Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
21-012-02 David Mancini & Sons, Inc Fully Executed 03-04-2021
DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 MIAMIBEACH CONTRACT NO. 21-012-02 City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, Fax: 786-394-4235 SENT VIA E-MAIL TO: Bidsdmsi.com March 4, 2021 David Mancini Jr. David Mancini & Sons, Inc. 2601 Wiles Road Pompano Beach, FL 33073 Phone: 954-977-3556 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2021 -012 -WG ROUTINE AND EMERGENCY REPAIR SERVICES TO WATER SEWER AND STORMWATER SYSTEMS Dear Mr. Mancini: On November 26, 2020, David Mancini & Sons, Inc., (the "Contractor") submitted to the City of Miami Beach, Florida (the "City") a request to be prequalified for future projects in response to the above -referenced ITB. The ITB stipulates, pursuant to Section 0200, Sub -Section 16, Binding Contract, that the approval of the City Manager's recommendation by the Mayor and City Commission shall constitute a binding Contract between the City and the awarded bidder. Accordingly, this letter shall serve as official notice from the City that the Mayor and Commission, at its February 10, 2021 meeting, approved the City Manager's recommendation, pursuant to the ITB, to prequalify the Contractor to be eligible to provide services to the City for routine and emergency repairs to water, sewer and stormwater systems. When requesting department(s) requires services, it may seek quotes from prequalified contractors and may select the contractor it deems to be in the best interest of the City. All work will be awarded and must be performed in accordance with the ITB and any supplemental project plans, specifications and instructions. No services may be performed until such time as the City has issued a Purchase Order. If you have any questions regarding this letter of notification of award, you may contact Valerie Velez, Contract Analyst, Procurement Department, at ValerieVelez@miamibeachfl.gov or at 305.673.7490. Otherwise, all other questions should be addressed to the Contract Manager for this contract, Rodolfo De La Torre, Infrastructure Division Director, Public Works at RodolfoDeLaTorre©miamibeachfl.gov or (305) 673-7080 Ext. 26243 Sincerely, DocuSigned by: Alex ALS "-9207 A769CE4CD... Alex Denis Director Procurement Department AD/ME/AG We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community. DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 ATTACHMENT A RESOLUTION & COMMISSION AWARD MEMO RESOLUTION NO. 2021-31585 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE INTERIM CITY MANAGER, PURSUANT TO INVITATION TO BID (ITB) NO. 2021 -012 -WG, FOR ROUTINE AND EMERGENCY SERVICES POOL OF PREQUALIFIED CONTRACTORS, TO ESTABLISH AND MAINTAIN A POOL OF PREQUALIFIED CONTRACTORS, THAT WILL BE USED TO EXPEDITE ROUTINE AND EMERGENCY REPAIRS TO WATER, SEWER AND STORMWATER SYSTEMS ON AN "AS NEEDED" BASIS; AND APPROVING THE INITIAL POOL OF QUALIFIED CONTRACTORS, AS SET FORTH IN EXHIBIT "A" TO THIS RESOLUTION; AND, FURTHER, AUTHORIZING THE CITY MANAGER TO KEEP THE ITB ACTIVE FOR THE PURPOSE OF PREQUALIFYING ADDITIONAL CONTRACTORS; AND TO ADD NEW (OR REMOVE FOR NON-PERFORMANCE) CONTRACTORS TO THE POOL, PROVIDED SUCH ADDED CONTRACTORS MEET THE REQUIREMENTS OF THE ITB. WHEREAS, the City of Miami Beach faces frequent challenges in maintaining its aging infrastructure systems for water, sewer and storm water, and infrastructure, and failures in these systems can lead to unanticipated disruptions that can result in health hazards to the public and significant consequential damages to roads, structures and the environment; and WHEREAS, when a failure occurs, the City has traditionally relied on the authority prescribed in Section 2-396 of the City Code for emergency purchases that allows the City Manager to procure, in any amount, goods or services necessary to protect and preserve the public health, welfare and safety; and WHEREAS, while authority under Section 2-396 of the City Code is an effective way to quickly address immediate infrastructure failures, the Administration believes that it is in the best interest of the City, whenever possible, to quickly seek quotations from available qualified contractors prior to starting repairs in an effort to assure repairs are being addressed in an expedited and cost-effective manner; and WHEREAS, having access to prequalified pool of contractors will help to expedite repairs because multiple quotes can be sought and projects can commence without the delays incurred in conducting the necessary due diligence on contractors that have not been prequalified; and WHEREAS, accordingly, the Administration is seeking to prequalify contractors to address emergencies and repairs necessary to the City's water, sanitary sewer, and storm water systems, which includes, but is not limited to: pump stations; potable water pipes, sanitary sewer main/lateral pipes and valves, storm water drainage pipes; trenchless point repairs; rehabilitation of sanitary sewer and storm water manholes; and WHEREAS, on October 21, 2020t, the City issued Invitation to Bid (ITB) 2021 -012 - WG for Routine and Emergency Services Pool of Prequalified Contractors to receive applications for prequalification from contractors; and WHEREAS, the Procurement Department issued bid notices utilizing www.Bidsync.com website, and 52 prospective bidders accessed the advertised solicitation, and ITB responses were due and received on November 13, 2020; and WHEREAS, the City received a total of nine (9) applications from the following firms: Amici Engineering Contractors LLC, David Mancini & Sons, Inc., EnviroWaste Services Group, Inc., Flotech Environmental LLC, Lanzo Construction Co., Ric -Man Construction Florida, Inc., Ric -Man International, Inc., Southern Underground Industries, Inc., and The Stout Group LLC (see Exhibit A attached hereto); and WHEREAS, the ITB stipulates that all qualified contractors which meet or exceed the prequalification criteria established in the solicitation would be placed on a prequalification list that may be accessed by various City departments to obtain price quotations for the required services; and WHEREAS, staff has verified that all contractors submitting prequalification applications in response to the ITB have met the technical qualifications requirements of the ITB; and WHEREAS, further, Section 255.20(1)(a), Florida Statutes, requires that a contractor that has been prequalified by the Florida Department of Transportation (FDOT) to perform the same type of work as required by the City, is presumed to be qualified to perform the work; and WHEREAS, notwithstanding the requirements of Section 255.20(1)(a), Florida Statutes, to presume prequalification of contractors prequalified by FDOT, the City is not precluded from considering the criteria established in Section 2-369 of the City Code which requires a consideration of the following criteria at the time work is to be awarded: (1) the ability, capacity and skill of the bidder to perform the contract; (2) whether the bidder can perform the contract within the time specified, without delay or interference; (3) the character, integrity, reputation, judgment, experience and efficiency of the bidder; (4) the quality of performance of previous contracts; (5) the previous and existing compliance by the bidder with laws and ordinances relating to the contract; and WHEREAS, accordingly, the City will continue to exercise its rights to consider the criteria established in Section 2-369 of the City Code, which includes, but is not limited to, the quality of performance on previous contracts, at the time the City is awarding work; and WHEREAS, in order to continue to receive requests for prequalification from interested contractors, the City Manager recommends that the ITB be kept active for the initial term of five (5) years and recommends that the City Manager be authorized to add additional contractors that meet the prequalification requirements to the list of prequalified contractors or remove contractors that no longer meet prequalification requirements. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the Interim City Manager, pursuant to Invitation to Bid (ITB) No. 2021 -012 -WG, for Routine and Emergency Services Pool of Prequalified Contractors, to establish and maintain a pool of prequalified contractors, said prequalification to be reviewed annually, that will be used to perform routine and emergency repairs to water, sewer and stormwater systems on an "as needed" basis; and approve the initial pool of qualified contractors, as set forth in Exhibit "A" to this Resolution; and, further, authorize the City Manager to keep the ITB active for the purpose of prequalifying additional contractors; and to add new contractors to the pool, provided such contractors meet the requirements of the ITB. PASSED and ADOPTED this 10 day of i 'bru°4y 2021. ATTEST: C7( LIAvelf Rafael E. ranado, City Clerk Dan Gelber, Mayor 4qni ,E3" , APPROVED AS TO FORM & LANGUAGE Ifi'CORP pRAiED;' - & FOR EXECUTION Z-3—Z� AfforneY Date Exhibit A List of Respondents to ITB ITB 2021 -012 -WG - Routine and Emergency Services Pool of Prequalified Contractors for Water, Sanitary Sewer, and Storm Water Systems Amici Engineering Contractors LLC David Mancini & Sons, Inc.* EnviroWaste Services Group, Inc. Flotech Environmental LLC Lanzo Construction Co., Florida* Ric -Man Construction Florida, Inc.* Ric -Man International, Inc. * Southern Underground Industries, Inc. The Stout Group LLC* *Firm has been prequalified by FDOT for underground water and sewer utilities. DocuSign Envelope ID: 55E5BDC9-89E4-467C-B3AA-45B8639C4B68 MIAMI BEACH Agenda Item: C7 Q Date: 2/10/2021 City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov COMMISSION MEMORANDUM TO: Mayor Dan Gelber and Members of the City Commission FROM: Raul Aguila, Interim City Manager DoeuSigned by: DATE: February 10, 2021 got 2B3D6240F92B45D... SUBJECT: A RESOLUT ON OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE INTERIM CITY MANAGER, PURSUANT TO INVITATION TO BID (ITB) NO. 2021 -012 -WG, FOR ROUTINE AND EMERGENCY SERVICES POOL OF PREQUALIFIED CONTRACTORS, TO ESTABLISH AND MAINTAIN A POOL OF PREQUALIFIED CONTRACTORS, THAT WILL BE USED TO EXPEDITE ROUTINE AND EMERGENCY REPAIRS TO WATER, SEWER AND STORMWATER SYSTEMS ON AN "AS NEEDED" BASIS; AND APPROVING THE INITIAL POOL OF QUALIFIED CONTRACTORS, AS SET FORTH IN EXHIBIT "A" TO THIS RESOLUTION; AND, FURTHER, AUTHORIZING THE CITY MANAGER TO KEEP THE ITB ACTIVE FOR THE PURPOSE OF PREQUALIFYING ADDITIONAL CONTRACTORS; AND TO ADD NEW (OR REMOVE FOR NON- PERFORMANCE) CONTRACTORS TO THE POOL, PROVIDED SUCH ADDED CONTRACTORS MEET THE REQUIREMENTS OF THE ITB. ADMINISTRATION RECOMMENDATION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the resolution accepting City Manager's recommendation pertaining to the prequalification applications received, pursuant to ITB 2021 -012 -WG, for routine and emergency services pool of prequalified contractors. BACKGROUND The City of Miami Beach faces frequent challenges in maintaining its aging infrastructure systems for water, sewer and storm water. Occasionally infrastructure failures lead to unanticipated disruptions that can result in health hazards to the public and significant consequential damages to roads, structures and the environment. When a failure occurs, the City has traditionally relied on the authority pursuant to Section 2- 396 of the City Code that allows the City Manager to procure, in any amount, goods or services necessary to protect and preserve the public health, welfare and safety. While this authority is an effective way to quickly address infrastructure failures, the Administration believes that it is in the City's best interest, whenever possible, to obtain competition by quickly seek quotations from available qualified contractors prior to starting repairs in an effort to assure repairs are being addressed in an expedited and cost-effective manner. Having a prequalified pool of contractors helps to expedite repairs because multiple quotes can be sought, and projects can commence without delays in conducting the due diligence required for contractors not prequalified. For example, while the initial failure must be expeditiously addressed as necessary, the availability of a prequalified pool of contractors, allows some longer-term repairs to be opened up for competition from the prequalified pool of contractors, thereby maximizing cost-effectiveness without significantly impacting repair times. DocuSign Envelope ID: 55E5BDC9-89E4-467C-B3AA-45B8639C4B68 Commission Memorandum ITS 2021 -012 -WG For Routine and Emergency Services Pool of Prequalified Contractors February 10, 2021 Page 12 Accordingly, the Administration is seeking to prequalify contractors to address emergencies and, repairs necessary to the City's water, sanitary sewer, and storm water systems, which includes but is not limited to: pump stations; potable water pipes, sanitary sewer main/lateral pipes and valves, storm water drainage pipes; trenchless point repairs; rehabilitation of sanitary sewer and storm water manholes. It is important to note that Section 255.20(1)(a), Florida Statutes, requires that a contractor that has been prequalified by the Florida Department of Transportation (FDOT) to perform the same type of work as required by the City is presumed to be qualified to perform the work. In accordance with City policy, projects up to $300,000 or responses to emergencies will be awarded by the City Manager. Projects in excess of $300,000 requires the approval of the City Commission. Emergencies must be presented to the City Commission in accordance with Section 2-396 of the City Code. ANALYSIS The City issued Invitation to Bid (ITB) 2021 -012 -WG for Routine and Emergency Services Pool of Prequalified Contractors on October 21, 2020. The Procurement Department issued bid notices utilizing www.Bidsync.com website. 52 prospective bidders accessed the advertised solicitation. ITB responses were due and received on November 13, 2020. The City received a total of nine (9) proposals from the following firms: Amici Engineering Contractors LLC, David Mancini & Sons, Inc., EnviroWaste Services Group, Inc., Flotech Environmental LLC, Lanzo Construction Co., Ric -Man Construction Florida, Inc., Ric -Man International, Inc., Southern Underground Industries, Inc., and The Stout Group LLC. Exhibit A includes the list of all respondent and a notation of those respondents prequalified by FDOT. The ITB stipulates that all qualified contractors which meet or exceed the criteria established in this solicitation shall be placed on a pre -qualification list that may be accessed by various City departments to obtain price quotations for the required services. Staff has verified that all bidders met the qualifications requirements of the ITB. CONCLUSION I agree that it is in the City's best interest to maintain a prequalified pool of contractors to address and expedite repairs necessary to the aging water, sewer and storm water infrastructure. While some initial failures must be expeditiously addressed through emergency procedures in accordance with Section 2-396 of the City Code, the availability of a prequalified pool of contractors does allow for quotes to be sought on longer term repairs to assure cost-effectiveness without significantly impacting repair times. As stated above, it is important to note that Florida law requires local government to presume that contractors prequalified by FDOT fora given category of work is prequalified to perform the same category of work for the local govemment. Exhibit A denotes the contractors prequalified by FDOT for underground utilities (water and sewer), the category of work relevant to this item. However, while an important step in assuring that the City is dealing with technically competent contractors, prequalification is only one step in assuring the City is doing business with reputable contractors. All projects that may be awarded pursuant to this prequalification process are subject to the criteria established in Section 2- 369 of the City Code that requires, in the award of contracts, that the following be considered: DocuSign Envelope ID: 55E5BDC9-89E4-467C-B3AA-45B8639C4B68 Commission Memorandum ITB 2021 -012 -WG For Routine and Emergency Services Pool of Prequalified Contractors February 10, 2021 Page 13 (1) The ability, capacity and skill of the bidder to perform the contract. (2) Whether the bidder can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation, judgment, experience and efficiency of the bidder. