Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Contract with The Stout Group, LLC 2
Docusign Envelope ID:7 A5FF 12D0-51E8-42F9-B349-1E092E85FC35 Docusign Envelope ID:45604A60-E389-4B3B-BFFB-1405AC2B4545 Contract No.24-514-01 CONTRACT 12/18/2024 I 2:09 ESTTHISCONTRACT("Contract")is made and entered into as of the y and between the City of Miami Beach,Florida,a municipal corporation (the "City")and THE STOUT GROUP,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: ITB8-2024-514-ND INDIAN CREEK BIKE LANE PROJECT 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 Tems &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,Formal Solicitation Terms &Conditions-Goods and Services),Attachment B (Plans and Specifications,Invitation to Bid No.2024-514-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 nine hundred twenty-seven thousand three hundred dollars ($927,300.00).The Contract Price,consists of the following accepted items or schedules of work as taken from the Contractor's Bid Submittal: Total Base Bid+Indemnification $818,000.00 Total Permit Allowance Account $25,000.00 Total Alternate Items (if applicable)NONE Total Owner's Contingency $84,300.00 Contract Price $927,300.00 1 Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 Docusign Envelope ID:45604A460-E389-4B3B-BFFB-1405A\C2B4545 Contract No.24-514-01 The Contract Price,exclusive of the Owner's Contingency and Permit Allowance,includes, without limitation,all costs for all labor,materials,equipment,fixtures,freight,field supervision,supervisory expenses,project vehicles,field office and equipment,postage and delivery,safety and first aid,telephone,transportation of employees,parking, insurance,taxes,preparation and maintenance of the construction schedule and the preparation of as-built and shop drawings,as well as Contractor's overhead and profit required for completion of all the Work in accordance with the requirements of the Contract Documents,including work reasonably inferable therefrom,even if such items of Work are not specifically or expressly identified as part of a line item in the Bid Price Form.The Contract Price is subject to such additions and deductions as may be provided for in the Contract Documents.Progress and Final Payments will be made as provided for in the Contract Documents. Contract Time: Contract Time and Schedule Days for Substantial Completion:180 calendar days Days for Final Completion:3Q calendar days Liquidated Damages (as applicable) Failure to achieve Substantial Completion:$750.00/day Failure to achieve Final Completion:$350.00/day [BALANCE OF PAGE INTENTIONALLY LEFT BLANK] 2 Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 Docusign Envelope ID:45604A\60-E389-4B3B-BFFB-1405AC2B4545 Contract No.24-514-01 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: F o r C ity : 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:davidqomez@miamibeachfl.gov W ith co p ie s to : City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach,FL 33139 Attn:Ricardo Dopico,City Attorney Ph:305-673-7000 Email:ricardodonico@miamibeachfl.gov For C o ntract o r: THE STOUT GROUP,LLC Attn:Jose M.Sanchez Ill 10850 NW 138 Street,Bay #3 Hialeah Gardens,FL 33018 Ph:786-452-1481 Email:[Sanchez@thest@utgroup.com 3 Docusign Envelope ID:7A5FF 12D0-51E8-42F9-B349-1E092E85FC35 Docusign Envelope ID:45604A60-E389-4B3B-BFFB-1405AC2B4545 Contract No.24-514-01 IN W ITNESS W HEREOF,the above parties have caused this Contract to be executed by their appropriate officials as of the date first above written. FOR CITY: ATTEST: •fG..Ga.» Fae,cie"5737%a,ciy C e« Date:. [seal] CITY OF MIAMI BEACH,FLORIDA APPROVED AS TO FORM &LANGUAGE &FOR EXECUTION 12/18/2024 I 2:09 EST FOR CONTRACTOR: -\.- Nam e:_Jose !1 Sahu± Dae.]1 9]2y24 [seal] 4 Docusign Envelope ID:7A5FF 12D-51E8-4 2F9-B349-1E092E85FC35 Docusign Envelope ID:45604A60-E389-4B3-BFFB-1405AC2B4545 EXHIBIT "A" Certification of Compliance with Anti-Human Trafficking Laws 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 undersigned is.authorized to execute this affidavit on behalf of Entity. le cl»oo,LL , (Company Name) (Print Name) State of County of The foregoing instrument was acknowledged before me by means of physical presence or [)online notarization,this·+\%Ph4 oe_H.oz known to me to be the person described herein,or who produced on as identification,and who did/did not take an oath.---~-.....:..__ NOTARY PUBLIC:a.±±,2%> (Signature) fa1 S /o clo (Print Name) My commission expires:4[[20 2 Ng'o,_Francis S.Varela "W g,Notary PublicL]k;state of Florida <Corm#HH112430 ae$ires 4/5/2025 D ocusig n Envelope ID :7A 5F F 12-51E 8-4 2F9-B349-1E 092E85FC 35 Procurement Requests -C2 G MIAMIBEACH 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)2024-514-ND INDIAN CREEK BIKE LANE PROJECT. (CAPITAL IMPROVEMENT PROJECTS) RECOMMENDATION It is recommended that the Mayor and City Commission approve the award of a contract to The Stout Group,LLC,the lowest,responsive,responsible Bidder to Invitation to Bid (1TB)No.2024- 514-ND for the Indian Creek Bike Lane 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 protected bike lane on Indian Creek Drive was identified as a Priority 1 project in the adopted 2016 Transportation Master Plan Project.The City's Transportation and Mobility Department has worked extensively with the Florida Department of Transportation (FOOT)to enhance the proposed bicycle lane along Indian Creek Drive from 25th to 41 st Streets.As part of the enhancement,FOOT has approved the use of the Zicla Zipper as the protection device for the bike lane. The work includes the establishment of a Traffic Control Plan {TCP)/Maintenance of Traffic (MOT) plan,removal of the existing pavement marking and center lane Raised Pavement Markings (RP Ms)to accommodate the bike lane striping,installation of the proposed Zicla Zipper bike lane delineators,striping,signage,and pavement marking. To engage a contractor to complete the bicycle lane project,1TB 2024-514-ND was released. ANALYSIS On August 26,2024,the 1TB was issued.The Procurement Department issued bid notices to approximately 6,184 companies utilizing the City's e-procurement system,with 36 prospective bidders accessing the solicitation.A voluntary site visit and pre-bid conference to provide information to proposers submitting a response was held on September 3,2024.1TB responses were due and received on September 26,2024.The City received two (2)bids from the following firms:Edifica LLC,and The Stout Group,LLC.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 The Stout Group,LLC meets the requirements of the ITB,including: Docusign Envelope ID:7A5FF 12 -51E8-42F9-B34 9-1E092E85FC35 1.Licensing Requirements:Bidder shall be State of Florida Certified General Contractor OR Miami Dade County Licensed General Contractor to be considered for award. The Stout Group,LLC is State certified as a General Contractor.The state license number is CGC1507974,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 two (2)projects within Miami-Dade County or Florida Department of Transportation (FOOT)roadway,with a construction cost of at least $700,000.00 within the last ten (10)years,one (1)of which must be completed. The Stout Group,LLC provided two (2)positive and satisfactory references documenting compliance with the minimum experience requirement. 3.Previous Experience of Bidder (Firm)Project Manager.Bidder's Lead Project Manager must have completed one (1)project within Miami-Dade County or Florida Department of Transportation (FOOT)roadway within the last ten (10)years The Stout Group,LLC submitted proof of the required experience for its personnel. 4.Previous Experience of Bidder (Firm)Superintendent.Bidder's Superintendent must have completed one (1)project within Miami-Dade County or Florida Department of Transportation (FOOT)roadway within the last ten (10)years. The Stout Group,LLC submitted proof of the required experience for its personnel. Accordingly,The Stout Group,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: The Stout Group,LLC (The Stout Group)is a Miami-Dade County certified Small Business Enterprise (SBE)that has been in business for twelve years and has provided general contractor services to various South Florida cities,municipalities,highway authorities,and agencies.Previous work includes services for the Florida Department of Transportation,Miami Dade County,and the City of Hollywood and Miami Gardens,among others.In February 2021, the City awarded The Stout Group a contract for routine and emergency services.Under this agreement,The Stout Group has completed the following projects:The Harmonization of 1825 West Avenue ("Blue Building")Project and the rehabilitation of 20-inch north and south water mains along the McArthur Causeway Bridge.To date,the City is satisfied with the services provided by The Stout Group. FISCAL IMPACT STATEMENT The bid submitted by The Stout Group,LLC,the lowest responsive and responsible Bidder,was for the grand total bid amount of $843,000.The contract total with the City's contingency is $927,300. The Stout Group,LLC Grand Total: Plus 10%Owner's Contingency: Total: Does this Ordinance require a Business Impact Estimate? (FOR ORDINANCES ONLY) $843,000.00 $84,300.00 $927,300.00 D o cusig n E nvelo pe ID :7A 5FF 12 -5 1E 8-4 2F 9-B 34 9-1E 092E85F C 35 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 106-0820-069357-26-410-530-00-00-00-66122 =$648,849 Subject to Capital Budget Amendment to be presented at the October 30,2024,Commission Meeting =$278,451 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 The Stout Group,LLC,the lowest responsive and responsible Bidder to 1TB No.2024-514-ND for the Indian Creek Bike Lane 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? No as_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 Sponsor(s) Co-sponsor(s) Condensed Title Award 1TB 2024-514-ND,Indian Creek Bike Lane Project.CIP/PR Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 TABULATION INVITATION TO BID (1TB)2024-514-ND FOR INDIAN CREEK BIKE LANE PROJECT Grand Total Bid Amount Footnote 1 Recommended for Award Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 ATT ACHMENT A CITY OF MIAMI BEACH TERMS &CONDITIONS Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 MIAMI BEACH FORMAL SOLICITATIONS TERMS AND CONDITIONS -GOODS &SERVICES (October 27,2022) 1.GENERA L 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 perm itted 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 perform ed 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 conform ing 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 m a king any aw ard,or in fa iling or refusing to m a ke any aw a rd pursuant to such bid,or in cancelling awards,or in w ithd raw ing or can celli ng this so licitatio n,eithe r befo re or after issuance of an award,shall be without any liability or oblig a tio n on the part of the City. c.It is the resp onsib ility of each B idd e rs ,before submitting a Bid,to:examine the solicitation thoroughly;visit the site or structure,as app licab le ,to beco m e fa m ilia r w ith co nd itio ns tha t m ay aff ect 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 discrep anci e s in the so licitatio n of w hich Bidders knows or reasonably should have known.The submission of a Bid shall co nstitute an inco ntrovert ib le represe ntatio n by B idd e rs that B id de rs has co m p lie d w ith the above requirements and that w itho ut exce ptio n ,the B id is prem ise d up on perf orm ing and furn ishing the W ork req uired by the solicitatio n and that the so licitatio n do cum e nts are suffi ci e nt in scop e and de tail to ind icate and convey unde rsta nd ing of all terms and conditions fo r pe rf orm a nce and furn ish ing of the W or k. d.A ny actio n take n by the C ity in resp o nse to bids received purs ua nt to this so licitatio n ,or in m a king any award,or in failing or refusing to m a ke any aw ard pursua nt to such bid ,or in ca nce lling aw a rds,or in w ithd raw ing or ca ncelling this so licitatio n , either be fo re or aft er issua nce of an aw a rd,sha ll be w itho ut any lia bility or ob liga tio n on the part of the C ity .In its so le discretio n,the C ity m ay w ithd raw the solicita tio n eithe r befo re or afte r rece iving bid s,m ay acce pt or reject bids,an d m a y accept bids w hich de via te fr om the so licitatio n ,as it de em s ap pro pria te and in its be st interest.T he C ity m ay po stpo ne the de adline fo r sub m itt a l of bids and m a y,but is not required to,make a reasonable effort to give at least three (3)calendar da ys ele ctronic no tice of any such po stpo ne m e nt. e .In its so le discretio n,the C ity m ay de term ine the qua lificatio ns and acceptability of any party or parties submitting bid in respo nse to this so lici tatio n. f.B id d e rs are he reb y advise d tha t this solicitation is subject to the following ordinances/resolutions (as applicable),which may be fo und on the C ity Of M ia m i B e ach P ro curem e nt D e part m e nt w e bsite at https://wyw .miamibeachf]goy/City- ha ll/pro curem e nt/pr o curem e nt-related-o rdina n ce-and -p ro cedu re s/ R eq u irem e n t C one of S ile nce P ro te st P roced ures D eba rm e nt P ro cee d ing s Lo bb yist R eg istratio n and D iscl o sure of Fee s C am p aig n C ontrib utio ns by V e nd o rs C am p aig n C ontrib utio ns by Lob byists E q ua l B e nefits fo r D om e stic P art ne rs Living W age R eq u irem e nt Fa lse C la im s O rdina nce A cce ptance of G ifts,Fa vo rs &S e rv ices P urcha se of G o ods an d S e rv ices S o urced in M ississip p i N o n-d iscrim ina tio n (b oycott s) C o d e S ec tio n o r R e so lu tio n 2-4 8 6 2-37 1 2-4 8 1 thro ug h 2-4 0 6 2-39 7 thro ug h 2-4 8 5 .3 2-4 8 7 2-4 8 8 2-37 3 2-4 0 7 thro ug h 2-4 10 70 -30 0 2-4 4 9 R esolutio n 20 16 -29 3 75 20 16 -3 99 0 2.A C C E P T A N C E O F G IFT S ,FA V O R S ,S E R V IC E S .B id de rs sha ll no t offer any gratuitie s,favors,or anyt hing of m o ne tary valu e to any offi ci a l,em p loye e ,or ag e nt of the C ity ,fo r the purpo se of influ e nci ng conside ratio n of this B id .P ursua nt to S e c.2-4 4 9 of the C ity C o de ,no offi cer or em ployee of the C ity sha ll accept an y gift ,fa vo r or se rv ice tha t m ig ht rea so na bly tend im p rope rly to in flue nce him in the discha rge of his offi ci a l dutie s. 3.A S S IG N M E N T .N o co ntract sha ll be assig n ed ,transferred ,conveyed ,su b le t or othe rw ise disp ose d ,incl ud ing any or all rig ht, Page l of 7 I Fo rm a l So lici ta tio n s Te rm s a n d C o n d itio n s -G o o d s a n d Se rv ic e s (O ct o b e r 2 7 ,202 2 ) D o cusig n E nvelo pe ID :7A 5FF 12 D -51E 8-4 2F9-B 34 9-1E 092E85F C 35 M IA M I BEACH FORMAL SOLICITATIONS TERMS AND CONDITIONS -GOODS &SERVICES (October 27,2022) title or interest therein,or pow er to execute such contract,to any person,com pany or corp oration,w ithout the prior w ritten consent of the C ity . 4 .C A N C E LL A TIO N .In the event any of the provisions of this Bid are violated by the Bidders,the C ity shall give w ritten notice to the B idde rs stating such defici enci es and,unless such deficiencies are corr ected w ithin ten (10)ca lendar days fro m the date of the C ity's notice,the C ity ,thro ugh its C ity M anager,m ay decl are the contract in default and term inate sam e,w ithout further notice re qu ired to the Bidders .N otw ithstanding the preceding,the C ity ,through its C ity M anager,also reserv es the right to term inate the co ntract at any tim e and fo r any reason,w ithout cause and fo r convenience,and w ithout any m onetary liability to the C ity, up o n the giving of thirty (30)days prior w ritt en notice to the Bidders . 5.C O M P LI A N C E W IT H TH E C ITY 'S LO B B Y IST LA W S.T his solici tation is subject to,and all Bidders are expected to be or be com e fa m iliar w ith,all C ity lobbyist laws .Bidders shall be solely responsible fo r ensuring that all C ity lobbyist law s are com plied w ith,and sha ll be subject to any and all sanctions,as prescribed therein,incl uding,w ithout lim itation,disqualification of their resp o nses,in the event of such non-com pliance. 6 .D E F A U L T .Failure or refusal of the successful Bidders to execute a contract fo llow ing appro val of such contract by the C ity C o m m issio n,or untim ely w ithdraw al of a bid response befo re such aw ard is m ade and approved,m ay result in a cl aim fo r da m a g es by the C ity,and m ay be gro unds fo r rem oving the Bidders fro m the C ity's vendor list. 7.D E M O N S T RA TIO N O F C O M P ETEN C Y .Pursuant to Section 2-369 of the C ity C ode,_w hen determ ining the low est and best B id d e rs,in add ition to price,there shall be a consideration of the fo llow ing:(1)the ability,capacity and skill of the Bidders to pe rf or m the contract;(2)w hether the Bidders can perf orm the contract w ithin the tim e speci fied,w ithout delay or interf erence; (3 )th e cha racter,integrity,reputation,judgm ent,experience and effi ci ency of the Bidders;(4)the quality of perform ance of pre vio us contracts;and (5)the previous and existing com pliance by the Bidders w ith law s and ordinances relating to the co ntract.In doing so ,the C ity m ay take any and all actions in deem s necessary ,incl uding consideration of any legal,financial, op e ratio na l (fa ci lities,staffi ng and equipm ent)factor that m ay im pact the Bidder's ability to successfully perf orm the contract, an d th e C ity m ay contact any prior or current cl ient,em ployee or agent of the Bidders. a .The C ity reserv es the right to request supplem ental info rm ation from Bidders at any tim e during the solicitation proc ess, unle ss othe rw ise noted. 8 .D IS P U T E S .In the event of a conflict betw een the docum ents,the order of priority of the docum ents shall be as fo llow s: a.A ny contract or agreem ent resulting from the aw ard of this solicitation;then b.A dde ndum issued fo r this solicitation,w ith the latest Addendum taking precedence;then c.The solicitation;then d.The B idder's bid in response to the solicitation. In case of any do ubt or diff erence of opinion as to the item s and/or goods (as the ca se m ay be)to be furn ished hereunder,the de cisio n of the C ity shall be final and binding on all parties. 9 .E LI M IN A TIO N FR O M C O N S ID E RA TIO N .T his bid shall not be aw arded to any person or firm w ho is in arr ears to the C ity upon any de bt,taxes,or contracts w hich are defaulted as surety or otherw ise upon any obligation to the C ity . 10 .E M E R G E N C Y R E S P O N S E PR IO R ITY .It is hereby m ade a part of this solicitation that befo re,during,and after a public em e rgency,disaster,hurricane,torn ado,flood,or other acts of fo rce m ajeure that the C ity of M iam i Beach,Florida shall receive a "First P rio rity"fo r any goods and serv ices covered under any aw ard resulting from this solicitation,incl uding balance of line item s as applicable .It is vital and im perative that the m ajority of citizens are protected from any em ergency situation that th re atens public health and safety ,as determ ined by the C ity .By virtue of subm itting a response to this solicitation,vendor ag ree s to pro vide all aw ard-related goods and serv ices to the C ity on a "firs t priority"under the em ergency conditions noted ab o ve . 11 .E S T IM A T E D Q U A N TITI E S .Estim ated quantities or estim ated dollars,if pro vided,are fo r C ity guidance only.N o guarantee is exp ressed or im plied as to quantities or dollars that w ill be used during the contract period.The C ity is not obligated to place any orde r fo r a given am ount subsequent to the aw ard of this Bid.Estim ates are based upon the C ity 's actual needs and/or usage du ring a previo us contract period.The C ity m ay use said estim ates fo r purposes of determ ining w hether the low Bidders m eets spe cificatio ns. 12 .E N V IR O N M E N TA L R EG U L A TIO N S .T he C ity reserv es the right to consider a Bidder's history of citations and/or violations of environm e ntal regulations in investigating a Bidder's responsibility ,and further reserv es the right to declare a Bidders not re sp o nsib le if the history of violations w arrants such determ ination in the opinion of the C ity .Bidder shall subm it w ith its pro posal, a co m plete history of all ci tations and/or violations,notices,and dispositions thereof.T he non-subm ission of any such do cum e ntation shall be deem ed to be an aff irm ation by the Bidders that there are no citations or violations.Bidders shall notify the C ity im m ediately of notice of any citation or violation w hich Bidders m ay receive after the pro posal opening date and during the tim e of perf orm ance of any contract aw arded to it. 13 .E X C E P T IO N S TO SO LI C IT A T IO N .Bidders m ust cl early indicate any exceptions they w ish to take to any of the term s in the so licitatio n,and outline w hat,if any,altern ative is being off ered.A ll exceptions and altern atives shall be incl uded and cl early Pa g e 2 a f 7 I Fo rm a l So lici ta tions Te rm s an d C on d itions -G ood s an d Serv ices (O ct o ber 27,2022) D o cusign Envelope ID :7A 5F F 120 -51E 8-4 2F 9-B34 9-1E 092E85FC 35 M IAM I BEACH FORMAL SOLICITATIONS TERMS AND CONDITIONS -GOODS &SERVICES (October 27,2022) delineated,in w riting,in the bid subm ittal.The C ity ,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 City shall require the Bidders to com ply with the particular term and/or condition of the solici tation to w hich Bidders took exception to (as said term and/or condition was originally set fo rth in the solici tation and any exhibits or Addenda thereto). 14 .FLO R ID A PU B LI C R EC O R D S LA W .Bidders are hereby notified that all bids incl uding,w ithout lim itation,any and all info rm ation 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),Art .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 aft er opening of the bids,wh ichever 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)provide the public w ith access to public records on the sam e term s and conditions that the public agency w ould provide 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 from public records disclosure requirem ents are not discl osed except as authorized by law ;(d)M eet all requirem ents fo r retaining public records and transfer,at no cost,to the public agency all public records in possession of the Bidders upon term ination of the contract and destro y any duplicate public records that are exem pt or confidential and exem pt fro m public records disclosure requirem ents.A ll records stored electronically m ust be provided to the public agency in a fo rm at that is com patible w ith the info rm ation technology system s of the public agency. 15 .JO IN T V EN TU R ES /SIN G L E PU R PO SE EN TIT Y .Joint V entures are not allow ed.bid shall be subm itted only by the prim e contractor.Bidders m ay,how ever,identify sub-c ontractors or sub-c onsultants to the prim e Bidders w ho m ay serv e as team m em bers . 16 .FO R C E M A JE U R E. a.A "F orc e M ajeure"event is an event that (i)in fact 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,error,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 occurr ence of the event.Subject to the fo regoing criteria,Forc e M ajeure m ay incl ude events such as w ar,civil insurr ection,riot,fires,epidem ics ,pandem ics ,terrorism , sabotage,explosions,em bargo restrictions,quarantine restrictions,transportation acci dents,strikes,stro ng hurri canes or torn adoes,earthquakes,or other acts of G od w hich prevent perform ance.Force M ajeure shall not incl ude technological im possibility ,incl em ent w eather,or fa ilure to secure any of the required perm its purs uant to the Agreem ent. b.If the C ity or C ontractor's perform ance of its contra ctual 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 encem ent of any such delay,but in any case w ithin fifteen (15)business days thereof,pro vide notice:(i)of the occ urrence of event of For ce 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.T he tim ely delivery of the notice of the occurr ence 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 proof 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 adjustm ent 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 control relating to certain supply chain issues and extrem e m arket volatility .The City m ay,thro ugh its City M anager, but shall have no obligation to consider or otherw ise approve an adjustm ent,w here prici ng or availability of supply is affected by extrem e or unfo reseen volatility in the m ark etplace satisfy ing,at a m inim um ,all of the fo llow ing criteria:1)the volatility is due to causes w holly beyond the successful Bidder's contro l;2)the volatility affects the entire m ark etplace 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 Contract w ould result in an excessive or unreasonable substantial loss or financial hardship to the Bidders ,such as,fo r exam ple,an event im plicating insolvency or bankru ptcy.Any adjustm ent w ould require irr efutable 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 C ontract,or Bidder's assum ption of all risks relating to its perform ance in accordance with the C ontract term s. d.No 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.T he party shall use its reasonable best efforts to continue to perform its obligations hereunder to the extent such obligations are not aff ected or are only partially affected by the Force M ajeure event,and to correct or cure the event or condition excusing perf orm ance and otherw ise to rem edy its inability to perform to the extent its inability to perform is the direct result of the Force M ajeure event w ith all reasonable dispatch. Pa g e 3 of 7 I Form a l So lici tatio ns Term s and C onditions -G oods and Serv ic es (O ct ober 27,2022) D o cusign Envelope ID :7A 5FF 12D -51E 8-4 2F9-B349-1E 092E85FC 35 M IA M I BEACH FORMAL SOLICITATIONS TERMS AND CONDITIONS -GOODS &SERVICES (October 27,2022) e.O bligations purs uant to the Agreem ent that aro se befo re the occurr ence of a Force M ajeure event,ca using the suspension of perform ance,shall not be excused as a result of such occurr ence unless such occurrence m akes such perform ance not reasonably possible.T he obligation to pay m oney in a tim ely m anner fo r obligations and liabilities w hich m atured prior to the occurr ence of a Force M ajeure event shall not be subject to the For ce M ajeure pro visions. f.Notw ithstanding any other pro vision to the contrary herein,in the event of a Force M ajeure occurrence,the City m ay,at the sole discretion of the C ity M anager,suspend the C ity 's paym ent obligations under the Agreem ent,and m ay take such action w ithout regard to the notice requirem ents herein.A dditionally,in the event that an event of Force M ajeure delays a party 's perform ance under the Agreem ent fo r a tim e period greater than thirty (30)days,the City m ay,at the sole discretion of the C ity M anager,term inate the Agreem ent on a given date,by giving w ritten notice to Contractor of such term ination.If the Agreem ent is term inated pursuant to this section,Contractor shall be paid fo r any Serv ices satisfactorily perform ed up to the date of term ination;fo llow ing w hich the C ity shall be discharged from any and all liabilities,duties,and term s arising out of,or by virtue of,this Agreem ent.In no event w ill any condition of Force M ajeure extend this Agreem ent beyond its stated term . 17 .INDEMNIFICATION.T he bidder shall indem nify and hold harm less the City and its offi cers ,em ployees,agents and instru m entalities fro m any and all liability ,losses or dam ages,incl uding attorn ey's fees and costs of defense,which the City or its offi cers ,em ployees,agents or instru m entalities m ay incur as a result of claim s,dem ands,suits,causes of actions or pro ceedings of any kind or nature arising out of,relating to or resulting from the perform ance of the agreem ent by the bidder or its em ployees,agents,serv ants,partners ,principals or subcontractors.The bidder shall pay all cl aim s and losses in connection therew ith,and shall investigate and defend all claim s,suits or actions of any kind or nature in the nam e of the C ity ,where applicable,incl uding appellate proceedings,and shall pay all costs,judgm ents,and attorn ey's fees w hich m ay be incurred thereon.T he bidder expressly understands and agrees that any insurance protection required by any agreem ent with the C ity or otherw ise provided by the bidder shall in no w ay lim it the responsibility to indem nify ,keep and save harm less and defend the C ity or its offi cers ,em ployees,agents and instru m entalities as herein pro vided.The above indem nification pro visions shall surv ive the expira tion or term ination of this Agreem ent. 18 .INSPECTION,ACCEPTANCE &TITLE.Inspection and acceptance w ill be at destination,unless otherw ise pro vided.Title to (or risk of loss or dam age to)all item s shall be the responsibility of the successful Bidders until acceptance by the City unless loss or dam age results fr om the gro ss negligence or w illful m isconduct of the City. If any equipm ent or supplies supplied to the C ity are fo und to be defective,or do not confo rm to the specifications,the C ity reserv es the right to cancel the order upon w ritten notice to the seller,and return the pro duct,at the Bidder's expense. 19 .INSPECTOR GENERAL AUDIT RIGHTS. a.Pursuant to Section 2-256 of the C ode of the City of M iam i Beach,the City has established the O ffi ce of the Inspector G eneral w hich m ay,on a random basis,perform review s,audits,inspect ions and investigations on all City contracts, thro ughout the duration of said contracts.This random audit is separate and distinct from any other audit perform ed by or on behalf of the C ity . b.The Offi ce of the Inspector G eneral is authorized to investigate C ity affairs and em pow ered to review past,present,and pro posed C ity program s,accounts,records,contracts,and transactions.In addition,the Inspector G eneral has the pow er to subpoena w itnesses,adm inister oaths,require the pro duction of w itnesses and m onitor C ity projects and program s. M onitoring of an existing C ity project or pro gram m ay incl ude a repo rt concern ing w hether the project is on tim e,w ithin budget and in confo rm ance w ith the contract doc um ents and applica ble law .The Inspector G eneral shall have the pow er to audit,investigate,m onitor,overs ee,inspect and review operations,activities,perform ance and procurem ent pro cess including but not lim ited to project design,bid specifications,(bid/pro posal)subm ittals,activities of the Contractor,its offi cers,agents and em ployees,lobbyists,C ity staff and elected offi cials to ensure com pliance w ith the Contract Docum ents and to detect fraud and corru ption.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 O ffi ce of Inspector G eneral. c.U pon ten (10 )days w ritten notice to the C ontractor,the C ontractor shall m ake all requested records and docum ents available to the Inspector G eneral for inspection and copying.The Inspector G eneral is em pow ered to retain the serv ices of independent private sector auditors to audit,investigate,m onitor,overs ee,inspect and review operations activities, perform ance and procurem ent pro cess incl uding but not lim ited to pro ject design,bid speci fications,(bid/pro posal) subm itt als,activities of the C ontractor,its offi cers,agents and em ployees,lobbyists,C ity staff and elected officials to ensure com pliance w ith the contract doc um ents and to detect fraud and corru ption. d.T he Inspector G eneral shall have the right to inspect and copy all docum ents and records in the Contractor's possession, custody or control w hich in the Inspector G eneral's sole judgm ent,pertain to perform ance of the contract,including,but not lim ited to original estim ate files,change order estim ate files,w orksheets,pro posals and agreem ents from and w ith successful subcontractors and suppliers,all pro ject-related corr espondence,m em oranda,instru ctions,financial docum ents, constru ct ion docum ents,(bid/pro po sal)and contract docum ents,back-change docum ents,all docum ents and records which involve cash,trade or volum e discounts,insurance proceeds,rebates,or dividends received,payro ll and personnel records and supporting docum entation fo r the afo resaid docum ents and records. Pa g e 4 of 7 I Formal Solicitations Terms and Conditions -Goods and Services (October 27,2022) D o cusig n E nvelop e ID :7A 5F F 12 D -51E 8-4 2F 9-B 34 9-1E 092E 85FC 35 M IA M I BEACH FORMAL SOLICITATIONS TERMS AND CONDITIONS -GOODS &SERVICES (October 27,2022) e .The C ontractor shall m ake available at its off ice at all reasonable tim es the records,m aterials,and other evidence regarding the acquisitio n (bid preparation)and perf orm ance of this contra ct,fo r exam ination,audit,or repro duction,until three (3) years after final paym ent under this contract or fo r any longer period required by statute or by other cl auses of this contract. In addition: i.If this contract is com pletely or partially term inated,the C ontractor shall m ake available records relating to the w ork term inated until three (3)years aft er any resulting final term ination settlem ent;and ii.The C ontractor shall m ake available records relating to appeals or to litigation or the settlem ent of cl aim s arising under or relating to this contract until such appeals,litigation,or cl aim s are finally resolved. f.T he pro visions in this section shall apply to the C ontractor,its offi cers ,agents,em ployees,subcontractors,and suppliers. T he C ontractor shall incorp orate the pro visions in this sec tion in all subcontracts and all other agreem ents executed by the C ontractor in connection w ith the perform ance of this contract. g.N othing in this section shall im pair any independent right to the C ity to conduct audits or investigative activities.The pro visio ns of this section are neither intended nor shall they be constru ed to im pose any liability on the C ity by the C ontractor or third part ies. 20 .LA W S ,P E R M IT S A N D R E G U LA TIO N S .T he Bidders shall obtain and pay fo r all licenses,perm its,and inspect ion fees required to com plete the w ork and shall com ply w ith all applicable law s. 21.LI A B ILI T Y ,IN S U RA N C E ,LI C E N S ES A N D PE R M IT S.W here Bidders are required to enter or go on to C ity of M iam i Beach property to deliver m aterials or perform w ork or serv ices as a result of the Bid,the Bidders w ill assum e the full duty ,obligation and expense of obtaining all necessary licenses,perm its,and insurance,and assure all w ork com plies w ith all A pplicable Law s. The B idde rs shall be liable fo r any dam ages or loss to the C ity occasioned by negligence of the Bidders,or his/her offi cers , em ployees,contractors ,and/or agents,fo r failure to com ply w ith Applicable Laws . 