Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Contract between CMB & EBSARY Foundation CO.
C_2 j DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 iZ 13 ZaZz DocuSign Envelope ID:D6E73FF2-3A46-43FF-A9EB-66ADD4EFFFOC �J Contract No. 23-527-01 CONTRACT 2/7/2024 1 1:01 PM EST THIS CONTRACT("Contract")is made and entered into as of the by and between the City of Miami Beach, Florida, a municipal corporation(the"City")and EBSARY FOUNDATION CO.(the"Contractor"): WITNESSETH,that the Contractor,for and in consideration of the payments hereinafter specified and agreed to be made by the City, hereby covenants and agrees to furnish and deliver all the materials required, to do and perform all the work and labor, in a satisfactory and workmanlike manner, required to complete this Contract within the time specified, in strict and entire conformity with the Plans, Specifications,and other Contract Documents, which are hereby incorporated into this Contract by reference, for: ITB 2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS (TROUVILLE ESPLANADE,BONITA DRIVE, RUE NOTRE DAME,AND 7150 INDIAN CREEK DRIVE) The Contractor agrees to make payment of all proper charges for labor and materials required in the aforementioned work, and to defend, indemnify and save harmless City, and their respective officers and employees, from liabilities, damages, losses and costs including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract. The requirements of the Contract Documents, as such term is defined in the Invitation to Bid are hereby incorporated by reference to the Formal Solicitations Terms&Conditions dated October 27, 2022, and General Conditions for Construction Contracts dated April 13, 2020 are hereby incorporated by reference as if fully set forth herein. Without limiting the foregoing, the Contract Documents expressly include this Contract, Composite Attachment A (the City's General Conditions for Construction Contracts),Attachment B(Plans and Specifications, Invitation to Bid No. ITB-2023-527-JP and all Addenda thereto), Attachment C (Sunbiz Entity Detail and Contractor's Response to the ITB),and Attachment D(Insurance requirements). For the avoidance of doubt, all of the documents constituting the Contract Documents now or hereafter existing (including any Change Orders, Work Orders, Field Orders, schedules, shop drawings, issued subsequent to the date of this Contract etc.)shall govern this Project. In consideration of these premises, the City hereby agrees to pay to the Contractor for the work, when fully completed, the total maximum sum of one million,three hundred one thousand,four hundred forty dollars and eighty cents ($1,301,440.80). The Contract Price consists of the following accepted items or schedules of work as taken from the Contractor's Bid Submittal: GROUP 1:TOTAL BASE BID-TROUVILLE ESPLANADE Total Base Bid+Indemnification ..$423,320.00 Total Permit Allowance Account $20,000.00 Total Alternate Items(if applicable) NONE Total Owner's Contingency $44,332.00 Contract Price $487,652.00 1 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 DocuSign Envelope ID:D6E73FF2-3A46-43FF-A9EB-66ADD4EFFFOC Contract No. 23-527-01 GROUP 2: TOTAL BASE BID-BONITA DRIVE Total Base Bid+Indemnification $319,110.00 Total Permit Allowance Account $20,000.00 Total Alternate Items(if applicable) NONE Total Owner's Contingency $33,911.00 Contract Price $373,021.00 GROUP 3:TOTAL BASE BID-RUE NOTRE DAME Total Base Bid+Indemnification $380,698.00 Total Permit Allowance Account $20,000,00 Total Alternate Items(if applicable) NONE Total Owner's Contingency $40,069.80 Contract Price $440,767.80 Contract Price for All Groups: (1-3) $1,301,440.80 [BALANCE OF PAGE INTENTIONALLY LEFT BLANK] 2 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 DocuSign Envelope ID:D6E73FF2-3A46-43FF-A9EB-66ADD4EFFFOC Contract No. 23-527-01 The Contract Price,exclusive of the Owner's Contingency and Permit Allowance,includes,without limitation,all costs for all labor,materials,equipment,fixtures,freight,field supervision,supervisory expenses, project vehicles, field office and equipment, postage and delivery, safety and first aid, telephone, transportation of employees, parking, insurance, taxes, preparation and maintenance of the construction schedule and the preparation of as-built and shop drawings, as well as Contractor's overhead and profit required for completion of all the Work in accordance with the requirements of the Contract Documents, including work reasonably inferable therefrom,even if such items of Work are not specifically or expressly identified as part of a line item in the Bid Price Form.The Contract Price is subject to such additions and deductions as may be provided for in the Contract Documents. Progress and Final Payments will be made as provided for in the Contract Documents. Contract Time: Contract Time and Schedule Trouville Esplanade Days for Substantial Completion: 113 calendar days Days for Final Completion:30 calendar days Bonita Drive Days for Substantial Completion:102 calendar days Days for Final Completion:30 calendar days Rue Notre Dame Days for Substantial Completion: 103 calendar days Days for Final Completion:30 calendar days Liquidated Damages(as applicable) Failure to achieve Substantial Completion:Trouville Esplanade$663.71/day, Bonita Drive $735.29/day, Rue Notre Dame$728.15/day Failure to achieve Final Completion:Trouville Esplanade$663.71/day, Bonita Drive$735.29/day, Rue Notre Dame$728.15/day 3 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 DocuSign Envelope ID:D6E73FF2-3A46-43FF-A9EB-66ADD4EFFFOC Contract No. 23-527-01 • 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,unless such notice information is revised in a Contract amendment duly executed by the City and the Contractor. For the present, the parties designate the following: For City: City of Miami Beach Public Works Engineering 1700 Convention Center Drive,4th Floor Miami Beach, FL. 33139 Attn:Carolina Zamora Ph:305-673-7000 Email:carolinazamora(u(?miamibeachfl.nov With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Rafael Paz, City Attorney Ph:305-673-7000 Email:rafaelpaz@miamibeachfl.gov Far Contractor: EBSARY FOUNDATION CO. Attn:Scott Alfele 2154 NW North River Drive Miami, FL 33125 Ph:305-325-0530 Email:scottaRebsaryfoundationco.com 4 DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 DocuSign Envelope ID:D6E73FF2-3A46-43FF-A9EB-66ADD4EFFFOC Contract No. 23-527-01 IN WITNESS WHEREOF, the above parties have caused this Contract to be executed by their appropriate officials as of the date first above written. FOR CITY: ATTEST: CITY OF MIAMI BEACH, FLORIDA ,-DocuSigned by: By. rafad. f. arcuA.ado B Ra\TaeCt anaY`orCity Clerk ling T. Hudak,City Manager 2/7/2024 I 1:01 PM EST Date: [seal] FOR CONTRACTOR: EBSARY F UNDATION C By:_Name: SCa1 1�y 1 B e„ Date: (11 0/2 di [seal/ ti� ! APPROVED AS TO Z V SEAL FORM & LANGUAGE ;N- 1930 OE && FOR EXECUTION ° AN� Rip; O 10C1 2/ �r• 1,1 City Attorney g07 Date 5 DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 ATTACHMENT A COMMISSION AWARD MEMO DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 Competitive Bid Reports-C2 I MAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Aline T. Hudak, City Manager DATE: December 13, 2023 SUBJECT: REQUEST FOR APPROVAL TO AWARD A CONTRACT, PURSUANT TO INVITATION TO BID (ITB) NO. 2023-527-JP FOR SEAWALL CONSTRUCTION - VARIOUS LOCATIONS (TROUVILLE ESPLANADE, BONITA DRIVE, RUE NOTRE DAME,AND 7150 INDIAN CREEK DRIVE). RECOMMENDATION It is recommended that, pursuant to Invitation to Bid (ITB) No. 2023-527-JP for seawall construction services, the Mayor and City Commission approve the award of a contract to Ebsary Foundation Co.for Trouville Esplanade, Bonita Drive, and Rue Notre Dame seawalls, and Kearns Construction Co. for 7150 Indian Creek seawall and authorize the City Manager and City Clerk to execute a contract. This solicitation is currently under the cone of silence. BACKGROUND/HISTORY In November 2018, Miami Beach residents voted to approve a General Obligation Bond Program, which includes funding earmarked for seawall rehabilitation and living shoreline projects, including the replacement of seawalls at Trouville Esplanade, Bonita Drive, Rue Notre Dame,and 7150 Indian Creek Drive. The referenced seawalls are reaching the end of their useful life and must be replaced. The failing seawalls at these locations will be reconstructed with a standard sheet-pile system or the king and batter piles with concrete panels system which will be installed on the outside of the existing seawalls. The result will be a unified structure with sufficient integrity to prevent erosion and further damage to the canal's water quality and benthic life. Furthermore, the elevation of the new seawalls will be 5.7 NAVD to satisfy the recommendation of the Mayor's Blue-Ribbon Panel. To engage a contractor to complete the replacement of the referenced seawalls, the Administration developed and released ITB 2023-527-J P. ANALYSIS On August 23, 2023, the Administration issued ITB 2023-527-JP with an opening date of October 20, 2023. Five (5) addendums were issued. The Procurement Department issued 57,828 bid notices through the e-procurement system, with 76 prospective bidders accessing the advertised solicitation. A voluntary site visit and pre-bid conference to provide information to proposers submitting a response was held on September 6, 2023. ITB responses were due and received on October 20, 2023. See Attachment A for a tabulation of bids received. The notices resulted in the receipt of (3) responses for the four seawalls from the following firms: • David Mancini&Sons, Inc. • Ebsary Foundation, Co. • Kearns Construction Co. The ITB stated that the lowest responsive and responsible Bidder meeting all terms, conditions, and specifications of the ITB would be recommended for award. The Procurement Department and Public Works Department found that the lowest bid submitted by Ebsary Foundation Co., for Trouville Esplanade, Bonita Drive, and Rue Notre Dame, and the lowest bid submitted by Kearns Construction Co.,for 7150 Indian Creek, meet the requirements of the ITB, including: 1. Licensing Requirements. Bidder shall be State of Florida Certified General Contractor OR Miami Dade County Licensed General Contractor to be considered for award. Ebsary Foundation Co. is State certified as a General Contractor. The state license number is CGC059721, which expires on August 31,2024. Kearns Construction Co. is State certified as a General Contractor. The state license number is CGC060194, which expires on August 31,2024. DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 2. Previous Experience of Bidder(Firm and/or its principal). Bidder must have completed a total of three(3)projects of similar scope (construction and repair of seawalls)and budget of at least$300,000 within the last five(5)years,two(2)of which must be successfully completed,the third of which may be ongoing. Ebsary Foundation Co. provided three (3) positive and satisfactory references that documented the required experience. Kearns Construction Co. provided three (3) positive and satisfactory references that documented the required experience. 3. Previous Experience of Project Manager. Bidder's Project Manager for this Project must have completed at least two(2) projects(construction and repair of seawalls)with hard construction costs of at least$300,000. Ebsary Foundation Co. submitted proof of the required experience for its personnel. Kearns Construction Co. submitted proof of the required experience for its personnel. 4. Previous Experience of Superintendent. Bidder's Superintendent must have completed at least two (2) projects (construction and repair of seawalls)with hard construction costs of at least$300,000. Ebsary Foundation Co. submitted proof of the required experience for its personnel. Kearns Construction Co. submitted proof of the required experience for its personnel. Accordingly, Ebsary Foundation Co., for the Trouville Esplanade, Bonita Drive, and Rue Notre Dame seawalls, and Kearns Construction Co., for the 7150 Indian Creek seawall, have been deemed the lowest responsive and responsible Bidders, meeting all terms,conditions,and specifications of the ITB. Below is a brief summary of the firm as articulated in its bid response: Ebsary Foundation Co. was founded in 1922 and incorporated in 1930 in Miami, Florida. Ebsary Foundation Co. specializes in foundation and marine construction services throughout Florida. Other clients include the Miami-Dade Seaport Department and the Village of Bal Harbour.All references provided positive feedback. Kearns Construction Co. is a Florida based general contractor incorporated in Miami, Florida in 2001. Kearns Construction Co. specializes in performing primarily marine construction, environmental restoration, commercial diving, and tremie pour services. Other clients include the City of Miami and Patton Real Estate Group, LLC.All references provided positive feedback. SUPPORTING SURVEY DATA N/A FINANCIAL INFORMATION The bid submitted by Ebsary Foundation Co. the lowest responsive and responsible Bidder for Trouville Esplanade was for the grand total amount of$443,320.The contract total with the City's contingency is$487,652. Ebsary Foundation Co. Trouville Esplanade Grand Total: $443,320 Plus 10%Owner's Contingency: $44,332 Total: $487,652 The bid submitted by Ebsary Foundation Co. the lowest responsive and responsible Bidder for Bonita Drive was for the grand total amount of$339,110.The contract total with the City's contingency is$373,021. Bonita Drive Grand Total: $339,110 Plus 10%Owner's Contingency: $33,911 Total: $373,021 The bid submitted by Ebsary Foundation Co. the lowest responsive and responsible Bidder for Rue Notre Dame was for the grand total amount of$400,698.The contract total with the City's contingency is$440,767. Rue Notre Dame Grand Total: $400,698 Plus 10%Owner's Contingency: $40,069 Total: $440,767 The bid submitted by Kearns Construction Co. the lowest responsive and responsible Bidder for 7150 Indian Creek, was for the grand total amount of$617,425.The contract total with the City's contingency is$679,167. Kearns Construction Co. DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 7150 Indian Creek Grand Total: $617,425 Plus 10% Owner's Contingency: $61,742 Total: $679,167 Amount(s)/Account(s): Account Amount: 393-0815-069357-29-410-576-00-00-00-21919(GOB Seawall Project)Trouville Esplanade Seawall $255,897.00 433-0815-069357-29-418-000-00-00-00-29020(Citywide Seawall Project) $187,423.00 393-0815-069357-29-410-576-00-00-00-21919(GOB Seawall Project)Indian Creek Drive Seawall GOB $105,175.53 433-0815-069357-29-418-000-00-00-00-29020(Citywide Seawall Project)Indian Creek Drive Seawall $113,224.47 433-0815-069357-29-418-000-00-00-00-29020(Citywide Seawall Project)Indian Creek Drive Seawall $399,025.00 433-0815-069357-29-418-000-00-00-00-29020(Citywide Seawall Project)Bonita Drive Seawall $187,200.00 433-0815-069357-29-418-000-00-00-00-29020(Citywide Seawall Project)Bonita Drive Seawall $151,910.00 433-0815-069357-29-418-000-00-00-00-29020(Citywide Seawall Project)Rue Notre Dame Seawall $218,400.00 433-0815-069357-29-418-000-00-00-00-29020(Citywide Seawall Project)Rue Notre Dame Seawall $182,298.00 Subtotal: $1,800,553.00 10%Total Contingency (433-0815-069357-29-418-000-00-00-00-29020): $180,055.30 Grand Total: $1,980,608.30 CONCLUSION It is recommended that the Mayor and City Commission approve the award of a contract to Ebsary Foundation Co., for Trouville Esplanade, Bonita Drive, and Rue Notre Dame seawalls, and Kearns Construction Co., for 7150 Indian Creek seawall, pursuant to Invitation to Bid (ITB) No. 2023-527-JP for seawall construction services, and authorize the City Manager and City Clerk to execute a contract. Applicable Area Not Applicable Is this a"Residents Right to Does this item utilize G.O. Know"item,pursuant to Bond Funds? City Code Section 2-14? No Yes Strategic Connection Non-Applicable Legislative Tracking Public Works/Procurement ATTACHMENTS: Description 0 Attachment A-Tabulation 0 OMB Available Balance DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 ATTACHMENT B ADDENDA AND ITB SOLICITATION DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I AM I BE1I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov ADDENDUM NO.3 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION—VARIOUS LOCATIONS October 13,2023 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISION: ITB DUE DATE AND TIME.The deadline for the electronic receipt of bids is extended until 3:00 p.m., on Friday,October 20,2023. All bids received and time stamped through PeriscopeS2G, prior to the bid submittal deadline shall be accepted as timely submitted. Bids cannot be submitted after the deadline established for receipt of bids. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. PUBLIC BID OPENING Dial-In Instructions: • Dial the Telephone Number: +1 786-636-1480 • Enter the Conference ID No: 991 499 22# To join on your computer or mobile app Click here to join the meeting II. REVISION: DELETE Appendix C Schedule of Values of the ITB, in its entirety and REPLACE with Attachment A, revised A..endix C Schedule of Values-Indian Creek.ALL OTHER LOCATIONS REMAIN UNCHANGED. MUST BE SUBMITTED WITH THE BID OR WITHIN THREE 3 DAYS OF REQUEST BY THE CITY. III. ATTACHMENTS: Attachment A:ATTACHMENT_A SOV INDIANCREEK FINAL Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(a.miamibeachfl.gov. Contact: Telephone: Email: Julissa Perez 305-673-7000 ext. 26943 julissaperez(a miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. In erely, risty ada Proc ement Contracting Manager 1 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 f\,/\ I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ATTACHMENT A REVISED APPENDIX C M I AM I B E AC H SCHEDULE OF VALUES MUST BE SUBMITTED WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY. I 1 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I AM I B EiA I -I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3ro Floor Miami Beach,Florida 33139 www.miamibeachfl.gov SCHEDULE OF VALUES Bidders should fully complete the Schedule of Values to include quantities, units of measure, unit pricing, and totals. The cost of any item(s) of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s) is most applicable. Both unit price and extended total prices must be stated in units of quantity specified in the bidding specifications. Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. INDIAN CREEK Unit Ite Quantit Cos Total m Description y U I M t (Quantity X Unit Cost Mobilization and Demobilization 71'-250' Max 1 Len•th. 1 LS $ $ Furnish and Install Concrete Seawall Panel 10' 2 Max Death Section 71'-250'Max Len•th 1300 SF $ $ Furnish and Install 12"x 12"King Pile for Concrete Seawall 10' Max Depth Section 71'- 3 250' Max Len•th 720 LF $ $ Furnish and Install 12"x 12" Batter Pile for Concrete Seawall 10' Max Depth Section 71'- 4 250'Max Len•th 660 LF $ $ Furnish and Install Concrete Seawall Cap for 10' 5 Max De•th Section 71'-250' Max Len•th 112 LF $ $ Furnish and Install Rubble Rip Rap 71'-250' Max TON 6 Len•th 75 5 $ $ Removal of Existing Seawall Cap 71'-250'Max 7 Len•th 112 LF $ $ Backfill Material (clean sand)71'-250' Max 8 Len•th 150 CY $ $ Restoration of disturbed area 71'-250' Max 9 Len•th 560 SY $ $ As-Built/Record Drawings/logs 71'-250' Max 10 Len•th 1 Ls $ $ Silt fence and Turbidity barrier 71'-250'Max 11 Len•th 500 LF $ $ TOTAL INDIAN CREEK $ END OF SCHEDULE OF VALUES. 2 ADDENDUM NO.4 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION—VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 M I AM I BE ,óCI-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 4 INVITATION TO BID NO. 2023-527-JP SEAWALL CONSTRUCTION—VARIOUS LOCATIONS October 5, 2023 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISION: DELETE Appendix C Schedule of Values of the ITB, in its entirety, and REPLACE with Attachment A, REVISED_APPENDIX_C_SOV_10.03.2023. MUST BE SUBMITTED WITH THE BID OR WITHIN THREE 3 DAYS OF REQUEST BY THE CITY. II. ATTACHMENTS. Attachment A: RE VISED_APPENDIX_C SOV 10.03.2023 MUST BE SUBMITTED WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY. III. RESPONSES TO QUESTIONS RECEIVED: Q1: Addendum 2 provided a revised Schedule of Values. However, the quantities outlined for each item does not match what the takeoff quantities are in the bid plans. For example: if you take off the quantities for Trouville, the schedule of values bid form states that bid item 2: Furnish and Install concrete Seawall Panel is 2500 sf; however, the takeoff quantity on the plans is closer to 640 SF, similar can be said about nearly every other bid item quantity. Does the total price for each wall in the bid form need to match the total price in the unit pricing schedule of values or should the quantities in the schedule of values be adjusted more accurately to what is actually going to be installed? Al: Please see the attached revised Attachment A Schedule of Value (SOV). Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Julissa Perez 305-673-7000 ext. 7490 julissaperez a(�miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the "Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Si erii Pr urement Contracting Manager ADDENDUM NO.4 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 M I AM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov REVISED APPENDIX C 10.3.23 M I AM I BEACH SCHEDULE OF VALUES MUST BE SUBMITTED WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY. I 1 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-1 9CF-4B1 E-9069-6D5D88A4A521 M IAMI B E AC I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3ro Floor Miami Beach,Florida 33139 www.miamibeachfl.gov SCHEDULE OF VALUES Bidders should fully complete the Schedule of Values to include quantities, units of measure, unit pricing, and totals. The cost of any item(s) of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s) is most applicable. Both unit price and extended total prices must be stated in units of quantity specified in the bidding specifications. Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. TROUVILLE ESPLANADE Uni t Ite Quantit Co Total X m Description y U I M st (Quantity so Unit Co Mobilization and Demobilization 71'-250' Max 1 Len•th. 1 Ls $ $ Furnish and Install Concrete Seawall Panel 10' Max 2 Death Section 71'-250' Max Len•th 610 SF $ $ Furnish and Install 12"x 12" King Pile for Concrete Seawall 10' Max Depth Section 71'-250' Max 3 Len•th 350 LF $ $ Furnish and Install 12"x 12" Batter Pile for Concrete Seawall 10' Max Depth Section 71'-250' 4 Max Length 300 LF $ $ Furnish and Install Concrete Seawall Cap for 10' 5 Max Death Section 71'-250' Max Len•th 75 LF $ $ Furnish and Install Concrete Seawall Outfall Pipe 6 Penetration 3 EA $ $ 7 Concrete Panel Knockout Area 64 SF $ $ Furnish and Install Rubble Rip Rap 71'-250' Max TON 8 Len•th 10 S $ $ 9 Backfill Material (clean sand) 71'-250' Max Length 50 CY $ $ 10 Restoration of disturbed area 71'-250' Max Length 375 SY $ $ 11 As-Built/Record Drawings/logs 71'-250' Max Length 1 LS $ $ 12 Silt fence and Turbidity barrier 71'-250' Max Length 220 LF $ $ TOTAL TROUVILLE ESPLANADE $ CONTINUED ON THE FOLLOWING PAGE. I 2 ADDENDUM NO.4 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-1 9CF-4B1 E-9069-6D5D88A4A521 M IAMI BE/ :2I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov BONITA DRIVE Unit Ite Quantit Cos Total m Description y U/M t (Quantity X Unit Cost Mobilization and Demobilization 0'-70' Max 1 Length. 1 LS $ $ Furnish and Install Concrete Seawall Panel 10' 2 Max Death Section 0'-70' Max Length 551 SF $ $ Furnish and Install 12"x 12" King Pile for Concrete Seawall 10' Max Depth Section 0'-70' 3 Max Len•th 280 LF $ $ Furnish and Install 12"x 12" Batter Pile for Concrete Seawall 10' Max Depth Section 0'-70' 4 Max Len•th 250 LF $ $ Furnish and Install Concrete Seawall Cap for 10' 5 Max Death Section 0'-70' Max Length 60 LF $ $ 6 Furnish and Install#57 Stone 0'-70' Max Length 20 TONS $ $ Furnish and Install Rubble Rip Rap 0'-70' Max 7 Length 10 TONS $ $ Removal of Existing Seawall Cap 0'-70' Max 8 Length 70 LF $ $ 9 Backfill Material (clean sand) 0'-70' Max Length 50 CY $ $ 10 Restoration of disturbed area 0'-70 Max Length 115 SY $ $ 11 As-Built/Record Drawings/logs 0'-70 Max Length 1 LS $ $ 12 Silt fence and Turbidity barrier 0'-70 Max Length 140 LF $ $ TOTAL BONITA DRIVE $ CONTINUED ON THE FOLLOWING PAGE. I 3 ADDENDUM NO.4 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION—VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov RUE NOTRE DAME Unit Ite Quantit Cos Total m Description y U I M t (QUa"city_)_unit Cost Mobilization and Demobilization 0'-70'Max 1 Length. 1 LS $ $ Furnish and Install Concrete Seawall Panel 10' 2 Max De•th Section 0'-70' Max Len•th 488 SF $ $ Furnish and Install 12"x 12"King Pile for Concrete Seawall 10' Max Depth Section 0'-70' 3 Max Len•th 280 LF $ $ Furnish and Install 12"x 12"Batter Pile for Concrete Seawall 10' Max Depth Section 0'-70' 4 Max Len•th 210 LF $ $ Furnish and Install Concrete Seawall Cap for 10' 5 Max De•th Section 0'-70' Max Len•th 80 LF $ $ Furnish and Install Concrete Seawall Outfall Pipe 6 Penetration 2 EA $ $ 7 Concrete Panel Knockout Area 64 SF $ $ Furnish and Install Rubble Rip Rap 0'-70'Max 8 Length 10 TONS $ $ 9 Backfill Material (clean sand)0'-70'Max Length 50 CY $ $ 10 Restoration of disturbed area 0'-70 Max Length 115 SY $ $ 11 As-Built/Record Drawings/logs 0'-70 Max Length 1 LS $ $ 12 Silt fence and Turbidity barrier 0'-70 Max Length 140 LF $ $ TOTAL RUE NOTRE DAME $ CONTINUED ON THE FOLLOWING PAGE. 4 ADDENDUM NO.4 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION—VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I A M I B E AC II PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov INDIAN CREEK Unit Ite Quantit Cos Total m Description y U I M t (Quantity_;unit_Cost Mobilization and Demobilization 71'-250' Max 1 Length. 1 LS $ $ Furnish and Install Concrete Seawall Panel 10' 2 Max Depth Section 71'-250'Max Length 2500 SF $ $ Furnish and Install 12"x 12"King Pile for Concrete Seawall 10' Max Depth Section 71'- 3 250'Max Length 910 LF $ $ Furnish and Install 12"x 12"Batter Pile for Concrete Seawall 10' Max Depth Section 71'- 4 250' Max Length 650 LF $ $ Furnish and Install Concrete Seawall Cap for 10' 5 Max Depth Section 71'-250'Max Length 250 LF $ $ Furnish and Install Rubble Rip Rap 71'-250' Max 6 Length 75 TONS $ $ Removal of Existing Seawall Cap 71'-250' Max 7 Length 250 LF $ $ Backfill Material (clean sand)71'-250' Max 8 Length 350 CY $ $ Restoration of disturbed area 71'-250' Max 9 Length 415 SY $ $ As-Built/Record Drawings/logs 71'-250'Max 10 Length 1 LS $ $ Silt fence and Turbidity barrier 71'-250'Max 11 Length 500 LF $ $ TOTAL INDIAN CREEK $ END OF SCHEDULE OF VALUES. 5 ADDENDUM NO.4 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I AM I BE1Ac2I—I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 3 INVITATION TO BID NO. 2023-527-JP SEAWALL CONSTRUCTION —VARIOUS LOCATIONS October 4, 2023 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISION: ITB DUE DATE AND TIME. The deadline for the electronic receipt of bids is extended until 3:00 p.m., on Friday, October 13, 2023. All bids received and time stamped through PeriscopeS2G, prior to the bid submittal deadline shall be accepted as timely submitted. Bids cannot be submitted after the deadline established for receipt of bids. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. PUBLIC BID OPENING Dial-In Instructions: • Dial the Telephone Number: +1 786-636-1480 • Enter the Conference ID No: 991 499 22# To join on your computer or mobile app Click here to join the meeting A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(7a miamibeachfl.gov. Contact: Telephone: Email: Julissa Perez 305-673-7000 ext. 26943 julissaperez@miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, /t2a-t Pelf-c Z Natalia Delgado Procurement Contracting Officer III 1 I ADDENDUM NO.3 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-1 9CF-4B1 E-9069-6D5D88A4A521 M I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3f0 Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 INVITATION TO BID NO. 2023-527-JP SEAWALL CONSTRUCTION —VARIOUS LOCATIONS September 28, 2023 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISION: RFQ DUE DATE AND TIME. The deadline for the electronic receipt of bids is extended until 3:00 p.m., on Thursday, October 05, 2023. All bids received and time stamped through BidSync, prior to the bid submittal deadline shall be accepted as timely submitted. Bids will be opened promptly at the time and date specified. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and w ill be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. II. REVISION: DELETE Appendix C Schedule of Values of the ITB, in its entirety and REPLACE with Exhibit C, revised A..endix C Schedule of Values. MUST BE SUBMITTED WITH THE BID OR WITHIN THREE 3 DAYS OF REQUEST BY THE CITY. III. ATTACHMENTS. Exhibit A: ITB2023-527-JP Seawalls Permits Tracker FINAL Exhibit B: Parking Spaces/Staging Areas Exhibit C: Revised Appendix C Schedule of Values Exhibit D: Pre_Bid_Sign_Sheet09.06.23 IV. RESPONSES TO QUESTIONS RECEIVED: Q1: Estimate Budget for this Bid. Al: Trouville Esplanade-$300,000 Bonita Drive-$300,000 Rue Notre Dame-$300,000 Indian Creek Drive-$300,000 Q2: I am inquiring to ask if there is a construction cost estimate or budget associated with the Seawall Construction—Various Locations Project. 1 I ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I A M I BEi\ 2I-1 PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rc Floor Miami Beach, Florida 33139 www.miamibeachfl.gov A2: Refer to response Al. Q3: What will be the award process for this ITB? Will the each site be awarded individually to the lowest bidder for that site or will all four sites awarded as whole to the lowest cumulative bidder? A3: The ITB will be awarded to the lowest responsive and responsible bidder per location. Q4: Will the Contractor be required to maintain federal Jones Act, Longshoreman, US L&H insurances? A4: No. Q5: Please identify the laydown/site area and contractor parking spaces for each site. A5: Refer to Exhibit B for possible parking spaces at each seawall location. Q6: Will the Contractor be allowed to erect a construction fence around the site area? A6: Yes, the Contractor is allowed to place a construction fence around the construction limits. Q7: Please identify the working hours? A7: Monday through Friday from 8:00 am to 4:00 pm.Weekend work may be allowed on a case-by-case basis with prior approval of the City. Q8: Are signed and sealed pile logs required? If so, who is responsible for providing such logs? A8: Contractor is responsible for providing signed and sealed pile logs. Q9: Who is responsible for surveys? Pre & Post? A9: Contractor is responsible for confirming survey in permit plans and providing post survey once project is complete. Q10: Is vibration monitoring required? If so, who is responsible for such monitoring? A10: The Contractor is responsible for vibration monitoring. Q11: Is concrete destructive testing required? If so, who is responsible for such testing? All: Destructive testing is not required. Materials testing is required. 2 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP I SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-1 9CF-4B1 E-9069-6D5D88A4A521 M I A M I BE1ACF-1 PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Q12: Please provide permit status for Army Corp, DEP, SFWMD, CMB, and DERM, for EACH site. Al2: Please refer to Exhibit A for the list of permits the City has acquired/paid for each site.The CMB Building permit is not required for Trouville Esplanade, Rue Notre Dame, Bonita Drive and Indian Creek seawall location. Q13: Please provide a copy of all permits obtained pertaining to this ITB. A13: Please refer to Exhibit A for all the permits acquired. Q14: Are permit fees already paid? If not, who is responsible for paying permit fees? A14: All permits and licenses required by federal, state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by Contractor pursuant to this Contract shall be secured and paid for by Contractor. The City will reimburse for any permits related to the project with proper receipts. Please refer to Exhibit A for all permits paid by the City during design phase. CMB ROW Permits will need to be applied and paid for by the contractor. Permit fees will be reimbursed. Q15: Are mitigation bonds required for this project? If so, who is responsible for paying these mitigation bonds? A15: The City has included the required mitigation bonds as part of the contract. Q16: Please provide an anticipated start date of construction for each site. A16: The anticipated start date of construction will be issued at the time of award through a Notice to Proceed (NTP). The NTP will be discussed as part of the Pre-Construction Meeting. The City will issue two NTP's,the NTP#1 will be issued 15 Days after the award of the contract.The NTP#2 will be issued 30 to 60 days after NTP#1.Substantial completion duration commences at the same date of NTP#2. During preconstruction meeting contractor will advise if locations can be completed simultaneously or not. Q17: If awarded more than one project, will the Contractor be able to sequence/schedule the projects in a way that one begins after the other instead of simultaneously? A17: Seawalls can be constructed concurrently or one at a time. This will be considered means and methods for the Contractor. If the same Contractor awarded different seawalls, the Contractor will be able to construct one seawall at the time and start the next location immediately after finishing the previous seawall. Or if the Contractor has the equipment, labor, and materials to start two seawalls at the same time the City will issue the NTP for the pertinent locations. Q18: Please confirm CMB is responsible for mangrove trimmings, labor and permits. 3 I ADDENDUM NO.1 INVITATION TO BID NO,2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:682 647 9 7-1 9CF-4B1 E-9069-6D5D88A4A521 M I AM I BEi2I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov A18: The City will be responsible to coordinate prior to construction start date the tree trimming, labor, and permit with the required Arborist company (Mangrove Certified Specialist). Q19: Please confirm CMB is responsible for other tree trimming, labor and permits. A19: The City will be responsible to coordinate prior to construction start date the tree trimming, labor, and permit with the required Arborist company (Mangrove Certified Specialist). Q20: Access to some outfalls will require dredging. Has CMB tested soils at site locations for contaminations?Will soil need to be disposed at Class 1 landfill? A20: No testing has been conducted for soil under water. The City has not encountered this condition. Any contaminated soil should be disposed as per required under "Class I" landfill. There is no contamination and no material needs to be remove from site. We do not expect or have a permit for dredging in this project. All outfalls are above the canal bottom. Q21: Is site restoration required? If so, who is responsible for site restoration? Will awarded Contractor be required to restore site or backfill to a certain elevation? A21: Contractor is responsible for site restoration. The construction area needs to be restored as per previous/existing conditions. Q22: Drawings show manatee grate with S.S. tab welded onto side. Previously, CMB has rejected welded S.S. manatee grates as specified in ITB (e.g. "Fleet Management") Will CMB now accept welded S.S. manufactured from 1" single piece flat frame steel (no welds)? A22: Follow permit plans. Any requested deviationslmodifications will require to be submitted as a shop drawing for review. Q23: Please confirm all guardrails are to be removed. Replacement by others. A23: Any guardrails in conflict with construction site to be use as staging area or work zone needs to be removed and reinstalled by Contractor to be in compliance with Section 8C-6 of Miami-Dade County Code. Q24: Please provide proposed pile tip elevations for each site. A24: Refer to permit plans for minimum pile embedment required. Q25: Does this project require multiple separate builder risk polices? One for each location or will one policy covering all awarded locations be acceptable? 4 I ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov A25: Yes, provide builders risk policies for each site. Refer to insurance requirements in the ITB Summary. Q26: What is the anticipated start date for this project? For each location? A26: See response to Q16. Q27: Appendix C of the ITB (SOV) has some line items and quantities that are not consistent with the drawings. E.g., Bonita Drive drawings do not call for knockout areas on the seawall panels or outfall penetrations, yet both are listed on the SOV. Please confirm if the SOV's line items and quantities are accurate or if it will be adjusted. A27: Refer to revised SOV for all the seawall locations. Q28: Please provide the sign in sheet from the pre-bid site visit. A28: Please refer to Exhibit D. Q29: Is the pre-bid sign in sheet available? A29: Please refer to Exhibit D. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Julissa Perez 305-673-7000 ext. 26943 Julissaperez@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the "Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Sincerely, Kristy Bada Procurement Contracting Manager 5 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:682 647 97-1 9CF-4B1E-9069-6D5D88A4A521 I '\ I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3r0 Floor Miami Beach, Florida 33139 www.miamibeachfl.gov EXHIBIT A ITB2023-527- JP Seawalls Permits Tracker FINAL I6 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 M I /\tv\ BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Seawalls Permits Status Summary (as of 03-02-2023) Status of Permits Permit Seawall Permits Requried Issuance Permit Expiration Date Date DERM Class I 12/21/2022 12/21/2024 Trouville Esplanade SFWMD ERP Exemption 9/27/2021 N/A DERM Class I 12/30/2022 12/30/2024 Indian Creek Drive USACE 2/28/2023 3/14/2026 SFWMD ERP Exemption 9/27/2021 N/A City Tree Permit 3/1/2022 2/8/2024 USACE 12/21/2022 3/14/2026 Rue Notre Dame DERM Class I 2/16/2023 2/16/2025 SFWMD ERP Exemption 9/27/2021 N/A USACE 12/23/2022 3/14/2026 Bonita Drive DERM Class I 12/15/2022 12/15/2024 SFWMD ERP Exemption 9/27/2021 N/A 7 A . INVITATIONDDENDUM TONO B 1ID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 t\/\ I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov EXHIBIT B Parking Spaces/Staging Areas 8 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP I SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID.68264797-19CF-4B1 E-9069-6D5D88A4A521 EXHIBIT B: Parking Spaces/Staging Areas Trouville Esplanade- Parking/Staging Area �y .p.. -1i 4 (��i��� 4 ,� o -1 — ,e below red squared represented the stain area ' • 9 p staging - + a K by Trouville Esplanade and City will provide 4 el, may' i.` ; parking spaces near construction area or Calais Dr. The below area by Rue Granville can be used as a #`- • e ''>, `i loading location for the barge for Trouville g Ulf • r , Esplanade and Rue Notre Dame r,...- 51+ ► a"a;50T + '" 4 i- 11 11111 ' U _ ;: ,sue d + i Atelier C is "" liy, . *I J,1 J.', 1 r s ,i -- ,, i: air. i 1 T i. el .1.- 11 ',II or s Group n , �'�!� •t B'• - a `cs 1 asser World td ,E . � 1 la1s , 11. + 1�, ,���.� sw' '' J� Temporarily closed - 1795 , -�fi,•. �r %. T . IS W ti. :• f. e Calais DrE'l ,;;: • Y " 4C t ;• • 'at designbynilda i -r ,.., •'1,no1 , . ,759. ,74 „,.. 4C!: ' :: Mathias Lock Solunong, ��;' \\\e0 �` otorcycles• E• ; a t + ale I. .A' ,Iii s2a 1 " t , '''-' -. - : ''' :,V If. ii7It';. \--*:,,A...:4. _ ., ' .: to, J41V r 24 .4-. ,. -f1� '"; 'ir, i' titrseAleD3 • • 4,5)C # • ;y,. t'� t DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 Rue Notre Dame- Parking/Staging Area The red square will be considered the staging area and Air • ti' s; • �� _ •239 -1 tem. City will provide 4 parking spaces near construction : area by Rue Notre Dame or Marseille Pr. C I try t , �_ ` • 1 i negotiated 2 more parking spaces ` , . t, • ,� � ' V'' litA _ i :.1, . .�« .7s9 1 gi l' ' Slip' i►$0 �,• a c ` •• `` �� 4\ 46. \ .r%Eli .-�_ . ¢MOTS. • j apse\ f GANGSTYL. • 1256 414.1 1,..q•,, iii ,pc 1 ‘t • \ acseO • 1 4 - ..,' •t."- MlamiA1Jetski9 \ • : ;,0 ,iii:;004: c Nic „ ‘. 7r' ► stse�\fie • �, • N y,:' f.. .ri '� r,: 1•iy.. DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 Bonita Drive/Indian Creek- Parking/Staging Area The City will provided Tour parking spaces near the The below red square area will be considered as staging • ,, construction are or by Parking Lot below located area. The City will provided four parking spaces near the ' . . between Bonita Dr and 71st Street. City will try to construction area. ,1011, - negotiated two more parking spaces. r 11 ii 1. :-.: ..r.iii,[ ,,,e,'[.,, , .;. ii; , • . rit.e ; k 41-, 44:i I ,,,, 1,4:, ,, 3, _ � �.; - d ' 'a '7 r '. +¢ Z.