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract. Further, while Florida law may prevent the Administration from not considering a contractor's standing FDOT prequalification, nowhere in Florida law is prequalification a guarantee of award and the City will continue to exercise its right to consider the criteria established in Section 2-369, which includes (but is not limited to) the quality of performance on previous contracts. In other words, a contractor that has performed poorly in the past, or is not in good standing on any criteria established in Section 2-369 of the City Code, regardless of any standing prequalification with FDOT or any other agency, could be denied an award of a contract for work. Finally, to continue to receive requests for prequalification from interested contractors, I recommend that the ITB be kept active authorizing the City Manager to add additional contractors that meet the prequalification requirements to the list of prequalified contractors or remove contractors that no longer meet prequalification requirements. For the reasons stated herein, I recommend that the Mayor and City Commission approve the Resolution authorizing the Administration to establish and maintain a pool of prequalified contractors that will be used to perform routine and emergency repairs to water, sewer and stormwater systems on short notice on an "as needed" basis; and approving the initial pool of qualified contractors, as set forth in Exhibit "A" to the Commission memorandum; and, further, authorize the City Manager to (1) keep the ITB active for the purpose of prequalifying additional contractors; and (2) add new contractors to the pool, provided such contractors meet the requirements of the ITB. FISCAL IMPACT STATEMENT The cost of the related services is subject to funds availability approved through the City's budgeting process. It is not anticipated that grant funding will be utilized for this project. Fitt,ros ros gt, AD AH/RC/AD DocuSign Envelope ID: 55E5BDC9-89E4-467C-B3AA-45B8639C4B68 Exhibit A List of Respondents to ITB ITB 2021 -012 -WG - Routine and Emergency Services Pool of Prequalified Contractors for Water, Sanitary Sewer, and Storm Water Systems Amici Engineering Contractors LLC David Mancini & Sons, Inc.* EnviroWaste Services Group, Inc. Flotech Environmental LLC Lanzo Construction Co., Florida* Ric -Man Construction Florida, Inc.* Ric -Man International, Inc. * Southern Underground Industries, Inc. The Stout Group LLC* *Firm has been prequalified by FDOT for underground water and sewer utilities. MIAMI BEACH Resolutions - C7 Q COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Raul J. Aguila, Interim City Manager DATE: February 10, 2021 SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE INTERIM CITY MANAGER, PURSUANT TO INVITATION TO BID (ITB) NO. 2021 -012 -WG FOR ROUTINE AND EMERGENCY SERVICES POOL OF PREQUALIFIED CONTRACTORS, TO ESTABLISH AND MAINTAIN A POOL OF PREQUALIFIED CONTRACTORS, THAT WILL BE USED TO PERFORM ROUTINE AND EMERGENCY REPAIRS TO WATER, SEWER AND STORMWATER SYSTEMS ON AN "AS NEEDED" BASIS; AND APPROVING THE INITIAL POOL OF QUALIFIED CONTRACTORS, AS SET FORTH IN EXHIBIT "A" TO THIS RESOLUTION; AND, FURTHER, AUTHORIZING THE CITY MANAGER TO (1) KEEP THE ITB ACTIVE FOR THE PURPOSE OF PREQUALIFYING ADDITIONAL CONTRACTORS; AND (2) ADD NEW CONTRACTORS TO THE POOL, PROVIDED SUCH CONTRACTORS MEET THE REQUIREMENTS OF THE ITB. (ITEM TO BE SUBMITTED IN SUPPLEMENTAL) Applicable Area Citywide Is this a "Residents Right to Know" item. pursuant to City Code Section 2-14? No Does this item utilize G.O. Bond Funds? No Strategic Connection Neighborhoods - Provide quick and exceptional fire and emergency response. .Legislative Tracking Public Works/Procurement Page 513 of 1252 DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 ATTACHMENT B ADDENDA AND ITB SOLICITATION MIAMIBEACH MIAMI BEACH DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 SECTION 0100: GENERAL INFORMATION & SCOPE OF WORK 1. PURPOSE. The City of Miami Beach faces the challenge of maintaining an aging infrastructure. Occasionally pipe/valve failure lead to unanticipated disruption of water, sewer or storm drainage systems and often result in health hazards to the public and significant consequential damages to roads, structures and the environment. The City of Miami Beach is seeking applications from qualified contractors who wish to participate in a pre -qualification pool that will be used to perform routine and emergency repairs to water, sewer and stormwater systems on short notice on an "as needed" basis as specified herein. Interested contractors may submit an application indicating its intent to become prequalified. All contractors which meet or exceed the criteria established in this solicitation shall be placed on a pre -qualification list that may be accessed by various City departments to obtain price quotations for emergency response services. The City utilizes BidSync (www.bidsync.com) for automatic notification of solicitation opportunities and document fulfillment. Any prospective bidder who has received this ITB by any means other than through BidSync is solely responsible for registering immediately with BidSync to assure it receives any addendum issued to this ITB. Additionally, prior to submittal of the bid, bidder shall verify that it has received and complied with all addenda issued. Failure to receive an addendum, or comply with an addendum requirement, may result in disqualification of bid submitted. To be considered for the pool of pre -qualified contractors, interested parties must submit a complete Bidder Pre -Qualification Application Appendix A . SCOPE OF WORK The prospective bidder shall provide all supervision, labor, equipment, materials, rental of equipment and supplies necessary to provide services including but not limited to routine improvements and emergency repairs to the City's water, sanitary sewer, and storm water systems, including but not limited to: pump stations; potable water pipes, sanitary sewer main/lateral pipes and valves, storm water drainage pipes; trenchless point repairs; rehabilitation of sanitary sewer and storm water manholes. Pre -qualified contractors will be contacted in accordance with the road map procedures included in the special conditions. 5 Work will be awarded in accordance with the roadmap procedures established in the ITB. 4 On an as needed basis, City will request Qsysand costs from firms prequalified for the applicable category. 3 If Application is approved, firm is added to the list of firms prequalrfied authorized for future work. 1 Bidder submits an application to be prequalrfied in response to this ITB. 2. Application is evaluated for compliance with ITB requirements. DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. PREQUALIFIED STATUS IS VALID FOR FIVE (5) YEARS FROM DATE OF THE NOTICE OF PREQUALIFICATION ISSUED BY THE CITY, OR AS OTHERWISE APPROVED BY THE CITY MANAGER. 4. ADDITIONAL PREQUALIFIED FIRMS TO BE ADDED TO POOL. At any time, the City, through the approval of the City Manager, may accept applications and add additional firms to the list of prequalified firms. 5. SERVICE DELIVERY EXPECTATIONS. The City places an emphasis on excellent customer service delivery and expects the prequalified bidder to provide the best possible customer service to any and all awarded projects throughout the term of the contract. The prequalified bidder's project manager is responsible for monitoring the customer service provided to City by prequalified bidder's staff, sales and support teams, and employing, as necessary, corrective measures, to ensure that the prequalified bidder will provide and maintain the highest quality of customer service possible during completion of the project(s). Project -specific deliverables and expectations shall be defined on a project -by -project basis, as specified in each ITQ. 6. VOLUME OF WORK TO BE RECEIVED BY BIDDER. No promise of work is given, or should be understood, as a result of a pre -qualification. The City reserves the right to purchase any goods and/or services awarded from any resulting agreement, or another governmental contract, or on an as - needed basis through the City's spot market purchase provisions. 7. STANDARD TERMS AND CONDITIONS. The City's Standard Terms and Conditions for Construction Contracts (available at https://www.miamibeachfl.gov/city- hall/procurement/standard- terms-and-conditions/) are referenced and incorporated herein. 8. BINDING AGREEMENT. By virtue of submitting an application for the City's consideration, the bidder agrees that the application shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon approval of bidder's prequalification status by City Manager or City Commission. Further, bidder agrees that, upon approval of the bidder's application by the City Manager or City Commission, a binding Agreement shall be established between the City and the approved contractor. The Agreement shall be comprised of the following documents, and in the following order: First, the Purchase Order issued by the City; then, Second, the signed Contractor Service Order; then, Third, the Invitation to Quote (ITQ) awarded to the vendor; then, Fourth, the Executed Agreement Fifth the ITB, including all documents released in connection with the ITB, including all appendixes, whether included herein or released under separate cover. In case of default on the part of the Successful Bidder, after said award, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 9. INSURANCE REQUIREMENTS. Bidders shall furnish to the City Certificates of Insurance or endorsements evidencing capacity to meet the City's minimum insurance coverage specified herein, with its bid, or within three (3) days from request by the City. This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. 4. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 5. Thirty (30) days written cancellation notice required. 6. The certificate must state the proposal number and title 7. Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. Certificate Holder: CITY OF MIAMI BEACH c/o PROCUREMENT DEPARTMENT 1755 MERIDIAN AVENUE, 3RD FLOOR MIAMI BEACH, FL 33139 Special Risks or Circumstances. The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances on a project by project basis. Waiver of Subrogation. Contractor hereby grants to City of Miami Beach a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City of Miami Beach by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Miami Beach has received a waiver of subrogation endorsement from the insurer. MIAMIBEACH MIAMI BEACH DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 each project, identify whether the experience is for the bidder or for a principal (include name of principal). 3. Bonding Capacity. Submit proof of bonding capacity of no less than $1,000,000. Submittal Requirement: Proof of bonding capacity letter shall be from an A rated Financial Class V Surety Company, at a minimum. Section 5. NON -RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of non -responsiveness. Non-responsive applications will not be considered. 1. Prequalification Application (submitted electronically). [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 Part A — General Bidder Information. FIRM NAME: NO. OF YEARS IN BUSINESS: NO. OF YEARS IN BUSINESS LOCALLY: NO. OF EMPLOYEES: OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: BIDDER IS: CORPORATION / PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other, specify: ) DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 Part B — Operational & Management Information. 1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the company, below. Submit additional names on a separate sheet if required. Owner Ownership percentage Directorship/Office type 2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5) years. Project Description of Work Project Reference Name: Email: Telephone: Name: Email: Telephone: Name: Email: Telephone: 3. Is the bidder currently barred b a overnmental a enc , from bidding as a prime or subcontractor? YES NO If yes, state debarment period and the reason(s) for debarment? 4. Has the bidder or any of its owners, directors, officers, or agents been convicted of a crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5) years? YES NO If yes, why? 5. Is an affiliate of the bidder pre ualified by the City of Miami Beach for any work? YES NO If yes, state the name of the affiliate? DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 6. Is the bidder a parent, subsidiar , or holding compan for another company? YES NO If the answer is "yes," identify the company and type of relationship(s), below: Company Type of affiliation (parent or subsidiary) Period of affiliation 7. Is an owner, director, officer, or a ent of the bidder affiliated with another company? YES NO If the answer is "yes," provide the following information for each individual and the affiliated company. Individual's name Affiliated company's name Period of affiliation Type of affiliation (e.g. officer, director, owner or employee) 8. Is the bidder currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years? YES NO If yes, explain and attach, as applicable, the relevant case and court documents, including (but not limited to): the original petition, including the case number and the date that the petition was filed; a copy of the bankruptcy court's discharge order, and any other document that ended the case, if no discharge order was issued. 9. Has any owner, director, officer, or agent for the bidder, or has any business organization in which any such person was an owner, director, officer, or agent filed for or been discharged in bankruptcy within the past five (5) years? YES NO If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7 case, a copy of the notice of commencement. 10. Has any owner, director, officer, or agent of the bidder owned or managed a company under any other name in the last five (5) years? YES NO If yes, explain. DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 11. Has the bidder been assessed or paid any fines on any contract during the past five (5) years, whether the project was publicly or privately owned? YES NO If yes, explain. 12. Are there currently any liens, suits, or judgments of record pending against any owner, director, officer, or agent for the company that is related to the business activities of a business organization? YES NO If yes, explain. 13. Has the bidder or any of its owners, officers, or partners ever been convicted (criminal) or found liable (civil) for making either a false claim or material misre resentation to any public agency or entity? YES NO If yes, explain. 14. Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or state crime? YES NO If yes, explain. 15. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of any officer, director, employee or a ent, an employee of the City of Miami Beach? YES NO If yes, state name, title and share of ownershi p Name Title Share (%) of Ownership DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 16. Has the bidder, or any officer, director, employee or agent, contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach? YES NO If yes, provide details. 17. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires bidders with more than 51 employees and City volume greater than $100,000 to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a bidder who works within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of em to ees? YES 1I NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Company Provides for Employees with Spouses Company Provides for Employees with Domestic Partners Company does not Provide Benefit Health Sick Leave Family Medical Leave Bereavement Leave 18. