Contract with FG Construction, LLCDocusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Docusign Envelope ID:A437D7AC-4AB9-418C-86F 1-00EBDEB855B1
CONTRACT
2
CC3 30,26z»
Contract No.24-419-01
12/18/2024 I 11:17 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
FG CONSTRUCTION,LLC (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:
1TB-2024-419-ND 23STREET COMPLETE STREETS IMPROVEMENTS PROJECTS
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 General Conditions for Construction
Contracts dated April 13,2020,and Formal Solicitation Terms &Conditions -Goods and
Services dated October 27,2022,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 and Formal Solicitation Terms &Conditions -Goods and Services),Attachment B
(Plans and Specifications,Invitation to Bid No.2024-419-ND 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 Three million seven hundred thirty-
two thousand two hundred fifty-two dollars and fifty-seven cents ($3,732,252.57).The
Contract Price,consists of the following accepted items or schedules of work as taken
from the Contractor's Bid Submittal:
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Docusign Envelope ID:A437D7AC-4AB9-418C-86F 1-00EBDEB855B1
Contract No.24-419-01
Total Base Bid+Indemnification $3,087,956.88
Total Permit Allowance Account $75,000
Traffic Control Officer Allowance $30,000
Total Alternate Items (if applicable)$200,000.00
Total Owner's Contingency $339,295.69
Contract Price $3,732,252.57
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
Days for Substantial Completion:274 calendar days
Days for Final Completion:30 calendar days
Liquidated Damages (as applicable)
Failure to achieve Substantial Completion:$1,500/day
Failure to achieve Final Completion:$1,000/day
[BALANCE OF PAGE INTENTIONALLY LEFT BLANK]
2
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Docusign Envelope ID:A437D7AC-4AB9-418C-86F 1-00EBDEB8551
Contract No.24-419-01
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
Capital Improvement Projects
1701 Meridian Ave
Miami Beach,FL.33139
Attn:David Gomez,Interim Director
Ph:305-673-7000 x 7071
Email:davidgomez@riamibeachfl.gov
With copies to:
City Attorney
City of Miami Beach
1700 Convention Center Drive
Miami Beach,Florida 33139
Attn:Ricardo Dopico,City Attorney
Pn:305-673-7000
Email:ricardodopico@miamibeachfl.gov
For Contractor:
FG CONSTRUCTION,LLC
Attn:Bao Dang
2701 NW 55 Ct.
Tamarac,FL 33309
Ph:954-766-4053
Email:estimating@fgconstruction.com
3
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Docusign Envelope ID:A437D7AC-4AB9-418C-86F 1-00EBDEB855B1
Contract No.24-419-01
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:
a2.»
By:~88BAOBl'SSE4\;l-,..-------Rafael E.Granado,City Clerk
Date:-------------
[seal]
FOR CONTRACTOR:
CITY OF MIAMI BEACH,FLORIDA
APPROVED AS TO
FORM &LANGUAGE
&FOR EXECUTION
9tu8Ru.-lollJCyAttorneyDate
12/18/2024 I 11:17 EST
By.·
ON,LLC%>
Name:Bao Dang,Manager
Date:November 18,2024
[seal]
4
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Docusign Envelope ID:A437D7AC-4AB9-418C-86F 1-00EBDEB8551
EX H IB IT "A "
Ce rt ifi cation of C om pliance w ith A nti-H um an Traffi cking Law s
In accordance with Section 787.06 (13),Florida Statutes,the undersigned,on behalf of
the entity named below ("Entity"),hereby attests under penalty of perjury that the Entity
does not use coercion for labor or services as defined in Section 787.06,Florida Statutes,
entitled "Human Trafficking".
I understand that I am swearing or affirming under oath to the truthfulness of the claims
made in this affidavit and that the punishment for knowingly making a false statement
includes fines and/or imprisonment.
The undersigne is authorized to execute this affidavit on behalf of Entity.
(Ve
Jose Grcia-Silverio
FG Construction,LLC
(Print Name)
(Company Name)
2701 NW 55 Court,Tamarac,FL 33309
(Address)
State of
County of
Florida
Broward
The foregoing instrument was acknowledged before me by means of (Sfphysical presence
or □online notarization,this 26th day of November ,20 _24 by
Jose Garcia-Silverio ,known to me to be the person---
described herein,or who produced
identification,and who did/did not take an oath.
as
NOTARY PUBLIC:-
Curz,a _at
(Signature)E
Catherine Remington
(Print Name)
My commission expires;01/08/2026
ifz.,CATHERINE JEAN REMINGTO '(f.[i~\Notary Public •State of Flon da
pt;3;com mission #HH 204520?%}i$wy com m,Expires Jen 7,2026
3or ded through National Notary Ass n,
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Procurement Requests -C2 D
MIAMI BEACH
COMMISSION MEMORANDUM
TO:
FROM:
DATE:
TITLE:
Honorable Mayor and Members of the City Commission
Eric Carpenter,City Manager
October 30,2024
REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO
INVITATION TO BID {1TB)2024-419-ND 23RD STREET COMPLETE STREETS
IMPROVEMENTS PROJECT.(CAPITAL IMPROVEMENT PROJECTS)
RECOMMENDATION
It is recommended that the Mayor and City Commission approve the award of a contract to FG
Construction,LLC,the lowest,responsive,responsible Bidder to Invitation to Bid (ITB)N0.2024-419-ND
for 23°Street Complete Streets Improvements Project and authorize the City Manager and City Clerk to
execute a contract.
This solicitation is currently under the cone of silence.
BACKGROUND/HISTORY
The City's consultant,Kimley-Horn and Associates,completed the construction documents for the 23rd
Street Complete Streets Improvements Project.The plan incorporates bicycle lanes on 23rd Street
between Dade Boulevard and Park Avenue,on Park Avenue between 23 and 22 Streets,and on 22nd
Street from Park Avenue to the Beachwalk.The Project has been reviewed by several regulatory agencies,
and permit pre-approvals have been obtained.
The construction project includes buffered bike lanes,two-way bicycle lanes,reduced travel lane widths,
parking modifications,new traffic signal mast arm and appurtenances,pedestrian signals,sidewalk curb
and gutter replacement,driveway modification,installation of fiber optic conduit and pull boxes along
Park Avenue and 22nd Street,raised (tabletop)intersection at 22nd Street and Park Avenue,intersection
bulb-outs,drainage improvements,pavement milling and resurfacing,signage and pavement marking
throughout the project limits.
To engage a contractor to complete the improvement project,1TB 2023-419-ND was released.
ANALYSIS
On June 10,2024,the 1TB was issued.The Procurement Department issued bid notices to approximately
40,075 companies utilizing the City's e-procurement system,with 88 prospective bidders accessing the
solicitation.A voluntary site visit and pre-bid conference to provide information to proposers submitting
a response was held on June 24,2024.1TB responses were due and received on July 26,2024.The City
received three (3)bids from the following firms:Buslam Company Partners Inc.,FG Construction,LLC,and
Florida Engineering and Development Corp.See Attachment A for a tabulation of bids received.
The 1TB stated that the lowest responsive and responsible Bidder meeting all 1TB terms,conditions,and
specifications would be recommended for award.The Procurement Department and Office of Capital
Improvement Projects found that the bid submitted by FG Construction,LLC meets the requirements of
the ITB,including:
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
1.Licensing Requirements:Bidder shall be State of Florida Certified General Contractor OR
Underground Utility and Excavation Contractor OR Miami Dade County Licensed General Contractor.
FG Construction,LLC is State certified as a General Contractor.The state license number is CGC
1511391,expiring on August 31,2026.
2.Previous Experience of Bidder (Firm or its principal).Bidder or its principal must have been
awarded a minimum of three (3)projects of similar scope and budget within the last ten (10)years,
two (2)of which must be completed,and the third may be ongoing.A project of similar scope shall
be defined as a Right-of-Way infrastructure improvement project,which includes the construction
of traffic signalization,signage and pavement markings,hardscape,and drainage,with a hard
construction cost of at least $2 million.
FG Construction,LLC provided three (3)positive and satisfactory references documenting
compliance with the minimum experience requirement.
3.Previous Experience of Bidder or Subcontractor.Bidder or subcontractor or their principals must
have experience with an FDOT Right-of-Way paving project of similar scope within the last six (6)
years.A project of similar scope shall be defined as a Right-of-Way infrastructure improvement
project,which includes the construction of traffic signalization,signage and pavement markings,
hardscape,and drainage.
FG Construction,LLC provided one (1)positive and satisfactory reference documenting compliance
with the minimum experience requirement.
4.Previous Experience of Bidder (Firm)Project Manager.Bidder's Lead Project Manager must have
completed at least two (2)projects of similar scope within the last 10 years.A project of similar scope
shall be defined as a Right-of-Way infrastructure improvement project,which includes the
construction of traffic signalization,signage and pavement markings,hardscape and drainage.
FG Construction,LLC submitted proof of the required experience for its personnel.
5.Previous Experience of Bidder {Firm)Superintendent.Bidder's Superintendent must have
completed at least two (2)projects with similar scope within the last 10 years.A project of similar
scope shall be defined as a Right-of-Way infrastructure improvement project,which includes the
construction of traffic signalization,signage and pavement markings,hardscape,and drainage.
FG Construction,LLC submitted proof of the required experience for its personnel.
Accordingly,FG Construction,LLC has been deemed the lowest responsive and responsible Bidder,
meeting all lTB terms,conditions,and specifications.
Below is a summary of the firm as articulated in its bid response:
FG Construction,LLC was founded in 2011 in Tamarac,Florida.It has earned recognition for undertaking
large and complex projects,fostering innovation,adopting emerging technologies,and making a
difference for its customers,employees,and the community.The services it offers can be categorized
into 4 major lines of work:bridges,roads,drainage,and concrete.Its clients include but are not limited
to the Seminole Tribe of Florida,Broward County Highway &Bridge Maintenance,and the City of Fort
Lauderdale.All references provided positive feedback.
FISCAL IMPACT STATEMENT
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
The bid submitted by FG Construction,LLC,the lowest responsive and responsible Bidder,was for the
grand total amount of $3,192,956.88.The contract total with the City's contingency is $3,732,252.57
FG Construction,LLC Grand Total:
Alternate:
Dewatering (including costs for obtaining
the permit,dewatering,testing,and disposal)
Subtotal:
Plus 10%Owner's Contingency:
Total:
$3,192,956.88
$200,000.00
$3,392,956.88
$339,295.69
$3,732,252.57
Does this Ordinance require a Business Impact Estimate?
(FOR ORDINANCES ONLY)
If applicable,the Business Impact Estimate (BIE)was published on:
See BIE at:https://www.miamibeachfl.gov/city-hall/city-clerk/meeting-notices/
FINANCIAL INFORMATION
393-0820-069357-26-410-530-00-00-00-67019 =$558,045.00
303-0820-069357-00-410-530-00-00-00-51723 =$1,389,500.00 -FDOT Grant
106-9615-069357-30-410-530-00-00-00-21014 =$502,553.57
Subject to Capital Budget Amendment to be presented at the October 30,2024 Commission Meeting
$1,282,154.00
CONCLUSION
Based on the foregoing,it is recommended that the Mayor and City Commission of the City of Miami
Beach,Florida,approve the award of a contract to FG Construction,LLC,the lowest responsive and
responsible Bidder to ITB No.2024-419-ND for 23"Street Complete Streets Improvements Project and
authorize the City Manager and City Clerk to execute a contract.
Applicable Area
Middle Beach
Is this a "Residents Right to Know"item,
pursuant to City Code Section 2-172
Yes
Is this item related to a G.O.Bond
Project?
Yes
Was this Agenda Item initially requested by a lobbyist which,as defined in Code Sec.2-481,
includes a principal engaged in lobbying?No
If so,specify the name of lobbyist(s)and principal(s):
Department
Procurement
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Sponsor(s)
Co-sponsor(s)
Condensed Title
Award 1TB 2024-419-ND,23rd Street Complete Streets Improvements Project.CIP/PR
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
ATTACHMENT A
CITY OF MIAMI BEACH TERMS &CONDITIONS
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
MIAMI BEACH
FORMAL SOLICITATIONS
TERMS AND CONDITIONS -GOODS &SERVICES
(October 27,2022)
1.GENERAL DISCLAIMERS.
a.The solicitation referenced herein is being furnished to the Bidders by the City of Miami Beach (the "City")for the Bidder's
convenience.It is the responsibility of the recipient to assure itself that information contained herein is accurate and
complete.The City does not provide any assurances as to the accuracy of any information in this solicitation.Any reliance
on these contents,or on any permitted communications with City officials,shall be at the recipient's own risk.Bidders should
rely exclusively on their own investigations,interpretations,and analyses.Bidders are expected to examine the term s,
conditions,specifications,delivery schedules,proposed pricing,and other all instructions pertaining to the goods relative to
this solicitation.Failure to do so will be at the Bidder's risk and may result in the Bid being non-responsive.All expenses
involved with the preparation and submission of bid,or any work performed in connection therewith,shall be the sole
responsibility (and shall be at the sole cost and expense)of the Bidders,and shall not be reimbursed by the City.
b.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content,
its accuracy,or its completeness.No warranty or representation is made by the City or its agents that any Bid conforming
to these requirements will be selected for consideration,negotiation,or approval.Any individual that submits a bid in
response to this solicitation agrees that any action taken by the City in response to bids made pursuant to this solicitation,
or in making any award,or in failing or refusing to make any award pursuant to such bid,or in cancelling awards,or in
withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or
obligation on the part of the City.
c.It is the responsibility of each Bidders,before submitting a Bid,to:examine the solicitation thoroughly;visit the site or
structure,as applicable,to become familiar with conditions that may affect costs,progress,performance or furnishing of the
Work;take into account federal,state and local (City and Miami-Dade County)laws,regulations,permits,and ordinances
that may affect costs,progress,performance,furnishing of the Work,or award;study and carefully correlate Bidder's
observations with the solicitation.The Bidders shall notify the Chief Procurement Officer of all conflicts,errors,or
discrepancies in the solicitation of which Bidders knows or reasonably should have known.The submission of a Bid shall
constitute an incontrovertible representation by Bidders that Bidders has complied with the above requirements and that
without exception,the Bid is premised upon performing and furnishing the Work required by the solicitation and that the
solicitation documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions
for performance and furnishing of the Work.
d.Any action taken by the City in response to bids received pursuant to this solicitation,or in making any award,or in failing
or refusing to make any award pursuant to such bid,or in cancelling awards,or in withdrawing or cancelling this solicitation,
either before or after issuance of an award,shall be without any liability or obligation on the part of the City.In its sole
discretion,the City may withdraw the solicitation either before or after receiving bids,may accept or reject bids,and may
accept bids which deviate from the solicitation,as it deems appropriate and in its best interest.The City may postpone the
deadline for submittal of bids and may,but is not required to,make a reasonable effort to give at least three (3)calendar
days electronic notice of any such postponement.
e.In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting bid in
response to this solicitation.
f.Bidders are hereby advised that this solicitation is subject to the following ordinances/resolutions (as applicable),which may
be found on the City Of Miami Beach Procurement Department website at https://www .miamibeachfl.gov/City-
hall/procurement/procurement-related-ordinance-and-procedures/_
Requirement
Cone of Silence
Protest Procedures
Debarment Proceedings
Lobbyist Registration and Disclosure of Fees
Campaign Contributions by Vendors
Campaign Contributions by Lobbyists
Equal Benefits for Domestic Partners
Living Wage Requirement
False Claims Ordinance
Acceptance of Gifts,Favors &Services
Purchase of Goods and Services Sourced in
Mississippi
Non-discrimination (boycotts)
Code Section or Resolution
2-486
2-371
2-481 through 2-406
2-397 through 2-485.3
2-487
2-488
2-373
2-407 through 2-410
70-300
2-449
Resolution 2016-29375
2016-3990
2.ACCEPTANCE OF GIFTS,FAVORS.SERVICES.Bidders shall not offer any gratuities,favors,or anything of monetary value
to any official,employee,or agent of the City,for the purpose of influencing consideration of this Bid.Pursuant to Sec.2-449 of
the City Code,no officer or employee of the City shall accept any gift,favor or service that might reasonably tend improperly to
influence him in the discharge of his official duties.
3.ASSIGNMENT.No contract shall be assigned,transferred,conveyed,sublet or otherw ise disposed,including any or all right,
Page l of 7 I Formal Solicitations Terms and Conditions -Goods and Services (October 27,2022)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
MIAMI BEACH
FORMAL SOLICITATIONS
TERMS AND CONDITIONS -GOODS &SERVICES
(October 27,2022)
title or interest therein,or power to execute such contract,to any person,company or corporation,without the prior written consent
of the City.
4.CANCELLATION.In the event any of the provisions of this Bid are violated by the Bidders,the City shall give written notice to
the Bidders stating such deficiencies and,unless such deficiencies are corrected within ten (10)calendar days from the date of
the City's notice,the City,through its City Manager,may declare the contract in default and terminate same,without further notice
required to the Bidders.Notwithstanding the preceding,the City,through its City Manager,also reserves the right to terminate
the contract at any time and for any reason,without cause and for convenience,and without any monetary liability to the City,
upon the giving of thirty (30)days prior written notice to the Bidders.
5.COMPLIANCE WITH THE CITY 'S LOBBYIST LAWS.This solicitation is subject to,and all Bidders are expected to be or
become familiar with,all City lobbyist laws.Bidders shall be solely responsible for ensuring that all City lobbyist laws are complied
with,and shall be subject to any and all sanctions,as prescribed therein,including,without limitation,disqualification of their
responses,in the event of such non-compliance.
6.DEFAULT.Failure or refusal of the successful Bidders to execute a contract following approval of such contract by the City
Commission,or untimely withdrawal of a bid response before such award is made and approved,may result in a claim for
damages by the City,and may be grounds for removing the Bidders from the City's vendor list.
7.DEMONSTRA TION OF COMPETENCY.Pursuant to Section 2-369 of the City Code,_when determining the lowest and best
Bidders,in addition to price,there shall be a consideration of the following:(1)the ability,capacity and skill of the Bidders to
perform the contract;(2)whether the Bidders can perform the contract within the time specified,without delay or interference;
(3)the character,integrity,reputation,judgment,experience and efficiency of the Bidders;(4)the quality of performance of
previous contracts;and (5)the previous and existing compliance by the Bidders with laws and ordinances relating to the
contract.In doing so,the City may take any and all actions in deems necessary,including consideration of any legal,financial,
operational (facilities,staffing and equipment)factor that may impact the Bidder's ability to successfully perform the contract,
and the City may contact any prior or current client,employee or agent of the Bidders.
a.The City reserves the right to request supplemental information from Bidders at any time during the solicitation process,
unless otherwise noted.
8.DISPUTES.In the event of a conflict between the documents,the order of priority of the documents shall be as follows:
a.Any contract or agreement resulting from the award of this solicitation;then
b.Addendum issued for this solicitation,with the latest Addendum taking precedence;then
c.The solicitation;then
d.The Bidder's bid in response to the solicitation.
In case of any doubt or difference of opinion as to the items and/or goods (as the case may be)to be furnished hereunder,the
decision of the City shall be final and binding on all parties.
9.ELIMINATION FROM CONSIDERA TION.This bid shall not be awarded to any person or firm who is in arrears to the City upon
any debt,taxes,or contracts which are defaulted as surety or otherwise upon any obligation to the City.
10.EMERGENCY RESPONSE PRIORITY.It is hereby made a part of this solicitation that before,during,and after a public
emergency,disaster,hurricane,tornado,flood,or other acts of force majeure that the City of Miami Beach,Florida shall receive
a "First Priority"for any goods and services covered under any award resulting from this solicitation,including balance of line
items as applicable.It is vital and imperative that the majority of citizens are protected from any emergency situation that
threatens public health and safety,as determ ined by the City.By virtue of submitting a response to this solicitation,vendor
agrees to provide all award-related goods and services to the City on a "first priority"under the emergency conditions noted
above.
11.ESTIMATED QUANTITI ES.Estimated quantities or estimated dollars,if provided,are for City guidance only.No guarantee is
expressed or implied as to quantities or dollars that will be used during the contract period.The City is not obligated to place any
order for a given amount subsequent to the award of this Bid.Estimates are based upon the City's actual needs and/or usage
during a previous contract period.The City may use said estimates for purposes of determining whether the low Bidders meets
specifications.
12.ENVIRONMENTAL REGULATIONS.The City reserves the right to consider a Bidder's history of citations and/or violations of
environmental regulations in investigating a Bidder's responsibility,and further reserves the right to declare a Bidders not
responsible if the history of violations warrants such determination in the opinion of the City.Bidder shall submit with its proposal,
a complete history of all citations and/or violations,notices,and dispositions thereof.The non-submission of any such
documentation shall be deemed to be an affirmation by the Bidders that there are no citations or violations.Bidders shall notify
the City immediately of notice of any citation or violation which Bidders may receive after the proposal opening date and during
the time of perform ance of any contract awarded to it.
13.EXCEPTIONS TO SOLICITATION.Bidders must clearly indicate any exceptions they wish to take to any of the terms in the
solicitation,and outline what,if any,alternative is being offered.All exceptions and alternatives shall be included and clearly
Page 2 of 7 I Formol Solicitations Terms and Conditions -Goods and Services (October 27,2022)
D ocusign Envelope ID :23895926-11 B0-4 B75-849F-887C 36952C 3C
M IAM I BEA CH
FORMAL SOLICITATIONS
TERMS AND CONDITIONS -GOODS &SERVICES
(October 27,2022)
delineated,in w riting,in the bid subm ittal.The City ,at its sole and absolute discretion,m ay accept or reject any or all exceptions
and altern atives.In cases in w hich exceptions and altern atives are rejected,the C ity shall require the Bidders to com ply with the
particular term and/or condition of the solicitation to w hich Bidders took exception to (as said term and/or condition w as originally
set fo rth in the solicitation and any exhibits or Addenda thereto).
14.FLORIDA PUBLIC RECORDS LAW.Bidders are hereby notified that all bids incl uding,without lim itation,any and all info rmation
and docum entation subm itted therew ith,are exem pt from public records requirem ents under Section 119.07(1)Florida Statutes,
and s.24(a),A rt.1 of the State C onstitution until such tim e as the City pro vides notice of an intended decision or until thirty (30)
days after opening of the bids,w hichever is earlier.Additionally,Bidders agrees to be in full com pliance w ith Florida Statute
119.0701 including,but not lim ited to,agreem ent to (a)Keep and m aintain public records that ordinarily and necessarily would
be required by the public agency in order to perform the goods;(b)pro vide the public with access to public records on the same
term s and conditions that the public agency w ould pro vide the records and at a cost that does not exceed the cost pro vided in
this chapter or as otherw ise pro vided by law ;(c)Ensure that public records that are exem pt or confidential and exem pt fro m
public records disclosure requirem ents are not discl osed except as authorized by law ;(d)M eet all requirem ents for retaining
public records and transfer,at no cost,to the public agency all public records in possession of the Bidders upon termination of
the contract and destro y any duplicate public records that are exem pt or confidential and exem pt from public records disclosure
requirem ents.All records stor ed electro nically m ust be pro vided to the public agency in a fo rm at that is com patible with the
info rm ation technology system s of the public agency.
15.JOINT VENTURES /SINGLE PURPOSE ENTITY.Joint Ventures are not allowed.bid shall be subm itted only by the prime
contractor.Bidders m ay,how ever,identify sub-contractor s or sub-consultants to the prim e Bidders who m ay serv e as team
m em bers .
16.FORCE MAJEURE.
a.A "F orce M ajeure"event is an event that (i)in fa ct causes a delay in the perform ance of the Contractor or the City 's
obligations under the Agreem ent,and (ii)is beyond the reasonable contro l of such party unable to perform the obligation,
and (iii)is not due to an intentional act,erro r,om ission,or negligence of such party ,and (iv)could not have reasonably
been fo reseen and prepared fo r by such party at any tim e prior to the occurrence of the event.Subject to the foregoing
criteria,Force M ajeure m ay include events such as w ar,civil insurrection,riot,fires,epidem ics,pandem ics ,terro rism,
sabotage,explosions,em bargo restrictions,quarantine restrictions,transportation accidents,strikes,stro ng hurricanes or
torn adoes,earthquakes,or other acts of G od w hich prevent perform ance.Force M ajeure shall not include technological
im possibility ,incl em ent w eather,or failure to secure any of the required perm its purs uant to the Agreem ent.
b.If the C ity or C ontractor's perf orm ance of its contractual obligations is prevented or delayed by an event believed by to be
Force M ajeure,such party shall im m ediately,upon learn ing of the occurrence of the event or of the com m encement of any
such delay,but in any case w ithin fifteen (15)business days thereof,pro vide notice:(i)of the oc currence of event of Force
M ajeure,(ii)of the nature of the event and the cause thereof,(iii)of the anticipated im pact on the Agreem ent,(iv)of the
anticipated period of the delay,and (v)of w hat course of action such party plans to take in order to m itigate the detrim ental
eff ects of the event.The tim ely delivery of the notice of the occurrence of a Force M ajeure event is a condition precedent
to allow ance of any relief purs uant to this section;how ever,receipt of such notice shall not constitute acceptance that the
event cl aim ed to be a Force M ajeure event is in fact Force M ajeure,and the burden of pro of of the occurrence of a Force
M ajeure event shall be on the requesting party.
c.T he C ity m ay,thro ugh its C ity m anager,in its sole and absolute discretion,m ake am endm ent or equitable adjustment in
the contract term s and conditions and/or pricing to address very lim ited unfo reseen circum stances outside of the successful
Bidder's contro l relating to certain supply chain issues and extrem e m arket volatility .The City m ay,thro ugh its City Manager,
but shall have no obligation to consider or otherw ise appro ve an adjustm ent,where pricing or availability of supply is affected
by extrem e or unfo reseen volatility in the m arketplace satisfy ing,at a m inim um ,all of the fo llowing criteria:1)the volatility
is due to causes w holly beyond the successful Bidder's contro l;2)the volatility affects the entire m arketplace or industry ,
not just the particular successful Bidder's source of supply;3)the effect on prici ng or availability of supply is substantial;
and 4)the volatility so affects the successful Bidders that continued perform ance of the Contra ct would result in an excessive
or unreasonable substantial loss or financi al hardship to the Bidders ,such as,fo r exam ple,an event im plicating insolvency
or bankru ptcy.Any adjustm ent w ould require irrefutable evidence and w ritten approval by the Chief Pro curem ent Officer.
For the avoidance of doubt,this section does not in any w ay alter or affect the allocation of risk betw een the City and the
Bidders purs uant to the Contract,or Bidder's assum ption of all risks relating to its perform ance in accordance w ith the
C ontract term s.
d.N o party hereto shall be liable fo r its failure to carry out its obligations under the Agreem ent during a period when such party
is rendered unable,in w hole or in part,by Force M ajeure to carry out such obligations.The suspension of any of the
obligations under this Agreem ent due to a Force M ajeure event shall be of no greater scope and no longer duration than is
required.The party shall use its reasonable best efforts to continue to perform its obligations hereunder to the extent such
obligations are not affected or are only partially affected by the Force M ajeure event,and to correct or cure the event or
condition excusing perform ance and otherw ise to rem edy its inability to perform to the extent its inability to perfor m is the
direct result of the Force M ajeure event w ith all reasonable dispatch.
Page 3 of 7 I Formal Solicitations Terms and Conditions -Goods and Services (October 27,2022)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
MIAMI BEACH
FORMAL SOLICITATIONS
TERMS AND CONDITIONS -GOODS &SERVICES
(October 27,2022)
e.O bliga tio ns pu rs ua nt to the A greem e nt that aro se befo re the occurrence of a Force M aje ure event,causing the suspension
of performance,shall not be excused as a result of such occurrence unless such occurrence makes such performance not
reasonably possible.The obligation to pay money in a timely manner for obligations and liabilities which matured prior to
the occurrence of a Force Majeure event shall not be subject to the Force Majeure provisions.
f.Notwithstanding any other provision to the contrary herein,in the event of a Force Majeure occurrence,the City may,at the
sole discretion of the City Manager,suspend the City's payment obligations under the Agreement,and may take such action
without regard to the notice requirements herein.Additionally,in the event that an event of Force Majeure delays a party's
performance under the Agreement for a time period greater than thirty (30)days,the City may,at the sole discretion of the
City Manager,terminate the Agreement on a given date,by giving written notice to Contractor of such termination.If the
Agreement is term inated pursuant to this section,Contractor shall be paid for any Services satisfactorily performed up to
the date of term ination;following which the City shall be discharged from any and all liabilities,duties,and terms arising out
of,or by virtue of,this Agreement.In no event will any condition of Force Majeure extend this Agreement beyond its stated
term.
17.INDEMNIFICATION.The bidder shall indemnify and hold harmless the City and its officers,employees,agents and
instrumentalities from any and all liability,losses or damages,including attorney's fees and costs of defense,which the City or
its officers,employees,agents or instrumentalities may incur as a result of claims,demands,suits,causes of actions or
proceedings of any kind or nature arising out of,relating to or resulting from the performance of the agreement by the bidder or
its employees,agents,servants,partners,principals or subcontractors.The bidder shall pay all claims and losses in connection
therewith,and shall investigate and defend all claims,suits or actions of any kind or nature in the name of the City,where
applicable,including appellate proceedings,and shall pay all costs,judgments,and attorney's fees which may be incurred
thereon.The bidder expressly understands and agrees that any insurance protection required by any agreement with the City
or otherwise provided by the bidder shall in no way limit the responsibility to indemnify,keep and save harmless and defend the
City or its officers,employees,agents and instrumentalities as herein provided.The above indemnification provisions shall survive
the expiration or termination of this Agreement.
18.INSPECTION,ACCEPTANCE &TITLE.Inspection and acceptance will be at destination,unless otherwise provided.Title to
(or risk of loss or damage to)all items shall be the responsibility of the successful Bidders until acceptance by the City unless
loss or damage results from the gross negligence or willful misconduct of the City.
If any equipment or supplies supplied to the City are found to be defective,or do not conform to the specifications,the City
reserves the right to cancel the order upon written notice to the seller,and return the product,at the Bidder's expense.
19.INSPECTOR GENERA L AUDIT RIGHTS.
a.Pursuant to Section 2-256 of the Code of the City of Miami Beach,the City has established the Office of the Inspector
General which may,on a random basis,perform reviews,audits,inspections and investigations on all City contracts,
throughout the duration of said contracts.This random audit is separate and distinct from any other audit performed by or
on behalf of the City.
b.The Off ce of the Inspector General is authorized to investigate City affairs and empowered to review past,present,and
proposed City programs,accounts,records,contracts,and transactions.In addition,the Inspector General has the power
to subpoena witnesses,administer oaths,require the production of witnesses and monitor City projects and programs.
Monitoring of an existing City project or program may include a report concerning whether the project is on time,within
budget and in conformance with the contract documents and applicable law.The Inspector General shall have the power
to audit,investigate,monitor,oversee,inspect and review operations,activities,performance and procurement process
including but not limited to project design,bid specifications,(bid/proposal)submittals,activities of the Contractor,its
officers,agents and employees,lobbyists,City staff and elected officials to ensure compliance with the Contract Documents
and to detect fraud and corruption.Pursuant to Section 2-378 of the City Code,the City is allocating a percentage of its
overall annual contract expenditures to fund the activities and operations of the Office of Inspector General.
c.Upon ten (10 )days written notice to the Contractor,the Contractor shall make all requested records and documents
available to the Inspector General for inspection and copying.The Inspector General is empowered to retain the services
of independent private sector auditors to audit,investigate,monitor,oversee,inspect and review operations activities,
performance and procurement process including but not limited to project design,bid specifications,(bid/proposal)
submittals,activities of the Contractor,its officers,agents and employees,lobbyists,City staff and elected officials to ensure
compliance with the contract documents and to detect fraud and corruption.
d.The Inspector General shall have the right to inspect and copy all documents and records in the Contractor's possession,
custody or control which in the Inspector General's sole judgment,pertain to performance of the contract,including,but not
limited to original estimate files,change order estimate files,worksheets,proposals and agreements from and with
successful subcontractors and suppliers,all project-related correspondence,memoranda,instructions,financial documents,
construction documents,(bid/proposal)and contract documents,back-change documents,all documents and records which
involve cash,trade or volume discounts,insurance proceeds,rebates,or dividends received,payroll and personnel records
and supporting documentation for the aforesaid documents and records.
Page 4 of 7 I Formal Solicitations Terms and Conditions -Goods and Services (October 27,2022)
Docusign Envelope ID:23895926-11B0-4B75-849F-887C3695203C
MIAMI BEACH
FORMAL SOLICITATIONS
TERMS AND CONDITIONS -GOODS &SERVICES
(October 27,2022)
e.The Contractor shall make available at its office at all reasonable times the records,materials,and other evidence regarding
the acquisition (bid preparation)and performance of this contract,for examination,audit,or reproduction,until three (3)
years after final payment under this contract or for any longer period required by statute or by other clauses of this contract.
In addition:
i.If this contract is completely or partially terminated,the Contractor shall make available records relating to the work
terminated until three (3)years after any resulting final term ination settlement;and
ii.The Contractor shall make available records relating to appeals or to litigation or the settlement of claims arising under
or relating to this contract until such appeals,litigation,or claims are finally resolved.
f.The provisions in this section shall apply to the Contractor,its officers,agents,employees,subcontractors,and suppliers.
The Contractor shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the
Contractor in connection with the performance of this contract.
g.Nothing in this section shall impair any independent right to the City to conduct audits or investigative activities.The
provisions of this section are neither intended nor shall they be construed to impose any liability on the City by the Contractor
or third parties.
20.LA WS.PERMITS AND REGULATIONS.The Bidders shall obtain and pay for all licenses,permits,and inspection fees required
to complete the work and shall comply with all applicable laws.
21.LIABILITY,INSURA NCE,LICENSES AND PERMITS.Where Bidders are required to enter or go on to City of Miami Beach
property to deliver materials or perform work or services as a result of the Bid,the Bidders will assume the full duty,obligation
and expense of obtaining all necessary licenses,permits,and insurance,and assure all work complies with all Applicable Laws.
The Bidders shall be liable for any damages or loss to the City occasioned by negligence of the Bidders,or his/her officers,
employees,contractors,and/or agents,for failure to comply with Applicable Laws .
22.MANNER OF PERFORMANCE.Bidders agrees to perform its duties and obligations in a professional manner and in accordance
with all applicable Local,State,County,and Federal laws,rules,regulations,and codes.Lack of knowledge or ignorance by the
Bidders with/of applicable laws will in no way be a cause for relief from responsibility.Bidders agrees that the work and goods
provided shall be provided by employees that are educated,trained,experienced,certified,and licensed in all areas
encompassed within their designated duties.Bidders agrees to furnish to the City any and all documentation,certification,
authorization,license,permit,or registration currently required by applicable laws,rules,and regulations.Bidders further certifies
that it and its employees will keep all licenses,permits,registrations,authorizations,or certifications required by applicable laws
or regulations in full force and effect during the term of this contract.Failure of Bidders to comply with this paragraph shall
constitute a material breach of this contract.
23.MODIFICATION/W ITHDRA WALS OF BIDS.A Bidders may submit a modified bid to replace all or any portion of a previously
submitted Bid up until the Bid due date and time.Modifications received after the bid due date and time will not be considered.
bid shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date,or after expiration of 180
calendar days from the opening of bid without a contract award.Letters of withdrawal received after the Bid due date and before
said expiration date,and letters of withdrawal received after contract award will not be considered.
24.MULTIPLE AWARD.The City may award two or more vendors (primary,secondary,tertiary,or higher),as available,by line
item,by group or in its entirety,beginning with lowest,responsive,responsible Bidders (primary),followed by the second lowest,
responsive,responsible Bidders (secondary),and continuing with other responsive,responsible Bidders in order of next best
cost.The City will endeavor to utilize vendors in order of award.However,the City may utilize other vendors in the event that:
1)a contract vendor is not or is unable to be in compliance with any contract or delivery requirement;2)it is in the best interest
of the City to do so regardless of reason.
25.NON-CONFORMANCE TO CONTRA CT CONDITIONS.Items may be tested for compliance with specifications.Items
delivered,not conforming to specifications,may be rejected,and returned at the Bidder's expense.These items,as well as items
not delivered as per delivery date in bid and/or purchase order,may be purchased by the City,at its discretion,on the open
market.Any increase in cost may be charged against the Bidders.Any violation of these stipulations may also result in the
Bidder's name being removed from the City's vendor list.
26.NON-DISCRIMINATION.The Bidders certifies and affirms that it is in compliance with and will be bound by the Section 202,
Executive Order 11246,as amended by Executive Order 11375,relative to equal employment opportunity for all persons without
regard to race,color,religion,sex or national origin.
27.NON-EXCLUSIVITY.To the extent applicable,it is the intent of the City to purchase the goods or services specifically listed in
the solicitation.However,the City reserves the right to purchase any goods or services awarded from any other governmental
or cooperative contract,or on the open market.
28.OCCUPATIONAL HEAL TH AND SAFETY .The Bidders warrants to the City that any work,goods,supplies,materials or
equipment supplied pursuant to this bid shall conform in all respects to the standards set forth in the Occupational Safety and
Page 5 of 7 I Formal Solicitations Terms and Conditions -Goods and Services (October 27,2022)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
MIAMI BEACH
FORMAL SOLICITATIONS
TERMS AND CONDITIONS -GOODS &SERVICES
(October 27,2022)
H e alth A ct of 19 70 ,as amended,and the failure to comply with this condition will be deemed breach of contract.Any fines levied
be cause of inade q uacies to comply with this condition shall be borne solely by the Bidders.
29 .O B S E R V A N C E O F LA W S .B idde rs are expe cted to be fam ilia r w ith,and co m p ly w ith ,all Fe de ral,S tate,C ounty ,and City laws,
ordina nces,code s,rules and regula tio ns,and all orde rs and de crees of bod ie s or trib u na ls having jurisdictio n or autho rity w hich,
in any m a nne r,m ay aff ect the sco pe of go o ds and /o r pro je ct contem plated by this so lici tatio n (incl u ding ,w itho ut lim itatio n,the
A m e rica ns w ith D isab ilitie s A ct,T itle V II of the C ivil R ig hts A ct,the E E O C U n ifo rm G uid e line s,and all E E O regu latio ns and
gu id e line s).Ig no rance of the law (s)on the pa rt of the B idd e rs w ill in no w ay relieve it fr om responsibility fo r com p lia nce .
30 .O P T IO N A L C O N T RA C T U S A G E .W he n the succe ssful B idde rs agrees,othe r un its of go vern m e nt or no n-pro fit age nci e s m a y
pa rt icip ate in pu rcha se s purs ua nt to the aw a rd of this contract at the optio n of the unit of go ve rn m e nt or no n-pro fit age ncy.
31.O S H A .T he B idd e rs w arrants to the C ity tha t any w o rk ,se rv ices,sup plie s,m ate ria ls or equ ip m e nt sup plie d pursua nt to this B id
sha ll confo rm in all respects to the standa rds se t fo rt h in the O ccupatio na l S afety an d H e a lth A ct of 19 70 ,as am e nd e d ,and the
failure to co m ply w ith this cond itio n will be de e m e d breach of contract.A ny fine s levie d be cause of ina de qua ci e s to com p ly w ith
th is cond itio n sha ll be born e so le ly by the B id de rs.
32 .O T H E R T E R M S A N D C O N D IT IO N S .A ny orde r pu rsua nt to the co ntract tha t includ e s te rm s and co nditio ns othe r tha n tho se
expressly ap pro ve d in this solici tatio n or contract sha ll be nu ll and void and reje cte d by the C ity .
33 .P A Y M E N T .P aym e nt w ill be m a de by the C ity afte r the go ods have been received,inspected,and found to comply with contract
spe ci ficatio ns,fr ee of damage or defect,and are properly invoiced.
34 .P A T E N T S &ROYALTIES.Bidder shall indemnify and save harmless the City of Miami Beach,Florida,and its officers,
em plo ye e s,co ntractors,and/or ag e nts,fro m lia b ility of any na ture or kind,including cost and expenses for,or on account of,any
copyrighted,patented,or unpatented invention,process,or article manufactured or used in the performance of the contract,
including its use by the City of Miami Beach,Florida.If the Bidders uses any design,device or materials covered by letters,
patent,or copyright,it is mutually understood and agreed,without exception,that the Bid prices shall include all royalties or cost
arising fro m the use of such de sig n ,de vice,or materials in any way involved in the work.
35.PRICES QUOTED.Prices quoted shall remain firm and fixed during the duration of the contract.In completing the bid form,
state both unit price and extended total,when requested.Prices must be stated in units of quantity specified in the bidding
specifications.In case of discrepancy in computing the amount of the bid,the UNIT PRICE quoted will govern.All prices must
be F.O.B.destination,freight prepaid (unless otherwise stated in Special Conditions).The Bidders may offer cash discounts for
prompt payments;however,such discounts will not be considered in determining the lowest price during bid evaluation.Bidders
are requested to provide prompt payment terms in the space provided on the Bid submittal signature page of the solicitation.
Award,if made,will be in accordance with terms and conditions stated herein.Each item must be bid separately,and no attempt
is to be made to tie any item or items in with any other item or items.Cash or quantity discounts offered will not be a consideration
in determination of award of bid(s).
36.PROTESTS.Any protest concerning the specifications or award of this solicitation shall be in accordance with City Code Section
2-371.Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-371 shall be barred.
37.PUBLIC ENTITY CRIME.A person or affiliate who has been placed on the convicted vendor list following a conviction for public
entity crimes may not submit a bid on a contract to provide any goods to a public entity,may not submit a bid on a contract with
a public entity for the construction or repair of a public building or public work,may not submit a bid on leases of real property to
public entity,may not be awarded or perform work as a contractor,supplier,sub-contractor,or consultant under a contract with
a public entity,and may not transact business with any public entity in excess of the threshold amount provided in Sec.287.017,
for Category Two,for a period of 36 months from the date of being placed on the convicted vendor list.
38.RELATIONSHIP TO THE CITY.It is the intent of the City,and Bidder's hereby acknowledge and agree,that the successful
Bidders is considered to be an independent contractor,and that neither the Bidders,nor the Bidder's employees,agents,and/or
contractors,shall,under any circumstances,be considered employees or agents of the City.
39.SPECIAL CONDITIONS.Any and all Special Conditions that may vary from these General Terms and Conditions shall have
precedence.
40.TAX ES.The City of Miami Beach is exempt from all Federal Excise and State taxes.
41.TERMINATION FOR DEFAULT.If the successful Bidders shall fail to fulfill in a timely manner,or otherwise violate,any of the
covenants,agreements,or stipulations material to the Bid and/or the contract entered into with the City pursuant thereto,the City
shall thereupon have the right to terminate the work and/or services then remaining to be performed by giving written notice to
the Bidders of such termination,which shall become effective upon receipt by the Bidders of the written termination notice.
In that event,the City shall compensate the successful Bidders in accordance with the term of the contract for all work and/or
services satisfactorily performed by the Bidders prior to termination,net of any costs incurred by the City as a consequence of
Page 6 of 7 I Formal Solicitations Terms and Conditions -Goods and Services (October 27,2022)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
MIAMI BEACH
FORMAL SOLICITATIONS
TERMS AND CONDITIONS -GOODS &SERVICES
(October 27,2022)
the default.
Notwithstanding the above,the successful Bidders shall not be relieved of liability to the City for damages sustained by the City
by virtue of any breach of the contract by the Bidders,and the City may reasonably withhold payments to the successful Bidders
for the purposes of set off until such time as the exact amount of damages due the City from the successful Bidders is determined.
The City may,at its discretion,provide reasonable "cure period"for any contractual violation prior to termination of the contract;
should the successful Bidders fail to take the corrective action specified in the City's notice of default within the allotted cure
period,then the City may proceed to terminate the contract for cause in accordance with this subsection 1.57.
42.TERMINATION FOR CONVENIENCE OF CITY.The City may,for its convenience,terminate the work and/or services then
remaining to be performed,at any time,by giving written notice to the successful Bidders of such termination,which shall become
effective thirty (30)days following receipt by Bidders of such notice.In that event,all finished or unfinished documents and other
materials shall be properly delivered to the City.If the contract is terminated by the City as provided in this subsection,the City
shall compensate the successful Bidders in accordance with the terms of the contract for all and without cause and/or any
resulting liability to the City,work and/or services actually performed by the successful Bidders,and shall also compensate the
Bidders for its reasonable direct costs in assembling and delivering to City all documents.No compensation shall be due to the
successful Bidders for any profits that the successful Bidders expected to earn on the balanced of the contract.Such payments
shall be the total extent of the City's liability to the successful Bidders upon a termination as provided for in this subsection.
43.TIE BIDS.In accordance with Florida Statues Section 287.087,regarding identical tie bids,preference will be given to Bidders
certifying that they have implemented a drug free workplace program.A certification form will be required.In the event of a
continued tie between two or more Bidders after consideration of the drug free workplace program,the City's Local Preference
and Veteran Preference ordinances will dictate the manner by which a tie is to be resolved.In the event of a continued tie after
the Local and Veteran Preference ordinances have been applied or the tie exists between Bidders that are not Local or Veteran,
the breaking of the tie shall be at the City Manager's discretion,which will make a recommendation for award to the City
Commission.
44.VENUE.Any legal challenges to this Solicitation shall be brought in Miami-Dade County,Florida,and if legal action is necessary,
exclusive venue for the enforcement of same shall lie in Miami-Dade County,Florida.The Bidder and the City expressly waive
any rights either party may have to a trial by jury of any civil litigation related to or arising out of this Solicitation.
45.CONTRACT EXTENSION.The City,through its City Manager,reserves the right to require the Contractor to extend contract
past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded.
Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the
contractor.
46.AMERICANS WITH DISABILITIES ACT (ADA).Call 305-673-7490 to request material in accessible format;sign language
interpreters (five (5)days in advance when possible),or information on access for persons with disabilities.For more information
on ADA compliance,please call the Public Works Department,at 305-673-7000,Extension 2984.
47.TRUTH IN NEGOTIATION CERTIFICATE.Any resulting contract,is issued and governed by section 287.055,Florida statutes
shall require a truth in negotiation certificate.Execution of the contract by the consultant shall act as the execution of a Truth-in-
Negotiation certificate certifying that the wage rates and costs used to determine the compensation provided for in the contract
are accurate,complete,and current as of the date of the contract.The original contract price and any additions thereto shall be
adjusted to exclude any significant sums by which the City determines the contract price was increased due to inaccurate,
incomplete,or noncurrent wage rates and other factual unit costs.All such contract adjustments shall be made within one (1)
year following the end of the contract.
Page 7 of 7 I Formol Solicitations Terms and Conditions -Goods and Services (October 27,2022)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
MIAMI BEA CH
GENERAL CONDITIONS FOR CONSTRUCTION CONTRACTS
(April 13,2020)
ARTICLE 1.DEFINITIONS AND INTERPRETATION OF CONTRACT DOCUMENTS.
1.1.Definitions.The definitions included in this Section are not exhaustive of all definitions used in the
Contract Documents.Additional terms may be defined in other Contract Documents.The following terms
shall have the meanings specified herein,as follows:
"Applicable Laws"means all laws,codes (including,but not limited to,building codes),ordinances,rules
regulations,lawful orders and decrees of governmental authorities having jurisdiction over the Project,Project
Site,or the Parties.
"Application for Payment"means the detailed itemized documentation,including all supporting
documentation,in a form and substance satisfactory to the City,submitted by the Contractor on a monthly
basis in order to obtain the City's approval for payment for Work performed pursuant to the Contract
Documents.
"Bid"means an offer or proposal submitted by a bidder in response to this 1TB.The terms "Bid"and "Bid
Submittal"are used interchangeably.
"Bidder"means any individual or firm submitting a Bid for this Project.
"Change Order"means a written document ordering a change in the Contract Price and/or Contract Time
or a material change in the Work (as defined herein).A Change Order must comply with the requirements
of the Contract Documents.
"CIP lnspector/PWD Field Observer"means a City employee charged with observing and documenting,for
internal City purposes only,general observations and conditions of the Project including,without limitation,the
weather conditions,the number of workers present at the time of observation,general type of work being
performed and taking photographs regarding same.Contractor expressly waives any right to assert as a
defense to any claim regarding the Project including,without limitation,any dispute between the City and
Contractor,and Contractor and any third party,the presence or purported approval or consent of any CIP
Inspector or other City employee conducting any field observations during the Project.The Contractor
expressly acknowledges that the purpose of such City employee is to observe and document for internal
purposes only general observations and conditions of the Project,and in no way is intended to,nor shall be
treated as,a person with authority to approve or reject the Work on behalf of the City or any other entity,or to
direct the Contractor's Work in any way.Contractor expressly agrees to waive the presence of such CIP
Inspector or other City employee performing field observations as a defense to any Claims involving the
Project.
"City"means the City of Miami Beach,a Florida municipal corporation,having its principal offices at 1700
Convention Center Drive,Miami Beach,Florida 33139.In all respects hereunder,City's obligations and
performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity.In
the event City exercises its regulatory authority as a governmental body including,but not limited to,its
regulatory authority for code inspections and issuance of Building Department permits,Public Works
l [General Conditions for Construction Contracts [April 13,2020)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Department permits,or other applicable permits within its jurisdiction,the exercise of such regulatory authority
and the enforcement of any rules,regulations,laws and ordinances shall be deemed to have occurred
pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to
City as a Party to this Contract.
"City Commission"means the governing and legislative body of the City.
"City Manager"means the Chief Administrative Officer of the City.The City Manager shall be construed to
include the Contract Administrator and any duly authorized representatives of the City as the City Manager
may designate in writing at any time with respect to any specific matter(s)concerning the Project and/or the
Contract Documents (exclusive of those authorizations reserved to the City Commission or regulatory or
administrative bodies having jurisdiction over any matter(s)related to the Project and/or the Contract
Documents).
"Claim"means a demand or assertion by one of the parties seeking,as a matter of right,adjustment or
interpretation of the Contract Documents,payment of money,extension of time or other relief with respect to
the Contract Documents or Project.The term "Claim"also includes other disputes and matters in question
between the City and Contractor arising out of or relating to the Contract Documents.Claims must be initiated
by written notice in strict accordance with the Contract Documents.The responsibility for substantiating
Claims shall rest with the Party making the Claim.All Claims submitted by Contractor must comply with the
requirements of the City's False Claims Ordinance,as set forth in Sections 70-300 et seq.,of the City Code,
or shall be forfeited in accordance with the terms of the False Claims Ordinance and conclusively waived and
released.
"Consultant"means the firm named in the Invitation to Bid Summary as the "Consultant,"that has entered
into a separate agreement with the City to perform architectural,engineering,or other design and construction
administration services for the Project,and who will serve as the "architect of record"and/or "engineer of
record"for the Project.Wherever the word "Architect"or "Engineer''or "Consultant"appears in the Contract
Documents,it shall be deemed to refer to the Consultant and/or the design professionals engaged by the
Consultant.All communications,directives,instructions,interpretations and actions required of Consultant
shall be issued or taken only by or through Consultant's authorized representative(s).
"Construction Superintendent"means the individual who is a representative of the Contractor,and who
shall be responsible for continuous field supervision,coordination,and completion of the Work,and who shall
maintain a full-time on-site,physical presence at the Project Site and satisfy the obligations of Construction
Superintendent as provided in the Contract Documents.
"Contract"means the written agreement between the City and the Contractor for the performance of the
Work in accordance with the requirements of the Contract Documents,and for the payment of the agreed
consideration.
"Contract Administrator"means the City's Contract Administrator shall mean the individual appointed by
the City Manager who shall be the City's authorized representative to coordinate,direct,and review on behalf
of the City,all matters related to the Project.The initial Contract Administrator for the Project is named in the
Invitation to Bid Summary.
"Contract Documents"means all of the documents setting forth bidding information,requirements and
contractual obligations for the Project,including this 1TB,Contractor's Bid in response thereto,the Contract,
2]General Conditions for Construction Contracts [April 13,2020)
D ocusign Envelope ID :23895926-11 B0-4 B75-849F-887C 36952C 3C
and the Plans and Specifications,together with all addenda to any of the foregoing,Change Orders,Work
Orders,Field Orders,schedules and shop drawings,and all other documents required by the 1TB for the
completion of the Project.
"Contract Price"means the amount established in the Contract Documents as the total amount the City is
obligated to pay for full and complete performance of all of the Work required by the Contract Documents
(including,but not limited to,all labor,equipment and materials to administer,coordinate,provide related
certifications,install and otherwise construct and complete the Project within the Contract Time),and as may
be amended by Change Order.
"Contract Time"means the number of days allowed for completion of all Work,as stipulated in the Contract
Documents,and as may be amended by Change Order.
"Contractor"means the individual or firm whose Bid is accepted and who enters into the Contract with the
City to construct the Project pursuant to the Contract Documents and who is liable for the acceptable
performance of the Work and payment of all debts pertaining to the Work.
"Days"means all references to numbers of days in the Contract Documents,shall be construed to mean
calendar days,unless specifically noted otherwise.The term "business days"means a day other than a
Saturday,Sunday,Federal holiday or any day on which the principal commercial banks located in Miami-
Dade County,Florida are not open for business during normal hours.
"Field Order"or "Field Directive"means a written order which further describes details or provides
interpretations necessary to complete the Work of the Contract Documents but which does not involve a
change in the Contract Price or Contract Time.
"Final Completion"means the date upon which all conditions and requirements of the Contract Documents,
permits and regulatory agencies have been satisfied;any documents required by the Contract Documents
have been received by the City;any other documents required to be provided have been received by City;
and the Work has been fully completed in accordance with the Contract Documents.
"Notice(s)to Proceed"or "NTP"means a written letter or directive issued by the Contract Administrator
to Contractor to commence and proceed with portions of the Work as specified therein or a specific task of
the Project,and stating any further limitations on the extent to which Contractor may commence and proceed
with the Work.Unless otherwise approved by the City at its sole discretion,City's issuance of a Notice to
Proceed for construction or portions thereof shall be contingent upon Contractor obtaining all appropriate
permits and satisfying all requirements of agencies having jurisdiction.However,the City is not obligated to
immediately issue NTP on the date Contractor obtains all requisite permits and/or satisfies the specified
conditions precedent for issuance of NTP.The date of issuance of NTP shall be determined at the City's
sole discretion once Contractor has obtained all required permits and otherwise satisfied all conditions
precedent to issuance of NTP.
"Owner's Contingency"means that separate fund which is available for City's use at its sole discretion to
defray additional expenses relative to the design and construction of the Project,as well as additional
expenses expressly chargeable to the City or otherwise deemed the responsibility of the City pursuant to the
Contract Documents.The City retains exclusive use and control of the Owner's Contingency.The Contractor
has no right or entitlement whatsoever to the Owner's Contingency,and use of such funds are subject to the
Contract Administrator's or City Manager's prior written approval and issuance of a Change Order by the City
3 ]G eneral C onditions for C onstruction C ontra cts [A pril 13 ,2020 )
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
at its sole and absolute discretion.Any unused City Contingency remaining at the completion of the Project
shall accrue solely to the City.
"Parties"means City and Contractor,and "Party"is a reference to either City or Contractor,as the context
may indicate or require.
"Plans"means the drawings or reproductions thereof prepared by the Consultant,which show the location,
character,dimensions and details of the Work to be done,and which are a part of the Contract Documents.
"Project"means the improvements described in the Contract Documents and all Work that is contemplated
thereby or reasonably inferable therefrom.
"Project Initiation Date"means the date upon which the Contract Time commences.
"Project Manager"means the authorized individual which is the representative of Contractor and who will
administer and manage the prosecution of all Work on behalf of the Contractor.
"Punch List"means the list or lists prepared by Contractor,incorporating input provided by the City or
Consultant,identifying matters that remain to be completed to achieve Substantial Completion and to be
completed between achievement of Substantial Completion and Final Completion in order that Final
Completion can be declared by City to have occurred.
"Purchase Order"means the written document issued by the City to the Contractor indicating types,
quantities,and/or agreed prices for products or services to be provided to the City.
"Responsible Bidder"means an offeror who has the capability in all respects to perform fully the contract
requirements,and the integrity and reliability which will assure good faith performance,including,without
limitation,the factors identified in Section 2-369 of the City Code.
"Responsive Bidder''means a person or entity who has submitted a bid which conforms in all material
respects to a solicitation.A bid or proposal of a Responsive Bidder must be submitted on the required forms,
which contain all required information,signatures,notarizations,insurance,bonding,security,or other
mandated requirements by the bid documents to be submitted at the time of bid opening.
"Schedule of Values"means a written schedule setting forth the detailed and itemized cost breakdown,
inclusive of labor,material,and taxes of all elements comprising the Contract Price.
"Specifications"means the general term comprising all of the written directions,provisions and
requirements contained in the Contract Documents,as amended,describing the work required to be
performed,including detailed technical requirements as to labor,materials,supplies,equipment and
standards to which such work is to be performed.
"Subcontractor"means any person or entity supplying the Contractor with labor,materials,supplies or
equipment used directly or indirectly by the Contractor in the prosecution of the Work.
"Substantial Completion"means the date when the Work,as certified in writing by the Consultant,and
determined by the City in its sole discretion,has been developed,designed,engineered and constructed in
accordance with the Contract Documents such that all conditions of permits and regulatory agencies have
4 I General Conditions for Construction Contracts (April 13,2020)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
been satisfied and the Project is ready for occupancy,utilization and continuous commercial operation for
the uses and purposes intended by the City,without material interference from incomplete or improperly
completed Work and with only minor punch list items remaining to be completed,all as reasonably
determined by the City and evidenced by (1)the issuance of a Certificate of Occupancy or Certificate of
Completion by the authority having jurisdiction;(2)the issuance of a Certificate of Substantial Completion
by the Consultant;and (3)acceptance of such Certificate of Substantial Completion by the City pursuant to
the Contract Documents.
"Surety"means the surety company or individual which is bound by the bid bond,or by the performance
bond or payment bond with and for Contractor who is primarily liable,and which surety company or individual
is responsible for Contractor's satisfactory performance of the work under the contract and for the payment
of all debts pertaining thereto in accordance with Section 255.05,Florida Statutes.
"Work"means all construction and services required by or reasonably inferable from the Contract
Documents for the completion of the Project,including the provision of all labor,materials,equipment,
supplies,tools,machinery,utilities,procurement,fabrication,transportation,construction,erection,
demolition,installation,insurance,bonds,permits and conditions thereof,building code changes and
governmental approvals,testing and inspection services,quality assurance and/or quality control inspections
and related certifications,training,surveys,studies,supervision,and administration services to be provided
by the Contractor,and other items,work and services that are necessary or appropriate for the total
construction,installation,furnishing,equipping,and functioning of the completed Project,together with all
additional,collateral and incidental items,work and services required to achieve Final Completion in
accordance with the Contract Documents.
1.2.Interpretation of the Contract Documents.
1.2.1.As used in the Contract Documents,(i)the singular shall include the plural,and the masculine shall
include the feminine and neutral,as the context requires;(ii)"includes"or "including"shall mean "including,
but not limited to"and "including,without limitation;"and (iii)all definitions of agreements shall include all
amendments thereto in effect from time to time.
1.2.2.Whenever it shall be provided in the Contract Documents that the Contractor is required to perform
a service or obligation "at its sole cost and expense"or words of substantially similar meaning,the Contractor
shall not be entitled to reimbursement for such item and the cost of such service or obligation shall not be
included in any Application for Payment.
1.2.3.Contract Documents shall be construed in a harmonious manner,whenever possible.The general
intent of the Contract Documents is to include all items necessary for the proper execution and completion
of the Project by the Contractor.
1.2.4.The Contract Documents shall be taken as a whole and are complementary,and any item of Work
called for in any Contract Document shall be as binding as if called for by all,so that any part of the Work
shown or described in any of the Contract Documents,though not specifically referred to in other Contract
Documents,shall be executed by Contractor and binding as a part of the Contract Documents,as well as
any Work which,in the sole opinion of City,may be fairly inferred from the Contract Documents or by normal
industry practice.
5 I Ge neral Conditions for Construction Contracts (April 13,2020)
Docusign Envelope ID:23895926-11 B0-4 B75-849F-887C36952C3C
1.2.5.Detailed plans shall take precedence over general plans for the same part of the Work.Specifications
and detailed plans which may be prepared or approved by City after the execution of the Contract and which
may be fairly inferred from the original specifications and plans are to be deemed a part of such specifications
and plans,and that portion of the Work shown thereby shall be performed without any change in the Contract
Price or Project Schedule.With respect to conflicts between large-scale drawings and small-scale drawings,
the larger scale drawing shall govern,unless otherwise dictated by Consultant.
1.2.6.Where compliance with two or more requirements is indicated in any of the enumerated Contract
Documents and where these requirements within the Contract Documents conflict in quantity or quality,the
Contractor shall comply with the most stringent requirement as determined by the City,unless specifically
indicated otherwise in the Contract Documents.
1.2.7.As used in the Contract Documents,unless specifically indicated otherwise,references to an Article
include all Sections,Subsections,and items within that Article;references to a Section include all Subsections
and items within that Section;and references to a Subsection include all items within that Subsection.
1.2.8.Words which have a well-known technical or trade meaning are used herein in accordance with such
recognized or well-known meaning,unless the Contract Documents otherwise specifically define such word.
1.2.9.The Recitals,Appendices,Exhibits and Schedules attached hereto are expressly incorporated in and
made a part of the Contract Documents as if fully set forth herein.
ARTICLE 2.INTENTION AND PRIORITY OF CONTRA CT DOCUMENTS.
2.1.Intention of City.It is the intent of City to describe in the Contract Documents a functionally
complete Project (or part thereon to be constructed in accordance with the Contract Documents and in
accordance with all codes and regulations governing construction of the Project.Any work,materials or
equipment that may reasonably be inferred from the Contract Documents as being required to produce the
intended result shall be supplied by Contractor whether or not specifically called for.City shall have no duties
other than those duties and obligations expressly set forth within the Contract Documents.
2.2.Priority of Contract Documents.In the event of conflict or inconsistency among the Contract
Documents,the following order of precedence shall govern the interpretation of the Contract Documents:
a.Change Orders or Amendments to this Contract (excluding the Plans and Specifications);
b.The Contract Documents (excluding the Plans and Specifications);
c.Modifications or changes to the completed Plans and Specifications,as approved by the City;
d.The completed Plans and Specifications,as approved by the City;and
e.The 1TB.
In the event of any conflict between the General Terms and Conditions of the 1TB (as may be amended by
Change Order),and the Specifications,the provisions of the General Terms and Conditions,as amended,
shall take precedence and control.
6 I G enerol Conditions for Construction Contracts (April 13,2020)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Contractor shall be furnished two (2)copies,free of charge,of the Contract Documents;which shall be
preserved and always kept accessible to the City,the Consultant,and their respective authorized
representatives.Additional copies of the Contract Documents may be obtained from City at the cost of
reproduction.
ARTICLE 3.CONTRACTOR'S DUTIES AND RESPONSIBILITIES.
3.1.Performance of the Work.The Contractor covenants and warrants that it shall be responsible for
performing and completing,and for causing all Subcontractors to perform and complete,the Work in
accordance with the Contract Documents and all Applicable Laws relating to the Project.Accordingly,
Contractor shall furnish all of the labor,materials,equipment services and incidentals necessary to perform
all of the Work described in the Contract Documents,and all Work that is contemplated thereby or reasonably
inferable therefrom.As part thereof,Contractor shall achieve Substantial Completion within the time period
specified in the Invitation to Bid Summary for Substantial Completion,as such date may be extended
pursuant to the terms of the Contract Documents,and shall achieve Final Completion of the Project by the
date established in the Contract Documents for Final Completion,as such date may be extended pursuant
to the terms of the Contract Documents.Unless otherwise provided in the Contract Documents,or as agreed
to in writing between City and Contractor,the form and content of all reports,forms and regular submittals
by Contractor to City shall be subject to prior approval of the City,and Contractor shall submit such materials
to the City for City's approval prior to implementation.City's approval thereof shall not limit City's right to
thereafter require reasonable changes or additions to approved systems,reports,forms and regular
submittals by Contractor to City.
3.2.Standard of Care.The Work shall be performed in accordance with the professional standards
applicable to projects,buildings,or work of complexity,quality and scope comparable to the Work and the
Project.More specifically,in the performance of the professional services under this Contract,Contractor
shall provide the care and skill ordinarily used by members of its profession practicing under similar
conditions for projects of similar type,size and complexity at the same time and locality of the Project.
Work shall be performed by the Contractor,Subcontractors,and specific personnel referred to in the in the
Contract Documents in accordance with their respective degrees of participation provided and represented
to the City by the Contractor from time to time.The Contractor may add Subcontractors as it deems
necessary or appropriate in order to carry out its obligations under the Contract Documents,provided such
entity shall be suitably qualified and shall be subject to the prior approval of the City.Nothing contained in
the Contract Documents shall be construed to create any obligation or contractual liability running from the
City to any such persons or entities,including to any Subcontractors.
3.3.Notices to Proceed.Contractor shall be instructed to commence the Work by written instructions
in the form of a Purchase Order issued by the City's Procurement Department and a Notice to Proceed issued
by the Contract Administrator.At least two (2)Notices to Proceed will be issued for this Contract.Contractor
shall commence scheduling activities,permit applications and other preconstruction work within five (5)
calendar days after the Project Initiation Date,which shall be the same as the date of the first Notice to
Proceed.The first Notice to Proceed and Purchase Order will not be issued until Contractor's submission to
City of all required documents,including but not limited to,Payment Bond,Performance Bond,and Insurance
Certificate(s),and after execution of the Contract by both parties.
3.4.Conditions Precedent to Notice to Proceed for Construction of the Work.The following are
conditions precedent to the issuance of a Notice to Proceed to authorize Contractor to mobilize on the Project
Site and commence with physical construction of the Work (typically,the second NTP for a Project):(1)the
7 I General Conditions for Construction Contracts (April l 3,2020)
Docusign Envelope ID:23895926-11 B0-4875-849F-887C36952C3C
receipt of all necessary permits by Contractor;(2)City's acceptance of the Contractor's full progress schedule
in accordance with the Contract Documents,Contractor's submittal schedule,Contractor's Schedule of
Values,and list of Subcontractors;(3)Contractor's Hurricane Preparedness Plan;and (4)Contractor's
submission to the City and Consultant of any other documents required by the Contractor Documents.The
Contractor shall submit all necessary documents required for issuance of the Notice to Proceed with
construction of the Work within twenty-one (21)calendar days of the issuance of the first Notice to Proceed.
3.5.Warranty.Contractor warrants to City that all materials and equipment furnished under this Contract
will be new unless otherwise specified and that all of the Work will be of good quality,free from faults and
defects and in conformance with the Contract Documents.All work not conforming to these requirements,
including substitutions not properly approved and authorized,may be considered defective.If required by
Consultant or City,Contractor shall furnish satisfactory evidence as to the kind and quality of materials and
equipment.This warranty is not limited by any other provision of the Contract Documents.
3.6.Personnel Requirements.
3.6.1.The orders of City are to be given through Consultant or the Contract Administrator,which
instructions are to be strictly and promptly followed in every case.Contractor shall keep on the Project during
its progress,a full-time competent English speaking Construction Superintendent and any necessary
assistants,all satisfactory to City.The Construction Superintendent shall not be changed except with the
written consent of City,unless the Construction Superintendent proves to be unsatisfactory to Contractor and
ceases to be in its employ.The Construction Superintendent shall represent Contractor and all directions
given to the Construction Superintendent shall be as binding as if given to Contractor and will be confirmed
in writing by City upon the written request of Contractor.Contractor shall give efficient supervision to the
Work,using its best skill and attention.
3.6.2.The Construction Superintendent shall be responsible for management of the Project Site and tasks,
including,but not limited to,organization and coordination of the Work of Subcontractor employees;
exercising control over rate of construction progress to assure completion of the Project within the
Project Schedule;inspecting or observing the Work to enforce conformity to the Contract Documents and
supervising trades,subcontractors,clerical staff,and other personnel employed in the construction of the
Project.On a daily basis,Contractor's Construction Superintendent shall record,at a minimum,the following
information in a bound log:the day;date;weather conditions and how any weather condition affected
progress of the Work;time of commencement of work for the day;the work being performed;materials,labor,
personnel,equipment and subcontractors at the Project Site;visitors to the Project Site,including
representatives of Consultant;regulatory representatives;any special or unusual conditions or occurrences
encountered;and the time of termination of work for the day.All information shall be recorded in the daily
log in ink.The daily log shall be kept on the Project Site and shall be available at all times for inspection and
copying by City and Consultant.
3.6.3.The Contract Administrator,Contractor and Consultant shall meet at least weekly or as determined
by the Contract Administrator,during the course of the Work to review and agree upon the work performed
to date and to establish the critical path activity or Work for the next two weeks.The Consultant shall publish,
keep,and distribute minutes and any comments thereto of each such meeting.
3.6.4.If Contractor,in the course of prosecuting the Work,finds any discrepancy between the Contract
Documents and the physical conditions of the locality,or any errors,omissions,or discrepancies in the
Contract Documents,it shall be Contractor's duty to immediately inform Consultant,in writing,and Consultant
8]G ene ral Conditions for Construction Contracts [April 13,2020)
Docusign Envelope ID:23895926-11 B0-4 B75-849F-887C36952C3C
will promptly review the same.Any work done after such discovery,until authorized,will be done at
Contractor's sole risk.
3.6.5.Contractor shall supervise and direct the Work competently and efficiently,devoting such attention
thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with
the Contract Documents.Contractor shall be solely responsible for the means,methods,techniques,
sequences and procedures of construction.
3.6.6.The Construction Superintendent must have at least five (5)years of experience in projects of similar
design,scope,size and complexity.The Project Manager must have at least five (5)years of experience in
projects of similar design,scope,size and complexity.
3.7.Subcontracts.
3.7 .1.Contractor shall not employ any subcontractor against whom City or Consultant may have a
reasonable objection.Contractor shall not be required to employ any subcontractor against whom Contractor
has a reasonable objection.
3.7.2.Contractor shall be fully responsible for all acts and omissions of its subcontractors and of persons
directly or indirectly employed by its subcontractors and of persons for whose acts any of them may be liable
to the same extent that Contractor is responsible for the acts and omissions of persons directly employed by
it.Nothing in the Contract Documents shall create any contractual relationship between any subcontractor
and City or any obligation on the part of City to pay or to see the payment of any monies due any
subcontractor.City or Consultant may furnish to any subcontractor evidence of amounts paid to Contractor
on account of specific work performed.
3.7.3.Contractor agrees to bind specifically every subcontractor to the terms and conditions of the Contract
Documents for the benefit of City.All of the Contractor's agreements with the Subcontractors shall contain
the following provisions (or shall incorporate the following provisions by reference)and shall state:
a.that the Subcontractor irrevocably submits itself to the original and exclusive jurisdiction and
venue in Miami-Dade County,Florida,with regard to any controversy in any way relating to the award,
execution or performance of the Contract Documents and/or such Subcontractor's agreement,and whereby
the Subcontractor agrees that service of process on it may be made to the person or entity designated in the
Subcontract;
b.that the City shall not be in privity of contract with the Subcontractor and shall not be liable
to any Subcontractor under the Contract Documents or any such subcontract,except for the payments of
amounts due to the Subcontractor under its subcontract in the event that the City exercises its rights under
any assignment of the subcontract and requests or directs the Subcontractor to perform the portion of the
Work covered by its subcontract;
c.that the City is a third-party beneficiary of the Subcontract,entitled to enforce any rights
thereunder for their respective benefits,and that,subject to the terms of the applicable Subcontract,the City
shall have the same rights and remedies vis-a-vis such Subcontractors that Contractor shall have,including
the right to be compensated for any loss,expense or damage of any nature whatsoever incurred by the City
resulting from any breach of such Subcontract by Subcontractor,any breach of representations and
9 I G ene ra l Conditions for Construction Contra cts (April 13,2020)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
warranties,if any,implied or expressed,arising out of such agreements and any error,omission or negligence
of such Subcontractor in the performance of any of its obligations under such Subcontract;
d.that the Subcontractor shall indemnify and hold harmless the City,its officers,agents,
directors,and employees,and instrumentalities to the fullest extent permitted by Section 725.06 of the Florida
Statutes;
e.that such subcontract shall be terminable for default or convenience upon ten (10)days prior
written notice by Contractor,or,if the Subcontract has been assigned to the City,by the City or its designee;
f.that Subcontractor shall promptly notify the City (with a copy to Contractor)of any default of
Contractor under the Subcontract,whether as to payment or otherwise;
g.that Contractor and Subcontractor acknowledge that (i)they are each entering into a contract
for the construction of a public facility or public works project as contemplated in Chapter 255,Florida
Statutes,and (ii)each have no right to file a construction lien against the Work or the Project,and further
agree to include a similar requirement in any purchase order or subcontract entered into by Subcontractor;
and (iii)the payment bond provided by Contractor pursuant to this Agreement is a substitute for the right to
claim a lien on the Project,and that any claims for nonpayment shall be made against the bond in accordance
with Section 255.05,Florida Statutes.
h.that Subcontractor shall comply with all Applicable Laws (including prompt payment)and the
City requirements as set forth in the Contract Documents and maintain all files,records,accounts of
expenditures for Subcontractor's portion of the Work to the standards set forth in the Contract Documents.
i.that the City may,at reasonable times,contact Subcontractor,after notice to Contractor,to
discuss,or obtain a written report of,Subcontractor's services,with Contractor entitled to be present during
any such discussions;provided that in no event,prior to any assignment of the Subcontract to the City,shall
Subcontractor take instructions directly from the City;
j.that Subcontractor promptly disclose to the City and Contractor any defect,omission,error
or deficiency in the Contract Documents or the Work about which it has knowledge no later than ten (10)
days following discovery of such defect,omission,error or deficiency;
k.that Subcontractor assign all warranties directly to the City,
I.that the Contract Documents provide a limitation of remedies and NO DAMAGES FOR
DELAY as delineated in Article 10 hereof;
m.that in the event of a change in the Work the Subcontractor's Claim for adjustments in the
subcontract price shall be limited exclusively to its actual costs for such changes,plus no more than the
overhead and profit fees/markups and bond costs to be established as part of the GMP Amendment.
n.Each subcontract shall require the Subcontractor to expressly agree that the foregoing
constitutes the sole and exclusive remedies for delays and changes in the Work and thus eliminate any other
remedies for claim for increase in the subcontract price,damages,losses or additional compensation.