22 .M A N N E R O F PE R FO R M A N C E .Bidders agrees to perform its duties and obligations in a profe ssional m anner and in accordance w ith all applicable Local,State,C ounty,and Federal law s,ru les,regulations,and codes.Lack of know ledge or ignorance by the B id de rs w ith/of applicable law s w ill in no w ay be a cause fo r relief from responsibility .Bidders agrees that the w ork and goods pro vide d shall be provided by em ployees that are educated,tra ined,experienced,certified,and licensed in all areas encom passed w ithin their designated duties.Bidders agrees to furn ish to the C ity any and all docum entation,certification, autho rization,license,perm it,or reg istration currently required by applica ble laws ,ru les,and regulations.Bidders further cert ifies tha t it and its em ployees w ill keep all licenses,perm its,registrations,authorizations,or certifica tions required by applicable laws o r regulations in full fo rce and eff ect during the term of this contract.Failure of Bidders to com ply w ith this paragraph shall co nstitute a m aterial breach of this contract. 23 .M O D IF IC A T IO N /W ITH D RA W A LS O F B ID S .A Bidders m ay subm it a m odified bid to replace all or any portion of a previously sub m itt ed B id up until the Bid due date and tim e.M odifications received after the bid due date and tim e will not be considered. bid shall be irr evocable until contract aw ard unless w ithdraw n in w riting prior to the bid due date,or after expiration of 180 cale ndar days from the opening of bid w ithout a contract aw ard.Letters of w ithdraw al received after the Bid due date and before sa id expiratio n date,and letters of w ithdra w al received after contract aw ard w ill not be considered. 24 .M U LT IP LE A W A R D .The C ity m ay aw ard tw o or m ore vendors (prim ary ,secondary ,tert iary ,or higher),as available,by line ite m ,by gro up or in its entirety,beginning w ith low est,responsive,responsible Bidders (prim ary ),follow ed by the second low est, responsive,responsible B idders (secondary ),and continuing w ith other responsive,responsible Bidders in order of next best co st.T he C ity w ill endeavor to utilize vendors in order of aw ard.How ever,the C ity m ay utilize other vendors in the event that: 1)a contract vendor is not or is unable to be in com pliance w ith any contract or delivery requirem ent;2)it is in the best interest of the C ity to do so regardless of reason. 25 .N O N -C O N FO R M A N C E TO C O N T RA C T C O N D ITI O N S.Item s m ay be tested fo r com pliance w ith specifi cations.Item s de live red,not confo rm ing to speci fications,m ay be rejected,and return ed at the Bidder's expense.T hese item s,as w ell as item s no t de livered as per delivery date in bid and/or purchase order,m ay be purchased by the C ity ,at its discretion,on the open m a rket.A ny increase in cost m ay be charged against the Bidders.Any violation of these stipulations m ay also result in the B id d e r's nam e being rem oved from the C ity 's vendor list. 26 .N O N -D IS C R IM IN A T IO N .T he Bidders certifies and aff irm s that it is in com pliance w ith and w ill be bound by the Section 202, E xe cutive O rder 112 46,as am ended by Executive O rder 11375,relative to equal em ploym ent opport unity fo r all pers ons w ithout rega rd to race,color,religion,sex or national origin. 27 .N O N -E X C L U S IV ITY .T o the extent applicable,it is the intent of the C ity to purchase the goods or serv ices specifically listed in the so licitatio n.H ow ever,the C ity reserv es the right to purchase any goods or serv ices aw arded from any other govern m ental or coo perative contract,or on the open m ark et. 28 .O C C U P A TIO N A L H E A LTH A N D SA FETY .T he Bidders w arrants to the C ity that any w ork ,goods,supplies,m aterials or eq uip m ent supplie d purs uant to this bid shall confo rm in all respects to the standards set fo rth in the O ccupational Safety and Pa g e 5 o f 7 I Form a l So lici ta tions Te rm s an d C on d itio ns -G oo ds and Serv ices (O ct o ber 27,2022 ) D o cusig n Envelope ID :7A 5FF 12D -51E 8-4 2F9-B349-1E 092E85FC 35 M IAM I BEA C H FORMAL SOLICITATIONS TERMS AND CONDITIONS -GOODS &SERVICES (October 27,2022) H ealth A ct of 1970,as am ended,and the failure to com ply w ith this condition w ill be deem ed breach of contract.Any fines levied because of inadequacies to com ply w ith this condition shall be born e solely by the Bidders. 29 .OBSERVANCE OF LAWS.Bidders are expected to be fam iliar w ith,and com ply w ith,all Federal,State,County ,and City laws , ordinances,codes,rules and regulations,and all orders and decrees of bodies or tribunals having jurisdiction or authority w hich, in any m anner,m ay affect the scope of goods and/or project contem plated by this solicitation (incl uding,without lim itation,the A m ericans w ith D isabilities Act,T itle V II of the C ivil Rights Act,the EEO C U nifo rm G uidelines,and all EEO regulations and guidelines).Ignora nce of the law (s)on the part of the Bidders w ill in no w ay relieve it fro m responsibility fo r com pliance. 30.OPTIONAL CONTRACT USAGE.W hen the successful Bidders agrees,other units of govern m ent or non-pro fit agencies m ay participate in purchases purs uant to the aw ard of this contract at the option of the unit of govern m ent or non-profit agency. 31.OSHA.The Bidders w arr ants to the C ity that any w ork ,serv ices,supplies,m aterials or equipm ent supplied pursuant to this Bid shall confo rm in all respects to the standards set fo rth in the O ccupational Safety and H ealth Act of 1970,as am ended,and the failure to com ply w ith this condition w ill be deem ed breach of contract.Any fines levied beca use of inadequaci es to com ply with this condition shall be born e solely by the Bidders . 32.OTHER TERMS AND CONDITIONS.Any order pursuant to the contract that incl udes term s and conditions other than those expressly appro ved in this solici tation or contract shall be null and void and rejected by the City . 33.PAYMENT.Paym ent w ill be m ade by the C ity after the goods have been received,inspected,and fo und to com ply with contract speci fications,free of dam age or defect,and are pro perly invoiced. 34.PATENTS &ROYALTIES.Bidder shall indem nify and save harm less the City of M iam i Beach,Florida,and its offi cers , em ployees,contractors,and/or agents,from liability of any nature or kind,incl uding cost and expenses fo r,or on account of,any copyrighted,patented,or unpatented invention,process,or article m anufactured or used in the perform ance of the contract, incl uding its use by the C ity of M iam i Beach,Florida.If the Bidders uses any design,device or m aterials covered by letters, patent,or copyright,it is m utually unders tood and agreed,w ithout exception,that the Bid prices shall incl ude all royalties or cost arising from the use of such design,device,or m aterials in any w ay involved in the w ork . 35.PRICES QUOTED.Prices quoted shall rem ain firm and fixed during the duration of the contract.In com pleting the bid fo rm , state both unit price and extended total,w hen requested.Prices m ust be stated in units of quantity specified in the bidding specifications.In case of discrepancy in com puting the am ount of the bid,the UN IT PR IC E quoted w ill govern .All prices m ust be F.O .B .destination,freight prepaid (unless otherw ise stated in Special C onditions).The Bidders m ay offer ca sh discounts fo r prom pt paym ents;how ever,such discounts w ill not be considered in determ ining the low est price during bid evaluation.Bidders are requested to pro vide pro m pt paym ent term s in the space pro vided on the Bid subm ittal signature page of the solici tation. A w ard,if m ade,w ill be in accordance w ith term s and conditions stated herein.Each item m ust be bid separately,and no attem pt is to be m ade to tie any item or item s in w ith any other item or item s.Cash or quantity discounts offered w ill not be a consideration in determ ination of aw ard of bid(s). 36.PROTESTS.Any pro test concern ing the specifications or aw ard of this solicitation shall be in accordance w ith City Code Section 2-371.Pro tests not subm itted in a tim ely m anner purs uant to the requirem ents of City Code Section 2-371 shall be barred. 37.PUBLIC ENTITY CRIME.A pers on or affi liate w ho has been placed on the convict ed vendor list fo llow ing a conviction fo r public entity crim es m ay not subm it a bid on a contract to pro vide any goods to a public entity,m ay not subm it a bid on a contract with a public entity fo r the constru ction or repair of a public building or public w ork,m ay not subm it a bid on leases of real pro perty to public entity,m ay not be aw arded or perf orm w ork as a contractor,supplier,sub-contractor,or consultant under a contract with a public entity,and m ay not transact business w ith any public entity in excess of the threshold am ount provided in Sec.287 .017, fo r C ategory Tw o,fo r a period of 36 m onths 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 acknow ledge and agree,that the successful Bidders is considered to be an independent contractor,and that neither the Bidders ,nor the Bidder's em ployees,agents,and/or contractors ,shall,under any circum stances,be considered em ployees or agents of the City. 39.SPECIAL CONDITIONS.Any and all Special C onditions that m ay vary from these G eneral Term s and Conditions shall have precedence. 40.TAXES.The C ity of M iam i Beach is exem pt from all Federal Exci se and State taxes. 41.TERMINATION FOR DEFAULT.If the successful Bidders shall fa il to fulfill in a tim ely m anner,or otherw ise violate,any of the covenants,agreem ents,or stipulations m aterial to the Bid and/or the contract entered into w ith the C ity pursuant thereto,the City shall thereupon have the right to term inate the w ork and/or serv ices then rem aining to be perform ed by giving w ritten notice to the Bidders of such term ination,w hich shall becom e effective upon receipt by the Bidders of the w ritten term ination notice. In that event,the C ity shall com pensate the successful Bidders in accordance w ith the term of the contract fo r all w ork and/or serv ices satisfactorily perf orm ed by the Bidders prior to term ination,net of any costs incurred by the City as a consequence of Pa g e 6 of 7 I Formal Solicitations Terms and Conditions-Goods and Services (October 27,2022) Docusign Envelope ID:7A5FF 12D0-51E8-42F9-B34 9-1E092E85FC35 MIAMI BEACH FORMAL SOLICITATIONS TERMS AND CONDITIONS -GOODS &SERVICES (October 27,2022) the de fault. N o tw ithstanding the above,the successful Bidders shall not be relieved of liability to the City for damages sustained by the City by virt ue of any brea ch of the co ntract by the B idd e rs ,and the C ity m a y rea sona bly w ithh o ld paym e nts to the successful Bidders fo r the purp o ses of set off un til such time as the exact amount of damages due the City from the successful Bidders is determined. T he C ity m a y,at its discretio n ,pro vide reaso na ble "cure pe rio d"fo r any contractual violation prior to term ination 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 pe rio d,the n the C ity m ay pro ceed to term inate the contract for cause in accordance with this subsection 1.57. 42 .T E R M IN A T IO N FO R C O N V E N IE N C E O F C ITY .T he C ity m a y,fo r its conve nie nce ,term ina te the w ork and/or serv ices then rem a in ing to be perf orm e d ,at any tim e ,by giving w ritte n no tice to the successful B id de rs of such te rm ina tio n ,w hich sha ll becom e eff ective thirt y (3 0)da ys fo llow ing receipt by B idd e rs of such no tice .In that eve nt,all finishe d or unfin ish ed do cum ents and othe r m a teria ls sha ll be pro perly de livered to the C ity.If the contract is term inated by the C ity as pro vid e d in this sub sectio n ,the C ity sha ll com p ensate the succe ssful B idd e rs in accorda nce w ith the te rm s of the contract fo r all and w itho ut cause and/or any resu lting lia b ility to the C ity,w ork and/or se rv ices actua lly pe rf orm e d by the successful B id d e rs ,and sha ll also co m pensate the B idd e rs fo r its rea so na ble direct costs in asse m bling and de live ring to C ity all doc um e nts.N o co m p e nsatio n sha ll be due to the successful B idde rs fo r any pro fit s tha t the succe ssful B id de rs expecte d to ea rn on the bala nced of the contract.S uch paym e nts sha ll be the total ext ent of the C ity 's lia b ility to the successful B id de rs up o n a te rm inatio n as provid e d fo r in this subsectio n. 43 .T IE B ID S .In acco rda nce w ith Flo rida S tatue s S e ctio n 287 .0 87 ,rega rding id entical tie bids,preference w ill be given to B idd e rs cert ify ing tha t the y have im ple m e nted a dru g free w o rk pla ce pro g ra m .A cert ificatio n fo rm w ill be req uired .In the event of a co ntinue d tie betw ee n tw o or m o re B idd e rs aft e r co nsid e ratio n of the dru g free w orkpla ce pro g ram ,the C ity 's Local P reference and V ete ran P reference ordina nces w ill dictate the m a nn e r by w hich a tie is to be reso lve d .In the eve nt of a co ntinue d tie after the Loca l and V eteran P reference ordina nce s have be e n ap p lie d or the tie exists betw ee n B idde rs tha t are no t Local or V eteran , the brea king of the tie sh a ll be at the C ity M a na g e r's discretio n,w hich w ill m a ke a reco m m e nd a tio n fo r aw ard to the C ity C o m m issio n . 44 .V E N U E .A ny le ga l cha lle ng e s to this S o licitatio n sha ll be broug ht in M ia m i-D ade C o unty ,Flo rida ,an d if le ga l actio n is ne cessa ry , exclusive venu e fo r the enfo rce m e nt of sam e sha ll lie in M ia m i-D a de C o unty ,Flo rida .T he B id de r and the C ity expressly w aive any rig hts eithe r pa rty m a y ha ve to a tria l by ju ry of any ci vil litig a tio n related to or arising out of this S o lici tatio n. 45 .C O N T RA C T E X T E N S IO N .T he C ity ,through its C ity M a na g e r,rese rv es the right to require the Contractor to extend contract past the stated term ination 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 inform ation 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 Formal Solicitations Terms and Conditions -Goods and Services (October 27,2022) Docusign Envelope ID:7A5FF 12D0-51E8-42F9-B349-1E092E85FC35 M IAM I BEA CH GEN ERAL CO NDITIONS FO R 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 I General Conditions for Construction Contracts !April 13,2020) D ocusign Envelope ID :7A 5F F 12-51E 8-4 2F9-B34 9-1E 092E85FC 35 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 ITB,Contractor's Bid in response thereto,the Contract, 2 [G eneral C onditions for C onstruction C ontracts A pril 13 ,2020 Docusign Envelope ID:7 A5FF 12D0-51E8-42F9-B349-1E092E85FC35 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]General Conditions for Construction Contracts {April 13,2020) Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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 offerer 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 [G eneral Conditions for Construction Contracts [April 13,2020) Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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:7A5FF 12D-51E8-42F9-B349-1 E092E85FC35 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 CONTRACT 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[G eneral Conditions for Construction Contracts [April 13,2020) Docusign Envelope ID:7 A5FF12D-51 E8-42F9-B34 9-1E092E85FC35 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 13,2020) Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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[General Conditions for Construction Contracts [April 13,2020) Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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[General Conditions for Construction Contracts [April 13,2020) Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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. l 0 I Ge neral Conditions for Construction Contracts p nil 13,2020) D ocusign Envelope ID :7 A5F F 12 -51E 8-4 2F9-B34 9-1E 092E85FC 35 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]Ge neral Conditions for Construction Contracts [April 13,2020) Docusign Envelope ID:7 A5FF 12D-51E8-42F9-B349-1E092E85FC35 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]General Conditions for Construction Contracts [April 13,2020) Docusign Envelope ID:7A5FF 12-51E8-42F9-B349-1E092E85FC35 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 CONTRACTOR'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 CONTRACTOR'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 CONTRACTOR'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 RELATED 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.CONTRACT 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 I General Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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 14 I General Conditions for Construction Contracts !April 13,2020) Docusign Envelope ID:7A5FF 12D-51E8-4 2F9-B34 9-1E092E85FC35 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; 15 I Ge neral Conditions for Construction Contracts (April 13,20201 Docusign Envelope ID:7 A5FF 12-51E8-4 2F9-B34 9-1E092E85FC35 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. l6]Ge neral Conditions for Construction Contracts (Ap ril 13,2020) Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1 E092E85FC35 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. 171General Conditions for Construction Contracts [April 13,2020) Docusign Envelope ID:7 A5FF 12D0-51E8-42F9-B349-1E092E85FC35 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 18 I Ge neral Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:7A5FF 12D-51E8-4 2F9-B34 9-1E092E85FC35 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 I Ge nerol Conditions for Construction Controcts (April 13,2020) Docusign Envelope ID:7A5FF 12 -51E8-42F9-B34 9-1E092E85FC35 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:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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 Ge neral Conditions for Construction Contracts !April 13,2020) Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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 I Generol Conditions for Construction Controcts (April 13,2020) Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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 I General Conditions for Construction Contracts Apnl 13,2020) Docusign Envelope ID:7A5FF 12D0-51E8-42F9-B349-1E092E85FC35 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 Conditions or Construction Contracts (April 13,2020) Docusign Envelope ID:7A5FF 12D-51E8-4 2F9-B34 9-1E092E85FC35 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 Ge nera l Conditions for Construction Contracts p nl 13,2020) Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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:7 A5FF12D-51 E8-42F9-B349-1 E092E85FC35 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 !April 13,2020) D o cu sig n Envelope ID :7A 5FF 12-51E 8-4 2F 9-B34 9-1E 092E85FC 35 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 ]General Conditions for Construction Contracts April 13,2020) D o cu sign Envelope ID :7A 5F F 12D -51E 8-4 2F9-B34 9-1E 092E85FC 35 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 ]Ge nera l C onditions for C onstruclion C ontracts (A pril 13 ,2020) Oocusign Envelope ID:7 A5FF 12D-51E8-42F9-B349-1E092E85FC35 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 30 I General Conditions for Construction Contracts Apnil 13,2020) D o cusign E nvelope ID :7A 5F F 12 -51E 8-4 2F9-B34 9-1E 092E85FC 35 500,001 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 Tile 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,3rd 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 31 I General Conditions for Construction Contracts pnil 13,2020) Docusign Envelope ID:7 A5FF 12D-51E8-42F9-B349-1E092E85FC35 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 I Ge neral Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:7 A5FF 12D-51E8-42F9-B349-1E092E85FC35 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 CONTRA CT 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 I General Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:7 A5FF 12D0-51E8-42F9-B349-1E092E85FC35 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 ]General Conditions for Construction Contracts [April 13,2020) Docusign Envelope ID:7 A5FF 12D-51E8-42F9-B349-1E092E85FC35 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 I General Conditions for Construction Contracts Apnil 13,2020) Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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 I Ge neral Conditions for Construction Contracts (April 13,2020) D o cusig n E n velo pe ID :7 A 5F F 12 D -51E 8-4 2F 9-B 349-1E 092E85F C 35 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 ]Ge ne ral C o nd itio ns for C o nstruction C ontracts [A pril 13 ,2020) Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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 neral Conditions for Construction Contracts [April 13,2020) Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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 ]General Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:7 A5FF 12D-51E8-42F9-B349-1E092E85FC35 be compensated for (x)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. CONTRA CTOR'S STRICT COMPLIANCE WITH THIS ARTICLE 10 15 A CONDITION PRECEDENT TO RECEIPT OF AN EXTENSION OF THE CONTRA CT TIME.FAILURE OF THE CONTRACTOR TO 41 I General Conditions for Construction Contracts (April 13,2020) D o cusig n E nvelop e ID :7A 5F F 12 -51E 8-4 2F 9-B 34 9-1E 092E85F C 35 COMPLY WITH ALL REQUIREMENTS AS TO ANY PARTICULAR EVENT OF DELA Y,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 PARTICULA R 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 4 2 ]Ge ne ra l C o nd itio ns for C onstruction C ontra cts [A pril 13 ,20 20) Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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 General Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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,TAXES. 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 Controcts pnil 13,2020) Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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]Ge neral Conditions for Construction Contracts [April 13,2020) Docusign Envelope ID:7A5FF 12D-51E8-42F9-8349-1E092E85FC35 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: 4 6 ]Ge n e ra l C o n d itio n s fo r C o n stru c tio n C o n tra c ts [A p ril 13 ,2 0 2 0 ) Docusign Envelope ID:7 A5FF 12D-51E8-42F9-B349-1E092E85FC35 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]General Conditions for Construction Contracts [April 13,2020 Docusign Envelope ID:7A5FF 12D-51E8-42F9-34 9-1E092E85FC35 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 4 8 ]Ge ne ral C o nd itio ns fo r C o nstructio n C o ntra cts (Ap ril 13,2020) Docusign Envelope ID:7A5FF 12D-51E8-42F9-8349-1E092E85FC35 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.MISCELLA NEOUS. 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.If any part of Contractor's Work depends for proper execution or results upon the work of any other persons,Contractor shall inspect and promptly report to Consultant any defects in such work that render it unsuitable for such proper execution and results.Contractor's failure to 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 neral Conditions for Conslruclion Contracts p nl 13,2020) Docusign Envelope ID:7A5FF 12D-51E8-42F9-B34 9-1E092E85FC35 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 I Ge neral Conditions for Construction Contracts Apnl 13,2020) Docusign Envelope ID:7A5FF12D-51E8-42F9-B349-1E092E85FC35 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. 14.1 O.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 for Construction Contra cts [April 13,2020) Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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]Ge neral Conditions for Construction Contracts [April 13,2020) Docusign Envelope ID:7A5FF 12-51E8-42F9-B349-1E092E85FC35 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 General Conditions for Construction Contracts (April 13,2020) Docusign Envelope ID:7A5FF 12D-51E8-4 2F9-B34 9-1E092E85FC35 ATT ACHMENT B ADDENDA AND 1TB SOLICITATION Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,36 Floor Miami Beach,Florida 33139 www .miamibeachfl.gov ADDENDUM NO.2 INVITATION TO BID NO.2024-514-ND FOR INDIAN CREEK BIKE LANE PROJECT September 23,2024 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.ATTACHMENTS. Exhibit A:List of Suppliers that have Viewed 1TB 2024-514-ND Exhibit B:Pre-Bid Sign-In Sheet 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@miamibeachfi.gov Contact: Natalia Del ado Telephone: 305-673-7 490 ext.26263 miamibeachfi.ov Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Sincerely, atoho Do4jade for Kristy Sada Chief Procurement Officer 1 ADDENDUM NO.2 INVITATION TO BID NO.2024-514-ND FOR INDIAN CREEK BIKE LANE PROJECT D ocusig n Envelope ID :7A 5FF 12D -51E 8-4 2F 9-B349-1E 092E85FC 35 MIAMI BEACH EXHIBIT A PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3d Floor Miami Beach,Florida 33139 www .miamibeachfl.gov List of Suppliers that have Viewed 1TB 2024-514-ND 2 ADDENDUM NO.2 INVITATIO N TO BID NO .2024-514-ND FO R IND IAN CREEK BIKE LA NE PR O JECT Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 aL.Lonna vnovou tout t tut Bid 2024-514-ND City of Miami Beach Suppliers that have Viewed Bid #2024-514-ND-Indian Creek Bike Lane Project I Supplier Main Contact Email Qualifications Date First Viewed Date Most Recently Viewed EI alisha pvt ltd Amici Engineering chrisl@amiciec.com Contractors,LLC ATLANTIC PAVING ray@atlanticpaving.com COINC Bad Day Fabrication Blackridge Research & consulting Bob's Barricades, Inc Construction Bid Source CTS Engineering Inc. alishaross2013@gmail.com csalley@baddayfab.com venkatesh@blackridgeresearch.com jbaldwin@bobsbarricades.com ConstructConnect ashley.welker@constructconnect.com tgephart@constructionbidsource.com smorell@ctseinc.com DH and Company Daraharsh@gmail.com EI AL Miami FL MIAMI FL Gainesville GA Peoria IL Sunrise FL Cincinnati OH Holly Springs NC Doral FL Calsbad NM Aug 27,2024 12:50:18 PM EDT Aug 26,2024 3:32:00 PM EDT Aug 27,2024 10:13.02 AM EDT Aug 27,2024 9:55:43 AM EDT Sep 23,2024 2:23:46 AM EDT Aug 26,2024 3:36:51 PM EDT Sep 18,2024 4:43:58 PM EDT Aug 27,2024 9:55:43 AM EDT Sep 16,2024 5:24:08 Sep 16,2024 6:15:22 AM EDT AM EDT Sep 19,2024 2:33:13 Sep 19,2024 4:34:11 PM EDT PM EDT Aug 27,2024 1:26.08 AM EDT Sep 22,2024 5:48:39 Sep 22,2024 5:48:39 PM EDT PM EDT Sep 3,2024 10:11 :39 Sep 3,2024 10:11 :39 AM EDT AM EDT Aug 26,2024 8:59:26 PM EDT Sep 4,2024 2:43:12 AM EDT Sep 22,2024 8:37:03 PM EDT No No Yes No No No No No Yes No Dodge Data &dodge.digital.operations@construction.com TRENTON NJAnalytics Dodge Data &jayalakshmil@construction.com NEW YORK NYAnalytics Edifica LLC rmejia@edificaconstruction.com Pembroke FLPines Elite Path LLC elitepathllc@outlook.com Cutler Bay FL FG Construction estimating@fgconstruction.com Tamarac FL LLC Aug 28,2024 5:53:28 PM EDT Aug 27,2024 10:29:51 AM EDT Aug 28,2024 3:27:09 PM EDT Aug 28,2024 5:53:28 PM EDT Sep 23,2024 9:53:45 AM EDT Sep 17,2024 11 :05:38 AM EDT Aug 28,2024 3:27:09 PM EDT No No Sep 3,2024 12:36.06 <p 19,2024 2:16:15 PM EDT No PM EDT Sep 17,2024 11 :05:38 AM EDT No Yes 9/23/2024 p.1 Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 City of Miami BeachMattovicwwoututtut Bid 2024-514-ND Florida Bid kila@floridabid.com Tallahassee FL Sep 9,2024 5:16:04 Sep 9,2024 5:16:04 AM EDT No Reporting AM EDT Googe billing@googetransport.com Loxahatchee FL Aug 27,2024 Aug 27,2024 8:15:36 AM EDT NoEquipment8:15:36 AM EDT GreMark wayne.fergusson.egc@gmail.com Willimantic Aug 27,2024CT Aug 27,2024 6:36:10 AM EDT NoConsultancy,Inc.6:36:10AM EDT Home Express agustin@he-builders.com Weston FL Aug 28,2024 Sep 19,2024 11 :17:15 AM EDT NoCorp11:29:11 AM EDT iSqFt katherine.bliss@constructconnect.com Cincinnati OH Aug 30,2024 Sep 13,2024 5:38:30 AM EDT Yes4:11 :51 AM EDT ITSol,LLC mcsb2012@yahoo.com Orlando FL Sep 1,2024 4:39:28 Sep 2,2024 12:30:40 PM EDT NoPMEDT Keith and Marketing@keithteam.com Pompano FL Aug 28,2024 Associates,Inc.Beach 9:27:36 AM EDT Aug 28,2024 9:27:36 AM EDT No LEAD Engineering estimating@lead-ec.com MIAMI FL Aug 27,2024 Aug 27,2024 6:17:30 AM EDT NoContractors6:17:30 AM EDT McShea stevem@mcsheacontracting.com Lehigh Acres FL Sep 19,2024 Sep 19,2024 10:35:49 AM EDTContracting,LLC 10:35:49 AM EDT Yes Metric jessica.moses@metriceng.com Miami FL Sep 18,2024 5:29:19 <18,2024 5:29:19 PM EDT Engineering Inc.PM EDT p 'No North America Grand Aug 26,2024Procurementsourcemanagement@napc.me Junction co 1:46:51 PM EDT Sep 20,2024 12:34:46 PM EDT No Council,Inc.PBC Premiere Design pds@pds-eng.com Miramar FL Sep 17,2024 9:15.01 <er 17,2024 9:15.01 AM EDT No Solutions,Inc AM EDT p , PWXPress bids@pwxpress.com jacksonville FL Aug 27,2024 Aug 27,2024 8:32:45 AM EDT No8:32:45 AM EDT Quality Aug 27,2024 Enterprises USA,lgaudio@qeusa.com Naples FL 7:51 :01 AM EDT Aug 27,2024 7:51 :01 AM EDT No Inc. RH Moore info@rhmooreassociates.com TAMPA FL Aug 28,2024 Aug 28,2024 2:52:49 PM EDT No2:52:49 PM EDT Robayna and carolina@robayna.com Miami Lakes FL Sep 13,2024 Sep 13,2024 11 :26:39 AM EDT No Associates,Inc.11 :26:39 AM EDT T&RWaste swalker8585@gmail.com austin TX Aug 27,2024 Aug 27,2024 947.37 AM EDT No9:47.37 AM EDT The Stout Group,jsanchez@thestoutgroup.com Hialeah FL Aug 27,2024 Sep 23,2024 9:03:31 AM EDT No LLC Gardens 12:43:01 PM EDT 9/23/2024 p.2 Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 Lancia vowvu o+rt tu Bid 2024-514-ND City of Miami Beach 9/23/2024 Total Bid Estimating WGI alan@totalbidestimating.com martha.bergweiler@wginc.com Miami West Palm Beach FL FL Sep 19,2024 9:43:39 Sep 19,2024 9:43:39 AM EDT AM EDT Sep 16,2024 10:37:52 AM EDT No No p.3 Sep 16,2024 10:39:53 AM EDT Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 MIAMI BEACH EXHIBIT B Pre-Bid Sign-In Sheet 3 ADDENDUM NO.2 INVITATION TO BID NO.2024-514-ND FOR INDIAN CREEK BIKE LANE PROJECT PROCUREMENT DEPARTMENT 1755 Meridian Avenue,38 Floor Miami Beach,Florida 33139 www .miamibeachfl.gov Docusign Envelope ID:7A5FF 12D-51E8-42F9-349-1 E092E85FC35 /A LA NA I BEACH CITY OF MIAMI BEACH PRE-BID MEETING SIGN-IN SHEET DATE:Tuesday,September 3,2024 TIME:2:00PM BID NO.AND TITLE:1TB 2024-514-ND INDIAN CREEK BIKE LANE PROJECT NAME TITLE COMPANY Email PHONE NATALIA DELGADO CONTRACTING OFFICER CMB NATALIADELGADO@MIAMIBEACHFL.GOV 305-673-7000 X26263 MARIE DUVIVIER CONTRACTING OFFICER CMB marieduvivier@miamibeachfl.gov 305-673-7000 X26695 MAHER MAALIKI ENGINEER OF RECORD RIBBECK ENGINEERING MMAALIKA@RIB£CK.CO 305-720-5548 RICARDO MEJIA PROJECT MANAGER EDIFICA LLC RMEJIA@EDIFICACONSTRUCTION.COM 954-665-7759 Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,36 Floor Miami Beach,Florida 33139 www .miamibeachfl.gov ADDENDUM NO.1 INVITATION TO BID NO.2024-514-ND FOR INDIAN CREEK BIKE LANE PROJECT September 18,2024 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.RESPONSES TO QUESTIONS RECEIVED: Q1:For the design variation memorandum,is this to comply throughout the whole phase,or is there a particular phase that needs to comply with this? A1:The design variation memorandum was utilized by the Engineer of Record to inform the Department of Transportation that there is a particular item that does not meet the standards. The memorandum was approved,and the design variation was included in the plans. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Natalia Del ado Telephone: 305-673-7 490 ext.26263 miamibeachfl.ov Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. ",2, d Chief Procurement Officer 1 ADDENDUM NO.1 INVITATION TO BID NO.2024-514-ND FOR INDIAN CREEK BIKE LANE PROJECT Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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 ().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 they are 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 1TB INFORMATION &GENERAL REQUIREMENTSITEMNO. 1 1TB No.:2024-514-ND 2 1TB Title:Indian Creek Bike Lane Project 3 Date of Issuance:August 26,2024 4 Project Description &The protected bike lane on Indian Creek Drive was identified Scope of Work:as a Priority 1 project in the adopted 2016 Transportation Master Plan Project.The City's Transportation and Mobility Department has worked extensively with the Florida Department of Transportation (FDOT)to enhance the proposed bicycle lane along Indian Creek Drive from 25"to 41 st Streets.As part of the enhancement,FDOT has approved the use of the Zicla Zipper as the protection device for the bike lane. The work includes the establishment of a Traffic Control Plan (TCP)/Maintenance of Traffic (MOT)plan,removal of the existing pavement marking and center lane Raised Pavement Markings (RPMs)to accommodate the bike lane striping, installation of the proposed Zicla Zipper bike lane delineators, striping,signage,and pavement marking. 5 Project Site:Indian Creek Drive from 25"to 41'Street 6 Estimated Budget:$786,235.80 7 Procurement Contact:Name:Natalia Delgado Telephone:305-673-7000 ext.26263 Email:nataliadelaaldo@miamibeachfl.aov 8 Cone of Silence: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 9 Due Date &Time for Bid The deadline for the submittal of bids is 3:00 pm on Submittal:September 26,2024. An addendum to the 1TB may Join on your computer or mobile appmodifytheduedate.The Bidder must download all addenda.Join the meeting now Or call in (audio only) Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 +1 786-636-1480 United States,Miami Phone Conference ID:357 799 430# Bidders are cautioned that late bids can not be submitted. Bidders are fully responsible for assuring that bids are received by the deadline. 10 11 12 Pre-Bid Conference: []Pre-Bid Conference will be held. D Pre-Bid Conference is Mandatory. D A Pre-Bid Conference will not be held. Site Visit: ]Site Visit will be held. D Site Visit is Mandatory. D Site Visit will not be held. Last Day for Receipt of Questions: Date:September 3,_2024 Time:2:00 P.M. 