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or services sourced in North Carolina and Mississippi. Are any of the products for which the bidder is seeking to be prequalified sourced in North Carolina or Mississippi? YES NO If yes, which brands. 19. Safety Record: Provide the firm's Experience Modification Rate (EMR) data for the previous three (3) full calendar years on a firm -wide basis, which shall be documented by a signed letter with contact information from the firm's insurance carrier, or the insurance carrier's agency representative. Company's Experience Modification Rate. Rate( attach required documentation) DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 BIDDER AFFIDAVIT The undersigned agrees that s/he: 1) is a principal of the bidder duly authorized to execute the foregoing Contractor Prequalification Certification Application, and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief; 2) s/ certifies that the application and supporting documents include all of the material information necessary to validate the status of the company for prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide a notarized statement whenever a change occurs in the ownership, management, or financial condition of the company. Further, any prequalified contractor, including its principal(s), director(s), and any affiliate, who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach shall be declared delinquent and have its certificate suspended or revoked and will be subject to debarment and any other penalties prescribed by law. The undersigned affirms that the bidder agrees: 1) to complete and unconditional acceptance of the terms and conditions of this document, inclusive of attachments, exhibits and appendices; 2) that it has not colluded, nor will collude, with any other bidder; 3) that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; 4) that all responses, data and information contained in the bid are true and accurate. Name: Title (must be a principal of the bidder): Signature: Date: [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] MIAMI BEACH DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 SPECIAL CONDITIONS 1. METHOD OF PAYMENT. The City shall provide periodic payments for services rendered by the Contractor. In order for the City to provide payment, the Contractor shall submit a fully documented invoice within thirty (30) calendar days after the service has been rendered. It shall be understood that such invoices shall not be submitted for payment until such time as the service has been completed and a City representative has reviewed and approved the service. 2. USE OF PREMISES. The Contractor shall confine his/her equipment, apparatus, the storage of materials, and the operation of his/her workmen to the limits indicated by law, ordinances, permits, or direction of the authorized City representative, and shall not unreasonably encumber the premises with his/her materials. 3. CLEAN-UP. All unusable materials and debris shall be removed from the site at the end of each workday and disposed of in an appropriate manner. Upon final completion, the Contractor shall thoroughly clean up all areas, as mutually agreed with the City, where work was performed. 4. BACKGROUND CHECKS/CONTRACTOR'S PERSONNEL. The Contractor shall conduct a full criminal background check at its own expense on each of its employees engaged in providing services under this ITB or any resulting Agreement prior to the commencement of said services. No Contractor employee shall be eligible to perform services, pursuant to this ITB or resulting Agreement if he or she: (1) has been convicted of or was placed in a pre-trial diversion program for any crime involving dishonesty or breach of trust; embezzlement; drug trafficking; forgery; burglary; robbery; theft; perjury; possession of stolen property; identity theft; fraud; money laundering; shoplifting; larceny; falsification of documents and/or (2) has been convicted of any sex, weapons, or violent crime including but not limited to homicide; attempted homicide; rape; child molestation; extortion; terrorism or terrorist threats; kidnapping; assault; battery; and illegal weapon possession, sale or use. The Contractor shall defend, indemnify and hold the City, its officers, employees, and agents harmless from and against any and all liability, loss, expense (including reasonable attorney's fees) or claims for injury or damages arising out of its failure to comply with this requirement. Contractor shall employ personnel competent to perform the work specified herein. The City reserves the right to request the removal of the Contractor's employee's from performing maintenance on the City's grounds where the employee's performance or actions are obviously detrimental to the program. Contractor's personnel must wear photo identification at all times. 5. UNIFORMS. All personnel furnished to the City of Miami Beach must be uniformed. Each employee supplied by the Contractor will wear a uniform bearing the Contractor's name. Uniforms must be provided at the Contractor's expense and may not be charged to the employee or deducted from the employees' paycheck, therefore reducing the hourly pay rate to less than the living wage rate required by this solicitation. 6. FIELD MEASUREMENTS. Unless specifically instructed otherwise by the City, in writing, the Contractor shall be responsible for the location and layout of all work and shall be responsible for all field measurements that may be required for execution of the work. In the case of dimensions, field dimensions, etc. it shall be the Contractor's responsibility to field measure, obtain and verify same. 7. SAFETY. The Successful Bidder shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. The Successful Bidder shall comply with the rules and regulations of the Florida Department of Commerce regarding industrial safety (Fla Statutes DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 Section 440.56) and with the standards set forth in the Occupational Safety and Health Act of 1970 (OSHA) and its amendments. 8. UNFORESEEN CONDITIONS. Occasionally, repairs or restoration of facilities or property as a result of effecting repairs will require a specialty contractor for completion. The awarded Contractor shall notify the City and identify the construction materials and/or methods required. The Contractor shall be responsible for scheduling and job management through successful completion. If, or when, unforeseen conditions occur, the Contractor shall furnish a proposal for all additional services and/or materials not covered by the contract, as needed, by the City. The City also reserves the right to add, delete or change the scope of the work, as needed. The Contractor shall receive approval prior to any changes and prices will be negotiated accordingly. After award of this proposal, all questions or concerns shall be directed to the City's designated representative. 9. ROADMAP FOR PROJECTS AWARDED PURSUANT TO POOL OF PRE -QUALIFIED CONTRACTORS FOR ROUTINE IMPROVEMENTS. The project/contract manager may request quotes from contractors authorized to participate in the Pre -Qualified Bidder Pool. Responsive, responsible bidders eligible to participate in the Pre -Qualified Bidder Pool, shall at their own expense, visit the site and prepare a lump sum detailed quotation (inclusive of all labor, materials, and all other costs. Each quote prepared by the contractor shall include an acceptable description of the nature, extent and character of the work required, as well as performance and delivery schedules. In the alternative, project managers may require an itemized breakdown of the lump sum amounts. 9.1 For projects with an estimated cost up to the amount specified in City Procedure PO16.02, Threshold Category 1 (currently $15,000 or as amended), the project/contract manager may select the contractor deemed to be best qualified. 9.2 For projects with an estimated cost exceeding the amount specified in City Procedure PO16.02, Threshold Category 2 (currently $15,000.01 or as amended), the project/contract manager shall solicit quotes from all prequalified bidders. 9.3 In determining the lowest and best contractor for the project, in addition to price, there shall be considered the following: (1) The ability, capacity and skill of the bidder to perform the contract. (2) Whether the bidder can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation, judgment, experience and efficiency of the bidder. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract. DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 10. ROADMAP FOR PROJECTS AWARDED PURSUANT TO POOL OF PRE -QUALIFIED CONTRACTORS FOR EMERGENCY SERVICES. In lieu of routine repairs (Para. 9), the project/contract manager may under emergency situations select a contractor from the prequalified pool in response for emergency service. The Pre -Qualified Bidder, shall at their own expense, visit the site and prepare a lump sum detailed quotation (inclusive of all labor, materials, and all other costs. Each quote prepared by the contractor shall include an acceptable description of the nature, extent and character of the work required, as well as performance and delivery schedules. In the alternative, project managers may require an itemized breakdown of the lump sum amounts. 10.1 In determining the best contractor for the project, the following may be considered: (1) The ability, capacity and skill of the bidder to perform the contract. (2) Whether the bidder can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation, judgment, experience and efficiency of the bidder. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract. 11. RESPONSE REQUIREMENTS FOR EMERGENCY SERVICE. Pre -qualified Contractor(s) will provide the City with evening, weekend, and holiday service, as necessary, to cope with an emergency which threatens public health and safety, as determined by the City. Contractor(s) shall be immediately available via a twenty-four (24) hour, seven (7) days per week telephone service. It is expected that non-scheduled request for service (emergency calls, etc.) shall be responded to within one (1) hour after the call is made to the service or directly to the Contractor. Contractor(s) shall supply the name and telephone numbers, cellular and office, of at least two (2) company individuals with the authority to make management decisions and who can be reached at any time. The pre -qualified Contractor, upon the issuance of a purchase order, shall mobilize within 24 hours. The contractor shall call for underground locates (Sunshine 811) a minimum of 48 -hours before demolition/excavation activities. In some cases such as a sewer main break and after meeting on-site to discuss the repairs of the water or sewer main break, the Contractor may be required to mobilize immediately as directed by the Department of Public Works Director, Infrastructure (Operations) Director, or his designee. 12. RESPONSE REQUIREMENTS FOR ROUTINE/NON-EMERGENCY OR PLANNED WORK. The pre -qualified Contractor, upon the issuance of a Purchase Order (PO) shall schedule a Pre - Construction meeting with the respective City department within 48 hours and, within a reasonable time frame, the Contractor shall provide a work schedule which will be mutually agreed upon. Upon receipt of NTP the Contractor shall commence scheduling meetings, activities, permit applications and other preconstruction activities deemed necessary to complete the work. The Notice to Proceed will not be issued until Contractor's submission to City of all required documents (including but limited to: Payment and Performance Bonds, and Insurance Certificate) and after execution of the Contract by both parties. The contractor shall call for underground locates (Sunshine 811) a minimum of 48 -hours before demolition/excavation activities begin and shall mobilize within 24 -hours of the previously agree "project start date". All required permits, shop drawings, and any other necessary documents required by this provision shall be submitted to the City before mobilizing. 13. MAINTENANCE OF TRAFFIC. Work shall be conducted in such a manner that all streets shall be open to traffic at night. Approved and sufficient barricades, signs and lighting shall be maintained at all times for the safety of the public and traffic, and to ensure that no traffic will pass over the placed DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 material until the material is cured. Work areas must be barricaded by the Contractor 24 hours prior to commencement of the work. It will be the responsibility of the Contractor to provide all barricades, signs, and lighting in accordance with the above stated requirements. The Contractor shall be responsible for providing an off-duty police officer, if necessary, to complete the job. 14. PERMITS. Contractor shall be responsible for attaining permits for any work which requires permits. The City will only reimburse for initial review and one resubmission. Costs associated with additional re -submissions will not be reimbursed. Contractor shall not include permit fees on Cost Proposal Form. All licenses required by municipality, governmental agency, or political subdivision shall be obtained by and paid for by the Contractor. Damages, penalties and or fines imposed on the City or the Contractor for failure to obtain required licenses, permits or fines shall be borne by the Contractor. 15. WARRANTY/GUARANTEE. Contractor warrants the materials supplied and the work performed under this contract conform to warranty materials provided and work performed for one (1) year from date of completion. For new installations, Contractor shall additionally provide full manufacturer warranty to the City. In addition to all other warranties that may be supplied by the Contractor, the Contractor shall warrant its products and/or service against faulty labor and/or defective material for a minimum period of one (1) year after the date of acceptance of the labor, materials and/or equipment by the City. This warranty requirement shall remain in force for the full one (1) year period; regardless of whether the Contractor is under contract with the City at the time of the defect. Any payment by the City on behalf of the goods or services received from the Contractor does not constitute a waiver of these warrant provisions. 16. LIMITATION OF PROJECT. There shall be no limits to projects awarded pursuant to this ITB. However, projects in excess of $300,000 shall require City of Miami Beach Commission approval. 17. ESTIMATES. The project/contract manager may require the contractor to provide an estimate prior to the commencement of work. Any actual charges that exceed estimate amounts must be pre - approved by the project/contract manager. 