IO[Ge neral Conditions for Construction Contracts April 13,2020)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
o.Each subcontract shall require that any claims by Subcontractor for delay or additional cost
must be submitted to Contractor within the time and in the manner in which the Contractor must submit
Claims to the City,and that failure to comply with the conditions for giving notice and submitting claims shall
result in the waiver of such claims in the same manner as provided for in the Contract Documents.
3.7.4.Contractor shall perform the Work with its own forces,in an amount not less than the percentage of
the Work specified in the Invitation to Bid Summary.
3.8.Plans and Working Drawings.
3.8.1.Contractor to Check Plans,Specifications and Data.Contractor shall verify all dimensions,
quantities and details shown on the plans,specifications or other data received from Consultant,and shall
notify Consultant of all errors,omissions and discrepancies found therein within three (3)calendar days of
discovery.Contractor shall not be allowed to take advantage of any error,omission or discrepancy,as full
instructions will be furnished by Consultant.Contractor shall not be liable for damages resulting from errors,
omissions or discrepancies in the Contract Documents unless Contractor recognized such error,omission or
discrepancy and failed to report it to Consultant,or unless Contractor should have recognized such error,
omission or discrepancy upon reasonable investigation.
3.8.2.Supplementary Drawings.When,in the opinion of Consultant,it becomes necessary to explain the
Work to be done more fully,or to illustrate the Work further,or to show any changes which may be required,
supplementary drawings,with specifications pertaining thereto,will be prepared by Consultant.The
supplementary drawings shall be binding upon Contractor and shall be considered as part of the Contract
Documents.Where such supplementary drawings require either less or more than the original quantities of
work,appropriate adjustments shall be made by Change Order.In case of disagreement between the written
and graphic portions of the Contract Documents,the written portion shall govern.
3.8.3.Shop Drawings.
3.8.4.1.Contractor shall submit Shop Drawings as required by the Technical Specifications.The
purpose of the Shop Drawings is to show the suitability,efficiency,technique of manufacture,installation
requirements,details of the item and evidence of its compliance or noncompliance with the Contract
Documents.
3.8.4.2.Within ten (10)calendar days after the Project Initiation Date specified in the Notice to
Proceed,Contractor shall submit to Consultant a complete list of preliminary data on items for which Shop
Drawings are to be submitted and shall identify the critical items.Submission of such documents is a
condition precedent to the issuance of a Notice to Proceed for construction.Approval of this list by Consultant
shall in no way relieve Contractor from submitting complete Shop Drawings and providing materials,
equipment,etc.,fully in accordance with the Contract Documents.This procedure is required in order to
expedite final approval of Shop Drawings.
3.8.4.3.After the approval of the list of items required herein,Contractor shall promptly request
Shop Drawings from the various manufacturers,fabricators,and suppliers.Contractor shall include all shop
drawings and other submittals in its certification.
3.8.4.4.Contractor shall thoroughly review and check the Shop Drawings and each and every
copy shall show this approval thereon.
II]General Conditions tor Construction Contracts (April 13,2020)
D ocusign Envelope ID :23895926-11 B0-4 B75-849F-887C 36952C 3C
3.8.4.5.If the Shop Drawings show or indicate departures from the Contract requirements,
Contractor shall make specific mention thereof in its letter of transmittal.Failure to point out such departures
shall not relieve Contractor from its responsibility to comply with the Contract Documents.
3.8.4.6.Consultant shall review and approve Shop Drawings within seven (7)calendar days from
the date received,unless said Drawings are rejected by Consultant for material reasons.Consultant's
approval of Shop Drawings will be general and shall not relieve Contractor of responsibility for the accuracy
of such Drawings,nor for the proper fitting and construction of the work,nor for the furnishing of materials or
work required by the Contract Documents and not indicated on the Drawings.No work called for by Shop
Drawings shall be performed until the said Drawings have been approved by Consultant.Approval shall not
relieve Contractor from responsibility for errors or omissions of any sort on the Shop Drawings.
3.8.4.7.No approval will be given to partial submittals of Shop Drawings for items which
interconnect and/or are interdependent where necessary to properly evaluate the design.It is Contractor's
responsibility to assemble the Shop Drawings for all such interconnecting and/or interdependent items,check
them and then make one submittal to Consultant along with its comments as to compliance,noncompliance,
or features requiring special attention.
3.8.4.8.If catalog sheets or prints of manufacturers'standard drawings are submitted as Shop
Drawings,any additional information or changes on such drawings shall be typewritten or lettered in ink.
3.8.4.9.Contractor shall submit the number of copies required by Consultant.Resubmissions of
Shop Drawings shall be made in the same quantity until final approval is obtained.
3.8.4.10.Contractor shall keep one set of Shop Drawings marked with Consultant's approval at
the job site at all times.
3.8.4.Field Layout of the Work and Record Drawings.The entire responsibility for establishing and
maintaining line and grade in the field lies with Contractor.
3.8.5.1.Contractor shall maintain an accurate and precise record of the location and elevation of
all pipe lines,conduits,structures,maintenance access structures,handholes,fittings and the like and shall
prepare record or "as-built"drawings of the same which are sealed by a Professional Surveyor.Contractor
shall deliver these records in good order to Consultant as the Work is completed.The cost of all such field
layout and recording work is included in the prices bid for the appropriate items.All record drawings shall be
delivered to Consultant prior to Substantial Completion,in accordance with the Contract Documents.
3.8.5.2.Contractor shall maintain in a safe place at the Project Site one record copy of all
Drawings,Plans,Specifications,addenda,written amendments,Change Orders,Field Orders and written
interpretations and clarifications in good order and annotated to show all changes made during construction.
These record documents together with all approved samples and a counterpart of all approved Shop
Drawings shall be available at all times to Consultant for reference.Upon Final Completion of the Project
and prior to Final Payment,these record documents,samples and Shop Drawings shall be delivered to the
Contract Administrator.
3.8.5.3.Prior to,and as a condition precedent to Final Payment,Contractor shall submit to City,
Contractor's record drawings or as-built drawings acceptable to Consultant.
12 ]Ge neral C ond itions for C onstru ction C ontra cts (A pril 13 ,2020)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
3.8.5.Art in Public Places ("AIPP")Coordination.Contractor shall coordinate the implementation of the
City's AIPP commissions and installations for the Project,if any,with all such coordination Work covered
within the Contract Price,provided,however,that the City shall separately fund the commissioning and
installations of all AIPP artworks.
3.8.6.City's Participation.THE CITY HAS NO OBLIGATION TO ASSIST,FACILITATE AND/OR
PERFORM IN ANY WAY THE CONTRA CTOR'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER
CONTRACT DOCUMENTS.THE CITY'S PARTICIPATION,FACILITATION AND/OR ASSISTANCE TO
THE CONTRACTOR SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT,IN ANY WAY,BE
CONSTRUED,INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF
CONTRA CTOR'S OBLIGATIONS,A WAIVER OF CONTRACTOR'S OBLIGATIONS AND/OR EXCUSE
ANY BREACH BY CONTRACTOR OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS.THE
PARTICIPATION IN THE PERFORMANCE OF ANY OF CONTRA CTOR'S OBLIGATIONS SHALL NOT
PRECLUDE THE CITY FROM DECLARING CONTRACTOR IN DEFAULT FOR CONTRACTOR'S
FAILURE TO PERFORM SUCH OBLIGATION,NOR SHALL IT LIMIT,IN ANY WAY,THE CITY'S RIGHTS
AND REMEDIES IN CONNECTION THEREWITH.THE CONTRACTOR EXPRESSLY ACKNOWLEDGES
AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM,ACTION,SUIT AND/OR
OTHER PROCEEDING OF A SIMILAR NATURE,THE CITY'S PARTICIPATION,ASSISTANCE AND/OR
FACILITATION IN THE PERFORMANCE OF CONTRACTOR'S OBLIGATIONS.INCLUDING,WITHOUT
LIMITATION,ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES,OR
OTHER MATTERS RELA TED TO THE PROJECT.IN THE EVENT OF ANY CONFLICT BETWEEN THIS
SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT
DOCUMENTS,THIS SECTION SHALL GOVERN.
3.8.7.City's Information.Except for any tests or studies that the City provides as part of the 1TB,any
information provided by the City to the Contractor relating to the Project and/or other conditions affecting
the Project Site,is provided only for the convenience of the Contractor and does not relieve the Contractor
of the due diligence necessary to independently verify local conditions and Site Conditions.The City makes
no representation or warranty as to,and assumes no responsibility whatsoever with respect to,the
sufficiency,completeness or accuracy of any such test,studies or other information and makes no
guarantee,either express or implied,that the conditions indicated in such information or independently
found by the Contractor as a result of any examination,exploration or testing,are representative of those
existing throughout the performance of the Work or the Project Site,and there is no guarantee against
unanticipated or undisclosed conditions.
ARTICLE 4.CONTRA CT PRICE.
4.1.If the Invitation to Bid Summary or any other Contract Documents contemplate unit pricing for the
Project or any portion thereof,City shall pay to Contractor the amounts determined for the total number of
each of the units of work completed at the unit price stated in the schedule of prices bid.The number of units
contained in this schedule is an estimate only,and final payment shall be made for the actual number of units
incorporated in or made necessary by the Work covered by the Contract Documents.Payment shall be
made at the unit prices applicable to each integral part of the Work.These prices shall be full compensation
for all costs,including overhead and profit,associated with completion of all the Work in full conformity with
the requirements as stated or shown,or both,in the Contract Documents.The cost of any item of work not
covered by a definite Contract unit price shall be included in the Contract unit price or lump sum price to
which the item is most applicable.
13]General Conditions for Construction Contracts (April 13,2020)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
4.2.If the Invitation to Bid Summary or any other Contract Documents contemplate lump sum pricing for
the Project,the Contract Price shall be the amount specified in the Contract,consisting of a base bid,and
a separate line item for the Owner's Contingency (to be used solely by the City at its sole discretion for the
purposes described in the Contract Documents).The Contract Price,exclusive of the Owner's Contingency,
shall be full compensation for all labor,materials,equipment,costs,and expenses,including overhead and
profit,associated with completion of all the Work accordance with the requirements of the Contract
Documents,including all Work reasonably inferable therefrom,even if such item of Work is not specifically
or expressly identified as part of a line item in the 1TB Price Form.
4.3.To the extent the Project includes both unit prices and a lump sum price,then all sections of this
Article 4 shall apply to the item of Work in question,as applicable.
4.4.No Compensation Prior to Notice to Proceed.Prior to the City's issuance of any Notice to
Proceed,Contractor shall not incur any cost to be reimbursed as part of the Project,except as the Contract
Administrator may authorize in writing.
4.5.Owner's Contingency.The Owner's Contingency shall be an amount,determined by the City,
which will be available to the City to pay for Project costs which are expressly chargeable to the City or
determined to be the City's responsibility under the Contract Documents,including,as it relates to the
Contractor,the following increased costs of the Project incurred by Contractor:
a.Express written changes in the Work made in the discretion of the City after issuance of a
Change Order or Construction Change Directive relating thereto.The decision to make such changes,and
to incur the costs that arise there from,shall be in the sole discretion of the City.No costs may be charged
to the Owner's Contingency under this subsection without express approval of City.
b.Changes to the Work if ordered by agencies having jurisdiction,provided such Work directly
results from City's issuance of a Notice to Proceed prior to obtaining full permits thereon;
c.In the event of Excusable Delay,reasonable acceleration costs to meet milestones,if approved
by the City at its sole and absolute discretion;
d.Differing site conditions pursuant to the Contract Documents;
e.Post-hurricane or storm-related Construction Change Directives (to address matters that are in
addition to,or not covered by,the Contractor's City-approved Hurricane Preparedness Plan required by the
Contract Documents);
f.Increased Costs of the Work resulting from other actions of the City deemed to be City's
responsibility and/or compensable under the Contract Documents.
Unless Contractor secures City's written agreement that such costs are City's responsibility,documentation
of responsibility for such costs shall be submitted with the Contractor's Claim.When Contractor has reason
to anticipate that such costs may be incurred,it shall be the Contractor's responsibility,when feasible,to
provide the City with sufficient advance notice,so as to provide the City with a reasonable opportunity to
avoid such costs.Such costs shall be deemed the City's responsibility if City subsequently agrees in writing
to grant the Claim and accept such responsibility,or if the Claim is granted and responsibility assigned to
City pursuant to the dispute resolution process under the Contract Documents and all reviews thereof are
exhausted or waived by City.The Contractor has no right or entitlement whatsoever to the Owner's
l4]Ge neral Conditions for Construction Contracts (April 13,2020)
Docusign Envelope ID:23895926-11B0-4 B75-849F-887C36952C3C
Contingency,and use of such funds are subject to the City's prior written approval and issuance of a Change
Order or Construction Change Directive by the City at its sole and absolute discretion.Any unused City
Contingency remaining at the completion of the Project shall accrue solely to the City.
ARTICLE 5.APPLICATION FOR PAYMENT.
5.1.Applications for Payment for the Work performed by Contractor shall be made monthly based upon
the percent completion of the Work for each particular month and in accordance with the Contract
Documents.The percent completion shall be based upon the updated and City-approved Project Schedule
as required by the Contract Documents Contractor's application shall show a complete breakdown of the
Project components,the quantities completed and the amount due,together with such supporting evidence
as may be required by Consultant or City.Contractor shall include,with each Application for Payment,an
updated progress schedule as required by the Contract Documents and a release of liens and consent of
surety relative to the Work which is the subject of the Application.Following submission of acceptable
supporting documentation along with each Application for Payment,City shall make payment to Contractor
after approval by Consultant of an Application for Payment,less retainage as herein provided for and/or
withholding of any other amounts pursuant to the Contract Documents,within twenty-five (25)days in
accordance with Section 218.735 of the Florida Statutes.
5.2.The City shall withhold from each progress payment made to Contractor retainage in the amount of
ten percent (10%)of each such payment until fifty percent (50%)of the Work has been completed.The Work
shall be considered 50%complete at the point at which the City has expended 50%of the approved Cost of
the Work together with all costs associated with existing change orders or other additions or modifications to
the construction services provided for in the Contract Documents.
Thereafter,the Contract Administrator shall reduce to five percent (5%)the amount of retainage withheld
from each subsequent progress payment made to the Contractor,until Substantial Completion.Any reduction
in retainage shall be in accordance with Section 255.078 of the Florida Statutes,as may be amended,and
shall otherwise be at the sole discretion of the Contract Administrator,after considering any recommendation
of Consultant with respect thereto.Contractor shall have no entitlement to a release of,or reduction in,
retainage,except as may be required herein or by Florida law.Any interest earned on retainage shall accrue
to the benefit of City.All requests for retainage reduction shall be in writing in a stand-alone document,
separate from monthly applications for payment.
5.3.Notwithstanding any provision hereof to the contrary,the City may withhold payments to the
Contractor in the following circumstances:
a.correction or re-execution of Work which is defective or has not been performed in accordance
with the Contract Documents and which the Contractor has failed to correct in accordance with the terms
of the Contract Documents;
b.past due payments owed to Subcontractors for which City has not been provided an
appropriate release of lien/claim (whether or not the Work in question is the subject of any dispute);
c.the City's remedies arising from any failure to perform the Contract Documents'requirements
or uncured Default of this Contract by the Contractor;
l5]General Conditions for Construction Contracts (April 13,2020)
Docusign Envelope ID:23895926-11 B0-4 B75-849F-887C36952C3C
d.damage to another contractor or third-party (including,without limitation,the property of any
resident or business in the area surrounding the Project Site)which has not been remedied or,damage to
City property which has not been remedied;
e.liquidated damages;
f.failure of Contractor to provide a Recovery Schedule in accordance with the Contract
Documents;
g.failure of Contractor to provide any and all material documents required by the Contract
Documents including,without limitation,the failure to maintain as-built drawings in a current and
acceptable state;and
h.pending or imminent Claims of the City or others including,without limitation,Claims which
are subject to Contractor's indemnity obligation under the Contract Documents,for which the Contractor
has not posted bonds or other additional security reasonably satisfactory to the City.
Except as otherwise specifically provided in the Contract Documents,in no event shall any interest be
due and payable by the City to the Contractor or any other party on any of the sums retained by the City
pursuant to any of the terms or provisions of any of the Contract Documents.
5.4.No acceptance.No progress payment made by the City to Contractor shall constitute acceptance
of any portion of the Work,any goods or materials provided under this Agreement or any portion thereof.No
partial or entire use or occupancy of the Project by the City shall constitute an acceptance of any portion of
the Work or the complete Project which is not in accordance with the Contract Documents.
5.5.Final Bill of Materials.Upon request by the City,Contractor shall be required to submit to City and
Consultant a final bill of materials with unit costs for each bid item for supply of materials in place.This shall
be an itemized list of all materials with a unit cost for each material and the total shall agree with unit costs
established for each Contract item.A Final Certificate for Payment cannot be issued by Consultant until
Contractor submits the final bill of materials and Consultant verifies the accuracy of the units of Work.
5.6.Payment by City for Tests.Except when otherwise specified in the Contract Documents,the
expense of all tests requested by Consultant shall be borne by City and performed by a testing firm chosen
by the City.For road construction projects the procedure for making tests required by Consultant will be in
conformance with the most recent edition of the State of Florida,Department of Transportation Standard
Specifications for Road and Bridge Construction.The cost of any required test which Contractor fails shall
be paid for by Contractor.
5.7.Form of Application:Projected Payment Schedule.The Contractor shall make each Application
for Payment on AIA Form G702 or other form approved by the City,which incorporates the budget and the
Schedule of Values.For each line item,the Contractor shall state the approved cost,the cost to date,and
the projected total cost,and retainage held (if any),shall state that the projected total cost shall not exceed
the approved cost,as adjusted by Change Order.Each Application for Payment shall also state the actual
costs incurred by the Contractor for the payment period covered by such Application for Payment.
ARTICLE 6.PROJECT SCHEDULE AND CONTRACT TIME.
16 I Ge neral Cond itions for Construction Contracts (April 13,2020)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
6.1.Time for Completion.Time is of the essence throughout this Contract.Contractor shall perform the
Work so as to achieve Substantial Completion within the number of days specified for Substantial Completion
in the Invitation to Bid Summary,and the Project shall be completed and ready for final payment as set forth
herein within the number of days specified for Final Completion in the Invitation to Bid Summary,with such
Final Completion date calculated from the date certified by Consultant as the date of Substantial Completion.
6.2.Project Schedule:Preliminary Matters.As a condition of issuance of a Notice to Proceed for the
construction of the Work (typically,NTP2),Contractor shall submit to Consultant for Consultant's review and
acceptance:
6.2.1.A project "Base Line"schedule,one (1)copy on a CD and One (1)hard copy (activities arranged in
"waterfall"),in the indicated form for Final review and approval,in accordance with the Project Scheduling
Format required in the Invitation to Bid Summary.
(CPM shall be interpreted to be generally as outlined in the Association of General Contractors (AGC)
publication,"The Use of CPM in Construction.")
Contractor shall provide a preliminary man loaded,logic based "Base Line"Project schedule using "Early
Start"and "Early Finish"dates for each activity.The Contractor shall include,in addition to normal work
activity input,input that encompasses all submittal approvals,delivery durations for important materials
and/or equipment,and Logic relationships of activities including physical and site restraints.
The preliminary Base Line project schedule when submitted shall have attached a run of the programs
generated error report that states no errors and be acceptable to Consultant and City.
Monthly,Contractor shall submit with each Application for Payment an update of the Project Schedule with
an error report stating no errors (that does not revise the base line schedule),showing the progress for the
month ("Progress Schedule").CONTRACTOR SHALL SUBMIT ONE HARD COPY AND ONE ELECTRONIC
COPY (including a native version and a pdf).In addition to the Progress Schedule Contractor shall include a
narrative report of the months'progress,an explanation of any delays and or additions/deletions to activities.
City's acceptance of a Progress Schedule for purposes of City's approval of an Application for Payment shall
not constitute or be construed as City's approval of the Progress Schedule itself,or as approval of any change
to the Project Schedule.Any changes to the Project Schedule,if agreed to,shall be memorialized in a duly
executed Change Order.
It is strongly recommended that Contractor or the professional who performs scheduling have a vast
knowledge in the use of the required scheduling software specified in the Invitation to Bid Summary to
develop and update the project schedule.
CONTRACTOR agrees to attend weekly progress meetings and provide an two (2)week look ahead
schedule for review and discussion and monthly be prepared to discuss any:
1)Proposed changes to the Base Line schedule logic;
2)Explain and provide a narrative for reasons why logic changes should be made;
3)Update to individual subcontractor activities;and
4)Integration of changes into the schedule.
17\Ge neral Conditions or Construction Contracts {April 13,2020)
D o cusig n E nvelo pe ID :23895926-11B 0-4 B 75-849F-887C 36952C 3C
The Project Schedule shall be the basis of the Contractor's Work and shall be complied with in all respects.
6.2.2.A preliminary schedule of Shop Drawing submissions;and
6.2.3.In a lump sum contract or in a contract which includes lump sum bid items of Work,a preliminary
schedule of values for all of the Work which may include quantities and prices of items aggregating the
Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for
progress payments during construction.Such prices will include an appropriate amount of overhead and
profit applicable to each item of work which will be confirmed in writing by Contractor at the time of
submission.If requested by the City,Contractor shall provide additional breakdowns as to any line item,to
show labor,equipment,materials and overhead and profit.
6.2.4.After award but prior to the submission of the progress schedule,Consultant,Contract Administrator
and Contractor shall meet with all utility owners and secure from them a schedule of utility relocation,
provided,however,that by facilitating Contractor's efforts to coordinate with such utilities,City is not assuming
the obligation to coordinate any necessary relocations and Contractor shall be solely responsible for such
coordination.
6.2.5.At a time specified by Consultant but before Contractor starts the work at the Project Site,a
conference attended by Contractor,Consultant and others as deemed appropriate by Contract Administrator
will be held to discuss the schedules to discuss procedures for handling Shop Drawings and other submittals
and for processing Applications for Payment,and to establish a working understanding among the parties as
to the Work.
6.2.6.Within five (5)days from the Project Initiation Date set forth in the Notice to Proceed,a pre-
construction meeting attended by Contractor,Consultant and others,as appropriate,will be held to finalize
the schedules submitted.Within ten (10)days after the Project Initiation Date set forth in Notice to Proceed,
the Contractor shall revise the original schedule submittal to address all review comments from the CPM
review conference and resubmit for Consultant review.The finalized progress schedule will be accepted by
Consultant only as providing an orderly progression of the Work to completion within the Contract Time,but
such acceptance shall not constitute acceptance by City or Consultant of the means or methods of
construction or of the sequencing or scheduling of the Work,and such acceptance will neither impose on
Consultant or City responsibility for the progress or scheduling of the Work nor relieve Contractor from full
responsibility therefore.The finalized schedule of Shop Drawing submissions must be acceptable to
Consultant as providing a workable arrangement for processing the submissions.The finalized schedule of
values must be acceptable to Consultant as to form and substance.
6.3.Recovery Schedule.
6.3.1.If Contractor's Work,or any portion of the Work,becomes more than (30)days behind
schedule,if the Work on any critical path item or activity delineated in the Project Schedule is delayed for a
period which exceeds 5%of the days remaining until a completion deadline for an item in the Project
Schedule,or if the reasonably appears that the Contractor will be unable to meet the deadlines of the Project
Schedule,the City may notify Contractor of same,and in such case,the Contractor shall submit a proposed
recovery plan to regain lost schedule progress and to achieve any Project milestones,Substantial
Completion,and Final Completion in accordance with the Contract Documents ("Recovery Schedule"),after
taking into account Excusable Delays (as hereinafter defined)and permitted extensions of the Project for
I8 ]Ge ne ral C on d itio ns for C onst ructio n C ontracts [A pril 13 ,20 20 )
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
review and acceptance within seven (7)days following notification from the City,so as to ensure Contractor
makes up lost time.
6.3.2.City shall notify Contractor within five (5)business days after receipt of each Recovery
Schedule,whether the Recovery Schedule is deemed accepted or rejected.Within five (5)business days
after City's rejection of any Recovery Schedule,Contractor will resubmit a revised Recovery Schedule
incorporating City's comments.If the City accepts Contractor's Recovery Schedule,Contractor shall,within
five (5)business days after City's acceptance,incorporate and fully include the Recovery Schedule into the
Project Schedule and deliver same to City.
6.3.3.If the Contractor fails to provide an acceptable Recovery Schedule,as determined by City
in its sole discretion,that demonstrates Contractor's ability to timely follow the Project Schedule,the City
may,without prejudice to any other rights and remedies available to the City hereunder or otherwise,declare
an Event of Default or order the Contractor to employ such extraordinary measures,including acceleration
of the Work,and other measures,including substantially increasing manpower and/or necessary equipment,
as may be necessary to bring the Work into conformity with the Project Schedule.
6.4.Substantial Completion.As a condition of Substantial Completion,all of the following must occur:
6.4.1.All Work affecting the operability of the Project or safety has been completed in accordance
with the Contract Documents;
6.4.2.If applicable,all pre-commissioning activities,including alignment,balancing,lubrication and
first-fill,have been completed;
6.4.3.The Work may be operated within manufacturers'recommended limits (with all installation
instructions,operations and maintenance manuals or instructions for equipment furnished by Contractor,
catalogs,product data sheets for all materials furnished by Contractor and similar information provided),in
compliance with Applicable Laws,and without damage to the Work or to the Project;
6.4.4.Contractor has corrected all defects,deficiencies and/or discrepancies to the entire Work as
identified by the City or the Consultant,and the Consultant confirms such corrections have been made in
writing;
6.4.5.The most recent updated set of "as-built"drawings reflecting the progress of the Work
through Substantial Completion (in native file format,such as autoCAD);
6.4.6.When Contractor believes it has achieved Substantial Completion,Contractor shall request
an inspection by the City and the Consultant,and shall provide the City with evidence supporting its
assessment of Substantial Completion,including any specific documents or information requested by the
City to assist in its evaluation thereof.Contractor shall,prior to said inspection,develop its preliminary Punch
List for input and comment by the City and the Consultant.Once the preliminary Punch List is submitted to
the City,the City and its representatives shall then schedule a walk-through of the Project with Contractor
and the Consultant.Following the walk-through,Contractor shall develop and provide City with the list of all
remaining items of Work to be completed or corrected,and which incorporates items and comments identified
or provided by the City and Consultant comments and is certified for completeness and accuracy by the
Consultant (Substantial Completion Punch List"),provided,however,that failure to include any items on
19 ]General Conditions for Construction Contracts [April 13,2020)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
such Substantial Completion Punch List does not alter the responsibility of the Contractor to complete all
Work in accordance with the Contract Documents;and
6.4.7.Any and all appurtenances,utilities,transportation arteries and any other items required
under the Contract Documents and necessary to serve that portion of the Work are sufficiently completed,a
temporary certificate of completion or Certificate of Occupancy,as applicable,is issued for the Work for which
a Certificate of Substantial Completion is being sought and/or all conditions or requirements of authorities
having jurisdiction are complied with,to permit the City to utilize and occupy that portion for its intended use
in accordance with the Contract Documents without material interference from any incomplete or improperly
completed items of Work;
6.4.8.With respect to any Project for which a right-of-way permit is required from the City's Public
Works Department or which includes a final lift of asphalt as part of the Work,in no event shall Substantial
Completion occur prior to the final lift of asphalt and acceptance thereof by the agencies having jurisdiction
(including,without limitation,the City's Public Works Department).
6.5.Certificate of Substantial Completion.Any determination by the Consultant and the Contractor of
Substantial Completion shall not be binding on the City,and the ultimate determination of Substantial
Completion shall rest with the City and shall be evidenced by the City's executing and returning to the
Contractor its Certificate of Substantial Completion (or Partial Substantial Completion,as applicable).
6.5.1.When the City,on the basis of an inspection,determines that the Work or designated portion thereof
is substantially complete,and when the Contractor has complied with all other conditions precedent to
Substantial Completion provided for in the other Contract Documents,the City will then prepare a Certificate
of Substantial Completion which shall establish the Substantial Completion Date,shall state the
responsibilities of Contractor,if any,for security,maintenance,heat,utilities,damage to the Work,and
insurance,and shall fix the time within which the Contractor shall complete the items listed in the Substantial
Completion Punch List.If the City issues a Certificate of Substantial Completion on the basis of partial
completion of the Project,or upon the basis of a partial or temporary certificate of occupancy or certificate of
completion,as applicable,City may include such additional conditions,as it deems appropriate to protect its
interests pending substantial completion of the entire Project or issuance of a permanent certificate of
occupancy or certificate of completion,as applicable.
6.5.2.The City shall not unreasonably withhold or condition acceptance and execution of a Certificate of
Substantial Completion (or a Notice of Partial Substantial Completion);provided,however,the Project shall
not be deemed Substantially Complete and the City shall not execute a Certificate of Substantial Completion
until all of the criteria for achieving Substantial Completion as identified in the Contract Documents have been
satisfied,and (2)in the case of a portion of the Project,the conditions set forth this Article 6 relating to Partial
Substantial Completion shall have been satisfied.
6.6.Partial Substantial Completion.Partial Substantial Completion of the Work shall occur when the
City determines that a portion of the Work,as defined in the Contract Documents and/or otherwise by logical
boundaries,is Substantially Complete in accordance with the Contract Documents.The City may (but shall
not be obligated to)agree that a portion or component of the Work,acceptable to the City in its sole discretion,
may be certified as Substantially Complete provided that:
6.6.1.The requirements provided in this Article 6 for issuance of a Certificate of Substantial Completion
are complied with for the portion of the Work for which a Notice of Partial Substantial Completion is being
20 ]Ge neral Conditions for Construction Contracts (April 13,2020)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
sought;
6.6.2.Such portion and any and all appurtenances,utilities,transportation arteries and any other items
required under the Contract Documents and necessary to serve that portion of the Work are sufficiently
completed,a temporary certificate of completion or Certificate of Occupancy,as applicable,is issued for the
portion of the Work for which a Certificate of Partial Substantial Completion is being sought and/or all
conditions or requirements of authorities having jurisdiction are complied with,to permit the City to utilize and
occupy that portion for its intended use in accordance with the Contract Documents without material
interference from any incomplete or improperly completed items of Work;
6.6.3.The City is fully able to use and occupy the portion of the Work for the purposes intended and the
Contractor separates the portion of the Work which is Substantially Complete from non-complete areas of
the Project in order to prevent noise,dust and other construction disturbances which would materially
interfere with the use of such portion for its intended use in accordance with the Contract Documents and to
assure the safety of those entering,exiting and occupying the Substantially Completed portion of the Work;
6.6.4.Partial Substantial Completion shall not constitute Final Completion of the Work or Substantial
Completion of the Project,nor shall it relieve the Contractor of any responsibility for the correction of Work
(whether or not included in portion of Work Substantially Complete)or for the performance of Work not
complete at the time of Partial Substantial Completion.
6.7.Liquidated Damages.
6.7.1.Upon failure of Contractor to achieve Substantial Completion within the time period specified in the
Invitation to Bid Summary for Substantial Completion,as such date may be extended pursuant to the terms
of the Contract Documents,Contractor shall pay to City the sum specified in the Invitation to Bid Summary
for "Liquidated Damages"for each calendar day after the time specified in the Invitation to Bid Summary for
Substantial Completion,plus any approved time extensions,for Substantial Completion.Partial Substantial
Completion shall not relieve Contractor of any responsibility for Liquidated Damages for failure to timely
achieve Substantial Completion.
6.7.2.After Substantial Completion is achieved,should Contractor fail to complete the remaining Work
within the time specified in the Invitation to Bid Summary for Final Completion,plus approved time extensions
thereof,Contractor shall pay to City the sum set forth in the Invitation to Bid Summary as "Liquidated
Damages"for each calendar day after the time specified in the Invitation to Bid Summary for Final
Completion,plus any approved extensions.
6.7.3.Contractor agrees that the Liquidated Damages set forth herein are not penalties and have been set
based on an evaluation by City of damages to City and the public caused by untimely performance.Such
damages may include loss of revenues to the City,and additional costs of administering this Agreement,
including Project staff,legal,accounting,consultants and overhead and other administrative costs.
Contractor acknowledges that the amounts established for Liquidated Damages are fair and commercially
reasonable.Contractor and City have agreed to the Liquidated Damages in order to fix Contractor's costs
and to avoid later disputes over which items are properly chargeable to Contractor as a consequence of
Contractor's delays.
21 I General Conditions for Construction Contracts (Apl 13,2020)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
The above-stated liquidated damages shall apply separately to each portion of the Project for which a time
for completion is given.City is authorized to deduct liquidated damages from monies due to Contractor for
the Work under this Contract or as much thereof as City may,in its sole discretion,deem just and reasonable.
Liquidated Damages shall apply,whether or not the City terminates Contractor for cause and whether or not
Surety completes the Project after a Default by Contractor.
Liquidated Damages shall apply solely to claims arising from delay in meeting any milestone for which the
right to assess Liquidated Damages is specified,including,without limitation,Substantial Completion,and
Final Completion,and shall be the City's sole remedy for delay,and are not intended to,and do not,liquidate
Contractor's liability under any other provision of the Contractor Documents for other events not specifically
referenced in this Article 6.Liquidated Damages shall not liquidate Contractor's liability under the
indemnification provisions of this Agreement.
Contractor,in addition to reimbursing City for Liquidated Damages or other damages for untimely
performance as provided herein,shall reimburse City for all costs incurred by City to repair,restore,or
complete the Work,as may be provided by the Contract Documents,including,without limitation,any
additional design fees that may be due to the Consultant related thereto.All such costs shall be deducted
from the monies otherwise due Contractor for performance of Work under this Agreement by means of
unilateral credit or deductive Change Orders issued by City.
In the event a court of competent jurisdiction determines that any Liquidated Damages amount herein is
unenforceable notwithstanding Contractor's agreement herein that such amounts are fair and reasonable,
Contractor shall not be relieved of its obligations to the City for the actual damages resulting from the failure
to timely achieve Substantial Completion or Final Completion in accordance with the requirements of the
Contract Documents.Without limiting the foregoing,City and Contractor covenant not to bring any action in
a court of competent jurisdiction that would ask the court to rule that the Liquidated Damages amounts are
not fair and reasonable.
6.8.Beneficial Occupancy.Beneficial Occupancy shall occur when the City determines that a portion
of the Work may be occupied prior to Substantial Completion.City may take Beneficial Occupancy in
accordance with the provisions of the Contract Documents.
6.8.1.Prior to the anticipated date of Beneficial Occupancy,Contractor shall separate the portion of the
Work to be occupied from non-complete areas of the Project in order to prevent noise,dust and other
construction disturbances which would materially interfere with the use of such portion for its intended use in
accordance with the Contract Documents and to assure the safety of those entering,exiting and occupying
the completed portion to be occupied.
6.8.2.Beneficial Occupancy shall not constitute Substantial Completion or Final Completion of the Work,
nor shall it relieve the Contractor of any responsibility for the correction of Work (whether or not included in
the portion of Work to be occupied)or for the performance of Work not complete at the time of Beneficial
Occupancy.
6.8.3.After Beneficial Occupancy and as conditions of Substantial Completion,the Contractor shall deliver
to the City complete as-built drawings,all approved Shop Drawings,maintenance manuals,pamphlets,
charts,parts lists and specified spare parts,operating instructions and other necessary documents required
for all installed materials,equipment,or machinery,all applicable warranties and guarantees,and the
appropriate certificate of occupancy or certificate of completion that are related to the portion of the Work
being occupied.
22 ]Ge ner ol C onditions for C onstruction C ontra cts {A pril 13 ,20 20 )
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
6.8.4.Contractor's insurance on the unoccupied or unused portion or portions of the Project Site shall not
be canceled or lapsed on account of such Beneficial Occupancy.
6.8.5.Contractor shall be responsible to maintain all utility services to areas occupied by the City until Final
Completion.
6.9.Final Completion.Final Completion of the Project shall be deemed to have occurred if all the
following have occurred:
6.9.1.Substantial Completion of the entire Project has occurred;
6.9.2.The Work can be used and operated in accordance with Applicable Laws bearing on the performance
of the Work and applicable permits;
6.9.3.All spare parts,special tools and attic stock purchased by Contractor as part of Vendor supplies
shall have been delivered to City and clear of all Liens;
6.9.4.All items on the Substantial Completion Punch List shall have been completed by Contractor to City's
satisfaction and all final inspections have been performed;
6.9.5.Contractor has satisfied the additional conditions prescribed by the City in conjunction with a
Certificate of Substantial Completion issued on the basis of partial completion of the Project,or a partial or
temporary Certificate of Occupancy or Certificate of Completion,as applicable;
6.9.6.Contractor has delivered evidence to the City that all permits that are Contractor's responsibilities
as specified under the Contract Documents have been satisfied and closed,and that a Certificate of
Completion or Certificate of Occupancy (as applicable)has been issued by the authority having jurisdiction,
and the Project or designated portion thereof is sufficiently complete in accordance with the Contract
Documents and can be used for its intended purpose for uninterrupted operation,including,without limitation,
acceptance of completed as-builts,if required by the agency having jurisdiction.
6.9.7.Contractor shall have provided to City final releases and complete and unconditional waivers of liens
for all Work performed by Contractor and each Subcontractor or Suppliers,and a Consent of Surety to Final
Payment;
6.9.8.Contractor shall have delivered to the City a certification identifying all outstanding Claims (exclusive
of any Liens or other such encumbrances which must have been discharged)of Contractor (and of its
Subcontractors,Suppliers and any other party against Contractor)with written documentation reasonably
sufficient to support and/or substantiate such Claims;
6.9.9.Contractor shall have delivered to the City a written assignment of all warranties or guaranties which
Contractor received from Subcontractors or Suppliers to the extent Contractor is obligated to do so;
6.9.10.Contractor shall have delivered to City a complete set of as-built documents and Project Records
prepared in accordance with the Contract Documents;
23 ]Ge neral Conditions for Construction Contracts {April 13,2020)
D o cusig n E n velo pe ID :23895926-11B0-4 B75-849F-887C3695203C
6.9.11.Contractor has delivered to City all other submittals required by the Contract Documents,including
all installation instructions,operations and maintenance manuals or instructions for equipment furnished by
Contractor,catalogs,product data sheets for all materials furnished by Contractor and similar information;
6.9.12.All rubbish and debris have been removed from the Project Site;and
6.9.13.All Construction aids,equipment and materials have been removed from the Project Site.
6.9.14.Contractor has delivered to the City all executed warranties and guarantees required by the Contract
Documents,all of which shall be in the name of the City and run to the benefit of the City;
6.9.15.If applicable,certificates of insurance indicating that any insurance required of the Contractor or
Subcontractors by the Contract Documents shall remain in full force and effect for the required period of time;
6.9.16.Any other documentation establishing payment or satisfaction of obligations,including receipts,
releases and final waivers of lien from the Contractor and all Subcontractors,to the extent and in such form
as may be reasonably required by the City;
6.9.17.Final Completion is a condition precedent to City's final payment to Contractor and issuance of the
Final Certificate for Payment.Final payment shall be made only after the City Manager or his designee has
reviewed a written evaluation of the performance of Contractor prepared by the Contract Administrator,and
approved the final payment.
6.9.18.Waiver of Claims.The release by the City and acceptance of the final payment by Contractor
shall operate as and shall be a release to the City from all present and future Claims or liabilities,of
whatever kind or nature,arising under,relating to or in connection with this Contract for anything done
or furnished or relating to the Work or the Project,or from any act or omission of the City relating to or
connected with the Contract Documents,the Work or the Project,except those Claims or liabilities,if
any,for which the Contractor has provided the City with written notice pursuant to and in strict
compliance with the "Claims"and notice requirements set forth in the Contract Documents,and
containing a detailed reservation of rights that identifies the precise nature of the dispute,all facts in
support of Contractor's Claim,the particular scope of Work giving rise to the Claim,and the maximum amount
and/or time sought in connection with the Claim.
ARTICLE 7.INSPECTION OF WORK;CORRECTION OF
NON-CONFORMING OR DEFECTIVE WORK.
7.1.Consultant,City (and its authorized designees),and representatives of any regulatory agencies
having jurisdiction over the Project,shall at all times have access to the Work and the Project Site,and
Contractor shall provide proper facilities for such access and for inspecting,measuring and testing.Whenever
requested,Contractor shall give the City and any inspectors or representatives appointed by the City free
access to its Work during normal working hours either at the Project Site or its shops,factories,or places of
business of Contractor and its Subcontractors and suppliers for properly inspecting materials,equipment and
Work,and shall furnish them with full information as to the progress of the Work in its various parts.
7 .2.Should the Contract Documents,Consultant's instructions,any laws,ordinances,or any public
authority require any of the Work to be specially tested or approved,Contractor shall give Consultant timely
notice of readiness of the Work for testing.If the testing or approval is to be made by an authority other than
24 \Ge neral C o nd itio ns lor C o nstructio n C ontracts [A pril 13 ,20 20 )
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
City,timely notice shall be given of the date fixed for such testing.Testing shall be made promptly,and,
where practicable,at the source of supply.If any of the Work should be covered up without approval or
consent of Consultant,it must,if required by Consultant,be uncovered for examination and properly restored
at Contractor's expense.
7.3.Reexamination of any of the Work may be ordered by Consultant with prior written approval by the
Contract Administrator,and if so ordered,the Work must be uncovered by Contractor.If such Work is found
to be in accordance with the Contract Documents,City shall pay the cost of reexamination and replacement
by means of a Change Order.If such Work is not in accordance with the Contract Documents,Contractor
shall pay such cost.
7.4.Inspectors shall have no authority to permit deviations from,or to relax any of the provisions of,the
Contract Documents or to delay the Contract by failure to inspect the materials and work with reasonable
promptness without the written permission or instruction of Consultant.
7.5.The payment of any compensation,whatever may be its character or form,or the giving of any
gratuity or the granting of any favor by Contractor to any inspector,directly or indirectly,is strictly prohibited,
and any such act on the part of Contractor will constitute a breach of this Contract.
7.6.The Contractor shall coordinate all technical inspection and testing provided by professionals
designated by the City,the Consultant,permitting authorities,and others.The Contractor shall also schedule
the services of independent testing laboratories and provide the necessary testing of materials to ensure
conformance to the Contract Documents and provide a copy of all inspection and testing reports to the City
on the day of inspection or test.The Contractor shall provide reasonable prior notice to appropriate inspectors
before the Work is covered up,but in no event less than 24 hours before the Work is covered up.All costs
for uncovering Work not inspected and any reconstruction due to lack of reasonable prior notice shall be
borne by Contractor at its sole cost and expense.Any time billed by inspectors for inspection where the
Work is not ready to be inspected shall be at Contractor's sole cost and expense.If any members of the
Project team are to observe said inspections,tests or approvals required by the Contract Documents,they
shall be notified in writing by the Contractor of the dates and times of the inspections,tests or other approvals.
The Contractor shall schedule,direct and/or review the services of or the reports and/or findings of surveyors,
environmental consultants and testing and inspection agents engaged by the City.All Materials and
Equipment furnished by Contractor and Work performed by Contractor shall at all times be subject to
inspection and testing by City or inspectors or representatives appointed by City.If any of the Work should
be covered up without approval or consent of City's Project Coordinator,or without necessary test and
inspection,Contractor shall,if required by City's Project Coordinator or by public authorities,uncover such
Work for examination and testing,and shall re-cover same at Contractor's expense.
7.7.Defective or Non-Conforming Work.
7.7.1.Consultant and City shall have the authority to reject or disapprove work which either Consultant or
City find to be defective.If required by Consultant or City,Contractor shall promptly either correct all defective
work or remove such defective work and replace it with non-defective work.Contractor shall bear all direct,
indirect and consequential costs of such removal or corrections including cost of testing laboratories and
personnel.
7.7.2.Should Contractor fail or refuse to remove or correct any defective work or to make any necessary
repairs in accordance with the requirements of the Contract Documents within the time indicated in writing
25 I General Conditions for Construction Contracts {April 13,2020)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
by Consultant,City shall have the authority to cause the defective work to be removed or corrected,or make
such repairs as may be necessary at Contractor's expense.Any expense incurred by City in making such
removals,corrections or repairs,shall be paid for out of any monies due or which may become due to
Contractor ,or may be charged against the Performance Bond.In the event of failure of Contractor to make
all necessary repairs promptly and fully,City may declare Contractor in default.
7.7.3.If,within one (1)year after the date of Substantial Completion or such longer period of time as may
be prescribed by the terms of any applicable special warranty required by the Contract Documents,or by any
specific provision of the Contract Documents,any of the Work is found to be defective or not in accordance
with the Contract Documents,Contractor ,after receipt of written notice from City,shall promptly correct such
defective or nonconforming Work within the time specified by City without cost to City,to do so.Nothing
contained herein shall be construed to establish a period of limitation with respect to any other obligation
which Contractor might have under the Contract Documents including but not limited to,Contractor's
warranty obligations hereof and any claim regarding latent defects.
7.7 .4.Failure to reject any defective work or material shall not in any way prevent later rejection when such
defect is discovered,or obligate City to final acceptance.
7 .8.Cleaning Up:City's Right to Clean Up.Contractor shall at all times keep the premises free from
accumulation of waste materials or rubbish caused by its operations.At the completion of the Project,
Contractor shall remove all its waste materials and rubbish from and about the Project as well as its tools,
construction equipment,machinery and surplus materials.If Contractor fails to clean up during the
prosecution of the Work or at the completion of the Work,City may do so and the cost thereof shall be
charged to Contractor.If a dispute arises between Contractor and separate contractors as to their
responsibility for cleaning up,City may clean up and charge the cost thereof to the contractors responsible
therefore as Consultant shall determine to be just.
ARTICLE 8.SAFETY AND PROTECTION OF PROPERTY.
8.1.Contractor shall be solely responsible for initiating,maintaining and supervising all safety precautions
and programs in connection with the Project.Contractor shall take all necessary precautions for the safety
of,and shall provide the necessary protection to prevent damage,injury or loss to:
8.1.1.All employees on the work site and other persons who may be affected thereby;
8.1.2.All the work and all materials or equipment to be incorporated therein,whether in storage on or off
the Project Site;and
8.1.3.Other property at the Project Site or adjacent thereto,including trees,shrubs,lawns,walks,
pavements,roadways,structures and utilities not designated for removal,relocation or replacement in the
course of construction.
8.2.Contractor shall comply with all Applicable Laws for the safety of persons or property or to protect
them from damage,injury or loss;and shall erect and maintain all necessary safeguards for such safety and
protection.City and Contractor shall notify owners of adjacent property and utilities when prosecution of the
work may affect them.Contractor shall be responsible for and shall remedy all damage,injury or loss to any
property,caused directly or indirectly,in whole or in part,by Contractor,any Subcontractor,or anyone directly
or indirectly employed by any of them or anyone for whose acts any of them may be liable.Contractor's
26]General Conditions for Construction Contracts {April 13,2020)
Docusign Envelope ID:23895926-11 B0-4 875-849F-887C36952C3C
duties and responsibilities for the safety and protection of the work shall continue until such time as all the
Work is completed and Consultant has issued a notice to City and Contractor that the Work is acceptable
except as otherwise provided in the Contract Documents.
8.3.Contractor shall designate a responsible member of its organization at the Work site whose duty
shall be the prevention of accidents.This person shall be Contractor's Construction Superintendent,unless
otherwise designated in writing by Contractor to City.
8.4.Contractor's Responsibility for Damages and Accidents.
8.4.1.Contractor shall accept full responsibility for the Work against all loss or damage of whatsoever
nature sustained until final acceptance by City,and shall promptly repair any damage done from any cause
whatsoever.
8.4.2.Contractor shall be responsible for all materials,equipment and supplies pertaining to the Project.
In the event any such materials,equipment and supplies are lost,stolen,damaged or destroyed prior to final
acceptance by City,Contractor shall replace same without cost to City.
8.5.Occupational Health and Safety.
8.5.1.In compliance with Chapter 442,Florida Statutes,any toxic substance listed in Section 38F-41.03 of
the Florida Administrative Code delivered as a result of this bid must be accompanied by a Material Safety
Data Sheet (MSDS)which may be obtained from the manufacturer.The MSDS must include the following
information:
a.The chemical name and the common name of the toxic substance.
b.The hazards or other risks in the use of the toxic substance,including:
i.The potential for fire,explosion,corrosion,and reaction;
ii.The known acute and chronic health effects of risks from exposure,including the medical
conditions which are generally recognized as being aggravated by exposure to the toxic
substance;and
iii.The primary routes of entry and symptoms of overexposure.
c.The proper precautions,handling practices,necessary personal protective equipment,and other
safety precautions in the use of or exposure to the toxic substances,including appropriate
emergency treatment in case of overexposure.
d.The emergency procedure for spills,fire,disposal,and first aid.
e.A description in lay terms of the known specific potential health risks posed by the toxic
substance intended to alert any person reading this information.
The year and month,if available,that the information was compiled and the name,address,and emergency
telephone number of the manufacturer responsible for preparing the information.
27 I General Conditions for Construction Contracts pnil 13,2020)
D o cusig n E nvelo pe ID :23895926-11 B0-4B75-849F-887C36952C3C
8.6.Hurricane and Tropical Storm Precautions.
8.6.1.During such periods of time as are designated by the United States Weather Bureau as being a
hurricane warning or tropical storm alert,the Contractor,at no cost to the City,shall take all precautions
necessary to secure the Project Site in response to all threatened storm events,regardless of whether the
City or Consultant has given notice of same.
8.6.2.Contractor's Hurricane Preparedness Plan shall,at a minimum,include the following:(1)monitoring
of the real time weather radar and insuring reasonable precautions are taken prior to and during inclement
weather conditions,from a severe thunderstorms to a category 5 hurricane,to prevent accidents and to
minimize property damage;(2)preparing an emergency phone list showing home phone numbers of all
project personnel and subcontractor's supervisors,including all land lines and cell phones,to be used for
emergency purposes only;(3)ensuring the project jobsite's equipment and buildings are protected,
identifying vulnerable work in progress and determining how to best protect it from damage,and capping all
incomplete piping to prevent sand filtration;(4)cleaning the entire project,inside and out,removing trash
from the job site,clearing all materials that can become airborne,verifying that all erosion and sediment
control devices are in place and meet adequate standards,and removing screening on fences and signs;(5)
arranging for the pickup of all dumpsters and portable toilets and secure all materials and equipment,
anchoring or restraining everything that could blow away,and removing all non-essential barricades;and (6)
the documenting of conditions of the project and the surrounding area before and after the incident
(photographs and video).
8.6.3.Contractor shall be solely responsible for all costs of all precautions and Work covered by
Contractor's Hurricane Preparedness Plan.Compliance with Contractor's Hurricane Preparedness Plan
shall not constitute additional Work.
8.6.4.Any additional Work not covered in the Hurricane Preparedness Plan relating to hurricane warning
or tropical storm alert at the Project Site will be addressed by a Change Order in accordance with the Contract
Documents.
8.6.5.Suspension of the Work caused by a threatened or actual storm event,regardless of whether the
City has directed such suspension,will entitle the Contractor to additional Contract Time as noncompensable,
excusable delay,and shall not give rise to a claim for compensable delay.
8.6.6.Within ten (10)calendar days after the Project Initiation Date specified in the Notice to Proceed,
Contractor shall submit to the City a Hurricane Preparedness Plan.
8.7.Location and Damage to Existing Facilities,Equipment or Utilities.
8.7 .1.As far as possible,all existing utility lines in the Project area have been shown on the plans.
However,City does not guarantee that all lines are shown,or that,the ones indicated are in their true location.
As part of the Contract Price,it shall be the Contractor's responsibility to identify and locate all underground
and overhead utility lines or equipment affecting or affected by the Project,whether or not shown on the
plans.
8.7.2.The Contractor shall notify each utility company involved at least ten (10)days prior to the start of
construction to arrange for positive underground location,relocation or support of its utility where that utility
may be in conflict with or endangered by the proposed construction.Relocation of water mains or other
28 I Ge nera l C o nd itio ns for C o nstruction C ontra cts (April 13 ,20 20)
Docusign Envelope ID:23895926-11B80-4B875-849F-887C3695203C
utilities for the convenience of the Contractor shall be paid by the Contractor.All charges by utility companies
for temporary support of its utilities shall be paid for by the Contractor (for utilities indicated in the Contract
Documents).All costs of permanent utility relocation to avoid conflict shall be the responsibility of the utility
company involved,if indicated in the Contract Documents.No additional payment will be made to the
Contractor for utility relocations indicated in the Contract Documents,whether or not said relocation is
necessary to avoid conflict with other lines.
8.7.3.If Contractor,as part of its responsibility to identify all utility lines,identifies utility conflicts which
materially differ from those indicated in the Contract Documents,such utility conflicts (for items not indicated
in the Contract Documents)shall be addressed pursuant to the requirements of "Differing Site Conditions"
as set forth in Article 10 shall apply.
8.7.4.The Contractor shall reasonably schedule the Work,and the phasing thereof,in such a manner so
that the overall Project Schedule is not impacted and completion of the Work is not delayed by the utility
providers relocating or supporting their utilities.The Contractor shall coordinate its activities with any and all
public and private utility providers occupying the right-of-way.No compensation will be paid to the Contractor
for any loss of time or delay,except as provided in Article 10 of the Contract Documents.
8.7.5.All overhead,surface or underground structures and utilities encountered are to be carefully
protected from injury or displacement.All damage to such structures is to be completely repaired within a
reasonable time;needless delay will not be tolerated.The City reserves the right to remedy such damage
by ordering outside parties to make such repairs at the expense of the Contractor.All such repairs made by
the Contractor are to be made to the satisfaction of the utility owner.All damaged utilities must be replaced
or fully repaired.All repairs are to be inspected by the utility owner prior to backfilling.
8.8.Risk of Loss.The risk of loss to any of the Work and to any goods,materials and equipment
provided or to be provided under the Contract Documents,shall remain with the Contractor until
Substantial Completion.Should any of the Work,or any such goods,materials and equipment,be
destroyed,mutilated,defaced or otherwise damaged prior to the time the risk of loss has shifted to the
City,the Contractor shall repair or replace the same at its sole cost.The Performance Bond and Payment
Bond or other security or insurance protection required by the Contract Documents or otherwise provided
by the City or the Contractor shall in no way limit the responsibility of the Contractor under this Section.
ARTICLE 9.BONDS,INSURANCE AND INDEMNITY,
9.1.Performance Bond and Payment Bond:The Contractor shall,within ten (10)business days of the
Contract Date,furnish and deliver to the City a payment bond and a performance bond,in a form to be
provided by the City,issued by sureties licensed and authorized to do business in the State of Florida,
covering the faithful performance and completion of the Project pursuant to the Contract Documents,
including the performance and completion of those services provided by Subcontractors of any tier and
covering the payment of all obligations arising hereunder including but not limited to,the payment for all
materials used in the performance of the Project in accordance with the Contract Documents,and for all labor
and services performed under the Contract Documents (including materials,labor and/or services provided
by Subconsultants and Subcontractors of any tier),whether by Subcontractors or otherwise.Each of the
aforesaid bonds (collectively herein referred to as the "Performance Bond and Payment Bond")shall have a
penal amount equal to the Contract Price,unless otherwise approved by the City and to the extent permitted
by law.Each bond shall be increased in the amount of any change to the Contract Price.Each bond shall
continue in effect for one (1)year after Final Completion of the Work.
29]General Conditions for Construction Contracts {April 13,2020)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
The Performance Bond and Payment Bond and the sureties issuing such bonds shall meet all the
requirements set forth in the Contract Documents and the Performance Bond and Payment Bond shall each
be in the form attached hereto or shall otherwise be acceptable to the City in its reasonable discretion.If any
of the sureties on the Performance Bond and Payment Bond at any time fails to meet said requirements,or
is deemed to be insufficient security for the penalty of said bond,then the City may,on giving thirty (30)days'
notice thereof in writing,require the Contractor to furnish a new and/or additional bond(s)in the above
amounts with such sureties thereon being licensed and authorized to do business in the State of Florida and
as shall be satisfactory to the City.The Contractor shall pay all costs of compliance with this Article as part
of the Contract Price.
Pursuant to the requirements of Section 255.05(1 )(a),Florida Statutes,as may be amended from time to
time,Contractor shall ensure that the bond(s)referenced above shall be recorded in the public records of
Miami-Dade County and provide City with evidence of such recording.
9.2.Alternate Form of Security:In lieu of a Performance Bond and a Payment Bond,Contractor may
furnish alternate forms of security which may be in the form of cash,money order,certified check,cashier's
check or unconditional letter of credit in the form attached hereto,which shall be in accordance with Section
255.05,Florida Statutes.Such alternate forms of security shall be subject to the prior approval of City and
for same purpose and shall be subject to the same conditions as those applicable above and shall be held
by City for one year after completion and acceptance of the Work.
9.3.Qualification of Surety:Bid Bonds,Performance Bonds and Payment Bonds over Five Hundred
Thousand Dollars ($500,000.00):
9.3.1.Each bond must be executed by a surety company of recognized standing,authorized to do business
in the State of Florida as surety,having a resident agent in the State of Florida and having been in business
with a record of successful continuous operation for at least five (5)years.
9.3.2.The surety company shall hold a current certificate of authority as acceptable surety on federal bonds
in accordance with United States Department of Treasury Circular 570,Current Revisions.If the amount of
the Bond exceeds the underwriting limitation set forth in the circular,in order to qualify,the net retention of
the surety company shall not exceed the underwriting limitation in the circular,and the excess risks must be
protected by coinsurance,reinsurance,or other methods in accordance with Treasury Circular 297,revised
September 1,1978 (31 DFR Section 223.10,Section 223.111).Further,the surety company shall provide
City with evidence satisfactory to City,that such excess risk has been protected in an acceptable manner.
9.3.3.The City will accept a surety bond from a company with a rating of B+or better for bonds up to $2
million,provided,however,that if any surety company appears on the watch list that is published quarterly
by Intercom of the Office of the Florida Insurance Commissioner,the City shall review and either accept or
reject the surety company based on the financial information available to the City.A surety company that is
rejected by the City may be substituted by the Bidder or proposer with a surety company acceptable to the
City,only if the bid amount does not increase.The following sets forth,in general,the acceptable parameters
for bonds:
Policy-Financial
holder's Size
Amount of Bond Ratings Category
3 0 ]Ge n e ra l C o nd itio n s fo r C o n struc tio n C o ntra c ts (A p ril 13 ,2 0 2 0 )
D o cusig n Envelope ID :23895926-11 B0-4 B75-849F -887C 36952C 3C
500,001 to 1,000,000
1,000,001 to 2,000,000
2,000,001 to 5,000,000
5,000,001 to 10,000,000
10,000,001 to 25,000,000
25,000,001 to 50,000,000
50,000,001 or more
B+
B+
A
Class I
Class II
Class Ill
A Class IV
A Class V
A Class VI
A Class VII
9.3.4.For projects of $500,000.00 or less,City may accept a Bid Bond,Performance Bond and Payment
Bond from a surety company which has twice the minimum surplus and capital required by the Florida
Insurance Code at the time the invitation to bid is issued,if the surety company is otherwise in compliance
with the provisions of the Florida Insurance Code,and if the surety company holds a currently valid certificate
of authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31
of the United States Code,as may be amended from time to time.The Certificate and Affidavit so certifying
should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond.
9.3.5.Unless more stringent surety requirements of any grantor agency are set forth within the
Supplemental Conditions,the provisions of this Article shall apply.
9.4.Insurance Requirements.The Bidder shall furnish to the Procurement Department,City of Miami
Beach,1755 Meridian Avenue,3d Floor,Miami,Florida 33139,Certificate(s)of Insurance which indicate that
insurance coverage has been obtained which meets the requirements set forth in the Invitation to Bid
Summary (and/or exhibits thereto).
9.4.1.Additional Insured Status.The City of Miami Beach must be covered as an additional insured
with respect to liability arising out of work or operations performed by or on behalf of the Consultant.
9.4.2.Waiver of Subrogation.Contractor hereby grants to City of Miami Beach a waiver of any right to
subrogation which any insurer of the Contractor may acquire against the City of Miami Beach by virtue of
the payment of any loss under such insurance.Contractor agrees to obtain any endorsement that may be
necessary to affect this waiver of subrogation,but this provision applies regardless of whether or not the
City of Miami Beach has received a waiver of subrogation endorsement from the insurer.
9.4.3.Other Insurance Provisions.
a.For any claims related to this project,the Contractor's coverage shall be primary insurance as
respects the City of Miami Beach,its officials,officers,employees,and volunteers.Any
insurance or self-insurance maintained by the City of Miami Beach shall be excess of the
Contractor's insurance and shall not contribute with it.
b.Each policy required by this clause shall provide that coverage shall not be canceled,except
with notice to the City of Miami Beach.
c.If any excavation work is included in the Contract,it is understood and agreed that Contractor's
Liability policy shall not contain exclusion for XCU (Explosion,Collapse and Underground)
coverage.
If any coverage required is written on a claims-made form:
a.The retroactive date must be shown,and must be before the date of the contract or the
3 1 ]Ge neral C ond itions for C onstru ction C ontracts (A pril 13 ,20 20 )
D o cusign Envelope ID :23895926-11 B0-4 B75-849F-887C 36952C 3C
beginning of contract work.
b.Insurance must be maintained and evidence of insurance must be provided for at least five (5)
years after completion of the contract of work.
c.If coverage is canceled or non-renewed,and not replaced with another claims-made policy
form with a retroactive date prior to the contract effective date,the Contractor must purchase
extended period coverage for a minimum of five (5)years after completion of the contract work.
d.A copy of the claims reporting requirements must be submitted to the City of Miami Beach Risk
Management (or its designee)for review.
e.If the services involved lead-based paint or asbestos identification/remediation,the
Contractors Pollution Liability shall not contain lead-based paint or asbestos exclusions.If the
services involve mold identification/remediation,the Contractors Pollution Liability shall not
contain a mold exclusion and the definition of "Pollution"shall include microbial matter
including mold.
9.4.4.Acceptability of Insurers.Insurance is to be placed with insurers with a current A.M.Best's rating
of no less than A:VII,unless otherwise acceptable to the City of Miami Beach Risk Management Office.
9.4.5.Verification of Coverage.Contractor shall provide the required insurance certificates,
endorsements or applicable policy language effecting coverage required by this Article.All certificates of
insurance and endorsements are to be received prior to any work commencing.However,failure to obtain
the required coverage prior to the work beginning shall not waive the Contractor's obligation to provide
them.The City of Miami Beach reserves the right to require complete,certified copies of all required
insurance policies,including endorsements required by these specifications,at any time.
9.4.6.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.
Certificate Holder:
CITY OF MIAMI BEACH
clo PROCUREMENT DEPARTMENT
1700 CONVENTION CENTER DRIVE
MIAMI BEACH,FL 33139
Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under
this section or under any other provision of the Contract Documents.
9.5.Indemnification.
9.5.1.In consideration of the sum of Twenty-Five Dollars ($25.00)and other good and valuable
consideration,the sufficiency of which the Contractor hereby acknowledges,to the fullest extent permitted
by law,Contractor shall defend,indemnify and save harmless City,and their respective officers and
employees,from liabilities,damages,losses and costs including,but not limited to,reasonable attorney's
32 ]Ge ne ral C ond itions for C onstruction C ontra cts (A pril 13 ,20 20)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
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.
9.5.2.Sums otherwise due to Contractor under this Contract may be retained by City until all of City's
Claims for indemnification under this Contract have been settled or otherwise resolved.Any amount withheld
pursuant to this Article shall not be subject to payment of interest by City.
9.5.3.The execution of this Contract by Contractor shall operate as an express acknowledgment that the
indemnification obligation is part of the bid documents and/or Contract Documents for the Project and the
monetary limitation on indemnification in this Article bears a reasonable commercial relationship to the
Contract.
9.5.4.Nothing in this Artilce is intended,or should be construed,to negate,abridge or otherwise reduce
the other rights and obligations of indemnity that may otherwise exist as to a party described in this Article.
9.5.5.Nothing in this Article is intended to create in the public or any member thereof,a third party
beneficiary hereunder,or to authorize anyone not a party to this Contract,to maintain a suit for personal
injuries or property damage pursuant to the terms or provisions of this Contract.
9.5.6.The indemnification obligations set forth herein shall survive the termination and/or expiration of this
Contract.
ARTICLE 10.CHANGES IN THE WORK;
EXTENSIONS TO THE CONTRACT TIME.
10.1.Changes in the Work or Terms of Contract Documents.
10.1.1.Without invalidating the Contract and without notice to any surety City reserves and shall have the
right,from time to time to make such increases,decreases or other changes in the character or quantity of
the Work as may be considered necessary or desirable to complete fully and acceptably the proposed
construction in a satisfactory manner.Any extra or additional work within the scope of this Project must be
accomplished by means of appropriate Field Orders and Supplemental Instructions or Change Orders.
10.1.2.Any changes to the terms of the Contract Documents must be contained in a Change Order,
executed by the Parties hereto,with the same formality and of equal dignity prior to the initiation of any work
reflecting such change.This section shall not prohibit the issuance of Change Orders executed only by City
as hereinafter provided.
10.2.Field Orders.
10.2.1.The Contract Administrator,through Consultant,shall have the right to approve and issue Field
Orders setting forth written interpretations of the intent of the Contract Documents and ordering minor
changes in Work execution,providing the Field Order involves no change in the Contract Price or the Contract
Time.
10.2.2.Consultant shall have the right to approve and issue supplemental instructions setting forth written
orders,instructions,or interpretations concerning the Contract Documents or its performance,provided such
supplemental instructions involve no change in the Contract Price or the Contract Time.
33]Ge neral Conditions for Construction Contracts {April 13,2020)
D ocusig n E nvelo p e ID :23 895926-11 B0-4 8 75-849F -887C 36952C 3C
10.3.Change Orders.
10.3.1.Changes in the quantity or character of the Work which are not properly the subject of Field Orders
or supplemental instructions,including all changes resulting in changes in the Contract Price,or the Contract
Time,shall only be authorized only by Change Orders approved in advance by the City.Changes in the
Work shall be performed under applicable provisions of the Contract Documents,and the Contractor shall
proceed promptly,unless otherwise provided in the Change Order or Construction Change Directive.No
Change Order shall take effect until Contractor delivers a Consent of Surety increasing the Performance
Bond and Payment Bond by the amount of the Change Order.
10.3.2.All Change Orders which exceed the then-remaining amounts available in the Owner's Contingency
shall be approved by the City Commission.All other Change Orders,if funded by then-remaining amounts
available in the Owner's Contingency,shall be approved in advance by the City Manager or the City
Manager's designee.Notwithstanding the foregoing,the City Manager,at his or her sole discretion,may
elect to present any proposed Change Order to the City Commission for its consideration.
10.3.3.If City requests a change in the Work,City shall submit a change request to Contractor,in writing.
Within seven (7)business days of Contractor's receipt of such request from the City,Contractor shall
provide City with a rough "pencil copy"estimate of the cost and/or time impacts associated with the request.
Within twenty-one (21)days of Contractor's receipt of City's initial request,the Contractor shall submit a
detailed proposal to the City stating (i)the proposed increase or decrease,if any,in the Cost of the Work
which would result from such a change,(ii)the effect,if any,upon the Contract Time by reason of such
proposed change,and (iii)supporting data and documentation,including any requested by the City in its
change request.
10.3.4.If the Contractor proposes a change in the Work,such proposal must be accompanied by a
detailed cost breakdown and sufficient substantiating data to permit evaluation by the City.If the Contractor
does submit a proposal within the preceding seven (7)business day time period,the City shall,within
twenty-one (21)days following its receipt of such proposal,notify the Contractor as to whether the City
agrees with such proposal and wishes to accept the Contractor's proposal.If the City agrees with such
proposal and wishes to accept the same,the City and the Contractor shall execute a Change Order which
at a minimum specifies:i)the detailed scope associated with the change to the Work;ii)the amount of the
adjustment in the Contract Price,if any,and (iii)the extent of the adjustment in the Contract Time,if any.
In the event the City disagrees with the Contractor's proposal,the City may either (i)notify the Contractor
that the City has decided to not proceed with or approve the requested change,or (ii)issue a Change
Order as provided below.
10.3.5.The increase or decrease in the Contract Price resulting from a change in the Work shall be
determined in one or more of the following ways:
a.by mutual acceptance of a lump sum (inclusive of all overhead and profit)properly itemized
and supported by sufficient substantiating data to permit evaluation by the Consultant and City;
b.by unit prices as may be specified in the Contract Documents or subsequently agreed upon;
c.by time and materials or "cost of the Work"(as defined herein)and a mutually acceptable
fixed or percentage overhead and profit fee for the Contractor.
34 ]Ge neral C o nd itio ns for C onstructio n C ontracts [A pril 13 ,20 20)
Docusign Envelope ID:23895926-11B0-4B75-849F-887C36952O3C
10.3.6.If none of the methods set forth above are agreed upon,the Contractor,provided it receives a written
Change Order signed by the City with respect to all undisputed amounts and Work,shall promptly proceed
with the Work involved,subject to Contractor's reservation of rights as to disputed amounts (with such
reservation of rights identifying the precise nature of the dispute,the facts in support of the Contractor's
position,and the maximum amount and/or time sought by the Contractor).The cost of such Work shall then
be determined on the basis of the reasonable expenditures and savings of those performing the Work
attributed to the change,including a reasonable overhead and profit in accordance with this Article.With
respect to any such Change Order Work,the City,with the Consultant,will establish an estimated cost of the
Work and the Contractor shall not perform any Work whose cost exceeds that estimate without prior written
approval by the City.With respect to all Change Orders,Contractor shall keep and present,in such form as
the City may prescribe,an itemized accounting together with appropriate supporting data of the increase in
the Cost of the Work.
10.3.7.If unit prices are included in the Contract Documents or as part of any Change Order,City shall pay
to Contractor the amounts determined for the total number of each of the units of work completed at the unit
price associated with such Work as stated in the Contractor's schedule of prices bid,as set forth in
Contractor's response to the 1TB.The number of units contained in the bid is an estimate only,and final
payment shall be made for the actual number of units incorporated in or made necessary by the Contract
Documents,as may be amended by Change Order.If additional unit price work is ordered,then the
Contractor shall perform the work as directed and shall be paid for the actual quantity of such item(s)of work
performed at the appropriate original schedule of prices bid associated with such Work.
10.3.8.Decreases in the Cost of the Work due to a change in the Project shall result in a decrease to the
Contract Price,by way of a deductive Change Order.
10.3.9.The Contractor's overhead and profit fee for all Change Orders shall be the net change in the
Contract Price,multiplied by the percentage specified for overhead and profit in the Change Order,provided,
that the overhead and profit markup or fee shall be as follows:
(1)if the Change Order Work involves self-performed Work performed by the Contractor's own
forces,the overhead and profit markup shall be reasonable,and shall not exceed ten percent (10%)of the
net change in the Contract Price;or
(2)if the Change Order involves Work performed by Subcontractors or Suppliers,or both,the
overhead and profit markup shall be reasonable,and the overhead and profit markup from Subcontractors
and Suppliers at all tiers shall not exceed ten percent 10%of the net change in the Contract Price,and the
Contractor's mark up for such Subcontractor performed Change Order Work shall not exceed seven and one
half percent (7 .5%)of the net change in the Contract Price.
For deductive Change Orders,including deductive Change Orders arising from both additive and deductive
items,the deductive amounts shall include a proportionate corresponding reduction in the overhead and profit
fee,as applicable to the Contractor,Subcontractors or Suppliers.
10.4.Value of Change Order Work/"Costs of the Work".The term "cost of the Work"means the sum
of:
35 [Ge ne ra l C o nd itio ns fo r C o nstructio n C o ntra cts (A p ril 13 ,20 2 0 )
Docusign Envelope ID:23895926-11 B0-4875-849F-887C36952C3C
10.4.1.All direct costs necessarily incurred and paid by Contractor in the proper performance of the Work
described in the Change Order.Except as otherwise may be agreed to in writing by City,such costs shall be
in amounts no higher than those prevailing in the locality of the Project,shall include only the following items
and shall not include any of the costs itemized in the "cost of work"as defined herein.
10.4.2.Payroll costs for employees in the direct employ of Contractor in the performance of the work
described in the Change Order under schedules of job classifications agreed upon by City and Contractor.
