement and will notify the
employer of any conviction of, or plea of guilty or nolo contendere to, any
violation of chapter 893 or of any controlled substance law of the United States or
any state, for a violation occurring in the workplace no later that five (5) days
after each conviction.
5. Impose a section on, or require the satisfactory participation in a drug abuse
assistance or rehabilitation program if such is available in the employee's
community, by any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug -free workplace through
impl ntation of this section. As the person authorized to sign the statement, I
ce hat this form complies fully with the above requirements.
EDON94Im
Auffiori�efi Signature
Company Name
v
�f
..5:� � (' I..P,R L �y�r...J::, is c, tiV�;rr•y �ii•I` r ,.
TRENCH SAFETY FORM
Bidder acknowledges that included in the appropriate bid items of the proposal and in the Total
Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida)
effective October 1, 1990. The bidder further identifies the costs of such compliance to be
summarized below:
TRENCH SAFETY MEASURE
Descri tion
UNITS OF
MEASURE
(LF/SF)
UNIT
(Qty)
UNIT_COST
EXTENDED
COST
A.
$
$
B.
$
$
D_
$
$
TOTAL
$
If applicable, the Contractor certifies that all trench excavation done within his control in excess
of five feet (5') in depth shall be in accordance with the Florida Department of Transportation's
Special Provisions Article 125-1 and Subarticle 125-4.1 (TRENCH EXCAVATION SAFETY
SYSTEM AND SHORING, SPECIAL -TRENCH EXCAVATION). ;
Failure to complete the above may result in the bid being declared no, r�sponsive
DATE: �!
( i nature)
ACKNOWLEDGEMENT
STATE OF. -
COUNTY OF: 10,
of
PERSONALLY APPEARED BEFORE ME, the undersigned authority,
r
goah 0 4 W, who, after first being duly sworn by me,
(Name of individual Signing)
affixed his/her signature in the space provided ab ve on is d of 20 a7.
NOTARY PUBLIC
CFi1S71Ns �reo�e.OF
My Commission Expires:���a
.. .... ........ .. .........
0 0
ltiii7.... IN).......`r�
CERTIFICATION
THIS DOCUMENT MUST BE SUBMITTED WITH THE BID
We (1), the undersigned, hereby agree to furnish the items)/service(s) described
in the Invitation to Bid. We (1) certify that we(I) have read the entire document,
including the Specifications, Additional Requirements, Supplemental Attachments,
Instructions to Bidders, Terms and Conditions, and any addenda issued. We
agree to comply with all of the requirements of the entire Invitation To Bid.
Indicate which type of organization below:
INDIVIDUAL 7 PARTNERSHIP ❑ CORPORATION [1 OTHER
If `IOther"/Ekolain:
Signature
I '�. 7
(Typed/PrintedgNaame
Tel phone
Fax
Email
Str W dine Eoeermg Group Inc
Company Name
062 N w TDB
Address
City, State, ZIP
04 �
Federal Tax ID Number
....... _ ...............
..................
". i.)
0 0
i..:. .. .... .._...._ .. .... ..
CERTIFIED RESOLUTION
I, I �'�'qj (Name), the duly elected Secretary of
S rporate Title), a corporation organized and existing under the laws of
the State o do hereby certify that the following Resolution was
unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at
a meeting held in accordance with law and the by-laws of the said corporation.
"IT IS HEREBY RESOLVE THAT
�Iit �1 (Name)" the
d y Irate (Title of Officer) of
5ft I11ne CA ee Group (Corporate Title) be and is hereby authorized to execute
and submit a Bid and/or Bid 13ond, if such bond is required, to the City of Tamarac and such other
instruments in writing as may be necessary on behalf of the said corporation; and that the
Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said
corporation as its own acts and deeds. The secretary shall certify the names and signatures of
those authorized to act by the foregoing resolution.
The City of Tamarac shall be fully protected in relying upon such certification of the secretary and
shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or
damage resulting from or growing out of honoring, the signature of any person so certified or for
refusing to honor any signature not so certified.
I further certify that the above resolution is in force and effect and has not been revised, revoked or
rescinded.
I further 'certify that the following are the name, titles and official signatures of those
persons authorized to act by the foregoing resolution. l
NAME TITLE
Given under my hand and the Seal of the said corporation this a`d
(SEAL) By:
NOTE:
Vr91iL:
, 20 0% .
Secretary
" Strai�htline Engineering G Ir iuc
Corporate Title
The above is a suggested form of the type of Corporate Resolution desired. Such form need
not be followed explicitly, but the Certified Resolution submitted must clearly show to the
satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the
corporation has been properly empowered by the corporation to do so in
...... ...... ........... ....... .................. ... _... .... ... ..... .......... _.....
....
0 0
<<
REFERENCES
Please list government agencies and/or private firms with whom you have done business
during the last five years-
Phone/Fax
P (7 s .�f's ...'-19�i ...(.75' 8
LMI
Agency/Firm Name:
Address
City State Zip
Phone/Fax
Contact Name
Agency/Firm Name:
Address
City State Zip
Phone/Fax
Contact Name
_.... ......... .
�. .. .,.
.....................................
..;
aa
LIST OF SUBCONTRACTORS
The Bidder shall list below the names and business address of each subcontractor who will
perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid
Price, and shall also list the portion of the Work that will be done by such subcontractor. After
the opening of bids, no changes or substitutions will be allowed except as otherwise provided
by law. The listing of more than one subcontractor for each item of Work to be performed with
the words "and/or" will not be permitted. Failure to comply with this requirement will render the
Bid as non -responsive and may cause its rejection.
Work to Be Performed % Total Contractor Subcontractor
Contract License No. Nam /Address
IZO U
nn ,( 5-tzo� awWDod �1vd#�3
�JLt. coca 1n+'KL....._.77!
............... .
....................
............................... . ................................... .
.._.... _...........................................................................
.............................. . ...........................
........ ....... ... ... ... .....
..................................................... ..... ..... ......... ........ .
STRAIGHTLINE ENGINEERING GROUP INC.
ATTACHMENTS
C�
ii ��irrJri�rry rr :�r�J,iri�iirrl
Expiration: 28-F EB-09
AUDIT NO.: 0709- 015361
00,1119
4W
vlf Alj]artba
DISPLAY AS REQUIRED BY LAW
xt�"rxte�x�
P.E. Number: 38384
CONSTRUCTION I USTRY LICENSING HOARD
we ,1 TALLAHASSEEFL MOsTRT32399-0783
. (850) 487-1395
DIAZ, RICARDO A
STRAIGHTLINE ENGINEERING GROUP INC
8382 NW 70TH STREET.
FL 33166
DETACH HERE
i r
�1 1;. .wY �'L '4.�A, aI: 4. ... '�. �'•. .ate..* �Py �i�,1_}j/
d ,'D1fAZ,' � CARD
Hy� `5��� SltIR;'Gi�Q'�IrT`
"•� t;,)!.r rr�n µ► ttt�r.F} ��',M1 "r� yc ��t(�P. {
I9 �C$RT��xffiD 'unM�,rtL� provi��onr oL ChA8,9 ss ,
'vi:.e'taa ase..�:r]►U(3 31, : 2ooa ; ,, rLd60AdAd1 6Q,
9
Rick Diaz, P.E.
PROFESSIONAL HISTORY
Straightline Engineering Group, Inc.
Present
Principal_ Eneinecr
April 10, 2006 to
Miami, Florida
Planning, design, construction inspection, construction supervision, construction
management and project engineering for major infrastructure projects throughout South
Florida. Consulting and coordinating services including overseeing of design firms,
contractors and special programs management. Document, design and invoice
administration for diverse disciplines and engineering companies. Writing of reports and
ancillary documentation.
Lee County Board of County Commissioners November S, 2000 to July 10, 2006
Utilities Director-I,CU Fort Myers, Florida
Administrative and financial management of the County's Water and Sewer Enterprise
Fund. This division of the Lee County Public Works Department provides the water and
sewer services to approximately 70,000 customers. Direct management of approximately
274 employees. Main duties included overseeing of all operations, including but not
limited to. the assurance of all maintenance, planning, design, inspection and
construction; customer service - billing and customer complaints; financial - financing,
bonds, budget, rates; regulatory and socio-political matters — intergovernmental relations,
interlocal negotiations and agreements; employee well being; development orders;
procurement, etc.
Solution development for the complex problems and issues through innovative design
and writing of accurate specifications, testing and deployment of new technology through
closely monitored pilot programs. Close supervision of consultant design submittals,
including "quality control" accuracy and sincronization of the finished product.
Overseeing of in-house designs for LCU.
Development of budgets, master plans, business plans, Board of County Commissioner's
and other Council's agenda items, cost estimates, speciiications, treatment process
selection, and landscaping requirements, contracting and inspection, l landled four maior
hurricanes without shutting down our services, at any time, even without electric service.
Major accomplishments during this period include:
Utilities evaluation report, Lee County Utilities Business Plan, 2002 Water and Sewer
Rate Study and Rate Increase Resolution, FY 2001 through 2006 budgets, design and
construction management of the North Lee: County Water Treatment Plant (WTP),
hydraulic modeling of the entire Lce County Utilities service area including the Gulf
Environmental Services (GES) service area and its purchase, design and construction of'
C�
Rick Diaz, P.F.
Professional History
Page 2
E
the Matanzas Pass sub -aqueous water and sewer lines joining San Carlos and Estero
Islands„ construction management of the Fiesta Wastewater Treatment Plant (WWTP)
Five (5) MGD expansion, and preliminary design of the Olga WTP expansion Ten (10)
MGD, purchase of 12.5 acres for this expansion, design of the Gateway Six (6) MGD
WWTP expansion, design/build the Three Oaks WWTP six (6) MGD expansion and
Deep Injection well, design and construction of the Pine island Deep Injection Well,
design build of the Pinewood WTP three (3) MGD expansion and deep injection well,
design and construction management of the Corkscrew WTP Fifteen (15) MGD
expansion, and the design of the LCU new 75,000 square feet, five (5) story new
administration building within the College Parkway WTP fully equipped with enough
generator and water to handle any major storm.
City of Lake Mary October 1997 through November 7, 2000
Public Works Director Lake Mary, Florida
Administrative, technical and financial management of the City of bake Mary's Public
Works Department. This included all matters related to road construction, road, street,
and arterial, design. Maintenance, traffic engineering, street lights, sidewalks, nature
trails; drainage, stormwatcr (NPDES) issues, potable water treatment and distribution,
wastewater collection and transmission, reclaimed water transmission and distribution,
and surface water quality (lakes). Duties also include consensus building among the live
city commissioners as well as public relations with other city and county administrators,
local, state and federal regulators, and citizens. Paving of eight miles of city streets with
innovative "cold mix asphalt".
Development of budgets, master plans, business plans, city council agenda
memorandums, construction cost estimates and construction and equipment
specifications and designs. Creation, negotiation, development, legal confirming and city
council approval of interlocal agreements between county and city governments needed
for the wholesale of water, sewer and reclaimed water.
Major accomplishments include the approval of the Consumptive Use Permit for the City
of Lake Mary's Water "Treatment Plant, construction of the Wood Street Triple Box
Culvert, creation and development of the City of Lake Mary's Water Treatment Plant
Standard Operating Procedures, design and installation of the Downtown Sewer
Collection System, construction, supervision and coordination of the Rinehart Road
Arterial redesign and construction, design and inhouse construction of the Eighth Street
potable water line, the Sheally Road potable water line, the Wood Street potable water
line and the Rinehart Road potable and reclaimed water lines. Design of a Hydropillar
0.25 MG elevated water storage tank, and the creation of Lake Mary's own Water, Sewer
and Reclaimed Water Design Standards and Specifications on CD -Rom, which were
made available to all developers and consulting engineers.