18 PERFORMANCE BOND AND PAYMENT BOND. Projects in excess of $200,000.00 will require performance and payment bond, in the full amount of the value of the project .The Contractor shall, within ten (10) business days of notification by the City, furnish and deliver to the City a payment bond and a performance bond, in a form to be provided by the City, issued by sureties licensed and authorized to do business in the State of Florida, covering the faithful performance and completion of the Project pursuant to the Contract Documents, including the performance and completion of those services provided by Subcontractors of any tier and covering the payment of all obligations arising hereunder including but not limited to, the payment for all materials used in the performance of the Project in accordance with the Contract Documents, and for all labor and services performed under the Contract Documents (including materials, labor and/or services provided by Subconsultants and Subcontractors of any tier), whether by Subcontractors or otherwise. Each of the aforesaid bonds (collectively herein referred to as the "Performance Bond and Payment Bond") shall have a penal amount equal to the Contract Price, unless otherwise approved by the City and to the extent permitted DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 by law. Each bond shall be increased in the amount of any change to the Contract Price. Each bond shall continue in effect for one (1) year after Final Completion of the Work. The Performance Bond and Payment Bond and the sureties issuing such bonds shall meet all the requirements set forth in the Contract Documents and the Performance Bond and Payment Bond shall each be in the form attached hereto or shall otherwise be acceptable to the City in its reasonable discretion. If any of the sureties on the Performance Bond and Payment Bond at any time fails to meet said requirements, or is deemed to be insufficient security for the penalty of said bond, then the City may, on giving thirty (30) days' notice thereof in writing, require the Contractor to furnish a new and/or additional bond(s) in the above amounts with such sureties thereon being licensed and authorized to do business in the State of Florida and as shall be satisfactory to the City. The Contractor shall pay all costs of compliance with this Article as part of the Contract Price. Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as may be amended from time to time, Contractor shall ensure that the bond(s) referenced above shall be recorded in the public records of Miami -Dade County and provide City with evidence of such recording. 18.1. Alternate Form of Security: In lieu of a Performance Bond and a Payment Bond, Contractor may furnish alternate forms of security which may be in the form of cash, money order, certified check, cashier's check or unconditional letter of credit in the form attached hereto, which shall be in accordance with Section 255.05, Florida Statutes. Such alternate forms of security shall be subject to the prior approval of City and for same purpose and shall be subject to the same conditions as those applicable above and shall be held by City for one year after completion and acceptance of the Work. 18.2. Qualification of Surety: Bid Bonds, Performance Bonds and Payment Bonds over Five Hundred Thousand Dollars ($500,000.00): 18.2.1. Each bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida as surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. 18.2.2. The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with United States Department of Treasury Circular 570, Current Revisions. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 DFR Section 223.10, Section 223.111). Further, the surety company shall provide City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner. 18.2.3. The City will accept a surety bond from a company with a rating of A or better for bonds up to $2 million, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the City shall review and either accept or reject the surety company based on the financial information available to the City. A surety company that is rejected by the City may be substituted by the Bidder or proposer with a surety company acceptable to the City, only if the bid amount does not increase. The following sets forth, in general, the acceptable parameters for bonds: Policy- Financial holder's Size Amount of Bond Ratings Category DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 500,001 to 1,000,000 1,000,001 to 2,000,000 2,000,001 to 5,000,000 5,000,001 to 10,000,000 10,000,001 to 25,000,000 25,000,001 to 50,000,000 50,000,001 or more B+ Class I B+ Class II A Class III A Class IV A Class V A Class VI A Class VII 18.2.4. For projects of $500,000.00 or less, City may accept a Bid Bond, Performance Bond and Payment Bond from a surety company which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation to bid is issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid certificate of authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code, as may be amended from time to time. The Certificate and Affidavit so certifying should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond. 18.2.5. Unless more stringent surety requirements of any grantor agency are set forth within the Supplemental Conditions, the provisions of this Article shall apply. MIAMI BEACH MIAMI BEACH DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 2.3 Upon failure of Contractor to substantially complete the Contract within the specified period of time, plus approved time extensions, Contractor shall pay to City the sum of dollars ($ ) for each calendar day after the time specified in Section 2.2 above, plus any approved time extensions, for Substantial Completion. After Substantial Completion should Contractor fail to complete the remaining work within the time specified in Section 2.2 above, plus approved time extensions thereof, for completion and readiness for final payment, Contractor shall pay to City the sum of dollars ($ ) for each calendar day after the time specified in Section 2.2 above, plus any approved extensions, for completion and readiness for final payment. These amounts are not penalties but are liquidated damages to City for its inability to obtain full beneficial occupancy and/or use of the Project. 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 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 Contractor to complete the Contract on time. The above -stated liquidated damages shall apply separately to each portion of the Project for which a time for completion is given. 2.4 City is authorized to deduct liquidated damages from monies due to Contractor for the Work under this Contract or as much thereof as City may, in its sole discretion, deem just and reasonable. 2.5 Contractor shall be responsible for reimbursing City, in addition to liquidated damages, for all costs incurred by Consultant in administering the construction of the Project beyond the completion date specified above, plus approved time extensions. Consultant construction administration costs shall be pursuant to the contract between City and Consultant, a copy of which is available upon request of the Contract Administrator. All such costs shall be deducted from the monies due Contractor for performance of Work under this Contract by means of unilateral credit change orders issued by City as costs are incurred by Consultant and agreed to by City. ARTICLE 3 THE CONTRACT SUM This is a Unit Price Contract:* 3.1 City shall pay to Contractor the amounts determined for the total number of each of the units of work completed at the unit price stated in the schedule of prices bid. The number of units contained in this schedule is an estimate only, and final payment shall be made for the actual number of units incorporated in or made necessary by the Work covered by the Contract Documents. 3.2 Payment shall be made at the unit prices applicable to each integral part of the Work. These prices shall be full compensation for all costs, including overhead and profit, associated with completion of all the Work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract unit price shall be included in the Contract unit price or lump sum price to which the item is most applicable. DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 [X] This is a Lump Sum Price Contract:* 3.1 City shall pay to Contractor for the performance of the Work described in the Contract Documents, the total price stated as awarded. 3.2 The Contract Price is $ , consisting of a base bid in the amount of $ , and a separate line item in the amount of $ for the Owner's Contingency (to be used solely by the City at its sole discretion for the purposes described in the Contract Documents). The Contract Price, exclusive of the Owner's Contingency, shall be full compensation for all labor, materials, equipment, costs, and expenses, including overhead and profit, associated with completion of all the Work accordance with the requirements of the Contract Documents, including all Work reasonably inferable therefrom, even if such item of Work is not specifically or expressly identified as part of a line item in the ITB Price Form. *Note: Some projects include both unit prices and lump sums in which case both sections shall apply to the Work identified for each type of Contract. ARTICLE 4 PROGRESS PAYMENTS 4.1 Contractor may make Application for Payment for work completed during the Project at intervals of not more than once a month. Contractor's application shall show a complete breakdown of the Project components, the quantities completed and the amount due, together with such supporting evidence as may be required by Consultant. Contractor shall include, but same shall be limited to, at Consultant's discretion, with each Application for Payment, an updated progress schedule acceptable to Consultant as required by the Contract Documents and a release of liens and consent of surety relative to the work which is the subject of the Application. Following submission of an acceptable updated progress schedule and the other documents required herein a log with the Application for Payment, City shall make payment to Contractor after approval by Consultant of an Application for Payment, less retainage as herein provided for and/or withholding of any other amounts pursuant to the Contract Documents, within twenty-five (25) days in accordance with Section 218.735 of the Florida Statutes. 4.2 The City shall withhold from each progress payment made to Contractor retainage in the amount of ten percent (10%) of each such payment until fifty percent (50%) of the Work has been completed. The Work shall be considered 50% complete at the point at which the City has expended 50% of the approved Cost of the Work together with all costs associated with existing change orders or other additions or modifications to the construction services provided for in this Agreement. Thereafter, the Contract Administrator shall reduce to five percent (5%) the amount of retainage withheld from each subsequent progress payment made to the Contractor, until Substantial Completion as provided in ITB Section 0500, Sub - Section 43. Any reduction in retainage shall be in accordance with Section 255.078 of the Florida Statutes, as may be amended, and shall otherwise be at the sole discretion of the Contract Administrator, after considering any recommendation of Consultant with respect thereto. Contractor shall have no entitlement to a release of, or reduction in, retainage, except as may be required herein or by Florida law. Any interest earned on retainage shall accrue to the benefit of City. All requests for retainage reduction shall be in writing in a stand-alone document, separate from DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 monthly applications for payment. 4.3 City may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss on account of: 4.3.1 Defective work not remedied. 4.3.2 Claims filed or reasonable evidence indicating probable filing of claims by other parties against Contractor or City because of Contractor's performance. 4.3.3 Failure of Contractor to make payments properly to Subcontractors or for material or labor. 4.3.4 Damage to another contractor not remedied. 4.3.5 Liquidated damages and costs incurred by Consultant for extended construction administration. 4.3.6 Failure of Contractor to provide any and all documents required by the Contract Documents. When the above grounds are removed or resolved satisfactory to the Contract Administrator, payment shall be made in whole or in part. ARTICLE 5 ACCEPTANCE AND FINAL PAYMENT 5.1 Upon receipt of written notice from Contractor that the Work is ready for final inspection and acceptance, Consultant shall, within ten (10) calendar days, make an inspection thereof. If Consultant and Contract Administrator find the Work acceptable, the requisite documents have been submitted and the requirements of the Contract Documents fully satisfied, and all conditions of the permits and regulatory agencies have been met, a Final Certificate of Payment (Form 00926) shall be issued by Consultant, over its signature, stating that the requirements of the Contract Documents have been performed and the Work is ready for acceptance under the terms and conditions thereof. 5.2 Before issuance of the Final Certificate for Payment, Contractor shall deliver to Consultant a complete release of all liens arising out of this Contract, receipts in full in lieu thereof; an affidavit certifying that all suppliers and subcontractors have been paid in full and that all other indebtedness connected with the Work has been paid, and a consent of the surety to final payment; the final corrected as -built drawings; and the final bill of materials, if required, and invoice. 5.3 If, after the Work has been substantially completed, full completion thereof is materially delayed through no fault of Contractor, and Consultant so certifies, City shall, upon certificate of Consultant, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 5.4 Final payment shall be made only after the City Manager or his designee has reviewed a written evaluation of the performance of Contractor prepared by the DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 Contract Administrator, and approved the final payment. The acceptance of final payment shall constitute a waiver of all claims by Contractor, except those previously made in strict accordance with the provisions of the General Conditions and identified by Contractor as unsettled at the time of the application for final payment. ARTICLE 6 — MISCELLANEOUS 6.1 The requirements of the Contract Documents, as such term is defined in the Invitation to Bid, are hereby incorporated by reference as if fully set forth herein. This Contract is part of, and incorporated in, the Contract Documents as defined herein. Accordingly, all of the documents incorporated by the Contract Documents shall govern this Project. 6.2 Where there is a conflict between any provision set forth within the Contract Documents and a more stringent provision elsewhere in the Contract Documents or under any law, regulation, statute or code requirement which is applicable to this Project, the more stringent state or federal provision shall prevail and govern the performance of the Work. 6.3 Public Entity Crimes In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the City purchase and may result in Contractor debarment. 6.4 Independent Contractor Contractor is an independent contractor under this Contract. Services provided by Contractor pursuant to this Contract shall be subject to the supervision of Contractor. In providing such services, neither Contractor nor its agents shall act as officers, employees, or agents of the City. This Contract shall not constitute or make the parties a partnership or joint venture. 6.5 Third Party Beneficiaries Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract. 6.6 Notices DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand -delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For City: Attn: With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: Attn: 6.7 Assignment and Performance Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by either party. In addition, Contractor shall not subcontract any portion of the work required by this Contract except as authorized by Section 27 of the General Conditions. Contractor represents that all persons delivering the services required by this Contract have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently perform the duties, obligations, and services set forth in the Scope of Work and to provide and perform such services to City's satisfaction for the agreed compensation. Contractor shall perform its duties, obligations, and services under this Contract in a skillful and respectable manner. The quality of Contractor's performance and all interim and final product(s) provided to or on behalf of City shall be comparable to the best local and national standards. 6.8 Materiality and Waiver of Breach City and Contractor agree that each requirement, duty, and obligation set forth in these Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. City's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. 