Payroll costs for employees not employed full time on the work covered by the Change Order shall be
apportioned on the basis of their time spent on the work.Payroll costs shall include,but not be limited to,
salaries and wages plus the cost of fringe benefits which shall include social security contributions,
unemployment,excise and payroll taxes,workers'or workmen's compensation,health and retirement
benefits,bonuses,sick leave,vacation and holiday pay application thereto.Such employees shall include
superintendents and foremen at the site.The expenses of performing the work after regular working hours,
on Sunday or legal holidays,shall be included in the above to the extent authorized by City.Contractor's fee
shall not exceed ten percent (10%).
10.4.3.Cost of all materials and equipment furnished and incorporated in the work,including costs of
transportation and storage thereof,and manufacturers'field services required in connection therewith.All
cash discounts shall accrue to Contractor unless City deposits funds with Contractor with which to make
payments,in which case the cash discounts shall accrue to City.All trade discounts,rebates and refunds,
and all returns from sale of surplus materials and equipment shall accrue to City and Contractor shall make
provisions so that they may be obtained.Rentals of all construction equipment and machinery and the parts
thereof whether rented from Contractor or others in accordance with rental agreements approved by City with
the advice of Consultant and the costs of transportation,loading,unloading,installation,dismantling and
removal thereof,all in accordance with the terms of said agreements.The rental of any such equipment,
machinery or parts shall cease when the use thereof is no longer necessary for the work.Contractor's fee for
overhead and profit markup for materials and equipment pursuant to this Section shall not exceed ten percent
(10%)of the net change in the Contract Price.
10.4.4.Payments made by Contractor to Subcontractors for work performed by Subcontractors.If required
by City,Contractor shall obtain competitive bids from Subcontractors acceptable to Contractor and shall
deliver such bids to City who will then determine,with the advice of Consultant,which bids will be accepted.
If the Subcontract provides that the Subcontractor is to be paid on the basis of cost of the work plus a fee,
the Subcontractor's cost of the work shall be determined in the same manner as Contractor's cost of the
work.All Subcontractors shall be subject to the other provisions of the Contract Documents insofar as
applicable.Contractor's fee shall not exceed seven and one half percent (7.5%);and if a subcontract is on
the basis of cost of the work plus a fee,the maximum allowable to the Subcontractor as a fee for overhead
and profit shall not exceed ten percent (10%).
10.4.5.Contractor shall not be entitled to an overhead and profit markup or fee for any Change Order
involving special consultants,including,but not limited to,engineers,architects,testing laboratories,and
surveyors employed for services specifically related to the performance of the work described in the Change
Order.
10.4.6.Contractor shall not be entitled to an overhead and profit markup or fee for the following costs or
expenses:
36]General Conditions for Construction Contracts [April 13,2020)
Docusign Envelope ID:23895926-11 B0-4 B75-849F-887C36952C3C
a.The proportion of necessary transportation,travel and subsistence expenses of Contractor's
employees incurred in discharge of duties connected with the work except for local travel to and
from the site of the work.
b.Cost,including transportation and maintenance,of all materials,supplies,equipment,
machinery,appliances,office and temporary facilities at the site and hand tools not owned by
the workmen,which are consumed in the performance of the work,and cost less market value
of such items used but not consumed which remains the property of Contractor.
c.Sales,use,or similar taxes related to the Work,and for which Contractor is liable,imposed by
any governmental authority.
d.Deposits lost for causes other than Contractor's negligence;royalty payments and fees for
permits and licenses.
e.The cost of utilities,fuel and sanitary facilities at the Project Site.
f.Receipted minor expenses such as long distance telephone calls,telephone service at the site,
express delivery services (FedEx,UPS or couriers,and the like),internet or other
telecommunications services,and similar petty cash items in connection with the Work.
g.Cost of premiums for additional bonds and insurance required because of changes in the Work.
10.4.7.The term "cost of the Work"shall not include any of the following items,as such items are expressly
not to be reimbursed:
a.Payroll costs and other compensation of Contractor's officers,executives,principals (of
partnership and sole proprietorships),general managers,engineers,architects,estimators,
lawyers,auditors,accountants,purchasing and contracting agents,expediters,timekeepers,
clerks and other personnel employed by Contractor whether at the site or in its principal or a
branch office for general administration of the work and not specifically included in the agreed-
upon schedule of job classifications,all of which are to be considered administrative costs
covered by Contractor's fee.
b.Expenses of Contractor's principal and branch offices other than Contractor's office at the Project
Site.
c.Any part of Contractor's capital expenses,including interest on Contractor's capital employed for
the work and charges against Contractor for delinquent payments.
d.Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the
Contract Documents to purchase and maintain the same,except for additional bonds and
insurance required because of changes in the Work.
e.Losses and expenses sustained by the Contractor or any Subcontractors at any tier,not
compensated by insurance or otherwise,if such losses and expenses are due to infidelity on the
part of any employee of Contractor,any Subcontractor or Supplier,anyone directly or indirectly
employed by any of them,or anyone for whose acts any of them may be liable,or others to
37]Ge neral Cond itions for Construction Contracts April 13,2020)
Docusign Envelope ID:23895926-11 B0-4 B75-849F-887C36952C3C
whom the property may be entrusted,including but not limited to,the correction of defective
work,disposal of materials or equipment wrongly supplied and making good any damage to
property.
f.Other overhead or general expense costs of any kind and the cost of any item not specifically
and expressly approved by the City Manager or City Commission by a Change Order.
g.Losses and expenses not covered by insurance where the Contractor,or any Subcontractor,
failed to obtain and/or maintain in effect the insurance required to be carried by the Contract
Documents,or where Contractor,or any Subcontractor or Supplier,failed to obtain and/or
maintain such insurance in limits and amounts required by the Contract Documents except to
the extent any deductible provided in such required insurance;
h.Costs and expenses incurred by Contractor upon breach of its warranties or guaranties;
i.Costs associated with the relocation of employees,and any travel costs not expressly permitted
by the Contract Documents (including costs for long-distance travel,costs for travel between the
Project Site and the Contractor's office(s),and hotel,car rental and airfare costs);
j.Any amounts to be paid by the Contractor for federal,state or local income or franchise taxes;
k.Labor,material,and equipment costs or any other costs incurred which should be back-charged
to any Subcontractor,any Sub-Subcontractor,any direct or lower tier supplier,or any other party
for whom the Contractor is responsible;
I.Costs or losses resulting from lost,damaged by misuse or stolen tools and equipment;
m.Costs of bonding or securing liens or defending claims filed by any Subcontractor of any tier,any
Supplier,any direct or lower tier supplier or any other party for whom any of such parties or the
Contractor is responsible arising from nonpayment,unless such nonpayment is the result of the
City's unexcused or wrongful failure to pay the Contractor undisputed amounts as and when due
under the Contract Documents;
n.Costs of self-insured losses (e.g.,losses within the deductible limits maintained by the Contractor
or any direct or indirect subcontractor),costs covered by any insurance carried by Contractor or
a direct or lower tier subcontractor,costs which would have been covered by the insurance
required to be carried by a Contractor or a direct or lower tier subcontractor under the Contract
Documents,and costs which would have been covered by insurance but for failure of the
Contractor or direct or lower tier subcontractor to properly submit,process or give notice to the
occurrence or claim;
o.Costs of employee bonuses and executive bonuses whether or not based in whole or in part on
performance related to the Work;
p.Costs incurred or paid for recruiting employees (whether to third party recruiters or to
employees);
q.Severance or similar payments on account of terminated employees;
38 I Ge nera l Cond itions for Construction Contra cts (April 13,20201
D o cusign Envelope ID :23895926-11 B0-4 B75-849F-887C 36952C 3C
r.Costs incurred after the Contractor's application for final payment;
s.Any outside legal fees;
t.Costs of materials and equipment stored off-site,except upon the prior written approval of the
Contract Administrator in accordance with the Contract Documents.
10.5.The amount of credit to be allowed by Contractor to City for any such change which results in a net
decrease in cost,will be the amount of the actual net decrease.When both additions and credits are involved
in any one change,the combined overhead and profit shall be figured on the basis of the net increase,if any,
however,Contractor shall not be entitled to claim lost profits for any Work not performed.
10.6.Whenever the cost of any work is to be determined as defined herein,Contractor will submit in a
form acceptable to Consultant an itemized cost breakdown together with the supporting data.
10.7.Where the quantity of any item of the Work that is covered by a unit price is increased by more than
thirty percent (30%)from the quantity of such work indicated in the Contract Documents,an appropriate
Change Order shall be issued to adjust the unit price,if warranted.
10.8.Whenever a change in the Work is to be based on mutual acceptance of a lump sum,whether the
amount is an addition,credit or no change-in-cost,Contractor shall submit an initial cost estimate acceptable
to Consultant and Contract Administrator.
10.8.1.Breakdown shall list the quantities and unit prices for materials,labor,equipment and other items of
cost.
10.8.2.Whenever a Change Order involves Contractor and one or more Subcontractors,and the Change
Order increases in the Contract Price,the overhead and profit markups for Contractor and each
Subcontractor in accordance with this Article shall be itemized separately.
10.8.3.Each Change Order must state within the body of the Change Order whether it is based upon unit
price,negotiated lump sum,or "cost of the work."
10.9.No Damages for Delay.NO CLAIM FOR DAMAGES OR ANY CLAIM,OTHER THAN FOR AN
EXTENSION OF TIME,SHALL BE MADE OR ASSERTED AGAINST CITY BY REASON OF ANY DELAYS
EXCEPT AS PROVIDED HEREIN.Contractor shall not be entitled to an increase in the Contract Price or
payment or compensation of any kind from City for direct,indirect,consequential,impact or other costs,
expenses or damages,including but not limited to costs of acceleration or inefficiency,arising because of
delay,disruption,interference or hindrance from any cause whatsoever,whether such delay,disruption,
interference or hindrance be reasonable or unreasonable,foreseeable or unforeseeable,or avoidable or
unavoidable;and irrespective of whether such delay constitutes an Excusable Delay and irrespective of
whether such delay results in an extension of the Contract Time;provided,however,Contractor's hindrances
or delays are not due solely to fraud,bad faith or willful or intentional interference by the City in the
performance of the Work,and then only where such acts continue after Contractor's written notice to the City
of such alleged interference.
39 ]Ge ne ra l C ond itions for C onst ruction C ontracts [A pril 13 ,20 20)
Docusign Envelope ID:23895926-11 B0-4 B75-849F-887C36952C3C
10.9.1.Contractor acknowledges and agrees that Excusable Delay shall not be deemed to constitute willful
or intentional interference with the Contractor's performance of the Work without clear and convincing proof
that they were the result of a deliberate act,without any reasonable and good-faith basis,and were
specifically intended to disrupt the Contractor's performance of the Work.The City's attempts to facilitate or
assist Contractor in performance of the Work shall in no way be construed,interpreted and/or be deemed to
constitute willful or intentional interference with the Contractor's performance of the Work.
Except as provided herein,Contractor hereby waives all other remedies at law or in equity that it might
otherwise have against the City on account of any Excusable Delay and any and all other events that may,
from time to time,delay the Contractor in the performance of the Work.Contractor acknowledges and agrees
that,except as specified herein,all delays or events and their potential impacts on the performance by the
Contractor are specifically contemplated and acknowledged by the Parties in entering into this Agreement
and that Contractor's pricing of the Work and the determination of the Contract Price shall be expressly based
on the Contractor's assumption of the risks thereof,and Contractor hereby waives any and all Claims it might
have for any of the foregoing losses,costs,damages and expenses.
10.10.Excusable Delay.Contractor's sole remedy for Excusable Delay is an extension of the Contract
Time for each day of critical path delay,but only if the pre-requisites and notice requirements set forth below
in this Article 10 have been timely and properly satisfied.An excusable delay is one that (i)directly impacts
critical path activity delineated in the Project Schedule and extends the time for completion of the Work;(ii)
could not reasonably have been mitigated by Contractor,including by re-sequencing,reallocating or
redeploying and/or increasing the amount of its forces to other portions of the Work;and (iii)is caused by
circumstances beyond the control and due to no fault of Contractor or its Subcontractors,material persons,
Suppliers,or Vendors,including,but not limited to,force majeure events such as fires,floods,labor disputes,
epidemics,hurricanes,or similar events beyond the control and due to no fault of the Contractor ("Excusable
Delay").If two or more separate events of Excusable Delay are concurrent with each other,Contractor shall
only be entitled to an extension of time for each day of such concurrent critical path delay,and Contractor
shall not be entitled to double recovery thereon.For illustration purposes only,if two events of Excusable
Delay are concurrent for two days,Contractor shall only receive a time extension of a total of two days,and
not four days.
10.10.1.Weather.Extensions to the Contract Time for delays caused by the effects of inclement weather
shall be submitted as a request for a change in the Contract Time pursuant to the Contract Documents.
These time extensions are justified only when rains or other inclement weather conditions prevent Contractor
from productively performing critical path activity delineated in the Project Schedule:
(1)Contractor being unable to work at least fifty percent (50%)of the normal workday on critical
path activity delineated in the Project Schedule due to adverse weather conditions;or
(2)Contractor must make major repairs to the Work damaged by weather.Providing the
damage was not attributable to a failure to perform or neglect by Contractor,and providing that Contractor
was unable to work at least fifty percent (50%)of the normal workday on critical path activity delineated in
the Project Schedule.
10.10.2.Compensable Excusable Delay.Notwithstanding the foregoing,Excusable Delay is
compensable when (i)the delay extends the Contract Time,(ii)is caused by circumstances beyond the
control of the Contractor or its subcontractors,suppliers or vendors,and (iii)is caused solely by fraud,bad
faith or active interference on the part of City or its agents,provided,however,that in no event shall Contractor
40 I Ge neral Cond itions for Construction Contro cts (April 13,2020)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
be compensated for ()interim delays which do not extend the Contract Time,or (y)for Excusable Delay if
caused jointly or concurrently by Contractor or its subcontractors,suppliers or vendors and by the City or
Consultant,in which case then Contractor shall be entitled only to a time extension and no further
compensation for the Excusable Delay.
10.10.3.Unexcusable Delays."Unexcusable Delay"shall mean any delays not included within the
definition of Excusable Delay as set forth above including any delay which extends the completion of the
Work or portion of the Work beyond the time specified in the Project Schedule,including,without limitation,
the date for Substantial Completion or Final Completion,and which is caused by the act,fault,inaction or
omission of the Contractor or any Subcontractor,Supplier or other party for whom the Contractor is
responsible;any delay that could have been limited or avoided by Contractor's timely notice to the City of
such delay;or any delay in obtaining licenses,permits or inspections caused by the actions or omissions of
the Contractor or its Subcontractors,Suppliers or any other party for whom the Contractor is responsible An
Unexcusable Delay shall not be cause for granting an extension of time to complete any Work or any
compensation whatsoever,and shall subject the Contractor to damages in accordance with the Contract
Documents.In no event shall the Contractor be excused for interim delays which do not extend the Project
Schedule,including the date for Substantial Completion or Final Completion.
10.11.Prerequisites and Notice Requirements for Extensions of Time.Except as provided in the
Contract Documents with respect to Changes in the Work,an extension of the Contract Time will only be
granted by the City under the following circumstances:(a)if a delay occurs as a result of an Excusable Delay,
and (b)the Contractor has complied with each of the following requirements below to the reasonable
satisfaction of the City:
a.Contractor shall provide written notice to the City of any event of delay or potential delay within
five (5)days of the commencement of the event giving rise to the request.The Contractor,within ten (10)
days of the date upon which the Contractor has knowledge of the delay,shall notify the City,in writing,of the
cause of the delay stating the approximate number of days the Contractor expects to be delayed,and must
make a request for an extension of time,if applicable,to the City,in writing,within ten (10)days after the
cessation of the event causing the delay specifying the number of days the Contractor believes that its
activities were in fact delayed by the cause(s)described in its initial notice.
b.The Contractor must show to the reasonable satisfaction of the City that the activity claimed to
have been delayed was in fact delayed by the stated cause of delay,that the critical path of the Work was
materially affected by the delay,that the delay in such activity was not concurrent with any Unexcusable
Delay,the delay was not the result of the performance of unit price Work,and that the delay in such activity
will result in a delay of the date for Substantial Completion in the Project Schedule or Final Completion.
c.The initial notice provided by the Contractor under Subsection (a)above shall provide an
estimated number of days the Contractor believes it will be delayed,and describe the efforts of the Contractor
that have been or are going to be undertaken to overcome or remove the Excusable Delay and to minimize
the potential adverse effect on the cost and time for performance of the Work resulting from such Excusable
Delay.The mere written notice of an event of delay or potential delay,without all of the aforementioned
required information,is insufficient and will not toll the time period in which the Contractor must provide proper
written notice under this Article.
CONTRACTOR'S STRICT COMPLIANCE WITH THIS ARTICLE 10 IS A CONDITION PRECEDENT TO
RECEIPT OF AN EXTENSION OF THE CONTRACT TIME.FAILURE OF THE CONTRACTOR TO
4 l I Ge ne ral Conditions for Construction Contracts Apnl 13,2020)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
COMPLY WITH ALL REQUIREMENTS AS TO ANY PARTICULAR EVENT OF DELAY,INCLUDING THE
REQUIREMENTS OF THIS SECTION,SHALL BE DEEMED CONCLUSIVELY TO CONSTITUTE A
WAIVER,ABANDONMENT OR RELINQUISHMENT OF ANY ENTITLEMENT TO AN EXTENSION OF
TIME AND ALL CLAIMS RESULTING FROM THAT PARTICULAR EVENT OF PROJECT DELAY.Once
the Parties have mutually agreed as to the adjustment in the Contract Time due to an Excusable Delay,they
shall enter into a Change Order documenting the same.
If the City and Contractor cannot resolve a request for time extension made properly and timely under this
Section within sixty (60)days following Contractor's initial notice of the events giving rise to the request for
a time extension,the Contractor may re-submit the request as a Claim in accordance with the Contract
Documents.
10.12.Contractor's Duty.Notwithstanding the provisions of this Agreement allowing the Contractor to
claim delay due to Excusable Delay,whenever an Excusable Delay shall occur,the Contractor shall use all
reasonable efforts to overcome or remove any such Excusable Delay,and shall provide the City with written
notice of the Contractor's recommendations on how best to minimize any adverse effect on the time and cost
of performing the Work resulting from such Excusable Delay.In furtherance of the foregoing,whenever there
shall be any Excusable Delay,the Contractor shall use all reasonable efforts to adjust the Project scheduling
and the sequencing and timing of the performance of the Work in a manner that will avoid,to the extent
reasonably practicable,any Excusable Delay giving rise to an actual extension in the time for performance
of the Work.
If there are corresponding costs associated with any of the measures which the Contractor deems necessary
or desirable to minimize any adverse effects resulting from any Excusable Delay,the Contractor shall advise
the City of such anticipated associated costs and shall not proceed with such measures absent the City's
executing a Change Order in connection therewith.Nothing in this Section shall,however,be deemed to
entitle the Contractor to any adjustment in the Contract Price or any other damages,losses or expenses
resulting from an Excusable Delay;nor shall it be deemed to obligate the City to agree to undertake any
recommendations suggested by the Contractor as a means of minimizing the adverse effects of any
Excusable Delay.
10.13.Differing Site Conditions.In the event that during the course of the Work Contractor encounters
subsurface or concealed conditions at the Project Site which could not have reasonably been identified by
Contractor upon prior investigation,and materially differ from those indicated in the Contract Documents,or
if unknown physical conditions of an unusual nature are encountered on the Project Site and differ materially
from those ordinarily encountered and generally recognized as inherent in work of the character called for in
the Contract Documents,then Contractor shall promptly notify the City within two (2)business days of the
specific materially differing site conditions,before the Contractor disturbs the conditions or performs the
affected Work.
10.13.1.Consultant and City shall,within two (2)business days after receipt of Contractor's written notice,
investigate the site conditions identified by Contractor.If,in the sole opinion of Consultant,the conditions do
materially so differ and cause an increase or decrease in Contractor's cost of,or the time required for,the
performance of any part of the Work,Consultant shall recommend an equitable adjustment to the Contract
Price,or the Contract Time,or both.If City and Contractor cannot agree on an adjustment in the Contract
Price or Contract Time,the adjustment shall be referred to Consultant for determination in accordance with
the provisions of Contract Documents.Should Consultant determine that the conditions of the Project Site
are not so materially different to justify a change in the terms of the Contract,Consultant shall so notify City
42]General Conditions for Construction Contracts (April 13,2020)
Docusign Envelope ID:23895926-11B80-4B75-849F-887C3695203C
and Contractor in writing,stating the reasons,and such determination shall be final and binding upon the
parties hereto.
10.13.2.An adjustment for differing site conditions shall not be allowed,and any Claim relating thereto
shall be deemed conclusively waived,if the Contractor has not provided the required written notice within two
(2)business days of discovery of the site conditions,or has disturbed the site conditions prior to City's
examination thereof.If a differing site condition qualifies for an equitable adjustment pursuant to the Contract
Documents,and the Contractor's costs cannot reasonably be established at the time of notice to the City
thereof,the Contractor shall submit its proposed pricing and/or request for extension of time within ten (10)
days after the proposed solution is identified to the differing site condition described in the Contractor's initial
notice to the City.
10.13.3.For purposes of this Section,a "materially differing"site condition is one that (1)is not identified
in the Contract Documents and is not reasonably inferable therefrom;and (2)could not have reasonably
been identified by Contractor upon prior investigation,provided Contractor reasonably undertook such prior
site investigation;and (3)requires a change to the Work that increases Contractor's costs and/or impacts the
critical path for completion of the Work.
10.13.4.Where Site Conditions delay the Project,and said delay could have been avoided by reasonable
investigations of the Project Site at any time prior to commencement of the Work in question,such delay shall
not be considered to be an Excusable Delay beyond the control of the Contractor,and no time extension
shall be granted.No request for an equitable adjustment or change to the Contract Time for differing Site
Conditions shall be allowed if made after the date certified as the Substantial Completion date.
ARTICLE 11.CLAIMS AND RESOLUTION OF DISPUTES.
11.1 Claims must be initiated by written notice and,unless otherwise specified in the Contract Documents,
submitted to the other Party within ten (10)days of the event giving rise to such Claim or within ten (10)days
after the claimant reasonably should have recognized the event or condition giving rise to the Claim,
whichever is later.Such Claim shall include sufficient information to advise the other party of the
circumstances giving rise to the Claim,the specific contractual adjustment or relief requested including,
without limitation,the amounts and number of days of delay sought,and the basis of such request.The
Claim must include all job records and other documentation supporting entitlement,the amounts and time
sought.In the event additional time is sought,the Contractor shall include a time impact analysis to support
such Claim.The City shall be entitled to request additional job records or documentation to evaluate the
Claim.The Claim shall also include the Contractor's written notarized certification of the Claim in accordance
with the False Claims Ordinance,Sections 70-300 et seq.,of the City Code.
11.2 Claims not timely made or otherwise not submitted in strict accordance with the requirements of this
Article or other Contract Documents shall be deemed conclusively waived,the satisfaction of which shall be
conditions precedent to entitlement.
11.3 Contractor assumes all risks for the following items,none of which shall be the subject of any Change
Order or Claim and none of which shall be compensated for except as they may have been included in the
Contractor's Contract Price as provided in the Contract Documents:Loss of any anticipated profits,loss of
bonding capacity or capability losses,loss of business opportunities,loss of productivity on this or any other
project,loss of interest income on funds not paid,inefficiencies,costs to prepare a bid,cost to prepare a
quote for a change in the Work,costs to prepare,negotiate or prosecute Claims,and loss of projects not bid
43 I General Conditions for Construction Contracts (April 13,2020)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
upon,or any other indirect and consequential costs not listed herein.No compensation shall be made for
loss of anticipated profits from any deleted Work.
11.4 Continuing the Work During Disputes.Contractor shall carry on the Work and adhere to the
progress schedule during all disputes or disagreements with City,including disputes or disagreements
concerning a request for a Change Order,a request for a change in the Contract Price or Contract Time.
The Work shall not be delayed or postponed pending resolution of any disputes or disagreements.
Contractor's failure to comply with this Section shall constitute an Event of Default.
ARTICLE 12.PERMITS,LICENSES,FEES,TAX ES.
12.1 Except as otherwise provided within the Contract Documents,all permits and licenses required by
federal,state or local laws,rules and regulations necessary for the prosecution of the Work undertaken by
Contractor pursuant to this Contract shall be secured and paid for by Contractor.It is Contractor's
responsibility to have and maintain appropriate Certificate(s)of Competency,valid for the Work to be
performed and valid for the jurisdiction in which the Work is to be performed for all persons working on the
Project for whom a Certificate of Competency is required.
12.2 Impact fees levied by the City and/or Miami-Dade County shall be paid by Contractor.Contractor
shall be reimbursed only for the actual amount of the impact fee levied by the municipality or Miami-Dade
County as evidenced by an invoice or other acceptable documentation issued by the municipality.
Reimbursement to Contractor in no event shall include profit or overhead of Contractor.
12.3 All fees,royalties,and claims for any invention,or pretended inventions,or patent of any article,
material,arrangement,appliance,or method that may be used upon or in any manner be connected with the
construction of the Work or appurtenances,are hereby included in the prices stipulated in Construction
Documents for said work.
12.4 Taxes.Contractor shall pay all applicable sales,consumer,use and other taxes required by law.
Contractor is responsible for reviewing the pertinent state statutes involving state taxes and complying with
all requirements.
ARTICLE 13.TERMINATION.
13.1.Termination for Convenience.In addition to other rights the City may have at law and pursuant to
the Contract Documents with respect to cancellation and termination of the Contract,the City may,in its sole
discretion,terminate for the City's convenience the performance of Work under this Contract,in whole or in
part,at any time upon written notice to the Contractor.The City shall effectuate such Termination for
Convenience by delivering to the Contractor a Notice of Termination for Convenience,specifying the
applicable scope and effective date of termination,which termination shall be deemed operative as of the
effective date specified therein without any further written notices from the City required.Such Termination
for Convenience shall not be deemed a breach of the Contract,and may be issued by the City with or without
cause.
a.Upon receipt of such Notice of Termination for Convenience from the City,and except as
otherwise directed by the City,the Contractor shall immediately proceed with the following obligations,
regardless of any delay in determining or adjusting any amounts due under this Article:
i.Stop the Work specified as terminated in the Notice of Termination for Convenience;
44 I General Conditions for Construction Contracts !April 13,2020)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
ii.Promptly notify all Subcontractors of such termination,cancel all contracts and purchase
orders to the extent they relate to the Work terminated to the fullest extent possible and take
such other actions as are necessary to minimize demobilization and termination costs for
such cancellations;
iii.Immediately deliver to the City all Project records,in their original/native electronic format
(i.e.CAD,Word,Excel,etc.),any and all other unfinished documents,and any and all
warranties and guaranties for Work,equipment or materials already installed or purchased;
iv.If specifically directed by the City in writing,assign to the City all right,title and interest of
Contractor under any contract,subcontract and/or purchase order,in which case the City
shall have the right and obligation to settle or to pay any outstanding claims arising from said
contracts,subcontracts or purchase orders;
v.Place no further subcontracts or purchase orders for materials,services,or facilities,except
as necessary to complete the portion of the Work not terminated (if any)under the Notice of
Termination for Convenience;
vi.As directed by the City,transfer title and deliver to the City (1)the fabricated and non-
fabricated parts,Work in progress,completed Work,supplies and other material produced
or required for the Work terminated;and (2)the completed or partially completed Project
records that,if this Contract had been completed,would be required to be furnished to the
City;
vii.Settle all outstanding liabilities and termination settlement proposals from the termination of
any subcontracts or purchase orders,with the prior approval or ratification to the extent
required by the City (if any);
viii.Take any action that may be necessary,or that the City may direct,for the protection and
preservation of the Project Site,including life safety and any property related to this Contract
that is in the Contractor's possession and in which the City has or may acquire an interest;
and
ix.Complete performance of the Work not terminated (if any).
b.Upon issuance of such Notice of Termination for Convenience,the Contractor shall only be
entitled to payment for the Work satisfactorily performed up until the date of its receipt of such Notice of
Termination for Convenience,but no later than the effective date specified therein.Payment for the Work
satisfactorily performed shall be determined by the City in good faith,in accordance with the percent
completion of the Work,less all amounts previously paid to the Contractor in approved Applications for
Payment,the reasonable costs of demobilization and reasonable costs,if any,for canceling contracts and
purchase orders with Subcontractors to the extent such costs are not reasonably avoidable by the Contractor.
Contractor shall submit,for the City's review and consideration,a final termination payment proposal with
substantiating documentation,including an updated Schedule of Values,within 30 days of the effective date
of termination,unless extended in writing by the City upon request.Such termination amount shall be mutually
agreed upon by the City and the Contractor and absent such agreement,the City shall,no less than fifteen
(15)days prior to making final payment,provide the Contractor with written notice of the amount the City
intends to pay to the Contractor.Such final payment so made to the Contractor shall be in full and final
settlement for Work performed under this Contract,except to the extent the Contractor disputes such amount
in a written notice delivered to and received by the City prior to the City's tendering such final payment.
13.2.Event of Default.The following shall each be considered an item of Default.If,after delivery of
written notice from the City to Contractor specifying such Default,the Contractor fails to promptly commence
and thereafter complete the curing of such Default within a reasonable period of time,not to exceed twenty-
45]General Conditions for Construction Contracts [April 13,2020)
Docusign Envelope ID:23895926-11 B0-4 B75-849F-887C36952C3C
one (21)days,after the delivery of such Notice of Default,it shall be deemed an Event of Default,which
constitutes sufficient grounds for the City to terminate Contractor for cause:
a.Failing to perform any portion of the Work in a manner consistent with the requirements of the
Contract Documents or within the time required therein;or failing to use the Subcontractors,entities and
personnel as identified and to the degree specified,in the Contract Documents,subject to substitutions
approved by the City in accordance with this Contract and the other Contract Documents;
b.Failing,for reasons other than an Excusable Delay,to begin the Work required promptly following
the issuance of a Notice to Proceed;
c.Failing to perform the Work with sufficient manpower,workmen and equipment or with sufficient
materials,with the effect of delaying the prosecution of the Work in accordance with the Project Schedule
and/or delaying completion of any of the Project within the specified time;
d.Failing,for reasons other than an Excusable Delay,to timely complete the Project within the
specified time;
e.Failing and/or refusing to remove,repair and/or replace any portion of the Work as may be
rejected as defective or nonconforming with the terms and conditions of the Contract Documents;
f.Discontinuing the prosecution of the Work,except in the event of:1)the issuance of a stop-work
order by the City;or 2)the inability of the Contractor to prosecute the Work because of an event giving rise
to an Excusable Delay as set forth in this Contract for which Contractor has provided written notice of same
in accordance with the Contract Documents;
g.Failing to provide sufficient evidence upon request that,in the City's sole opinion,demonstrates
the Contractor's financial ability to complete the Project;
h.An indictment is issued against the Contractor;
i.Failing to make payments to for materials or labor in accordance with the respective agreements;
j.Failing to provide the City with a Recovery Schedule in accordance with the Contract Documents;
k.Persistently disregarding laws,ordinances,or rules,regulations or orders of a public authority
having jurisdiction;
I.Fraud,misrepresentation or material misstatement by Contractor in the course of obtaining this
Contract;
m.Failing to comply in any material respect with any of the terms of this Contract or the Contract
Documents.
In no event shall the time period for curing a Default constitute an extension of the time for achieving
Substantial Completion or a waiver of any of the City's rights or remedies hereunder for a Default which is
not cured as aforesaid.
13.3.Termination of Contract for Cause.
a.The City may terminate the Contractor for cause upon the occurrence of an Event of Default as
defined herein,or for any other breach of the Contract or other Contract Documents by the Contractor that
the City,in its sole opinion,deems substantial and material,following written notice to the Contractor and the
failure to timely and properly cure to the satisfaction of the City in the time period set forth herein,or as
otherwise specified in the Notice of Default.
b.Upon the occurrence of an Event of Default,and without any prejudice to any other rights or
remedies of the City,whether provided by this Contract,the other Contract Documents or as otherwise
provided at law or in equity,the City may issue a Notice of Termination for Cause to Contractor,copied to
the Surety,rendering termination effective immediately,and may take any of the following actions,subject to
any prior rights of the Surety:
46 I Ge nera l Conditions for Construction Contra cts (April 13,2020)
Docusign Envelope ID:23895926-11B0-4B75-849F-887C36952C3C
i.Take possession of the Project Site and of all materials,equipment,tools,construction
equipment and machinery thereon owned by Contractor;
ii.Accept assignments of subcontracts;
iii.Direct Contractor to transfer title and deliver to the City (1)the fabricated and non-fabricated
parts,Work in progress,completed Work,supplies and other material produced or required
for the Work terminated;and (2)the completed or partially completed Project records that,
if this Contract had been completed,would be required to be furnished to the City;and
iv.Finish the Work by whatever reasonable method the City may deem expedient.
c.Upon the issuance of a Notice of Termination for Cause,the Contractor shall:
i.Immediately deliver to the City all Project records,in their original/native electronic format
(i.e.CAD,Word,Excel,etc.),any and all other unfinished or partially completed documents,
and any and all warranties and guaranties for Work,equipment or materials already installed
or purchased;
ii.If specifically directed by the City in writing,assign to the City all right,title and interest of
Contractor under any contract,subcontract and/or purchase order,in which case the City
shall have the right and obligation to settle or to pay any outstanding claims arising from said
contracts,subcontracts or purchase orders;
iii.As directed by the City,transfer title and deliver to the City (1)the fabricated and non-
fabricated parts,Work in progress,completed Work,supplies and other material produced
or required for the Work terminated;and
iv.Take any action that may be necessary,or that the City may direct,for the protection and
preservation of the Project Site,including life safety and property related to this Contract that
is in the Contractor's possession and in which the City has or may acquire an interest.
d.All rights and remedies of the City's Termination rights herein shall apply to all Defaults that are
non-curable in nature,or that fail to be cured within the applicable cure period or are cured but in an untimely
manner,and the City shall not be obligated to accept such late cure.
13.4.Recourse to Performance and Payment Bond;Other Remedies.
a.Upon the occurrence of an Event of Default,and irrespective of whether the City has terminated
the Contractor,the City may (i)make demand upon the Surety to perform its obligations under the
Performance Bond and Payment Bond,including completion of the Work,without requiring any further
agreement (including,without limitation,not requiring any takeover agreement)or mandating termination of
Contractor as a condition precedent to assuming the bond obligations;or (ii)in the alternative,the City may
take over and complete the Work of the Project,or any portion thereof,by its own devices,by entering into a
new contract or contracts for the completion of the Work,or using such other methods as in the City's sole
opinion shall be required for the proper completion of the Work,including succeeding to the rights of the
Contractor under all subcontracts.
b.The City may also charge against the Performance and Payment Bond all fees and expenses
for services incidental to ascertaining and collecting losses under the Performance and Payment Bond
including,without limitation,accounting,engineering,and legal fees,together with any and all costs incurred
in connection with renegotiation of the Contract.
13.5.Costs and Expenses.
47]Ge neral Conditions for Construction Contracts [April 13,2020)
Docusign Envelope ID:23895926-11 B0-4875-849F-887C36952C3C
a.All damages,costs and expenses,including reasonable attorney's fees,incurred by the City as
a result of an uncured Default or a Default cured beyond the time limits stated herein (except to the extent
the City has expressly consented,in writing,to the Contractor's late cure of such Default),together with the
costs of completing the Work,shall be deducted from any monies due or to become due to the Contractor
under this Contract,irrespective of whether the City ultimately terminates Contractor.
b.Upon issuing a Notice of Termination for Cause,the City shall have no obligation to pay
Contractor,and the Contractor shall not be entitled to receive,any money until such time as the Project has
been completed and the costs to make repairs and/or complete the Project have been ascertained by the
City.In case such cost and expense is greater than the sum which would have been due and payable to the
Contractor under this Contract for any portion of the Work satisfactorily performed,the Contractor and the
Surety shall be jointly and severally liable and shall pay the difference to the City upon demand.
13.6.Termination If No Default or Erroneous Default.If,after a Notice of Termination for Cause is
issued by the City,it is thereafter determined that the Contractor was not in default under the provisions of
this Contract,or that any delay hereunder was an Excusable Delay,the termination shall be converted to a
Termination for Convenience and the rights and obligations of the parties shall be the same as if the notice
of termination had been issued pursuant to the termination for convenience clause contained herein.The
Contractor shall have no further recourse of any nature for wrongful termination.
13.7.Remedies Not Exclusive.Except as otherwise provided in the Contract Documents,no remedy
under the terms of this Contract is intended to be exclusive of any other remedy,but each and every such
remedy shall be cumulative and shall be in addition to any other remedies,existing now or hereafter,at law,
in equity or by statute.No delay or omission to exercise any right or power accruing upon any Event of
Default shall impair any such right or power nor shall it be construed to be a waiver of any Event of Default
or acquiescence therein,and every such right and power may be exercised from time to time as often as
may be deemed expedient.
13.8.Materiality and Non-Waiver of Breach.Each requirement,duty,and obligation in the Contract
Documents is material.The City's failure to enforce any provision of this Contract shall not be deemed a
waiver of such provision or Amendment of this Contract.A waiver shall not be effective unless it is in writing
and approved by the City.A waiver of any breach of a provision of this Contract shall not be deemed a
waiver of any subsequent breach and the failure of the City to exercise its rights and remedies under this
Article at any time shall not constitute a waiver of such rights and remedies.
13.9.Contractor Right to Terminate Contract or Stop Work.If the Project should be stopped under an
order of any court or other public authority for a period of more than ninety (90)days due to no act or fault
of Contractor or persons or entities within its control,or if the City should fail to pay the Contractor any
material amount owing pursuant to an Approved Application for Payment in accordance with the Contract
Documents and after receipt of all supporting documentation required by the Contract Documents,and if the
City fails to make such payment within ninety (90)days after receipt of written notice from the Contractor
identifying the Approved Application for Payment for which payment is outstanding,then,unless the City is
withholding such payment pursuant to any provision of this Contract which entitles the City to so withhold
such payment,the Contractor shall have the right upon the expiration of the aforesaid ninety (90)day period
to stop its performance of the Work,provided that Contractor has sent a Notice to Cure to the City via
certified mail,allowing for a 7 day cure period.In such event,Contractor may terminate this Contract and
recover from City payment for all Work executed and reasonable expense sustained (but excluding
compensation for any item prohibited by any provisions of the Contract Documents).In the alternative to
termination,Contractor shall not be obligated to recommence the Work until such time as the City shall have
48 I General Conditions for Construction Contracts (April 13,2020)
Docusign Envelope ID:23895926-11 B0-4 B75-849F-887C36952C3C
made payment to the Contractor in respect of such Approved Application for Payment,plus any actual and
reasonable related demobilization and start-up costs evidenced by documentation reasonably satisfactory
to the City.No act,event,circumstance or omission shall excuse or relieve the Contractor from the full and
faithful performance of its obligations hereunder and the completion of the Work as herein provided for.
ARTICLE 14.MISCELLANEOUS.
14.1.Separate Contracts.
14.1.1.The City reserves the right to perform construction or operations related to the Project with the City's
own forces,to award separate contracts to other contractors or subcontractors,and to permit third parties to
perform construction or operations in connection with other portions of the Project or other construction or
operations on the Project Site or adjacent to the Project Site.City reserves the right to let other contracts in
connection with this Project.Contractor shall afford other persons reasonable opportunity for the introduction
and storage of their materials and the execution of their work and shall properly connect and coordinate this
Work with theirs.
14.1.2.I any part of Contractor's Work depends for proper execution or results upon the work of any other
persons,Contractor shall inspect and promptly report to Consultant any defects in such work that render it
unsuitable for such proper execution and results.Contractor's failure to inspect and report shall constitute
an acceptance of the other person's work as fit and proper for the reception of Contractor's Work,except as
to defects which may develop in other contractor's work after the execution of Contractor's Work.
14.1.3.Contractor shall conduct its operations and take all reasonable steps to coordinate the prosecution
of the Work so as to create no interference or impact on any other contractors,including the City's own forces,
on the site.Should such interference or impact occur,Contractor shall be liable to the affected contractor for
the cost of such interference or impact.Coordination with other contractors shall not be grounds for an
extension of time or any adjustment in the Contract Price.Contractor agrees that its pricing of the Work and
the determination of the Contract Price were expressly based upon the Contractor's assumption of the
foregoing cost risks
14.1.4.Contractor shall afford other contractors reasonable access to the Project Site for the execution of
their work.Following the request of the City or Consultant,the Contractor shall prepare a plan in order to
integrate the work to be performed by the City or by the other contractors with the performance of the Work,
and shall submit such plan to the City for approval.The Contractor shall arrange the performance of the Work
so that the Work and the work of the City and the other contractors are,to the extent applicable,properly
integrated,joined in an acceptable manner and performed in the proper sequence,so that any disruption or
damage to the Work or to any work of the City or of other contractors is avoided.To insure the proper
execution of subsequent work,Contractor shall inspect the work already in place and shall at once report to
Consultant any discrepancy between the executed work and the requirements of the Contract Documents.
14.2.Lands for Work.
14.2.1.City shall provide,as may be indicated in the Contract Documents,the lands upon which the Work
is to be performed,rights-of-way and easements for access thereto and such other lands as are designated
by City or the use of Contractor.
49 I Ge ne ra l Cond itions for Construction Contra cts !April 13,2020)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
14.2.2.Contractor shall provide,at Contractor's own expense and without liability to City,any additional land
and access thereto that may be required for temporary construction facilities,or for storage of materials.
Contractor shall furnish to City copies of written permission obtained by Contractor from the owners of such
facilities.
14.3.Assignment.Neither the City nor the Contractor shall assign its interest in this Contract without the
written consent of the other,except as to the assignment of proceeds.Notwithstanding the foregoing,City
may assign its interest in this Contract or any portion thereof to any local or state governmental body,special
taxing district,or any person authorized by law to construct or own the Project.Such assignee shall be bound
to comply with the terms of this Contract.
14.4.Rights of Various Interests.Whenever work being done by City's forces or by separate contractors
is contiguous to or within the area where the Contractor will perform any of the Work pursuant to the Contract
Documents,,the respective rights of the various interests involved shall be established by the Contract
Administrator to secure the completion of the various portions of the work in general harmony.
14.5.Legal Restrictions and Traffic Provisions.Contractor shall conform to and obey all applicable
laws,regulations,or ordinances with regard to labor employed,hours of work and Contractor's general
operations.Contractor shall conduct its operations so as not to close any thoroughfare,nor interfere in any
way with traffic on railway,highways,or water,without the prior written consent of the proper authorities.
14.6.Value Engineering.Contractor may request substitution of materials,articles,pieces of equipment
or any changes that reduce the Contract Price by making such request to Consultant in writing after award
of contract.Consultant will be the sole judge of acceptability,and no substitute will be ordered,installed,
used or initiated without Consultant's prior written acceptance which will be evidenced by either a Change
Order or an approved Shop Drawing.However,any substitution accepted by Consultant shall not result in
any increase in the Contract Price or Contract Time.By making a request for substitution,Contractor agrees
to pay directly to Consultant all Consultant's fees and charges related to Consultant's review of the request
for substitution,whether or not the request for substitution is accepted by Consultant.Any substitution
submitted by Contractor must meet the form,fit,function and life cycle criteria of the item proposed to be
replaced and there must be a net dollar savings including Consultant review fees and charges.If a
substitution is approved,the net dollar savings shall be shared equally between Contractor and City and shall
be processed as a deductive Change Order.City may require Contractor to furnish at Contractor's expense
a special performance guarantee or other surety with respect to any substitute approved after award of the
Contract.
ANY REQUESTS FOR SUBSTITUTION MUST BE MADE TO THE CITY'S PROCUREMENT DIRECTOR,
WHO SHALL FORWARD SAME TO CONSULTANT.
14.7.No Interest.Any monies not paid by City when claimed to be due to Contractor under this Contract,
including,but not limited to,any and all claims for contract damages of any type,shall not be subject to
interest including,but not limited to prejudgment interest.However,the provisions of City's prompt payment
ordinance,as such relates to timeliness of payment,and the provisions of Section 218.74(4),Florida Statutes
as such relates to the payment of interest,shall apply to valid and proper invoices.
14.8.Project Sign.Any requirements for a project sign shall be paid by the Contractor as specified by
City Guidelines.
50 ]Ge neral Conditions for Construction Contracts (April 13,2020)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
14.9.Availability of Project Site:Removal of Equipment.
14.9.1.Use of the Project Site or any other City-owned property or right-of-way for the purpose of storage
of equipment or materials,lay-down facilities,pre-cast material fabrication,batch plants for the production of
asphalt,concrete or other construction-related materials,or other similar activities,shall require advance
written approval by the Contract Administrator.The City may,at any time,in its sole and absolute discretion,
revoke or rescind such approval for any reason.Upon notice of such rescission,Contractor shall,within
twenty-four (24)hours,remove and relocate any such materials and equipment to a suitable,approved
location.Notwithstanding any other provision in the Contract Documents to the contrary,the conditions or
requirements of right-of-way permits established by the authorities having jurisdiction including,without
limitation any regulatory authorities of the City,shall take precedence over any provision in the Contract
Documents that may provide any right whatsoever to use of the Project Site for staging,material and
equipment storage,lay-down or other similar activities.
14.9.2.In case of termination of this Contract before completion for any cause whatever,Contractor,if
notified to do so by City,shall promptly remove any part or all of Contractor's equipment and supplies from
the property of City,failing which City shall have the right to remove such equipment and supplies at the
expense of Contractor.
14.10.Nondiscrimination.In connection with the performance of the Services,the Contractor shall not
exclude from participation in,deny the benefits of,or subject to discrimination anyone on the grounds of race,
color,national origin,sex,age,disability,religion,income or family status.
Additionally,Contractor shall comply fully with the City of Miami Beach Human Rights Ordinance,codified in
Chapter 62 of the City Code,as may be amended from time to time,prohibiting discrimination in employment,
housing,public accommodations,and public services on account of actual or perceived race,color,national
origin,religion,sex,intersexuality,gender identity,sexual orientation,marital and familial status,age,
disability,ancestry,height,weight,domestic partner status,labor organization membership,familial situation,
or political affiliation.
14.11.Project Records.City shall have the right to inspect and copy,at City's expense,the books and
records and accounts of Contractor which relate in any way to the Project,and to any claim for additional
compensation made by Contractor,and to conduct an audit of the financial and accounting records of
Contractor which relate to the Project and to any claim for additional compensation made by Contractor.
Contractor shall retain and make available to City all such books and records and accounts,financial or
otherwise,which relate to the Project and to any claim for a period of three (3)years following Final
Completion of the Project.During the Project and the three (3)year period following Final Completion of the
Project,Contractor shall provide City access to its books and records upon seventy-two (72)hours written
notice.
14.12.Performance Evaluations.An interim performance evaluation of the successful Contractor may be
submitted by the Contract Administrator during construction of the Project.A final performance evaluation
shall be submitted when the Request for Final Payment to the construction contractor is forwarded for
approval.In either situation,the completed evaluation(s)shall be forwarded to the City's Procurement
Director who shall provide a copy to the successful Contractor.Said evaluation(s)may be used by the City
as a factor in considering the responsibility of the successful Contractor for future bids with the City.
51]Ge neral Conditions tor Construction Contracts {April 13,2020)
Docusign Envelope ID:23895926-11 B0-4 B75-849F-887C36952C3C
14.13.Public Entity Crimes.In accordance with the Public Crimes Act,Section 287 .133,Florida Statutes,
a person or affiliate who is a contractor,consultant or other provider,who has been placed on the convicted
vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any
goods or services to the City,may not submit a bid on a contract with the City for the construction or repair
of a public building or public work,may not submit bids on leases of real property to the City,may not be
awarded or perform work as a contractor,supplier,subcontractor,or consultant under a contract with the
City,and may not transact any business with the City in excess of the threshold amount provided in Section
287.017,Florida Statutes,for category two purchases for a period of 36 months from the date of being placed
on the convicted vendor list.Violation of this Section by Contractor shall result in cancellation of the City
purchase and may result in Contractor debarment.
14.14.Independent Contractor.Contractor is an independent contractor under this Contract.Services
provided by Contractor pursuant to this Contract shall be subject to the supervision of Contractor.In providing
such services,neither Contractor nor its agents shall act as officers,employees,or agents of the City.This
Contract shall not constitute or make the parties a partnership or joint venture.Contractor hereby accepts
complete responsibility as a principal for its agents,Subcontractors,vendors,materialmen,suppliers,their
respective employees,agents and persons acting for or on their behalf,and all others Contractor hires to
perform or to assist in performing the Work.
14.15.Third Party Beneficiaries.Neither Contractor nor City intends to directly or substantially benefit a
third party by this Contract.Therefore,the parties agree that there are no third party beneficiaries to this
Contract and that no third party shall be entitled to assert a claim against either of them based upon this
Contract.The parties expressly acknowledge that it is not their intent to create any rights or obligations in
any third person or entity under this Contract.
14.16.Severability.In the event a portion of this Contract is found by a court of competent jurisdiction to
be invalid,the remaining provisions shall continue to be effective unless City or Contractor elects to
terminate this Contract.An election to terminate this Contract based upon this provision shall be made within
seven (7)days after the finding by the court becomes final.
ARTICLE 15.INSPECTOR GENERAL AUDIT RIGHTS.
15.1 Pursuant to Section 2-256 of the Code of the City of Miami Beach,the City has established the Office
of the Inspector General which may,on a random basis,perform reviews,audits,inspections and
investigations on all City contracts,throughout the duration of said contracts.This random audit is
separate and distinct from any other audit performed by or on behalf of the City.
15.2 The Office of the Inspector General is authorized to investigate City affairs and empowered to review
past,present and proposed City programs,accounts,records,contracts and transactions.In
addition,the Inspector General has the power to subpoena witnesses,administer oaths,require the
production of witnesses and monitor City projects and programs.Monitoring of an existing City
project or program may include a report concerning whether the project is on time,within budget and
in conformance with the contract documents and applicable law.The Inspector General shall have
the power to audit,investigate,monitor,oversee,inspect and review operations,activities,
performance and procurement process including but not limited to project design,bid specifications,
(bid/proposal)submittals,activities of the Contractor,its officers,agents and employees,lobbyists,
City staff and elected officials to ensure compliance with the Contract Documents and to detect fraud
and corruption.Pursuant to Section 2-378 of the City Code,the City is allocating a percentage of its
52 I Ge nera l Conditions for Construction Conlracls (April 13,2020)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
overall annual contract expenditures to fund the activities and operations of the Office of Inspector
General.
15.3 Upon ten (10)days written notice to the Contractor,the Contractor shall make all requested records
and documents available to the Inspector General for inspection and copying.The Inspector General
is empowered to retain the services of independent private sector auditors to audit,investigate,
monitor,oversee,inspect and review operations activities,performance and procurement process
including but not limited to project design,bid specifications,(bid/proposal)submittals,activities of
the Contractor,its officers,agents and employees,lobbyists,City staff and elected officials to ensure
compliance with the contract documents and to detect fraud and corruption.
15.4 The Inspector General shall have the right to inspect and copy all documents and records in the
Contractor's possession,custody or control which in the Inspector General's sole judgment,pertain
to performance of the contract,including,but not limited to original estimate files,change order
estimate files,worksheets,proposals and agreements from and with successful subcontractors and
suppliers,all project-related correspondence,memoranda,instructions,financial documents,
construction documents,(bid/proposal)and contract documents,back-change documents,all
documents and records which involve cash,trade or volume discounts,insurance proceeds,rebates,
or dividends received,payroll and personnel records and supporting documentation for the aforesaid
documents and records.
15.5 The Contractor shall make available at its office at all reasonable times the records,materials,and
other evidence regarding the acquisition (bid preparation)and performance of this contract,for
examination,audit,or reproduction,until three (3)years after final payment under this contract or for
any longer period required by statute or by other clauses of this contract.In addition:
i.If this contract is completely or partially terminated,the Contractor shall make available records
relating to the work terminated until three (3)years after any resulting final termination
settlement;and
ii.The Contractor shall make available records relating to appeals or to litigation or the settlement
of claims arising under or relating to this contract until such appeals,litigation,or claims are
finally resolved.
15.6 The provisions in this section shall apply to the Contractor,its officers,agents,employees,
subcontractors and suppliers.The Contractor shall incorporate the provisions in this section in all
subcontracts and all other agreements executed by the Contractor in connection with the
performance of this contract.
15.7 Nothing in this section shall impair any independent right to the City to conduct audits or investigative
activities.The provisions of this section are neither intended nor shall they be construed to impose
any liability on the City by the Contractor or third parties.
53 I Ge neral Conditions for Construction Contracts (April 13,2020)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
ATT ACHMENT B
ADDENDA AND 1TB SOLICITATION
Docusign Envelope ID:23895926-11 B0-4875-849F-887C36952C3C
MIAMI BEACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3+Floor
Miami Beach,Florida 33139
www.miamibeachfl.gov
ADDENDUM NO.2
INVITATION TO BID NO.2024-419-ND
FOR 230 STREET COMPLETE STREETS IMPROVEMENTS PROJECT
July 19,2024
This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers,or other
clarifications and revisions issued by the City.The 1TB is amended in the following particulars only (deletions are shown
by strikethrough and additions are underlined).
I.REVISIONS
1.DELETE Roadway Plans Drawing No.1,2,10,13,15,and 16 in their entirety and REPLACE with Revised
Roadway Plans Drawing No.1,2,10,13,15,and 16,attached hereto as Exhibit A.
2.DELETE Division I General Requirements and Covenants,Section 01010 -Summary of Work,Part 1 -
General in its entirety REPLACE with Revised Division I General Requirements and Covenants,Section
01010--Summary of Work,Part 1-General,attached hereto as Exhibit B.
3.DELETE Appendix C,Schedule of Values,in its entirety and REPLACE with Revised Appendix C,
Schedule of Values,attached hereto as Exhibit C.THE REVISED SCHEDULE OF VALUES IS
REQUIRED TO BE SUBMITTED WITH THE BID OR WITHIN THREE (3)DAYS OF REQUEST BY THE
CITY.
FAILURE TO SUBMIT THE REVISED SCHEDULE OF VALUES WITH THE BID OR WITHIN THREE
3 DAYS OF REQUEST BY THE CITY SHALL DEEM BIDDER NON-RESPONSIVE.
II.ATTACHMENTS:
EXHIBIT A:Revised Roadway Plans Drawing No.1,2,10,13,15,and 16
EXHIBIT B:Revised Division I General Requirements and Covenants,Section 01010 -Summary of Work,
Part 1-General
EXHIBIT C:Revised Appendix C,Schedule of Values
EXHIBIT D:Pre-Bid Sign-in Sheet
EXHIBIT E:Environmental Reports (Link Expires on August 2,2024)
Ill.RESPONSES TO QUESTIONS RECEIVED:
Q1:How is the Lump Sum of this Add Alternate to be paid?It was mentioned that this would be an "Allowance"
but is shown as a lump sum.
A1:The Dewatering Additive Alternate is a Lump Sum.It is NOT an Allowance.
Q2:If the add Alternate is an Allowance,will the Contractor be paid for additional costs over this lump sum if
the actual costs of dewatering,after permitting through DERM,are more expensive than what is estimated at
bid time before the dewatering permit conditions are known?If this is to be treated as an allowance,we
1 ADDENDUM NO.2
INVITATION TO BID NO.2014-419-ND
FOR 230 STREET COMPLETE STREETS IMPROVEMENTS PROJECT
Docusign Envelope ID:23895926-11 B0-4 B75-849F-887C36952C3C
PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3¢Floor
Miami Beach,Florida 33139
www.miamibeachfl.gov
recommend the City designate the amount of the allowance to put all contractors on a level playing field so the
Contractors don't add unnecessary costs to the Contract.
A2:The Dewatering Additive Alternative is a Lump Sum,NOT an Allowance,and shall include
the costs for obtaining the permit,dewatering,testing,treatment,disposal,and all other
activities necessary to complete the work.
Q3:It was stated at the pre-bid that the base contract is to be bid to install the drainage "in the wet".If the cost
of installing the drainage "in the wet"is more expensive than the additive alternate to dewater the trench,are
we to price the Add Alternate as a Negative?
A3:Please refer to Section 0100,Instructions to Bidders,Subsection 10,of the 1TB,the
responsive,responsible Bidder submitting the lowest sum of the Grand Total Bid PLUS any
alternates selected by the City shall be considered the lowest responsive,responsible Bidder.
The Total Base Bid Amount for the installation of the drainage items should consider the
installation in the wet (without dewatering).Therefore,the Lump-Sum price for the
"Dewatering",should consider the difference in cost for the installation of the Drainage Items
with or without Dewatering.
Q4:Please confirm,as discussed at the pre-bid,that we can decide to dewater or install in the wet under the
base bid.
A4:The Total Base Bid Amount should be priced based on the installation of the drainage
system in the wet (i.e.no dewatering).
Q5:Does the dewatering Add Alternate (Allowance?)cover any measures deemed necessary to deal with
contaminated water or contaminated soils?
AS:The Additive Alternate price for the Dewatering shall include any measures deemed
necessary to deal with contamination.Please refer to Exhibit E,Environmental Reports
Q6:One of the larger cost and time impacts to the dewatering costs would be the requirement to utilize
temporary dewatering if discharge is not allowed by DERM anywhere else.Perhaps adding a separate item
for dewatering wells to the Add Alternate would help isolate some of the costs should they be required.
A6:All costs for the Dewatering method should be included in the Additive Alternate for the
Dewatering.
Q7:Please provide any information we should consider regarding non-working days for events for the Ballet
or for the City's special events in the area so we can consider the costs to demobilize and remobilize our crews
accordingly.
A7:Please refer to Division 1,General Requirements and Covenants,Section 01010 -Summary
of Work,Part 1 -General,Item 1.10 Work Schedule for hours of operation and exclusion of
Public Holidays.Please also see General Notes 12,13,and 14 on sheet 9 of the plans.
2 ADDENDUM NO.2
INVITATION TO BID NO.2014419-ND
FOR 239 STREET COMPLETE STREETS IMPROVEMENTS PROJECT
MIAMI BEACH
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3+Floor
Miami Beach,Florida 33139
www .miamibeachfl.gov
QB:Please confirm if pedestrian fences or barriers are to be required for the work around the sidewalk along
the south side of 23¢Street or near Collins Ave.
AS:Maintenance of Traffic (MOT)is the contractor's Means and Methods and must be reviewed
and approved by the agencies having jurisdiction.
Q9:Please confirm if the street lighting scope is to be done by the City or the Contractor.
A9:The street lighting scope is to be performed by the Contractor.Please refer to Exhibit A,
Revised Roadway Plans Drawing No.1,2,10,13,15,and 16.
Q10:Please advise if the paving of the bridge can be done by closing the complete bridge?If required to be
maintained for traffic,will this work need to be done at night?
A10:The contractor must obtain approval for its Maintenance of Traffic (MOT)plan.Please
refer to Division 1,General Requirements and Covenants,Section 01010 -Summary of Work,
Part 1-General,Item 1.07 Traffic Control.
Q11:If costs associated with contamination are not covered by the allowance,please provide all known data
on the contaminated sites within ¼mile of the project and confirm if any of these have been mitigated.
A11:See response to item Q5 above.
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
MIAMI BEACH
Contact:
Natalia Del ado
Telephone:
305-673-7000 ext.26263 miamibeachfl.ov
Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission.
Sincerely,
For Kristy Bada
Interim Chief Procurement Officer
3 ADDENDUM NO.2
INVITATION TO BID NO.2014-419-ND
FOR 230 STREET COMPLETE STREETS IMPROVEMENTS PROJECT
D ocusign Envelope ID :23895926-11 B0-4 B75-849F-887C 36952C 3C
MIAMI BEACH
EXHIBIT A
PROCUREMENT DEPARTMENT
1755 Meridian Avenue,36 Floor
Miami Beach,Florida 33139
www .miamibeachfl.gov
Revised Roadway Plans Drawing No.
1,2,10,13,15,and 16
4 ADDENDUM NO.2
INVITATIO N TO BID NO .2014-4 19-ND
FOR 239 STREET COMPLETE STREETS IMPROVEMENTS PROJECT
ooeuson veegg!9;?789992%1199,1572%$%.7,8%39328%9%%3°
ROADWAY PLANS
SIGNING AND PAVEMENT MARK ING PLANS
S(GNALIZATION PLANS
INDEX OF SHEETS
SHEET NO
I
3-6
7
8
9-107
19-20
21
22
23 34
35 42
2
cT-I To CT-2
SHEET DESCRIPTION
KEY SHEET
SUMMARY OF PAY ITEMS
TYPICAL SECT ION
SUMMARY OF DRAINAGE STRUCTURES
PROJECT LAYOUT
GENERAL_NOTE
ROADWAY PLAN
ROADWAY PROF ILE
BACK ·OF SIDEWALK PROFILE
RAISED INTERSECT IONELEVATIONDETAILSHEET
DRAINAGE STRUCTURES
SPECIAL DETAILS
CROSS SECT IONS
A
PROJECT CONTROL
This sheet is included in the Index ot Roadway Plans
only to indicate that it is part ot the Roadway Plans.
This sheet is contained in a separate digitally
signed and sealed document.
CITY OF MIAMI BEACH
MAYOR:STEVEN MEINER
COMMISSIONERS:TANYA K.3HATT
LAURA DOMINGUEZ
ALEX I FERNANDEZ
KRISTEN ROSEN GONZALEZ
JOSEPH MAGAZINE
DAVID SUAREZ
RICKELLE WILLIAMS
ERIC CARPENTER,PE.
MARK TAXIS
DAVID MARTINEZ.PE.
INTERIM CITY MANAGER.
DEPUTY CITY MANAGER:
ASS1STANT CITY MANAGER.
INTERIM ASSISTANT CITY MANAGER-
OFFICE OF CAPITAL IMPROVEMENTS DAVID A GOMEZ,LEED-AP
PROJECTS INTERIM DIRECTOR:
TRANSPORTATION DEPT DIRECTOR.JOSF R GONZALE2 PE---..·-----.-&
GOVERNING DESIGN STANDARDS:
Florida Department of Transportation,FY2022-22 Standard Plans for
Road and Bridge Construction and applicable Interim Revisions (1Rs).
Standard Plans tor Road Construction and [Rs are available at
the tolowing website:http://www.tdot.gov/design/standardplans
City of Miami Beach Public Works Manual
Manual on uniform Traffic Control Devices (2009)
National Association of City Transportation Officials Urban Bikeway
Design Guide (2012)
Feder al Highway Administration Seperated Bike ane Planning and
Design Guide
Manual of uniform Minimum Standards for Design,Construction and Maintenance for
Streets and Highways "Florida Greenbook"2018 Edition.
GOVERNING STANDARD SPECIFICATIONS:
City of Miami Beach,Minimum Specifications
Florida Department of Transportation,July 2023 Standard Specifications
for Road and Briage Construction at the following website:
http://www.dot.state.flus/pr ogrammanagement /Irplemented/SpcBooks
CITY OF MIAMI BEACH
CONTRACT PLANS
ROADWAY PLANS
FINANCIAL PROJECT ID 448626-1-54-01
GO BOND #43:23RD ST.COMPLETE STREETS IMPROVEMENTS
PARK AVE.FROM 23RD ST.TO SOUTH OF 22ND ST.
22ND ST.FROM WEST OF PARK AVE.TO BEACH BOARDWALK
23RD ST.FROM WEST OF PARK AVE.TO EAST OF LIBERTY AVE.
}
BEGIN PROJECT
@CONST.PARK AVENUE
STA.29+16.22 Iu 4
«no«o r 42]?
END BRIDGE #874706
B8 SURVEY PARK AVENUE
51A 28+55.25
.,L_=t---:~·)..~00 lorn.="7..I •
I g.--·--1
BEGA BRIDGE ±4706 uuwu,,
@Sui@er @Rs avtwvEe %2'i.A!Moi/',
STA.28+04.40 cEN$i$":v 'osNo7os2<-
z ::-z
<T
I
H.
@
b
'"I""5ld,&
T-53-s
T-54-s
2i iz
:ices%..STATE OF G,0,e-.ow+o%6,8ju4es°
'o,'ONAL ,{o''au'
END PROJECT
8 SURVEY 22ND ST
STA.21+50.38
T-54-5
T.55-$
A
REVISIONS:
FINANCIAL PROJECT ID:448626-1-54-01
ROADWAY SHEETS:1-2 8,11-16,18
(Revised 10/09/2023)
/FINANCIAL PROJECT ID:448626-1-54-01
Z\ROADWAY SHEETS:1 -53
(Revised 06/10/2024)
A FINANCIAL PROJECT ID:448626-1-54-01
/2]ROADWAY SHEETS:1,2,10,13.15,16
(Revised 06/27/2024)
I All ,,o oooa
THIS ITEM HAS BEEN DIGI ALLY
SIGNED AND SEALED BY
rs autACM
ON THE DATE ADJACENT TO THE SEAL
PRINTED COPIES OF THIS DOCUMENT ARE
NOT CONSIDERED SIGNED AND SEALED AND
THE SIGNATURE MUST BE VERIFIED
ON ANY ELECTRONIC DOCUMENTS
KIMLEY-HORN AND ASSOCIATES,INC
2 ALHAMBRA PLAZA,SUITE 500
MIAMI,FLORIDA 33134
CERTIFICATE OF AUTHORIZATION 35106
LEONTE I ALMONTE,PE.NO 70822
SHOP DRAWINGS TO BE
SUBMITTED TO:
LEONTE I ALMONTE,P.E
KIMLEY -HORN AND ASSOCIATES,INC2ALHAMBRAPLAZA,SUITE 500CORALGABLES,FL 33134PHONE(305)673-2025
LEONTE I ALMONTE,PE.
PE NO.:70822
"is ]woe«R orcoo.
[3tsartassesagtt
Puc_cAPre r_Pe.[oRAv Y.I [,8"?LP!!!lfllI
«cos«o ror cosmoeos ss3.[2\,2"ee s.s ee,"""1"1 !%"aa #gpge no se9pg a-row
hhan ternande?l20d I21]5 M pet/t \p/\kh/\gg94 ,gry,argy £y9349n
MIAMI BEACH
23RD STREET COMPLETE STREETS IMPROVEMENTS
FPID 448626.-1-54.01
Drawing Tie KEYSFEET Orang Mo.
p SIGNER
Docu sign Envelope ID:23895926-11B0-4875-849F-887C3695203C SUMMARY OF PAY ITEMS
PA Y IT EM NO DESCRIP TIO N UNIT GRAND TOT AL DE SIGN NOTESmaii~
010 1-1 MOB IL L2AT ION LS 1.000102-1 MAINTENANCE OF TRAFFIC Ls 1.00010410-3 SEDIMENT BARRIER LF 40.00010418INLETPROTECTIONSYSTEMEA30.000107.1 LITTER REMOVAL AC 1.190107-2 MO I NG AC 0.2 20108.1 MON ITOR EXIST ING STRUCTURES-INSPECT ION AND SETTLEMENT MONITORING LS J .00108-2 MON ITOR EX IST ING STR UCTURES -V IB RAT ION MONITOR ING LS J.0
0110 1-1 CL EARING &GRU B ING AC 0.2 880110.2 -2 SELECT IVE CLEAR ING AN DO GRUBB ING ,AREAS WITH TREES TO REM A IN AC 0.0020110-4 10 REMOV AL OF EX IS T ING CONCRETE SY 2359 .90120.1 REGULA R EXCAVAT ION CY 268 .00120-6 E MB8 AN KMENT cY 91.10160-4 TYPE B STABILI ZATI ON SY 790 .30285-71 1 OPT IONA L BASE .BASE GROUP 1I SY 790 .3
0327 70 -1 M ILLI NG EXIST ASPH PAVT,I"AVG DEPTH 5Y 359 A
0327 .70 -5 MILL ING EX IST AS PH PAVT,2 "AVG DEPTH SY 36660 15 84 .5
0327 -70 -8 M IL LI NG EX IST ASPH PAVT,2 .5 °AVG DEPT SY 72 1 .2
0334 -1-12 SUPERPAVE ASPHALT IC CONCRETE ,TRAF F IC TN 54.9
0334 1-13 SUPERPAVE ASPHALT IC CONC,TRAFFIC C TN ](a5¢0 14 .n A
0337 7 -8 0 ASPHALT CONCRETE FRIC TI ON COURSE ,TRAFFIC B,FC -9 .5 ,PG 76 -2 2 TN 54 90337-1-82 ASPHALT CONCRETE FRICTION COURSE ,T RAFFIC C ,FC -9 5 ,PG 76 -2 2 TN (426 507 .1 7A
0350 -4 .1 RE INFORCED CEMENT CONCRETE PAVEMENT ,6 "SY 78 .5
0350 5 CLEAN ING &SEA LI NG JO INTS -CONCRETE PAVEMENT LF 264 .6
0425 -1-2 01 INLE TS ,CURB ,TYPE 9.<1O 'EA 5 .0
0425 -1-2 03 INLETS ,CURB ,TYPE 9.1 O T.<1O 'EA 2.0
0425 1 -3 51 INLE TS ,CURB,TYPE P 5 ,<IO 'EA J.0
0425 -1-45 1 IN LETS ,CURB ,TYPE J 5.<10 'EA 2.0
0425 -1-4 52 IN LETS ,CURB ,TYPE J-5 .>»10 'EA 1.0
0425 -2 -6 1 MAN HOLE S ,P-8 ,<10 'EA 4.0
0425 -2 -6 2 MAN HOLE S ,P-8 ,>10 'EA J .o
0425 2 -63 MAN HOLE S ,P-8 ,PARTI A L EA I.0
0425 -2 -9 1 MAN HOLES ,1-8 ,<10 'E A 4.0
0425 -5 MAN HOLE ,AD JUST EA l5,9 15 .03 I\
0425 -6 VALV E BOXES ,AD JUST EA l,9 9.0 4
0430 -175 -112 PIP E CULVERT ,OPT IONAL MATERIA L ,ROUND,12 5 /CD LF 8 .o
0430 -175 -115 PIP E CULVERT ,OPT IONAL MATERIA L,ROU ND ,15 "S /CD LF 31.0
0430 -175 113 PIP E CULVERT ,OPT IONAL MATERIA L ,ROUND ,18 "S/CD LF 219 .0
0430-175 2 15 PIP E CULVERT ,O PTIONAL MATERIA L ,OTHER-E LIP /A RCH,15 "S /CD LF 53 .0
3y4 lit m u .a~.£,1 £so n
0436 1-1 TRENCH DRAI N ,STAN DARD LF 6.0 r x•E I ON IL IA ION ,W H r r a
0520 -1-10 CONCRETE CURB &GUTTER,TYPE F LF 1qg 1 I/1\
0520 -1-11 CONCRETE CURB GUTTER,VARIA BLE HEIGHT TYPE F LF 122 .1
0520 -1-12 CONCRETE CURB &GUTTER,TYPE F W ITH SPEC IA L GUTTER PROF ILE tF 123 .8
0520 -2 -4 CONCRETE CUR ,TYPE D LF 48.0 .
0522 -1 CONCRETE SIDEW ALK AN D DRIVEWAYS ,4·THICK SY -965 4 n 73\
0522-2 CONCRETE SIDEW ALK AN D DRIV EWAYS .6 TH ICK 5Y -620+54 1.4
0527.2 DETECT ABLE WARN INGS SF 3860 350 .2 t-\
A 0580 -72 53 [L h -SMAL ,-,y/9 NIA _g>,@ H t I N f U s -tit SF b0 1358 .3
630-2 -12 CONDU IT ,FURN ISH &IN STALL ,DIRECTIONA L BORE LF 748 0 .
/A rpg --n 3\
0635 2 -12 PULL 6 SPLI CE BOX ,F I,24 x 36"COV ER SIZE EA 1.0
715 -1-12 LIGHT ING CONDUCTORS ,F&I,IN SULATED,NO .8 6 LF 2620 .0
71 5 -68 -0 00 LIGHT POLE COMPLETE ,RELOCATE E A 1.0
715 -6 9-0 00 LIGHT POLE COMPLETE ,REMOVE POLE AN D FOUNDAT ION EA 2.0
715 -5 11-125 LI GHT POLE COMPLETE -SPEC IA L DESIGN,F&I,SINGLE ARM SHOULD ER MOU NT ,A LUM INUM ,25'E A 2.0
2
I 0998 -100 -1 CALP IP E SECURITY BOLLA RD POST SSF06O8O T-13 6 SCH 8O STA IN LE SS STEEL (S TAN DARD FLA T )EA 13 .0 I\
0998 -100 -3 ASBESTOS SURVEY LS 1.0 I)a
0998 100 -4 ASBESTOS REMEDIAT ION LS I .0
SUM M A RY OF MON IT OR EX IS T IN G STRUCTU RE S
INSPECT O N &VI8RAT ION
LOCAT ION SETTL EMENT MON I TOR INGSITESTRUCTUREMONITORING DOES IGN CONSTRUCT ION THIS LI ST NCus EXIST ING STRUCT URESNOUSAGE0108I01082NOTESREMARKS(A 5 DET ERMINED BY THE DEPAR TMENT )LOC ATED
LS Ls OUT SIDOF THE LIMITS SPECIFIED IN AR TICLE
AD DRESS AN D/OR STA 108 2 OF THE FOO T SPECIF ICAT IONS THAT AR EpIFpFREQUIREDTOEMONITORED,THIS LIST SHOU LD
I 331 23RD0 STREET VALERO GAS STAT ION x 'MISCELLAN EOUS STRUCTURES NOT BE CONSIDERED AL INC LU SIVE AN D DO ES NOCONTAINEXISTINGSTRUCTURESTO8EMONITORED22228PARKAVENUERESIDENT1ALBU)D ING x x MISCELLAN EOUS STRUCTU RES THAT AR E LOC ATED WITHIN THE DISTANC ES
3 334 23RD STREET CIT Y OF MIAM I BEAC H PARK ING GARAG E x x MISCELLAN EOUS STRUCTURES SPECIF IEO IN AR TICL E 108-2
tot t t I
nr E.23RD STREET COMPLETE STREETS IMPROVEMENTS CON SUL TANT.T ERI ?Ako.ENG INEER OF RECO RD.Draw n hie .Sui ¥v or PA T ES Drawing No .