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:193 324 673# Reference:Section 0100,Sub-section 6,Pre-Bid Interpretations. Date:September 3,2024 Time:10:00 A.M. Location:Intersection of Indian Creek Drive and 30 Street Miami Beach,FL 33140 September 11,2024,by 5:00 pm E.T. 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 sent 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 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 two (2)projects within Miami-Dade County or Florida Department of Transportation (FOOT)roadway,with a construction cost of at least $700,000.00 within the last ten (10)years,one (1)of which must be completed. Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 Submittal Requirement:For each project,submit 1) Project Owner's Contact Name,Telephone,and Email,3)Project Address,4)Narrative on the Scope of Services Provided,and 5)Construction Cost and Completion Date,if applicable. 3.Previous Experience of Bidder (Firm)-Lead Project Manager.Bidder's Lead Project Manager must have completed one (1)project within Miami-Dade County or Florida Department of Transportation (FDOT) roadway within the last ten (10)years. Submittal Requirement:For the project,submit 1) Name of Lead Project Manager 2)Project Owner's Contact Name,Telephone,and Email,3)Project Address,4)Narrative on Scope of Services Provided, and 5)Completion date. 4.Previous Experience of Bidder (Firm)Superintendent. Bidder's Superintendent must have completed one (1) project within Miami-Dade County or Florida Department of Transportation (FOOT)roadway within the last ten (10)years. Submittal Requirement:For the project,submit 1) Name of Superintendent 2)Project Owner's Contact Name,Telephone,and email,3)Project Address,4) Narrative on Scope of Services Provided,and 5) Completion Date. Reference:Section 0200. 14 15 16 Bid Bond Requirements: []shall apply. []shall not apply. Insurance: ]shall apply. D Shall not apply. Contract Price: []Lump sum pricing shall apply. L]Unit pricing. If the requirement applies,a bid bond that is in compliance with Section 0100 must submitted. Reference:Appendix B Bid Bond Form Section 0100,Sub-section 8,Bid Bond. 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 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. D o cusig n E nvelo pe ID :7A 5FF 12 -5 1E 8-4 2F 9-349-1E 092E 85FC 35 17 18 19 20 21 22 Alternates: D Included. ]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. Davis-Bacon Wage Rates:□Shall apply. ]Shall not apply. 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 the 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:180 days Days for Final Completion:30 days Total Project Duration:210 days Project Scheduling Softw are Required:D Bar Chart C omputerized CPM using Primavera "PG"softw are□Modified CPM []Microsoft Project Reference:Section 0400,Terms and Conditions of the Contract. 1.Failure to achieve Substantial Completion:$750/day 2.Failure to achieve Final Completion:$350/day Reference:Section 0400,Terms and Conditions of the Contract. Minimum %of the work Contractor will self-perform with its forces:20 % 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 If the requirement applies,Bidder agrees that it and its sub- contractors shall pay laborers and mechanics employed under the Contract no less than the prevailing wage rate,and 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. Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 23 Local Workforce Applicable to contracts in exGess of $1,600,000.If the Participation:requirement applies,the Bidder agrees that it and its subcontractors shall make its good-faith ,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 make its best reasonable efforts to promote employment opportunities for Miami Beach residents. Refer to Section 0100,Sub-section 9,Prevailing Wage Rates &Local Workforce Participation and City Code Sec.31 40. Local workforce participation goals and reporting requirements for city construction contracts. 24 Prevailing Wage Rates:Applicable to contracts in excess of $1,500,000.If the requirement applies,Bidder ag rees it,and its subcontractors shall pay laborers and mechanics employed under the Contract no less than the prevailing wage rate,and 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 [TB, Refer to Section 0100,Sub-section 9,Prevailing Wage Rates &Local Workforce Participation and City Code Sec.31-27. Establishment of minimum wages fr city construction contracts. 25 Certified Payroll Reporting Pursuant to City Code Section 31-32,the Awarded Requirement:Contractor must submit certified payroll records along with□Shall apply.each payment application to allow the City to verify the wage rates paid to construction workers performing work on city ]Shall not apply.projects. 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:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 26 27 28 29 30 31 Required Permits: ]shall apply. D Shall not apply. Trench Safety Act Requirements 0 Shall apply. ]Shall not apply. Art in Public Places: 0 Shall apply. []shall not apply. Consultant: Submittal Location: Submittal Format & Requirements: 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 Public Works Department 3.United States Army Corp of Engineers,if required. 4.Florida Department of Environmental Protection (FDEP),if required. 5.South Florida Water Management District,if required. 6.Miami-Dade Department of Environmental Resources Management (DERM),if required. 7.Miami-Dade Water and Sewer (WASD),if required. 8.If required,Miami Dade County Transportation and Public Works:Traffic Signals and Signs Division. 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 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 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. Ribbeck Engineering Inc., 14335 SW 120 Street,Ste 205 Miami,FL 33186 SU BM ITTAL REQUIREMENTS Bids will be submitted ELECTRONICALLY ONLY through Periscope S2G (formerly known as BidSync) (www .periscopeholdings.com or www .bidsync.com). Bids are to be submitted ELECTRONICALLY ONLY,contain 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. Docusign Envelope ID:7A5FF12D-51 EB-42F9-B349-1 E092E85FC35 TAB 1:MINIMUM QUALIFICATIONS SUBMITTAL 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 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 RECENTLY COMPLETED 1)BID PRICE FORM AND 2)BID BOND BY THE DEADLINE FOR SUBMITTAL OF BIDS SHALL RESULT IN THE 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 the 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. AND Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 TABLE OF CONTENTS SOLICITATION SECTIONS: 0100 INSTRUCTIONS TO BIDDERS 0200 MINIMUM QUALIFICATIONS 0300 BID SUBMITTAL 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 CONTRA CT FORM APPENDIX G LIST OF PLANS &SPECIFICATIONS APPENDIX H POST AWARD FORMS APPENDIX I INSURANCE REQUIREMENTS D o cusign Envelope ID :7A 5F F 12-51E 8-4 2F 9-B34 9-1E 092E85FC 35 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 Bidder who has received this 1TB by any means other than through Periscope S2G must register immediately with Periscope S2G to ensure it receives any addendum issued to this 1TB.Failure to receive an addendum may result in disqualification of the proposal submitted. 2.Background and Scope of Work.The Project is described more fully in the Invitation to Bid Summary (and any exhibits referenced therein). 3.Abbreviations and Symbols.The abbreviations used throughout the Contract Documents are defined 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,performance,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 the 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 an 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 a 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 D o cusign Envelope ID :7A 5F F 120-51E 8-4 2F9-B349-1E 092E85FC 35 answers shall 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 the 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 the 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 for any possible delay. 8.Bid Bond.If the Invitation to Bid Summary specifies that a bid bond is required,the Bidder shall submit,BY THE DEADLINE FOR SUBMITTAL OF BIDS,a bid bond,in the manner prescribed herein,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 carry a rating of B+or better,as listed in the A.M.Best or equivalent rating guide. a.Acceptable Forms of Bid Bonds.Electronic,electronic copy,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 .surety 2000.com .If you have previously registered w ith Surety 2000,you w ill not need to register again. 2.Verify that your Surety Broker is registered w ith Surety 2000.If they are not,direct them to visit www .surety 2000.com to register. 3.Pro vide your Surety Bro ker w ith the bond details fo r the proposal you w ant to bid on. 4.O nce your Surety Broker has confirm ed the execution of the elec tro 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. The op tion to subm it an electronic bid bond is provided solely fo r the convenience of the B idder.The B idder is solely responsible fo r 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 no t respo nsible for any issues,technical or otherwi se,relating to the use of the Surety 2000 system by a bidder.For questions regarding the Surety 2000 system , co n ta ct 1-800-660-3263 or help@ surety2QQ0.com . Or Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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. Or 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 Wage 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 Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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 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,the submittal requirements for these programs,and the applicable prevailing wage table for the project. 10.Method of Award.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 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. Docusign Envelope ID:7A5FF 12D-51E8-42F9-B34 9-1E092E85FC35 The City Manager shall also have the authority to reject any bids,pursuant to Section 2-367 of the City Code. 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.The 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 the 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 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.This allows 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. Should you have any questions or comments,do not hesitate to submit them to vendorsupport@ miamibeachf]gov. Docusign Envelope ID:7A5FF 12D-51E8-42F9-B34 9-1E092E85FC35 15 .S up plier D iv ersity .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 by NGLCC as an LGBT-owned business 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 you must 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:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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:7 A5FF 12D-51E8-42F9-B349-1E092E85FC35 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 ensure 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 submitted in a timely manner. 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 the 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 the bid or within three (3)days of request from the City. 3.OMITT ED INFORMATION.The City reserves the right to request any documentation omitted,with the exception of the required documents set forth in section 2 above, which must be submitted at the 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:7A5FF 12D0-51E8-42F9-B349-1E092E85FC35 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 specified 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 bid 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 RECENTLY COMPLETED 1)BID PRICE FORM AND 2)BID BOND BY THE DEADLINE FOR SUBMITTAL OF BIDS SHALL RESULT IN THE 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 the 1TB Summary indicates a Trench Safety Act is applicable,then this form must be submitted. Rest of page left blank intentionally. Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 0400 -TERMS AND CONDITIONS The following documents identify terms and conditions that,together with the ITB,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 ITB,Bidder agrees to be bound by and in compliance with the Solicitation Terms and Conditions (dated 10.27.2022),incorporated herein,located at: https://www .miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/ 2.GENERAL CONDITIONS FOR CONSTRUCTION CONTRACTS.By virtue of submitting a bid in response to this ITB,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 Jett blank intentionally. D o cusig n E nvelo pe ID :7A 5FF 12 -51E 8-4 2F9-B34 9-1E 092E 85F C 35 APPENDIX A MIAM I BEACH Bid Price Form MUST BE SUBMITTED WITH THE BID.FAILURE TO DO SO WILL RENDER THE BID NON-RESPONSIVE. Docusign Envelope ID:7A5FF 12-51E8-42F9-349-1E092E85FC35 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 THE 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 a 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 it as no bid for the division,which may disqualify the Bidder. The allowance items that have been delineated below shall be used only at the City's discretion,as needed.In the event that an allowance is not used in its entirety,any remaining balance shall be reflected in a deductive change order. TOTAL BASE BID TOTAL BASE BID AMOUNT GRAND TOTAL (TOTAL BASE BID AMOUNT+PERMIT ALLOWANCE) $ $25,000.00 $ ADD ITIVE ALTERNATES (In order of priority) Selection of additive alternates,if any,will be made pursuant to Section 0100,No.10 Method of Award. NOT APPLICABLE DED UCTIVE ALTER NA TES (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:7A5FF12D-51 E8-42F9-B349-1 E092E85FC35 APPENDIX B MIAMI BEACH BID BOND FORM Only applicable if checked in the Invitation to Bid Summar Docusign Envelope ID:7 A5FF 12D0-51E8-42F9-B349-1E092E85FC35 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$_ 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,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:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 BID BOND Page 2 of 2 IN WITNESS WHEREOF,the said Principal and the said Surety have duly executed this Bond,the day of,2O 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:7 A5FF12D-51 E8-42F9-B349-1 E092E85FC35 APPENDIX C MIAMI BEACH SCHEDULE OF VALUES MUST BE SUBMITTED WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY. Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 SCHEDULE OF VALUES Bidders should fully complete the Schedule of Values to include quantities,units of measure,unit pricing, and totals.The cost of any item(s)of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s)is most applicable.Both unit price and extended total prices must be stated in units of quantity specified in the bidding specifications.Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. INDIAN CREEK (SR AIA)BIKE LANE PROJECT -COLLINS AVENUE FROM 25TH STREET TO 41ST STREET ROADWAY PAY ITEM DESCRIPTION UNIT Quantity UNIT TotalNo.COST 1 $$ Mobilization LS 1 2 TRAFFIC CONTROL $$ 0102 14 OFFICER HR 1,072 3 $$ 0102 60 WORK ZONE SIGN ED 10,452 4 CHANNELIZING DEVICE-$$ 0102 74 1 TYPES I,II,DI,VP,DRUM,ED 18,480 OR LCD 5 CHANNELIZING DEVICE-$$ 0102 74 8 PEDESTRIAN LCD FD 37,332(LONGITUDINAL CHANNELIZING DEVICE) 6 ARROW BOARD/ADVANCE $$ 0102 76 WARNING ARROW PANEL ED 268 7 PORTABLE CHANGEABLE $$ 0102 99 MESSAGE SIGN,ED 268 TEMPORARY 8 TEMPORARY $$ 0102 104 SIGNALIZATION AND ED 1,876MAINTENANCE, INTERSECTION Docusign Envelope ID:7 A5FF 12D-51E8-42F9-B34 9-1E092E85FC35 9 TEMPORARY TRAFFIC $$ 0102 107 DETECTION AND ED 1,8761MAINTENANCE, INTERSECTION 10 $$ 0102115 TYPE 111 BARRICADE ED 384 11 0102913 REMOVABLE TAPE,WHITE,$$ 21 SOLID 6"GM 1.960 12 0102913 $$REMOVABLE TAPE,GM 0.92031YELLOW,SOLID,6" ROADWAY SUBTOTAL $ - SIGNING &PAVEMENT MARKING 13 INLET PROTECTION $$ 0104 18 SYSTEM EA 62.000 14 $$ 0523 3 PATTERNED PAVEMENT SF 6,570 15 SINGLE POST SIGN,F&I $$ 0700 1 11 GROUND MOUNT,UP TO 12 AS 3 SF 16 SINGLE POST SIGN,F&I $$ 0700 1 21 BARRIER MOUNT INDEX AS 2 11871/700-013 UP TO 12 SF 17 SIGN PANEL,FURNISH &$$0700 INSTALL GROUND MOUNT,EA 73101UPTO12SF 18 0700 SIGN PANEL,REMOVE,UP $$ 3601 TO 12 SF EA 7 19 DELINEATOR,FLEXIBLE $$ 0705 11 1 EA 14TUBULAR 20 RAISED PAVEMENT $$ 0706 1 3 MARKER,TYPE B EA 136 Docusign Envelope ID:7A5FF 12-51E8-42F9-B349-1E092E85FC35 21 THERMOPLASTIC,$$ 0711 STANDARD,WHITE,SOLID,LF 641112418"FOR DIAGONALS AND CHEVRONS 22 THERMOPLASTIC,$$ 0711 STANDARD,WHITE,SOLID,LF 181112524"FOR STOP LINE AND CROSSWALK 23 THERMOPLASTIC,$$ 0711 STANDARD,WHITE,2-4 LF 2,497.44 11141 DOTTED GUIDELINE/6-10 0 GAP EXTENSION,6" 24 0711 THERMOPLASTIC,$$ 11160 STANDARD,WHITE,EA 9 MESSAGE OR SYMBOL 25 0711 THERMOPLASTIC,$$ 11170 STANDARD,WHITE,EA 8 ARROW 26 0711 THERMOPLASTIC,$$ 14160 PREFORMED,WHITE,EA 16 MESSAGE 27 THERMOPLASTIC,$$0711 PREFORMED,WHITE,EA 814170ARROW 28 THERMOPLASTIC,$$ 0711 STANDARD-OTHER LF 6,895.68 16101 SURFACES,WHITE,SOLID,0 6" 29 THERMOPLASTIC,$$ 0711 STANDARD-OTHER LF 295.68016102SURFACES,WHITE,SOLID, 8" 30 THERMOPLASTIC,$$ 0711 STANDARD-OTHER 2,835.36SURFACES,WHITE,SKIP,LF161316",10-30 SKIP OR 3-9 LANE 0 DROP 31 THERMOPLASTIC,REMOVE $$ EXISTING 0711171 THERMOPLASTIC SF 131 PAVEMENT MARKINGS- SURFACE TO REMAIN 32 PAVEMENT MARKING $$ PAINT REMOVAL SF 4,723 Docusign Envelope ID:7A5FF 12D0-51E8-42F9-8349-1E092E85FC35 33 34 ZICLA ZIPPER A (INCLUDES INSTALLATION) ZICLA ZIPPER B (INCLUDES INSTALLATION) EA EA 574 574 $ $ $ $ TOTAL BASE BID AMOUNT (Items 1-34) End of Bid Price Form. $ D ocusign Envelope ID :7A 5FF 12-51E 8-4 2F9-B349-1E 092E85FC 35 APPENDIX D MIAM BEACH Prevailing W age and Local Workforce Participation Programs Only applicable if checked in the Invitation to Bid Summary Docusign Envelope ID:7A5FF 120-51E8-42F9-B349-1E092E85FC35 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,the 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 the Procurement Department has confirmed that a certified payroll for the applicable payment application has been accurately submitted in the 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 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:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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 o cusig n Envelo pe ID :7A 5FF 12 D -51E 8-42F9-B349-1E 092E85F C 35 LOCAL WORKFORCE PARTICIPATION PROGRAM Responsible Contractor Affidavit Form In accordance w ith A rticl e Ill,Section 31-40 of the M iam i Beach C ode,all contractors and subcontractors of any tier perform ing on a city contract value d in excess of $1,500,000 fo r (i)the construction,dem olit ion,alteration and/or repair of city buildings or city public w orks pro jects,or (ii)a co ntract valued in excess of $1,500,000 w hich pro vides fo r privately-funded construction,dem olition,alteration and/or repair of buildings or im prove m ents located on city -ow ned land,and w hich are subject to Section 31-40 of the M iam i Beach C ode shall com ply w ith the requirem ents of the Local W orkforce Part icipation Pro gram . 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,the 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 D o cusig n Envelope ID :7A 5F F 12-51E 8-4 2F9-B34 9-1E 092E85FC 35 APPENDIX E MIAM BE A CH Trench Safety A ct Certification Only applicable if checked in the Invitation to Bid Summary D ocusign Envelope ID :7A5FF 12D0 -51E 8-4 2F9-B34 9-1 E092E85FC 35 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 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. THE BIDDER ACKNOWLEDGES THAT THE TOTAL BASE BID INCLUDES THE COSTS OF 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 with all Federal and State requirements of the Trench Safety Act* [NOTE:If the box above is checked,the Bidder must fill out the preceding Trench Safety Act Form in order to be considered responsive.] Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 APPEN DIX F MIAM I BEACH Contract Docusign Envelope ID:7 A5FF 12D-51E8-42F9-B349-1E092E85FC35 CONTRACT THIS CONTRACT ("Contract")is made and entered into as of the _day of ______,2020 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 the 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:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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:__days from Notice to Proceed No.2 Days for Final Completion:.days from Substantial Completion Liquidated Damages. Failure to achieve Substantial Completion:/day Failure to achieve Final Completion:/day Project Team. Contractor: Consultant: Contract Administrator for the City: [CONSIDER IF THERE ARE ANY OTHER POSITIONS TO INCLUDE] Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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.mail. Docusign Envelope ID:7 A5FF 120-51E8-42F9-B34 9-1E092E85FC35 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: Docusign Envelope ID:7A5FF 12 -51E8-42F9-B34 9-1E092E85FC35 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 [. Rickelle Williams,Interim City Manager [INSERT CONTRACTOR NAME] By:_ Name:_ Docusign Envelope ID:7A5FF 12D-51E8-4 2F9-B349-1E092E85FC35 APPENDIX G MIAM BEACH Plans &Specifications Uploaded Separately to Periscope S2G Docusign Envelope ID:7 A5FF 12D-51E8-42F9-B349-1E092E85FC35 A PPENDIX H M IAMI BEACH Post Aw ard Forms D o cusig n Envelope ID :7A 5FF 12-51E 8-4 2F 9-B34 9-1E 092E85FC 35 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.: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 the Contractor: 1.Performs the Contract between Contractor and City for construction of ,[he Contract Dein]made a part of this Bond by reference,at the times and in the manner prescribed in the Contract; and 2.Pays City all losses,liquidated damages,expenses,costs,and attorney's fees,including appellate proceedings,that City sustains as a result of default by Contractor under the Contract;and 3.Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract;then THIS BOND IS VOID OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. Whenever Contractor shall be,and declared by City to be,in default under the Contract, City having performed City obligations thereunder,the Surety may promptly remedy the default,or shall promptly: 3.1.Complete the Project in accordance with the terms and conditions of the Contract Documents or 3.2.Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents,and upon determination by Surety of the lowest responsible Bidder,or,if City elects,upon determination by City and Surety jointly of the lowest responsible Bidder,arrange for a contract between such Bidder and City,and make available as work progresses (even though there should be a default or a succession of defaults under the Contract Docusign Envelope ID:7 A5FF 12D-51E8-42F9-B349-1E092E85FC35 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 the City to the Contractor under the Contract and any amendments thereto,less the amount paid adequately by the City to the Contractor. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the 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 do not affect the 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:7A5FF 12D0-51E8-42F9-B349-1E092E85FC35 FORM OF PAYMENT BOND BY THIS BOND,We ,as Principal, hereinafter called Contractor,and ,as Surety,are bound to the City of Miami Beach,Florida,as Obligee,hereinafter called City,in the amount of Dollars ($,for the payment whereof Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally. WHEREAS,Contractor has by written agreement entered into a Contract,Bid/Contract No.:,awarded the day of,20_,with City which Contract Documents are by reference incorporated herein and made a part hereof,and specifically include provision for liquidated damages and other damages identified,and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if the 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 the Contractor in the performance of the Contract; THEN,THE CONTRACTOR'S OBLIGATION SHALL BE VOID;OTHERWISE,IT SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT,HOWEVER,TO THE FOLLOWING CONDITIONS: 2.1.A claimant,except a laborer,who is not in privity with Contractor and who has not received payment for its labor,materials,or supplies shall,within forty-five (45)days after beginning to furnish labor,materials,or supplies for the prosecution of the work,furnish to Contractor a notice that he intends to look to the Bond for protection. 2.2.A claimant who is not in privity with the Contractor and who has not received payment for its labor,materials,or supplies shall,within ninety (90)days after the performance of the labor or after complete delivery of the materials or supplies,deliver to Contractor and the Surety,written notice of the performance of the labor or delivery of the materials or supplies and the nonpayment. 2.3.No action for the labor,materials,or supplies may be instituted against the 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:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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 do not affect the Surety's obligation under this Bond. Signed and sealed this day of,2O Contractor ATTEST: (Name of Corporation) (Secretary) (Corporate Seal) IN THE PRESENCE OF: By: (Signature) (Print Name and Title) day of,20 INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address:------------(Street) (City/State/Zip Code) Telephone No.:_ Docusign Envelope ID:7 A5FF 12D-51E8-42F9-B349-1E092E85FC35 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 the 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 the 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:7 A5FF 12D0-51E8-42F9-B349-1E092E85FC35 PERFORMANCE AND PAYMENT BOND FORM UNCONDITIONAL LETTER OF CREDIT: Date of Issue _ lssuing 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) d[[Pf(of (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 the performance of the Contractor's obligations will be deemed a default. Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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.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 f the FroieCt Dy [he (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:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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.All documents required to be submitted by the 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 the date of commencement of applicable warranties required by the Contract Documents,except as stated below. DEFINITION OF DATE OF SUBSTANTIAL COMPLETION The Date of Substantial Completion of the Work or portion thereof designated by the City is the date certified by the 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.Hence,the Project is available for beneficial occupancy by the 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 is not to be determinative of the achievement or date of Substantial Completion. A list of items to be completed or corrected,prepared by the Consultant and approved by the City,is attached hereto.The failure to include any items on such list does not alter the responsibility of the 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,the 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:7A5FF 12O-51E8-4 2F9-B34 9-1E092E85FC35 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 the City and Contractor for security,maintenance,heat,utilities,damage to the work,and insurance shall be as follows: Docusign Envelope ID:7A5FF 12-51E8-4 2F9-B834 9-1E092E85FC35 FINAL CERTIFICATE OF PAYMENT: PROJECT: (name,address) TO (City): DATE OF ISSUANCE: Consultant: BID/CONTRA CT 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 possession thereof at _ (time) (date) City of Miami Beach,Florida _ By Contract Administrator Date Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1 E092E85FC35 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 2 O ,from City of Miami Beach,Florida,the sum of Dollars (I 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. The Contractor hereby indemnifies and releases the City from all liens and claims whatsoever arising out of the Contract and Project. The 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,the Contractor may submit a consent of surety to final payment in a form satisfactory to the City. The 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,2O Docusign Envelope ID:7 A5FF 12D-51E8-42F9-B349-1E092E85FC35 APPENDIX I M IAM I BEACH INSURANCE REQUIREMENTS Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 The Contractor shall maintain and require that their subcontractors maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract.The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract,which could result in withholding of payments or termination of the contract. A.Workers'Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease.Should the Contractor be exempt from this Statute,the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract.The exempt contractor shall also submit (i)a written statement detailing the number of employees and that they are not required to carry Workers'Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii)a copy of a Certificate of Exemption. B.Commercial General Liability Insurance on an occurrence basis,including products and completed operations,property damage,bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence.If a general aggregate limit applies,either the general aggregate limit shall apply separately to this project or the general aggregate limit shall be twice the required occurrence limit. C.Automobile Liability Insurance covering any automobile,if Contractor has no owned automobiles,then coverage for hired and non-owned automobiles,with limit no less than $2,000,000 combined per accident for bodily injury and property damage. D.Professional Liability (Errors &Omissions)Insurance with limits no less than $1,000,000 per occurrence or claim,and $2,000,000 policy aggregate. E.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.) F.Umbrella Liability Insurance in an amount no less than $10,000,000 per occurrence.The umbrella coverage must be as broad as the primary General Liability coverage. G.Contractors'Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim,and $2,000,000 policy aggregate. 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. Docusign Envelope ID:7A5FF 120-51E8-42F9-B349-1E092E85FC35 Notice of Cancellation -Each insurance policy required above shall provide that coverage shall not be cancelled,except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation -Contractor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required.However,this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers -Insurance must be placed with insurers with a current A.M.Best rating of A:VII or higher.If not rated,exceptions may be made for members of the Florida Insurance Funds (i.e.FWCIGA,FAJUA).Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage -Contractor shall furnish the City with original certificates and amendatory endorsements,or copies of the applicable insurance language,effecting coverage required by this contract.All certificates and endorsements are to be received and approved by the City before work commences.However,failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them.The City reserves the right to require complete,certified copies of all required insurance policies, including endorsements,required by these specifications,at any time. CERTIFICATE HOLDER MUST READ: City of Miami Beach c/o Exigis Insurance Compliance Services P.O.Box 947 Murrieta,CA 92564 Kindly submit all certificates of insurance,endorsements,exemption letters to our servicing agent,EXIGIS,at: Certificates-miamibeach@riskworks._com Special Risks or Circumstances -The City of Miami Beach reserves the right to modify these requirements,including limits,based on the nature of the risk,prior experience,insurer, coverage,or other special circumstances. Compliance with the foregoing requirements shall not relieve the Contractor of his liability and obligation under this section or under any other section of this agreement. Docusign Envelope ID:7A5FF 12D-51E8-42F9-B34 9-1 E092E85FC35 ATT ACHMENT C SUNBIZ &PROPOSAL RESPONSE TO 1TB Docusign Envelope ID:7A5FF 12D0-51E8-42F9-B349-1E092E85FC35 l, an,7bu,or g DP/II of CATI DIVISION OF CORPORATIONS 2.anoifivia!tare of FIordu wetrite Department of State I Diyision of Corporations l Search_Records I Search by _FEI/EIN_Number l Detail by FEI/EIN Number Florida Limited Liability Com pany THE STO UT GROUP,LLC Filing_Information Docum ent Num ber L12000069574 FEI/EIN Num ber 45-5312119 Date Filed 05/23/2012 Effective Date 05/18/2012 State FL Status ACTIVE Principal Address 10850 NW 138 STREET BAY #3 HIALEAH GARDENS,FL 33018 Changed:01/08/2015 Mailing Address Docusign Envelope ID:7 A5FF 12D-51E8-42F9-B349-1E092E85FC35 10850 NW 138 STR EET BAY #3 HIALEAH G ARD ENS,FL 33018 Changed:01/08/2015 Registered Agent Name &Address Sanchez,Jose M ,Ill 10850 NW 138 STR EET BAY #3 HIALEAH GARD ENS,FL 33018 Nam e Changed:02/17/2013 Address Changed:01/08/2015 Authorized Person(s)Detail Name &Address Title Authorized M em ber Zuluaga,Yvette 10850 NW 138 STREET BAY #3 HIALEAH G AR D ENS,FL 33018 Title Manager Sanchez,Jose M ,III 10850 NW 138 STR EET BAY #3 HIALEAH GAR D ENS,FL 33018 Annual Reports Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 Report Year 2022 2023 2024 Filed Date 01/24/2022 01/20/2023 01/18/2024 D ocum ent Im ag es 01/18/2024 --ANNUAL REPORT View image in PDF format 01/20/2023 --ANNUAL REPORT View image in PDF format 01/24/2022 --ANNUAL REPORT View image in PDF format 01/11/2021 --ANNUAL REPORT View image in PDF format 01/15/2020 --ANNUAL REPORT View image in PDF format 04/01/2019 --ANNUAL REPORT View image in PDF format 04/O9/2018 --ANNUAL REPORT View image in PDF format 01/17/2017 --ANNUAL REPORT View image in PDF format 01/26/2016 --ANNUAL REPORT View image in PDF format 01/08/2015 --ANNUAL REPORT View image in PDF format 05/19/2014 --AMENDED ANNUAL REPORT View image in PDF format 02/17/2014 --ANNUAL REPORT View image in PDF format 10/02/2013 --AMENDED ANNUAL REPORT View image in PDF format 09/16/2013 --AMENDED ANNUAL REPORT View image in PDF format 02/17/2013 --ANNUAL REPORT View image in PDF format View image in PDF format05/23/2012_--Florida Limited Liability Oocusign Envelope ID:7 A5FF 12D-51E8-42F9-B349-1E092E85FC35 Florda Department of State,Divisor of Co rpo ratio ns D o cusign Envelope ID :7A 5FF 12D -51E 8-4 2F9-B349-1E 092E85FC 35 BID SUBMITTAL QUESTIONNAIRE -CONSTRUCTION SECTION 1-BID CERTIFICATION This certification/questionnaire is REQ U IR ED and must be fully com pleted and subm itted electro nically Solicitation No: BID NUMBER Solicitation Title: PROJECT TITLE BIDDER'S NAME:THE STOUT GROUP,LLC NO.OF YEARS IN BUSINESS:10 YEARS I NO.OF YEARS IN BUSINESS LOCALLY:10 YEARS I NO.OF EMPLOYEES:JO OTHER NAME(S)BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS NIA BIDDER PRIMARY ADDRESS (HEADQUARTERS)10850 NW 138TH ST.AY #3 CITY:HIALEAH GARDENS STATE.FL ]P COE 33018 TELEPHONE NO.786-452-1481 TOLL FREE NO.. FAX NO. B8IDER LOCAL ADDRESS:10850 NW 138TH ST.BAY #3 CITV HIALEAH GARDENS STATE.FL ]ZP CODE 33018 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:JOSE M SANCHEZ III ACCOUNT REP TELEPHONE NO.:305-216-8406 ACCOUNT REP TOLL FREE NO..NIA ACCOUNT REP EMAIL:jsanchez@thestoutgroup.com FEDERAL TAX IDENTIFICATION NO.:45-5312119 By virtue of subm itting a bid,bidder agrees:a)to com plete and unco nditional accepta nce of the term s and conditions of this docum ent,inclusive of this solicitation,all specifications,attachments,exhibits and appendices and the co ntents of any Addenda released hereto:b)to be bound,at a minim um ,to any and all specifications,terms and conditions contained herein or Addenda;c)that the bidder has not divulged,discussed,or com pared the proposal with other bidders and has not co lluded with any other bidder or party to any other bid:d)that bidder acknow ledges that all info rm ation contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Law s;e)the bidder agrees if this bid is accepted,to execute an appro priate City of Miami Beach docum ent fo r the purp ose of establishing a fo rm al contractual relationship betw een the bidder and the City of Miam i Beach, Florida,fo r the performance of all requirements to which the bid pertains;and f)that all responses,data and inform ation co ntained in the bid subm ittal are true and accurate. The individual nam ed below affi rm s that s/h e:is a principal of the applica nt duly authorized to execute this questionnaire,and that the co ntents of said docum ent(s)are complete,tru e,and corre ct to the best of his/her knowl edge and belief. Name of Bidder's Authorized Representative: JOSE M SANCHEZ Ill Title of Bidder 's Authorized Representative: MANAGER D o cusig n E nvelope ID :7A 5F F 12D -51E 8-4 2F 9-B34 9-1E 092E85FC 35 SECTION 2 -ACKNOWLEDGEMENT OF ADDENDUM A ft er issuance of solicitation,the C ity m ay release one or m ore addendum to the solici tation,w hich m ay pro vide additional inform ation to bidders or alter solicitation requirem ents.The C ity will strive to reach every bidder having received solicitation through the C ity 's e-pro curem ent system .How ever,bidders are solely responsible fo r assuring they have received any and all adde ndum issued pursuant to solicitation.This Acknow ledgem ent of Addendum section certifies that the bidder has received all adde ndum released by the C ity pursuant to this solicitation.Failure to obtain and acknow ledge receipt of all addenda m ay result in proposal disqualification. Enter Initial to Enter Initial to Enter Initial to C onfirm C onfirm C onfirm Receipt R eceipt R eceipt JS Addendum 1 Addendum 6 Addendum 11 JS Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 A ddendum 13 Addendum 4 Addendum 9 A ddendum 14 Addendum 5 Addendum 10 Addendum 15 lf additional confirm ation of addendum is required,subm it 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. Ow ner O w nership percentage D irectorship/O ffice type YV ETT E ZULUAGA 90%MEMBER JOSE M.SANCHEZ Ill 10%MANAGER 2.Provide at least three (3)references of w ork sim ilar in size and nature as the w ork referenced in solicita tion. Project No. Project Title BID NUMBER PROJECT TITLE Reference No.1 Firm N am e:HORIZON CONTRA CTORS C ontact Individual Nam e and Ti tle:XAVIER SALVAT A ddress:8175 W 32ND.AVE #1,HIALEAH,FL 33018 Tele phone:305-828-2050 C ontact's Em ail:xs@ hcimail.net N arrative on Scope of Serv ices Provided: Miami lnternation Airport -Taxiway Improvements D o cusig n E nvelo pe ID :7 A 5FF 12 D -5 1E 8-4 2F9-B 34 9-1E 092E85F C 35 Firm N a m e :P &T C on struction C o ntact Ind ividua l N a m e and Ti tle:M ark R o dberg A dd re ss: Tele p ho ne :56 1-573-10 17 C o ntact's E m ail:m a rk .ro dberg @ g m ail.co m N a rrative on S cope of Serv ices Pro vided: FO O T Som erset A cadem y P arkl and Firm N a m e : C o ntact Ind ivid ua l N a m e and Ti tle : A dd ress: Tele pho ne : C o ntact's E m ail: N a rrative on S cope of Serv ices Pro vided: Firm N a m e :Flori d a D epart m ent of T ran spo rt atio n C o ntact Individ ua l N a m e and Ti tle :A lejan d ro Pin a A d d re ss: Tele p ho ne :954 -598-12 18 C o ntact's E m a il:alejan dro .pina@ d o t.state.fl.u s N a rrative on S co pe of Serv ices P ro vided: T 4534-R ock Is land R d. Reference No.2 Reference No.3 A dditional Reference Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 3.Has the applicant company's construction license(s)been revoked during the last five (5)years? (l s J o lf yes,why? 4.Have any owners,directors,officers,or agents of thel applicalt company had a I icense revoked during the last five (5)years? [a]vs @ No If yes,why? 5.Is the applicant company currj"tly bard by a governmental agency,from bidding work as a prime or subcontractor? vs [g]No If yes,state debarment period and the reason(s)for debarment? 6.Has a surety completed,or paid for completion,of a project on behalf of the applicant company,within the last five (5) years?t rs (J 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?[]rs @ wo If yes,why? Docusign Envelope ID:7A5FF 120-51E8-42F9-B349-1E092E85FC35 8.Is an affiliate of the applicant lcompan~prequalified iy the Cir of Miami Beach to bid on construction work? O YES G NO If yes,state the name of the affiliate? 9.Is the applicant company a parent,subsidiary,or holding company for another construction company? (C]vs (7vo If the answer is "yes,"identify the company and type of relationship(s),below:t 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? LI)s (Jo 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) 11.Is the applicant company cuyntly thi debtor in a ba1kruptc~case or file for bankruptcy during the last five (5)years? O YES E 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? LI vs []vo 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? LLNe (7vo 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? (LJo (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? LII s (Jo If yes,explain. Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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?(]vs ]o 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? If yes,explain. (IJe (EJ vo 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? (Je If yes,state name,title and share of ownership (J o 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 otherwise refusing to deal with a person or entity when such action is based on race,color, national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability.Does the applicant agree to be comply with this prohibition? (g]rs (J o Docusign Envelope ID:7 A5FF 12D-51E8-42F9-B8349-1E092E85FC35 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). (DJ s [7vo 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?[II]s g 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? (7v 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 N/A Sick Leave Family Medical Leave Bereavement Leave 22.Moratorium on Travel to and the Purchase of Goods or Services from Mississippi.Pursuant to Resolution 2016-29375,the City of Miami Beach,Florida prohibits the purchase of goods or services sourced in Mississippi.Are any of the products for which the applicant is seeking to be prequalified sourced in Mississippi? If yes,explain. LI vs [Jo Docusign Envelope ID:7 A5FF 12-51E8-42F9-B349-1E092E85FC35 23.Financial Capacity.At time of request by the City,_bidder shall request that Dun_Brag'street submit its Supplier Qualifier Report directly to the City,_with bid or within three (3)days of request_Bidder shall arrange for Dun &Bradstreet to submit a Supplier Qualification Report (SQR)directly to the City.No proposal will be considered without receipt (when requested),by the City,of the SQR directly from Dun &Bradstreet.The cost of the preparation of the SQR shall be the responsibility of the bidder.The bidder shall request the SQR report from D&B at: https://supplierportal.dnb.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 wh en this transaction was made or entered into.Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31,US.C.§1352 (as amended by the Lobbying Disclosure Act of 1995).Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.The undersigned Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure,if any.In addition,the Contractor understands and agrees that the provisions of 31 U.S.C.§3801 et seq.,apply to this certification and disclosure,if any. By virtue of submitting bid,bidder certifies or affirms its compliance with the Byrd Anti-Lobbying Am endment Certification. Name of Bidder's Authorized Representative: JOSE M.SANCHEZ 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.F.R.$180.995),or its affiliates (defined at 2 C.F.R.$180.905)are excluded (defined at 2 C.F.R.§180.940)or disqualified (defined at 2 C.F.R.§180.935). (2)The Contractor must comply with 2 C.F.R.pt.180,subpart C and 2 C.F.R.pt.3000,subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3)This certification is a material representation of fact relied upon by the City.If it is later determined that the Contractor did not comply with 2 C.F.R.pt. 180,subpart C and 2 C.F.R.pt.3000,subpart C,in addition to remedies available to the City,the Federal Government may pursue available remedies, including but not limited lo suspension and/or debarment. (4)The Contractor agrees to comply with the requirements of 2 C.F.R.pt.180,subpart C and 2 C.F.R.pt.3000,subpart C while this offer is valid and throughout the period of any contract that may arise from this offer.The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions.' Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 By virtue of subm itting bid,bidder certifies or affirm s its co m pliance with the Suspension and Debarm ent Certifica tion. Name of Bidder's Authorized Representative: JOSE M.SANCHEZ Ill 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 ca ncelled due to non-perform ance by i"y public r ctor agency?vs [gJ o If answ er to above is "YES,"bidder shall submit a statement detailing the reasons that led to action(s): 27.Small And Disadvantaged Business Certification Purs uant to Resolution 2020-31519,the City is tracking the Small and Disadvanta ged Businesses,as certified by Miam i-Dade County that have been certified as Small or Disadvantaged Business by Miami-Dade County . Does bidder possess Small or Disa dvantaged Business ce rtifica tion by Miam i-Dade County ? ()r s I o 28.LGBT Business Enterprise Certification Purs uant to Resolution 2020-3134 2,the City is tracking th e utilization of LGBT owned firms that have been ce rtified as an LGBT Business Enterp rise by the National Gay and Lesbian Chamber of Comm erce (NG LCC). Does bidder possess LG BT Business Enterp rise Certifica tion by the NG LCC ?(I s [J o 29.Cone Of Silence Purs uant to Section 2-4 86 of the City Code,all pro curement solicitations once advertised and until an award reco mm endation has been fo rw arded to the City Commission by the City Manager are under the "Cone of Silence."The Cone of Silence ordinance is available at htt ps:/library.m unicode.co m/fl/m iam i beach /co des/cod e of or dinance s ?n deld=SPAGEQ R CH2AD ART[IISTCQ DIy4PR S2.-4 86CQS] Any comm unica tio n or inquiry in reference to this solicitation with any City em ployee or City official is strictly pro hibited wi th the of exception comm unica tions wi th the Procurem ent Dire ctor,or his/h er adm inistrative staff responsible fo r adm inistering the procurem ent process for this solicita tion providing said comm unica tion is lim ited to matters of process or procedure regarding the solicita tion.Comm unica tions regarding this solicitation are to be subm itted in writing to the Procurem ent Contact nam ed herein with a co py to the City Clerk at rafaelgranado@ m iam ibeach f]gov . By virtue of submitting bid,bidder certifies that it is in co mpliance with the Cone of Silence Ordinance,pursuant to Section 2-486 of the City Code. 30.Code Of Business Ethics Purs uant to City Resolution No.2 000-23789,the Bidder shall adopt a Cod e of Business Ethics prior to executing a contract with the City .The Cod e of Business Ethics shall be submitted to the Procurement Department with its response or w ithin three (3)days of request by the City .The Code shall,at a minim um ,require the Bidder,to comply with all applica ble govern m enta l rules and regulations including,among oth ers,the co nflict of interest,lobbying and ethics provision of the City Code.In lieu of subm itti ng Cod e of Business Ethics,bidder may indica te th at it will adopt,as required in the ordinance,the City of Miam i Beach Cod e of Ethics ,available at http:_//yyyy.mi ami beachf7gov/city -hall/procurement/pr ocurem ent-related-ordinance-and-pr ocedures] Bidder w ill submit firm 's Code of Business Eth ics within three (3)days of requr t by the T ty ?[E]vs vo Bidder adopts the City of Miam i Beach Code of Business Ethics? (]s ti » 31.Lobbyist Registration &Campaign Contribution ReQUIREMENTS This solicitation is subject to,and all bidders are expected to be or beco me fam iliar with,all City lobbyist law s,including lobbyist registration requirements and prohibition on ca mpaign contributions,including: •Lobbyist Registration Requirem ents sections 2-397 thro ugh 2-4 85.3 of City Code (htt ps:_//library.m unicode_com /f/m iam i beach /codes/code of ordinances ?nodeld=SPAGEO R CH2AD ARTVIISTCQ DLy3L O) •Campaign Contri bution Requirem ents sections 2-487 and 2-4 88 of City Code (htt ps_//library.m unicode com /fl/miam i beach/codes/code of ordinances?nodeld=SPAGEO R CH2AD _ART/IISTCQ DIV5CAFIRE) By virtue of subm itting bid,bidder certifies or affi rm s that they have read and understand the above Lobbyist Registration &Cam paign Contribution Requirem ents. 32.NON-DISCRIMINATION The Non-Discrim ination ord inance is available at: https _//library .muni code_com/fl/mi am i beach/codes/code of ord inances ?nodeld=SPAGEOR CH2AD ART/IPR_D IV3CO PR S 2-375NSCCORE AA 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.2016-4 012 is available at: Docusign Envelope ID:7A5FF 12D-51E8-42F9-B34 9-1E092E85FC35 htt ps:/library .m uni code_com /fl/miami beach/codes/code of ordinances ?nodeld=SPAGEOR_CH62H_RE ARTVFACHOR By virtue of submitting bid,bidder certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance.Bidder agrees to provide the City with supporting documentation evidencing its compliance upon request.Bidder further agrees that any breach of the representations made herein shall constitute a material breach of contract,and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 34.PUBLIC ENTITY CRIMES Please refer to Section 287.133(2)(a),Florida Statutes,available at: https://www.flsenate.gov/Laws/Statutes/2012/287_133 By virtue of submitting bid,bidder agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 35.Veteran Business Enterprises Preference Pursuant to City of Miami Beach Ordinance No.2011-3748,https_//library.municode_com/f/miami beach/codes/code of ordinances? nodeld=SPAGEO R 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 lhe 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? le (J Is the bidder a service-disabled veteran business enterprise certified by the United States Federal Government? LI)re (EJo CONTINUED ON THE FOLLOWING PAGE. Docusign Envelope ID:7 A5FF 12D-51E8-42F9-B349-1E092E85FC35 36.Sub-Contractors Providing Services to this Project: Subcontractor Work to be completed %of Work to be performed Name: Tel:TO BE DETERMINED Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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 THE 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 a 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 it as no bid for the division,which may disqualify the Bidder. The allowance items that have been delineated below shall be used only at the City's discretion,as needed.In the event that an allowance is not used in its entirety,any remaining balance shall be reflected in a deductive change order. TOTAL BASE BID TOTAL BASE BID AMOUNT EEEG1I »]'@i/4] GRAND TOTAL (TOTAL BASE BID AMOUNT+PERMIT ALLOWANCE) ADDITIVE ALTERNATES (In order of priority) Selection of additive alternates,if any,will be made pursuant to Section 0100,No.10 Method of Award. r' Permit Allowance NOT APPLICABLE DEDUCTIVE ALTERNATES (In order of priority) Selection of deductive alternates,if any,will be made pursuant to Section 0100,No.10 Method of Award. NOT APPLICABLE End of Bid Price Form. Docusign Envelope ID:7A5FF 12D-51E8-42F9-B34 9-1E092E85FC35 B ID BO N D Page 1 of 2 KNOW ALL MEN BY THESE PRESENTS,that we,The Stout Group,LLC as Principal,hereinafter referred to as Contractor,and Berkley 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 (5%)OF AMOUNT BID lawful money of the United States of America,for the payment of which well and truly to be made,we bind ourselves,our heirs,executors,administrators,successors,and assigns,jointly and severally by these presents. WHEREAS,the Contractor contemplates submitting,or has submitted,a Bid to the City for the furnishing of all labor,materials,equipment,machinery,tools,apparatus, means of transportation for,and the performance of the Work covered in the Bid Documents which include the Project Manual,the detailed Plans and Specifications,and any Addenda,for the following solicitation. Bid No.:2024-514-ND Title:Indian Creek Bike Lane 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:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 BID BOND Page 2 of 2 IN WITNESS WHEREOF,the said Principal and the said Surety have duly executed this Bond,the 26th day of September _,202A PRINCIPAL: Print Name (Principal) 1lac @ Title SURETY: Berkley Insurance Company (Surety Name) Kevin R.Wojtowicz +»4 A~in-\~Print Name),.--·~.~'~-,f,)=±,o Signature Kevin R.Wojtowicz,Attorney-in Fact &Florida Licensed ResidentAgent .. (Power of Attorney must be attached.)•' Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 No.BI-49le-el POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON,DELAWARE KNOW ALL MEN BY THESE PRESENTS,that BERKLEY INSURANCE COMPANY (the "Company"),a corporation duly organized and existing under the laws of the State of Delaware,having its principal office in Greenwich,CT,has made,constituted and appointed,and does by these presents make,constitute and appoint:Kevin R.Wojtowicz or John R.Neu of Acrisure,LL.C dba Nielson,Wojtowicz,Neu &Associates of St.Petersburg,FL its true and lawful Attorney-in-Fact,to sign its name as surety only as delineated below and to execute,seal,acknowledge and deliver any and all bonds and undertakings,with the exception of Financial Guaranty Insurance,providing that no single obligation shall exceed One Hundred Million and 00/100 U.S.Dollars (U.S.$100,000,000.00),to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with,and governed by,the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof.This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: RESOLVED,that,with respect to the Surety business written by Berkley Surety,the Chairman of the Board,Chief Executive Officer,President or any Vice President of the Company,in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in-fact named therein to execute bonds,undertakings,recognizances,or other suretyship obligations on behalf of the Company,and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto;and said officers may remove any such attorney-in-fact and revoke any power of attorney previously granted;and further RESOLVED,that such power of attorney limits the acts of those named therein to the bonds,undertakings,recognizances, or other suretyship obligations specifically named therein,and they have no authority to bind the Company except in the manner and to the extent therein stated;and further RESOLVED,that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named:and further RESOLVED,that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligation of the Company:and such signature and seal when so used shall have the same force and effect as though manually affixed.The Company 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 Company,notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHERE0F,the Company has caused these presents tobe sir ed and atescd by is appropriate ofizcrs and its corporate seal hereunto 2fixed th:s 19th day of May .-2021 kV Alit:St./4/~ 3..."SEA $j Ir des's,'-4unman Executive Vice Presidcut &.Secretary 3crkle Isurace Co;an By_1- -1c; 5 S1ATE OF C0NN ECTICUT } )ss: COUTY OF FAIRFIELD ) Swora to before uue,a Notary Public in the State of Connecticut,ri.s 1gmu day of May ,2021 .by..as Ii.n:at and kff~~Y M Hafter wb0 are rn,1rn to me en k:_tb~Execu:•,t Vice P;esiclent,.y-,(✓s,-cct·n}'~~;:ii ti~Seuio1 Vice Prc::,1de:H respectively,of Ber.Jc:;t-Jsurance C0mpan~.W-~~~1.~Y~Ji.~~'!:?i J IJ'LJ.'/J //~cs.s"ii /94y4••Y co»uissiowxmnrs t/led-1,57 --"r AH 3,?6z4 ro tary Pubic,State of Connecticut CERTIFICATE L,the under:gnd,Asssaut Secreay of BERKLEY LNSUFA'CE COMPANY.DO HEREBY CEMIIFY at e forego»ng 1s a rue,correct and complete copy of the original Power of Attorney that said Fower of Attorney has not bee :evoked or rscirdd and that tbe authority of te Auorcy-in-Fact set forth therein,who executed the bond or urdertakg {-which this Power el r~r,t}'&\i~~t1ched.,is in ft.U force cn,i effet:t a'!of!his ,lm~.~~~··········~,/ $?vsoda wry land adal of de oav.ts_a9"cay si £_.2co't i SEI %,,,g "j.-- •<.."};i ·wt"Vinceu:Forte ol »>: D o cusign E nvelo pe ID :7A 5FF 12 D -51E 8-4 2F 9-34 9-1E 092E 85F C 35 JOSE M.SANCHEZ I I I,P.E. Jose M Sanchez III,better kn own as Joey,since young age started working at his father's company Horizon Contractors,Inc.His hard work has allowed him to promote his way up from the unofficial ranks of unskilled laborer,skilled laborer,heavy equipment operator,surveyor's rod man,surveyor party chief,foreman and superintendent.He has performed every field job within the Engineering Contracting genre. From 2000 to 2012,he worked his way up from the official positions of Assistant Project Manager,Project Manager,Project Engineer and Vice President.During this time,not only did he move up the ranks withi n his father's company,but he also completed his curriculum in FIU and graduated with a Bachelor of Science in Civil Engin eering (2003). Once Joey received his degree from FIU,he did not stop there.He then obtained the followin g licensures: •Florida Professional Engin eering License (PE) •Florida Certified General Contractor License (CGC) •Florida Certified Underground Contractors License (CUC) •Florida Certified Home Inspector License •Mi ami Dade County Engin eering Contractors License •Broward County Engineerin g Contractors License. Along with these licensures,Joey has obtained many State Contracting Certifications allowing him to perform various specialized scopes within state projects. In the Spring of 2012,The Stout Group was created.Joey has been the Managing Member/Chief Estimator/Sr.Project Manager.Joey has a vast knowledge of all aspects of underground and highway projects. EXPERTISE Over 25 years of experience in the following types of projects: •Water/Sewer Installation •W atermain Installation •Force Main/Pum p Stations •Highway Construction •Street Lighting Construction •Drainage Installation •Bridge Deck and Pilling Install •Structural Work •Asphalt and Concrete Paving •Signalization Construction Joey has worked on many of projects from beginning to end. Please see attached a list of other sample projects relative to this bid. FAX (305 397-2311 •JSANCHEZ@THESTOUTGROUP.COM 19290 NW 87 PLACE •MIAMI,FL 33018 •PHONE (305)216-8406 Docusign Envelope ID:7A5FF 12-51E8-42F9-B349-1E092E85FC35 RAMON PILOTO. r p i I oto@thestoutgroup.com P hone (305)525-5235 EXPERIENCE 2018-Present The Stout Group,LLC. Superintendent ■Direct field supervision ■Coordinate the work for the company projects 1998-2018 Pilome Engineering,Inc. Vice President ■Directly involved with all estimating projects. ■Supervision of Project Managers. ■Coordination of company wide logistics. EXPERTISE Over 20 years of experience in the following types of projects: Miami,FL Hialeah,FL LICENSURE •Water/Sewer Installation •Drainage Installation ■Structural Work •Highway Construction Asphalt ■and Concrete Paving ■Force mian/Pump stations OVER VIEW ■Construction Trades Qualifying Board ■Asphalt Level I Certification Earthworks ■Level I ■MOT cert I have a vast knowledge of all aspects of underground and highway projects.I have directly supervised over $60,000,000 worth of projects from beginning to end,including: Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 Project: Owner: Contractor: Completed: Contract Amount: Contract Scope: Project: Owner: Contractor: Completed: Contract Amount: Contract Scope: Project:Owner: Contractor: Completed: Contract Amount: Contract Scope: Project:Owner: Contractor: Completed: Contract Amount: Contract Scope: Project: Owner: Contractor: Completed: Contract Amount: Contract Scope: NEW FORCE MAIN FOR ANNEXATION AREA PHASE 1-B NEW 24"FM AND 30"GRAVITY SEWER MAIN. CITY OF HIALEAH WILLIAMS PAVING COMPANY INC.-LONNIE COLLINS-Ph:786-229-2104 2009 $987,874.00 FURNISH AND INSTALL 24"FORCE MAIN AND 30'GRAVIT SEWER MAIN COMPLETE INDIAN CREEK NEIGBORHOOD NO.6 CITY OF MIAMI BEACH HORIZON CONTRACTORS INC-JOSE SANCHEZ-Ph:305-828-2050 2009 $950,000.00 FURNISH AND INSTALL NEW 30"SEWER MAIN COMPLETE. SW 184 ST BET SW 137 AVE AND SW 147 AVE 24"FM AND 16"WM MIAMI DADE COUNTY WATER AND SEWER WILLIAMS PAVING COMPANY INC.-LONNIE COLLINS-Ph:786-229-2104 2011 $1,034,000.00 FURNISH AND INSTALL 24"FORCE MAIN AND 16"WATER MAIN COMPLETE PIPELINE ACCESS ROAD -ROWTP PIPELINE WELL 8,9,11,13 CITY OF HIALEAH WILLIAMS PAVING COMPANY INC.-LONNIE COLLINS-Ph:786-229-2104 2012 $639,643.00 FURNISH AND INSTALL 24",20",16"&12"HDPE FORCE MAIN COMPLETE SR/NW 7 AVE FROM NW 8 ST TO NW 36 ST NEW 16"AND 20" WATER MAIN INSTALLATION. MIAMI DADE COUNTY WATER AND SEWER CENTRAL FLORIDA EQUIPMENT-MIGUEL VILA-305-778-2823 2016-2017 $5,051,481.50 FURNISH AND INSTALL 16'AND 20"WATER MAIN COMPLETE. Docusign Envelope ID:7A5FF 12D-51E8-42F9-349-1E092E85FC35 OSMIN NODARSE. onodarse@thestoutgroup.com 7 8 6 -5 4 8 -7 5 8 0 EX PERI ENCE 2012-Present The Stout Group,LLC. Superintendent ■Direct field supervision ■Coordinate the work for the company projects 2000-2012 Horizon Contractors,Inc. Superintendent EXPER TISE Hialeah,FL Hialeah,FL LICENSURE ·Water/Sewer Installation ·Watermain Installation ·Bridge Deck and Pilling Install •Signalization Construction ·Force Main/Pump Stations Drainage Installation Signalization Construction Asphalt and Concrete Paving •Highway Construction •Structural Work OVER VIEW ■OSHA Certificate •Nuclear Gauge Safety Certificate ■MOT Cert I have a vast knowledge of all aspects of underground and highway projects.I have directly supervised over $200,000,000 worth of projects from beginning to end,including: Doc,s;go Eo~lope ID,7A51if-42F9-8349-1 E092E85FC35 THE STOUT GROU,LC. Experience To Whom It May Concern, Please find below completed projects within the last three (3)years,in which The Stout Group,LLC with Jose Maria Sanchez Ill (Joey))as the Project Manager,provided Florida cities,countiesor other Florida governmental agencies similar services. A.COMPLETED PROJECTS 1.Florida Department of Transportation -T6524 -SR 969/Milam Dairy Rd./NW 72 Ave. a.Owner Name: Contact Person: Phone Number: Email Address: b.Narrative: c.Contract amount: d.Completion Date: Florida Department of Transportation Francisco Lledo -Construction Project Manager 305-619-7144 Fra ncisco.II edo@dot.state.fl.us $711,881.95 6/15/2022 2.Miami Dade County-422003-17-003 -Rickenbacker Causeway,Green Bike Lanes Segment A-Phase l a.Owner Name: Contact Person: Phone Number: Email Address: Miami Dade County Lin Li P.E 786-268-5283 lin.li@miamidade.gov b.Narrative: On the aforementioned project,The Stout Group,LLC performed various scopes within the project limits.The scopes performed were modification of bike lanes with green coating painted bike lanes,milling and resurfacing,pavement,thermoplastic, pavement markings and reflective markers. c.Contract Amount:$2,138,892.50 d.Completion Date:10/29/2021 UNDERGROUND I SITEWORK I EARTHWORKS I PAVING 10850 NW 138th Street,Bay #3 -Hialeah Gardens,FL 33018-0 786.452 1481-F 305.397.2311 D=s;go Eo,elope ID,7A51if-42F9-B349-1 E092EBSFC35 THE STOUT GROUP,LLC. 3.City of Miami Gardens -ITB #18-19-011-203"°Street Outfall Modification a.Owner Name: Contact Person: Phone Number: Email Address: City of Miami Gardens Leslie Pettit P.E 954-325-8487 lpettit@miamigardens-fl.gov b.Narrative: On the aforementioned project,The Stout Group,LLC performed various scopes within the project limits.The scopes performed were installation of new pipes and structures,replacement and installation of draining ditches,excavation and backfill restoration to level grade. c.Contract Amount:$486,918.15 d.Completion Date:08/31/2021 4.Miami Dade County-Miami Dade WASD Central District WWTP a.Owner Name: Contact Person: Project Address: b.Narrative: The Stout Group,LLC performed various scopes within the project limits.The scopes performed were installed precast structures of different sizes,performed multiple duct bank of different measurements,excavation,restoration. c.Contract amount:$244,929.00. d.Completion Date:06/05/2021 5.City of Hollywood -Project No 19-11044 -City-Wide Miscellaneous Drainage Improvements a.Owner Name:City of Hollywood Public Utilities Contact Person: Phone Number: Email Address: b.Narrative: On the aforementioned project,The Stout Group,LLC is performing various scopes within the project limits of City of Hollywood.The scopes included Drainage,roadway restoration,concrete curb and gutter,concrete sidewalks,landscaping,regrade swale,milling and resurfacing. c.Contract Amount:$730,737.00 d.Completion Date:05/03/2021 UNDERGROUND I SITEWORK I EARTHWORKS I PAVING 10850 NW 138th Street,Bay #3 -Hialeah Gardens,FL 33018-0 786.452 1481-F 305.397.2311 Miami Dade County.Dynalectric Company Ron Taylor Raul Wainer -Project Manager 954-921-3930 rwainer@hollywoodfl.org Doc"';g,Ea,elope ID,7A51ir42F9·B34 ..1 E092E85FC35 lHE STOUT GROUP,U.C. 6.Florida Department of Transportation -T4534-Rock Island Rd a.Owner Name: Contact Person: Phone Number: Email Address: Florida Department of Transportation Alejandro Pina-S.E.T.Project Administrator 954-958-7629 a leja nd ro.pina@dot.state.fl.us b.Narrative: On the aforementioned project,The Stout Group,LLC is performing various scopes within the project limits of Rock Island Rd.The scopes included roadway widening, concrete curb and gutter,concrete sidewalks,landscaping,milling,and resurfacing, and striping. c.Contract Amount: d.Completion Date: $1,247,199.00 03/19/2021 7.Florida Department of Transportation -T6450 -Campbell Dr-Horizon Contractors,Inc. a.Owner Name:Florida Department of Transportation Contact Person: Phone Number: Email Address: Bernon Artola -Project Administrator 786-367-4674 bartola@cgasolutions.com b.Narrative: On the aforementioned project,The Stout Group,LLC performed various scopes within the project limits of Campbell Drive.The scopes self-performed included the removal and replacement of a live lift station,removal and replacement of a live sanitary sewer and the installation of drainage. c.Contract Amount:$16,300,000.00 d.Completion Date:03/23/2021 8.Florida Department of Transportation -T4509 -Hollywood Blvd a.Owner Name:Florida department of Transportation Contact Person:Mackendy Philippi-Construction Project Administrator II Phone Number:954-958-7693 Email Address:mackendy.philippi@dot.state.fl.us b.Narrative: On the aforementioned project,The Stout Group,LLC self-performed various scopes of work including drainage and water main installation along the project corridor, roadway restoration,concrete curb and gutter,concrete sidewalks,regrade swale, milling and resurfacing and striping. c.Contract Amount:$3,049,774.59 d.Completion Date:12/03/2020 UNDERGROUND I SITEWORK I EARTHWORKS I PAVING 10850 NW 138th Street,Bay #3 -Hialeah Gardens,FL 33018-0 786.452 1481-F 305.397.2311 0ocos;g,Eo,eOpo IOc 7A5..EB-42F9-B349-1 E092EBSFC35 THE STOUT GROUP,11.C. 9.Florida Department of Transportation-T6401-Biscayne Blvd Roadway Improvements a.Owner Name:Florida Department of Transportation Contact Person: Phone Number: Email Address: Jonathan Fundora -Construction Senior Project Manager 305-962-3653 ionathan_fundora@dot.state.flus b.Narrative: On the aforementioned project,The Stout Group,LLC performed various scopes within the project limits of Biscayne Blvd.The scopes self-performed included were major drainage upgrades along the project corridor,water main upgrades,and sewer main upgrades.The sewer main upgrades included bypassing sewer mains.Full reconstruction of the roadway,concrete curb and gutter,concrete sidewalks,paver sidewalks,lighting upgrades,full intersection signalization installation,pedestrian signalization upgrades,milling and resurfacing,striping,and guardrail installation. c.Contract Amount:$5,700,000.00 d.Completion Date:05/03/2019 UNDERGROUND I SITEWORK I EARTHWORKS I PAVING 10850 NW 138th Street,Bay #3 -Hialeah Gardens,FL 33018 -0 786.452.1481-F.305.397.2311 Doc,Sgo Eo,elope ID,7 A5.E8-42F9-8349-1 E092E85FC35 THE STOUT GROUP,LC. ONGOING Contracts To Whom It May Concern: Please find below (S)contracts in which The Stout Group,LLC is working: 1.Florida Department of Transportation -T4563 -SW 40TH AVE -FROM STIRLING RD TO GRIFFIN RD -Castillo Engineering,Inc. Contact Person:Andres Diaz -Project Administrator Telephone Number:786-877-8572 Email Address:adiaz@castilloeng.com Contract amount:$3,377,160.33 Completion Date:Ongoing Project 2.Florida Department of Transportation -E6L97 -District-Wide Drainage Push Button Contract Contact Person: Telephone Number: Email Address: Contract amount: Completion Lazaro Mesa 305-401-1438 Lazaro.mesa@d at.state.us $1,000,000.00 Ongoing Project 3.City of Sunny Isles Beach -2022-7741-Utility Undergrounding for Golden Shores Contact Person:Paul Abott Telephone Number:305-773-6255 Email Address:ptgbhtl@aol.com Contract amount:$5,858,477.87 Completion Ongoing Project 4.City of Miami Beach-2021-12-ME -Rehabilitation of 20-inch North and South Water Mains Along the MacArthur Causeway Bridge Contact Person:Matthew LePera Telephone Number:305-673-7000 Email Address:matthewlepera@miamibeachfl.gov Contract amount:$4,968,953.00 Completion Ongoing Project 5.Florida Department of Transportation-EAV27-Sheet Pile Wall on AlA Contact Person: Telephone Number: Email Address: Contract amount: Completion Rashmi Potdar 954-850-0856 rpotdar@cegroupfl.com $2,398,227.38 Ongoing Project UNDERGROUND I SITEWORK I EARTHWORKS I PAVING 10850 NW 138th Street,Bay #3 -Hialeah Gardens,FL 33018-0 786.452.1481-F 305.397.2311 Docusign Envelope ID:7A5FF 12D-51E8-42F9-8349-1E092E85FC35 REFERENCE QUESTIONNAIRE Reference for Contractor:TheStoutGroup,Lt> Agency Giving Reference:Calvin Giordano &Associates Person Giving Reference:BernnonArtola Telephone:786-367-4674 E-Mail:BArtola@cgasolutions.com Name of Project Completed by Contractor:FDOT-T6450 -Campbell Drive What was the Dollar value of the Project:S1,74,496.45 What was the Completion Date of the Project:3/2021 Provide a reference for the above named firm by indicating below the level of satisfaction (Satisfactory or Unsatisfactory)with services provided to your agency. Rating Question Excellent Good Fair Poor Unacceptable Did the contractor complete the project on time,in Xaccordancewithspecifications? Did the contractor submit excessive change orders?If YES Dyes,how many? How would you rate the firm's responsiveness on administrative and service issues?X How would you rate the quality and experience of the firm's project manager and on-site personnel?X Was this awarded under a competitive process?YesTheContractwasawardedbyFDOTasanA+B (Cost plus tim e bid pro ess). How would you rate the contractor's project management,including management of sub contractors?X W ould you use the contractor again?c NO Overall,w hat w ould you rate their perform ance?X The undersigned does hereby certify that the foregoing and subsequent statements are true and correct and are made independently,free from vendor interference/collusion. Print Name:_Trte:ProjectAdministrator Print Name:PemnnonNoa oater %1621 aaonor comm ents._"""""""""""""""""e days)requi red to com plete tb e project.Th e Contra ctor w as both th e low est bid an d le ast tim e im pact to the public.Th ey activel y pursued th e w ork and com pleted th e Contra ct under Tim e an d under budget. FAILURE TO RETURN THREE (3)REFERENCES WILL DEEM YOUR PROPOSAL "NON-RESPONSIVE" Forms 00300-78 D o cusig n E nvelo pe ID :7A 5FF 12 D -51E 8-4 2F 9-34 9-1E 092E85F C 35 REFERENCE QUESTIONNAIRE Reference for Contractor:[heStoutGroup,LLO Agency Giving Reference:HorizonContractors,lnG. Person Giving Reference:.XavierSalva! Telephone:305-828-2050 E-Mail:xs@hcimail.net Name of Project Completed by Contractor:Miami International Airport-Taxiway Improvements What was the Dollar value of the Project:S703,898.00 What was the Completion Date of the Project:12/31/20 Provide a reference for the above named firm by indicating below the level of satisfaction (Satisfactory or Unsatisfactory)with services provided to your agency. Rating Question Excellent Good Fair Poor Unacceptable Did the contractor complete the project on time,in accordance with specifications?X Did the contractor submit excessive change orders?If YES @Goyes,ho w m a ny? Ho w w o u ld you rate the firm 's respo nsiveness on ad m in istrative an d serv ice issues?X Ho w w o u ld you rate the quality and experience of th e firm 's project m anager and on-site perso nnel?X W as th is aw arded under a com petitive process?YES Ho w w o u ld yo u rate the contract or's project m an agem e nt,incl u d ing m an agem ent of sub Xcontractors? W o uld yo u use th e contract or again?co NO O verall,w hat w o u ld you rate their perf orm ance?X The undersigned does hereby certify that the foregoing and subsequent statements are true and correct and are made independently,free from vendor interference/collusion. P rin t N am e :_ Print Nam e :averSalvat T i e:ProjectManager one 31021 Additional Comments:_ FAILURE TO RETURN THREE (3)REFERENCES WILL DEEM YOUR PROPOSAL "NON-RESPONSIVE" Forms 00300-78 Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 REFERENCE QUESTIONNAIRE Reference for Contractor:TheStoutGroup,LL Agency Giving Reference:_P_&_T_C_o_n_s_tr_u_ct_io_n _ Person Giving Reference:MarkRodberg Telephone:561-573-1017 E-Mail:mark.rodberg@gmail.com Name of Project Completed by Contractor:FOOT Somerset Academy Parkland What was the Dollar value of the Project:1,261,000.00 What was the Completion Date of the Project.12/2O Provide a reference for the above named firm by indicating below the level of satisfaction (Satisfactory or Unsatisfactory)with services provided to your agency. Rating Question Excellent Good Fair Poor Unacceptable Did the contractor complete the project on time,in accordance with specifications?