6.9 Severance In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 6.10 Applicable Law and Venue This Contract shall be enforceable in Miami -Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami - Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Project. Contractor shall specifically bind all subcontractors to the provisions of this Contract. 6.11 Amendments No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City and Contractor. 6.12 Prior Agreements This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Contract that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless set forth in writing in accordance with Section 6.11 above. IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATTEST: FLORIDA THE CITY OF MIAMI BEACH, City Clerk Mayor 1 DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 ATTEST: Signature/Secretary Signature/President Print Name Print Name DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 ATTACHMENT C SUNBIZ & PROPOSAL RESPONSE TO ITB ti 1.41VEifili Ofe 0 r-) r .r rJ D _ D [ r. _+norirki i :, DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21F-16179A617C94 Title SECR MANCINI , DAVID A, Jr. 1875 N. HIBISCUS DRIVE MIAMI, FL 33181 Title VP Mancini, David A, Jr. 1875 N HIBISCUS DRIVE Miami, FL 33181 Title VP MANCINI, RICHARD 2601 WILES ROAD POMPANO BEACH, FL 33073 Annual Reports Report Year Filed Date 2018 01/16/2018 2019 01/24/2019 2020 02/03/2020 Document Images 02/03/2020 -- ANNUAL REPORT 01/24/2019 -- ANNUAL REPORT 01/16/2018 -- ANNUAL REPORT 05/15/2017 -- Reg. Agent Change 02/02/2017 -- ANNUAL REPORT 01/26/2016 --ANNUAL REPORT 10/15/2015 -- AMENDED ANNUAL REPORT 03/23/2015 -- Amendment 01/13/2015 -- ANNUAL REPORT 09/30/2014 -- AMENDED ANNUAL REPORT 01/17/2014 -- ANNUAL REPORT 03/13/2013 -- ANNUAL REPORT 02/24/2012 -- ANNUAL REPORT 02/22/2011 --ANNUAL REPORT 10/20/2010 -- Domestic Profit Detail by Entity Name View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inguirytype=EntityName&directionType=Initial&searchNameOrder=DAVI DMANCINI... 2/2 DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21F-16179A617C94 Vuomittal Questionnaire CONSTRUCTION file:///C:/Users/PURCGarW/Downloads/Bid_Submittal_Questionnaire_-_CONSTRUCTION_8360447 (6).htm 1/9 DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21F-16179A617C944 Vuomittal Questionnaire CONSTRUCTION BID SUBMITTAL QUESTIONNAIRE - CONSTRUCTION SECTION 1 - BID CERTIFICATION This certification/questionnaire is REQUIRED and must be fully completed and submitted electronically. Solicitation No: 2021 -012 -WG Solicitation Title: ROUTINE AND EMERGENCY SERVICES POOL OF PREQUALIFIED CONTRACTORS BIDDERS NAME: David Mancini & Sons, Inc NO. OF YEARS IN BUSINESS: 10 NO. OF YEARS IN BUSINESS LOCALLY: 10 NO. OF EMPLOYEES: 100 OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: N/A BIDDER PRIMARY ADDRESS (HEADQUARTERS): 3401 N. Miami Ave., Ste 213/214 CITY: Miami STATE: FL ZIP CODE: 33127 TELEPHONE NO.: 305-532-8827 TOLL FREE NO.: FAX NO.: 954-944.2040 BIDDER LOCAL ADDRESS: 3401 N. Miami Ave., Ste 213/214 CITY: Miami STATE: FL ZIP CODE: 33127 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: David Mancini Jr. ACCOUNT REP TELEPHONE NO.: 954-977-3556 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: bids@dmsi.co FEDERAL TAX IDENTIFICATION NO.: 27-3716806 By virtue of submitting a bid, bidder agrees: a) to complete and unconditional acceptance of the terms and conditions of this document, inclusive of th solicitation, all specifications, attachments, exhibits and appendices and the contents of any Addenda released hereto; b) to be bound, at a minimum, any and all specifications, terms and conditions contained herein or Addenda; c) that the bidder has not divulged, discussed, or compared the propos with other bidders and has not colluded with any other bidder or party to any other bid; d) that bidder acknowledges that all information contained here is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; e) the bidder agrees if this bid is accepted, to execu an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Mial Beach, Florida, for the performance of all requirements to which the bid pertains; and f) that all responses, data and information contained in the b submittal are true and accurate. file:!//C:/User DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21F-16179A617C944 Vuomittal Questionnaire CONSTRUCTION file:!//C:/User The individual named below affirms that s/he: is a principal of the applicant duly authorized to execute this questionnaire, and that the contents of SE document(s) are complete, true, and correct to the best of his/her knowledge and belief. Name of Bidder's Authorized Representative: David Mancini Jr. Title of Bidder 's Authorized Representative: Vice -President After issuance of solicitation, the City may release one or more addendum to the solicitation, which may provide addition information to bidders or alter solicitation requirements. The City will strive to reach every bidder having received solicitatic through the City's e -procurement system. However, bidders are solely responsible for assuring they have received any ar all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the bidder hE received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of addenda may result in proposal disqualification. Enter Initial to Confirm Receipt Enter Initial to Confirm Receipt David Mancini Enter Initial to Confirm Receipt DM Addendum 1 Addendum 6 20 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required, submit under separate cover. 1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the company, below. Submit additional names on a separate sheet if required. 2. Provide at least three (3) references of work similar in size and nature as the work referenced in solicitation. David Mancini 60 David Mancini Jr. 20 Richard Mancini 20 2. Provide at least three (3) references of work similar in size and nature as the work referenced in solicitation. DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21F-16179A617C94 Vuomittal Questionnaire CONSTRUCTION Project No. 2021 -012 -WG Project Title ROUTINE AND EMERGENCY SERVICES POOL OF PREQUALIFIED CONTRACTORS Reference No.1 Firm Name: City of Fort Lauderdale Contact Individual Name and Title: Axel Rivera, Project Manager Address: 100 N. Andrews Avenue, Fort Lauderdale, FL 33301 Telephone: 954-828-5124 Contact's Email: axrivera@fortlauderdale.gov Narrative on Scope of Services Provided: Emergency Repair of 54 -inch sewer main breaks in Rio Vista Neighborhood. DMSI served as the emergency response tea during the chain of events related to the sewer force main breaks experienced on several areas in Fort Lauderdale. Reference No.2 Firm Name: MDC Water and Sewer Dept Contact Individual Name and Title: Alexis Valdes, Project Manager Address: 3575 S. LeJeune Road, Miami, FL 33146 Telephone: 786-299-9008 Contact's Email: Alexis.Valdes@MiamiDade.gov Narrative on Scope of Services Provided: Emergency linestops & bypass repairs on the 48 -inch PCCP force main at the Oleta River Park and NE 163 Street. Reference No.3 Firm Name: MDC Water and Sewer Dept Contact Individual Name and Title: William Diaz, Project Manager Address: 3575 S. LeJeune Road, Miami, FL 33146 Telephone: 786-552-8084 Contact's Email: william.diaz@miamidade.gov Narrative on Scope of Services Provided: Eemegency Pipe Repair of 72 -inch and 54 -inch PCCP for sewage force main damaged by Directional Drill Contrator. DM! provided linestop services to shut down the flow, file:!//C:/User Bypass the flow into plant, excavate to determine the exact location of the break. DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21F-16179A617C94 Vuomittal Questionnaire CONSTRUCTION file:!//C:/User Additional Reference Firm Name: Contact Individual Name and Title: Address: Telephone: Contact's Email: Narrative on Scope of Services Provided: 3. Has the applicant company's construction license(s) been revoked during the last five (5) years? OYES O NO If yes, why? 4. Have any owners, directors, officers, or agents of the applicant company had a license revoked during the last five years? OYES O NO If yes, why? 5. Is the applicant company currently barred by a governmental agency, from bidding work as a prime or subcontractor? OYES O1 NO If yes, state debarment period and the reason(s) for debarment? 6. Has a surety completed, or paid for completion, of a project on behalf of the applicant company, within the last five (5 years? If yes, why? OYES O NO 7. Has the applicant company or any of its owners, directors, officers, or agents been convicted of a crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5) years? DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21F-16179A617C944 vUomittal Questionnaire CONSTRUCTION YES NO If yes, why? 8. Is an affiliate of the applicant company prequalified by the City of Miami Beach to bid on construction work? YES NO If yes, state the name of the affiliate? 9. Is the applicant company a parent, subsidiary, or holding company for another construction company? YES NO If the answer is "yes," identify the company and type of relationship(s), below: 10. Is an owner, director, officer, or agent of the applicant company affiliated with another company? YES NO If the answer is "yes," provide the fo lowing information for each individual and the affiliated company. Type of affiliation officer, director, owner or employee) 11. Is the applicant company currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years? YES NO If yes, explain and attach, as applicable, the relevant case and court documents, including (but not limited to): the original petition, including the case number and the date that the petition was filed; a copy of the bankruptcy court's discharge order, and any othf document that ended the case, if no discharge order was issued. 12. Has any owner, director, officer, or agent for the applicant company, or has any business organization in which any such person was an owner, director, officer, or agent filed for or been discharged in bankruptcy within the past five (5) years? YES NO If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7 case, a copy of the notice of commencement. 13. Has any owner, director, officer, or agent of the applicant company owned or managed a construction company under any other name in the last five (5) years? YES NO file:///C:/User DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21F-16179A617C944 vUomittal Questionnaire CONSTRUCTION If yes, explain. 14. Has the applicant company been assessed or paid liquidated damages on any project during the past five (5) years whether the project was publicly or privately owned? YES NO If yes, explain. 15. Are there currently any liens, suits, or judgments of record pending against any owner, director, officer, or agent for the company that is related to construction activities of a business organization? YES NO If yes, explain. 16. Has the applicant company or any of its owners, officers, or partners ever been convicted (criminal) or found liable (civil) for making either a false claim or material misrepresentation to any public agency or entity? YES NO If yes, explain. 17. Has the applicant company or any of its owners, officers, or partners ever been convicted of any a federal or state crime? YES NO If yes, explain. 18. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of any office director, employee or agent, an employee of the City of Miami Beach? YES NO If yes, state name, title and share of ownership 19. Has the applicant, or any officer, director, employee or agent, contributed to the campaign either directly or indirectly, of candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach? YES NO If yes, list name (first and last name) of individuals, occupation, amount and date: 1 2 3 4 5 6 7 8 9 file:///C:/User DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21F-16179A617C94 Vuomittal Questionnaire CONSTRUCTION 20. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the busine: represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including ll blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, colt national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disabilit Does the applicant agree to be comply with this prohibition? DYES ONO 21. Is the applicant a small business concern owned and controlled by a veteran(s) (certified by the State of Florida Departme of Management Services or a service -disabled veteran business enterprise (certified by the United States Department Veterans Affairs). OYES O NO 22. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder are subject to ti requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires suppliers with more than 51 employees ar City volume greater than $100,000 to provide "Equal Benefits" to their employees with domestic partners, as they provide employees with spouses. The Ordinance applies to all employees of a supplier who works within the City limits of the City of Mia Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who a directly performing work on the contract within the City of Miami Beach. A. Does the applicant provide or offer access to any benefits to employees with spouses or to spouses of employees? DYES ONO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domesi partners of employees? DYES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specifie some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other ben provided directly to the spouse or domestic partner, such as medical insurance. 23. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolutic file:///C:/User 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or services sourced in North Carolina and Mississipl Health X X Sick Leave X X Family Medical Leave X X Bereavement Leave X X 23. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolutic file:///C:/User 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or services sourced in North Carolina and Mississipl DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21F-16179A617C94 Vuomittal Questionnaire CONSTRUCTION Are any of the products for which the applicant is seeking to be prequalified sourced in North Carolina or Mississippi? OYES O NO If yes, explain. 24. Financial Capacity. When requested by the City, each bidder shall arrange for Dun & Bradstreet to submit a Supplii Qualification Report (SQR) directly to the City. No proposal will be considered without receipt, by the City, of the SQR direct from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the bidder. The bidder shy request the SQR report from D&B at: https://s upplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 Bidders are responsible for the accuracy of the information contained in its SQR. It is highly recommended the each bidder review the information contained in its SQR for accuracy prior to submittal to the City and as early a possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun Bradstreet at 800-424-2495. At time of request, bidder shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City, with b or within three (3) days of request. file:///C:/Users/PURCGarW/Downloads/Bid_Submittal_Questionnaire_-_CONSTRUCTION_8360447 (6).htm 9/9 DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 Part A — General Bidder Information. FIRM NAME: David Mancini & Sons, Inc NO. OF YEARS IN BUSINESS: 10 NO. OF YEARS IN BUSINESS LOCALLY: 10 NO. OF EMPLOYEES: 100 OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): 2601 Wiles Road CITY: Pompano Beach STATE: Florida ZIP CODE: 33073 TELEPHONE NO.: 954-977-3556 TOLL FREE NO.: FAX NO.: 954-944-2040 FIRM LOCAL ADDRESS: 3401 N. Miami Avenue CITY: Miami STATE: Florida ZIP CODE: 33127 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: David Mancini Jr ACCOUNT REP TELEPHONE NO.: 754-264-9594 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: Bids(?a dmsi.co FEDERAL TAX IDENTIFICATION NO.: 27-3716806 BIDDER IS: „CORPORATION / PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other, specify:_ ) DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 Part B — Operational & Management Information. 