CITY MANA GER.RICKELLE W LLAMSMIAMIBEACHFPID448626-1-54-01 9g !!OE Pu I DESl GNtF or7n4 REVI SED PAY ITEMS AN D QUANTITIES
PLAN SEt-gr;""CITY A NAGE R.ERIC CAR PENTER ,P E DR #9 .4 06/1or 4 REVISEDO PAY ITEMS AN DO QUAN TIES 2
RELEASED FOR CON S TRUCH ON %#"A IP TE RI .MED E LEON E L ALMO NT E,£A t0no923 REVI SED GUNN IESopRECTOR0AVIDAGOMEZ.LEED0-A SCA LE.REG NO 70822 NO !A TE REVISION P D.¥I
hhan ternander 112024 12 12.5?P M De.ault 'pw\kn1\d0304658\.E 5SR 01 Rev03 DGN
o
q
ue
r!!
?I
M
<£
u
4.uI
Li±
n
iLu¥
"'±.og!
«
~±
Docusign Envelope ID:23895926-11 B0-4875-849F-887C36952C3C
@»nr rvmwt utmuL UN I NtuUI t,n U N»+ATOR SHALL EXERCISE
EXTREME CAUTION TO PROTECT AND PREVENT EAMAGE TO ADJACENT STRUCTURES
AND PAVEMENTS TO REMAIN.LIMITS OF PAVEMENT DEMOLITION SHALL BE
PERFORMED IN A NEAT,STRAIGHT LINE BY SAW"UTT ING.
46 ADJUS TM E NT AND CLEANING:CLEAN DEBRIS FROM AREAS OF DEMOLITION LEAVING
ARE A SUITABLE FOR WORK.
a7 FALLEN MATERIALS RE SULT ING FROM DEMOLITION WORK SHALL BECOME THE PROPERTY
OF THE CONTRACTOR.REMOVE FROM SITE AND DISPOSE OF THESE MATERIALS IN A
MANNER AND LOCATION APPROVED BY MIAMI-DADE COUNTY REGULATIONS
48 ALL PROPOSED SIDEWALK SHALL BE CITY OF MIAMI BEACH RED.
49 ALL TREES WITHIN PEDESTRIAN AND BICYCLE PATHS TO BE TRIMMED BY CONTRACTOR
UNDER THE DIRECTION OF A CERTIFIED ARBORIST TO PROVIDE A MINIMUM 4 CLE AR WIDTH
AND MINIMUM 8 VERTICAL CLEARANCE COST TO BE INCLUDED IN THE CONTRACTORS BID
50.PERFORM EXPLORATORY EXCAVATION IN THE ALIGNMENT AND GRADE OF PROPOSED
•.##a##4$%#%$2$#Mt4±$32 a.sens0\$$2.23=47 $9,47#$3,2/337J273 237,2£3.%%:.7%%iii ii»is»7 v8'f1 RUCTION.PROVIDE UNDERGROUND
UTILITY OWNERS AND THE CITY OF MIAMI BEACH WITH A SEVEN DAYS ADVANCE
NOTICE OF ANY CONFLICT WITH PROPOSED CONSTRUCTION.PROVIDE SURVEY
INF ORMAT ION ABOUT EXISTING UTILITY ALIGNMENT,GRADE ANDPOSSIBLE CONFLICTS
PAYMENT FOR PRE-TRENCHING,SURVEY,AND BACKFILLING SHALL BE INCLUDED IN
THE COST OF THE RELATED BID ITEM FOR THE PROPOSED INSTALLATION
51 THE CONTRACTOR SHALL CHECK THAT DROP-OFF HAZARDS ARE NOT CREATED FROM
GRADING ALL ASSOCIATED COSTS SHALL BE INCLUDED IN THE CONTRACTORS BID.
·##AN#MEAS,N!ANH#NS ##±%#-##3#4 -
NECESSARY,ALL ASSOCIATED COSTS INCLUDING THE COSTS FOR OBTAINING THE
PERMIT,DEWATERING,TESTING AND DISPOSAL SHALL BE PROVIDED TO THE CITY&ENGINEER AND ENGINEER OF RECORD FOR REVIEW AND MUTUALLY AGREE ON THE COST.
IA------~-----~------~--..,..,53.THE CONTRACTOR SHALL PROVIDE ACCESS AND ASSISTANCE TO THE CITY ENGINEER
OR HIS DESIGNEE TO MAKE INSPECTIONS,AS NECESSARY,DURING CONSTRUCTION
54 OUE TO SOIL CONDITIONS,HIGH WATER TABLE AND PROTECTION OF ROADWAY,UTILITIES
AND EXIST ING LANDSCAPING,SHORING WILL BE REQUIRED FOR TRENCH AND STRUCTURE
CONSTRUCTION THE CONTRACTOR SHALL SUBMIT THE PROPOSED METHOD OF
CONSTRUCTION TO THE CITY ENGINEER AND ENGINEER OF RECORD FOR APPROVAL AT THE
e&4S Q.E wa,•SL.Q.5Qs.44 .£..JAE.AA.JALTHESTRUCTURESA
COSTS INCLUDING T
/DISPOSAL SHALL BE PROVIDED TO THE CITY ENGINEER AND ENGINEER OF RECORD[?\FOR REVIEW AND MUTUALLY AGREE ON THE COST
62 UNIDENTIFIED AREAS OF CONTAMINATION
I:)..VJHEN ENCOUNTER/NG OR EXPOSING ANY ABNORMAL COND~~~~l~~~~G ~~E PRESENCE OF A HAZARDOUS OR TOXIC WASTE,OR CONTAMINANTS,CEASE/?\oAnoys soarer n rug vcnurr_@yo iii r@@E,Cr ZCu@ZgZs riysyc_or i@is oi iiis.oiscoo isri.is&iii,_i@o.csouyo
WATER,ETC,VISIBLE FUMES,ABNORMAL ODORS,EXCESS SMOKE,OR OTHER CONDITIONS THAT APPEAR ABNORMAL MAY INDICATE HAZARDOUS
OR TOXIC WASTES OR CONTAMINANTS AND MUST BE TREATED WITH EXTREME CAUTION
MAKE EVERY EFFORT TO MINIMIZE THE SPREAD OF CONTAMINATION INTO UNCONTAMINATED AREAS IMMEDIATELY PROVIDE FOR THE HEALTH AND SAFETY OF ALL
WORKERS AT THE JOB SITE AND MAKE PROVISIONS NECESSARY FOR THE HEALTH AND SAFETY OF THE PUBLIC THAT MAY BE EXPOSED TO ANY POTENTIALLY
HAZARDOUS CONDITIONS.PROVISIONS SHALL MEET ALL APPLICABLE LOCAL,STATE,AND FEDERAL LAWS,RULES,REGULATIONS OR CODES COVERING HAZARDOUS
CONDIT IONS AND WILL BE IN A MANNER COMMENSURATE WITH THE GRAVITY OF THE CONDITIONS
\Z@@ES[Jg,Egg @@EE@ roe,coygcroe y,gooonar yo goerzE,,auy cyan oy gs,sg3ye yepray,cpy coys«cro,
f7 )?SUCH CAR CONTRACTOR SHALL INCLUDE,BUT NOT BE LIMITED TO:EXPERIENCE AND PERSONNEL TO PREPARE CONTAMINATION ASSESSMENT
PLANS,CONDUCT CONTAMINATION ASSESSMENTS,PREPARE SITE ASSESSMENT REPORTS,REMEDIATION PLANS,IMPLEMENT REMEDIAL ACTION PLANS,RISK BASED
CORRECTIVE ACTIONS,STORAGE TANKS SYSTEM REMOVAL,HIGHWAY SPILL RESPONSE AS WELL AS EXPERIENCE WITH INFRASTRUCTURE/CONSTRUCT ION
ACTIVITIES WITHIN (POTENTIALLY)CONTAMINATED AREAS SPECIFIC TO TRANSPORTATION SYSTEMS
ALL THE WORK PERFORMED BY THE CAR CONTRACTOR SHALL BE PERFORMED IN COMPLIANCE WITH ALL APPLICABLE LOCAL,STATE AND FEDERAL REGULATIONS
GOVERNING WORKER SAFETY AND ENVIRONMENTAL REGULATIONS.THIS IS TO INCLUDE OCCUPATIONAL EXPOSURE TO CONTAMINATED SOILS,GROUNDWATER,WASTES
AND ATMOSPHERE DURING THE CONSTRUCTION OF ALL FEATURES INCLUDED IN THE CONSTRUCTION PLANS.IN ADDITION,THE CAR CONTRACTOR MUST BE
STAFFED WITH FLORIDA LICENSED TECHNICAL PROFESSIONALS (GEOLOGISTS AND ENGINEERS)WHO WILL BE INVOLVED WITH THE PROJECT AND KNOWLEDGEABLE
OF THE WORK ACTIVITIES CONDUCTED WITHIN THE IDENTIFIED CONTAMINATED AREAS AND WHO WIOULD SIGN AND SEAL PROJECT REPORTS AS REQUIRED FOR
SUBMITTAL TO THE APPROPRIATE ENVIRONMENT AL REGULATORY AGENCIES
PRELIMINARY INVESTIGATION BY THE CAR CONTRACTOR WILL DETERMINE THE COURSE OF ACTION NECESSARY FOR SITE SECURITY AND THE STEPS NECESSARY
UNDER APPLICABLE LAWS,RULES,AND REGULATIONS FOR ADDITIONAL ASSESSMENT AND/OR REMEDIATION WORK TO RESOLVE THE CONTAMINATION ISSUE
FOLLOWING COMPLETION OF THE PROJECT,THE CAR CONTRACTOR SHALL BE REOUIRED TO PROVIDE COPIES OF ALL REPORTS SUBMITTED TO REGULATORY
AGE NCIE S,WASTE MATERIAL PROFILES,MANIFESTS AND/OR DISPOSAL RECEIPTS FOR THE HANDLING OF ALL CONTAMINATED MEDIA INCLUDING BUT NOT LIMITED[A\}$%3',hate8,"5vs.soc.wzwoous vasts.aw oroomscooso saw «suss ro a orows
AN ASBESTOS SURVEY MUST BE COMPLETED BY A FLORIDA LICENSED ASBESTOS CONSULTANT PRIOR TO REMOVAL OF ANY EXPANSION JOINTS TO DETERMINE
4£084445 RVEY
63
A/
64
A""Af
67
68
69
70
71
72
73
ALL SALVAGE ABLE MATERIALS THAT ARE REMOVED MUST BE DELIVERED AND UNLOADED AT THE MIAMI DADE ROAD,BRIDGE AND CANAL MAINTENANCE
DIVISION-9301 WWI 58 STREET MIAMI,FLORIDA 331/8.TELEPHONE NUMBER:(305)592-3116
55 ALL PROPOSED WATER METERS SHOULD BE A MINIMUM OF 2-INCH SERVICE
56 CONTRACTOR SHALL BE RESPONSIBLE TO VERIFY THE ACTUAL NUMBER OF EXISTING
WATER SERVICES TO BE CONNECTED TO THE PROPOSED WATER MAIN
57 BIKE RACK SYMBOL G)
58 MAXIMUM SIDE SLOPES TO BE USED FOR TEMPORARY EXCAVATION ARE IV.2H (MINIMUM
FACTOR OF SAFETY.I3)IF STEEPER SIDE SLOPES ARE REQUIRED (E G TO AVOID IMPACTING
ADJACENT PROPERTIES),TEMPORARY GROUND SUFPORT SYSTEMS SHOULD BE DETERMINED AND
IMPLEMENTED BY THE CONTRACTOR DURING EXCAVATION AT NO ADDITIONAL COST TO THE CITY.
59.CONTRACTOR SHALL MATCH GRAY COLOR SCHEME AND TEXTURE OF DETECTABLE WARNING
SURF ACES DONE BY RECENT COLLINS PARKING GARAGE PROJECT ALONG AND IN THE
VICINITY OF LIBERTY AVENUE,APPROXIMATELY STATION I3+10.11 TO STATION 13+65.90.
COST TO BE INCLUDED IN THE RELATED BID ITEM
60.THE FOLLOWING AREA HAS BEEN IDENTIFIED AS POTENTIALLY CONTAMINATED
1 APPROXIMATELY STA 1OO+OO TO STA IO1+50 ON 23RD STREET
2 APPROXIMATELY STA 28+00 TO STA 28+30 ON 23RD STREET
3.APPROXIMATELY STA 23+80 TO STA 27+65 ON PARK AVENUE
4.APPROXIMATELY STA 9+02 TO STA IO+8O ON 22ND STREET4ee.sense.sues±e.us,+.e%."h $i"±#fr±±;#fl$g#ere.sees.es os2Eiieo_r±g@ii+era«sA±.sf±gEE.E pp.,£,p@@gEE@j g Inuit
ASSISTANCE BEFORE APPLYING FOR A DEVIATERING 'VIRONMENTAL
REGULATORY AGENCY TO AVOID POTENTIAL CONTAMINATION PLUME EXACERBATION AND DETERMINE
PROPER GROUNDWATER MANAGEMENT ASSOCIATED WITH THE ABOVE REFERENCED AREAS
/\4agog9nay Egg,gJggEDZpg Egg~E@±go,g
ENVIRONMENT AL INDIVIDUAL/CONSULT »)TRACTOR SHALL BE HELD PRIOR TO THE
START OF CONSTRUCTION TO COORDINATE ACTIVITIES WITHIN THE ABOVE-MENTIONED AREAS
ALL ASSOCIATED COSTS WITH DEVATERING PROCESS INCLUDING THE COSTS FOR OBTAINING THE PERMIT,DEWATERING,TESTING AND DISPOSAL SHALL BE }
ADDED TO THE CONTRACTOR BID AS AN ADDITIVE ALTERNATIVE BID ITEM AS STATED IN ITEM NO.IT OF THE "VTB INFORMATION &GENERAL REQUIREMENT"3
CONTRACTOR SHALL FIELD VERIFY BY PRE -TRENCHING,HAND EXCAVATION,OR SOFT DIGS THE LOCATIONS OF ALL PROPOSED LIGHT POLES
PRIOR TO SUBMITTING SHOP DRAWINGS,IF ANY CONFLICTS ARE IDENTIFIED THE CITY OF MIAMI BEACH SHALL BE NOTIFIED COST FOR THIS WORK TO
BE INCLUDED IN THE RELATED BID ITEMS
PEA ROCK BED FOR PULL BOXES MUST BE A MINIMUM OF 12 DEEP AS PER CMB STANDARDS
GROUND WIRES ARE TO BE ATTACHED TO THE GROUND ROD USING AN EXOTHERMIC WELD (CADWELD)AS PER CMB STANDARDS
EACH STREET LIGHT MUST HAVE AN IN-LINE FUSE AS PER CMB STANDARDS
SPLICE KITS MUST BE ESGTS 2/O GEL CAP AS PER CMB STANDARDS
PULL BOX SHALL BE MADE OF QUAZITE WITH A MEASUREMENT OF 13X24 MINIMUM
PULL BOX LIDS SHALL BE INSCRIBED WITH STREET LIGHT CITY OF MIAMI BEACH AS PER CMB STANDARDS
AS-BUILT LIGHTING PLANS WERE NOT AVAILABLE.CONTRACTOR TO CONFIRM LOAD CENTER LOCATION SHOWN ON SHEET 15
PAY ITEM NOTES
10-1-1 THIS PAY ITEM INCLUDES REMOVAL AND DISPOSAL OF EXISTING PAVERS AS SHOWN IN THE PLANS
tu±
"'±
:sg£
~
lat-f
E.23RD STREET COMPLETE STREETS IMPROVEMENTS CONSULTANT:[ruw (}5,woveor Eco.0rows he.Geo orEs 0row«rvo:[o «s«is.is«si 9gr!e E,""o au«n too ][±fsanaatesaascanst}
"t r"[cry Act_ruccPtTt.Pt.[oRN v Lq]o@[WstoaoPfnMoltsll
1 I RELEASCOfORCONSTRUCIION <<:;,t t,tl,','~w /}~lf>INTE RIM CtiECKER:LEONIEl,AlMONTE,f>,E,>'1'-"+-~,,-t---------+------1----------fii [[cro.AAGEz EE0-scat REG NO7082?NO ATE KEvSION APDYl ]
ilianfernander //04 15649 PM Default cpw\khtd0304658\GNNTRD0I_REV03.dgn
104-10-3
110-4-10
350-4-1
334-1-13
337-7-82
425-2-61
425-2-91 INCLUDES THE COST FOR INSTALLATION OF THE 6'DIA.HYDRO-INTERNATJONAL DOWNSTREAM DEFENDER OR EOUIVALEN1(1N STRUCTURE S3-1A
430-175-112 ALL DRAINAGE PIPES EQUAL TO OR LESS THAN I2 IN DIAMETER VILA BE QUANTIFIED UNDER THIS PAY ITEM
(@3ii or oiukr ii/?\
522-A ALL CONCRETE SIDEWALK TO BE CONSTRUCTED SHALL BE COLORED (MIAMI BEACH RED)AND SHALL MATCH ANY
EXISTING SIDEWALK PATTERNS,COSTTO BE INCLUDED IN THIS PAY ITEM
FOR AREAS OF SPECIAL SIDEWALK,CONTRACTOR TO ANTICIPATE POTENTIAL FOR SIDEWALK THICKNESS MIGHT BE MORE THAN THE NORMAL 4
THIS PAY ITEM QUANTITY UNIT HAS BEEN MODIFIED FROM "EA TO "Sr"
522-1
580-7253
THIS PAY ITEM IS TO BE USED IN THE LOCATIONS ALONG COLLINS CANAL TO THE NORTH EAST AND SOUTH WEST OF BRIDGE #874706
FOR AREAS OF SPECIAL SIDEWALK REMOVAL,CONTRACTOR TO ANTICIPATE POTENTIAL FOR SIDEWALK TO BE THICKER THAN SHOWN
RE INF RORCED CEMENT CONCRETE PAVEMENT SHALL BE COLORED (MIAMI BEACH RED),COST TO BE INCLUDED IN THIS PAY ITEM
THIS PAY ITEM IS TO INCLUDE 2 OUT OF THE 3 OF PROPOSED TYPE S-IHI ASPHALT
THIS PAY ITEM IS TO INCLUDE T UT OF THE 3 OF PROPOSED TYPE S-IHI ASPHALT
INCLUDES THE COST FOR INSTALLATION OF AN INVERTED BAFFLE FOR DRAINAGE STRUCTURE S2-4
MIAMI BEACH PLAN ST-10
o~
nf
g
"';,
rI:
~
~i.
<GG
i
a.ui
~±
~
Docusign Envelope iD:23895926-11B0-4875-849F-887C3695203C
mt or ruust uuwo [']FND VARIABLE CURB HEIGHT
STA 25+30.00,-2300 (LT)
MATCH LINE STA.25+45.00
EXIST LIGHT POLE TO BE RELOCATED$7A.24+17.27,36.7 Lr
PULL 8Ox (3 EA)
2 HIGH DENSITY POLYETHYLENE (HDPE)
CONDUIT WITH THREE RH-2/XLP
CONDUCTORS INSIOE THE CONDUIT.ONE
WH RED INSULATION,ONE WITH BLACK
INSULATION,AND ONE GROUND WITH
GREEN INSULATION.CONDUCTOR:2#6,1#6 GRD
END SPECIAL GUTTER PRO
$TA 25+2500,2433 rELEV.33
MA
BE GIN VA
STA 25+0
BEGIN SPECI
Ga
STA 9+3100 (1032 LI)CONST.6 DIA HYDRO-INTERNATIONAL OREQUIVALENTDOWNSTREAMDEFENDER(SEE SPECIAL DETAIL)ELEV.4.20 (RIM)FL (-)2.60 AHFL±f-)1IO K CONST.T
CONST 4 Or 18
WHH JACKET
EXIST.R/WI LINE lb±u
MIN 0.30%5
51A4 25+01
s
u2uu><
MIAMI CITY BALLET
2200 LIBERTY AVE.
BEGIN SPECIAL GUTTER PROFILE
MIN 0.30%SLOPE,NORTH &SOUTHSIA.10+31.85,22.65 (LT)ELEV.350
END PE[AL QI IR PROFILE
STA 10+4290.1975 (Lr)ELEV 346'
BEGIN SPECIAL GUTTER PROFILEMIN0.30%SLOPE,EAST
S1A 10+48.90,20.08 LI)ELEV.285
EXIST FIRE HYDRANT
TO REMAIN
END DROP CURB
$1 10+48.90.1875 @T
\
0 5liiiiiiiil 20E
Feet
EXIST.R/W LINE
l£,{u s-?i
oouO}-
22ND STREET +OF 18 PIPE J H JACKET
$70 02 21 FE
8 SURV EY 22ND 5IREET
22ND STREET
~I
VEDI ~-
ER PROFILE
STA.9+4850.2405 (RI)arc
ELEV.349 TRASH C
BEGIN SPECIAL GUTRESIDENTIALBUILDINGMIN0.30%SLOPE,NO
STA.24+27.85,31.60ELEV.3.55SURVEY&G CONST.PARK AVE.STA
2160 PARK AVE.
8 SURVEY 22ND ST.STA.10+00 00ENDSPECIAL GUTT
23RD0 STREET COMPLETE STREETS IMPROVEMENTS
FPID 448626.-1-54.01
T.RW LINE
I5I.BUILDINGERHANG
LM TO REMAINROTECTED
4X23 ELLIPTICAL PIPE
TER TYPE "F
CURB SUTTER0(RT)RE MAIN
(~r -J.to +
~rD•r,_r_,i
,r1,L2
<Hn
Lu=-lrJH.<E
···--•••(lroc1D1
--y -r-7,:@
CONNET IQ EX[SI CUR _cyrIF '0EXIST.R/W LINE,$10+614o.18.zsRn pl.:
10+48.90,18.25 (RI)·
SPECIAL GUTTER PROFILEA.10+4290,19.25 (RT)EV.346
NST 38 OF 12XI81PT1CALPIPE
e ht
TH£BASS A A
2100 COLLINS AVE.e
a
q
LEGEND:5Ta7@a000.295
[Zzz]csosswax orcrA wane Iv 3.s3 5ii5 .No scat cunre eRoe Go
[]nus wvRs ro eoveo cg v #@r 3 ff,tjeo vis inf @cons wore vave ro onusreo sr re coracro
r-7 •E EV.3.46'ffiL"]GREEN ISLAND FICUS lKlTr"==<y_Ro cyR 2 CMB SANITARY MANHOLE TO BE ADJUSTED BY THE CONTRACTOR
[]M4LING &RESURFACING '3-zxusr lNlik 4."3 cu8 sroMwrER MANHOLE TO BE ADJUSTED BY THE CONTRACTORD6"CONCRETE MIAMI BEACH RED (SIDEWALK)usi,----1 1-------..TTER 4 FPL ELECTRIC MANHOLE TO BE ADJUSTED BY@.1)ffi
[]¢CONCRETE MIAMI EACH RED (SIEwA«)!'],,5,%,,,,'gGI_QyrRBUIL [@]STRUCTURE MODIFICATION (SEE SPECIAL DETAILS
[]RAus wrsEcION WE,$fa2nnaoo [@]REMOVE EXIST.DRAINAGE STRUCTURE□RAMP C I .-EXIST.R!W LINECONNECTTOADJACENTLIGHTPOLEENDMILLING&RESURFACING Lad PROPOSED PULL BOX
[IENG iRox._zoo Fi io i Roos ii4rcri_risryiuyr cAPr rxED_OARD
LIGHT POLE STA 23+77.95 (SEE SPECIAL DETAILS)
{{$sip.c u r£n o r E co .Lill]0ra ng he.ROA OV AY PLAN Drawn No.
~
~
n
±~o
~
nt£
MIAMI BEA C H
CONSULTANT-
9er 2!
T ERI
CITY MANAG ER.
o
n~,;.,£~
2i
£;
~
oLu±~
~G~
au±
~±
n
PLAN SET-
sus
EC A PENTEn,PE.[R N .
06/2 r 4 IIG+ING DOESIGN
06/1on4JREVSEO8ORDER
e e e l."/"us%s"[A/?ze peso?+.E r y 13
hhran ternander 0gn
Docusign Envelope ID:23895926-11B0-4875-849F-887C3695223C
\a PULL 8OX (I EA)
l Pu 9ox AT LOAD CENTER LOCATION I EA
()2 HIGH DENSITY POLYETHYLENE (HDPE)CONDUIT WITH THREE RHW-2/XLp
CONDUCTORS INSIDE THE CONDUIT:ONE
V/ITH RED INSULATION,ONE WITH BLACKINSULATION,AND ONE GROUND WITH
GREEII INSULATION CONDUCTOR:2#6,16 CRD
3 a
)?O -
0 5liiiiiiiiiil 20E
EXIST R;w ueE l
END COLLINS AVE.PAVEMENT DESIGN
Feet
SURVEY 22ND STREET
STA.16+89.95,36.85'LT
MIAMI BEACH REGIONAL LIBRARY
227 22ND ST.
BEGIN COLLINS AVE.PAVEMENT DESIGN8SURVEY22NDSTREET
STA.16+25.00
EXIST RJW LINE
o
0 1 ,,,,,...,;_.111·1n]4p]"lily ,nj k c [{lll'•i ol-ye "k:.#srocio±LU:·R }7 ';';+•
t
EXIST
R/W LINE
<
H.]th fttl 1(y «rg].is'otz--l
@
o/1
r
]r<#-77
I arocuo»
8 SURVEY 22ND STREET
o/
3.'L -Ip8%
[=1.____L ~--~-----~----~--ti 'T i •WT .z
';»x isr.Ru u weEXIST.TREE ANO ~:1.------i,,.L.1 t..:.,;i..-:_/,LANDSCAPE IN AREA"EXIST TREE ANDTOREMAINANDBEPROTECTEDLANDSCAPEINARE
TO REMAIN AND BE PROTECTED JACKET
BEGIN CURB &GUTTER TYPE "F WATER METER TO BE ADJUSTED BY THE
CONNECT TO EXIST CURB &GUTTER CONTRACTORCONNECTTOEXIST.SIDEWALK MATH EXIST_SIDEyLK
ST Ti75u6.Ta5Rn)5n4 i6+2078,395@ Rj
3iisr iiiiii5 iiiiw coLINs PARK f ",
2100 COLLINS AVE.TO REMAIN AND E PROTECTEDISANITARYVALVETOBEADJUSTEDBYTHECONTRACTOR
CMB STORMWATER MANHOLE TO BE ADJUSTED BY THE CONTRACTOR
FPL ELECTRIC MANHOLE TO BE ADJUSTED Be&
AT&T TELEPHONE MANHOLE TO BE ADJUSTED er@ .&_0 BEGIN VARIABLE HEIGHT CURB (+42.95,19 75 (RT))
[]STRUCTURE MODIFICATION (SEE SPECIAL DETAILS)
[]REMOVE EXIST.DRAINAGE STRUCTURE
t+I
22ND STREET
EXIST.FIRE HYDRANT TO REMAIN
L L09 B F O C (D )
»
Lu::,e-Lu><
n=z
I a
l '5o)'-r<
<ru
+31/4,
c111!0.IRee
la
g l?##.'-.._JI,
I
I
l
.
_.'rl °)1..a-a-~
a&
±r¢+
s ]•Jgge4
~r··1 I EXIST.R/W UeE
l,
I~--.~?"c1&g3±
lia.~-*I·;gsll,±,±
I'}
?re .."
BFOt ·D J
T
•l
a<
o0&ls
LEGEND:
[]cocT MIAMI EACH RED (SIEAKO
[[[[[[J ovesuno.cRoss so coRREcTIoN
[«no s RE suRFAc16 o s1RE
[@ urmo s Re suRrAco cons Ave.Noe)
Eg no owe
fnn]sect sowa«
(1)CM WATER VAVE TO BE ADJUSTED BY THE CONTRACTOR
~11inozIt,I5
i
£$
~!.
¢~GG,.,
a.
o±
~
END CURB &GUTTER TYPE "r
CONNECT TO EXIST.CURB &GUTTERSTA,16+68.21,59.05 (RI)
BEGIN COLLINS AVE.PAVEMENT DESIGN8SURVEY22NDSTREET
STA,16+89.95,59.15 RT
<ru
o
G?cc esa,
e
.II86\;7 ksetr?$%a!
is5 "'Mle,.
MATCH EXIST.SIDEWAL 3
STA 17+1381,45.17 (RT)
BEGIN CUR8 &z%.%,2
cuRg_gyro -a
STA 1+169.S}4&s9.24 Rn),
9/
EXIST.R/N (NE
ti/
±
nt£:
MIAMI BEACH
23RD STREET COMPLETE STREETS IMPROVEMENTS
FPID 448626.-1-54.01
PLAN SET-RELEASEO FOR CONSTRUCTION
hhan ternande
CONSUL TANT
9er!!em
T ERI
CITY MANA GER.
Nit.Rtg
DESIGNER
ENC CAPETE,PE.DRAWN Y
CHECKER
0A VID0 A GOM EZ.LEED0-AP I4CLE.
Drawing he.ROAD AY PLA N DOrawning No.
15
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C LIGHT ING LEGEND•PROPOSED STREET LIGHT
MODEL :AEL AT BM
PE RF ORMANCE PACKAGE PAO,121/120 WI,300OK CCTDESIGNEDFORTYPEIV.SHORT DISTRIBUTION
WITH 6 FT BRACKET ARM
25 FT MOUNTING HEIGHT (FDOT ALU MINUM POLE)
CURVE NO ATB8M P40 XXXXY R4 3K.AES
PULL BOX (2 EA)a
()2 HIGH DENSITY POLYETHYLENE (HDPE)
CONDUIT WITH THREE RHW-2/LP
CONDUCT ORS INSIDE THE CONDUIT.ONE
WITH RED INSULATION.ONE WITH BLACK
INSULATION,AND ONE GROUND WITH
GRE EN INSULATION.CONDUCTOR:2#6,16 GRD
END COLLINS AVE.PAVEMENT8SURVEY22NDSTREET
STA.17+53.90
A (FLORIDA GREENBOOK LOCAL-COMMERCIAL)
AVE RAGE INITIAL ILUMINANCE:0.8 FC
UNIFORMITY RATIO AVG/MIN:4.1
WIND SPEED:16O MPH \
0 5 20!'
Feet
W SOUTH BEACH
220 I COLLINS AVE.
}4
oo.......u{-.N
±)
H<:::;:
=f ]r<_l}j 1{5 l I,{17\/s r so owe
=2.i L _!_Ly,Li L h-=-i-·-.-_.-J__,'.__··-_J.-'I!_lc.__--.:-
Fi,B+OD)BEOiD)BO+ti
RCI
"4
L+£.+t9
!,...l '»
to
Bit
a±
~
-/~..;~•I±coo k
tl '={~.,larcu us sour eous re wo ooscue
TO REMAIN AND BE PROTECTED L_~Gf~Q STA IB+lOB9 JO 67 (RT)IN AREA TO REMAIN ANO BE PROTECTED
£RISI.TREE TO TRIMMo []6 co cRETE MIAMI EACH RED (SID EWALK)
«sEE GENERA NOTES [«G s R SURFACING 22wo srREET»
Arc EXIST sIEwAK []MIG &RESURFACING (CO LINS AVENUE)
STA +s443.3or Rn ES}woo
[[[[[]]ovsuno.cRoss so coRREcrow
EE]scat swAo
l PROPOSED PULL Ox
•I
l
][to»
Iua.
/'
2,6.:_BM(l 1 ')a
11 1,_---~-'-'/-~---------see •l
Sit +t1,E,A ±,++1,+t
/
at»,
EXIST.LIGHT POLE TO BE REMOVED
<
Hp 8SU/vY ?2 5TRfT io i iE'sir or osfuiiioi ie 22ND STREETn18z3sosiiiii@vwiroici/19 @O
~N 10"01'1r W _,::w1t:T ,,r.u-r on,r:rn o~ocunucn ·----11 7ni>n,,,.,..,-l
20
-EIST.RNw uNE
?a,J
oo
tt•O
~
<H.u
Lu=>-dr)•<=
EXIST TREE AND LANDSCAPE
IN AREA TO REMAIN AND BE PROTECTED
MIAMI BE ACH PARKING LOT
MATCH EXIST.SIDEWALK
STA 19+67 92,30 58 (RT)
2101 COLLINS AVE.
o<
nna£
Lu
2
arI!
£
o±;;
~
"kGG
au
a.
ui
~±
"'
~Lu±"'±
ao
~
(@)CM8 ArER VA VE TO E ADJUSTED Y THE CONTRACTOR
(2)CM8 SANITARY MANHOLE TO BE ADJUSTED BY THE CONTRACTO RGrcrRrcuaworostAusroer@\
n£.23RD0 STREET COMPLETE STREETS IMPROVEMENTS CONSULTANT:[Ru GEER or REcOD Lq4ll]0owng he.ROAOAY PAN DrawingNo.
reo «i«is-vs«si 9ir!!e ["""""«o «sans [jlsaasleaseassat}Igg..s......sis [±/s:eqSaet..h,
REG NO 7022 l"A REVISION 4po gv
MIAMI BEACH PLAN SET-RELEASED FOR CONSTRUCTION
16
ran fernandez n dgn
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
MIAMI BEACH
EXHIBIT B
PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3d Floor
Miami Beach,Florida 33139
www .miamibeachfl.gov
Revised Division I General Requirements
and Covenants,Section 01010 -Summary of
Work,Part 1 -General
5 ADDENDUM NO.2
INVITATION TO BID NO.2014-419-ND
FOR 230 STREET COMPLETE STREETS IMPROVEMENTS PROJECT
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
DIVISION 1
GENERAL REQUIREMENTS AND COVENANTS
SECTION 01010-SUMMARY OF WORK
PART 1-GENERAL
1.01 THE REQUIREMENT
A.WORK to be performed under this Contract shall consist of furnishing and installing all
tools,equipment,materials,supplies,and manufactured articles and furnishing all labor,
transportation,and services,including fuel,power,water,and essential communications,
and performing all WORK,or other operations required for the fulfillment of the Contract in
strict accordance with the Contract Documents.The WORK shall be complete,and all
WORK,materials,and services not expressly indicated or called for in the Contract
Documents which may be necessary for the complete and proper construction of the
WORK in good faith shall be provided by the CONTRACTOR as though originally so
indicated,at no increase in cost to the CITY.
B.Wherever the term CONSULT ANT is used in these documents,it shall be construed to
mean the CONSULT ANT,through the PROJECT MANAGER.The PROJECT MANAGER
function on this project will be administered by the CITY's Representative.
C.Whenever a reference to number of days is noted,it shall be construed to mean calendar
days.
1.02 WORK COVERED BY CONTRACT DOCUMENTS
A.The WORK of this Contract comprises the construction of the 23 Street Complete Streets
Improvements Project.The WORK shall include but not be limited to demolition,site
preparation,earthwork,tree removal,installation of storm drainage structures and piping,
roadway paving,sidewalk,curb and gutter,traffic signalization mast arm,pedestrian
signals,conduit,cable and pull boxes,pavement milling and resurfacing,signage and
pavement marking.
B.Contamination remediation was performed at the nearby Collins Park Garage.
Environmental reports pertaining to the ongoing monitoring,reporting for No Further Action
with stipulations by the Miami Dade County Division of Environmental Resources
Management (DERM)are attached as a part of the bid documents.The contractor will be
responsible for the design,permitting and implementation of the dewatering system as
necessary.All regulatory requirements must be met.
C.The general location of the WORK section is as follows:
The 23rd Street Complete Street Improvements Project Limits includes the intersection of
Dade Boulevard and 23rd Street,23rd Street from Dade Blvd to Liberty Avenue,Park
5
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Avenue from 23rd Street to 22nd Street,and 22nd Street from Park Avenue crossing SR
A 1 A/Collins Avenue to the Beachwalk.
1.03 STANDARD SPECIFICATION
A.Except as noted,all materials and workmanship shall meet the requirements of the latest
editions of the following publications:
1.Miami-Dade County Public Works manual "Design and Construction Standards".
2.ACI 318-Building Code Requirements for Structural Concrete.
3.City of Miami Beach Public Works Manual
4.Florida Building Code
5.The Florida Department of Transportation Standard Specifications for Road and Bridge
Construction FY 2023-24
6.The Florida Department of Transportation Standard Plans for Road Construction FY 2023-
24
7.Miami-Dade Water and Sewer Department "Design and Construction Standard Specification
and Details".
8.National Electrical Co.(NFPA 70)
9.Americans with Disabilities Act.
10.National Fire Protection Agency.
11.Chapter 556,Florida Statutes,Underground Facility Damage Prevention and Safety Act.
1.04 SITE INVESTIGATION
A.The CONTRACTOR,by virtue of signing the Agreement,acknowledges that it has satisfied
itself to the nature and location of the WORK,the general and local conditions including,
but not restricted to those bearing upon transportation;disposal,handling,and storage of
materials;access roads to the site;the conformation and conditions of the WORK area;
and the character of equipment and facilities needed preliminary to and during the
performance of the WORK.Failure on the part of the CONTRACTOR to completely or
properly evaluate the site conditions shall not be grounds for additional compensation.
B.Soil boring information may be furnished to the CONTRACTOR for its general information.
Such data is not warranted to be correct;the CONTRACTOR,by virtue of signing the
Agreement,acknowledges that it has satisfied itself as to the nature and extent of soil and
(underground)water conditions on the project site.No additional payment will be made to
the CONTRACTOR because of differences between actual conditions and those shown by
the boring logs.
6
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
1.05 WORK BY OTHERS
A.Concurrent work by Other CONTRACTORS.The CONTRACTOR'S attention is directed to
the fact that WORK may be conducted at the site by other CONTRACTORS during the
performance of the WORK under this Contract.The CONTRACTOR shall conduct its
operations so as to cause little or no delay to work of such other contractors and shall
cooperate fully with such contractors to provide continued safe access to their respective
portions of the site,as required to perform work under their respective contracts.
B.Interference with Work on Utilities.The CONTRACTOR shall cooperate fully with all utility
forces of the CITY or forces of other public or private agencies engaged in the relocation,
altering,or otherwise rearranging of any facilities which interfere with the progress of the
WORK,and shall schedule the WORK so as to minimize interference with said relocation,
altering,or other rearranging of facilities.
1.06 WORK SEQUENCE
A.The CONTRACTOR shall schedule and perform the WORK in such a manner as to result
in the least possible disruption to the public's use of roadways,driveways and utilities.
Utilities shall include,but not be limited to water,sewerage,drainage structures,ditches
and canals,gas,electric,cable television and telephone.
1.Prior to commencing with the WORK,CONTRACTOR shall perform a location
investigation of existing underground utilities and facilities in accordance with the
Section entitled "Protection of Existing Facilities"and shall have obtained all
required permits and permissions.
2.CONTRACTOR shall also deliver written notice to the CITY,PROJECT MANAGER
and property occupants (private and public)of all planned disruption to roadway,
driveways,and utilities 72 hours in advance of disruption.
B.Because other projects will be under construction in the vicinity of WORK,it may be
necessary to sequence portions of this project.CONTRACTOR shall be responsible for
coordinating construction activities and tie-ins with CONTRACTORS of adjacent projects
as required.
C.CONTRACTOR shall sequence the WORK so as to minimize the impacts on residents,
visitors,patrons of the Miami City Ballet and the Miami Beah Library.CONTRACTOR shall
notify schools,the City's Fire and Police Department,and the Post Office,Miami-Dade
Transit and Solid Waste via City of Miami Beach Sanitation Department14 days prior to
disruption of roadways.The CONTRACTOR shall notify the CITY of disruption of public
facilities.All notifications of planned disruptions shall be coordinated with the City's Office
of Capital Improvement Projects (CIP).In addition,the following restrictions shall be
maintained:
a.The CONTRACTOR shall not begin construction on roadways until the initial
roadways under construction are substantially complete.A roadway shall be
considered substantially complete when all work is complete except for the last lift
7
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
of asphalt.All work on private property and landscaping must also be complete
before a road is considered substantially complete.
b.All affected residents shall be notified a minimum of seventy-two (72)hours prior to
a shut off of water supply.Any water supply interruptions shall be scheduled to be
as short as possible and not exceed four (4)hours.For multi-family apartments or
condominium complexes,written notice of planned disruptions may be directed to
Condominium Association's Management Companies,Condominium Association's
Board of Directors,Apartment Property Managers or other property managing
companies or individuals via certified mail;for single family residents written notices
shall also be directed to the property owner via door hangers.All Notifications of
planned disruptions shall be coordinated with the City of Miami Beach Public Works
Department and the City's Office of Capital Improvement Projects (CIP).
c.CONTRACTOR shall coordinate with the City of Miami Beach Parking
Department,via CIP all requests for parking space reservations and posting of
"No Parking"signs 72 hours in advance.
d.Materials and equipment shall be stored in a fenced or otherwise enclosed area
during non-working hours.Pipe and material shall not be strung out along
installation routes.
e.Street parking.park and roadway lighting shall be maintained in operation at all
times during construction.CONTRACTOR shall provide temporary power supply
and/or temporary lighting,as necessary,to maintain proper lighting conditions
within the Project Limits,throughout the construction duration.
f.Demolition work shall include disconnecting any infrastructure,tapping all water
connections salvaging all furnishing and landscaping specified on the construction
Plans and specifications.CONTRACTOR shall maintain intact all required
8
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
infrastructure and utilities for structures and facilities,located within the Project
Limits,but are not included in the 23Street Complete Streets Improvements project.
D.Substantial Completion:Project Substantial Completion,as defined in the General
Conditions,shall be achieved within 274 calendar days of the Notice to Proceed to start
construction.
E.Final Completion:Project Final Completion,as defined in the General Conditions,shall be
achieved within 30 calendar days of the certified Substantial Completion date.
1.07 TRAFFIC CONTROL
A.The CONTRACTOR shall submit a conceptual Traffic Control Plan at the Pre-Construction
Conference.This preliminary plan shall identify the phases of construction that the
CONTRACTOR plans to proceed with and identify traffic flows during each phase.The
CONTRACTOR will be required to submit a detailed plan showing each phase's
Maintenance and Protection Plan and obtain FDOT approval of their Traffic Control Plan
prior to starting construction of any phase.
B.The "Maintenance of Traffic"plan shall address pedestrian traffic as well as vehicular
traffic.As a minimum,it shall be the responsibility of the CONTRACTOR to provide any
necessary Construction,Pavement Marking,Signage,Pedestrian Signalization and/or
Signal Modification to accommodate an alternate safe walk route.
C.The CONTRACTOR,at all times,shall conduct the work in such a manner as to ensure the
least obstruction to traffic as is practical.Convenience of the general public and of the
residents adjacent to the work shall be provided for in a satisfactory manner,as
determined by the CITY.
D.Sidewalks,gutters,drains,fire hydrants,streetlights control manholes and panels and
Pump stations,shall,insofar as practical,be kept in condition for their intended uses.Fire
hydrants on or adjacent to the work shall be kept accessible to fire apparatus at all times,
and no material or obstruction shall be placed within twenty (20)feet of any such hydrant.
E.Construction materials stored within the public Right-of-Way shall be placed in a manner to
cause as little obstruction to the general public as is reasonably possible.
F.The work must be conducted with the provision for a safe passageway for traffic at all
times.The CONTRACTOR shall make all necessary arrangements with the jurisdictional
agency concerning required maintenance of traffic and selection of detours.
G.All existing stop signs shall be maintained.
H.When permission has been granted by the City,pursuant to applicable City Codes and
Standards to close an existing roadway,the CONTRACTOR shall furnish and erect signs,
barricades,lights,flags and other protective devices,which shall conform to the
requirements,and be subject to the approval of the jurisdictional agency.The
CONTRACTOR shall furnish and maintain proper protective devices at such location for
9
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
the entire time of closure as the jurisdictional agency may direct.Signage shall be affected
one week before closure.
I.The CONTRACTOR shall furnish a sufficient number of protective devices to protect and
divert the vehicular and pedestrian traffic from working areas closed to traffic,or to protect
any new work.Failure to comply with this requirement will result in the shut down of the
work until the CONTRACTOR provides the necessary protection.
J.Any time traffic is diverted for a period of time that will exceed one workday,temporary
pavement markings will be required.Existing pavement markings that conflict with the new
work zone traffic pattern must be obliterated.Painting over existing pavement markings
(black out)shall not be permitted.
K.The CONTRACTOR may be required to reposition existing traffic heads in order to
maintain traffic flows at diverted intersections.If this should be necessary,the
CONTRACTOR must submit a plan for approval showing the course of work and the
planned repositioning.The jurisdictional agency must approve the plan prior to
implementation.No separate payment for repositioning the existing traffic signal heads will
be made.The cost of this work shall be included in the base bid price.
1.08 TRAFFIC IMPACT PLAN
A.The CONTRACTOR shall submit a weekly Traffic Impact Plan to the CITY and PROJECT
MANAGER by Wednesday of each week to allow for notification of anticipated road
closures to public entities located in and doing business in the project area.The Traffic
Impact Plan shall identify streets that are under construction and construction activities that
may impact vehicular and pedestrian traffic.A State of Florida Licensed Engineer shall
provide the necessary drawings and calculations,in sufficient detail,as necessary to obtain
approval from the City,and as required to obtain a City of Miami Beach Building Permit.
1.09 TEMPORARY STRIPING
A.CONTRACTOR shall install temporary paint striping after the first and second lifts of
asphalt and maintain until the permanent thermoplastic striping is installed.
1.10 WORK SCHEDULE
A.Time is of the essence in completing this project.Because time is of the essence,the
CONTRACTOR shall commit the necessary resources to this project to complete it in a
timely manner.Note that a typical workday will be based on hours between 8:30 am and
6:00 pm,Monday through Friday,excluding holidays.If the CONTRACTOR wishes to work
longer hours than those specified herein,it shall request so,in writing,by Friday of each
week.Work completed other that regular working hours should be easily observable by
CITY and/or PROJECT MANAGER staff on the subsequent day.If the CONTRACTOR
proposes to complete work that will be "covered up"after normal working hours,it shall
reimburse CITY for costs associated with the observation of such work.The Construction
progress will be measured with the construction schedule submitted by the
CONTRACTOR.If the PROJECT MANAGER determines that the CONTRACTOR does
not meet the CPM as specified in the Section entitled "Schedules and Reports,"the
10
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
CONTRACTOR will be required to commit those resources necessary to ensure the
completion of the project in a timely manner.All costs incurred to implement measures to
complete the WORK in timely manner will be borne by the CONTRACTOR.
B.SCHEDULE
1.CONTRACTOR shall submit scheduling information for the WORK as required in the
Section entitled "Schedules and Reports".
2.No separate payment shall be made for preparation and/or revision of the schedule.
1.11 COMPUTATION OF CONTRACT TIME
A.It is the CONTRACTOR'S responsibility to provide clear and convincing documentation to
the PROJECT MANAGER as to the effect additional WORK will have with respect to
additional contract time extension requirements.If additional quantities of WORK can be
carried out concurrent with other existing construction activities without disrupting the
critical path of the Project then no contract time extension will be granted.CONTRACTOR
is obligated to provide documentation to the PROJECT MANAGER if additional elements
of WORK affect the critical path of the project.If WORK set forth in the original scope of
the project is deleted,the contract time may be reduced.This contract is a calendar day
contract.While the CONTRACTOR may be granted time to suspend WORK operations
for vacations or holidays,the contract time will not be suspended.During
suspensions,CONTRACTOR shall be responsible for all maintenance of traffic and
liability without additional compensation from the CITY.In addition,CONTRACTOR
shall comply with timely notice requirements as specified in the General Conditions.
1.12 CONTRACTOR USE OF PREMISES
A.The CONTRACTOR's use of the project site shall be limited to its construction operations.
Storage of materials will be arranged for by the CONTRACTOR and a copy of an
agreement for use of other property shall be furnished to the PROJECT MANAGER..
Other areas required for material storage must be arranged and paid for by the
CONTRACTOR,as a part of its base bid.
PRE-CONSTRUCTION CONFERENCE
1.13
A.After the award of Contract and Notice to Proceed,a Pre-construction Conference will be
held between the CONTRACTOR,the PROJECT MANAGER,CONSULTANT,CITY,other
interested Agencies,representatives of Utility Companies and others affected by the
WORK.The time and place of this conference will be set by the PROJECT MANAGER.
The CONTRACTOR shall bring to the conference a copy of its preliminary WORK
schedule for review and comment by the PROJECT MANAGER,the City and
CONSUL TANT.The schedule shall include sequences of operation and time schedule.
The final schedule will be due as noted in the Section entitled "Schedules and Reports".
The WORK shall be performed in accordance with such schedule or approved
amendments thereto.
11
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
1.14 UTILITY LOCATIONS
A.To the extent possible,all existing utility lines in the project area have been shown on the
plans.However,neither the CITY,PROJECT MANAGER and/or CONSULTANT guarantee
that all lines are shown,or that said lines are in their true location.It shall be the
CONTRACTOR'S responsibility to identify and locate all underground or overhead utility
lines or equipment affected by the project.No additional payment will be made to the
CONTRACTOR because of discrepancies in actual and plan location of utilities and
damages suffered as a result thereof of lines shown on the plans.Compensation for items
not drawn on the plans shall comply with Change Order Provision as specified in the
General Conditions.
B.The CONTRACTOR shall notify each utility company involved at least ninety (90)days
prior to the start of construction to arrange for positive underground location,relocation,or
support of its utility where that utility may be in conflict with or endangered by the proposed
construction.Relocation of water mains or other utilities for the convenience of the
CONTRACTOR shall be paid for by the CONTRACTOR.All charges by utility companies
for temporary support of their utilities and permanent utility relocations to avoid conflict
shall be the responsibility of the CONTRACTOR and the utility company involved.
C.The CONTRACTOR shall schedule and coordinate its WORK in such a manner that it is
not delayed by the utility companies relocating or supporting their utilities.No
compensation will be paid to the CONTRACTOR for any loss of time or delay.
D.All overhead,surface or underground structures and/or utilities encountered are to be
carefully protected from damage or displacement.All damage to said structures and/or
utilities is to be completely repaired within a reasonable time;needless delay will not be
tolerated.The CITY reserves the right to remedy any damage by ordering outside parties
to make repairs at the expense of the CONTRACTOR.All repairs made by the
CONTRACTOR are to be made to the satisfaction of the utility Owner and shall be
inspected by a representative of the utility Owner and the CITY.
E.The CONTRACTOR should be aware that the CITY provides a free locating service for
City-owned utilities for CONTRACTORS and excavators:Within forty-eight (48)hours
before excavating,the CONTRACTOR should call the CITY,and a locator will be
dispatched to the WORK location.CONTRACTOR shall reasonably notify other utility
companies not included in the CITY location service,these include Florida Power and
Light,cable,gas,etc.
1.15 LINEANDGRADE
A.The CONSULT ANT has provided vertical and horizontal control for layout of the WORK in
the form of benchmarks and reference points located adjacent to the WORK.From these
controls provided,the CONTRACTOR shall develop and make all detailed surveys needed
for construction and shall establish all working points,lines and elevations necessary to
perform the WORK.This surveying WORK shall be supervised by a Professional Land
Surveyor registered in the State of Florida.
12
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
1.16 PROTECTION AND RESTORATION OF SURVEY MONUMENTS
A.The CONTRACTOR shall carefully protect from disturbance all survey monuments,stakes
and benchmarks,whether or not established by it,and shall not remove or destroy any
surveying point until it has been properly witnessed by a representative of the CITY.All
major survey monuments that have been damaged by the CONTRACTOR such as section
corners,1/4 section corners,property corners or block control points,shall be replaced at
the CONTRACTOR'S expense with markers of a size and type approved by the
CONSULT ANT.Their replacement shall be under the supervision of a Florida Registered
Land Surveyor.The CONTRACTOR shall document survey monuments prior to
construction and submit the location and type of all markers to the CITY.
1.17 EQUIPMENT
A.All equipment necessary and required for the proper construction of all facilities shall be on
the construction site,in first-class working condition.
1.18 STORAGE SITES
A.Storage yard is the responsibility of the CONTRACTOR and will not be provided by the
CITY.
1.19 OWNERSHIP OF EXISTING MATERIALS
A.All materials removed or excavated from the job site shall remain the property of the CITY
until released by the PROJECT MANAGER,at which time it shall become the property of
the CONTRACTOR,who shall dispose of it in a manner,complying with all applicable
jurisdictional requirements.
1.20 EXCESS MATERIAL
A.All vegetation,debris,concrete,or other unsuitable materials shall be disposed of off-site in
approved areas provided by the CONTRACTOR.Storage of unsuitable materials on site
shall not be allowed.All unsuitable materials are to be removed from work site as they are
generated.Any excess material desired to be retained by the CITY shall be delivered by
the CONTRACTOR to a designated area within a 5 mile radii of the project,at no extra
cost to the CITY.
1.21 AUDIO-VISUAL PRECONSTRUCTION RECORD
A.General:
1.The CONTRACTOR shall engage the services of a professional photographer or
videographer.The color audio-video recordings shall be prepared by a
responsible commercial firm known to be skilled and regularly engaged in the
business of preconstruction color audio video recording documentation.The
photographer or videographer shall furnish to the CONSUL TANT a list of all
equipment to be used for the audio-video recording i.e.,manufacturer's name,
model number,specifications and other pertinent information.Additional information
to be furnished by the videographer are the names and
13
D ocusign Envelope ID :23895926-11B 0-4 B75-849F-887C 369520 3C
addresses of two references that the videographer has performed color audio-video
recording for on projects of a similar nature within the last 12 months.
2.Prior to beginning the WORK,the CONTRACTOR shall have a continuous color
audio-video recording taken along the entire length of the project to serve as a
record of preconstruction conditions.No construction shall begin prior to review and
approval of the audio-video recording covering the construction area by the
CONSUL TANT.The CONSUL TANT shall have the authority to reject all or any
portion of the audio-video recording not conforming to the specifications and order
that it be redone at no additional charge.The CONTRACTOR shall reschedule
unacceptable coverage within five days after being notified.The CONSULT ANT
shall designate those areas,if any,to be omitted from or added to the audio-video
coverage.
8.Recorded Information -Audio:
1.Each recording shall begin with the current date,project name and municipality and
be followed by the general location,i.e.,name of street,viewing side and direction of
progress.The audio track shall consist of an original live recording.The recording
shall contain the narrative commentary of the videographer,recorded
simultaneously with his fixed elevation video record of the zone of influence of
construction.
C.Recorded Information -Video
1.All video recordings must,by electronic means,display continuously and
simultaneously generated with the actual transparent digital information to include
the date and time of recording,and station numbers as shown on the drawings.The
date information shall contain the month,day and year.The time information shall
contain the hour,minutes and seconds.Additional information shall be displayed
periodically.Such information shall include,but not be limited to,project name,
contract number,name of street,direction of travel and the viewing side.This
transparent information shall appear on the extreme upper left hand third of the
screen.
2.All recording shall be done during times of good visibility.No recording shall be done
during precipitation,mist or fog.The recording shall only be done when sufficient
sunlight is present to properly illuminate the subjects of recording and to produce
bright,sharp video recordings of those subjects.
3.Panning,zoom-in and zoom-out rates shall be sufficiently controlled to maintain a
clear view of the object.
4.Recording coverage shall include all surface features located within the zone
influence of construction supported by appropriate audio coverage.Such coverage
shall include,but not be limited to,sidewalks,curbs,pavements,landscaping,
culverts,fences,and signs within the area covered.Particular attention should be
paid to those items outside or adjacent to the work limits that may become damaged
during construction.
14
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
F.Payment:Compensation for the audio-video preconstruction record shall be included in the
lump sum bid price for Mobilization.
1.22 ADJUSTING EXISTING VALVES,METERS,CATCH BASINS,AND MAINTENANCE
ACCESS STRUCTURES (i.e.MANHOLES)
A.It shall be the CONTRACTOR'S responsibility to coordinate and have all adjustments made
to existing water meters,valves,and structures encountered during construction,to meet
all final grades,unless otherwise instructed by the CONSULT ANT or the respective utility
owner.All valves and maintenance access structures shall be accessible during all phases
of the WORK for emergency access.Omission of such structures from the Contract Plans
does not relieve the CONTRACTOR from making such adjustments as may be deemed
necessary.Cost for such work shall be included in the Contractor's Base Bid.
1.23 CONFLICT STRUCTURES
A.The CONTRACTOR shall abide by the following criteria concerning conflicts between new
drainage,water,or sewer construction and existing utilities.
1.The CONTRACTOR shall verify the location of all utilities suspected of being
potential conflicts prior to ordering drainage structures for these locations and inform
the CONSULT ANT as to its findings.
2.The CONSUL TANT shall have full authority to direct the placement of conflict
structures,the relocation of structures shown in the plans,and the addition,deletion,
or relocation of any pipe shown in the plans to facilitate construction,expedite
completion and avoid conflicts with existing utilities.
3.Where an existing utility is to pass through a conflict structure,the CONTRACTOR
shall protect the utility from damage by whatever means the utility owner and the
CONSULT ANT deem necessary.
4.In no case shall there be less than 0.3 feet between any two (2)pipelines within the
structure or between pipelines and the structure.
1.24 ENVIRONMENTAL PROTECTION
A.The CONTRACTOR shall furnish all labor and equipment and perform all WORK required
for the prevention of environmental pollution during and as a result of the WORK under this
contract.For the purpose of this contract,environmental pollution is defined as the
presence of chemical,physical,or biological elements or agents which adversely affect
human health or welfare;unfavorably alter ecological balances of importance to human life,
affect other species of importance to man,or degrade the utility of the environment for
aesthetic and recreational purposes.The control of environmental pollution requires
consideration of air,water,land and involves noise,solid waste management and
management of radiant energy and radioactive materials,as well as other pollutants.
B.The CONTRACTOR shall take all steps necessary to protect water quality in the connected
waters around the project and shall utilize such additional measures as directed by the
15
Docusign Envelope ID:23895926-11 B0-4 875-849F-887C36952C3C
Design ENGINEER.Turbidity curtains shall not be removed until the turbidity of the
affected waters is equal to or lower than the ambient turbidity of undisturbed segments of
adjacent surface waters.
C.The CONTRACTOR shall implement a Stormwater Pollution Prevention Plan meeting the
Florida Department of Environmental Protection applicable requirements.The
CONTRACTOR shall obtain and prepare all documents necessary to obtain a Florida
Department of Environmental Protection National Pollution Discharge Elimination System
Permit for Construction Activities.All cost associated with this activity shall be deem
incidental to that Project's bid price.
D.All protection requirements covered by this subsection shall be in compliance with all
applicable jurisdictional agency requirements.
1.25 BASIS OF PAYMENT
A.The CONTRACTOR'S Professional Land Surveyor will measure all "As-built"quantities for
payment.In the event of disputes as to quantity,the PROJECT MANAGER shall make the
final determination;no additional compensation will be made for surveying services.This
WORK shall be supervised by a Florida Licensed Registered Professional Land Surveyor.
B.The CONTRACTOR shall not be permitted to invoice for quantities of WORK beyond those
contained in the contract and all previously approved change orders.Invoice for partial
payment shall not be accepted by PROJECT MANAGER as complete without the
following:
1.Waivers and Releases of Lien
2.Updated Construction Schedule
3.Aerial Photographs
4.Consent of Surety
1.26 APPLICATION FOR PAYMENT FOR STORED MATERIALS
A.Application for payment for stored materials shall comply with requirements set forth in the
General Conditions.
1.27 VIBRATORY COMPACTION
A.The use of vibratory compaction equipment shall be limited to a total gross weight of three
(3)tons.The use of vibratory equipment shall be limited to compacting backfill of utility
trenches only.If approved in writing by the Design ENGINEER,larger vibratory compaction
equipment may be allowed if operated in a slalic mode only.The CONTRACTOR shall be
responsible for all damages/claims resulting from its compaction activities on the
surrounding neighborhood and its residents.
16
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
1.28 REPORTING OF DAMAGE CLAIMS
A.The CONTRACTOR shall keep the PROJECT MANAGER informed of any damage claims
made against the CONTRACTOR during the construction period.All claims for automobile
damage,property damage and/or bodily injury will be reported to the PROJECT
MANAGER within 24 hours of receipt of notice.CONTRACTOR will conduct a timely
investigation of the claim and determine if they will honor claim and/or report to their
insurance carrier and provide periodic updates,each quarter,until final disposition of
claims.CONTRACTOR will advise the PROJECT MANAGER in writing of its
decision/referral to carrier.
1.29 PERMITS
A.It shall be the CONTRACTOR's responsibility to secure and pay for all permits of every
description required to initiate and complete the work under this Contract,except for
permits obtained by the CITY.
B.Permits that may have been obtained,or for which applications have submitted by the
CITY or its authorized representative (copies are available to the CONTRACTOR),
include the following:
•Miami Beach Building Department Permit
•Miami Beach Tree Permit
•FDEP Environment Resources Permit
•FDEP Generic Permits for Storm Water Discharge
•South Florida Water Management District Environmental Resources Permit
•Miami-Dade County Class I Permit
•Miami-Dade County Class II Permit
•Miami-Dade County Traffic Approval
•FOOT Right of Way Permit
C.The CONSUL TANT will furnish signed and sealed sets of Contract Documents for permit
use as required.
D.The CONTRACTOR shall furnish to the PROJECT MANAGER and CONSUL TANT copies
of all permits prior to commencement of work requiring permits.
1.30 SITE CONDITIONS
A.The CONTRACTOR acknowledges that it has investigated prior to bidding and satisfied
itself as to the conditions affecting the Work,including but not restricted to those bearing
upon transportation,disposal,handling and storage of materials,availability of labor,water,
electric power,roads and uncertainties of weather,tides,water tables or similar physical
conditions at the site,the conformation and conditions of the ground,the character of
17
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
equipment and facilities needed preliminary to and during prosecution of the Work.The
CONTRACTOR further acknowledges that it has satisfied itself as to the character,quality
and quantity of surface and subsurface materials or obstacles to be encountered insofar as
this information is reasonably ascertainable from an inspection of the site,or any
contiguous site,as well as from information presented by the Drawings and Specifications
made a part of this Contract,or any other information made available to it prior to receipt of
Bids.Any failure by the CONTRACTOR to acquaint itself with the available information will
not relieve it from responsibility for estimating properly the difficulty or cost of successfully
performing the Work.The CITY assumes no responsibility for any conclusions or
interpretations made by the CONTRACTOR on the basis of the information made available
by the CITY.
1.31 DIMENSIONS OF EXISTING FACILITIES
A.Where the dimensions and locations of existing improvements are of critical importance in
the installation or connection of new work,the CONTRACTOR shall verify such dimensions
and locations in the field prior to the fabrication and/or installation of materials or
equipment which are dependent on the correctness of such information.
1.32 E-BUILDER SOFTWARE
A.The use of E-Builder Software will be implemented during the construction phase of this
Project.Training will be provided to the contractor's staff as required allowing for the use of
this Software throughout the Project Completion.Use E-Builder Software for purposes of
hosting and managing project communication and documentation until Final Completion.
E-Builder Software shall include the following functions:
1.Project directory.
2.Project correspondence.
3.Meeting minutes.
4.Contract modifications forms and logs.
5.RFI forms and logs.
6.Shop Drawings.
7.Task and issue management.
8.Photo documentation.
9.Schedule and calendar management.
10.Submittals forms and logs.
11.Payment application forms.
12.Drawing and specification document hosting,viewing,and updating.
13.Online document collaboration.
14.Reminder and tracking functions.
15.Archiving functions.