C�
E
Rick Diaz, P.F.
Professional History
Page 3
Seminole County Government
Deputy Director of Public Works/
Environmental Services
March 1992 through October 1997
Sanford, Florida.
Administrative and financial management of the County's water and sewer enterprise
fund. This division of the I.,cc County Public Works Department provides the water and
sewer services to approximately 50,000 customers and 58 employees. The main duties
included the overseeing of all operations, including but not limited to: the assurance of all
maintenance, planning, design, inspection and construction; customer service - billing
and customer complaints; financial - financing, bonds, budget, rates; regulatory and
socio-political matters — intergovernmental relations, interlocal negotiations and
agreements; employee well being; development orders; procurement, and others.
Overseeing; of the Solid Waste division with 82 employees, the County Landfill with
5,200 acres, the main transfer station, decomissioning of the Sanlando Landfill and
Transfer Station and conversion to an award winning softball field_
Closely overseeing, of consultant developed designs for wastewater and water plant
expansions. Physical inspection of construction projects to ensure quality control and
timeliness of construction.
Development of budgets, master plans, and business plans, Board of County
Commissioner and other C:ouncil's agenda items, cost estimates, specifications and
designs are other tasks required and commonly done for the benefit of Seminole County.
Major accomplishments during my employment included the modifications to all ten
water treatment plants owned by Seminole County Utilities, including wells, pumps,
tanks, generators, fuel tanks and electronic controls. A major accomplishment for the
Solid Waste Division included the establishment of a Small Materials Recycling; Facility
(SMURF) capable of processing all the steel, aluminum, glass, plastic and cardboard
received at the Central Transfer Station which provided additional income to the
Division. Design and installation of the new leachate collection system with Bentonite
Slurry Walls.
EDD of Florida, Inc. October 1990 through March 1992
Project Manager Ocala, Crystal River, Jacksonville, Florida
Design of wastewater treatment plants, drinking water treatment plants, and drinking
water distribution systems, wastewater residuals disposal and treatment, submittal and
approval of consumptive use permits, and development of construction cost estimates.
Cost estimating, proposal estimating and preparation. Environmental impact statement
writing, development and submittal. Wastewater sewage systems design, reclaimed
water systems, storm sewer systems design and water systems design. Surveying
development and supervision.
0
R & F Contractors/Diaz-Collazo & August 1984 though October 1990
Associates Rio Piedras, Puerto Rico
Chief Engineer
Construction management for land development projects. Asphalt paving, water
distribution, storm sewers, primary and secondary electrical distribution, engineering
management of the firm, accounting, banking operations, personnel, and payroll. Writing
and estimating technical and economic proposals for governmental and private projects.
Design of highways, roads and streets in strict accordance to the Federal Department of
Transportation regulations, standards, and specifications. Coordination of clerical and
technical personnel, and electrical and mechanical sub -consultants.
Diaz -Santini & Associates June 1982 though August 1984
Chief Engineer Rio Piedras, Puerto Rico
Planning, design, construction inspection and management, structural design
coordination, and project engineering for several private land development and large
government projects. Cost estimating, and proposal estimating and preparation of
environmental impact statement writing, development and submittal.
Wastewater systems design, storm sewer systems design, water systems design.
Surveying, development and supervision_
Puerto Rico Solid Waste Management Authority July 1980 through May 1982
Source Separation Program Director Hato Rey, Puerto Rico
Management and supervision of all operations and personnel of the program.
Development of the Program Feasibility Analysis. Preparation and presentation of
seminars related to disposal and dangers of solid and hazardous wastes. Analyzing the
recycled paper and corrugated cardboard market situations and possibilities in Puerto
Rico and determination of the solid waste composition and production in selected
municipalities as well as in public and private offices. Landfill gas studies and testing of
gas wells.
Puerto Rico Aqueduct and Sewer Authority July 1979 through July 1980
Protect Engineer Hato Rey, Puerto Rico
Supervision, inspection and coordination of the planning, design, and construction phases
of' wastewater treatment and conveying projects, funded under the Environmental
Protection Agency Construction Grants Program.
0
Rick Diaz, P.E.
Professional History
Page 5
E
LICENSURE: Registered Professional Engineer, Florida # 38384
Registered Professional Engineer, Puerto Rico # 8594 (Innactive)
Certified Building Contractor, Florida 1990 (Innactive)
Registered Environmental Manager (Nationwide)
EDUCATION Bachelor of Science in Civil Engineering
University of Puerto Rico 1979
Numerous Courses and Training
AFFILIATIONS Water Environment Federation
American Society of Civil Engineers
American Water Works Association
C�
Rick Diaz, Y.L.
Professional I l i story
Page b
Sep 22 QO 01:59p
RICK nIAZ q07-?3-g220 p+�
I
9
UNIVERSITY OF PUERTO RICO
MAYAGUEZ CAMPUS
MAYAGUEZ. P. Ir.
CERTIFICATE
TO WHOM IT MAY CONCERN:
THIS IS :TO CERTIFY THAT RICARDO DIAZ RODRIGUEZ
I
ON JUNE 9, .1979 MET ALL REQUIREMENTS
? OF THIS INSTITUTION FOR THE BACHELOR OF SCIENCE DEGREE IN
I
C IVIL ENGINEERING
THIS CERTIFICATE
GIVEN AT
MAYAGULZ. PUERTO RICO
JUNE 9, 1979
RsrtrTwwR
11
Rick Diaz, P.E.
Professional History
Page 7
Sep 22 00 02:00P
I
RICK ^1AZ
407-33a-8220
C�
try
O
0
9
CA
to
y
�►
Cn
atn
•
r�,,�
z
o
o
qP
O
cn
C
rn
�
O
?
x
n
4
>
tin0
•
to
Z
M
CA •
♦ }�
�N
I'd
21
J
>
H
O
rn
>;
cry
n
Cn 0-1
Al
co
C
b
O
0
co
Ca
0
C
ta
C-
M
p.4
r
Rick Diaz, P.E.
Professional History
Page 8
Sep 22 OQ 01%59p RICK gIRZ 407-313-8220
4
G
Im
n
-a
f0
C'0
0
.�
-Z
116
[�"p
�•
�•
O
��
[C
r+"
51
S
t3R
rr
�.
E"
ft
y
A
�,
A
CM
orb
;a_
N�
m
d
p.2
0
Rick Diaz, P.E.
Professional History
Page 9
s*7r
•
�
]
RICARDO A. DIAZ
OBJECTIVE
EXPERIENCE
EDUCATION
TO OWN ONE OF THE MOST RESPECTED AND PROFITABLE
UNDERGROUND UTILITIES COMPANIES
2002-PRESENT STRAIGHT
LINE
LINE ENGINEERING GROUP MIAMI, FL
PRESIDENT
■ CONTRACTOR FOR MULTIPLE UNDERGROUND UTILITIES
COMPANIES/GOVERNMENT ENTITIES.
2002- PRESENT H&J ASPHALT MIAMI, FL
PROJECT MANAGER
• MANAGED 6 MILLION DQI„I..AR WORK ORDERS IN MIAMI- DADE
COUNTY DEALING WITH DRAINAGE,
2000--2002 SHASA ENGINEERING MIAMI, FL
PROJECT MANAGER, EQUIPMENT OPERATOR, FOREMAN,
COMPTROLLER
■ OVERSAW VARIOUS PROJECTS FOR MIAMI DADE COUNTY PUBLIC
WORKS DEALING WITH DRAINAGE
199&2000 HUGHES SUPPLY INC MIAMI, F'L
COUNTER SALES, INSIDE SALES, OUTSIDE SALES/ WATER AND
SEWER DIVISION
1990-1 998 DIFFERENT WORK EXPERIENCE ORLANDO/MIAMI, FL
OTHER WORK EXPERIENCE
• ASSITED AND LEARNED ON SEVERAL WATER AND SEWER
PROJECTS WITH DIFFERENT COMPANIES IN THECENTRAL, AND
SOUTI-I FLORIDA AREAS. REFRENCES AVAILABLE UPON REQUEST.
1994.-1 996 SEMINOL.E COMMUNITY COLLEGE SANFORiD, FL
■ COMPLETFD TWO YEARS
1 990-1 99t4 LAKE BRANTLEY HIGH SCHOOL ALTAMONTE SPRINGS, FL.
• HIGH SCHOOL DIPLOMA
8382 NW 70"' STREET MIAMI, FLORIDA 33166- PHONE (786)845-8499- FAX
(786) 8 45-8497 - E-MAIL RICKYDIAZ@STRAICHTLINEENGINEERING.COM
0
11
MANUEL. A. VICENTE
HOME ADDRESS
_......._._._......._..._.......... ...... _..-----...-----.................----._._._._._...........__.._...........__.._ .._._._._. _..-._.
4971 NW 51 `rr STREET COCONUT CREEK, FL 33073
EDUCATION
....._....m.._..m...._...._...m........... .m..._..... .... ................ ... .................
1 978 - 2003 POMPANO BEACH, FL
• TECHNICAL CERTIFICATES RELATED TO MARINE INDUSTRY
• ELECTRICAL CERTIFICATES RELATED TO MARINE INDUSTRY
1 977 - 1 978 DAYTONA BEACH COMM. COLLEGE DAYTONA. FL
1 975 - 1 976 UNIVERSITY OF f UERTO RICO MAYAGUEZ, PR
1970- 1974 ESPIRITU SANTOS SAN JUAN, PR
• HIGH SCHOOL DIPLOMA
EXPERIENCE
2003 - PRESENT STRAIGH'rLINE ENGINEERING GRP. INC. MIAMI, FL
PROJECT MANAGER
• DRAINAGE. WATER, & SEWER PROJECTS
• SIDEWALK INSTALLATION CONSISTING OF SIDEWALKS, DRIVEWAYS, CURB &
GUTTER, AND FENCING.
• FPL DUCT BANK INSTALLATION
1 997 - 2003 HIDEAWAY MARINA POMPANO BEACH, FL
SERVICE MANAGER/ WARRANTY MANAGER
1 994.1 997 OCEAN HARBOR MARINA POMPANO BEACH, FL
SERVICE MANAGER/ WARRANTY MANAGER
1980-1994
MARINA OWNER/OPERATOR
PERSONAL REFERENCES _
......._._......_.................._.._.._.
-- - �----:3C0-T�' SANUSTROM,...-_-.-.....y._.�,..,......_.......__......... ._-._......_...V..-..�......_�__..._....._.___.._._.__._..
(954) 868-4461
• RICARDO DIAZ (786) 31 6-1 679
• JAMES CARTER (954) 401.1 1 75
MICELLANEOUS _
"MOT CFRTIf=IFf]
• ABYC CERTIFIED
8382 NW 70TH STREET MIAMI, FL 33166 P: (786) 295-2767
STRAIGHTLINE ENGINEERING GROUP, INC.
Financial Statements
and independent Accountants' Review Report
December 31, 2006 and 2005
0 •
STRAIGHTLINr ENGINEERING GROUP, INC.