-Mich@I Ose } I \ ,„. - "_`- \ 4 _ _ \, Photographer R t, �"" `/ y to - -AL �' j : . * 1 '- i • D..' • ' if i I" 0 . , , . _ _ I s,'7., .: l':iiiib:64."..a;:i1411 :-." /1. `, t, , r',4, 11 d i • _�_,._ .. ''� `l 1111 t £ I `C1 al iry,Chapel ' • 6: Illii.. + t • `isk � y wy' T sue} 1,„ • ,, lit i. U1°A!WC1LU U�°A'CAYICJ F l i '' \ .. tail .�$` , l0'Lr '. p 0, r ■■ �1A0 . • ,,ION rt! ... k23-toductions �„fiti "1 • ' 1 Parking Lot Gelaio-go Bake' KingsCQClippers --t c.--14: E '- - .., • ~Barber Stio A` Miami Beae p } Kii. 0911: . ;, 0.t� ;1 Metro byT-Mobile , .--• l I ri y .w l tir t 1 i i - .1 _ Y r•i• ��,./ �� Cell phone store • m -. - T � ItJ DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I AM I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov EXHIBIT C REVISED APPENDIX C Schedule of Values MUST BE SUBMITTED WITH THE BID OR WITHIN THREE 3 DAYS OF REQUEST BY THE CITY. I 9 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 tV\ I AM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov APPENDIX C M I AM I BEACH SCHEDULE OF VALUES MUST BE SUBMITTED WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY. 10 I ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov SCHEDULE OF VALUES Bidders should fully complete the Schedule of Values to include quantities, units of measure, unit pricing, and totals. The cost of any item(s) of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s) is most applicable. Both unit price and extended total prices must be stated in units of quantity specified in the bidding specifications. Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. TROUVILLE ESPLANADE Item Description Quantity U / M Unit Cost Total (Quantity X Unit Cost) Mobilization and Demobilization 71'-250' 1 Max Length. 1 LS $ $ Furnish and Install Concrete Seawall Panel 10' Max Depth Section 71'-250' 2 Max Length 2500 SF $ $ Furnish and Install 12" x 12" King Pile for Concrete Seawall 10' Max Depth Section 3 71'-250' Max Length 910 LF $ $ Furnish and Install 12" x 12" Batter Pile for Concrete Seawall 10' Max Depth 4 Section 71'-250' Max Length 75 LF $ $ Furnish and Install Concrete Seawall Cap for 10' Max Depth Section 71'-250' Max 5 Length 250 LF $ $ Furnish and Install Concrete Seawall 6 Outfall Pipe Penetration 3 EA $ $ 7 Concrete Panel Knockout Area 1200 SF $ $ Furnish and Install Rubble Rip Rap 71'- 8 250' Max Length 75 TONS $ $ Backfill Material (clean sand) 71'-250' Max 9 Length 350 CY $ $ Restoration of disturbed area 71'-250'Max 10 Length 415 SY $ $ As-Built/Record Drawings/logs 71'-250' 11 Max Length 1 LS $ $ Silt fence and Turbidity barrier 71'-250' 12 Max Length 500 LF $ $ TOTAL TROUVILLE ESPLANADE $ CONTINUED ON THE FOLLOWING PAGE. I 11 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION—VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3ro Floor Miami Beach,Florida 33139 www.miamibeachfl.gov BONITA DRIVE Item Description Quantity U I M Unit Cost Total (Quantity X Unit Cost) Mobilization and Demobilization 0'-70' 1 Max Length. 1 LS $ $ Furnish and Install Concrete Seawall Panel 10' Max Depth Section 0'-70' Max 2 Length 700 SF $ $ Furnish and Install 12"x 12"King Pile for Concrete Seawall 10' Max Depth Section 3 0'-70' Max Length 280 LF $ $ Furnish and Install 12"x 12"Batter Pile for Concrete Seawall 10' Max Depth 4 Section 0'-70' Max Length 200 LF $ $ __ Furnish and Install Concrete Seawall Cap for 10' Max Depth Section 0'-70' 5 Max Length 70 LF $ $ Furnish and Install#57 Stone 0'-70' Max 6 Length 20 TONS $ $ Furnish and Install Rubble Rip Rap 0'-70' 7 Max Length 20 TONS $ $ Removal of Existing Seawall Cap 0'-70' 8 Max Length 70 LF $ $ Backfill Material (clean sand)0'-70'Max 9 Length 10o CV $ $ Restoration of disturbed area 0'-70 Max 10 Length 115 SY $ $ As-Built/Record Drawings/logs 0'-70 Max 11 Length 1 LS $ $ Silt fence and Turbidity barrier 0'-70 Max 12 Length 140 LF $ $ TOTAL BONITA DRIVE $ CONTINUED ON THE FOLLOWING PAGE. 12 I ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 M I AM I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov RUE NOTRE DAME Item Description Quantity U /M Unit Cost Total (Quantity_x_Unit_Cost) Mobilization and Demobilization 0'-70' 1 Max Length. 1 LS $ $ Furnish and Install Concrete Seawall Panel 10' Max Depth Section 0'-70' Max 2 Length 700 SF $ $ Furnish and Install 12"x 12"King Pile for Concrete Seawall 10' Max Depth Section 3 0'-70' Max Length 280 LF $ $ Furnish and Install 12"x 12" Batter Pile for Concrete Seawall 10' Max Depth 4 Section 0'-70' Max Length 62 LF $ $ Furnish and Install Concrete Seawall Cap for 10' Max Depth Section 0'-70' 5 Max Length 70 LF $ $ Furnish and Install Concrete Seawall 6 Outfall Pipe Penetration 2 EA $ $ 7 Concrete Panel Knockout Area 1200 SF $ $ Furnish and Install Rubble Rip Rap 0'-70' 8 Max Length 20 TONS $ $ Backfill Material (clean sand)0'-70' Max 9 Length 100 CY $ $ Restoration of disturbed area 0'-70 Max 10 Length 115 SY $ $ As-Built/Record Drawings/logs 0'-70 Max 11 Length 1 LS $ $ Silt fence and Turbidity barrier 0'-70 Max 12 Len•th 140 LF $ $ TOTAL RUE NOTRE DAME $ CONTINUED ON THE FOLLOWING PAGE. 13 I ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I A M I B [1A " I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov INDIAN CREEK Item Description Quantity U I M Unit Cost Total (Quantity X Unit Cost) Mobilization and Demobilization 71'-250' 1 Max Length. 1 Ls $ $ Furnish and Install Concrete Seawall Panel 10' Max Depth Section 71'-250' 2 Max Length 2500 SF $ $ Furnish and Install 12"x 12" King Pile for Concrete Seawall 10' Max Depth Section 3 71'-250' Max Length 910 LF $ $ Furnish and Install 12"x 12" Batter Pile for Concrete Seawall 10' Max Depth 4 Section 71'-250' Max Length 650 LF $ $ Furnish and Install Concrete Seawall Cap for 10' Max Depth Section 71'-250' 5 Max Length 250 LF $ $ Furnish and Install Rubble Rip Rap 71'- 6 250' Max Length 75 TONS $ $ Removal of Existing Seawall Cap 71'- 7 250' Max Length 250 LF $ $ Backfill Material (clean sand)71'-250' 8 Max Length 350 CY $ $ Restoration of disturbed area 71'-250' 9 Max Length 415 SY $ $ As-Built/Record Drawings/logs 71'-250' 10 Max Length 1 Ls $ $ Silt fence and Turbidity barrier 71'-250' 11 Max Length 500 LF $ $ TOTAL INDIAN CREEK $ END OF SCHEDULE OF VALUES. 14 I ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION—VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 M I AM I BEIAC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov EXHIBIT C Pre BidSign S h eet09.06.23 15 I ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I AM I B EAC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov MIAMI BEACH CITY OF MIAMI BEACH PRE-BID MEETING SIGN-IN SHEET DATE: Wednesday,September 6,2023 TIME:2:00PM BID NO.AND TITLE: ITB 2023-527-JP Seawall Construction-Various Locations NAME TITLE COMPANY Email PHONE Julissa Perez PROCUREMENT CONTRACT OFFICER CMB JULISSAPEREZ@MIAMIBEACHFL.GOV 305-673-7490 X26943 Danny Flores PROCUREMENT CONTRACT OFFICER CMB DANNYFLORES@MIAMIBEACHFL.GOV 305-673-7490 X26652 Carolina Zamora PROJECT MANAGER CMB CAROLINAZAMORA@MIAMIBEACHFL.GOV 305-673-7080 X26584 John Kearns KEARNS CONSTRUCTION JKEARNS@KEARNSCONSTRUCTION.COM Ignacio Forte KEARNS CONSTRUCTION IFORTE@KEARNSCONSTRUCTION.COM Christopher Miyares EBSARY FOUNDATION CMIYARES@EBSARYFOUNDATIONCO.COM Jose Mendieta ZEP CONSTRUCTION JOSE@ZEPCONSTRUCTION.COM 16 I ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION—VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 INVITATION TO BID NO. 2023-527-JP SEAWALL CONSTRUCTION —VARIOUS LOCATIONS September 20, 2023 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISION: ITB DUE DATE AND TIME. The deadline for receipt of electronic submittals through PeriscopeS2G is extended until 3:00 p.m., on Friday, September 29,2023. All bids received and time stamped through PeriscopeS2G, prior to the bid submittal deadline shall be accepted as timely submitted. Bids cannot be submitted after the deadline established for receipt of bids. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. PUBLIC BID OPENING Dial-In Instructions: • Dial the Telephone Number: +1 786-636-1480 • Enter the Conference ID No: 991 499 22# To join on your computer or mobile app Click here to join the meeting A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Julissa Perez 305-673-7490 ext. 26943 julissaperez@miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, Natalia Delgado Procurement Contracting Officer III ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 ATTACHMENT C SUNBIZ& PROPOSAL RESPONSE TO ITB DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 DIVISION OF CORPORATIONS 4441riorg Ask. CO of P_ppPAyrrritNi an official Siam of Florida w'bsit9 Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation EBSARY FOUNDATION CO. Filing Information Document Number 122915 FEI/EIN Number 59-0229150 Date Filed 08/08/1930 State FL Status ACTIVE Principal Address 2154 N.W. NORTH RIVER DRIVE MIAMI, FL 33125 Changed: 01/27/2000 Mailing Address DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 2154 N.W. NORTH RIVER DRIVE MIAMI, FL 33125 Changed: 01/27/2000 Registered Agent Name &Address Alfele, Scott A 2154 NW N RIVER DR MIAMI, FL 33125 Name Changed: 01/02/2014 Address Changed: 04/06/1983 Officer/Director Detail Name & Address Title Officer EBSARY, RICHARD W 2154 N.W. NORTH RIVER DRIVE MIAMI, FL 33125 Title President ALFELE, SCOTT A 2154 N.W. NORTH RIVER DRIVE MIAMI, FL 33125 Title VP, Asst. Secretary DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 AUBIN, YVETTE N 2154 N.W. NORTH RIVER DRIVE MIAMI, FL 33125 Title Secretary, VP SHIRING, MATTHEW J 2154 N.W. NORTH RIVER DRIVE MIAMI, FL 33125 Annual Reports Report Year Filed Date 2021 01/11/2021 2022 01/25/2022 2023 01/26/2023 Document Images 01/26/2023--ANNUAL REPORT View image in PDF format 01/25/2022--ANNUAL REPORT View image in PDF format 01/11/2021 --ANNUAL REPORT View image in PDF format 01/16/2020--ANNUAL REPORT View image in PDF format 02/08/2019--ANNUAL REPORT View image in PDF format 01/15/2018--ANNUAL REPORT View image in PDF format 02/03/2017--ANNUAL REPORT View image in PDF format 01/26/2016--ANNUAL REPORT View image in PDF format 01/07/2015--ANNUAL REPORT View image in PDF format DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 01/02/2014--ANNUAL REPORT View image in PDF format 01/22/2013--ANNUAL REPORT View image in PDF format 02/10/2012--ANNUAL REPORT View image in PDF format 01/31/2011 --ANNUAL REPORT View image in PDF format 01/15/2010--ANNUAL REPORT View image in PDF format 01/12/2009--ANNUAL REPORT View image in PDF format 01/10/2008--ANNUAL REPORT View image in PDF format 02/12/2007--ANNUAL REPORT View image in PDF format 03/13/2006--ANNUAL REPORT View image in PDF format 02/28/2005--ANNUAL REPORT View image in PDF format 02/04/2004--ANNUAL REPORT View image in PDF format 01/15/2003--ANNUAL REPORT View image in PDF format 02/05/2002--ANNUAL REPORT View image in PDF format 01/23/2001 --ANNUAL REPORT View image in PDF format 01/27/2000--ANNUAL REPORT View image in PDF format 03/02/1999--ANNUAL REPORT View image in PDF format 03/03/1998--ANNUAL REPORT View image in PDF format 01/24/1997--ANNUAL REPORT View image in PDF format 01/29/1996--ANNUAL REPORT View image in PDF format 04/17/1995--ANNUAL REPORT View image in PDF format Florida Department of State,Division of Corporations DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 BID SUBMITTAL QUESTIONNAIRE-CONSTRUCTION SECTION 1 -BID CERTIFICATION This certification/questionnaire is REQUIRED and must be fully completed and submitted electronically. Solicitation No: Solicitation Title: BID NUMBER PROJECT TITLE BIDDER'S NAME'.Ebsary Foundation Company NO.OF YEARS IN BUSINESS:101 NO.OF YEARS IN BUSINESS LOCALLY:101 Na OF EMPLOYEES:90 OTHER NAME(S)BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS None BIDDER PRIMARY ADDRESS(HEADQUARTERS):2154 NW North River Drive CITY:Miami STATE:FL ZIP CODE:33125 TELEPHONE NO.:3053250530 TOLL FREE NO.NA FAX NO 3053258684 BIDDER LOCAL ADDRESS-.2154 NW North River Drive CITY:Miami STATE'.FL ZIP CODE:33125 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT Scott Adele ACCOUNT REP TELEPHONE NO.:3053250530 ACCOUNT REP TOLL FREE NO.'.NA ACCOUNT REP EMAIL.scottaaebsaryfoundationco.com FEDERAL TAX IDENTIFICATION NO.:59-0229150 By virtue of submitting a bid,bidder agrees:a)to complete and unconditional acceptance of the terms and conditions of this document,inclusive of this solicitation,all specifications,attachments,exhibits and appendices and the contents of any Addenda released hereto;b)to be bound,at a minimum,to any and all specifications,terms and conditions contained herein or Addenda;c)that the bidder has not divulged,discussed,or compared the proposal 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 herein 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 execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Miami Beach, Florida,for the performance of all requirements to which the bid pertains;and f)that all responses,data and information contained in the bid submittal are true and accurate. 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 said document(s)are complete,true,and correct to the best of his/her knowledge and belief. Name of Bidder's Authorized Representative: Title of Bidder's Authorized Scott Alfele Representative: President DocuSign Envelope ID:682647 97-1 9CF-4B1 E-9069-6D5D88A4A521 SECTION 2 -ACKNOWLEDGEMENT OF ADDENDUM After issuance of solicitation, the City may release one or more addendum to the solicitation, which may provide additional information to bidders or alter solicitation requirements. The City will strive to reach every bidder having received solicitation through the City's e-procurement system. However, bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the bidder has received all addendum released by the City pursuant to this solicitation.Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Enter Initial to Enter Initial to Enter Initial to Confirm Confirm Confirm Receipt Receipt Receipt SAA Addendum 1 SAA Addendum 6 Addendum 11 SAA Addendum 2 Addendum 7 Addendum 12 SAA Addendum 3 Addendum 8 Addendum 13 SAA Addendum 4 Addendum 9 Addendum 14 SAA Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. SFrT!ONI _-nl IFSTIONNAIRF 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 Ownerh;pper aye Directorship(Officc,ype Scott Alfele 80 Executive Director Richard Ebsary 10 Executive Director Matthew Shiring 10 Non-Executive Director • 2.Provide at least three(3)references of work similar in size and nature as the work referenced in solicitation. Project No. BID NUMBER Project Title PROJECT TITLE Reference No.1 Firm Name:Alliance Residential Contact Individual Name and Title: Michael J.Ging, Managing Director Address: 1800 Boca Center 1800 North Military Trail Suite 250 Boca Raton,FL 33431 Telephone:561-756-8980 Ext.2 Contact's Email:mging@allresco.com Narrative on Scope of Services Provided: Broadstone Westshore-Seawall complete turn-key bulkhead wall system. DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 Reference No.2 Firm Name:Fisher Island Community Association,Inc. Contact Individual Name and Title:Michael Posey,Director of Development Address:Fisher Island Community Association,Inc.One Fisher Island Drive,Fisher Island,Florida 33109 Telephone:786.475.2065 Contact's Email:mposey@fisherislandfica.com Narrative on Scope of Services Provided: The Fisher Island Main Marina-Demolish and Reconstruct Approximately 2,162 Lineal Feet of Seawall Reference No.3 Firm Name:City of Fort Lauderdale Contact Individual Name and Title:Scarlet Del Valle,Project Manager Address:101 NE 3rd Avenue-Suite 1410(Fort Lauderdale,FL 33301 Telephone:954-828-5580 Contact's Email:SDelValle©fortlauderdale.gov Narrative on Scope of Services Provided: Hendricks Isle Seawall Replacement,City of Ft Lauderdale,Steel Sheet Pile Seawall replacement,drainage,and roadwork. Additional Reference Firm Name:CMC Construction Contact Individual Name and Title:Timothy Wensing,President Address: 1550 Biscayne Blvd 3rd Floor Miami,Florida 33132 Telephone:305-916-8972 Contact's Email:twensing@cmcrealestate.com Narrative on Scope of Services Provided: Grove Isle Seawall Seawall Replacement,Steel Sheet Pile Seawall Replacement. DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 3.Has the applicant company's construction license(s)been revoked during the last five(5)years? Q YES p NO If yes,why? 4.Have any owners,directors, officers,or agents of the applicant company had a license revoked during the last five(5)years? Q YES © NO If yes,why? 5.Is the applicant company currently barred by a governmental agency,from bidding work as a prime or subcontractor? ) YES p 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? O YES 0 NO If yes,why? 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? ® YES O NO If yes,why? 1. Rajeev Ramsinghami V. RIC-MAN International, Inc: Ebsary Foundation was named as a subcontractor to RIC-MAN. A complaint was made against the work Ebsary performed relating to the project for the City of Miami Beach, which created turbulent and/or seismic vibration to a home.The case is closed. 2.David F.Johnston vs.APAC Group,INC:Ebsary Foundation was named as a subcontractor to APAC.A complaint was made against the work Ebsary performed,which caused property damage to a home.The case is closed. 3.Thomas C.Servinsky and Marie L.Servinsky vs.Michael A.Pool,Ebsary Foundation Co.-Auto accident.The case is pending. DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 8.Is an affiliate of the applicant companyprequalified by the City of Miami Beach to bid on construction work? Q 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? Q YES p 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 Q NO If the answer is"yes,"provide the following information for each individual and the affiliated company. Period or a of affiliation(e.g. Individual s name Affiliated company s name affiliation officer,director,owner or employee) Scott Alfele Ebsary Enterprises,Seagull 10 Years Owner Taft,Flagship Dr Matthew Shiring Ebsary Marine,Ebsary 10 Years Owner Construction,Seagull Taft Yvette Aubin Ebsary Marine,Ebsary 10 Years Owner Construction Richard Ebsary Ebsary Enterprises 10 Years Owner 11.Is the applicant company currently the debtor in a bankruptcy case or file for bankruptcy during the last five(5)years? • YES Q 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. 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? Q YES Q 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? Q YES p NO 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? Q YES p 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? DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 Q YES p NO If yes,explain. DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 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 officer, director,employee or agent,an employee of the City of Miami Beach? O YES ;• NO If yes,state name,title and share of ownership Name Title Share(%)of Ov: . 19. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability.Does the applicant agree to be comply with this prohibition? YES NO DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 20.Is the applicant a small business concern owned and controlled by a veteran(s)(certified by the State of Florida Department of Management Services or a service-disabled veteran business enterprise(certified by the United States Department of Veterans Affairs). YES IN NO Certifying Agency ;ertification Type 21. 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 suppliers 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 supplier 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 the applicant provide or offer access to any benefits to em to ees with spouses or to spouses of employees? n YES NO 8. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? n YES • NO C. Please check all benefits that apply to your answers above and list in the"other"section any additional benefits not already specified.Note:s benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave;other benefits are pros directly to the spouse or domestic partner,such as medical insurance. irm Provides for Employees Firm Provides for Employee Firm does not Provide with Spouses with Domestic Partners Benefit Health Yes Yes Sick Leave Yes Yes Family Medical Leave Yes Yes Bereavement Leave Yes Yes 22.Moratorium on Travel to and the Purchase of Goods or Services from Mississippi.Pursuant to Resolution 2016-29375,the City of Miami Beach,Florida prohibits the purchase of goods or services sourced in Mississippi. Are any of the products for which the applicant is seeking to be prequalified sourced in Mississippi? YES Q NO If yes,explain. DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 23.Financial Capacity.At time of request by the City,bidder shall request that Dun&Bradstreet submit its Supplier Qualifier Report directly to the City,with bid or within three(3)days of request.Bidder shall arrange for Dun&Bradstreet to submit a Supplier Qualification Report(SQR)directly to the City. No proposal will be considered without receipt(when requested), by the City, of the SQR directly from Dun&Bradstreet.The cost of the preparation of the SQR shall be the responsibility of the bidder.The bidder shall request the SQR report from D&B at. https://supplierportal.dnb.comlwebapp/wcs/stores/servlet/SupplierPortal?storeld=11696 Bidders are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each bidder review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process.For assistance with any portion of the SQR submittal process,contact Dun&Bradstreet at 800-424-2495. 24, Byrd Anti-Lobbying Amendment Certification Form;APPENDIX A,44 C.F.R.PART 18 CERTIFICATION REGARDING LOBBYING:Certification for Contracts,Grants,Loans,and Cooperative Agreements The undersigned Contractor certifies,to the best of his or her knowledge,that: 1.No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of an agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement, and the extension,continuation,renewal,amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. 2.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying,"in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts,subgrants,and contracts under grants,loans,and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C.§1352(as amended by the Lobbying Disclosure Act of 1995).Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure.The undersigned Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure,if any.In addition,the Contractor understands and agrees that the provisions of 31 U.S.C.§3801 et seq.,apply to this certification and disclosure,if any. By virtue of submitting bid,bidder certifies or affirms its compliance with the Byrd Anti-Lobbying Amendment Certification, Name of Bidder's Authorized Representative: Title of Bidder's Authorized Scott Alfele Representative: President 25.Suspension And Debarment Certification The Contractor acknowledges that: (1)This Contract is a covered transaction for purposes of 2 C.F.R.pt.180 and 2 C.F.R.pt.3000.As such the contractor is required to verify that none of the Contractor,its principals(defined at 2 C.F.R.§180.995),or its affiliates(defined at 2 C.F.R.§180.905)are excluded(defined at 2 C.F.R.§ 180.940)or disqualified(defined at 2 C.F.R.§180.935). (2)The Contractor must comply with 2 C.F.R.pt.180,subpart C and 2 C.F.R.pt.3000,subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3)This certification is a material representation of fact relied upon by the City.If it is later determined that the Contractor did not comply with 2 C.F.R.pt. 180,subpart C and 2 C.F.R.pt.3000,subpart C,in addition to remedies available to the City,the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4)The Contractor agrees to comply with the requirements of 2 C.F.R.pt. 180,subpart C and 2 C.F.R. pt.3000,subpart C while this offer is valid and throughout the period of any contract that may arise from this offer.The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions." DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 By virtue of submitting bid,bidder certifies or affirms its compliance with the Suspension and Debarment Certification. Name of Bidder's Authorized Representative: Title of Bidder's Authorized Scott Alfele Representative: President 26.Suspension,Debarment,Or Contract Cancellation. Has bidder ever been debarred,suspended or other legal violation,or had a contract cancelled due to non-performance by an ublic sector agency? YES 5 NO If answer to above is"YES,"bidder shall submit a statement detailing the reasons that led to action(s): 27.Small And Disadvantaged Business Certification Pursuant to Resolution 2020-31519, the City is tracking the Small and Disadvantaged Businesses, as certified by Miami-Dade County that have been certified as Small or Disadvantaged Business by Miami-Dade County. Does bidder possess Small or Disadvantaged Business certification by Miami-Dade County? YES 05 NO 28.LGBT Business Enterprise Certification Pursuant to Resolution 2020-31342,the City is tracking the utilization of LGBT owned firms that have been certified as an LGBT Business Enterprise by the National Gay and Lesbian Chamber of Commerce(NGLCC). Does bidder possess LGBT Business Enterprise Certification by the NGLCC? YES 5 NO 29.Cone Of Silence Pursuant to Section 2-486 of the City Code,all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at https://library.municode.com/fllmiami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIISTCO DIV4PR S2-486C0S1 Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation.Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov. By virtue of submitting bid,bidder certifies that it is in compliance with the Cone of Silence Ordinance,pursuant to Section 2-486 of the City Code. 30.Code Of Business Ethics Pursuant to City Resolution No.2000-23789,the Bidder shall adopt a Code of Business Ethics prior to executing a contract with the City.The Code of Business Ethics shall be submitted to the Procurement Department with its response or within three(3)days of request by the City.The Code shall,at a minimum,require the Bidder,to comply with all applicable governmental rules and regulations including,among others,the conflict of interest,lobbying and ethics provision of the City Code.In lieu of submitting Code of Business Ethics,bidder may indicate that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at http:/Iwww.miamibeachfl.gov/city-halliprocurement/procurement-related-ordinance-and-procedures! Bidder will submit firm's Code of Business Ethics within three(3)days of request by the City? YES cu NO Bidder adopts the City of Miami Beach Code of Business Ethics? 0 YES NO 31. Lobbyist Registration&Campaign Contribution ReQUIREMENTS This solicitation is subject to,and all bidders are expected to be or become familiar with,all City lobbyist laws,including lobbyist registration requirements and prohibition on campaign contributions,including: • Lobbyist Registration Requirements sections 2-397 through 2-485.3 of City Code (https:i/library.municode.com!fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIISTCO DIV3L0) • Campaign Contribution Requirements sections 2-487 and 2-488 of City Code (https://library.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIISTCO DIV5CAFIRE) By virtue of submitting bid, bidder certifies or affirms that they have read and understand the above Lobbyist Registration &Campaign Contribution Requirements. 32.NON-DISCRIMINATION The Non-Discrimination ordinance is available at: https://library.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2-375NSCCOREWA By virtue of submitting bid,bidder agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 33. FAIR CHANCE REQUIREMENT The Fair Chance Ordinance No.2016-4012 is available at: DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 https:/ilibrary.municode.comlfllmiami beach/codes/code of ordinances?nodeld=SPAGEOR CH62HURE ARTVFACHOR By virtue of submitting bid, bidder certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance.Bidder agrees to provide the City with supporting documentation evidencing its compliance upon request. Bidder further agrees that any breach of the representations made herein shall constitute a material breach of contract,and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 34. PUBLIC ENTITY CRIMES Please refer to Section 287.133(2)(a),Florida Statutes,available at: https:llwww.flsenate.gov/Laws/Statutes120121287.133 By virtue of submitting bid,bidder agrees with the requirements of Section 287.133, Florida Statutes,and certifies it has not been placed on convicted vendor list. 35.Veteran Business Enterprises Preference Pursuant to City of Miami Beach Ordinance No. 2011-3748, httpsallibrary.municode.com/fllmiami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2-374PRPRPRVECOGOCOSE the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s)or which is a service-disabled veteran business enterprise,and which is within five percent(5%)of the lowest and best bidder,by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount.Whenever,as a result of the foregoing preference,the adjusted prices of two(2)or more bidders which are a small business concern owned and controlled by a veteran(s)or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB,RFP,RFQ, ITN or oral or written request for quotation,and such bids are responsive,responsible and otherwise equal with respect to quality and service,then the award shall be made to the service-disabled veteran business enterprise. Is the bidder a service-disabled veteran business enterprise certified by the State of Florida? YES r, NO Is the bidder a service-disabled veteran business enterprise certified by the United States Federal Government? YES NO CONTINUED ON THE FOLLOWING PAGE. DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 36.Sub-Contractors Providing Services to this Project: Work to oe completed of Work to be performed Name: 3C Construction Corp. Tel: 305-638.5511 Seawall Cap 25 Email: ojc@3cconstructioncorp.com Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 (....., EBsARy foundation company MARINE AND ENGINEERING CONSTRUCTION 2154 N.W. NORTH RIVER DRIVE, MIAMI, FLORIDA 33125 (305)325-0530•CGC059721 •INF•OThEBSARYFOUNDATIONCO.COM TAB 1 MINIMUM QUALIFICATIONS AND SUBMITTAL REQUIREMENTS Apk E B SARY FO U N-ii` TI ON C O. 2154 NORTHWEST Willi 4 RIVER DRIVE MIAM I , F' iff'f 4 1, DA. )1161, 11 n'f. " sj9 r October 20' 2023 Incorporated 1930 DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 EBSARY foundation company COMPANY INFORMATION LEGAL NAME: Ebsary Foundation Company CORPORATE OFFICE: 2154 NW North River Drive Miami, Florida 33125 BROWARD OFFICE: 21005 Taft Street Pembroke Pines, Florida 33029 WEB SITE: www.ebsaryfoundationco.com BUSINESS STRUCTURE: Tax Payer ID# 59-0229150 Florida General Contractor License No. CGC059721 Miami-Dade County License No. E502 Dun and Bradstreet Number: 003869229 FBPE Certificate of Authorization No. 30489 FDOT Intermediate and Minor Bridge Prequalification No. F590229150 DATE FOUNDED: Founded in 1922 and Incorporated in 1930 EMR: 0.64 BONDING COMPANY: Matson-Charlton Surety Group 700 South Dixie Highway, Suite 100 Coral Gables,Florida, 33146 POC: John Charlton P: (305) 662-3852 E:john(amcsurety.com BANK REFERENCE: First Horizon Bank 3275 NW 87 Ave Miami, Florida, 33172 POC: Jaime Ortega P: (305)499-1889 E: Jaime.ortega@firsthorizon.com j DocuSign Envelope ID:68264797-19CF-461E-9069-6D5D88A4A521 Ron DeSantis,Governor Melanie S. Griffin,Secretary - % Florida ..(,..„ , .... , r i .. STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION . N S Ry LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS ,. CHAPTER 489, FLORIDti I TUTES • S' if' '11s.;:-:a•. — — r. — *I 4-0 .:rA LFELE, SCOTT A _- E:SARY FOUNDATION COMPANY :i 2154 NW NORTH RIVER DRIV �' s MIAM R FL 33125-229 * • or • .04 sr+•• • • [ { LIC -, fir} +5.721 �. EXPIRATION DATE: AUGUST 31, 2024 Always verify licenses online at MyFloridaLicense.com m • '--• k.ndtri 'I Do not alter this document in any form. f+' ��' s . 10 . This is your license. It is unlawful for anyone other than the licensee to use this document. ❑ • 4—.�_ DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 EBsARy foundation company PREVIOUS EXPERIENCE OF BIDDER 1. PORTMIAMI NEW CRUISE TERMINAL V 1.1. Owner Name: PortMiami—Miami Dade County Seaport Department 1.2. Contact Information: Frank Ramirez, Chief of Contracts, Procurement and Materials Management Phone: (305) 347-5508 Email: Frank.Ramirez@miamidade.gov 1.3. Project Address: Miami-Dade County Seaport Department 1007 North America Way, Suite 311 Miami, Florida 33132 1.4. Narrative on Scope of Services Provided The Work of this Contract comprised of furnishing of all materials, labor, services, supervision, tools and equipment required or incidental necessary to construct the new Cruise Berth V at Port Miami, Florida. The new wharf construction performed included installation of approximately 790 feet of anchored seawall along the bulkhead, with a drive pile supported mooring extension constructed 200 feet beyond the north bulkhead. The work also included expanding wedge-shaped fill area of approximately 21,285 square feet from south to north surrounded by new bulkhead. New steel sheet pile earth retaining bulkheads with deadman anchor system was construction on the west(790 linear feet) and north(64 feet) sides of the newly formed bulkhead area. Additionally, Ebsary Foundation Company provide marine support for dredging of the existing basin waterward of the berth, which required 59,200 square feet of maintenance dredge to -34.5 ft water depth and deepening of 225,000 square feet of area west of the basin for safe mooring of the ship which included maintenance dredging in the Atlantic Intracoastal Waterway(AIW). 1.5. Contract Amount and Completion Date Contract Amount: $ 15,368,016.00 Completion Date: 10/31/2021 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 EBSARY foundation company 2. BAL HARBOUR SEAWALL AND DOCK RECONSTRUCTION PROJECT 2.1. Owner Name: Village of Bal Harbour, Florida 2.2. Contact Information: Matilda Reyes, City Manager Phone: (305) 993-9399 Email: mreyes@balharbourfl.gov 2.3. Project Address: 701 96th Street&16-18 Bal Bay Drive Bal Harbour, FL 33154 2.4. Narrative on Scope of Services Provided This project was for replacement of the existing seawall, approximately 310 LF, and dock, provide and install kayak launch provide additional rip rap. Work specifically included all labor, equipment materials for the installation of erosion controls both in the water and on land, Removal and disposal of the entire existing seawall cap, installation of steel sheet piling with helical anchors, installation of concrete seawall cap,removal and reinstallation of boulder rip-rap,backfill and grading, installation of 2.5 CCA treated pilings, installation of 0.030-inch Polyethylene wrapping from sea floor to one (1) foot above Mean High Water(MHW)at the dock, installation of all marine grade ledgers,joists, and supports, installation of pressure treated decking, installation of new seawall shall be appropriately adjoined on both ends of the work, to existing privately-owned adjacent seawall and seawall under the FDOT ROW. Work also included installing the appropriate erosion control measures prior to the start of any construction activity,maintenance of the erosion control measures through the duration of the project. At the completion of work the surrounding work area was restored to its original condition,which included asphalt, sod, concrete, and timber boardwalk. 2.5. Contract Amount and Completion Date Contract Amount: $ 1,206,080.50 Completion Date: 02/31/2022 DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 ..... EBSARY (t....................................,„,................. foundation company 3. HENDRICKS ISLE SEAWALL REPLACEMENT 3.1. Owner Name: Hendricks Isle Seawall Replacement 3.2. Contact Information: Scarlet Del Valle, Project Manager Phone: (954) 828-5580 Email: Sdelvalle@fortlauderdale.gov 3.3. Project Address: 505 Hedricks Isle Ft. Lauderdale, 33301 3.4. Narrative on Scope of Services Provided The Work for this project consisted of furnishing and installing 330 wall feet of new cantilevered steel sheet pile seawall on Hendricks Isle in Ft. Lauderdale, Florida. Specific work included providing precondition survey of existing residences and public right of way, maintenance of traffic for the duration of work, environmental controls, demolition and removal of existing failed seawall, drainage structures, and landscaping,reinstallation of drainage structures and outfalls and catch basins,reinstallation of landscaping,backfilling and grading, milling and resurfacing, installation of commercial water service and site restoration. 3.5. Contract Amount and Completion Date Contract Amount: $ 1,471,590.00 Completion Date: 01/31/2023 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 EBsARy foundation company PREVIOUS EXPERIENCE OF PROJECT MANAGER MATTHEW SHIRING, PE 1. PORTMIAMI NEW CRUISE TERMINAL V 1.1. Owner Name: PortMiami—Miami Dade County Seaport Department 1.2. Contact Information: Frank Ramirez, Chief of Contracts, Procurement and Materials Management Phone: (305) 347-5508 Email: Frank.Ramirez@miamidade.gov 1.3. Project Address: 1007 North America Way, Miami, Florida 33132 1.4. Narrative on Scope of Services Provided The Work of this Contract comprised of furnishing of all materials, labor, services, supervision, tools and equipment required or incidental necessary to construct the new Cruise Berth V at Port Miami, Florida. The new wharf construction performed included installation of approximately 790 feet of anchored seawall along the bulkhead,with a drive pile supported mooring extension constructed 200 feet beyond the north bulkhead. The work also included expanding wedge-shaped fill area of approximately 21,285 square feet from south to north surrounded by new bulkhead.New steel sheet pile earth retaining bulkheads with deadman anchor system was construction on the west(790 linear feet) and north(64 feet) sides of the newly formed bulkhead area 1.5. Contract Amount and Completion Date Contract Amount: $15,368,016.00 Completion Date: 10/31/2021 2. TERMINAL 4 WHARF REPAIRS 2.1. Owner Name: Port Everglades,Florida 2.2. Contact Information: Kevin Callahan, Sr. Construction Manager Phone: (407) 709-2777 Email: Kevin.Callahan@atkinsrealis.com 2.3. Project Address: 1800 SE 20th St,Fort Lauderdale, FL 33316 2.4. Narrative on Scope of Services Provided The Work for this project consisted of repairs to existing wharf, demolition and removal of existing bollards and fenders, installation of 13 ea. 30MT bollards with foundations, Installation of 16 ea. Trelleborg Panel Fenders, installation of 3 ea. Pipe pile supported 100T high wind bollards with concrete caps. Restoration and clean up and asphalt repairs. 2.5. Contract Amount and Completion Date Contract Amount: $ 1,730,800.00 Completion Date: 10/18/2023 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 EBsARy foundation company PREVIOUS EXPERIENCE OF SUPERINTENDENT MATTHEW MANSFIELD 1. HENDRICKS ISLE SEAWALL REPLACEMENT 1.1. Owner Name: Hendricks Isle Seawall Replacement 1.2. Contact Information: Scarlet Del Valle, Project Manager Phone: (954) 828-5580 Email: Sdelvalle@fortlauderdale.gov 1.3. Project Address: 505 Hedricks Isle,Ft. Lauderdale, 33301 1.4. Narrative on Scope of Services Provided The Work for this project consisted of furnishing and installing 330 wall feet of new cantilevered steel sheet pile seawall on Hendricks Isle in Ft. Lauderdale, Florida. Specific work included providing precondition survey of existing residences and public right of way, maintenance of traffic for the duration of work,environmental controls, demolition and removal of existing failed seawall,drainage structures, and landscaping, reinstallation of drainage structures and outfalls and catch basins,reinstallation of landscaping, backfilling and grading,milling and resurfacing, installation of commercial water service and site restoration. 1.5. Contract Amount and Completion Date Contract Amount: $ 1,471,590.00 Completion Date: 01/31/2023 2. TERMINAL 4 WHARF REPAIRS 2.1. Owner Name: Port Everglades,Florida 2.2. Contact Information: Kevin Callahan, Sr. Construction Manager Phone: (407) 709-2777 Email: Kevin.Callahan@atkinsrcalis.com 2.3. Project Address: 1800 SE 20th St,Fort Lauderdale, FL 33316 2.4. Narrative on Scope of Services Provided The Work for this project consisted of repairs to existing wharf, demolition and removal of existing bollards and fenders, installation of 13 ea. 30MT bollards with foundations, Installation of 16 ea. Trelleborg Panel Fenders, installation of 3 ea. Pipe pile supported 100T high wind bollards with concrete caps. Restoration and clean up and asphalt repairs. 