18
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
PART 2-PRODUCTS (Not Applicable)
PART 3 -EXECUTION (Not Applicable)
-END OF SECTION -
19
Docusign Envelope ID:23895926-11B0-4B875-849F-88703695203C
MIAMI BEACH
EXHIBIT C
PROCUREMENT DEPARTMENT
1755 Meridian Avenue,38 Floor
Miami Beach,Florida 33139
www .miamibeachfl.gov
•@ @ @ endix C,Schedule of Values
THE REVISED SCHEDULE OF VALUES IS
REQUIRED TO BE SUBMITTED WITH THE
BID OR WITHIN THREE (3)DAVS OF
REQUEST BY THE CITY
6 ADDENDUM NO.2
INVITATION TO BID NO.2014-419-ND
FOR 230 STREET COMPLETE STREETS IMPROVEMENTS PROJECT
Docusign Envelope ID:23895926-11 B0-4875-849F-887C36952C3C
MIAMI BEACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue,36 Floor
Miami Beach,Florida 33139
www.miamibeachfl.gov
REVISED
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.
e m Pay em Item Description Unit Quantity Unit Cost Extended
Number Cost
23RD STREET COMPLETE STREETS IMPROVEMENTS
PROJECT
ROADWAY PAY ITEMS
1 0101 1 MOBILIZATION LS 1 $
-
2 0102 1 MAINTENANCE OF TRAFFIC LS 1 $
-
3 PAYMENT &PERFORMANCE BOND LS 1 $
-
4 0104 10 3 SEDIMENT BARRIER LF 40 $
-
5 0104 11 FLOATING TURBIDITY BARRIER LF 200 $
-
6 0104 18 INLET PROTECTION SYSTEM EA 30 $
-
7 0107 1 LITTER REMOVAL AC 1.19 $
-
8 0107 2 MOWING AC 0.22 $
-
9 0108 1 MONITOR EXISTING STRUCTURES-LS 1 $
INSPECTION AND SETTLEMENT -
MONITORING
71 ADDENDUM NO.2INVITATIONTOBID NO.2014-419-ND
FOR 239 STREET COMPLETE STREETS IMPROVEMENTS PROJECT
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
MIAMI BEACH PROCUREM ENT DEPARTMENT
1755 Meridian Avenue,3+Floor
Miami Beach,Florida 33139
www .miamibeachfl.gov
10 0108 2 MONITOR EXISTING STRUCTURES-LS 1 $
VIBRA TION MONITORING -
11 0110 1 1 CLEARING &GRUBBING AC 0.03 $
-
12 0110 2 2 SELECTIVE CLEARING AND AC 0.002 $
GRUBBING,AREAS WITH TREES TO -
REMAIN
13 0110 4 10 REMOVAL OF EXISTING CONCRETE SY 2360 $
-
14 0120 1 REGULAR EXCAVATION CY 268 $
-
15 0162 111 PREPARED SOIL LAYER,FINISH SOIL SY 100 $
LAYER,6"-
16 0120 6 EMBANKMENT CY 91 $
-
17 0160 4 TYPE B STABILIZATION SY 790 $
-
18 0285711 OPTIONAL BASE,BASE GROUP 11 SY 790 $
-
19 0327 70 1 MILLING EXIST ASPH PAVT,1"AVG SY 5895 $
DEPTH -
20 0327 70 5 MILLING EXIST ASPH PAVT,2"AVG SY 1585 $
DEPTH -
21 0327 70 8 MILLING EXIST ASPH PAVT,2.5"AVG SY 721 $
DEPTH -
22 0334 1 12 SUPERPAVE ASPHAL TIC CONCRETE,TN 55 $
TRAFFIC B -
23 0334 1 13 SUPERPAVE ASPHAL TIC CONCRETE,TN 162 $
TRAFFIC C -
8 ADDENDUM NO.2
INVITATION TO BID NO.2014-419-ND
FOR 230 STREET COMPLETE STREETS IMPROVEMENTS PROJECT
Docusign Envelope ID:23895926-11B0-4B875-849F-887C36952C3C
MIAMI BEACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue,34 Flor
Miami Beach,Florida 33139
www .miamibeachfl.gov
24 0337 7 80 ASPHALT CONCRETE FRICTION TN 55 $
COURSE,TRA FFIC B,FC-9.5,PG 76-22 -
25 0337 7 82 ASPHALT CONCRETE FRICTION TN 507 $
COURSE,TRA FFIC C,FC-9.5,PG 76-22 -
26 0350 4 1 REINFORCED CEMENT CONCRETE SY 79 $
PAVEMENT,6"-
27 0350 5 CLEANING AND SEALING JOINTS-LF 264.6 $
CONCRETE PAVEMENT -
28 0458 1 21 BRIDGE DECK EXPANSION JOINT LF 168 $
WITH BACKER ROD -
29 0520 1 10 CONCRETE CURB &GUTTER,TYPE F LF 1491 $
-
30 0520 1 11 CONCRETE CURB &LF 122 $
GUTT ER,VARIABLE HEIGHT TYPE F -
31 0520 1 12 CONCRETE CURB &GUTTER,TYPE F LF 124 $
WITH SPECIAL GUTTER PROFILE -
32 0520 2 4 CONCRETE CURB,TYPE D LF 48 $
-
33 0522 1 CONCRETE SIDEWALK AND SY 472 $
DRIVEWAYS,4"THICK -
34 0522 2 CONCRETE SIDEWALK AND SY 463 $
DRIVEWAYS,6"THICK -
35 0527 2 DETECTABLE WARNINGS SF 350 $
-
36 0570 1 2 PERFORMANCETURF,SOD SY 163 $
-
37 0635 211 PULL &SPLICE BOX,F&I,13"x 24"EA 15 $
COVER SIZE -
9 ADDENDUM NO.2
INVITATION TO BID NO.2014-419-N
FOR 239 STREET COMPLETE STREETS IMPROVEMENTS PROJECT
Docusign Envelope ID:23895926-11B0-4B75-849F-887C36952C3C
MIAMI BEACH PROCUREM ENT DEPARTM ENT
1755 Meridian Avenue,36 Floor
Miami Beach,Florida 33139
www .miamibeachfl.gov
38 0919-DIRECTIONAL INDICATORS SF 168 $
528100 -
39 0436 1 1 TRENCH DRAIN,STANDARD LF 5 $
-
40 0998-100-1 CALPIPE BOLLARDS EA 14 $
-
DRAINAGE PAY ITEMS
41 0425 1201 INLETS,CURB,TYPE 9,<10'EA 5 $
-
42 0425 1203 INLETS,CURB,TYPE 9,J BOT,<10'EA 2 $
-
43 0425 1351 INLETS,CURB,TYPE P-5,<10'EA 1 $
-
44 0425 1451 MANHOLES,J-5,<10'EA 2 $
-
45 0425 1452 MANHOLES,J-5,>10'EA 1 $
-
46 0425 2 61 MANHOLES,P-8,<10'EA 4 $
-
47 0425 2 62 MANHOLES,P-8,>10'EA 1 $
-
48 0425 2 63 MANHOLES,P-8,PARTIAL EA 1 $
-
49 0425 2 91 MANHOLES,J-8,<10'EA 4 $
-
50 0425 5 MANHOLE,ADJUST EA 31 $
-
10 ADDENDUM NO.2
INVITATION TO BID NO.2014-419-ND
FOR 23STREET COMPLETE STREETS IMPROVEMENTS PROJECT
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
MIAMI BEACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue,38 Floor
Miami Beach,Florida 33139
www .miamibeachfl.gov
51 0425 6 VALVE BOXES,ADJUST EA 25 $
-
52 0430 PIPE CULVERT,OPTIONAL LF 8 $
175112 MATERIAL,ROUND,12"S/CD -
53 0430 PIPE CULVERT,OPTIONAL LF 31 $
175115 MATERIAL,ROUND,15"S/CD -
54 0430 PIPE CULVERT,OPTIONAL LF 219 $
175118 MATERIAL,ROUND,18"S/CD -
55 0430 PIPE CULVERT,OPT LF 53 $
175215 MATERIAL ,OTHER-ELIPIARCH,15"-
S/CD
56 0430 PIPE CULVERT,OPT LF 69 $
175218 MATERIAL OTHER-ELIPIARC H,18"-
S/CD
57 DOWNSTREAM DEFENDER EA 1 $
-
SIGNAGE AND PAVEMENT
MARKING
58 0523 1 3 PATT ERNED PAVEMENT,GREEN SY 1190 $
COLORED PAVEMENT MARKING BIKE -
LANE
59 0630 211 CONDUIT,FURNISH &INSTALL,LF 1570 $
DIRECTIONAL BORE (PD)-
60 0635 2 12 PULL &SPLICE BOX,F&I,24"x 36"EA 8 $
COVER SIZE (PD)-
61 0635 213 PULL &SPLICE BOX,F&I,30"x 60"EA 2 $
RECTANGULAR OR 36"ROUND -
COVER SIZE (PD)
62 0700 1 11 SINGLE POST SIGN,F&I GROUND AS 39 $
MOUNT,UP TO 12 SF -
11 ADDENDUM NO.2
INVITATION TO BID NO.2014-419-ND
FOR 230 STREET COMPLETE STREETS IMPROVEMENTS PROJECT
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
MIAMI BEACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3 Floor
Miami Beach,Florida 33139
www .miamibeachfl.gov
63 0700 1 12 SINGLE POST SIGN,F&I GROUND AS 8 $
MOUNT,12-20 SF -
64 0630 1 31 SINGLE POST SIGN,F&I BRIDGE LF 1 $
MOUNT,12-20 SF -
65 0700 1 50 SINGLE POST SIGN,RELOCATE AS 7 $
-
66 0700 1 60 SINGLE POST SIGN,REMOVE AS 26 $
-
67 0700 15 1 IN STREET SIGN,FURNISH AND LF 4 $
INSTALL -FIXED BASE CONNECTION -
68 0700 15 6 IN STREET SIGN,RELOCATE FIXED AS 1 $
MOUNTING -
69 0700 3 601 SIGN PANEL REMOVE UP TO 12 SF EA 4 $
-
70 0710 90 PAINTED PAVEMENT MARKINGS,LS 1 $
FINAL SURFACE -
71 0711 11124 THERMOPLASTIC,STANDARD,LF 1174 $
WHITE,SOLID,12"FOR CROSSWALK -
AND ROUNDABOUT
72 0711 11124 THERMOPLASTIC,STANDARD,LF 488 $
WHITE,SOLID,18"FOR DIAGONALS -
AND CHEVRONS
73 0711 11125 THERMOPLASTIC,STANDARD,LF 257 $
WHITE,SOLID,24"FOR STOP LINE -
AND CROSSWALK
74 0711 11130 THERMOPLASTIC,STANDARD,EA 13 $
WHITE,VERTICAL DEFLECTION -
MARKING
75 0711 11140 THERMOPLASTIC,STANDARD,EA 27 $
WHITE,VERTICAL DEFLECTION -
ADVANCED WARNING MARKING
12 ADDENDUM NO.2
INVITATION TO BID NO.2014-419-ND
FOR 230 STREET COMPLETE STREETS IMPROVEMENTS PROJECT
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
MIAMI BEACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3+Floor
Miami Beach,Florida 33139
www .miamibeachfl.gov
76 071111141 THERMOPLASTIC,STANDARD,GM 0.06 $
WHITE,2-4 DOTTED GUIDELINE/6-10 -
GAP EXTENSION,6"
77 0711 11163 THERMOPLASTIC,STANDARD,SY 24 $
WHITE1-1 DOTTED "ELEPHANT"-
MARKING
78 0711 11224 THERMOPLASTIC,STANDARD,LF 198 $
YELLOW,SOLID,18"FOR DIAGONAL -
OR CHEVRON
79 0711 11241 THERMOPLASTIC,STANDARD,GM 0.153 $
YELLOW,2-4 DOTTED GUIDELINE/6--
10 GAP EXTENSION,6"
80 711-11-421 THERMOPLASTIC,STANDARD,BLUE,LF 123 $
SOLID,6"-
81 071114125 THERMOPLASTIC,PREFORMED,LF 1214 $
WHITE,SOLID,24"FOR CROSSWALK -
82 0711 14160 THERMOPLASTIC,PREFORMED,EA 26 $
WHITE,MESSAGE OR SYMBOL -
83 7111 4170 THERMOPLASTIC,PREFORMED,EA 25 $
WHITE,ARROW -
84 0711 16101 THERMOPLASTIC,STANDARD-GM 1 $
OTHER SURFACES,WHITE,SOLID,6"-
85 0711 16131 THERMOPLASTIC,OTHER GM 0.09 $
SURFACES,WHITE,SKIP,6",10-30 t
SKIP OR 3-9 LANE DROP
86 0711 16201 THERMOPLASTIC,STANDARD-GM 0.73 $
OTHER SURFACES,YELLOW,SOLID,-
6"
87 0998-100-2 ZICLA ZEBRA DELINEATEOR EA 90 $
-
SIGNALIZATION PAY ITEMS
88 0630 2 12 CONDUIT,FURNISH &INSTALL,LF 1498 $
DIRECTIONAL BORE -
131 ADDENDUM NO.2INVITATIONTOBID NO.2014-419-ND
FOR 230 STREET COMPLETE STREETS IMPROVEMENTS PROJECT
Docusign Envelope ID:23895926-11 B0--4875-849F-887C36952C3C
MIAMI BEACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue,34 Floor
Miami Beach,Florida 33139
www .miamibeachfl.gov
89 0630 2 15 CONDUIT,FURNISH &INSTALL,LF 65 $
BRIDGE MOUNT -
90 0630 2 65 CONDUIT,REMOVE,BRIDGE MOUNT LF 260 $
-
91 0632 7 1 SIGNAL CABLE-NEW OR EA 3 $
RECONSTRUCTED INTERSECTION,-
FURNISH &INSTALL (PER
INTERSECTION)
92 0632 7 6 SIGNAL CABLE,REMOVE-EA 3 $
INTERSECTION (PER INTESECTION)-
93 0635 2 11 PULL &SPLICE BOX,F&I,13°x 24"EA 21 $
COVER SIZE -
94 0635 2 12 PULL &SPLICE BOX,F&I,24"x 36"EA 2 $
COVER SIZE -
95 0639 2 1 ELECTRICAL SERVICE WIRE,LF 185 $
FURNISH &INSTALL -
96 0639 3-11 ELECTRICAL SERVICE DISCONNECT,EA 3 $
F&I,POLE MOUNT -
97 0641 2 12 PRESTRESSED CONCRETE POLE,EA 4 $
F&I,TYPE P-11 SERVICE POLE -
(Signalization =3,Lighting =1)
98 0646 1 11 ALUMINUM SIGNALS POLE,EA 4 $
PEDESTAL -
99 646-1-60 ALUMINUM SIGNALS POLE REMOVE EA 1 $
-
100 0649 21 1 STEEL MAST ARM ASSEMBLY,EA 1 $
FURNISH AND INSTALL,SINGLE ARM -
30'
101 0649 21 3 STEEL MAST ARM ASSEMBLY,EA 1 $
FURNISH AND INSTALL,SINGLE ARM -
40'
14 ADDENDUM NO.2
INVITATION TO BID NO.2014-419-ND
FOR 230 STREET COMPLETE STREETS IMPROVEMENTS PROJECT
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
MIAMI BEACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3+Floor
Miami Beach,Florida 33139
www .miamibeachfl.gov
102 0649 21 10 STEEL MAST ARM ASSEMBLY,EA 1 $
FURNISH AND INSTALL,SINGLE ARM -
60'
103 0650 1 14 VEHICULAR TRA FFIC SIGNAL,AS 6 $
FURNISH &INSTALL ALUMINUM,3 -
SECTION,1 WAY
104 0650 1 16 VEHICULAR TRA FFIC SIGNAL,AS 2 $
FURNISH &INSTALL ALUMINUM,4 -
SECTION,1 WAY
105 0650 1 60 VEHICULAR TRA FFIC SIGNAL,AS 2 $
REMOVE-POLES TO REMAIN -
106 0653 1 11 PEDESTRIAN SIGNAL,FURNISH &AS 5 $
INSTALL LED COUNTDOWN,1 WAY -
107 0653 1 12 PEDESTRIAN SIGNAL,FURNISH &AS 1 $
INSTALL LED COUNTDOWN,2 WAYS -
108 0653 1 60 PEDESTRIAN SIGNAL,REMOVE PED AS 2 $
SIGNAL-POLE/PEDESTAL TO REMAIN -
109 0660-1-600 LOOP DETERCTOR INDUCTIVE,EA 1 $
REMOVE-CABINETT O REMAIN -
110 0660-2-106 LOOP ASSEMBLY,F&I,TYPE F AS 3 $
-
111 0660-3-11 VEHICLE DETECTION SYSTEM-EA 2 $
MICROWAVE,FURNISH &INSTALL -
CABINET EQUIPMENT
112 0660-3-12 VEHICLE DETECTION SYSTEM-EA 9 $
MICROWAVE,FURNISH &INSTALL -
ABOVE GROUND EQUIPMENT
113 0665 1 11 PEDESTRIAN DETECTOR,REMOVE,EA 4 $
FURNISH &INSTALL,STANDARD -
114 0665 1 60 PEDESTRIAN DETECTOR,REMOVE EA 3 $
POLE,PEDESTAL TO REMAIN -
115 0665 1 12 PEDESTRIAN DETECTOR,REMOVE,EA 5 $
FURNISH &INSTALL,ACCESSIBLE -
15 ADDENDUM NO.2
INVITATION TO BID NO.2014-419-ND
FOR 230 STREET COMPLETE STREETS IMPROVEMENTS PROJECT
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
MIAMI BEACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue,36 Floor
Miami Beach,Florida 33139
www .miamibeachfl.gov
116 0670 5 -TRA FFIC CONTROLLER ASSEMBLY,AS 1 $
140 FURNISH &INSTALL MODEL 2070 -
117 0671-2-14 TRA FFIC CONTROLLER WITHOUT AS 1 $
CABINET,FURNISH AND INSTALL IN -
EXISTING CABINET 2070
118 0670 5400 TRAFFIC CONTROLLER ASSEMBLY,AS 2 $
MODIFY -
119 0671-2-60 TRA FFIC CONTROLLER REMOVE -EA 1 $
CABINET TO REMAIN -
120 0700-1-12 SINGLE POST SIGN,F&I GROUND EA 1 $
MOUNT,12-20 SF -
121 0700 -3-SIGN PANEL,FURNISH &INST ALL EA 5 $
201 OVERHEAD MOUNT,UP TO 12 SF -
122 0700 5 21 INTERNALLY ILLUMINATED SIGN,AS 3 $
FURNISH &INSTALL OVERHEAD -
MOUNT,UP TO 12 SF
123 0700 11 ELECTRONIC DISPLAY SIGN,AS 1 $
321 FURNISH &INSTALL,OVERHEAD -
MOUNT -AC POWERD,REGULATORY
SIGN,UP TO 12 SF
124 0700-141-ENHANCED HIGHWAY SIGN EA 1 $
112 ASS EMBLY.AC POWERED,F&I -
GROUND MOUNT,W/BEACON,12-20
SF OF STATIC SIGN PANELS
125 0714 411 LIGHT POLE COMPLETE,FURNISH EA 1 $
AND INSTALL STANDARD POLE -
STANDARD FOUNDATION,30'
MOUNTING HEIGHT
126 0715-1-12 LIGHTING CONDUCTORS,F&I,LF 2620 $
INSULATED,No.8-6 -
127 0715-68-LIGHT POLE COMPLETE -RELOCATE EA 1 $
000 -
128 0715-69-LIGHT POLE COMPLETE -REMOVE EA 2 $
000 POLE AND FOUNDATION -
16 ADDENDUM NO.2
INVITATION TO BID NO.2014-419-ND
FOR 230 STREET COMPLETE STREETS IMPROVEMENTS PROJECT
D o cusig n Envelope ID :23895926-11B 0-4 875-849F -887C 369520 3C
129 0715-511-
125
LIGHT POLE COMPLETE -SPECIAL
DESIGN,F&I,SINGLE ARM
SHOULDER MOUNT,ALUMINIUM,25'
EA 2
PROCUREMENT DEPARTMENT
1755 Meridian Avenue,36 Floor
Miami Beach,Florida 33139
www .miamibeachfl.gov
$
MIAMI BEACH
TOT AL BASE BID AMOUNT (Items 1-129)
17 ADDENDUM NO.2
INVITATION TO BID NO.2014-419-ND
FOR 230 STREET COMPLETE STREETS IMPROVEMENTS PROJECT
$
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
MIAMI BEACH
EXHIBIT D
PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3¢Floor
Miami Beach,Florida 33139
www .miamibeachfl.gov
Pre-Bid Sign In Sheet
18 ADDENDUM NO.2
INVITATION TO BID NO.2014-419-ND
FOR 23 STREET COMPLETE STREETS IMPROVEMENTS PROJECT
Docusign Envelope ID:23895926-11 B0-4875-849F-887C36952C3C
/A LA NA IB EA C H
CITY OF MIAMI BEACH
PRE-BID MEETING
SIGN-IN SHEET
DATE:Monday,June 24,2024
TIME:2.00PM
BID NO.AND TITLE:1TB 2024-419-ND 23RD STREET COMPLETE STREETS IMPROVEMENTS PROJECT
NAME TITLE COMPANY Email PHONE
NATALIA DELGADO CONTRACTING OFFICER CMB NATALIADELGADO@MIAMIBEACHFL.GOV 305-673-7000 X26263
Natalie Rodriguez Administrative Assistant Dekora LLC de korallc@gmnail_com 786-573-1872
Carla Dixon Project Manager CMB CarlaDixon@miamibeachf/gov 305-673-7000 X26264
Mohsen Abu Shaaban Senior Project Manager CM MohsenAbuSha2ban@miamibeachfl.gov 305-673-7000 X26709
Ellen Crist Kimley Horn Ellen.Crist@kimley-horn.com
Adil Baradia Kimley Horn Adil.Barada@kimley-horn.com
Juan Barreneche Estimator AMICI juan@amiciec_com 954-650-4699
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
MIAMI BEACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3d Floor
Miami Beach,Florida 33139
www .miamibeachfl.gov
ADDENDUM NO.1
INVITATION TO BID 2024-419-ND
FOR 23 STREET COMPLETE STREETS IMPROVEMENTS PROJECT
July 8,2024
This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers
or other clarifications and revisions issued by the City.The 1TB is amended in the following particulars only
(deletions are shown by strikethrough,and additions are underlined).
I.REVISION:1TB DUE DATE AND TIME.The deadline for the electronic receipt of bids through
Periscope S2G is extended until 3:00 pm,on Friday,July 26,2024.
All bids received and time stamped through Periscope S2G prior to the bid submittal deadline shall
be accepted as timely submitted.Bids cannot be submitted after the deadline established for
receipt of proposals.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.
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:
Natalia Del ado
Telephone:
305-673-7000 ext.26263 miamibeachfl.ov
Bidders are reminded to acknowledge receipt of this addendum as part of your 1TB submission.
Sincerely,
Natalia Delgado
Procurement Contracting Officer Ill
1 ADDENDUM NO.1
INVITATION TO BID 2024-419-ND
FOR 23 STREET COMPLETE STREETS IMPROVEMENTS PROJECT
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
1TB SUMMARY
The purpose of this 1TB Summary is to summarize the major terms,conditions and requirements of
the 1TB.Bidders shall note that various paragraphs within these bid documents have a box (□),
which may be checked (181 ).If the box is checked,the language is made a part of the bid
documents and compliance therewith is required of the Bidder;if the box is not checked,the
language is not made a part of the bid documents.It is the Bidder's responsibility to become
familiar with all terms,conditions and requirements of the 1TB,whether or not included in the 1TB
Summary.Further,it is the Bidder's responsibility to make note of and account for any revisions to
any portion of the 1TB Summary that may result from an addendum to the 1TB.
SUMMARY
ITEM NO.
1
2
1TB No.:
1TB Title:
1TB INFORMATION &GENERAL REQUIREMENTS
2024-419-ND
230 STREET COMPLETE STREETS IMPROVEMENTS
PROJECT
3
4
Date of Issuance:
Project Description &
Scope of Work:
June 10,2024
The City's consultant,Kimley-Horn and Associates,has
completed the construction documents for the 23rd Street
Complete Streets Improvements Project.The plan
incorporates bicycle lanes on 23rd Street between Dade
Boulevard and Park Avenue,on Park Avenue between 23
and 22 Streets,and on 22nd Street from Park Avenue to the
Beachwalk.The Project has been reviewed by several
regulatory agencies,and permit pre-approvals have been
obtained.
The construction project includes buffered bike lanes,two-
way bicycle lanes,reduced travel lane widths,parking
modifications,new traffic signal mast arm and
appurtenances,pedestrian signals,sidewalk curb and gutter
replacement,driveway modification,installation of fiber optic
conduit and pull boxes along Park Avenue and 22nd Street,
raised (tabletop)intersection at 22nd Street and Park
Avenue,intersection bulb-outs,drainage improvements,
pavement milling and resurfacing,signage and pavement
marking throughout the project limits.The contractor must
obtain all permits necessary to perform the work,obtain
FOOT approval of their Traffic Control Plan and coordinate all
FOOT regulatory requirements within their Right-of-Way with
the City's Consultant(s)as necessary during the performance
of the work.
The Contractor is responsible for obtaining and submitting all
the necessary data to the Consultant(s)for the preparation of
the reports required by Miami-Dade County Traffic
Engineering Division,Traffic Signals &Signs Division,and/or
FOOT to obtain final approvals for the project,to close-out all
permits,and to achieve Substantial and Final Completion.
The project site is adjacent to a prominent Cultural Campus
and public buildings comprised of the Miami City Ballet,
Miami Beach Library,the Collins Park Garage and the Bass
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
5
6
7
8
9
Project Site(s):
Estimated Budget:
Procurement Contact:
Cone of Silence:
Due Date &Time for Bid
Submittal:
Museum of Art.Therefore,the contractor must maintain
access to driveways and will be responsible for coordinating
notification to the stakeholders as necessary.
Specifications are further detailed in Appendix G.
•23rd Street between Dade Boulevard and Liberty
Avenue
•Park Avenue between 23 and 22 Streets
•22nd Street from west of Park Avenue to the Beachwalk
$2,483,000
Name:Natalia Delgado
Telephone:305-673-7000 ext.26263
Email:nataliadelaado@miamibeachfl.aov
Bidders are hereby advised that pursuant to Section 2-486 of
the City Code,this solicitation is under the Cone of Silence
law.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.
Reference:Section 0400,Solicitation Terms and Conditions
IMPORTANT DATES
The deadline for the submittal of bids is 3:00 pm on July
15,2024
10
T he due date m ay be m odified
by addendum to the 1TB .It is
im portant that the Bidder
dow nload all addenda.
Pre-Bid Conference:
[]Pre-Bid Conference will
be held.
[]Pre-Bid Conference is
Mandatory.
D A Pre-Bid Conference
will not be held.
Join on your computer or mobile app
Join the meeting now
Or call in (audio only)
+1 786-636-1480 United States,Miami
Phone Conference ID:920 356 080#
Bidders are cautioned that late bids can not be submitted.
Bidders are fully responsible for assuring that bids are
received by the deadline.
Date:June 24,2024
Time:2:00 PM
Location:Microsoft Teams Meeting
Join on your computer or mobile app
Join the meeting now
Or call in (audio only)
+1 786-636-1480 United States,Miami
Phone Conference ID:186 119 687 #
Reference:Section 0100,Sub-section 6,Pre-Bid
Interpretations.
D ocusig n E nvelo pe ID :23 895926-11B 0-4 B 75-849F-887C 369520 3C
11 Site Visit:Date:June 24,_2024
r8J Site Visit will be held.Time:10:00 AM
Location:Intersection of Park Avenue and 23'Street
□Site Visit is Mandatory.Miami Beach,FL 33139
□Site Visit will not be
held.
12 Last Day for Receipt of July 1,2024,by 5:00 pm ET
Questions:
Questions will be allowed up to 10 days before the initial
deadline for submittal of Bids.Questions must be directed to
nataliadelgado@.miamibeachfl.gov,with a copy to the City
Clerk rafaelgranado@miamibeachfl.gov.
Reference:Section 0100,Sub-section 6,Pre-Bid
Interpretations.
PROJECT SPECIFIC INFORMATION &REQUIREMENTS
13 Minimum Requirements:
]Shall apply.
D Shall not apply.
Bids from bidders that do not meet the following Minimum
Requirements shall be deemed non-responsive and shall not
be considered.
1.Licensing Requirements.Bidder shall be State of
Florida Certified General Contractor OR Underground
Utility and Excavation Contractor OR Miami-Dade
County Licensed General Contractor to be considered
for award.
Submittal Requirement:Provide a copy of the license.
2.Previous Experience of Bidder (Firm or its principal).
Bidder or its principal must have been awarded a
minimum of three (3)projects of similar scope and
budget within the last ten (10)years,two (2)of which
must be completed,and the third may be ongoing.A
project of similar scope shall be defined as a Right-of-
Way infrastructure improvement project,which
includes the construction of traffic signalization,
signage and pavement markings,hardscape,and
drainage,with a hard construction cost of at least $2
million.
Submittal Requirement:For each project,submit:1)
Owner Name,2)Contact Name,Telephone &Email,
3)Project Address,4)Narrative on Scope of Services
Provided,5)Hard construction cost amount and
award date.
3.Previous Experience of Bidder or Subcontractor.
Bidder or subcontractor or their principals must have
experience with an FOOT Right-of-Way paving
project of similar scope within the last six (6)years.A
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
project of similar scope shall be defined as a Right-of-
Way infrastructure improvement project,which
includes the construction of traffic signalization,
signage and pavement markings,hardscape,and
drainage.
Submittal Requirement:For each project,submit:1)
Contact Name,Telephone &Email,3)Project
Address,4)Narrative on Scope of Services Provided,
5)Hard construction cost amount and award date.
4.Previous Experience of Bidder (Firm)Project
Manager.Bidder's Lead Project Manager must have
completed at least two (2)projects of similar scope
within the last 10 years.A project of similar scope
shall be defined as a Right-of-Way infrastructure
improvement project,which includes the construction
of traffic signalization,signage and pavement
markings,hardscape and drainage.
Submittal Requirement:For each project,submit:1)
Contact Name,Telephone &Email,3)Project
Address,4)Narrative on Scope of Services Provided,
5)Hard construction cost amount and completion
date.
5.Previous Experience of Bidder (Firm)Superintendent.
Bidder's Superintendent must have completed at
least two (2)projects with similar scope within the last
10 years.A project of similar scope shall be defined
as a Right-of-Way infrastructure improvement project,
which includes the construction of traffic signalization,
signage and pavement markings,hardscape,and
drainage.
Submittal Requirement:For each project,submit:1)
Contact Name,Telephone &Email,3)Project
Address,4)Narrative on Scopc of Scrviccs Provided,
5)Hard Construction cost and completion date.
Reference:Section 0200.
14 Bid Bond Requirements:
]shall apply.
D Shall not apply.
If the requirement applies,a bid bond that is in compliance
with Section 0100 must be submitted.
Reference:Appendix B Bid Bond Form
Section 0100,Sub-section 8,Bid Bond.
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
15
16
17
18
19
20
21
Insurance:
[]Shall apply.
D Shall not apply.
Contract Price:
[]Lump sum pricing shall
apply.
[]Unit pricing.
Alternates:
[]Included.
D Not Included.
Contract Time &Schedule:
Liquidated Damages:
]Shall apply.
D Shall not apply.
Minimum %of Self-Work
Requirement:
]shall apply.
D Shall not apply.
Performance &Payment
Bond Requirements:
]Shall apply.
D Shall not apply.
If the requirement applies,Bidder agrees it shall fully comply
with the insurance requirements in Appendix I.
Compliance with the insurance requirements shall not relieve
the Contractor of its liability and obligation under this section
or under any other section of the agreement.
As indicated,contract pricing shall be based on lump sum or
unit pricing in accordance with Section 0400,Terms and
Conditions of the Contract.The award shall be made in
accordance with Section 0100,Instructions to Bidders
subsection 10,Method of Award.
In determining the lowest bid,the City may consider the total
base bid cost or the cost of the total base bid plus any
selected alternates (as applicable).The consideration of any
bid alternate (if applicable)shall be solely at the City's
discretion.If applicable,bid alternates will be detailed in the
Bid Price Form,Appendix A.Determination of award
(including whether bid alternates will be included in the
award)shall be made in accordance with Section 0100,
Instructions to Bidders subsection 10,Method of Award.
Days for Substantial Completion:274 days
Days for Final Completion:30 days
Total Project Duration:304 days
Project Scheduling Softw are Required:D Bar Chart
[]Computerized CPM using Primavera "P6"softw are
[]Modified CPM
[]Microsoft Project
Reference:Section 0400,Terms and Conditions of the
Contract.
1.Failure to achieve Substantial Completion:$1,500/day
2.Failure to achieve Final Completion:$1,000/day
Reference:Section 0400,Terms and Conditions of the
Contract.
Minimum %of the Work Contractor self-perform with its own
forces:50%
See Section 0400,Terms and Conditions of the Contract.
See Section 0400,Terms and Conditions of the Contract.
1.Formal Solicitations Terms and Conditions for Goods
and Services
AND
General Conditions for Construction Contracts
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
22 Davis-Bacon Wage Rates:If the requirement applies,Bidder agrees it,and its sub-
0 Shall apply.contractors shall pay laborers and mechanics employed
under the contract no less than the prevailing wage rate,and
[Shall not apply.fringe benefit payments to be used in implementation of this
article shall be those last published by the United States
Department of Labor in the Federal Register prior to the date
of issuance of the 1TB.
23 Local Workforce Applicable to contracts in exc ess of $1,500,000.If the
Participation:requirement applies,the Bidder agrees it,and its
subc ontra ctors-shall-make its good faith,reas onable efforts
to prom ote employment opport unities for Miami-Dade County
residents by seeking to achieve a proj ect goal of hav ing thirty
perc ent(30 %)of all construction labor hours perform ed by
Miami-Dade County residents.The contractor shall also
make its best reas onable effort s to prOm Ote employment
opport unities for Miami Beach residents.
Refe r to Section 0100,Sub-sec tion 9,Prevailing Wage Fates
&Local Workfo rce Participati on and City Code Sec.3140.
Loca l workfo rce participation goal s and reporting
requirements for city construction con tracts.
24 Prevailing Wage Rates:Applicable to contracts in exGe ss of $1,500,000.If the
requirement applies,Bidder agrees it,and its subcontra ctors
shall pay laborers and mechanics employed under the
contract no less than the preva iling wage rate,and fringe
benefi t paym ents to be used in implementation of this article
shall be those last published by the Unite d States
Department of Labor in the Federal Reg ister prior to the date
of issuance of the TB ,
Refer to Section 0100,Sub sect ion 9,Prevailing Wage Fate s
&Local Workfo rce Participat ion and City Cod e Sec.3127.
Esta blishment of minimum wages for city constru ction
contracts.
25 Certified Payroll Reporting Pursuant to City Code Section 31-32,the Awarded contractor
Requirement:must submit certified payroll records along with each
]Shall apply.payment application to allow the city to verify the wage rates
paid to construction workers performing work on city projects.
D Shall not apply.All certified payroll records submitted to the City shall,at a
minimum,include the name,address or zip code,labor
classification,hours worked,and hourly base rate paid for
each laborer,mechanic,and apprentice employed by any
contractor or subcontractor on the work covered by the city
construction contract.
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
26
27
28
Required Permits:
]Shall apply.
D Shall not apply.
Trench Safety Act
Requirements
[]shall apply.
D Shall not apply.
Art in Public Places:
]shall apply.
D Shall not apply.
PERMITS:The CONTRA CTOR shall obtain and pay for any
permits that may be required for execution of the work,
including but not limited to:
1.City of Miami Beach Building and Zoning Department
2.City of Miami Beach Urban Forestry Department
3.City of Miami Beach Public Works Department
4.South Florida Water Management District,if required.
5.Miami-Dade Department of Environmental Resources
Management (DERM)
6.Miami-Dade County Traffic Engineering Division
7.Miami-Dade County Department of Transportation &
Public Works
8.Florida Department of Transportation District VI
(FDOT).
Reference:Section 0100,Sub-section 12,Florida Trench
Safety Act.
This Project is subject to the Art in Public Places ("AiPP")
provisions as set forth in Sections 82-561 through 82-612 of
the City of Miami Beach Code,as managed by the City of
Miami Beach Tourism and Culture Department.The Project
and/or Developer,as applicable,shall transmit 2%or as
amended of the Project costs for all development on City land
to Art in Public Places,Tourism,and Culture Department for
the implementation of the AiPP program.The Project and/or
Developer is required to work collaboratively with the Tourism
and Culture Department on the implementation of the AiPP
program,including construction project coordination as
required by the project,pursuant to the requirements of said
program.
29
30
31
Consultant:Kimley-Horn and Associates,Inc.
2 Alhambra Plaza,Suite 500,
Coral Gables,FL 33134
SU BM ITTAL REQUIREMENTS
Submittal Location:Bids will be submitted ELECTRON/CALLY ONLY through
Periscope S2G (formerly known as BidSync)
(www .periscopeholdings.com or www .bidsync.com).
Submittal Format &Bids are to be submitted ELECTRON/CALLY ONLY,contain
Requirements:all information,and organized in accordance with Section
0300,including:
BID SUBMITTAL QUESTIONNAIRE-CONSTRUCTION
Submit the Bid Submittal Questionnaire -
Construction:The questionnaire is an online
fillable form that must be completed and
submitted electronically via Periscope S2G.
D o cusign Envelope ID :23895926-11B 0-4 B75-849F-887C 369520 3C
TAB 1:MINIMUM QUALIFICATIONS
SUBMITTAL REQUIREMENTS
AND
Submit evidence,as specifically requested in
the 1TB Summary,of compliance with each
minimum requirement(s)of this 1TB.Bidders
that do not comply,or for whom the City cannot
verify compliance,shall be deemed non-
responsive,and its bid shall not be considered.
TAB 2:BID PRICE FORM &BID BOND
The following documents shall be submitted by
the deadline for the submittal of bids:
1.Bid Price Form.(Appendix A).
2.Bid Bond Form (see Section 0100,
Sub-section 8).If the requirement
applies,the bid bond is a required
document that shall be submitted on or
before the deadline for bids.
FAILURE TO SUBMIT THE MOST
RECENT COMPLETED:1)BID
PRICE FORM AND 2)BID BOND BY
THE DEADLINE FOR SUBMITTAL
OF BIDS SHALL RESULT IN BID
BEING DEEMED NOT RESPONSIVE
AND NOT BEING FURTHER
CONSIDERED.
3.Schedule of Values (Appendix C).
MUST BE SUBMITTED WITH THE
BID OR WITHIN THREE (3)DAYS OF
REQUEST BY THE CITY.
TAB 3:OTHER BID FORMS
Submit other forms if required in the 1TB
Summary,including but not limited to:
1.Local Workforce Participation
Program Responsible Contractor
Affidavit Form (Appendix D)If 1TB
Summary indicates a Local Workforce
Participation Program is applicable,
then this form must be submitted.
2.Trench Safety Certification Form
(Appendix E)If the 1TB Summary
indicates a Trench Safety Act is
applicable,then this form must be
submitted.
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
TABLE OF CONTENTS
SOLICITATION SECTIONS:
0100 INSTRUCTIONS TO BIDDERS
0200 MINIMUM QUALIFICATIONS
0300 BID SUBMITT AL FORMAT
0400 TERMS &CONDITIONS (Under separate cover)
APPENDICES:
APPENDIX A BID PRICE FORM
APPENDIX B BID BOND FORM
APPENDIX C SCHEDULE OF VALUES
APPENDIX D PREVAILING WAGES AND LOCAL WORKFORCE PARTICIPATION
APPENDIX E TRENCH SAFETY CERTIFICATION FORM
APPENDIX F CONTRACT FORM
APPENDIX G LIST OF PLANS &SPECIFICATIONS
APPENDIX H POST AWARD FORMS
APPENDIX I :INSURA NCE REQUIREMENTS
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
SECTION 0100 -INSTRUCTIONS TO BIDDERS:
1.General.This Invitation to Bid (1TB)is issued by the City of Miami Beach,Florida (the
"City"),as the means for prospective Bidders to submit their qualifications and bid (the "Bid")
to the City for the City's consideration as an option in achieving the required scope of
services and requirements as noted herein.All documents released in connection with this
solicitation,including all appendixes and addenda,whether included herein or released
under separate cover,comprise the solicitation and are complementary to one another and
together establish the complete terms,conditions,and obligations of the Bidders and,
subsequently,the successful Bidder(s)(the "contractor[s]")if this 1TB results in an award.
The City utilizes Periscope S2G (formerly known as BidSync)(www .periscopeholdings.com
or www .bidsync.com)for automatic notification of competitive solicitation opportunities and
document fulfillment,including the issuance of any addendum to this 1TB.Any prospective
Proposer who has received this 1TB by any means other than through Periscope S2G must
register immediately with Periscope S2G to assure it receives any addendum issued to this
1TB.Failure to receive an addendum may result in disqualification of proposal submitted.
2.Background and Scope of Work.The Project is described more fully in the Invitation to Bid
Summary (and/or the exhibits referenced therein).
3.Abbreviations and Symbols.The abbreviations used throughout the Contract Documents
are defined hereinafter in the Technical Specifications.The symbols used in the Plans are
defined therein.
4.Examination of Contract Documents and Site.It is the responsibility of each Bidder,
before submitting a Bid,to:
a.Examine the Contract Documents thoroughly.
b.Visit the site or structure to become familiar with conditions that may affect costs,
progress,perform ance,or furnishing of the Work.
c.Take into account federal,state,and local (City and Miami-Dade County)laws,
regulations,permits,and ordinances that may affect costs,progress,performance,
furnishing of the Work,or award.
d.Study and carefully correlate Bidder's observations with the Contract Documents.
e.Carefully review the Contract Documents and notify City of all conflicts,errors,or
discrepancies in the Contract Documents of which Bidder knows or reasonably
should have known.
The submission of a Bid shall constitute an incontrovertible representation by Bidder that
Bidder has complied with the above requirements and that,without exception,the Bid is
premised upon performing and furnishing the Work required by the Contract Documents and
that the Contract Documents are sufficient in scope and detail to indicate and convey
understanding of all terms and conditions for performance and furnishing of the Work.
5.Location of Work.This Scope of Work shall be completed at the Project Site/Location of
the Work specified in the Invitation to Bid Summary (the "Project Site").
6.Pre-Bid Interpretations.Only those questions answered by the City's Procurement
Department,via written addendum to this 1TB shall be binding as to this 1TB.City's answers
to questions may supersede terms noted in this 1TB,and in such event,such answers shall
D o cusign Envelope ID :23895926-11 B0-4 B75-849F-887C 36952C 3C
govern and control this 1TB.Verbal and other interpretations or clarifications of City
representatives or employees will be without legal effect.All questions about the meaning
or intent of the Contract Documents are to be directed to the City's Procurement Director in
writing.Interpretations or clarifications considered necessary by the City's Procurement
Director in response to such questions will be issued by City by means of addenda mailed
or delivered to all parties recorded by the City's Procurement Director as having received
the Bidding Documents.Written questions should be received no less than ten (10)
calendar days prior to the date of the opening of Bids.There shall be no obligation
on the part of City or the City's Procurement Director to respond to questions
received less than ten (10)calendar days prior to bid opening.
7.Electronic Form of Bid.All bids must be made upon the blank Bid/Tender Form included
herein and must give the price in strict accordance with the instructions thereon.The bid
must be signed and acknowledged by the Bidder in accordance with Section 0300 and
must be received on or before the deadline for the submittal of bids.Late bids will not be
accepted and will not be considered.It is the Bidder's responsibility to account any possible
delay.
8.Bid Bond.If the Invitation to Bid Summary specifies that a bid bond is required,Bidder
shall submit,BY THE DEADLINE FOR SUBMITTAL OF BIDS,a bid bond,in the manner
prescribed herin,in the amount of 5%of the total base bid amount,payable to City of Miami
Beach,Florida,as guarantee of good faith on the part of the Bidder that,if awarded,it will
enter into a contract within 30 days of notification of award.Bid bonds must be issued by a
surety company authorized to conduct business in the State of Florida,and carrying a
rating of B+or better as listed in the A.M.Best or equivalent rating guide.
a.Acceptable Forms of Bid Bonds.Electronic,paper (original or certified hard
copy),or cash/check bid bonds are acceptable in the following forms only:
1.Electronic Bid Bond.Bidder may submit an electronic bid bond,provided by
Surety2000.com (verified by an eleven-digit code generated by the
Surety2000 system)and provided by the Bidder with the bid.The instructions
for obtaining a bid bond through Surety2000 are below.
1.R egister w ith Surety 2000 by visiting www .surety2000.com .If you have previously
registered w ith Surety 2000,you w ill not need to register again.
2.Verify that your Surety Bro ker is registered w ith Surety 2000.If they are not,direct
them to visit www .surety2000.com to register.
3.Pro vide your Surety Bro ker w ith the bond details fo r the proposal you want to bid
on.
4.O nce your Surety Broker has confirm ed the execution of the elect ro nic Bond,log
into www .surety 2000.com to digitally sign the Bond and receive the eleven-d igit
bond num ber.
5.Enter this num ber w here indicated in the bid proposal subm ission.
T he optio n to subm it an electronic bid bond is provided solely fo r the convenience
of the B id der.The B idder is solely responsible for ensuring that the City receives an
electro nic bid in the m anner and by the tim e and date prescribed herein.The City is
not resp o nsible for any issues,technical or otherw ise,relating to the use of the
Su rety 2000 system by a bidder.For questions regarding the Surety 2000 system ,
contact 1-800-660-3 263 or help@ surety 2000.com .
Or
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
2.Electronic Copy Bid Bond.Bidders may submit an electronic copy of the
bid bond through Periscope S2G,which the City must receive on or before
the deadline for the submittal of bids.Failure to submit an electronic copy of
the bid bond through Periscope S2G or bid bonds received after the deadline
for submittal of bids will not be acceptable and shall render the bid submittal
non-responsive.The City may require the original bid bond to be submitted
within three (3)days from request.
3.Paper Bid Bond.Bidder may submit an original or certified hard-copy
(paper)bid bond,which the City must receive on or before the deadline for
submittal of bids.Failure to submit an original or certified hard-copy (paper)
bid bond or bid bonds received after the deadline for submittal of bids will not
be acceptable and shall render the bid submittal non-responsive.The original
or certified hard copy (paper)must be mailed to the address below by the
deadline for the submittal of bids.
Attn:Procurement Department
City of Miami Beach
City Clerk's Office
1700 Convention Center Dr.,1st Floor
Miami Beach,33139-1st Floor
Or
4.Certified or Cashier's Check.Bidder may submit a certified check or
cashier's check issued by any national or state bank (United States)payable
to the City of Miami Beach,Florida.
A SCANNED OR PDF COPY OR A PERSONAL CHECK OR COMPANY
CHECK OF A BIDDER SHALL NOT BE DEEMED A VALID BID BID BOND
AND SHALL NOT BE ACCEPTABLE.FAILURE TO SUBMIT A BID BOND
IN ONE OF THE ACCEPTABLE FORMS STATED ABOVE SHALL
RENDER BID NON-RESPONSIVE.
b.Forfeiture of Bid Bond.The bid bond of the successful Bidder shall be forfeited
to the City of Miami Beach as liquidated damages,not as a penalty,for the cost
and expense incurred should said Bidder fail to execute the Contract,provide the
required Performance Bond,Payment Bond (recorded by Miami Dade County)
and Certificate(s)of Insurance,within ten (10)calendar days after the Bidder's
receipt of the Contract for execution,or failure to comply with any other
requirements set forth herein.Bid bonds of the unsuccessful Bidders will be
returned after the successful Bidder is awarded.
9.Prevailing W age Rates &Local Workforce Participation.See 1TB Bid Summary to
determine if prevailing wages and local workforce participation are a requirement of this
1TB.If required,Chapter 31,Articles II and Ill,of the Code of City of Miami Beach requires
that the rate of wages and fringe benefits,or cash equivalent,for all laborers,mechanics
and apprentices employed by any contractor or subcontractor on the work covered by the
contract,shall not be 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.Additionally,the contractor will make its best reasonable efforts
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
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 make its best
reasonable efforts to promote employment opportunities for Miami Beach residents.Refer
to Appendix D for additional information and submittal requirements of these
programs and the applicable prevailing wage table for the project.
10.M ethod of Aw ard.On the Bid Price Form (Appendix A),the Bidder must state its
Total Base Bid,which includes the cost of the base project scope requirements
(inclusive of all terms,conditions,specifications,plans,and any other requirement)
and the Grand Total Bid,which includes the Total Base Bid plus permit,Traffic
Control Officer,and trench safety indemnification allowances.
The Bid Price Form (Appendix A)may also include Additive Alternates,which add
certain additional scope elements,and Deductive Alternates,which reduce certain
scope elements.The City may consider additive or deductive bid alternates to
achieve the maximum project scope within the available budget.
When bids are below the stated budget,the City may consider including one or
more Additive Alternate,in the order of priority stated,in determining the lowest
responsive,responsible Bidder.When bids are above the stated budget,the City
may consider including one or more Deductive Alternate,in the order of priority
stated,in determining the lowest responsive,responsible Bidder.
The responsive,responsible Bidder submitting the lowest sum of the Grand Total
Bid plus any alternates selected by the City shall be considered the lowest
responsive,responsible Bidder.When the Grand Total Bid plus any alternates
selected is equal to or less than the amount established in section 2-366 of the City
Code for formal bids shall be awarded by the City Manager,or designee,to the
lowest responsive and responsible Bidder meeting all terms,conditions,and
specifications of the 1TB.When the Grand Total Bid plus any alternates selected is
in excess of the amount established in section 2-366 of the City Code for formal
bids shall be awarded by the City Commission to the lowest responsive and
responsible Bidder meeting all terms,conditions,and specifications of the 1TB.
In addition to price,the following factors,pursuant to Section 2-369 of the City
Code,shall be considered:
•The ability,capacity,and skill of the Bidder to perform the Contract.
•Whether the Bidder can perform the Contract within the time specified,
without delay or interference.
•The character,integrity,reputation,judgment,experience,and
efficiency of the Bidder.
•The quality of performance of previous contracts.
•The previous and existing compliance by the Bidder with laws and ordinances
relating to the Contract.
The City Manager shall also have the authority to reject any bids,pursuant to
Section 2-367 of the City Code.
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
The City Commission may consider the City Manager's recommendation(s)and may
approve or reject the City Manager's recommendation(s).The City Commission may
also reject all bids received.
The approval of the City Manager's recommendation by the City Commission shall not
constitute a binding contract between the City and the selected Bidder(s).A binding
contract will exist upon the complete execution and delivery of the City's Contract.
11.Contract Price.The Contract Price consists of the total base bid amount and the
owner's contingency (to be used solely by the City at its sole discretion for the
purpose described in that Contract Documents).The Contract Price,exclusive of
the Owner's Contingency,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.
12.Florida Trench Safety Act.If the work involves trench excavations that will exceed
a depth of 5 feet,the requirements of Florida Statutes,Chapter 553,Part Ill,Trench
Safety Act,will be in effect.The Bidder,by virtue of submitting a bid,certifies that
such Act will be complied with during the execution of the work.Bidder
acknowledges that the total bid price includes all costs for complying with the
Florida Trench Safety Act.The Trench Safety Certification Form can be found in
Appendix E.If 1TB Summary indicates a Trench Safety Act is applicable,then this
form must be submitted.
13.E-Verify.As a contractor,you are obligated to comply with the provisions of Section
448.095,Fla.Stat.,"Employment Eligibility."Therefore,you shall utilize the U.S.
Department of Homeland Security's E-Verify system to verify the employment
eligibility of all new employees hired by the Contractor during the term of the
Contract and shall expressly require any subcontractors performing work or
providing services pursuant to the Contract to likewise utilize the U.S.Department
of Homeland Security's E-Verify system to verify the employment eligibility of all
new employees hired by the subcontractor during the Contract term.
14.How to Manage or Create a Vendor Profile on Vendor Self Service (VSS).In
addition to registering with Periscope S2G,the City encourages vendors to register
with our online Vendor Self-Service web page,allowing City vendors to easily
update contacts,attachments (W-9),and commodity information.The Vendor Self-
Service (VSS)webpage
(https://selfservice.miamibeachfl.gov/vssNendors/default.aspx)will also provide
you with purchase orders and payment information.
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Should you have any questions and/or comments,do not hesitate to submit them to
yendorsupport@miamibeachf].gov.
15.S up plier Diversity.The City has established a registry of LGBT-owned
businesses,as certified by the National LGBT Chamber of Commerce (NGLCC)
and small and disadvantaged businesses,as certified by Miami-Dade County.See
authorizing resolutions here.
If your company is certified as an LGBT-owned business by NGLCC or as a small
or disadvantaged business by Miami-Dade County,click on the link below to be
added to the City's supplier registry (Vendor Self-Service)and bid system
(Periscope S2G,Supplier-to-Government).These are two different systems,and it
is important that you register for both.
Click to see acceptable certification and to register:
https://www .miamibeachfl.gov/city-hall/procurement/how-to-become-a-vendor/.
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
SECTION 0200 -MINIMUM QUALIFICATIONS AND REQUIREMENTS
The Minimum Eligibility Requirements for this solicitation are listed in the 1TB Bid Summary.
Bidders that fail to comply with minimum requirements shall be deemed non-responsive and
shall not have its bid considered.
Rest of page left blank intentionally.
Docusign Envelope ID:23895926-11 B0-4875-849F-887C36952C3C
SECTION 0300-ELECTRONIC BID SUBMITTAL FORMAT
1.ELECTRONIC RESPONSES (ONLY}.Bids must be submitted electronically through
Periscope S2G (formerly BidSync)on or before the date and time indicated.Hard copy
proposals or proposals received through email or facsimile are not acceptable and will
be rejected.
A bidder may submit a modified bid to replace all or any portion of a previously
submitted bid until the deadline for bid submittals.The City will only consider the latest
version of the bid.
Electronic bid submissions may require the uploading of attachments.All documents
should be attached as separate files in accordance with the instructions included in
Section 4 below.Attachments containing embedded documents or proprietary file
extensions are prohibited.It is the Bidder's responsibility to assure that its bid,including
all attachments,is uploaded successfully.
Only bid submittals received and time stamped by Periscope S2G (formerly BidSync)
prior to the bid submittal deadline shall be accepted as timely submitted.Late bids
cannot be submitted and will not be accepted.Bidders are cautioned to allow sufficient
time for the submittal of bids and uploading of attachments.Any technical issues must
be submitted to Periscope S2G (formerly BidSync)by contacting (800)990-9339 (toll-
free)or S2G@periscopeholdings.com.The City cannot assist with technical issues
regarding submittals and will in no way be responsible for delays caused by any
technical or other issue.
It is the sole responsibility of each Bidder to ensure its proposal is successfully
submitted in BidSync prior to the deadline for bid submittals.
2.REQUIRED DOCUMENTS.Failure to submit the following requirements shall result in a
determination of non-responsiveness.Non-responsive bids will not be considered.
a.Bid Submittal Questionnaire (The questionnaire is not a part of the 1TB it is an
online fillable form that must be completed and submitted electronically via
Periscope S2G.)
b.Bid Price Form (Appendix A)
c.Bid Bond (Appendix B)If 1TB Summary indicates a bid bond is required then a
fully executed bid bond must be submitted by the deadline for submittal of bids
d.Schedule of Values (Appendix C)Shall be submitted with bid or within three (3)
days of request from the City.
3.OMITTED INFORMATION.The City reserves the right to request any documentation
omitted,with exception of the required documents set forth in section 2 above,
which must be submitted at time of bid.Bid Submittals received without the Bid Price
Form or Bid Bond (if applicable)or with an incomplete Bid Price Form or Bid Bond (if
applicable)shall be deemed non-responsive.Bidder must submit any other omitted
documentation within three (3)business days upon request from the City,or the bid may
be deemed non-responsive.Non-responsive bid packages will receive no further
consideration.
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
4.ELECTRONIC PROPOSAL FORMAT.In order to maintain comparability,facilitate the
review process,and assist in the review of bid submittals,it is strongly recommended
that bids be organized and tabbed in accordance with the tabs and sections as specified
in the below.The electronic submittal should be tabbed as enumerated below and
contain a table of contents with page references.The electronic proposal shall be
submitted through the "Line Items"attachment tab in Periscope S2G.
TAB 1:MINIMUM QUALIFICATIONS AND SUBMITT AL REQUIREMENTS
Submit evidence,as specifically requested in the 1TB Summary,of
compliance with each minimum requirement(s)of this 1TB.Bidders that do
not comply,or for whom the City cannot verify compliance,shall be
deemed non-responsive,and its bid shall not be considered.
TAB 2:BID PRICE FORM &BID BOND
The following documents shall be submitted with the by the deadline for
submittal of bids:
1.Bid Price Form (Appendix A)
2.Bid Bond Form (see Section 0100,Sub-section 8).If the
requirement applies,the bid bond is a required document that
shall be submitted on or before the deadline for bids.
FAILURE TO SUBMIT THE MOST RECENT COMPLETED:
1)BID PRICE FORM AND 2)BID BOND BY THE
DEADLINE FOR SUBMITTAL OF BIDS SHALL RESULT IN
BID BEING DEEMED NOT RESPONSIVE AND NOT BEING
FURTHER CONSIDERED.
3.Schedule of Values (Appendix C)
MUST BE SUBMITTED WITH THE BID OR WITHIN THREE
(3)DAYS OF REQUEST BY THE CITY.
TAB 3:OTHER BID FORMS
Submit any other form requested on the 1TB Summary,including but not
limited to:
1.Local Workforce Participation Program Responsible
Contractor Affidavit Form (Appendix C)If 1TB Summary
indicates a Local Workforce Participation Program is
applicable,then this form must be submitted.
2.Trench Safety Certification Form (Appendix E)If 1TB
Summary indicates a Trench Safety Act is applicable,then this
form must be submitted.
Rest of page left blank intentionally.
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
0400 -TERMS AND CONDITIONS
The following documents identify terms and conditions that together with the 1TB,inclusive of all
appendixes and addenda,whether included herein or released under separate cover,comprise
the solicitation and the contract,and are complementary to one another and together establish
the complete terms,conditions and obligations of the Bidder and,subsequently,the awarded
contractor.
1.FORMAL SOLICITATIONS TERMS &CONDITIONS -GOODS AND SERVICES.By
virtue of submitting a bid in response to this 1TB,Bidder agrees to be bound by and in
compliance with the Solicitation Terms and Conditions (dated 10.27.2022),incorporated
herein,located at:
https:_//yywy _miamibeachfl._gov/city-hall/procurement/standard-terms-and-conditions/
2.GENERA L CONDITIONS FOR CONSTRUCTION CONTRA CTS.By virtue of submitting
a bid in response to this 1TB,Bidder agrees that all work shall be bound by and in
compliance with the General Conditions for Construction Contracts (dated 4/13/20),
incorporated herein,located at:
https://www _miamibeachfl_gov/city-hall/procurement/standard-terms-and-conditions/
Rest of page left blank intentionally.
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
APPENDIX A
MIAMI BEACH
Bid Price Form
MUST BE SUBMITTED WITH THE BID.FAILURE TO DO SO WILL
RENDER BID NON-RESPONSIVE.
Docusign Envelope ID:23895926-11 B0-4 B75-849F-887C36952C3C
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.
TOTAL BASE BID
TOTAL BASE BID AMOUNT $
1 Indemnification of City $25.00
Traffic Control Officer Allowance $30,000
Permit Allowance $75,000.00
GRAND TOTAL
(TOTAL BASE BID AMOUNT+INDEMNIFICATION OF CITY+TRAFFIC CONTROL OFFICER
ALLOW ANCE +PERMIT ALLOW ANCE)
'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.
Item Description Quantit U /M Total Bid Amount
1
Dewatering (including costs for
obtaining the permit,dewatering,
testing,and disposal)
LS $
DEDUCTIVE ALTERNATES (In order of priority)
Selection of deductive alternates,if any,will be made pursuant to Section 0100,No.10
Method of Award.
NOT APPLICABLE
End of Bid Price Form.
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
APPENDIX B
MIA MI BEACH
BID BOND FORM
Only applicable if checked in the Invitation to Bid Summary
Docusign Envelope ID:23895926-11 B0-4875-849F-887C36952C3C
BID BOND
Page 1 of 2
KNOW ALL MEN BY THESE PRESENTS,that we,as
Principal,hereinafter referred to as Contractor,and 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 $------------1 a wf u I 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.:_
Title:---------------
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:23895926-11 B0-4B75-849F-887C36952C3C
BID BOND
Page 2 of 2
IN WITNESS WHEREOF,the said Principal and the said Surety have duly
executed this bond the
day of 2 O
PRINCIPAL:
(Contractor Name)
Signature
Print Name (Principal)
Title
SURETY :
(Surety Name)
Attorney-in-Fact (Print Name)
Signature
(Power of Attorney must be attached.)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
APPENDIX C
MIAM BEACH
SCHEDULE OF VALUES
MUST BE SUBMITTED WITH THE BID OR WITHIN THREE (3)
DAYS OF REQUEST BY THE CITY.
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
SCHEDULE OF VALUES
Bidders should fully com plete 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.
Item Pay Item Item Description Unit Quantity Unit Extended Cost
N um b er Cost
23RD STREET COM PLETE STREETS IMPROVEMENTS
PROJECT
ROADWAY PAY ITEMS
1 0101 1 MOBILIZATION LS 1 $$
2 0102 1 MAINTENANCE OF TRAFFIC LS 1 $$
3 PAYMENT &PERFORMANCE BOND LS 1 $$
4 0104 10 3 SEDIMENT BARRIER LF 40 $$
5 0104 11 FLOATING TURBIDITY BARRIER LF 200 $$
6 0104 18 INLET PROTECTION SYSTEM EA 30 $$
7 0107 1 LITTER REMOVAL AC 1.19 $$
8 0107 2 MOW ING AC 0.22 $$
9 0108 1 MONITOR EXISTING STRUCTURES-LS 1 $$
INSPECTION AND SETTLEMENT MONITORING
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
10 0108 2 MONITOR EXISTING STRUCTURES-LS 1 $$
VIBRATION MONITORING
11 0110 1 1 CLEARING &GRUBBING AC 0.03 $$
12 0110 2 2 SELECTIVE CLEARING AND GRUBBING,AC 0.002 $$
AREAS WITH TREES TO REMAIN
13 0110 4 10 REMOVAL OF EXISTING CONCRETE SY 2360 $$
14 0120 1 REGULAR EXCAVATION CY 268 $$
15 0162 1 11 PREPARED SOIL LAYER,FINISH SOIL LAYER,SY 100 $$
6"
16 0120 6 EMBANKMENT CY 91 $$
17 0160 4 TYPE B STABILIZATION SY 790 $$
18 0285711 OPTIONAL BASE,BASE GROUP 11 SY 790 $$
19 0327 70 1 MILLING EXIST ASPH PAVT,1"AVG DEPTH SY 5895 $$
20 0327 70 5 MILLING EXIST ASPH PAVT,2"AVG DEPTH SY 1585 $$
21 0327 70 8 MILLING EXIST ASPH PAVT,2.5"AVG DEPTH SY 721 $$
22 0334 1 12 SUPERPAVE ASPHALTIC CONCRETE,TN 55 $$
TRAFFIC B
23 0334 1 13 SUPERPAVE ASPHALTIC CONCRETE,TN 162 $$
TRAFFIC C
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
24 0337 7 80 ASPHALT CONCRETE FRICTION TN 55 $$
COURSE,TRAFFIC B,FC-9.5,PG 76-22
25 0337 7 82 ASPHALT CONCRETE FRICTION TN 507 $$
COURSE,TRAFFIC C,FC-9.5,PG 76-22
26 0350 4 1 REINFORCED CEMENT CONCRETE SY 79 $$
PAVEMENT,6"
27 0350 5 CLEANING AND SEALING JOINTS-CONCRETE LF 264.6 $$
PAVEMENT
28 0458 1 21 BRIDGE DECK EXPANSION JOINT WITH LF 168 $$
BACKER ROD
29 0520 1 10 CONCRETE CURB &GUTTER,TYPE F LF 1491 $$
30 0520 1 11 CONCRETE CURB &GUTTER,VARIABLE LF 122 $$
HEIGHT TYPE F
31 0520 1 12 CONCRETE CURB &GUTTER,TYPE F WITH LF 124 $$
SPECIAL GUTTER PROFILE
32 0520 2 4 CONCRETE CURB,TYPE D LF 48 $$
33 0522 1 CONCRETE SIDEWALK AND DRIVEWAYS,4"SY 679 $$
THICK
34 0522 2 CONCRETE SIDEWALK AND DRIVEWAYS,6"SY 463 $$
THICK
35 0527 2 DETECTABLE WARNINGS SF 350 $$
36 0570 1 2 PERFORMANCE TURF,SOD SY 163 $$
37 0635 211 PULL &SPLICE BOX,F&I,13"x 24"COVER EA 15 $$
SIZE
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
38 0919-DIRECTIONAL INDICATORS SF 168 $$
528100
39 0436 1 1 TRENCH DRAIN,STANDARD LF 5 $$
40 0998-100-1 CALPIPE BOLLARDS EA 14 $$
DRAINAGE PAY ITEMS
41 0425 1201 INLETS,CURB,TYPE 9,<10'EA 5 $$
42 0425 1203 INLETS,CURB,TYPE 9,J BOT,<10'EA 2 $$
43 0425 1351 INLETS,CURB,TYPE P-5,<10'EA 1 $$
44 0425 1451 MANHOLES,J-5,<10'EA 2 $$
45 0425 1452 MANHOLES,J-5,>10'EA 1 $$
46 0425 2 61 MANHOLES,P-8,<10'EA 4 $$
47 0425 2 62 MANHOLES,P-8,>10'EA 1 $$
48 0425 2 63 MANHOLES,P-8,PARTIAL EA 1 $$
49 0425 291 MANHOLES,J-8,<10'EA 4 $$
50 0425 5 MANHOLE,ADJUST EA 31 $$
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
51 0425 6 VALVE BOXES,ADJUST EA 25 $$
52 0430 PIPE CULVERT,OPTIONAL MATERIAL,ROUND,LF 8 $$
175112 12"S/CD
53 0430 PIPE CULVERT,OPTIONAL MATERIAL,ROUND,LF 31 $$
175115 15"S/CD
54 0430 PIPE CULVERT,OPTIONAL MATERIAL,ROUND,LF 219 $$
175118 18"S/CD
55 0430 PIPE CULVERT,OPT MATERIAL,OTHER-LF 53 $$
175215 ELIP/ARCH,15"S/CD
56 0430 PIPE CULVERT,OPT MATERIALOTHER-LF 69 $$
175218 ELIP/ARCH,18"S/CD
57 DOWNSTREAM DEFENDER EA 1 $$
SIGNAGE AND PAVEMENT
MARKING
58 0523 1 3 PATTERNED PAVEMENT,GREEN COLORED SY 1190 $$
PAVEMENT MARKING BIKE LANE
59 0630 211 CONDUIT,FURNISH &INSTALL,DIRECTIONAL LF 1570 $$
BORE (PD)
60 0635 2 12 PULL &SPLICE BOX,F&I,24"x 36"COVER EA 8 $$
SIZE (PD)
61 0635 2 13 PULL &SPLICE BOX,F&I,30"x 60"EA 2 $$
RECTANGULAR OR 36"ROUND COVER SIZE
(PD)
62 0700 1 11 SINGLE POST SIGN,F&I GROUND MOUNT,UP AS 39 $$
TO 12 SF
63 0700 1 12 SINGLE POST SIGN,F&I GROUND MOUNT,12-AS 8 $$
20 SF
Docusign Envelope ID:23895926-11 B0-4875-849F-887C36952C3C
64 0630 1 31 SINGLE POST SIGN,F&I BRIDGE MOUNT,12-LF 1 $$
20 SF
65 0700 1 50 SINGLE POST SIGN,RELOCATE AS 7 $$
66 0700 1 60 SINGLE POST SIGN,REMOVE AS 26 $$
67 0700 151 IN STREET SIGN,FURNISH AND INSTALL -LF 4 $$
FIXED BASE CONNECTION
68 0700 15 6 IN STREET SIGN,RELOCATE FIXED AS 1 $$
MOUNTING
69 0700 3 601 SIGN PANEL REMOVE UP TO 12 SF EA 4 $$
70 0710 90 PAINTED PAVEMENT MARKINGS,FINAL LS 1 $$
SURFACE
71 0711 11124 THERMOPLASTIC,STANDARD,WHITE,SOLID,LF 1174 $$
12"FOR CROSSWALK AND ROUNDABOUT
72 0711 11124 THERMOPLASTIC,STANDARD,WHITE,SOLID,LF 488 $$
18"FOR DIAGONALS AND CHEVRONS
73 0711 11125 THERMOPLASTIC,STANDARD,WHITE,SOLID,LF 257 $$
24"FOR STOP LINE AND CROSSWALK
74 071111130 THERMOPLASTIC,STANDARD,WHITE,EA 13 $$
VERTICAL DEFLECTION MARKING
75 071111140 THERMOPLASTIC,STANDARD,WHITE,EA 27 $$
VERTICAL DEFLECTION ADVANCED WARNING
MARKING
76 071111141 THERMOPLASTIC,STANDARD,WHITE,2-4 GM 0.06 $$
DOTTED GUIDELINE/6-10 GAP EXTENSION,
6"
77 0711 11163 THERMOPLASTIC,STANDARD,WHITE1-1 SY 24 $$
DOTTED "ELEPHANT"MARKING
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
78 0711 11224 THERMOPLASTIC,STANDARD,YELLOW,LF 198 $$
SOLID,18"FOR DIAGONAL OR CHEVRON
79 0711 11241 THERMOPLASTIC,STANDARD,YELLOW,2-4 GM 0.153 $$
DOTTED GUIDELINE/6-10 GAP EXTENSION,
6"
80 711-11-421 THERMOPLASTIC,STANDARD,BLUE,SOLID,6"LF 123 $$
81 0711 14125 THERMOPLASTIC,PREFORMED,WHITE,LF 1214 $$
SOLID,24"FOR CROSSWALK
82 0711 14160 THERMOPLASTIC,PREFORMED,WHITE,EA 26 $$
MESSAGE OR SYMBOL
83 71114170 THERMOPLASTIC,PREFORMED,WHITE,EA 25 $$
ARROW
84 0711 16101 THERMOPLASTIC,STANDARD-OTHER GM +$$
SURFACES,WHITE,SOLID,6"
85 0711 16131 THERMOPLASTIC,OTHER SURFACES,WHITE,GM 0.09 $$
SKIP,6",10-30 SKIP OR 3-9 LANE DROP
86 0711 16201 THERMOPLASTIC,STANDARD-OTHER GM 0.73 $$
SURFACES,YELLOW,SOLID,6"
87 0998-100-2 ZICLA ZEBRA DELINEATEOR EA 90 $$
SIGNALIZATION PAY ITEMS
88 0630 212 CONDUIT,FURNISH &INSTALL,DIRECTIONAL LF 750 $$
BORE
89 0630 215 CONDUIT,FURNISH &INSTALL,BRIDGE LF 65 $$
MOUNT
90 0630 2 65 CONDUIT,REMOVE,BRIDGE MOUNT LF 260 $$
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
91 0632 7 1 SIGNAL CABLE-NEW OR RECONSTRUCTED EA 3 $$
INTERSECTION,FURNISH &INSTALL (PER
INTERSECTION)
92 0632 7 6 SIGNAL CABLE,REMOVE-INTERSECTION EA 3 $$
(PER INTESECTION)
93 0635 211 PULL &SPLICE BOX,F&I,13"x 24"COVER EA 61 $$
SIZE
94 0635 2 12 PULL &SPLICE BOX,F&I,24"x 36"COVER EA 1 $$
SIZE
95 0639 2 1 ELECTRICAL SERVICE WIRE,FURNISH &LF 185 $$
INSTALL
96 0639 3-11 ELECTRICAL SERVICE DISCONNECT,F&I,EA 3 $$
POLE MOUNT
97 0641 2 12 PRESTRESSED CONCRETE POLE,F&I,TYPE EA 4 $$
P-11 SERVICE POLE (Signalization =3,Lighting
=1)
98 0646 1 11 ALUMINUM SIGNALS POLE,PEDESTAL EA 4 $$
99 646-1-60 ALUMINUM SIGNALS POLE REMOVE EA 1 $$
100 0649 21 1 STEEL MAST ARM ASSEMBLY,FURNISH AND EA 1 $$
INSTALL,SINGLE ARM 30'
101 0649 21 3 STEEL MAST ARM ASSEMBLY,FURNISH AND EA 1 $$
INSTALL,SINGLE ARM 40'
102 0649 21 10 STEEL MAST ARM ASSEMBLY,FURNISH AND EA 1 $$
INSTALL,SINGLE ARM 60'
103 0650 1 14 VEHICULAR TRAFFIC SIGNAL,FURNISH &AS 6 $$
INSTALL ALUMINUM,3 SECTION,1 WAY
104 0650 1 16 VEHICULAR TRAFFIC SIGNAL,FURNISH &AS 2 $$
INSTALL ALUMINUM,4 SECTION,1 WAY
Docusign Envelope ID:23895926-11B0-4 B75-849F-887C36952C3C
105 0650 1 60 VEHICULAR TRAFFIC SIGNAL,REMOVE-AS 2 $$
POLES TO REMAIN
106 0653 1 11 PEDESTRIAN SIGNAL,FURNISH &INSTALL AS 5 $$
LED COUNTDOWN,1WAY
107 0653 1 12 PEDESTRIAN SIGNAL,FURNISH &INSTALL AS 1 $$
LED COUNTDOWN,2 WAYS
108 0653 1 60 PEDESTRIAN SIGNAL,REMOVE PED SIGNAL-AS 2 $$
POLE/PEDESTAL TO REMAIN
109 0660-1-600 LOOP DETERCTOR INDUCTIVE,REMOVE-EA 1 $$
CABINETTO REMAIN
110 0660-2-106 LOOP ASSEMBLY,F&I,TYPE F AS 3 $$
111 0660-3-11 VEHICLE DETECTION SYSTEM-MICROWAVE,EA 2 $$
FURNISH &INSTALL CABINET EQUIPMENT
112 0660-3-12 VEHICLE DETECTION SYSTEM-MICROWAVE,EA 9 $$
FURNISH &INSTALL ABOVE GROUND
EQUIPMENT
113 0665 1 11 PEDESTRIAN DETECTOR,REMOVE,FURNISH EA 4 $$
&INSTALL,STANDARD
114 0665 1 60 PEDESTRIAN DETECTOR,REMOVE POLE,EA 3 $$
PED EST AL TO REMAIN
115 0665 1 12 PEDESTRIAN DETECTOR,REMOVE,FURNISH EA 5 $$
&INSTALL,ACCESSIBLE
116 0670 5-140 TRAFFIC CONTROLLER ASSEMBLY,FURNISH AS 1 $$
&INST ALL MODEL 2070
117 0671-2-14 TRAFFIC CONTROLLER WITHOUT CABINET,AS 1 $$
FURNISH AND INSTALL IN EXISTING CABINET
2070
118 0670 5400 TRAFFIC CONTROLLER ASSEMBLY,MODIFY AS 2 $$
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
119 0671-2-60 TRAFFIC CONTROLLER REMOVE -CABINET EA 1 $$
TO REMAIN
120 0700-1-12 SINGLE POST SIGN,F&I GROUND MOUNT,12-EA 1 $$
20 SF
121 0700 -3 -201 SIGN PANEL,FURNISH &INSTALL OVERHEAD EA 5 $$
MOUNT,UP TO 12 SF
122 0700 521 INTERNALLY ILLUMINATED SIGN,FURNISH &AS 3 $$
INSTALL OVERHEAD MOUNT,UP TO 12 SF
123 0700 11 ELECTRONIC DISPLAY SIGN,FURNISH &AS +$$
321 INSTALL,OVERHEAD MOUNT -AC POWERD,
REGULATORY SIGN,UP TO 12 SF
124 0700-141-ENHANCED HIGHWAY SIGN ASSEMBLY.AC EA +$$
112 POWERED,F&I GROUND MOUNT,W/BEACON,
12-20 SF OF STATIC SIGN PANELS
125 0998-100-3 ASBESTOS SURVEY LS +$$
126 0998-100-4 SBESTOS REMEDIATION LS 1 $$
TOT AL BASE BID AMOUNT (Items 1 -126)
End of Bid Price Form.
$
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
APPENDIX D
MIAM BEACH
Prevailing Wage and Local Workforce
Participation Programs
Only applicable if checked in the Invitation to Bid Summary
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
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
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
opportunities for Miami Beach residents.Failure to submit the RCA shall result in the bid
or proposal being disqualified and deemed non-responsive.
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
D ocusign Envelope ID :23895926-11 B0-4B75-849F-887C 36952C 3C
LOCAL WORKFORCE PARTICIPATION PROGRAM
Responsible Contractor Affidavit Form
In accordance w ith Article Ill,Section 31-40 of the M iam i Beach Code,all contractors and subcontractors of any tier performing on a city contract
valued in excess of $1,500,000 fo r (i)the construction,dem olition,alteration and/or repair of city buildings or city public works projects,or (ii)a
contract valued in excess of S1,500,000 w hich provides fo r privately-funded construction,dem olition,alteration and/or repair of buildings or
im pro vem ents locat ed on city -ow ned land,and w hich are subject to Section 31-40 of the Miam i Beach Code shall comply with the requirements
of the Local W orkfo rce 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 worker.
Print Name of Affiant
Name of Firm
Address of Firm
Print Title of Affiant
State
Date
Signature of Affiant
Zip Code
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
APPENDIX E
M IAM I BEACH
Trench Safety
Act Certification
Only applicable if checked in the Invitation to Bid Summary
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
TRENCH SAFETY ACT CERTIFICATION
PAGE 1 OF 1
IF APPLICABLE,THIS FORM MUST BE SUBMITT ED 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:
Description
Unit
of Measure Quantity
Unit
Price Extended Method
Total $_
Name of Bidder
Authorized Signature of Bidder
CONSIDERA TION 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:23895926-11B0-4B875-849F-88703695203C
APPENDIX F
MIAM I BEACH
Contract
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
CONTRACT
THIS CONTRACT ("Contract")is made and entered into as of the_day of
______,2024,by and between the City of Miami Beach,Florida,a municipal
corporation (the "City")and _
______(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:
1TB No.and Title:_
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 by
reference to the General Conditions for Construction Contracts dated -'
are hereby incorporated by reference as if fully set forth herein.Without limiting the
foregoing,the Contract Documents expressly include this Contract,Attachment A (the
City's General Conditions for Construction Contracts),Attachment B (Plans and
Specifications,Invitation to Bid No.and all Addenda thereto),Attachment
C (Sunbiz Entity Detail and Contractor's Response to the 1TB),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 said work,when fully completed,the total maximum sum of [Total Base Bid below
+allowance account items+/-alternates+contingency]dollars (
(the "Contract Price"),consisting of the following accepted items or
schedules of work as taken from the Contractor's Bid Submittal:
Total Base Bid $_
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Total Allowance Account Items $_
Total Alternate Items (if applicable)$_
Total Owner's Contingency $_
Contract Price $_
The Contract Price,exclusive of the Owner's Contingency,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.
Days for Substantial Completion:274 days from Notice to Proceed No.2
Days for Final Completion:30 days from Substantial Completion
Liquidated Damages.
Failure to achieve Substantial Completion:$1,500/day
Failure to achieve Final Completion:$1,000/day
Project Team.
Contractor:
Consultant:
Contract Administrator for the City:
[CONSIDER IF THERE ARE ANY OTHER POSITIONS TO INCLUDE]
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Notices.
A notice or communication,under this Contract by the City or Contractor shall be
sufficiently given or delivered if in writing and dispatched by hand delivery,or by
nationally recognized overnight courier providing receipts,or by registered or certified
mail,postage prepaid,return receipt requested,to such party's address as set forth in
the Contract.Notices personally delivered or sent by overnight courier shall be deemed
given on the date of delivery and notices mailed in accordance with the foregoing shall
be deemed given five (5)days after deposit in the U.S.mails.
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
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:
Office of Capital Improvement Projects
1700 Convention Center Drive,
Miami Beach,FL 33139
Attn:Office of Capital Improvement Projects Director
With copies to:
City Attorney
City of Miami Beach
1700 Convention Center Drive
Miami Beach,Florida 33139
For Contractor:
Attn:
Oocusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
IN WITNESS WHEREOF,the above parties have caused this Contract to be executed
by their appropriate officials as of the date first above written.
ATTEST:
Rafael E.Granado,City Clerk
[seal]
ATTEST:
Name:_
[seal]
CITY OF MIAMI BEACH,FLORIDA
By:_
Rickelle Williams,Interim City Manager
[INSERT CONTRACTOR NAME]
[,-
Name:_
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
APPENDIX G
M AM I BEACH
Plans &Specifications
Upload Separately to Periscope S2G
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
A PPEN DIX H
M IAMI BEACH
Post Aw ard Forms
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
MIAMI BEACH
FORM OF PERFORMANCE BOND
BY THIS BOND,We ,as Principal,
hereinafter called Contractor ,and ,as Surety,are bound
to the City of Miami Beach,Florida,as Obligee,hereinafter called City,in the amount of
_____________Dollars ($for the payment whereof Contractor
and Surety bind themselves,their heirs,executors,administrators,successors and assigns,
jointly and severally.
WHEREAS,Contractor has by written agreement entered into a Contract,Bid/Contract
No.:,awarded the day of ,2O with City
which Contract Documents are by reference incorporated herein and made a part hereof,and
specifically include provision for liquidated damages,and other damages identified,and for the
purposes of this Bond are hereafter referred to as the "Contract";
THE CONDITION OF THIS BOND is that if Contractor:
1.
2.
3.
Performs the Contract between Contractor and City for construction of
______________________,the Contract being made a
part of this Bond by reference,at the times and in the manner prescribed in the Contract;
and
Pays City all losses,liquidated damages,expenses,costs and attorney's fees including
appellate proceedings,that City sustains as a result of default by Contractor under the
Contract;and
Performs the guarantee of all work and materials furnished under the Contract for the
time specified in the Contract;then THIS BOND IS VOID,OTHERWISE IT REMAINS IN
FULL FORCE AND EFFECT.