TABLF OF CONTE.NTS
Page
Independent Accountants' Review Report ............................................. 2
Financial Statements:
BalanceSheets. ..................................................................... 3
Statements of income and Retained Farnings.................................. 4
Statements of Cash Flows.......................................................... 5
Notes to the Financial Statements ................................................. G — 10
Supplemental Information:
Schedule of Earnings from Contracts... ........................................ 1 1
Schedule of Contracts Completed ................................................. 1.2
Schedule or Contracts in Progress ................................................ 13
General and Administrative Lxpenses............................................ 14
J. LABRADOR, P.A.
CERTIFIED PUBLIC ACCOUNTANTS
suite 302
85 Grand Canal Drive
Miami, Florida 33144
TEL. (305) 262-1600
FAX (305) 262-1601
E-mail: Into@iabrador-epa.com
www.1abrador-cpa.00m
MCMSERS: AMERICAN R FLORIDA INSTITUTES OF
CLRTIFIEU PUBLIC ACCOUNTANTS
NATIONAL ASSOCIAT ION OF CFRTIFIED VALUATION
ANALYSTS
"INDEPENI)F.NT ACCOUNTANTS' REVIEW REPORT"
To the Stockholder
STRAIGHTIANE ENGINEERING GROUP, INC.
We have reviewed the accompanying balance sheets of STRAIGHTLINE ENGINEERING
oROUP, INC.. as of December 31, 2006 and 2005 and the related statements of income and
retained earnings and cash flows for the years then ended, in accordance with Statements on
Standards for Accounting and Review Services issued by the American Institute of Certified
Public Accountants. All information included in these financial statements is the representation
of the management of STRAIGHTLINE ENGINEERING GROUP, INC.
A review consists principally of inquiries of company persomiel and analytical procedures
applied to financial data. It is substantially less in scope than an examination in accordance with
generally accepted auditing standards, the objective of which is the expression of an opinion
regarding the financial statements taken as a whole. Accordingly, we do not express such an
opinion.
Rased on our review, we are not aware of any material modifications that should be made to the
accompanying financial statements in order for them to be in conformity with generally accepted
accounting; principles.
Our review was made for the purpose of expressing limited assurance that there are no material
modifications that should be made to the financial statements in order for them to be in
conJonnity with generally accepted accounting principles. The information contained on the
schedules of earnings from contracts, completed contracts, contracts in progress and general and
administrative expenses is presented only for supplementary analysis purposes. Such
information has been subjected to the same inquiry and analysis procedures applied in the review
of the basic financial statements and we are not aware of any material modifications that should
be made to them.
2007
Miami,
2
•
STRAIGHTLINE ENGINEERING GROUP, INC.
BALANCE SHEETS
DEChMBER 31,
ASSETS
CURRENT ASSETS
Cash
Contracts receivable
Costs and estimated earnings in excess of billings
on uncompleted contracts
Total current assets
PROPERTY AND EQUIPMENT - NET
LOAN TO AFFILIATE
OTHER ASSETS
0
2006
2005
$ 79,025
$ 1.4,131
911,219
957,685
25,637
6,147
1,015,881
977,963
237,567
30,730
33,188
26,900
3,713
3,713
$ 1,290,349 $ 1,039,306
LIABILITIES AND STOCKHOLDER'S EQUITY
CURRENT LIABILITIES
Short-term borrowings
$ 47,275 $
50,000
Current portion of long-term debt
46,615
7,689
Accounts payable - trade
506,426
720,617
Accrued expenses
1,451
1,375
Billings in excess of costs and estimated earnings
on uncompleted contracts
307,752
119,234
Total current liabilities
909,519
998,915
LONG - TERM DEBT
123,113
11,670
DUE TO STOCKHOLDER 3,527
STOCKHOLDER'S EQUITY
Common stock - 7,500 shares of $1 par value
2,527
authorized, issued and outstanding 7,500 7,500
Retained earnings 246,690 118,694
254,190 126,194
$ 1,290,349 $ 1,039,306
Read Accountants' Review Report
The accompanying notes are an integral part of this statement
3
0
STRAIGI ITLINE ENGINEERING GROUP, INC.
STA,rEMENTS 01' INCOME AND RI'TA1NF.D EARNINGS
FOR T1IE YEARS ENDED DECEMBER 31,
Contract revenues earned
Cost of revenues earned
Gross profit
General and administrative expenses
Income (Loss) from operations
Interest expense
Net income (Loss)
Retained earnings at the beginning of the year
Retained earnings at the end of the year
2006
$ 3,326,910
2,661,051
665,859
516,434
2005
$ 4,494,972
3,868,570
626,402
633,696
149,425
(7,294)
(21,429)
(6,272)
127,996
(13,566)
118,694
132,260
$ 246,690 $
118,694
Read Accountants' Review Report
The accompanying notes are an integral part of this statement
4
•
STRAIGHTLINE ENGINEERING GROUP, INC.
STATEMENTS OF CASH PLOWS
FOR THE YEARS ENDED DECEMBER 31,
Cash flows from operating activities:
Net income (1,0ss)
Adjustments to reconcile net income to cash
provided by operating activities:
Depreciation
Changes in assets and liabilities:
Decrease (increase) in contracts receivable
Decrease (increase) in costs and estimated earnings
in excess of billings on uncompleted contracts
Increase in other assets
Increase (decrease) in accounts payable
Increase (decrease)in accrued expenses
Increase (decrease) in billings in excess of cost and
estimated earnings on uncompleted contracts
Cash flows provided by operating activities
Cash flows used in investing activities:
Purchase of property and equipment
Cash flows provided by (used in) financing activities:
Short-term borrowings (repayment)
Repayment of loans
Loan to affiliate
Loans from stockholder
Repayment to stockholder
Net increase in cash
Cash at the beginning of the year
Cash at the end of the year
2006 2005
$ 127,996 $ (13,566)
13,268 31459
46,466 (430,269)
(19,490) 42,777
- (3,413)
(214,191) 438,526
76 (12,681)
188,518
142,643
(6,146)
18,687
(53,003) (4,670)
(2,725)
(16,733)
(6,288)
1,000
(24,746)
64,894
14,131
50,000
(3,922)
(26,900)
(23,713)
(4,535
9,482
4,649
$ 79,025 $ 14,131
Su lemciitary cii_sclosure of cash, flow information
Non -monetary investing and financing transactions:
Cash paid for interest $ 21,429 $ 6,272
Debt incurred to acquire equipment $ 167,102 $ 23,284
Read Accountants' Review Report
The accompanying notes arc an integral part of this statement
5
STRAIGI-ITLIN.F. FAINEERING GROUP, INC.
NOTES TO TI LE; FINANCIAL, STA`i'EMENTS
NOTE 1 — SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES
General
'l'he Company was incorporated under the laws of the State of Florida and began
operations in April, 2002. The Company was created for the purpose of performing
general construction contracts. The work is normally performed under fixed -price
contracts. All projects are located in the South Florida area.
Use of estimates
The preparation of financial statements in conformity with generally accepted accounting
principles requires management to make estimates and assumptions that affect the
reported amounts of assets and liabilities and disclosure of contingent assets and
liabilities at the date of the financial statements and the reported amounts of revenues and
expenses during the reporting period. Actual results could differ from those estimates.
_Revenue recognition
Contract revenue is recognized using the percentage -of -completion method. Under this
method, the percentage of contract revenue to be recognized currently is computed as that
percentage of estimated total revenue that incurred costs to date bear to total estimated
costs, after giving effect to the most recent estimates of cost to complete. It is reasonably
possible that changes in estimates may occur in the near term. Revisions in cost and
revenue estimates are reflected in the period in which the facts which require the revision
become known. When the revised cost estimates indicate a loss on an individual
contract, the total estimated loss is provided for currently in its entirety without regard to
the percentage of completion.
Contract costs include all direct material, labor, subcontractor costs and those indirect
costs related to contract performance, such as indirect labor, supplies, equipment rental.
and repairs. Selling, general, and administrative expenses are charged to operations as
incurred.
The asset "cost and estimated earnings in excess of billings on uncompleted contracts",
represents revenues recognized in excess of amounts billed. The liability, "billings in
excess of costs and estimated earnings on uncompleted contracts", represents billings in
excess ofrevenucs recognized.
Depreciation
Depreciation is provided for on the straight-line method over the estimated useful lives of
the assets.
Lon -Lived Assets
long-lived assets, such as property and equipment, are reviewed on an ongoing basis for
impairment based on comparison of carrying value against undiscounted future cash
flows. if impairment is identified, the assets carrying amounts are adjusted to fair value.
There were no such adjustments during the years ended December 31, 2006 and 2005.
6
0 0
STPAIGHTLINE ENGINEERING GROUP, INC.
NOTES TO THE FINANCIAL STATEMENTS
NOTE 1 — SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES -- CONTINUED
Income Taxes
The Company uses the percentage -of -completion method of reporting income from long-
term construction contracts for financial statements purposes and the cash method for
income tax purposes.
The Company has elected, with the consent of its stockholder, to be taxed as an S
corporation under the provisions of Section 1372 of the internal Revenue Code and state
laws. Under these provisions, the Company does not pay federal. or state income taxes on
its taxable income. Instead the stockholder is liable for individual income taxes on their
respective share of the Company's income.
As of December 31, 2006, approximately $ 84,000 of income will pass through to the
stockholder. Accordingly, no distributions arc expected for the purpose of satisfying the
tax duc from the S Corporation income. All income has been deferred to long-term.
Istimated taxable income pass -trough to stockholder $ 84,000
Fl1ective tax rate 28 %
Estimated stockholder's current tax liability $ 23,520
I,css: estimated tax deposits and credits -
Net stockholder's current federal tax liability $ 23,520
Although not accrued in the accompanying financial statements, the gross long term
deferred federal income that could pass through to the stockholder as of December 31,
2006 is as follows:
Deferred
Difference in revenue recognition related to the
conversion of percentage of completion to cash
basis of accounting $ 405,000
NOTE. 2 — CONTRACTS RECEIVABLE
Contracts receivable are as follows:
Billed
Completed contracts and service
Due
Contracts in progress
Due
Retainage
2006
$ 90,524
646,898
173.797
2005
$ 679,211
143,495
134.979
$ 911,219 $ A57,685�
7
! i
STRAIGHTLINE ENGINEERING GROUP, INC.
NOT[:S '1'O THE FINANCIAL STATEMENTS
NOTE 2 — CONTRACTS RECEIVABLE — CONTINUED
Contracts receivable as of December 31, 2006 are aged as follow:
0 -- 30 days
31 — 60 days
61 — 90 days
Over 91 days
CZetainage
$ 654,898
1,800
80,724
173,797
$ 911,219
The Company collected approximately $ 407,000 of the receivables through February 26,
2007.
NOTE 3 — COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED CONTRACTS
Costs incurred on uncompleted contracts
l;stimated earnings
Less: billings to date
Costs and estimated earnings in excess of billings
on uncompleted contracts
Billings in excess of costs and estimated
earnings on uncompleted contracts
NOTE4—BACKLOG
2006
$ 1,455,968
623,985
2,079,953
(2,362,068
$ (282,111
$ 25,637
2005
$ 2,136,673
391,361
2,528,034
2,641,121 }
$ (113,087)
$ 6,147
307,752 (119,234)
f$ (282,115) (113,087)
The following is a reconciliation of backlog representing signed contracts in existence as of
December 31;
2006 2005
Balance at the beginning of the year $ 231,666 $ 338,356
New contracts and adjustments 5,065,613 4,388,282
5,297,279 4.726,638
Less: contract revenues earned for the year 3,326,910 ' _(4,494,972)
Balance at the end of the year $ 1,970,369 $ 231,666
8
0 •
STRAIGH,rLINE ENGINEERING GROUP, INC.
NOTES TO TFiF: FINANCIAL STATEMFiN'CS
NOTE. 5 — CONCENTRATION OF CREDIT RiSK
The Company maintains its cash balances in financial institutions in Miami, Florida. The
balances are insured by the Federal Deposit Insurance Corporation up to $1.00,000. These
balances may at times exceed insured limits.