2.5. Contract Amount and Completion Date Contract Amount: $ 1,730,800.00 Completion Date: 10/18/2023 DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 APPENDIX A MI AM I BEACH Bid Price Form MUST BE SUBMITTED WITH THE BID. FAILURE TO DO SO WILL RENDER BID NON-RESPONSIVE. DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 Bid Price Form FAILURE TO SUBMIT THIS BID PRICE FORM FULLY COMPLETED ON OR BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE AND BIDDER SHALL RECEIVE NO FURTHER CONSIDERATION. The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid, consisting of furnishing all materials, labor, equipment, shoring, supervision, mobilization, demobilization, overhead and profit, insurance, permits, and taxes to complete the work to the full intent as shown or indicated in the contract documents. The city will not accept any revision to the total base bid sum, divisions, line item totals, or add alternates, after the deadline for receipt of bids. In the event of discrepancy between the sum of the items in the schedule of values and the total base bid, the Bidder agrees that the total base bid shall govern. In the absence of a numerical value for any item or division, the City shall interpret as no bid for the division, which may disqualify Bidder. The allowance items that have been delineated below shall be used only upon the City's discretion, as needed. In the event that an allowance is not used in its entirety, any remaining balance shall be reflected on a deductive change order. GROUP 1: TOTAL BASE BID - TROUVILLE ESPLANADE Cost Total Base Bid ,$423,295.00 ' Indemnification of City $25.00 Permit Allowance $20,000.00 GRAND TOTAL 443,320.00 (TOTAL BASE BID AMOUNT+INDEMNIFICATION OF CITY+PERMIT ALLOWANCE) $ 'See Section 0100, Sub-section 12. GROUP 2: TOTAL BASE BID — BONITA DRIVE Cost Total Base Bid $319,085.00 1 Indemnification of City $25.00 Permit Allowance $20,000.00 GRAND TOTAL (TOTAL BASE BID AMOUNT+INDEMNIFICATION OF CITY+PERMIT ALLOWANCE) $339,110.00 'See Section 0100, Sub-section 12. GROUP 3: TOTAL BASE BID — RUE NOTRE DAME Cost Total Base Bid $380,673.00 ' Indemnification of City $25.00 Permit Allowance $20,000.00 GRAND TOTAL TOTAL BASE BID AMOUNT+INDEMNIFICATION OF CITY+PERMIT ALLOWANCE $400,698.00 'See Section 0100, Sub-section 12. DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 GROUP 4: TOTAL BASE BID — INDIAN CREEK DRIVE Cost Total Base Bid $605,305.00 t Indemnification of City $25.00 Permit Allowance $20,000.00 GRAND TOTAL 625,330.00 TOTAL BASE BID AMOUNT+INDEMNIFICATION OF CITY+PERMIT ALLOWANCE) $ 'See Section 0100, Sub-section 12. ADDITIVE ALTERNATES (In order of priority) Selection of additive alternates, if any, will be made pursuant to Section 0100, No. 10 Method of Award. Total Item Description Quantity U/ M Unit Cost Quantit _X_Unit_Cost NOT APPLICABLE DEDUCTIVE ALTERNATES (In order of priority) Selection of deductive alternates, if any, will be made pursuant to Section 0100, No. 10 Method of Award. Total Item Description Quantity U /M Unit Cost (Quantity_X Unit Cost NOT APPLICABLE End of Bid Price Form. DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 APPENDIX B M I AM I BEACH BID BOND FORM Onl ap.licable if checked in the Invitation to Bid Summar DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 BID BOND Page 1 of 2 KNOW ALL MEN BY THESE PRESENTS, that we,EBSARY FOUNDATION COMPANY as Principal, hereinafter referred to as Contractor, and +TRAVELERSCA5U.ALTY AND SURETY CO.\fPAAYOFAMERICA as Surety, are held and firmly bound unto the City of Miami Beach, Florida, as a municipal corporation of the State of Florida, hereinafter called the City, in the sum of five percent (5%) of the Contractor's Total Base Bid amount of FIVE PERCENT OF THE AMOUNT BID lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. WHEREAS, the Contractor contemplates submitting or has submitted, a Bid to the City for the furnishing of all labor, materials, equipment, machinery, tools, apparatus, means of transportation for, and the performance of the Work covered in the Bid Documents which include the Project Manual, the detailed Plans and Specifications, and any Addenda thereto, for the following solicitation. Bid No.:2023-527-JP Title: SEAWALL CONSTRUCTION-VARIOUS LOCATIONS-TROUVILLE ESPLANADE WHEREAS, it was a condition precedent to the submission of said Bid that a cashier's check, certified check, or Bid Bond in the amount of five percent (5(8/0) of the Total Base Bid be submitted with said Bid as a guarantee that the Contractor would, if awarded the Contract, enter into a written Contract with the City for the performance of said Contract, within ten (10) consecutive calendar days after notice having been given of the Award of the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor within ten (10) consecutive calendar days after notice of such acceptance, enters into a written Contract with the City and furnishes the Performance and Payment Bonds, satisfactory to the City, each in an amount equal to one hundred percent (100%) of the Contract Price, and provides all required Certificates of Insurance, then this obligation shall be void; otherwise the sum herein stated shall be due and payable to the City of Miami Beach and the Surety herein agrees to pay said sum immediately, upon demand of the City, in good and lawful money of the United States of America, as liquidated damages for failure thereof of said Contractor. DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 BID BOND Page 2 of 2 IN WITNESS WHEREOF, the said Principal and the said Surety have duly executed this bond the 22ND day of SEPTEMBER , 2023 ATTEST: PRINCIPAL: EBSARY F UNDATION COMPANY (Contr or Name) Signature i ature y Print Name P��me(Pr�al) Title Title IN Pr j-ESENCE THEREOF: SURETY: A if it TRAVELERS CASUALTY AND SURETY COMPANY OF AM ERICA Signature (Surety Name) ELENA M.MOREJON JOHN W.CHARLTON Print Name Attor -in-Fact(Print Name) Si ture (CORPORATE SEAL) Power of Attorney must be attached.) DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 Travelers Casualty and Surety Company of America /Mk Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and SI. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the Stale of Connecticut (herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint John W Chariton,and D W Matson III of Coral Gables,Florida their true and lawful Attorney(s)-in-Fact tosign,execute,seal and acknowledge any and all bonds,recognizances,conditionalundertakings and other writings obligatory in the nature thereof on behalf of the Companies in the,r business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 21st day of April, 2021. DSUAFIyw v"AN NO" 3�<i r; \` HART11". i` m i F65F(rArFDHN. s ., Ptttit CONN. 10 �a� 11 State of Connecticut % s#1 %gib` / By: City of Hartford ss. Robert Raney,Senior Vice President On this the 21st day of April,2021,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of each of the Companies, and that he,as such, being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF,I hereunto set my hand and official seal, �;PNo 4 My Commission expires the 30th day of June,2026tK,.."7 !/ rueuo i Anna P.Nowik,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance, or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or hen and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond, recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary of each of the Companies,do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 22ND day of SEPTEMBER , 2023 �y0.5UAFT,�' �,11V Apr ..(•1E '7cJ . cE¢ ;'HART.OnD,; •i CONN. gip;g W i CChN. o • . �' _ IKevinE.H ,Assistant Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attomey(s)-in-Fact and the details of the bond to which this Power of Attorney is attached. DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 BID BOND Page 1 of 2 KNOW ALL MEN BY THESE PRESENTS, that we, EBSARY FOUNDATION COMPANY as Principal, hereinafter referred to as Contractor, and TRAVELERS CASUALTY AND SURETY COMPANY OFAMERICA as Surety, are held and firmly bound unto the City of Miami Beach, Florida, as a municipal corporation of the State of Florida, hereinafter called the City, in the sum of five percent (5%) of the Contractor's Total Base Bid amount of FIVE PERCENT OF THE AMOUNT BID lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. WHEREAS, the Contractor contemplates submitting or has submitted, a Bid to the City for the furnishing of all labor, materials, equipment, machinery, tools, apparatus, means of transportation for, and the performance of the Work covered in the Bid Documents which include the Project Manual, the detailed Plans and Specifications, and any Addenda thereto, for the following solicitation. Bid No.:2023-527-JP Title:SEAWALL CONSTRUCTION-VARIOUS LOCATIONS-BONITA DRIVE WHEREAS, it was a condition precedent to the submission of said Bid that a cashier's check, certified check, or Bid Bond in the amount of five percent(5%) of the Total Base Bid be submitted with said Bid as a guarantee that the Contractor would, if awarded the Contract, enter into a written Contract with the City for the performance of said Contract, within ten (10) consecutive calendar days after notice having been given of the Award of the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor within ten (10) consecutive calendar days after notice of such acceptance, enters into a written Contract with the City and furnishes the Performance and Payment Bonds, satisfactory to the City, each in an amount equal to one hundred percent (100%) of the Contract Price, and provides all required Certificates of Insurance, then this obligation shall be void; otherwise the sum herein stated shall be due and payable to the City of Miami Beach and the Surety herein agrees to pay said sum immediately, upon demand of the City, in good and lawful money of the United States of America, as liquidated damages for failure thereof of said Contractor. DocuSign Envelope ID.68264797-19CF-4B1 E-9069-6D5D88A4A521 BID BOND Page 2 of 2 IN WITNESS WHEREOF, the said Principal and the said Surety have duly executed this bond the 22ND day of SEPTEMBER , 2023 ATTEST: PRINCIPAL: EBSARY F UNDATION PANY (Contr for Name) S nature ignature / sy' 5cott-A-hcJe- Print Name Print Na��mf (Principal) Title Title IN PRESENCEOpL THEREOF: SURETY: TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Signatur (Surety Name) ELENA M. MOREJON JOHN W.CHARLTON Print Name Att r -in-Fact(Print Name) Sig ature (CORPORATE SEAL) ower of Attorney must be attached.) DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint John W Charlton,and D W Matson III of Coral Gables,Florida their true and lawful Attorney(s)-in-Fact tosign,execute,seal and acknowledge any and alibonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in the,r business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 21st day of April, 2021. e° C15UFfry o ' " srl 'v 3 ,J tlt7 y 4,0171 NARTGRD,,L iFowonsrCONN. iosa' ONN.State of Connecticut %���; �`a d\ � A. City of Hartford ss. Robert Raney,Senior Vice President On this the 21st day of April,2021, before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of each of the Companies, and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. f�il PZSv.l ��d""' "Zed My Commission expires the 30th day of June,2026 Nay' , lam ru i J Anna P.Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President, any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond, recognizance,contract of indemnity, or writing obligatory in the nature of a bond, recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President. any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b)duly executed(under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of(he following officers; President, any Executive Vice President, any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company In the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary of each of the Companies,do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 22ND day of SEPTEMBER+ , 2023 • +gy pSUNFr;^. .f VP�ly 4rA50/)", �i HARTFORD,o t w i lC'C NORO,)< i + 7.1F1 ES( CONN. ,o; FN < Kevin E.Hughes,Assistant Secretary To verify the authenticity of this Power of Attorney,please call us at 1.600-421-3880. Please refer to the above-named Attorneys)-in-Fact and the details of the bond to which this Power of Attorney is attached. DocuSign Envelope ID:68264797-19CF-481 E-9069-6D5D88A4A521 BID BOND Page 1 of 2 KNOW ALL MEN BY THESE PRESENTS, that we, EBSARY FOUNDATION COMPANY as Principal, hereinafter referred to as Contractor, and TRAVELERS CASUALTY AND SURETY COMPANY OFAMERICA as Surety, are held and firmly bound unto the City of Miami Beach, Florida, as a municipal corporation of the State of Florida, hereinafter called the City, in the sum of five percent (5%) of the Contractor's Total Base Bid amount of$FIVE PERCENT OF THE AMOUNT BID lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. WHEREAS, the Contractor contemplates submitting or has submitted, a Bid to the City for the furnishing of all labor, materials, equipment, machinery, tools, apparatus, means of transportation for, and the performance of the Work covered in the Bid Documents which include the Project Manual, the detailed Plans and Specifications, and any Addenda thereto, for the following solicitation. Bid No.:2023-527-JP Title: SEAWALL CONSTRUCTION-VARIOUS LOCATIONS-RUE NOTRE DAME WHEREAS, it was a condition precedent to the submission of said Bid that a cashier's check, certified check, or Bid Bond in the amount of five percent(5%) of the Total Base Bid be submitted with said Bid as a guarantee that the Contractor would, if awarded the Contract, enter into a written Contract with the City for the performance of said Contract, within ten (10) consecutive calendar days after notice having been given of the Award of the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor within ten (10) consecutive calendar days after notice of such acceptance, enters into a written Contract with the City and furnishes the Performance and Payment Bonds, satisfactory to the City, each in an amount equal to one hundred percent (100%) of the Contract Price, and provides all required Certificates of Insurance, then this obligation shall be void; otherwise the sum herein stated shall be due and payable to the City of Miami Beach and the Surety herein agrees to pay said sum immediately, upon demand of the City, in good and lawful money of the United States of America, as liquidated damages for failure thereof of said Contractor. DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 BID BOND Page 2 of 2 IN WITNESS WHEREOF, the said Principal and the said Surety have duly executed this bond the 22ND day of SEPTEMBER 2023 ATTEST: PRINCIPAL: EBSARY FOUNDATION COMPANY (Contr ctor Name) Sir ature // Ignature Orin/OPhu' /fi ar'1s cjw Print Name PrAit Name(Principal) Title Title IN RESENCE THEREOF: SURETY: TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Sign to (Surety Name) ELENA M.MOREJON JOHN W.CHARLTON Print Name Att y-in-Fact(Print Name) S' ature (CORPORATE SEAL) ower of Attorney must be attached.) DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 Travelers Casualty and Surety Company of America ARK Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make,constitute and appoint John W Charlton,and D W Matson III of Coral Gables,Florida their true and lawful Attorney(s)-in-Fact tosign,execute,seal and acknowledge any andallbonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in the,r business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 21st day of April, 2021. 4glie; ,SURF�'4 wTv�MrE -% 4* *4:4,4 .v: CDNN. !o g- tIt o+t CONIC!FA CVO State of Connecticut �y'A� ro-> cif-�.�H�a• * By: City of Hartford ss. � Robert .Raney,Senior Vice President On this the 21st day of April,2021,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of each of the Companies, and that he,as such, being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. /� IN WITNESS WHEREOF,I hereunto set my hand and official seal. '"°"°w"*� � l/ i��G� My Commission expires the 30th day of June,2026 * +v ,; L4 Anna P.Nowik,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President, any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond, recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her,and it is FURTHER RESOLVED, that the Chairman,the President, any Vice Chairman,any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when (a)signed by the President, any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President, any Executive Vice President, any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attomey or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary of each of the Companies,do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 22ND day of SEPTEMBER , 2023 • NN' !'r : .MACONN.ID,''0'L'I tl CONN. i CONN, io i E i� CCNN. o t!r� A yam• LL Kevin E.Hughes, Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421.3880. Please refer to the above-named Attorney(s).in-Fact and the details of the bond to which this Power of Attorney is attached. DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 BID BOND Page 1 of 2 KNOW ALL MEN BY THESE PRESENTS, that we, EBSARY FOUNDATION COMPANY as Principal, hereinafter referred to as Contractor, and TRAVELERS CASUALTY AND SURETY COMPANY OFAMEeCA as Surety, are held and firmly bound unto the City of Miami Beach, Florida, as a municipal corporation of the State of Florida, hereinafter called the City, in the sum of five percent (5%) of the Contractor's Total Base Bid amount of$FIVE PERCENT OF THE AMOUNT BID lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. WHEREAS, the Contractor contemplates submitting or has submitted, a Bid to the City for the furnishing of all labor, materials, equipment, machinery, tools, apparatus, means of transportation for, and the performance of the Work covered in the Bid Documents which include the Project Manual, the detailed Plans and Specifications, and any Addenda thereto, for the following solicitation. Bid No.:2023-527-JP Title: SEAWALL CONSTRUCTION-VARIOUS LOCATIONS-7150 INDIAN CREEK DRIVE WHEREAS, it was a condition precedent to the submission of said Bid that a cashier's check, certified check, or Bid Bond in the amount of five percent(5%) of the Total Base Bid be submitted with said Bid as a guarantee that the Contractor would, if awarded the Contract, enter into a written Contract with the City for the performance of said Contract, within ten (10) consecutive calendar days after notice having been given of the Award of the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor within ten (10) consecutive calendar days after notice of such acceptance, enters into a written Contract with the City and furnishes the Performance and Payment Bonds, satisfactory to the City, each in an amount equal to one hundred percent (100%) of the Contract Price, and provides all required Certificates of Insurance, then this obligation shall be void; otherwise the sum herein stated shall be due and payable to the City of Miami Beach and the Surety herein agrees to pay said sum immediately, upon demand of the City, in good and lawful money of the United States of America, as liquidated damages for failure thereof of said Contractor. DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 BID BOND Page 2 of 2 IN WITNESS WHEREOF, the said Principal and the said Surety have duly executed this bond the 22ND day of SEPTEMBER 2023 ATTEST: PRINCIPAL: EBSARY FOUNDATION COMPANY (Con ctor Name )nature ignature rr_ /'1.14 er / ila�s --- SCp �T C.Ill e- Print Name / FriPrit2 Name (Principal) ��'�ec /14/IC.,7r .5tg - - Title Title IN QRESENCE THEREOF: SURETY: . -304A/L TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA S+ natur 9 (Surety Name) ELENA M.MOREJON JOHN W.CHARLTON Print Name Atto neyin-Fact(Print Name) ' nature (CORPORATE SEAL) (Power of Attorney must be attached.) DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 Travelers Casualty and Surety Company of America 41111116, Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make,constitute and appoint John W Chariton,and D W Matson III of Coral Gables,Florida their true and lawful Attorney(s)-in-Fact to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in the,r business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 21st day of April, 2021. +' �15VNfl}C J'��Y AN• n..lE ter , ..J. a `gf HART=ORD,:�_ gc jwarFoRD, CONN. ^ / i'Q. CONN. o t • State of Connecticut y�'M1��tiIF 'aft. H�+ By. City of Hartford ss. Robert Raney,Senior Vice President On this the 21st day of April,2021,before me personally appeared Robert L Raney,who acknowledged himself to be the Senior Vice President of each of the Companies, and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. r;;KPM6 • My Commission expires the 30th day of June,2026 * "a,�.`•; LG t� eueac Anna P.Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance, or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her,and it is FURTHER RESOLVED,that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond, recognizance,contract of indemnity,or writing obligatory in the nature of a bond, recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President, any Vice Chairman,any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b)duly executed(under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President, any Senior Vice President, any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E.Hughes,the undersigned,Assistant Secretary of each of the Companies,do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 22ND day of SSEPTEMBER , 2023 • .'' OSUAf77c� �,b pJY ..lf s EI MARTFOR' s ysi N,lrrFO , CONN. loq,.5• N, Kevin E,Hughes,Assistant Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attorneys)-in-Fact and the details of the bond to which this Power of Attorney is attached. DocuSign Envelope ID:682647 9 7-1 9CF-4B1 E-9069-6D5D88A4A521 tv\ I A M I B E1A I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3'd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov REVISED APPENDIX C 10.3.23 M I AM I BEACH SCHEDULE OF VALUES MUST BE SUBMITTED WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY. 1 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M IAM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov SCHEDULE OF VALUES Bidders should fully complete the Schedule of Values to include quantities, units of measure, unit pricing, and totals. The cost of any item(s) of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s) is most applicable. Both unit price and extended total prices must be stated in units of quantity specified in the bidding specifications. Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. TROUVILLE ESPLANADE Item Description Quantity U/M Unit Cost Total 1 Mobilization and Demobilization 1 LS $ 33,500.00 $ 33,500.00 2 Furnish and Install Concrete 610 SF $ 109.00 $ 66,490.00 Seawall Panel 10' max Depth 3 Furnish and Install 12" x 12" King 350 LF $ 202.00 $ 70,700.00 Pile 4 Furnish and Install 12" x 12" 300 LF $ 205.00 $ 61,500.00 Batter Pile 5 Furnish and Install Concrete 75 LF $ 835.00 $ 62,625.00 Seawall Cap 6 Furnish and Install Concrete 3 EA $ 21,000.00 $ 63,000.00 Seawall Outfall Pipe Penetration 7 Concrete Panel Knockout Area 64 SF $ 70.00 $ 4,480.00 8 Furnish and Install Rubble Rip- 10 Tons $ 360.00 $ 3,600.00 Rap 9 Backfill Material, Clean 50 CY $ 485.00 $ 24,250.00 Sand/flowable fill 10 Restoration of Disturbed Area 375 SY $ 66.00 $ 24,750.00 11 As Built/Record Drawings 1 LS $ 4,000.00 $ 4,000.00 12 Silt Fence And Turbidity Barrier 220 LF $ 20.00 $ 4,400.00 TOTAL TROUVILLE ESPLANADE $ 423,295.00 CONTINUED ON THE FOLLOWING PAGE. 1 ADDENDUM NO.4 INVITATION TO BID NO. 2023-527-JP SEAWALL CONSTRUCTION—VARIOUS LOCATIONS DocuSign Envelope ID:682647 97-1 9CF-4B1E-9069-6D5D88A4A521 M I A M I B EAC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov BONITA DRIVE Item Description Quantity U/M Unit Cost Total 1 Mobilization and Demobilization 1 LS $ 13,500.00 $ 13,500.00 2 Furnish and Install Concrete 551 SF $ 105.00 $ 57,855.00 Seawall Panel 10' max Depth 3 Furnish and Install 12" x 12" King 280 LF $ 215.00 $ 60,200.00 pile 4 Furnish and Install 12"x 12" Batter 250 LF $ 220.00 $ 55,000.00 Pile 5 Furnish and Install Cocnrete 60 LF $ 925.00 $ 55,500.00 Seawall Cap 6 Furnish and Install#57 Stone 20 Tons $ 300.00 $ 6,000.00 7 Furnish and Install Rubble Rip-Rap 10 Tons $ 625.00 $ 6,250.00 8 Removal of existing seawall cap 70 LF $ 245.00 $ 17,150.00 9 Backfill Material, Clean 50 CY $ 260.00 $ 13,000.00 Sand/flowable fill 10 Restoration of Disturbed Area 115 SY $ 242.00 $ 27,830.00 11 As Built/Record Drawings 1 LS $ 4,000.00 $ 4,000.00 12 Silt Fence And Turbidity Barrier 140 LF $ 20.00 $ 2,800.00 TOTAL BONITA DRIVE $ 319,085.00 CONTINUED ON THE FOLLOWING PAGE. 2 ADDENDUM NO.4 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION—VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 M I A M I B EAC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov RUE NOTRE DAME Item Description Quantity U/M Unit Cost Total 1 Mobilization and Demobilization 1 LS $ 35,000.00 $ 35,000.00 2 Furnish and Install Concrete 488 SF $ 111.00 $ 54,168.00 Seawall Panel 10' max Depth 3 Furnish and Install 12" x 12" King 280 LF $ 230.00 $ 64,400.00 pile 4 Furnish and Install 12"x 12" Batter 210 LF $ 235.00 $ 49,350.00 Pile 5 Furnish and Install Cocnrete 80 LF $ 970.00 $ 77,600.00 Seawall Cap 6 Furnish and Install Concrete 2 EA $ 21,000.00 $ 42,000.00 Seawall Outfall Pipe Penetration 7 Concrete Panel Knockout Area 64 SF $ 70.00 $ 4,480.00 8 Furnish and Install Rubble Rip-Rap 10 Tons $ 620.00 $ 6,200.00 9 Backfill Material, Clean 50 CY $ 250.00 $ 12,500.00 Sand/flowable fill 10 Restoration of Disturbed Area 115 SY $ 245.00 $ 28,175.00 11 As Built/Record Drawings 1 LS $ 4,000.00 $ 4,000.00 12 Silt Fence And TurbidityBarrier 140 LF $ 20.00 $ 2,800.00 TOTAl. RUE NOTRE DAME $ 380,673.00 CONTINUED ON THE FOLLOWING PAGE. 3 ADDENDUM NO.4 INVITATION TO BID NO. 2023-527-1P SEAWALL CONSTRUCTION—VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 M I A M ! BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov INDIAN G EEl< Item Description Quantity U/M Unit Cost Total 1 Mobilization and Demobilization 1 LS $ 24,000.00 $ 24,000.00 2 Furnish and Install Concrete Seawall 1300 SF $ 95.00 $ 123,500.00 Panel 10' max Depth 3 Furnish and Install 12" x 12" King 720 LF $ 172.00 $ 123,840.00 Pile 4 Furnish and Install 12"x 12" Batter 660 LF $ 175.00 $ 115,500.00 Pile 5 Furnish and Install Concrete Seawall 112 LF $ 720.00 $ 80,640.00 Cap 6 Furnish and Install Rubble Rip-Rap 75 Tons $ 245.00 $ 18,375.00 7 Removal of Existing seawall Cap 112 CY $ 350.00 $ 39,200.00 8 Backfill Material, Clean 150 CY $ 255.00 $ 38,250.00 Sand/flowable fill 9 Restoration of Disturbed Area 560 SY $ 50.00 $ 28,000.00 10 As Built/Record Drawings 1 LS $ 4,000.00 $ 4,000.00 11 Silt Fence And Turbidity Barrier 500 LF $ 20.00 $ 10,000.00 TOTAL INDIAN CREEK $ 605,305.00 TOTAL: END OF SCHEDULE OF VALUES. 4 ADDENDUM NO.4 INVITATION TO BID NO. 2023-527-JP SEAWALL CONSTRUCTION—VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 w N Cn 0 LOCAL WORKFORCE PARTICIPATION PROGRAM Responsible Contractor Affidavit Form In accordance with Article III,Section 31-40 of the Miami Beach Code,all contractors and subcontractors of any tier performing on a city contract valued in excess of$1,500,000 for(i)the construction,demolition,alteration and/or repair of city buildings or city public works projects,or(ii)a contract valued in excess of$1,500,000 which provides for privately-funded construction, demolition, alteration and/or repair of buildings or improvements located on city-owned land,and which are subject to Section 31-40 of the Miami Beach Code shall comply with the requirements of the Local Workforce Participation Program. The undersigned Contractor affirms that, should it be awarded the contract pursuant to this solicitation, it shall comply with the following: i. The contractor will make its best reasonable efforts to promote employment opportunities for local Miami-Dade County residents and seek to achieve a project goal of having thirty percent(30%)of all construction labor hours performed by Miami-Dade County residents. ii. The contractor will also make its best reasonable efforts to promote employment opportunities for Miami Beach residents. To verify workers' residency, contractor(s) shall provide the residence address of each work . Scott Alfele President Print Name of Affiant Print Title of Affiant Signature of Affiant 3 w CD Ebsary Foundation Company 10/20/2023 Name of Firm Date 2154 NW North River Drive, Miami Florida 33125 Address of Firm State Zip Code co. N O N W 01 N o L DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 TRENCH SAFETY ACT CERTIFICATION PAGE 1 OF 1 IF APPLICABLE, THIS FORM MUST BE SUBMITTED FOR BID TO BE DEEMED RESPONSIVE. On October 1, 1990 House Bill 3181, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S.1926.650, as Florida's own standards.The Bidder, by virtue of the signature below,affirms that the Bidder is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors.The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. BIDDER ACKNOWLEDGES THAT THE TOTAL BASE BID INCLUDES THE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT. THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WILL NOT BE PAID SEPARATELY. THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDULE OF VALUES, NOR BE CONSIDERED ADDITIONAL WORK. The Bidder further identified the costs and methods summarized below: Unit Unit Description of Measure Quantity Price Extended Method Sheet Piling SF 100 $10.00 $1,000.00 Total $1,000.00 Ebsary Foundation Company Name f Bidder thorized Signatur of Bidder CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00 ®Cost for compliance to all Federal and State requirements of the Trench Safety Act* [NOTE: If the box above is checked,the Bidder must fill out the foregoing Trench Safety Act Form in order to be considered responsive.] DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 ATTACHMENT D INSURANCE REQUIREMENTS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 TYPE 9 — CONSTRUCTION W/ DESIGN AND PROFESSIONAL SERVICES (BUILDERS RISK) INSURANCE REQUIREMENTS The Contractor shall maintain and require that their subcontractors maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project or the general aggregate limit shall be twice the required occurrence limit. C. Automobile Liability Insurance covering any automobile, if Contractor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $2,000,000 combined per accident for bodily injury and property damage. D. Professional Liability (Errors & Omissions) Insurance with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. E. Builders Risk Insurance utilizing an "All Risk" coverage form, with limits equal to the completed value of the project and no coinsurance penalty. (City of Miami Beach shall be named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) F. Umbrella Liability Insurance in an amount no less than $10,000,000 per occurrence. The umbrella coverage must be as broad as the primary General Liability coverage. G. Contractors' Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. 1 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach do EXIGIS Insurance Compliance Services. Waiver of Subrogation — Contractor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. 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. Verification of Coverage — Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH do EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach a(�riskworks.com 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. Compliance with the foregoing requirements shall not relieve the Contractor of his liability and obligation under this section or under any other section of this agreement. 2 DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 DocuSign Envelope ID:06E73FF2-3A46-43FF-A9EB-66ADD4EFFFOC Contract No. 23-527-02 CONTRACT 2/7/2024 1 1:01 PM EST THIS CONTRACT("Contract")is made and entered into as of the by and between the City of Miami Beach, Florida, a municipal corporation (the "City") and KEARNS CONSTRUCTION COMPANY(the"Contractor"): WITNESSETH,that the Contractor,for and in consideration of the payments hereinafter specified and agreed to be made by the City, hereby covenants and agrees to furnish and deliver all the materials required, to do and perform all the work and labor, in a satisfactory and workmanlike manner, required to complete this Contract within the time specified, in strict and entire conformity with the Plans, Specifications,and other Contract Documents, which are hereby incorporated into this Contract by reference,for: !TB 2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS(TROUVILLE ESPLANADE,BONITA DRIVE, RUE NOTRE DAME,AND 7150 INDIAN CREEK DRIVE) The Contractor agrees to make payment of all proper charges for labor and materials required in the aforementioned work, and to defend, indemnify and save harmless City, and their respective officers and employees, from liabilities, damages, losses and costs including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract. The requirements of the Contract Documents, as such term is defined in the Invitation to Bid are hereby incorporated by reference to the Formal Solicitations Terms&Conditions dated October 27, 2022, and General Conditions for Construction Contracts dated April 13, 2020, are hereby incorporated by reference as if fully set forth herein. Without limiting the foregoing, the Contract Documents expressly include this Contract, Composite Attachment A (the City's General Conditions for Construction Contracts),Attachment B(Plans and Specifications, Invitation to Bid No. ITB-2023-527-JP and all Addenda thereto), Attachment C (Sunbiz Entity Detail and Contractor's Response to the ITB),and Attachment D(Insurance requirements). For the avoidance of doubt, all of the documents constituting the Contract Documents now or hereafter existing (including any Change Orders, Work Orders, Field Orders, schedules, shop drawings, issued subsequent to the date of this Contract etc.)shall govern this Project. In consideration of these premises, the City hereby agrees to pay to the Contractor for the work, when fully completed, the total maximum sum of six hundred seventy-nine thousand, one hundred sixty-seven dollars and fifty cents($679,167.50).The Contract Price consists of the following accepted items or schedules of work as taken from the Contractor's Bid Submittal: GROUP 4: TOTAL BASE BID-7150 INDIAN CREEK DRIVE Total Base Bid+Indemnification $597,425.00 Total Permit Allowance Account $20,000.00 Total Alternate Items(if applicable) NONE Total Owner's Contingency $61,742.50 Contract Price $679,167.50 1 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 DocuSign Envelope ID:D6E73FF2-3A46-43FF-A9EB-66ADD4EFFFOC Contract No. 23-527-02 The Contract Price,exclusive of the Owner's Contingency and Permit Allowance,includes,without limitation,all costs for all labor,materials,equipment,fixtures,freight,field supervision,supervisory expenses, project vehicles, field office and equipment, postage and delivery, safety and first aid, telephone, transportation of employees, parking, insurance, taxes, preparation and maintenance of the construction schedule and the preparation of as-built and shop drawings, as well as Contractor's overhead and profit required for completion of all the Work in accordance with the requirements of the Contract Documents, including work reasonably inferable therefrom,even if such items of Work are not specifically or expressly identified as part of a line item in the Bid Price Form.The Contract Price is subject to such additions and deductions as may be provided for in the Contract Documents. Progress and Final Payments will be made as provided for in the Contract Documents. Contract Time: Contract Time and Schedule 7150 Indian Creek Drive Days for Substantial Completion: 139 calendar days Days for Final Completion: 30 calendar days Liquidated Damages(as applicable) Failure to achieve Substantial Completion: Indian Creek$539.57/day Failure to achieve Final Completion: Indian Creek$539.57/day 2 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 DocuSign Envelope ID:D6E73FF2-3A46-43FF-A9EB-66ADD4EFFFOC Contract No. 23-527-02 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,unless such notice information is revised in a Contract amendment duly executed by the City and the Contractor, For the present, the parties designate the following: For City: City of Miami Beach Public Works Engineering 1700 Convention Center Drive,4'h Floor Miami Beach, FL. 33139 Attn:Carolina Zamora Ph: 305-673-7000 Email: carolinazamora{c�miamibeachfl.gov With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Rafael Paz, City Attorney Ph: 305-673-7000 Email: rafaelpaz�almiamibeachfl.gov For Contractor: KEARNS CONSTRUCTION COMPANY Attn:John Kearns 2550 S Bayshore Drive, Suite 206B Miami, FL 33133 Ph: 305-461-0310 Email:jkearns_a@kearnsconstruction.cam 3 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 DocuSign Envelope ID:D6E73FF2-3A46-43FF-A9EB-66ADD4EFFFOC Contract No. 23-527-02 IN WITNESS WHEREOF, the above parties have caused this Contract to be executed by their appropriate officials as of the date first above written. FOR CITY: ATTEST: CITY OF MIAMI BEACH,FLORIDA ,-DocuSigned by: rafad, auukk -eq By—L—F eseac By- Rafael — E. anadof, City Clerk ina T.Hudak, City Manager 2/7/2024 11:01 PM EST Date: [seal] FOR CONTRACTOR KEARNS CONSTRUCTION COMPANY APPROVED AS TO a FOrtivl&LANGUAGE By: -.10 `� <<''`t & FOR EXECUTION Name: Ad t. 4,44 1A tok--5 0 1/04/711 , �� t City Attorney 4A Date Date: 2 �f [seal] 4 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 ATTACHMENT A COMMISSION AWARD MEMO DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 4.1 Competitive Bid Reports-C2 I MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Alina T. Hudak, City Manager DATE: December 13, 2023 SUBJECT: REQUEST FOR APPROVAL TO AWARD A CONTRACT, PURSUANT TO INVITATION TO BID (ITB) NO. 2023-527-JP FOR SEAWALL CONSTRUCTION - VARIOUS LOCATIONS (TROUVILLE ESPLANADE, BONITA DRIVE, RUE NOTRE DAME,AND 7150 INDIAN CREEK DRIVE). RECOMMENDATION It is recommended that, pursuant to Invitation to Bid (ITB) No. 2023-527-JP for seawall construction services, the Mayor and City Commission approve the award of a contract to Ebsary Foundation Co.for Trouville Esplanade, Bonita Drive, and Rue Notre Dame seawalls, and Kearns Construction Co. for 7150 Indian Creek seawall and authorize the City Manager and City Clerk to execute a contract. This solicitation is currently under the cone of silence. BACKGROUND/HISTORY In November 2018, Miami Beach residents voted to approve a General Obligation Bond Program, which includes funding earmarked for seawall rehabilitation and living shoreline projects, including the replacement of seawalls at Trouville Esplanade, Bonita Drive, Rue Notre Dame, and 7150 Indian Creek Drive. The referenced seawalls are reaching the end of their useful life and must be replaced. The failing seawalls at these locations will be reconstructed with a standard sheet-pile system or the king and batter piles with concrete panels system which will be installed on the outside of the existing seawalls. The result will be a unified structure with sufficient integrity to prevent erosion and further damage to the canal's water quality and benthic life. Furthermore, the elevation of the new seawalls will be 5.7 NAVD to satisfy the recommendation of the Mayor's Blue-Ribbon Panel. To engage a contractor to complete the replacement of the referenced seawalls, the Administration developed and released ITB 2023-527-J P. ANALYSIS On August 23, 2023, the Administration issued ITB 2023-527-JP with an opening date of October 20, 2023. Five (5) addendums were issued. The Procurement Department issued 57,828 bid notices through the e-procurement system, with 76 prospective bidders accessing the advertised solicitation. A voluntary site visit and pre-bid conference to provide information to proposers submitting a response was held on September 6, 2023. ITB responses were due and received on October 20, 2023. See Attachment A for a tabulation of bids received. The notices resulted in the receipt of(3) responses for the four seawalls from the following firms: • David Mancini&Sons, Inc. • Ebsary Foundation, Co. • Kearns Construction Co. The ITB stated that the lowest responsive and responsible Bidder meeting all terms, conditions,and specifications of the ITB would be recommended for award. The Procurement Department and Public Works Department found that the lowest bid submitted by Ebsary Foundation Co., for Trouville Esplanade, Bonita Drive, and Rue Notre Dame, and the lowest bid submitted by Kearns Construction Co., for 7150 Indian Creek, meet the requirements of the ITB, including: 1. Licensing Requirements. Bidder shall be State of Florida Certified General Contractor OR Miami Dade County Licensed General Contractor to be considered for award. Ebsary Foundation Co. is State certified as a General Contractor. The state license number is CGC059721, which expires on August 31,2024. Kearns Construction Co. is State certified as a General Contractor. The state license number is CGC060194, which expires on August 31,2024. DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 2. Previous Experience of Bidder(Firm and/or its principal). Bidder must have completed a total of three (3)projects of similar scope (construction and repair of seawalls)and budget of at least$300,000 within the last five(5)years,two(2)of which must be successfully completed,the third of which may be ongoing. Ebsary Foundation Co. provided three (3) positive and satisfactory references that documented the required experience. Kearns Construction Co. provided three (3) positive and satisfactory references that documented the required experience. 