1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the company, below. Submit additional names on a separate sheet if required. Owner Ownership percentage Directorship/Office type David Mancini 60 President David Mancini Jr. 20 Vice -President/ Secretary Richard Mancini 20 Vice -President 2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5) years. Project Description of Work Project Reference Name: WILLIAM DIAZ, PROJECT MANAGER c,„.„, WILLIAM.DIAZ@MIAMIDADE.GOV Tele. hone: 786 552-8084 EMERGENCY REPAIRS TO 72" AND 54" PCCP FORCE MAIN. (MDC WATER & SEWER DEPT.) tMh 'ENV PFEHePAIROF72'AND 54'PRESTRESStu CONCRETE PIPE FOR SEWAGE FORCE MAIN DAMAGED BY DIRECTIONAL DRILL CONTRACTOR. PROVIDE LINESTOP SERVICES TO SHUT DOWN THE FLOW, BYPASS THE FLOW INTO PLANT, EXCAVATE TO DETERMINE THE EXACT ., , , .,, . , :1. : , .,; : - .. EMEGENCY REPAIR OF 54 -INCH SEWER MAIN BREAK IN RIO VISTA. (CITY OF FORT LAUDERDALE)BREAKS EMERGENCY RESPONSE DURING THE CHAIN OF EVENTS RELATED TO THE SEWER FORCE MAIN EXPERIENCED ON SEVERAL AREAS IN FORT LAUDERDALE. Name: AXEL RIVERA, PROJECT MANAGER Email: AXRIVERA@FORTLAUDERDALE.GOV Telephone: (954) 828-5124 EMERGENCY LINESTOPS & BYPASS REPAIR ON THE 48" PCCP FORCE MAIN AT OLETA RIVER AT NE 163 STREET. (MDC WATER & SEWER DEPT.) Two 4W LINESTOP AND 1,000 LF BYPASS. EMERGENCY DESIGN -BUILD 800 LF OF HORIZONTAL DIRECTIONAL DRILLING AND 1,000 LF OPEN -CUT REPLACEMENT OF A FORCE MAIN, Nana: ALEXIS VALDES, PROJECT MANAGER Erma: ALEAS.VALDES@MIAMIDADEGOV Telephone: (786) 2999008 3. Is the bidder currently barred b a overnmental a.enc , from bidding as a prime or subcontractor? YES X NO If yes, state debarment period and the reason(s) for debarment? 4. Has the bidder or any of its owners, directors, officers, or agents been convicted of a crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5) years? YES X NO If yes, why? 5. Is an affiliate of the bidder pre ualified by the Cit of Miami Beach for any work? YES NO If yes, state the name of the affiliate? DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 6. Is the bidder a parent, subsidiar`_or holding com I I YES for another company? NO If the answer is "yes," identify the company and type of relationship(s), below: Company Type of affiliation (parent or subsidiary) Period of affiliation 7. Is an owner, director, officer, or a ent of the bidder affiliated with another company? [YES H X 1NO If the answer is "yes," provide the following information for each individual and the affiliated company. Individual's name Affiliated company's name Period of affiliation Type of affiliation (e.g. officer, director, owner or employee) 8. Is the bidder currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years? YES X NO If yes, explain and attach, as applicable, the relevant case and court documents, including (but not limited to): the original petition, including the case number and the date that the petition was filed; a copy of the bankruptcy court's discharge order, and any other document that ended the case, if no discharge order was issued. 9. Has any owner, director, officer, or agent for the bidder, or has any business organization in which any such person was an owner, director, officer, or agent filed for or been discharged in bankruptcy within the past five (5) years? YES X NO If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7 case, a copy of the notice of commencement. 10. Has any owner, director, officer, or agent of the bidder owned or managed a company under any other name in the last five (5) years? YES NO If yes, explain. DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 11. Has the bidder been assessed or paid any fines on any contract during the past five (5) years, whether the project was publicly or privately owned? YES X NO If yes, explain. 12. Are there currently any liens, suits, or judgments of record pending against any owner, director, officer, or agent for the company that is related to the business activities of a business organization? YES X NO If yes, explain. 13. Has the bidder or any of its owners, officers, or partners ever been convicted (criminal) or found liable (civil) for making either a false claim or material misresresentation to any public agency or entity? YES X NO If yes, explain. 14. Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or state crime? YES X NO If yes, explain. 15. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of any officer, director, employee or agent, an employee of the City of Miami Beach? YES x NO If yes, state name, title and share of ownership Name Title Share (%) of Ownership DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 16. Has the bidder, or any officer, director, employee or agent, contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach? YES X NO If yes, provide details. 17. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires bidders with more than 51 employees and City volume greater than $100,000 to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a bidder who works within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? X YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of em lo ees? YES 1 I NO X C. Please check all benefits that apply to your answers above and list in the "other' section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Company Provides for Employees with Spouses Company Provides for Employees with Domestic Partners Company does not Provide Benefit Health X X Sick Leave X X Family Medical Leave X X Bereavement Leave X x 18. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or services sourced in North Carolina and Mississippi. Are any of the products for which the bidder is seeking to be prequalified sourced in North Carolina or Mississippi? YES X NO If yes, which brands. 19. Safety Record: Provide the firm's Experience Modification Rate (EMR) data for the previous three (3) full calendar years on a firm -wide basis, which shall be documented by a signed letter with contact information from the firm's insurance carrier, or the insurance carrier's agency representative. Company's Experience Modification Rate. See attached. Rate( attach required documentation) DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 BIDDER AFFIDAVIT The undersigned agrees that s/he: 1) is a principal of the bidder duly authorized to execute the foregoing Contractor Prequalification Certification Application, and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief; 2) s/ certifies that the application and supporting documents include all of the material information necessary to validate the status of the company for prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide a notarized statement whenever a change occurs in the ownership, management, or financial condition of the company. Further, any prequalified contractor, including its principal(s), director(s), and any affiliate, who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach shall be declared delinquent and have its certificate suspended or revoked and will be subject to debarment and any other penalties prescribed by law. The undersigned affirms that the bidder agrees: 1) to complete and unconditional acceptance of the terms and conditions of this document, inclusive of attachments, exhibits and appendices; 2) that it has not colluded, nor will collude, with any other bidder; 3) that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; 4) that all responses, data and information contained in the bid are true and accurate. Name: David Mancini Jr. Title (must be a principal of the bidder): Vice -President/ Secretary Signature:l' - Date: 11/11/2020 [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] DMS l DAVID MANCINI & SONS, INC. DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 State of Florida Department of State I certify from the records of this office that DAVID MANCINI & SONS, INC. is a corporation organized under the laws of the State of Florida, filed on October 20, 2010, effective October 20, 2010. The document number of this corporation is P10000086044. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on February 3, 2020, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Third day of February, 2020 *441* -- Secretary of' tate Tracking Number: 2392408831CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/Certifi cateAuthentication DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 a O CC 0 J LL LL 0 w I— < H N Ron DeSantis, Governor z 0 1- 5 D 0 w ce J Q z 0 0 W LL 0 cL a 0 z Q 0 W z DEPARTMENT OF BUS NG BOARD z 0 F- V D w 1- 0 z 0 0 THE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THE () LU I- D 1— Q I-- O E 0 J LL 0 co ceuJ a Q 0 LL 0 _0 V) 0 cc r 0 N N V.0 D U GC w co2 n Z w N zw 0 L AUGUST 31, 2022 w a CI 0 1- E w Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 Halsey Beshears, Secretary CC 0 LL 0 1- 1- 0 H Ron DeSantis, Governor 0 J W z 0 tnL 0 a 0 z Z DEPARTMENT OF BUS NG BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE w 0 0 J u_ 0' co ce w a u_ 0 0 0 cc a_ ray < U °a z0 a vic • z 0 ELL; �0 Z z} W U L aD z Zo Q a� 2 D N W co 0 co 0 U EVERGREEN op 0 cow z w N W V AUGUST 31, 2022 H 0 1- a W Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 RON DESANTIS GOVERNOR FDDTk\ Florida Department of Transportation 605 Suwannee Street Tallahassee, FL 32399-0450 June 1, 2020 DAVID MANCINI & SONS, INC. 2601 WILES ROAD POMPANO BEACH, FLORIDA 33073 RE: CERTIFICATE OF QUALIFICATION Dear Sir/Madam: KEVIN J. THIBAULT, P.E. SECRETARY The Department of Transportation has qualified your company for the type of work indicated below. Unless your company is notified otherwise, this Certificate of Qualification will expire 6/30/2021. However, the new application is due 4/30/2021. In accordance with S.337.14 (1) F.S. your next application must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If your company's maximum capacity has been revised, you can access it by logging into the Contractor Prequalification Application System via the following link: HTTPS://fdotwpl.dot.state.fl.us/ContractorPreQualification/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT APPROVED WORK CLASSES: DRAINAGE, FLEXIBLE PAVING, GRADING, GRASSING, SEEDING AND SODDING, MINOR BRIDGES, ASPHALT RESTORATION, DIRECTIONAL DRILLING, PUMPS STATIONS, UNDERGROUND UTILITY (WATER & SEWER) . You may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3), Florida Administrative Code (F.A.C.), by accessing your most recently approved application as shown above and choosing "Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. All prequalified contractors are required by Section 14-22.006(3), F.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link to this report at the website shown above. AA: cg Sincerely, Alan Autry, Manager (/ Contracts Administration Office www.fdot.gov DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 TRAVELERS, August 24, 2020 Re: Bonding Capacity Letter To Whom It May Concern: Christopher J. Ashley Senior Account Underwriter Bond & Specialty Insurance 1441 W. Long Lake Road, Suite 300 Troy, MI 48098 248.312.7953 866.216.5992 (fax) cashley@travelers.com We are pleased to share with you our experience as surety for David Mancini & Sons, Inc. We consider David Mancini & Sons, Inc. one of our outstanding and most valued clients in whom we have the highest confidence. Through the years this company has, in our opinion, remained properly financed, well equipped and capably managed. Travelers Casualty and Surety Company of America ("Travelers")1 is prepared to give favorable consideration to the execution of contract performance and payment bonds running to the Owner, in association with the above captioned project. David Mancini & Sons, Inc. currently has a $35,000,000 single / $75,000,000 aggregate work program. Please note that the decision to issue performance and payment bonds is a matter between David Mancini & Sons, Inc. and Travelers, and will be subject to our standard underwriting at the time of the final bond request, which will include but not be limited to the acceptability of the contract documents, bond forms and financing. We assume no liability to third parties or to you if for any reason we do not execute said bonds. If you have any questions or need any additional information, please do not hesitate to contact me. Sincerely, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Christopher . Ashley 1 Travelers is an A++ (Superior) A.M. Best rated insurance company (Financial Size Category XV ($2 billion or more)). DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 DAVID MANCINI & SONS, INC. Equipment List EQUIPMENT TYPE Description 7 AIR COMPRESSOR AC185A AIR COMPRESSOR AC200B AC200C AC375A MAIRC6 MDIVE2 MDIVE3 AIR COMPRESSOR AIR COMPRESSOR AIR COMPRESSOR AIR COMPRESSOR DIVE COMPRESOR DIVE COMPRESSOR 12 ATTACHMENTS MC4C MH55D2 SC272A SC272B B50DX1A M262BA1 B135EX37 B365BLPH B365BLQC B47000UP MTTRENCH TILTROTA PLATE COMPACTOR ATTCHMENT HAMMER 272 SWEEPER ATTACHMENT 272 SWEEPER ATTACHMENT B50DX1 BREAKER w/ BRACKET CAT BA18HYD 262C ATTACHME B135 EX37 ROCK DRILL RIG B365BL PIPE HOOK B365BL ATTACHMENT QUICK DISCONNECT FOR 470 MT 30-50" TRENCH PAVER TILTROTATOR PACKAGE 3 BROOM TRACTOR SJD520 BT2615B BT2660A BROOM TRACTOR BROOM TRACTOR BROOM TRACTOR 16 BUCKET B50DX1B BUCKET B245G24B BUCKET B245G36B BUCKET B305E12A BUCKET B305E24A BUCKET B305E40A BUCKET B328D24A BUCKET B328D48A BUCKET BB135G24 BUCKET BB245G24 BUCKET BB245G36 BUCKET BB312 60 BUCKET BB321D24 BUCKET BB321D42 BUCKET BB321DFL BUCKET MHYDCLAM BUCKET 50D 24" 36" 12" 24" 40" 24" 48" 24" 24" 36" CLEANOUT DIT JD 245G JD 245G f CAT 305_5E f CAT 305_5E f CAT 305_5E f CAT 328D f CAT 328D C&P JD 135 JD 245 JD 245G 5 FT CAT 60" 24" CAT 321 CAT 42" GP f B3 FLECO 42" f B321 8 FT HYD CLAMP 2 CEMENT MIXER MCEM02 MULTIQUIP CONCRETE MIXER MCEM03 CONCRETE MIXER 3 COMBINATION BACKHOE/LOADER C420F1 LOADER/BACKOE C420F2 LOADER/BACKHOE L310SJ1 LOADER/BACKHOE - WHEEL 4 CONCRETE SAW/SAWS MSAWS MISC SAWS CONCRETE/CHAIN CSHONDO1 SAW 18" WALK BEHIND M15HYSA2 HYDRAULIC CHAIN SAW M18STSAW STREET SAW - 18' 3 DOZER D650H DOZER Make Model SULLAIR 185DPQCAT SULLAIR 200HDPQCAT SULLAIR 200HDPQCAT SULLAIR 375HDP SULLAIR 210HDPQ-C BROWNIES CTD390B BROWNIE'S CTD390X NPK CATERPILLAR SMITH CHALLE SMITH CHALLE JOHN DEERE CATERPILLAR KENCO PALADIN ENGCON C4C H55DS_304_5CR SCM200 SCM 200 HP -750 BA18HYD PH30000 Year Serial Number 2011 201101040026 SN 2016 201608240035 2016 201608220006 2019 201812180018 2006 200607280058 2012 2016 21290 2017 2N1372 2012 2018 2018 BR -12-18-36 2006 2011 AZN03251 2007 BTP10033 JRB POWERLATCH 2015 AKRPLR92NTX30084 EC206 JOHN DEERE 5200 MASSEY FERG MF2615 MASSEY FERG MF2660 JOHN DEERE JOHN DEERE JOHN DEERE WERK BRAU CATERPILLAR CATERPILLAR CATERPILLAR CATERPILLAR C&P JOHN DEERE JOHN DEERE CATERPILLAR CATERPILLAR CATERPILLAR FLECO PEMBERTON MULTIQUIP TK 2019 ECO29618 1995 2013 2013 ASI 4' BUCKET 2006 24" ESCO XDP 2017 ESCO XDP 36" 2017 BKT304_5CCR_12W 2012 BKT304_5CCR_24 BKT304_5CCR_40D 2012 328E 2013 3460877 or 3460882 48" BUCKET 2013 NBC08244 24" SDR .571 24" BUCKET 2016 36" BUCKET 2016 60" 312 312DC601002 24" QUEST 2015 BKT321D_42PMB 2012 GPB-4903-42-0512 BKT321D 42FLC 2012 39024 LV5200E420555 FY814062 BX15020 RH120919 RH120908 183151-1-4 Page 1 MC9 CATERPILLAR 420F CATERPILLAR 420F JOHN DEERE 310 SJ HONDA ICS STOW 2015 2018 3A9S38M18H1168095 2012 2013 2011 13HP DITEQ 18" 2011 890F4 2018 CD613H18 SKR00457 SKR02081 1T0310SJKB0200975 000106D 00015456 0303673 JOHN DEERE 650H 2002 T0650HX897875 DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 DAVID MANCINI & SONS, INC. Equipment List EQUIPMENT TYPE Description DD3K1 DOZER D750C1 DOZER 18 EXCAVATOR B50G1 EXCAVATOR - COMPACT B50G2 EXCAVATOR - COMPACT B50G3 EXCAVATOR - COMPACT B85GA EXCAVATOR- w 24" bu, 42" B135GA EXCAVATOR B245G1 EXCAVATOR B245G2 EXCAVATOR B27DZ1 EXCAVATOR B308LC EXCAVATOR - HYDRAULIC B321D1 EXCAVATOR B321D2 EXCAVATOR B328DA EXCAVATOR B365BL EXCAVATOR B470GA EXCAVATOR B60DZ1 EXCAVATOR B3055D1 EXCAVATOR B3055E1 EXCAVATOR B335FL1 EXCAVATOR 1 FORKLIFT FP360 FORKLIFT 3 GENERATOR GNCHI1 2200/2400 W GENERATOR MLITE1 LIGHT TOWER, TOWABLE SM MLITE2 LIGHT TOWER w/TRAILER 1 GRADER G120H1 