'I'lie Company as of December 31, 2006, had 83 % of their receivables with two customers.
The Company as of December 31, 2005, had 96 % of their receivables with three customers.
NOTE. 6 — RELATED PARTY TRANSACTIONS
'rhe Company's stockholder has lent $ 3,527 to the Company under an unsecured note
payable due on July 31, 2007.
'The Company has lent an affiliate $ 33,188 under an unsecured note payable with no due
date.
The Company and this related company mentioned above arc not considered variable
interest entities under FASR Interpretation 46 — Consolidation of Variable Interest Entities.
Accordingly, the accompanying financial statements have not been consolidated with this
related company.
NOTE 7 — MAJOR CUSTOMERS
The Company earned revenues during the year ended December 31, 2006 from four
customers that individually accounted for more than 10% of the total revenues earned
during the year. Revenues earned rrom these customers amounted to $ 1,088,651,
$ 570,061, $ 537,524 and $ 466,996.
The Company earned revenues during the year ended December 31, 2005 from three
customers that individually accounted for more than 10% of the total revenues earned
during the year. Revenues earned from these customers amounted to $ 1,837,145,
$ 1,525,571, and $ 499,159.
NOTE 8 — ASSIGNMENT OF RIGHTS AND PROPERTY UNDER INDEMNITY
AGREEMENT
In order to procure a bonding line, the Company has assigned certain rights and property as
collateral to secure its obligations under the indemnity agreement. These rights consist
principally of rights under construction contracts, subcontracts, insurance policies and legal
claims. The property assigned consists of all property and equipment, cash and accounts
receivable.
9
STRAIGHTLINE EffijINEERING GROUP, INC.
NOTES "f0 ,rHE FINANCIAL STATEMENTS
NOTE 9 — PROPERTY AND EQUIPMENT
Depreciation for the years ended December 31, 2006 and 2005 was $ 13,268 and $ 3,459
respectively. Costs, accumulated depreciation, and estimated useful lives as of December 31
are as follows:
Estimated
ate_... useful lives 2006
gory .._._..._
Machinery and equipment 7 Years $ 245,889
Office equipment 5 Years 9,277
Furniture 5 Years 500
255,666
Less: accumulated depreciation. (18,099)
$ 237,567
NOTE, 10 — LINE OF CREDIT
2005
$ 25,784
9,278
500
(4,832)
$ 30,730
The Company has secured with assets held by the stockholder a line of credit of $ 50,000
bearing interest of 10.25 %, with a maturity date of June 2007. As of December 31, 2006
there was $ 47,275 due by the Company under the line of credit.
NOTE 11 — LONG-TERM DEBT
['he Company's long-term debt consists of the following:
KITIT6' 11TW
Machinery and equipment financing with a loan
payable in monthly installments from $ 786 to
$ 4,040 including an interest rates of 7.50 % to
9.40 % and a maturity date of June 2008 to
September 2010. $ 169,728 $ 19,359
Less: current portion
Future principal payments of these notes are as follows:
Year
(46,615) (7,689)
$ 123,113 $ 11,670
Amount
2007
$ 46,615
2008
43,830
2009
44,031
2010
35,252
$ 169,728
10
C�
E
STRAIGHTLINE ENGINEERING GROUP, INC.
Schedule of Farnings from Contracts
For the year ended December 31, 2006
(Read Accountants' Review Report)
Contract Cost of
Revenues Revenues Gross
Earned Earned Profit
Contracts completed during
the year $ 1,246,957 $ 1,205,083 $ 41,874
Contracts in progress at
the end of the year 2,079,953 1,455,968 623,985
$ 3,326,910 $ 2,661,051 $ 665,859
H
M
•G
et
r1
N
00
T
Ni1
eV1
N
--iJ
✓
...
M1 ^'r
O
6
ri
O
G.
69
CA
�
�n
O
V1
+1•
�
a
en
M M
a
�1
M
r
r,
vo
a
rn
N
m
d
a�i
�]
o C
n N
n
�Ci
rn
fr
G]
O
N
C
•i
r1
N
r`
V'1
O
N Kri
rn d
N
v
o
V oC
a
y
cn
co
rn
kn
Nn
w
CD
C.
zr
v.
..r r-
9
'�
T
O�
e
enb
11
N
17,
ti
C
rri'
'4D
�o
r:
ri
166
LL.7
(tl
GL: W
fil-I
c^
of\D
4
-�nD
N
01
r1
ti
(f?
49
UCA
b
d
CC
O�:l
oo
sD
d
M
p
'
v a
rn
n
t0
vl
N
a
-
Fj
PA
p'
4'"'
In
�
N
C7 C
tl
oo
�o
oo
-"
M
i
y
6
Y
N
rn
�
•
•
�
� �
U
o
oo'
W
tl
10
.o
ri
r
W�ar
Fy'
W
ry
Q
�
b9
69
�
O
ed W J O
U
W G]
V1
M
C7
On
'.0
`
r`I
n
r•1
r+
PJ
�o
00
00 M
v
�
4
h!
%D
v)
y
� d
f'•••'
n
�t
t•
,Nr
00 00
m
O
^V1
fn
W)
O
eTM
en
d
N
O
ell
� N
rn
Q
�
re'1
�D
N
N
^•
rr1
f•
V'1
r'i
r^
yuv
o
u"
to
4
n
rn
�
N
4 iT
v C
rp
�n
Tt
.D
rn
ID
r
m
N
r!
Q d
n
rt
t
'.
R' W
to
i•
y
C
w.
N
v
cc
ai
.�
m
x
ca
1
�
U
12
a
ra
n b
m
ao
T
vP of
t--
O,
00
K
C7 a.
r� a
a
p �'
r l r•i
oo �d
y
o
1
�w
x.
N G !� O � • � . b f.
��WUI,aW v,
� v 2-F
(•--Jl�
"' c to
�r ram•-•
°�
'
� •-
u�i
o n
�
h
OM
a
4
O •T
b oC
W
m
�
�
� � � ❑
hl
�
�
o
� w
c7 !Z
� Q r
0
G
�
;n
Y+
y
Chi
ll
C�,
K m
O
hl v
�
rl
i
.ro
�
1•.. c
M
0
rr}
ry
00
0
o
j
�
ernes�
[S
.�{{
eE
N
8
41
O
•^
W
N
N
V
N
ram,
M�
j
^S
O
O
1••
v
vl
W
ry
O
a
9
ti
a
c
r
TA
13
0
STRAIGHTL,INE ENGINEERING GROUP, INC.
GENERAL AND ADMINISTRATIVE, EXPENSES
FOR THE YFaARS ENDED DECEMBER 31,
2006
Advertising
$ 18,532
Automobile expense
68,587
Bad debt expense
-
Bank charges
4,572
Insurance
101,637
Licenses and taxes
2,674
Mcals and entertainment
4,765
Miscellaneous expense
2,546
Office expense
8,732
Payroll taxes
12,535
Professional fees
40,218
Rent
42,726
Repairs and maintenance
26,701
Salaries Officers
87,000
Salaries - Office
69,694
Telephone
23,989
Utilities
1,526
$ 516,434
Read Accountants' Review Report
2005
$ 263
106,544
52,665
1,865
73,106
5,934
26,764
3 3, 842
21,379
21,959
23,009
19,776
18,440
54,000
144,465
28,359
1,326
$ 633,696
14
•
me
�J
STRAIGHTLINE ENGINEERING GROUP INC.
DRUG FREE WORK PLACE
Straightline Engineering Group, Inc. is a Drug Free Work Place.
Part of the New Hire procedure is for the prospective employee to have a drug
test taken. If the prospective new hire comes out positive on the test, the person
will not be hired.
The company also does random drug testing throughout the year. If someone
that has already commenced his / her employment with the company comes out
positive on a random drug test, he / she will be put on a ninety (90) day
suspension period with no pay and upon commencing their employment again
will have another drug test given to confirm their abstinence from drugs. The
company will only allow for this type of situation one time.
If the situation re -occurs with the same employee, termination will be
automatic.
I, __ , agree to take a drug test
prior to commencing employment with Straightline Engineering Group, Inc.
and agree to random drug testing throughout the course of my employment with
them.
Employee Signature:
Date:
Witness:
8382 NW 7G"" STREET MIAMI, FL 33166 P:(786) 845.6499 F: (786) 845.8497
RAD$FG1 @BELLSdUTH.N,E.T
STRAIGHTLINE ENGINEERING GROUP, INC.
Drug -Free Workplace Policy
ACKNOWLEDGMENT OF RECEIPT AND UNDERSTANDING
I hereby acknowledge that I have received and read a summary of the Company's Drub; -Free
Workplace policy. 1 have had an opportunity to have all aspects of this material fully explained.
I understand that the full text of the Drug -Free Workplace policy is available upon request. I
also understand that I must abide by the policy as a condition of employment, and any violation
may result in disciplinary action, up to and including discharge.
Further, I understand that during my employment I may be required to submit to testing for the
presence of drugs or alcohol. I understand that submission to such testing is a condition of
employment with the Company, and disciplinary action up to and including discharge may result
if: 1) 1 refuse to consent to such testing, 2) 1 refuse to execute all forms of consent and release of
liability as are usually and reasonably attendant to such examinations, 3) I refuse to authorize
release of the test results to the Company, 4) the tests establish a violation of the Company's
drug -free workplace policy, 5) 1 otherwise violate the policy. If I am injured in the course and
scope of my employment and test positive, I forfeit my eligibility for medical and indemnity
benefits under the Workers' Compensation Act upon exhaustion of the remedies provided in
Florida Statute s440.102(5J
I also understand that the drug -free workplace policy and related documents are not intended to
constitute a contract between the Company and me, and that this policy is subject to change at
the Company's sole discretion.
I further state that I have read the foregoing acknowledgment and knows the contents thereof and
signs the same of my own free will.
Print Name: Date:
Signature::
Witness:
A"1TACI-11;MFNT 11
AYMCHMENT 13
(Company Official)
i
(RETAIN THIS DOCUMENT IN YOUR PERSONAL FILES)
DRUGS WHICH MAY ALTER OR AFFECT A DRUG TEST
The following list are the most common medication by brand name or common name, and chemical
name which may alter or affect a drug test. Due to the large number of obscure brand names and
constant marketing of new products, this list is not intended to be all inclusive. The Florida
Department of Health and Rehabilitative Services list of common medications are:
1. ALCOHOL,
All liquid medications containing ethyl alcohol (ethanol). Please read the label for alcohol.
content. As an example, Vick's Nyquil is 25% (50 proof) ethyl alcohol, Comtrex is 20% (40
proof), Contac Severe Cold Formula Night Strength is 25% (50 proof) and Listerine is 26.9%
(54 prool).
Il. AMPHETAMINES
Obctrol, Biphetamine, Desoxyn, Dexedrine, Didrex, lonamine, Fastin
Ill. CANNABINOIDS
Murinol (Dronabinol, 'ITIC)
IV. COCAINE
Cocaine I ICI topical Solution (Roxanne)
V. PHENCYCLIDINE
Not legal by prescription
V1. METHAOUALONE
Not legal by prescription
V 11. OPIATES
Paregoric, Parepectolin, Donnagel PG, Morphine, Tylenol with Codeine, Fmpirin with
Codeine, APAP with Codeine, Aspirin with Codeine, Robitussin AC, Guiatuss AC,
Novahistine DH, Novahistine Fxpectorant, Dilaudid (Hydromorphonc), M-S Contin and
Roxanol (morphine sulfate), Percodan, Vicodin, Tussi-organidin, etc.