/ Did the contractor submit excessive change orders?If YES @»yes,how many? How would you rate the firm's responsiveness on administrative and service issues?✓ How would you rate the quality and experience of the firm's project manager and on-site personnel?✓ Was this awarded under a competitive process?Y, How would you rate the contractor"s project m anag em e nt,in cl u d ing m an agem ent of sub /co n tracto rs?-W o u ld yo u use th e contractor again ?c)NO O verall,w h at w o u ld yo u rate their perf orm ance?/ The undersigned does hereby certify that the foregoing and subsequent statements are true and correct and are made independently,free from vendor interference/collusion. PcintNam°'~~.C Title,__CE_O _ Print Nam e MarkRodberg oater %167%1 Additional Comments:------------------------- FAILURE TO RETURN THREE (3)REFERENCES WILL DEEM YOUR PROPOSAL "NON-RESPONSIVE" Forms 00300-78 Dorus;go Eo,elope ID,7A5.E8-42F9-834..1 E092E85FC35 THE STOUT GROU,LC. Experience To Whom It May Concern, Please find below completed projects within the last three (3)years,in which The Stout Group,LLC with Jose Maria Sanchez Ill (Joey))as the Project Manager,provided Florida cities,countiesor other Florida governmental agencies similar services. A.COMPLETED PROJECTS 1.Florida Department of Transportation -T6524 -SR 969/Milam Dairy Rd./NW 72 Ave. a.Owner Name:Florida Department of Transportation Contact Person: Phone Number: Email Address: b.Narrative: c.Contract amount: d.Completion Date: Francisco Lledo -Construction Project Manager 305-619-7144 Francisco.lledo@dot.state.fl.us $711,881.95 6/15/2022 2.Miami Dade County -422003-17-003 -Rickenbacker Causeway,Green Bike Lanes Segment A-Phase I a.Owner Name: Contact Person: Phone Number: Email Address: Miami Dade County Lin Li P.E 786-268-5283 lin.li@miamidade.gov b.Narrative: On the aforementioned project,The Stout Group,LLC performed various scopes within the project limits.The scopes performed were modification of bike lanes with green coating painted bike lanes,milling and resurfacing,pavement,thermoplastic, pavement markings and reflective markers. c.Contract Amount:$2,138,892.50 d.Completion Date:10/29/2021 UNDERGROUND I SITEWORK I EARTHWORKS I PAVING 10850 NW 138th Street,Bay #3 -Hialeah Gardens,FL 33018-0.786.452 1481-F 305.397.2311 Oo~s;go Eo,elope ID,7 A5.EB-42F9-8349-1 E092E85FC35 THE STOUT GROU,LC. 3.City of Miami Gardens -1TB #18-19-011-203"Street Outfall Modification a.Owner Name: Contact Person: Phone Number: Email Address: City of Miami Gardens Leslie Pettit P.E 954-325-8487 lpettit@m iamiga rd ens-fl .gov b.Narrative: On the aforementioned project,The Stout Group,LLC performed various scopes within the project limits.The scopes performed were installation of new pipes and structures,replacement and installation of draining ditches,excavation and backfill restoration to level grade. c.Contract Amount:$486,918.15 d.Completion Date:08/31/2021 4.Miami Dade County-Miami Dade WASD Central District WWTP a.Owner Name: Contact Person: Project Address: b.Narrative: The Stout Group,LLC performed various scopes within the project limits.The scopes performed were installed precast structures of different sizes,performed multiple duct bank of different measurements,excavation,restoration. c.Contract amount:$244,929.00. d.Completion Date:06/05/2021 5.City of Hollywood -Project No 19-11044 -City-Wide Miscellaneous Drainage Improvements a.Owner Name:City of Hollywood -Public Utilities Miami Dade County.Dynalectric Company Ron Taylor Contact Person: Phone Number: Email Address: Raul Wainer -Project Manager 954-921-3930 rwainer@hollywoodfl.org b.Narrative: On the aforementioned project,The Stout Group,LLC is performing various scopes within the project limits of City of Hollywood.The scopes included Drainage,roadway restoration,concrete curb and gutter,concrete sidewalks,landscaping,regrade swale,milling and resurfacing. c.Contract Amount:$730,737.00 d.Completion Date:05/03/2021 UNDERGROUND I SITEWORK I EARTHWORKS I PAVING 10850 NW 138th Street,Bay #3 -Hialeah Gardens,FL 33018-0 786.452 1481-F 305 397.2311 Docosiga Ea,elope ID,7A5.E842F9-8349-1 E092E85FC35 THE STOUT GROUP,U.C. 6.Florida Department of Transportation -T4534-Rock Island Rd a.Owner Name:Florida Department of Transportation Contact Person:Alejandro Pina S.ET.Project Administrator Phone Number:954-958-7629 Email Address:aleja nd ro.pina@dot.state.fl.us b.Narrative: On the aforementioned project,The Stout Group,LLC is performing various scopes within the project limits of Rock Island Rd.The scopes included roadway widening, concrete curb and gutter,concrete sidewalks,landscaping,milling,and resurfacing, and striping. c.Contract Amount: d.Completion Date: $1,247,199.00 03/19/2021 7.Florida Department of Transportation -T6450-Campbell Dr -Horizon Contractors,Inc. a.Owner Name:Florida Department of Transportation Contact Person: Phone Number: Email Address: Bernon Artola -Project Administrator 786-367-4674 ba rtola@cgasolutions.com b.Narrative: On the aforementioned project,The Stout Group,LLC performed various scopes within the project limits of Campbell Drive.The scopes self-performed included the removal and replacement of a live lift station,removal and replacement of a live sanitary sewer and the installation of drainage. c.Contract Amount:$16,300,000.00 d.Completion Date:03/23/2021 8.Florida Department of Transportation-T4509-Hollywood Blvd a.Owner Name:Florida department of Transportation Contact Person:Mackendy Philippi -Construction Project Administrator II Phone Number:954-958-7693 Email Address:mackendy.philippi@dot.state.fl.us b.Narrative: On the aforementioned project,The Stout Group,LLC self-performed various scopes of work including drainage and water main installation along the project corridor, roadway restoration,concrete curb and gutter,concrete sidewalks,regrade swale, milling and resurfacing and striping. c.Contract Amount:$3,049,774.59 d.Completion Date:12/03/2020 UNDERGROUND I SITEWORK I EARTHWORKS I PAVING 10850 NW 138th Street,Bay #3 -Hialeah Gardens,FL 33018-0 786.452 1481 -F.305.397.2311 Docoslgo Ea,eop o ID,7A51if-42F0-8349-1 E092E85FC35 THE STOUT GROU,LEC. 9.Florida Department of Transportation -T6401-Biscayne Blvd Roadway Improvements a.Owner Name:Florida Department of Transportation Contact Person: Phone Number: Email Address: Jonathan Fundora -Construction Senior Project Manager 305-962-3653 j on ath an_fundora@dot_state.fl,us b.Narrative: On the aforementioned project,The Stout Group,LLC performed various scopes within the project limits of Biscayne Blvd.The scopes self-performed included were major drainage upgrades along the project corridor,water main upgrades,and sewer main upgrades.The sewer main upgrades included bypassing sewer mains.Full reconstruction of the roadway,concrete curb and gutter,concrete sidewalks,paver sidewalks,lighting upgrades,full intersection signalization installation,pedestrian signalization upgrades,milling and resurfacing,striping,and guardrail installation. c.Contract Amount:$5,700,000.00 d.Completion Date:05/03/2019 UNDERGROUND I SITEWORK I EARTHWORKS I PAVING 10850 NW 138th Street,Bay #3 -Hialeah Gardens,FL 33018-0 786.452 1481-F 305 397.2311 Docusign Envelope ID:7A5FF 12D-51E8-42F9-B8349-1E092E85FC35 H THE STO UT GR OU,LLC . April 26,2024 ONGOING PROJECTS To Whom It May Concern, Please find below (7)contracts in which The Stout Group,LLC is working: 1.Miami Dade Water and Sewer Contact Person:Mayra Espinosa Telephone Number:(786)268-5044 Email Address:mayra.espinosa@miamidade.gov Contract amount:$5,000,000.00 Completion Date Sept 30,2025 2.Florida Department of Transportation -E6041-Drainage Push Button Contract Contact Person:Karel Caso Telephone Number:954-774-4365 Email Address:Karel.Caso@dot.state.fl.us Contract amount:$540,000.00 Completion Date November 2,2024 3.Florida Department of Transportation -E6010-Intersection Push Button Contract Contact Person:Juan Hitchman Telephone Number:(305)968-8453 Email Address:juan.hitchman@dot.state.fl.us Contract amount:$1,000,000.00 Completion Date February 2,2025 UNDERGROUND I SITEWORK I EARTHWORKS I PAVING 10850 NW 138th Street,Bay #3 -Hialeah Gardens,FL 33018-0 786.452 1481-F,305.397.2311 Docusign Envelope ID:7A5FF 12D-51E8-42F9-B34 9-1E092E85FC35 ss THE STOUT GROUP,U.C . CONTINUE... 4.Horizon Contractors -FDOT-T4551-Loxahatchee Rd. Contact Person: Telephone Number: Email Address: Contract Amount: Completion Date: Xavier Salvat (305)345-7816 xs@hcimail.net $3,297,245.04 January,2025 5.FOOT -E6O85 -Push Button Contact Person: Telephone Number: Email Address: Contract Amount: Completion Date: Aimelis Galves (305)640-7436 Aimelis.Galvez@dot.state.fl.us $2,000,000.00 February,2026 6.City of Miramar BC-MIRAM-FY2020-00003 -Milling and Resurfacing,Sidewalk Contact Person: Telephone Number: Email Address: Contract Amount: Marilyn Markwei (954)707-0279 mmmarkwei@miramarf].goy $1,679,015.00 7.FDOT -T4657-SR A1A;From S of Grand Ct.To S of Linton Blvd. Contact Person: Telephone Number: Email Address: Contract Amount: Completion Date: Ramon Arosemena 561-655-0655 rarosemena@americanenggroup.com 8,333,361.80 March,2025 If further information is needed,please do not hesitate to contact us. Sincerely, 3z.er Joey Sanchez,P.E. Manager UNDERGROUND I SITEWORK I EARTHWORKS I PAVING 10850 NW 138th Street,Bay #3 -Hialeah Gardens,FL 33018-0:786.452.1481-F 305.397.2311 Docusign Envelope ID:7 A5FF12D-51 E8-42F9-8349-1 E092E85FC35 Sample Projects (Completed ) Project Number:001 Project Name: Owner: 1-595 to Turnpike Northbound Ramp -T7 Ramp Florida Department of Transportation Contractor: Contact: Address: Phone: Fax: Maytin Engineering Corp. Roly Maytin,PE 13900 NW 112Ave Hialeah Gardens,FL 33018 305-82 7-4545 305-827-4547 Completed: Contract Amount: Contract Scope: •Excavation •Embankment •Limerock (Finish Grade) •Solid Pipe (Various Diameters) March 2014 $495,000 •Drainage Structure •Asphalt o Traffic Level D (PG 76-22) o FC-9.5 3500 CY 18,000 CY 12,000 SY 750 LF 10 EA 420 TN 80 TN Project Number:002 Project Name: Owner: Phase VI-Storm Water Improvements Village of El Portal Contractor: Contact: Address: Phone: Fax: Horizon Contractors,Inc. Xavier Salvat,PE 8175 West 32"Ave -Suite 2 Hialeah,FL 33018 305-828-2050 305-820-0905 Completed: Contract Amount: Contract Scope: •Solid Pipe (Various Diameters) April 2014 $35,000 •Drainage Structure •Asphalt o Traffic Level C 190 2 40 LF EA TN Docusign Envelope ID:7A5FF12O-51 E8-42F9-B349-1 E092E85FC35 Project Number:003 Project Name: Owner: T6207 -SR-5 -Overseas Highway (MM 93-97) Village of El Portal Contractor: Contact: Address: Phone: Fax: Horizon Contractors,Inc. Xavier Salvat,PE 8175 West 327'Ave -Suite 2 Hialeah,FL 33018 305-828-2050 305-820-0905 Completed: Contract Amount: May 2014 $29,000 Contract Scope: •Finish Grade 17,695 SY Project Number:004 Project Name: Owner: E6H34 -SR-5 -Overseas Highway (MM 85-84) Florida Department of Transportation Contractor: Contact: Address: Phone: Fax: Horizon Contractors,Inc. Xavier Salvat,PE 8175 West 32'Ave -Suite 2 Hialeah,FL 33018 305-828-2050 305-820-0905 Completed: Contract Amount: Contract Scope: •Solid Pipe (Various Diameters) •French Drain 24" March 2015 $650,000 •Drainage Structures 1900 LF 680 LF 18 EA Project Number:005 Project Name: Owner: The Bond -Duct Bank 1080 Brickell Development Contractor: Contact: Address: Phone: Fax: ION Electric,LLC Jack Higgins 2001 N.Andrews Avenue Pompano Beach,FL 33069 954-434-7432 954-857-6687 Completed: Contract Amount: Contract Scope: August 2014 $20,000 Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 •6"15 Way Primary Duct Bank 120 LF Project Number:006 Project Name: Owner: Contractor: Contact: Address: Phone: Fax: Completed: Contract Amount: Contract Scope: T6314 -Marathon Key -SR-5 -Overseas Highway (MM 47-48) Florida Department of Transportation Horizon Contractors,Inc. Xavier Salvat,PE 8175 West 32'Ave -Suite 2 Hialeah,FL 33018 305-828-2050 305-820-0905 February 2015 $377,000 •Excavation 839 CY •Embankment 2,946 CY •Limerock (Finish Grade)6,749 SY •Rip Rap 150 CY •Grading 13,786 SY Project Number:007 Project Name: Owner: Contractor: Contact: Address: Phone: Fax: Completed: Contract Amount: E6I00 -SE 26 Rd Florida Department of Transportation The Stout Group,LLC (Prime) Joey Sanchez,PE 10850 NW 138 Street-Bay 3 Hialeah Gardens,FL 33018 305-216-8406 305-397-2311 March 2015 $95,480 Contract Scope: •Sidewalk •Asphalt o Traffic Level C -12.5 o FC-9.5 (PG76-22)(ARB) 159 SY 42 TN 30 TN Project Number:008 Project Name: Owner: Contractor: Contact: T6333-NW 74"Street and 72'Ave Intersection Florida Department of Transportation The Stout Group,LLC (Prime) Joey Sanchez,PE Docusign Envelope ID:7A5FF 120-51E8-42F9-B349-1 E092E85FC35 Address: Phone: Fax: Completed: Contract Amount: 10850 NW 138 Street -Bay 3 Hialeah Gardens,FL 33018 305-216-8406 305-397-2311 April 2015 $154,744 Contract Scope: ■Sidewalk ■Curb and Gutter ■Asphalt o FC-9.5 (PG76-22)(ARB) 80 SY 123 LF 153 TN Project Number:009 Project Name: Owner: Contractor: Contact: Address: Phone: Fax: PAMM Footing Installation Perez Art Museum Miami (PAMM) The Stout Group,LLC (Prime) Joey Sanchez,PE 10850 NW 138Street-Bay 3 Hialeah Gardens,FL 33018 305-216-8406 305-397-2311 Completed: Contract Amount: Contract Scope: ■Class I -Structural Concrete so CY January 2015 $29,200 Project Number:010 Project Name: Owner: Contractor: Contact: Address: Phone: Fax: Building 6-Asphalt Improvements Broward Community College Thornton Construction Company Frank Gunn 4300 Biscayne Blvd #207 Miami,FL 33137 305-649-1995 305-649-1295 Completed: Contract Amount: Contract Scope: ■Asphalt o Traffic Level C-9.6 60 TN January 2015 $237,750 Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 Project Number:012 Project Name: Owner: Contractor: Contact: Address: Phone: Fax: T4386 -SRA1A /Ocean Drive Florida Department of Transportation ION Electric Jack Higgins 2001 N.Andrews Avenue Pompano Beach,FL 33069 954-434-7432 954-857-6687 Completed: Contract Amount: Contract Scope: •Structural Concrete (Pile Caps)40 CY July 2015 $51,200 Project Number:013 Project Name: Owner: Contractor: Contact: Address: Phone: Fax: Completed: Contract Amount: E6J26 -RO -Districtwide Asphalt Maintenance Florida Department of Transportation The Stout Group,LLC (Prime) Joey Sanchez,PE 10850 NW 138"Street -Bay 3 Hialeah Gardens,FL 33018 305-216-8406 305-397-2311 December 2015 $250,000 Contract Scope: •Asphalt o FC-12.5 (PG76-22)625 TN Project Number:014 Project Name: Owner: Contractor: Contact: Address: Phone: Fax: Completed: Contract Amount: Saxony Beach Walk The Saxony Development ValleyCrest Landscape Development Ariel Caballero 4155 East Mowry Drive Homestead,FL 33033 305-258-8011 305-258-0809 August 2015 $295,000 Contract Scope: •Demolition •Limerock (Finish Grade) 1 LS 2,722 SY Docusign Envelope ID:7 A5FF 12D-51E8-42F9-B349-1E092E85FC35 Project Number:015 Project Name: Owner: Contractor: Contact: Address: Phone: Fax: Completed: Contract Amount: T6393 -Krome Ave (450+00 -499+00) Florida Department of Transportation Horizon Contractors,Inc. Xavier Salvat,PE 8175 West 327"Ave Hialeah,FL 33018 305-345-7816 305-820-0905 Scheduled for December 2016 $2,655,311 Contract Scope: •Clearing and Grubbing •Regular Excavation ■Subsoil Excavation •Embankment •Prepared Soil Layer •Optional Base,Base Group 02 •Optional Base,Base Group 10 1 3,805 52,475 133,077 60,978 7,622 26,133 LS CY CY CY SY SY SY Project Number:016 Project Name: Owner: Contractor: Contact: Address: Phone: Fax: Completed: Contract Amount: Opalocka Airport Interior Service Road Miami Dade Airport Department Horizon Contractors,Inc. Xavier Salvat,PE 8175 West 327'Ave Hialeah,FL 33018 305-345-7816 305-820-0905 January 2016 $960,555 Contract Scope: ■Clearing and Grubbing 17 ACRE ■Demolition of Bituminous Pavement 1,600 SY ■On-Site Excavation 30,500 CY ■Proof Rolling 34,700 SY ■12"Thick Stabilization Subgrade 29,471 SY ■9"Thick Limerock Base Course 33,300 SY ■24"RCP Class V (Cross Drain)430 LF ■24"Mitered End Section 14 EA ■Swale Grading 48,000 SY ■Canal Bank Stabilization 3,000 SY Docusign Envelope ID:7 A5FF 12D-51E8-4 2F9-349-1E092E85FC35 Project Number:017 Pro je ct Nam e : O w ne r: Co ntracto r: Co ntact: A d d ress: Pho n e : Co m p leted : Co ntract A m o u nt: Tam iam i Canal Bridge Re place m e nt M iam i D ad e Co u nty Pub lic W orks an d W aste M anage m ent A rche r W estern Dhaval G an dhi 32 0 1 N W 24 stre et Ro ad M iam i,FL 3314 2 78 6 -80 4 -6 25 2 Sche d u le d to Co m p le te Fe bruary 2018 $9 3 2,7 4 9 Co ntract Sco p e : •F&I PERM A N EN T SA M P LE PO IN T S •CO N N EC T TO EX IST IN G W M (2 0 .0 -4 9 .9") •A RV A SSEM B LI ES •F&I PO LYET HY LEN E EN C A SEM EN T •F&I TA P PIN G SLEEV E (20.0 -4 9.9 ") •S&D FIRE HY D RA N T A SSSEM B LI ES •S&D DIP (6 -7.9 ")V A LV E &FITT IN G S •S&D DIP (8 -9 .9 ")V A LV E &FITT IN G S •FU RIN SH DIP (20 -49.9 ")&FITT IN G S •FU RN ISH M J RSG V (2 0 .0 -4 9.9 ") •IN STA LL FIR E HY D R A NT A SSEM B LI ES •IN STA LL DIP (6 -7.9")V A LV E &FITT IN G S •IN STA LL D IP (8 -9 .9")V A LV E &FITT IN G S •IN STA LL D IP (2 0 -49 .9")&FITT IN G S •IN STA LL M J RSG V (2 0 .0 -4 9.9") •IN LET S (C U RB )(TY PE P-1)<10' •IN LET S (C U RB )(TY PE P-5)<1 0' •IN LET S (C U RB )(TY PE P-5)>10 ' •IN LETS (C U RB )(TY P E F)<10 ' •M A N H O LES (TY PE P-7)(PA RT IA L) •M A N H O LES,P-8,<10 ' •M A N H O LES,P-8,>10 ' •M A N H O LES,J-8 ,<10 ' •M A N H O LES,J-8 ,>10 ' •A D JU ST M A N H O LE •A D JU ST M A N H O LE (U T ILI T IES) •A D JU ST V A LV E BO X (M D C O N LY) •PIP E CU LV ER T -18 " •PIP E C U LV ER T -24 " •PIP E C U LV ER T -24"(ELLI PT ICA L\O TH ER ) 2.0 EA 1.0 EA 2.0 EA 200.0 LF 1.0 EA 2.0 EA 70.0 LF 12 0 .0 LF 200.0 LF 1.0 EA 2.0 EA 70 .0 LF 12 0 .0 LF 200.0 LF 1.0 EA 1.0 EA 3.0 EA 3.0 EA 4 .0 EA 4 .0 EA 1.0 EA 3.0 EA 1.0 EA 1.0 EA 4 .0 EA 3.0 EA 9.0 EA 364.0 LF 216.0 LF 19.0 LF Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 •FRENCH DRAIN 24"647.0 LF •REMOVAL OF EXISTING PAVEMENT 100.0 SY •REGULAR EXCAVATION 1,100.0 CY •SUBSOIL EXCAVATION 3,597.0 CY •CHANNEL EXCAVATION 4,408.0 CY •EMBANKMENT 7,026.5 CY •REINFORCEMENT GRID 2,083.0 SY •TYPE "B"STABILIZATION (12"THICK)6,419.0 SY •OPTIONAL BASE,BASE GROUP 06 6,484.0 SY •TURNOUT CONSTRUCTION 440.0 SY •SP ASPHALTIC CONCRETE (TRAFFIC C)17.4 TN Project Number:018 Project Name: Owner: T6396 -Krome Ave (54+21-109+00) Florida Department of Transportation Contractor: Contact: Address: Phone: Fax: Horizon Contractors,Inc. Xavier Salvat,PE 8175 West 32"Ave Hialeah,FL 33018 305-345-7816 305-820-0905 Completed: Contract Amount: Contract Scope: •Clearing and Grubbing Scheduled for December 2016 $3,489,368 •Regular Excavation •Subsoil Excavation •Embankment •Type B Stabilization •Prepared Soil Layer •Optional Base,Base Group 02 •Optional Base,Base Group 10 1 LS 3,837 CY 73,025 CY 174,449 CY 54,596 SY 69,630 SY 9,131 SY 30,018 SY Project Number:019 Project Name: Owner: Miscellaneous Drainage Repairs Interstate Screw Corp. Owner: Contact: Address: Phone: Fax: Interstate Screw Corp. Dominick Menendez 475 West 18""Street Hialeah,FL 33010 305-888-8700 305-888-7081 Completed:Scheduled for December 2016 Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 Contract Amount: Contract Scope: ■Miscellaneous Drainage Repairs $4,375.00 1 LS Project Number:020 Project Name: Owner: Shenandoah Middle School Renovation Miami Dade County Public Schools Contractor: Contact: Address: Phone: Fax: Thornton Construction Company,Inc. Dan Sheehy 4300 Biscayne Blvd Suite 207 Miami,FL 33137 305-649-1995 305-649-1295 Completed: Contract Amount: Contract Scope: ■Limerock Base ■Superpave -Traffic Level C-9.5 April 2016 $11,500.00 1 1 LS LS Project Number:021 Project Name: Owner: Emergency Asphalt Repair at the Downtown Mover (TPSS) Miami Dade Transit Contact: Address: Phone: Fax: Nury Perez 6601 NW 72"Ave Miami,FL 33166 305-884-7578 305-884-7538 Completed: Contract Amount: Contract Scope: ■Asphalt Repair January 2016 $9,850.00 1 LS Project Number:023 Project Name: Owner: Drainage Improvements Project Multiple Sites Miami Dade County Public Works Department Contact: Address: Phone: Felipe Monteagudo 111NW 1"Street Suite 1410 Miami,FL 33128 305-323-8192 D o cusig n E nvelo pe ID :7A 5F F 12 D -51E 8-4 2F9-B 34 9-1 E092E 85F C 35 Completed:Anticipated Completion June 2017 Contract Amount:$1,504,737.12 Contract Scope: ■BARRICADES 18600 ED ■ADVANCE WARNING ARROW PANEL 1050.0 ED ■Sediment Barrier 600.0 LF ■Inlet Protection System 91.0 EA ■CLEARING AND GRUBBING 1.0 LS ■RE-GRADE EXISTING SWALE 140.0 SY ■FLOWABLE FILL 28.0 CY ■BACKFILL EXISTING TRENCH WITH SELECT FILL 278.0 CY ■MILLING -1"Depth 4878.0 SY ■ROADWAY PAVEMENT RESTORATION 2524.0 SY ■INLET PAVEMENT 393.0 SY ■Hot Mix Asphalt,Traffic C,SP-9.5 555.0 TN ■Driveway Pavement-Asphalt 100.0 SY ■Driveway Pavement-Concrete 20.0 SY ■CLASS I CONCRETE 30.0 CY ■SWALE INLET TYPE D-3 (36"Dia.)37.0 EA ■SWALE INLET TYPE D-3 (36"X36")17.0 EA ■SWALE INLET TYPE D-1 (17"X 27")(<10'Deep)14.0 EA ■SWALE INLET TYPE P-10M 14.0 EA ■SWALE INLET TYPE J-10 1.0 EA ■POLLUTION RETARDANT BAFFLE 3.0 EA ■MANHOLE (Type P-7T)30.0 EA ■CORE AND TIE TO EXIST.DRAINAGE 9.0 EA ■MODIFY STRUCTURE-17.0 EA ■DESI LT PIPE (0 TO 48")1000.0 LF ■Desilting Drainage Structure 12.0 EA ■Pipe Culvert 15"Diameter (Round)1541.0 LF ■Pipe Culvert 18"Diameter (Round)410.0 LF ■French Drain (18"diameter pipe,10 ft bis)3445.0 LF ■French Drain (18"diameter pipe,15 ft bis)380.0 LF ■French Drain (18"diameter pipe,20 ft.BLS)550.0 LF ■CONCRETE SIDEWALK [4"THICK,]463.0 SY ■CONCRETE SIDEWALK (6"Thick)110.0 SY ■DETECTABLE SURFACE 94.0 SF ■RIP RAP (SAND CEMENT)17.0 CY ■SODDING-St Augustine 12520.0 SY ■REFLECTIVE PAVEMENT MARKERS 25.0 EA ■THERMOPLASTIC (White)(Solid)(12")54.0 LF ■THERMOPLASTIC (White)(Solid)(24")200.0 LF ■THERMOPLASTIC (Yellow)(Solid)(6")450.0 LF Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 Project Number:024 Project Name: Owner: Joseph Caleb Center New Parking Garage Miami Dade County Contractor: Contact: Address: Phone: Fax: ABC Construction,Inc. Jorge Gonzalez 7215 NW 7h Street Miami,FL 33126 305-663-0322 305-267-2403 Completed: Contract Amount: Contract Scope: ■Milling Existing Asphalt (1"AVG) April 2017 $196,514.26 ■Superpave -Traffic Level C-9.5 ■Friction Course -Traffic Level C-9.5 7505 489 396 SY TN TN Project Number:025 Project Name: Owner: SR 953-Lejeune Rd from Almeria Ave to Majorca Ave Florida Department of Transportation Contractor: Contact: Address: Phone: Fax: The Stout Group,LLC (Prime) Joey Sanchez,PE 10850 NW 138 Street-Bay 3 Hialeah Gardens,FL 33018 305-216-8406 305-397-2311 Completed: Contract Amount: Contract Scope: •MOBILIZATION April 2017 $1,155,672.82 •MAINTENANCE OF TRAFFIC •TRAFFIC CONTROL OFFICER •WORK ZONE SIGN •BARRIER WALL,TEMPORARY,F&I,CONCRET E •CHANNELIZING DEVICE-TY PES I,II,DI,VP,DRUM,OR LCD •CHANNELIZING DEVICE,TYPE III,6' •ARROW BOARD/ADVANCE WARNING ARROW PANEL •TEMPORARY RETROREFLECTIVE PAVEMENT MARKER •PORTABLE CHANGEABLE MESSAGE SIGN,TEMPORARY •TEMPORARY SIGNALIZATION AND MAINTENANCE,INTERSECTION •TEMPORARY TRAFFIC DETECTION AND MAINTENANCE, INTERSECTION 1 LS 1 LS 456 MH 6650 ED 185 LF 5900 ED 570 ED 440 ED 194 EA 388 ED 180 ED 180 ED Docusign Envelope ID:7 A5FF 12D0-51E8-42F9-349-1E092E85FC35 ■INLET PROTECTION SYSTEM 19 EA ■LITTER REMOVAL 7.08 AC ■MOWING 1.8 AC ■MONITOR EXISTING STRUCTURES-INSPECTION AND SETTLEMENT MONITORING 1 LS ■MONITOR EXISTING STRUCTURES-VIBRATION MONITORING 1 LS ■CLEARING &GRUBBING 43349215201 1 LS ■DELIVERY OF SALVAGEABLE MATERIAL TO FDOT 43349215201 1 LS ■REGULAR EXCAVATION (3-R PROJECTS ONLY)43349215201 1 LS ■TY PE B STABILIZATION 532 SY ■PREPARED SOIL LAYER,FINISH SOIL LAYER ,6"604 SY ■OPTIONAL BASE,BASE GROUP 11 478 SY ■MILLING EXIST ASPH PAVT,1 1/2"AVG DEPTH 4398 SY ■SUPER PAVE ASPHALTIC CONC,TRAFFIC C 52.6 TN ■ASPHALT CONCRETE FRICTION COURSE,TRAFFIC C,FC-12.5,PG 76- 22,ARB 402.4 TN ■INLETS,CURB,TY PE 9,<10'2 EA ■INLETS,GUTTER,TY PE S,<10'1 EA ■MANHOL ES,P-7,<10'1 EA ■MANHOLE,ADJUST 10 EA ■PIPE CULVERT,OPTIONAL MATERIAL,ROUND,18"SD 49 LF ■FRENCH DRAIN,24"120 LF ■CONCRETE CURB &GUTTER,TY PE F 880 LF ■CONCRETE CURB,TY PE D 616 LF ■CONCR ET E SIDEWALK AND DRIVEWAYS,4"THICK 395 SY ■CONCRETE SIDEWALK AND DRIVEWAYS,6"THICK 36 SY ■DETECTABLE WARNINGS 116 SF ■PER FORMANCE TURF,SOD 427 SY ■IRRIGATION SYSTEM REPAIRS 43349215201 1 LS ■PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID,6"0.324 GM ■PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOL ID FOR INTER CHANGE AND URBAN ISLAND,8"0.077 GM ■PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID FOR CROSSWALK AND ROUNDABOUT,12"540 LF ■PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID FOR DIAGONAL OR CHEVRON,18"187 LF ■PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID FOR STOP LINE OR CROSSWALK,24"190 LF ■PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SKIP,10-30 OR 3-9 SKIP,6"WIDE 0.015 GM ■PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,2-4 DOTTED GUIDELINE/6-10 DOTTED EXTENSION,6"0.013 GM ■PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,MESSAGE OR SYMBOL 10 EA ■PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,ARROWS 27 EA ■PAINTED PAVEMENT MARKINGS,STANDARD,YELLOW,SOLID,6"0.585 GM ■PAINTED PAVEMENT MARKINGS,STANDARD,YELLOW,SOLID FOR DIAGONAL OR CHEVRON,18"28 LF Docusign Envelope ID:7A5FF 12D0-51E8-42F9-B349-1E092E85FC35 •PAINTED PAVEMENT MARKINGS,STANDARD,YELLOW,2-4 DOTTED GUIDELINE/6-10 DOTTED EXTENSION,6"0.026 GM •SINGLE POST SIGN,F&I GROUND MOUNT,UP TO 12 SF 18 AS •SINGLE POST SIGN,RELOCATE 1 AS •SINGLE POST SIGN,REMOVE 11 AS •SIGN PANEL,RELOCATE,UP TO 12 SF 8 EA •DELINEATOR,FLEXIBLE HIGH PERFORMANCE 48"15 EA •PAINTED PAVEMENT MARKINGS,STANDARD,YELLOW,ISLAND NOSE 38 SF •PAINTED PAVEMENT MARKINGS,FINAL SURFACE 43349215201 1 LS •THERMOPLASTIC,STANDARD,WHITE,SOLID,12"FOR CROSSWALK AND ROUNDABOUT 540 LF •THERMOPLASTIC,STANDARD,WHITE,SOLID,18"FOR DIAGONALS AND CHEVRONS 187 LF •THERMOPLASTIC,STANDARD,WHITE,SOLID,24"FOR STOP LINE AND CROSSWALK 190 LF •THERMOPLASTIC,STANDARD,WHITE,2-4 DOTTED GUIDELINE/6-10 GAP EXTENSION,6"0.013 GM •THERMOPLASTIC,STANDARD,WHITE,MESSAGE OR SYMBOL 3 EA •THERMOPLASTIC,STANDARD,WHITE,ARROW 22 EA •THERMOPLASTIC,STANDARD,YELLOW,SOLID,18"FOR DIAGONAL OR CHEVRON 28 LF •THERMOPLASTIC,STANDARD,YELLOW,2-4 DOTTED GUIDE LINE /6- 10 DOTTED EXTENSION LINE,6"0.026 GM •THERMOPLASTIC,PREFORMED,WHITE,MESSAGE 7 EA •THERMOPLASTIC,PREFORMED,WHITE,ARROWS 5 EA •THERMOPLASTIC,STANDARD-OTHER SURFACES,WHITE,SOLID,6"0.324 GM •THERMOPLASTIC,STANDARD-OTHER SURFACES,WHITE,SOLID,8"0.077 GM •THERMOPLASTIC,OTHER SURFACES,WHITE,SKIP,6",10-30 SKIP OR 3-9 LANE DROP 0.015 GM •THERMOPLASTIC,STANDARD-OTHER SURFACES,YELLOW,SOLID,6"0.585 GM •THERMOPLASTIC,REMOVE EXISTING THERMOPLASTIC PAVEMENT MARKINGS 20 SF •CONDUIT,FURNISH &INSTALL,OPEN TRENCH 458 LF •CONDUIT,FURNISH &INSTALL,DIRECTIONAL BORE 354 LF •PULL &SPLICE BOX,F&I,13"x 24"COVER SIZE 12 EA •LIGHTING CONDUCTORS,F&I,INSULATED,NO.10 OR <646 LF •LIGHTING CONDUCTORS,F&I,INSULATED,NO.8-6 4765 LF •LIGHTING CONDUCTORS,REMOVE &DISPOSE,CONTRACTOR OWNS 6914 LF •LUMINAIRE,RELOCATE 30 EA •LUMINAIRE,REMOVE 60 EA •POLE CABLE DISTRIBUTION SYSTEM,CONVENTIONAL 4 EA •CONDUIT,FURNISH &INSTALL,DIRECTIONAL BORE 1178 LF •SIGNAL CABLE-NEW OR RECONSTRUCTED INTERSECTION,FURNISH &INSTALL 1 Pl •SIGNAL CABLE,REMOVE-INTERSECTION 1 Pl •PULL &SPLICE BOX,F&A,13"x 24"COVER SIZE 31 EA Docusign Envelope ID:7A5FF 12D0-51E8-42F9-B349-1E092E85FC35 •ELECTRICAL POWER SERVICE,F&A,UNDER GROUND,METER PURCHASED BY CONTRACTOR 1 AS •ELECTRICAL POWER SERVICE,REMOVE UNDERGROUND 1 AS •ELECTRICAL SERVICE WIRE,REMOVE 195 LF •PRESTRESSED CONCRETE POL E,F&I,TY PE P-AI SERVICE POL E 1 EA •PRESTRESSED CONCRETE POL E,COMPLETE POL E REMOVAL- PEDESTAL/SER VICE POL E 1 EA •ALUMINUM SIGNALS POL E,PEDESTAL 4 EA •ALUMINUM SIGNALS POL E,REMOVE 2 EA •STEEL MAST ARM,F&I,WIND SPEED-150,SINGLE ARM,W/0 LUMINAIRE-36 2 EA •MAST ARM,F&I,WIND SPEED-150,SINGLE ARM,W/O LUMINAIRE-46 2 EA •MAST ARM,REMOVE SHALLOW FOUNDATION,BOL T ON ATT ACHMENT 4 EA •TRAFFIC SIGNAL,FURNISH &INSTALL ALUMINUM,3 SECTION,1 WAY 3 AS •TRAFFIC SIGNAL,FURNISH &INSTALL ALUMINUM,5 SECTION STRAIGHT,1 WAY 5 AS •PEDESTRIAN SIGNAL,FURNISH &INSTALL LED COUNTDOWN,1 WAY 4 AS •PEDESTRIAN SIGNAL,FURNISH &INSTALL LED COUNTDOWN,2 WAYS 2 AS •LOOP DETECTOR INDUCTIVE,F&I,TY PE 9 6 EA •LOOP ASSEMBLY-F&I,TY PE A 8 AS •PEDESTRIAN DETECTOR,FURNISH &INSTALL,STANDARD 4 EA •TRAFFIC CONTROL LER ASSEMBLY,F&I,170 1 AS •TRAFFIC CONTROL LER ASSEMBLY,REMOVE CONTROL LER WITH CABINET 1 AS •SYSTEM AUXILIARIES,F&I,MODEM 1 EA •INTER NALLY ILLUMINATED SIGN,FURNISH &INSTALL OVERHEAD MOUNT,UP TO 12 SF 4 EA •LANDSCAPE COMPLETE-SMALL PLANTS 43349215201 1 LS •LANDSCAPE COMPLETE-LARGE PLANTS 43349215201 1 LS •VALVE BOXES,ADJUST 7 EA Project Number:026 Project Name: Owner: Contractor: Contact: Address: Phone: Fax: Completed: Miami Dade Countywide Drainage Pushbutton Florida Department of Transportation The Stout Group,LLC (Prime) Joey Sanchez,PE 10 850 NW 138 Street-Bay 3 Hialeah Gardens,FL 33018 305-216-8406 305-397-2311 December 2018 Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 Contract Amount:$848,713.00 Contract Scope: ■COMMERCIAL MATERIAL FOR TEMPORARY DRIVEWAY MAINTENANCE 50 CY ■TRAFFIC CONTROL OFFICER ■WORK ZONE SIGN ■BUSINESS SIGN 20 EA 300 MH 5000 ED ■BARRIER WALL,TEMPORARY,F&I,CONCRETE 500 LF ■BARRIER WALL,TEMPORARY,F&I,TYPE K 500 LF ■CHANNELIZING DEVICE-TYPES I,11,DI,VP,DRUM,OR LCD 6000 ED ■CHANNELIZING DEVICE,TYPE III,6'1025 ED ■CHANNELIZING DEVICE-PEDESTRIAN LCD (LONGITUDINAL CHANNELIZING DEVICE)50 ED ■ARROW BOARD/ADVANCE WARNING ARROW PANEL 275 ED ■TEMPORARY RETROREFLECTIVE PAVEMENT MARKER 50 EA ■TEMPORARY CRASH CUSHION,REDIRECTIVE OPTION 5 LO ■PORTABLE CHANGEABLE MESSAGE SIGN,TEMPORARY 100 ED ■PAVEMENT MARKING REMOVABLE TAPE,WHITE OR BLACK,SOLID 1163 LF ■PAVEMENT MARKING REMOVABLE TAPE,YELLOW,SOLID 1513 LF ■SEDIMENT BARRIER 400 LF ■FLOATING TURBIDITY BARRIER 250 LF ■INLET PROTECTION SYSTEM 40 EA ■LITTER REMOVAL 1 AC ■MOWING 1 AC ■REMOVAL OF EXISTING CONCRETE PAVEMENT 200 SY ■REGULAR EXCAVATION 300 CY ■BORROW EXCAVATION,TRUCK MEASURE 600 CY ■LATERAL DITCH EXCAVATION 350 CY ■SUBSOIL EXCAVATION 200 CY ■EMBANKMENT 600 CY ■FLOWABLE FILL 100 CY ■EXCAVATION FOR STRUCTURES Excavation for Structures and Pipes 200 CY ■TYPE B STABILIZATION 150 SY ■OPTIONAL BASE,BASE GROUP 04 10 SY ■OPTIONAL BASE,BASE GROUP 09 1500 SY ■OPTIONAL BASE,BASE GROUP 11 1500 SY ■OPTIONAL BASE,BASE GROUP 13 250 SY ■MILLING EXIST ASPH PAVT,1 AVG DEPTH 4000 SY ■MILLING EXIST ASPH PAVT,1 1/2 AVG DEPTH 300 SY ■MILLING EXIST ASPH PAVT,1 3/4 AVG DEPTH 300 SY ■SUPERPAVE ASPHALTIC CONC,TRAFFIC C 150 TN ■SUPERPAVE ASPHALTIC CONC,TRAFFIC D 20 TN Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 •SUPERPAVE ASPH CONC,TRAFFIC C,PG76-22,PMA 60 TN ■ASPHALT CONCRETE FRICTION COURSE,FC-5,PG 76-22,ARB 40 TN •ASPHALT CONCRETE FRICTION COURSE,TRAFFIC C,FC-9.5,PG 76-22,PMA 1 TN •ASPHALT CONCRETE FRICTION COURSE,TRAFFIC C,FC-12.5,PG 76-22,PMA 5 TN •ASPHALT CONCRETE FRICTION COURSE,TRAFFIC D,FC-12.5,PG 76-22,PMA 5 TN ■ASPHALT CONCRETE FRICTION COURSE,TRAFFIC B,FC-9.5,PG 76-22,ARB 160 TN •ASPHALT CONCRETE FRICTION COURSE,TRAFFIC B,FC-12.5,PG 76-22,ARB 40 TN •ASPHALT CONCRETE FRICTION COURSE,TRAFFIC C,FC-9.5,PG 76-22,ARB 160 TN •ASPHALT CONCRETE FRICTION COURSE,TRAFFIC C,FC-12.5,PG 76-22,ARB 20 TN ■MISCELLANEOUS ASPHALT PAVEMENT 20 TN ■CONCRETE CLASS II,CULVERTS 50 CY ■CONCRETE CLASS IV,CULVERTS 30 CY ■CONC CLASS IV,RETAINING WALLS 30 CY ■REINFORCING STEEL-RETAINING WALL 350 LB ■REINFORCING STEEL-MISCELLANEOUS 1000 LB ■INLETS,CURB,TYPE P-1,<10'2 EA ■INLETS,CURB,TYPE P-5,<10'6 EA ■INLETS,CURB,TYPE P-5,>10'2 EA ■INLETS,CURB,TYPE P-5,PARTIAL 2 EA ■INLETS,CURB,TYPE P-5,MODIFY 2 EA ■INLETS,CURB,TYPE P-6,<10'6 EA ■INLETS,CURB,TYPE P-6,>10'1 EA ■INLETS,CURB,TYPE P-6,PARTIAL 2 EA ■INLETS,CURB,TYPE P-6,MODIFY 2 EA ■INLETS,CURB,TYPE J-5,<10'2 EA ■INLETS,CURB,TYPE J-5,>10'1 EA ■INLETS,CURB,TYPE J-6,<10'2 EA ■INLETS,CURB,TYPE J-6,>10'2 EA ■INLETS,DT BOT,TYPE C,<1O'1 EA ■INLETS,DT BOT,TYPE C,JOT,<10'2 EA ■INLETS,DT BOT,TYPE C,JBOT,>10'1 EA ■INLETS,DT BOT,TYPE D,<10'4 EA ■INLETS,DT BOT,TYPE D,>10'2 EA ■INLETS,DITCH BOTTOM,TYPE F,PARTIAL 2 EA ■INLETS,DITCH BOTTOM,TYPE G,<10'2 EA ■INLETS,DITCH BOTTOM,TYPE G,>10'1 EA ■INLETS,DITCH BOTTOM,TYPE G,J BOT,<10'2 EA Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 •INLETS,DITCH BOTTOM,TYPE G,J BOT,>10'1 EA •INLETS,GUTTER,TYPE V,<10'4 EA •INLETS,GUTTER,TYPE V,>10'2 EA •INLETS,GUTTER,TYPE V,J BOT,<10'2 EA •INLETS,GUTTER,TYPE V,J BOTTOM,>10'2 EA •MANHOLES,P-7,<10'2 EA •MANHOLES,P-7,>10'4 EA •MANHOLES,P-7,PARTIAL 2 EA •MANHOLES,J-7,<10'4 EA •MANHOLES,J-7,>10'2 EA •MANHOLES,J-7,PARTIAL 2 EA •INLETS,ADJUST 10 EA •MANHOLE,ADJUST 10 EA •VALVE BOXES,ADJUST 5 EA •DRAINAGE STRUCTURES,MISCELLANEOUS,ADJUST 5 EA •REPLACE GRATE 10 EA •DESILTING PIPE,0-24 Desilt in the Wet 273 LF •DESILTING PIPE,25-36 Desilt in Dry Condition 750 LF •DESILTING PIPE,37 -48 Desilt in Dry Condition 400 LF •DESILTING PIPE,49 -60 Desilt in the Wet 159 LF •DESILTING PIPE,61 OR GREATER Desilt in the Wet 400 LF •PIPE CULVERT,OPTIONAL MATERIAL,ROUND,15S/CD 100 LF •PIPE CULVERT,OPTIONAL MATERIAL,ROUND,18S/CD 500 LF •PIPE CULVERT,OPTIONAL MATERIAL,ROUND,24S/CD 200 LF •PIPE CULVERT,OPT MATERIAL,ROUND,30S/CD 200 LF •PIPE CULVERT,OPT MATERIAL,ROUND,36S/CD 200 LF •PIPE CULVERT,OPT MATERIAL,ROUND,42S/CD 100 LF •PIPE CULVERT,OPT MATERIAL,ROUND,48S/CD 100 LF •PIPE CULVERT,OPT MATERIAL,ROUND,54S/CD 100 LF •PIPE CULVERT,OPT MATERIAL,ROUND,60S/CD 100 LF •PIPE CULVERT,OPTIONAL MATERIAL,OTHER-ELIP/ARCH,15S/CD so LF •PIPE CULVERT,OPTIONAL MATERIAL,OTHER-ELIP/ARCH,18S/CD so LF •PIPE CULVERT,OPTIONAL MATERIAL,OTHER SHAPE-ELIP/ARCH,24S/CD so LF •U-ENDWALL,STD 261,1:4 SLOPE,18PIPE 4 EA •PIPE FILLING AND PLUGGING-PLACE OUT OF SERVICE 20 CY •TRENCH DRAIN,STANDARD 150 LF •FRENCH DRAIN,24 400 LF •FRENCH DRAIN,36 100 LF •PIPE HANDRAIL -GUIDERAIL,STEEL 150 LF •PIPE HANDRAIL -GUIDERAIL,ALUMINUM 150 LF •CONCRETE CURB &GUTTER,TYPE F 600 LF Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 •CONCRETE CURB,TYPE D 100 LF •VALLEY GUTT ER-CONCRETE 100 LF •SHOULDER CONCRETE BARRIER WALL,RIGID RETAINING 20 LF •CONCRETE SIDEWALK AND DRIVEWAYS,4 THICK 150 SY •CONCRETE SIDEWALK AND DRIVEWAYS,6 THICK so SY •CONCRETE DITCH PAVEMENT,NON REINFORCED,4 10 SY •CONCRETE DITCH PAVEMENT,4,REINFORCED so SY •PAVERS,ARCHITECTURAL,SIDEWALK 150 SY •DETECTABLE WARNINGS 8 SF •GUARDRAIL-ROADWAY 100 LF •SPECIAL GUARDRAIL POST 5 EA •GUARDRAIL REMOVAL 100 LF •FENCING,TYPE B,5.1-6.0',STANDARD 200 LF •FENCING,TYPE B,5.1-6.0,RESET EXISTING so LF •PERFORMANCE TURF 1000 SY •PERFORMANCE TURF,SOD 1000 SY •SINGLE POST SIGN,RELOCATE 5 AS •SINGLE POST SIGN,REMOVE 5 AS •MULTI-POST SIGN,F&I GROUND MOUNT,RELOCATE 5 AS •MULTI-POST SIGN,REMOVE 5 AS •OBJECT MARKER,TYPE 1 TWO#04 5 EA •RETRO-REFLECTIVE PAVEMENT MARKERS 100 EA •PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID,6 0.1 GM •PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID FOR INTERCHANGE AND URBAN ISLAND,8 0.1 GM •PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID FOR CROSSWALK AND ROUNDABOUT,12 400 LF •PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID FOR DIAGONAL OR CHEVRON,18 600 LF •PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID FOR STOP LINE OR CROSSWALK,24 100 LF •PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SKIP,10-30 OR 3-9 SKIP,6 WIDE 0.1 GM •PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,2-4 DOTTED GUIDELINE/6-10 DOTTED EXTENSION,6 0.2 GM •PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,MESSAGE OR SYMBOL 2 EA •PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,ARROWS 5 EA •PAINTED PAVEMENT MARKINGS,STANDARD,YELLOW,SOLID,6 0.1 GM •PAINTED PAVEMENT MARKINGS,STANDARD,YELLOW,SOLID FOR DIAGONAL OR CHEVRON,18 20 LF Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC 35 ■PAINTED PAVEMENT MARKINGS,STANDARD,BLUE,SOLID FOR PARKING LOT-ACCESSIBLE MARKINGS,6 50 LF ■THERMOPLASTIC,STANDARD,WHITE,SOLID,12 FOR CROSSWALK AND ROUNDABOUT 600 LF ■THERMOPLASTIC,STANDARD,WHITE,SOLID,18 FOR DIAGONALS AND CHEVRONS 400 LF ■THERMOPLASTIC,STANDARD,WHITE,SOLID,24 FOR STOP LINE AND CROSSWALK 50 LF ■THERMOPLASTIC,STANDARD,WHITE,2-4 DOTTED GUIDELINE/6-10 GAP EXTENSION,6 0.1 GM ■THERMOPLASTIC,STANDARD,WHITE,MESSAGE OR SYMBOL 5 EA ■THERMOPLASTIC,STANDARD,WHITE,ARROW 5 EA ■THERMOPLASTIC,STANDARD,YELLOW,SOLID,18 FOR DIAGONAL OR CHEVRON 100 LF ■THERMOPLASTIC,STANDARD,BLUE,SOLID,6 100 LF ■THERMOPLASTIC,STANDARD-OPEN GRADED ASPHALT SURFACES,WHITE, SOLID,8 0.1 GM ■THERMOPLASTIC,STANDARD-OPEN GRADED ASPHALT SURFACES YELLOW, SOLID,8 0.1 GM ■THERMOPLASTIC,OTHER SURFACES,WHITE,SKIP,6,10-30 SKIP OR 3-9 LANE DROP 0.1 GM ■THERMOPLASTIC,REMOVE EXISTING THERMOPLASTIC PAVEMENT MARKINGS 50 SF ■LIGHT POLE COMPLETE,REMOVE 5 EA ■LUMINAIRE,REMOVE 5 EA ■CONDUIT,FURNISH &INSTALL,OPEN TRENCH 100 LF ■CONDUIT,FURNISH &INSTALL,DIRECTIONAL BORE 50 LF •PULL &SPLICE BOX,F&I,13 x 24 COVER SIZE 5 EA ■ALUMINUM SIGNALS POLE,PEDESTAL 5 EA ■ALUMINUM SIGNALS POLE,REMOVE 2 EA ■PEDESTRIAN SIGNAL,FURNISH &INSTALL LED COUNTDOWN,1 WAY 5 AS ■PEDESTRIAN SIGNAL,FURNISH &INSTALL LED COUNTDOWN,2 WAYS 5 AS ■LOOP DETECTOR INDUCTIVE,F&I,TYPE 9 •LOOP ASSEMBLY-F&4,TYPE A •PEDESTRIAN DETECTOR,FURNISH &INSTALL,STANDARD ■TRAFFIC CONTROLLER ASSEMBLY,MODIFY 5 5 10 1 EA AS EA AS Project Number:027 Project Name: Owner: Bay Shore One Project -1100 100 Street-Bay Harbor Island,FL Thornton Construction Docusign Envelope ID:7A5FF 12D0-51E8-42F9-B349-1E092E85FC35 Contractor: Contact: Address: Phone: Fax: Completed: Contract Amount: Thornton Construction Anthony Pasqualone 4300 Biscayne Blvd -Suite 207 Miami,FL 33137 305-649-1995 305-649-1295 December 2016 $34,841.25 Contract Scope: ■MOBILIZATION ■SITE CLEARING &GRUBBING ■SILT FENCE •SUBSOIL EXCAVATION ■EARTH RAMP •LIMEROCK BASE 1 LS 0.45 ACRE 560 LF 1185 CY 1 LS 1 LS Project Number:028 Project Name: Owner: Contractor: Contact: Address: Phone: Fax: CT A-Relocation of Onsite Utilities and Drainage Port of Miami Central Florida Equipment Rentals,Inc.(Prime) Ana Depriest 9030 NW 97"Terrace Medley,FL 33178 305-345-9039 305-887-7804 Completed: Contract Amount: Contract Scope: ■UTILITIES ■MOBILIZATION ■12 DIP WATER MAIN (L&E) ■6 DIP WATER MAIN (L&E) ■FIRE HYDRANT w/6 GV&4 BOLLARDS(L&E) ■12 BENDS (L&E) ■12 x 6 TEES (L&E) •12 GATE VALVES ■SANITARY SEWER MANHOLE ■SANITARY SEWER CAPS ■ASPHALT DEMO/RESTORATION ■DRAINAGE ■MOBILIZATION ■CURB INLET TYPE 5,6 1 1 1 1 1 1 1 1 1 1 1 1 LS LS LS LS LS LS LS LS LS LS LS LS June 2017 $1,413,688.89 D o cusign Envelope ID :7A 5F F 12D -51E 8-4 2F 9-34 9-1E 092E85FC 35 ■MEDIAN BARRIER INLET,TYPE 3 1 LS ■CATCH BASIN 1 LS ■DRAINAGE MANHOLE 1 LS ■ADJUST MANHOLES 1 LS ■PIPE CULVERT OPTIONAL MATERIAL,18 1 LS ■PIPE CULVERT OPTIONAL MATERIAL,24 1 LS ■FRENCH DRAIN,24 1 LS ■SPECIAL STRUCTURE,TWO CHAMBERED {6'x9.5'x9.5')1 LS ■ASPHALT DEMO/RESTORATION 1 LS Project Number:029 Project Name: Owner: Kendall Town Center (SW 96"Street and SW 157Ave) Howard Hughes Corp. Contractor: Contact: Address: Phone: Brightview Landscape Development Ariel Caballero 4155 East Mowry Dr. Homestead,FL 33033 305-986-2249 Completed: Contract Amount: Contract Scope: ■MOBILIZATION February 2017 $107,422.20 ■CLEARING AND GRUBBING ■SURVEYING ■EXCAVATION (4 AVERAGE DEPTH) ■STABILIZED SUBGRADE ■SOD GRADING (S'EACH SIDE OF SIDEWALK) ■CONC.SIDEWALK (4 THK w/6X6 W2.9/W2.9 WWM) ■BENCH PADS {5'x 8') ■SIDEWALK RAMP ■GRADING 1.00 LS 1.00 LS 1.00 LS 215.00 CY 1250.00 SY 2084.00 SY 1250.00 SY 4.00 EA 1.00 LS 1.00 LS Project Number:030 Project Name: Owner: Ballpark of the Palm Beaches Palm Beach County Contractor: Contact: Address: Phone: Brightview Landscape Development Ariel Caballero 4155 East Mowry Dr. Homestead,FL 33033 305-986-2249 Completed:January 2017 Docusign Envelope ID:7A5FF 12-51E8-42F9-B349-1E092E85FC35 Contract Amount:$214,397.29 Contract Scope: ■4in THICK SIDEWALK w/WELDED WIRE MESH •LOADING DOCK (2 DOCKS -6500 SF TOTAL) •FLUSH REINFORCED HEADER CURB •BATTING CAGE TUNNEL SLAB •PUMP RENTAL-2 DAILY RATE •PUMP RENTAL-2 DAILY RATE 73976.00 SF 1.00 LS 718.00 LF 7890.00 SF 2.00 DA 7.00 DA •FLUSH REINFORCED HEADER CURB 705.00 LF SF SF •Gin THICK SIDEWALK w/WELDED WIRE MESH (COLOR)2970.00 •8in THICK SIDEWALK w/#4 O.C.E.W (COLOR)1430.00 Project Number:031 Project Name: Owner: Contractor: Contact: Address: Phone: Fax: SR -823 NW 57"Ave Florida Department of Transportation Central Florida Equipment Rentals,Inc.(Prime) Ana Depriest 9030 NW 97h Terrace Medley,FL 33178 305-345-9039 305-887-7804 Completed: Contract Amount: Contract Scope: •FINISH GRADE WORK 1 LS February 2017 $11,912.00 Project Number:032 Project Name: Owner: Contractor: Contact: Address: Phone: Fax: SR 874 Project MDX -Miami Dade Expressway Authority The de Moya Group Fabricio Cedillo 14600 SW 136 Street Miami,FL 33186 305-987-4097 305-255-1935 Completed: Contract Amount: Contract Scope: ■MOBILIZATION •CLEARING AND GRUBBING 1.0 1.0 LS LS December 2018 $584,780.45 Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 •C&G-CONTROLSTRUCTURE 1.0 EA •C&G-DITCH BOTTOM INLET 10.0 EA •C&G -ENDWALL 1.0 EA •C&G -MANHOLE 2.0 EA •C&G -FRENCH DRAIN 36 310.0 LF •C&G -PIPE 210.0 LF •CONCRETE CLASS I-ENDWALLS 1.00 EA •INLETS,DT BOT,TYPE B,<10'5.0 EA •INLETS,DT BOT,TYPED,MODIFY 2.0 EA •INLETS,DT BOT,TYPE E,<10'6.0 EA •INLETS,DT BOT,TYPE E,PARTIAL 2.0 EA •INLETS,BARRIER WALL,<10'8.0 EA •INLETS,BARRIER WALL,>10'1.0 EA •INLETS,BARRIER WALL,J BOT,<10'3.0 EA •INLETS,BARRIER WALL,J BOT,>10'2.0 EA •MANHOLES,P-7,<10'6.0 EA •MANHOLES,TYPE 7,PARTIAL 2.0 EA •MANHOLES,J-7,<10'1.0 EA •MANHOLES,J-7,>10'2.0 EA •PIPE CULV,OPT MATL,ROUND,18S/CD 1,379.0 LF •PIPE CULV,OPT MATL,ROUND,18S/CD 144.0 LF •PIPE CULV,OPT MATL,ROUND,24S/CD 793.0 LF •PIPE CULV,OPT MATL,ROUND,30S/CD 28.0 LF •PIPE CULV,OPT MATL,ROUND,36S/CD 20.0 LF •FRENCH DRAIN,24 1,006.0 LF •18 RCP CLASS IV 15.0 LF •18 RCP CLASS V 34.0 LF •CLEAN\VIDEO PIPE (NEW PIPE ONLY)2,269.0 LF •CLEAN STRUCTURES 40.0 EA •MOBILIZATION 24961435201 1.0 LS •TEMP PAVEMENT (SUBGRADE &6 BASE)1.0 SY •PULVERIZE EXISTING ASPHALT (4 MAX DEPTH)16,685.0 SY •REGULAR EXCAVATION 5,887.0 CY •EMBANKMENT 4,885.0 CY •TYPE B STABILIZATION 41,101.0 SY •OPTIONAL BASE,BASE GROUP 06 41,101.0 SY •CURB TYPE E,GRADING ONLY 727.0 LF •CONC CURB &GUTR,F (4 LRB PAD &GRADING ONLY) 18,447.0 LF •VALLEY GUTTER,2'GRADING ONLY 2,021.0 LF •TRAF SEP CONC,IV,6'W (GRADING ONLY)1.0 LF •MED CONC BARRIER WALL (GRADING ONLY)1.0 LF •SIDEWALK 4 (GRADING ONLY)8,998.0 SY •SIDEWALK 6 (GRADING ONLY)2,565.0 SY Docusign Envelope ID:7 A5FF 12-51E8-4 2F9-B34 9-1E092E85FC35 ■GUARDRAIL ?ROADWAY (GRADING ONLY) ■FENCE B,6'STANDARD (GRADING ONLY) ■PERFORMANCE TURF,SOD,(GRADING ONLY) 1.0 1.0 5,406.0 LF LF SY Project Number:033 Project Name: Owner: Turnpike (HEFT)from Eureka Drive to Killian Parkway Florida Department of Transportation Contractor: Contact: Address: Phone: Fax: The de Moya Group Fabricio Cedillo 14600 SW 136 street Miami,FL 33186 305-987-4097 305-255-1935 Completed: Contract Amount: Contract Scope: ■RIPRAP,SAND CEMENT April 2017 $17,241.00 20 CY Project Number:035 Project Name: Owner: West 31Street and West 32"Street from West 12Ave to West 12Ave to West 9"Avenue;West 11 Avenue and West 9" Avenue from West 30 Street to West 33"°Street City of Hialeah Contractor: Contact: Address: Phone: Fax: Horizon Contractors,Inc. Jose M Sanchez 8175 West 32"Ave -Bay 2 Hialeah,FL 33018 305-216-8403 305-820-0905 Completed: Contract Amount: July 2017 $580,593.75 Contract Scope: •CONCRETE CURB AND GUTTER TYPE F ■CONCRETE CURB TYPED ■CONCRETE VALLEY GUTTER (2') ■CONCRETE SIDEWALK (4 THICK) ■CONCRETE SIDEWALK (6 THICK) 11,777.0 1,650.0 1,177.0 5,416.0 6,267.0 LF LF LF SY SY Project Number:036 D o cusig n E nvelo pe ID :7A 5F F 12 -51E 8-4 2F 9-B 34 9-1E 092E 85F C 35 Proje ct N a m e : O w ne r: SR 5 (SE 2'A ve)an d SR 5 (U S 1/Biscayne Blvd ) Flo rid a D e p art m ent of Tran sp ortation Co ntracto r: Co ntact: A d d ress: Ph o ne : Fax: The Sto ut G ro u p,LLC (P rim e ) Jo ey San chez,PE 10 8 50 N W 13 8 "Street-Bay 3 H iale ah G ard e ns,FL 33018 30 5-2 16 -84 0 6 30 5-39 7-23 11 Co m p lete d : Co ntract A m o u nt: Co ntract Sco p e : •M O B ILI ZA T IO N 4 124 7 3752 01 •M O B ILI ZA T IO N 4 124 7 37 52 02 •M O B ILI ZA T IO N 4 12 4 7 39 52 01 Dece m b e r 2018 $3,4 9 9,0 4 7 .2 3 •M A IN T EN A N C E O F TRA FFIC 4 124 7 37 5 2 01 •M A IN T EN A N C E O F TRA FFIC 4 124 7 37 5 2 02 •M A IN T EN A N C E O F TRA FFIC 4 124 7 39 5 2 0 1 •SPEC IA L DET O U R 1 4 12473 9 5 2 0 1 1 1 1 1 1 1 1 LS LS LS LS LS LS LS •CO M M E R CIA L M A TER IA L FO R TEM P O RA RY DR IV EW A Y M A IN T ENA NC E 38 CY •T RA FFIC CO N T RO L O FFIC ER •W O RK ZO N E SIG N 374 HR 13 44 6 ED •BA RR IER W A LL,TEM PO RA RY,F&I,TY PE K 21 6 6 LF •BA RR IER W A LL,TEM P O RA RY,RELO C A T E,TY PE K 25 0 0 LF •CH A N N ELI Z IN G DEV IC E-TY PES I,II,D I,V P,DRUM ,O R LCD 324 92 ED •C H A N N ELI Z IN G DEV IC E,TY PE 111,6'604 2 ED •CH A N N ELI Z IN G D EV ICE-PED EST R IA N LCD (LO NG IT UD IN A L CH A N N ELI Z IN G DEV IC E)34 10 0 ED •A R RO W BO A R D /A D V A N C E W A R N IN G A R RO W PA N EL 16 3 8 ED •T EM PO RA RY RETR O REFLECT IV E PA V EM ENT M A RK ER 24 6 EA •TEM P O RA RY CRA SH CU SH IO N,RED IR EC T IV E O PTIO N 32 LO •PO R TA B LE CH A N G EA B LE M ESSA G E SIG N ,TEM PO RA RY 11 6 0 ED •TEM P O RA RY SIG N A LI ZA TIO N A N D M A IN T ENA NCE,IN T ERSECT IO N 16 80 ED •TEM P O R A RY TRA FFIC DET EC TIO N A N D M A IN T ENA NC E,IN T ER SECT IO N 16 8 0 ED •IN LET PR O T EC T IO N SYSTEM 30 EA •LI TT ER REM O V A L •M O W IN G 33.9 7 A C 0.18 AC •M O N IT O R EX IST IN G STR U C T URES-IN SPEC TIO N A ND SETT LEM E NT M O N IT O RIN G 4 124 73 7 5 202 1 LS •M O N IT O R EX IST IN G STR U C T U R ES-IN SP EC T IO N A N D SETT LEM EN T M O N IT O RIN G 4 124 7 3 95 2 01 1 LS Docusign Envelope ID:7A5FF 12D-51E8-4 2F9-B34 9-1E092E85FC35 •MONITOR EXISTING STRUCTURES-VIBRATION MONITORING 41247395201 1 LS •CLEARING &GRUBBING 41247375202 1 LS •CLEARING &GRUBBING 41247395201 1 LS •REMOVAL OF EXISTING CONCRETE PAVEMENT 322 SY •DELIVERY OF SALVAGEABLE MATERIAL TO FDOT 41247375202 1 LS •DELIVERY OF SALVAGEABLE MATERIAL TO FDOT 412473952011 LS •REGULAR EXCAVATION 1061 CY •EMBANKMENT 10 CY •TYPE B STABILIZATION 2389 SY •PREPARED SOIL LAYER,FINISH SOIL LAYER,6 149 SY •REWORKING LIMEROCK BASE,6 2177 SY •OPTIONAL BASE,BASE GROUP 10 2211 SY •ASPHALT TREATED PERMEABLE BASE 20 CY •MILLING EXIST ASPH PAVT,2 AVG DEPTH 6210 SY •MILLING EXIST ASPH PAVT,2 1/2 AVG DEPTH 7456 SY •SUPERPAVE ASPHALTIC CONC,TRAFFIC C 1402 TN •ASPHALT CONCRETE FRICTION COURSE,TRAFFIC C,FC-9.5,PG 76-22 876.2 TN •MISCELLANEOUS ASPHALT PAVEMENT 4.5 TN •PLAIN CEMENT CONCRETE PAVEMENT,10 178 SY •PLAIN CEMENT CONCRETE PAVEMENT,12 4 SY •REINFORCED CEMENT CONCRETE PAVEMENT,6 8 SY •CONCRETE CLASS II,CULVERTS 1 CY •CONC CLASS IV,BULKHEAD 6.3 CY •REINFORCING STEEL-MISCELLANEOUS 308 LB •REINFORCING STEEL-BULKHEAD 274 LB •INLETS,CURB,TYPE 9,<10'6 EA •INLETS,CURB,TYPE 9,J BOT,>10'1 EA •INLETS,CURB,TYPE 9,PARTIAL 1 EA •INLETS,CURB,TYPE 9,MODIFY 2 EA •INLETS,CURB.TYPE P-3,>10'1 EA •INLETS,CURB,TYPE P-5,<10'1 EA •INLETS,CURB,TYPE P-5,>10'2 EA •INLETS,CURB,TYPE P-6,<10'3 EA •INLETS,CURB,TYPE P-6,>10'4 EA •INLETS,CURB,TYPE J-6,<10'1 EA •INLETS,CURB,TYPE J-6,>10'1 EA •MANHOLES,P-7,>10'5 EA •MANHOLES,P-8,<10'1 EA •MANHOLES,J-7,<10'2 EA •MANHOLES,J-7,>10'6 EA •MANHOLES,J-8,PARTIAL 1 EA D o cusig n E nvelo pe ID :7A 5FF 12 D -51E 8-4 2F 9-349-1E 092E 85FC 35 •DRAINAGE MANHOLES,PROJECT 412473-9-52-02,J-7 6'x 10'WITH ADDITIONAL RISER AND WALL 1 EA •DRAINAGE MANHOLES,PROJECT 412473-9-52-02,1-7 5'x 8.5'WITH ADDITIONAL RISER AND WALL 1 EA ■MANHOLE,ADJUST 1 EA •MODIFY EXISTING DRAINAGE STRUCTURE 1 EA •PIPE CULVERT,OPTIONAL MATERIAL,ROUND,12S/CD 24 LF ■PIPE CULVERT,OPTIONAL MATERIAL,ROUND,15S/CD 24 LF •PIPE CULVERT,OPTIONAL MATERIAL,ROUND,18S/CD 327 LF •PIPE CULVERT,OPTIONAL MATERIAL,ROUND,24S/CD 804 LF •PIPE CULVERT,OPT MATERIAL,ROUND,30S/CD 119 LF ■PIPE CULVERT,OPT MATERIAL,ROUND,42S/CD 9 LF •PIPE CULVERT,OPT MATERIAL,ROUND,48S/CD 47 LF •PIPE CULVERT,OPTIONAL MATERIAL,OTHER-ELIP/ARCH,15S/CD 37 LF •PIPE CULVERT,OPTIONAL MATERIAL,OTHER-ELIP/ARCH,18S/CD 22 LF •PIPE CULVERT,OPT MATERIAL,OTHER SHAPE -ELIP/ARCH,30S/CD 143 LF •FLAP GATES,0-24 •FLAP GATES,37-48 •FLAP GATES,49-60 •TRENCH DRAIN,STANDARD ■SHEET PILING STEEL,F&I PERMANENT •CONCRETE CURB &GUTT ER,TYPE F •CONCRETE CURB,TYPE D ■CONCRETE TRAFFIC SEPARATOR,SPECIAL-VARIABLE WIDTH •CONCRETE SIDEWALK AND DRIVEWAYS,4 THICK •CONCRETE SIDEWALK AND DRIVEWAYS,6 THICK •PAVERS,ARCHITECTURAL,SIDEWALK ■DETECTABLE WARNINGS 1 EA 1 EA 1 EA 181 LF 561 SF 1805 LF 36 LF 119 SY 709 SY 427 SY 654 SY 450 SF ■GUARDRAIL-ROADWAY,GENERAL TL-3 119 LF •GUARDRAIL REMOVAL 124 LF •GUARDRAIL END ANCHORAGE ASSEMBLY/END TREATMENT-PARALLEL 1 EA •CRASH CUSHION 2 EA •PERFORMANCE TURF,SOD 60 SY •PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID,6 2.058 GM •PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID FOR INTERCHANGE AND URBAN ISLAND,8 0.291 GM •PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID FOR CROSSWALK AND ROUNDABOUT,12 1745 LF Docusign Envelope ID:7A5FF 12D0-51E8-42F9-B349-1E092E85FC35 ■PA IN T ED PA V EM E N T M A R K IN G S,STA N DA RD,W H IT E,SO LI D FO R DIA G O NA L O R CH EV RO N ,18 360 LF ■PA IN T ED PA V EM EN T M A R K IN G S,STA N D A R D ,W HIT E,SO LI D FO R STO P LI N E O R CRO SSW A LK,24 10 7 8 LF ■PA IN T ED PA V EM EN T M A R K IN G S,STA N D A R D,W HIT E,SK IP ,10 -30 O R 3-9 SKIP,6 W ID E 0.4 8 3 G M ■PA IN T ED PA V EM EN T M A R K IN G ,STA N D A R D,W HIT E,3'-9 'SK IP DRO P LI N E A N D A PPR O A C H TO TO LL PLA ZA ,12 W ID E,0.0 18 G M ■PA IN T ED PA V EM EN T M A RK IN G S,STA N DA RD,W HIT E,2-4 DO TT ED G U ID ELI N E/6-10 DO TT ED EXTENSIO N,6 0.18 8 G M ■PA IN T ED PA V EM EN T M A R K IN G S,STA N D A R D,W HIT E,M ESSAG E O R SY M B O L 17 EA •PA IN T ED PA V EM EN T M A R K IN G S,STA N D A R D,W H IT E,A RRO W S 38 EA ■PA IN T ED PA V EM EN T M A R K IN G S,STA N DA R D,YELLO W ,SO LI D,6 0.9 9 5 G M ■PA IN T ED PA V EM EN T M A R K IN G S,STA N DA R D ,YELLO W ,SO LI D FO R IN T ER CH A N G E A N D U R BA N ISLA N D,8 0.1 6 6 G M ■PA IN T ED PA V EM E N T M A R K IN G S,STA N D A R D,YELLO W ,SO LI D FO R DIA G O N A L O R CH EV R O N ,18 507 LF ■PA IN T ED PA V EM EN T M A R K IN G S,STA N D A R D,YELLO W ,2-4 DO TT ED G U ID ELI N E/6-10 DO TT ED EXTEN SIO N,6 0.032 G M ■PO LLU T IO N CO N T RO L ST RU C T URE W IT H BA FF LE A N D FILTER ,6'DIA M ET ER , PR OJ EC T 4 12 4 7 3-9 -5 2 -02 1 EA ■PO LLU T IO N CO N T RO L STRU CTUR E W IT H BA FFLE A N D FILTER,8'DIA M ETER , PR O JEC T 4 12 4 7 3-9-5 2 -02 1 EA ■IN IT IA L CO N T IN G EN C Y A M O U N T,DO NO T BID 4 124 73 7 5 2 0 1 1 LS ■IN IT IA L CO N T IN G EN C Y A M O U N T,DO NO T BID 4 124 73 7 5 2 02 1 LS ■IN IT IA L CO N T IN G EN C Y A M O U N T,DO NO T BID 412 473 9 520 1 1 LS ■IN IT IA L CO N T IN G EN C Y A M O U N T,DO N O T BID 412 47 39 52 02 1 LS ■SIN G LE PO ST SIG N ,F&I G R O U N D M O U N T,U P TO 12 SF 43 A S ■SIN G LE PO ST SIG N ,F&I G RO U N D M O U NT,12 -20 SF 1 A S ■SIN G LE PO ST SIG N ,RELO C A TE 2 A S ■SIN G LE PO ST SIG N ,REM O V E 17 A S ■M U LTI-PO ST SIG N ,REM O V E 1 AS •SIG N PA N EL,FU R N ISH &IN STA LL O V ER HEA D M O U N T ,51 -10 0 SF 4 EA ■SIG N PA N EL,IN STA LL,U P TO 12 SF 1 EA ■SIG N PA N EL,REM O V E,U P TO 12 SF 2 EA ■SIG N PA N EL,REM O V E,101-2 00 SF 3 EA ■PA IN T ED PA V EM EN T M A R K IN G S,STA N D A R D,W HIT E,IS LA N D NO SE 7 SF ■PA IN T ED PA V EM EN T M A R K IN G S,STA N DA RD,YELLO W ,ISLAN D NO SE 10 SF D o cusign Envelope ID :7A 5F F 12-51E 8-4 2F 9-B34 9-1E 092E85FC 35 •PAINTED PAVEMENT MARKINGS,FINAL SURFACE 41247375201 1 LS •PAINTED PAVEMENT MARKINGS,FINAL SURFACE 41247395201 1 LS •THERMOPLASTIC,STANDARD,WHITE,SOLID,8 FOR INTERCHANGE AND URBAN ISLAND 0.104 GM •THERMOPLASTIC,STANDARD,WHITE,SOLID,12 FOR CROSSWALK AND ROUNDABOUT 775 LF •THERMOPLASTIC,STANDARD,WHITE,SOLID,18 FOR DIAGONALS AND CHEVRONS 360 LF •THERMOPLASTIC,STANDARD,WHITE,SOLID,24 FOR STOP LINE AND CROSSWALK 389 LF •THERMOPLASTIC,STANDARD,WHITE,2-4 DOTTED GUIDELINE/6-10 GAP EXTENSION,6 0.173 GM •THERMOPLASTIC,STANDARD,WHITE,MESSAGE OR SYMBOL 9 EA •THERMOPLASTIC,STANDARD,WHITE,ARROW 35 EA •THERMOPLASTIC,STANDARD,YELLOW,SOLID,18 FOR DIAGONAL OR CHEVRON 492 LF •THERMOPLASTIC,STANDARD,YELLOW,2-4 DOTTED GUIDE LINE /6-10 DOTT ED EXTENSION LINE,6 0.002 GM •THERMOPLASTIC,PREFORMED,WHITE,SOLID,12 FOR CROSSWALK 777 LF •THERMOPLASTIC,PREFORMED,WHITE,SOLID,24 FOR CROSSWALK 1286 LF •THER MOPLASTIC,PREFORMED,WHITE,MESSAGE 9 EA •THER MOPLASTIC,PREFORMED,WHITE,ARROW 3 EA •THER MOPLASTIC,PREFORMED,MULTI COLOR ROUTE SHIELD 5 EA •THER MOPLASTIC,STANDARD-OTHER SURFACES,WHITE,SOLID,6 1.402 GM •THER MOPLASTIC,STANDARD-OTHER SURFACES,WHITE,SOLID,8 0.187 GM •THERMOPLASTIC,OTHER SURFACES,WHITE,SKIP,6,10-30 SKIP OR 3-9 LANE DROP 0.483 GM •THERMOPLASTIC,STANDARD-OTHER SURFACES WHITE,SKIP,12-APPROACH TO TOLL PLAZA OR 3-9 LANE DROP 0.018 GM •THERMOPLASTIC,STANDARD-OTHER SURFACES,YELLOW,SOLID,6 0.42 GM •THERMOPLASTIC,STANDARD-OTHER SURFACES,YELLOW,SOLID,8 0.141 GM •CONDUIT,FURNISH &INSTALL,OPEN TRENCH •CONDUIT,FURNISH &INSTALL,DIRECTIONAL BORE •PULL &SPLICE BOX,F&4,13 x 24 COVER SIZE •LIGHTING CONDUCTORS,F&I,INSULATED,NO.8-6 •LIGHT POLE COMPLETE,F&I,WIND SPEED 150,POLE -40' 293 LF 450 LF 7 EA 3002 LF 1 EA Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 Sample Projects (Completed ) Project Number:001 Project Name: Owner: 1-595 to Turnpike Northbound Ramp -T7 Ramp Florida Department of Transportation Contractor: Contact: Address: Phone: Fax: Maytin Engineering Corp. Roly Maytin,PE 13900 NW 112"Ave Hialeah Gardens,FL 33018 305-827-4545 305-827-4547 Completed: Contract Amount: Contract Scope: ■Excavation ■Embankment March 2014 $495,000 ■Limerock (Finish Grade) ■Solid Pipe (Various Diameters) ■Drainage Structure ■Asphalt o Traffic Level D (PG 76-22) o FC-9.5 3500 CY 18,000 CY 12,000 SY 750 LF 10 EA 420 TN 80 TN Project Number:002 Project Name: Owner: Phase VI-Storm Water Improvements Village of El Portal Contractor: Contact: Address: Phone: Fax: Horizon Contractors,Inc. Xavier Salvat,PE 8175 West 32"Ave-Suite 2 Hialeah,FL 33018 305-828-2050 305-820-0905 Completed: Contract Amount: Contract Scope: ■Solid Pipe (Various Diameters) April 2014 $35,000 ■Drainage Structure ■Asphalt o Traffic Level C 190 LF 2 EA 40 TN Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC 35 Project Number:003 Project Name: Owner: T6207 -SR-5 -Overseas Highway (MM 93-97) Village of El Portal Contractor: Contact: Address: Phone: Fax: Horizon Contractors,Inc. Xavier Salvat,PE 8175 West 32"Ave -Suite 2 Hialeah,FL 33018 305-828-2050 305-820-0905 Completed: Contract Amount: May 2014 $29,000 Contract Scope: ■Finish Grade 17,695 SY Project Number:004 Project Name: Owner: E6H34 -SR-5 -Overseas Highway (MM 85-84) Florida Department of Transportation Contractor: Contact: Address: Phone: Fax: Horizon Contractors,Inc. Xavier Salvat,PE 8175 West 327'Ave-Suite 2 Hialeah,FL 33018 305-828-2050 305-820-0905 Completed: Contract Amount: Contract Scope: ■Solid Pipe (Various Diameters) March 2015 $650,000 ■French Drain 24" ■Drainage Structures 1900 LF 680 LF 18 EA Project Number:005 Project Name: Owner: The Bond -Duct Bank 1080 Brickell Development Contractor: Contact: Address: Phone: Fax: ION Electric,LLC Jack Higgins 2001 N.Andrews Avenue Pompano Beach,FL 33069 954-434-7 432 954-857-6687 Completed: Contract Amount: Contract Scope: August 2014 $20,000 Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 •6"15 Way Primary Duct Bank 120 LF Project Number:006 Project Name: Owner: T6314-Marathon Key -SR-5 -Overseas Highway (MM 47-48) Florida Department of Transportation Contractor: Contact: Address: Phone: Fax: Horizon Contractors,Inc. Xavier Salvat,PE 8175 West 327'Ave -Suite 2 Hialeah,FL 33018 305-828-2050 305-820-0905 Completed: Contract Amount: Contract Scope: February 2015 $377,000 •Excavation 839 CY •Embankment 2,946 CY •Limerock (Finish Grade)6,749 SY •Rip Rap 150 CY •Grading 13,786 SY Project Number:007 Project Name: Owner: E6I00 -SE 26Rd Florida Department of Transportation Contractor: Contact: Address: Phone: Fax: The Stout Group,LLC (Prime) Joey Sanchez,PE 10850 NW 138 Street -Bay 3 Hialeah Gardens,FL 33018 305-216-8406 305-397-2311 Completed: Contract Amount: Contract Scope: •Sidewalk •Asphalt o Traffic Level C -12.5 o FC-9.5 (PG76-22)(ARB) March 2015 $95,480 159 SY 42 TN 30 TN Project Number:008 Project Name: Owner: T6333 -NW 74"Street and 72'Ave Intersection Florida Department of Transportation Contractor: Contact: The Stout Group,LLC (Prime) Joey Sanchez,PE D ocusign Envelope ID :7A 5F F 12-51E 8-4 2F9-B349-1E 092E85FC 35 Address: Phone: Fax: 10850 NW 138 Street-Bay 3 Hialeah Gardens,FL 33018 305-216-8406 305-397-2311 Completed: Contract Amount: Contract Scope: •Sidewalk April 2015 $154,744 •Curb and Gutter •Asphalt o FC-9.5 (PG76-22)(ARB) 80 SY 123 LF 153 TN Project Number:009 Project Name: Owner: PAMM Footing Installation Perez Art Museum Miami (PAMM) Contractor: Contact: Address: Phone: Fax: The Stout Group,LLC (Prime) Joey Sanchez,PE 10850 NW 138"Street -Bay 3 Hialeah Gardens,FL 33018 305-216-8406 305-397-2311 Completed: Contract Amount: Contract Scope: •Class I-Structural Concrete January 2015 $29,200 so CY Project Number:010 Project Name: Owner: Building 6-Asphalt Improvements Broward Community College Contractor: Contact: Address: Phone: Fax: Thornton Construction Company Frank Gunn 4300 Biscayne Blvd #207 Miami,FL 33137 305-649-1995 305-649-1295 Completed: Contract Amount: Contract Scope: •Asphalt January 2015 $237,750 o Traffic Level C-9.6 60 TN Docusign Envelope ID:7 A5FF 12D-51E8-42F9-B349-1E092E85FC35 Project Number:012 Project Name: Owner: T4386-SRAlA /Ocean Drive Florida Department of Transportation Contractor: Contact: Address: Phone: Fax: ION Electric Jack Higgins 2001 N.Andrews Avenue Pompano Beach,FL 33069 954-434-7432 954-857-6687 Completed: Contract Amount: Contract Scope: •Structural Concrete (Pile Caps) July 2015 $51,200 40 CY Project Number:013 Project Name: Owner: E6J26 -RO -Districtwide Asphalt Maintenance Florida Department of Transportation Contractor: Contact: Address: Phone: Fax: The Stout Group,LLC (Prime) Joey Sanchez,PE 10850 NW 138 Street-Bay 3 Hialeah Gardens,FL 33018 305-216-8406 305-397-2311 Completed: Contract Amount: Contract Scope: •Asphalt o FC-12.5 (PG76-22) December 2015 $250,000 625 TN Project Number:014 Project Name: Owner: Saxony Beach Walk The Saxony Development Contractor: Contact: Address: Phone: Fax: ValleyCrest Landscape Development Ariel Caballero 4155 East Mowry Drive Homestead,FL 33033 305-258-8011 305-258-0809 Completed: Contract Amount: August 2015 $295,000 Contract Scope: •Demolition •Limerock (Finish Grade) 1 LS 2,722 SY Docusign Envelope ID:7A5FF 12O-51E8-4 2F9-B34 9-1E092E85FC35 Project Number:015 Project Name: Owner: Contractor: Contact: Address: Phone: Fax: Completed: Contract Amount: T6393 -Krome Ave (450+00 -499+00) Florida Department of Transportation Horizon Contractors,Inc. Xavier Salvat,PE 8175 West 32'Ave Hialeah,FL 33018 305-345-7816 305-820-0905 Scheduled for December 2016 $2,655,311 Contract Scope: •Clearing and Grubbing •Regular Excavation •Subsoil Excavation •Embankment •Prepared Soil Layer •Optional Base,Base Group 02 •Optional Base,Base Group 10 1 3,805 52,475 133,077 60,978 7,622 26,133 LS CY CY CY SY SY SY Project Number:016 Project Name: Owner: Contractor: Contact: Address: Phone: Fax: Completed: Contract Amount: Opalocka Airport Interior Service Road Miami Dade Airport Department Horizon Contractors,Inc. Xavier Salvat,PE 8175 West 32 Ave Hialeah,FL 33018 305-345-7816 305-820-0905 January 2016 $960,555 Contract Scope: •Clearing and Grubbing 17 ACRE •Demolition of Bituminous Pavement 1,600 SY •On-Site Excavation 30,500 CY •Proof Rolling 34,700 SY •12"Thick Stabilization Subgrade 29,471 SY •9"Thick Limerock Base Course 33,300 SY •24"RCP Class V (Cross Drain)430 LF •24"Mitered End Section 14 EA •Swale Grading 48,000 SY •Canal Bank Stabilization 3,000 SY Docusign Envelope ID:7A5FF 120-51E8-4 2F9-B34 9-1E092E85FC35 Project Number:017 Proje ct Na m e : O w ner: Con tracto r: Contact: A d dress: Pho ne: Com pleted: Contract Am o unt: Tam iam i Canal Bridge Replacem ent M iam i Dade County Public W orks and W aste M anagem ent Archer W estern Dhaval Gandhi 320 1 NW 24 Street Road M iam i,FL 33142 786-804-6252 Schedu led to Com plete February 2018 $932,749 Contract Scope: •F&I PERM A N ENT SA M PLE PO IN TS •CO N N ECT TO EXISTIN G W M (20.0 -4 9.9") ■A RV ASSEM BLI ES •F&I PO LYETHYLEN E EN CASEM ENT •F&I TA PPIN G SLEEV E (20.0-49.9") •S&D FIR E HYD RA NT ASSSEM BLI ES •S&D DIP (6 -7.9")VA LV E &FITT IN GS •S&D DIP (8 -9 .9")VA LV E &FITT IN GS •FU R IN SH DIP (20 -49.9")&FITT IN G S •FU R N ISH M J RSGV (20.0 -49.9") •IN STA LL FIR E HYDRA NT ASSEM BLI ES ■IN STA LL DIP (6 -7 .9")VA LVE &FITT IN G S •IN STA LL D IP (8 -9 .9")VA LVE &FITT IN G S •IN STA LL D IP (20 -4 9.9")&FITT IN G S •IN STA LL M J RSG V (20.0 -4 9.9 ") •IN LETS (C U RB)(TY PE P-1)<10 ' •IN LETS (CU R B)(TY PE P-5)<10 ' •IN LETS (C U R B)(TY PE P-5)>10 ' •IN LETS (C U R B)(TY PE F)<10' •M A N H O LES (TY PE P-7)(PA RTIA L) •M A N HO LES,P-8,<10 ' •M A N HO LES,P-8,>10 ' •M A N H O LES,J-8,<10 ' •M A N H O LES,J-8,>10 ' •AD JU ST M A N H O LE •AD JU ST M A N H O LE (U TILI TIES) ■AD JU ST VA LVE BO X (M D C O N LY) •PIP E CU LV ERT -18 " ■PIP E CU LV ER T -24 " •PIPE CU LVER T -24"(ELLI PTICA L\OTHER ) 2.0 EA 1.0 EA 2.0 EA 200.0 LF 1.0 EA 2.0 EA 70.0 LF 120.0 LF 200.0 LF 1.0 EA 2.0 EA 70.0 LF 120.0 LF 200.0 LF 1.0 EA 1.0 EA 3.0 EA 3.0 EA 4.0 EA 4.0 EA 1.0 EA 3.0 EA 1.0 EA 1.0 EA 4.0 EA 3.0 EA 9.0 EA 364.0 LF 216.0 LF 19.0 LF Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 ■FRENCH DRAIN 24" •REMOVAL OF EXISTING PAVEMENT ■REGULAR EXCAVATION •SUBSOIL EXCAVATION •CHANNEL EXCAVATION •EMBANKMENT •REINFORCEMENT GRID •TYPE "B"STABILIZATION (12"THICK) •OPTIONAL BASE,BASE GROUP 06 ■TURNOUT CONSTRUCTION •SP ASPHALTIC CONCRETE (TRAFFIC C) 647.0 100.0 1,100.0 3,597.0 4,408.0 7,026.5 2,083.0 6,419.0 6,484.0 440.0 17.4 LF SY CY CY CY CY SY SY SY SY TN Project Number:018 Project Name: Owner: Contractor: Contact: Address: Phone: Fax: Completed: Contract Amount: T6396 -Krome Ave (54+21-109+00) Florida Department of Transportation Horizon Contractors,Inc. Xavier Salvat,PE 8175 West 327"Ave Hialeah,FL 33018 305-345-7816 305-820-0905 Scheduled for December 2016 $3,489,368 Contract Scope: •Clearing and Grubbing •Regular Excavation •Subsoil Excavation •Embankment •Type B Stabilization •Prepared Soil Layer •Optional Base,Base Group 02 •Optional Base,Base Group 10 1 LS 3,837 CY 73,025 CY 174,449 CY 54,596 SY 69,630 SY 9,131 SY 30,018 SY Project Number:019 Project Name: Owner: Owner: Contact: Address: Phone: Fax: Completed: Miscellaneous Drainage Repairs Interstate Screw Corp. Interstate Screw Corp. Dominick Menendez 475 West 18 Street Hialeah,FL 33010 305-888-8700 305-888-7081 Scheduled for December 2016 D ocusign Envelope ID :7A 5FF 12D -51E 8-4 2F9-34 9-1E 092E85FC 35 Contract Amount:$4,375.00 Contract Scope: •Miscellaneous Drainage Repairs 1 LS Project Number:020 Project Name: Owner: Shenandoah Middle School Renovation Miami Dade County Public Schools Contractor: Contact: Address: Phone: Fax: Thornton Construction Company,Inc. Dan Sheehy 4300 Biscayne Blvd Suite 207 Miami,FL 33137 305-649-1995 305-649-1295 Completed: Contract Amount: Contract Scope: •Limerock Base •Superpave -Traffic Level C-9.5 April 2016 $11,500.00 1 1 LS LS Project Number:021 Project Name: Owner: Emergency Asphalt Repair at the Downtown Mover (TPSS) Miami Dade Transit Contact: Address: Phone: Fax: Nury Perez 6601 NW 72"Ave Miami,FL 33166 305-884-7578 305-884-7538 Completed: Contract Amount: Contract Scope: •Asphalt Repair January 2016 $9,850.00 1 LS Project Number:023 Project Name: Owner: Drainage Improvements Project Multiple Sites Miami Dade County Public Works Department Contact: Address: Phone: Felipe Monteagudo 111NW 1"Street Suite 1410 Miami,FL 33128 305-323-8192 Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 Completed:Anticipated Completion June 2017 Contract Amount:$1,504,737.12 Contract Scope: ■BARRICADES 18600 ED ■ADVANCE WARNING ARROW PANEL 1050.0 ED ■Sediment Barrier 600.0 LF ■Inlet Protection System 91.0 EA ■CLEARING AND GRUBBING 1.0 LS ■RE-GRADE EXISTING SWALE 140.0 SY ■FLOWABLE FILL 28.0 CY ■BACKFILL EXISTING TRENCH WITH SELECT FILL 278.0 CY ■MILLING -1"Depth 4878.0 SY ■ROADWAY PAVEMENT RESTORATION 2524.0 SY ■INLET PAVEMENT 393.0 SY ■Hot Mix Asphalt,Traffic C,SP-9.5 555.0 TN ■Driveway Pavement-Asphalt 100.0 SY ■Driveway Pavement-Concrete 20.0 SY ■CLASS I CONCRETE 30.0 CY ■SWALE INLET TYPE D-3 (36"Dia.)37.0 EA ■SWALE INLET TYPE D-3 (36"X36")17.0 EA ■SWALE INLET TYPE D-1 (17"X 27")(<10'Deep)14.0 EA ■SWALE INLET TYPE P-10M 14.0 EA ■SWALE INLET TYPE J-10 1.0 EA ■POLLUTION RETARDANT BAFFLE 3.0 EA ■MANHOLE (Type P-7T)30.0 EA ■CORE AND TIE TO EXIST.DRAINAGE 9.0 EA ■MODIFY STRUCTURE-17.0 EA ■DESI LT PIPE (0 TO 48")1000.0 LF ■Desilting Drainage Structure 12.0 EA ■Pipe Culvert 15"Diameter (Round)1541.0 LF ■Pipe Culvert 18"Diameter (Round)410.0 LF ■French Drain (18"diameter pipe,10 ft bis)3445.0 LF ■French Drain (18"diameter pipe,15 ft