GRADER 16 LOADER L262C2 LOADER L272D1 LOADER L272D2 LOADER L272D3 LOADER L272D4 LOADER L272D5 LOADER L272D6 LOADER L624KA LOADER L624KB LOADER L624KC LOADER L924GA LOADER L924H1 LOADER L938G1 LOADER L938H1 LOADER L938M1 LOADER L950KA LOADER - SKID - SKID - SKID - SKID - SKID - SKID - SKID - WHEEL - WHEEL - WHEEL - WHEEL - WHEEL - WHEEL - WHEEL - WHEEL - WHEEL 17 MISCELLANEOUS EQ MARCH MCAGE M08MOB M10JOB M60YOB MIBEAM MSCAM1 MSTEEL MWHEEL STEER STEER STEER STEER STEER STEER STEER ARCH SPREADER CUSTOM PERSONNEL CAGE MERCURY 8HP OUTBOARD JOHNSON 10 OUTBOARD YAMAHA 60 OUTBOARD I BEAMS SEAVIEW CAMERA STEEL PLATES (2) WHEEL WEIGHER Make Model CATERPILLAR D3K2XL JOHN DEERE 750C JOHN JOHN JOHN JOHN JOHN JOHN JOHN JOHN DEERE DEERE DEERE DEERE DEERE DEERE DEERE DEERE KOMATSU CATERPILLAR CATERPILLAR CATERPILLAR CATERPILLAR JOHN DEERE JOHN DEERE CATERPILLAR CATERPILLAR CATERPILLAR HOIST 50G 50G 50G 85G 135G 245G LC 245G LC 27D ZTX PC308LC3 321D LCR 321D LCR 328D LCR 365BL 470E 60D 305.5DCR 305_5ECR 335FLCR P360LC@48 Page 2 Year Serial Number 2018 KF202415 2000 T0750CX885243 2016 2016 2016 2013 2013 2016 2017 2011 2004 2011 2011 2013 2002 2015 2011 2011 2012 2018 1FF050GXLGH283830 1FF050GXPGH284841 1FF050GXLGH284850 1FF085GXVDJ017083 1FF135GXPDE400155 1FF245GXTFE600911 1FF245GXCGF800138 1FF027DXLA025571 20094 MPG00182 MPG00237 RMX00449 9TZ00512 1FF470GXJEE471106 1FF060DXHA0280550 FLZ00360 FKY00533 FTKNE10275 2012 29457 CHICAGO 5.5 HP 2.2/2.4K 2011 MAGNUM MLT3060 2005 WACKER NEUSO LTN6 2017 CATERPILLAR 120H NA CATERPILLAR CATERPILLAR CATERPILLAR CATERPILLAR CATERPILLAR CATERPILLAR CATERPILLAR JOHN DEERE JOHN DEERE JOHN DEERE CATERPILLAR CATERPILLAR CATERPILLAR CATERPILLAR CATERPILLAR CATERPILLAR 262C 272DXHP 272DXHP 272D2XHP 272D2XHP 272D2XHP 272D2XHP 624K 624K 624K 924G 924H 938G II 938H 938M 950K ARCH SPREADER LAKESHORE IN M332 MERCURY ME 8MH 4S SEAVIEW Steel Plates HAENNI WL101 51816 5XFLN0517HN000524 2000 4MK00726 2011 2012 2012 2017 2017 2018 2019 2013 2016 2016 2004 2011 2004 2011 2018 2013 2016 2015 2013 MST04253 SITY00269 SITY00267 MD200564 MD200565 MD200950 MD200989 1DW624KZCDE651292 1DW624KZVGF674501 1DW624KZEGF674973 DDA01241 092HLHXCO2173 RTB00746 MCC00374 J3R05312 R4A01321 9409630 J-6132 OR672463 see File Attachement DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 DAVID MANCINI & SONS, INC. Equipment List EQUIPMENT TYPE Description ARROWBD MBORING MFUSION MMWELD1 MSTEEL1 MTAPKIT MFUSI0N2 MNUCGAUG 8 PUMP PODIA P6PVA P8PVA PJETA PJETC MWPSYS PHYDH6 PWP10A ARROW BOARDS (3) 3" PNEUMATIC BORING TOOL FUSION MACHINE MIG WELDER STEEL PLATES - 5 a. 20' FEED TAP 3/4-2" PIPE KIT DIPS BUTT FUSION MACHINE NUCLEAR DENSITY GAUGE PUMP PUMP PUMP PUMP PUMP WELL PUMP PUMP - 4" DOUBLE DIAPHRAG - 6" VAC ASST - 8' VAC ASST TRASH - 4" JET PUMP - 4" JET PUMP POINT SYSTEM - MISC SYSTEM - 10" WELLPOINT PUMP 1 PRESSURE WASHER MPRESS1 PRESSURE WASHER 14 ROLLER/PLATE TAMPER M1008A M1008B M5055A MHATZ1 MVH408 RB124B RB124C RB124D RCB22A RCB24A RCB24B RCS151 RBS502I RBS602I COMPACTOR COMPACTOR COMPACTOR COMPACTOR COMPACTOR ROLLER ROLLER ROLLER COMPACTOR COMPACTOR COMPACTOR ROLLER - WHEEL VIBRATORY RAMMER JUMPING JACK TAMPER REVERSIBLE PL - REVERSIBLE PL - REVERSIBLE CO - VIB PLATE DIE - REVERSIBLE PL 3 DUMP TRUCK TDM06A DUMP TRUCK TDM17A MACK DUMP TRUCK TDM19A MACK DUMP TRUCK 4 FLATBED/FUEL TRUCK TFP99A TMFO1A TMF13A TMM13A 1999 FUEL LUBE TRUCK 2001 FORD F450 FLATBED FREIGHTLINER MOT FLATBED MACK LOWBOY TRUCK 19 TRAILER T05TON T09TON T12TON T25TON TT06HO TTACKA TTB07A TTF05A TTHOOA TTK13A TTR05A TTV04A TRAILER TRAILER TRAILER TRAILER TRAILER TACK TANK TRAILER TRAILER TRAILER TRAILER TRAILER TRAILER - MOBILE 9 TON 12 TON 25 TON TL f 2006 HORIZON RT TRAILER 2007 BELI FONTAINE 2000 HOOPER TRAIL KING REIT VERMEER f RT450 Make 15 LIGHT VEMREER MCELROY MILLERMATIC Model VPT300 252 REED MANUFAC MCELROY HIGH FORCE MWI PIONEER PIONEER COMPLETE COMPLETE D8 PERKINS 6068DF150B Norstar BOMAG BOMAG BOMAG HATZ MULTIQUIP BOMAG BOMAG BOMAG CATERPILLAR CATERPILLAR CATERPILLAR DYNAPAC WACKER WACKER MACK MACK MACK PETERBILT FORD FREIGHTLINER MACK MOBILE TRAIL EAGER BEAVER ECONOLINE EAGER BEAVER HORIZON LEEBOY BELI FONTAINE HOOPER TRAIL KING REIT VERMEER DDP004Y PP66S12L71 PP88S12 3JP-D4T-F DEWATERING 1104.44-1204 2JDXL06.8016 BPR100/80D BPR100/80D BPR50/55 DE B140 22" MVH-408DZ BW124DH BW124DH-40 BW124DH-5 CB22 CB24 CB24 CS -151 BS502i BS602I GU813 GR64F 330P F-450 SPRINTER CHU613 FM1410 B9DOW 9 TON MP424TE 25XPT L250T BELWB12 2EP 20 TON TK110HDG-513 Year Serial Number 2018 2019 2013 2017 2017 2018 2016 2004 2016 1998 312716 C59082 MH360109N C19949 4DD-1024 PP27352 3031 9515 8098 D8-1104.44-1204 2002 PE6068D202027 2015 101692761003 2015 101692761009 2019 101692401090 2013 Y-3940 2017 B1424 901581271068 861832131116 861586571052 22001340 24001324 24002362 00208 2016 24296030 2017 24348966 2017 2018 2013 2011 2012 2006 2017 2019 1999 2001 2013 2013 2006 2017 1995 2006 2006 2012 2007 2005 2000 2013 2005 2004 Page 3 1M2AG11C06M039988 1M2AX13C74HM036988 1M2GR2GC1KM004632 1NPNHZ7X7YS496414 1FDXF46S91EB40237 WDPPF4CC6D9556561 1M1AN07Y3DM014152 1M9BF142861553455 112DPM299HL082078 42 ETPJE43T1000865 112HAX35X6L071863 5E2B1101361026106 1B9AA1115B1309496 16JF0162771043186 13N14830351523951 4TOFB252XY1000555 1TKJ05137EM072235 1RNF48A2X5R013867 1VRZ111H641000406 DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 DAVID MANCINI & SONS, INC. Equipment List EQUIPMENT TYPE Description TTZIP2 TTZIP3 T25TONA TOFFICE TTANDS1 TIMEOUT3 TIMEOUTT ASHPALT ZIPPER TRAILER ASPHALT ZIPPER TRAILER TRAILER 25 TON 20' OFFICE TRAILER 2003 ANDS TRAILER TRAILER - JUPITER TIMEOUT TRAILER - COBIA TT TIMEOU 19 PICKUP TPC15A TPC15B TPC15C TPC16A TPC16B TPC16C TPC17A TPC17B TPC18A TPC18B TPD11B TPD11D TPD11E TPD15A TPD15B TPF04A TPF17A TPT14A TVC14A 2015 CHEVY SILVERADO 2015 CHEVY SILVERADO 2015 CHEVY SILVERADO 2016 CHEVY SILVERADO 2016 CHEVY SILVERADO 2016 CHEVY SILVERADO 2017 CHEVY SILVERADO 2017 CHEVY SILVERADO 2018 CHEVY COLORADO 2018 CHEVY SILVERADO 2011 DODGE RAM 1500 2011 DODGE RAM 1500 2011 DODGE RAM 2500 2015 DODGE RAM 2500 MEGAC 2015 DODGE RAM 1500 2004 FORD F250 SUPERDUTY 2017 FORD F-150 2014 TOYOTA TUNDRA 4x2 2014 CHEVY VAN 2 TRUCK/TRACTOR TJV04A 2004 STERLING TRUCK TMD13A MECHANIC TRUCK 2 TRENCHER RT100A TRENCHER RT450A TRENCHER 3 WATER TRUCK TW199A WATER TRUCK TWSOOA 2000 STERLING WATER TRUCK TWS03A 2003 STERLING WATER TRUCK 9 ASPHALT ZIPPER/COLD PLANER M24MIL COLD PLANER M30MIL COLD PLANER MBS70A MCUT30 MPAVE1 MZIPE2 MZIPE3 MZIPE4 MWPCOMP1 VIBRATORY HAMMER 30" CUTTER HEAD ASPHALT PAVER ASPHALT ZIPPER w TRAILER ASPHALT ZIPPER w/ TRAILER ASPHALT ZIPPER w/ TRAILER COMPACTOR SM GAS WACKER P 4 CONEX BOX MCONX1 MCONX2 MCONX3 MCONX6 CONX 20' CONTAINER CONX 20' CONTAINER CONX 20' STANDARD TRI DOO CONX 8' x 12 3 FUEL TANKS MFUEL1 FUEL TANK MTANK1 GAS TANK - SEDIMENT (JL B Make ASPHALT ZIPP WILLIAMSON 0 EAGER BEAVER OFFICE ANDS CONTINENTAL AMERA TRAIL CHEVY CHEVY CHEVY CHEVY CHEVY CHEVY CHEVY CHEVY CHEVY CHEVY DODGE DODGE DODGE DODGE DODGE FORD FORD TOYOTA CHEVY STERLING DODGE VERMEER VERMEER Model AZ480 BT001 25XPT CONTAINER TRAILER AC2426TMB SILVERADO SILVERADO SILVERADO SILVERADO SILVERADO SILVERADO SILVERADO SILVERADO COLORADO SILVERADO RAM 1500 CC RAM 1500 RAM 2500 RAM 2500 RAM 1500 F250 SUPERDUTY F-150 TUNDRA 4x2 2500 VAN V312 LHA RAM 5500 RT100 RT450 INTERNATIONA 4700 STERLING L7500 STERLING M7500 CATERPILLAR PC206 CATERPILLAR PC408B BS702i MAULDIN ASPHALT ZIPP ASPHALT ZIPP AZPHALT ZIPP WACKER PLATE CONX CONX CONX CONEX YOUNG 1550D 480 AZ500B AZ480 COMPACTOR 2052 613301 2052 615671 20ZS 618914 500 GALLON Year Serial Number 2001 2011 2018 2003 2014 2008 2015 2015 2015 2016 2016 2016 2017 2017 2018 2018 2011 2011 2011 2015 2015 2004 2017 2014 2014 109FS10111U02182 109FS0821BU021866 112HAX371KL083430 4YNBN18273C013104 1ZJBB3121EM082646 4DJAB26288A001288 1GCOCUEG8FZ127362 1GCOCUEG2FZ119547 1GCOCUEG5FZ121812 1GC2CUEGXGZ406077 1GBOCUEG3GZ357011 1GBOCUEG8GZ359496 1GC2CUEG7HZ285736 1GC1KWEYXHF206662 1GCHSBEA5J1173616 1GC1KXEY2JF205677 1D7RB1GT6BS550226 3D7LP2EL0BG596819 3D7LP2ET8BG600485 3C6UR5NL0FG605476 1C6RR6HTXFS608711 1FDNF20L74ED40969 1FTEW1EG8HFA71536 5TFRY5F12EX151059 1GCWGGFA6E1161209 2004 2FZHATAK44AM31231 2013 3C7WRMBL8DG520465 2004 1VRX057E551001734 2007 1VRX0721771001342 1999 2000 2003 1HTSCAAM6XH682520 2FZHAFBA9YAF83201 2FZAAKAK33AL05758 2012 DDG00981 2013 XCP00187 2011 2013 2001 2012 2015 2011 2011 2011 2013 X002044 722L50TKZ9Y202722 100716 50000593 109FS10191U021878 6684107 2037988MSG 2107067MSG ES20VZS2093 14278 Page 4 DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 DAVID MANCINI & SONS, INC. Equipment List EQUIPMENT TYPE Description Make MTANK2 GAS TANK - SEDIMENT ELARTE 5 LASER L01C LTPL4A LTPL4B LTPL4C LSDG711 LASER - PIPE LASER LASER LASER - PIPE LASER LASER - PIPE LASER LASER - PIPE LASER 5 ROCK BOX M4YDRB ROCK M5YDRB ROCK M7YDRB ROCK M9YDRB ROCK M20YDRB ROCK BOX - BOX - BOX - BOX - BOX - 4 YARD 5 YARD 7 YARD 9 YARD 20 YARD 8 TRENCH BOX TB4620 TRENCH BOX - 4 x 6 x TB6412 TRENCH BOX - 6 x 4 x TB6416 TRENCH BOX - 4 x 6 x TB6824 TRENCH BOX - 6 x 8 x TB8828 TRENCH BOX - 8 x 8 x TJACKS TRENCH JACKS SHORING TB4620A TRENCH BOX - 4 X 6 X XTS6M824 TRENCH SHIELD 8 x 24 20 12 16 24 28 SYST 20 TOPCON TOPCON TOPCON TOPCON SPECTRA PREC Model Year Serial Number SEDIMENT TANK 2002 5003 TP-L4G TP-L4BG TP-L4BG TP-L4B DG711-3 EFFICIENCY SM-EWHD-24 PRO -TEC PRO4-620D Efficiency SPEED SHOR NTS XTERRA 2001 2011 2012 2014 2015 VD0221 VH2587 VH2783 VG9778 2017 33033 2005 128386 15008 HT6-824 2014 147098 TS-0828DW8KE 42586 2018 130221 XTS-6M-824 2018 XTS180531 Page 5 DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 DAVIMAN-01 HARRISM ACQRD �� CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 5i27/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Insurance Office of America, Inc. 1855 West State Road 434 Longwood, FL 32750 CONTACT Brenda Laflamme NAME: PHONE FAX (A/C, No, Ext): (407) 998-5421 15421 (aC, NO;(407) 788-7933 E-MAIL I DRESS: Brenda.Laflamme@ioausa.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Evanston Insurance Company 35378 INSURED David Mancini & Sons, Inc. 2601 Wiles Rd Pompano Beach, FL 33073 INSURER B: Liberty Insurance Corporation 42404 INSURER C: Liberty Mutual Fire Insurance Company 23035 INSURER D: $ 1,000,000 INSURER E : INSURER F : X COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY MKLVIENV102342 4/1/2020 4/1/2021 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMMRaEoNc Drence) $ 50,000 X General Liability MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GE 'L AGGREGATE POLICY OTHER: LIMIT APPLIES PE� X PER: LOC GENERAL AGGREGATE $ 5,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ B AUTOMOBILE X X LIABILITY ANY AUTO OWNED AUTOS ONLY AUTOS ONLY X SCHEDULED AUTOS AUUTOS ONL� AS7-Z51-292589-020 4/1/2020 4/1/2021 COMBINED SINGLE LIMIT (Ea accident) 1,000,000 $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY accident) DAMAGE $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED 1 RETENTION $ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER in BER) EXCLUDED? If yes, describe under DESCRIPTION OF OPERATIONS below YIN N / A WC2-Z51-292589-010 4/1/2020 4/1/2021 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE 500,000 $ E.L. DISEASE - POLICY LIMIT 500,000 $ A A Pollution Legal Liab Ltd Prof Liab MKLVIENV102342 MKLVIENV102342 4/1/2020 4/1/2020 4/1/2021 4/1/2021 Aggregate Limit Ded: $1,000 2,000,000 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Insurer Type of Insurance Policy Number Effective Aggregate Limit Zurich American Ins. Co. Installation Floater CPP0507826 04/01/2020-04/01/2021 $500,000 CERTIFICATE HOLDER CANCELLATION David Mancini & Sons, Inc. - FOR INFORMATIONAL PURPOSES ONLY 2601 Wiles Rd (Pompano Beach. FL 33073 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE - A034287 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 HOI A INSURANCE OFFICE OF AMERICA February 26, 2020 Re: David Mancini & Sons, Inc. To Whom It May Concern: Below is a schedule of our captioned Insured's Experience Modification factors for three (3) years: 2019-2020 1.19 2018-2019 1.04 2017-2018 .85 Should further clarification be required in this matter, please do not hesitate to contact our office. Sincerely, Brian Buckley, CRM, AAI Senior Vice President Toll Free: 800.243.6899, ext. 14279 Direct: 407.998.4279 Email: brian.buckley@ioausa.com 1855 West State Road 434 • Longwood, Florida 32750 P.O. Box 162207 • Altamonte Springs, Florida 32716-2207 Phone: 407.788.3000 • Fax: 407.788.7933 • Toll Free Phone: 800.243.6899 • Toll Free Fax: 800.788.2324 www.ioausa.com DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 Form (Rev. October 2018) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification ► Go to www.irs.gov/FormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. Print or type. See Specific Instructions on page 3. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. DAVID MANCINI & SONS, INC 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes. 4 Exemptions certain entities, instructions Exempt payee Exemption code (if any) (Applies to accounts (codes apply only to not individuals; see on page 3): code (if any) • Individual/sole proprietor or • C Corporation 15I S Corporation • Partnership l>t Trust/estate single -member LLC company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) appropriate box in the line above for the tax classification of the single -member owner. is classified as a single -member LLC that is disregarded from the owner unless the owner is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single from the owner should check the appropriate box for the tax classification of its owner. I. ► • Limited liability Note: Check the LLC if the LLC another LLC that is disregarded from FATCA reporting Do not check of the LLC is -member LLC that maintained outside the U.S.) • Other (see instructions) 5 Address (number, street, and apt. or suite no.) See instructions. 2601 WILES ROAD Requester's name and address (optional) 6 City, state, and ZIP code POMPANO BEACH, FL 33073 7 List account number(s) here (optional) Part 1 Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Part 11 Social security number or Employer identification number 2 7 3 7 1 6 8 0 6 Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Here Signature of Digitally signed by Kimberley Weldon DN: cn=Kimberley Weldon, ,David Mancini & U.S. erson ► Kimberley Weldon anna.lnc.,ea=conl eldo P mail=Kweldon@dmsi.co,,US General Instructions 9eb: 2626.61.1686:62:11 61'66' Date.