Vill. BARBITURATES
Phenobarbital, 'tuinal, Amytal, Nembutal, Scconal, Lotusate, Fiorinal, Fioricet, Lsgic, Butisol,
Mcbaral, Butabartital, Butabital, Pihrenilin, `triad, etc.
IX. BENZODIAZFPINES
Ativan, Azene, Clonopin, Dalmane, Diazepam, Librium, 7,anax, Serax, Tranxene, Valium,
I lalcion, Paxipam, Restori1, C.'entrax.
X. METHADONE
Dolophine, Methadose
X1. PROPDXYPHENF.
Davocet, Darvon N, Dolene, etc.
Arl-FACHMENT B
0 •
ME
STRAIGHTLINE ENGINEERING GROUP INC.
Straightline Engineering Croup, Inc,
8382 NW 70Street Miami. FL 33166
1 lereafter referred to as " the Company" or this Company"
has adopted this policy and plan
,sident/ Owner
Dated: 4/ 22/05
EQUAL EMPLOYMENT OPPORTUNITY AND AFFIR.MITIVE ACTION
POLICY AND PLAN
EEO/AA POLICY STATEMENT
It is the policy of this Company to comply and cooperate to the fullest extent with all applicable regulations
of the Equal Employment Opportunity Provisions ofthe Civil Rights Act of 1964, Executive Order 11246, the
Rehabilitation Act of 1973 (29 U.S.0 793), the Americans with Disabilities Act (ADA) of June 26, 1990 and the
Vietnam Era Veterans Readjustment Assistance Act of 1972, all as amended. This policy pertains, as far as the
responsibility of this Company is concerned, to any arrangement under which employees, including trainees, are
selected to work.
It is the policy of this Company not to discriminate against any employee or applicant for employment
because of race. religion, color, age, sex, and national origin, disabilities or Vietnam Era and Special Disabled
Veterans status.
This Company will take affirmative action to assure an equal employment opportunity to all qualified
persons, and that employees are treated equally during employment without regard to their race, religion, color, age,
sex, national origin, disabilities, or Vietnam Era and Special Disabled Veteran's status. Such action shall include
but not limited to:
I . Lmployment, upgrading, demotion, or transfer
2. Recruitment and recruitment advertising
3. Layoff or termination
4. Rate of pay of other forms of compensation
5. Selection for training, including apprenticeship, pre -apprenticeship and/or on -the -jab training.
EEO OFFICER DUTIES
It is the policy of this Company to continuously maintain the appointment of an Equal Employment
Opportunity Officer (EEO Officer). The name and contact information for the EEO Officer will be communicated
along with this policy. The EEO Officer has responsibility for effectively administering and promoting an active
program of equal employment opportunity, The EEO officer will coordinate the EEO efforts of superintendents,
supervisors, foremen and others in the position of hiring personnel.
This Company's EEO Officer has the responsibility for effectively administering and promoting an active
program of equal employment opportunity within the Company. The EEO Officer will make recommendations,
where appropriate, to correct any deficiencies found in the Company's program. The EEO Officer will ensure that
this policy and plan are being carried out.
EEO/AA PLAN
It is the policy of this Company that there not be any discrimination by virtue of race, religion, color, age,
sex, national origin, disabilities, or Vietnam Era and Special Veteran's status, in the functions of hiring, placement,
up -grading, transfer or demotion. In addition, there shall not be any discriminatory practices in recruitment,
advertising, or solicitation for employment, rates of pay or other forms of compensation, selection for training
including apprenticeship, layoff or termination, or treatment during employment. The Company has affirmative
action obligations in the hiring of minorities, females, disabled and veteran's applicants.
We will not use goals, timetables or affirmative action standards to discriminate against any person because
of their race, religion, color, age, sex, national origin, disabilities, or Vietnam Era and Special Disabled Veteran's
PAGE 1 OF 4
0
0
MIS
STRAIGHTLINE ENGINEERING GROUP INC.
status. The Company will not transfer minority or female employee or trainees from one Company to another or
from project to project for the sole purpose of meeting goals_
This Company shall take specific affirmative actions to ensure equal opportunity. Our compliance with
this policy and plan shall be based upon our efforts to achieve maximum results from our actions and we shall
document our efforts fully. This Company will implement specific affirmative action steps, at least as extensive as
the following actions to ensure equal employment opportunity.
1. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all times and
in all ftcilitics at which our employees are assigned to work. We shall specifically ensure that all foremen,
superintendents and other on -site supervisory personnel are aware of and carry out our obligations to
maintain such a working environment, with specific attention to minority or female individuals working, at
such sites or in such facilities.
2. Establish and maintain a current list of minority and female recruitment sources, provide written
notification to minority and female recruitment sources and to community organizations when we have
employment opportunities available, and maintain a record of the organization's responses.
3. Maintain a current file of"the names, addresses and telephone number of each minority and females off -the -
street applicant or fcmale referral from a union and minority or female referrals tram a union, a recruitment
source or community organization and ol'what action was taken with respect to each such individual. If
such individual was sent to the Union hiring hall fir relerral and was not referred back to the Company by
the union or, if referred, not employed by the Company, this shall be documented in the file with reason
therefore; along with whatever additional actions the Company may have taken.
4. Provide immediate written notification to the Director when the union or unions with which we have
collective bargaining agreement have not referred to us a minority person or woman sent by us, or when we
have other information that the union referral process has impeded our efforts to meet our obligations.
5. Develop on-the-job training opportunities and/or participate in training programs for the area which
expressly include minorities and women, including upgrading programs and apprenticeship and trainee
programs relevant to the Company's employment needs, especially those programs funded or approved by
the Department of Labor. We shall provide notice ofthese programs to the sources complied under "T'
above.
6, Disseminate the company Er-O policy notice by providing notice to unions and training programs and
requesting their cooperation in assisting us in meeting our FFO obligations; by including it in any policy
manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report,
etc.; by specific review ofthe policy with all management personnel and with all minority and female
employees at least once a year; and by posting the company EEO policy on bulleting boards accessible to
all employees at each location where construction work is performed.
7. Review, at least annually, the Company's EEO policy and affirmative action obligation', under these
specifications with all employees having any responsibility for hiring, assignment, layoff, termination or
other employment decisions including specific review of these items with onsitc supervisory personnel
such as Superintendents, General Foremen, etc. prior to the initiation of construction work at any job site.
A written record shall be made and maintained identifying the time and place of these meetings, persons
attending, subject matter discussed and disposition of the subject matter.
S. Disseminate the Company EEO policy externally by including it in any advertising in the new media,
specifically including minority and female news media and proving written notification to and discussing,
the company EEO policy with other contractors and subcontractors with whom the company does or
anticipates doing business.
PACE 2OF4
0
STRAIGHTLINE ENGINEERING GROUP INC.
Direct our recruitment efforts, both oral and written, to minority, female and community organizations, to
schools with minority and female students and to female recruitment and training organizations serving our
recruitment area and our employment needs. Not later than one month prior to the date for the acceptance
of applications for apprenticeship or other training by any recruitment source, we shall send written
notification to organizations such as the above, describing the openings, screening procedures, and tests to
be used in the selection process.
10. We will encourage present minority and female employees to recruit other minority persons and women
and, where reasonable, provide alter school, summer and vacation employment to minority and female you,
both on the site and in other areas of our workforce.
H. Validate all test [md other selection requirements where there is an obligation to do so under 41 CFP Part
60-.i,
12. Conduct at least annually, an inventory and evaluation of all minority and female personnel for promotional
opportunities and encourage these employees to prepare for, though appropriate training, etc. such
opportunities.
13. 13nsure that seniority practices, job classifications, work assignments and other personnel practices, do not
have discriminatory alTect by continually monitoring all personnel and employment related activities to
ensure that the EEO policy and our obligations under these specifications are being carried out.
14. Ensure that all facilities and company activities are non -segregated except that separate or single -user
toilets and necessary changing facilities shall be provided to assure privacy between sexes.
15. Document and maintain a record of all solicitations of offers for subcontractors from minority and female
construction contractors and suppliers, including circulation of solicitations to minority and female
contractor associations kind other business associations.
16. Conduct a review, at least annually, of all supervisors' adherence to and performance under the company
EEO policies and affirmative action obligations.
RECORDS
This Company will keep records to monitor all employment related activity to ensure that the company's
I;tiO policy is being carried out. Records shall at least include for each employee the name, address, telephone
numbers, construction trade, union affiliation ifany, employee identification number when assigned, social security
number, race, sex, status (e.g. mechanic, apprentice, trainee, helper, or laborer), dates and changes in status, hours
worked per week in the indicated trade, rate of pay, and locations at which the work was performed.
REPORTING OF COMPLAINTS
If at any time anyone feels he or she has been discriminated against because of sex, race, religion, color,
age, national origin, disabilities or Vietnam Lira and Social Disabled Veteran status, thy should report his matter to
the company EEO Officer whose name and contact information is communicated along with this policy.
The EEO Officer will investigate all complaints of alleged discrimination made to the company in
connection with its contractual obligations. The FF.O Officer will attempt to resolve such complaints, corrective
actions to be taken and will the follow up on actions taken and their effect. If the investigation indicates that the
discrimination may affect persons other than the complainant, such corrective actions shall include such other
persons.
Upon completion of each investigation, the LE0 Officer will inform complainants of all of their avenues ol'appeal.
The following are the addresses for avenues for appeals.
F'AGE3OF4
E
•
"'N
STRAIGHTLINE ENGINEERING GROUP INC.
Company EEO Officer Florida Commission an Human Relations
C;ristina 1, Diaz 2009 Apalachee Parkway STE 100
8382 NW 70"' Street. Tallahassee, FL, 32301-4857
Miami, Fl. 33166 (850) 488-7082 or (800) 342-8170
(305) 234-2678
U.S. Denartment of Labor. Revional Director I U.S. Federal HiQhwav Administration
Office of Federal Contract Compliance 227 N. Bronough Street, Room 2015
61 Forsyth Street, SW, Room 7B-75 Tallahassee, FL 32301
Atlanta, GA 30303 (850) 942-9650
(404)562-2424
U.S. Equal Emplovment Opnortunity
Commission
Miami District Office
One Biscayne "Tower, STE 2700
Miami, FL 33131
(900) 669-4000
PAGE. 4 OF 4
0
•
STRAIGHTLINE ENGINEERING GROUP, INC.
Previous Project Experience
Tntity Worked for
Scope of Work of Project lContact
Person from Entity
:Miami Dade County/1-I&J Asphalt Inc. INW
58th Street
Humber Lorenzo
4310 NW 35th AveInstallation
of Roadway Concrete Drainage
P: (305) 634-3342
!Miami, Ff. 33142
Under water using water control. Installation
F: (305) 634-3313
1
of G uardrai Is
..,... MiamDade ade County/H&J Asphalt Inc.. 1WO
913
I lumber Lorenzo -.-F..___,......
:4310 NW 35th Ave ilnstallation
of Roadway Concrete Drainage
P: (305) 634-3342
(Miarnl FL 33143
Under water using water control. IF:
(305) 634-3314 i
t
Recreational Design and Construction
Royal Oaks Park
13990 N. Powerline Road
Installation of Drainage, Water, & Sewer
P: (954) 566-3885
I Ft. Lauderdale PL 33309
FF(954) 566-3335
City of North Miami/II&J Asphalt, Inc.
y � phalt, Ic
!NW 125th Street
Aleem Ghany
1776 NE 125th Street
Installation of Drainage, Pavers, Sidewalk
P: (305) 787-1005 1
North Miami, FL 33161
Curbs, Driveways, and Asphalt.