Whenever Contractor shall be,and declared by City to be,in default under the Contract,
City having performed City obligations thereunder,the Surety may promptly remedy the
default,or shall promptly:
3.1.Complete the Project in accordance with the terms and conditions of the
Contract Documents;or
3.2.Obtain a bid or bids for completing the Project in accordance with the terms and
conditions of the Contract Documents,and upon determination by Surety of the
lowest responsible Bidder,or,if City elects,upon determination by City and
Surety jointly of the lowest responsible Bidder,arrange for a contract between
such Bidder and City.and make available as work progresses (even though
there should be a default or a succession of defaults under the Contract
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
FORM OF PERFORMANCE BOND (Continued)
or Contracts of completion arranged under this paragraph)sufficient funds to
pay the cost of completion less the balance of the Contract Price;but not
exceeding,including other costs and damages for which the Surety may be
liable hereunder,the amount set forth in the first paragraph hereof.The term
"balance of the Contract Price,"as used in this paragraph,shall mean the total
amount payable by City to Contractor under the Contract and any amendments
thereto,less the amount properly paid by City to Contractor.
No right of action shall accrue on this bond to or for the use of any person or corporation
other than City named herein.
The Surety hereby waives notice of and agrees that any changes in or under the
Contract Documents and compliance or noncompliance with any formalities connected
with the Contract or the changes does not affect Surety's obligation under this Bond.
Signed and sealed this day of,2O
WITNESSES:
(Name of Corporation)
Secretary
(CORPORA TE SEAL)
IN THE PRESENCE OF:
By:
(Signature)
(Print Name and Title)
INSURA NCE COMPANY:
By:
Agent and Attorney-in-Fact
Address:
(Street)
(City/State/Zip Code)
Telephone No.:_
Docusign Envelope ID:23895926-11B 0-4875-849F-887C36952C3C
FORM OF PAYMENT BOND
BY THIS BOND,We as Principal,
hereinafter called Contractor ,and ,as Surety,are bound
to the City of Miami Beach,Florida,as Obligee,hereinafter called City,in the amount of
Dollars ($)for the payment whereof
Contractor and Surety bind themselves,their heirs,executors,administrators,successors and
assigns,jointly and severally.
WHEREAS,Contractor has by written agreement entered into a Contract,Bid/Contract
No.:a warded the day of,2O ,with City
which Contract Documents are by reference incorporated herein and made a part hereof,and
specifically include provision for liquidated damages,and other damages identified,and for the
purposes of this Bond are hereafter referred to as the "Contract";
THE CONDITION OF THIS BOND is that if Contractor:
1.Pays City all losses,liquidated damages,expenses,costs and attorney's fees including
appellate proceedings,that City sustains because of default by Contractor under the
Contract;and
2.Promptly makes payments to all claimants as defined by Florida Statute 255.05(1)for all
labor,materials and supplies used directly or indirectly by Contractor in the performance
of the Contract;
THEN CONTRA CTOR'S OBLIGATION SHALL BE VOID;OTHERWISE,IT SHALL
REMAIN IN FULL FORCE AND EFFECT SUBJECT,HOWEVER,TO THE
FOLLOWING CONDITIONS:
2.1.A claimant,except a laborer,who is not in privity with Contractor and who has
not received payment for its labor,materials,or supplies shall,within forty-five
(45)days after beginning to furnish labor,materials,or supplies for the
prosecution of the work,furnish to Contractor a notice that he intends to look
to the bond for protection.
2.2.A claimant who is not in privity with Contractor and who has not received
payment for its labor,materials,or supplies shall,within ninety (90)days after
performance of the labor or after complete delivery of the materials or supplies,
deliver to Contractor and to the Surety,written notice of the performance of the
labor or delivery of the materials or supplies and of the nonpayment.
2.3.No action for the labor,materials,or supplies may be instituted against
Contractor or the Surety unless the notices stated under the preceding
conditions (2.1)and (2.2)have been given.
2.4.Any action under this Bond must be instituted in accordance with the Notice and
Time Limitations provisions prescribed in Section 255.05(2),Florida Statutes.
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
The Surety hereby waives notice of and agrees that any changes in or under the
Contract Documents and compliance or noncompliance with any formalities connected
with the Contract or the changes does not affect the Surety's obligation under this Bond.
Signed and sealed this day of 2 O
Contractor
ATTEST:
(Name of Corporation)
(Secretary)
(Corporate Seal)
IN THE PRESENCE OF:
By:
(Signature)
(Print Name and Title)
day of 2 0
INSURANCE COMPANY:
By:
Agent and Attorney-in-Fact
Address:
(Street)
(City/State/Zip Code)
Telephone No.:_
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
CERTIFICATE AS TO CORPORATE PRINCIPAL
I,,certify that I am the Secretary of
the corporation named as Principal in the foregoing Performance and Payment Bond
(Performance Bond and Payment Bond);that ,who signed the
Bond(s)on behalf of the Principal,was then of said corporation;that I know
his/her signature;and his/her signature thereto is genuine;and that said Bond(s)was (were)
duly signed,sealed and attested to on behalf of said corporation by authority of its governing
body.
(SEAL)
Secretary (on behalf of)
Corporation
STATE OF FLORIDA ))ss
COUNTY OF MIAMI-DADE )
Before me,a Notary Public duly commissioned,qualified and acting personally,
appeared to me well known,who being by me
first duly sworn upon oath says that he/she has been authorized to execute the foregoing
Performance and Payment Bond (Performance Bond and Payment Bond)on behalf of
Contractor named therein in favor of City.
Subscribed and Sworn to before me this day Of
20 .
My commission expires:
Notary Public,State of Florida at Large
Bonded by _
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
PERFORMANCE AND PAYMENT BOND FORM
UNCONDITIONAL LETTER OF CREDIT:
Date of Issue ---------
Issuing Bank's No._
Beneficiary:
City of Miami Beach
1700 Convention Center Drive
Miami Beach,Florida 33139
Applicant:
Amount:
in United States Funds
Expiry:
(Date)
Bid/Contract Number ------
We hereby authorize you to draw on _
(Bank,Issuer name)
at by order
(branch address)
of and for the account of _
(contractor,applicant,customer)
up to an aggregate amount,in United States Funds,of available by your
drafts at sight,accompanied by:
1.A signed statement from the City Manager or his authorized designee,that the drawing
is due to default in performance of certain obligations on the part _
(contractor,applicant,customer)agreed upon by and between the City of Miami Beach,
Florida and (contractor),pursuant to the
(applicant,customer)Bid/Contract No.for (name of project)
and Section 255.05,Florida Statutes.
Drafts must be drawn and negotiated not later than _
(expiration date)
Drafts must bear the clause:"Drawn under Letter of Credit No._
(Number),Of (Bank name)dated
This Letter of Credit shall be renewed for successive periods of one (1)year each unless we
provide the City of Miami Beach with written notice of our intent to terminate the credit herein
extended,which notice must be provided at least thirty (30)days prior to the expiration date of
the original term hereof or any renewed one (1)year term.Notification to the City that this
Letter of Credit will expire prior to performance of the contractor's obligations will be deemed a
default.
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
This Letter of Credit sets forth in full the terms of our undertaking,and such undertaking shall
not in any way be modified,or amplified by reference to any documents,instrument,or
agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit
relates,and any such reference shall not be deemed to incorporate herein by reference any
document,instrument,or agreement.
We hereby agree with the drawers,endorsers,and bona fide holders of all drafts drawn under
and in compliance with the terms of this credit that such drafts will be duly honored upon
presentation to the drawee.
Obligations under this Letter of Credit shall be released one (1)year after the Final Completion
of the Project by the _
(contractor,applicant,customer)
This Credit is subject to the "Uniform Customs and Practice for Documentary Credits,"
International Chamber of Commerce (1993 revision),Publication No.500 and to the provisions
of Florida law.If a conflict between the Uniform Customs and Practice for Documentary Credits
and Florida law should arise,Florida law shall prevail.If a conflict between the law of another
state or country and Florida law should arise,Florida law shall prevail.
Authorized Signature
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
CERTIFICATE OF SUBSTANTIAL COMPLETION:
PROJECT:
(name,address)
TO (City):
Consultant:
BID/CONTRA CT NUMBER:
Contractor :
CONTRA CT FOR:
NOTICE TO PROCEED DATE:
DATE OF ISSUANCE:
PROJECT OR DESIGNATED PORTION SHALL INCLUDE:
The Work performed under this Contract has been reviewed and found to be substantially
complete and all documents required to be submitted by Contractor under the Contract
Documents have been received and accepted.The Date of Substantial Completion of the
Project or portion thereof designated above is hereby established as which is also the date of
commencement of applicable warranties required by the Contract Documents,except as stated
below.
DEFINITI ON OF DATE OF SUBSTANTIAL COMPLETION
The Date of Substantial Completion of the Work or portion thereof
designated by City is the date certified by Consultant when all
conditions and requirements of permits and regulatory agencies
have been satisfied and the Work,is sufficiently complete in
accordance with the Contract Documents,so the Project is
available for beneficial occupancy by City.A Certificate of
Occupancy must be issued for Substantial Completion to be
achieved,however,the issuance of a Certificate of Occupancy or
the date thereof are not to be determinative of the achievement or
date of Substantial Completion.
A list of items to be completed or corrected,prepared by Consultant and approved by City,is
attached hereto.The failure to include any items on such list does not alter the responsibility of
Contractor to complete all work in accordance with the Contract Documents.The date of
commencement of warranties for items on the attached list will be the date of final payment
unless otherwise agreed in writing.
In accordance with Section 6 of the General Conditions,Contractor will complete or correct the
work on the list of items attached hereto within from the above Date
of Substantial Completion.
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Consultant BY DATE
City,through the Contract Administrator,accepts the Work or portion thereof designated by City
as substantially complete and will assume full possession thereof at _
(time)on (date).
City of Miami Beach,Florida _
By Contract Administrator Date
The responsibilities of City and Contractor for security,maintenance,heat,utilities,damage to
the work and insurance shall be as follows:
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
FINAL CERTIFICATE OF PAYMENT:
PROJECT:
(name,address)
TO (City):
DATE OF ISSUANCE:
Consultant:
BID/CONTRACT NUMBER:
Contractor:
CONTRA CT FOR:
NOTICE TO PROCEED DATE:
All conditions or requirements of any permits or regulatory agencies have been satisfied.The
documents required by Section 6 of the General Conditions,and the final bill of materials,if
required,have been received and accepted.The Work required by the Contract Documents
has been reviewed and the undersigned certifies that the Work,including minor corrective work,
has been completed in accordance with the provision of the Contract Documents and is
accepted under the terms and conditions thereof.
Consultant BY DATE
City,through the Contract Administrator,accepts the work as fully complete and will assume full
DOSSeSS[on [hereof a£
(time)
(date)
City of Miami Beach,Florida ------------By Contract Administrator Date
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
FORM OF FINAL RECEIPT:
[The following form will be used to show receipt of final payment for this Contract.]
FINAL RECEIPT FOR CONTRACT NO.-------------
Received this day of,2O ,from City of
Miami Beach,Florida,the sum of Dollars
(as full and final payment to Contractor for all work and materials for the
Project described as:
This sum includes full and final payment for all extra work and material and all incidentals.
Contractor hereby indemnifies and releases City from all liens and claims whatsoever
arising out of the Contract and Project.
Contractor hereby certifies that all persons doing work upon or furnishing materials or
supplies for the Project have been paid in full.In lieu of this certification regarding payment for
work,materials and supplies,Contractor may submit a consent of surety to final payment in a
form satisfactory to City.
Contractor further certifies that all taxes imposed by Chapter 212,Florida Statutes
(Sales and Use Tax Act),as amended,have been paid and discharged.
[If incorporated sign below.]
Contractor
ATTEST:
(Name of Corporation)
(Secretary)
(Corporate Seal)
incorporated sign below.]
WITNESSES:
By:
By:
(Signature)
(Print Name and Title)
d ay of,20 [lf not
Contractor
(Name of Firm)
(Signature)
(Print Name and Title)
day of,20 :
Docusign Envelope ID:23895926-11B0-4 B75-849F-887C36952C3C
APPENDIX I
M IAMI BEACH
INSURANCE REQUIREMENTS
Docusign Envelope 10:23895926-11 B0-4B75-849F-887C36952C3C
If the requirement applies,Bidder agrees it shall fully comply with the following insurance
requirements:
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.Installation Floater Insurance against damage or destruction of the materials or
equipment in transit to,or stored on or off the Project Site,which is to be used
(installed into a building or structure)in the Project.(City of Miami Beach shall
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.)
E.Umbrella Liability Insurance in an amount no less than $5,000,000 per
occurrence.The umbrella coverage must be as broad as the primary General
Liability coverage.
F.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.
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.
•The City of Miami Beach,Florida
Notice of Cancellation -Each insurance policy required above shall provide that coverage
shall not be cancelled,except with not less than 30 days prior written notice to the City of Miami
Beach c/o EXIGIS Insurance Compliance Services.
Waiver of Subrogation -The 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.
D ocusign Envelope ID :23895926-11B 0-4 B75-849F-887C 369520 3C
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 -The 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
c/o Exigis Insurance Compliant Services
P.O.Box 947
Murrieta,CA 92564
Kindly submit all certificates of insurance,endorsements,and 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.
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
ATTACHMENT C
SUNBIZ &PROPOSAL RESPONSE TO 1TB
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
93iberg DI;IO of
C ORP9P AT IO
an oificiul itt of Florulu wemit
DIVISION OF CORPORATIONS
D epartm ent of State I j yision of Cor porations I Search Records I Search by_EEL/EIN Num ber I
Detail by FEI/EIN Number
Florida Limited Liability Company
FG CONSTRUCTION,LLC
Filing Information
Document Number
FEI/EIN Number
Date Filed
Effective Date
State
Status
Last Event
Event Date Filed
Event Effective Date
Principal Address
2701 NW 55th Ct
Tamarac,FL 33309
Changed:04/25/2017
Mailing Address
2701 NW 55th Ct
Tamarac,FL 33309
L11000056734
30-0684928
05/13/2011
05/10/2011
FL
ACTIVE
LC AMENDMENT
11/07/2019
NONE
Changed:04/25/2017
Registered Agent Name &Address
DANG,BAO
2701 NW 55 CT
TAMARAC,FL 33309
Name Changed:11/07/2019
Address Changed:11/07/2019
Authorized Person(s)Detail
Name &Address
Title MGR
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
DANG,BAO
2701 NW 55 CT
TAMARAC,FL 33309
Annual Reports
Report Year
2022
2023
2024
Filed Date
04/02/2022
02/03/2023
01/25/2024
Document Images
01/25/2024 --ANNUAL REPORT
02/03/2023 --ANNUAL REPORT
04/02/2022 --ANNUAL REPORT
04/28/2021 --ANNUAL REPORT
06/11/2020 --ANNUAL REPORT
11/97/2019_--LC Amendment
04/27/2019 --ANNUAL REPORT
12/13/2018 --LC Amendment
04/16/2018 --ANNUAL REPORT
04/25/2017 --ANNUAL REPORT
03/28/2016 --ANNUAL REPORT
02/04/2015--ANNUAL REPORT
04/15/2014 --ANNUAL REPORT
03/04/2013 --ANNUAL REPORT
04/28/2012 --ANNUAL REPORT
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF formal
View image in PDF format
View image in PDF format
View image in PDF formal
View image in PDF formal
View image in PDF format
View image in PDF format
95/13/2911 --Florida Limited Liability ------------~
f Sta
View image in PDF format
Docusign Envelope ID:23895926-11B0-475-849F-887C36952C3C
BID SUBMITTAL QUESTIONNAIRE -CONSTRUCTION
SECTION 1-BID CERTIFICATION
This certification/questionnaire is REQUIRED and must be fully completed and submitted electronically.
Solicitation No:
BID NUMBER
Solicitation Title:
PROJECT TITLE
BIDDER'S NAME:FG Construction,LLC
NO.OF YEARS IN BUSINESS:13+Years [NO.OF YEARS IN BUSINESS LOCALLY:13+Years [NO.OF EMPLOYEES:82
OTHER NAME(S)BIDDER HAS OPERATED UNDER IN THE LAST 1O YEARS NIA
BIDDER PRIMARY ADDRESS (HEADQUARTERS)2701 NW 55 CT
CITY Tamarac
STATE.FL I ZIP CODE:33309
TELEPHONE NO.:954.766-4053
TOLL FREE NO.:NIA
FAX NO.:866-791-3135
BIDDER LOCAL ADDRESS:2701 NW 55 CT
CIT Tamarac
STATE:FL ]zP COE 33309
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT;:Bao Dang
ACCOUNT REP TELEPHONE NO.:954-766-4053
ACCOUNT REP TOLL FREE NO:NIA
ACCOUNT REP EMAIL:estimating@tgconstruction.com
FEDERAL TAX IDENTIFICATION NO.:30-0684928
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:
Bao Dang
Title of Bidder 's Authorized
Representative:
Manager
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
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
BD Addendum 1 Addendum 6 Addendum 11
BD Addendum 2 Addendum 7 Addendum 12
Addendum 3 Addendum 8 Addendum 13
Addendum 4 Addendum 9 Addendum 14
Addendum 5 Addendum 10 Addendum 15
lf 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.
Owner Ownership percentage Directorship/Office type
Bao Dang 100¾Manager
2.Provide at least three (3)references of work similar in size and nature as the work referenced in solicitation.
Project No.
Project Title
BID NUMBER
PROJECTTITLE
Reference No.1
Firm Name:Seminole Tribe of Florida
Contact Individual Name and Title:Emran Rahaman,Project Manager II
Address:6300 Stirling Rd,Hollywood,FL 33304
Telephone:954-894-1060 ext 10923
Contact's Email:emranrahaman@semtribe.com
Narrative on Scope of Services Provided:
Sidewalk Repair and Installation,Pavement Markings,Speed Hump
Installation,Desilting Pipe,Clearing &Grubbing,Sediment Barrier,
Milling &Paving,Sodding,Signage
D ocusign Envelope ID :23895926-11 B0-4 B75-849F-887C 36952C 3C
Reference No.2
Firm N am e:Broward County Highway &Bridge Maintenance
C ontact Individual N am e and Title:Angela Byers,Administrative Office
Address:1600 NW 30th Ave,Pompano Beach,FL 33069
Telephone:954-357-4967
C ontact's Em ail:abyers@broward.org
N arrative on Scope of Serv ices Pro vided:
Roadway Milling,Resurfacing,Pavement Marking,Miscellaneous pavement repair
activities,drainage repair work,traffic control and signalization,landscaping,signing
and pavement marking,guardrail,structures and bridge repair,maintenance of traffic
and miscellaneous maintenance activities.
Reference No.3
Firm N am e:City of Fort Lauderdale
C ontact Individual N am e and Title:Jean Examond,Project Manager II
Address:100 N Andrews Ave,Fort Lauderdale,FL 33301
Telephone:954-828-4507
C ontact's Em ail:jexamond@fortlauderdale.gov
Narrative on Scope of Serv ices Pro vided:
Installation of concrete sidewalk,various curbs,brick pavers,lime rock
base of various depths,type S-3 Asphaltic concrete,thermoplastic
pavement marking,ADA concrete ramps,removal of asphalt,and tree
roots.
Additional Reference
Firm N am e:Town of Davie
C ontact Individual N am e and Title:Jonathan Vogt,Town Engineer
Address:8800 SW 36 ST,Davie,FL 33328
Telephone:954-797-1137
C ontact's Em ail:jonathan-vogt@davie.fl.gov
Narrative on Scope of Serv ices Pro vided:
Sidewalk,Drainage,Lighting,Signalization,Paving,Signage,Striping.
Docusign Envelope ID:23895926-11 B0-4875-849F-887C36952C3C
3.Has the applicant company's construction license(s)been revoked during the last five (5)years?
(J s J o
If yes,why?
4.Have any owners,directors,officers,or agents of thel applicalt company had a Ii cense revoked during the last five (5)years?[I]vs @ No
If yes,why?
5.Is the applicant company curri"tly bard by a governmental agency,from bidding work as a prime or subcontractor?vs [Eg]vo
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?(J s (EJ o
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 arbitratej during the last five (5)years?[II vs No
If yes,why?
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
8.Is an affiliate of the applicant lcompan~prequalified ly the Cir of Miami Beach to bid on construction work?O 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?
(CJ es (7 vo
If the answer is "ves."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?
(]vs LIo
If the answer is "yes,"provide the following information for each individual and the affiliated company.
Period of Type of affiliation (e.g.
Individual s name Affiliated company s name affiliation officer.director,owner or
employee)
Bao Dang 2701 NW 55 CT LLC 2 Years Manager
Bao Dang 250 Royal CT LLC 2 Years Manager
Bao Dang OF Online Investments LLC 2Years Manager
Bao Dang 440 Sam Cooper Way LLC 3 Years Manager
11.Is the applicant company cu1ently thi debtor in a ba1kruptc~case or file for bankruptcy during the last five (5)years?
O YES NO
If yes,explain and attach,as applicable,the relevant case and court documents,including (but not limited to):the original petition,including
the case number and the date that the petition was filed;a copy of the bankruptcy court's discharge order,and any other document
that ended the case,if no discharge order was issued.
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?
tJes (Jo
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?
LIJo (J o
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?
trNe (J o
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?
(a]vs (IJ o
If yes,explain.
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
CACE 19-019616 FG Construction,LLC vs.Colony Insurance Company (Filed:09/22/2019)
Claim or Cause of Action:Declaratory Judgement
Claim for relief per Florida Statue under GL Policy issued by defendant.
Disposition of Case:Voluntarily Dismissed
CACE 19-15466 Noelle E Flores Smith vs FG Construction,LLC (Filed:07/24/2019)
CACE 19-001807 Murdale Flores vs FG Construction,LLC (Filed:01/25/2019)
Claim or Cause of Action:Negligence
Plaintiff alleges that she drove over a manhole which blasted open causing her vehicle to be lifted in the air,flattening the tires of her
automobile,and thereby causing her to lose control of the vehicle.
Disposition of Case:Settled
CACE 20-019653 Marie T Laurent vs FG Construction,LLC,et al (Filed:11/19/2020)
Claim or Cause of Action:Negligence
Plaintiff alleges that an employee of FG Construction negligently operated or maintained a motor vehicle that came into contact with
her motor vehicle.
Disposition of Case:Settled
CACE 22-015385 Kenneth Payton Sr vs.DP Development LLC,et al (Filed:10/11/2022)
Claim or Cause of Action:Negligence
Plaintiff alleges that standing water within construction site caused Plaintiff to lose control of his vehicle striking a light pole causing
death.
Disposition of Case:Pending
CACE 23000630CAAXMX Gillian Heise vs Maccerne Desire and Allstate Ins.(Filed:06/26/2023)
Claim or Cause of Action:Negligence
Plaintiff alleges that Mr.Desire,an FG Construction employee negligently operated or maintained a motor vehicle that collided with
plaintiff.'s bicycle causing her to lose control and fall.
Disposition of Case:Pending
Docusign Envelope ID:23895926-11 B0-4 B75-849F-887C36952C3C
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?ls I v6
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?
LIJe (J o
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?
LTe
If yes,state name,title and share of ownership
[]vo
Name Title 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 otherw ise 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?
LLJ o
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
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).
Js Jo
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.
B.
Does the applicant provide or offer access to any benefits to eTployees rh spouses or to spouses of employees?[]vs vo
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?
(]s
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 pro
directly to the spouse or domestic partner,such as medical insurance.
BENEFIT Firm Provides for Employees Firm Provides for Employees Firm does not Provide
with Spouses with Domestic Partners Benefit
Health X X
Sick Leave X X
Family Medical Leave X X
Bereavement Leave X X
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?
If yes,explain.
LIle (J o
Docusign Envelope ID:23895926-11 B0-4875-849F-887C36952C3C
23.Financial Capacity.At tim e of re ques t by th e City,bidder shall request that Dun &Bra dstreet submit its Supplier Qualifier Report dire ctly to
the City,with big or within thre e (3)_days of re quest._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:l/supplierportal.dnb.com/webapp/wcs/stores/serylet/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 of31 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:
Bao Dang
Title of Bidder 's Authorized
Representative:
Manager
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.ER S 180.995),or its affiliates (defined at 2 C.FR.$180.905)are excluded (defined at 2 C.FR.$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 CFR.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 lier covered transactions."
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
By virtue of submitting bid,bidder certifies or affirms its compliance with the Suspension and Debarment Certification.
Name of Bidder's Authorized Representative:
Bao Dang
Title of Bidder 's Authorized
Representative:
Manager
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 i"y public rctor agency?g v s [E]o
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?LIs [Jo
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?()(]»
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/fl/miami beach/codes/code of ordinances ?nodeld=SPAGEOR CH2AD ART/IISTC,O DIV4PR S2.486CQS]
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.gQY.
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://yyy.miamibeachfl_gov/city-hall/procurement/procurement-related-ordinance-and-procedures/
Bidder will submit firm's Code of Business Ethics within three (3)days of requr by the Tty?[]v s g o
Bidder adopts the City of Miami Beach Code of Business Ethics?
[]v s ti1
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_fymiami beach/codes/code of ordinances7nodeld=SPAGEOR CH2AD ART[IISTCQ Ly3LQ)
•Campaign Contribution Requirements sections 2-487 and 2-488 of City Code
(https://library municode_com/fl/miami beach/codes'code of ordinances7nodeld=SPAGEOR CH2AD ART[IISTCO 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/fi/miami_beach/codes/code of ordinances7nodeld=SPAGEOR CH2AD ART/IPR_DIV3C,0PR S2-375NS€COREA
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:23895926-11 B0-4B75-849F-887C36952C3C
https:/library.municode _comy/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH62HJRE _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 ca use of the agreement,in addition to any damages that may be available at law and in equity.
34 .PUBLI C ENTITY CRIM ES
Please refer to Section 287.133(2)a),Florida Statutes,available at:
https://wyyyflsenate,gov/Lays/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.Vetera n Business Enterprises Preference
Pursuant to City of Miami Beach Ordinance No.2011-3748,https_//library.municode com/fl/miami 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 1TB,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?
I)s [EJo
Is the bidder a service-disabled veteran business enterprise certified by the United States Federal Government?
(Te (7
CONTINUED ON THE FOLLOWING PAGE.
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
36.Sub-Contractors Providing Services to this Project:
Subcontractor Work to be completed %of Work to be performed
Name:P &J Stripina Inc
Tel:305-364-5671 Pavement Marking and Signage 9%
Email:jackie@pjstriping.com
Name:Unlimited Electric Group Inc
Tel:305-606-7711 Electrical 21%
Email:estimating@unlimitedelectricfl.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:
D ocusign Envelope ID :23895926-11B 0-4 B8 75-849F-887C 369520 3C »(Mr +B h·y Ol 1a m t ea C
A P PENDIX A
MIAM I BEACH
Bid Price Form
MUST BE SUBMITTED WITH THE BID.FAILURE TO DO SO WILL
RENDER BID NON-RESPONSIVE.
6/10 /2024 3:52 PM
Bid 2024-4 19-ND
p.40
D ocusign Envelope ID :23895926-11B 0-4 B75-849F-887C 36952C 3C 3fM r ·B ·h·y Ol 1amt ieac
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 TOT AL 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.
TOTAL BASE BID
Bid 2024-4 19-ND
TOTAL BASE BID AMOUNT $3,087,931.88
1 Indemnification of City $25.00
Traffic Control Officer Allowance $30,000
Permit Allowance $75,000.00
GRAND TOTAL
(T O T A L B A SE B ID A M O U NT +IN D EM N IFIC A TIO N O F CIT Y +TR AFFIC CO NTRO L OFFICER
A LLOW AN C E +PE RM IT A LLO W ANCE
'See Section 0100,Sub-section 12.
$3,192,956.88
ADDITIVE ALTERNATES (In order of priority)
Selection of additive alternates,if any,will be made pursuant to Section 0100,No.10
Method of Award.
Item Description Quantit U /M Total Bid Amount
1
Dewatering (including costs for
obtaining the permit,dewatering,
testing,and disposal)
LS $200,000.00
DEDUCTIVE ALTERNATES (In order of priority)
Selection of deductive alternates,if any,will be made pursuant to Section 0100,No.10
Method of Award.
NOT APPLICABLE
End of Bid Price Form.
6/10 /2024 3:52 PM p.41
D o cusign Envelope ID :23895926-11B 0-4 B75-849F -887C 36952C 3C 3{Mi ·B e ·#y Ol 1a m t e a C
APPENDIX B
M IAMI BEACH
BID BOND FORM
Only applicable if checked in the Invitation to Bid Summary
6/10 /2024 3:52 PM
Bid 2024-4 19 -ND
p.42
Docusign Envelope ID:23895926-11 B0-4875-849F-887C36952C3C
BID BOND
Page 1 of 2
KNOW ALL MEN BY THESE PRESENTS,that we,FG Construction,LLC as
Principal,hereinafter referred to as Contractor,and United States 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 $Five Percent or 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.:2024-419-ND
Title;23rd Street Complete Streets improvements Project
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:23895926-11 B0-4B75-849F-887C36952C3C..
BID BOND
Page 2 of 2
IN WITNESS WHEREOF,the said Principal and the said Surety have duly
executed this bond the
2 6 en day of J u ly ,202 4
PRINCIPAL:
Signature
1.D--
Print Name (Principal)•Title
SURETY:
U n ite d S ta te s F ire In s u ra n c e Co mpany
(Surety Name)
J a m e s N .C o n g e li o
Att om -in-F act (Print~,..:_-:_---~
f Attorney must be attached.)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
l.,-------------------------~
POWER OF ATTORNEY
UNITED STATES FIRE INSURANCE COMPANY
PRINCIPAL OFFICE -MORRISTOWN,NEW JERSEY
06732
KNOW ALL MEN BY THESE PRESENTS:That United States Fire Insurance Company,a corporation duly organized and existing under the laws of the
state of Delaware,has made,constituted and appointed,and does hereby makc,constitute and appoint:
James N.Congelio,James C.Congelio
each,its true and lawful Attorney(s)-ln-Fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and
deliver:Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require,and to bind United States
Fire Insurance Company thereby as folly and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the
regularly elected officers of United States Fire Insurance Company at its principal office,in amounts or penalties:Unlimited
This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein,and they have no authority to
bind United States Fire Insurance Company except in the manner and to the extent therein stated.
This Power of Attorney is granted pursuant to Article IV of the By-Laws of United States Fire Insurance Company as now in full force and effect,
and consistent with Article Ill thereot;which Articles provide,in pertinent part:
Article IV,Execution of Instruments -Except as the Board of Directors may authorize by resolution,the Chairman of the Board,President,any
Vice-President,any Assistant Vice President,the Secretary,or any Assistant Secretary shall have power on behalf of the Corporation:
(a)to execute,affix the corporate seal manually or by facsimile to,acknowledge,verify and deliver any contracts,obligations,instruments and
documents whatsoever in connection with its business including,without limiting the foregoing,any bonds,guarantees,undertakings,
recognizances,powers of attorney or revocations of any powers of attorney.stipulations,policies of insurance.deeds,leases,mortgages,
releases,satisfactions and agency agreements;
(b)to appoint,in writing,one or more persons for any or all of the purposes mentioned in thc preceding paragraph (a),including affixing the
seal of the Corporation.
Article III,Officers,Section 3.11,Facsimile Signatures.The signature of any officer authorized by the Corporation to sign any bonds,
guarantees,undertakings,recognizances,stipulations,powers of attorney or revocations of any powers of attorney and policies of insurance
issued by the Corporation may be printed,facsimile,lithographed or otherwise produced.In addition,if and as authorized by the Board of
Directors,dividend warrants or checks,or other numerous instruments similar to one another in form,may be signed by the facsimile signature
or signatures,lithographed or otherwise produced,of such officer or officers of the Corporation as from time to time may be authorized to sign
such instruments on behalf of the Corporation.The Corporation may continue to use for the purposes herein stated the facsimile signature of
any person_or persons who shall have been such officer or officers of the Corporation,notwithstanding the fact that he may have ceased to be
such at the time when such instruments shall be issued.
IN WITNESS WHEREOF,Unfed States Fire Insurance Company has causcd these presents to be signed and attested by its appropriate officer and
its edp£at Sen±teunto affixed this 14th day of May,2024.
'):..·:·.,,"..UNITED STATES FIRE INSURANCE COMPANY
[a4>+e-
-~.~'=.::•...:-..-/::;~·Matthew~resident
State of New Jersey[.'Coant/uf-Moris}<"Seo;ti,AOnthisT4tkday of May,2024,before me,a Notary public of the State of New Jersey,came the above named officer of United States Fire
Insurance Company,to me personally known to be the individual and officer described herein,and acknowledged that he executed the foregoing
instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office.
MELISSA H.D'ALESSIO
NOTARY PULUC OF WENW EREYCammi'an $6012833MyCoailEpes/71225
Melissa H.D'Alessio (Notary Public)
I,the undersigned officer of United States Fire Insurance Company,a Delaware corporation,do hereby certify that the original Power of Attorney of which
the foregoing is a full,true and correct copy is still in force and effect and has not been revoked...
IN WITNESSHEREOF,I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on the 26th day
of Juiy •.26.24
'_"·.',o-UNITED STATES FIRE INSURANCE COMPANY4$$±.id-##%#a
I I~li_l.~•,•:-:I \'
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Ron DeSantis,Governor
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
•G "ffin,Secretary d ~b)i rMelarne5.n u ~
CONSTRUCTIONINDUSTRYLICENSING BOARD
1.A i M E 8
THE GENERAL CONTRACTORHERPINS RTEIED UNDER THE
Rovsio5 9F"PTs8.ORAS4Tues
...
(cTpn1P>!HU.
01...l'J"'I!"i::
s NV5ikxc"u«'dig"«-<if•.-e
.le
e,
EXPIRATION DATE:AUGUST 31,2024
Always verify licenses online at MyFloridalicense.com
egg%EgER%8$Do not alter this document in any form.
This is your license.It is unlawful for anyone other than the licensee to use this document.
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
(
BUSINESS NAME:
LO CATION:
CLA SSIFICATION:
BUS REV RCPT #:
CONTROL No:
CITY OF TAMARAC
Business Revenue Receipt
FISCAL YEAR 2023 -2024
FG CONSTRUCTION,LC
2701 NW 55 CT
CONTRACTOR -CORPORATION OR OFFICE
24 00013052
8219
ISSUE DATE:9/29/23
EXP DATE:9/30/24
TOTAL AMOUNT PAID:184.00
1 BUSINESS REVENUE RECEIPT MUSTIBECONSPICUOUSLYDISPLAYED\
J
FG CONSTRUCTION,LLC
BAO DANG,MGM MBR
2701 NW 55TH COURT
FORT LAUDERDALE FL 33309
D ocusign Envelope ID :23895926-11 B0-4 B75-849F-887C 36952C 3C
BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT
115S.Andrews Ave.,Rm.A-100,Ft.Lauderdale,FL 33301-1895 -954-357-4829
VALID OCTOBER 1,2023 THROUGH SEPTEMBER 30,2024
Business Name:FG CONSTRUCTION LLC
Owner Name:BAO DUY DANG /QUALIFIE R
Business Location:2701 NW 55 CT
FT LAUDERDALE
Business Phone:954-304-1059
R •t #·18 0-2 5 7 0 3 3ecep"G NERA L CONTRA CTOR (CERT
Business Type:GENERA L CONTRA CTOR)
Business Opened:o 5 /1 o /2 012
State/County/Cert/Reg:CGC1511391
Exemption Code:
R o o m s Seats Em ployees
2
M achines Professionals
For Vending Business O nly
N u m ber of M achines:Vending Type:
I T ax Am ount T ransfe r Fee NS F Fee I Penalty I Prior Years I Collection Cost Total Paid I
I 27 .0 0 0.0 0 o.oo I o.oo I o.oo I 0.00 27.oo I
Receipt Fee
Packing/Processing/Canning Employees
27 .0 0
0.0 0
THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS
THIS BECO MES A TAX RECEIPT
W HEN VALI DATED
This tax is levied for the privilege of doing business within Broward County and is
non-regulatory in nature.You must meet all County and/or Municipality planning
and zoning requirements.This Business Tax Receipt must be transferred when
the business is sold,business name has changed or you have moved the
business location.This receipt does not indicate that the business is legal or that
it is in compliance with State or local laws and regulations.
M ailing Address:
FG CONSTRUCTION LLC Receipt #WWW --22-00275824
2701 NW 55 CT Paid09/14/2023 27.00
FT LAUDERDALE,FL 33309
2023 -2024
BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT
115S.Andrews Ave.,Rm.A-100,Ft.Lauderdale,FL 33301-1895-954-357-4829
VALID OCTOBER 1,2023 THROUGH SEPTEMBER 30,2024
Business Name:FG CONSTRUCTION LLC
Owner Name:BAO DUY DANG /QUALIF IER
Business Location:2701 NW 55 CT
FT LAUDERDALE
Business Phone:954-304-1059
Receipt#:180-257033
Business Type:GENERA L CONTRA CTOR (CERT
GENERA L CONTRA CTOR)
Business Opened:o 5 /1 o /2 o 12
State/County/Cert/Reg:CGC 15113 91
Exemption Code:
R o o m s Seats Em ployees
2
M achines Professionals
Sign ature For Vending Business Only
N u m ber of M achines:Vendina Type:
I T ax Am ount T ra nsfer Fee I N S F Fee I Penalty I Prior Years I Collection Cost Total Paid I
I 27 .0 0 0.0 0 ]0.0 0 ]0.0 0 ]0.00[0.00 27.00]
Receipt #WWW -22-00275824
Paid 09/14/2023 27.00
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
BUILDING FOR THE FUTURE
2701 NW 55 C ourt,
Tam arac,Florida 33309
0:954.766.4053 ◊F:866-791-3135
Bao Dang,PE,CGC
809 Edgebro ok Lane,W est Palm Beach,FL.33411 [954-856-4925
Professional Synopsis
M r.Dang has over 22 years of public and private sector experience in heavy civil design,perm itting,
co nstru ction,and co nstru ction m anagem ent.He specializes in ro ad co nstru ction pro jects and holds both
Pro fessional Engineer and General Contractor licenses.
Highlights (22+years)
•Roadw ay co nstru ction experience since 2009 (14 years)
•11 years of ro ad design and co nstru ction m anagem ent experience
•Florida PE LI C.#58587
•Florida CG C LI C.#CG C1511391
Education
•1997 B.S.Civi l Engineering -University of Florida,Gainesvill e,Fl 32601
Relevant Experience
•11 +years of FO O T and Bro w ard County experience as a Pro fessional Engineer and Engineer Intern
designing ro ads including geom etric design,drainage,lighting,signalization,signing &pavem ent
m arki ng.
•14+years of constru ction experience w orking on road pro jects including drainage,bridge,grading,
paving,co ncrete,A DA,sodding fencing.
Construction Project History
Golden Heights Asphalt Improvements,Fort Lauderdale,2023,_$500K
Pro ject involves m aintenance and asphalt restoration in the Golden Heights com m unity located in the City of
Fort Lauderdale.Im pro vem ent w ork includes m ill ing and resur facing,concrete and sidewalk restoration,
and new pavem ent m arkings at cro ssw alks and intersections.
Page 1
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Guardrail,Fence &Accessories F&I,Broward County,2023,$946K
Project involves repairing and new guardrail installation throughout Broward County.Work types include
asphalt and concrete pavement,grading,sodding,handrail and guardrail installation,crash cushion
installation,fencing,pipe rail repairs,bridge and end anchorage assembly.
NW 15W Street vicinity of1-95,Broward County,2022,$103K
Project involves new construction on NW 150 St within the vicinity of I-95 overpass located in Pompano
Beach.Work includes new sidewalk,swale,and guardrail installation,curb and gutter,ADA ramps,approach
terminal parallel assembly,asphalt pavement,and sodding.
Commercial Blvd.between Sawgrass Expwy.and Nob Hill Rd.,Broward County,2022,$733K
Project involves general roadway resurfacing on Commercial Blvd.between the Sawgrass Expressway and
Nob Hill Road in the City of Tamarac.Repair work includes milling and resurfacing,additional striping for
bike lanes within the project limits.
Coral Ridge Dr.over C-14 Canal [Bridge No.864098)Rehabilitation,Broward County,2022,_$4.6_M
Project involves repairs made on bridge (No.864098)located on Coral Ridge Dr.over Stranahan River (C-14
Canal)in Coral Springs.Repair work includes structural repairs,underdeck dowel installation,concrete
barrier wall replacements,rip rap repairs,deck waterproofing,roadway work,milling and resurfacing,
expansion joint replacement with polymer nosing,neoprene strip installation,methacrylate application,
slope protection undermining repairs,pile spall repairs,sealed concrete cracks,bullet railing ends
replacement,and concrete railing end replacement,handrail and guardrail replacement,installed steel
rebars to minimize movement with beams.Covered beams with epoxy,grabbed beams with Carbon Fiber
Reinforced Polymer (CFRP)laminate,applied UV coat to protect material from UV rays after CFRP.Sidewalk
repairs,ADA ramps replacement,thermoplastic and traffic paint.
0Oakland Park Blvd..Hiatus Rd.to_NW 120w Way,Broward County,2022,$1.3M
Project involves general roadway resurfacing on W.Oakland Park Blvd.betw een Hiatus Rd.and NW 120th
Way in the City of Sunrise.Repair work includes milling and resurfacing,striping,and roadway signs
installation,concrete work as curb replacements.
W.Oakland Park Blvd.Bridge [No.868301 Over C-42 Canal,Broward County,2021$3.5M
Project involves repairs made on the West Oakland Park bridge (No.868301)located in Fort Lauderdale.
Repair work includes structural repairs,underdeck dowel installation,rip rap repairs,deck waterproofing,
roadway work,milling and resurfacing,expansion joint replacement with polymer nosing,neoprene strip
installation,methacrylate application,slope protection undermining repairs,pile spall repairs,sealed
concrete cracks,bullet railing ends replacement,and concrete railing end replacement,handrail and
guardrail replacement,installed steel re bars to minimize movement with beams.Covered beams with epoxy,
grabbed beams with Carbon Fiber Reinforced Polymer (CFRP)laminate,applied UV coat to protect material
from UV rays after CFRP.Underwater repairs,installation of U-bars to reduce movement of the beams,traffic
paint and thermoplastic.
Andrews Avenue Bridge Repairs,Broward County,2021$1.4M
Project involves repairs made on the Andrews Avenue bridge located in Fort Lauderdale.Repair work
includes painting the entire bridge with Class V paint.Repair concrete bridge deck,spall repairs,milling and
resurfacing,traffic paint and thermoplastic.
Page 2
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
NW274Avenue Phase II Pipe Lining,Broward County,2020,_$1.5M
Pro ject involves drainage repairs m ade on NW 27h Ave.betw een Bro w ard Bl vd.and NW 15h Ct.located in
Fort Lauderdale.Repair w ork includes exposing buried drainage stru ctures and stru ctural repairs,m anhole
installation,pavem ent restoration,pipe lining,m odify ing ro ad plate,and seawall repairs.
NW 31·Ave.Bridge [NO.860200]Repair,Broward County,2020,$2.1M
Pro ject involves repairs m ade on a bridge (No.860200)over C-13 Canal located in Fo rt Lauderdale.Repair
w ork incl udes m ill ing and resurfa ci ng,rip rap repairs,fence replacem ent,expansion joint replacem ent with
polym er nosing,underdeck dow el installation,pile spall repairs,sealed concrete cracks,pavem ent m arkings,
rem oval of existing bridge joint,and deck w aterpro ofing.
Andrews Ave -Cypress Creek Rd to Race Track Rd,Broward County,2020,_$738K
Pro ject involves analyzing and repairing of the entire drainage system .W ork ty pes include Drainage and
Dredging.
Andrews Ave from Cypress Creek to RaceT rack Road,Broward County,2020,$602K
Pro ject involves drainage and ADA im pro vem ents .W ork typ es include Drainage,Paving,Grading,Sodding,
Guardrail,and Concrete Sidew alk/Curb/ADA Ram ps/Drivew ay.
Colbert Elementary,Hollywood,2020,$528K
Pro ject involves pedestrian im provem ents in the neighborhoods aro und Colbert Elem entary School.W ork
typ es incl ude Grading and Concrete Sidew alk/Curb/ADA Ram ps/Drivew ays.
Cypress Creek Rd from NW 31st to Powerline Rd,Broward County,2019,_$527K
Pro ject involves analyzing and repairing the entire drainage system .W ork ty pes include Drainage.
Hollywood Reservation Fencing,Seminole Tribe of Florida,2019,$262K
Pro ject involves rem oving and installing a new w ood fence in the Hollyw ood Reservation behind houses
adjacent to Florida Turn pike.W ork ty pes include Grading and Fencing.
Sheridan St Bridge Repair,Broward County,2019,$717K
Pro ject involves repairing the Sheridan St Bridge.Repair w ork includes pavem ent m arking,R&R
interm ediate bridges,joint rehab,post tension repair,fiber w rap,UV pro tection co ating,pile spall repairs,
and sealed co ncrete cracks .
Coconut Creek Street Improvements,Coconut Creek,2019,$679K
Pro ject involves pedestrian im pro vem ents in the W inston Park co m m unity .W ork ty pes include Concrete
Sidew alk/Curb/A DA Ram ps /Drivew ays.
McNab Rd Bridge over SR 7,Broward County,2019,_$4.7 Million
Pro ject involves repairing and painting the McNab Rd bridge over SR-7.Repair work includes stru ctural
repairs,underdeck dow el installation,co ncrete barrier w all replacem ents,rip rap repairs,deck
w aterpro ofing,ro adw ay w ork,m ill ing and resurfa cing,expansion joint replacem ent w ith polym er nosing,
neoprene strip installation,m ethacry late application,slope pro tection underm ining repairs,pile spall
repairs,sealed co ncrete cracks,bullet raili ng ends replacem ent,and co ncrete railing end replacem ent,
handrail and guardrail replacem ent,installed steel rehars to m inim ize m ovem ent wi th beam s Covered
beam s w ith epoxy,grabbed beam s wi th Carbon Fiber Reinfo rced Polym er (CFRP)lam inate,applied UV co at
to pro tect m aterial from UV rays after CFRP.
Page 3
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
McNab Rd West of SR 7,Broward County,2019,_$965K
Project involves widening of McNab Rd and installing concrete barrier walls.Work types include Drainage,
Paving,Grading,Sodding,Concrete Median Barrier Wall,Guardrail,and Striping.
Peters Rd -Pine Island Rd to University Dr,Broward County,2019,$885K
Project involves minor widening,drainage,and ADA improvements.Work types include Grading,Fencing,
Drainage,Paving,Concrete Sidewalk/Curb/ADA Ramps/Driveway,Striping,and Sodding.
McNab Rd-Pine Island Rd to SR 7,Broward County,2019,_$811K
Project involves analyzing and repairing of the entire drainage system.Work types include Drainage and
Dredging.
Coral Ridge Dr -Atlantic to McNab,Broward County,2018,_$731K
Project involves minor widening,drainage,and ADA improvements.Work types include Drainage,Fencing,
Paving,Grading,Sodding,Striping,Signing,and Concrete Sidewalk/Curb/ADA Ramps/Driveways.
NW 7th Ave from Sistrunk to Sunrise,Broward County,2018,$630K
Project involves drainage repair and ADA improvements.Work typ es include Drainage,Grading,Striping,
and Concrete Sidewalk/Curb/ADA Ramps/Driveways.
Andrews Ave from Oakland Park to Prospect,Broward County,2018,$587K
Project involves drainage and ADA improvements.Work types include Drainage,Paving,Grading,Striping,
and Concrete Sidewalk/Curb/ADA Ramps/Driveways.
Coral Springs Dr from Sample to Wiles,Broward County,2017,$597K
Project involves drainage and ADA improvements.Work types include Drainage,Fencing,Paving,Grading,
Sodding,Striping,Signing,and Concrete Sidewalk/Curb/ADA Ramps/Driveways.
Hiatus Greenway,Broward County,2014,$2.8 Million
Project involves clearing and installing 8'-12'wide shared-use path along Hiatus Rd/C-42 canal.Work typ es
include Drainage,Paving,Grading,Sodding,Landscaping,Concrete Sidewalk/Curb/ADA Ramps/Driveway,
Guardrail,Signing,and Striping.
Guardrail &Accessories,Broward County,2012,$927K
Project involves repairing and new guardrail installation throughout Broward County.Work types include
Paving,Grading,Sodding,and Guardrail.
Design Project History
Hiatus Road (Sunrise Blvd to south of Oakland Park Blvd)
Prepared Roadway plans,lighting plans and signing and marking plans.Performed utility relocation
coordination.Manage consultant in the design of the bridge and signal.Prepared materials for and held 3
public information meetings.This project was designed using FOOT and Broward County standards and is
the construction of a new 4-lane divided roadway with a complete drainage system,lighting system,signal,
bridge,landscape &irrigation system.
Page 4
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Blount Road [Copans Road to Sample Road)
Prepared ro adw ay plans,lighting plans and signing and m arking plans.Designed drainage system .
Perfo rm ed utili ty relocation co ordination.M anaged Contractor in the constru ction of portions of this project.
Perfo rm post-design servi ces,as necessary.This pro ject w as designed using FOOT and Bro w ard County
standards and involves new co nstru ction w ith a co m plete drainage system and lighting system .
Copans Road [Fla.Turnpike to Powerline Road)
Prepared Roadw ay,Signing and M arking,M aintenance of Traffi c,Li ghting,and Signalization plans.Prepared
bid docu m ents.Served as the resident Engineer and Pro ject M anager during th e co nstru ction of this pro ject.
This pro ject w as prepared using FO OT and Bro w ard County standards and involves w idening of an existing
4-lane divided ro adw ay to a 6-lane divi ded ro adw ay.
State Road 84 Shared-Use Path (West of Davie Road to 1-95)
Prepared geom etric plans and co ordinated utili ty relocations.Pro vided post-design co nsultation.
Coordinate w ith adjacent businesses during design and constru ction.Presented the pro ject to Marina M ile
A ssoci ation.Acquired th e assistance of Con tech in th e design of geogrid slope.Applied fo r SFW M D standard
perm it and acquired FO OT co nstru ction perm it.This pro ject involves m inor w idening and resurfacing and
installation of a shared-use path.This pro ject w as designed using FOOT standards.
SW 68th Avenue (Bailey Rd to McNab Rd)
Prepared geom etric plans,perfo rm ed drainage design,and coordinated all water &sew er
relocation/co nstru cti on.Resolved constru ctabili ty issues and design changes dur ing constru ction.Acquired
DP EP drainage perm it and assisted wi th the tree relocation perm it.This pro ject involves ro adw ay
resur fa ci ng,sidew alk installation,and installation of a drainage system -all w ithin FOOT and Bro w ard
County standards.
NW 22nd Street (NW 21st St.to 1-95)
Prepared geom etric plans and signing and pavem ent m arking plans.Coordinated all utility relocations.
A cquired DPEP drainage perm it.Pro vided post-design co nsultation.This pro ject involves ro adw ay
reconstru ction and drainage design.There w as no existing drainage system .This pro ject w as designed using
FO O T and Bro w ard County Standards.
Hagen Ranch Road (Atlantic Ave.To Boynton Beach Blvd.)
Designed the signing and m arking plans and used GEOPAK to generate quantities.Assisted w ith the
geom etric design and perfo rm ed drainage design under supervi sion.Generated co m plete quantities
incl uding earthw ork and drainage.Generated drainage stru ctu re sheets and utili zed GEO PAK to plot existing
utili ties and the pro posed drainage.Used NETW ORX to size drainage pipes.Assisted in resolving utility
confli cts by analyzing the surv ey data and pro ducing altern atives.This pro ject w as designed using FOOT and
Palm Beach County sta ndards and involved upgrading Hagen Ranch Road from a 2-lane to a 5-lane ro adw ay.
Hiatus Road (Broward Blvd.to Sunrise Blvd.)
Designed the signing and m arking plans.A ssisted w ith the geom etric design and drainage design.W ro te
criteria fil es to generate cro ss-sections.Generated com plete quantities utilizing GEO PA K and arranging the
item s into a com putation book.This pro ject w as designed using FOOT and Bro w ard County standards and
involved m odify ing an existing 2-lane ro ad into a 4-lane divided ro ad.
Central Blvd
Designed the drainage system and signing and m arki ng plans along Indian Creek Parkw ay.Assisted w ith the
geom etric design.Perfo rm ed calculati ons fo r pavem ent w arping to m atch the existing Indian Creek Parkw ay.
Generated cro ss-sections fo r Indian Creek Parkw ay.This pro ject w as designed using Palm Beach County
standards and involved extending Central Bl vd fr om Clint M oore Road to Indian Creek Parkw ay.A traffi c
ci rcl e w as added at the intersection of Central Bl vd.and Indian Creek Parkw ay.
Page 5
Docusign Envelope ID:23895926-11 B0-4875-849F-887C36952C3C
Perimeter Road (Fort Lauderdale International Airport)
Designed the signing and m arking plans.Assisted w ith the geom etric design and pro ject layout.The pro ject
involved connecting a section of W est Perim eter R oad w ith the existing Perim eter Road,shift ing a m ajor
intersection,and drainage design.
Forest Hill Blvd
Assisted w ith the geom etric and signing and m arking plans.Generated drainage stru ctur e sheets and assisted
in the resolution of co nfl ic ts w ith existing utili ties.T his pro ject w as designed using FD O T and Palm Beach
County standards and involved changing a 4-lane divided ro ad to a 6-lane divided road with the addition of
entrances to the W elli ngton M all.
Tampa International Plaza Mall
Designed the three entrance ro ads that co nnect the ring ro ad to an FD O T ro adw ay.Coordinated with all the
utili ty co m panies to resolve potential confli cts .Perfo rm ed drainage design.A ssisted w ith the perm itt ing
involved in this pro ject.This pro ject w as designed using FD O T standards.
S.R.838 (University Dr.to NW 56th Ave.)
Designed the traffi c co ntro l,signing and m arking,signalization,and lighting plans.Used traffi c data and
Signal 94 to generate the tim ing fo r all traffi c signals.Perfo rm ed lane cl osure analysis fo r the East and W est
sections of S.R.838 .Perfo rm ed analysis of the existi ng lighti ng system on S.R.838 and fo rm ulated an
appro priate upgrade fo r the areas that w ere not up to standards.A ssisted w ith the public aw areness,
geom etric design,and landscaping plans.Designed the parking lot of an adjacent shopping plaza utili zing the
City of Plantation standards.This pro ject,w hich w as designed using FD O T standards,involved m ill ing and
resurfa ci ng,m edian cl osures,sidew alk co nstru ction,m ast arm signali zation upgrade,and bringing the
lighting system up to standards.T his pro ject required signifi cant co ordination w ith existing businesses fo r
Li cense Agreem ents.
S.R.810 (NW /SW 12th Ave.)
Designed the signing and m arking and signalization plans fo r this intersection im pro vem ent pro ject.Used
traffi c data and Signal 94 to generate the signal tim ing.Assisted w ith the geom etric ,drainage,and
landscaping plans.Perfo rm ed calc ulations to ensure that the pro posed drainage system could integrate w ith
the existing one.The pro ject (FD O T standards)involved adding a left turn lane to the existing single left turn
on w estbound S.R.810 ,and adding a right turn lane and changing a single left to a dual left turn fo r both
appro aches on 12th A ve.
S.R.810 (Culvert Replacement at Harbor Dr.)
Designed the signing and m arking and traffi c contro l plans (TCP).The TCP incl uded a detour that allow ed
S.R.810 to be co m pletely cl osed to rem ove the existing cu lvert and replace it.T his pro ject w as designed using
FD O T sta ndards.
S.R.842 (S.R.7 to NW /SW 7th Ave.)
Designed the traffi c contro l plan.Revi sed the signing and m arki ng,ro adw ay design,drainage,and
signalization plans.U sed Atlas to perfo rm strain pole calc ulations to ensure that the poles are stro ng enough
to handle an intern ally ill um inated sign co nnected onto it.Perfo rm ed the signal w arrant and delay study at
NW /SW 9th A ve.T his pro ject,w hic h w as designed using FD O T standards,involved co nstru ction of brick
paver sidew alk and cro ssw alks,pro vided landscape and irrigation,incl uded overbuil d to correct cro ss slopes,
replaced all existing P-9 and P-10 inlet tops w ith P-5 and P-6 inlet tops,and pro vided a new lighting system
fo r the ro adw ay and a new pedestrian lighting system .Also,a public aw areness cam paign w as conducted.
Page 6
Docusign Envelope ID:23895926-11B0-4B75-849F-887C36952C3C
Lyons Road (Clint Moore Rd.To Linton Blvd.)
Designed the signing and marking plans and assisted with the roadway design.This project is done to Palm
Beach County standards.The project is a new construction of a 2-lane road with the intent of expanding to
a 4-lane road in the future.
Page 7
Docusign Envelope ID:23895926-11 B0-4875-849F-887C36952C3C
BUILDING FOR THE FUTURE
2701 N W 550 Court,
Tam arac,Florida 33309
0:954 .766.4 053 0 F:866-791-313 5
Jose E.Garcia-Silverio
Operations M anager
Professional Synopsis
M r.Garci a-Silverio m anages and oversees daily operations to ensure effi ci ent operations and safety in every
departm ent.Pro viding direction,leadership,support,focus and guidance for our team.Company designated
Safety Offi cer -m anages preventative care,safety and compliance training programs.Monitor compliance
w ith OSH A standards,incl uding health and safety statues and regulati ons,by updating the current safety
pro tocols.M onitor all w ork perfo rm ed in acco rdance w ith appro ved plans,intern al poli ci es and pro cedures,
and contract docu m ents.
Highlights
•Roadw ay constru ction experience
•Constru ction of building m aterial experience
•M anagem ent experience
Education/Certification
•05/2007 -1 2/2008 M asters of Sci ence in Finance -Florida International University,Miami,Fl 33199
•02/2002 -05/2005 B.S.of Com puter Science -Park University ,Parkvill e,M O 64 152
•Departm ent of T ransportation Concrete Batch Plant Operator Certifi ed
•A m erican Concrete In stitute -A CI D Concrete Field Technici an -Grade I
•Defensive Driving Cour se
•Florida Interm ediate W ork Zone Safety Speci alist
Relevant Experience
•FO O T and Bro w ard County Constru ction experience w orking on ro ad pro jects incl uding bridge,
grading,paving,co ncrete,A D A,sodding,fenci ng.
Construction Project History
Roosevelt Gardens Sidewalk Improvements,Broward County,_2023,_$2.3M
Pro ject involves drainage,sidew alk,and sw ale im pro vem ents located at 2773 NW 120 Court in Fort
Lauderdale.Im pro vem ents incl ude restoration of sidew alks and drivew ays.Installation of A D A w arn ing pad
ram ps and restoration of sw ale areas.
Coconut Creek Pkwyover FL Turnpike,Broward County,2023,$164K
Pro ject involves repairs of chain link fenci ng and fe nci ng posts on Coconut Creek Pkwy over the Fl orida
T urn p ike in Coconut Creek.R epairs incl udes cl eaning and seali ng co ncrete cracks on sidew alks,drill ing holes
Page 1
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
for pressure grouting for pipes,pour joints with backer rod,removal/disposal,and installation of chain link
of fencing.
Deerfield Island Nature Center,Broward County,2023,$728K
Project involves pathway rebuilding to meet ADA requirements at 172 0 Deerfield Island Park located in
Deerfield Beach.Work includes clearing and grubbing,embankm ent,French drain aggregate with ballast
rock,Type B stabilization,and geotextile filter fabric.
Washington Road Roadway,West Palm Beach,2023,$368K
Project involves sidewalk and curb improvements at Washington Road in West Palm Beach.Work includes
clearing and grubbing,removal of existing concrete (curb,driveway,sidewalk),replacement of concrete curb
&gutter,sidewalks,driveway,ADA detectable warnings.
NW17a Street Multiple Bridge Maintenance and Repairs [No.868000 &868037],Plantation,2022,
$150K
Project involves maintenance and repairs on two bridges located in the City of Plantation.Bridge No.868000
is located at NW 170 St.approximately 200'south of Pine Island Rd.and Bridge No.868037 is located at SW
16h St.between SW 54th and SW 55h Ave.Repair work includes structural repairs,concrete barrier wall
replacements,rip rap repairs,slope protection undermining repairs,sealed concrete cracks,concrete railing
end replacement,handrail and guardrail installation,ADA ramps,sidewalks,and sodding.
NW 274Ave.over Canal C-12 (Bridge No.864078]Repairs,Broward County,2022,$2.2 Million
Project involves maintenance and repairs on Bridge No.864078 over Canal C-12 (NW 27th Ave.from Sunrise
Blvd.to Broward Blvd.).Repair work includes structural repairs,underdeck dowel installation,deck
waterproofing,roadway work,milling and resurfacing,thermoplastic and traffic paint,expansion joint
replacement with polymer nosing,neoprene strip installation,methacrylate application,slope protection
undermining repairs,pile spall repairs,sealed concrete cracks,bullet railing ends replacement,installed steel
rebars to minimize movement with beams.Covered beams with epoxy,grabbed beams with Carbon Fiber
Reinforced Polymer (CFRP)laminate,applied UV coat to protect material from UV rays after CFRP.
Franklin Park Improvements,Broward County,2022,$760K
Project involves sidewalk and curb ramp improvements at Franklin Park located in Fort Lauderdale.Repair
work includes concrete sidewalk and driveways,lime rock installation,curb and gutter,concrete curb Type
D,APA compliant curb ramps,sodding.
Dixie Highway Streetscape Improvements,Pompano Beach,2023,$9,2M
Subcontracted to handle sitework at 1 Atlantic Blvd.CROW (City Right of Way;Dixie Hwy &Atlantic Blvd.
Intersection)located in Pompano Beach.Improvement work includes installation of F-curb and sidewalk,
milling and resurfacing,sawcut pavement edges,clearing and grubbing,handrail repairs,ADA ramps with
detectable warning surface,pavement markings,and sidewalk restoration.
Downtown Bus Terminal Concrete Payment Repairs,Broward County,2022,_$406K
Project involves repairs made at the Downtown Bus Terminal located at W.Broward Blvd.&Brickell Ave.in
Fort Lauderdale.Repairs include removal of existing concrete sidewalks,pavement or slope pavements,curb
and gutters,reinforcing steel,concrete pour for sidewalks,and sealed concrete cracks.
Sheridan St.over FL Turnpike [Bridge No.860155]Repairs,Broward County,2022,$778K
Project involves repairs made on Bridge No.860155 located on the south bound lane of Sheridan St.over FL
Turnpike in Davie.Repair work includes pavement marking,R&R intermediate bridges,joint rehab,post
tension repair,fiber wrap,UV protection coating,pile spall repairs,and sealed concrete cracks.
Previous experience
09/2014-05/2022,Argos USA,LLC,Miami,FL 33182
Page 2
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
District Manager [Miami-Dade,Broward and Palm Beach]
Managed the development and growt h of South Florida Market from inception.Develop teamwork among all
operational departments while upholding company guidelines,policies and procedures,while
simultaneously maintaining morale across all department levels.Responsible for operating budget,capital
expenditure and sales revenue for the Miami market -$11.5 million in gross sales.Provide direction,
leadership,support,focus,and guidance for a team of 30 employees,to ensure that safe and efficient
operating procedures are executed in every department.Manage operational cost,production efficiencies,
raw material inventory,and monthly inventory reports.Developed and improved inventory reporting
practices to ensure accuracy -consumption excel spreadsheet.Developed and improved quality control
tracking and procedures -moisture control sheet.Currently used in various areas of the Argos footprint.
Participate in the selection,hiring,training,disciplinary,and discharge process of all employees.Effectively
increased the margins over material by +30%during a down market by working together with the sales,
quality control,fleet maintenance and production teams.Daily contact with wide spectrum of customers,
from company presidents to individual workers on the job site to ensure complete customer fulfillment.
Cross selling of products to increase revenue (example -fiber,color).Identifying specialty work to maximize
profits -(DOT -Drill Shafts).Maintained a high employee morale by effective communication and
organization of employee concerns.Manage,coordinate,and enforce the OSHA safety regulations.
Maintained excellent facility operation through proper management of preventive maintenance program.
Responsible for the safety implementation and adhesion of all safety policies and regulations in the South
Florida market.Responsible for the adhesion of FDOT rules and regulation for drivers.Managed the
investigation,reporting,and post-accident procedures for all accidents -preventable and non-preventable.
07/2004-09/2014,Vulcan Materials Company -Florida Rock Division,Miami,FL 333182
Load out Supervisor [Miami Quarry)(11/2010-09/2014)
Responsible for the day-to-day operation,cost,employees,and equipment of the load out facilities,to
include the scale,yard,and rail loading facility.
Area Operations Manager [Miami-Dade,Broward and Palm Beach)(11/2007 -10/2010]
Provide direction,leadership,support,focus,and guidance for seven supervisors,who manage 77
employees,to ensure that safe and efficient operating procedures are executed in every department.
Responsibilities include three ready mix plants,two fleet shops and a block production facility each with a
dispatch office:ranging from South Palm Beach County to Miami-Dade County.Responsible for operating
budget,capital expenditure and sales revenue of $20 million dollars.
Sales Representative (Miami-Dade,Broward and Palm Beach)(01/2005-11/2007)
Responsible for generating the yearly sales of the North Broward and South Palm Beach counties with
gross sales of over $5.6 million.Maintain close rapport with both internal and external customers in order
to generate sales and always ensure maximum customer satisfaction.Successfully sell ready mix and
building material products to general contractors and sub-contractors.Proven ability to manage various
top accounts for Florida Rock Industries,Inc.while generating brand awareness and sales by educating
customers on company products.
Ready Mix Plant Manager (Miami Area)(01/2005-10/2005]
Managed effectively a fleet size of 31 pieces of equipment,with a gross value of $15.5 million dollars.
Minimized operations cost 15%by proper management of employee schedules and company assets.
Customer Service Presentative [Miami Area)(07/2004-01/2005)
Responsible for daily scheduling of orders and deliveries with gross sales of about $12 million per year.
Daily preparation of driver schedule to ensure prompt and productive delivery of materials.
12/2003-07/2004,Financial Manager,JAGS Medical Office,Miami,FL 33174
Expanded clientele base by over 150%by contacting existing clients and attaining new referrals.
Rcscarchcd market competition and their prices to stay ahead of key players in the industry.Consistently
attained company quota of client retentions and growth.Increased revenue by over 20%per month while
maintaining exceptional levels of customer satisfaction.Reconciled bookkeeping records to computer
records for over 150 accounts.Managed yearly budget of over 200 thousand dollars,including purchases,
payroll,and equipment repairs.
Page 3
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
02/2001-11/2003,US Marine Corps,Havelock,NC
Recipient of the "N avy Achievem ent M edal"fo r outstanding perfo rm ance of duties.
Recipient of the "N ational Defense M edal"fo r m ilitary serv ice during tim e of war.
Crash Fire Rescue School,(top 5%of cl ass)
Page 4
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
BUILDING FOR THE FUTURE
2701 NW 55w Court,
Tam arac,Fl orida 33309
0:954.766.4 053 0 F:866-791-313 5
Jose Ramirez
Superintendent
Professional Synopsis
M r.Ram irez has been a superintendent with over 16 years'experience in undergro und utilities,bridge
repairs and ro ad constru ction pro jects.Hi s range of expertise co m prise of a heavy equipm ent operator
incl u des the skid steer,excavator,co m bination,and m any m ore.As a supervisor of m ultiple crew s,Mr.
Ram irez can function in all aspects of a pro ject.He has superb organization skill s,able to co m m unicate to
the pro ject m anager and interpret co m plex bridge plans.
Relevant Experience
•16+years of co nstru ction experience w orking on ro ad pro jects including bridge repairs,drainage
im pro vem ents,w ater and sew er utilities,earthw ork,m ill ing and resur facing,signing and pavem ent
m arkings,and site restoration.
Construction Project History
Golden Heights Asphalt Improvements,Fort Lauderdale,2023,$500K
Pro ject involves m aintenance and asphalt restoration in the Golden Heights co m m unity located in the City of
Fort Lauderdale.Im pro vem ent w ork includes m ill ing and resurfacing,concrete and sidew alk restoration,
and new pavem ent m arkings at cro ssw alks and intersections.
Guardrail,Fence &Accessories F&I,Broward County,2023,_$946K
Pro ject involves repairing and new guardrail installation thro ughout Bro w ard County .W ork ty pes include
asphalt and concrete pavem ent,grading,sodding,handrail and guardrail installation,crash cu shion
installation,fenci ng,pipe rail repairs,bridge and end anchorage assem bly.
NW 15w_Street vicinity of 1-95,Broward County,2022,$103K
Pro ject involves new co nstru ction on NW 15th St.w ithin the vicinity of I-95 overpass located in Pom pano
Beach .W ork incl udes new sidew alk,sw ale,and guardrail installation,curb and gutter,ADA ram ps,appro ach
term in al parallel assem bly,asphalt pavem ent,and sodding.
Commercial Blvd.between Sawgrass Exwy,and Noh Hill Rd.,Broward County,2022,_$733K
Pro ject involves general ro adw ay resurfa cing on Com m ercial Bl vd.betw een the Saw grass Expressw ay and
Nob H ill Road in the City of Tam arac.Repair w ork includes m ill ing and resurfacing,additional striping for
bike lanes wi th in the pro ject lim its.
Page 1
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
NW17 Street Multiple Bridge Maintenance and Repairs [No.868000_&868037),Plantation,2022,
$150K
Project involves maintenance and repairs on two bridges located in the City of Plantation.Bridge No.868000
is located at NW 174 St.approximately 200'south of Pine Island Rd.and Bridge No.868037 is located at SW
16h St.between SW 54h and SW 55h Ave.Repair work includes structural repairs,concrete barrier wall
replacements,rip rap repairs,slope protection undermining repairs,sealed concrete cracks,concrete railing
end replacement,handrail and guardrail installation,ADA ramps,sidewalks,and sodding.
NW 274Ave.over Canal C-12 (Bridge NO.864078]Repairs,Broward County,2022,$2.2 Million
Project involves maintenance and repairs on Bridge No.864078 over Canal C-12 (NW 27th Ave.from Sunrise
Blvd.to Broward Blvd.).Repair work includes structural repairs,underdeck dowel installation,deck
waterproofing,roadway work,milling and resurfacing,thermoplastic and traffic paint,expansion joint
replacement with polym er nosing,neoprene strip installation,methacrylate application,slope protection
undermining repairs,pile spall repairs,sealed concrete cracks,bullet railing ends replacement,installed steel
rebars to minimize movement with beams.Covered beams with epoxy,grabbed beams with Carbon Fiber
Reinforced Polymer (CFRP)laminate,applied UV coat to protect material from UV rays after CFRP.
Atlantic Blyd.over East Outfall Canal [Bridge No.864048]Rehabilitation,Broward County,2022,$2.6
Million
Project involves repairs on Bridge No.864048 over East Outfall Canal located in Margate.Project is located
at Atlantic Blvd.from Ramblewood Dr.to Rock Island Rd.Repair work includes structural repairs,underdeck
dowel installation,concrete barrier wall replacements,rip rap repairs,deck waterproofing,roadway work,
milling and resurfacing,thermoplastic and traffic paint,expansion joint replacement with polym er nosing,
neoprene strip installation,methacrylate application,slope protection undermining repairs,pile spall
repairs,sealed concrete cracks,bullet railing ends replacement,and concrete railing end replacement,
handrail and guardrail replacement,installed steel rebars to minimize movement with beams.Covered
beams with epoxy,grabbed beams with Carbon Fiber Reinforced Polymer (CFRP)laminate,applied UV coat
to protect material from UV rays after CFRP.
Lakeview Dr.over Cana]C-2 [Bridge No.864114&864115]Repairs,Broward County,2022,$1.7
Million
Project involves repairs on two bridges located in Coral Springs.Bridge No.864114 &86411 5 over East
Outfall Canal.Project is located at Lakeview Dr.east from Coral Ridge Dr.Repair work includes structural
repairs,underdeck dowel installation,deck waterproofing,roadway work,milling and resurfacing,
thermoplastic and traffic paint,expansion joint replacement with polymer nosing,neoprene strip
installation,methacrylate application,slope protection undermining repairs,pile spall repairs,sealed
concrete cracks,bullet railing ends replacement,and concrete railing end replacement,handrail and
guardrail replacement,installed steel re bars to minimize movement with beams.Covered beams with epoxy,
grabbed beams with Carbon Fiber Reinforced Polymer (CFRP)laminate,applied UV coat to protect material
from UV rays after CFRP.
SE34Aye.over Tarpon River [Bridge No.864069]Repair,Broward County,2022,$14 Million
Project involves repairs made on Bridge No.864069 located on SE 3rd Ave.over Tarpon River in Fort
Lauderdale.Repair work includes concrete work,built ADA ramps compliant,thermoplastic and traffic paint,
structural repairs,underdeck dowel installation,deck waterproofing,roadway work,milling and resurfacing,
expansion joint replacement with polymer nosing,neoprene strip installation,methacrylate application,
slope protection undermining repairs,pile spall repairs,sealed concrete cracks,bullet railing ends
replacement,and concrete railing end replacement,handrail and guardrail replacement,installed steel
rebars to minimize movement with beams.Covered beams with epoxy,grabbed beams with Carbon Fiber
Reinforced Polymer (CFRP)laminate,applied UV coat to protect material from UV rays after CFRP.
Page 2
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Old Griffin Rd.over C-10 Canal (Bridge NO.864073]Repair,Broward County,2022,$1.2_Million
Project involves repairs made on Bridge No.864073 located on Old Griffin Rd.over the C-10 Canal in Dania
Beach.Repair work includes structural repairs,underdeck dowel installation,deck waterproofing,roadway
work,milling and resurfacing,thermoplastic and traffic paint,expansion joint replacement with polym er
nosing,neoprene strip installation,methacrylate application,slope protection undermining repairs,pile
spall repairs,sealed concrete cracks,bullet railing ends replacement,and concrete railing end replacement,
handrail and guardrail replacement,installed steel rebars to minimize movement with beams.Covered
beams with epoxy,grabbed beams with Carbon Fiber Reinforced Polymer (CFRP)laminate,applied UV coat
to protect material from UV rays after CFRP.