3. Previous Experience of Project Manager. Bidder's Project Manager for this Project must have completed at least two (2) projects(construction and repair of seawalls)with hard construction costs of at least$300,000. Ebsary Foundation Co. submitted proof of the required experience for its personnel. Kearns Construction Co. submitted proof of the required experience for its personnel. 4. Previous Experience of Superintendent. Bidder's Superintendent must have completed at least two (2) projects (construction and repair of seawalls)with hard construction costs of at least$300,000. Ebsary Foundation Co.submitted proof of the required experience for its personnel. Kearns Construction Co.submitted proof of the required experience for its personnel. Accordingly, Ebsary Foundation Co., for the Trouville Esplanade, Bonita Drive, and Rue Notre Dame seawalls, and Kearns Construction Co., for the 7150 Indian Creek seawall, have been deemed the lowest responsive and responsible Bidders, meeting all terms, conditions,and specifications of the ITB. Below is a brief summary of the firm as articulated in its bid response: Ebsary Foundation Co. was founded in 1922 and incorporated in 1930 in Miami, Florida. Ebsary Foundation Co. specializes in foundation and marine construction services throughout Florida. Other clients include the Miami-Dade Seaport Department and the Village of Bal Harbour.All references provided positive feedback. Kearns Construction Co. is a Florida based general contractor incorporated in Miami, Florida in 2001. Kearns Construction Co. specializes in performing primarily marine construction, environmental restoration, commercial diving, and tremie pour services. Other clients include the City of Miami and Patton Real Estate Group, LLC.All references provided positive feedback. SUPPORTING SURVEY DATA N/A FINANCIAL INFORMATION The bid submitted by Ebsary Foundation Co. the lowest responsive and responsible Bidder for Trouville Esplanade was for the grand total amount of$443,320.The contract total with the City's contingency is$487,652. Ebsary Foundation Co. Trouville Esplanade Grand Total: $443,320 Plus 10%Owner's Contingency: $44,332 Total: $487,652 The bid submitted by Ebsary Foundation Co. the lowest responsive and responsible Bidder for Bonita Drive was for the grand total amount of$339,110.The contract total with the City's contingency is$373,021. Bonita Drive Grand Total: $339,110 Plus 10%Owner's Contingency: $33,911 Total: $373,021 The bid submitted by Ebsary Foundation Co. the lowest responsive and responsible Bidder for Rue Notre Dame was for the grand total amount of$400,698.The contract total with the City's contingency is$440,767. Rue Notre Dame Grand Total: $400,698 Plus 10%Owner's Contingency: $40,069 Total: $440,767 The bid submitted by Kearns Construction Co. the lowest responsive and responsible Bidder for 7150 Indian Creek, was for the grand total amount of$617,425.The contract total with the City's contingency is$679,167. Kearns Construction Co. DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 7150 Indian Creek Grand Total: $617,425 Plus 10% Owner's Contingency: $61,742 Total: $679,167 Amount(s)/Account(s): Account: Amount: 393-0815-069357-29-410-576-00-00-00-21919(GOB Seawall Project)Trouville Esplanade Seawall $255,897.00 433-0815-069357-29-418-000-00-00-00-29020(Citywide Seawall Project) $187,423.00 393-0815-069357-29-410-576-00-00-00-21919(GOB Seawall Project)Indian Creek Drive Seawall GOB $105,175.53 433-0815-069357-29-418-000-00-00-00-29020(Citywide Seawall Project)Indian Creek Drive Seawall $113,224.47 433-0815-069357-29-418-000-00-00-00-29020(Citywide Seawall Project)Indian Creek Drive Seawall $399,025.00 433-0815-069357-29-418-000-00-00-00-29020(Citywide Seawall Project)Bonita Drive Seawall $187,200.00 433-0815-069357-29-418-000-00-00-00-29020(Citywide Seawall Project)Bonita Drive Seawall $151,910.00 433-0815-069357-29-418-000-00-00-00-29020(Citywide Seawall Project)Rue Notre Dame Seawall $218,400.00 433-0815-069357-29-418-000-00-00-00-29020(Citywide Seawall Project)Rue Notre Dame Seawall $182,298.00 Subtotal: $1,800,553.00 10%Total Contingency (433-0815-069357-29-418-000-00-00-00-29020): $180,055.30 Grand Total: $1,980,608.30 CONCLUSION It is recommended that the Mayor and City Commission approve the award of a contract to Ebsary Foundation Co., for Trouville Esplanade, Bonita Drive, and Rue Notre Dame seawalls, and Kearns Construction Co., for 7150 Indian Creek seawall, pursuant to Invitation to Bid (ITB) No. 2023-527-JP for seawall construction services, and authorize the City Manager and City Clerk to execute a contract. Applicable Area Not Applicable Is this a"Residents Right to Does this item utilize G.O. Know"item, pursuant to Bond Funds? City Code Section 2-14? No Yes Strategic Connection Non-Applicable Legislative Tracking Public Works/Procurement ATTACHMENTS: Description ❑ Attachment A-Tabulation 0 OMB Available Balance DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 ATTACHMENT B ADDENDA AND ITB SOLICITATION DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 M I AM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.3 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION—VARIOUS LOCATIONS October 13,2023 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISION: ITB DUE DATE AND TIME.The deadline for the electronic receipt of bids is extended until 3:00 p.m., on Friday,October 20,2023. All bids received and time stamped through PeriscopeS2G, prior to the bid submittal deadline shall be accepted as timely submitted. Bids cannot be submitted after the deadline established for receipt of bids. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. PUBLIC BID OPENING Dial-In Instructions: • Dial the Telephone Number: +1 786-636-1480 • Enter the Conference ID No: 991 499 22# To join on your computer or mobile app Click here to loin the meeting II. REVISION: DELETE Appendix C Schedule of Values of the ITB, in its entirety and REPLACE with Attachment A, revised A..endix C Schedule of Values-Indian Creek.ALL OTHER LOCATIONS REMAIN UNCHANGED. MUST BE SUBMITTED WITH THE BID OR WITHIN THREE(3)DAYS OF REQUEST BY THE CITY. III. ATTACHMENTS: Attachment A:ATTACHMENT_A SOV INDIANCREEK FINAL Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado(a�miamibeachfl.gov. Contact: Telephone: Email: Julissa Perez 305-673-7000 ext. 26943 julissaperezmiamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. in erely, risty ada Proc ement Contracting Manager I 1 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 1'v'\ I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ATTACHMENT A REVISED APPENDIX C M I AM I BEACH SCHEDULE OF VALUES MUST BE SUBMITTED WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY. I 1 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I AM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov SCHEDULE OF VALUES Bidders should fully complete the Schedule of Values to include quantities, units of measure, unit pricing, and totals. The cost of any item(s) of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s) is most applicable. Both unit price and extended total prices must be stated in units of quantity specified in the bidding specifications. Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. INDIAN CREEK Unit Ite Quantit Cos Total m Description y U / M t IQuan`'ty-;-unc Cost Mobilization and Demobilization 71'-250' Max 1 Len•th. 1 LS $ $ Furnish and Install Concrete Seawall Panel 10' 2 Max Depth Section 71'-250' Max Len•th 1300 SF $ $ Furnish and Install 12"x 12" King Pile for Concrete Seawall 10' Max Depth Section 71'- 3 250' Max Len•th 720 LF $ $ Furnish and Install 12"x 12" Batter Pile for Concrete Seawall 10' Max Depth Section 71'- 4 250' Max Len•th 660 LF $ $ Furnish and Install Concrete Seawall Cap for 10' 5 Max Death Section 71'-250' Max Len•th 112 LF $ $ Furnish and Install Rubble Rip Rap 71'-250' Max TON 6 Len•th 75 S $ $ Removal of Existing Seawall Cap 71'-250' Max 7 Len•th 112 LF $ $ Backfill Material (clean sand)71'-250' Max 8 Len•th 150 CY $ $ Restoration of disturbed area 71'-250' Max 9 Len•th 560 SY $ $ As-Built/Record Drawings/logs 71'-250' Max 10 Len•th 1 Ls $ $ Silt fence and Turbidity barrier 71'-250' Max 11 Len•th 500 LF $ $ TOTAL INDIAN CREEK $ END OF SCHEDULE OF VALUES. 2 ADDENDUM NO.4 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION—VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 M I AM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov ADDENDUM NO.4 INVITATION TO BID NO. 2023-527-JP SEAWALL CONSTRUCTION—VARIOUS LOCATIONS October 5, 2023 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISION: DELETE Appendix C Schedule of Values of the ITB, in its entirety, and REPLACE with Attachment A, REVISED_APPENDIX_C_SOV_10.03.2023. MUST BE SUBMITTED WITH THE BID OR WITHIN THREE 3 DAYS OF REQUEST BY THE CITY. II. ATTACHMENTS. Attachment A: REVISED APPENDIX_C SOV_10.03.2023 MUST BE SUBMITTED WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY. III. RESPONSES TO QUESTIONS RECEIVED: Q1: Addendum 2 provided a revised Schedule of Values. However, the quantities outlined for each item does not match what the takeoff quantities are in the bid plans. For example: if you take off the quantities for Trouville, the schedule of values bid form states that bid item 2: Furnish and Install concrete Seawall Panel is 2500 sf; however, the takeoff quantity on the plans is closer to 640 SF, similar can be said about nearly every other bid item quantity. Does the total price for each wall in the bid form need to match the total price in the unit pricing schedule of values or should the quantities in the schedule of values be adjusted more accurately to what is actually going to be installed? Al: Please see the attached revised Attachment A Schedule of Value (SOV). Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Julissa Perez 305-673-7000 ext. 7490 julissaperez anmiamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Si erii ri Pr urement Contracting Manager I ADDENDUM NO.4 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 /V\ I AM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov REVISED APPENDIX C 10.3.23 M I AM I B E AC H SCHEDULE OF VALUES MUST BE SUBMITTED WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY. 1 I ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3'd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov SCHEDULE OF VALUES Bidders should fully complete the Schedule of Values to include quantities, units of measure, unit pricing, and totals. The cost of any item(s) of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s) is most applicable. Both unit price and extended total prices must be stated in units of quantity specified in the bidding specifications. Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. TROUVILLE ESPLANADE Uni t Ite Quantit Co Total m Description y U I M st (Quantity_so Mobilization and Demobilization 71'-250' Max 1 Length. 1 LS $ $ Furnish and Install Concrete Seawall Panel 10' Max 2 Death Section 71'-250' Max Length 610 SF $ $ Furnish and Install 12"x 12" King Pile for Concrete Seawall 10' Max Depth Section 71'-250' Max 3 Length 350 LF $ $ Furnish and Install 12"x 12" Batter Pile for Concrete Seawall 10' Max Depth Section 71'-250' 4 Max Len•th 300 LF $ $ Furnish and Install Concrete Seawall Cap for 10' 5 Max Death Section 71'-250' Max Len•th 75 LF $ $ Furnish and Install Concrete Seawall Outfall Pipe 6 Penetration 3 EA $ $ 7 Concrete Panel Knockout Area 64 SF $ $ Furnish and Install Rubble Rip Rap 71'-250' Max TON 8 Len•th 10 s $ $ 9 Backfill Material (clean sand) 71'-250' Max Length 50 CY $ $ 10 Restoration of disturbed area 71'-250' Max Length 375 SY $ $ 11 As-Built/Record Drawings/logs 71'-250' Max Length 1 LS $ $ 12 Silt fence and Turbidity barrier 71'-250' Max Length 220 LF $ $ TOTAL TROUVILLE ESPLANADE $ CONTINUED ON THE FOLLOWING PAGE. I 2 ADDENDUM NO.4 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-1 9CF-4B1 E-9069-6D5D88A4A521 M I /\tv\ I BEA21-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3'a Floor Miami Beach, Florida 33139 www.miamibeachfl.gov BONITA DRIVE Unit Ite Quantit Cos Total m Description y U / M t (Quantity ; unit Cost Mobilization and Demobilization 0'-70' Max 1 Len•th. 1 LS $ $ Furnish and Install Concrete Seawall Panel 10' 2 Max Death Section 0'-70' Max Len•th 551 SF $ $ Furnish and Install 12" x 12" King Pile for Concrete Seawall 10' Max Depth Section 0'-70' 3 Max Len•th 280 LF $ $ Furnish and Install 12"x 12" Batter Pile for Concrete Seawall 10' Max Depth Section 0'-70' 4 Max Len•th 250 LF $ $ Furnish and Install Concrete Seawall Cap for 10' 5 Max Death Section 0'-70' Max Len•th 60 LF $ $ 6 Furnish and Install#57 Stone 0'-70' Max Length 20 TONS $ $ Furnish and Install Rubble Rip Rap 0'-70'Max 7 Len•th 10 TONS $ $ Removal of Existing Seawall Cap 0'-70' Max 8 Len•th 70 LF $ $ 9 Backfill Material (clean sand) 0'-70' Max Length 50 CY $ $ 10 Restoration of disturbed area 0'-70 Max Length 115 SY $ $ 11 As-Built/Record Drawings/logs 0'-70 Max Length 1 LS $ $ 12 Silt fence and Turbidit barrier 0'-70 Max Len•th 140 LF $ $ TOTAL BONITA DRIVE $ CONTINUED ON THE FOLLOWING PAGE. 3 ADDENDUM NO.4 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 M I AM I BEi\ H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3'°Floor Miami Beach, Florida 33139 www.miamibeachfl.gov RUE NOTRE DAME Unit Ite Quantit Cos Total m Description y U I M t (Quantity )_u"n Cost Mobilization and Demobilization 0'-70'Max 1 Len•th. 1 LS $ $ Furnish and Install Concrete Seawall Panel 10' 2 Max Death Section 0'-70' Max Len•th 488 SF $ $ Furnish and Install 12" x 12" King Pile for Concrete Seawall 10' Max Depth Section 0'-70' 3 Max Length 280 LF $ $ Furnish and Install 12" x 12" Batter Pile for Concrete Seawall 10' Max Depth Section 0'-70' 4 Max Len•th 210 LF $ $ Furnish and Install Concrete Seawall Cap for 10' 5 Max Death Section 0'-70' Max Len•th 80 LF $ $ Furnish and Install Concrete Seawall Outfall Pipe 6 Penetration 2 EA $ $ 7 Concrete Panel Knockout Area 64 SF $ $ Furnish and Install Rubble Rip Rap 0'-70' Max 8 Len•th 10 TONS $ $ 9 Backfill Material (clean sand) 0'-70' Max Length so CY $ $ 10 Restoration of disturbed area 0'-70 Max Length 115 SY $ $ 11 As-Built/Record Drawings/logs 0'-70 Max Length 1 LS $ $ 12 Silt fence and Turbidity barrier 0'-70 Max Length 140 LF $ $ TOTAL RUE NOTRE DAME $ CONTINUED ON THE FOLLOWING PAGE. 4 I ADDENDUM NO.4 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:682 64 7 97-1 9CF-4B1 E-9069-6D5D88A4A521 M I AM I BEAd -I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3°Floor Miami Beach, Florida 33139 www.miamibeachfl.gov INDIAN CREEK Unit Ite Quantit Cos Total m Description y U I M t (Quantity_,tliit_Cost Mobilization and Demobilization 71'-250' Max 1 Length. 1 LS $ $ Furnish and Install Concrete Seawall Panel 10' 2 Max Depth Section 71'-250' Max Length 2500 SF $ $ Furnish and Install 12" x 12" King Pile for Concrete Seawall 10' Max Depth Section 71'- 3 250' Max Length 910 LF $ $ Furnish and Install 12"x 12" Batter Pile for Concrete Seawall 10' Max Depth Section 71'- 4 250' Max Length 650 LF $ $ Furnish and Install Concrete Seawall Cap for 10' 5 Max Depth Section 71'-250' Max Length 250 LF $ $ Furnish and Install Rubble Rip Rap 71'-250' Max 6 Length 75 TONS $ $ Removal of Existing Seawall Cap 71'-250' Max 7 Length 250 LF $ $ Backfill Material (clean sand) 71'-250' Max 8 Length 350 CY $ $ Restoration of disturbed area 71'-250' Max 9 Length 415 SY $ $ As-Built/Record Drawings/logs 71'-250' Max 10 Length 1 LS $ $ Silt fence and Turbidity barrier 71'-250' Max 11 Length 500 LF $ $ TOTAL INDIAN CREEK $ END OF SCHEDULE OF VALUES. 5 I ADDENDUM NO.4 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 3 INVITATION TO BID NO. 2023-527-JP SEAWALL CONSTRUCTION—VARIOUS LOCATIONS October 4, 2023 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISION: ITB DUE DATE AND TIME. The deadline for the electronic receipt of bids is extended until 3:00 p.m., on Friday, October 13, 2023. All bids received and time stamped through PeriscopeS2G, prior to the bid submittal deadline shall be accepted as timely submitted. Bids cannot be submitted after the deadline established for receipt of bids. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. PUBLIC BID OPENING Dial-In Instructions: • Dial the Telephone Number: +1 786-636-1480 • Enter the Conference ID No: 991 499 22# To join on your computer or mobile app Click here to join the meeting A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@,miamibeachfl.gov. Contact: Telephone: Email: Julissa Perez 305-673-7000 ext. 26943 julissaperez@miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, /t9a P'¢ Natalia Delgado Procurement Contracting Officer III 1 ADDENDUM NO.3 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:682 6479 7-1 9CF-4B1 E-9069-6D5D88A4A521 M I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 INVITATION TO BID NO. 2023-527-JP SEAWALL CONSTRUCTION —VARIOUS LOCATIONS September 28, 2023 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISION: RFQ DUE DATE AND TIME. The deadline for the electronic receipt of bids is extended until 3:00 p.m., on Thursday, October 05, 2023. All bids received and time stamped through BidSync, prior to the bid submittal deadline shall be accepted as timely submitted. Bids will be opened promptly at the time and date specified. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and w ill be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. II. REVISION: DELETE Appendix C Schedule of Values of the ITB, in its entirety and REPLACE with Exhibit C, revised A.aendix C Schedule of Values. MUST BE SUBMITTED WITH THE BID OR WITHIN THREE 3 DAYS OF REQUEST BY THE CITY. III. ATTACHMENTS. Exhibit A: ITB2023-527-JP Seawalls Permits_Tracker_FINAL Exhibit B: Parking Spaces/Staging Areas Exhibit C: Revised Appendix C Schedule of Values Exhibit D: Pre_Bid_Sign_Sheet09.06.23 IV. RESPONSES TO QUESTIONS RECEIVED: Q1: Estimate Budget for this Bid. Al: Trouville Esplanade-$300,000 Bonita Drive-$300,000 Rue Notre Dame-$300,000 Indian Creek Drive-$300,000 Q2: I am inquiring to ask if there is a construction cost estimate or budget associated with the Seawall Construction—Various Locations Project. I 1 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov A2: Refer to response Al. Q3: What will be the award process for this ITB? Will the each site be awarded individually to the lowest bidder for that site or will all four sites awarded as whole to the lowest cumulative bidder? A3: The ITB will be awarded to the lowest responsive and responsible bidder per location. Q4: Will the Contractor be required to maintain federal Jones Act, Longshoreman, US L&H insurances? A4: No. Q5: Please identify the laydown/site area and contractor parking spaces for each site. A5: Refer to Exhibit B for possible parking spaces at each seawall location. Q6: Will the Contractor be allowed to erect a construction fence around the site area? A6: Yes, the Contractor is allowed to place a construction fence around the construction limits. Q7: Please identify the working hours? A7: Monday through Friday from 8:00 am to 4:00 pm.Weekend work may be allowed on a case-by-case basis with prior approval of the City. Q8: Are signed and sealed pile logs required? If so, who is responsible for providing such logs? A8: Contractor is responsible for providing signed and sealed pile logs. Q9: Who is responsible for surveys? Pre& Post? A9: Contractor is responsible for confirming survey in permit plans and providing post survey once project is complete. Q10: Is vibration monitoring required? If so,who is responsible for such monitoring? A10: The Contractor is responsible for vibration monitoring. Q11: Is concrete destructive testing required? If so,who is responsible for such testing? All: Destructive testing is not required. Materials testing is required. 2 ( ADDDO INVITATIONENUM TON B.1 ID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 M I A M I BEIA2II PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Q12: Please provide permit status for Army Corp, DEP, SFWMD, CMB, and DERM, for EACH site. Al2: Please refer to Exhibit A for the list of permits the City has acquired/paid for each site.The CMB Building permit is not required for Trouville Esplanade, Rue Notre Dame, Bonita Drive and Indian Creek seawall location. Q13: Please provide a copy of all permits obtained pertaining to this ITB. A13: Please refer to Exhibit A for all the permits acquired. Q14: Are permit fees already paid? If not, who is responsible for paying permit fees? A14: All permits and licenses required by federal, state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by Contractor pursuant to this Contract shall be secured and paid for by Contractor. The City will reimburse for any permits related to the project with proper receipts. Please refer to Exhibit A for all permits paid by the City during design phase. CMB ROW Permits will need to be applied and paid for by the contractor. Permit fees will be reimbursed. Q15: Are mitigation bonds required for this project? If so, who is responsible for paying these mitigation bonds? A15: The City has included the required mitigation bonds as part of the contract. Q16: Please provide an anticipated start date of construction for each site. A16: The anticipated start date of construction will be issued at the time of award through a Notice to Proceed (NTP). The NTP will be discussed as part of the Pre-Construction Meeting.The City will issue two NTP's,the NTP#1 will be issued 15 Days after the award of the contract.The NTP#2 will be issued 30 to 60 days after NTP#1. Substantial completion duration commences at the same date of NTP#2. During preconstruction meeting contractor will advise if locations can be completed simultaneously or not. Q17: If awarded more than one project, will the Contractor be able to sequence/schedule the projects in a way that one begins after the other instead of simultaneously? A17: Seawalls can be constructed concurrently or one at a time. This will be considered means and methods for the Contractor. If the same Contractor awarded different seawalls, the Contractor will be able to construct one seawall at the time and start the next location immediately after finishing the previous seawall. Or if the Contractor has the equipment, labor, and materials to start two seawalls at the same time the City will issue the NTP for the pertinent locations. Q18: Please confirm CMB is responsible for mangrove trimmings, labor and permits. 3 I ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 M I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov A18: The City will be responsible to coordinate prior to construction start date the tree trimming, labor, and permit with the required Arborist company (Mangrove Certified Specialist). Q19: Please confirm CMB is responsible for other tree trimming, labor and permits. A19: The City will be responsible to coordinate prior to construction start date the tree trimming, labor, and permit with the required Arborist company (Mangrove Certified Specialist). Q20: Access to some outfalls will require dredging. Has CMB tested soils at site locations for contaminations?Will soil need to be disposed at Class 1 landfill? A20: No testing has been conducted for soil under water. The City has not encountered this condition. Any contaminated soil should be disposed as per required under "Class I" landfill. There is no contamination and no material needs to be remove from site. We do not expect or have a permit for dredging in this project. All outfalls are above the canal bottom. Q21: Is site restoration required? If so, who is responsible for site restoration? Will awarded Contractor be required to restore site or backfill to a certain elevation? A21: Contractor is responsible for site restoration. The construction area needs to be restored as per previous/existing conditions. Q22: Drawings show manatee grate with S.S. tab welded onto side. Previously, CMB has rejected welded S.S. manatee grates as specified in ITB (e.g. "Fleet Management") Will CMB now accept welded S.S. manufactured from 1" single piece flat frame steel (no welds)? A22: Follow permit plans. Any requested deviationslmodifications will require to be submitted as a shop drawing for review. Q23: Please confirm all guardrails are to be removed. Replacement by others. A23: Any guardrails in conflict with construction site to be use as staging area or work zone needs to be removed and reinstalled by Contractor to be in compliance with Section 8C-6 of Miami-Dade County Code. Q24: Please provide proposed pile tip elevations for each site. A24: Refer to permit plans for minimum pile embedment required. Q25: Does this project require multiple separate builder risk polices? One for each location or will one policy covering all awarded locations be acceptable? 4 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I /\tv'\ I BEI1 PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3,tl Floor Miami Beach, Florida 33139 www.miamibeachfl.gov A25: Yes, provide builders risk policies for each site. Refer to insurance requirements in the ITB Summary. Q26: What is the anticipated start date for this project? For each location? A26: See response to Q16. Q27: Appendix C of the ITB (SOV) has some line items and quantities that are not consistent with the drawings. E.g., Bonita Drive drawings do not call for knockout areas on the seawall panels or outfall penetrations, yet both are listed on the SOV. Please confirm if the SOV's line items and quantities are accurate or if it will be adjusted. A27: Refer to revised SOV for all the seawall locations. Q28: Please provide the sign in sheet from the pre-bid site visit. A28: Please refer to Exhibit D. Q29: Is the pre-bid sign in sheet available? A29: Please refer to Exhibit D. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Julissa Perez 305-673-7000 ext. 26943 Julissaperez@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the "Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Sincerely, Kristy Bada Procurement Contracting Manager 5 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov EXHIBIT A ITB2023-527- JP Seawalls Permits Tracker FINAL I 6 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 M I Atv'\ I BEA H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Seawalls Permits Status Summary (as of 03-02-2023) Status of Permits Permit Seawall Permits Requried Issuance Permit Expiration Date Date DERM Class I 12/21/2022 12/21/2024 Trouville Esplanade SFWMD ERP Exemption 9/27/2021 N/A DERM Class I 12/30/2022 12/30/2024 Indian Creek Drive USACE 2/28/2023 3/14/2026 SFWMD ERP Exemption 9/27/2021 N/A City Tree Permit 3/1/2022 2/8/2024 USACE 12/21/2022 3/14/2026 Rue Notre Dame DERM Class I 2/16/2023 2/16/2025 SFWMD ERP Exemption 9/27/2021 N/A USACE 12/23/2022 3/14/2026 Bonita Drive DERM Class I 12/15/2022 12/15/2024 SFWMD ERP Exemption 9/27/2021 N/A 7 ADDENDUM NO.1 _. INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I AM I B EAC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3'0 Floor Miami Beach, Florida 33139 www.miamibeachfl.gov EXHIBIT B Parking Spaces/Staging Areas I 8 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 EXHIBIT B: Parking Spaces/Staging Areas Trouville Esplanade- Parking/Staging Area 0 , + .� . , . . . ` _ a below red squared represented the staging area ' t•' _ �- --yc =`•:` ` by Trouville Esplanade and City will provide 4 parking spaces near construction area or Calais Dr. . ? The below area by Rue Granville can be used as a ....,`.• °" 'iV `' — 3.7, S . loading location for the barge for Trouville 951 lc' Esplanade and Rue Notre Dame .;- 4\111 - .• 1 I, ,* d Qi Ate 110.0 r .. a #4U-1 • ngy o st t nlrc•lo l';'3 ; gs ¢ F. 1 � I. `. 9 „ uw a m ' Nasserup odd d i ` z =mpo _d , J+y 3 r ` Calais Dr 4 •, r des.gn.ynilda'' \ri' + c , '' ,. + stym yam' m S )9,o ha , .. �. . Igo• s s' ' Mathias,L ckS utions 1, _ �a Y'* \\e� a ..� -. •4 Motorcycles RyE = �A > ;{ .ill 1F�i7�" •` 1 a am: »'f:i i / sr qT ;a u K: Ic�r�+ tparsedle ` ., r r' a�1N''r t...'f: 1. i'C'�.Jn�-iL'.0 ,yil's7ai� ""^""'"'L•.u .^ ,., " . , ` r 5. , • ' .. m .1 'w i `` W am, ° .�l 1 t'I ; Il �°� M 6.& ». = rim'_ c .* % `7 • , DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 Rue Notre Dame- Parking/Staging Area E. $ The red square will be considered the staging area and „icor City will provide 4 parking spaces near constructio t•, t\ , , area by Rue Notre Dame or Marseille • 'C' . I tr / •` . . 104 « negociated 2-more parking sp s . • ,. ~---._ �` , � , A\- , . • Y \ : ~, . p r . \ / . SM : - ''• t . 14; -, -- z r V..;:.ill'. \,,", I ...*....,,.., '•• .' . ' t' t. e • , • • I' "‘.1/...../,•••••• '' 1 .44. 41,6)1*41i:- GA'rsiGpSTY--; '� tikee, : 4,:.;,,„' ea1e'C , -s., `4110 ,.,...2:".; "- \ '..\• a,a •. A, ,. at.S6 1 ' . 1 t" „.�1 • ;' •M`ia�iA4Jetski '9� �', j, d : ' ,` TRO \ g423 .� ~'' a 4��,* to i t� ..+ . , •14 r ''4' u • '1 f7, 1 C, "Wee ,,. DocuSign Envelope ID.68264797-19CF-4B1 E-9069-6D5D88A4A521 Bonita Drive/Indian Creek- Parking/Staging Area The City will provided fir parking spaces near the The below red square area will be considered as staging -N construction are or by Parking Lot below located area. The City will provided four parking spaces near the ' M between Bonita Dr and 71st Street. City will try to construction area. negotiated two more parking spaces. '1p ` _ - Bonita DnveApanments —.{ 3 1,( I ` II II V ' j 1444•• 'r, t‘"#' ''''' 41I 1 V ; I r. I J ;Nis 4 -•MP'�crhelle Rose ., ,., . . .. A,, hot ra her yyk �, 4 . . ...„,, ....,,, ..., , . .. • . , „ 4,40, , , „(,,, ,....r.g ,T r J•� .,. .fir � � � li , __ • _ . .._ . .• r .; ;0 . ri,47 [�i����� •� ,, • \ „r .• } �_, yf - `,. to ..t, , . zia,..ikmees • �i ��lp C''fT 4 3" o.. , Y' ' t fl ; -.. v% °+ \ +« ,fir Aso 's„.-- . 1? _4 i `S.• "1 ,....4 • • ,• t „e /�.. , ol T w } ,,, , ..,. — ._.._.s=.n aa...ar...�l�.sir ` - 41yJ 4._._ch.:, I s: iR' y r "+. IL.'. 1.1 I 1.t.1•I 5 a 0 1 to • 0 ,a 8 . Boss 'roductlons . ka : i � �. 4 ..61 . O VVII ++� �arking ot!Gelalo go Bake' Kings 1 e �'kc t o y■r C.- 1 1, '�`p ..; TI 71 5 • 711 f ~i► l ye r, ko 1 do Met•by obile r r- i 1 +J vs. i A./. _ _J.r .. Cell phone score + t Y 1 ,- w +„' i., c " ,... 1st lei illit r, —WS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 /\/\ I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov EXHIBIT C REVISED APPENDIX C Schedule of Values MUST BE SUBMITTED WITH THE BID OR WITHIN THREE 3 DAYS OF REQUEST BY THE CITY. 9 I ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 1'v'\ I AM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov APPENDIX C M I AM I BEACH SCHEDULE OF VALUES MUST BE SUBMITTED WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY. I 10 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-1 9CF-4B1 E-9069-6D5D88A4A521 M I A M I BE11 H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov SCHEDULE OF VALUES Bidders should fully complete the Schedule of Values to include quantities, units of measure, unit pricing, and totals. The cost of any item(s) of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s) is most applicable. Both unit price and extended total prices must be stated in units of quantity specified in the bidding specifications. Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. TROUVILLE ESPLANADE Item Description Quantity U I M Unit Cost Total (Quantity_x_Unit_cost) Mobilization and Demobilization 71'-250' 1 Max Length. 1 Ls ! $ 1 $ Furnish and Install Concrete Seawall Panel 10' Max Depth Section 71'-250' 2 Max Length 2500 SF $ $ Furnish and Install 12" x 12" King Pile for Concrete Seawall 10' Max Depth Section 3 71'-250' Max Length 910 LF $ $ Furnish and Install 12"x 12" Batter Pile for Concrete Seawall 10' Max Depth 4 Section 71'-250' Max Length 75 LF $ $ Furnish and Install Concrete Seawall Cap for 10' Max Depth Section 71'-250' Max 5 Length 250 LF $ $ Furnish and Install Concrete Seawall 6 Outfall Pipe Penetration 3 EA $ $ 7 Concrete Panel Knockout Area 1200 SF $ $ Furnish and Install Rubble Rip Rap 71'- 8 250' Max Length 75 TONS $ $ Backfill Material (clean sand) 71'-250' Max 9 Length 350 CY $ $ Restoration of disturbed area 71'-250' Max io Length 415 SY $ $ As-Built/Record Drawings/logs 71'-250' 11 Max Length 1 L5 $ $ Silt fence and Turbidity barrier 71'-250' 12 Max Length 50o LF $ $ TOTAL TROUVILLE ESPLANADE $ CONTINUED ON THE FOLLOWING PAGE. 11 ADDENDUM No.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3ro Floor Miami Beach,Florida 33139 www.miamibeachfl.gov BONITA DRIVE Item Description Quantity U I M Unit Cost Total (Quantity X Unit Cost) Mobilization and Demobilization 0'-70' 1 Max Length. 1 LS $ $ Furnish and Install Concrete Seawall Panel 10' Max Depth Section 0'-70' Max 2 Length 700 SF $ $ Furnish and Install 12"x 12" King Pile for Concrete Seawall 10' Max Depth Section 3 0'-70' Max Length 280 LF $ $ Furnish and Install 12"x 12" Batter Pile for Concrete Seawall 10' Max Depth 4 Section 0'-70' Max Length 200 LF $ $ Furnish and Install Concrete Seawall Cap for 10' Max Depth Section 0'-70' 5 Max Length 70 LF $ $ Furnish and Install#57 Stone 0'-70' Max 6 Length 20 TONS $ $ Furnish and Install Rubble Rip Rap 0'-70' 7 Max Length 20 TONS $ $ Removal of Existing Seawall Cap 0'-70' 8 Max Length 70 LF $ $ Backfill Material(clean sand)0'-70' Max 9 Length 100 CY $ $ Restoration of disturbed area 0'-70 Max 10 Length 115 SY $ $ As-Built/Record Drawings/logs 0'-70 Max 11 Length 1 LS $ $ Silt fence and Turbidity barrier 0'-70 Max 12 Len.th 140 LF $ $ TOTAL BONITA DRIVE $ CONTINUED ON THE FOLLOWING PAGE. 12 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov RUE NOTRE DAME Item Description Quantity U I M Unit Cost Total (Quantity X Unit Cost) Mobilization and Demobilization 0'-70' 1 Max Length. 1 LS $ $ Furnish and Install Concrete Seawall Panel 10' Max Depth Section 0'-70'Max 2 Length 700 SF $ $ Furnish and Install 12"x 12"King Pile for Concrete Seawall 10' Max Depth Section 3 0'-70' Max Length 280 LF $ $ Furnish and Install 12"x 12" Batter Pile for Concrete Seawall 10' Max Depth 4 Section 0'-70' Max Length 62 LF $ $ Furnish and Install Concrete Seawall Cap for 10' Max Depth Section 0'-70' 5 Max Length 70 LF $ $ Furnish and Install Concrete Seawall 6 Outfall Pipe Penetration 2 EA $ $ 7 Concrete Panel Knockout Area 1200 SF $ $ Furnish and Install Rubble Rip Rap 0'-70' 8 Max Length 20 TONS $ $ Backfill Material(clean sand)0'-70'Max 9 Length 100 CY $ $ Restoration of disturbed area 0'-70 Max 10 Length 115 SY $ $ As-Built/Record Drawings/logs 0'-70 Max 11 Length 1 LS $ $ Silt fence and Turbidity barrier 0'-70 Max ' 12 Length 140 LF $ $ TOTAL RUE NOTRE DAME $ CONTINUED ON THE FOLLOWING PAGE. 13 I ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION—VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I AM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3ro Floor Miami Beach,Florida 33139 www.miamibeachfl.gov INDIAN CREEK Item Description Quantity U 1 M Unit Cost Total (Quantity X Unit Cost) Mobilization and Demobilization 71'-250' 1 Max Length. 1 L5 $ $ Furnish and Install Concrete Seawall Panel 10' Max Depth Section 71'-250' 2 Max Length 2500 SF $ $ Furnish and Install 12"x 12" King Pile for Concrete Seawall 10' Max Depth Section 3 71'-250'Max Length 910 LF $ $ Furnish and Install 12"x 12" Batter Pile for Concrete Seawall 10' Max Depth 4 Section 71'-250'Max Length 650 LF $ $ Furnish and Install Concrete Seawall Cap for 10' Max Depth Section 71'-250' 5 Max Length 250 LF $ $ Furnish and Install Rubble Rip Rap 71'- 6 250' Max Length 75 TONS $ $ Removal of Existing Seawall Cap 71'- 7 250' Max Length 250 LF $ $ Backfill Material(clean sand)71'-250' 8 Max Length 350 CY $ $ Restoration of disturbed area 71'-250' 9 Max Length 415 SY $ $ As-Built/Record Drawings/logs 71'-250' 10 Max Length 1 LS $ $ Silt fence and Turbidity barrier 71'-250' 11 Max Length 500 LF $ $ TOTAL INDIAN CREEK $ END OF SCHEDULE OF VALUES. 14 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I AM I BE12cF-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov EXHIBIT C Pre Bid SignS h e et0 9.0 6.2 3 15� ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I AM I BE/\ F-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3,d Floor Miami Beach,Florida 33139 www.miamibeachfl.gov MIAMI BEACH CITY OF MIAMI BEACH PRE-BID MEETING SIGN-IN SHEET DATE: Wednesday,September 6,2023 TIME:2:00PM BID NO.AND TITLE:ITB 2023-527-JP Seawall Construction-Various Locations NAME TITLE COMPANY Email PHONE Julissa Perez PROCUREMENT CONTRACT OFFICER CMB JULISSAPEREZ@MIAMIBEACHFL.GOV 305-673-7490 X26943 Danny Flores PROCUREMENT CONTRACT OFFICER CMB DANNYFLORES@MIAMIBEACHFL.GOV 305-673-7490 X26652 Carolina Zamora PROJECT MANAGER CMB CAROLINAZAMORA@MIAMIBEACHFLGOV 305-673-7080 X26584 John Kearns KEARNS CONSTRUCTION JKEARNS@KEARNSCONSTRUCTION.COM Ignacio Forte KEARNS CONSTRUCTION IFORTE@KEARNSCONSTRUCTION.COM Christopher Miyares EBSARY FOUNDATION CMIYARES@EBSARYFOUNDATIONCO.COM Jose Mendieta ZEP CONSTRUCTION JOSE@ZEPCONSTRUCTION.COM 16 I ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION—VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 M I AM I BE2I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 INVITATION TO BID NO. 2023-527-JP SEAWALL CONSTRUCTION —VARIOUS LOCATIONS September 20, 2023 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISION: ITB DUE DATE AND TIME. The deadline for receipt of electronic submittals through PeriscopeS2G is extended until 3:00 p.m., on Friday, September 29, 2023. All bids received and time stamped through PeriscopeS2G, prior to the bid submittal deadline shall be accepted as timely submitted. Bids cannot be submitted after the deadline established for receipt of bids. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. PUBLIC BID OPENING Dial-In Instructions: • Dial the Telephone Number: +1 786-636-1480 • Enter the Conference ID No: 991 499 22# To join on your computer or mobile app Click here to join the meeting A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Julissa Perez 305-673-7490 ext. 26943 julissaperez@a,miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, Natalia Delgado Procurement Contracting Officer III I 1 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 ATTACHMENT C SUNBIZ&PROPOSAL RESPONSE TO ITB DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 DIVISION OF CORPORATIONS 4lit Dimic s`i.04& Uf .or C C) _PosiA'iJm r,,,..•+°"7„,,....•*�r�„6 are official State of Florida ► ebsltt Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation KEARNS CONSTRUCTION COMPANY Filing Information Document Number P01000015810 FEI/EIN Number 77-0615005 Date Filed 02/12/2001 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 10/11/2018 Principal Address 2550 SOUTH BAYSHORE DR, SUITE 206B MIAMI, FL 33133 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 Changed: 12/18/2018 Mailing Address 2550 SOUTH BAYSHORE DR, SUITE 206B MIAMI, FL 33133 Changed: 12/18/2018 Registered Agent Name &Address KUVIN, LOWELL J 17 EAST FLAGLER STE 223 MIAMI, FL 33131 Name Changed: 10/10/2016 Address Changed: 05/23/2011 Officer/Director Detail Name &Address Title CEO KEARNS, CHARLES S 4101 BRAGANZAAVENUE COCONUT GROVE, FL 33133 Title CFO DocuS ig n Envelope ID.68264797-19CF-4B 1 E-9069-6D5D88A4A521 KEARNS, JOHN Will 4101 BRAGANZAAVENUE COCONUT GROVE, FL 33133 Title COO SULLIVAN, JAMES BJR 22550 SW 147 AVE MIAMI, FL 33170 Annual Reports Report Year Filed Date 2021 04/26/2021 2022 04/09/2022 2023 01/26/2023 Document Images 01/26/2023--ANNUAL REPORT View image in PDF format 04/09/2022--ANNUAL REPORT View image in PDF format 04/26/2021 --ANNUAL REPORT View image in PDF format 06/29/2020--ANNUAL REPORT View image in PDF format 04/23/2019--ANNUAL REPORT View image in PDF format 10/11/2018--REINSTATEMENT View image in PDF format 02/24/2017--ANNUAL REPORT View image in PDF format 10/10/2016--REINSTATEMENT View image in PDF format 01/09/2015--ANNUAL REPORT View image in PDF format 03/24/2014--ANNUAL REPORT View image in PDF format DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 01/15/2013--ANNUAL REPORT View image in PDF format 02/14/2012--ANNUAL REPORT View image in PDF format 05/23/2011 --ANNUAL REPORT View image in PDF format J 04/26/2011 --ANNUAL REPORT View image in PDF format 09/30/2010-- REINSTATEMENT View image in PDF format 03/23/2009--ANNUAL REPORT View image in PDF format 07/09/2008--ANNUAL REPORT View image in PDF format 05/01/2007--ANNUAL REPORT View image in PDF format 04/27/2006--ANNUAL REPORT View image in PDF format 04/29/2005--ANNUAL REPORT View image in PDF format 07/20/2004--ANNUAL REPORT View image in PDF format 02/02/2004--ANNUAL REPORT View image in PDF format 10/20/2003--REINSTATEMENT View image in PDF format 02/27/2002--ANNUAL REPORT View image in PDF format 12/17/2001 -- Reg.Agent Change View image in PDF format 02/12/2001 -- Domestic Profit View image in PDF format Florida Department of State,Division of Corporations DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 BID SUBMITTAL QUESTIONNAIRE-CONSTRUCTION SECTION 1-BID CERTIFICATION This certification/questionnaire is REQUIRED and must be fully completed and submitted electronically. Soidtation No: Salutation Title: BID NUMBER PROJECT TITLE BIDDER'S SOME KEARNS CONSTRUCTION COMPANY Na OF YEARS IN BUSINESS:20. I NO.OF YEARS IN BUSINESS LOCALLY.20+ I NO.OF EMPLOYEES:25 OTHER NAME(5)BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: BIDDER PRIMARY ADDRESS(HEADQUARTERS).2550 S BAYSHORE DR.STE 2BMB CITY.MIAMI STATE FL 12IP CODE.00100 TELEPHONE NO..3054610310 TOLL FREE NO.: FAX NO.'