bis)380.0 LF ■French Drain (18"diameter pipe,20 ft.BLS)550.0 LF ■CONCRETE SIDEWALK [4"THICK,]463.0 SY ■CONCRETE SIDEWALK (6"Thick)110.0 SY ■DETECTABLE SURFACE 94.0 SF ■RIP RAP (SAND CEMENT)17.0 CY ■SODDING-St Augustine 12520.0 SY ■REFLECTIVE PAVEMENT MARKERS 25.0 EA ■THERMOPLASTIC (White)(Solid)(12")54.0 LF ■THERMOPLASTIC (White)(Solid)(24")200.0 LF ■THERMOPLASTIC (Yellow)(Solid)(6")450.0 LF Docusign Envelope ID:7 A5FF 12D-51E8-42F9-B34 9-1E092E85FC35 Project Number:024 Project Name: Owner: Joseph Caleb Center New Parking Garage Miami Dade County Contractor: Contact: Address: Phone: Fax: ABC Construction,Inc. Jorge Gonzalez 7215 NW 7 Street Miami,FL 33126 305-663-0322 305-267-2403 Completed: Contract Amount: Contract Scope: •Milling Existing Asphalt (1"AVG) •Superpave -Traffic Level C-9.5 •Friction Course -Traffic Level C-9.5 April 2017 $196,514.26 7505 489 396 SY TN TN Project Number:025 Project Name: Owner: SR 953 -Lejeune Rd from Almeria Ave to Majorca Ave Florida Department of Transportation Contractor: Contact: Address: Phone: Fax: The Stout Group,LLC (Prime) Joey Sanchez,PE 10850 NW 138"Street-Bay 3 Hialeah Gardens,FL 33018 305-216-8406 305-397-2311 Completed: Contract Amount: Contract Scope: •MOBILIZATION April 2017 $1,155,672.82 •MAINTENANCE OF TRAFFIC •TRAFFIC CONTROL OFFICER •WORK ZONE SIGN •BARRIER WALL,TEMPORARY,F&I,CONCR ETE •CHANNELIZING DEVICE-TY PES I,II,DI,VP,DRUM,OR LCD •CHANNELIZING DEVICE,TYPE III,6' •ARROW BOARD/ADVANCE WARNING ARROW PANEL •TEMPORARY RETROREFLECTIVE PAVEMENT MARKER •PORTABLE CHANGEABLE MESSAGE SIGN,TEMPORARY •TEMPORARY SIGNALIZATION AND MAINTENANCE,INTERSECTION •TEMPORARY TRAFFIC DETECTION AND MAINTENANCE, INTER SECTION 1 LS 1 LS 456 MH 6650 ED 185 LF 5900 ED 570 ED 440 ED 194 EA 388 ED 180 ED 180 ED Docusign Envelope ID:7A5FF 12D0-51E8-42F9-B349-1E092E85FC35 •INLET PROTECTION SYSTEM 19 EA •LITTER REMOVAL 7.08 AC •MOWING 1.8 AC •MONITOR EXISTING STRUCTURES-INSPECTION AND SETTLEMENT MONITORING 1 LS •MONITOR EXISTING STRUCTURES-VIBRATION MONITORING 1 LS •CLEARING &GRUBBING 43349215201 1 LS •DELIVERY OF SALVAGEABLE MATERIAL TO FOOT 43349215201 1 LS •REGULAR EXCAVATION (3-R PROJECTS ONLY)43349215201 1 LS •TY PE B STABILIZATION 532 SY •PREPARED SOIL LAYER,FINISH SOIL LAYER,6"604 SY •OPTIONAL BASE,BASE GROUP 11 478 SY •MILLING EXIST ASPH PAVT,11/2"AVG DEPTH 4398 SY •SUPER PAVE ASPHALTIC CONC,TRAFFIC C 52.6 TN •ASPHALT CONCRETE FRICTION COURSE,TRAFFIC C,FC-12.5,PG 76- 22,ARB 402.4 TN •INLETS,CURB,TV PE 9,<10'2 EA •INLETS,GUTTER,TY PE S,<10'1 EA •MANHOL ES,P-7,<10'1 EA •MANHOLE,ADJUST 10 EA •PIPE CULVERT,OPTIONAL MATERIAL,ROUND,18"SD 49 LF •FRENCH DRAIN,24"120 LF •CONCR ETE CURB &GUTTER,TY PE F 880 LF •CONCRET E CURB,TY PED 616 LF •CONCRETE SIDEWALK AND DRIVEWAYS,4"THICK 395 SY •CONCR ETE SIDEWALK AND DRIVEWAYS,6"THICK 36 SY •DET ECTABLE WARNINGS 116 SF •PERFORMANCE TURF,SOD 427 SY •IRRIGATION SYSTEM REPAIRS 43349215201 1 LS •PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID,6"0.324 GM •PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOL ID FOR INTERCHANGE AND URBAN ISLA ND,8"0.077 GM •PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID FO R CROSSWALK AND ROUNDABOUT,12"540 LF •PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID FO R DIAGONAL OR CHEVRON,18"187 LF •PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID FO R STOP LINE OR CROSSWALK,24"190 LF •PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SKIP,10 -30 OR 3-9 SKIP,6"WIDE 0.015 GM •PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,2-4 DOTTED GUIDELINE/6-10 DOTTED EXTENSION,6"0.013 GM •PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,MESSAGE OR SYMBOL 10 EA •PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,ARROWS 27 EA •PAINTED PAVEMENT MARKINGS,STANDARD,YELLOW,SOLID,6"0.585 GM •PAINTED PAVEMENT MARKINGS,STANDARD,YELLOW,SOLID FOR DIAGONAL OR CHEVRON,18"28 LF Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 ■PAINTED PAVEMENT MARKINGS,STANDARD,YELLOW,2-4 DOTTED GUIDELINE/6-10 DOTTED EXTENSION,6"0.026 GM ■SINGLE POST SIGN,F&I GROUND MOUNT,UP TO 12 SF 18 AS ■SINGLE POST SIGN,RELOCATE 1 AS ■SINGLE POST SIGN,REMOVE 11 AS ■SIGN PANEL,RELOCATE,UP TO 12 SF 8 EA ■DELINEATOR,FLEXIBLE HIGH PERFORMANCE 48"15 EA ■PAINTED PAVEMENT MARKINGS,STANDARD,YELLOW,ISLAND NOSE 38 SF ■PAINTED PAVEMENT MARKINGS,FINAL SURFACE 43349215201 1 LS ■THER MOPLASTIC,STANDARD,WHITE,SOLID,12"FOR CROSSWALK AND ROUNDABOUT 540 LF ■THER MOPLASTIC,STANDARD,WHITE,SOLID,18"FOR DIAGONALS AND CHEVRONS 187 LF ■THERMOPLASTIC,STANDARD,WHITE,SOLID,24"FOR STOP LINE AND CROSSWALK 190 LF ■THERMOPLASTIC,STANDARD,WHITE,2-4 DOTTED GUIDELINE/6-10 GAP EXTENSION,6"0.013 GM ■THERMOPLASTIC,STANDARD,WHITE,MESSAGE OR SYMBOL 3 EA ■THER MOPLASTIC,STANDARD,WHITE,ARROW 22 EA ■THERMOPLASTIC,STANDARD,YELLOW,SOLID,18"FOR DIAGONAL OR CHEVRON 28 LF ■THER MOPLASTIC,STANDARD,YELLOW,2-4 DOTTED GUIDE LINE /6- 10 DOTTED EXTENSION LINE,6"0.026 GM ■THERMOPLASTIC,PREFORMED,WHITE,MESSAGE 7 EA ■THER MOPLASTIC,PREFORMED,WHITE,ARROWS 5 EA ■THERMOPLA STIC,STANDARD-OTHER SURFACES,WHITE,SOL ID,6"0.324 GM ■THERMOPLASTIC,STANDARD-OTHER SURFACES,WHITE,SOLID,8"0.077 GM ■THERMOPLASTIC,OTHER SURFACES,WHITE,SKIP,6",10-30 SKIP OR 3-9 LANE DROP 0.015 GM ■THERMOPLA STIC,STANDARD-OTHER SURFACES,YELLOW,SOLID,6"0.585 GM ■THERMOPLASTIC,REMOVE EXISTING THERMOPLASTIC PAVEMENT MARKINGS 20 SF ■CONDUIT,FURNISH &INSTALL,OPEN TRENCH 458 LF ■CONDUIT,FURNISH &INSTALL,DIRECTIONAL BORE 354 LF ■PULL &SPLICE BOX,F&I,13"x 24"COVER SIZE 12 EA ■LIGHTING CONDUCTORS,F&I,INSULATED,NO.10 OR<646 LF ■LIGHTING CONDUCTORS,F&I,INSULATED,NO.8-6 4765 LF ■LIGHTING CONDUCTORS,REMOVE &DISPOSE,CONTRACTOR OWNS 6914 LF ■LUMINAIRE,RELOCATE 30 EA ■LUMINAIRE,REMOVE 60 EA •POLE CABLE DISTRIBUTION SYSTEM,CONVENTIONAL 4 EA ■CONDUIT,FURNISH &INSTALL,DIRECTIONAL BORE 1178 LF ■SIGNAL CABLE-NEW OR RECONSTRUCTED INTERSECTION,FURNISH &INSTALL 1 Pl ■SIGNAL CABLE,REMOVE-INTERSECTION 1 Pl •PULL &SPLICE BOX,F&I,13"x 24"COVER SIZE 31 EA Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 •ELECTRICAL POWER SERVICE,F&I,UNDERGROUND,METER PURCHASED BY CONTRACTOR 1 AS •ELECTRICAL POWER SERVICE,REMOVE UNDERGROUND 1 AS •ELECTRICAL SERVICE WIRE,REMOVE 195 LF •PRESTRESSED CONCRETE POLE,F&I,TYPE P-II SERVICE POLE 1 EA •PRESTRESSED CONCRETE POL E,COMPLET E POL E REMOVAL- PEDESTAL/SERVICE POL E 1 EA •ALUMINUM SIGNALS POL E,PEDESTAL 4 EA •ALUMINUM SIGNALS POL E,REMOVE 2 EA •STEEL MAST ARM,F&I,WIND SPEED-150,SINGLE ARM,W/0 LU MINAIRE-36 2 EA •MAST ARM,F&I,WIND SPEED-150,SINGLE ARM,W/0 LUMINAIRE-46 2 EA •MAST ARM,REMOVE SHALLOW FOUNDATION,BOLT ON ATT ACHMENT 4 EA •TRAFFIC SIGNAL,FURNISH &INSTALL ALUMINUM,3 SECTION,1 WAY 3 AS •TRAFFI C SIGNAL,FURNISH &INSTALL ALUMINUM,5 SECTION STRAIGHT,1 WAY 5 AS •PEDESTRIAN SIGNAL,FURNISH &INSTALL LED COUNTD OWN,1 WAY 4 AS •PEDESTRIAN SIGNAL,FURNISH &INSTALL LED COUNTDOWN,2 WAYS 2 AS •LOOP DETECTOR INDUCTIVE,F&I,TY PE 9 6 EA •LOOP ASSEMBLY-F&I,TY PE A 8 AS •PEDESTRIAN DETE CTOR,FURNISH &INSTALL,STANDARD 4 EA •TRAFFIC CONTROLLER ASSEMBLY,F&I,170 1 AS •TRAFFIC CONTROL LER ASSEMBLY,REMOVE CONTROL LER WITH CABINET 1 AS •SYSTEM AUXILIARIES,F&I,MODEM 1 EA •INTERNALLY ILLUMINATED SIGN,FURNISH &INSTALL OVER HEAD MOUNT,UP TO 12 SF 4 EA •LANDSCAPE COMPLET E-SMALL PLANTS 43349215201 1 LS •LANDSCAPE COMPLETE-LARGE PLANTS 43349215201 1 LS •VALVE BOXES,ADJUST 7 EA Project Number:026 Project Name: Owner: Contractor: Contact: Address: Phone: Fax: Completed: Miami Dade Countywide Drainage Pushbutton Florida Department of Transportation The Stout Group,LLC (Prime) Joey Sanchez,PE 10850 NW 138 Street-Bay 3 Hialeah Gardens,FL 33018 305-216-8406 305-397-2311 December 2018 Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 Contract Amount:$848,713.00 Contract Scope: •COMMERCIAL MATERIAL FOR TEMPORARY DRIVEWAY MAINTENANCE 50 CY •TRAFFIC CONTROL OFFICER •WORK ZONE SIGN •BUSINESS SIGN 20 EA 300 MH 5000 ED •BARRIER WALL,TEMPORARY,F&I,CONCRETE 500 LF •BARRIER WALL,TEMPORARY,F&I,TYPE K 500 LF •CHANNELIZING DEVICE-TYPES I,II,DI,VP,DRUM,OR LCD 6000 ED •CHANNELIZING DEVICE,TYPE 111,6'1025 ED •CHANNELIZING DEVICE-PEDESTRIAN LCD (LONGITUDINAL CHANNELIZING DEVICE)50 ED •ARROW BOARD/ADVANCE WARNING ARROW PANEL 275 ED •TEMPORARY RETROREFLECTIVE PAVEMENT MARKER 50 EA •TEMPORARY CRASH CUSHION,REDIRECTIVE OPTION 5 LO •PORTABLE CHANGEABLE MESSAGE SIGN,TEMPORARY 100 ED •PAVEMENT MARKING REMOVABLE TAPE,WHITE OR BLACK,SOLID 1163 LF •PAVEMENT MARKING REMOVABLE TAPE,YELLOW,SOLID 1513 LF •SEDIMENT BARRIER 400 LF •FLOATING TURBIDITY BARRIER 250 LF •INLET PROTECTION SYSTEM 40 EA •LITTER REMOVAL 1 AC •MOWING 1 AC •REMOVAL OF EXISTING CONCRETE PAVEMENT 200 SY •REGULAR EXCAVATION 300 CY •BORROW EXCAVATION,TRUCK MEASURE 600 CY •LATERAL DITCH EXCAVATION 350 CY •SUBSOIL EXCAVATION 200 CY •EMBANKMENT 600 CY •FLOWABLE FILL 100 CY •EXCAVATION FOR STRUCTURES Excavation for Structures and Pipes 200 CY •TYPE B STABILIZATION 150 SY •OPTIONAL BASE,BASE GROUP 04 10 SY •OPTIONAL BASE,BASE GROUP 09 1500 SY •OPTIONAL BASE,BASE GROUP 11 1500 SY •OPTIONAL BASE,BASE GROUP 13 250 SY •MILLING EXIST ASPH PAVT,1 AVG DEPTH 4000 SY •MILLING EXIST ASPH PAVT,1 1/2 AVG DEPTH 300 SY •MILLING EXIST ASPH PAVT,1 3/4 AVG DEPTH 300 SY •SUPERPAVE ASPHALTIC CONC,TRAFFIC C 150 TN •SUPERPAVE ASPHALTIC CONC,TRAFFIC D 20 TN Docusign Envelope ID:7A5FF 12-51E8-42F9-B349-1E092E85FC35 •SUPERPAVE ASPH CONC,TRAFFIC C,PG76-22,PMA 60 TN •ASPHALT CONCRETE FRICTION COURSE,FC-5,PG 76-22,ARB 40 TN •ASPHALT CONCRETE FRICTION COURSE,TRAFFIC C,FC-9.5,PG 76-22,PMA 1 TN •ASPHALT CONCRETE FRICTION COURSE,TRAFFIC C,FC-12.5,PG 76-22,PMA 5 TN •ASPHALT CONCRETE FRICTION COURSE,TRAFFIC D,FC-12.5,PG 76-22,PMA 5 TN •ASPHALT CONCRETE FRICTION COURSE,TRAFFIC B,FC-9.5,PG 76-22,ARB 160 TN •ASPHALT CONCRETE FRICTION COURSE,TRAFFIC B,FC-12.5,PG 76-22,ARB 40 TN •ASPHALT CONCRETE FRICTION COURSE,TRAFFIC C,FC-9.5,PG 76-22,ARB 160 TN •ASPHALT CONCRETE FRICTION COURSE,TRAFFIC C,FC-12.5,PG 76-22,ARB 20 TN •MISCELLANEOUS ASPHALT PAVEMENT 20 TN •CONCRETE CLASS II,CULVERTS 50 CY •CONCRETE CLASS IV,CULVERTS 30 CY •CONC CLASS IV,RETAINING WALLS 30 CY •REINFORCING STEEL-RETAINING WALL 350 LB •REINFORCING STEEL-MISCELLANEOUS 1000 LB •INLETS,CURB,TYPE P-1,<10'2 EA •INLETS,CURB,TYPE P-5,<10'6 EA •INLETS,CURB,TYPE P-5,>10'2 EA •INLETS,CURB,TYPE P-5,PARTIAL 2 EA •INLETS,CURB,TYPE P-5,MODIFY 2 EA •INLETS,CURB,TYPE P-6,<10'6 EA •INLETS,CURB,TYPE P-6,>10'1 EA •INLETS,CURB,TYPE P-6,PARTIAL 2 EA •INLETS,CURB,TVPE P-6,MODIFY 2 EA •INLETS,CURB,TYPE J-5,<10'2 EA •INLETS,CURB,TYPE J-5,>10'1 EA •INLETS,CURB,TYPE J-6,<10'2 EA •INLETS,CURB,TYPE J-6,>10'2 EA •INLETS,DT BOT,TYPE C,<1O'1 EA •INLETS,DT BOT,TYPE C,JOT,<10'2 EA •INLETS,DT BOT,TYPE C,JBOT,>10'1 EA •INLETS,DT BOT,TYPED,<10'4 EA •INLETS,DT BOT,TYPE D,>10'2 EA •INLETS,DITCH BOTTOM,TYPE F,PARTIAL 2 EA •INLETS,DITCH BOTTOM,TYPE G,<10'2 EA •INLETS,DITCH BOTTOM,TYPE G,>10'1 EA •INLETS,DITCH BOTTOM,TYPE G,J BOT,<10'2 EA Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 ■INLETS,DITCH BOTTOM,TYPE G,J BOT,>10' ■INLETS,GUTTER,TYPE V,<10' ■INLETS,GUTTER,TYPE V,>10' ■INLETS,GUTTER,TYPE V,J BOT,<10' ■INLETS,GUTTER,TYPE V,J BOTTOM,>10' ■MANHOLES,P-7,<10' ■MANHOLES,P-7,>10' ■MANHOLES,P-7,PARTIAL ■MANHOLES,J-7,<10' ■MANHOLES,J-7,>10' ■MANHOLES,J-7,PARTIAL ■INLETS,ADJUST ■MANHOLE,ADJUST ■VALVE BOXES,ADJUST ■DRAINAGE STRUCTURES,MISCELLANEOUS,ADJUST ■REPLACE GRATE 1 4 2 2 2 2 4 2 4 2 2 10 10 5 5 10 EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA ■DESILTING PIPE,0-24 Desilt in the Wet 273 LF ■DESILTING PIPE,25-36 Desilt in Dry Condition 750 LF ■DESILTING PIPE,37-48 Desilt in Dry Condition 400 LF ■DESILTING PIPE,49 -60 Desilt in the W et 159 LF ■DESILTING PIPE,61 OR GREATER Desilt in the Wet 400 LF ■PIPE CULVERT,OPTIONAL MATERIAL,ROUND,lSS/CD 100 LF ■PIPE CULVERT,OPTIONAL MATERIAL,ROUND,18S/CD 500 LF ■PIPE CULVERT,OPTIONAL MATERIAL,ROUND,24S/CD 200 LF ■PIPE CULVERT,OPT MATERIAL,ROUND,30S/CD 200 LF ■PIPE CULVERT,OPT MATERIAL,ROUND,36S/CD 200 LF ■PIPE CULVERT,OPT MATERIAL,ROUND,42S/CD 100 LF ■PIPE CULVERT,OPT MATERIAL,ROUND,48S/CD 100 LF ■PIPE CULVERT,OPT MATERIAL,ROUND,54S/CD 100 LF ■PIPE CULVERT,OPT MATERIAL,ROUND,60S/CD 100 LF ■PIPE CULVERT,OPTIONAL MATERIAL,OTHER-ELIP/ARCH,lSS/CD 50 LF ■PIPE CULVERT,OPTIONAL MATERIAL,OTHER-ELIP/ARCH,18S/CD SO LF ■PIPE CULVERT,OPTIONAL MATERIAL,OTHER SHAPE-ELIP/ARCH,24S/CD 50 LF ■U-ENDWALL,STD 261,1:4 SLOPE,18PIPE ■PIPE FILLING AND PLUGGING-PLACE OUT OF SERVICE ■TRENCH DRAIN,STANDARD ■FRENCH DRAIN,24 ■FRENCH DRAIN,36 ■PIPE HANDRAIL -GUIDERAIL,STEEL ■PIPE HANDRAIL -GUIDERAIL,ALUMINUM ■CONCRETE CURB &GUTTER,TYPE F 4 EA 20 CY 150 LF 400 LF 100 LF 150 LF 150 LF 600 LF Docusign Envelope ID:7 A5FF 12D-51E8-42F9-B349-1E092E85FC35 ■CONCRETE CURB,TYPE D 100 LF ■VALLEY GUTTER-CONCRETE 100 LF ■SHOULDER CONCRETE BARRIER WALL,RIGID RETAINING 20 LF ■CONCRETE SIDEWALK AND DRIVEWAYS,4 THICK 150 SY ■CONCRETE SIDEWALK AND DRIVEWAYS,6 THICK so SY ■CONCRETE DITCH PAVEMENT,NON REINFORCED,4 10 SY ■CONCRETE DITCH PAVEMENT,4,REINFORCED 50 SY ■PAVERS,ARCHITECTURAL,SIDEWALK 150 SY ■DETECTABLE WARNINGS 8 SF ■GUARDRAIL-ROADWAY 100 LF ■SPECIAL GUARDRAIL POST 5 EA ■GUARDRAIL REMOVAL 100 LF ■FENCING,TYPE B,5.1-6.0',STANDARD 200 LF ■FENCING,TYPE B,5.1-6.0,RESET EXISTING 50 LF ■PERFORMANCE TURF 1000 SY ■PERFORMANCE TURF,SOD 1000 SY ■SINGLE POST SIGN,RELOCATE 5 AS ■SINGLE POST SIGN,REMOVE 5 AS ■MULTI-POST SIGN,F&I GROUND MOUNT,RELOCATE 5 AS ■MULTI-POST SIGN,REMOVE 5 AS ■OBJECT MARKER,TYPE 1 TWO#04 5 EA ■RETRO-REFLECTIVE PAVEMENT MARKERS 100 EA ■PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID,6 0.1 GM ■PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID FOR INTERCHANGE AND URBAN ISLAND,8 0.1 GM ■PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID FOR CROSSWALK AND ROUNDABOUT,12 400 LF ■PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID FOR DIAGONAL OR CHEVRON,18 600 LF ■PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID FOR STOP LINE OR CROSSWALK,24 100 LF ■PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SKIP,10-30 OR 3-9 SKIP,6 WIDE 0.1 GM ■PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,2-4 DOTTED GUIDELINE/6-10 DOTTED EXTENSION,6 0.2 GM ■PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,MESSAGE OR SYMBOL 2 EA ■PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,ARROWS 5 EA ■PAINTED PAVEMENT MARKINGS,STANDARD,YELLOW,SOLID,6 0.1 GM ■PAINTED PAVEMENT MARKINGS,STANDARD,YELLOW,SOLID FOR DIAGONAL OR CHEVRON,18 20 LF Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 •PAINTED PAVEMENT MARKINGS,STANDARD,BLUE,SOLID FOR PARKING LOT-ACCESSIBLE MARKINGS,6 SO LF •THERMOPLASTIC,STANDARD,WHITE,SOLID,12 FOR CROSSWALK AND ROUNDABOUT 600 LF •THERMOPLASTIC,STANDARD,WHITE,SOLID,18 FOR DIAGONALS AND CHEVRONS 400 LF •THERMOPLASTIC,STANDARD,WHITE,SOLID,24 FOR STOP LINE AND CROSSWALK SO LF •THERMOPLASTIC,STANDARD,WHITE,2-4 DOTTED GUIDELINE/6-10 GAP EXTENSION,6 0.1 GM •THERMOPLASTIC,STANDARD,WHITE,MESSAGE OR SYMBOL S EA •THERMOPLASTIC,STANDARD,WHITE,ARROW S EA •THERMOPLASTIC,STANDARD,YELLOW,SOLID,18 FOR DIAGONAL OR CHEVRON 100 LF •THERMOPLASTIC,STANDARD,BLUE,SOLID,6 100 LF •THERMOPLASTIC,STANDARD-OPEN GRADED ASPHALT SURFACES,WHITE, SOLID,8 0.1 GM •THERMOPLASTIC,STANDARD-OPEN GRADED ASPHALT SURFACES YELLOW, SOLID,8 0.1 GM •THERMOPLASTIC,OTHER SURFACES,WHITE,SKIP,6,10-30 SKIP OR 3-9 LANE DROP 0.1 GM •THERMOPLASTIC,REMOVE EXISTING THERMOPLASTIC PAVEMENT MARKINGS SO SF •LIGHT POLE COMPLETE,REMOVE S EA •LUMINAIRE,REMOVE S EA •CONDUIT,FURNISH &INSTALL,OPEN TRENCH 100 LF •CONDUIT,FURNISH &INSTALL,DIRECTIONAL BORE SO LF •PULL &SPLICE BOX,F&I,13x24 COVER SIZE S EA •ALUMINUM SIGNALS POLE,PEDESTAL S EA •ALUMINUM SIGNALS POLE,REMOVE 2 EA •PEDESTRIAN SIGNAL,FURNISH &INSTALL LED COUNTDOWN,1 WAY S AS •PEDESTRIAN SIGNAL,FURNISH &INSTALL LED COUNTDOWN,2 WAYS S AS S EA S AS •LO OP DETECTOR INDUCTIVE,F&I,TYPE 9 •LOOP ASSEMBLY-F&I,TYPE A •PEDESTRIAN DETECTOR,FURNISH &INSTALL,STANDARD •TRAFFIC CONTROLLER ASSEMBLY,MODIFY 10 1 EA AS Project Number:027 Project Name: Owner: Bay Shore One Project-1100 100""Street -Bay Harbor Island,FL Thornton Construction Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 Contractor: Contact: Address: Phone: Fax: Thorn ton Construction Anthony Pasqualone 4300 Biscayne Blvd -Suite 207 M iam i,FL 33137 305-649-1995 305-649-1295 Com pleted: Contract Am ount: Contract Scope: •M OBILI ZATION Decem ber 2016 $34,841.25 •SITE CLEARING &GRUBBING •SILT FENCE •SUBSOIL EXCAVATION •EA RTH RA M P •LIM ER O CK BASE 1 LS 0.45 ACRE 560 LF 1185 CY 1 LS 1 LS Project Number:028 Project Nam e: O w ner: CT A -Relocation of Onsite Utilities and Drainage Port of M iam i Contractor: Contact: Address: Phone: Fax: Central Florida Equipm ent Rentals,Inc.{Prim e) Ana Depriest 9030 NW 97h Terrace M edley,FL 33178 305-345-9039 305-887-7804 Com pleted: Contract Am ount: Contract Scope: •UTILI TIES •M OBILI ZATION •12 DIP W ATER M A IN {L&E) •6 DIP W ATER M A IN {L&E) •FIRE HYDRA NT w/6 GV &4 BOLLA RDS{L&E) •12 BENDS {L&E) •12 x 6 TEES (L&E) •12 G ATE VALVES June 2017 $1,413,688.89 •SANITARY SEW ER MA NHOLE •SA NITARY SEW ER CAPS •ASPHA LT DEM O /RESTO RATIO N •DRA INAGE •M OBILI ZATION •CURB INLET TY PE 5,6 1 1 1 1 1 1 1 1 1 1 1 1 LS LS LS LS LS LS LS LS LS LS LS LS Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 •MEDIAN BARRIER INLET,TYPE 3 1 LS •CATCH BASIN 1 LS •DRAINAGE MANHOLE 1 LS •ADJUST MANHOLES 1 LS •PIPE CULVERT OPTIONAL MATERIAL,18 1 LS •PIPE CULVERT OPTIONAL MATERIAL,24 1 LS •FRENCH DRAIN,24 1 LS •SPECIAL STRUCTURE,TWO CHAMBERED (6'x9.5'x9.5')1 LS •ASPHALT DEMO/RESTORATION 1 LS Project Number:029 Project Name: Owner: Kendall Town Center (SW 96"Street and SW 157Ave) Howard Hughes Corp. Contractor: Contact: Address: Phone: Brightview Landscape Development Ariel Caballero 4155 East Mowry Dr. Homestead,FL 33033 305-986-2249 Completed: Contract Amount: Contract Scope: •MOBILIZATION February 2017 $107,422.20 •CLEARING AND GRUBBING •SURVEYING •EXCAVATION (4 AVERAGE DEPTH) •STABILIZED SUBGRADE •SOD GRADING (S'EACH SIDE OF SIDEWALK) •CONC.SIDEWALK (4 THK w/6X6 W2.9/W2.9 WWM) •BENCH PADS (5'x 8') •SIDEWALK RAMP •GRADING 1.00 LS 1.00 LS 1.00 LS 215.00 CY 1250.00 SY 2084.00 SY 1250.00 SY 4.00 EA 1.00 LS 1.00 LS Project Number:030 Project Name: Owner: Ballpark of the Palm Beaches Palm Beach County Contractor: Contact: Address: Phone: Brightview Landscape Development Ariel Caballero 4155 East Mowry Dr. Homestead,FL 33033 305-986-2249 Completed:January 2017 Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 Contract Amount:$214,397.29 Contract Scope: •4in THICK SIDEWALK w/WELDED WIRE MESH •LOADING DOCK (2 DOCKS -6500 SF TOTAL) •FLUSH REINFORCED HEADER CURB •BATTING CAGE TUNNEL SLAB •PUMP RENTAL-2 DAILY RATE •PUMP RENTAL-2 DAILY RATE 73976.00 SF 1.00 LS 718.00 LF 7890.00 SF 2.00 DA 7.00 DA •FLUSH REINFORCED HEADER CURB 705.00 LF SF SF •Gin THICK SIDEWALK w/WELDED WIRE MESH (COLOR)2970.00 •8in THICK SIDEWALK w/#4 O.C.E.W (COLOR)1430.00 Project Number:031 Project Name: Owner: Contractor: Contact: Address: Phone: Fax: SR-823 NW57Ave Florida Department of Transportation Central Florida Equipment Rentals,Inc.(Prime) Ana Depriest 9030 NW 97"Terrace Medley,FL 33178 305-345-9039 305-887-7804 Completed: Contract Amount: Contract Scope: •FINISH GRADE WORK 1 LS February 2017 $11,912.00 Project Number:032 Project Name: Owner: Contractor: Contact: Address: Phone: Fax: SR 874 Project MDX -Miami Dade Expressway Authority The de Moya Group Fabricio Cedillo 14600 SW 136"Street Miami,FL 33186 305-987-4097 305-255-1935 Completed: Contract Amount: Contract Scope: •MOBILIZATION •CLEARING AND GRUBBING 1.0 1.0 LS LS December 2018 $584,780.45 Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 ■C&G -CONTROL STRUCTURE 1.0 EA ■C&G -DITCH BOTTOM INLET 10.0 EA ■C&G -ENDWALL 1.0 EA ■C&G -MANHOLE 2.0 EA ■C&G -FRENCH DRAIN 36 310.0 LF ■C&G-PIPE 210.0 LF ■CONCRETE CLASS I-ENDWALLS 1.00 EA ■INLETS,DT BOT,TYPE B,<10'5.0 EA ■INLETS,DT BOT,TYPED,MODIFY 2.0 EA ■INLETS,DT BOT,TYPE E,<10'6.0 EA ■INLETS,DT BOT,TYPE E,PARTIAL 2.0 EA ■INLETS,BARRIER WALL,<10'8.0 EA ■INLETS,BARRIER WALL,>10'1.0 EA ■INLETS,BARRIER WALL,J BOT,<10'3.0 EA ■INLETS,BARRIER WALL,J BOT,>10'2.0 EA ■MANHOLES,P-7,<10'6.0 EA ■MANHOLES,TYPE 7,PARTIAL 2.0 EA ■MANHOLES,J-7,<10'1.0 EA ■MANHOLES,J-7,>10'2.0 EA ■PIPE CULV,OPT MATL,ROUND,18S/CD 1,379.0 LF ■PIPE CULV,OPT MATL,ROUND,18S/CD 144.0 LF ■PIPE CULV,OPT MATL,ROUND,24S/CD 793.0 LF ■PIPE CULV,OPT MATL,ROUND,30S/CD 28.0 LF ■PIPE CULV,OPT MATL,ROUND,36S/CD 20.0 LF ■FRENCH DRAIN,24 1,006.0 LF ■18 RCP CLASS IV 15.0 LF ■18 RCP CLASS V 34.0 LF ■CLEAN\VIDEO PIPE (NEW PIPE ONLY)2,269.0 LF ■CLEAN STRUCTURES 40.0 EA ■MOBILIZATION 24961435201 1.0 LS ■TEMP PAVEMENT (SUBGRADE &6 BASE)1.0 SY ■PULVERIZE EXISTING ASPHALT (4 MAX DEPTH)16,685.0 SY ■REGULAR EXCAVATION 5,887.0 CY ■EMBANKMENT 4,885.0 CY ■TYPE B STABILIZATION 41,101.0 SY ■OPTIONAL BASE,BASE GROUP 06 41,101.0 SY ■CURB TYPE E,GRADING ONLY 727.0 LF ■CONC CURB &GUTR,F (4 LRB PAD &GRADING ONLY) 18,447.0 LF ■VALLEY GUTTER,2'GRADING ONLY 2,021.0 LF ■TRAF SEP CONC,IV,6'W (GRADING ONLY)1.0 LF ■MED CONC BARRIER WALL (GRADING ONLY)1.0 LF ■SIDEWALK 4 (GRADING ONLY)8,998.0 SY ■SIDEWALK 6 (GRADING ONLY)2,565.0 SY D o cusig n E nvelope ID :7A 5F F 12 -51E 8-4 2F 9-B 34 9-1E 092E85F C 35 ■GUARDRAIL ?ROADWAY (GRADING ONLY) ■FENCE B,6'STANDARD (GRADING ONLY) ■PERFORMANCE TURF,SOD,(GRADING ONLY) 1.0 1.0 5,406.0 LF LF SY Project Number:033 Project Name: Owner: Turnpike (HEFT)from Eureka Drive to Killian Parkway Florida Department of Transportation Contractor: Contact: Address: Phone: Fax: The de Moya Group Fabricio Cedillo 14600 SW 136"Street Miami,FL 33186 305-987-4097 305-255-1935 Completed: Contract Amount: Contract Scope: ■RIPRAP,SAND CEMENT April 2017 $17,241.00 20 CY Project Number:035 Project Name: Owner: West 31°Street and West 32"Street from West 12Ave to West 12Ave to West 9"Avenue;West 11"Avenue and West 9" Avenue from West 30 Street to West 33"°Street City of Hialeah Contractor: Contact: Address: Phone: Fax: Horizon Contractors,Inc. Jose M Sanchez 8175 West 32'Ave Bay 2 Hialeah,FL 33018 305-216-8403 305-820-0905 Completed: Contract Amount: Contract Scope: ■CONCRETE CURB AND GUTTER TYPE F July 2017 $580,593.75 ■CONCRETE CURB TYPED ■CONCRETE VALLEY GUTTER (2') ■CONCRETE SIDEWALK (4 THICK) ■CONCRETE SIDEWALK (6 THICK) 11,777.0 LF 1,650.0 LF 1,177.0 LF 5,416.0 SY 6,267.0 SY Project Number:036 Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 Proje ct Na m e : O w n e r: Co ntra cto r: Co nta ct: A d d re ss: Ph o ne : Fa x: SR 5 (SE 2'A ve)and SR 5 (US 1/Biscayne Blvd) Florida Department of Transportation Th e Sto ut G ro u p ,LLC (P rim e ) Jo e y San ch e z,PE 10 8 50 N W 138 Street-Bay 3 H ia le ah G a rd e ns,FL 33018 30 5-2 16-84 0 6 30 5-3 9 7-23 1 1 D ece m b e r 20 18 Co n tra ct A m o u n t:$3 ,4 9 9,0 4 7 .2 3 C o n tract Sco p e : ■M O B ILI ZA T IO N 4 1 24 7 3 7 5 2 0 1 ■M O B ILI ZA T IO N 4 1 24 7 37 520 2 ■M O B ILI ZA T IO N 4 12 4 7 39 520 1 ■M A IN T EN A N C E O F TR A FF IC 4 1 24 7 3 7 52 0 1 ■M A IN T EN A N C E O F TR A FFIC 41247375202 ■M A IN T EN A N C E O F TRA F FIC 412 4 7 3 9 52 0 1 ■SPEC IA L DET O U R 1 4 124 73 9 52 0 1 1 1 1 1 1 1 1 LS LS LS LS LS LS LS C o m p le ted : ■C O M M ER CIA L M A T ERIA L FO R TEM P O R A RY DRIV EW A Y M A IN T EN A N C E 3 8 CY 3 74 HR 13 4 4 6 ED ■BA RR IER W A LL,T EM P O R A RY,F&I,TY PE K 2 1 6 6 LF ■BA RR IER W A LL,T EM P O RA R Y,RELO C A T E,TY PE K 25 0 0 LF ■CH A N N ELI Z IN G DEV IC E-TY PES I,II,D I,V P,DRU M ,O R LC D 3 24 9 2 ED ■CH A N N ELI Z IN G D EV IC E,TY PE III,6 '6042 ED ■CH A N N ELI Z IN G D EV IC E-PED EST R IA N LCD (LO N G IT U D IN A L CH A N N ELI Z IN G DEV IC E)34 10 0 ED ■A RR O W BO A RD /A D VANCE WARNING ARROW PANEL 1638 ED ■TEMPORARY RETROREFLECTIVE PAVEMENT MARKER 246 EA ■TEM P O RA RY CRA SH CU SH IO N ,R ED IR EC T IV E O PT IO N 3 2 LO ■PO R TA B LE CH A N G EA B LE M ESSA G E SIG N ,T EM P O RA R Y 11 6 0 ED ■TEM P O RA RY SIG N A LI ZA T IO N A N D M A IN T EN A N C E,IN T ER SECT IO N 16 8 0 ED ■TEM P O RA RY T R A F FIC DET EC T IO N A N D M A IN T EN A N C E,IN T ER SECT IO N 16 8 0 ED •IN L ET PRO T ECT IO N SYST EM 30 EA ■TR A F FIC C O N T RO L O FFICER ■W O RK Z O N E SIG N ■LI TT ER R EM O V A L ■M O W IN G 3 3 .9 7 A C 0.1 8 A C ■M O N IT O R EX IST IN G ST R U C T U RES-IN SP EC T IO N A N D SETT LEM EN T M O N IT O RIN G 4 12 4 73 7 52 0 2 1 LS ■M O N IT O R EX IST IN G ST R U CT U R ES-IN SP EC T IO N A N D SETT LEM E N T M O N IT O R IN G 4 124 7 3 9 52 0 1 1 LS Docusign Envelope ID:7A5FF12D-51 E8-42F9-B34 9-1 E092E85FC35 ■MONITOR EXISTING STRUCTURES-VIBRATION MONITORING 41247395201 1 LS ■CLEARING &GRUBBING 41247375202 1 LS ■CLEARING &GRUBBING 41247395201 1 LS ■REMOVAL OF EXISTING CONCRETE PAVEMENT 322 SY ■DELIVERY OF SALVAGEABLE MATERIAL TO FDOT 41247375202 1 LS ■DELIVERY OF SALVAGEABLE MATERIAL TO FDOT 412473952011 LS ■REGULAR EXCAVATION 1061 CY ■EMBANKMENT 10 CY ■TYPE B STABILIZATION 2389 SY ■PREPARED SOIL LAYER,FINISH SOIL LAYER,6 149 SY ■REWORKING LIMEROCK BASE,6 2177 SY ■OPTIONAL BASE,BASE GROUP 10 2211 SY ■ASPHALT TREATED PERMEABLE BASE 20 CY ■MILLING EXIST ASPH PAVT,2 AVG DEPTH 6210 SY ■MILLING EXIST ASPH PAVT,2 1/2 AVG DEPTH 7456 SY ■SUPERPAVE ASPHALTIC CONC,TRAFFIC C 1402 TN ■ASPHALT CONCRETE FRICTION COURSE,TRAFFIC C,FC-9.5,PG 76-22 876.2 TN ■MISCELLANEOUS ASPHALT PAVEMENT 4.5 TN ■PLAIN CEMENT CONCRETE PAVEMENT,10 178 SY ■PLAIN CEMENT CONCRETE PAVEMENT,12 4 SY ■REINFORCED CEMENT CONCRETE PAVEMENT,6 8 SY ■CONCRETE CLASS II,CULVERTS 1 CY ■CONC CLASS IV,BULKHEAD 6.3 CY ■REINFORCING STEEL-MISCELLANEOUS 308 LB ■REINFORCING STEEL-BULKHEAD 274 LB ■INLETS,CURB,TYPE 9,<10'6 EA ■INLETS,CURB,TYPE 9,J BOT,>10'1 EA ■INLETS,CURB,TYPE 9,PARTIAL 1 EA ■INLETS,CURB,TYPE 9,MODIFY 2 EA ■INLETS,CURB.TYPE P-3,>10'1 EA ■INLETS,CURB,TYPE P-5,<10'1 EA ■INLETS,CURB,TYPE P-5,>10'2 EA ■INLETS,CURB,TYPE P-6,<10'3 EA ■INLETS,CURB,TYPE P-6,>10'4 EA ■INLETS,CURB,TYPE J-6,<10'1 EA ■INLETS,CURB,TYPE J-6,>10'1 EA ■MANHOLES,P-7,>10'5 EA ■MANHOLES,P-8,<10'1 EA ■MANHOLES,J-7,<10'2 EA ■MANHOLES,J-7,>10'6 EA ■MANHOLES,J-8,PARTIAL 1 EA D o cusig n E nvelop e ID :7A 5F F 12 -51E 8-4 2F 9-B 34 9-1E 092E 85F C 35 •DRAINAGE MANHOLES,PROJECT 412473-9-52-02,1-7 6'x 10'WITH ADDITIONAL RISER AND WALL 1 EA •DRAINAGE MANHOLES,PROJECT 412473-9-52-02,1-7 5'x 8.5'WITH ADDITIONAL RISER AND WALL 1 EA •MANHOLE,ADJUST 1 EA •MODIFY EXISTING DRAINAGE STRUCTURE 1 EA •PIPE CULVERT,OPTIONAL MATERIAL,ROUND,12S/CD 24 LF •PIPE CULVERT,OPTIONAL MATERIAL,ROUND,15S/CD 24 LF •PIPE CULVERT,OPTIONAL MATERIAL,ROUND,18S/CD 327 LF •PIPE CULVERT,OPTIONAL MATERIAL,ROUND,24S/CD 804 LF •PIPE CULVERT,OPT MATERIAL,ROUND,30S/CD 119 LF •PIPE CULVERT,OPT MATERIAL,ROUND,42S/CD 9 LF •PIPE CULVERT,OPT MATERIAL,ROUND,48S/CD 47 LF •PIPE CULVERT,OPTIONAL MATERIAL,OTHER-ELIP/ARCH,15S/CD 37 LF •PIPE CULVERT,OPTIONAL MATERIAL,OTHER-ELIP/ARCH,18S/CD 22 LF •PIPE CULVERT,OPT MATERIAL,OTHER SHAPE -ELIP/ARCH,30S/CD 143 LF •FLAP GATES,0-24 1 EA •FLAP GATES,37-48 1 EA •FLAP GATES,49-60 1 EA •TRENCH DRAIN,STANDARD 181 LF •SHEET PILING STEEL,F&I PERMANENT 561 SF •CONCRETE CURB &GUTTER,TYPE F 1805 LF •CONCRETE CURB,TYPED 36 LF •CONCRETE TRAFFIC SEPARATOR,SPECIAL-VARIABLE WIDTH 119 SY •CONCRETE SIDEWALK AND DRIVEWAYS,4 THICK 709 SY •CONCRETE SIDEWALK AND DRIVEWAYS,6 THICK 427 SY •PAVERS,ARCHITECTURAL,SIDEWALK 654 SY •DETECTABLE WARNINGS 450 SF •GUARDRAIL -ROADWAY,GENERAL TL-3 119 LF •GUARDRAIL REMOVAL 124 LF •GUARDRAIL END ANCHORAGE ASSEMBLY/END TREATMENT-PARALLEL 1 EA •CRASH CUSHION 2 EA •PERFORMANCE TURF,SOD 60 SY •PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID,6 2.058 GM •PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID FOR INTERCHANGE AND URBAN ISLAND,8 0.291 GM •PAINTED PAVEMENT MARKINGS,STANDARD,WHITE,SOLID FOR CROSSWALK AND ROUNDABOUT,12 1745 LF Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 ■PA IN T ED PA V EM EN T M A RK IN G S,STA ND A RD,W H IT E,SO LI D FO R DIA G O NA L O R CH EV RO N ,18 360 LF ■PA IN T ED PA V EM EN T M A RK IN G S,STA N DA R D ,W H IT E,SO LI D FO R STO P LI N E O R CR O SSW A LK,24 1078 LF ■PA IN T ED PA V EM EN T M A RK IN G S,STA N DA R D ,W HIT E,SK IP,10 -30 O R 3-9 SK IP ,6 W ID E 0.4 8 3 G M ■PA IN T ED PA V EM E N T M A R K IN G ,STA ND A R D,W HIT E,3'-9'SK IP DRO P LI N E A N D A PPR O A C H TO TO LL PLA ZA ,12 W ID E,0.018 G M ■PA IN T ED PA V EM EN T M A RK IN G S,STA N DA RD,W HIT E,2-4 DO TT ED G U ID ELI N E/6-10 D O TT ED EXTEN SIO N,6 0.18 8 G M ■PA IN T ED PA V EM EN T M A R K IN G S,STA ND A R D ,W H IT E,M ESSAG E O R SY M B O L 17 EA ■PA IN T ED PA V EM EN T M A RK IN G S,STA N DA R D,W H IT E,ARRO W S 38 EA ■PA IN T ED PA V EM EN T M A RK IN G S,STA N DA RD,YELLO W ,SO LI D ,6 0.995 G M ■PA IN T ED PA V EM EN T M A RK IN G S,STA N DA R D ,YELLO W ,SO LI D FO R IN T ER CH A N G E A N D U R BA N ISLA N D,8 0.16 6 G M ■PA IN T ED PA V EM EN T M A RK IN G S,STA ND A R D,YELLO W ,SO LI D FO R D IA G O N A L O R CH EV R O N ,18 50 7 LF ■PA IN T ED PA V EM EN T M A R K IN G S,STA N DA R D,YELLO W ,2-4 DO TT ED G U ID ELI N E/6-10 D O TT ED EXT ENSIO N,6 0.032 G M ■PO LLU T IO N CO N T R O L STR U C T UR E W IT H BA FFLE A N D FILT ER ,6'DIA M ETER , PRO JEC T 4124 7 3-9-52 -02 1 EA ■PO LLU T IO N CO N T R O L ST R U C T U RE W IT H BA FFLE A N D FILTER ,8'DIA M ET ER, PRO JEC T 4124 73-9 -52 -02 1 EA •IN IT IA L CO N T IN G EN CY A M O U N T,D O NO T BID 412 4 73 75 2 01 1 LS ■IN IT IA L CO N T IN G EN CY A M O U N T,D O NO T BID 4 1 24 7 375 2 02 1 LS •IN IT IA L CO N T IN G EN CY A M O U N T,DO NO T BID 4 12 47 3 9 5 2 0 1 1 LS •IN IT IA L CO N T IN G EN CY A M O U N T,DO NO T BID 4 12 47 3 9 5 2 0 2 1 LS ■SIN G LE PO ST SIG N ,F&I G R O U N D M O U NT,U P TO 12 SF 43 A S ■SIN G LE PO ST SIG N ,F&A G R O U N D M O U N T,12 -20 SF 1 A S ■SIN G LE PO ST SIG N ,RELO CA T E 2 A S ■SIN G LE PO ST SIG N ,REM O V E 17 AS ■M U LT I-PO ST SIG N ,REM O V E 1 AS •SIG N PA N EL,FU RN ISH &IN STA LL O V ERHEA D M O U NT ,51 -10 0 SF 4 EA ■SIG N PA N EL,IN STA LL,U P TO 12 SF 1 EA ■SIG N PA N EL,REM O V E,UP TO 12 SF 2 EA ■SIG N PA N EL,REM O V E,101-200 SF 3 EA ■PA IN T ED PA V EM E N T M A R K IN G S,STA N DA R D,W H IT E,ISLA N D NO SE 7 SF ■PA IN T ED PA V EM EN T M A RK IN G S,STA N DA R D,YELLO W ,ISLAN D NO SE 10 SF Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 •PAINTED PAVEMENT MARKINGS,FINAL SURFACE 41247375201 1 LS •PAINTED PAVEMENT MARKINGS,FINAL SURFACE 41247395201 1 LS •THERMOPLASTIC,STANDARD,WHITE,SOLID,8 FOR INTERCHANGE AND URBAN ISLAND 0.104 GM •THERMOPLASTIC,STANDARD,WHITE,SOLID,12 FOR CROSSWALK AND ROUNDABOUT 775 LF •THERMOPLASTIC,STANDARD,WHITE,SOLID,18 FOR DIAGONALS AND CHEVRONS 360 LF •THERMOPLASTIC,STANDARD,WHITE,SOLID,24 FOR STOP LINE AND CROSSWALK 389 LF •THERMOPLASTIC,STANDARD,WHITE,2-4 DOTT ED GUIDELINE/6-10 GAP EXTENSION,6 0.173 GM •THERMOPLASTIC,STANDARD,WHITE,MESSAGE OR SYMBOL 9 EA •THERMOPLASTIC,STANDARD,WHITE,ARROW 35 EA •THERMOPLASTIC,STANDARD,YELLOW,SOLID,18 FOR DIAGONAL OR CHEVRON 492 LF •THERMOPLASTIC,STANDARD,YELLOW,2-4 DOTTED GUIDE LINE /6-10 DOTT ED EXTENSION LINE,6 0.002 GM •THERMOPLASTIC,PREFORMED,WHITE,SOLID,12 FOR CROSSWALK 777 LF •THERMOPLASTIC,PREFORMED,WHITE,SOLID,24 FOR CROSSWALK 1286 LF •THERMOPLASTIC,PREFORMED,WHITE,MESSAGE 9 EA •THERMOPLASTIC,PREFORMED,WHITE,ARROW 3 EA •THERMOPLASTIC,PREFORMED,MULTI COLOR ROUTE SHIELD 5 EA •THERMOPLASTIC,STANDARD-OTHER SURFACES,WHITE,SOLID,6 1.402 GM •THER MOPLASTIC,STANDARD-OTHER SURFACES,WHITE,SOLID,8 0.187 GM •THER MOPLASTIC,OTHER SURFACES,WHITE,SKIP,6,10-30 SKIP OR 3-9 LANE DROP 0.483 GM •THER MOPLASTIC,STANDARD-OTHER SURFACES WHITE,SKIP,12-APPROACH TO TOLL PLAZA OR 3-9 LANE DROP 0.018 GM •THER MOPLASTIC,STANDARD-OTHER SURFACES,YELLOW,SOLID,6 0.42 GM •THERMOPLASTIC,STANDARD-OTHER SURFACES,YELLOW,SOLID,8 0.141 GM 293 LF•CONDUIT,FURNISH &INSTALL,OPEN TRENCH •CONDUIT,FURNISH &INSTALL,DIRECTIONAL BORE •PULL &SPLICE BOX,F&I,13 x 24 COVER SIZE •LIGHTING CONDUCTORS,F&I,INSULATED,NO.8-6 •LIGHT POLE COMPLETE,F&I,WIND SPEED 150,POLE -40' 450 7 LF EA 3002 LF 1 EA Docusign Envelope ID:7A5FF 12D-51E8-42F9-B34 9-1E092E85FC35 ■LIGHT POLE COMPLETE,REMOVE 2 EA ■LOAD CENTER,F&I,SECONDARY VOLTAGE 1 EA ■LUMINAIRE,F&I-REPLACE EXISTING LUMINAIRE ON EXISTING POLE/ARM, ROADWAY,COBRA HEAD 3 EA •LUMINAIRE,F&I-REPLACE EXISTING LUMINAIRE ON EXISTING POLE/ARM, ROADWAY,POLE TOP 9 EA ■POLE CABLE DISTRIBUTION SYSTEM,CONVENTIONAL 6 EA ■LIGHT POLE COMPLETE-SPECIAL DESIGN,F&I,SINGLE ARM SHOULDER MOUNT,ALUMINUM,30'5 EA ■LIGHT POLE COMPLETE-SPECIAL DESIGN,RELOCATE 1 EA ■INITIAL CONTINGENCY AMOUNT,DO NOT BID 41247395203 1 LS ■CONDUIT,FURNISH &INSTALL,DIRECTIONAL BORE 1003 LF •SIGNAL CABLE-NEW OR RECONSTRUCTED INTERSECTION,FURNISH & INSTALL 1 Pl ■SIGNAL CABLE-REPAIR/REPLACE/OTHER,FURNISH &INSTALL 1185 LF ■SIGNAL CABLE,REMOVE-INTERSECTION 1 Pl ■PULL &SPLICE BOX,F&I,13 x 24 COVER SIZE 43 EA ■ELECTRICAL POWER SERVICE,F&I,UNDERGROUND,METER PURCHASED BY CONTRACTOR 3 AS •ELECTRICAL POWER SERVICE,REMOVE UNDERGROUND 1 AS ■ELECTRICAL SERVICE WIRE,FURNISH &INSTALL 370 LF ■ELECTRICAL SERVICE WIRE,REMOVE 450 LF ■ELECTRICAL SERVICE DISCONNECT,F&I,POLE MOUNT 2 EA ■ELECTRICAL SERVICE DISCONNECT,REMOVE-POLE OR CABINET TO REMAIN 1 EA ■PRESTRESSED CONCRETE POLE,F&I,TYPE P-II SERVICE POLE 2 EA ■ALUMINUM SIGNALS POLE,PEDESTAL 6 EA •ALUMINUM SIGNALS POLE,RELOCATE 1 EA ■ALUMINUM SIGNALS POLE,REMOVE 1 EA ■MAST ARM,F&I,WIND SPEED-150,DOUBLE ARM,W/0 LUMINAIRE,36-60 1 EA ■MAST ARM,REMOVE SHALLOW FOUNDATION,BOLT ON ATTACHMENT 2 EA ■TRAFFIC SIGNAL,FURNISH &INSTALL ALUMINUM,3 SECTION,1 WAY 8 AS •TRAFFIC SIGNAL,FURNISH &INSTALL ALUMINUM,4 SECTION,1 WAY 2 AS ■TRAFFIC SIGNAL,REMOVE-POLES TO REMAIN 2 AS ■TRAFFIC SIGNAL,RELOCATE-INCLUDES REMOVAL AND REINSTALLA TION 2 AS ■VEHICULAR SIGNAL AUXILIARIES,REPAIR/REPLACE/RETROFIT-FURNISH & INSTALL,BACKPLATE-BLACK WITH REFLECT BORDER 2 EA ■VEHICULAR SIGNAL AUXILLIARIES,FRAME BOX,PROJECT 412473-7-52-02 4 EA Docusign Envelope ID:7A5FF 12D-51E8-4 2F9-B34 9-1E092E85F C35 •PEDESTRIAN SIGNAL,FURNISH &INSTALL LED COUNTDOWN,1 WAY 6 AS ■PEDESTRIAN SIGNAL,FURNISH &INSTALL LED COUNTDOWN,2 WAYS 2 AS •PEDESTRIAN SIGNAL,REMOVE PED SIGNAL-POLE/PEDESTAL TO REMAIN 2 AS 2 EA•LOOP DETECTOR INDUCTIVE,F&I,TYPE 9 •LOOP ASSEMBLY-F&I,TYPE A •PEDESTRIAN DETECTOR,FURNISH &INSTALL,STANDARD ■PEDESTRIAN DETECTOR,RELOCATE •PEDESTRIAN DETECTOR,REMOVE-POLE/PEDESTAL TO REMAIN 8 7 1 AS EA EA 5 EA •TRAFFIC CONTROLLER ASSEMBLY,F&I,170 1 AS •TRAFFIC CONTROLLER ASSEMBLY,MODIFY 5 AS •TRAFFIC CONTROLLER ASSEMBLY,REMOVE CONTROLLER WITH CABINET 1 AS ■SINGLE POST SIGN,F&I GROUND MOUNT,UP TO 12 SF 1 AS ■SINGLE POST SIGN,REMOVE 1 AS •SIGN PANEL,FURNISH &INSTALL GROUND MOUNT,UP TO 12 SF 2 EA ■SIGN PANEL,FURNISH &INSTALL OVERHEAD MOUNT,UP TO 12 SF 9 EA ■SIGN PANEL,REMOVE,UP TO 12 SF 5 EA •INTERNALLY ILLUMINATED SIGN,FURNISH &INSTALL OVERHEAD MOUNT, UP TO 12 SF 2 EA ■INTERNALLY ILLUMINATED SIGN,RELOCATE 2 EA •SIGN BEACON,F&I GROUND MOUNT-AC POWERED,TWO BEACONS 1 AS ■LANDSCAPE COMPLETE-SMALL PLANTS 41247395201 1 LS ■LANDSCAPE COMPLETE-LARGE PLANTS 41247375202 1 LS ■LANDSCAPE COMPLETE-LARGE PLANTS 41247395201 1 LS ■MANHOLE,ADJUST,UTILITIES 10 EA ■VALVE BOXES,ADJUST 26 EA ■INITIAL CONTINGENCY AMOUNT,DO NOT BID 41247375601 1 LS ■INITIAL CONTINGENCY AMOUNT,DO NOT BID 41247395601 1 LS ■INITIAL CONTINGENCY AMOUNT,DO NOT BID 41247395602 1 LS ■UTILITY PIPE,F&I,PVC,WATER/SEWER,5-7.9 15 LF ■UTILITY PIPE,F&I,PVC,WATER/SEWER,8-19.9 273 LF ■UTILITY PIPE,F&I,DI/Cl,WATER/SEWER,8-19.9 25 LF ■UTILITY PIPE,REMOVE &DISPOSE,8-19.9 295 LF ■UTILITY FITTINGS,F&I,DI/Cl,ELBOW,8-19.9 4 EA ■UTILITY FITTINGS FOR PVC PIPE,FURNISH AND INSTALL,UNION,10 1 EA D o cusig n E nvelo pe ID :7A 5FF 12 D -51E 8-4 2F 9-34 9-1E 092E85F C 35 •UTILITY STRUCTURE,BELOW GROUND,F&I,WATER/SEWER,0 -80 FT3 ,0-6' 1 EA •UTILITY STRUCTURE,BELOW GROUND,ADJUST/MODIFY 1 EA •UTILITY STRUCTURE,BELOW GROUND,REMOVE&DISPOSE CONTRACTOR TAKES OWNERSHIP 1 EA •UTILITY FIXTURES,F&I,8.0-19.9,TAPPING SADDLE/SLEEVE 2 EA •LIFT STATION,SANITARY SEWER 1 EA Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 s THE STOUT GROUP,LLC. EQUIPMENT EQUIP TYPE MAINT.CODE EQUIP CODE YEAR MAKE MODEL SERIAL NUMBER Air Compressor 51807 AC-001 2006 Sullair Sl85 200601110025 Curb Machine 51832 CM-001 Miller Formless MlOOO attachment:PWC00238 Dozer 51850 D-001 2016 Caterpillar D5K2LGP KY200678 Dump Truck 51815 DT-001 1995 Mack CH612 lM 1AA19Y2SW007600 Excavator 51833 E-002 2015 Caterpillar 335FLCR KNE00410 Excavator 51838 E-003 2015 Komatsu PC49OLC-11 KMTPC251KFWA41139 Excavator -MINI 51849 E-004 2014 Caterpillar 308E2CR FJX00265 Forklift 51822 FL-001 TCM FG25N2ST A21F25207 Loader 51816 L-001 2015 Volvo L70G L70G-614526 Loader 51820 L-002 2016 Volvo L70H L70H622396 Mobile Excavator 51823 ME-001 2002 Gradall XL3100 03133315 Paver 51806 PAV-001 2002 Mauldin 1750 C Crawler 1031 Paver 51840 PAV-002 2010 Mauldin 1750C 402J75TJS6Y202402 Paver 51845 PAV-003 2019 Caterpillar AP555F AP500278 Pickup 51801 P-001 2005 Ford F250 1FTSX21555EA58674 Pickup 51802 P-002 2006 Ford F250 1FDNF20526EA79500 Pickup 51804 P-003 2015 Chevrolet Silverado 2500 1GC1KWE86FF197455 Pickup 51825 P-004 2009 Chevrolet 3500 HD CREW CAB 1GCJC73689F178382 Pickup 51826 P-005 2013 Chevrolet 3500 HD FLATBED 1GB3CZC88DF179096 Pickup 51827 P-006 2009 Chevrolet 3500 HD FLATBED 1GBJC74659E131545 Pickup 51842 P-007 2020 GMC SIERRA 1500 1GTU9EET9LZ261845 Roller 51808 R-001 1998 Caterpillar CB-214C 9XK00876 Roller 51839 R-002 2012 Caterpillar CB64 CATOCB64PDJM00359 Roller 51841 R-003 2008 Caterpillar CB22 22000120 Roller 51846 R-004 2012 Caterpillar CB-434D CATCB434ECNH01302 Roller 51848 R-005 2014 Caterpillar CS54B L4H00434 Skid Steer 51809 s-001 2015 Caterpillar 272DXHP ETL00553 Skid Steer 51809 SS-001A 2015 Caterpillar CATBA118C CEPILLO Skid Steer 51842 $S-002 2020 Caterpillar 229D3XE BX901095 Soil Stabilizer 51835 SOIL-001 1995 CMI RS425 4x4x4 526147 Street Sweeper 51847 STSW-001 2009 Johnston Conti Street Sweeper 1J9VM4LF19Cl 72071 Tack Sprayer 51819 T-001 2016 Mauldin MT300 EQ0050842 Trailer 51803 TR-001 2014 Big Tex 14ET-18 16VEX1829E3055053 Trailer 51810 TR-002 2015 Carolina Trailer 25TN Paver Trailer 1C9DP2827Gl804034 Trailer 51812 TR-003 2015 Carry-On Trailer 5X8G 4YMUL0812FG063202 Trailer 51853 TR-004 2020 Asphalt Straightedge NOVIN0201311849 Truck 51813 TK-001 2006 Ford F750 XL Reel Truck 3FRXF75P26V347652 Truck 51814 TK-002 1987 Ford L8000 FUEL&LUBE Truck 1FDYR82A5HVA21899 Truck 51844 TK-003 2011 Ford F450 XL Mechanics TK 1FDOX4GT3BEA92211 Truck -MOT/Old STSW 51834 TK-004 2002 Sterling SC8000 49HAADBV52DK27440 Truck-Tack 51852 TT-001 2020 Kenworth Entyre Centennial 2NKHHM7XXLM420599 Van 51829 V-001 2017 Chevrolet EXPRESS 1GCWGAFFXH1139095 Van 51830 V-002 2017 Chevrolet EXPRESS 1GCWGAFF9H1115855 Van 51831 V-003 2018 Honda ODYSSEY 5FNRL6H9XJB017928 Water Truck 51805 WT-001 2000 Sterling L8513-2250 Gallon 2FWWMJBAOYAF29252 Water Truck 51818 WT-002 1999 Sterling A9513-2000 Gallon 2FWWJWDB1XAB94044 Oocusign Envelope ID:7A5FF12O-51 E8-42F9-8349-1 E092E85FC35 Melanie s.Griffin,Secretary d E::)a~r ,,,,~STATE OF FLORIDA ~ s"°DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTIONINDUSTRY LICE NSING BOARD LM -9Tg THE UNDERGROUND UTILITY &EXCAATONCOHEREINIS CERTIFIED UNDER THE PROVISIONSOFCHAPTER489,FLORIDA STATUTES "77"ii ;-TUTGROUP,LL 0850 NW 138THsTR3Gsis£pk:""_,IALEAH GARDENS FL 330l<iE ( ~~'-[ass±oices.ea±aa451 lie'.EXPIRATION DATE:AUGUST 31,2026 Always verify licenses online at MyFloridalicense.com Ron Desantis,Governor 4a#e ISSUED:08/03/2024 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:7 A5FF12O-51 E8-42F9-B349-1 E092E85FC35 Ron DeSantis,Governor Melanie s.Griffin,Secretary d f)a~r STATE OF FLORIDA riD DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION coNsTRUCTONINDUSTRYHUG-ENSING BOARD THE GENERAL CONTRACT OR HEREINISCERTIFIE D UNDER THE Rosio$orcHArR4s,FLORIDA STATUTES8.Jr »tt a,-den "aw•we ~,~-s _t:OUP LL a l'••'i "P""Y'138THSTREET f.1.BAY#3 HIALEAHGARDENS FL33018/,cz=c.,n ,e-~-~_..