17: (305) 787-1008
City of North Miarni/H&J Asphalt, Inc.
l3reezeswept
Aleem Ghany
776 Nh; 125th Street
Installation of Drainage, Pavers, Sidewalk
P: (305) 787-1.005
North Miami,,PL 33161 _
Curbs, 1]rivcways,and Asphalt.
F: I;_i051787-1Dg8,
fGlobc`I'ec Construction
1"I'L Brickell
Tony Azenza
14774 N Powerline Rd
Installation of FPL Duct Banks
P: (954) 590-3305 i
um anu B�ac.h, I Lmm>3074 .. _ _
__.P__ _
_.._..___..._.__ _. ........_...... _ _ ......_....)
-3308
F: 954 0 590...�._.-_.._.._
61obeTec Construction
FPL Brickell
Tony Azenza
4774 N Powerline Rd
Installation oi'FPL Duct Banks
P: (954) 590-3305
......, .p..._.....no
1Miama
L_.)_......_..__........._.._........._.._.._..._..
Dade County/ I&J Asphalt Inc. -Capital
Improvements
Humber Lorenzo9
4310 NW 35th Ave
' Installation of Roadway Concrete Drainage
P: (305) 634-3342
1 Miami, Ff, , 33142
}Under water using water control.
F: (305) 634-3313
I _._.._.'
Recreational Design and Constructio,_n
__ ........_...._._.._......._.__.._...-----._................ _ __.._....._
Marathon Community Park
._....._.,.....,.._.. .._.__....... ..................... ........
1
3990 N. Powerline Road
Installation of' Drainage, Water, & Sewer
IP: (954) 566-3885
Pt. I audcrdalc,�.....,.,_...�`
.._. _ ._._._..�_
P: �54Z566-3336
Flt Paschen
..._._.....__.___. _.._._.._
Segment E'27
j
Nina Castro
3303 W Commercial Blvd, STF. 190
ilnstallation of Drainage, Sidewalk
P: (954) 730-8503
Ft. Lauderdale, FL 33309
�Curbs, Driveways, and Asphalt.
f: (954) 730-8504
...... ._...... ..... ........... .... ... ..... _........ _. . _. _ ...........
I
I
_ _ --
City of Hallandale Beach
Installation of Sidewalks, Driveways Curb
Carlos Hernandez
630 NW 2nd Street
IMP: (954)458-3251
If Beach, Fl,_:13009
_____ ___ __.....
f` 57 (954)4_I342 _m{
,City of Lauderdale Lakes
I Installation of Sidewalks, Driveways Curb
4300 NW 36th Street
P: (954) 535-2743 !
Lauderdale Lakes FL, 33319
1
!
8382 NW 70TH STRFFT.MiAMI, FL.331 66
F: (786) 645-8499 F: (786) 84-9-8497
EMAIL: CDIAZC'STRAIGHTLINEENGINEERING.COM
STRAIGHTLINE ENGINEERING GROUP, INC,
Entity Worked For
City of North Miami
:776 NE 125th Street
North Miami, FL 33161
;'City of Sunrise
Civic Center
10610 W. Oakland Park Blvd.
iSunrseFL 3335i, 1... ....
Globc'l'cc Construction
4774 N Powerline Rd
r'crmpdn� [3cach,�.e1...33073..........._............ _............
IMastec,Fnergy Services
13255 SW 137 Avenue STE' 212
Miami, Florida 33186
13990 ead PowerlineDDesign
an .-..on _.ucti
d Construction
i d
fownuderdale FL 3331 I
of Davie
!6591 Orange Drive
`Davie eFL 33314
City of Miami Gardens _...... .._...._.. ................._..
11515 NW 167th Street Bldg 5
Miami Gardens F1. 3.3169
!City of Miramar
i2300 Civic Center Place
(City of Tamarac
'f6011 Nob Hill Rd.
Tamarac F'L 33321
d....................................a..............._...... .....,,,,.,,....,.......,._...
Recreational Design and Construction
i
i3990 N, Powerline Road
jFt. -Lauderdale. FL 33312
Recreational Design and Construction
?3990N. Powerline Road
Pt. Lauderdale_ F1. 33313
Previous Project Fxperience
Scone ot' Work of Proiect
A,C.N. Drainage Improvements
Installation of Drainage, Sidewalk
Curbs, Driveways, and Asnhalt,_�_ ...__- .................................
Installation of Sidewalks, Driveways Curb
Marlin Ray
Installation of Water, Sewer, & Drainage
Various Purchase Orders
I-'PL Duct Bank Work
Little Haiti
Installation of Drainage, Water, & Sewer
installation of Sidewalks, Driveways Curb
Installation of Sidewalks, Driveways Curb
Fencing
Installation of Sidewalks, Driveways Curb
Installation of Sidewalks, Driveways Curb
Grapeland Park
Installation of Drainage, Water, & Sewer
CB Smith
Installation of Lift. Station, Water, & Sewer
8382 NW 74TH STREET.MIAMI. FL.33166
P: (786) 845-8499 F: (786) 845-8497
EMAIL: GDIAZaSTRAIGHTL-INEF_NGINEERING.GDM
Contact Person from
Aleem Ghany
P: (305) 787-1005
F: 305 787-1008
Holly Raphaelson
P: (954) 572-2274
F: (954) 572-2278
Tony Azenza
P: (954) 590-3305
590-3307
Eduardo Caro
P: (305) 238-0404
17: (305) 2.38-8882
P: (954) 566-3885
F: (954) 566-3337
P: (954) 797-1016
Mariana Pitiriciu
P:(305)622-8000 x2286
F: (3U5) 622-R001 ._.._...._...
Jordi Pla
P: (954) 602-3054
Bill Lewis
P: (954) 597-3731
F: (954) 597-3720
P: (954) 566-3885
F:(954)_566-3338
P; (954) 566-3885
ACORO CERTIFICATE OF LIABILITY INSURANCE OPIDAI °� ` ^'°"YW)
STRAx x 12/0'.S 06
PROWLER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
rnswurce, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
9500 South nadeland Blvd. , N200 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P.O. Box 561567 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Miami FL 33256-1567
Phone: 305-670-6111 Fax: 305-670-9699 1 INSURERS AFFORDING COVERAGE NAIC #
-------------..__........ _ _�--- �_ -- ----- _..._..__._...__r�_r. ..___._�_.__.... ..._._
INSURED _ ......---- . . . _!._..._.---........_._....__..,..._�_., _..._
Ix5 uHEHA American Casualt Co. 20427
' I Ix I:HLH H20494
straightline Engineering Group NINL'_ --valley For * Insurance Co. 20508
8382 N.N. 70 Street -- ---
Miami FL 33166 NRDHHNn-- ---- -- — -- -- -- --
IM%I1HFN �
COVERAGES
IHI IYXL IE50t IN�SUPAWE UITEDKLCMI HAW KEN IS5UEDTDTHE INSURED NAMED ABOVE FORTHC POLICY PCRODNgGTFD N[RWITIISTANDIT
nnT FtU111Hf MEN I, TN NM ryN 1:11N1%TRW IT. ANV en.TRACT CA CITHER DOCUMENT WITH RESPECT TO VMICH THIS CERTIFICATE MAYBE ISSUED OR
MAY PERTAIN. THE INSURANCE A(FORDED DY TIC POUGCS DCSt:RINI D NCNHIn IS SUIMt C! In AI I, 1 of 1 f nMS, txG.VSmxS AND CCW DlnpxS Of SUCH
H'IIIKJt4 AIRIH ;AIN LIMIT%SkeWN MAY HAVE MEN NEWCED BY PAID CLAIMS
INSR jAngl_ ' POLICY EFFECTVE POLICY CAPIRATION
N Ixnnn TYFP OF NBURANct I POLICY NUMM4M DATE IxµpWVY) MTN(MMPnpFYY)
OCNCRALLIABILITY
(ACnOM`uMRENC[
S 3-000000
r _)
A x X MMERCIAL GENERAL MAMITY
2087845013
12/01/06
12/01/07
DAMAGE— E.,tn
"tNIME& IGe^cwM�)
f 100000
100000
- J cIAIMSMADE R Mcun
_.
Mtv.HnPpnrwvpvwnl
-- — -
f 5000
'
PCRSONALAAWINJURY
% 1000000
)(
I
r:ENEHAI ArA; IjAlf
5 2000000
v --
r AUUHIryAIHIIMIIAPPLIr%Pl.R
N Lcrs ulmmPAca
f 2000000
. X 1 Lac
AIJTMW
IF..
111.E LIABILITY
I
I
WMDNEDSINLTLEOMIT
S lnnnnnn
A
x
nNYn„II,
2087845027
12/01/06
12/01/07
E••°M''^'
I
U. CAVNlD AUTnS
I'
ODDILYINJURY
I s
ecnruulrn AUlos
)w:r PnMau
X
I^RCDAUTO;
q]011.Y In1uRY
P
X
NONOMFn Amon
Ihr.m.,
.
PILOPCHTV DAMAGE
IPer MzdErA!
S
GANnUE UAMaITY
I ♦ - t. 1.-1
AuIUUN A[.
i f
NV AIIIU
1
1n nLC
y
....
-M ixAN
I
I
UIU ONLY
f
eMCEBSNMBRlLLA LIABILITY I
..
9A)m
I
OCCURRENCE
i 1000000
s
R I r, i
x L"IM MADE zoe3naolo3
12/01/06
12/01/07
RHtt.,.
[.1ACCH
. 1000000
I
I
I
I
I'n DucllHll
I
I ...
� f
X 110000
I
s
wnxNERS CDMPPusnnnn AM.
I
u1,0 LTnTu OTII XTVRY LIMITS_ !E FN
MFLVYER&• unnn.rrr
C F 2087845030
A DI IYP
I.
12/01/06
12/01/07
EL EACH ACCIDENT —�s
_
"00000
IFI4"" Ix�n :llr"'I
I
eLUBBABt•EALIPLml!R
. 1000000
sr•calnl.Pnwlsloa�e.lr,.
cL.aneABEPLxN;ruNIT
s 1000000
DI-f!
i
I I
OFSCRIPTRxt OF OPERATIONS I LOCATIONS I VC1410LCS, CACLUSIONY A05 0 BY SB 0HUNW4I I SPECIAI PROVISIONS
*10 days notico of Cancellation applies to non --payment of premium.
Holder is named as Additional insured with respect to Cenral Liability
coverage due to the negligence: work of Straightline Engineering Group, when
such coverage is required by a written contract or agreement per form
G17957G 01/2001.
CERTIFICATE HOLDER CANCELLATION
TAMKC11
WWLO AMY OF TNS AYeJVN n&SCMINLLf PDLK:Ifs RE CwxeLLLLO RAPfN41ME AAaRwlruN
DATE THEREW, THE 16SUING INSURER IMI L ENDEAVOR TO MAIL A' 30 DAY& Nw1TTex
xnilcE TO THE GFRTI AW.. NOL WR MAW D TO TW I.EF(, WT FAILMPF. Tv Dn 505HALL
City of Tamarac
7525 N.W. 8 8 th Avenue
IMPOSE ND OOAT ON OR Wl1TY ROF ANY HIND wDN TNC INSU KR. ITB AGENTSOR
Tamarac FL 33321-2401
REPRCBCMTATve&.