.0054610510 BIDDER LOCAL ADDRESS.2550 5 BAYSHORE OR.STE 20551 CITY.MIAMI STATE.FL 12IP CODE.00100 PRIMARY ACCOUNT REPRESENTATNE FOR THIS ENGAGEMENT JOHN KEARNS ACCOUNT REP TELEPHONE Na.005.461.63 10 ACCOUNT REP TOLL FREE NO.- ACCOUNT REP EMAIL:JKEARNSAKEARNSCONSTRUCTION.COM FEDERAL TAX IDENTIFICATION NO..720615005 By virtue of submitting a bid,bidder agrees:a)to complete and unconditional acceptance of the terms and conditions of this document,inclusive of this solicitation,all specifications, attachments,exhibits and appendices and the contents of any Addenda released hereto;b)to be bound,at a minimum,to any and all specifications,terms and conditions contained herein or Addenda;c)that the bidder has not divulged,discussed,or compared the proposal 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 herein 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 execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Miami Beach, Florida,for the performance of all requirements to which the bid pertains;and f)that all responses,data and information contained in the bid submittal are true and accurate. 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 said document(s)are complete,true,and correct to the best of his/her knowledge and belief. Name of Bidder's Authorized Representative: Title of Bidder's Authorized JOHN KEARNS Representative: CFO DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 SECTION 2-ACKNOWLEDGEMENT OF ADDENDUM After issuance of solicitation,the City may release one or more addendum to the solicitation,which may provide additional information to bidders or alter solicitation requirements. The City will strive to reach every bidder having received solicitation through the City's e-procurement system. However, bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the bidder has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Enter Initial to Enter Initial to Enter Initial to Confirm Confirm Confirm Receipt Receipt Receipt JK Addendum 1 Addendum 6 Addendum 11 JK Addendum 2 Addendum 7 Addendum 12 JK Addendum 3 Addendum 8 Addendum 13 JK Addendum 4 Addendum 9 Addendum 14 jk Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. SECTION 3—QUESTIONNAIRE 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, u-cuershipp.raentage .irectorsii.t.,Office type CHARLERS KEARNS 80 CEO JOHN KEARNS 10 CFO BROCK SULLIVAN 10 COO 2.Provide at least three(3)references of work similar in size and nature as the work referenced in solicitation. Project No. BID NUMBER Project Title PROJECT TITLE Reference No.1 Firm Name:City of Key West Contact Individual Name and Title:Karen Olson,Deputy Director Address: Telephone:305.809.3903 Contact's Email:kolson@cityofkeywest-fl.gov Narrative on Scope of Services Provided: Kearns Construction Company has performed various marine construction projects for the City of Key West.Most recently,we performed seawall repair and replacement work from Turtle Kraals to Conch Republic. DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 Reference No.2 Firm Name:Dowbuilt Contact Individual Name and Title:Don Gelsinger,Project Manager Address: Telephone:727.647.1914 Contacts Email:don@dowbuilt.com Narrative on Scope of Services Provided: We recently completed the installation of a new dock and seawall at 5800 North Bay Road as a subcontractor to Dowbuilt. Reference No.3 Firm Name:N/A Contact Individual Name and Title:Matt&Lisa Allen,Homeowners Address:1420 NE 101 St.,Miami Shores,FL 33138 Telephone: Contact's Email:lisaaguanci1130@gmail.com Narrative on Scope of Services Provided: We recently completed the installation of a new dock and seawall at the Allen's residence. Additional Reference Firm Name:Team Contracting Contact Individual Name and Title:Rudy Ayan,Project Manager Address: Telephone:305.207.9799 Contact's Email:rayan@team-contracting.com Narrative on Scope of Services Provided: In 2021,we completed the installation of a new seawall at NE 22nd Street. DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 3.Has the applicant company's construction license(s)been revoked during the last five(5)years? ❑ YES 5 NO If yes,why? 4.Have any owners,directors,officers,or agents of the applicant company had a license revoked during the last five(5)years? ❑ YES © NO If yes,why? 5.Is the applicant company currently barred by a governmental agency,from bidding work as a prime or subcontractor? ❑ YES p 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? ❑ YES Q NO If yes,why? 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? ❑ YES 5 NO If yes,why? DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 8.Is an affiliate of the applicant company prequalified by the City of Miami Beach to bid on construction work? Q I YES Q NO If yes,state the name of the affiliate? 9.Is the applicant company a parent,subsidiary,or holding company for another construction company? Q YES D 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 Q NO If the answer is"yes,"provide the following information for each individual and the affiliated company. Period of Type of affiliation ie.y. Individual'a name Affiliated company's name 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 I 5 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. 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 A 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 A NO 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 5 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 p NO If yes,explain. DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6O5D88A4A521 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 a.enc 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? L 1 YES NO If yes,explain. 18.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 p NO If yes,state name,title and share of ownership Share(/)a 19.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2.375(a)of the City Code,including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race,color,national origin,religion,sex, intersexuality,gender identity,sexual orientation, marital or familial status,age or disability.Does the applicant agree to be comply with this prohibition? YES I 1 NO DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 20.Is the applicant a small business concern owned and controlled by a veteran(s)(certified by the State of Florida Department of Management Services or a service-disabled veteran business enterprise(certified by the United States Department of Veterans Affairs). YES NO Certifying ;ency Certification Type 21.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 suppliers 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 supplier 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 the applicant provide or offer access to any benefits to employees with ruses or to spouses of employees? ' YES O NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners'or to domestic partners of employees? 0 YES O 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 providf employees because they have a spouse or domestic partner,such as bereavement leave;other benefits are provided directly to the spouse or domesfic partner,such as me insurance. BEN Firm Provides for Employees Firm Provides for Employees Firm does not Provide with Spouses with Domestic Partners Benefit Health Sick Leave Family Medical Leave Bereavement Leave 22.Moratorium on Travel to and the Purchase of Goods or Services from Mississippi.Pursuant to Resolution 2016-29375,the City of Miami Beach,Florida prohibits the purchase of goods or services sourced in Mississippi. Are any of the products for which the applicant is seeking to be prequalified sourced in Mississippi? YES Q NO If yes,explain. DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 23.Financial Capacity.At time of request by the City,bidder shall request that Dun&Bradstreet submit its Supplier Qualifier Report directly to the City,with bid or within three(3)days of request.Bidder shall arrange for Dun&Bradstreet to submit a Supplier Qualification Report(SQR)directly to the City.No proposal will be considered without receipt (when requested),by the City,of the SQR directly from Dun&Bradstreet.The cost of the preparation of the SQR snail be the responsibility of the bidder.The bidder shall request the SQR report from D&B at: hrips:/lsupplierportal.dnb.comlwebapplwcslstoreslservletl$upplierPortal?storelde11696 Bidders are responsible for the accuracy of the information contained in its SQR.It is highly recommended that each bidder review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process.For assistance with any portion of the SQR submittal process,contact Dun& Bradstreet at 800-424-2495. 24. Byrd Anti-Lobbying Amendment Certification Form;APPENDIX A,44 C.F.R.PART 18 CERTIFICATION REGARDING LOBBYING:Certification for Contracts,Grants,Loans, and Cooperative Agreements The undersigned Contractor certifies,to the best of his or her knowledge,that: 1.No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of an agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement,and the extension,continuation,renewal,amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. 2.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract,grant,loan,or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL,"Disclosure Form to Report Lobbying,"in accordance with its instructions. 3.The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers(including subcontracts,subgrants,and contracts under grants,loans,and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31,U.S.C.§1352(as amended by the Lobbying Disclosure Act of 1995).Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure.The undersigned Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure,if any.In addition,the Contractor understands and agrees that the provisions of 31 U.S.C.§3801 et seq.,apply to this certification and disclosure,if any. By virtue of submitting bid,bidder certifies or affirms its compliance with the Byrd Anti-Lobbying Amendment Certification. Name of Bidder's Authorized Representative: Title of Bidder's Authorized John Keams Representative: CFO 25.Suspension And Debarment Certification The Contractor acknowledges that: (1)This Contract is a covered transaction for purposes of 2 C.F.R.pt.180 and 2 C.F.R.pt.3000.As such the contractor is required to verify that none of the Contractor,its principals (defined at 2 C.F.R.§180.995),or its affiliates(defined at 2 C.F.R.§180.905)are excluded(defined at 2 C.F.R.§180.940)or disqualified(defined at 2 C.F.R.§180.935). (2)The Contractor must comply with 2 C.F.R.pt.180,subpart C and 2 C.F.R.pt.3000,subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3)This certification is a material representation of fact relied upon by the City.If it is later determined that the Contractor did not comply with 2 C.F.R.pt.180,subpart C and 2 C.F.R.pt. 3000,subpart C,in addition to remedies available to the City,the Federal Government may pursue available remedies,including but not limited to suspension and/or debarment. (4)The Contractor agrees to comply with the requirements of 2 C.F.R.p1.180,subpart C and 2 C.F.R.pt.3000,subpart C while this offer is valid and throughout the period of any contract that may arise from this offer.The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions' DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 By virtue of submitting bid,bidder certifies or affirms its compliance with the Suspension and Debarment Certification. Name of Bidder's Authorized Representative: Title of Bidder's Authorized John Kearns Representative: CFO 26.Suspension,Debarment,Or Contract Cancellation. Has bidder ever been debarred,suspended or other legal violation,or had a contract cancelled due to non-performance by any public sector agency? 0 YES 0 NO If answer to above is"YES;bidder shall submit a statement detailing the reasons that led to action(s): 27.Small And Disadvantaged Business Certification Pursuant to Resolution 2020-31519,the City is tracking the Small and Disadvantaged Businesses,as certified by Miami-Dade County that have been certified as Small or Disadvantaged Business by Miami-Dade County. Does bidder possess Small or Disadvantaged Business certification by Miami-Dade County? O J YES NO 28.LGBT Business Enterprise Certification Pursuant to Resolution 2020-31342,the City is tracking the utilization of LGBT owned firms that have been certified as an LGBT Business Enterprise by the National Gay and Lesbian Chamber of Commerce(NGLCC). Does bidder possess LGBT Business Enterprise Certification by the NGLCC? L O YES NO 29.Cone Of Silence Pursuant to Section 2-486 of the City Code,all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the -Cone of Silence.' The Cone of Silence ordinance is available at https://library.municode.com/fl1miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV4PR 52-486C0SI My communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director,or hisMer administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov By virtue of submitting bid,bidder certifies that it is in compliance with the Cone of Silence Ordinance,pursuant to Section 2-486 of the City Code. 30.Code Of Business Ethics Pursuant to City Resolution No.2000-23789,the Bidder shall adopt a Code of Business Ethics prior to executing a contract with the City.The Code of Business Ethics shall be submitted to the Procurement Department with its response or within three(3)days of request by the City.The Code shall,at a minimum,require the Bidder,to comply with all applicable governmental rules and regulations including,among others,the conflict of interest,lobbying and ethics provision of the City Code.In lieu of submitting Code of Business Ethics,bidder may indicate that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at http:llwww.miamibeachfl.govlcity-hallprocurement/procurement-related-ordinance-and- procedures/ Bidder will submit firm's Code of Business Ethics within three(3)da of •uest by the City? ® YES 51 NO Bidder adopts the City of Miami Beach Code of Business Ethics? is YES ID NO 31. Lobbyist Registration&Campaign Contribution eQUIREM This solicitation is subject to,and all bidders are expected to be or become familiar with,all City lobbyist laws,including lobbyist registration requirements and prohibition on campaign contributions,including: • Lobbyist Registration Requirements sections 2-397 through 2-485.3 of City Code (https:Mibrary.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIISTCO DIV3L0) • Campaign Contribution Requirements sections 2-487 and 2-488 of City Code (https://library.municode.comlfl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIISTCO DIVSCAFIRE) By virtue of submitting bid,bidder certifies or affirms that they have read and understand the above Lobbyist Registration 6 Campaign Contribution Requirements. 32.NON-DISCRIMINATION The Non-Discrimination ordinance is available at: https://library.municode.com/Nmiami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR 52-375NSCCOREWA By virtue of submitting bid,bidder agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 33. FAIR CHANCE REQUIREMENT The Fair Chance Ordinance No.2016-4012 is available at: https://library.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH62HURE ARTVFACHOR By virtue of submitting bid,bidder certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance.Bidder agrees to provide the City with supporting documentation evidencing its compliance upon request.Bidder further agrees that any breach of the representations made herein shall constitute a material breach of contract,and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 34. PUBLIC ENTITY CRIMES Please refer to Section 287.133(2)(a),Florida Statutes,available at. ems://www,flsenate gov/Laws/Statutes/2012/287,133 By virtue of submitting bid,bidder agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 35.Veteran Business Enterprises Preference Pursuant to City of Miami Beach Ordinance No. 2011-3748, https:hlibrarymunicode.comlfl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR 52-374PRPRPRVECOG000SE the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s)or which is a service-disabled veteran business enterprise,and which is within five percent(5%)of the lowest and best bidder,by providing DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount.Whenever,as a result of the foregoing preference,the adjusted prices of two(2)or more bidders which are a small business concern owned and controlled by a veteran(s)or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB,RFP,RFQ,ITN or oral or written request for quotation,and such bids are responsive,responsible and otherwise equal with respect to quality and service,then the award shall be made to the service-disabled veteran business enterprise. Is the bidder a service-disabled veteran business enterprise certified by the State of Florida? ❑ YES 0 NO Is the bidder a service-disabled veteran business enterprise certified by the United States Federal Government? 0 YES g2 NO CONTINUED ON THE FOLLOWING PAGE. DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 36.Sub•Contractors Providing Services to this Project: Subcontractor Work to be completed Work to be performed Name: Dock&Marine Construction Tel: (305)751.9911 Some of the demo&seawall work at the two sites between the bridges 60 Email: glarson@dockandmarine.net Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 KEARNS CONSTRUCTION CO•CGC 060194 City of Miami Beach ITB 2023-527-JP Seawall Construction — Various Locations Submitted: Friday, October 13, 2023 @ 3:00 PM 2550 S. BAYS HORE DRIVE, suite 206B - MIAMI, FLORIDA 33133 •TEL: 305-46 1-03 1 0 • FAX: 305-461-1892 www.kearnsconstruction.com DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 KEARNS CONSTRUCTION CO•CGC 060194 Minimum Qualifications Requirements General Contractor License CGC 060194 Exp. 09/31/2024 Ron DeSantis,Governor Melanie S.Griffin.Secretary dbpr . . t r d , ,....,,, , ._ STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489.FLORIDA STATUTES 4+'i< TV % KEARNS, CHARLES SWANSON KEARNS CONSTRUCTION COMPANY 4101 BRAGANZA AVE 3133 LICENSE NUMBER:CGC060194 ' EXPIRATION DATE: AUGUST 31,2024 Always verify licenses online at Myfloridaticense.com ao ti_r i;r Do not alter this document in any form. 4{�-r ,o• This is your license.It is unlawful for anyone other than the licensee to use this document. 2550 S. BAYS HORE DRIVE, suite 206E • MIAMI, FLORIDA 33133 •TEL: 305-46 1-03 1 0 • FAX: 305-461-1892 www.kearnsconstruction.com DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 KEARNS CONSTRUCTION CO•CGC 060194 Previous Experience of Bidder (Firm and/or its principal) Pier 5 Reconstruction Rebuild Pier 5 at MiaMarina (Bayside) Owner Name: City of Miami Contact Name: Suzanne Hollander Telephone: 305.461.1458 Email: shollander@miamigov.com Address:401 Biscayne Blvd, Miami, FL 33132 Project Description:The scope of the MiaMarina Project included the demolition and reconstruction of Pier 5. KCC installed new concrete piles, new wood finger piers, cast-in-place slabs, grating, and performed concrete repairs.All MEP work was subcontracted out. Contract amount and completion date: $2.2 Million, November 2021. Project Manager:John Kearns Project Superintendent: Brock Sullivan Allen Residence Seawall and Dock Owner Name: Owners Mr. Matt& Mrs. Lisa Allen Contact Name: Lisa Allen Telephone: N/A Email: lisaguanci1130@gmail.com Address: 1420 NE 101 Street, Miami Shores 33138 Project Description:The scope of this project, located at 1420 NE 101 Street, included the demolition of the old seawall and installation of all new sheet pile seawall and building a new dock.The dock is a 250 sqft L-shaped wood dock consisting of a 4' wide x 20' long access walkway. In addition, a 20k lb boatlift and 10k lb jet-ski left were installed.A cantilevered viewing platform was also installed. KCC installed a 205 If new steel sheet pile seawall along the length of the property with a 2.5' x 2'concrete cap. Contract amount and completion date: $1.2 Million, February 2022. Project Manager:John Kearns Project Superintendent: Charlie Kearns 2222-2260 NW N River Dr. Bulkhead and Dock Owner Name:AGM Property/Patton Real Estate Contact Name: William Holly Telephone: 305.450.4409 Email: wholly@pattonre.com Address: 2222-2260 NW N River Dr., Miami, FL 33125 Project Description:This project consisted of the installation of 225 If of new steel sheet pile seawall, 23 wood fender piles and 22 cleats along the new concrete seawall cap. In addition,two marginal docks with rubber fenders and supported by concrete piles was built along the seawall. Contract amount and completion date: $575,000,April 2021. Project Manager:John Kearns 2550 S. BAYS HORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-46 1-03 1 0 • FAX: 305-461-1892 www.kearnsconstruction.com DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 KEARNS CONSTRUCTION CO•CGC 060194 Project Superintendent: Brock Sullivan City of Miami Beach—Fleet Management Seawall Agency Name: City of Miami Beach Agency Contact: David Gomez Contact Telephone: 305.673.7071 Email: davidgomez@miamibeachfl.gov Address: 140 MacArthur Cswy, Miami Beach, FL 33139 Project Description:The Fleet Management Seawall Project was a combi-wall sheet pile installation project.The job included a complete demolition of the seawall. New coated sheet piles were installed. The concrete cap was formed and poured per specifications. In addition,Team Contracting was hired to complete the upland work for the sidewalk and stairs. Contract amount and completion date: $1.1 Million, 2018 Project Manager:John Kearns Project Superintendent: Charlie Kearns Design-Build Dinner Key Marina Restoration Project Owner Name: City of Miami Contact Name: Robert Fenton Telephone: 786.623.2133 Email: rfenton@miamigov.com Address: 3400 Pan American Dr, Miami, FL 33133 Project Description:The Dinner Key Marina Restoration Project was a design-build project. Kearns Construction Company partnered with Cummins Cederberg(Design Team)to complete this project for the City of Miami.The project was completed within 2 years in three separate phases.The scope consisted of rebuilding and repairing the 585-slip marina.This included removing submerged debris, replacing, and repairing the concrete walkways of the docks, installing new wooden mooring piles, cap repairs, and all MEP.The total contract amount was$23 million. Contract amount and completion date: $24 Million, October 2021. Project Manager:John Kearns Project Superintendent: Brock Sullivan City of Key West Historic Seawall Repair Turtle Kraals to Conch Republic Owner Name: City of Key West Contact Name: Karen Olson Telephone: 305.849.2348 Email: kolson@cityofkeywest-fl.gov Address: Margaret Street, Key West FL 33040 Project Description:The Historic Seawall Repair Project consisted of underwater repairs to the steel sheet piles extending from Turtle Crawls to Conch Republic.The project was completed in three phases 2550 S. BAYS HORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 •TEL: 305-46 1-03 1 0 • FAX: 305-461-1892 www.kearnsconstruction.com DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 KEARNS CONSTRUCTION CO•CGC 060194 (A, B, &C). Phase A had approximately 174 LF of seawall footer repairs. Phase B consisted of seawall and utility hanger repairs. Phase C required the installation of approximately 333 LF of sheet pile seawall. Contract amount and completion date: $1.7 Million, November 2019. Project Manager:John Kearns Project Superintendent: Charlie Kearns 2550 S. BAYS HORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 •TEL: 305-46 1-03 1 0 • FAX: 305-461-1892 www.kearnsconstruction.com DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 KEARNS CONSTRUCTION CO•CGC 060194 Previous Experience of Project Manager JOHN W. KEARNS, PROJECT MANAGER EDUCATION/TRAINING B.S. Degree in Building Construction University of Florida Gainesville, FL RELEVANT EXPERIENCE Kearns Construction Company Miami,FL 2000—Present • Dinner Key Marina • Monty Marina • Key Biscayne Yacht Club • Ocean Reef • Marina Palms • Port of Miami Tunnel—Excavation and Tremie Pour Salini Impregilo Construction company Italy/Miami,FL 1990-2000 • Contract Manager on a$900,000,000 U.S.Navy project. • Project Manager for the People Mover(Brickell Extension) • Senior Project Engineer on the$100,000,000 Federal Prison. • Project Manager on a 6 story,12,000,000-dollar Arquitectonica designed office building on Miami Beach. • Qualifier for a$100,000,000 metro rail project. • Technically responsible for the new concrete beams connecting Miami International Airport and Jackson Hospital. • Technically responsible for the$200,000,000 concrete beam project that connected Dolphin/Palmetto highways. The concrete beam work was for Rizzani De Eccher,USA. CERTIFICATE/LICENSES State of Florida General Contractor's License 2550 S. BAYS HORE DRIVE, suite 206E • MIAMI, FLORIDA 33133 •TEL: 305-46 1-03 1 0 • FAX: 305-461-1892 www.kearnsconstruction.com DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 KEARNS CONSTRUCTION CO•CGC 060194 Previous Experience of Superintendent JAMES "BROCK" SULLIVAN, SUPERINTENDENT RELEVANT EXPERIENCE Kearns Construction Company Miami, FL 1997-Present • Dinner Key Marina (on-going) • Monty's in the Grove(new concrete dock&dredging) • Marina Palms(new 116 slip marina with fixed and floating docks) • National Parks Service/Elliot Key—Remove and replace 40 slip Marina fixed and concrete floating docks • Key Biscayne Yacht Club(Mediterranean docks and Boat Ramp Docks) • Key Biscayne Yacht Club(north dock—35 slips,floating docks,dredge and breakwater) • Remove and Replace seawalls for the City of Miami Beach(Lincoln Road and Sunset Island) • Artificial Reef for Port Miami Deep Dredge(1,873 reef balls) • Artificial Reef for Flagstones Deep Water Mega Yacht Marina (2,400 reef balls) • Coral Reef Yacht Club—Dredge • Coral Reef Yacht Club—Finger Piers • Rickenbacker Marina(800 LF sheet pile wall. Bridge for boat launch.New docks @ 200 slip marina. • City of Miami Mooring Pile Replacement(2005—2016=1,500 mooring piles) • Miami Dade County Mooring Pile Replacement(2005—2016=500 mooring piles) • Miami Coral Park—new cafeteria • Seven(7)Don Pan Restaurants • Monty's at Bayshore Landing—50,000 SF office renovation • Moir Residence—3885 South Moorings Way, Miami(10,000 SF single family home) • Reid Residence—4330 Douglas Road (9,000 SF addition Phase I, II,and II) • Carlson Project(4,000 SF historic house renovation Phase I, II and III). • Martha Ware Residence 6875 Granada Blvd,Coral Gables(8,000 SF home renovation) • Maratha Ware Residence 6870 Granada Blvd,Coral Gables(8,500 SF home renovation) • Mark Ware Residence 6858 Granada Blvd,Coral Gables(5,000 SF home renovation) • Marine Project Superintendent for the demolition and installation of Bellingham Marine concrete float docks. This project was for the City of Miami at Kennedy Park. CERTIFICATE/LICENSES CIC Certified Crane Operator Certificate of Training: Basic Rigger and Signal Person Notary Public 2550 S. BAYS HORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 •TEL: 305-46 1-03 1 0 • FAX: 305-461-1892 www.kearnsconstruction.com DocuSign Envelope ID:68264 7 97-1 9CF-4B1 E-9069-6D5D88A4A521 KEARNS CONSTRUCTION CO•CGC 060194 CHARLES S. KEARNS, GENERAL CONTRACTOR RELEVANT EXPERIENCE Kearns Construction Company Miami, FL 1994-Present • Marine Project Superintendent for the installation of Bellingham Marine Concrete docks for the 2017 Miami International Boat Show. Marine demolition, pipe pile driving and assembly of the concrete floating docks. • Marine Project Superintendent for the Ocean Reef Bellingham Marine concrete floating docks(Phase I,80 concrete floating dock slips). Existing concrete dock demolition. Pipe pile driving and the assembly of Bellingham Marine concrete floating docks. • Marine Project Superintendent for the Ocean Reef Bellingham Marine concrete floating docks(Phase II, 110 concrete floating dock slips). Existing concrete dock demolition. Pipe pile driving and the assembly of the Bellingham Marine concrete floating docks • Marine Project Superintendent for Stock Island Marina Village in Key West, Florida (120 concrete floating dock slips). Installed Bellingham Marine concrete floating docks, marine demolition,steel pipe pile driving,wooden dock construction and marine dredging. • Marine Project Superintendent for the demolition and installation for Bellingham Marine concrete floating dingy docks at the Coral Reef Yacht Club, Miami, Florida. • Marine Project Superintendent for the restoration of Bellingham Marine concrete floating docks. Beach sand had shifted and undermined the existing concrete floating docks.The project required that the existing floating dock be relocated and restored. The project also required significant dredging. This project was completed for the City of Miami at the Dinner Key Marina. • Marine Project Superintendent for the City of Miami's floating dock at Dinner Key Marina,Spoil Island E. • Marine Project Superintendent at The Port of Miami Tunnel's marine excavation,underwater concrete placement and pipe pile installation. This was a$5,000,000 project which includes marine excavation (100,000 CY of dredging),tremie concrete placement and steel pile installation. The underwater concrete work is the largest tremie slabs in North America. • National Parks Service/Elliot Key—New 200'concrete service bridge • Molasses Reef Marina, Key Largo Florida(Remove and replace existing 70 slip marina) • South Miami Junior High—Second story bridge and elevators CERTIFICATE/LICENSES State of Florida General Contractor's License (CGC 060194) • • 2550 S. BAYS HORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 •TEL: 305-46 1-03 1 0 • FAX: 305-461-1892 www.kearnsconstruction.com DocuSign Envelope ID'.68264797-19CF 4B1E.9069-6D5D88A4A521 KEARNSCO ACORD., CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYVYY) 10/20/2023 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER NEACT Bethany Linton USI Insurance Services LLC/CL PHONE FAX (AIC,No,Eat): (NC,No): 5100 Poplar Avenue,#1200 E-MAIL an Beth Linton usi.com Memphis,TN 38137 ADDRESS: Y• 901 766-5990 INSURER(S)AFFORDING COVERAGE NAIC a INSURER A:New York Marine and General Ins Co 16608 INSURED INSURER B:StarNet Insurance Company 40045 KEARNS CONSTRUCTION COMPANY,INC 2550 S BAYSHORE DR STE 206B INSURER C:Nautilus Insurance Company 17370 INSURER 0:Safe Harbor Pollution Insurance NONAIC Coconut Grove,FL 33133 INSURER E:National Indemnity Company 20087 Florida DBPR LICENSE#CGC060194 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IP LTR TYPE OF INSURANCE IINDSDRL SUBRWoPOLICY NUMBER (MMMIDDDD/YYYY) (FF MMIDD/YYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY X X ML202300002452 03/29/2023 03/29/2024 EACH OCCURRENCE S 1,000,000 PREMISE CLAIMS-MADE X OCCUR S(EaENTED rrence) $250,000 X Marine GL MED EXP(My one person) $10,000 X Hull&Pal PERSONAL&ADV INJURY S 1,000,000 GEM.AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRO- X POLICY JECT LOC PRODUCTS-COMP/OP AGG $1,000,000 OTHER: $ E AUTOMOBILE LIABILITY X X 74APB006301 03/29/2023 03/29/2024 lEa acci en SINGLE LIMIT $1,000,000 ANY AUTO BODILY INJURY(Per person) _ S OWNED X SCHEDULED BODILYINJURV Peraccident $ AUTOS ONLY AUTOS ( ) HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY (Per accident) S_ _ $ A X UMBRELLA LIAB X OCCUR X X ML202300002453 03/29/2023 03/29/2024 EACH OCCURRENCE $5,000,000 A EXCESS LIAB CLAIMS-MADE CXS12155033 03/29/2023 03/29/2024 AGGREGATE $5,000,000 DED X RETENTION s25,000 S B WORKERS COMPENSATION X KEY0146941 03/29/2023 03/29/2024 X 172 I 1OTH- AND EMPLOYERS'LIABILITY STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE V/N E.L.EACH ACCIDENT S1,000,000 OFFICER/MEMBER EXCLUDED? N NIA .- -- - - •-- (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE S1,000,000 If yes,describe under _DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C Contractor Pollut X X CPL202668315 07/10/2023 07/10/2024 See Description D Vessel Pollution X X V1499423 09/20/2023 03/29/2024 of Operations A Hull P&I X X ML202300002452 03/29/2023 03/29/2024 for Coverages DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may he attached if more space is required) Contractors License#CGC060194 RE: Bonita Drive: 7143 Bonita Dr. Miami Beach, FL. 33141 Carrier: (TBD)Tokio Marine Specialty Insurance Company A+ Policy Number: TBD (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION CITY OF MIAMI BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN do EXIGIS Insurance Compliance ACCORDANCE WITH THE POLICY PROVISIONS. P.O. Box 4668-ECM#35050 New York, NY 10163-4668 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 3 The ACORD name and logo are registered marks of ACORD #542343435/M41873342 LEPEP DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 DESCRIPTIONS (Continued from Page 1) Policy Term: TBD (Bindable upon award of project) Contractor's Professional/Pollution Liability Coverage: A- Professional Liability Coverage$2,000,000/$2,000,000 Per Incident/Aggregate B Contracting Operations Environmental Liability Coverage$2,000,000/$2,000,000 Per Contamination Incident/ Aggregate Self-Insured Retention per incident A Professional Liability$50,000 B Contracting Operations Environmental Liability$50,000 These are the limits to be bound if project is awarded. Carrier: (TBD)The Hartford Policy Number: TBD Policy Term: TBD (Bindable upon award of project) Bumper Shoot $5,000,000 excess of$6,000,000 Builder's Risk-Project Specific Policy Carrier: TBD (Zurich) Policy Term: TBD (Bindable upon award of project) Policy Limit: Awarded Contract Value The Certificate Holder is included as Additional Insured where indicated below and as outlined in the policy forms.Additional Insured status is not applicable to Workers'Compensation. As respects Marine General Liability: -Additional Insured -Owners, Lesees or Contractors-w/Completed Operations-when required by written contract -Additional Insured -State or Governmental Agency or Subdivision or Political Subdivision -Permits or Authorization -when required by written contract -Additional Insured -when required by written contract -Waiver of Subrogation -when required by written contract -Primary Non Contributory-when required by written contract -Diving operations by Named Insured Employees are included up to 45ft -Railroad Protective Liability Extension Clause -Rigger's Legal Liability -XCU Included -30 Day Notice of Cancellation, Except 10 Days for NonPayment As respects Automobile Liability: -Additional Insured -when scheduled only -Waiver of Subrogation -when scheduled only As respects Workers'Compensation: -Statutory and United States Longshore and Harbor Workers'Compensation Act Coverage -Waiver of Subrogation -when required by written contract -30 Day Notice of Cancellation, Except 10 Days for NonPayment As respects Protection&Indemnity&Hull: -Protection &Indemnity-$1,000,000 CSL Per Occurrence -Maritime Employer Liability-$1,000,000 CSL Per Occurrence -Blanket Loss Payee -when required by written contract -Blanket Waiver of Subrogation -when required by written contract -Automatic Vessel/Equipment Acquisition Clauses-OM DS 01 1120 -Bareboat Charter Clause -Non-Owned Vessel -MEL Extension Clause -Jones Act coverage provided. No stated number of Crew Limitation. -XCU Included SAGITTA 25.3(2016/03) 2 of 3 #542343435/M41873342 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 DESCRIPTIONS (Continued from Page 1) -30 Day Notice of Cancellation, Except 10 Days for NonPayment As respects Bumbershoot: -Quota Share -50% Lead New York&Marine,followed by 50%Continental/US Specialty Ins Co -Blanket Additional Insured(Follow Form)-M-4B -Blanket Waiver of Subrogation (Follow Form)-M-5B -30 Day Notice of Cancellation, Except 10 Days for NonPayment With respect to Vessel Pollution -V1499422-9/20/2023-3/29/2024: -Blanket Additional Insured when required by written contract Vessel Schedule with Limits of Liability 1 2019 JENNIE K ABS BARGE 25 Barge 5,000,000.00 (USD) 2 1985 DAVIS 2 Crewboat 5,000,000.00 (USD) 3 HAIL MARY 5 Crewboat 5,000,000.00 (USD) 4 KAREN 18 Pushboat 5,000,000.00 (USD) 5 KELLY 17 Pushboat 5,000,000.00(USD) 6 FAT JACK 5 Pushboat 5,000,000.00(USD) 7 2002 BOSTON WHALER 2 Crewboat 5,000,000.00 (USD) 8 1990 19'BOSTON WHALER 1 Crewboat 5,000,000.00(USD) 9 2000 22'3"BOSTON WHALER 5 Crewboat 5,000,000.00 (USD) 10 CATHERINE 25 Crewboat 5,000,000.00 (USD) 11 OFFICIAL BUSINESS II 25 Crewboat 5,000,000.00 (USD) 12 2007 PONTOON PARTY BOAT 5 Crewboat 5,000,000.00(USD) 13 KS 436 258Barge 5,000,000.00 (USD) 14 MICHELLE 25 Pushboat 5,000,000.00 (USD) 15 1984 18'BOSTON WHALER 25 Crewboat 5,000,000.00(USD) 16 BIG DOG 150 Spud Barge 5,000,000.00 (USD) 17 2012 2211"CAROLINA SKIFF 25 Skiff 5,000,000.00 (USD) 18 2014 SECTIONAL SPUD BARGE 25 Spud Barge 5,000,000.00 (USD) 19 50'X1111"X5' RAKED SECTIONAL SPUD BARGE (#1)25 Spud Barge 5,000,000.00 (USD) 20 50'X1111"X5' RAKED SECTIONAL SPUD BARGE (#2)25 Spud Barge 5,000,000.00(USD) 21 2022 22'HANKO PUSHBOAT 25 Pushboat 5,000,000.00 (USD) With respect to Contractors' Pollution -CPL202668315-7/10/2023-2024: -Blanket Additional Insured Including Primary Non Contributory and Completed Ops when required by written contract -Waiver of Subrogation when required by written contract -General Aggregate-$2,000,000 -Contractors Pollution Occurrence-Each Pollution Condition -$2,000,000 -Each Pollution Condition -Retention $5,000 Subject to all of the terms, conditions, exclusions and definitions of the above referenced policies as issued by the carrier(s). SAGITTA 25.3(2016/03) 3 of 3 #S42343435/M41873342 DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 This page has been left blank intentionally. DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 KEARNSCO v ucn�n. YVVY) MMOorMIODI ACORD,,, CERTIFICATE OF LIABILITY INSURANCE DATE 10/( 3 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 pollcy(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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER ACT Bethany Linton USI Insurance Services LLC/CL PHONE FAX (NC,No,Ext): (A/C,No): 5100 Poplar Avenue,#1200 E-MAIL Bethan Linton@g�,usi.com Memphis,TN 38137 ADDRESS: Y CY 901 766-5990 INSURER(S)AFFORDING COVERAGE NAIC 0 INSURER A:New York Marine and General Ins Co 16608 INSURED INSURER B:StarNet Insurance Company 40045 KEARNS CONSTRUCTION COMPANY,INC Nautilus Insurance Company17370 2550 S BAYSHORE DR STE 206E INSURERC: INSURER D:Safe Harbor Pollution Insurance NONAIC Coconut Grove, FL 33133 INSURER E:National Indemnity Company 20087 Florida DBPR LICENSE#CGC060194 - - INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRT TYPE OF INSURANCE IIN R WVD POLICY NUMBER POLICY EFF POLICY EXP LIMITS (NM/DD/YYYI) (MMIDD/YWY) A X COMMERCIAL GENERAL.LIABILITY X X ML202300002452 03/29/2023 03/29/2024 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR PREMISES(EaE rrDence) S250,000 X Marine GL MED EXP(Any one person) $10,000 X Hull&P&I PERSONAL&ADV INJURY $1,000,000 _ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 2,000,000 X POLICY JJEECT LOC PRODUCTS-COMP/OP AGG S 1,000,000 OTHER: S E AUTOMOBILE LIABILITY X X 74APB006301 03/29/2023 03/29/2024 Vi eBINEeD SINGLE LIMIT $1,000,000 ANY AUTO BODILY INJURY(Per person) S AO OSDONLY X SCHEDULED AUTOS BODILY INJURY(Per accident) S X AUTOS ONLY X NON-OWNED PROPERTY DAMAGE AUTOS ONLY (Per accident) S A X UMBRELLA LIAB X OCCUR X X ML202300002453 03/29/2023 03/29/2024 EACH OCCURRENCE $5,000,000 A EXCESS LIAB CLAIMS-MADE CXS12155033 03/29/2023 03/29/2024 AGGREGATE S5,000,000 DED X RETENTION s25,000 s B WORKERS COMPENSATION X KEY0146941 03/29/2023 03/29/2024 X STATUTE OTH- ER AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVEYIN E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S1,000,000 C Contractor Pollut X X