Sheridan St.over FL Turnpike [Bridge No.860155]Repairs,Broward County,2022,$778K
Project involves repairs made on Bridge No.860155 located on the south bound lane of Sheridan St.over FL
Turnpike in Davie.Repair work includes R&R intermediate bridges,spall repairs,post tension repair,fiber
wrap,UV protection coating,pile spall repairs,and sealed concrete cracks.
N.Andrews Ave.over South Fork Middle River [Bridge No.860156)Repairs,Broward County,2022,
$2.1 Million
Project involves repairs made on Bridge No.860156 located on N.Andrews Ave.over S.Fork Middle River in
Wilton Manors.Repair work includes structural repairs,underdeck dowel installation,concrete barrier wall
replacements,rip rap repairs,deck waterproofing,roadway work,milling and resurfacing,expansion joint
replacement with polym er nosing,neoprene strip installation,methacrylate application,slope protection
undermining repairs,pile spall repairs,sealed concrete cracks,bullet railing ends replacement,and concrete
railing end replacement,handrail and guardrail replacement,installed steel rebars to minimize movement
with beams.Covered beams with epoxy,grabbed beams with Carbon Fiber Reinforced Polymer (CFRP)
laminate,applied UV coat to protect material from UV rays after CFRP.Underwater pile repairs,
thermoplastic and traffic paint.
Atlantic Blvd.over C-1 Canal (Bridge No.864046&864047_Repairs,Broward County,2022,$2.3
Million
Project involves repairs made on two bridges (No.864046 &86404 7)located on Atlantic Blvd.over C-1 Canal
in Coral Springs.Repair work includes structural repairs,underdeck dowel installation,concrete barrier wall
replacements,deck waterproofing,roadway work,milling and resurfacing,expansion joint replacement with
polymer nosing,neoprene strip installation,methacrylate application,slope protection undermining repairs,
pile spall repairs,sealed concrete cracks,bullet railing ends replacement,and concrete railing end
replacement,handrail and guardrail replacement,installed steel rebars to minimize movement with beams.
Covered beams with epoxy,grabbed beams with Carbon Fiber Reinforced Polymer (CFRP)laminate,applied
UV coat to protect material from UV rays after CFRP.Sidewalk repairs,ADA ramps replacement,
thermoplastic and traffic paint.
Cora]Ridge Dr.over C-14 Canal [Bridge No.864098]_Rehabilitation,Broward County,2022,$4.6
Million
Project involves repairs made on bridge (No.864098)located on Coral Ridge Dr.over Stranahan River (C-14
Canal)in Coral Springs.Repair work includes structural repairs,underdeck dowel installation,concrete
barrier wall replacements,rip rap repairs,deck waterproofing,roadway work,milling and resurfacing,
expansion joint replacement with polymer nosing,neoprene strip installation,methacrylate application,
slope protection undermining repairs,pile spall repairs,sealed concrete cracks,bullet railing ends
replacement,and concrete railing end replacement,handrail and guardrail replacement,installed steel
rebars to minimize movement with beams.Covered beams with epoxy,grabbed beams with Carbon Fiber
Reinforced Polymer (CFRP)laminate,applied UV coat to protect material from UV rays after CFRP.Sidewalk
repairs,ADA ramps replacement,thermoplastic and traffic paint.
Page 3
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Oakland Park Blvd..Hiatus Rd.to NW 120W Way,Broward County,2022,$1.3M
Pro ject involves general ro adw ay resur fa cing on W .Oakland Park Blvd.betw een Hi atu s Rd.and NW 1200
W ay in the City of Sunrise.Repair w ork includes m ill ing and resurfacing,striping,and ro adw ay signs
installation,concrete w ork as cu rb replacem ents.
Coral Springs Dr.over West Outfall Canal [Bridge No.864005 &864006]Repairs,Broward County,
2022,$2.8 Million
Pro ject involves repairs m ade on tw o bridges (N o.864005 &864006)located on Coral Springs Dr.over W est
Outfa ll Canal in Coral Springs.Repair w ork includes stru ctural repairs,underdeck dow el installation,rip rap
repairs,deck w aterpro ofing,ro adw ay w ork,m ill ing and resurfacing,expansion joint replacem ent with
polym er nosing,neoprene strip installation,m ethacry late application,slope pro tection underm ining repairs,
pile spall repairs,sealed co ncrete cracks,bullet raili ng ends replacem ent,and co ncrete raili ng end
replacem ent,handrail and guardrail replacem ent,installed steel rebars to m inim ize m ovem ent w ith beam s.
Covered beam s wi th epoxy ,grabbed beam s wi th Carbon Fiber Reinfo rced Polym er (CFRP)lam inate,applied
UV coat to pro tect m aterial from UV rays after CFRP.Installation of U-bars to reduce m ovem ent of the beam s,
traffi c paint and therm oplastic.
Flamingo Rd.Bridges [NO.869149&864120]Over Snake Creek Canal(C-9],Broward County,2021
$1.8M
Pro ject involves repairs m ade on tw o bridges (N o.860149 &864120)located on Flam ingo Road in Plantation.
Repair w ork includes stru ctural repairs,underdeck dow el installation,deck waterpro ofing,ro adw ay work,
m ill ing and resurfa ci ng,expansion joint replacem ent w ith polym er nosing,neoprene strip installation,
m ethacry late application,slope pro tection underm ining repairs,pile spall repairs,sealed concrete cracks,
bullet raili ng ends replacem ent,and co ncrete raili ng end replacem ent,handrail and guardrail replacem ent,
installed steel rebars to m inim ize m ovem ent w ith beam s.Covered beam s wi th epoxy,grabbed beam s with
Carbon Fiber Reinfo rced Polym er (CFR P)lam inate,applied UV co at to pro tect m aterial from UV rays after
CFRP.Installation of U-bars to reduce m ovem ent of the beam s,traffi c paint and therm oplastic.
W,Oakland Park Blvd.Bridge (N0.8683O1)Over C-42 Canal,Broward County,2021 $3.5M
Pro ject involves repairs m ade on the W est Oakland Park bridge (N o.868301)located in Fort Lauderdale.
Repair w ork incl udes stru ctural repairs,underdeck dow el insta llation,rip rap repairs,deck w aterpro ofing,
ro adw ay w ork,m ill ing and resurfa cing,expansion joint replacem ent with polym er nosing,neoprene strip
installation,m ethacry late application,slope pro tection underm ining repairs,pile spall repairs,sealed
co ncrete cracks,bullet railing ends replacem ent,and concrete raili ng end replacem ent,handrail and
guardrail replacem ent,installed steel rebars to m inim ize m ovem ent with beam s.Covered beam s wi th epoxy,
grabbed beam s wi th Carbon Fiber Reinfo rced Polym er (CFRP)lam inate,applied UV co at to pro tect m aterial
from UV rays aft er CFRP.Underw ater repairs,installation of U-bars to reduce m ovem ent of the beam s,traffi c
paint and therm oplastic.
Andrews Avenue Bridge Repairs,Broward County,2021$1,4M
Pro ject involves repairs m ade on the Andrew s Avenue bridge located in Fort Lauderdale.Repair work
includes painting the entire bridge w ith Class V paint.Repair concrete bridge deck,spall repairs,m ill ing and
resurfa ci ng,traffi c paint and therm oplastic.
W.Atlantic Blvd.Bridges (NO.864006 &864007)Over W.Outfall Canal,Broward County,2021$2.8M
Pro ject involves repairs m ade on tw o bridges (N o.864007 &864007)located on NW 98h Ave.and W Atlantic
Blvd.(W est 400'feet),in Coral Springs.Repair w ork includes structural repairs,underdeck dow el
installation,co ncrete barrier w all replacem ents,rip rap repairs,deck waterpro ofing,ro adw ay w ork,m ill ing
and resurfa ci ng,therm oplastic,traffi c paint,expansion joint replacem ent w ith polym er nosing,neoprene
strip installation,m ethacry late application,slope pro tection underm ining repairs,pile spall repairs,sealed
concrete cracks,bullet raili ng ends replacem ent,and co ncrete railing end replacem ent,handrail and
guardrail replacem ent,installed steel re bars to m inim ize m ovem ent w ith beam s.Covered beam s with epoxy,
Page 4
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
grabbed beams with Carbon Fiber Reinforced Polymer (CFRP)laminate,applied UV coat to protect material
fr om UV rays after CFR P.
NW31·Ave.Bridge [NO.860200]Repair,Broward County,2020,$2.1M
Pro ject involves repairs m ade on a bridge (No.860200)over C-13 Canal located in Fort Lauderdale.Repair
w ork incl udes m ill ing and resurfacing,rip rap repairs,fence replacement,expansion joint replacement with
polym er nosing,underdeck dow el installation,pile spall repairs,sealed concrete cracks,pavement markings,
rem oval of existing bridge joint,and deck waterproofing.
Andrews Ave from Cypress Creek to RaceTrack Road,Broward County,2020,$602K
Pro ject involves drainage and A D A im pro vem ents.W ork ty pes include Drainage,Paving,Grading,Sodding,
Guardrail,and Concrete Sidew alk/Cur b/A DA Ram ps/D rivew ay.
Andrews Aye-Cypress Creek Rd to RaceTrack Rd,Broward County,2020,$738K
Pro ject involves analyzing and repairing of the entire drainage system .W ork ty pes incl ude Drainage and
Dredging.
Cypress Creek Rd from NW 31stto Powerline Rd,Broward County,2019,$527K
Pro ject involves analyzing an d repairing the entire drainage system .W ork ty pes incl u de Drainage.
Sheridan St Bridge Repair,Broward County,2019,_$717K
Pro ject involves repairing the Sheridan St Bridge.R epair w ork in cl udes pavem ent m arki ng,R&R
interm ediate bridges,post tension repair,fiber w rap,UV pro tection co ating,pile spall repairs,and sealed
co n crete cracks .
Coconut Creek Street Improvements.Coconut Creek,2019,_$679K
Pro ject involves pedestrian im pro vem ents in the W inston Park co m m unity .W ork ty pes incl ude Concrete
Sid ew alk/Cur b/A DA R am ps/D rivew ays.
McNab Rd Bridge over SR 7,Broward County,2019,_$4,7 Million
Pro ject involves repairing and painting the M cN ab R d bridge over SR -7.W ork ty pes incl ude bridge repair,
bridge painting,concrete slope repair,and joint repair.
Peters Rd-Pine Island Rd to University Dr,Broward County,2019,$885K
Pro ject involves m inor w idening,drainage,and A DA im pro vem ents.W ork ty pes incl ude Grading,Fenci ng,
Drainage,Pavi ng,Concrete Sidew alk/Curb/A D A R am ps/D rivew ay,Striping,and Sodding.
McNab Rd-Pine Island Rd to SR 7,Broward County,2019,$811K
Pro ject involves analyzing and repairing of the entire drainage system .W ork ty pes incl ude Drainage and
Dredging.
Andrews Ave from Oakland Park to Prospect,Broward County,2018,$587K
Pro ject involves drainage and A D A im pro vem ents.W ork ty pes incl ude D rainage,Paving,Grading,Striping,
and Concrete Sidew alk/Curb/A D A R am ps/D rivew ays
NW 7th Ave from Sistrunk to Sunrise,Broward County,2018,$630K
Pro ject involves drainage repair and A DA im pro vem ents.W ork ty pes incl ude Drainage,Grading,Striping,
and Con crete Sidew alk/Cu rb/A D A Ram ps/D rivew ays.
Page 5
Docusign Envelope ID:23895926-11 B0-4875-849F-887C36952C3C
Coral Ridge Dr -Atlantic to McNab,Broward County,2018,_$731K
Pro ject involves m inor w idening,drainage,and ADA im pro vem ents.W ork ty pes include Drainage,Fencing,
Paving,Grading,Sodding,Striping,Signing,and Concrete Sidew alk/Curb/ADA Ram ps/Drivew ays.
Hiatus Greenway,Broward County,2014,$2.8 Million
Pro ject involves cl earing and installi ng an 8'-12'w ide shared-use path along Hi atus Rd/C-42 canal.W ork
typ es incl ude Drainage,Paving,Grading,Sodding,Landscaping,Concrete Sidew alk/Cur b/ADA
Ram ps/D rivew ay,Guardrail,Signing,and Striping.
Page 6
Docusign Envelope ID:23895926-11B0-4B75-849F-887C36952C3C
BUILDING FOR THE FUTURE
2701 NW 550 Court,
Tamarac,Florida 33309
0:954.766.4053 ◊F:866-791-3135
Michael Grillo
11700 NE 6 Avenue,Biscayne Park,Florida 33161 ]305-216-0930
Professional Synopsis
Mr.Grillo has over 37 years of public and private sector experience in heavy civil construction &
construction management.He specializes in FDOT road construction projects and has successfully
completed over 20 FDOT projects.Projects have all facets of roadway construction including grading,
milling &paving,drainage,concrete,ADA,signalization,lighting,signing,and pavement marking,and
landscaping and irrigation installation.
Highlights (37+years)
•Roadway construction experience since 2000 (23 years)
•FOOT construction experience since 2012 (11 years)
•Drill shaft certification
Education
•1985 BS Construction Management-Florida Atlantic University,Boca Raton,Fl
Relevant Experience
Completed over 60 million dollars of roadway construction projects involving,storm from
2000-2020 including:
8+years of FOOT experience as a roadway construction manager.
•23 FOOT Projects -Roadway reconstruction,milling and paving,bridge
rehabilitation,signalization,traffic monitoring sites,street lighting,sidewalks,
landscaping,signing and pavement marking.
•60+traffic signals
•90,000+LF of drainage
8,230 +LF Sanitary Sewer
•5,600 +LF Water
Page 1
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Project History
Deerfield Island Nature Center,Broward County,2023,_$728K
Pro ject involves pathw ay rebuilding to m eet ADA requirem ents at 172 0 Deerfield Island Park located in
Deerfield Beach.W ork includes cl earing and gru bbing,em bankm ent,French drain aggregate with ballast
ro ck,Type B stabili zation,and geotextile fil ter fabric.
Davie Rd.from SW 39h SL_LO Griffin Rd.,Town of Davie Florida;2022,$5.5M
Pro ject involves ¾m ile long Street Scape pro ject fr om SW 39th Street to Griffi n Road on Davi e Road in Davie.
Repair of w ork includes upgrading the drainage system ,rem oval,and replacem ent of cu rbs and m edian,
insta llation of 61 light poles w ith syn chro nized lighting,m ast arm traffic signal,pedestrian sign als,stripping,
irrigation system and landscaping in th e m edian,new brick paver sidew alk and ADA ram ps,and m id-block
cro ssings w hich included RRFBs,m ill ing and paving,signing and pavem ent m arking.
Salerno Rd.(1.68 miles);from SR 76 to Willoughby Blvd.,Martin County,Florida 2022,$1.62M
Pro ject involves Salern o Road resurfa cing and bike lanes on SE Salern o Rd from Sta te Rd 7 6/South Kanner Hwy
to SE W ill oughby Boulevard in Stu art .Repair w ork includes installation of drainage piping and exfiltration
piping/trenching,ero sion control,cl earing and gru bbing,excavation,fill and em bankm ent,drainage stru ctures
and piping,Bahia sod,realigning sidew alks ,m ill ing,paving,and pavem ent m arkings.
Florida Mango Rd.over PBC L-2 Canal Bridge,Palm Beach County,Florida 2021,$841K
Pro ject involves bridge replacem ent on Florida Mango Road south of Ol d Okeechobee Road,North of Belvedere
Road over PBC L-2 Canal Bridge in Palm Beach County .Repair w ork is to replacem ent of existing bridge with
tw o 58"x 91"elli ptical pipes and included building 2 large headw alls,extensive dew atering,ru bble rip rap
down the canal on both sides of the bridge,sidew alk,m ill ing and resurfacing,signing,sodding and pavem ent
m arkings.
NW Quad Drainage Improvements,NW 50Lh SL Culvert,City of Lauderhill,Florida,2020,$389K
Project involves NW Quad drainage im pro vem ents to NW 5Oh Street in Lauderhill .Repair w ork includes
dem olition as need,eart hw ork,co nstru ction of RCP drainage cu lverts cro ssing NW 50h Street wi th concrete
headw alls co nnecting City Canals 28 and 37,catch basin risers,catch basin and 15"HDPE storm drainage pipe,
sand cem ent reta ining w alls,concrete m aintenance boat ram p,m odifications to existing sanita ry sewer fo rce
m ain and existing w ater m ain,replacem ent of existing sidew alk,replacem ent of existing fence and co ncrete
co lum ns,the addition of stam ped co ncrete drive-off areas,replacem ent of sod,dewatering,m ill ing and paving,
signing and pavem ent m arkings.
Kudza Rd.over LWDD L-8 Canal.Palm Beach County,Florida,2020,$754K
Pro ject involves replacem ent of bridge on Kudza Road over LW DD L-8 Canal in Palm Beach County .Repair
w ork includes 6'x 12'box culvert and included insta lling 2 pre-cast headw alls,clearing &gru bbing,drainage,
ru bble rip rap dow n both sides of the canal,pedestrian/bicycle raili ng,m ill ing,and resurfacing,signing and
pavem ent m arki ngs.
Taxiways P5,C,P9 and P10 Widening and PAPI Replacement,Boca Raton Airport,Boca Raton,2020,
$88K
Pro ject involves w idening of Taxiw ays P5,C,P9,and P10 and PAPI replacem ent at Boca Raton Airport.W ork
incl udes grading and resurfa ci ng,soil ero sion,dem olish taxiw ay m arkings and co ncrete flum e,m odify drainage
stru ctu re,pavem ent m arki ngs,sodding,and replace PAPI LED System .
Page 2
Docusign Envelope ID:23895926-11B0-4B75-849F-887C3695203C
Intersection Improvements at Wiles Rd.and Coral Springs Dr..Broward County,Florida,2020,$629K
Project involves intersection improvements at Wiles Road and Coral Springs Drive in Coral Springs.Repair
work includes installing 4 new mast arms,removing an existing strain pole signal system,remove,and replace
curb and gutter,ADA ramps,milling and paving,replace sidewalks and driveways,relocate landscaping,signing
and pavement markings.
Rock Island Rd.and Southgate Blyd.Intersection Improvements,Broward County,Florida,2020 $616K
Project involves intersection improvements at Rock Island Rd and Southgate Blvd in North Lauderdale and
Margate.Repair work includes installing 4 new mast arms,removing an existing strain pole signal system,curb
and gutter,sidewalks and driveways,sodding,ADA ramps,milling and paving,signing and pavement markings.
SR 944from East ofNW 7aAye to Biscayne Blvd,FL Dept.of Transportation District 6,2018,$2.9M
Project includes widening,milling/paving,drainage,concrete,lighting,signalization,and signing and
pavement marking.
SR 5 at SW 200W SL,FL Dept.of Transportation District 6,2018,$930K
Project includes widening,milling/paving,concrete,lighting,signalization,landscaping,and signing and
pavement marking.
Ft.Lauderdale Executive Airport Taxiway Intersection Improvements,City of Ft.Lauderdale,2017,
$1.4M
Project includes widening,milling/paving,concrete,airport lighting,and pavement marking.
SR 934from_NW 14hAye to N.Bayshore Dr.,FL Dept.of Transportation District 6,2016,$8,1_M
Project includes drainage,concrete,asphalt paving,lighting,signalization and signing and pavement marking.
SR 934from East of North Bayshore Drive to Bay Drive West,FL Dept.of Transportation District 6,
2016,$5.2M
Project includes milling/paving,concrete,TMS,2 bridge rehabs,lighting,signalization,and signing and
pavement marking.
Ft.Lauderdale Executive Airport Runway 9/27 &Runway 13/31 Pavement Rehab.City of Ft.
Lauderdale,2016,$693K
Project includes shoulder reconstruction,milling/paving,concrete,airport lighting,and pavement marking.
SRA1Aat 67hSt,_and 69h_St_Intersection Improvements,FL Dept of Transportation District6,2015,
$650K
Project is to improve two intersections including installing new mast arms and widening.
SR5from North of NE 196wSt to N of NE 213 St,FL Dept.of Transportation District 6,2015,_$3.5SM
Project includes widening,milling/paving,concrete,lighting,signalization,and signing and pavement
marking.
SR 9A from West of SW 1270Ave to West of SW 1224Ave,FL Dept.of Transportation District 6,2015,
$1.2M
Project includes widening,milling/paving,concrete,lighting,signalization,and signing and pavement
marking.
City of Plantation Water Distribution System $989K
Project includes installation of a new water line system in a residential neighborhood South of Broward Blvd.
Page 3
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Miami Dade County Public Schools -Central Sewer Systems-over 20_schools totaling $14M
This co ntract involved m ultiple school locations by rem ovi ng septic tanks,installi ng a central sanitary sew er
system incl uding a fo rce m ain traveling on public rights-of-w ay to an existing fo rce m ain or lift station.All
w ork off school pro perty w as under the authority of Miam i Dade County W ater &Sew er Departm ent
Page 4
Docusign Envelope ID:23895926-11B0-4B75-849F-887C3695203C
BUILDING FOR THE FUTURE
2701 NW 55 Court,
Tamarac,Florida 33309
0:954.766.4053 0 F:866-791-3135
Victor Gabriel Aponte
Project Manager
Professional Synopsis
Mr.Aponte has been a construction project manager with over 5 years'experience in road construction and
bridge restoration projects.He has been responsible for over $15M of bridge maintenance projects in South
Florida.Project responsibilities include ensuring that safety protocols and equipment are in place.Prepare
shop drawings,RFis and other reconstruction activities.Purchasing and coordinate materials delivery and
other jobsite logistics.Provide weekly progress reports and update to the owner.Ensure project schedule
and critical path is path is maintained.Prepare permits,monthly invoicing,and other support services.
Highlights
•Fluent in English and Spanish
Education/Certification
•05/2013-B.A.of Business Management -University of Puerto Rico,Arecibo Campus
•FOOT Temporary Traffic Control Certified (#66838)
Relevant Experience
•5+years of construction experience working on FOOT road projects including maintenance of traffic,
drainage improvements,bridge restoration,grading,milling and resurfacing,signing and pavement
markings,concrete,ADA,sodding,fencing,and site restoration.
Construction Project History
Atlantic Blvd.over East Outfall Canal (Bridge No.864048)Rehabilitation,Broward County,2022,$2.6
Million
Project involves repairs on Bridge No.864048 over East Outfall Canal located in Margate.Project is located
at Atlantic Blvd.from Ramblewood Dr.to Rock Island Rd.Repair work includes structural repairs,underdeck
dowel installation,concrete barrier wall replacements,rip rap repairs,deck waterproofing,roadway work,
milling and resurfacing,thermoplastic and traffic paint,expansion joint replacement with polymer nosing,
neoprene strip installation,methacrylate application,slope protection undermining repairs,pile spall
repairs,sealed concrete cracks,bullet railing ends replacement,and concrete railing end replacement,
Page 1
Docusign Envelope ID:23895926-11B0-4B75-849F-887C36952C3C
handrail and guardrail replacement,installed steel rebars to minimize movement with beams.Covered
beams with epoxy,grabbed beams with Carbon Fiber Reinforced Polymer (CFRP)laminate,applied UV coat
to protect material from UV rays after CFRP.
Lakeview Dr.over Canal C-2 [Bridge NO.864114&_864115]Repairs,Broward County,2022,$1.7
Million
Project involves repairs on two bridges located in Coral Springs.Bridge No.864114 &864115 over East
Outfall Canal.Project is located at Lakeview Dr.east from Coral Ridge Dr.Repair work includes structural
repairs,underdeck dowel installation,deck waterproofing,roadway work,milling and resurfacing,
thermoplastic and traffic paint,expansion joint replacement with polymer nosing,neoprene strip
installation,methacrylate application,slope protection undermining repairs,pile spall repairs,sealed
concrete cracks,bullet railing ends replacement,and concrete railing end replacement,handrail and
guardrail replacement,installed steel rebars to minimize movement with beams.Covered beams with epoxy,
grabbed beams with Carbon Fiber Reinforced Polymer (CFRP)laminate,applied UV coat to protect material
from UV rays after CFRP.
SE 34Ave.Over Tarpon River [Bridge No.864069)Repair,Broward County,2022,_$1.4 Million
Project involves repairs made on Bridge No.864069 located on SE 3rd Ave.over Tarpon River in Fort
Lauderdale.Repair work includes concrete work,built ADA ramps compliant,thermoplastic and traffic paint,
structural repairs,underdeck dowel installation,deck waterproofing,roadway work,milling and resurfacing,
expansion joint replacement with polymer nosing,neoprene strip installation,methacrylate application,
slope protection undermining repairs,pile spall repairs,sealed concrete cracks,bullet railing ends
replacement,and concrete railing end replacement,handrail and guardrail replacement,installed steel
rebars to minimize movement with beams.Covered beams with epoxy,grabbed beams with Carbon Fiber
Reinforced Polymer (CFRP)laminate,applied UV coat to protect material from UV rays after CFRP.
Old Griffin Rd.over C-10 Canal (Bridge No.864073]Repair,Broward County,2022,$1.2_Million
Project involves repairs made on Bridge No.864073 located on Old Griffin Rd.over the C-10 Canal in Dania
Beach.Repair work includes structural repairs,underdeck dowel installation,deck waterproofing,roadway
work,milling and resurfacing,thermoplastic and traffic paint,expansion joint replacement with polymer
nosing,neoprene strip installation,methacrylate application,slope protection undermining repairs,pile
spall repairs,sealed concrete cracks,bullet railing ends replacement,and concrete railing end replacement,
handrail and guardrail replacement,installed steel rebars to minimize movement with beams.Covered
beams with epoxy,grabbed beams with Carbon Fiber Reinforced Polymer (CFRP)laminate,applied UV coat
to protect material from UV rays after CFRP.
N.Andrews Ave.over South Fork Middle River (Bridge No.860156)Repairs,Broward County,2022,
$2.1 Million
Project involves repairs made on Bridge No.860156 located on N.Andrews Ave.over S.Fork Middle River in
Wilton Manors.Repair work includes structural repairs,underdeck dowel installation,concrete barrier wall
replacements,rip rap repairs,deck waterproofing,roadway work,milling and resurfacing,expansion joint
replacement with polymer nosing,neoprene strip installation,methacrylate application,slope protection
undermining repairs,pile spall repairs,sealed concrete cracks,bullet railing ends replacement,and concrete
railing end replacement,handrail and guardrail replacement,installed steel rebars to minimize movement
with beams.Covered beams with epoxy,grabbed beams with Carbon Fiber Reinforced Polymer (CFRP)
laminate,applied UV coat to protect material from UV rays after CFRP.Underwater pile repairs,
thermoplastic and traffic paint.
Atlantic Blvd.over U-1 Canal [Bridge No.864046&864047]Repairs,Broward County,2022,$2.3
Million
Project involves repairs made on two bridges (No.864046 &86404 7)located on Atlantic Blvd.over C-1 Canal
in Coral Springs.Repair work includes structural repairs,underdeck dowel installation,concrete barrier wall
replacements,deck waterproofing,roadway work,milling and resurfacing,expansion joint replacement with
Page 2
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
polymer nosing,neoprene strip installation,methacrylate application,slope protection undermining repairs,
pile spall repairs,sealed concrete cracks,bullet railing ends replacement,and concrete railing end
replacem ent,handrail and guardrail replacem ent,installed steel re bars to m inim ize m ovem ent with beams.
Covered beam s w ith epoxy,grabbed beam s with Carbon Fiber Reinforced Polymer (CFRP)laminate,applied
UV coat to pro tect m aterial fr om UV rays after CFR P.Sidew alk repairs,A D A ram ps replacem ent,
therm oplastic and traffi c paint.
C oral Sp rin gs D r.over y est O u tfa ll Canal [Brid ge N o .864 90 5 _&864 00 6]_R ep airs,Bro w ard Coun ty ,
20 2 2 ,$2 .8 M ill ion
Pro ject involves repairs m ade on tw o bridges (N o.864005 &864006)located on Coral Springs Dr.over W est
Ou tfa ll Canal in Coral Springs.Repair w ork incl udes stru ctur al repairs,underdeck dow el installation,rip rap
repairs,deck w aterpro ofi ng,ro adw ay w ork,m ill ing and resurfa cing,expansion joint replacem ent w ith
polym er nosing,neoprene strip installation,m ethacrylate application,slope pro tection underm ining repairs,
pil e spall repairs,sealed co ncrete cracks,bullet railing ends replacem ent,and co ncrete railing end
replacem ent,handrail and guardrail replacem ent,installed steel re bars to m inim ize m ovem ent w ith beam s.
Covered beam s w ith epoxy,grabbed beam s w ith Carbon Fiber R einfo rced Polym er (CFR P)lam inate,applied
UV coat to pro tect m aterial fr om UV rays after CFR P.Installation of U-bars to reduce m ovem ent of the beam s,
traffi c paint and therm oplastic.
Flam in go R d.Bridges (N o.86 0 14 9 &864 12 0)O ver Sn ak e C reek Can al [C-9],Brow ard C oun ty,20 2 1
$1 .8 M
Pro ject involves repairs m ade on tw o bridges (N o.860149 &864 120)located on Flam ingo R oad in Plantation.
R ep air w ork incl udes stru ctural repairs,underdeck dow el installation,deck w aterpro ofi ng,ro adw ay w ork,
m ill ing and resurfa ci ng,expansion joint replacem ent w ith polym er nosing,neoprene strip installation,
m ethacry late application,slope pro tection underm ining repairs,pile spall repairs,sealed co ncrete cracks,
bull et raili ng ends replacem ent,and co ncrete raili ng end replacem ent,handrail and guardrail replacem ent,
installed steel rebars to m inim ize m ovem ent w ith beam s.Covered beam s wi th epoxy,grabbed beam s w ith
Carbon Fiber Reinfo rced Polym er (CFRP)lam inate,appli ed UV coat to pro tect m aterial fr om UV rays after
CFR P.Installation ofU -bars to reduce m ovem ent of the beam s,traffi c paint and therm oplastic.
W .A tlan tic Bl vd.Brid ges (N o.864 00 6 &864 0 0 7)Over W .Ou tfa ll Can al.B ro w ard Cou n ty ,20 2 1 $2.8 M
Pro ject involves repairs m ade on tw o bridges (N o.864007 &86400 7)located on NW 98th Ave.and W A tlantic
Bl vd.(W est 400'feet),in Coral Springs.R epair w ork incl udes stru ctural repairs,underdeck dow el
in stallation,concrete barrier w all replacem ents,rip rap repairs,deck w aterpro ofi ng,ro adw ay w ork,m ill ing
and resurfa ci ng,therm oplastic,traffi c paint,expansion joint replacem ent w ith polym er nosing,neoprene
strip installation,m ethacry late appli cation,slope pro tection underm ining repairs,pil e spall repairs,sealed
co n crete cracks,bull et raili ng ends replacem ent,and concrete raili ng end replacem ent,handrail and
guardrail replacem ent,install ed steel rebars to m inim ize m ovem ent w ith beam s.Covered beam s wi th epoxy,
grabbed beam s w ith Carbon Fiber Reinfo rced Polym er (CFR P)lam inate,applied UV co at to pro tect m aterial
fr om UV rays aft er CFR P.
Peters R d -Pin e Islan d R d to U n iversity D r,Brow ard C ou n ty,20 19,$88 5K
Pro ject involves m inor w idening,drainage,and A DA im pro vem ents.W ork ty pes incl ude Grading,Fencing,
Drainage,Paving,Concrete Sidew alk/Cur b/A D A R am ps/D rivew ay,Striping,and Sodding.
Sh erid an St B rid ge R ep air,Brow ard Cou n ty ,20 19 ,_$717 K
Pro ject involves repairing the Sheridan St Bridge.R epair w ork incl udes pavem ent m arking,R&R
interm ediate bridges,joint rehab,post tension repair,fiber w rap,UV pro tection co ating,pile spall repairs,
and sealed co ncrete cracks.
C ocon u t C reek Street Im p rovem en ts ,C ocon u t C reek ,20 19 ,$6 7 9K
Pro ject involves pedestrian im pro vem ents in the W inston Park co m m unity .W ork typ es incl ude Concrete
Sidew alk/Cur b/ADA R am ps/D rivew ays.
Page 3
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Coral Ridge Dr -Atlantic to McNab,Broward County,2018,_$731K
Project involves minor widening,drainage,and ADA improvements.Work typ es include Drainage,Fencing,
Paving,Grading,Sodding,Striping,Signing,and Concrete Sidew alk/Curb/A D A R am ps/D rivew ays.
Ny 7th Aye from Sistrunk to Sunrise,Broward County,2018,$63QK
Pro ject involves drainage repair and A D A im pro vem ents.W ork ty pes incl ude Drainage,G rading,Striping,
and Concrete Sidew alk/Curb/A DA Ram ps/D rivew ays.
Andrews Ave from Oakland Park to Prospect,Broward County,2018,_$587K
Pro ject involves drainage and A DA im pro vem ents .W ork typ es incl ude Drainage,Paving,G rading,Striping,
and Concrete Sidew alk/Curb/AD A R am ps/D rivew ays.
Page 4
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
State of Florida
Department of State
I certify from the records of this office that FG CONSTRUCTION,LLC is a
limited liability company organized under the laws of the State of Florida,filed
on May 13,2011,effective May 10,2011.
The document number of this limited liability company is Ll 1000056734.
I further certify that said limited liability company has paid all fees due this
office through December 31,2024,that its most recent annual report was filed
on January 25,2024,and that its status is active.
Given under my hand and the
Great Seal of the State of Florida
at Tallahassee,the Capital,this
the Twenty-fifth day ofJanuary,
2024
Tracking Number:7520808771CC
To authenticate this certificate,visit the following site,enter this number,and then
follow the instructions displayed.
https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication
Docusign Envelope ID:23895926-11 B0-4 B75-849F-887C36952C3C
DIV1IO OfC9RATIO
un official i t of Florida wmite
DIVISION OF CORPORATIONS
Department of State I Division of Corporations I Search Records I Search by Entity_Name I
Detail by Entity Name
Florida Limited Liability Company
FG CONSTRUCTION,LLC
Filing Information
Document Number
FEI/EIN Number
Date Filed
Effective Date
State
Status
Last Event
Event Date Filed
Event Effective Date
Principal Address
2701 NW 55th Ct
Tamarac,FL 33309
Changed:04/25/2017
Mailing Address
2701 NW 55th Ct
Tamarac,FL 33309
L11000056734
30-0684928
05/13/2011
05/10/2011
FL
ACTIVE
LC AMENDMENT
11/07/2019
NONE
Changed:04/25/2017
Registered Agent Name &Address
DANG ,BAO
2701 NW 55 CT
TAMARA C,FL 33309
Name Changed:11/07/2019
Address Changed:11/07/2019
Authorized Person(s)Detail
Name &Address
Title MGR
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
DANG,BAO
2701 NW 55 CT
TAMARAC,FL 33309
Annual Reports
Report Year
2022
2023
2024
Filed Date
04/02/2022
02/03/2023
01/25/2024
Document Images
01/25/2024 --AN N U A L R EPO R T
02/03/2023 --AN N U A L R EPO R T
04/02/2022 --AN N U A L R EPO R T
04/28/2021 --AN N U AL R EPO R T
96/11/2020 --AN N U A L R EPO R T
11/07/2919 --LC Am endm ent
04/27/2019 --AN N U A L R EPO R T
12 /13 /2018 --L C Am endm ent
04/16 /2018 --AN N U A L REPO R T
04/25/2017 --AN N U A L_R EPO R T
093/28/2016 --A N N U A L REPO R T
02/04/2015 --AN N U A L REPO R T
04/15/2014 --AN N U A L REPO R T
03/04/2013 --AN N U A L REP O R T
04/28/2012 --A N N U A L REPO R T
95/13/2011 --Fl orida Li m ited Li abi lity
V iew im age in PD F fo rm at
V iew im age in PD F fo rm at
View im age in PD F fo rm at
View im age in PD F fo rm at
View im age in PD F form at
View im age in PD F form at
View im age in PD F fo rm at
View im age in PD F fo rm at
View im age in PD F form at
V iew im age in PD F fo rm at
V iew im age in PD F fo rm at
V iew im age in PD F fo rm at
View im age in PD F fo rm at
V iew im age in PD F fo rm at
View im age in PD F fo rm at
View im age in PD F fo rm at
tr
Docusign Envelope ID:23895926-11B0-4B875-849F-887C3695203C
State of Florida
Department of State
I certify from the records of this office that FGC is a Fictitious Name
registered with the Department of State on May 10,2023.
The Registration Number of this Fictitious Name is G23000059041.
I further certify that said Fictitious Name Registration is active.
I further certify that this office began filing Fictitious Name
Registrations on January 1,1991,pursuant to Section 865.09,Florida
Statutes.
Given under my hand and the Great Seal of
Florida,at Tallahassee,the Capital,this the
Eleventh day ofMay,2023
vSecretaryofState
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
DIVISION OF CORPORATIONS
D/IO of
C0RP»PATIOS
un official Sau of Florlu wwmnit
Previous on List Next on List Return to List
No Filing History
Fictitious Name Search
I Submit I
Fictitious Name Detail
Fictitious Name
FGC
Filing Information
Registration Number G23000059041
Status ACTIVE
Filed Date
Expiration Date
Current Owners
County
Total Pages
Events Filed
FEI/EIN Number
Mailing Address
2701 NW 55 COURT
TAMARAC,FL 33309
Owner Information
05/10/2023
12/31/2028
BROWARD
1
NONE
30-0684928
FG CONSTRUCTION,LLC
2701 NW 55 COURT
TAMARAC,FL 33309
FEI/EIN Number:30-0684928
Document Number:L 11000056734
Document Images
05/10/2023 --Fictitious Name Filing I View image in PDF format I
Previous on List Next on List Return to List
No Filing History
Fictitious Name Search
I Submit I
Florida Deparr ·nt of tat.Doi is0r i orprati ns
Docusign Envelope ID:23895926-110 -4B75-849F-887C3695203C
APPLICATION FOR REGISTRATION OF FICTITIOUS NAME
REGISTRATION#G23000059041
Fictitious Name to be Registered:FGC
Mailing Address of Business:2701 NW 55 COURT
TAMARAC,FL 33309
Florida County of Principal Place of Business:BROWARD
FEI Number:30-0684928
Owner(s)of Fictitious Name:
FG CONSTRUCTION,LLC
2701 NW 55 COURT
TAMARAC,FL 33309 US
Florida Document Number:L11000056734
FEI Number 30-0684928
FILEDMay10,2023SecrefaryofState
I the undersigned,being an owner in the above fictitious name,certify that the information indicated on this form is true and
accurate.I further certify that the fictitious name to be registered has been advertised at least once in a newspaper as defined
in Chapter 50,Florida Sta tutes,in the county where the principal place of business is located.I understand that the electronic
signature below shall have the same legal effect as if made under oath and I am aware that false information submitted in a
document to the Department of State constitutes a third degree felony as provided for in s.817.155,Florida Statutes.
BAO DANG
Electronic Signature(s)
Certificate of Status Requested ()
05/10/2023
Date
Certified Copy Requested (X)
Docusign Envelope ID:23895926-11B0-4B875-849F-887C3695203C
Catherine Remington
From:
Sent:
To:
Subject:
Attachments:
OnlineWebFic@dos.state.fl.us
Thursday,May 11,2023 6:03 AM
Catherine Remington
Fictitious Name Registration -G23000059041;300408531833
COS-G23000059041.pdf;CC-G23000059041.pdf,30531833.tif
Subject:FGC
REGISTRATION NUMBER:G23000059041
This will acknowledge the filing of the above fictitious name registration which was registered on May 10,2023.This
registration gives no rights to ownership of the name.
Each fictitious name registration must be renewed every five years between January 1 and December 31 of the
expiration year to maintain registration.Three months prior to the expiration date a statement of renewal will be mailed.
If the mailing address of this business changes,please notify this office in writing,or through the link provided on our
website www.sunbiz.org <http://www.sunbiz.org/>for Address &FEI/EIN Changes.Please reference the original
registration number.
Enclosed is your certificate(s)as requested.
Should you have any questions regarding this matter you may contact our office at (850)245-6058.
Division of Corporations
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C----p -
ACORD>CERTIFICATE OF LIABILITY INSURANCE I
DATE (MMIDD/YYYY)
~07/15/2024
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 riahts to the certificate holder in lieu of such endorsement(s).
PRODUCER 754-4 22-6671 {gIZA Lynn Corning
Corning Ins Solutions LLC '2".7 54-4 22-6671 I FAX
{gp.coring (A/C,No):
1 800 Pines lvd.,#312 8MsPembrokePines,FL 33027
Lynn Corning INSURER(S)AFFORDING COVERAGE NAIC#
INSURER A:Travelers P&C Insurance Co 25658
8"€struction LL-c INSuRR •American State Insurance Co 24759
2701 N .W .55th Court INsuRR .Charter Oaks Fire Insurance Co 25615
Tamarac,FL 33309 INSURER D:Great American Insurance Co 16691
INSURER E:Homeland Insurance 34452
INSURER F:
FGCON 1 OP ID:LC
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 NUMBER POLICY EFF POLICY EXP LIMITS1TRtilerAn/r
C X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $2,000,000-]ca ws-woe [x/occu DAMAGE TO RENTED 300,000yy7W66466507/25/2024 07/25/2025 PREMISES (Ea occurrence)s
E X Pollution Lia 7930121500001 10/12/2023 10/12/2024 MED EXP (Any one person)$10,000
f---2,000,000PERSONAL&ADV INJURY sf---4,000,000GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE sRPOLICY0f(8f □LOC PRODUCTS -COMP/OP AGG s 4,000,000
OTHER:EPLI 5 1,000,000
A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000(Ea accident)$f---X ANY AUTO y y 7W665152 07/25/2024 07/25/2025 BODILY INJURY (Per person)$f---OWNED -SCHEDULED-AUTOS ONLY -AUTOS BODILY INJURY /Per accident\$
HIRED 88%0%R9E:.9woe $-AUTOS ONLY -
$
A X UMBRELLA LIAB
~
OCCUR EACH OCCURRENCE s 5,000,000-7W666290 07/25/2024 07/25/2025 5,000,000EXCESSLIABCLAIMS-MADE y y AGGREGATE $
X OED I I RETENTION $10,000 s
B WORKERS COMPENSATION x/E e l e"AND EMPLOYERS'LIABILITY Y/N y AVWCFL3289322024 07/25/2024 07/25/2025 1,000,000ANYPROPRIETOR/PARTNER/EXECUTIVE NI E.L.EACH ACCIDENT $OFFICER/MEMBER EXCLUDED?N/A 1,000,000(Mandatory In NH)E.L.DISEASE -EA EMPLOYEE Slfyes,describe under 1,000,000DESCRIPTIONOFOPERATIONSbelowE.L.DISEASE -POLICY LIMIT $
D Inland Marine IMPE31831906 03/10/2024 03/10/2025 Equipment 4,172,705
Blanket 300,000
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
City of Miami Beach,a Florida municipal corporation,its officials,em3Pl?yees,and volunteers are named as_Certificate
Holder and endorsed as an additional insured for liability,including laiver of Subrogation Primary &Non Contributory
coverage.30 days written notice of cancellation,10 days'notice o cancellation for non-payment.
REFERENCE:1TB No.2024-419-ND 23rd Street Complete Streets Improvements Project
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
City of Miami Beach THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN
c/o Exigis Insurance Compliant Services ACCORDANCE WITH THE POLICY PROVISIONS.
PO Box 947
Murrieta,CA 92564 AUTHORIZED REPRESENTATIVEd4d 5I
ACORD 25 (2016/03)1988-2015 ACORD CORPORATION.All rights reserved.
The ACORD name and logo are registered marks of ACORD
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Form W-9 Request for Taxpayer Give Form to the
(Rev.November 2017)Identification Number and Certification requester.Do not
Department of the Treasury send to the IRS.Intemal Revenue Service Go to www.irs.gov/Form W9 for instructions and the latest information.
1 Name (as shown on your Income tax return).Name is required on this line;do not leave this line blank.
FG Construction LLC
2 Business name/disregarded entity name,if different from above
co 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1.Check only one of the 4 Exemptions (codes apply only lodOfollowingsevenboxes.certain entities,not Individuals;seeaDCCorporationDSCorporationDPartnership[rusvestate
instructions on page 3):
C D lndlvlduaVsole proprietor or0
,9 single-member LLC Exempt payee code (if any)±0 Limited liability company.Enter the tax classification (C=C corporation,S=S corporation,P=Partnership)sszNote:Check the appropriate box in the line above for the tax classification of the single-member owner.Do not check Exemption from FATCA reporting1:..LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is code (if any)EE another LLC that Is not disregarded from the owner for U.S.federal tax purposes.Otherwise,a single-member LLC that0.o Is disregarded from the owner should check the appropriate box for the tax classification of its owner.EO []omher (see Instructions)►pplies to accounts mai ntained outside the U.S.)£5 Address (number,street,and ap t.or suite no.)See instructions.Requester's name and address (optional)08 2701 NW 55 Court06City,state,and ZIP code
Tamarac FL 33309
7 List account number(s)here (optional)
-·t Taxpayer Identification Number (TIN)-
Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid ]Social security number I.......backup withholding.For individuals,this is generally your social security number (SSN).However,for a
resident alien,sole proprietor,or disregarded entity,see the instructions for Part I,later.For other
entities,it is your employer identification number (EIN).If you do not have a number,see How to get a
TIN,later.
Note:If the account is in more than one name,see the instructions for line 1.Also see What Name and
Number To Give the Requester for guidelines on whose number to enter.
LCFL-ILLor
Employer identification number
3 0 -0 6 8 4 9 2 8
Certification
Under penalties of perjury,I certify that:
1.The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me);and
2.I am not subject to backup withholding because:(a)I am exempt from backup withholding,or (b)I have not been notified by the Internal Revenue
Service (IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or (c)the IRS has notified me that I am
no longer subject to backup withholding;and
3.I am a U.S.citizen or other U.S.person (defined below);and
4.The FATCA code(s)entered on this form Of any)indicating that I am exempt from FATCA reporting is correct.
Certification Instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because
you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid,
acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement (IRA),and generally,payments
other than Interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions for Part 11,later.
Sign
Here swooro •Bao DangU.S.person
Digitally signed by Bao Dang
Date:2024.06.18 16:18:19 -04'00'Date »
General Instructions
Section references are to the Internal Revenue Code unless otherwise
noted.
Future developments.For the latest information about developments
related to Form W-9 and its instructions,such as legislation enacted
after they were published,go to www .irs.gov/Form W9.
Purpose of Form
An individual or entity (Form W-9 requester)who is required to file an
information return with the IRS must obtain your correct taxpayer
identification number (TIN)which may be your social security number
(SSN),individual taxpayer identification number (ti IN),adoption
taxpayer identification number (ATIN),or employer identification number
(EIN),to report on an information return the amount paid to you,or other
amount reportable on an information return.Examples of Information
returns include,but are not limited to,the following.
•Form 1099-INT (interest earned or paid)
•Form 1099-DIV (dividends,including those from stocks or mutual
funds)
•Form 1099-MISC (various types of income,prizes,awards,or gross
proceeds)
•Form 1099-B (stock or mutual fund sales and certain other
transactions by brokers)
•Form 1099-S (proceeds from real estate transactions)
•Form 1099-K (merchant card and third party network transactions)
•Form 1098 (home mortgage interest),1098-E (student loan interest),
1098-T (tuition)
•Form 1099-C (canceled debt)
•Form Tu99-A (acqulsitlon or abandonment of secured property)
Use Form W-9 only if you are a U.S.person (Including a resident
alien),to provide your correct TIN.
If you do not return Form W-9 to the requester with a TIN,you might
be subject to backup withholding.See What is backup withholding,
later.
Cat.No.10231x Form W-9 Rev.11-2017)
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
BUILDINC FOR THE FUTURE
2701 NW 55Court,
Tamarac,Florida 33309
0:954.766.4053 ◊F:866-791-3135
City of Miami Beach -23"Street Complete Streets Improvements Project
(Solicitation 2024-419-ND)
Litigation History
CACE 19-019616 FG Construction,LLC vs.Colony Insurance Company (Filed:09/22/2019)
Claim or Cause of Action:
Disposition of Case:
Declaratory Judgement
Claim for relief per Florida Statue under GL Policy issued by defendant.
Voluntarily Dismissed
CACE 19-15466 Noelle E Flores Smith vs FG Construction,LLC
CACE 19-001807 Murdale Flores vs FG Construction,LLC
(Filed:07/24/2019)
(Filed:01/25/2019)
Claim or Cause of Action:
Disposition of Case:
Negligence
Plaintiff alleges that she drove over a manhole which blasted open causing her
vehicle to be lifted in the air,flattening the tires of her automobile,and thereby
causing her to lose control of the vehicle.
Settled
CACE 20-019653 Marie T Laurent vs FG Construction,LLC,et al (Filed:11/19/2020)
Claim or Cause of Action:
Disposition of Case:
Negligence
Plaintiff alleges that an employee of FG Construction negligently operated or
maintained a motor vehicle that came into contact with her motor vehicle.
Settled
CACE 22-015385 Kenneth Payton Sr vs.DP Development LLC,et al (Filed:10/11/2022)
Claim or Cause of Action:
Disposition of Case:
Negligence
Plaintiff alleges that standing water within construction site caused Plaintiff to lose
control of his vehicle striking a light pole causing death.
Pending
CACE 23000630CAAXMX Gillian Heise vs Maccerne Desire and Allstate Ins.(Filed:06/26/2023)
Claim or Cause of Action:
Disposition of Case:
Negligence
Plaintiff alleges that Mr.Desire,an FG Construction employee negligently operated
or maintained a motor vehicle that collided with plaintiff's bicycle causing her to
lose control and fall.
Pending
Page 1
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
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
ease LR 10 0 €92 T.Ado.-s <3,o
'si c\d os SQ 4,352 ·+e '4333 shit,
o ?
Total s6,l53
Name f
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:23895926-11 B0-4B75-849F-887C36952C3C
Ron DeSantis,Governor
STATE OF FLORIDA
•Griffin.Secretary d ~kni rMelanie5.u (ls,
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
cosrocno7UT"""PG ow«o
-l MTHEGENERALCr:l'.fqif~'~..0~-~~4.¥'gR~6~·D UNDER THE3vrr""";
PROVISIONS OF CHAPTER489,FLORIDAS ATUTES
LICENSENUMBER:CGC1511391
EXPIRATION DATE:AUGUST 31,2024
Always verify licenses online at MyFloridalicense.com
4s%EggER9±st Do not alter this document in any form.
This is your license.It is unlawful for anyone other than the licensee to use this document.
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
BUSINESS NAME:
LOCATION:
CLASSIFICATION:
BUS REV RCPT #:
CONTROL No:
CITY OF TAMARAC
Business Revenue Receipt
FISCAL YEAR 2023 -2024
FG CO NSTRUCTIO N,LLC
2701 NW 55 CT
CO NTRA CTO R -CO RPO RA TION OR OFFICE
24 00013052
8219
------
ISSUE DATE:
EXP DATE:
TOTAL AMOUNT PAID:
9/29/23
9/30/24
184.00
BUSINESS REVENUE RECEIPT MUST
BE CONSPICUOUSLY DISPLAYED
\
FG CONSTRUCTION,LLC
BAO DANG,MGM MBR
2701 NW 55TH COURT
FORT LAUDERDALE FL 33309
____.,,/
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT
115 S.Andrews Ave.,Rm.A-100,Ft.Lauderdale,FL 33301-1895 -954-357-4829
VALID OCTOBER 1,2023 THROUGH SEPTEMBER 30,2024
Business Name:FG CONSTRUCTION LLC
Owner Name:BAO DUY DANG /QUALIF IE R
Business Location:2701 NW 55 CT
FT LAUDERDALE
Business Phone:954-304-1059
Recel.pt #·180-2 5 7 033·'GENERA L CONTRA CTOR (CERTBusinessType:GENERA L CONTRA CTOR)
Business Opened:05/10/2012
State/County/Cert/Reg:CGCl 5113 91
Exemption Code:
Rooms Seats Employees
2
Machines Professionals
For Vending Business Only
Number of Machines:Vending Type:
Tax Amount Transfer Fee NSF Fee Penalty I Prior Years I Collection Cost Total Paid I
27.00 0.00 0.00 o.oo I o.oo I 0.00 27.oo I
Receipt Fee
Packing/Processing/Canning Employees
27.00
0.00
THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS
THIS BECOMES A TAX RECEIPT
WHEN VALIDATED
This tax is levied for the privilege of doing business within Broward County and is
non-regulatory in nature.You must meet all County and/or Municipality planning
and zoning requirements.This Business Tax Receipt must be transferred when
the business is sold,business name has changed or you have moved the
business location.This receipt does not indicate that the business is legal or that
it is in compliance with State or local laws and regulations.
Mailing Address:
FG CONSTRUCTION LLC Receipt #Www -22-00275824
2701 NW 55 CT Paid09/14/2023 27.00
FT LAUDERDALE,FL 33309
2023 -2024
BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT
115 S.Andrews Ave.,Rm.A-100,Ft.Lauderdale,FL 33301-1895 -954-357-4829
VALID OCTOBER 1,2023 THROUGH SEPTEMBER 30,2024
Business Name:FG CONSTRUCTION LLC
Owner Name:BAO DUY DANG /QUALIF IE R
Business Location:2701 NW 55 CT
FT LAUDERDALE
Business Phone:954-304-1059
Receipt#:180-257033
Business Type:GENERA L CONTRA CTOR (CERT
GENERA L CONTRA CTOR)
Business Opened:05/10/2012
State/County/Cert/Reg:CGc 15113 91
Exemption Code:
Rooms Seats Employees
2
Machines Professionals
Signature For Vending Business Only
Number of Machines:Vendina Type:
I Tax Amount Transfer Fee I NSF Fee I Penalty I Prior Years I Collection Cost Total Paid I
I 27.00 0.00]0.00]0.00]0.00]0.00 27.00]
Receipt #WWW -22-00275824
Paid 09/14/2023 27.00
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
BUILDING FOR THE FUTURE
2701 NW 55A Court,
Tam arac,Florida 33309
0:954 .766.4 053 ◊F:866-791-313 5
Bao Dang,PE,CGC
809 Edgebro ok Lane,W est Palm Beach,FL.33411 [954-856-4925
Professional Synopsis
M r.Dang has over 22 years of public and private sector experience in heavy civil design,perm itting,
co nstru ction,and constru ction m anagem ent.He specializes in ro ad co nstru ction pro jects and holds both
Pro fessional Engineer and General Contractor licenses.
Highlights (22+years)
•Roadw ay constru ction experience since 2009 (14 years)
•11 years of ro ad design and co nstru ction m anagem ent experience
•Florida PE LI C.#58587
•Florida CGC LIC.#CGC1511 391
Education
•1997 B.S.Civi l Engineering -University of Florida,Gainesvill e,Fl 32601
Relevant Experience
•11 +years of FOOT and Bro w ard County experience as a Pro fessional Engineer and Engineer Intern
designing ro ads incl uding geom etric design,drainage,lighting,signalization,signing &pavem ent
m arking.
•14+years of constru ction experience w orking on ro ad pro jects including drainage,bridge,grading,
paving,co ncrete,A D A,sodding,fencing.
Construction Project History
Golden Heights Asphalt Improvements,Fort Lauderdale,2023,_$500K
Pro ject involves m aintenance and asphalt restoration in the Golden Heights co m m unity located in the City of
Fort Lauderdale.Im pro vem ent w ork includes m ill ing and resurfacing,concrete and sidew alk restoration,
and new pavem ent m arkings at cro ssw alks and intersections.
Page 1
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Guardrail,Fence &Accessories F&I,Broward County,2023,_$946K
Project involves repairing and new guardrail installation throughout Broward County.Work types include
asphalt and concrete pavement,grading,sodding,handrail and guardrail installation,crash cushion
installation,fencing,pipe rail repairs,bridge and end anchorage assembly.
NW 154Street vicinity of I-95,Broward County,2022,$103K
Project involves new construction on NW 15 St within the vicinity of 1-95 overpass located in Pompano
Beach.Work includes new sidewalk,swale,and guardrail installation,curb and gutter,ADA ramps,approach
terminal parallel assembly,asphalt pavement,and sodding.
Commercial Blyd.between Sawgrass Expwy.and Nob Hill Rd.,Broward County,2022,_$733K
Project involves general roadway resurfacing on Commercial Blvd.between the Sawgrass Expressway and
Nob Hill Road in the City of Tamarac.Repair work includes milling and resurfacing,additional striping for
bike lanes within the project limits.
Coral Ridge Dr.over C-14 Canal (Bridge No.864098]Rehabilitation,Broward County,2022,$4.6_M
Project involves repairs made on bridge (No.864098)located on Coral Ridge Dr.over Stranahan River (C-14
Canal)in Coral Springs.Repair work includes structural repairs,underdeck dowel installation,concrete
barrier wall replacements,rip rap repairs,deck waterproofing,roadway work,milling and resurfacing,
expansion joint replacement with polymer nosing,neoprene strip installation,methacrylate application,
slope protection undermining repairs,pile spall repairs,sealed concrete cracks,bullet railing ends
replacement,and concrete railing end replacement,handrail and guardrail replacement,installed steel
rebars to minimize movement with beams.Covered beams with epoxy,grabbed beams with Carbon Fiber
Reinforced Polymer (CFRP)laminate,applied UV coat to protect material from UV rays after CFRP.Sidewalk
repairs,ADA ramps replacement,thermoplastic and traffic paint.
Oakland Park Blvd..Hiatus Rd.to NW 120w Way,Broward County,2022,$1.3M
Project involves general roadway resurfacing on W.Oakland Park Blvd.between Hiatus Rd.and NW 1200
Way in the City of Sunrise.Repair work includes milling and resurfacing,striping,and roadway signs
installation,concrete work as curb replacements.
W,_Oakland Park Blvd.Bridge [No.868301Over C-42 Canal,Broward County,2021$3.5M
Project involves repairs made on the West Oakland Park bridge (No.868301)located in Fort Lauderdale.
Repair work includes structural repairs,underdeck dowel installation,rip rap repairs,deck waterproofing,
roadway work,milling and resurfacing,expansion joint replacement with polymer nosing,neoprene strip
installation,methacrylate application,slope protection undermining repairs,pile spall repairs,sealed
concrete cracks,bullet railing ends replacement,and concrete railing end replacement,handrail and
guardrail replacement,installed steel rebars to minimize movement with beams.Covered beams with epoxy,
grabbed beams with Carbon Fiber Reinforced Polymer (CFRP)laminate,applied UV coat to protect material
from UV rays after CFRP.Underwater repairs,installation ofU-bars to reduce movement of the beams,traffic
paint and thermoplastic.
Andrews Avenue Bridge Repairs,Broward County,2021$1,4M
Project involves repairs made on the Andrews Avenue bridge located in Fort Lauderdale.Repair work
includes painting the entire bridge with Class V paint.Repair concrete bridge deck,spall repairs,milling and
resurfacing,traffic paint and thermoplastic.
Page 2
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
NW 274Avenue Phase IL Pipe Lining.Broward County,2020,$1.5M
Pro ject involves drainage repairs m ade on NW 27h Ave.betw een Bro w ard Blvd.and NW 15h Ct.located in
Fort Lauderdale.Repair w ork incl udes exposing buried drainage stru ctures and structural repairs,m anhole
installation,pavem ent restoration,pipe lining,m odify ing ro ad plate,and seaw all repairs.
NW31Ave.Bridge [NO.860200]Repair,Broward County,2020,$2.1M
Pro ject involves repairs m ade on a bridge (N o.860200)over C-13 Canal located in Fort Lauderdale.Repair
w ork incl udes m ill ing and resurfa cing,rip rap repairs,fence replacem ent,expansion joint replacem ent with
polym er nosing,underdeck dow el installation,pile spall repairs,sealed concrete cracks,pavem ent m arkings,
rem oval of existing bridge joint,and deck w aterpro ofing.
Andrews Ave-Cypress Creek Rd to RaceTrack Rd,Broward County,2020,$738K
Pro ject involves analyzing and repairing of the entire drainage system .W ork ty pes include Drainage and
Dredging.
Andrews Ave from Cypress Creek to RaceTrack Road,Broward County,2020,$602K
Pro ject involves drainage and ADA im pro vem ents .W ork typ es include Drainage,Paving,Grading,Sodding,
Guardrail,and Concrete Sidew alk/Curb/ADA Ram ps/Drivew ay.
Colbert Elementary,Hollywood,2020,$528K
Pro ject involves pedestrian im pro vem ents in the neighborhoods aro und Colbert Elem entary School.W ork
typ es include Grading and Concrete Sidew alk/Curb/ADA Ram ps/Drivew ays.
Cypress Creek Rd from NW 31stto Powerline Rd,Broward County,2019,$527K
Pro ject involves analyzing and repairing th e entire drainage system .W ork ty pes include Drainage.
Hollywood Reservation Fencing,Seminole Tribe of Florida,2019,_$262K
Pro ject involves rem oving and installi ng a new w ood fence in th e Hollyw ood Reservation behind houses
adjacent to Florida Turn pike.W ork ty pes include Grading and Fencing.
Sheridan St Bridge Repair,Broward County,2019,$717K
Pro ject involves repairing the Sheridan St Bridge.Repair w ork includes pavem ent m arking,R&R
interm ediate bridges,joint rehab,post tension repair,fiber w rap,UV pro tection coating,pile spall repairs,
and sealed concrete cracks .
Coconut Creek Street Improvements,Coconut Creek,2019,$679K
Pro ject involves pedestrian im provem ents in the W inston Park co m m unity .W ork ty pes include Concrete
Sidew alk/Curb/A DA Ram ps /Drivew ays.
McNab Rd Bridge over SR 7,Broward County,2019,_$4.7 Million
Pro ject involves repairing and painting the M cNab Rd bridge over SR-7.Repair work includes stru ctural
repairs,underdeck dow el installation,co ncrete barrier w all replacem ents,rip rap repairs,deck
w aterpro ofing,ro adw ay w ork,m ill ing and resurfa cing,expansion joint replacem ent with polym er nosing,
neoprene strip installation,m ethacry late application,slope pro tection underm ining repairs,pile spall
repairs,sealed concrete cracks,bullet raili ng ends replacem ent,and co ncrete railing end replacem ent,
handrail and guardrail replacem ent,installed steel rebars to m inim ize m ovem ent with heam s.Covered
beam s w ith epoxy,grabbed beam s wi th Carbon Fiber Reinfo rced Polym er (CFRP)lam inate,applied UV co at
to pro tect m aterial from UV rays aft er CFRP.
Page 3
Docusign Envelope ID:23895926-11B0-4B75-849F-887C36952C3C
McNab Rd West of SR 7,Broward County,2019,_$965K
Project involves widening of McNab Rd and installing concrete barrier walls.Work types include Drainage,
Paving,Grading,Sodding,Concrete Median Barrier Wall,Guardrail,and Striping.
Peters Rd -Pine Island Rd to University Dr,Broward County,2019,$885K
Project involves minor widening,drainage,and ADA improvements.Work types include Grading,Fencing,
Drainage,Paving,Concrete Sidewalk/Curb/ADA Ramps/Driveway,Striping,and Sodding.
McNab Rd -Pine Island Rd to SR 7,Broward County,2019,$811K
Project involves analyzing and repairing of the entire drainage system.Work types include Drainage and
Dredging.
Coral Ridge Dr -Atlantic to McNab,Broward County,2018,_$731K
Project involves minor widening,drainage,and ADA improvements.Work types include Drainage,Fencing,
Paving,Grading,Sodding,Striping,Signing,and Concrete Sidewalk/Curb/ADA Ramps/Driveways.
NW 7th Ave from Sistrunk to Sunrise,Broward County,2018,$630K
Project involves drainage repair and ADA improvements.Work typ es include Drainage,Grading,Striping,
and Concrete Sidewalk/Curb/ADA Ramps/Driveways.
Andrews Ave from Oakland Park to Prospect,Broward County,2018,_$587K
Project involves drainage and ADA improvements.Work types include Drainage,Paving,Grading,Striping,
and Concrete Sidewalk/Curb/ADA Ramps/Driveways.
Coral Springs Dr from Sample to Wiles,Broward County,2017,_$597K
Project involves drainage and ADA improvements.Work types include Drainage,Fencing,Paving,Grading,
Sodding,Striping,Signing,and Concrete Sidewalk/Curb/ADA Ramps/Driveways.
Hiatus Greenway,Broward County,2014,$2.8 Million
Project involves clearing and installing 8'-12'wide shared-use path along Hiatus Rd/C-42 canal.Work typ es
include Drainage,Paving,Grading,Sodding,Landscaping,Concrete Sidewalk/Curb/ADA Ramps/Driveway,
Guardrail,Signing,and Striping.
Guardrail &Accessories,Broward County,2012,$927K
Project involves repairing and new guardrail installation throughout Broward County.Work types include
Paving,Grading,Sodding,and Guardrail.
Design Project History
Hiatus Road (Sunrise Blvd to south of Oakland Park Blvd)
Prepared Roadway plans,lighting plans and signing and marking plans.Performed utility relocation
coordination.Manage consultant in the design of the bridge and signal.Prepared materials for and held 3
public information meetings.This project was designed using FOOT and Broward County standards and is
the construction of a new 4-lane divided roadway with a complete drainage system,lighting system,signal,
bridge,landscape &irrigation system.
Page 4
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Blount Road (Copans Road to Sample Road)
Prepared ro adw ay plans,lighting plans and signing and m arking plans.Designed drainage system .
Perfo rm ed utili ty relocation coordination.Managed Contractor in the constru ction of portions of this pro ject.
Perfo rm post-design servi ces,as necessary.This pro ject w as designed using FDOT and Bro w ard County
standards and involves new constru ction w ith a co m plete drainage system and lighting system .
Copans Road (Fla.Turnpike to Powerline Road)
Prepared Roadw ay,Signing and M arking,Maintenance of Traffi c,Li ghting,and Signalization plans.Prepared
bid docu m ents.Served as the resident Engineer and Pro ject Manager during the constru ction of this pro ject.
This pro ject w as prepared using FD OT and Bro w ard County standards and involves w idening of an existing
4-lan e divided ro adw ay to a 6-lane divided ro adw ay.
State Road 84 Shared-Use Path (West of Davie Road to 1-95)
Prepared geom etric plans and co ordinated utility relocations.Pro vided post-design co nsultation.
Coordinate w ith adjacent businesses during design and constru ction.Presented the pro ject to Marina Mile
Associ ation.Acquired th e assistance of Contech in the design of geogrid slope.Applied fo r SFW MD standard
perm it and acquired FD OT constru ction perm it.This pro ject involves m inor w idening and resurfacing and
installation of a shared-use path.This pro ject w as designed using FDOT standards.
SW 68th Avenue (Bailey Rd to McNab Rd)
Prep ared geom etric plans,perfo rm ed drainage design,and coordinated all w ater &sew er
relocation /constru ction.Resolved constru ctability issues and design changes during constru ction.Acquired
DPEP drainage perm it and assisted w ith th e tree relocation perm it.This pro ject involves ro adway
resurfa ci ng,sidew alk installation,and installation of a drainage system -all within FDOT and Bro w ard
County standards.
NW 22nd Street (NW 21st St.to 1-95)
Prepared geom etric plans and signing and pavem ent m arking plans.Coordinated all utility relocations.
Acquired DPEP drainage perm it.Pro vided post-design consultation.This pro ject involves ro adw ay
reco nstru ction and drainage design.There w as no existing drainage system .This pro ject w as designed using
FD O T and Bro w ard County Standards.
Hagen Ranch Road [Atlantic Aye,_To Boynton Beach Blyd,]
Designed the signing and m arking plans and used GEOPAK to generate quantities.Assisted with the
geom etric design and perfo rm ed drainage design under superv ision.Generated co m plete quantities
incl uding earthw ork and drainage.Generated drainage stru ctu re sheets and utilized GEO PAK to plot existing
utili ties and the pro posed drainage.Used NETW ORX to size drainage pipes.Assisted in resolving utili ty
conflicts by analyzing the surv ey data and pro ducing altern atives.This pro ject was designed using FDOT and
Palm Beach County sta ndards and involved upgrading Hagen Ranch Road from a 2-lane to a 5-lane ro adway.
Hiatus Road (Broward Blvd.to Sunrise Blvd.)
Designed the signing and m arking plans.Assisted w ith the geom etric design and drainage design.W ro te
criteria fil es to generate cro ss-sections.Generated com plete quantities utilizing GEOPAK and arranging the
item s into a com putation book.This pro ject w as designed using FDOT and Bro w ard County standards and
involved m odify ing an existing 2-lane ro ad into a 4-lane divided ro ad.
Central Blvd
Designed the drainage system and signing and m arki ng plans along Indian Creek Parkw ay.Assisted with the
geom etric design.Perfo rm ed calc ulations fo r pavem ent w arping to m atch the existing Indian Creek Parkw ay.
Generated cro ss-sections fo r Indian Creek Parkw ay.This pro ject w as designed using Palm Beach County
standards and involved extending Central Bl vd from Clint M oore Road to Indian Creek Parkw ay.A traffi c
ci rcl e w as added at the intersection of Central Bl vd.and Indian Creek Parkw ay.
Page 5
Docusign Envelope ID:23895926-11 B0-4875-849F-887C36952C3C
Perimeter Road (Fort Lauderdale International Airport)
Designed the signing and marking plans.Assisted with the geometric design and project layout.The project
involved connecting a section of West Perimeter Road with the existing Perimeter Road,shifting a major
intersection,and drainage design.
Forest Hill Blvd
Assisted with the geometric and signing and marking plans.Generated drainage structure sheets and assisted
in the resolution of conflicts with existing utilities.This project was designed using FOOT and Palm Beach
County standards and involved changing a 4-lane divided road to a 6-lane divided road with the addition of
entrances to the Wellington Mall.
Tampa International Plaza Mall
Designed the three entrance roads that connect the ring road to an FOOT roadway.Coordinated with all the
utility companies to resolve potential conflicts.Performed drainage design.Assisted with the permitting
involved in this project.This project was designed using FOOT standards.
S.R.838 (University Dr.to NW 56th Ave.)
Designed the traffic control,signing and marking,signalization,and lighting plans.Used traffic data and
Signal 94 to generate the timing for all traffic signals.Performed lane closure analysis for the East and West
sections of S.R.838.Performed analysis of the existing lighting system on S.R.838 and formulated an
appropriate upgrade for the areas that were not up to standards.Assisted with the public awareness,
geometric design,and landscaping plans.Designed the parking lot of an adjacent shopping plaza utilizing the
City of Plantation standards.This project,which was designed using FOOT standards,involved milling and
resurfacing,median closures,sidewalk construction,mast arm signalization upgrade,and bringing the
lighting system up to standards.This project required significant coordination with existing businesses for
License Agreements.
S.R.810 (NW /SW 12th Ave.)
Designed the signing and marking and signalization plans for this intersection improvement project.Used
traffic data and Signal 94 to generate the signal timing.Assisted with the geometric,drainage,and
landscaping plans.Performed calculations to ensure that the proposed drainage system could integrate with
the existing one.The project (FOOT standards)involved adding a left turn lane to the existing single left turn
on westbound S.R.810,and adding a right turn lane and changing a single left to a dual left turn for both
approaches on 12th Ave.
S.R.810 (Culvert Replacement at Harbor Dr.)
Designed the signing and marking and traffic control plans (TCP).The TCP included a detour that allowed
S.R.810 to be completely closed to remove the existing culvert and replace it.This project was designed using
FOOT standards.
S.R.842 (S.R.7 to NW /SW 7th Ave.)
Designed the traffic control plan.Revised the signing and marking,roadway design,drainage,and
signalization plans.Used Atlas to perform strain pole calculations to ensure that the poles are strong enough
to handle an internally illuminated sign connected onto it.Performed the signal warrant and delay study at
NW /SW 9th Ave.This project,which was designed using FOOT standards,involved construction of brick
paver sidewalk and crosswalks,provided landscape and irrigation,included overbuild to correct cross slopes,
replaced all existing P-9 and P-10 inlet tops with P-5 and P-6 inlet tops,and provided a new lighting system
for the roadway and a new pedestrian lighting system.Also,a public awareness campaign was conducted.
Page 6
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Lyons Road (Clint Moore Rd.To Linton Blvd.)
Designed the signing and m arking plans and assisted w ith the ro adw ay design.This project is done to Palm
Beach County standards.The project is a new constru ction of a 2-lane ro ad w ith the intent of expanding to
a 4-lane ro ad in the future.
Page 7
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
BUILD NG FOR THE FUTURE
2701 NW 550 Court,
Tam arac,Florida 33309
0:954 .766.4 053 ◊F:866-791-3135
Jose E.Garcia-Silverio
Operations M anager
Professional Synopsis
M r.Garci a-Silverio m anages and oversees daily operations to ensure effi cient operations and safety in every
departm ent.Pro viding direction,leadership,support ,fo cu s and guidance fo r our team .Com pany designated
Safety Offi cer -m anages preventative care,safety and co m pliance training pro gram s.M onitor com pliance
w ith OSH A standards,including health and safety statues and regulations,by updating the cu rrent safety
pro tocols.M onitor all w ork perfo rm ed in acco rdance w ith appro ved plans,intern al policies and pro cedures,
and contract docu m ents.