~. LuCENSENUMBER:CG C1507974 EXPIRATION DATE:AUGUST 31,2026 Always verify licenses online at MyFloridaLicense.com ISSUED:08/03/2024 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:7A5FF12D-51 E8-42F9-B349-1 E092E85FC35 s±no Ron DeSantis,Governor STATE OF FLORIDA Melanie S.Griffin,Secretary FBPE FLORIDA BOARD OFPROFESSIONALENGINEERS BOARD OF PROFESSIONALENGINEERS8-r F «' .-...·M M »r•, T E PRoressoA -GsEis s u N R T E Pov9"9 9G"4TR«71.rota srArurs ±FE 4 EXPIRATION DATE:FEBRUARY 28,2025 Always verify licenses online at MyFloridalicense.com Do not alter this document in any form. This is your license.It is unlawful for anyone other than the licensee to use this document. Oocusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 RON DESANTIS GOVERNOR Florid a Departm en t of Transportation 605 Suwannee Street Tallahassee,FL 32399-0450 April 29,2023 JARED W.PERDUE,P.E. SECRETARY THE STOUT GROUP LLC 10850 NW 138TH STREET MIAMI,FLORIDA 33018 RE :CERTIFICA TE OF QUAL IFICA TION The Department of Transportation has qualified your company for the type of work indicated below. FD OT AP PROVE D WORK CLA SSES: DRAINAGE,FENCING,FLEXIBLE PAVING,GRADING,GRASSING,SEEDING AND SODDING,HOT PLANT-MIXED BITUM.COURSES,PAVEMENT MARKING,ROADWAY SIGNING,SIDEWALK,LIFT STATION,SHEET PILING, UNDERGROUND UTILITIES (WATER AND SEWER),UNDERGROUND UTILITIES (ELECTRIC) Unless notified otherwise,this Certificate of Qualification will expire 6/30/2024. In accordance with Section 337.14(4),Florida Statutes,changes to Ability Factor or Maximum Capacity Rating will not take effect until after the expiration of the current certificate of prequalification (if applicable). In accordance with Section 337.14(1),Florida Statutes,an application for qualification must be filed within (4)months of the ending date of the applicant's audited annual financial statements. If the company's maximum capacity has been revised,it may be accessed by logging into the Contractor Prequalification Application System via the following link: HTTPS://fdotwp l.dot.state.fl.us/ContractorPreQu alification Once logged in,select "View"for the most recently approved application,and then click the "Manage"and "Application Summary"tabs. The company may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3),Florida Administrative Code (F.A.C.),by accessing the most recently approved application as shown above and choosing "Update"instead of "View."If certification in additional classes of work is desired,documentation is needed to show that the company has performed such work. All prequalified contractors are required by Section 14-22.006(3),F .A.C.,to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity.You can find the link to this report at the website shown above. Sincerely,«7Gp James E.Taylor II,Prequalification Supervisor Contracts Administration Office JTII:cg Improve Safety,Enhance Mobility,Inspire Innovation www.fdot.gov Docusign Envelope ID:7A5FF 12D0-51E8-42F9-B349-1E092E85FC35ocoRi°CERTIFICATE OF LIABILITY INSURANCE I DATE (M M /DDYYYY) 07/12/2024 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 rights to the certificate holder in lieu of such endorsement(s). PRO DUCER CONTACT Alain BencomoNAME: GGA Insurance Group ?"..a .Gos)60-+777 IFAX (305)279-3022(A/C,No): 1 0689 N.Kendall Drive E-M AIL abencomo@ggaig.comADDRESS: Suite 208 INSURER(S)AFFORDING COVERA GE NAIC # Miami FL 33176 INSURE R A:XL Insurance of America 24554 INSUR ED INSURER B:Greenwich Insurance Company 22322 The Stout Group LLC INSURERC :Houston Specialty Ins.Co.12936 10850 NW 138TH Street Bay #3 INSURERD :Wesco Insurance Company 25011 INSURER E :Federal Insurance Co.20281 Hialeah Gardens FL 33018 INSURER F: COVERAGES CERTIFICATE NUMBER·CL2471222850 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 TY PE OF INSURA NCE POLICY EFF POLICY EXP LIMITSLTRINSDWYOPOLICYNUMBER(MMID DNYYY)(MM/D DNYYY) X CO M MERCIA L GENERAL LIABILITY EA C H O CC UR RENC E $1,000,000-D C LA IM S -M A D E [3e a Mot IO ttrlt PR EM IS ES (Ea oc currence)$100,000-M ED EX P (A ny one person)$10,000-A y NGL-1000327-05 07/14/2024 07/14/2025 PER SO N AL &ADV INJUR Y $1,000,000-2,000,000GEN'L A G G R E GA T E LIM IT A P PLI E S PE R :G EN ERAL AG G R EG ATE $Fl [8]PR O -(I-PR O D UC TS -CO M P/OP AGG $2,000,000POLICYJECT O T H E R:Employee Benefits $1,000,000 AUTO M O BILE LI AB ILI TY CO M BIN ED SING LE LI M IT $1,000,000(Ea acci dent) []Aw«uro BO D ILY INJU RY (Per pers on)$-B O W N E D SC H E D U LE D y NBA-1000328-05 07/14/2024 07/14/2025 BO D ILY INJUR Y (Per accident)$-A U T O S O N LY -A U T O S H IR ED NO N -O W N E D PR O PER TY DAM AG E $ f---A U T O S O N LY -A U T O S O N LY (Per acci dent) Medical payments $5,000 X UMBREL LA LI AB ~ O C C U R EA C H O C CUR RENC E $4,000,000 f---4,000,000CEXCESSLIABCLAIMS-M A D E y 322181 07/14/2024 07/14/2025 AG G R EG ATE $ O E D I I R ET E N T IO N s $ W O RKERS CO MPENSATION X:IP ER I I OTH- A ND EMPLOYERS'LI ABILITY STATU TE ER Y /N 1,000,000DANYPROPRIETOR/P A R T N E R/E X E C U TIV E ]NIA CPW1002709 07/14/2024 07/14/2025 E.L.EA C H AC CIDENT $ O FF IC E R/M E M B E R EX C LU D E D ?1,000,000(Mandatory in NH)E.l.D IS EA SE -EA EM PLOYEE $ If yes,describe under 1,000,000DESCRIPTIONOFOPERATIONSbelowE.L.DIS EA SE -PO LI C Y LI M IT $ Equipment Limit $3,135,885InlandMarineE4546-8715 07/14/2024 07/14/2025 Deductible $5,000 D E S C R IP T IO N O F O P E RA TI O N S /LO C ATIO N S /V E H IC L E S (A C O R D 101,A dditional Rem ark s Schedule,m ay be atta ched if m ore space is required) City of Miami Beach c/o Exigis Insurance Compliance Services is listed as named Additional Insured's on a Primary and Non-Contributory basis on the General Liability,Auto Liability and Excess/Umbrella polices.A Waiver of Subrogation exists in favor of all Additional Insured's and any others as required by contract with regard to Workers Compensation,General Liability,Automobile Liability and Excess Liability policies.Excess/Umbrella follows form. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Miami Beach c/o Exigis Insurance ACCORDANCE WITH THE POLICY PROVISIONS. Compliance Services AUTHORIZED REPRESENTATIVEP.O.Box 947 sea1°Murrieta CA 92564 I ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD oust9 Docusign Envelope ID:7A5FF 120-51E8-42F9-B349-1E092E85FC35 Local Business Tax Receipt Miami-Dade County,State of Florida -THIS IS NOT A BILL -DO NOT PAY 7126469 LBT BUSINESS AMEL0CATION THE STOUT GROUP LLC 10850 NW 138TH ST UNIT 3 HIALEAH GARDENS FL 33018-1162 RECEIPT NO. RENEWAL 7403 751 EXPIRESSEPTEMBER30,2025 M ust be displ ayed at place of business Purs uant to Co unty Co de Chapter 8A-Art.9 &10 OWNER TH E STOUT GROUP UC JOS E M SANCH EZ III MGR Worker(s)13 SEC.TYPE OF BUSINESS PAYMENT RECENEDO196SPECIALTYENGINEERINGCONTRACTerrcoucros CUC1224022 $54.00 08/20/2024 INT--24468643 Th is Lo ca l Bus iness Tax Re ceipt onl y con firm s paym ent of th e Loc al Bus ine ss Tax .Th e Rece ipt is not a lice ns e, per it,or a certific ati on of the hol de r s qualifica tions,to do bus ines s.Ho lder m ust com ply w ith any gove rnm ental or nongove rnm enta l reg ulatory law s and req uire m ents w hich apply to th e bu si ne ss Th e RECEIPT NO above m ust be displayed on all comme rci al vehicles --M iam iD ade Code Se0 8a27 6. Fo r m ore inform ation,vi sit www n iam idadg._goy/axc ollec tor 003290 Local Business Tax Receipt Miami-Dade County,State of Florida -THIS IS NOT A BILL -DO NOT PAY 7126451 LBT BUSINESS AMEL.OCATON THE STOUT GROUP LLC 10850 NW 138TH ST UNIT 3 HIALEAH GARDENS FL 33018--1162 RECEIPT NO. RENEWAL 7403 744 EXPIRESSEPTEMBER30,2025 M ust be disp layed at place of business Purs uant to Co unty Co de Chapter 8A -A rt.9 &10 OWNER THE STOUT GROUP LLC JOS E M SANCH EZ III MGR Worker(s)13 SEC.TYPE OF BUSINESS 196 GENERAL BUILDING CONTRACTOR CGC1507974 PAYMENT RECENED BY TAX COLLECTOR $54.00 08/20/2024 INT--24468643 This Lo cal Busines s Tax Re ce ipt only confirms paym ent of the Loc al Business Tax .The Rec eipt is not a licens e, perm it,or a cert ification of the holder s qualifications ,to do business .Ho lder m ust co m ply w ith any gove rnm ental or no ng ove rn m enta l reg ulatory law s and require m ents w hich apply to th e bus iness. The RECEIPT NO above m us t be displayed on all comm erci al vehicl es -M iam iD ade Cod e Sec 8a276. For m ore inf orm ation,visit wwywy m iam idad e.go v/ac ollecto r 004 186 Local Business Tax Receipt Miami--Dade County,State of Florida -THIS IS NOT A Bill -DO NOT PAY 7225032 LBT du SI N E SS NAM ELO CATI ON THE STOUT GROUP LLC 10850 NW 138TH ST UNIT 3 HIALEAH GARDENS FL 33018-1162 RECEIPT NO. RENEWAL 7509 766 EXPIRES SEPTEMBER 30,2025 M ust be displayed at place of bus ines s Purs uant to Co unty Co de Chapter 8A-Art.9 &10 OWNER TH E STOUT GROUP LLC C/O JOSE I SANCHEZ Worker(s) SEC.TYPE OF BUSINESS 196 GENERAL ENGINEERING CONTRACT 3AMEN «EcoE1400317'tYTAx OOLucro $45.00 08/20/2024 INT--24-468643 Th is Loc al Bus ines s Tex Rece ipt oaly confinns paym ent of th e Lo ca l Business Tax .The Receipt is not a licen se , perm it,or a ce rti ficatio n of th e hol der s qualifica tions,to do business .Holder m ust com ply w ith any gover nm entalornongovernmentalregulatorylowsandrequirementswhichapplytothebusiness. Th e RECEIPT NO.abo ve m us t be displayed on all com m ercial ve hicles -M iam i D ade Code See 8a27 6 Docusign Envelope ID:7 A5FF 12D-51E8-42F9-349-1E092E85FC35 Form W-9 Request for Taxpayer Give Form to the (Rev.October 2018)Identification Number and Certification requester.Do not Department of the Treasury send to the IRS. Internal 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. The Stout Gro up LLC 2 Business name/disregarded entity name,if different from above ej 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 to0Ofollowingsevenboxes.certain entities,not individuals;seeOSoinstructionsonpage3): C □Individual/sole proprietor or D C Corporation D S Corporation []Parnership []rrustvestate0,n single-member LLC Exempt payee code (if any)»£s0o02ELimitedliabilitycompany.Enter the tax classification (C=C corporation,S=S corporation,P=Partnership)0 -3 Note:Check the appropriate box in the line above for the tax classification of the single-member owner.Do not check Exemption from FATCA reporting0...%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)L.another LLC that is not disregarded from the owner for U.S.federal tax purposes.Otherwise,a single-member LLC thath •0 is disregarded from the owner should check the appropriate box for the tax classification of its owner.•G □Other (see instructions)►(Applies to accounts maintained outside the U.S.)Q)a 5 Address (number,street,and apt.or suite no.)See instructions.Requester's name and address (optional)0 @)10850 NW 138 Street Bay 30D6City,state,and ZIP code Hialeah Gardens,FL 33018 7 List account number(s)here (optional) :FT 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 I 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 Nam e and Num ber To Give the Requester for guidelines on whose number to enter. I +1I orIEmployer identification number 4 5 -5 3 1 2 1 1 9 Certification Under penalties of perjury,I certify that: 1.The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me);and 2.I am not subject to backup withholding because:(a)I am exempt from backup withholding,or {b)I have not been notified by the Internal Revenue Service (IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or (c)the IRS has notified me that I am no longer subject to backup withholding;and 3.I am a U.S.citizen or other U.S.person (defined below);and 4.The FATCA code(s)entered on this form (if any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid, acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement (IRA),and generally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions for Part II,later. Sign Here Signature of U.S.person►Date►02-14-2023 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 (ITIN),adoption taxpayer identification number (ATIN),or employer identification number (EIN),to report on an information return the amount paid to you,or other amount reportable on an information return.Examples of information returns include,but are not limited to,the following. •Form 1099-INT (interest earned or paid) •Form 1099-DIV (dividends,including those from stocks or mutual funds) •Form 1099-MISC (various types of income,prizes,awards,or gross proceeds) •Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) •Form 1099-S (proceeds from real estate transactions) •Form 1099-K (merchant card and third party network transactions) •Form 1098 (home mortgage interest),1098-E (student loan interest), 1098-T (tuition) •Form 1099-C (canceled debt) •Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S.person (including a resident alien),to provide your correct TIN. If you do not return Form W-9 to the requester with a TI N,you might be subject to backup withholding.See What is backup withholding, later. Cat.No.10231X Form W-9 (Rev.10-2018) Docusign Envelope ID:7A5FF 12D0-51E8-42F9-B349-1E092E85FC35 State of Florida Department of State I certify from the records of this office that THE STOUT GROUP,LLC is a limited liability company organized under the laws of the State of Florida,filed on May 23,2012,effective May 18,2012. The document number of this limited liability company is L12000069574. I further certify that said limited liability company has paid all fees due this office through December 31,2023,that its most recent annual report was filed on January 20,2023,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 Twentieth day of January, 2023 Tracking Number:1071654107CC 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:7A5FF 12D-51E8-4 2F9-B34 9-1E092E85F C35 ... iv,.our»ooo uoo.a unty -Building and neighborh ood Compliance Office Home I Product Control I Contractors I Building Officials I Contact us I Contractor License Information Contractor Number:E1400317 Contractor name: Address: City,St,Zip: Phone: Other Phone: Fax: Email: D/B/A: Contractor Status: THE STOUT GROUP LLC 10850 NW 138TH ST BAY3 HIALEAH GARDENS (786)452-1481 (786)452-1481 YZULUAGA@THESTOUTGROUP.COM ACTIVE FL 33018 Class Category Category Description Expiration Date ENGR 3 PIPE LINE ENG 09/30/2025 ENGR 4 STRUCTURAL ENG 09/30/2025 ENGR 7 PAVING ENGINEERING 09/30/2025 ENGR 9 EXCAU &GRADING ENG 09/30/2025 CONTRACTOR INQUIRY COMPLETE CC Contractor Inquiry_and Complaint Search [CQ Home Page [State License Search_Meng e Home [About Phone Directory [Priyacy ]Disclaimer e 2001 Miami-Dade County.All rights reserved. https://www x.m iam idade.gov/Apps/RER/BCCOContractorMenu/Home/Process 1/1 Docusign Envelope ID:7A5FF12D-51 E8-42F9-B349-1 E092E85FC35 MIAMI-DADE COUNTY PUBLIC SCHOOLS Small Business Enterprise (SBE)Certificate THIS CERTIFIES THAT The Stout Group LLC IS OWNED AND CONTROLLED BY A(N) SBE Tier 2 PURSUANT TO MIAMI-DADE COUNTY PUBLIC SCHOOL BOARD POLICY 6320.02 August11,2020 August11,2023 6519199 Issue Date Expiration Date Vendor No. -4A. Jennifer D.Andreu Economic Equity &Diversity Compliance Officer Office of Economic Opportunity Miami-Dade County Public Schools 1450 NE 2nd Avenue -Suite 428 Miami,Florida 33132 Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 LOCAL WORKFORCE PARTICIPATION PROGRAM Responsible Contractor Affidavit Form In accordance with Article Ill,Section 3140 cf the Miami Beach Code,all contractors and subcontractors of any tier performing on a city contract valued in excess of $1,500,000 for ()the construction,demolition,alteration and/or repair of city buildings or city public works projects,or (ii)a contract valued in excess of $1,500,000 wrich provides for privately-funded construction,demolticn,alteration and/or repair of buildings o improvements located on city-owned land,and which are subject to Section 3140 of the Miami Beach Code shall comply with the requirements of the Local Workforce Participation Program. The undersigned Contractor affirms that should it be awarded the Contract pursuant to this solicitation,it shall comply with the following: 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 opport residency,the Contractor (s)shall provide the residence address of each worker. Jose M.Sanchez Manager Print Name of Affiant Print Title of Affiant l The Stout Group,LLC 1[2e]2y Name of Firm oat I 10850 NW 138 Street Bay 3 Florida 33018 Address of Firm State Zip Code Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 SCHEDULE OF VALUES Bidders should fully complete the Schedule of Values to include quantities,units of measure,unit pricing, and totals.The cost of any item(s)of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s)is most applicable.Both unit price and extended total prices must be stated in units of quantity specified in the bidding specifications.Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. INDIAN CREEK (SR AIA}BIKE LANE PROJECT -COLLINS AVENUE FROM 25TH STREET TO 41ST STREET ROADWAY PAY ITEM DESCRIPTION UNIT Quantity UNIT TotalNo.COST 1 $$ Mobilization LS 1 3464.89 7,46181 2 TRAFFIC CONTROL $$ 0102 14 OFFICER HR 1,072 at..021440.- 3 $$ 0102 60 WORK ZONE SIGN ED 10,452 0.33 ,39L.50 ~ 4 CHANNELIZING DEVICE-$$ 0102 74 1 TYPES I,II,DI,VP,DRUM,ED 18,480 0,18 3,33 3LORLCD 5 CHANNELIZING DEVICE-$$ 0102 74 8 PEDESTRIAN LCD FD 37,332(LONGITUDINAL 0.0a 2,43.65X CHANNELIZING DEVICE) 6 $$ 0102 76 ARROW BOARD/ADVANCE ED 268WARNINGARROWPANEL 135 1 48 9-I 7 PORTABLE CHANGEABLE $$ 0102 99 MESSAGE SIGN,ED 268 r46°4.co oTEMPORARY» 8 TEMPORARY $$ 0102 104 SIGNALIZATION AND ED 1,876 24.33MAINTENANCE,o.o' INTERSECTION Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 9 TEMPORARY TRAFFIC $$ 0102 107 DETECTION AND ED 1,876 24.391MAINTENANCE,0,o INTERSECTION 10 $$ 0102115 TYPE Ill BARRICADE ED 384 0.22 14.s 11 $$0102913 REMOVABLE TAPE,WHITE,GM 1.960 02 5021SOLID6"10,00.-1h,00.I 12 $$0102913 REMOVABLE TAPE,GM 0.920 so2 9,a0•31 YELLOW,SOLID,6"VOo. ROADWAY SUBTOTAL 145,133,0k $ - SIGNING &PAVEMENT MARKING 13 $$ 0104 18 INLET PROTECTION EA 62.000 ,oso.SYSTEM ¾I a~t .- 14 $$ 0523 3 PATTERNED PAVEMENT SF 6,570 o>24.°>+is3,ex0. 15 SINGLE POST SIGN,F&I $$ 0700 1 11 GROUND MOUNT,UP TO 12 AS 3 2-z:;OJ30..,rOO.=SF » 16 SINGLE POST SIGN,F&l $$ 0700 1 21 BARRIER MOUNT INDEX AS 2 0 80.>11871/700-013 UP TO 12 SF 4,c00.I 17 SIGN PANEL,FURNISH &$$0700 INSTALL GROUND MOUNT,EA 7 a-]-Q:,3101 %-».3.-UPTO12SF I 18 $$0700 SIGN PANEL,REMOVE,UP EA 7 2 4 3601 TO 12 SF 200.1,40. 19 $$ 0705 11 1 DELINEATOR,FLEXIBLE EA 14 as0 >TUBULAR 30.< 20 $$Iv070613RAISEDPAVEMENTEA136\(,?/~{1le-MARKER,TYPE B Docusign Envelope ID:7 A5FF 12D-51E8-42F9-B349-1E092E85FC35 21 THERMOPLASTIC,$$ 0711 STANDARD,WHITE,SOLID,LF 641112418"FOR DIAGONALS AND J,OJ 432.9t..- CHEVRONS 22 THERMOPLASTIC,$$ 0711 STANDARD,WHITE,SOLID,LF 181112524"FOR STOP LINE AND } C,.2e-28K-CROSSWALK 23 THERMOPLASTIC,$$ 0711 STANDARD,WHITE,2-4 LF 2,497.44 11141 DOTTED GUIDELINE/6-10 0 02 24$)49)--GAP EXTENSION,6" 24 0711 THERMOPLASTIC,$$ 11160 STANDARD,WHITE,EA 9 30.-MESSAGE OR SYMBOL 3.510.I 25 0711 THERMOPLASTIC,$$ STANDARD,WHITE,EA 8 2>c111702-0.";)_-ogo ,,...ARROW I • 26 0711 THERMOPLASTIC,$$ PREFORMED,WHITE,EA 16 €>g 14160 1,av0.1120.MESSAGE I 27 0711 THERMOPLASTIC,$$ PREFORMED,WHITE,EA 8 214170€.-ARROW 1 oco.-I I 28 THERMOPLASTIC,$$ 0711 STANDARD-OTHER LF 6,895.68 16101 SURFACES,WHITE,SOLID,0 o 13,313L6"2.-- 29 THERMOPLASTIC,$$ 0711 STANDARD-OTHER LF 295.680 2 8?).¥16102 SURFACES,WHITE,SOLID,3.-- 8" 30 THERMOPLASTIC,$$ 0711 STANDARD-OTHER 2,835.36 16131 SURFACES,WHITE,SKIP,LF 0 39 $50.0%6",10-30 SKIP OR 3-9 LANE I DROP 31 THERMOPLASTIC,REMOVE $$ EXISTING 0711171 THERMOPLASTIC SF 131 s2%°00 PAVEMENT MARKINGS-,80. I SURFACE TO REMAIN 32 PAVEMENT MARKING $49 $a "°SF 4,723 49,$04-PAINT REMOVAL Docusign Envelope ID:7 A5FF 12D0-51E8-42F9-B349-1E092E85FC35 33 34 ZICLA ZIPPER A (INCLUDES $ INSTALLATION)EA 574 1..,..._'cf,;,95.°- ZICLA ZIPPER B (INCLUDES $ EA 574 325.%INSTALLATION) $ ,.-.1 50." 4 $ a? TOTAL BASE BID AMOUNT (Items 1-34) End of Bid Price Form. Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 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 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. THE BIDDER ACKNOWLEDGES THAT THE TOTAL BASE BID INCLUDES THE COSTS OF 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: a Unit of Measure Quantity Unit Price Extended Method Total $0_v CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00□Cost for compliance with all Federal and State requirements of the Trench Safety Act [NOTE:If the box above is checked,the Bidder must fill out the preceding Trench Safety Act Form in order to be considered responsive.] Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 ATTACHMENT D INSURANCE REQUIREMENTS D ocusign Envelope ID :7A 5F F 12 -51E 8-4 2F9-B34 9-1E 092E85FC 35 INSURANCE REQUIREMENTS The Contractor shall maintain and require that their subcontractors maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract.The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract,which could result in withholding of payments or termination of the contract. A.Workers'Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease.Should the Contractor be exempt from this Statute,the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract.The exempt contractor shall also submit (i)a written statement detailing the number of employees and that they are not required to carry Workers'Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii)a copy of a Certificate of Exemption. B.Commercial General Liability Insurance on an occurrence basis,including products and completed operations,property damage,bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence.If a general aggregate limit applies,either the general aggregate limit shall apply separately to this project or the general aggregate limit shall be twice the required occurrence limit. C.Automobile Liability Insurance covering any automobile,if Contractor has no owned automobiles,then coverage for hired and non-owned automobiles,with limit no less than $2,000,000 combined per accident for bodily injury and property damage. D.Professional Liability (Errors &Omissions)Insurance with limits no less than $1,000,000 per occurrence or claim,and $2,000,000 policy aggregate. E.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.) F.Umbrella Liability Insurance in an amount no less than $10,000,000 per occurrence.The umbrella coverage must be as broad as the primary General Liability coverage. G.Contractors'Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim,and $2,000,000 policy aggregate. 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. Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 INSURANCE REQUIREMENTS Notice of Cancellation -Each insurance policy required above shall provide that coverage shall not be cancelled,except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation -Contractor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required.However,this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers -Insurance must be placed with insurers with a current A.M.Best rating of A:VII or higher.If not rated,exceptions may be made for members of the Florida Insurance Funds (i.e.FWCIGA,FAJUA).Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage -Contractor shall furnish the City with original certificates and amendatory endorsements,or copies of the applicable insurance language,effecting coverage required by this contract.All certificates and endorsements are to be received and approved by the City before work commences.However,failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them.The City reserves the right to require complete,certified copies of all required insurance policies,including endorsements,required by these specifications,at any time. CERTIFICATE HOLDER MUST READ: City of Miami Beach c/o Exigis Insurance Compliance Services P.O.Box 947 Murrieta,CA 92564 Kindly submit all certificates of insurance,endorsements,exemption letters to our servicing agent, EXIGIS,at: Certificates-miamibeach@riskworks.com Special Risks or Circumstances -The City of Miami Beach reserves the right to modify these requirements,including limits,based on the nature of the risk,prior experience,insurer,coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the Contractor of his liability and obligation under this section or under any other section of this agreement. Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 Procurement Requests -C2 G MIAMIBEACH 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 (ITB)2024-514-ND INDIAN CREEK BIKE LANE PROJECT. (CAPITAL IMPROVEMENT PROJECTS) RECOMMENDATION It is recommended that the Mayor and City Commission approve the award of a contract to The Stout Group,LLC,the lowest,responsive,responsible Bidder to Invitation to Bid (1TB)No.2024- 514-ND for the Indian Creek Bike Lane 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 protected bike lane on Indian Creek Drive was identified as a Priority 1 project in the adopted 2016 Transportation Master Plan Project.The City's Transportation and Mobility Department has worked extensively with the Florida Department of Transportation (FOOT)to enhance the proposed bicycle lane along Indian Creek Drive from 25th to 41 st Streets.As part of the enhancement,FOOT has approved the use of the Zicla Zipper as the protection device for the bike lane. The work includes the establishment of a Traffic Control Plan (TCP)/Maintenance of Traffic (MOT) plan,removal of the existing pavement marking and center lane Raised Pavement Markings (RPMs)to accommodate the bike lane striping,installation of the proposed Zicla Zipper bike lane delineators,striping,signage,and pavement marking. To engage a contractor to complete the bicycle lane project,1TB 2024-514-ND was released. ANALYSIS On August 26,2024,the 1TB was issued.The Procurement Department issued bid notices to approximately 6,184 companies utilizing the City's e-procurement system,with 36 prospective bidders accessing the solicitation.A voluntary site visit and pre-bid conference to provide information to proposers submitting a response was held on September 3,2024.1TB responses were due and received on September 26,2024.The City received two (2)bids from the following firms:Edifica LLC,and The Stout Group,LLC.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 The Stout Group,LLC meets the requirements of the 1TB,including: Docusign Envelope ID:7 A5FF 12D-51E8-42F9-B34 9-1E092E85FC35 1 .Licensing Requirements:Bidder shall be State of Florida Certified General Contractor OR Miami Dade County Licensed General Contractor to be considered for award. The Stout Group,LLC is State certified as a General Contractor.The state license number is CGC1507974,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 two (2)projects within Miami-Dade County or Florida Department of Transportation (FOOT)roadway,with a construction cost of at least $700,000.00 within the last ten (10)years,one (1)of which must be completed. The Stout Group,LLC provided two (2)positive and satisfactory references documenting compliance with the minimum experience requirement. 3.Previous Experience of Bidder (Firm)Project Manager.Bidder's Lead Project Manager must have completed one (1)project within Miami-Dade County or Florida Department of Transportation (FOOT)roadway within the last ten (10)years The Stout Group,LLC submitted proof of the required experience for its personnel. 4.Previous Experience of Bidder (Firm)Superintendent.Bidder's Superintendent must have completed one (1)project within Miami-Dade County or Florida Department of Transportation (FOOT)roadway within the last ten (10)years. The Stout Group,LLC submitted proof of the required experience for its personnel. Accordingly,The Stout Group,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: The Stout Group,LLC (The Stout Group)is a Miami-Dade County certified Small Business Enterprise (SBE)that has been in business for twelve years and has provided general contractor services to various South Florida cities,municipalities,highway authorities,and agencies.Previous work includes services for the Florida Department of Transportation,Miami Dade County,and the City of Hollyw ood and Miami Gardens,among others.In February 2021, the City awarded The Stout Group a contract for routine and emergency services.Under this agreement,The Stout Group has completed the following projects:The Harmonization of 1825 West Avenue ("Blue Building")Project and the rehabilitation of 20-inch north and south water mains along the McArthur Causeway Bridge.To date,the City is satisfied with the services provided by The Stout Group. FISCAL IMPACT STATEMENT The bid submitted by The Stout Group,LLC,the lowest responsive and responsible Bidder,was for the grand total bid amount of $843,000.The contract total with the City's contingency is $927,300. The Stout Group,LLC Grand Total: Plus 10%Owner's Contingency: Total: Does this Ordinance require a Business Impact Estimate? (FOR ORDINANCES ONLY) $843,000.00 $84,300.00 $927,300.00 D ocusign Envelope ID :7A 5FF 12D -51E 8-4 2F9-34 9-1E 092E85FC 35 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 106-0820-069357-26-410-530-00-00-00-66122 =$648,849 Subject to Capital Budget Amendment to be presented at the October 30,2024,Commission Meeting=$278,451 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 The Stout Group,LLC,the lowest responsive and responsible Bidder to 1TB No.2024-514-ND for the Indian Creek Bike Lane 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? No Was this Agenda Item initially requested by a lobbyist which,as defined in Code Se._2-481, includes a principal engaged in lobbying?No If so,specify the name of lobbyist(s)and principal(s): Department Procurement Sponsor(s) Co-sponsor(s) Condensed Title Award 1TB 2024-514-ND,Indian Creek Bike Lane Project.CIP/PR Docusign Envelope ID:7A5FF 12D-51E8-42F9-B349-1E092E85FC35 TABULATION INVITATION TO BID (1TB)2024-514-ND FOR INDIAN CREEK BIKE LANE PROJECT Grand Total Bid Amount Footnote 'R ecom m ended for A w ard