CPL202668315 07/10/2023 07/10/2024 See Description D Vessel Pollution X X V1499423 09/20/2023 03/29/2024 of Operations A Hull P&I X X ML202300002452 03/29/2023 03/29/2024 for Coverages DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: Trouville Esplanade: 1575 Calais Dr. Miami Beach, FL.33141 Carrier: (TBD)Tokio Marine Specialty Insurance Company A+ Policy Number: TBD Policy Term: TBD (Bindable upon award of project) (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION CITY OF MIAMI BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN c/o EXIGIS Insurance Compliance ACCORDANCE WITH THE POLICY PROVISIONS. P.O. Box 4668-ECM#35050 New York, NY 10163-4668 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 3 The ACORD name and logo are registered marks of ACORD #542343443/M41873342 LEPEP DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 DESCRIPTIONS (Continued from Page 1) Contractor's Professional/Pollution Liability Coverage: A- Professional Liability Coverage$2,000,000/$2,000,000 Per Incident/Aggregate B Contracting Operations Environmental Liability Coverage$2,000,000/$2,000,000 Per Contamination Incident/ Aggregate Self-Insured Retention per incident A Professional Liability$50,000 B Contracting Operations Environmental Liability$50,000 These are the limits to be bound if project is awarded. Carrier: (TBD)The Hartford Policy Number: TBD Policy Term: TBD (Bindable upon award of project) Bumper Shoot $5,000,000 excess of$6,000,000 The Certificate Holder is included as Additional Insured where indicated below and as outlined in the policy forms.Additional Insured status is not applicable to Workers'Compensation. As respects Marine General Liability: -Additional Insured-Owners, Lesees or Contractors-w/Completed Operations -when required by written contract -Additional Insured -State or Governmental Agency or Subdivision or Political Subdivision -Permits or Authorization -when required by written contract -Additional Insured-when required by written contract -Waiver of Subrogation -when required by written contract -Primary Non Contributory-when required by written contract -Diving operations by Named Insured Employees are included up to 45ft -Railroad Protective Liability Extension Clause -Rigger's Legal Liability -XCU Included -30 Day Notice of Cancellation, Except 10 Days for NonPayment As respects Automobile Liability: -Additional Insured -when scheduled only -Waiver of Subrogation-when scheduled only As respects Workers'Compensation: -Statutory and United States Longshore and Harbor Workers'Compensation Act Coverage -Waiver of Subrogation -when required by written contract -30 Day Notice of Cancellation, Except 10 Days for NonPayment As respects Protection&Indemnity&Hull: -Protection &Indemnity-$1,000,000 CSL Per Occurrence -Maritime Employer Liability-$1,000,000 CSL Per Occurrence -Blanket Loss Payee-when required by written contract -Blanket Waiver of Subrogation -when required by written contract -Automatic Vessel/Equipment Acquisition Clauses-OM DS 01 1120 -Bareboat Charter Clause -Non-Owned Vessel-MEL Extension Clause -Jones Act coverage provided. No stated number of Crew Limitation. -XCU Included -30 Day Notice of Cancellation, Except 10 Days for NonPayment As respects Bumbershoot: -Quota Share-50% Lead New York&Marine,followed by 50%Continental/US Specialty Ins Co -Blanket Additional Insured (Follow Form)-M-4B -Blanket Waiver of Subrogation(Follow Form)-M-5B -30 Day Notice of Cancellation, Except 10 Days for NonPayment SAGITTA 25.3(2016/03) 2 of 3 #S42343443/M41873342 DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 DESCRIPTIONS (Continued from Page 1) With respect to Vessel Pollution -V1499422 -9/20/2023-3/29/2024: -Blanket Additional Insured when required by written contract Vessel Schedule with Limits of Liability 1 2019 JENNIE K ABS BARGE 25 Barge 5,000,000.00(USD) 2 1985 DAVIS 2 Crewboat 5,000,000.00(USD) 3 HAIL MARY 5 Crewboat 5,000,000.00 (USD) 4 KAREN 18 Pushboat 5,000,000.00 (USD) 5 KELLY 17 Pushboat 5,000,000.00 (USD) 6 FAT JACK 5 Pushboat 5,000,000.00(USD) 7 2002 BOSTON WHALER 2 Crewboat 5,000,000.00 (USD) 8 1990 19' BOSTON WHALER 1 Crewboat 5,000,000.00 (USD) 9 2000 22'3"BOSTON WHALER 5 Crewboat 5,000,000.00(USD) 10 CATHERINE 25 Crewboat 5,000,000.00 (USD) 11 OFFICIAL BUSINESS II 25 Crewboat 5,000,000.00(USD) 12 2007 PONTOON PARTY BOAT 5 Crewboat 5,000,000.00 (USD) 13 KS 436 258Barge 5,000,000.00 (USD) 14 MICHELLE 25 Pushboat 5,000,000.00 (USD) 15 1984 18'BOSTON WHALER 25 Crewboat 5,000,000.00 (USD) 16 BIG DOG 150 Spud Barge 5,000,000.00 (USD) 17 2012 2211" CAROLINA SKIFF 25 Skiff 5,000,000.00(USD) 18 2014 SECTIONAL SPUD BARGE 25 Spud Barge 5,000,000.00 (USD) 19 50'X11'11"X5' RAKED SECTIONAL SPUD BARGE(#1) 25 Spud Barge 5,000,000.00 (USD) 20 50'X11'11"X5' RAKED SECTIONAL SPUD BARGE(#2)25 Spud Barge 5,000,000.00(USD) 21 2022 22'HANKO PUSHBOAT 25 Pushboat 5,000,000.00(USD) With respect to Contractors'Pollution -CPL202668315-7/10/2023-2024: -Blanket Additional Insured Including Primary Non Contributory and Completed Ops when required by written contract -Waiver of Subrogation when required by written contract -General Aggregate-$2,000,000 -Contractors Pollution Occurrence -Each Pollution Condition -$2,000,000 -Each Pollution Condition -Retention $5,000 Subject to all of the terms, conditions,exclusions and definitions of the above referenced policies as issued by the carrier(s). SAGITTA 25.3(2016/03) 3 of 3 #542343443/M41873342 DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 This page has been left blank intentionally. DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 KEARNSCO VIIGlllrr. iVVVVJJ ACORD., CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 10/20/2023 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER piatecrBethany Linton USI Insurance Services LLC ICL PHONE FAX (A/C,No,Ext): (AIC,No): 5100 Poplar Avenue,#1200 E-MAIL s: Bethany.Linton@usi.com Memphis,TN 38137 901 766-5990 INSURER(S)AFFORDING COVERAGE NAIC t INSURER A:New York Marine and General Ins Co 16608 INSURED INSURER B:StarNet Insurance Company 40045 KEARNS CONSTRUCTION COMPANY, INC INSURER C:Nautilus Insurance Company 17370 2550 S BAYSHORE DR STE 206E Safe Harbor Pollution Insurance NONAIC Coconut Grove, FL 33133 INSURERD: Florida DBPR LICENSE#CGC060194 INSURER E:National Indemnity Company 20087 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE INSRL SUM POLICY NUMBER POLICY EFF POLICY EXP LIMITS (MMIDD/YYY1) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY X X ML202300002452 03/29/2023 03/29/2024 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR PREMISES(EaE rD rrence) $250,000 X Marine GL MED EXP(My one person) $10,000 X Hull&P&I PERSONAL a ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 X POLICY JECT LOC PRODUCTS-COMP/OP AGG $1,000,000 OTHER: $ E AUTOMOBILE LIABILITY X X 74APB006301 03/29/2023 03/29/2024 Fa aBINEent INGLE LIMIT $1,000,000 ANY AUTO BODILY INJURY(Per person) $ A TU OS ONLY X SCHEDULED AUTOS BODILY INJURY(Per accident) $ PROERTY X AUTOS ONLY X AUTOS ONLY (Per acadent)DAMAGE A X UMBRELLA LIAB X OCCUR X X ML202300002453 03/29/2023 03/29/2024 EACH OCCURRENCE $5,000,000 A EXCESS LIAB CLAIMS-MADE CXS12155033 03/29/2023 03/29/2024 AGGREGATE $5,000,000 DED X RETENTION$25,000 $ B WORKERS COMPENSATION X KEY0146941 03/29/2023 03/29/2024 X (STI PERTUTE I IOTH- ER ANDEMPLOYERS'LIABILITY YIN A ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT S1,000,000 OFFICER/MEMBER EXCLUDED? N N I A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S1,000,000 C Contractor Pollut X X CPL202668315 07/10/2023 07/10/2024 See Description D Vessel Pollution X X V1499423 09/20/2023 03/29/2024 of Operations A Hull P&I X X ML202300002452 03/29/2023 03/29/2024 for Coverages DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Contractors License#CGC060194 RE: Indian Creek Drive: 7150 Indian Creek Dr. Miami Beach FL 33141 Carrier: (TBD)Tokio Marine Specialty Insurance Company A+ Policy Number: TBD (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION CITY OF MIAMI BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN do EXIGIS Insurance Compliance ACCORDANCE WITH THE POLICY PROVISIONS. P.O. Box 4668-ECM#35050 New York, NY 10163-4668 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 3 The ACORD name and logo are registered marks of ACORD #S42343450/M41873342 LEPEP DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 DESCRIPTIONS (Continued from Page 1) Policy Term: TBD (Bindable upon award of project) Contractor's Professional/Pollution Liability Coverage: A- Professional Liability Coverage$2,000,000/$2,000,000 Per Incident/Aggregate B Contracting Operations Environmental Liability Coverage$2,000,000/$2,000,000 Per Contamination Incident/ Aggregate Self-Insured Retention per incident A Professional Liability$50,000 B Contracting Operations Environmental Liability$50,000 These are the limits to be bound if project is awarded. Carrier: (TBD)The Hartford Policy Number: TBD Policy Term: TBD (Bindable upon award of project) Bumper Shoot $5,000,000 excess of$6,000,000 Builder's Risk-Project Specific Policy Carrier: TBD(Zurich) Policy Term: TBD (Bindable upon award of project) Policy Limit: Awarded Contract Value The Certificate Holder is included as Additional Insured where indicated below and as outlined in the policy forms.Additional Insured status is not applicable to Workers'Compensation. As respects Marine General Liability: -Additional Insured -Owners, Lesees or Contractors -w/Completed Operations-when required by written contract -Additional Insured -State or Governmental Agency or Subdivision or Political Subdivision -Permits or Authorization -when required by written contract -Additional Insured -when required by written contract -Waiver of Subrogation -when required by written contract -Primary Non Contributory-when required by written contract -Diving operations by Named Insured Employees are included up to 45ft -Railroad Protective Liability Extension Clause -Rigger's Legal Liability -XCU Included -30 Day Notice of Cancellation, Except 10 Days for NonPayment As respects Automobile Liability: -Additional Insured -when scheduled only -Waiver of Subrogation -when scheduled only As respects Workers'Compensation: -Statutory and United States Longshore and Harbor Workers' Compensation Act Coverage -Waiver of Subrogation -when required by written contract -30 Day Notice of Cancellation, Except 10 Days for NonPayment As respects Protection&Indemnity&Hull: -Protection &Indemnity-$1,000,000 CSL Per Occurrence -Maritime Employer Liability-$1,000,000 CSL Per Occurrence -Blanket Loss Payee-when required by written contract -Blanket Waiver of Subrogation -when required by written contract -Automatic Vessel/Equipment Acquisition Clauses-OM DS 01 1120 -Bareboat Charter Clause -Non-Owned Vessel -MEL Extension Clause -Jones Act coverage provided. No stated number of Crew Limitation. -XCU Included SAGITTA 25.3(2016/03) 2 of 3 #542343450/M41873342 DocuSign Envelope ID:68 2647 97-1 9CF-4B1 E-9069-6D5D88A4A521 DESCRIPTIONS (Continued from Page 1) -30 Day Notice of Cancellation, Except 10 Days for NonPayment As respects Bumbershoot: -Quota Share -50% Lead New York&Marine,followed by 50%Continental/US Specialty Ins Co -Blanket Additional Insured(Follow Form)-M-4B -Blanket Waiver of Subrogation(Follow Form)-M-5B -30 Day Notice of Cancellation, Except 10 Days for NonPayment With respect to Vessel Pollution -V1499422 -9/20/2023-3/29/2024: -Blanket Additional Insured when required by written contract Vessel Schedule with Limits of Liability 1 2019 JENNIE K ABS BARGE 25 Barge 5,000,000.00(USD) 2 1985 DAVIS 2 Crewboat 5,000,000.00(USD) 3 HAIL MARY 5 Crewboat 5,000,000.00(USD) 4 KAREN 18 Pushboat 5,000,000.00(USD) 5 KELLY 17 Pushboat 5,000,000.00(USD) 6 FAT JACK 5 Pushboat 5,000,000.00(USD) 7 2002 BOSTON WHALER 2 Crewboat 5,000,000.00(USD) 8 1990 19' BOSTON WHALER 1 Crewboat 5,000,000.00(USD) 9 2000 22'3" BOSTON WHALER 5 Crewboat 5,000,000.00 (USD) 10 CATHERINE 25 Crewboat 5,000,000.00 (USD) 11 OFFICIAL BUSINESS II 25 Crewboat 5,000,000.00 (USD) 12 2007 PONTOON PARTY BOAT 5 Crewboat 5,000,000.00(USD) 13 KS 436 258Barge 5,000,000.00 (USD) 14 MICHELLE 25 Pushboat 5,000,000.00(USD) 15 1984 18'BOSTON WHALER 25 Crewboat 5,000,000.00(USD) 16 BIG DOG 150 Spud Barge 5,000,000.00(USD) 17 2012 2211" CAROLINA SKIFF 25 Skiff 5,000,000.00 (USD) 18 2014 SECTIONAL SPUD BARGE 25 Spud Barge 5,000,000.00(USD) 19 50'X11'11"X5' RAKED SECTIONAL SPUD BARGE (#1)25 Spud Barge 5,000,000.00 (USD) 20 50'X11'11"X5' RAKED SECTIONAL SPUD BARGE (#2)25 Spud Barge 5,000,000.00 (USD) 21 2022 22'HANKO PUSHBOAT 25 Pushboat 5,000,000.00 (USD) With respect to Contractors' Pollution -CPL202668315-7/10/2023-2024: -Blanket Additional Insured Including Primary Non Contributory and Completed Ops when required by written contract -Waiver of Subrogation when required by written contract -General Aggregate-$2,000,000 -Contractors Pollution Occurrence -Each Pollution Condition -$2,000,000 -Each Pollution Condition -Retention $5,000 Subject to all of the terms, conditions,exclusions and definitions of the above referenced policies as issued by the carrier(s). SAGITTA 25.3(2016/03) 3 of 3 #S42343450/M41873342 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 This page has been left blank intentionally. DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 v KEARNSCO ucl„rr. ACORD., CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 10/20/2023 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Bethany Linton USI Insurance Services LLC/CL PHONE FAX (A/C,No,Eat): I(A/C,No): 5100 Poplar Avenue,#1200 E-MAIL S: Bethany.Linton@usi.com Memphis,TN 38137 901 766-5990 INSURER(S)AFFORDING COVERAGE NAIC e INSURER A:New York Marine and General Ins Co 16608 INSURED INSURER B:StarNet Insurance Company 40045 KEARNS CONSTRUCTION COMPANY, INC INSURER C:Nautilus Insurance Company 17370 2550 S BAYSHORE DR STE 206B Safe Harbor Pollution Insurance NONAIC INSURER D Coconut Grove, FL 33133 INSURER B:National Indemnity Company 20087 Florida DBPR LICENSE#CGC060194 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP INSR WVD POLICY NUMBER (MMIDDIYYYY) (MMIDDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY X X ML202300002452 03/29/2023 03/29/2024 EACH OCCURRENCE $1,000,000 EREM CLAIMS-MADE X OCCUR PISES(EaE�rrrence) 5250,000 X Marine GL MED EXP(My one person) $10,000 X Hull&P&I PERSONAL a ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 RO- X POLICY I I JECT LOC PRODUCTS-COMP/OP AGG $1,000,000 OTHER: $ E AUTOMOBILE LIABILITY X X 74APB006301 03/29/2023 03/29/2024 COMBINED SINGLE LIMIT 1,000,000a (Ea cadent) $ ANY AUTO BODILY INJURY(Per person) — S AUTOS X AUTOS X WrEolDs ONLY X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY (Per accident) $ A X UMBRELLA LIAB X OCCUR X X ML202300002453 03/29/2023 03/29/2024 EACH OCCURRENCE $5,000,000 A EXCESS LIAB CLAIMS-MADE CXS12155033 03/29/2023 03/29/2024 AGGREGATE $5,000,000 DED X RETENTION s25,000 $ B WORKERS COMPENSATION X KEY0146941 03/29/2023 03/29/2024 X ISTA I IOTH- AND EMPLOYERS'LIABILITY �,/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C Contractor Pollut X X CPL202668315 07/10/2023 07/10/2024 See Description D Vessel Pollution X X V1499423 09/20/2023 03/29/2024 of Operations A Hull P&I X X ML202300002452 03/29/2023 03/29/2024 for Coverages DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Contractors License#CGC060194 RE: Rue Notre Dame: 7220 Rue Notre Dame, Miami Beach FL 33141 Carrier: (TBD)Tokio Marine Specialty Insurance Company A+ Policy Number: TBD (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION CITY OF MIAMI BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN c/o EXIGIS Insurance Compliance ACCORDANCE WITH THE POLICY PROVISIONS. P.O. Box 4668-ECM#35050 New York, NY 10163-4668 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 3 The ACORD name and logo are registered marks of ACORD #542343461/M41873342 LEPEP DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 DESCRIPTIONS (Continued from Page 1) Policy Term: TBD (Bindable upon award of project) Contractor's Professional/Pollution Liability Coverage: A- Professional Liability Coverage$2,000,000/$2,000,000 Per Incident/Aggregate B Contracting Operations Environmental Liability Coverage$2,000,000/$2,000,000 Per Contamination Incident/ Aggregate Self-Insured Retention per incident A Professional Liability$50,000 B Contracting Operations Environmental Liability$50,000 These are the limits to be bound if project is awarded. Carrier: (TBD)The Hartford Policy Number: TBD Policy Term: TBD (Bindable upon award of project) Bumper Shoot $5,000,000 excess of$6,000,000 Builder's Risk-Project Specific Policy Carrier: TBD(Zurich) Policy Term: TBD (Bindable upon award of project) Policy Limit: Awarded Contract Value The Certificate Holder is included as Additional Insured where indicated below and as outlined in the policy forms.Additional Insured status is not applicable to Workers'Compensation. As respects Marine General Liability: -Additional Insured-Owners, Lesees or Contractors-w/Completed Operations-when required by written contract -Additional Insured -State or Governmental Agency or Subdivision or Political Subdivision -Permits or Authorization -when required by written contract -Additional Insured -when required by written contract -Waiver of Subrogation-when required by written contract -Primary Non Contributory-when required by written contract -Diving operations by Named Insured Employees are included up to 45ft -Railroad Protective Liability Extension Clause -Rigger's Legal Liability -XCU Included -30 Day Notice of Cancellation, Except 10 Days for NonPayment As respects Automobile Liability: -Additional Insured-when scheduled only -Waiver of Subrogation -when scheduled only As respects Workers'Compensation: -Statutory and United States Longshore and Harbor Workers'Compensation Act Coverage -Waiver of Subrogation-when required by written contract -30 Day Notice of Cancellation, Except 10 Days for NonPayment As respects Protection&Indemnity&Hull: -Protection &Indemnity-$1,000,000 CSL Per Occurrence -Maritime Employer Liability-$1,000,000 CSL Per Occurrence -Blanket Loss Payee-when required by written contract -Blanket Waiver of Subrogation-when required by written contract -Automatic Vessel/Equipment Acquisition Clauses -OM DS 01 1120 -Bareboat Charter Clause -Non-Owned Vessel -MEL Extension Clause -Jones Act coverage provided. No stated number of Crew Limitation. -XCU Included SAGITTA 25.3(2016/03) 2 of 3 #S42343461/M41873342 DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 DESCRIPTIONS (Continued from Page 1) -30 Day Notice of Cancellation, Except 10 Days for NonPayment As respects Bumbershoot: -Quota Share-50% Lead New York&Marine,followed by 50%Continental/US Specialty Ins Co -Blanket Additional Insured(Follow Form)-M-4B -Blanket Waiver of Subrogation (Follow Form)-M-5B -30 Day Notice of Cancellation, Except 10 Days for NonPayment With respect to Vessel Pollution -V1499422-9/20/2023-3/29/2024: -Blanket Additional Insured when required by written contract Vessel Schedule with Limits of Liability 1 2019 JENNIE K ABS BARGE 25 Barge 5,000,000.00(USD) 2 1985 DAVIS 2 Crewboat 5,000,000.00(USD) 3 HAIL MARY 5 Crewboat 5,000,000.00(USD) 4 KAREN 18 Pushboat 5,000,000.00(USD) 5 KELLY 17 Pushboat 5,000,000.00(USD) 6 FAT JACK 5 Pushboat 5,000,000.00(USD) 7 2002 BOSTON WHALER 2 Crewboat 5,000,000.00(USD) 8 1990 19' BOSTON WHALER 1 Crewboat 5,000,000.00(USD) 9 2000 22'3"BOSTON WHALER 5 Crewboat 5,000,000.00(USD) 10 CATHERINE 25 Crewboat 5,000,000.00 (USD) 11 OFFICIAL BUSINESS II 25 Crewboat 5,000,000.00(USD) 12 2007 PONTOON PARTY BOAT 5 Crewboat 5,000,000.00(USD) 13 KS 436 258Barge 5,000,000.00 (USD) 14 MICHELLE 25 Pushboat 5,000,000.00(USD) 15 1984 18' BOSTON WHALER 25 Crewboat 5,000,000.00(USD) 16 BIG DOG 150 Spud Barge 5,000,000.00(USD) 17 2012 2211" CAROLINA SKIFF 25 Skiff 5,000,000.00 (USD) 18 2014 SECTIONAL SPUD BARGE 25 Spud Barge 5,000,000.00(USD) 19 50'X11'11"X5' RAKED SECTIONAL SPUD BARGE(#1)25 Spud Barge 5,000,000.00(USD) 20 50'X11'11"X5' RAKED SECTIONAL SPUD BARGE(#2)25 Spud Barge 5,000,000.00(USD) 21 2022 22'HANKO PUSHBOAT 25 Pushboat 5,000,000.00(USD) With respect to Contractors' Pollution -CPL202668315-7/10/2023-2024: -Blanket Additional Insured Including Primary Non Contributory and Completed Ops when required by written contract -Waiver of Subrogation when required by written contract -General Aggregate-$2,000,000 -Contractors Pollution Occurrence-Each Pollution Condition -$2,000,000 -Each Pollution Condition-Retention$5,000 Subject to all of the terms, conditions,exclusions and definitions of the above referenced policies as issued by the carrier(s). SAGITTA 25.3(2016/03) 3 of 3 #S42343461/M41873342 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 This page has been left blank intentionally. DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 APPENDIX A M I AM I BEACH Bid Price Form MUST BE SUBMITTED WITH THE BID. FAILURE TO DO SO WILL RENDER BID NON-RESPONSIVE. DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 Bid Price Form FAILURE TO SUBMIT THIS BID PRICE FORM FULLY COMPLETED ON OR BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE AND BIDDER SHALL RECEIVE NO FURTHER CONSIDERATION. The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid, consisting of furnishing all materials, labor, equipment, shoring, supervision, mobilization, demobilization, overhead and profit, insurance, permits, and taxes to complete the work to the full intent as shown or indicated in the contract documents. The city will not accept any revision to the total base bid sum, divisions, line item totals, or add alternates, after the deadline for receipt of bids. In the event of discrepancy between the sum of the items in the schedule of values and the total base bid, the Bidder agrees that the total base bid shall govern. In the absence of a numerical value for any item or division, the City shall interpret as no bid for the division, which may disqualify Bidder. The allowance items that have been delineated below shall be used only upon the City's discretion, as needed. In the event that an allowance is not used in its entirety, any remaining balance shall be reflected on a deductive change order. GROUP 1 : TOTAL BASE BID - TROUVILLE ESPLANADE Cost Total Base Bid $661,200.00 1 Indemnification of City $25.00 Permit Allowance $20,000.00 GRAND TOTAL (TOTAL BASE BID AMOUNT+INDEMNIFICATION OF CITY+PERMIT ALLOWANCE) $ 22 5 681 .00 'See Section 0100, Sub-section 12. GROUP 2: TOTAL BASE BID — BONITA DRIVE Cost Total Base Bid $498,275.00 1 Indemnification of City $25.00 Permit Allowance $20,000.00 GRAND TOTAL 518,300.00 TOTAL BASE BID AMOUNT+INDEMNIFICATION OF CITY+PERMIT ALLOWANCE $ 'See Section 0100, Sub-section 12. GROUP 3: TOTAL BASE BID — RUE NOTRE DAME Cost Total Base Bid $572,200.00 1 Indemnification of City $25.00 Permit Allowance 1 $20,000.00 GRAND TOTAL 592,225.00 (TOTAL BASE BID AMOUNT+INDEMNIFICATION OF CITY+PERMIT ALLOWANCE) $ 'See Section 0100, Sub-section 12. DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 GROUP 4: TOTAL BASE BID — INDIAN CREEK DRIVE Cost Total Base Bid $597,400.00 1 Indemnification of City $25.00 Permit Allowance $20,000.00 GRAND TOTAL 617 (TOTAL BASE BID AMOUNT+INDEMNIFICATION OF CITY+PERMIT ALLOWANCE $617,425.00 'See Section 0100, Sub-section 12. ADDITIVE ALTERNATES (In order of priority) Selection of additive alternates, if any, will be made pursuant to Section 0100, No. 10 Method of Award. Total Item Description Quantit U / M Unit Cost (Quantity_X Unit Cost) NOT APPLICABLE DEDUCTIVE ALTERNATES (In order of priority) Selection of deductive alternates, if any, will be made pursuant to Section 0100, No. 10 Method of Award. Total Item Descri'tion Quantit U I M Unit Cost Quantit X Unit Cost NOT APPLICABLE End of Bid Price Form. DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 APPENDIX B BID BOND FORM Onl asslicable if checked in the Invitation to Bid Summar DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 BID BOND Page 1 of 2 KNOW ALL MEN BY THESE PRESENTS, that we, Kearns Construction Company as Principal, hereinafter referred to as Contractor, and Hartford Fire Insurance Company as Surety, are held and firmly bound unto the City of Miami Beach, Florida, as a municipal corporation of the State of Florida, hereinafter called the City, in the sum of five percent (5%) of the Contractor's Total Base Bid amount of$ 5%of amount bid lawful money of the United States of America. for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. WHEREAS. the Contractor contemplates submitting or has submitted, a Bid to the City for the furnishing of all labor, materials. equipment, machinery, tools, apparatus, means of transportation for, and the performance of the Work covered in the Bid Documents which include the Project Manual, the detailed Plans and Specifications, and any Addenda thereto. for the following solicitation. Bid No.:2023-527-JP Title:Seawall Construction-7150 Indian Creek Drive, Miami Beach, FL 33141 WHEREAS, it was a condition precedent to the submission of said Bid that a cashier's check, certified check, or Bid Bond in the amount of five percent (5%) of the Total Base Bid be submitted with said Bid as a guarantee that the Contractor would, if awarded the Contract, enter into a written Contract with the City for the performance of said Contract, within ten (10) consecutive calendar days after notice having been given of the Award of the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor within ten (10) consecutive calendar days after notice of such acceptance, enters into a written Contract with the City and furnishes the Performance and Payment Bonds, satisfactory to the City, each in an amount equal to one hundred percent (100%) of the Contract Price, and provides all required Certificates of Insurance, then this obligation shall be void; otherwise the sum herein stated shall be due and payable to the City of Miami Beach and the Surety herein agrees to pay said sum immediately, upon demand of the City, in good and lawful money of the United States of America, as liquidated damages for failure thereof of said Contractor. DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 BID BOND Page 2 of 2 IN WITNESS WHEREOF, the said Principal and the said Surety have duly executed this bond the 22nd day of September , 2023 . ATTEST: PRINCIPAL: Kearns Construction Company orNa e} . .76-1211) ..e 4._4-4-4-C? e, ,,...,.....-- Sig ature _ +gna u I.5 n ca C % o For e. 4 '-* `_ f_' S_-1.--- -- Print Name Print Name(Principal) E s-E1rncak0r G cv Title Title IN PR SENCE THEREOF: SURETY: Hartford Fire Insurance Company Signature (Surety Name) Lily Rafford rles J. Nielson _ Print Name omen- } Signature (CORPORATE SEAL) (Power of Attorney must be attached.) • II I—r_ DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 Direct Inquiries/Claims to: THE HARTFORD POWER OF ATTORNEY BOND,T-11 HartfOne Plaza ord,Connerct cut 06155 Bond.Claims ithehartford.com calf 888-2863488 or fax 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: NTELSON HOOVER & COMPANY Agency Code: 2 1-22 97 52 X Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut X Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana X Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State o['Connecticut Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut,(hereinafter collectively referred to as the"Companies")do hereby make,constitute and appoint, up to the amount of Unlimited : D. A. Bells, Tracey C. Brown—Boone, Natalie C. Demers, David R. Hoover, Stephanie McCarthy, Jarrett Merlucci, Laura D. Mosholder, John R. Neu, Charles D. Nielson, Charles J. Nielson, Joseph Penichet Nielson, Daniel Frank Oaks, Brett Rosenhaus, Kevin Wojtowicz of MIAMI LAKES, Florida their true and lawful Attomey(s)-in-Fact,each in their separate capacity if more than one is named above, to sign its name as surety(ies)only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof,and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed,duly attested by its Assistant Secretary. Further,pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. fr . y ` s � ) Ski* It)/y"e1•4• . 9aL1a&4 # Shelby Wiggins,Assistant Secretary Joelle L.LaPierre,Assistant Vice President STATE OF FLORIDA Ss. Lake Mary COUNTY OF SEMINOLE On this 20th day of May,2021,before me personally came Joelle LaPierre,to me known,who being by me duly sworn,did depose and say:that (s)he resides in Seminole County,State of Florida; that(s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument;that(s)he knows the seals of the said corporations;that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that(s)he signed his/her name thereto by like authority. 0$•r4'•' It.... '': l/--"Ill/e: 1.�...,- Jessica Ciccone '., ,c� My Conunission HH 122280 Expires June 20,2025 I,the undersigned,Assistant Vice President of the Companies,DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of September 22, 2023 . Signed?nd sealed in Lake Mary,Florida. /'i'"*'3I (!�i. . �, r - . , ;w X(►,•• '4 I•�► fir"'•_� N'IS- 1 .• ,.i ' \t 1� la,. � • Keith D.Dozols,Assistant Vice President DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 APPENDIX B BID BOND FORM 0i-ij• - •i- -, i . - . • B . s - DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 BID BOND Page 1 of 2 KNOW ALL MEN BY THESE PRESENTS, that we, Keams Construction Company as Principal, hereinafter referred to as Contractor, and Hartford Fire Insurance Company as Surety, are held and firmly bound unto the City of Miami Beach, Florida, as a municipal corporation of the State of Florida, hereinafter called the City. in the sum of five percent (5%) of the Contractor's Total Base Bid amount of S 5%of amount bid _ lawful money of the United States of America. for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. WHEREAS, the Contractor contemplates submitting or has submitted, a Bid to the City for the furnishing of all labor, materials, equipment, machinery, tools, apparatus, means of transportation for, and the performance of the Work covered in the Bid Documents which include the Project Manual, the detailed Plans and Specifications, and any Addenda thereto, for the following solicitation. Bid No.:2023-527-JP Title:Seawall Construction -Rue Notre Dame, 7220 Rue Notre Dame, Miami Beach, FL 33141 WHEREAS, it was a condition precedent to the submission of said Bid that a cashier's check, certified check, or Bid Bond in the amount of five percent(5%) of the Total Base Bid be submitted with said Bid as a guarantee that the Contractor would, if awarded the Contract, enter into a written Contract with the City for the performance of said Contract. within ten (10) consecutive calendar days after notice having been given of the Award of the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor within ten (10) consecutive calendar days after notice of such acceptance, enters into a written Contract with the City and furnishes the Performance and Payment Bonds, satisfactory to the City. each in an amount equal to one hundred percent (100%) of the Contract Price, and provides all required Certificates of Insurance, then this obligation shall be void: otherwise the sum herein stated shall be due and payable to the City of Miami Beach and the Surety herein agrees to pay said sum immediately, upon demand of the City, in good and lawful money of the United States of America, as liquidated damages for failure thereof of said Contractor. DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 • BID BOND Page 2 of 2 IN WITNESS WHEREOF, the said Principal and the said Surety have duly executed this bond the 22nd day of September , 20 23 . ATTEST: PRINCIPAL: Kearns Construction Company cC (—Con-tr ctor G�� Signature Si natu Y3noc U For Pctrap---51-4) Print Name Print Name(Principal) E.sin rncaor Title Title IN PR SENCE T EREOF: SURETY: Hartford Fire Insurance Company Signature (Surety Name) Lily Raiford Ch s J. Nielson Print Name Atto ey-i a (PRIG e Signature (CORPORATE SEAL) (Power of Attorney must be attached.) DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 Direct Inquiries/Claims to; THE HANRTFORD POWER OF ATTORNEY HartfOne Hartford Plaza ord,Connecticut 08155 Bond.C Ia i mst8tth ehartford.com call:888-266-3488 or fax 860-757.5836 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: NIELSON HOOVER & COMPANY Agency Code: 2 -2 2 97 52 X Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut _f Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana X Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut f Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois.a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford,Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make,constitute and appoint, up to the amount of Unlimited : D. A. Bells, Tracey C. Brown-Boone, Natalie C. Demers, David R. Hoover, Stephanie McCarthy, Jarrett Merlucci, Laura D. Mosholder, John R. Neu, Charles D. Nielson, Charles J. Nielson, Joseph Penichet Nielson, Daniel Frank Oaks, Brett Rosenhaus, Kevin Wojtowicz of MIAMI LAKES, Florida their true and lawful Attomey(s)-in-Fact, each in their separate capacity If more than one Is named above, to sign its name as surety(ies)only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed,duly attested by its Assistant Secretary. Further,pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. •y �+�'1 �� 4-4.*-,- , -f't: •yy.n..4, pee P, ar�_ i�---,E * ., a • I ^ ... N,'S , j Tv _ 3� :a?o a ,, (\ . �'r�' ,.'' ti� it i 3 . s�, kei F� � �; yi.�ifs ,,cmw i� 1,�i� ,S-46/47/ �` b4 ' , Shelby Wiggins,Assistant Secretary Joelle L.LaPierre,Assistant Vice President STATE OF FLORIDA SS. Lake Mary COUNTY OF SEMINOLE On this 20th day of May,2021,before me personally came Joelle LaPierre,to me known,who being by me duly sworn,did depose and say:that (s)he resides in Seminole County,State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument;that(s)he knows the seals of the said corporations;that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that(s)he signed his/her name thereto by like authority. /1444.:<4.1/4 4 ���-�?�� !mica Ciccone 40. ' My Commission ta!122280 Expires June 20,2025 I,the undersigned,Assistant Vice President of the Companies,DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of September 22, 2023 Signed and sealed in Lake Mary.Florida. '".. 47:. N ''•Lssit;', C • f f 1 ..er„ ,, ., ,1/4*,...,... 4 %,....i.ntri., %I., 1. ts70 I. V919 • ,73 2 Keith D.Dozois,Assistant Vice President DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 APPENDIX B BID BOND FORM Onl a. .Iicable if checked in the Invitation to Bid Summar DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 BID BOND Page 1 of 2 KNOW ALL MEN BY THESE PRESENTS, that we, Kearns Construction Company as Principal, hereinafter referred to as Contractor. and Hartford Fire Insurance Company as Surety. are held and firmly bound unto the City of Miami Beach, Florida, as a municipal corporation of the State of Florida, hereinafter called the City, in the sum of five percent (5%) of the Contractor's Total Base Bid amount of$ 5% of amount bid lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors. and assigns, jointly and severally by these presents. WHEREAS, the Contractor contemplates submitting or has submitted. a Bid to the City for the furnishing of all labor, materials, equipment, machinery, tools, apparatus. means of transportation for, and the performance of the Work covered in the Bid Documents which include the Project Manual, the detailed Plans and Specifications, and any Addenda thereto, for the following solicitation. Bid No.:2023-527-JP Title: Seawall Construction -Bonita Drive, 7143 Bonita Dr.. Miami Beach, FL 33141 WHEREAS, it was a condition precedent to the submission of said Bid that a cashier's check, certified check, or Bid Bond in the amount of five percent (5%)of the Total Base Bid be submitted with said Bid as a guarantee that the Contractor would. if awarded the Contract, enter into a written Contract with the City for the performance of said Contract, within ten (10) consecutive calendar days after notice having been given of the Award of the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor within ten (10) consecutive calendar days after notice of such acceptance, enters into a written Contract with the City and furnishes the Performance and Payment Bonds, satisfactory to the City. each in an amount equal to one hundred percent (100%) of the Contract Price, and provides all required Certificates of Insurance, then this obligation shall be void: otherwise the sum herein stated shall be due and payable to the City of Miami Beach and the Surety herein agrees to pay said sum immediately, upon demand of the City, in good and lawful money of the United States of America, as liquidated damages for failure thereof of said Contractor. DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 BID BOND Page 2 of 2 IN WITNESS WHEREOF, the said Principal and the said Surety have duly executed this bond the 22nd day of September , 2023 . ATTEST: PRINCIPAL: Kearns Construction Company C c�Cr ., N � Signature --gitRattifti for-4e Print Name Print Name(Principal) i n cc o r e F v Title Title IN PRISE CE T EREOF: SURETY: I ` Hartford Fire Insurance Company _ Signature (Surety Name) Lily Rafford Charles J. Nielson Print Name Atto y n-F ct(P ' t e) Signs u (CORPORATE SEAL) (Power of Attorney must be attached.) DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 Direct Inquiries/Claims to: THE HARTFORD POWER OF ATTORNEY BOND,T-11 One Hartford Plaza Hartford,Connecticut 06155 B on d.C la i m s(o)t he h a rtfo rd.c o m cea 888-266.3488 or fax.860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: NIELSON HOOVER & COMPANY Agency Code: 2 -22 97 52 1 X 1 Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut X Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana X Hartford Accident and Indemnity Company.a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana L Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois n Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana - Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford,Connecticut,(hereinafter collectively referred to as the'Companies')do hereby make,constitute and appoint, up to the amount of Unlimited : D. A. Bells, Tracey C. Brown—Boone, Natalie C. Demers, David R. Hoover, Stephanie McCarthy, Jarrett Merlucci, Laura D. Mosholder, John R. Neu, Charles D. Nielson, Charles J. Nielson, Joseph Penichet Nielson, Daniel Frank Oaks, Brett Rosenhaus, Kevin Wojtowicz of MIAMI LAKES, Florida their true and lawful Attomey(s)-in-Fact,each In their separate capacity if more than one Is named above,to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed try law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed,duly attested by its Assistant Secretary. Further,pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. d .Alfig Kt,- ,. .4,..,• r `/ I tee' `,i is A 4, k 1� ,1 ,, N:( .'.w. 1�J 4vnAO �!f .y;!Y i7 SrAtay ti..)i Mi:21-e Shelby Wiggins,Assistant Secretary Joelle L.LaPierre,Assistant Vice President STATE OF FLORIDA SS. Lake Mary COUNTY OF SEMINOLE On this 20th day of May,2021,before me personally came Joelle LaPierre,to me known,who being by me duly sworn,did depose and say:that (s)he resides in Seminole County,State of Florida; that(s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument;that(s)he knows the seals of the said corporations;that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that(s)he signed his/her name thereto by like authority. • ]css,u-•,Ciccone /44.44....v.e.