Highlights
•Roadw ay co nstruction experience
•Constru ction of building m aterial experience
•M anagem ent experience
Education/Certification
•05/2007 -12/2008 M asters of Science in Finance -Florida Intern ational University ,M iam i,Fl 33199
•02/2002 -05/2005 B.S.of Com puter Science -Park University ,Parkv ill e,MO 64152
•Departm ent of Transporta tion Concrete Batch Plant Operator Certified
•A m erican Concrete Institute -ACI D Concrete Field Technician -Grade I
•Defensive Driving Course
•Florida Interm ediate W ork Zone Safety Specialist
Relevant Experience
•FD O T and Bro w ard County Constru ction experience w orking on ro ad pro jects including bridge,
grading,paving,co ncrete,A DA ,sodding,fencing.
Construction Project History
Roosevelt Gardens Sidewalk Improvements,Broward County,2023,$2.3M
Pro ject involves drainage,sidew alk,and sw ale im pro vem ents located at 277 3 NW 120 Court in Fort
Lauderdale.Im pro vem ents incl ude restoration of sidew alks and drivew ays.Installation of ADA w arn ing pad
ram ps an d restoration of sw ale areas.
Coconut Creek Pkwy over FL Turnpike,Broward County,2023,_$164K
Pro ject involves repairs of chain link fencing and fencing posts on Coco nut Creek Pkwy over the Florida
Turn pike in Coco nut Creek.Repairs includes cl eaning and sealing co ncrete cracks on sidew alks,drill ing holes
Page 1
Docusign Envelope ID:23895926-11 B0-4 875-849F-887C36952C3C
fo r pressure gro uting fo r pipes,pour joints w ith backer ro d,rem oval/disposal,and installation of chain link
of fe nci ng.
Deerfield Island Nature Center,Broward County,2023,$728K
Pro ject involves pathw ay rebuilding to m eet ADA requirem ents at 172 0 Deerfield Island Park located in
Deerfield Beach.W ork includes cl earing and gru bbing,em bankm ent,French drain aggregate with ballast
ro ck,Type B stabili zation,and geotextile filter fabric.
Washington Road Roadway,West Palm Beach,2023,_$368K
Pro ject involves sidew alk and cu rb im pro vem ents at W ashington Road in W est Palm Beach.W ork includes
cl earing and gru bbing,rem oval of existing co ncrete (cu rb,drivew ay,sidew alk),replacem ent of co ncrete cu rb
&gutt er,sidew alks,drivew ay,ADA detectable w arn ings.
Ny17a Street Multiple Bridge Maintenance and Repairs [No.868000 &868037),Plantation,2022,
$150K
Pro ject involves m aintenance and repairs on tw o bridges located in the City of Plantation.Bridge No.868000
is located at NW 170 St.appro xim ately 200'south of Pine Island Rd.and Bridge No.868037 is located at SW
16h St.betw een SW 54h and SW 55h Ave.Repair w ork includes stru ctural repairs,co ncrete barrier w all
replacem ents,rip rap repairs,slope pro tection underm ining repairs,sealed co ncrete cracks,concrete railing
end replacem ent,handrail and guardrail installation,ADA ram ps,sidew alks,and sodding.
NW 270Ave.over Canal C-12 (Bridge No.864078]Repairs,Broward County,2022,$2.2 Million
Pro ject involves m aintenance and repairs on Bridge No.864078 over Canal C-12 (NW 27th Ave.from Sunr ise
Bl vd.to Bro w ard Bl vd.).Repair w ork includes stru ctural repairs,underdeck dow el installation,deck
w aterpro ofing,ro adw ay w ork,m ill ing and resurfa cing,therm oplastic and traffi c paint,expansion joint
replacem ent w ith polym er nosing,neoprene strip installation,m ethacry late application,slope pro tection
underm ining repairs,pile spall repairs,sealed co ncrete cracks,bullet raili ng ends replacem ent,installed steel
rebars to m inim ize m ovem ent w ith beam s.Covered beam s w ith epoxy,grabbed beam s w ith Carbon Fiber
Reinfo rced Polym er (CFRP)lam inate,applied UV coat to pro tect m aterial from UV rays after CFRP.
Franklin Park Improvements,Broward County,2022,$760K
Pro ject involves sidew alk and cu rb ram p im pro vem ents at Franklin Park located in Fort Lauderdale.Repair
w ork incl udes concrete sidew alk and drivew ays,lim e ro ck installation,cu rb and gutter,co ncrete cu rb Type
D,A PA co m pliant curb ram ps,sodding.
Dixie Highway Streetscape Improvements,Pompano Beach,2023,_$9,2M
Subcontracted to handle sitew ork at 1 Atlantic Bl vd.CROW (City Right of W ay;Dixie Hwy &Atlantic Bl vd.
Intersection)located in Pom pano Beach.Im pro vem ent w ork includes installation of F-cu rb and sidew alk,
m ill ing and resurfa cing,saw cu t pavem ent edges,clearing and gru bbing,handrail repairs,ADA ram ps with
detectable w arn ing surfa ce,pavem ent m arkings,and sidew alk restoration.
Downtown Bus Terminal Concrete Pavement Repairs,Broward County,2022,$406K
Pro ject involves repairs m ade at the Dow ntow n Bus Term inal located at W .Bro w ard Blvd.&Brickell Ave.in
Fort Lauderdale.Repairs include rem oval of existing co ncrete sidew alks,pavem ent or slope pavem ents,cu rb
and gutt ers,reinfo rci ng steel,co ncrete pour fo r sidew alks,and sealed co ncrete cracks.
Sheridan St over FL Turnpike [Bridge No.860155)Repairs,Broward County,2022,$778K
Pro ject involves repairs m ade on Bridge No.860155 located on the south bound lane of Sheridan St.over FL
Turn pike in Davie.Kepair w ork includes pavem ent m arking,R&R interm ediate bridges,joint rehab,post
tension repair,fiber w rap,UV pro tection co ating,pile spall repairs,and sealed concrete cracks.
Previous experience
09/2014-05/2022,ArgOS USA,LLC,Miami,FL 33182
Page 2
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
District Manager [Miami-Dade,Broward and Palm Beach]
M anaged the developm ent and gro w th of South Florida Market from inception.Develop team w ork am ong all
operational departm ents w hile upholding co m pany guidelines,policies and pro cedures,while
sim ulta neously m aintaining m orale acro ss all departm ent levels.Responsible for operating budget,capital
expenditure and sales revenue fo r the M iam i m arket -$11.5 m ill ion in gro ss sales.Pro vide direction,
leadership,support,fo cu s,and guidance fo r a team of 30 em ployees,to ensure th at safe and effi cient
operating pro cedures are executed in every departm ent.Manage operational cost,pro duction effi ciencies,
raw m aterial inventory ,and m onthly inventory reports.Developed and im pro ved inventory reporting
practices to ensure accuracy -consum ption excel spreadsheet.Developed and im pro ved quality control
tracking and pro cedures -m oisture co ntro l sheet.Currently used in various areas of the Argos footprint.
Partici pate in the selection,hiring,training,disciplinary ,and discharge pro cess of all em ployees.Effectively
increased the m argins over m aterial by +30%during a dow n m arket by w orking togeth er w ith the sales,
quality contro l,fleet m aintenance and pro duction team s.Daily co ntact w ith w ide spectru m of cu stom ers,
fr om co m pany presidents to individual w orkers on the job site to ensure co m plete cu stom er fulfillm ent.
Cro ss selli ng of pro ducts to increase revenue (exam ple -fiber,co lor).Identifyi ng specialty w ork to m axim ize
pro fits -(D OT -Drill Shaft s).M aintained a high em ployee m orale by effective com m unication and
organization of em ployee concern s.M anage,coordinate,and enfo rce th e OSHA safety regulations.
M aintained excellent fa cility operation thro ugh pro per m anagem ent of preventive m aintenance pro gram .
Responsible fo r the safety im plem entation and adhesion of all safety policies and regulations in the South
Florida m arket.Responsible fo r the adhesion of FOOT ru les and regulation fo r drivers.Managed the
investigation,reporting,and post-acci dent pro cedures fo r all accidents -preventable and non-preventable.
07 /2 0 04 -09/2014,V ulc an M aterials Com pany-Florida Rock Di vision.M iam i,FL 33318 2
Load out Superv isor [Miami Quarry)(11/2010-09/2014)
Responsible fo r the day-to-day operation,cost,em ployees,and equipm ent of the load out facilities,to
incl ude the scale,yard,and rail loading fa cility .
Area Operations Manager (M iami-Dade,Broward and Palm Beach)(11/2007 -10/2010)
Pro vide direction,leadership,support,fo cus,and guidance fo r seven supervisors,who m anage 77
em ployees,to ensure that safe and effi cient operating pro cedures are execu ted in every departm ent.
Responsibilities incl ude three ready m ix plants ,tw o fleet shops and a block pro duction facility each with a
dispatch office:ranging fr om South Palm Beach County to Miam i-Dade County .Responsible for operating
budget,capital expenditu re and sales revenue of $20 m ill ion dollars.
Sales Representative [M iami-Dade,Broward and Palm Beach)(01/2005-11/2007)
Responsible fo r generating the yearly sales of the North Bro w ard and South Palm Beach counties with
gro ss sales of over $5.6 m ill ion.M ainta in close rapport w ith both intern al and extern al cu stom ers in order
to generate sales and alw ays ensure m axim um cu stom er satisfaction.Successfu lly sell ready m ix and
building m aterial pro ducts to general contractors and sub-contractors.Pro ven abili ty to m anage various
top acco unts fo r Florida Rock Industries,Inc.w hile generating brand aw areness and sales by educating
custom ers on com pany pro ducts.
Ready Mix Plant Manager [Miami Area)(01/2005-10/2005)
M anaged effectively a fleet size of 31 pieces of equipm ent,w ith a gro ss value of $15.5 m ill ion dollars.
M inim ized operations co st 15%by pro per m anagem ent of em ployee schedules and co m pany assets.
Customer Serv ice Presentative [Miami Area)(07/2004 -01/2005)
Responsible fo r daily scheduling of orders and deliveries w ith gro ss sales of about $12 m ill ion per year.
Daily preparation of driver schedule to ensure pro m pt and pro ductive delivery of m aterials.
12 /2 0 03 -07 /2004 ,Financi al M anager,JA GS M edic al Offi ce,M iam i,FL 33174
Expanded cl ientele base by over 150%by contacting existing clients and attaining new referrals.
Researched m arket co m petition and their prices to stay ahead of key players mn the m dustry .Consistently
attained co m pany quota of cl ient retentions and gro wt h.Increased revenue by over 20%per m onth while
m ainta ining exceptional levels of cu stom er satisfa ction.Reco nciled bookkeeping reco rds to co m puter
records fo r over 150 acco unts.M anaged yearly budget of over 200 thousand dollars,including purchases,
payroll,and equipm ent repairs.
Page 3
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
02/2001-11/2003,US Marine Corps,Havelock._NC
R eci pient of the "N avy Achievem ent M edal"fo r outstanding perfo rm ance of duties.
Reci pient of th e "N ational Defense M edal"fo r m ilitary serv ice during tim e of w ar.
Crash Fire Rescue School,(top 5%of cl ass)
Page 4
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
BUILDING FOR THE FUTURE
2701 NW 55M Court,
Tam arac,Florida 33309
0:954.766.4 053 0 F:866-791-3135
Jose Ramirez
Superintendent
Professional Synopsis
M r.Ram irez has been a superintendent with over 16 years'experience in undergro und utilities,bridge
repairs and ro ad co nstru ction pro jects.His range of expertise com prise of a heavy equipm ent operator
includes the skid steer,excavator,com bination,and m any m ore.As a supervisor of m ultiple crews,Mr.
Ram irez can function in all aspects of a pro ject.He has superb organization skill s,able to com m unicate to
the pro ject m anager and interpret com plex bridge plans.
Relevant Experience
•16+years of constru ction experience w orking on ro ad pro jects including bridge repairs,drainage
im pro vem ents,w ater and sew er utilities,earthw ork,m ill ing and resurfacing,signing and pavem ent
m arkings,and site restoration.
Construction Project History
Golden Heights Asphalt Improvements,Fort Lauderdale,2023,_$500K
Pro ject involves m aintenance and asphalt restoration in the Golden Heights co m m unity located in the City of
Fort Lauderdale.Im provem ent w ork includes m ill ing and resurfacing,concrete and sidew alk restoration,
and new pavem ent m arkings at crossw alks and intersections.
Guardrail,Fence &Accessories F&I,Broward County,2023,$946K
Pro ject involves repairing and new guardrail installation thro ughout Brow ard County .W ork ty pes include
asphalt and concrete pavem ent,grading,sodding,handrail and guardrail installation,crash cu shion
installation,fe ncing,pipe rail repairs,bridge and end anchorage assem bly.
NW15w_Street vicinity of I-95,Broward County,2022,$103K
Pro ject involves new co nstru ction on NW 15th St.w ithin the vicinity of 1-95 overpass located in Pom pano
Beach.W ork incl udes new sidew alk,sw ale,and guardrail installation,cu rb and gutter,ADA ram ps,appro ach
term inal parallel assem bly,asphalt pavem ent,and sodding.
Commercial Blvd._between Sawgrass Expwy.and Nob Hill Rd.,Broward County,2022,_$733K
Pro ject involves general ro adw ay resurfa cing on Com m ercial Bl vd.betw een the Saw grass Expressw ay and
Nob Hill Road in the City of Tam arac.Repair w ork includes m ill ing and resurfacing,additional striping fo r
bike lanes wi thin the pro ject lim its.
Page 1
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
N y 1 7 a Street M u ltip le Bridge M aintenance and R epairs [N o.868000 &868037),Plantation,2022,
$1 50K
Pro ject involves m aintenance and repairs on tw o bridges located in the City of Plantation.Bridge No.868000
is located at NW 174 St.appro xim ately 200'south of Pine Island Rd.and Bridge No.868037 is located at SW
16h St.betw een SW 54h and SW 55h Ave.Repair w ork includes stru ctural repairs,co ncrete barrier w all
replacem ents,rip rap repairs,slope pro tection underm ining repairs,sealed concrete cracks,concrete railing
en d replacem ent,handrail and guardrail installation,ADA ram ps,sidew alks,and sodding.
N W 27 A ye.over Can a]C-12 (B ridge N o.864078]R epairs,Brow ard County,2022,$2.2 M ill ion
Pro ject involves m aintenance and repairs on Bridge No.864078 over Canal C-12 (NW 27th Ave.fr om Sunrise
Bl vd.to Bro w ard Bl vd.).Repair w ork includes stru ctural repairs,underdeck dow el installation,deck
w aterpro ofing,ro adw ay w ork,m ill ing and resurfa ci ng,therm oplastic and traffi c paint,expansion joint
replacem ent w ith polym er nosing,neoprene strip installation,m ethacry late application,slope pro tection
un derm ining repairs,pile spall repairs,sealed co ncrete cracks,bullet raili ng ends replacem ent,installed steel
rebars to m inim ize m ovem ent w ith beam s.Covered beam s w ith epoxy,grabbed beam s w ith Carbon Fiber
R einfo rced Polym er (CFR P)lam inate,applied UV co at to pro tect m aterial fr om UV rays aft er CFRP.
A tlan tic Bl vd.over East Ou tfa ll Canal (B ridge N o.864048]R ehabilitation ,Brow ard County,2022,$2.6
M ill ion
Pro ject involves repairs on Bridge No.864048 over East Outfa ll Canal located in M argate.Pro ject is located
at A tlantic Bl vd.fr om Ram blew ood Dr.to Rock Island Rd.Repair w ork includes stru ctu ral repairs,underdeck
dow el installation,concrete barrier w all replacem ents,rip rap repairs,deck w aterpro ofing,roadw ay w ork,
m ill ing an d resurfa ci ng,therm oplastic and traffi c paint,expansion joint replacem ent w ith polym er nosing,
neoprene strip installation,m ethacry late applicati on,slope pro tection underm ining repairs,pile spall
repairs,sealed concrete cracks,bullet raili ng ends replacem ent,and co ncrete railing end replacem ent,
handrail and guardrail replacem ent,installed steel rebars to m inim ize m ovem ent wi th beam s.Covered
beam s w ith epoxy,grabbed beam s wi th Carbon Fiber Reinfo rced Polym er (CFRP)lam inate,applied UV co at
to pro tect m aterial fr om UV rays aft er CFRP.
Lak eview D r.over Can a]C-2 [B ridge No.864114 &86 4115]Repairs,Brow ard Coun ty,2022,$1.7
M illi on
Pro ject involves repairs on tw o bridges located in Coral Springs.Bridge No.86411 4 &86411 5 over East
Outfa ll Canal.Pro ject is located at Lakeview Dr.east fr om Coral Ridge Dr.Repair w ork includes stru ctural
repairs,underdeck dow el installation,deck w aterpro ofing,ro adw ay w ork,m ill ing and resurfa cing,
therm oplastic and traffi c paint,expansion joint replacem ent w ith polym er nosing,neoprene strip
installation,m ethacry late application,slope pro tection underm ining repairs,pile spall repairs,sealed
co n crete cracks,bullet railing ends replacem ent,and concrete raili ng end replacem ent,handrail and
guardrail replacem ent,installed steel re bars to m inim ize m ovem ent w ith beam s.Covered beam s wi th epoxy,
grabbed beam s wi th Carbon Fiber Reinfo rced Polym er (CFR P)lam inate,applied UV co at to pro tect m aterial
fr om UV rays after CFR P.
SE 34 A y e.over Tarpon R iv er [Bridge N o.8640 69]R ep air,Brow ard Cou nty,2022,_$1.4 M ill ion
Pro ject involves repairs m ade on Bridge No.864069 located on SE 34 Ave.over Tarpon River in Fort
Lau derdale.Repair w ork incl udes concrete w ork,built ADA ram ps com pliant,therm oplastic and traffi c paint,
stru ctural repairs,underdeck dow el installation,deck w aterpro ofing,ro adw ay w ork,m ill ing and resurfa cing,
expansion joint replacem ent w ith polym er nosing,neoprene strip installation,m ethacry late application,
slop e pro tecti on underm ining repairs,pile spall repairs,sealed co ncrete cracks ,bullet raili ng ends
replacem ent,and co ncrete raili ng end replacem ent,handrail and guardrail replacem ent,installed steel
reb ars to m inim ize m ovem ent w ith beam s.Covered beam s w ith epoxy,grabbed beams with Carbon Fiber
R einfo rced Polym er (CFRP)lam inate,applied UV coat to pro tect m aterial from UV rays after CFRP.
Page 2
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Old Griffin Rd.over C-10 Canal (Bridge No.864073]Repair.Broward County,2022,$1.2 Million
Project involves repairs made on Bridge No.864073 located on Old Griffin Rd.over the C-10 Canal in Dania
Beach.Repair work includes structural repairs,underdeck dowel installation,deck waterproofing,roadway
work,milling and resurfacing,thermoplastic and traffic paint,expansion joint replacement with polym er
nosing,neoprene strip installation,methacrylate application,slope protection undermining repairs,pile
spall repairs,sealed concrete cracks,bullet railing ends replacement,and concrete railing end replacement,
handrail and guardrail replacement,installed steel rebars to minimize movement with beams.Covered
beams with epoxy,grabbed beams with Carbon Fiber Reinforced Polymer (CFRP)laminate,applied UV coat
to protect material from UV rays after CFRP.
Sheridan St.over FL Turnpike [Bridge NO,860155]Repairs.Broward County,2022,$778K
Project involves repairs made on Bridge No.860155 located on the south bound lane of Sheridan St.over FL
Turnpike in Davie.Repair work includes R&R intermediate bridges,spall repairs,post tension repair,fiber
wrap,UV protection coating,pile spall repairs,and sealed concrete cracks.
N.Andrews Ave.over South Fork Middle River (Bridge No.860156)Repairs,Broward County,2022,
$2.1 Million
Project involves repairs made on Bridge No.860156 located on N.Andrews Ave.over S.Fork Middle River in
Wilton Manors.Repair work includes structural repairs,underdeck dowel installation,concrete barrier wall
replacements,rip rap repairs,deck waterproofing,roadway work,milling and resurfacing,expansion joint
replacement with polym er nosing,neoprene strip installation,methacrylate application,slope protection
undermining repairs,pile spall repairs,sealed concrete cracks,bullet railing ends replacement,and concrete
railing end replacement,handrail and guardrail replacement,installed steel rebars to minimize movement
with beams.Covered beams with epoxy,grabbed beams with Carbon Fiber Reinforced Polymer (CFRP)
laminate,applied UV coat to protect material from UV rays after CFRP.Underwater pile repairs,
thermoplastic and traffic paint.
Atlantic Blyd.over C-1 Canal [Bridge No.864046&864047 Repairs,Broward County,2022,$2.3
Million
Project involves repairs made on two bridges (No.864046 &86404 7)located on Atlantic Blvd.over C-1 Canal
in Coral Springs.Repair work includes structural repairs,underdeck dowel installation,concrete barrier wall
replacements,deck waterproofing,roadway work,milling and resurfacing,expansion joint replacement with
polymer nosing,neoprene strip installation,methacrylate application,slope protection undermining repairs,
pile spall repairs,sealed concrete cracks,bullet railing ends replacement,and concrete railing end
replacement,handrail and guardrail replacement,installed steel re bars to minimize movement with beams.
Covered beams with epoxy,grabbed beams with Carbon Fiber Reinforced Polymer (CFRP)laminate,applied
UV coat to protect material from UV rays after CFRP.Sidewalk repairs,ADA ramps replacement,
thermoplastic and traffic paint.
Coral Ridge Dr.over C-14 Canal [Bridge No.864098]Rehabilitation,Broward County,2022,$4.6
Million
Project involves repairs made on bridge (No.864098)located on Coral Ridge Dr.over Stranahan River (C-14
Canal)in Coral Springs.Repair work includes structural repairs,underdeck dowel installation,concrete
barrier wall replacements,rip rap repairs,deck waterproofing,roadway work,milling and resurfacing,
expansion joint replacement with polymer nosing,neoprene strip installation,methacrylate application,
slope protection undermining repairs,pile spall repairs,sealed concrete cracks,bullet railing ends
replacement,and concrete railing end replacement,handrail and guardrail replacement,installed steel
rebars to minimize movement with beams.Covered beams with epoxy,grabbed beams with Carbon Fiber
Reinforced Polymer (CFRP)laminate,applied UV coat to protect material from UV rays after CFRP.Sidewalk
repairs,ADA ramps replacement,thermoplastic and traffic paint.
Page 3
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Oakland Park Blvd.Hiatus Rd.to NW 120w Way,Broward County,2022,$1.3M
Pro ject involves general ro adw ay resurfa cing on W .Oakland Park Blvd.betw een Hi atu s Rd.and NW 1200
W ay in the City of Sunr ise.Repair w ork includes m ill ing and resurfacing,striping,and ro adw ay signs
installation,concrete w ork as curb replacem ents.
Coral Springs Dr.over West Outfall Canal (Bridge No.864095_&864006]Repairs,Broward County,
2022,$2.8 Million
Project involves repairs m ade on tw o bridges (N o.864005 &864006)located on Coral Springs Dr.over W est
Outfa ll Canal in Coral Springs.Repair w ork includes stru ctural repairs,underdeck dow el installation,rip rap
repairs,deck w aterpro ofing,ro adw ay w ork,m ill ing and resurfacing,expansion joint replacem ent with
polym er nosing,neoprene strip installation,m ethacry late application,slope pro tection underm ining repairs,
pile spall repairs,sealed concrete cracks,bullet railing ends replacem ent,and co ncrete raili ng end
replacem ent,handrail and guardrail replacem ent,installed steel rebars to m inim ize m ovem ent with beam s.
Covered beam s wi th epoxy ,grabbed beam s wi th Carbon Fiber Reinfo rced Polym er (CFRP)lam inate,applied
UV co at to pro tect m aterial from UV rays after CFRP.Installation of U-bars to reduce m ovem ent of the beam s,
traffi c paint and therm oplastic.
Flamingo Rd.Bridges [No.860149 &864120]Over Snake Creek Canal (C-9),Broward County,2021
$1.8M
Pro ject involves repairs m ade on tw o bridges (N o.860149 &864120)located on Flam ingo Road in Plantation.
Repair w ork incl udes stru ctural repairs,underdeck dow el installation,deck w aterpro ofing,ro adw ay work,
m ill ing and resurfa ci ng,expansion joint replacem ent w ith polym er nosing,neoprene strip installation,
m ethacry late application,slope pro tection underm ining repairs,pile spall repairs,sealed co ncrete cracks,
bullet raili ng ends replacem ent,and co ncrete railing end replacem ent,handrail and guardrail replacem ent,
installed steel re bars to m inim ize m ovem ent w ith beam s.Covered beam s wi th epoxy,grabbed beam s with
Carbon Fiber Reinfo rced Polym er (CFRP)lam inate,applied UV coat to pro tect m aterial from UV rays after
CFRP.Installation of U-bars to reduce m ovem ent of the beam s,traffi c paint and th erm oplastic.
W.Oakland Park Blvd.Bridge (N0.8683O1)Over C-42 Canal,Broward County,2021 $3.5M
Pro ject involves repairs m ade on the W est Oakl and Park bridge (No.868301)located in Fort Lauderdale.
Repair w ork incl udes str uctu ral repairs,underdeck dow el installation,rip rap repairs,deck w aterpro ofing,
ro adw ay w ork,m ill ing and resurfa cing,expansion joint replacem ent with polym er nosing,neoprene strip
installation,m ethacry late application,slope pro tection underm ining repairs,pile spall repairs,sealed
co ncrete cracks,bullet raili ng ends replacem ent,and co ncrete raili ng end replacem ent,handrail and
guardrail replacem ent,installed steel rebars to m inim ize m ovem ent with beam s.Covered beam s wi th epoxy,
grabbed beam s wi th Carbon Fiber Reinfo rced Polym er (CFRP)lam inate,applied UV coat to pro tect m aterial
from UV rays aft er CFRP.Underw ater repairs,installation of U-bars to reduce m ovem ent of the beam s,traffi c
paint and therm oplastic.
Andrews Avenue Bridge Repairs,Broward County,2021$1,4M
Pro ject involves repairs m ade on the Andrew s Avenue bridge located in Fort Lauderdale.Repair work
incl udes painting the entire bridge w ith Class V paint.Repair co ncrete bridge deck,spall repairs,m ill ing and
resurfa ci ng,traffi c paint and therm oplastic.
W.Atlantic Blvd.Bridges (No.864006 &864007Over W.Outfall Canal,Broward County,2021$2.8M
Pro ject involves repairs m ade on tw o bridges (N o.864007 &864007)located on NW 98h Ave.and W Atlantic
Bl vd.(W est 400'feet),in Coral Springs.Repair w ork includes stru ctural repairs,underdeck dow el
installation,co ncrete barrier w all replacem ents,rip rap repairs,deck waterpro ofing,ro adw ay work,m ill ing
and resurfa ci ng,therm oplastic,traffi c paint,expansion joint replacem ent w ith polym er nosing,neoprene
strip installation,m ethacry late application,slope pro tection underm ining repairs,pile spall repairs,sealed
co ncrete cracks,bullet raili ng ends replacem ent,and concrete raili ng end replacem ent,handrail and
guardrail replacem ent,installed steel re bars to m inim ize m ovem ent with beam s.Covered beam s with epoxy,
Page 4
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
grabbed beams with Carbon Fiber Reinforced Polymer (CFRP)laminate,applied UV coat to protect material
from UV rays after CFRP.
NW 31Ave.Bridge [NO.860200)Repair,Broward County,2020,$2.1M
Project involves repairs made on a bridge (No.860200)over C-13 Canal located in Fort Lauderdale.Repair
work includes milling and resurfacing,rip rap repairs,fence replacement,expansion joint replacement with
polymer nosing,underdeck dowel installation,pile spall repairs,sealed concrete cracks,pavement markings,
removal of existing bridge joint,and deck waterproofing.
Andrews Ave from Cypress Creek to RaceTrack Road,Broward County,2020,$602K
Project involves drainage and ADA improvements.Work types include Drainage,Paving,Grading,Sodding,
Guardrail,and Concrete Sidewalk/Curb/ADA Ramps/Driveway.
Andrews Aye-Cypress Creek Rd to RaceTrack Rd,Broward County,2020,$738K
Project involves analyzing and repairing of the entire drainage system.Work types include Drainage and
Dredging.
Cypress Creek Rd from NW 31st to Powerline Rd,Broward County,2019,$527K
Project involves analyzing and repairing the entire drainage system.Work types include Drainage.
Sheridan St Bridge Repair,Broward County,2019,_$717K
Project involves repairing the Sheridan St Bridge.Repair work includes pavement marking,R&R
intermediate bridges,post tension repair,fiber wrap,UV protection coating,pile spall repairs,and sealed
concrete cracks.
Coconut Creek Street Improvements,Coconut Creek,2O19,$679K
Project involves pedestrian improvements in the Winston Park community.Work types include Concrete
Sidewalk/Curb/ADA Ramps/Driveways.
McNab Rd Bridge over SR 7,Broward County,2019,$4.7 Million
Project involves repairing and painting the McNab Rd bridge over SR-7.Work types include bridge repair,
bridge painting,concrete slope repair,and joint repair.
Peters Rd-Pine Island Rd to University Dr,Broward County,2019,$885K
Project involves minor widening,drainage,and ADA improvements.Work types include Grading,Fencing,
Drainage,Paving,Concrete Sidewalk/Curb/ADA Ramps/Driveway,Striping,and Sodding.
McNab Rd-Pine Island Rd to SR 7,Broward County,2019,_$811K
Project involves analyzing and repairing of the entire drainage system.Work types include Drainage and
Dredging.
Andrews Ave from Oakland Park to Prospect,Broward County,2018,$587K
Project involves drainage and ADA improvements.Work types include Drainage,Paving,Grading,Striping,
and Concrete Sidewalk/Curb/ADA Ramps/Driveways
NW 7th Ave from Sistrunk to Sunrise,Broward County,2018,$630K
Project involves drainage repair and ADA improvements.Work typ es include Drainage,Grading,Striping,
and Concrete Sidewalk/Curb/ADA Ramps/Driveways.
Page S
Docusign Envelope ID:23895926-11 B0-4 875-849F-887C36952C3C
Coral Ridge Dr -Atlantic to McNab,Broward County,2018,_$731K
Pro ject involves m inor w idening,drainage,and ADA im pro vem ents.W ork ty pes include Drainage,Fencing,
Paving,Grading,Sodding,Striping,Signing,and Concrete Sidew alk/Curb/ADA Ram ps/Drivew ays.
Hiatus Greenway,Broward County,2014,$2.8 Million
Pro ject involves cl earing and installi ng an 8'-12'w ide shared-use path along Hi atus Rd/C-42 canal.W ork
typ es incl ude Drainage,Paving,Grading,Sodding,Landscaping,Concrete Sidew alk/Curb/ADA
Ram ps/D rivew ay,Guardrail,Signing,and Striping.
Page 6
Docusign Envelope ID:23895926-11B0-4B75-849F-887C3695203C
BUILDING FOR THE FUTURE
2701 NW 550 Court,
Tamarac,Florida 33309
0:954.766.4053 ◊F:866-791-3135
Michael Grillo
11700 NE 6W Avenue,Biscayne Park,Florida 33161 ]305-216-0930
Professional Synopsis
Mr.Grillo has over 37 years of public and private sector experience in heavy civil construction &
construction management.He specializes in FDOT road construction projects and has successfully
completed over 20 FDOT projects.Projects have all facets of roadway construction including grading,
milling &paving,drainage,concrete,ADA,signalization,lighting,signing,and pavement marking,and
landscaping and irrigation installation.
Highlights (3 7 +years)
•Roadway construction experience since 2000 (23 years)
•FOOT construction experience since 2012 (11 years)
•Drill shaft certification
Education
•1985 BS Construction Management -Florida Atlantic University,Boca Raton,Fl
Relevant Experience
Completed over 60 million dollars of roadway construction projects involving,storm from
2000-2020 including:
8+years of FOOT experience as a roadway construction manager.
23 FOOT Projects -Roadway reconstruction,milling and paving,bridge
rehabilitation,signalization,traffic monitoring sites,street lighting,sidewalks,
landscaping,signing and pavement marking.
60+traffic signals
•90,000+LF of drainage
8,230 +LF Sanitary Sewer
5,600 +LF Water
Page 1
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Project History
Deerfield Island Nature Center,Broward County,2023,_$728K
Pro ject involves pathw ay rebuilding to m eet ADA requirem ents at 172 0 Deerfield Island Park located in
Deerfield Beach.W ork includes cl earing and gru bbing,em bankm ent,French drain aggregate w ith ballast
ro ck,Type B stabilization,and geotextile fil ter fabric.
Davie Rd.from Sy 39W SL_LO Griffin Rd..Town of Davie Florida;2022,$5.5M
Pro ject involves ¾m ile long Street Scape pro ject from SW 39th Street to Griffi n Road on Davie Road in Davie.
Repair of w ork incl udes upgrading the drainage system ,rem oval,and replacem ent of cu rbs and m edian,
insta llati on of 61 light poles wi th syn chronized lighting,m ast arm traffi c signal,pedestrian signals,stripping,
irrigation system and landscaping in th e m edian,new brick paver sidew alk and ADA ram ps,and m id-block
cro ssings w hich included RRFBs,m ill ing and paving,signing and pavem ent m arking.
Salerno Rd.(1.68 miles);from SR 76 to Willoughby Blvd.,Martin County,Florida 2022,$1.62M
Pro ject involves Salern o Road resurfa cing and bike lanes on SE Salern o Rd from Sta te Rd 76/South Kanner Hwy
to SE W ill oughby Boulevard in Stu art .Repair w ork includes installation of drainage piping and exfiltration
piping/trenching,ero sion co ntro l,clearing and gru bbing,excavation,fill and em bankm ent,drainage stru ctu res
and piping,Bahia sod,realigning sidew alks ,m ill ing,paving,and pavem ent m arkings.
Florida Mango Rd.over PBC L-2 Canal Bridge,Palm Beach County,Florida 2021,$841K
Pro ject involves bridge replacem ent on Florida Mango Road south of Ol d Okeechobee Road,North of Belvedere
Road over PBC L-2 Canal Bridge in Palm Beach County .Repair w ork is to replacem ent of existing bridge wi th
tw o 58"x 91"elliptical pipes and incl uded building 2 large headw alls,extensive dew atering,ru bble rip rap
down the canal on both sides of the bridge,sidew alk,m ill ing and resurfacing,signing,sodding and pavem ent
m arkings.
NW Quad Drainage Improvements,_NW 5Lh St,Culvert,City of Lauderhill,Florida,2020,_$389K
Pro ject involves NW Quad drainage im pro vem ents to NW 50th Street in Lauderhill .Repair w ork includes
dem olition as need,eart hw ork,co nstru ction of RCP drainage cu lverts cro ssing NW 50th Street wi th concrete
headw alls co nnecting City Canals 28 and 37,catch basin risers,catch basin and 15"HDPE storm drainage pipe,
sand cem ent reta ining w alls,concrete m aintenance boat ram p,m odifications to existing sanita ry sewer fo rce
m ain and existing w ater m ain,replacem ent of existing sidew alk,replacem ent of existing fence and concrete
co lum ns,the addition of stam ped co ncrete drive-off areas,replacem ent of sod,dew atering,m ill ing and pavi ng,
signing and pavem ent m arkings.
Kudza Rd.over LWDDL-8 Canal,Palm Beach County,Florida,2020,$754K
Pro ject involves replacem ent of bridge on Kudza Road over LW DD L-8 Canal in Palm Beach County .Repair
w ork includes 6'x 12'box cu lvert and included insta lli ng 2 pre-cast headw alls,clearing &gru bbing,drainage,
ru bble rip rap dow n both sides of the canal,pedestrian/bicycle raili ng,m ill ing,and resurfacing,signing and
pavem ent m arkings.
Taxiways P5,C,P9 and P10 Widening and PAPI Replacement,Boca Raton Airport,Boca Raton,2020,
$88K
Pro ject involves wi dening of Taxiw ays P5,C,P9,and PlO and PAPI replacem ent at Boca Raton Airport.W ork
incl udes grading and resurfa ci ng,soil ero sion,dem olish taxiw ay m arkings and co ncrete flum e,m odify drainage
stru ctu re,pavem ent m arkings,sodding,and replace PAPI LED System .
Page 2
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Intersect ion Im provem ents at W iles Rd.and Cora]Springs Dr.,Brow ard County,Florida,2020,$629K
Pro ject involves intersection im pro vem ents at W iles Road and Coral Springs Drive in Coral Springs.Repair
w ork includes insta lling 4 new m ast arm s,rem oving an existing strain pole signal system ,rem ove,and replace
cu rb and gutter,ADA ram ps,m illi ng and paving,replace sidew alks and driveways,relocate landscaping,signing
and pavem ent m arkings.
Rock Island Rd._and South gate Bl vd.Intersect ion Im provem ents ,Brow ard County ,Florida,2020 $616K
Pro ject involves intersection im pro vem ents at Rock Island Rd and South gate Blvd in Nort h Lauderdale and
M argate.Repair w ork includes installi ng 4 new m ast arm s,rem oving an existing strain pole signal system ,curb
and gutt er,sidew alks and drivew ays,sodding,ADA ram ps,m ill ing and paving,signing and pavem ent m arkings.
SR 944 fr om East of NW 7 A ye to Bi scayne Blvd,FL Dept.of Transportation Distric t 6,2018,$2.9M
Pro ject includes w idening,m ill ing/paving,drainage,concrete,lighting,signalization,and signing and
pavem ent m arking.
SR 5 at SW 20 09 SL ,FL Dept.of Transport ation Di stric t 6,2018,$930K
Pro ject in cludes w idening,m ill ing/paving,co ncrete,lighting,signalization,landscaping,and signing and
pavem ent m arking.
Ft.Lau derdale Executive A irport Taxiw ay Intersection Im provem ents,City of Ft.Lauderdale,2017,
$1.4M
Pro ject includes w idening,m ill ing/paving,concrete,airport lighting,and pavem ent m arking.
SR 934 fr om NW 14 A ye to N.Bayshore Dr.,FL Dept.of Transport ation Distric t 6,2016,$8.1_M
Pro ject includes drainage,concrete,asphalt paving,lighting,signalization and signing and pavem ent m arking.
SR 934 from East of Nort h Bayshore Drive to Bay Drive W est,_FL Dept.of Transport ation Di strict 6,
20 16 ,$5.2M
Pro ject includes m ill ing/paving,co ncrete,TM S,2 bridge rehabs,lighting,signalization,and signing and
pavem ent m arking.
Ft.Lau derdale Executive A irport Runw ay 9/27 &Runw ay 13/31 Pavem ent Rehab,City of Ft.
Lauderdale,2016,$693K
Pro ject incl udes shoulder reconstru ction,m ill ing/paving,concrete,airport lighting,and pavem ent m arking.
SR A 1A a t670 S t an d6 9h St,_Intersection Im provem ents ,FL D ept.of Transportation District6,2015,
$650 K
Pro ject is to im pro ve tw o intersections including installing new m ast arm s and widening.
SR 5_from N orth of NE 196W St to N of N E 2139St,FL D ept.of Transportation Di strict 6,2015,$3.5M
Pro ject incl udes w idening,m ill ing/paving,concrete,lighting,signalization,and signing and pavem ent
m arki ng.
SR 94 fr om W est Of SW 1270A ve to W est of SW 1224 A ve,FL Dept.of Transport ation District 6,2015,
$1.2M
Pro ject incl udes w idening,m ill ing/paving,co ncrete,lighting,signalization,and signing and pavem ent
m arki ng.
City of Plantation W ater Di stribution System $989K
Pro ject incl udes installation of a new w ater line system in a residential neighborhood South of Bro w ard Blvd.
Page 3
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Miami Dade County Public Schools-Central Sewer Systems -over 20 schools totaling $14M
This co ntract involved m ultiple school locations by rem ovi ng septic tanks,installi ng a central sanitary sew er
system incl uding a fo rce m ain traveling on public rights-of-w ay to an existing fo rce m ain or lift station.All
w ork off school pro perty w as under the authority of Miam i Dade County W ater &Sew er Departm ent
Page 4
Docusign Envelope ID:23895926-11B0-4B75-849F-887C36952C3C
BUil DING FOR THE FUTURE
2701 NW 55W Court,
Tamarac,Florida 33309
0:954.766.4053 ◊F:866-791-3135
Victor Gabriel Aponte
Project Manager
Professional Synopsis
Mr.Aponte has been a construction project manager with over 5 years'experience in road construction and
bridge restoration projects.He has been responsible for over $15M of bridge maintenance projects in South
Florida.Project responsibilities include ensuring that safety protocols and equipment are in place.Prepare
shop drawings,RFis and other reconstruction activities.Purchasing and coordinate materials delivery and
other jobsite logistics.Provide weekly progress reports and update to the owner.Ensure project schedule
and critical path is path is maintained.Prepare permits,monthly invoicing,and other support services.
Highlights
•Fluent in English and Spanish
Education/Certification
•05/2013 -B.A.of Business Management -University of Puerto Rico,Arecibo Campus
•FOOT Temporary Traffic Control Certified (#66838)
Relevant Experience
•5+years of construction experience working on FOOT road projects including maintenance of traffic,
drainage improvements,bridge restoration,grading,milling and resurfacing,signing and pavement
markings,concrete,ADA,sodding,fencing,and site restoration.
Construction Project History
Atlantic Blvd.over East Outfall Canal (Bridge No.864048)Rehabilitation,Broward County,2022,$2.6
Million
Project involves repairs on Bridge No.864048 over East Outfall Canal located in Margate.Project is located
at Atlantic Blvd.from Ramblewood Dr.to Rock Island Rd.Repair work includes structural repairs,underdeck
dowel installation,concrete barrier wall replacements,rip rap repairs,deck waterproofing,roadway work,
milling and resurfacing,thermoplastic and traffic paint,expansion joint replacement with polym er nosing,
neoprene strip installation,methacrylate application,slope protection undermining repairs,pile spall
repairs,sealed concrete cracks,bullet railing ends replacement,and concrete railing end replacement,
Page 1
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
handrail and guardrail replacement,installed steel rebars to minimize movement with beams.Covered
beams with epoxy,grabbed beams with Carbon Fiber Reinforced Polymer (CFRP)laminate,applied UV coat
to protect material from UV rays after CFRP.
Lakeview Dr.over Canal C-2 (Bridge No.864114&864115]Repairs,Broward County,2022,$1.7
Million
Project involves repairs on two bridges located in Coral Springs.Bridge No.864114 &864115 over East
Outfall Canal.Project is located at Lakeview Dr.east from Coral Ridge Dr.Repair work includes structural
repairs,underdeck dowel installation,deck waterproofing,roadway work,milling and resurfacing,
thermoplastic and traffic paint,expansion joint replacement with polymer nosing,neoprene strip
installation,methacrylate application,slope protection undermining repairs,pile spall repairs,sealed
concrete cracks,bullet railing ends replacement,and concrete railing end replacement,handrail and
guardrail replacement,installed steel re bars to minimize movement with beams.Covered beams with epoxy,
grabbed beams with Carbon Fiber Reinforced Polymer (CFRP)laminate,applied UV coat to protect material
from UV rays after CFRP.
SE 34Ave.Over Tarpon River [Bridge No.864069)Repair,Broward County,2022,_$1.4 Million
Project involves repairs made on Bridge No.864069 located on SE 34 Ave.over Tarpon River in Fort
Lauderdale.Repair work includes concrete work,built ADA ramps compliant,thermoplastic and traffic paint,
structural repairs,underdeck dowel installation,deck waterproofing,roadway work,milling and resurfacing,
expansion joint replacement with polymer nosing,neoprene strip installation,methacrylate application,
slope protection undermining repairs,pile spall repairs,sealed concrete cracks,bullet railing ends
replacement,and concrete railing end replacement,handrail and guardrail replacement,installed steel
rebars to minimize movement with beams.Covered beams with epoxy,grabbed beams with Carbon Fiber
Reinforced Polymer (CFRP)laminate,applied UV coat to protect material from UV rays after CFRP.
Old Griffin Rd.over C-10 Canal (Bridge No.864073)Repair,Broward County,2022,$1.2 Million
Project involves repairs made on Bridge No.864073 located on Old Griffin Rd.over the C-10 Canal in Dania
Beach.Repair work includes structural repairs,underdeck dowel installation,deck waterproofing,roadway
work,milling and resurfacing,thermoplastic and traffic paint,expansion joint replacement with polymer
nosing,neoprene strip installation,methacrylate application,slope protection undermining repairs,pile
spall repairs,sealed concrete cracks,bullet railing ends replacement,and concrete railing end replacement,
handrail and guardrail replacement,installed steel rebars to minimize movement with beams.Covered
beams with epoxy,grabbed beams with Carbon Fiber Reinforced Polymer (CFRP)laminate,applied UV coat
to protect material from UV rays after CFRP.
N.Andrews Ave.over South Fork Middle River (Bridge No.860156)Repairs,Broward County,2022,
$2.1 Million
Project involves repairs made on Bridge No.860156 located on N.Andrews Ave.over S.Fork Middle River in
Wilton Manors.Repair work includes structural repairs,underdeck dowel installation,concrete barrier wall
replacements,rip rap repairs,deck waterproofing,roadway work,milling and resurfacing,expansion joint
replacement with polymer nosing,neoprene strip installation,methacrylate application,slope protection
undermining repairs,pile spall repairs,sealed concrete cracks,bullet railing ends replacement,and concrete
railing end replacement,handrail and guardrail replacement,installed steel rebars to minimize movement
with beams.Covered beams with epoxy,grabbed beams with Carbon Fiber Reinforced Polymer (CFRP)
laminate,applied UV coat to protect material from UV rays after CFRP.Underwater pile repairs,
thermoplastic and traffic paint.
Atlantic Blvd.over C-1 Canal (Bridge No.864046 &864047)Repairs,Broward County,2022,$2.3
Million
Project involves repairs made on two bridges (No.864046 &86404 7)located on Atlantic Blvd.over C-1 Canal
in Coral Springs.Repair work includes structural repairs,underdeck dowel installation,concrete barrier wall
replacements,deck waterproofing,roadway work,milling and resurfacing,expansion joint replacement with
Page 2
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
polymer nosing,neoprene strip installation,methacrylate application,slope protection undermining repairs,
pile spall repairs,sealed concrete cracks,bullet railing ends replacement,and concrete railing end
replacement,handrail and guardrail replacement,installed steel re bars to minimize movement with beams.
Covered beams with epoxy,grabbed beams with Carbon Fiber Reinforced Polymer (CFRP)laminate,applied
UV coat to protect material from UV rays after CFRP.Sidewalk repairs,ADA ramps replacement,
thermoplastic and traffic paint.
Coral Springs Dr.over West Outfall Canal (Bridge No.864005 &864006)Repairs,Broward County,
2022,$2.8 Million
Project involves repairs made on two bridges (No.864005 &864006)located on Coral Springs Dr.over West
Outfall Canal in Coral Springs.Repair work includes structural repairs,underdeck dowel installation,rip rap
repairs,deck waterproofing,roadway work,milling and resurfacing,expansion joint replacement with
polymer nosing,neoprene strip installation,methacrylate application,slope protection undermining repairs,
pile spall repairs,sealed concrete cracks,bullet railing ends replacement,and concrete railing end
replacement,handrail and guardrail replacement,installed steel rebars to minimize movement with beams.
Covered beams with epoxy,grabbed beams with Carbon Fiber Reinforced Polymer (CFRP)laminate,applied
UV coat to protect material from UV rays after CFRP.Installation of U-bars to reduce movement of the beams,
traffic paint and thermoplastic.
Flamingo Rd.Bridges [No.860149 &864120]Over Snake Creek Canal (C-9),Broward County,2021
$1.8M
Project involves repairs made on two bridges (No.860149 &864120)located on Flamingo Road in Plantation.
Repair work includes structural repairs,underdeck dowel installation,deck waterproofing,roadway work,
milling and resurfacing,expansion joint replacement with polym er nosing,neoprene strip installation,
methacrylate application,slope protection undermining repairs,pile spall repairs,sealed concrete cracks,
bullet railing ends replacement,and concrete railing end replacement,handrail and guardrail replacement,
installed steel rebars to minimize movement with beams.Covered beams with epoxy,grabbed beams with
Carbon Fiber Reinforced Polymer (CFRP)laminate,applied UV coat to protect material from UV rays after
CFRP.Installation of U-bars to reduce movement of the beams,traffic paint and thermoplastic.
W.Atlantic Blvd.Bridges (No.864006 &864007)Over W.Outfall Canal.Broward County,2021 $2.8M
Project involves repairs made on two bridges (No.864007 &864007)located on NW 98th Ave.and W Atlantic
Blvd.(West 400'feet),in Coral Springs.Repair work includes structural repairs,underdeck dowel
installation,concrete barrier wall replacements,rip rap repairs,deck waterproofing,roadway work,milling
and resurfacing,thermoplastic,traffic paint,expansion joint replacement with polym er nosing,neoprene
strip installation,methacrylate application,slope protection undermining repairs,pile spall repairs,sealed
concrete cracks,bullet railing ends replacement,and concrete railing end replacement,handrail and
guardrail replacement,installed steel rebars to minimize movement with beams.Covered beams with epoxy,
grabbed beams with Carbon Fiber Reinforced Polymer (CFRP)laminate,applied UV coat to protect material
from UV rays after CFRP.
Peters Rd -Pine Island Rd to University Dr,Broward County,2019,$885K
Project involves minor widening,drainage,and ADA improvements.Work types include Grading,Fencing,
Drainage,Paving,Concrete Sidewalk/Curb/ADA Ramps/Driveway,Striping,and Sodding.
Sheridan St Bridge Repair,Broward County,2019,_$717K
Project involves repairing the Sheridan St Bridge.Repair work includes pavement marking,R&R
intermediate bridges,joint rehab,post tension repair,fiber wrap,UV protection coating,pile spall repairs,
and sealed concrete cracks.
Coconut Creek Street Improvements,Coconut Creek,2019,_$679K
Project involves pedestrian improvements in the Winston Park community.Work typ es include Concrete
Sidewalk/Curb/ADA Ramps/Driveways.
Page 3
Docusign Envelope ID:23895926-11B 0-4 B75-849F-887C36952C3C
Coral Ridge Dr -Atlantic to McNab,Broward County,2018,_$731K
Pro ject involves m inor w idening,drainage,and ADA im pro vem ents.W ork typ es include Drainage,Fencing,
Paving,Grading,Sodding,Striping,Signing,and Concrete Sidew alk/Curb/ADA Ram ps/Drivew ays.
N W 7th Ave from Sistrunk to Sunrise,Broward County,2018,$630K
Pro ject involves drainage repair and ADA im pro vem ents.W ork ty pes include Drainage,Grading,Striping,
and Concrete Sidew alk/Curb/A DA Ram ps/D rivew ays.
Andrews Ave from Oakland Park to Prospect,Broward County,2018,$587K
Pro ject involves drainage and A DA im pro vem ents .W ork typ es include Drainage,Paving,Grading,Striping,
and Concrete Sidew alk/Curb/A DA Ram ps/Drivew ays.
Page 4
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
State of Florida
Department of State
I certify from the records of this office that FG CONSTRUCTION,LLC is a
limited liability company organized under the laws of the State of Florida,filed
on May 13,2011,effective May 10,2011.
The document number of this limited liability company is Ll 1000056734.
I further certify that said limited liability company has paid all fees due this
office through December 31,2024,that its most recent annual report was filed
on January 25,2024,and that its status is active.
Given under my hand and the
Great Seal of the State of Florida
at Tallahassee,the Capital,this
the Twenty-fifth day of January,
2024
Tracking Number:7520808771CC
To authenticate this certificate,visit the following site,enter this number,and then
follow the instructions displaycd.
https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
D/IO»ofC0RATIOS
an officiu!5tut of Florilu wtit
DIVISION OF CORPORATIONS
Department of State I Diyision of Corporations I Search Records l Search by Entity_Name I
Detail by Entity Name
Florida Limited Liability Company
FG CONSTRUCTION,LLC
Filing Information
Document Number
FEI/EIN Number
Date Filed
Effective Date
State
Status
Last Event
Event Date Filed
Event Effective Date
Principal Address
2701 NW 55th Ct
Tamarac,FL 33309
Changed:04/25/2017
Mailing Address
2701 NW 55th Ct
Tamarac,FL 33309
L11000056734
30-0684928
05/13/2011
05/10/2011
FL
ACTIVE
LC AMENDMENT
11/07/2019
NONE
Changed:04/25/2017
Registered Agent Name &Address
DANG,BAO
2701 NW 55 CT
TAMARAC,FL 33309
Name Changed:11/07/2019
Address Changed:11/07/2019
Authorized Person(s)Detail
Name &Address
Title MGR
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
DA N G ,BA O
2701 NW 55 C T
TA M A RA C ,FL 33309
Annual Reports
Rep o rt Year
2022
2023
2024
Filed Date
04/02/2022
02/03/2023
01/25/2024
Document Images
01/25/2024 --ANNUAL REPORT
02/03/2023 --ANNUAL REPORT
04/02/2022 --ANNUAL REPORT
04/28/2021 --ANNUAL REPORT
06/11/2020 --ANNUAL REPORT
11/07/2019--LC_Amendment
04/27/2019 --ANNUAL REPORT
12/13/2018 --LC Amendment
04/16/2018 --ANNUAL REPORT
04/25/2017 --ANNUAL REPORT
03/28/2016--ANNUAL REPORT
02/04/2015_--ANNUAL REPORT
04/15/2014 --ANNUAL REPORT
03/04/2013 --ANNUAL REPORT
04/28/2012 --ANNUAL REPORT
05/13/2911 --Florida Limited Liability
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
••+or t r
D o cusign E nvelo pe ID :23895926-11B 0-4B8 75-849F-887C 369520 3c
Sta te of Florida
Department of State
I cert ify fr om the records of this office th at FG C is a Fictitious N am e
registered w ith th e D epartm ent of State on M ay 10,2023.
The R egistration N um ber of this Fictitious N am e is G23000059041.
I furt her cert ify that said Fictitious N am e R egistration is active.
I fu rt her cert ify that th is office began filing Fictitious N am e
R egistrations on January 1,1991,pur suant to Section 865.09,Florida
Statu tes.
Given under my hand and the Great Seal of
Florida,at Tallahassee,the Capital,this the
Eleventh day ofMay,2023
+Secretary ofState
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
DIVISION OF CORPORATIONS
DI/I3IO of
C09RATIO
un official Stat of Florilu b it
Previous on List
No Filing History
Next on List Return to List Fictitious Name Search
I Submit I
Fictitious Name Detail
Fictitious Name
FGC
Filing Information
Registration Number G23000059041
Status ACTIVE
Filed Date 05/10/2023
Expiration Date 12/31/2028
Current Owners
County
Total Pages
Events Filed
FEI/EIN Number
Mailing Address
2701 NW 55 COURT
TAMARAC,FL 33309
Owner Information
FG CONSTRUCTION,LLC
2701 NW 55 COURT
TAMARAC,FL 33309
FEI/EIN Number:30-0684928
Document Number:L 11000056734
Document Images
05/10/2023 --Fictitious Name Filing I View image in PDF format I
BROWARD
4
NONE
30-0684928
Previous on List
No Filing History
Next on List Return to List
Florida Departr vent of State Jrrsn of rporators
Fictitious Name Search
I Submit I
D ocusig n E nvelo pe ID :23895926-11B 0-48 75-849F-887C 369520 3C
A P P LI C A T IO N FO R R E G IS T RA T IO N O F FIC T IT IO U S N A M E
REGISTRATION#G23000059041
Fictitio us N am e to be R eg istered :FG C
M a iling A d d ress of B us in ess:2701 NW 55 C O U R T
TA M A RA C ,FL 3330 9
Flo rid a Co unty of P rinc ip al P lace of Business:BR O W A R D
FE I Num b er:30-0 68492 8
O w ner(s)of F icti tio us N a m e :
FG C O N S T R U C T IO N ,LLC
2701 N W 55 C O U R T
TA M A R A C ,FL 3330 9 US
Flor id a D ocum ent N um b er:L 110000 56734
FE I N um b er.30-0684928
FILEDMay10,2023SecrefaryofState
I the undersig ne d ,being an ow ner in th e above fictit io us nam e,certify that th e info rm ation ind icated on this form is tru e and
accurate.I furt he r ce rt ify th at the fictitious nam e to be registered has been advertised at least once in a new spa pe r as defined
in C hapter 50,F lo rid a Sta tutes,in the county w he re th e principal place of business is loca ted.I underst and that th e electro nic
sig nature below sha ll have the sam e legal effect as if m ade unde r oath and I am aw are th at fa lse info rm ation subm itted in a
docum ent to the D ep a rtm e nt of St ate constitutes a third degree felony as pro vided fo r in s .817 .15 5,Florida Statutes.
B A O DA N G
Electronic S ig nature(s)
C ert ifi cat e of S tatus R eq u ested (X )
05 /10 /2023
Date
C erti fi ed Co py R equested (X )
Docusign Envelope ID:23895926-11B0-4B75-849F-887C36952C3C
Catherine Remington
From:
Sent:
To:
Subject:
Attachments:
OnlineWebFic@dos.state.fl.us
Thursday,May 11,2023 6:03 AM
Catherine Remington
Fictitious Name Registration -G23000059041;300408531833
COS-G23000059041.pdf;CC-G23000059041.pdf,30531833.tif
Subject:FGC
REGISTRATION NUMBER:G23000059041
This will acknowledge the filing of the above fictitious name registration which was registered on May 10,2023.This
registration gives no rights to ownership of the name.
Each fictitious name registration must be renewed every five years between January 1 and December 31 ofthe
expiration year to maintain registration.Three months prior to the expiration date a statement of renewal will be mailed.
If the mailing address of this business changes,please notify this office in writing,or through the link provided on our
websitewww.sunbiz.org<http://www.sunbiz.org/>for Address &FEI/EIN Changes.Please reference the original
registration number.
Enclosed is your certificate(s)as requested.
Should you have any questions regarding this matter you may contact our office at (850)245-6058.
Division of Corporations
1
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
For W-9 Request for Taxpayer Give Form to the
(Rev.November 2017)Identification Number and Certification requester.Do not
Department of the Treasury send to the IRS.Internal Revenue Service Go to www.irs.gov/FormW9 for instructions and the latest information.
1 Name (as shown on your Income tax return).Name is required on this line;do not leave this line blank.
FG Construction LLC
2 Business name/disregarded entity name,if different from above
co 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1.Check only one of the 4 Exemptions (codes apply only to@
0 following seven boxes.certain entities,not individuals;seeaDCCorporationDSCorporationDPartnership[l rusvestate
instructions on page 3):
C □lndlvlduaVsole proprietor or0
,9 single-member LLC Exempt payee code (if any)±0 Limited liability company.Enter the tax classification (C=C corporation,S=S corporation,P=Partnership)ssNote:Check the appropriate box in the line above for the tax classification of the single-member owner.Do not check Exemption from FATCA reportingtsLLCIftheLLCisclassifiedasasingle-member LLC that is disregarded from the owner unless the owner of the LLC is code (if any)Es another LLC that Is not disregarded from the owner for U.S.federal tax purposes.Otherwise,a single-member LLC that•o Is disregarded from the owner should check the appropriate box for the tax classification of its owner.EO []oner (see instructions)Applies to accounts maintained outsidethe U.S.)£5 Address (number,street,and apt.or suite no.)See instructions.Requester's name and address (optional)0
8 2701 NW 55 Court06City,state,and ZIP code
Tamarac.FL 33309
7 List account number(s)here (optional)
:/T a Taxpayer Identification Number (TIN)
Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid ]Social security number I........backup withholding.For individuals,this ls generally your social security number (SSN).However,for a
resident alien,sole proprietor,or disregarded entity,see the instructions for Part I,later.For other
entities,it is your employer identification number (EIN).If you do not have a number,see How to get a
TIN,later.
Note:If the account is in more than one name,see the instructions for line 1.Also see What Name and
Number To Give the Requester for guidelines on whose number to enter.
LL ILL
or
[Employer identification number
3 0 -0 6 8 4 9 2 8
Certification
Under penalties of perjury,I certify that:
1.The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me);and
2.I am not subject to backup withholding because:(a)I am exempt from backup withholding,or (b)I have not been notified by the Internal Revenue
Service (IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or (c)the IRS has notified me that I am
no longer subject to backup withholding;and
3.I am a U.S.citizen or other U.S.person (defined below);and
4.The FATCA code{s)entered on this form Of any)indicating that I am exempt from FATCA reporting is correct.
Certification Instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because
you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid,
acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement (IRA),and generally,payments
other than Interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions for Part 11,later.
Sign
Here scours·Bao DangU.S.person
Digitally signed by Bao Dang
Date:2024.06.18 16:18:19 -04'00'Date»
General Instructions
Section references are to the Internal Revenue Code unless otherwise
noted.
Future developments.For the latest information about developments
related to Form W-9 and its instructions,such as legislation enacted
after they were published,go to www.irs.gov/FormW9.
Purpose of Form
An individual or entity (For W-9 requester)who is required to file an
information return with the IRS must obtain your correct taxpayer
identification number (TIN)which may be your social security number
(SSN),Indlvldual taxpayer ldentlflcatlon number (ITIN),adoption
taxpayer identification number (ATIN),or employer identification number
(EIN),to report on an information return the amount paid to you,or other
amount reportable on an information return.Examples of Information
returns include,but are not limited to,the following.
•Form 1 099-INT (interest earned or paid}
•Form 1099-DI (dividends,including those from stocks or mutual
funds)
•Form 1099-MISC (various types of income,prizes,awards,or gross
proceeds)
•Form 1099-B (stock or mutual fund sales and certain other
transactions by brokers)
•Form 1099-S (proceeds from real estate transactions)
•Form 1099-K (merchant card and third party network transactions)
•Form 1098 (home mortgage interest),1098-E (student loan interest),
1098-T (tuition)
•Form 1099-C (canceled debt)
•Form 1099-A (acquisition or abandonment of secured property)
Use Form W-9 only if you are a U.S.person (Including a resident
alien),to provide your correct TIN.
If you do not return Form W-9 to the requester with a TIN,you might
be subject to backup withholding.See What is backup withholding,
later.
Cat.No.10231X Form W-9 Rev.11-2017)
Docusign Envelope ID:23895926-11B 0-4 B75-849F-887C36952C3C
BUILDING FOR THE FUTURE
2701 NW 55 C ourt,
Tam arac,Florida 33309
0:954.766.4053 ◊F:866-791-313 5
City of Miami Beach -23°Street Complete Streets Improvements Project
(Solicitation 2024-419-ND)
Litigation History
CACE 19-019616 FG Construction,LLC vs.Colony Insurance Company (Filed:09/22/2019)
Claim or Cause of Action:
Disposition of Case:
Declaratory Judgement
Claim for relief per Florida Statue under GL Policy issued by defendant.
Voluntarily Dismissed
CACE 19-15466 Noelle E Flores Smith vs FG Construction,LLC
CACE 19-001807 Murdale Flores vs FG Construction,LLC
(Filed:07/24/2019)
(Filed:01/25/2019)
Claim or Cause of Action:
Disposition of Case:
Negligence
Plaintiff alleges that she drove over a manhole which blasted open causing her
vehicle to be lifted in the air,flattening the tires of her automobile,and thereby
causing her to lose control of the vehicle.
Settled
CACE 20-019653 Marie T Laurent vs FG Construction,LLC,et al (Filed:11/19/2020)
Claim or Cause of Action:
Disposition of Case:
Negligence
Plaintiff alleges that an employee of FG Construction negligently operated or
maintained a motor vehicle that came into contact with her motor vehicle.
Settled
CACE 22-015385 Kenneth Payton Sr vs.DP Development LLC,et al (Filed:10/11/2022)
Claim or Cause of Action:
Disposition of Case:
Negligence
Plaintiff alleges that standing water within construction site caused Plaintiff to lose
control of his vehicle striking a light pole causing death.
Pending
CACE 23000630CAAXMX Gillian Heise vs Maccerne Desire and Allstate Ins.(Filed:06/26/2023)
Claim or Cause of Action:
Disposition of Case:
Negligence
Plaintiff alleges that Mr.Desire,an FG Construction employee negligently operated
or maintained a motor vehicle that collided with plaintiffs bicycle causing her to
lose control and fal 1.
Pending
Page 1
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
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
cei-Ly 0 0 €02 T.do .e-s -3,50>
sicl4nos SQ 4,352 ·+'43 shid4,
oTotals6,l53
Name f
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.]
D ocusign Envelope ID :23895926-11B 0-4B75-849F-887C 3695203C
ATTACHMENT D
INSURANCE REQUIREMENTS
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
INSURANCE REQUIREMENTS
If the requirement applies,Bidder agrees it shall fully comply with the following insurance
requirements:
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.Installation Floater Insurance against damage or destruction of the materials or
equipment in transit to,or stored on or off the Project Site,which is to be used
(installed into a building or structure)in the Project.(City of Miami Beach shall
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.)
E.Umbrella Liability Insurance in an amount no less than $5,000,000 per occurrence.
The umbrella coverage must be as broad as the primary General Liability coverage.
F.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.
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.
•The City of Miami Beach,Florida
Notice of Cancellation -Each insurance policy required above shall provide that coverage shall
not be cancelled,except with not less than 30 days prior written notice to the City of Miami Beach
c/o EXIGIS Insurance Compliance Services.
Waiver of Subrogation -Ihe 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.
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
INSURANCE REQUIREMENTS
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 -The 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
c/o Exigis Insurance Compliant Services
P.O.Box 947
Murrieta,CA 92564
Kindly submit all certificates of insurance,endorsements,and 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.
Docusign Envelope ID:23895926-11B 0-4 B75-849F-887C36952C3C
Procurement Requests -C2 D
MIAMI BEACH
COMMISSION MEMORANDUM
TO:
FROM:
DATE:
TITLE:
Honorable Mayor and Members of the City Commission
Eric Carpenter,City Manager
October 30,2024
REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO
INVITATION TO BID (1TB)2024-419-ND 23RD STREET COMPLETE STREETS
IMPROVEMENTS PROJECT.(CAPITAL IMPROVEMENT PROJECTS)
RECOMMENDATION
It is recommended that the Mayor and City Commission approve the award of a contract to FG
Construction,LLC,the lowest,responsive,responsible Bidder to Invitation to Bid (1TB)No.2024-419-ND
for 23'Street Complete Streets Improvements Project and authorize the City Manager and City Clerk to
execute a contract.
This solicitation is currently under the cone of silence.
BACKGROUND/HISTORY
The City's consultant,Kimley-Horn and Associates,completed the construction documents for the 23rd
Street Complete Streets Improvements Project.The plan incorporates bicycle lanes on 23rd Street
between Dade Boulevard and Park Avenue,on Park Avenue between 23 and 22 Streets,and on 22nd
Street from Park Avenue to the Beachwalk.The Project has been reviewed by several regulatory agencies,
and permit pre-approvals have been obtained.
The construction project includes buffered bike lanes,two-way bicycle lanes,reduced travel lane widths,
parking modifications,new traffic signal mast arm and appurtenances,pedestrian signals,sidewalk curb
and gutter replacement,driveway modification,installation of fiber optic conduit and pull boxes along
Park Avenue and 22nd Street,raised (tabletop)intersection at 22nd Street and Park Avenue,intersection
bulb-outs,drainage improvements,pavement milling and resurfacing,signage and pavement marking
throughout the project limits.
To engage a contractor to complete the improvement project,1TB 2023-419-ND was released.
ANALYSIS
On June 10,2024,the 1TB was issued.The Procurement Department issued bid notices to approximately
40,075 companies utilizing the City's e-procurement system,with 88 prospective bidders accessing the
solicitation.A voluntary site visit and pre-bid conference to provide information to proposers submitting
a response was held on June 24,2024.1TB responses were due and received on July 26,2024.The City
received three (3)bids from the following firms:Buslam Company Partners Inc.,FG Construction,LLC,and
Florida Engineering and Development Corp.See Attachment A for a tabulation of bids received.
The 1TB stated that the lowest responsive and responsible Bidder meeting all 1TB terms,conditions,and
specifications would be recommended for award.The Procurement Department and Office of Capital
Improvement Projects found that the bid submitted by FG Construction,LLC meets the requirements of
the 1TB,including:
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
1.Licensing Requirements:Bidder shall be State of Florida Certified General Contractor OR
Underground Utility and Excavation Contractor OR Miami Dade County Licensed General Contractor.
FG Construction,LLC is State certified as a General Contractor.The state license number is CGC
1511391,expiring on August 31,2026.
2.Previous Experience of Bidder (Firm or its principal).Bidder or its principal must have been
awarded a minimum of three (3)projects of similar scope and budget within the last ten (10)years,
two (2)of which must be completed,and the third may be ongoing.A project of similar scope shall
be defined as a Right-of-Way infrastructure improvement project,which includes the construction
of traffic signalization,signage and pavement markings,hardscape,and drainage,with a hard
construction cost of at least $2 million.
FG Construction,LLC provided three (3)positive and satisfactory references documenting
compliance with the minimum experience requirement.
3.Previous Experience of Bidder or Subcontractor.Bidder or subcontractor or their principals must
have experience with an FDOT Right-of-Way paving project of similar scope within the last six (6)
years.A project of similar scope shall be defined as a Right-of-Way infrastructure improvement
project,which includes the construction of traffic signalization,signage and pavement markings,
hardscape,and drainage.
FG Construction,LLC provided one (1)positive and satisfactory reference documenting compliance
with the minimum experience requirement.
4.Previous Experience of Bidder (Firm)Project Manager.Bidder's Lead Project Manager must have
completed at least two (2)projects of similar scope within the last 10 years.A project of similar scope
shall be defined as a Right-of-Way infrastructure improvement project,which includes the
construction of traffic signalization,signage and pavement markings,hardscape and drainage.
FG Construction,LLC submitted proof of the required experience for its personnel.
5.Previous Experience of Bidder (Firm)Superintendent.Bidder's Superintendent must have
completed at least two (2)projects with similar scope within the last 10 years.A project of similar
scope shall be defined as a Right-of-Way infrastructure improvement project,which includes the
construction of traffic signalization,signage and pavement markings,hardscape,and drainage.
FG Construction,LLC submitted proof of the required experience for its personnel.
Accordingly,FG Construction,LLC has been deemed the lowest responsive and responsible Bidder,
meeting all 1TB terms,conditions,and specifications.
Below is a summary of the firm as articulated in its bid response:
FG Construction,LLC was founded in 2011 in Tamarac,Florida.It has earned recognition for undertaking
large and complex projects,fostering innovation,adopting emerging technologies,and making a
difference for its customers,employees,and the community.The services it offers can be categorized
into 4 major lines of work:bridges,roads,drainage,and concrete.Its clients include but are not limited
to the Seminole Tribe of Florida,Broward County Highway &Bridge Maintenance,and the City of Fort
Lauderdale.All references provided positive feedback.
FISCAL IMPACT STATEMENT
D o cusig n Envelope ID :23895926-11B 0-4 B75-849F -887C 369520 3C
The bid submitted by FG Construction,LLC,the lowest responsive and responsible Bidder,was for the
grand total amount of $3,192,956.88.The contract total with the City's contingency is $3,732,252.57
FG Construction,LLC Grand Total:
Alternate:
Dewatering (including costs for obtaining
the permit,dewatering,testing,and disposal)
Subtotal:
Plus 10%Owner's Contingency:
Total:
$3,192,956.88
$200,000.00
$3,392,956.88
$339,295.69
$3,732,252.57
Does this Ordinance require a Business Impact Estimate?
(FOR ORDINANCES ONLY)
If applicable,the Business Impact Estimate {BIE)was published on:
See BIE at:https://www.miamibeachfl.gov/city-hall/city-clerk/meeting-notices/
FINANCIAL INFORMATION
393-0820-069357-26-410-530-00-00-00-67019 =$558,045.00
303-0820-069357-00-410-530-00-00-00-51723 =$1,389,500.00 -FDOT Grant
106-9615-069357-30-410-530-00-00-00-21014 =$502,553.57
Subject to Capital Budget Amendment to be presented at the October 30,2024 Commission Meeting
$1,282,154.00
CONCLUSION
Based on the foregoing,it is recommended that the Mayor and City Commission of the City of Miami
Beach,Florida,approve the award of a contract to FG Construction,LLC,the lowest responsive and
responsible Bidder to ITB No.2024-419-ND for 23'Street Complete Streets Improvements Project and
authorize the City Manager and City Clerk to execute a contract.
Applicable Area
Middle Beach
Is this a "Residents Right to Know"item,
pursuant to City Code Section 2-17?
Yes
Is this item related to a G.O.Bond
Project?
Yes
Was this Agenda Item initially requested by a lobbyist which,as defined in Code Sec.2-481,
includes a principal engaged in lobbying?No
If so,specify the name of lobbyist(s)and principal(s):
Department
Procurement
Docusign Envelope ID:23895926-11 B0-4B75-849F-887C36952C3C
Sponsor(s)
Co-sponsor(s)
Condensed Title
A w ard 1T B 2024-4 19-N D ,23rd Street C om plete Stre ets Im pro vem ents Project.C IP/PR