AUTIOILRMIEDD REREME�J3TIVVEE N
ACORD 25 (2001103) W AGOKV CORPORATION 1989
if the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
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).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25
l''WC,,';;tirj:'i it, t. uw-,? f.3;vi.i:a.1?
AGREEMENT
BETWEEN THE CITY OF TAMARAC
AND
STRAIGHTLINE ENGINEERING GROUP INC.
THIS AGREEMENT is made and entered into this JNay of Jj/h-j 200
by and between the City of Tamarac, a municipal corporation with principal es
located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and Straightline
Engineering Group Inc., a Florida corporation with principal offices located at 8382 NW
70th Street, Miami, FL 33166 (the "Contractor") to provide for design/build services to
construct various boat ramps.
Now therefore, in consideration of the mutual covenants hereinafter set forth, the
City and Contractor agree as follows:
1) The Contract Documents
The Contract Documents consist of this Agreement, RFP Document No.07-20R,
Design/Build of Tamarac Boat Ramps including all conditions therein, (General Terms
and Conditions, Special Conditions and/or Special Provisions), drawings, Technical
Specifications, all addenda, the Contractor's bid/proposal included herein, and all
modifications issued after execution of this Agreement. These contract documents form
the Agreement, and all are as fully a part of the Agreement as if attached to this
Agreement or repeated therein. In the event that there is a conflict between RFP 07-
20R as issued by the City, and the Contractor's Proposal, RFP 07-20R as issued by
City shall take precedence over the Contractor's Proposal. Furthermore, in the event of
a conflict between this document and any other Contract Documents, this Agreement
shall prevail.
2) The Work
2.1. The Contractor shall perform all work for the City required by the contract
documents as set forth below:
2.1.1 Contractor shall furnish all labor, materials, and equipment
necessary to complete the scope of work, as outlined in the
contract documents.
2.1.2 Contractor shall supervise the work force to ensure that all workers
conduct themselves and perform their work in a safe and
professional manner. Contractor shall comply with all OSHA safety
rules and regulations in the operation of equipment and in the
performance of the work. Contractor shall at all times have a
competent field supervisor on the job site to enforce these policies
and procedures at the Contractor's expense.
.A eeeP3if.?rit
C ( r
( ......... ..
ZTX._
,
2.1.3 Contractor shall provide the City with seventy-two (72) hours written
notice prior to the beginning of work under this Agreement and prior
to any schedule change with the exception of changes caused by
inclement weather.
2.1.4 Contractor shall comply with any and all Federal, State, and local
laws and regulations now in effect, or hereinafter enacted during
the term of this Agreement, which are applicable to the Contractor,
its employees, agents or subcontractors, if any, with respect to the
work and services described herein.
3) Insurance
3.1. Contractor shall obtain at Contractor's expense all necessary insurance in
such form and amount as specified in the original bid document or as
required by the City's Risk and Safety Manager before beginning work
under this Agreement including, but not limited to, Workers'
Compensation, Commercial General Liability, Builder's Risk and all other
insurance as required by the City, including Professional Liability when
appropriate. Contractor shall maintain such insurance in full force and
effect during the life of this Agreement. Contractor shall provide to the
City's Risk and Safety Manager certificates of all insurances required
under this section prior to beginning any work under this Agreement. The
Contractor will ensure that all subcontractors comply with the above
guidelines and will retain all necessary insurance in force throughout the
term of this agreement.
3.2. Contractor shall indemnify and hold the City harmless for any damages
resulting from failure of the Contractor to take out and maintain such
insurance. Contractor's Liability Insurance policies shall be endorsed to
add the City as an additional insured. Contractor shall be responsible for
payment of all deductibles and self-insurance retentions on Contractor's
Liability Insurance policies.
4) Time of Commencement and Substantial Completion
4.1 The work to be performed under this Agreement shall be commenced
after City execution of the Agreement and not later than ten (10) days after
the date that Contractor receives the City's Notice to Proceed. The work
shall be completed within eighteen (18) months from issuance of City's
Notice to Proceed, subject to any permitted extensions of time under the
Contract Documents. For the purposes of this Agreement, completion
shall mean the issuance of final payment.
4.2 Prior to commencement of construction, the Contractor shall submit a
projected timeline of construction for each location, and must be approved
by the City. Any changes after approval of original project timeline must
receive prior approval by the City.
{ r U1 1
...............................t41.1 t-ft:'
4.3 Based upon the assumption that design timeline will not exceed six
months, construction timeline shall be structured in such a way to ensure
rate of completion meets or exceeds the following targets:
Months Elapsed
Following Notice to
Proceed*
Percent of Total
Locations Completed
6
25%
12
60%
18
100%
* Timeline for entire project from date Notice to Proceed is issued shall not
exceed 18 months.
4.3 During the pre -construction portion of the work hereunder, the parties
agree to work diligently and in good faith in performing their obligations
hereunder, so that all required permits for the construction portion of the
work may be obtained by the City in accordance with the Schedule
included in the Contract Documents. In the event that any delays in the
pre -construction or construction portion of the work occur, despite the
diligent efforts of the parties hereto, and such delays are the result of force
majeure or are otherwise outside of the control of either party hereto, then
the parties shall agree on an equitable extension of the time for substantial
completion hereunder and any resulting increase in general condition
costs.
5) Contract Sum
The Contract Sum for the above work is Four Hundred Eight Five Thousand,
twenty-three dollars and no cents ($485,023.00).
6) Payments
Payment will be made for work that has been completed, inspected and
properly invoiced. Such progress payments shall be made upon completion of
each individual location. Invoices must be based upon bid prices as provided
with Proposal. A retainage of ten percent (10%) will be deducted from such
payments until 50% of the entire project is complete. Retainage will be reduced
to five percent (5%) thereafter. Retainage monies will be released upon
satisfactory completion and final inspection of the work. Invoices must bear the
project name, project number, bid number, purchase order number, and boat
ramp location. City has up to thirty (30) days to review, approve and pay all
invoices after receipt. The Contractor shall invoice the City and provide a written
request to the City to commence the one (1) year warranty period. All necessary
3 ,.car E; F; rrre; rtr.
Releases of Liens and Affidavits and approval of Final Payments shall be
processed before the warranty period begins. All payments shall be governed
by the Florida Prompt Payment Act, F.S., Part VII, Chapter 218.
7) Remedies
7.1 Damages: The City reserves the right to recover any ascertainable actual
damages incurred as a result of the failure of the Contractor to perform in
accordance with the requirements of this Agreement, or for losses sustained by
the City resultant from the Contractor's failure to perform in accordance with the
requirements of this Agreement.
7.2 Liquidated Damages: Upon failure of Contractor to complete the project within
the time specified in the Agreement (plus approved extensions, if any), the
Contractor shall pay the City the sum of $250 per calendar day after the time
specified for completion and readiness for final payment. This amount is not a
penalty but liquated damages to the City. Liquidated damages are hereby fixed
and agreed upon between the parties, recognizing the impossibility of precisely
ascertaining the amount of damages that will be sustained by the City as a
consequence of such delay, and both parties desiring to obviate any question of
dispute concerning the amount of said damages and the cost and effect of the
failure of the Contractor to complete the Contract on time. The City shall have
the right to deduct from and retain out moneys which may be due or which may
become due and payable to the Contractor, the amount of such liquidated
damages and if the amount retained by the City is insufficient to pay in full such
liquidated damages, the Contractor shall pay in full such liquidated damages.
These liquidated damages will not prohibit the City from recovering
ascertainable actual damages incurred as a result of the same delay to which
the liquidated damages apply.
7.2 Correction of Work: If, in the judgment of the City, work provided by the
Contractor does not conform to the requirements of this Agreement, or if the
work exhibits poor workmanship, the City reserves the right to require that the
Contractor correct all deficiencies in the work to bring the work into conformance
without additional cost to the City, and / or replace any personnel who fail to
perform in accordance with the requirements of this Agreement. The City shall
be the sole judge of non-conformance and the quality of workmanship.
8) Change Orders
8.1 Without invalidating the contract, without any monetary compensation, and
without notice to any surety, the City reserves and shall have the right to make
increases, decreases or other changes to the work as may be considered
necessary or desirable to complete the proposed construction in a satisfactory
manner. The Contractor shall not start work pursuant to a change order until the
change order setting forth the adjustments is approved by the City, and
executed by the City and Contractor. Once the change order is so approved, the
Cgie;Fatne" ?
tt r J 1 rr? rr o" ?: i >.> t t • . , t rti 1?t '.
Contractor shall promptly proceed with the work. All Change Orders shall
include overhead and profit, not to exceed five percent (5%) and five percent
(5%) respectively.
8.2 The Contract Price constitutes the total compensation (subject to authorized
adjustments, if applicable) payable to the Contractor for performing the work. All
duties, responsibilities and obligations assigned to or undertaken by the
Contractor shall be at Contractor's expense without change in the Contract
Price or Time except as approved in writing by the City.
8.3 The Contract Price and/or Time may only be changed by a Change Order. A
fully executed change order for any extra work must exist before such extra
work is begun. Any claim for an increase or decrease in the Contract Price shall
be based on written notice delivered by the party making the claim to the other
party promptly (but in no event later than 15 days on the part of the Contractor)
after the occurrence of the event giving rise to the claim and stating the general
nature of the claim. The amount of the claim with supporting data shall be
delivered (unless the City allows an additional period of time to ascertain more
accurate data in support of the claim) and shall be accompanied by claimant's
written statement that the amount claimed covers all known amounts to which
the claimant is entitled as a result of the occurrence of said event. No claim for
an adjustment in the Contract Price will be valid if not submitted in accordance
with this Paragraph.
8.4 The Contract Time may only be changed by a Change Order. A fully executed
change order must exist prior to extension of the contract time.
8.5 Any claim for an extension of the Contract Time shall be based on written notice
delivered by the party making the claim to the other party no later than fifteen
(15) days on the part of the Contractor after the occurrence of the event giving
rise to the claim. Notice of the extent of the claim shall be delivered with
supporting data and stating the general nature of the claim. Contractor hereby
agrees to waive rights to recover any lost time or incurred costs from delays
unless Contractor has given the notice and the supporting data required by this
Paragraph.
8.6 Extensions of time shall be considered and will be based solely upon the effect
of delays to the work as a whole. Extensions of time shall not be granted for
delays to the work, unless the Contractor can clearly demonstrate that such
delays did or will, in fact, delay the progress of work as a whole. Time
extensions shall not be allowed for delays to parts of the work that are not on
the critical path of the project schedule. Time extensions shall not be granted
until all float or contingency time, at the time of delay, available to absorb
specific delays and associated impacts is used.
8.7 In the event satisfactory adjustment cannot be reached by the City and the
Contractor for any item requiring a change in the contract, and a change order
has not been issued, the City reserves the right at its sole option to terminate
the contract as it applies to these items in question and make such
arrangements as the City deems necessary to complete the work. The cost of
Al
it of f < r
C
�r t
any work covered by a change order for an increase or decrease in the contract
price shall be determined by mutual acceptance of a Guaranteed Maximum
Price by City and Contractor. If notice of any change in the contract or contract
time is required to be given to a surety by the provisions of the bond, the giving
of such notice shall be the Contractor's responsibility, and the amount of each
applicable bond shall be adjusted accordingly. Contractor shall furnish proof of
such adjustment to the City Failure of the Contractor to obtain such approval
from the Surety may be a basis for termination of this Contract by the City.