- 04/16/2020 Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099 -INT (interest earned or paid) • Form 1099 -DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 DMSI DAVID MANCINI & SONS, INC. Key Personnel Overview David Mancini, CUC - D -B Project Manager Phone: (954) 605-3982; email: dmancini@dmsi.co Mr. Mancini has more than 35 years of construction experience from Michigan to Florida, David Mancini has built David Mancini & Sons, Inc. (DMSI) into the premier underground civil contractor in South Florida. David served as President and Qualifier for his father, Richard Mancini, at Ric -Man International, Inc. from 1985-2010. Since incorporating David Mancini & Sons, Inc. in 2010, his "hands on" abilities and vast pool of knowledge have enabled DMSI to become the leader in large diameter pipeline construction. Serving as Design -Builder Manager, David Mancini has successfully completed a long list of projects within urban environment throughout South Florida that include the installation of transmission water mains (HDPE), transmission force mains (PCCP & DIP), sanitary sewers, storm sewers, pump stations, jack and bores, micro tunnels, directional drills, roadways, sub -aqueous crossings, and neighborhood improvement projects over the past three decades. David Mancini Jr. D -B Deputy Project Manager David A. Mancini Jr. has over 15 years of construction experience in South Florida. As a field laborer, David Mancini Jr. began his career in construction at only 15 years old, working on various construction projects for City Municipalities. As a Construction Manager of David Mancini and Sons, Inc., David administers all construction operations, residential public relations, and coordination regarding the construction projects. His specialization and experience is in neighborhood improvement projects, water main replacements, private property experience is in neighborhood improvement projects, water main replacements, private property. His management practice consists of a "first person on site and last person to leave" attitude. David's main priority in administering construction operations is limiting at all cost the impact construction operations may impose on the residents. Fabio Angarita, D -B Construction Project Manager Mr. Fabio Angarita has over 20 years of construction experience in South Florida. Fabio has successfully completed a over $60 million of municipal projects in highly urban environments throughout South Florida including storm sewer projects, storm sewer pump sta force mains (PCCP & DIP), sub -aqueous crossings, roadway, and neighborhood improvement projects over the past decade. Fabio administers all cons opera residen public rela and coordina ons ojects. Onique Williams, Pipe Installa Superintendent Mr. Williams, helped start and build DMSI when it st opened it's doors, Onique's career at DMSI is truly a "from the bo om-up" scenario. His posi at DMSI have included personally installing water services to superintending design build large -diameter transmission force mains. Most recently, successfully completed 15,000 LF Design Build of 48 -inch PCCP through infested and poli ally sensi e Miami'sWynwood Business Improvemetn District, Midtown Miami Community Development District, and Miami Design District. Alejandro Mejia, D -B Safety Manager Mr. Mejia has over 16 years' experience in accoun , cons management and cost es in the underground , roadwork and all facets of civil cons Alejandro Mejia has over 16 years of experience overseen municipal projects in highly urban environments, airports throughout Dade County, Broward County, Florida including storm sewer projects, storm sewer pump sta sanitary sewer, force mains, water mains, roadway, and neighborhood improvement projects over the past decade. Richard Mancini, D -B Quality Assurance / Quality Control (QA/QC): Mr. Richard Mancini has over 9 years' experience in accoun , cons management and cost es in the of underground y, roadwork and all facets of civil cons Richard has always been fascinated with the underground industry since a young age, where he would spend his days a er school playing and pretend driving all the equipment in our storage yard and st around 10 years old. Fast forward to present day, Richie is fully immersed in the day to day business of running large diameter pipeline projects for just shy of 4 years. DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 DMSI DAVID MANCINI Sz SONS, INC 54 -INCH REDUNDANT SEWER FORCE MAIN Located: 1 l th Street, Miami Beach, FL Project Experience A proposed 54" redundant sewer was implemented along Euclid Avenue in the City of Miami Beach. It was a crucial component of the City of Miami Beach to improve the quality of service in this touristic area. The project covered three different phases: Phase 1: The installation of a 54" PCCP sewer running along Washington Ave from Commerce St to Commerce Ct. The scope of services for this phase of the project included the design and construction of approximately 191 LF of 54" PCCP force main by open cut installation. Phase 11: The installation of 30" ductile iron (DI) sewer at the intersection of 11th St and Meridian Ct. Then a proposed 36" DI and 1,000 LF of 54" PCCP force mains open cut installation were installed along 11th St up to Meridian Avenue where it connected to the third phase. Additionally, there was a 24" FM connecting to pump station #1. As part of the scope of work, this section included the design and construction of 405 LF of different sizes of sewer mains. The installation of this section of the project was implemented with the open cut method. Phase 111: The connection of the first and second phase. This phase installed a 54" HDPE sewer along Euclid Avenue from 11th Street to Washington Avenue and along Washington Avenue from Euclid Avenue to Commerce Court. The scope of services for this section of the project included the design and construction of around 4,450 LF of 54" HDPE force main installed by Horizontal Directional Drilling (HDD). A connection to Pump Station #31 was included in this phase. Owner/Client: City of Miami Beach Contact: Bruce Mowry, Project Engineer Contact Address: 4651 Salisbury Road Suite 350, Jacksonville, FL 32256 E-mail: Bruce.Mowry@Stantec.com Phone Number: (904) 914-4629 Contract Amount: $18,253,487.00 Project Start Date: August 2015 Project End Date: May 2019 DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 DMSI DAVID MANCINI Sz SONS, INC 42 -INCH DIP WATER MAIN & 10 -INCH FORCE MAIN BETWEEN (US-1/5TH ST) TO PORT OF MIAMI & PS 9141 REPLACEMENT Located: Biscayne Blvd. and N.E. 5th St. to Port of Miami, Miami, FL Project Experience The project consists of furnishing and installing approximately 9,740 LF of 42 -inch ductile iron pipe and fittings; 42 -inch mechanical joint resilient seated wedge gate valve; Venturi meter, including valve and fittings, manhole frame and cover, valve box quick disconnect and concrete support slab; making an inline connection to a proposed 36 -inch water main at Biscayne Blvd.; approximately 260 LF of micro tunneling under existing FEC railroad right-of-way, with steel casing, drill shafts, and proposed area of construction; approximately 4,600 LF of 30 -inch HDPE horizontal directional drilling subaqueous channel crossing along Biscayne Bay from Bayside to Port of Miami. The replacement of Pump Station 9141; the existing 8 - inch cast iron pipe force main that connects this pump station to the Department's wastewater collection and transmission system. The installation of approximately 5,000 LF of a 10 -inch replacement force main pipeline installed between PS 9141 on the Port (Dodge Island) side to a point of connection on the mainland (City of Miami). This project includes furnishing and constructing air release valve assemblies; v -bio polyethylene encasement for ductile iron pipe and fittings; sheeting and shoring ordered left in place by the Engineer; additional suitable backfill; furnish all materials, equipment and supplies necessary for cleaning, testing and disinfecting the mains; removal of existing asphalt pavement and sod; including mobilization and demobilization, removal, transport and legal disposal of demolition material; traffic control; pavement marking and pavement damage by construction and all other appurtenant and miscellaneous items and work for a complete and fully functional installation. Owner/Client: Miami -Dade Water and Sewer Department Contact: Victor Gutierrez, Professional Engineer Contact Address: 1001 N. America Way, Suite 301, Miami, FL 33132 E-mail: Victor.Gutierrez@miamidade.gov Phone Number: (305) 347-4802 Contract Amount: $20,884,160.89 Project Start Date: March 2018 Project End Date: On-going 90% complete DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 DMSI DAVID IVIANCINI NS, INC Project Experience Sa. SO REPLACEMENT OF THE EXISITING 54 -INCH SANITARY SEWER FORCE MAIN PIPELINE FROM THE CENTRAL DISTRICT WWTP TO FISHER ISLAND UNDER NORRIS CUT CHANNEL Located: Central District Wastewater Treatment Plant on Virginia Key and Fisher Island under Norris Cut Channel, Miami, FL The installation of a new 60 -inch sanitary sewer main that replaced the existing 54 -inch sanitary sewer that extends from Virginia Key to Fisher Island. Approximately 5,300 linear feet of pre -cast concrete segmental tunnel; approximately 2,700 linear feet of 60 -inch PCCP; approximately 1,000 linear feet of 8 -inch horizontal directional drilled and approximately 9,500 linear feet of existing PCCP sewer to be cut, purged of sewage, and plugged; ancillary piping, tapping, temporary bypass, and tie-in connections. Owner/Client: Miami -Dade Water and Sewer Department and Nicholson Construction Company (Prime Contractor) Contact: Eloy Ramos, Project Manager Contact Address: 1 1499 Cartersville Highway, Dallas, GA 30132 E-mail: eloy.ramos@nicholsonconstruction.com Phone Number: (412) 715-3265 Contract Amount: $72,000,000.00 Project Start Date: January 2014 Project End Date: March 2017 DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 DMSI DAVID MANCINI NS, INC Project Experience Sa. SO REHABILITATION OF BRIDGE NOS.874541 (WEST BRIDGE) & 874544 (BEAR CUT BRIDGE) ON THE RICKENBACKER CAUSEWAY Located: Bear Cut Bridge on the Rickenbacker, Key Biscayne, FL The Design -Build project consisted of installation of approximately 1,400 LF of 20 -inch Water Main across West Bridge via Horizontal Directional Drilling and 3,000 LF of 20 -inch Water Main via Horizontal Directional Drilling across Bear Cut Bridge on the Rickenbacker Causeway in Key Biscayne, FL. This relocation was necessary to allow reconstruction of the bridge superstructures to be reconstructed in this expedited construction contract. Owner/Client: Miami -Dade Water and Sewer Department and Kiewit Infrastructure South Co. Contact: Frank Dijilio, Project Manager Contact Address: 13680 NW 5th Street, Suite 130, Sunrise, FL 33325 E-mail: Frank.Digillio@kiewit.com Phone Number: (954) 835-2228 Contract Amount: $1,860,000.00 Project Start Date: August 2013 Project End Date: November 2013 DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 DMSI DAVID IVIANCINI NS, INC Project Experience 63RD STREET WATER MAIN REPLACEMENT Located: 63rd Street, Miami Beach, FL This project consists of a Water Main Replacement along 63rd Street between La Gorce Dr. and Indian Creek Dr. The installation of approximately 1,100 LF of 20 -inch water main pipe of horizontal directional drilling , 210 LF of 12 inch, 280 LF of 8 -inch , 200 LF of 6 -inch of ductile iron pipe and fittings, relocation and replacement of one fire hydrant, traffic control and all ancillary and miscellaneous work as per plan and specifications. Owner/Client: City of Miami Beach Contact: Bruce Mowry, Project Engineer Contact Address: 4651 Salisbury Road Suite 350, Jacksonville, FL 32256 E-mail: Bruce.Mowry@Stantec.com Phone Number: (904) 914-4629 Contract Amount: $1,661,179.52 Project Start Date: December 2015 Project End Date: January 2017 DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 DMSI DAVID MANCINI & SONS, INC. RELOCATION OF EXISTING WATER MAIN AND INSTALLATION OF FORCE MAIN Located: East Las Olas Blvd. Subaqueous crossing under the Intercostal Waterway (ICW), Fort Lauderdale, FL. Project Experience This project consists of 1,220 LF of 20 -inch nominal diameter water main HDPE installation via horizontal directional drilling in the crossing of the Intracoastal Waterway and 1,220 LF of 16 -inch nominal diameter force main HDPE installation via horizontal directional drilling in the crossing of the ICW. Along with cut and capping of the existing 16 -inch water main on the north side of Las Olas Blvd. Bridge at both sides of the ICW and connecting all proposed piping to the existing piping on -shore utilizing 16 -inch PVC pressure pipe meeting AWWA C905 standard. Owner/Client: City of Fort Lauderdale Contact: Daniel Lizarazo, Project Manager II Contact Address: 100 N. Andrews Avenue, Fort Lauderdale, FL 33301 E-mail: dlizarazo@fortlauderdale.gov Phone Number: (954) 828-6982 Contract Amount: $3,096,859.00 Project Start Date: July 2016 Project End Date: May 2017 DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 DMSI DAVID IV ANCINI NS, INC Project Experience Sa. SO BISCAYNE POINT NEIGHBORHOOD ROW IMPROVEMENTS PROJECT Located: Biscayne Point Neighborhood, Miami Beach, FL This Design -Build Neighborhood Improvement Project is in the City of Miami Beach with identical geological ground conditions and maintenance of vehicular and pedestrian traffic as the proposed 54 -inch Redundant Sewer Force Main on Euclid Avenue. The project included extensive underground utility construction of over 24,000 LF of 8 -inch to 16 -inch DIP water main. Deep shaft construction for the installation of a drainage pump station. The project required pipe tapping at several locations to tie in the new water main. A storm water collection system consisting of over 8,500 LF of drainage collection from 18 -inch to 48 -inch diameter, over 1,000 LF of 24 -inch PVC drainage and 6 drainage injection wells, and site concrete work consisting of new curb and gutter, sidewalk and landscaping. Limits of excavation for the pipe and structures varied in depth from 5 feet to 20 feet, and dewatering of the trenches via pumps was utilized as the water table about 2-3 feet below ground surface. Owner/Client: City of Miami Beach Contact: Carla Dixon Contact Address: 1700 Convention Center Drive, Miami Beach, FL 33139 E-mail: CarlaDixon@miamibeachfl.gov Phone Number: (305) 673-7080 Contract Amount: $21,000,000.00 Project Start Date: May 2011 Project End Date: January 2014 DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 DMSI DAVID MANCINI NS, INC Project Experience (Sz SO SUNSET ISLANDS 1 & 11 NEIGHBORHOOD IMPROVEMENTS PROJECT Located: Sunset Island I & II, Miami Beach, FL This neighborhood improvement project is in the City of Miami Beach with identical geological ground conditions and maintenance of vehicular and pedestrian traffic as the proposed 54 -inch Redundant Sewer Force Main on Euclid Avenue. The projects consisted of 10,800 LF of 8" water main, and over 150 water services, and complete rewiring of the street lighting system. David Mancini & Sons crew coordinated with FPL for all utility conflicts relocating their primary and secondary wiring. Several pipe tapping at several locations to tie in the new water main to the old system. Storm water collection and disposal consisted of 215 drainage structures, 9,578 LF of 15 through 24 -inch drainage piping and (7) outfalls to the bay, which required muck removal. Site concrete work consisted of harmonizing over 130 custom driveways (ranging from Marble slab to asphalt) and 20,000 LF of valley gutter and 23,000 square yards of road re -construction. Limits for the pipe and structure excavation varied in depth from 5 through 12 feet, dewatering of trenches via pumps was utilized. Owner/Client: City of Miami Beach Contact: Edward Baldie Contact Address: 1700 Convention Center Drive, Miami Beach, FL 33139 E-mail: EdwardBaldie@miamibeachfl.gov Phone Number: (305) 673-7080 Contract Amount: $6,000,000.00 Project Start Date: August 2011 Project End Date: June 2013 DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21F-16179A617C94 Trench Safety Act file:///C:/Users/PURCGarW/Downloads/TRENCH_SAFETY_ACT (3).htm 1/2 DocuSign Envelope ID: 26F37CB8-C75A-4C7B-B21 F-16179A617C94 Trench Safety Act TRENCH SAFETY On October 1, 1990 House Bill 3181, known as the Trench Safety Act became law. This incorporates th Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 2 CFR.S.1926.650, as Florida's own standards. The Proposer, by virtue of the signature below, affirms that the Proposer is aware of this Act, and w comply with all applicable trench safety standards. Such assurance shall be legally binding on all persor employed by the Proposer and subcontractors. The Proposer is also obligated to identify the anticipated method and cost of compliance with th applicable trench safety standards. PROPOSER ACKNOWLEDGES THAT INCLUDED IN THE VARIOUS ITEMS OF THE BID AND IN TH TOTAL BID PRICE ARE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACl THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WIL NOT BE PAID SEPARATELY. THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDUL OF PRICES, NOR BE CONSIDERED ADDITIONAL WORK. The Proposer further identified the costs and methods summarized below: Signature David Mancini Jr. CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00 file:///C:/Users/PURCGarW/Downloads/TRENCH_SAFETY_ACT (3).htm 2/2 Trench Box 1 5000 5000 5000 Trench Box TOTAL $5000 Signature David Mancini Jr. CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00 file:///C:/Users/PURCGarW/Downloads/TRENCH_SAFETY_ACT (3).htm 2/2