„1/4 a..e..1.eenco 'qft•+i, My Commission 1-1H 122280 Expires June 20,2025 I,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of September 22,2023 . Signed and sealed in Lake Mary,Florida. iik l (V • t lt11er;� Nor s �f ai. , , / 9,*,_'.. :`en•,.vi �aWtb \ tot*/ gl+YT%� , ....,.. �"�j ' ,may. ./•�tQi'' //J�'fQ. Keith D.Dozois,Assistant Vice President DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 APPENDIX B BID BOND FORM Onl a. .Iicable if checked in the Invitation to Bid Summar DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 BID BOND Page 1 of 2 KNOW ALL MEN BY THESE PRESENTS, that we, Kearns Construction Company as Principal, hereinafter referred to as Contractor, and Hartford Fire Insurance Company as Surety, are held and firmly bound unto the City of Miami Beach. Florida, as a municipal corporation of the State of Florida, hereinafter called the City, in the sum of five percent (5%) of the Contractor's Total Base Bid amount of$ 5%of amount bid lawful money of the United States of America, for the payment of which well and truly to be made. we bind ourselves, our heirs, executors, administrators, successors: and assigns, jointly and severally by these presents. WHEREAS, the Contractor contemplates submitting or has submitted, a Bid to the City for the furnishing of all labor, materials, equipment. machinery, tools, apparatus, means of transportation for, and the performance of the Work covered in the Bid Documents which include the Project Manual, the detailed Plans and Specifications, and any Addenda thereto, for the following solicitation. Bid No.:2023-527-JP Title: Seawall Construction - Trouville Esplanade, 1575 Calais Dr Miami Beach, FL 33141 WHEREAS, it was a condition precedent to the submission of said Bid that a cashier's check, certified check, or Bid Bond in the amount of five percent(5%) of the Total Base Bid be submitted with said Bid as a guarantee that the Contractor would, if awarded the Contract, enter into a written Contract with the City for the performance of said Contract, within ten (10) consecutive calendar days after notice having been given of the Award of the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor within ten (10) consecutive calendar days after notice of such acceptance, enters into a written Contract with the City and furnishes the Performance and Payment Bonds, satisfactory to the City, each in an amount equal to one hundred percent (100%) of the Contract Price, and provides all required Certificates of Insurance, then this obligation shall be void; otherwise the sum herein stated shall be due and payable to the City of Miami Beach and the Surety herein agrees to pay said sum immediately. upon demand of the City, in good and lawful money of the United States of America. as liquidated damages for failure thereof of said Contractor. DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 BID BOND Page 2 of 2 IN WITNESS WHEREOF, the said Principal and the said Surety have duly executed this bond the 22nd day of September , 20 23 ATTEST: PRINCIPAL: Kearns Construction Company 4tc. : _ (Contr ctor Na ) C4naCt ritt) 4 c:A_ — e.G......r d-4--T Signature Sianat re .-. �P�- r- S, 5 Print Name Print Name(Principal) Es* racAior Title Title IN PRE ENCE THEREOF: SURETY: PlitltirL Hartford Fire Insurance Company _ _ Signature (Surety Name) Lily Pafford C es J. Nielson Print Name A meyfr( r Signature (CORPORATE SEAL) (Power of Attorney must be attached.) 1 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 Direct inquiries/Claims to: THE HAR,TFORD POWER OF ATTORNEY HartfOne od Hartford Bond.C laims(aithehartford.com cell:888-2663488 or fax•860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: NIELSON HOOVER & COMPANY Agency Code: 21-22 97 52 X Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut X Hartford Casualty Insurance Company,is corporation duty organized under the laws of the State of Indiana x Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois ET Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford,Connecticut,(hereinafter collectively referred to as the"Companies")do hereby make,constitute and appoint, up to the amount of Unlimited : D. A. Belis, Tracey C. Brown—Boone, Natalie C. Demers, David R. Hoover, Stephanie McCarthy, Jarrett Merlucci, Laura D. Mosholder, John R. Neu, Charles D. Nielson, Charles J. Nielson, Joseph Penichet Nielson, Daniel Frank Oaks, Brett Rosenhaus, Kevin Wojtowicz of MIAMI LAKES, Florida their true and lawful Attomey(s)-in-Fact,each in their separate capacity if more than one is named above.to sign its name as surety(ies)only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further,pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. .Th otos, OWN, l- i .r� 1 est>"S1 irl 3 ,rem_ ffam. ' ,, ,. K; 'r sa., ash,la :ay,jVY1oy© a:is:f %� .: a M� SAtani it)j Mi();(.A.A.t Shelby Wiggins,Assistant Secretary Joelle L.LaPierre,Assistant Vice President STATE OF FLORIDA ss. Lake Mary COUNTY OF SEMINOLE On this 20th day of May,2021,before me personally came Joelle LaPierre,to me known,who being by me duly sworn,did depose and say:that (s)he resides in Seminole County,State of Florida that (s)he is the Assistant Vice President of the Companies,the corporations described in and which executed the above instrument;that(s)he knows the seals of the said corporations;that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that(s)he signed his/her name thereto by like authority. "4.44.c...<4k Jessica Ciccone ��• „� � j, My Commission HH 122250 Expires June 20,2025 I,the undersigned,Assistant Vice President of the Companies,DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of September 22, 2023 . Signed and sealed in Lake Mary, Florida. ,(...1.,.4. �y ( ! - } -r t+;� , ,;A...wk?, V.•/ oar' I1 t al asp 0.t„6° {`` 1 . . .. „ M30,, +i7a 1i9a {SA. .-'tine,. N7,..,. :.''' Keith D.Dozois,Assistant Vice President DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 t\/\ I A M I B E AC I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov REVISED APPENDIX C 10.3.23 M I AM I BEACH SCHEDULE OF VALUES MUST BE SUBMITTED WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY. 1 I ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I AM I BEi\ H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov SCHEDULE OF VALUES Bidders should fully complete the Schedule of Values to include quantities, units of measure, unit pricing, and totals. The cost of any item(s) of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s) is most applicable. Both unit price and extended total prices must be stated in units of quantity specified in the bidding specifications. Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. TROUVILLE ESPLANADE Uni t Ite Quantit Co Total m Description y U I M st (Quantity so Unit_Co Mobilization and Demobilization 71'-250' Max 6500• 1 Length. 1 LS $ $65,000.00 Furnish and Install Concrete Seawall Panel 10' Max 250 2 Death Section 71'-250' Max Len•th 610 SF $ $ 152,500.00 Furnish and Install 12"x 12" King Pile for Concrete 300 Seawall 10' Max Depth Section 71'-250' Max 3 Length 350 LF $ $ 105,000.00 Furnish and Install 12"x 12" Batter Pile for Concrete Seawall 10' Max Depth Section 71'-250' 300 4 Max Len•th 300 LF $ $ 90,000.00 Furnish and Install Concrete Seawall Cap for 10' 1500 5 Max Death Section 71'-250' Max Length 75 LF $ $ 112,500.00 Furnish and Install Concrete Seawall Outfall Pipe loom 6 Penetration 3 EA $ $30,000.00 7 Concrete Panel Knockout Area 64 SF $200 $12,800.00 Furnish and Install Rubble Rip Rap 71'-250' Max TON 5oo 8 Length 10 s $ $5,000.00 9 Backfill Material (clean sand) 71'-250' Max Length 50 CY $350 $17,500.00 10 Restoration of disturbed area 71'-250' Max Length 375 SY $100 $37,500.00 11 As-Built/Record Drawings/logs 71'-250' Max Length 1 LS $18000 $18,000.00 12 Silt fence and Turbidity barrier 71'-250'Max Length 220 LF $ 70 $15,400.00 TOTAL TROUVILLE ESPLANADE $661,200.00 CONTINUED ON THE FOLLOWING PAGE. 2 I ADDENDUM NO.4 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I Atv\ I BE1ACI-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov BONITA DRIVE Unit Ite Quantit Cos Total m Description y U I M t (Quantlry_�_un c_cost Mobilization and Demobilization 0'-70' Max 51000 1 Length. 1 LS $ $51,000.00 Furnish and Install Concrete Seawall Panel 10' 250 2 Max Death Section 0'-70' Max Length 551 SF $ $137,750.00 Furnish and Install 12"x 12" King Pile for Concrete Seawall 10' Max Depth Section 0'-70' 300 3 Max Length 280 LF $ $ 84,000.00 Furnish and Install 12"x 12" Batter Pile for Concrete Seawall 10' Max Depth Section 0'-70' 300 4 Max Length 250 LF $ $ 75,000.00 Furnish and Install Concrete Seawall Cap for 10' 1500 5 Max Death Section 0'-70' Max Length 60 LF $ $90,000.00 6 Furnish and Install#57 Stone 0'-70' Max Length 20 TONS $200 $4,000.00 Furnish and Install Rubble Rip Rap 0'-70' Max 7 Length 10 TONS $500 $5,000.00 Removal of Existing Seawall Cap 0'-70' Max 8 Length 70 LF $200 $14,000.00 9 Backfill Material (clean sand) 0'-70' Max Length 50 CY $150 $7,500.00 10 Restoration of disturbed area 0'-70 Max Length 115 SY $75 $8,625.00 11 As-Built/Record Drawings/logs 0'-70 Max Length 1 Ls $20000 $20,000.00 12 Silt fence and Turbidity barrier 0'-70 Max Length 140 LF $10 $1,400.00 TOTAL BONITA DRIVE $498,275.00 CONTINUED ON THE FOLLOWING PAGE. 3 I ADDENDUM NO.4 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION—VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 M I AM I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov RUE NOTRE DAME Unit Ite Quantit Cos Total m Description y U I M t (Quantity_X_Unit_Cost Mobilization and Demobilization 0'-70' Max 65001 1 Length. 1 Ls $ $65,000.00 Furnish and Install Concrete Seawall Panel 10' 300 2 Max Depth Section 0'-70' Max Length 488 SF $ $146,400.00 Furnish and Install 12"x 12"King Pile for 300 Concrete Seawall 10' Max Depth Section 0'-70' 3 Max Length 280 LF $ $ 84,000.00 Furnish and Install 12"x 12"Batter Pile for Concrete Seawall 10' Max Depth Section 0'-70' 300 4 Max Length 210 LF $ $ 63,000.00 Furnish and Install Concrete Seawall Cap for 10' 1500 5 Max Depth Section 0'-70' Max Length 80 LF $ $120,000.00 Furnish and Install Concrete Seawall Outfall Pipe 10000 6 Penetration 2 EA $ $20,000.00 7 Concrete Panel Knockout Area 64 SF $200 $12,800.00 Furnish and Install Rubble Rip Rap 0'-70'Max 500 8 Length 10 TONS $ $5,000.00 9 Backfill Material (clean sand) 0'-70'Max Length 50 CY $350 $17,500.00 10 Restoration of disturbed area 0'-70 Max Length 115 SY $100 $11,500.00 11 As-Built/Record Drawings/logs 0'-70 Max Length 1 LS $20000 $20,000.00 12 Silt fence and Turbidity barrier 0'-70 Max Length 140 LF $50 $7,000.00 TOTAL RUE NOTRE DAME $572,200.00 CONTINUED ON THE FOLLOWING PAGE. 4 ADDENDUM NO.4 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I AJ'v'\ I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov SCHEDULE OF VALUES Bidders should fully complete the Schedule of Values to include quantities, units of measure, unit pricing, and totals. The cost of any item(s) of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s) is most applicable. Both unit price and extended total prices must be stated in units of quantity specified in the bidding specifications. Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. INDIAN CREEK Unit Ite Quantit Cos Total m Description y U I M t (Quantity_;Unit_Cost Mobilization and Demobilization 71'-250' Max 50000 1 Len•th. 1 LS $ $50,000.00 Furnish and Install Concrete Seawall Panel 10' 2 Max De•th Section 71'-250' Max Len•th 1300 SF $100 $130,000.00 Furnish and Install 12"x 12"King Pile for Concrete Seawall 10' Max Depth Section 71'- 3 250'Max Len•th 720 LF $120 $ 86,400.00 Furnish and Install 12"x 12" Batter Pile for Concrete Seawall 10' Max Depth Section 71'- 4 250'Max Len•th 660 LF $120 $ 79,200.00 Furnish and Install Concrete Seawall Cap for 10' 1000 5 Max De•th Section 71'-250'Max Len•th 112 LF $ $112 000.00 Furnish and Install Rubble Rip Rap 71'-250' Max TON 6 Len•th 75 S $500 $ 37,500.00 Removal of Existing Seawall Cap 71'-250'Max 7 Len•th 112 LF $150 $ 16,800.00 Backfill Material (clean sand)71'-250' Max 8 Len•th 150 CY $200 $ 30,000.00 Restoration of disturbed area 71'-250' Max 9 Len•th 560 SY $50 $28,000.00 As-Built/Record Drawings/logs 71'-250' Max 20000 10 Len•th 1 LS $ $20,000.00 Silt fence and Turbidity barrier 71'-250' Max 11 Len•th 500 LF $15 $7,500.00 TOTAL INDIAN CREEK $597,400.00 END OF SCHEDULE OF VALUES. 2 I ADDENDUM NO.4 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 APPENDIX D M I AM I BEACH Prevailing Wage and Local Workforce Participation Programs Onl applicable if checked in the Invitation to Bid Summar DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 The Requirements of the Prevailing Wage and Local Workforce Participation Programs shall apply to the award of this project. The purpose of this appendix is to summarize, for clarity, the requirements of the City's Prevailing Wage and Local Workforce Program Requirements. In the event of any omissions or conflicts, the requirements of the City Code, with respect to these programs, shall prevail. I. MINIMUM WAGES AND BENEFITS 1. Employee Compensation. The rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by the contractor or subcontractor on the work covered by the contract, shall be not less than the prevailing rate of wages and fringe benefit payments or cash equivalence for similar skills or classifications of work as established by the Federal Register last published by the United States Department of Labor prior to the date of issuance of this solicitation. (reference: Sec 31-27). 2. Notice Requirement. On the date on which any laborer or mechanic commences work on a construction contract to which this article applies, the contractor shall be required to post a notice in a prominent place at the work site stating the requirements of this article. (reference: Sec 31-29). 3. Certified Payrolls. With each payment application, Contractor shall submit a copy of all payrolls, including (at a minimum) the name and zip code for the covered employee, to the City accompanied by a signed "Statement of Compliance" indicating that the payrolls are correct and complete and that each laborer or mechanic has been paid not less than the proper prevailing wage rate for the work performed. Beginning, January 30, 2018, all payroll submittals shall be completed electronically via the City's electronic compliance portal, LCP Tracker. No payment application shall be deemed accepted until such time as the Procurement Department has confirmed that a certified payroll for the applicable payment application has been accurately submitted in LCP Tracker. a. LCP Tracker Training. The Procurement Department offers ongoing training in LCP Tracker to all contractors. To schedule a training session, contact Monica Garcia at MonicaGarcia@MiamiBeachFL.gov or at 305-673-7490. II. LOCAL WORKFORCE PARTICIPATION GOALS 1. Responsible Contractor Affidavit (RCA). As a condition of being responsive to the requirements of the solicitation and eligible to be considered for award, the Contractor shall submit a Responsible Contractor Affidavit affirming that it will make its best reasonable efforts to promote employment opportunities for Miami-Dade County residents by seeking to achieve a project goal of having thirty percent (30%) of all construction labor hours performed by Miami-Dade County residents. The Contractor shall also affirm that it will make its best reasonable efforts to promote employment opportunities for Miami Beach residents. Failure to submit the RCA shall result in the bid or proposal being disqualified and deemed non-responsive. DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 2. Workforce Performance Report. Before its final application for payment, the Contractor shall submit its final Certified Payroll in LCP Tracker, which shall be deemed its final Workforce Performance Report. If the project goal of thirty percent (30%) of all construction labor hours to be performed by Miami-Dade County residents is not met, the Contractor shall submit supporting documentation verifying reasonable efforts to promote employment opportunities for Miami Beach and Miami-Dade County residents. No final payment application may be approved without this information. Balance of Page Intentionally Left Blank 0 0 0 c LOCAL WORKFORCE PARTICIPATION PROGRAM CD Responsible Contractor Affidavit Form e CO In accordance with Article Ill,Section 31-40 of the Miami Beach Code,all contractors and subcontractors of any tier performing on a city contract valued in excess of S1,500,000 for(i)the construction,demolition, alteration and/or repair of city buildings or city public works projects,or(ii)a ro contract valued in excess of$1,500,000 which provides for privately-funded construction, demolition, alteration and/or repair of buildings or improvements located on city-owned land,and which are subject to Section 31-40 of the Miami Beach Code shall comply with the requirements co of the Local Workforce Participation Program. --n co The undersigned Contractor affirms that, should it be awarded the contract pursuant to this solicitation, it shall comply with the following: i. The contractor will make its best reasonable efforts to promote employment opportunities for local Miami-Dade County residents and seek to achieve a project goal of having thirty percent(30%) of all construction labor hours performed by Miami-Dade County residents. 0 ii. The contractor will also make its best reasonable efforts to promote employment opportunities for Miami Beach residents. To verify workers' residency, contractor(s) shall provide the residence address of each worker. Cll John Kearns CFOQ"'�' Print Name of Affiant Print Title of Affiant Signature of Affiant Kearns Construction Company 10/13/2023 Name of Firm Date 2550 S. Bayshore Dr., Suite 206B Miami, FL 33133 Address of Firm State Zip Code DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 APPENDIX E M I AM I BEAC H Trench Safety Act Certification Only applicable if checked in the Invitation to Bid Summary DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 TRENCH SAFETY ACT CERTIFICATION PAGE 1 OF 1 IF APPLICABLE, THIS FORM MUST BE SUBMITTED FOR BID TO BE DEEMED RESPONSIVE. On October 1, 1990 House Bill 3181, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S.1926.650, as Florida's own standards.The Bidder, by virtue of the signature below, affirms that the Bidder is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors.The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. BIDDER ACKNOWLEDGES THAT THE TOTAL BASE BID INCLUDES THE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT. THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WILL NOT BE PAID SEPARATELY. THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDULE OF VALUES, NOR BE CONSIDERED ADDITIONAL WORK. The Bidder further identified the costs and methods summarized below: Unit Unit Description of Measure Quantity Price Extended Method Trench Shoring LF 25 $100 $2,500.00 Excavator Total $2,500.00 KEARNS CONSTRUCTION COMPANY Name of Bid Authorized Sign ture of Bidder CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00 ®Cost for compliance to all Federal and State requirements of the Trench Safety Act* [NOTE: If the box above is checked,the Bidder must fill out the foregoing Trench Safety Act Form in order to be considered responsive.] DocuSign Envelope ID:6 82 64 7 97-1 9CF-4B1 E-9069-6D5D88A4A521 M I A M I BEACF-1 PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 INVITATION TO BID NO. 2023-527-JP SEAWALL CONSTRUCTION—VARIOUS LOCATIONS September 20, 2023 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISION: ITB DUE DATE AND TIME. The deadline for receipt of electronic submittals through PeriscopeS2G is extended until 3:00 p.m., on Friday, September 29,2023. All bids received and time stamped through PeriscopeS2G, prior to the bid submittal deadline shall be accepted as timely submitted. Bids cannot be submitted after the deadline established for receipt of bids. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. PUBLIC BID OPENING Dial-In Instructions: • Dial the Telephone Number: +1 786-636-1480 • Enter the Conference ID No: 991 499 22# To join on your computer or mobile app Click here to join the meeting A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Julissa Perez 305-673-7490 ext. 26943 julissaperezla'�,miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, /t2af_a Z Natalia Delgado Procurement Contracting Officer III ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I AM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 INVITATION TO BID NO. 2023-527-JP SEAWALL CONSTRUCTION —VARIOUS LOCATIONS September 28, 2023 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISION: RFQ DUE DATE AND TIME. The deadline for the electronic receipt of bids is extended until 3:00 p.m., on Thursday, October 05, 2023. All bids received and time stamped through BidSync, prior to the bid submittal deadline shall be accepted as timely submitted. Bids will be opened promptly at the time and date specified. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and w ill be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. II. REVISION: DELETE Appendix C Schedule of Values of the ITB, in its entirety and REPLACE with Exhibit C, revised A.•endix C Schedule of Values. MUST BE SUBMITTED WITH THE BID OR WITHIN THREE 3 DAYS OF REQUEST BY THE CITY. III. ATTACHMENTS. Exhibit A: ITB2023-527-JP Seawalls Permits_Tracker_FINAL Exhibit B: Parking Spaces/Staging Areas Exhibit C: Revised Appendix C Schedule of Values Exhibit D: Pre_Bid_Sign_Sheet09.06.23 IV. RESPONSES TO QUESTIONS RECEIVED: Q1: Estimate Budget for this Bid. Al: Trouville Esplanade-$300,000 Bonita Drive-$300,000 Rue Notre Dame-$300,000 Indian Creek Drive-$300,000 Q2: I am inquiring to ask if there is a construction cost estimate or budget associated with the Seawall Construction—Various Locations Project. 1 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 M I A M I B E AC I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov A2: Refer to response Al. Q3: What will be the award process for this ITB? Will the each site be awarded individually to the lowest bidder for that site or will all four sites awarded as whole to the lowest cumulative bidder? A3: The ITB will be awarded to the lowest responsive and responsible bidder per location. Q4: Will the Contractor be required to maintain federal Jones Act, Longshoreman, US L&H insurances? A4: No. Q5: Please identify the laydown/site area and contractor parking spaces for each site. A5: Refer to Exhibit B for possible parking spaces at each seawall location. Q6: Will the Contractor be allowed to erect a construction fence around the site area? A6: Yes, the Contractor is allowed to place a construction fence around the construction limits. Q7: Please identify the working hours? Al: Monday through Friday from 8:00 am to 4:00 pm.Weekend work may be allowed on a case-by-case basis with prior approval of the City. Q8: Are signed and sealed pile logs required? If so, who is responsible for providing such logs? A8: Contractor is responsible for providing signed and sealed pile logs. Q9: Who is responsible for surveys? Pre& Post? A9: Contractor is responsible for confirming survey in permit plans and providing post survey once project is complete. Q10: Is vibration monitoring required? If so, who is responsible for such monitoring? A10: The Contractor is responsible for vibration monitoring. Q11: Is concrete destructive testing required? If so,who is responsible for such testing? Al I: Destructive testing is not required. Materials testing is required. 2 ADDD INVITATIONENUM TONO.B 1 ID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q12: Please provide permit status for Army Corp, DEP, SFWMD, CMB, and DERM, for EACH site. Al2: Please refer to Exhibit A for the list of permits the City has acquiredlpaid for each site.The CMB Building permit is not required for Trouville Esplanade, Rue Notre Dame, Bonita Drive and Indian Creek seawall location. Q13: Please provide a copy of all permits obtained pertaining to this ITB. A13: Please refer to Exhibit A for all the permits acquired. Q14: Are permit fees already paid? If not,who is responsible for paying permit fees? A14: All permits and licenses required by federal, state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by Contractor pursuant to this Contract shall be secured and paid for by Contractor. The City will reimburse for any permits related to the project with proper receipts. Please refer to Exhibit A for all permits paid by the City during design phase. CMB ROW Permits will need to be applied and paid for by the contractor. Permit fees will be reimbursed. Q15: Are mitigation bonds required for this project? If so, who is responsible for paying these mitigation bonds? A15: The City has included the required mitigation bonds as part of the contract. Q16: Please provide an anticipated start date of construction for each site. A16: The anticipated start date of construction will be issued at the time of award through a Notice to Proceed (NTP). The NTP will be discussed as part of the Pre-Construction Meeting. The City will issue two NTP's,the NTP#1 will be issued 15 Days after the award of the contract.The NTP#2 will be issued 30 to 60 days after NTP#1. Substantial completion duration commences at the same date of NTP#2. During preconstruction meeting contractor will advise if locations can be completed simultaneously or not. Q17: If awarded more than one project, will the Contractor be able to sequence/schedule the projects in a way that one begins after the other instead of simultaneously? A17: Seawalls can be constructed concurrently or one at a time. This will be considered means and methods for the Contractor. If the same Contractor awarded different seawalls, the Contractor will be able to construct one seawall at the time and start the next location immediately after finishing the previous seawall. Or if the Contractor has the equipment, labor, and materials to start two seawalls at the same time the City will issue the NTP for the pertinent locations. Q18: Please confirm CMB is responsible for mangrove trimmings, labor and permits. 3 I ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov A18: The City will be responsible to coordinate prior to construction start date the tree trimming, labor, and permit with the required Arborist company (Mangrove Certified Specialist). Q19: Please confirm CMB is responsible for other tree trimming, labor and permits. A19: The City will be responsible to coordinate prior to construction start date the tree trimming, labor, and permit with the required Arborist company (Mangrove Certified Specialist). Q20: Access to some outfalls will require dredging. Has CMB tested soils at site locations for contaminations?Will soil need to be disposed at Class 1 landfill? A20: No testing has been conducted for soil under water. The City has not encountered this condition. Any contaminated soil should be disposed as per required under "Class I" landfill. There is no contamination and no material needs to be remove from site. We do not expect or have a permit for dredging in this project.All outfalls are above the canal bottom. Q21: Is site restoration required? If so, who is responsible for site restoration? Will awarded Contractor be required to restore site or backfill to a certain elevation? A21: Contractor is responsible for site restoration. The construction area needs to be restored as per previous/existing conditions. Q22: Drawings show manatee grate with S.S. tab welded onto side. Previously, CMB has rejected welded S.S. manatee grates as specified in ITB (e.g. "Fleet Management") Will CMB now accept welded S.S. manufactured from 1" single piece flat frame steel (no welds)? A22: Follow permit plans. Any requested deviationslmodifications will require to be submitted as a shop drawing for review. Q23: Please confirm all guardrails are to be removed. Replacement by others. A23: Any guardrails in conflict with construction site to be use as staging area or work zone needs to be removed and reinstalled by Contractor to be in compliance with Section 8C-6 of Miami-Dade County Code. Q24: Please provide proposed pile tip elevations for each site. A24: Refer to permit plans for minimum pile embedment required. Q25: Does this project require multiple separate builder risk polices? One for each location or will one policy covering all awarded locations be acceptable? ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 M I A M I BE1ACI-1 PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov A25: Yes, provide builders risk policies for each site. Refer to insurance requirements in the ITB Summary. Q26: What is the anticipated start date for this project? For each location? A26: See response to Q16. Q27: Appendix C of the ITB (SOV) has some line items and quantities that are not consistent with the drawings. E.g., Bonita Drive drawings do not call for knockout areas on the seawall panels or outfall penetrations, yet both are listed on the SOV. Please confirm if the SOV's line items and quantities are accurate or if it will be adjusted. A27: Refer to revised SOV for all the seawall locations. Q28: Please provide the sign in sheet from the pre-bid site visit. A28: Please refer to Exhibit D. Q29: Is the pre-bid sign in sheet available? A29: Please refer to Exhibit D. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Julissa Perez 305-673-7000 ext. 26943 Julissaperez@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. Sincerely, Kristy Bada Procurement Contracting Manager 5 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 /\/\ I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov EXHIBIT A ITB2023-527- JP Seawalls Permits Tracker FINAL 6 I ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3ro Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Seawalls Permits Status Summary (as of 032-2023) Status of Permits Permit Seawall Permits Requried Issuance Permit Expiration Date Date DERM Class I 12/21/2022 12/21/2024 Trouville Esplanade SFWMD ERP Exemption 9/27/2021 N/A DERM Class I 12/30/2022 12/30/2024 Indian Creek Drive USACE 2/28/2023 3/14/2026 SFWMD ERP Exemption 9/27/2021 N/A City Tree Permit 3/1/2022 2/8/2024 USACE 12/21/2022 3/14/2026 Rue Notre Dame DERM Class I 2/16/2023 2/16/2025 SFWMD ERP Exemption 9/27/2021 N/A USACE 12/23/2022 3/14/2026 Bonita Drive DERM Class I 12/15/2022 12/15/2024 SFWMD ERP Exemption 9/27/2021 N/A 7 ADDENDUM NO.1 .� INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 t' '\ I /\f\'\ I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov EXHIBIT B Parking Spaces/Staging Areas ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 EXHIBIT B: Parking Spaces/Staging Areas Trouville Esplanade- Parking/Staging Area ' •t'�14 i' . :t o , lir . • ' _-.--:-?-c-I lihe below red squared represented the staging area it. r . 1' , tem s t0 a -- -.—• -- by Trouville Esplanade and City will provide 4 ). \ ez ' • parking spaces near construction area or Calais Dr. • � ;. r The below area by Rue Granville can be used as a t_ loading location for the barge for Trouville - < Esplanade and Rue Notre Dame ,- I,' + a;sot-, .� 111� , S. . . `% Atelier Gem;:, M ales�t .�+"�` , , a IF M Hz • r ` 11 •4 atgp .0 v.jjf • 1i ;` i,c t o r 3i t C 0 if ons'Group - , • ;� I S,,.• •,t �. ir, ,6 ' t Wass oY d Ltd 1 ta►s r _ 1 Tem ranl closed 410 p t y ` i;b , �"6 .-P' d Olt. 1 . P .1; it' ar ' ' .N. '.' .., Vat V° .''.. ✓" (�jQ' J+., "• - ` vrglr '� ', f •a.. 4'. • tse\\\ . IaisEl _ iv •rn • a• '' ,;' = • designbyn'lid.y q \ ° t , 6 .s . ts .._rr .. 1 tt ' ' `! rir$t. .'kip'• It �i; ` ,+tse`\\e0t� * '1' •'' . '. . ! . - 0 ' Mathias Lode Solut+ns It , or e,\\e otorcycles RyE Y SSA !'W1i .. `� r, �1 ats i . .. . , 7.4 -'10 1", *7 '' 1 4, it ; I 1 II • as} .t, + yu� ,, ,u y cr a O C:r'S .' kieseiile� . .9 rc t, rill cu AYE- Gar 1ryr� M, �. 4+ . M 4 t r 55i i) t �! om ,,5; i '1Ir �. 1571. DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 Rue Notre Dame- Parking/Staging Area Alk II" The red square will be considered the staging area ant., `. ,a34 ,,• i , I. City will provide 4 parking spaces near constructio t, ' r r, �� - e area by Rue Notre Dame or Marseille * ' C. • I t. • negotiated 2'more parking spaces .. p ,•' , 1 q 1 y t fAV. , � .IVY' 11 t • / -1289.,+:_44 • - , _flik.., ii, , , . _ ...,flit‘,.• -ffSigP :,,, : ,.. � ) 4.• ,- lea r ". Qt ' • ' N '" - .. ,,I\ t • J., ♦ arse , ., s„ • 4-r o" :t,'•' Mia`iA1Jelskic {s >` 1\` is ; t a. aiS ��,� . -tr.."•:.4' . (•, .;,.„ . . A liiks, \ . e ms . 4'} ' 00 ��v;'r. ) �� ` II �i' t •1 . DocuSign Envelope ID 68264797-19CF-4B1E-9069-6D5D88A4A521 Bonita Drive/Indian Creek-Parking/Staging Area The City will providedVirparking spaces near the The below red square area wile./J441/cons considered red,: staging construction are or by Parking Lot below located area. The City will provided four parking spaces near the . I between Bonita Dr and 71st Street. City will try to construction area. ASO negotiated two more parking spaces. . . , -.NI , 1, _ . ,3. . i Boruta Dnve Aparimen ts ,ii 1 • • 1 rli . 1 Lt ......„ $ , 7 1 9 . 1 41 e--- Nal i 1 ki •M tichelleRo'se 10 lerml.t c!, \, ,rnapereriri, ... :4111F ..., .p.hotographer i\ r . 1 t 1 , , .?A. • ,i' - .1,,, ,_., # ' ' ' • -" --- -- ,4--.7q4:..- '., ,,, , , 14,, . 4 ' \t;Z•12e-r-,- # I ,: • k.,' MD gce k \ , r _Aik i' .. 1 - v _ i--- *7 '•CV- 4. t/ ,,4., 1•'1-,1w I . • , , , ..,t. 3..1, di N , 12114 N - . M3 I A 4,4 . ,.._ -,,.., -4;\ ' . ,:..... ... .,, ....,,,, , " ... :.„.,-. .i% le . r 4 ali, -.... •' kii gi Cal‘ try Cha.el , . ilg 1 -..... ...or no ___,. — . 4 , • t. 1 o, .., . v..;...-•,-. R t -- e.., . - ,,,t, . •.: •r' - , ' - •... • . 3 . •!! 1,, ,..., ., ...-, . .4. - -4.1. 4,...,4 ~ il % '''"',. s ' ;0.) ',,,I,' MED Z`iir.., D •'' \ ' -11--+ ''' '--. i', , i:',--• t. \ , _ _ ...- , • te, 4. ...„..., _ - T - % '. -ic.; ' , s - 4,4, _ ..." 04 , ' :. .-- ,, '.,,,,eri",, • .4: ', -.••!-‘' ..‘ -.. t ..-,___„-, . • -1i; '''',., -1', : .1 _ • , ' ' • * - ' Vt........ ........ ( • ' 1 ,, , , . 'i 1,,,,, • t • at • .. ' r•.... otrfewt;rcxluctions ,, ,. 4: • c -1 ......r• . .-Gelato- o:.k i Kings cgelippers"---). 7-1 , J., 11 ,. iNtocwaparkingLoi mia9 1_— A A-.1-- '211125ri, 1 ,, Barbet Sling I- • , - N., .. . .7.4 is r... .c. til ‘Naalliiiii.,0‘12r; ...• 1 ,., IN••• .' lig — , Metriab -Yo.ile ,i t „ t t t • . o ,MIII. .-i I is , ii . .., ' A - ._. — , - , -.- ii. A CI phone store ' \ . 6 - di I ' ., „. -. _ B , i ii 1 f iii )- . I -: * 11161211r*" 1--• ' . a 1467 lisC'-- / i i_i_ / i / / / i / / / _ , _ . . -- — - -- - . . iiithaill0 arila . ., Goo-glen) - _1_111 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 /\/\ I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov EXHIBIT C REVISED APPENDIX C Schedule of Values MUST BE SUBMITTED WITH THE BID OR WITHIN THREE 3 DAYS OF REQUEST BY THE CITY. 9 I ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I AM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov APPENDIX C m AmIBEACH SCHEDULE OF VALUES MUST BE SUBMITTED WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY. 10 I ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I AM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov SCHEDULE OF VALUES Bidders should fully complete the Schedule of Values to include quantities, units of measure, unit pricing, and totals. The cost of any item(s) of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s) is most applicable. Both unit price and extended total prices must be stated in units of quantity specified in the bidding specifications. Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. TROUVILLE ESPLANADE Item Description Quantity U I M Unit Cost Total (Quantity X Unit Cost) Mobilization and Demobilization 71'-250' 1 Max Length. 1 Ls $ $ Furnish and Install Concrete Seawall Panel 10' Max Depth Section 71'-250' 2 Max Length 2500 SF $ $ Furnish and Install 12"x 12" King Pile for Concrete Seawall 10' Max Depth Section 3 71'-250'Max Length 910 LF $ $ Furnish and Install 12"x 12"Batter Pile for Concrete Seawall 10' Max Depth 4 Section 71'-250' Max Length 75 LF $ $ Furnish and Install Concrete Seawall Cap for 10' Max Depth Section 71'-250'Max 5 Length 250 LF $ $ Furnish and Install Concrete Seawall 6 Outfall Pipe Penetration 3 EA $ $ 7 Concrete Panel Knockout Area 1200 SF $ $ Furnish and Install Rubble Rip Rap 71'- 8 250' Max Length 75 TONS $ $ Backfill Material(clean sand)71'-250'Max 9 Length 350 CY $ $ Restoration of disturbed area 71'-250'Max 10 Length 415 SY $ $ As-Built/Record Drawings/logs 71'-250' 11 Max Length 1 Ls $ $ Silt fence and Turbidity barrier 71'-250' 12 Max Length 500 LF $ $ TOTAL TROUVILLE ESPLANADE $ CONTINUED ON THE FOLLOWING PAGE. 11 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION—VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3b Floor Miami Beach,Florida 33139 www.miamibeachfl.gov BONITA DRIVE Item Description Quantity U I M Unit Cost Total (Quantity X unit Cost) Mobilization and Demobilization 0'-70' 1 Max Length. 1 LS $ $ Furnish and Install Concrete Seawall Panel 10' Max Depth Section 0'-70' Max 2 Length 700 SF $ $ Furnish and Install 12"x 12" King Pile for Concrete Seawall 10' Max Depth Section 3 0'-70' Max Length 280 LF $ $ Furnish and Install 12"x 12"Batter Pile for Concrete Seawall 10' Max Depth 4 Section 0'-70' Max Length 200 LF $ $ Furnish and Install Concrete Seawall Cap for 10' Max Depth Section 0'-70' 5 Max Length 70 LF $ $ Furnish and Install#57 Stone 0'-70'Max 6 Length 20 TONS $ $ Furnish and Install Rubble Rip Rap 0'-70' 7 Max Length 20 TONS $ $ Removal of Existing Seawall Cap 0'-70' 8 Max Length 70 LF $ $ Backfill Material(clean sand)0'-70'Max 9 Length 100 CY $ $ Restoration of disturbed area 0'-70 Max to Length 115 SY $ $ As-Built/Record Drawings/logs 0'-70 Max 11 Length 1 LS $ $ Silt fence and Turbidity barrier 0'-70 Max 12 Length 140 LF $ $ TOTAL BONITA DRIVE $ CONTINUED ON THE FOLLOWING PAGE. 12 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION—VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I AM I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov RUE NOTRE DAME Item Description Quantity U I M Unit Cost Total (Quantity X Unit Cost) Mobilization and Demobilization 0'-70' 1 Max Length. 1 LS $ $ Furnish and Install Concrete Seawall Panel 10' Max Depth Section 0'-70' Max 2 Length 700 SF $ $ Furnish and Install 12"x 12"King Pile for Concrete Seawall 10' Max Depth Section 3 0'-70'Max Length 280 LF $ $ Furnish and Install 12"x 12"Batter Pile for Concrete Seawall 10' Max Depth 4 Section 0'-70' Max Length 62 LF $ $ Furnish and Install Concrete Seawall Cap for 10' Max Depth Section 0'-70' 5 Max Length 70 LF $ $ Furnish and Install Concrete Seawall 6 Outfall Pipe Penetration 2 EA $ $ 7 Concrete Panel Knockout Area 1200 SF $ $ Furnish and Install Rubble Rip Rap 0'-70' 8 Max Length 20 TONS $ $ Backfill Material(clean sand)0'-70' Max 9 Length 100 CY $ $ Restoration of disturbed area 0'-70 Max 10 Length 115 SY $ $ As-Built/Record Drawings/logs 0'-70 Max 11 Length 1 LS $ $ Silt fence and Turbidity barrier 0'-70 Max 12 Length 140 LF $ $ TOTAL RUE NOTRE DAME $ CONTINUED ON THE FOLLOWING PAGE. 13 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I AM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3b Floor Miami Beach,Florida 33139 www.miamibeachfl.gov INDIAN CREEK Item Description Quantity U I M Unit Cost Total (Quantity X Unit Cost) Mobilization and Demobilization 71'-250' 1 Max Length. 1 Ls $ $ Furnish and Install Concrete Seawall Panel 10' Max Depth Section 71'-250' 2 Max Length 2500 SF $ $ Furnish and Install 12"x 12" King Pile for Concrete Seawall 10' Max Depth Section 3 71'-250' Max Length 910 LF $ $ Furnish and Install 12"x 12" Batter Pile for Concrete Seawall 10' Max Depth 4 Section 71'-250' Max Length 650 LF $ $ Furnish and Install Concrete Seawall Cap for 10' Max Depth Section 71'-250' 5 Max Length 250 LF $ $ Furnish and Install Rubble Rip Rap 71'- 6 250' Max Length 75 TONS $ $ Removal of Existing Seawall Cap 71'- 7 250' Max Length 250 LF , $ $ Backfill Material(clean sand)71'-250' 8 Max Length 350 CY $ $ Restoration of disturbed area 71'-250' 9 Max Length 415 SY $ $ As-Built/Record Drawings/logs 71'-250' 10 Max Length 1 Ls $ $ Silt fence and Turbidity barrier 71'-250' 11 Max Length 500 LF $ $ TOTAL INDIAN CREEK $ END OF SCHEDULE OF VALUES. 14 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 MIAMI B EAC I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov EXHIBIT C Pre BidSign S h eet09.06.23 15 I ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3ro Floor Miami Beach,Florida 33139 www.miamibeachfl.gov MIAMI BEACH CITY OF MIAMI BEACH PRE-BID MEETING SIGN-IN SHEET DATE: Wednesday,September 6,2023 TIME:2:00PM BID NO.AND TITLE:ITB 2023-527-JP Seawall Construction-Various Locations NAME TITLE COMPANY Email PHONE Jul issa Perez PROCUREMENT CONTRACT OFFICER CM B JULISSAPEREZ@MIAMIBEACHFL.GOV 305-673-7490 X26943 Danny Flores PROCUREMENT CONTRACT OFFICER CMB DANNYFLORES@MIAMIBEACHFL.GOV 305-673-7490 X26652 Carolina Zamora PROJECT MANAGER CMB CAROLINAZAMORA@MIAMIBEACHFL.GOV 305-673-7080 X26584 John Kearns KEARNS CONSTRUCTION JKEARNS@KEARNSCONSTRUCTION.COM Ignacio Forte KEARNS CONSTRUCTION IFORTE@KEARNSCONSTRUCTION.COM Christopher Miyares EBSARY FOUNDATION CMIYARES@EBSARYFOUNDATIONCO.COM Jose Mendieta ZEP CONSTRUCTION JOSE@ZEPCONSTRUCTION.COM 16 ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION—VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I AM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.3 INVITATION TO BID NO. 2023-527-JP SEAWALL CONSTRUCTION—VARIOUS LOCATIONS October 4, 2023 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISION: ITB DUE DATE AND TIME. The deadline for the electronic receipt of bids is extended until 3:00 p.m., on Friday, October 13, 2023. All bids received and time stamped through PeriscopeS2G, prior to the bid submittal deadline shall be accepted as timely submitted. Bids cannot be submitted after the deadline established for receipt of bids. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. PUBLIC BID OPENING Dial-In Instructions: • Dial the Telephone Number: +1 786-636-1480 • Enter the Conference ID No: 991 499 22# To join on your computer or mobile app Click here to join the meeting A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado miamibeachfl.gov. Contact: Telephone: Email: Julissa Perez 305-673-7000 ext. 26943 julissaperez@miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, /t9a&de , P.2116) Natalia Delgado Procurement Contracting Officer III I 1 ADDENDUM NO.3 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I AM I BE1Ac:21-1 PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 4 INVITATION TO BID NO. 2023-527-JP SEAWALL CONSTRUCTION—VARIOUS LOCATIONS October 5, 2023 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISION: DELETE Appendix C Schedule of Values of the ITB, in its entirety, and REPLACE with Attachment A, REVISED_APPENDIX_C_SOV_10.03.2023. MUST BE SUBMITTED WITH THE BID OR WITHIN THREE 3 DAYS OF REQUEST BY THE CITY. II. ATTACHMENTS. Attachment A: REVISED APPENDIX C SOV 10.03.2023 MUST BE SUBMITTED WITH THE BID OR WITHIN THREE 3 DAYS OF REQUEST BY THE CITY. III. RESPONSES TO QUESTIONS RECEIVED: Q1: Addendum 2 provided a revised Schedule of Values. However, the quantities outlined for each item does not match what the takeoff quantities are in the bid plans. For example: if you take off the quantities for Trouville, the schedule of values bid form states that bid item 2: Furnish and Install concrete Seawall Panel is 2500 sf; however, the takeoff quantity on the plans is closer to 640 SF, similar can be said about nearly every other bid item quantity. Does the total price for each wall in the bid form need to match the total price in the unit pricing schedule of values or should the quantities in the schedule of values be adjusted more accurately to what is actually going to be installed? Al: Please see the attached revised Attachment A Schedule of Value (SOV). Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Julissa Perez 305-673-7000 ext. 7490 julissaperez@a,miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the "Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Si er ' ri I'-*- Pr urement Contracting Manager 1 I ADDENDUM NO.4 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 M I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.3 INVITATION TO BID NO. 2023-527-JP SEAWALL CONSTRUCTION—VARIOUS LOCATIONS October 13,2023 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISION: ITB DUE DATE AND TIME.The deadline for the electronic receipt of bids is extended until 3:00 p.m., on Friday,October 20,2023. All bids received and time stamped through PeriscopeS2G, prior to the bid submittal deadline shall be accepted as timely submitted. Bids cannot be submitted after the deadline established for receipt of bids. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. PUBLIC BID OPENING Dial-In Instructions: • Dial the Telephone Number: +1 786-636-1480 • Enter the Conference ID No: 991 499 22# To join on your computer or mobile app Click here to join the meeting II. REVISION: DELETE Appendix C Schedule of Values of the ITB, in its entirety and REPLACE with Attachment A, revised A.,endix C Schedule of Values-Indian Creek.ALL OTHER LOCATIONS REMAIN UNCHANGED. MUST BE SUBMITTED WITH THE BID OR WITHIN THREE(3)DAYS OF REQUEST BY THE CITY. III. ATTACHMENTS: Attachment A:ATTACHMENT A SOV INDIANCREEK FINAL Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado(c,miamibeachfl.gov. Contact: Telephone: Email: Julissa Perez 305-673-7000 ext.26943 julissaperezAmiamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. In erely, risty ada Proc ement Contracting Manager ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 1v\ I AM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ATTACHMENT A REVISED APPENDIX C M I AM I BEACH SCHEDULE OF VALUES MUST BE SUBMITTED WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY. 1 I ADDENDUM NO.1 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 M I AM I B EAC I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3ro Floor Miami Beach,Florida 33139 www.miamibeachfl.gov SCHEDULE OF VALUES Bidders should fully complete the Schedule of Values to include quantities, units of measure, unit pricing, and totals. The cost of any item(s) of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s) is most applicable. Both unit price and extended total prices must be stated in units of quantity specified in the bidding specifications. Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. INDIAN CREEK Unit Ite Quantit Cos Total m Description y U I M t (Quantity 1 Unit Mobilization and Demobilization 71'-250' Max 1 Len•th. 1 LS $ $ Furnish and Install Concrete Seawall Panel 10' 2 Max Death Section 71'-250' Max Len•th 1300 SF $ $ Furnish and Install 12"x 12"King Pile for Concrete Seawall 10' Max Depth Section 71'- 3 250'Max Len•th 720 LF $ $ Furnish and Install 12"x 12" Batter Pile for Concrete Seawall 10' Max Depth Section 71'- 4 250'Max Len•th 660 LF $ $ Furnish and Install Concrete Seawall Cap for 10' 5 Max Death Section 71'-250'Max Len•th 112 LF $ $ Furnish and Install Rubble Rip Rap 71'-250' Max TON 6 Len•th 75 S $ $ Removal of Existing Seawall Cap 71'-250' Max 7 Len•th 112 LF $ $ Backfill Material (clean sand)71-250'Max 8 Len•th 150 CY $ $ Restoration of disturbed area 71'-250'Max 9 Len•th 560 SY $ $ As-Built/Record Drawings/logs 71'-250' Max 10 Len•th 1 LS $ $ Silt fence and Turbidity barrier 71'-250'Max 11 Len•th 500 LF $ $ TOTAL INDIAN CREEK $ END OF SCHEDULE OF VALUES. 2 I ADDENDUM NO.4 INVITATION TO BID NO.2023-527-JP SEAWALL CONSTRUCTION-VARIOUS LOCATIONS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 DPX Form Supplier Response Form https://www.bidsync.com/DPXViewer/B I D_SU BM ITTAL_QU ESTI ONNAIRE_CONSTRUCTION_8.26.22_9624938.htm?ac=supresponse&auc=21200... 1/14 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 DPX Form BID SUBMITTAL QUESTIONNAIRE-CONSTRUCTION SECTION 1 -BID CERTIFICATION This certification/questionnaire is REQUIRED and must be fully completed and submitted electronically. Solicitation No: Solicitation Title: BID NUMBER PROJECT TITLE BIDDER'S NAME. KEARNS CONSTRUCTION COMPANY NO.OF YEARS IN BUSINESS: 20+ NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES 20+ 35 OTHER NAME(S)BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: BIDDER PRIMARY ADDRESS(HEADQUARTERS): 2550 S BAYSHORE DR.STE 206E cirri MIAMI STATE: FL ZIP CODE 33133 TELEPHONE NO.: 3054610310 TOLL FREE NO.: FAX NO. 3054610310 BIDDER LOCAL ADDRESS: 2550 S BAYSHORE DR.STE 206B cITY MIAMI STATE: FL ZIP CODE. 33133 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENC-AC.FMPNT JOHN KEARNS ACCOUNT REP TELEPHONE NO.: 305.461.0310 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: JKEARNS@KEARNSCONSTRUCTION.COM FEDERAL TAX IDENTIFICATION NO: 770615005 By virtue of submitting a bid,bidder agrees:a)to complete and unconditional acceptance of the terms and conditions of this document,indusive of this solidtation,all specifications,attachments,exhibits and appendices and the contents of any Addenda released hereto;b)to be bound,at a minimum,to any and all spedfications, terms and conditions contained herein or Addenda;c)that the bidder has not divulged,discussed,or compared the proposal 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 herein 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 execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Miami Beach,Florida,for the performance of all requirements to which the bid pertains; and f)that all responses,data and information contained in the bid submittal are true and accurate. 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 said document(s)are complete,true,and correct to the best of his/her knowledge and belief. ' Name of Bidder's Authorized Representative: Title of Bidder's Authorized Representative: JOHN KEARNS CFO https://www.bidsync.com/DPXViewer/BID_SUBMITTAL_QU ESTION NAI RE_CONSTRUCTI ON_8.26.22_9624938.htm?ac=su presponse&auc=21200... 2/14 DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 DPX Form SECTION 2-ACKNOWLEDGEMENT OF ADDENDUM After issuance of solicitation,the City may release one or more addendum to the solicitation,which may provide additional information to bidders or alter solicitation requirements.The City will strive to reach every bidder having received solicitation through the City's e- procurement system.However,bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the bidder has received all addendum released by the City pursuant to this solicitation.Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Enter Initial to Enter Initial to Enter Initial to Confirm Confirm Confirm Receipt Receipt Receipt 3K Addendum 1 Addendum 6 Addendum 11 JK Addendum 2 Addendum 7 Addendum 12 3K Addendum 3 Addendum 8 Addendum 13 JK Addendum 4 Addendum 9 Addendum 14 jk Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. SECTION 3-QUESTIONNAIRE 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. Ov,,.-, Ow nursho, F en ige Directorship/Officetype CHARLERS KEARNS 80 CEO JOHN KEARNS 10 CFO BROCK SULLIVAN 10 COO • 2.Provide at least three(3)references of work similar in size and nature as the work referenced in solicitation. Project No. BID NUMBER Project Title PROJECT TITLE Reference No.1 Firm Name: City of Key West Contact Individual Name and Title: Karen Olson,Deputy Director Address: Telephone: 3 0 5.8 09.3 903 Contact's Email: kolson@cityofkeywest-fl.gov Narrative on Scope of Services Provided: Kearns Construction Company has performed various marine construction projects for the City of Key West. Most recently, we performed seawall repair and replacement work from Turtle Kraals to Conch Republic. https://www.bidsync.com/DPXViewer/BID_SU BM ITTAL_ClUESTIONNAIRE_CONSTRUCTION_8.26.22_9624938.htm?ac=supresponse&euc=21200... 3/14 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 DPX Form Reference No.2 Firm Name: Dowbuilt Contact Individual Name and Title: Don Gelsinger,Project Manager Address: Telephone: 727.647.1914 Contact's Email: don@dowbuilt.com Narrative on Scope of Services Provided: We recently completed the installation of a new dock and seawall at 5800 North Bay Road as a subcontractor to Dowbuilt. Reference No.3 Firm Name: N/A Contact Individual Name and Title: Matt&Lisa Allen,Homeowners Address: 1420 NE 101 St.,Miami Shores,FL 33138 Telephone: Contact's Email: lisaaguanci1130@gmail.com Narrative on Scope of Services Provided: We recently completed the installation of a new dock and seawall at the Allen's residence. Additional Reference Firm Name: Team Contracting Contact Individual Name and Title: Rudy Ayan,Project Manager Address: Telephone: 3 0 5.2 07.9 799 Contact's Email: rayan@team-contracting.corn Narrative on Scope of Services Provided: In 2021, we completed the installation of a new seawall at NE 22nd Street. hops://www.bidsync.com/DPXViewer/B I D_SUBMITTAL_QUESTIONNAIRE_CONSTRUCTION_8.26.22_9624938.htm?ac=supresponse&auc=21200... 4/14 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 DPX Form 3.Has the applicant company's construction license(s)been revoked during the last five(5)years? 0 YES p NO If yes,why? 4.Have any owners,directors,officers,or agents of the applicant company had a license revoked during the last five(5)years? 0 YES P 0 NO If yes,why? 5.Is the applicant company currently barred by a governmental agency,from bidding work as a prime or subcontractor? 0 YES ig 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? 0 YES p NO If yes,why? 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? 0 YES is NO If yes,why? https://www.bidsync.corn/DPXViewer/BID_SUBMITTAL_QU ESTION NAI RE_CONSTRUCTI ON_8.26.22_9624938.htm?ac=supresponse&auc=21200... 5/14 DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 DPX Form 8.Is an affiliate of the applicant company prequalified by the City of Miami Beach to bid on construction work? O YES p NO If yes,state the name of the affiliate? 9.Is the applicant company a parent,subsidiary,or holding company for another construction company? O YES p 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 10. Is an owner,director,officer,or agent of the applicant company affiliated with another company? O YES cg NO If the answer is"yes,"provide the following information for each individual and the affiliated company. Period of Type of affiliation(e.g. Individuals name Affiliated company's name 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? O YES p NO If yes,explain and attach,as applicable, the relevant case and court documents,induding(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. 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? O YES eg 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. hops://www.bidsync.com/DPXViewer/B I D_SUBMITTAL_QUESTIQNNAIRE_CONSTRUCTION_8.26.22_9624938.htm?ac=supresponse&auc=21200... 6/14 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 DPX Form 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 51 NO 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? 0 YES p 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? 0 YES p NO If yes,explain. https://www.bidsync.com/DPXViewer/B ID_SUBMITTAL_QU ESTIQN NAI RE_CONSTRUCTION_8.26.22_9624938.htm?ac=supresponse&auc=21200... 7/14 DocuSlgn Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 DPX Form 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 p NO If yes.explain. 18. 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 NO If yes,state name,title and share of ownership • 19.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code,including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race,color,national origin,religion,sex,intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. Does the applicant agree to be comply with this prohibition? YES NO https://www.bidsync.com/DPXViewer/BID_SUBMITTAL_QUESTIONNAIRE CONSTRUCTION 8.26.22_9624938.htm?ac=supresponse&auc=21200... 8/14 DocuSlgn Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 DPX Form 20. Is the applicant a small business concern owned and controlled by a veteran(s) (certified by the State of Florida Department of Management Services or a service-disabled veteran business enterprise(certified by the United States Department of Veterans Affairs). O YES 0 NO Certifying Agency Certification Type 21.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 suppliers 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 supplier 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 the applicant provide or offer access to an benefits to employees with spouses or to spouses of employees'? C YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners'or to domestic partners of employees? ❑ YES Q 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 benef provided to employees because they have a spouse or domestic partner,such as bereavement leave;other benefits are provided directly to the spot domestic partner,such as medical insurance. Firm Provides fe _mploye irm Provides for Employees BENEFIT with Spouses with Domestic Partners m does not Provide Benefit Health Sick Leave Family Medical Leave Bereavement Leave 22.Moratorium on Travel to and the Purchase of Goods or Services from Mississippi.Pursuant to Resolution 2016-29375,the City of Miami Beach..Florida prohibits the purchase of goods or services sourced in Mississippi. Are any of the products for which the applicant is seeking to be prequalified sourced in Mississippi? • YES NO If yes,explain. https://www.bidsync.com/DPXViewer/BID_SUBM ITTAL_QUESTIONNAIRE_CONSTRUCTION_8.26.22_9624938.htm?ac=supresponse&auc=21200... 9/14 DocuSlgn Envelope ID:68264 7 97-1 9CF-4B1E-9069-6D5D88A4A521 DPX Form 23.Financial Capacity.At time of request by the City,bidder shall request that Dun&Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within three(3)days of request.Bidder shall arrange for Dun&Bradstreet to submit a Supplier Qualification Report(SQR)directly to the City. No proposal will be considered without receipt(when requested),by the City,of the SQR directly from Dun&Bradstreet.The cost of the preparation of the SQR shall be the responsibility of the bidder.The bidder shall request the SQR report from D&B at. https:/lsupplierportal.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 that each bidder review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process.For assistance with any portion of the SQR submittal process,contact Dun&Bradstreet at 800-424-2495. 24. Byrd Anti-Lobbying Amendment Certification Form;APPENDIX A,44 C.F.R.PART 18 CERTIFICATION REGARDING LOBBYING:Certification for Contracts,Grants,Loans,and Cooperative Agreements The undersigned Contractor certifies,to the best of his or her knowledge,that: 1.No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of an agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan.the entering into of any cooperative agreement,and the extension,continuation, renewal,amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. 2.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress.an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract,grant, loan,or cooperative agreement,the undersigned shall complete and submit Standard Forrn-LLL. "Disclosure Form to Report Lobbying."in accordance with its instructions. 3.The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers(including subcontracts, subgrants,and contracts under grants,loans,and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31.U.S.C.§1352(as amended by the Lobbying Disdosure Act of 1995).Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than S100,000 for each such failure.The undersigned Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure,if any.In addition,the Contractor understands and agrees that the provisions of 31 U.S.C.§3801 et seq.,apply to this certification and disdosure,if any. By virtue of submitting bid,bidder certifies or affirms its compliance with the Byrd Anti-Lobbying Amendment Certification. Name of Bidder's Authorized Representative: Title of Bidder's Authorized Representative: John Kearns CFO 25.Suspension And Debarment Certification The Contractor acknowledges that: (1)This Contract is a covered transaction for purposes of 2 C.F.R.pt.180 and 2 C.F.R.pt.3000.As such the contractor is required to verify that none of the Contractor, its principals(defined at 2 C.F.R.§180.995),or its affiliates(defined at 2 C.F.R.§18,0.905)are excluded(defined at 2 C.F.R.§180.940)or disqualified(defined at 2 C.F.R.§180.935). (2)The Contractor must comply with 2 C.F.R.pt.180,subpart C and 2 C.F.R.pt.3000,subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3)This certification is a material representation of fact relied upon by the City.If it is later determined that the Contractor did not comply with 2 C.F.R.pt.180,subpart C and 2 C.F.R.pt.3000,subpart C,in addition to remedies available to the City,the Federal Govemment may pursue available remedies,induding but not limited to suspension and/or debarment. (4)The Contractor agrees to comply with the requirements of 2 C.F.R.pt.180,subpart C and 2 C.F.R.pt.3000,subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions." https://www.bidsync.com/DPXVIewer/BID SUBMITTAL QUESTIONNAIRE CONSTRUCTION 8.26.22 9624938.htm?ac=supresponse&auc=2120... 10/14 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 DPX Form By virtue of submitting bid,bidder certifies or affirms its compliance with the Suspension and Debarment Certification. Name of Bidder's Authorized Representative: Title of Bidder's Authorized Representative: John Kearns CFO 26.Suspension,Debarment,Or Contract Cancellation. Has bidder ever been debarred,suspended or other legal violation,or had a contract cancelled due to non- performance by any public sector agency? O YES E2 NO If answer to above is"YES,"bidder shall submit a statement detailing the reasons that led to action(s): 27.Small And Disadvantaged Business Certification Pursuant to Resolution 2020-31519,the City is tracking the Small and Disadvantaged Businesses,as certified by Miami-Dade County that have been certified as Small or Disadvantaged Business by Miami-Dade County. Does bidder possess Small or Disadvantaged Business certification by Miami-Dade County? o YES 0 NO 28.LGBT Business Enterprise Certification Pursuant to Resolution 2020-31342,the City is tracking the utilization of LGBT owned firms that have been certified as an LGBT Business Enterprise by the National Gay and Lesbian Chamber of Commerce(NGLCC). Does bidder possess LGBT Business Enterprise Certification by the NGLCC? O YES is NO 29.Cone Of Silence Pursuant to Section 2-486 of the City Code,all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence" The Cone of Silence ordinance is available at htts://librarymunicode.com/fi/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIISTCO DIV4PR S2-486C0SI Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director,or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation.Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov By virtue of submitting bid,bidder certifies that it is in compliance with the Cone of Silence Ordinance,pursuant to Section 2-486 of the City Code. 30.Code Of Business Ethics Pursuant to City Resolution No.2000-23789,the Bidder shall adopt a Code of Business Ethics prior to executing a contract with the City.The Code of Business Ethics shall be submitted to the Procurement Department with its response or within three(3)days of request by the City.The Code shall,at a minimum,require the Bidder,to comply with all applicable governmental rules and regulations including,among others,the conflict of interest,lobbying and ethics provision of the City Code.In lieu of submitting Code of Business Ethics, bidder may indicate that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at http://www.miamibeachfl.g vg./city-haNprocurementIprocurement-related-ordinance-and-procedures/ Bidder will submit firm's Code of Business Ethics within three(3)days of request by the City? • YES ei NO Bidder adopts the City of Miami Beach Code of Business Ethics? ig YES 0 NO 31. Lobbyist Registration&Campaign Contribution ReQUIREMENTS This solicitation is subject to,and all bidders are expected to be or become familiar with,all City lobbyist laws,including lobbyist registration requirements and prohibition on campaign contributions,including: • Lobbyist Registration Requirements sections 2-397 through 2-485.3 of City Code (https://library.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIISTCO DIV3L0) • Campaign Contribution Requirements sections 2-487 and 2-488 of City Code (hops:lllibrary.municode.com/Nmiami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIISTCO DIV5CAFIRE) By virtue of submitting bid,bidder certifies or affirms that they have read and understand the above Lobbyist Registration&Campaign Contribution Requirements. 32.NON-DISCRIMINATION The Non-Discrimination ordinance is available at: hops:/fibrary.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR 52-375NSCCOREWA By virtue of submitting bid,bidder agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 33. FAIR CHANCE REQUIREMENT The Fair Chance Ordinance No.2016-4012 is available at: https://www.bidsync.com/DPXViewer/B I D_SUBMITTAL_QU EST IONNAIRE_CONSTRUCTION_8.26.22_9624938.htm?ac=supresponse&auc=2120... 11/14 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 DPX Form https:Mibrary.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH62HURE ARTVFACHOR By virtue of submitting bid, bidder certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Bidder agrees to provide the City with supporting documentation evidencing its compliance upon request.Bidder further agrees that any breach of the representations made herein shall constitute a material breach of contract,and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 34. PUBLIC ENTITY CRIMES Please refer to Section 287.133(2)(a),Florida Statutes,available at: https:/trnlw.flsenate.gov/Laws/Statutes/2012/287.133 By virtue of submitting bid,bidder agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 35.Veteran Business Enterprises Preference Pursuant to City of Miami Beach Ordinance No. 2011-3748, https;/ibrary.municode.com/fllmiami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2-374PRPRPRVECOGOCOSE the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s)or which is a service-disabled veteran business enterprise,and which is within five percent(5%)of the lowest and best bidder,by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount Whenever,as a result of the foregoing preference,the adjusted prices of two(2)or more bidders which are a small business concern owned and controlled by a veteran(s)or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB,RFP,RFQ,ITN or oral or written request for quotation,and such bids are responsive,responsible and otherwise equal with respect to quality and service,then the award shall be made to the service-disabled veteran business enterprise. Is the bidder a service-disabled veteran business enterprise certified by the State of Florida? YES E2 NO Is the bidder a service-disabled veteran business enterprise certified by the United States Federal Government? YES (2 NO CONTINUED ON THE FOLLOWING PAGE. https://www.bidsync.com/DPXViewer/BID SUBMITTAL_QUESTIQN NAIRE_CONSTRUCTION_8.26.22__9624938.htm?ac=supresponse8:auc=2120... 12/14 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 DPX Form 36.Sub-Contractors Providing Services to this Project: Subcontractor Work to be completed %of Work to be performed Name: Dock&Marine Construction Some of the demo & seawall work at Tel: (305)751-9911 the two sites between the bridges 60 Email: glarson@dockandmarine.net Name: Tel: Email: Name: Tel: Email: /. Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: https://www.bidsync.com/DPXViewer/B I D_SUBMITTAL_QUESTIQNNAIRE_CONSTRUCTION_8.26.22_9624938.htm?ac=supresponse&auc=2120... 13/14 DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 DPX Form Please enter your password below and click Save to update your response. Please be aware that typing in your password acts as your electronic signature,which is just as legal and binding as an original signature.(See Electronic Signatures in Global and National Commerce Act for more information.) To take exception: 1)Click Take Exception. 2)Create a Word document detailing your exceptions. 3)Upload exceptions as an attachment to your offer on BidSync's system. By completing this form,your bid has not yet been submitted. Please click on the place offer button to finish filling out your bid. Usemame yvazquez®kearnsconstruction.com Password Take Exception Slta *Required fields https://www.bidsync.com/DPXViewer/BID_SU BMITTAL_QU ESTION NAIRE_CONSTRUCTION_8.26.22_9624938.htm?ac=supresponse&auc=2120... 14/14 DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 ATTACHMENT D INSURANCE REQUIREMENTS DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 TYPE 9 — CONSTRUCTION W/ DESIGN AND PROFESSIONAL SERVICES (BUILDERS RISK) INSURANCE REQUIREMENTS The Contractor shall maintain and require that their subcontractors maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project or the general aggregate limit shall be twice the required occurrence limit. C. Automobile Liability Insurance covering any automobile, if Contractor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $2,000,000 combined per accident for bodily injury and property damage. D. Professional Liability (Errors & Omissions) Insurance with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. E. Builders Risk Insurance utilizing an "All Risk" coverage form, with limits equal to the completed value of the project and no coinsurance penalty. (City of Miami Beach shall be named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) F. Umbrella Liability Insurance in an amount no less than $10,000,000 per occurrence. The umbrella coverage must be as broad as the primary General Liability coverage. G. Contractors' Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. 1 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach do EXIGIS Insurance Compliance Services. Waiver of Subrogation — Contractor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. 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. Verification of Coverage — Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH do EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach(@riskworks.com 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. Compliance with the foregoing requirements shall not relieve the Contractor of his liability and obligation under this section or under any other section of this agreement. 2 DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 Competitive Bid Reports-C2 I MAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Alina T. Hudak, City Manager DATE: December 13, 2023 SUBJECT: REQUEST FOR APPROVAL TO AWARD A CONTRACT, PURSUANT TO INVITATION TO BID (ITB) NO. 2023-527-JP FOR SEAWALL CONSTRUCTION - VARIOUS LOCATIONS (TROUVILLE ESPLANADE, BONITA DRIVE, RUE NOTRE DAME,AND 7150 INDIAN CREEK DRIVE). RECOMMENDATION It is recommended that, pursuant to Invitation to Bid (ITB) No. 2023-527-JP for seawall construction services, the Mayor and City Commission approve the award of a contract to Ebsary Foundation Co. for Trouville Esplanade, Bonita Drive, and Rue Notre Dame seawalls, and Kearns Construction Co. for 7150 Indian Creek seawall and authorize the City Manager and City Clerk to execute a contract. This solicitation is currently under the cone of silence. BACKGROUND/HISTORY In November 2018, Miami Beach residents voted to approve a General Obligation Bond Program, which includes funding earmarked for seawall rehabilitation and living shoreline projects, including the replacement of seawalls at Trouville Esplanade, Bonita Drive, Rue Notre Dame,and 7150 Indian Creek Drive. The referenced seawalls are reaching the end of their useful life and must be replaced. The failing seawalls at these locations will be reconstructed with a standard sheet-pile system or the king and batter piles with concrete panels system which will be installed on the outside of the existing seawalls. The result will be a unified structure with sufficient integrity to prevent erosion and further damage to the canal's water quality and benthic life. Furthermore, the elevation of the new seawalls will be 5.7 NAVD to satisfy the recommendation of the Mayor's Blue-Ribbon Panel. To engage a contractor to complete the replacement of the referenced seawalls, the Administration developed and released ITB 2023-527-JP. ANALYSIS On August 23, 2023, the Administration issued ITB 2023-527-JP with an opening date of October 20, 2023. Five (5) addendums were issued. The Procurement Department issued 57,828 bid notices through the e-procurement system, with 76 prospective bidders accessing the advertised solicitation. A voluntary site visit and pre-bid conference to provide information to proposers submitting a response was held on September 6, 2023. ITB responses were due and received on October 20, 2023. See Attachment A for a tabulation of bids received. The notices resulted in the receipt of(3) responses for the four seawalls from the following firms: • David Mancini&Sons, Inc. • Ebsary Foundation, Co. Kearns Construction Co. The ITB stated that the lowest responsive and responsible Bidder meeting all terms, conditions,and specifications of the ITB would be recommended for award. The Procurement Department and Public Works Department found that the lowest bid submitted by Ebsary Foundation Co., for Trouville Esplanade, Bonita Drive, and Rue Notre Dame, and the lowest bid submitted by Kearns Construction Co., for 7150 Indian Creek, meet the requirements of the ITB, including: 1. Licensing Requirements. Bidder shall be State of Florida Certified General Contractor OR Miami Dade County Licensed General Contractor to be considered for award. Ebsary Foundation Co. is State certified as a General Contractor. The state license number is CGC059721, which expires on August 31,2024. Kearns Construction Co. is State certified as a General Contractor. The state license number is CGC060194, which expires on August 31,2024. DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 2. Previous Experience of Bidder(Firm and/or its principal). Bidder must have completed a total of three (3)projects of similar scope (construction and repair of seawalls)and budget of at least$300,000 within the last five(5)years,two(2)of which must be successfully completed,the third of which may be ongoing. Ebsary Foundation Co. provided three (3) positive and satisfactory references that documented the required experience. Kearns Construction Co. provided three (3) positive and satisfactory references that documented the required experience. 3. Previous Experience of Project Manager. Bidder's Project Manager for this Project must have completed at least two(2) projects(construction and repair of seawalls)with hard construction costs of at least$300,000. Ebsary Foundation Co.submitted proof of the required experience for its personnel. Kearns Construction Co. submitted proof of the required experience for its personnel. 4. Previous Experience of Superintendent. Bidder's Superintendent must have completed at least two (2) projects (construction and repair of seawalls)with hard construction costs of at least$300,000. Ebsary Foundation Co.submitted proof of the required experience for its personnel. Kearns Construction Co. submitted proof of the required experience for its personnel. Accordingly, Ebsary Foundation Co., for the Trouville Esplanade, Bonita Drive, and Rue Notre Dame seawalls, and Kearns Construction Co., for the 7150 Indian Creek seawall, have been deemed the lowest responsive and responsible Bidders, meeting all terms,conditions, and specifications of the ITB. B-elow is a brief summary of the firm as articulated in its bid response: E- bsary Foundation Co. was founded in 1922 and incorporated in 1930 in Miami, Florida. Ebsary Foundation Co. specializes in foundation and marine construction services throughout Florida. Other clients include the Miami-Dade Seaport Department and the Village of Bal Harbour.All references provided positive feedback. Kearns Construction Co. is a Florida based general contractor incorporated in Miami, Florida in 2001. Keams Construction Co. specializes in performing primarily marine construction, environmental restoration, commercial diving, and tremie pour services. Other clients include the City of Miami and Patton Real Estate Group, LLC.All references provided positive feedback. SUPPORTING SURVEY DATA N/A FINANCIAL INFORMATION The bid submitted by Ebsary Foundation Co. the lowest responsive and responsible Bidder for Trouville Esplanade was for the grand total amount of$443,320.The contract total with the City's contingency is$487,652. Ebsary Foundation Co. T-rouville Esplanade Grand Total: $443,320 Plus 10%Owner's Contingency: $44,332 Total: $487,652 The bid submitted by Ebsary Foundation Co. the lowest responsive and responsible Bidder for Bonita Drive was for the grand total amount of$339,110.The contract total with the City's contingency is$373,021. B- onita Drive Grand Total: $339,110 Plus 10%Owner's Contingency: $33,911 Total: $373,021 The bid submitted by Ebsary Foundation Co. the lowest responsive and responsible Bidder for Rue Notre Dame was for the grand total amount of$400,698.The contract total with the City's contingency is$440,767. R- ue Notre Dame Grand Total: $400,698 Plus 10%Owner's Contingency: $40,069 Total: $440,767 The bid submitted by Kearns Construction Co. the lowest responsive and responsible Bidder for 7150 Indian Creek, was for the grand total amount of$617,425.The contract total with the City's contingency is$679,167. Kearns Construction Co. DocuSign Envelope ID:68264797-19CF-4B1 E-9069-6D5D88A4A521 7150 Indian Creek Grand Total: $617,425 Plus 10% Owner's Contingency: $61,742 Total: $679,167 Amount(s)/Account(s): Account: Amount: 393-0815-069357-29-410-576-00-00-00-21919(GOB Seawall Project)Trouville Esplanade Seawall $255,897.00 433-0815-069357-29-418-000-00-00-00-29020(Citywide Seawall Project) $187,423.00 393-0815-069357-29-410-576-00-00-00-21919(GOB Seawall Project)Indian Creek Drive Seawall GOB $105,175.53 433-0815-069357-29-418-000-00-00-00-29020(Citywide Seawall Project)Indian Creek Drive Seawall $113,224.47 433-0815-069357-29-418-000-00-00-00-29020(Citywide Seawall Project)Indian Creek Drive Seawall $399,025.00 433-0815-069357-29-418-000-00-00-00-29020(Citywide Seawall Project)Bonita Drive Seawall $187,200.00 433-0815-069357-29-418-000-00-00-00-29020(Citywide Seawall Project)Bonita Drive Seawall $151,910.00 433-0815-069357-29-418-000-00-00-00-29020(Citywide Seawall Project)Rue Notre Dame Seawall $218,400.00 433-0815-069357-29-418-000-00-00-00-29020(Citywide Seawall Project)Rue Notre Dame Seawall $182,298.00 Subtotal: $1,800,553.00 10%Total Contingency (433-0815-069357-29-418-000-00-00-00-29020): $180,055.30 Grand Total: $1,980,608.30 CONCLUSION It is recommended that the Mayor and City Commission approve the award of a contract to Ebsary Foundation Co., for Trouville Esplanade, Bonita Drive, and Rue Notre Dame seawalls, and Kearns Construction Co., for 7150 Indian Creek seawall, pursuant to Invitation to Bid (ITB) No. 2023-527-JP for seawall construction services, and authorize the City Manager and City Clerk to execute a contract. Applicable Area Not Applicable Is this a"Residents Right to Does this item utilize G.O. Know"item,_pursuant to Bond Funds? City Code Section 2-14? No Yes Strategic Connection Non-Applicable Legislative Tracking Public Works/Procurement ATTACHMENTS: Description ❑ Attachment A-Tabulation ❑ OMB Available Balance DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 DocuSign Envelope ID:D6E73FF2-3A46-43FF-A9EB-66ADD4EFFFOC MI1 I AM V t I BEACH contract/Poturnent Routing Form .77 rltie o. _ 23-527-01 SEAWALL CONSTRUCTION(VARIOUS LOCATIONS) 23-527-02 Cantractor •11, E ltequestindtlepa cent • 23-527-01 Ebsary Foundation Co. PUBLIC WORKS ENGINEERING 23-527-02 Kearns Construction Co. Department Dlrq*tt NAttie,Signature&bate ACM Name,Signature&Date, Joe Gomez jet,&&Etit y Eric Carpenter ter . ,• /► )/ d Document Type;(Select't ne) X Type 1—Contract,amendment,change order,or task order resulting from a procurement-issued competitive solicitation. Type 2—Other contract,amendment,change order,or task order not resulting from a procurement-issued competitive solicitation. Type 3—Independent Contractor Agreement(ICA) Type 6—Tenant Agreement Type 4—Grant agreements with the City as the recipient Type 7—Inter-governmental agency agreement Type 5—Grant agreements with the City as the grantor Type 8—Other: Summary$°.Purpose On December 13,2023,the Mayor and City Commission approved the award of contracts pursuant to Invitation to Bid(ITB) 2023-527-JP for Seawall Construction-Various Locations to Ebsary Foundation Co.for Trouville Esplanade,Bonita Drive,and Rue Notre Dame seawalls,and Kearns Construction Co.for 7150 Indian Creek Drive seawall;authorizing the City Manager and City Clerk to execute a contract with each vendor.The contracts have been form approved by the City Attorney's Office and fully executed by the vendors. Pursuant to the authority established in the Commission Item C2 I,this item seeks the City Manager's signature to finalize the contract execution process. Original Term Renewal Periods , o,Tata!Term(Original+Renewals) N/A N/A N/A p Funding Infbrmatian-., 1 Grant Funded: y Y�� LY Nc J State I. Federal III Other: Cost&funding Source .� .•,' ,z . _�- t • Account Require Enhancement N/A N/A SEE PAGE 2 FOR FUNDING INFORMATION _11=_ No 1.For contracts longer than five years,contact the Procurement Department.2.Attach any supporting explanation needed. 3.Budget approval indicates approval for the current fiscal year only.Future years are subject to City Commission approval of the annual ado.ted operating bud:et. m. 1 ,Authority to Stgn City Commission Approved: X Yes No Resolution No.: CC Agenda Item No.: CC Meeting Date: N/A C2 I 12/13/2023 If no,explain why CC approval is not required: Legal Form Approved: X I Yes ' No If no,explain below why form approval is not necessary: CaraPtinnte APProvilslsee attached)_. Procurement: Grants: N/A Alex Denis Cl. 4,4, Budget: ° .:`° Information Technology: N/A Tameka Otto Stewart ` ra+Mtka(F(}e Stuva4 Risk Management: Ad"�'b10EE1<6] Fleet&Facilities: N/A Human Resources: N/A�,M Other:Kristy Bada r06 Maria Estevez l b j r, Ayanna DaCosta-jle or Kyle Teijeiro l Page 1 DocuSign Envelope ID:68264797-19CF-4B1E-9069-6D5D88A4A521 DocuSign Envelope ID:D6E73FF2-3A46-43FF-A9EB-66ADD4EFFFOC FUNDING INFORMATION 23-527-01 Ebsary Foundation Co. Trouville Esplanade Seawall 393-0815-069357-29-410-576-00-00-00-21919 $255,897.00 (GOB Seawall Project)Trouville Esplanade Seawall GOB#3 433-0815-069357-29-418-000-00-00-00-29020 $231,755.00 (Citywide Seawall Project) Total= $487,652.00 Bonita Drive Seawall 433-0815-069357-29-418-000-00-00-00-29020 $373,021.00 (Citywide Seawall Project) Bonita Drive Seawall Total= $373,021.00 Rue Notre Dame Seawall 433-0815-069357-29-418-000-00-00-00-29020 $440,767.8 (Citywide Seawall Project) Rue Notre Dame Seawall Total= $440,767.8 Total(3 Seawall Locations)= $1,301,440.80 23-527-02 Kearns Construction Co. 7150 Indian Creek Drive Seawall 393-0815-069357-29-410-576-00-00-00-21919 $105,175.53 (GOB Seawall Project) Indian Creek Drive Seawall GOB#4 433-0815-069357-29-418-000-00-00-00-29020 $573,991.97 (Citywide Seawall Project) Indian Creek Drive Seawall Total= $679,167.50 Page 2 II