9) No Damages for Delays
ALL TIME LIMITS STATED IN THE CONTRACT DOCUMENTS ARE OF THE
ESSENCE OF THE AGREEMENT. EXCEPT AS PROVIDED HEREIN, NO CLAIM
FOR DAMAGES OR ANY CLAIM OTHER THAN FOR AN EXTENSION OF TIME
SHALL BE MADE OR ASSERTED AGAINST THE CITY BY REASON OF ANY
DELAYS. Contractor shall not be entitled to an increase in the construction cost or
payment or compensation of any kind from City for direct, indirect, consequential,
impact or other costs, expenses or damages including but no limited to costs of
acceleration or inefficiency, arising because of delay, disruption, interference or
hindrance from any cause whatsoever, whether such delay, disruption, interference 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 hindrances or delays due solely to fraud, bad faith or active
interference on the part of City or its agents. In addition, if Contractor is delayed at any
time in the progress of the Work by an act or neglect of the City's employees, or
separate contractors employed by the City, or by changes ordered in the Work, or by
delay authorized by the City pending arbitration, then the Contract Time shall be
reasonably extended by Change Order, and the Guaranteed Maximum Price shall be
reasonably increased by Change Order in order to equitably increase the general
conditions component of the Guaranteed Maximum Price. Furthermore, if Contractor is
delayed at any time in the progress of the Work by labor disputes, fire, unusual delay in
deliveries, adverse weather conditions not reasonably anticipated, unavoidable
casualties or other causes beyond the Contractor's control, or by other causes which
the City and Contractor agree may justify delay, then the Contract Time shall be
reasonably extended by Change Order. 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 that extent specifically provided above. No extension
of time shall be granted for delays resulting from normal weather conditions prevailing
in the area as defined by the average of the last ten (10) years of weather data as
recorded by the United States Department of Commerce, National Oceanic and
Atmospheric Administration at the Fort Lauderdale Weather Station.
10) Waiver of Liens
Prior to final payment of the Contract Sum, a final waiver of lien shall be
submitted by all suppliers, subcontractors, and/or Contractors who worked on the
project that is the subject of this Agreement. Payment of the invoice and acceptance of
such payment by the Contractor shall release City from all claims of liability by
Contractor in connection with the agreement.
t7,
•,: �,rj t �r�;})(
11) Warranty
Contractor warrants the work against defect for a period of one (1) year from the
date of final payment. In the event that defect occurs during this time, Contractor shall
perform such steps as required to remedy the defects. Contractor shall be responsible
for any damages caused by defect to affected area or to interior structure. The one (1)
year warranty period does not begin until approval of final payment for the entire project,
and the subsequent release of any Performance or Payment Bonds, which may be
required by the original bid document.
12) Indemnification
12.1 The Contractor shall indemnify and hold harmless the City, its elected and
appointed officials, employees, and agents from any and all claims, suits,
actions, damages, liability, and expenses (including attorneys' fees) in
connection with loss of life, bodily or personal injury, or property damage,
including loss of use thereof, directly or indirectly caused by, resulting
from, arising out of or occurring in connection with the operations of the
Contractor or its officers, employees, agents, subcontractors, or
independent Contractors, excepting only such loss of life, bodily or
personal injury, or property damage solely attributable to the gross
negligence or willful misconduct of the City or its elected or appointed
officials and employees. The above provisions shall survive the
termination of this Agreement and shall pertain to any occurrence during
the term of this Agreement, even though the claim may be made after the
termination hereof.
12.2 Nothing contained herein is intended nor shall be construed to waive
City's rights and immunities under the common law or Florida Statutes
768.28, as amended from time to time
13) Non -Discrimination & Equal Opportunity Employment
During the performance of the Contract, the Contractor shall not discriminate
against any employee or applicant for employment because of race, religion, color,
gender, national origin, sex, age, marital status, political affiliation, familial status, sexual
orientation, or disability if qualified. The Contractor will take affirmative action to ensure
that employees are treated during employment, without regard to their race, religion,
color, gender or national original, or disability. Such actions must include, but not be
limited to, the following: employment, promotion; demotion or transfer; recruitment or
recruitment advertising, layoff or termination, rates of pay or other forms of
compensation; and selection for training, including apprenticeship. The Contractor shall
agree to post in conspicuous places, available to employees and applicants for
employment, notices to be provided by the contracting officer setting forth the provisions
of this nondiscrimination clause. The Contractor further agrees that he/she will ensure
that Subcontractors, if any, will be made aware of and will comply with this
nondiscrimination clause.
A c7,eo rr?�zai i,'
14) Independent Contractor
This Agreement does not create an employee/employer relationship between the
Parties. It is the intent of the Parties that the Contractor is an independent contractor under
this Agreement and not the City's employee for any purposes, including but not limited to, the
application of the Fair Labor Standards Act minimum wage and overtime payments, Federal
Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the
provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State
Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the
judgment of the manner and means of carrying out Contractor's activities and responsibilities
hereunder provided, further that administrative procedures applicable to services rendered
under this Agreement shall be those of Contractor, which policies of Contractor shall not
conflict with City, State, or United States policies, rules or regulations relating to the use of
Contractor's funds provided for herein. The Contractor agrees that it is a separate and
independent enterprise from the City, that it had full opportunity to find other business, that it
has made its own investment in its business, and that it will utilize a high level of skill
necessary to perform the work. This Agreement shall not be construed as creating any joint
employment relationship between the Contractor and the City and the City will not be liable for
any obligation incurred by Contractor, including but not limited to unpaid minimum wages
and/or overtime premiums.
15) Assignment and Subcontracting
15.1 Contractor shall not transfer or assign the performance required by this
Agreement without the prior consent of the City. This Agreement, or any portion thereof,
shall not be subcontracted without the prior written consent of the city.
15.2 City reserves the right of first refusal of sub -contractors used on this
project. Contractor shall provide the City with names of all sub -contracting firms prior to
commencement of any work.
16) Notice
Whenever either party desires or is required under this Agreement to give notice
to any other party, it must be given written notice either delivered in person, sent by
U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger
service, as follows:
City Manager
City of Tamarac
7525 N.W. 88th Avenue
Tamarac, FL 33321
With a copy to the City Attorney at the following address:
Goren, Cherof, Doody & Ezrol, P.A.
3099 East Commercial Blvd., Suite 200
Fort Lauderdale, FL 33308
( in a ICP171'f17
CONTRACTOR
Straightline Engineering Group Inc.
8382 NW 70t" Street
Miami, FL 33166
(786) 845-8499
17) Termination
Z7.)i......... ...:.t' i / 4 t ITtIZ X
.. ......... ..._.�.... :... .........
L
17.1 Termination for Convenience: This Agreement may be terminated by
the City for convenience, upon seven (7) days of written notice by the
terminating party to the other party for such termination in which event the
Contractor shall be paid its compensation for services performed to
termination date, including services reasonably related to termination. In
the event that the Contractor abandons this Agreement or causes it to be
terminated, Contractor shall indemnify the city against loss pertaining to
this termination.
17.2 Default by Contractor: In addition to all other remedies available to the
City, this Agreement shall be subject to cancellation by the City for cause,
should the Contractor neglect or fail to perform or observe any of the
terms, provisions, conditions, or requirements herein contained, if such
neglect or failure shall continue for a period of thirty (30) days after receipt
by Contractor of written notice of such neglect or failure.
18) Agreement Subject to Funding
This agreement shall remain in full force and effect only as long as the
expenditures provided for in the Agreement have been appropriated by the City
Commission of the City of Tamarac in the annual budget for each fiscal year of this
Agreement, and is subject to termination based on lack of funding.
19) Venue
This Agreement shall be governed by the laws of the State of Florida as now and
hereafter in force. The venue for actions arising out of this agreement is fixed in
Broward County, Florida.
20) Signatory Authority
The Contractor shall provide the City with copies of requisite documentation evidencing
that the signatory for Contractor has the authority to enter into this Agreement.
21) Severability; Waiver of Provisions
Any provision in this Agreement that is prohibited or unenforceable in any
jurisdiction shall, as to such jurisdiction, be ineffective to extent of such prohibition or
unenforceability without invalidating remaining provisions hereof or affecting validity or
;,J 211 ish
!?.. rk i rT
enforceability of such provisions in any other jurisdiction. The non -enforcement of any
provision by either party shall not constitute a waiver of that provision nor shall it affect
the enforceability of that provision or of the remainder of this Agreement.
22) Uncontrollable Circumstances
22.1 Neither the City nor Contractor shall be considered to be in default of this
Agreement if delays in or failure of performance shall be due to
Uncontrollable Forces, the effect of which, by the exercise of reasonable
diligence, the non -performing party could not avoid. The term
"Uncontrollable Forces" shall mean any event which results in the
prevention or delay of performance by a party of its obligations under this
Agreement and which is beyond the reasonable control of the
nonperforming party. It includes, but is not limited to fire, flood, earthquakes,
storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and
governmental actions.
22.2 Neither party shall, however, be excused from performance if
nonperformance is due to forces, which are preventable, removable, or
remediable, and which the nonperforming party could have, with the
exercise of reasonable diligence, prevented, removed, or remedied with
reasonable dispatch. The nonperforming party shall, within a reasonable
time of being prevented or delayed from performance by an uncontrollable
force, give written notice to the other party describing the circumstances
and uncontrollable forces preventing continued performance of the
obligations of this Agreement.
23) Merger; Amendment
This Agreement constitutes the entire Agreement between the Contractor and
the City, and negotiations and oral understandings between the parties are merged
herein. This Agreement can be supplemented and/or amended only by a written
document executed by both the Contractor and the City.
24) Contingent Fees
Contractor warrants it has not employed or retained any company or person, other
than a bona fide employee working solely for Contractor to solicit or secure this
Agreement and that it has not paid or agreed to pay any person, company, corporation,
individual or firm, other than a bona fide employee working solely for Contractor, any fee,
commission, percentage, gift or any other consideration contingent upon or resulting from
the award or making of this Agreement.
ii Aga,,(,,,(m iIt
j"rrr ,.;r�?t r� l aJr7I'1C7 1?r;'r.i?(i?i
IN WITNESS WHEREOF, the parties have made and executed this Agreement on the
respective dates under each signature. CITY OF TAMARAC, signing by and through its
Mayor and City Manager, and CONTRACTOR, signing by and through its President duly
authorized to execute same.
ATTEST:
Marion Swenson', C C
City Clerk
Ddte
ATTE
re of Corporate Secretary
Ricardo A. Diaz
Type/Print Name of Corporate Secy
(CORPORATE SEAL)
C TY OMARAC
Beth Flansbaum-Talabisco, Mayo
D16te
Jeffrey L"KAillef, City Manager
n tP
Date
5traightline Enginee* Group Inc
Company N
Signq�6re o/f')President/Owner
Ricardo A. Diaz
Type/Print Name of President/Owner
71-7IQ7
Date
1 ;:;rrFaa;rra�.xrN,
(. +C! ra 7. 001
•tif si itJ;A
CORPORATE ACKNOWLEDGEMENT
STATEOF rLtKIbn
:ss
COUNTY OF
Dw-a F
I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State
aforesaid and in the County aforesaid to take acknowledgments, personally appeared
Ricardo A. Diaz, of Straightline Engineering Group, Inc,
a Florida Corporation, to me known to be the person(s) described in and who executed
the foregoing instrument and acknowledged before me that he/she executed the same.
01-
WITNESS my hand and official seal this�day of 2007
' bi�
Signat of N tary Public
State o Flori t Large
CRISTINA I. DIAZ
NOTARY "LIC • STATE OF FLORMA
COMMISSION # DD25W19
LE.: -- -
UMI=f Stamp
Name of Notary Public
Personally known to me or
❑ Produced Identification
Type of I.D. Produced
I D take a
DID NOT take an
12