Loading...
R2B. - . I Nl~I~1 O T~ ~ I [~ FOR CITY OF MIAMI BEACH RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM, NEIGHBORHOOD NO. 12 -SOUTH POINTS PHASES III/IV/V ~; Miami Beach, Florida ITB # '! 7-09/ 10 BI® OPENING: February 9 (s, 20'10 ail' 3:00 prvti Gus Lopez, CPPO, Procurement Director - PROCUREMENT DIVISION 1700 Convention Center Drive, Miami Beach, FL 331.39 wvnv.miamibeachfl.gov F:\PURC\$ALL\MARTA\Bids\09-10\ITB 17-09-10 Sauth Pointe Phases 3-4-5\ITB 17-09-10 Sovth Pointe Phases 3-4-5 Final.doc ~_~S ~~~ COMMISSION ITEM SUMMARY. Condensed Title: Request For Approval To Award A Contract, .Pursuant To Invitation To Bid No. 17-09/10, For The Construction Of The City Of Miami Beach Right Of Way InfrastructureJmprovement Program, Neighborhood No. 12, South Pointe Phases Ill,. IV And V; Authorize The Administration To Engage 1n Value Engineering To • Further Reduce The Cost And Time For Completion Of Said Project; Authorize The Mayor And City Clerk To Execute An Agreement WithTrans Florida Development Corporation, In The Amount Of $9,950,715.92, For The Construction Of The Project,. Plus Approve A Project Contingency In The Amount Of $995,071.59 For A Grand Total Of $10,945,787.51 To Be Paid From Funds Previous) A ro raated In'The Ca ital Bud et. ICe Intended Outcome Su orted; ~~ ~ Ensure well maintained infrastructure. ` Supporting Data (Surveys, Environmental Scan, etc.): The 2009 Customer.Satisfactioh Survey{nd{cated the ~~~ 4% of residents rated storm drainage as excellent or good; 28% rated it as poor. Completing this Project w dd to the heeded upgrades in this area and improve overall rating.. Issue: Shall` the Ci Commission a rove the award of the Contract? Item Summa /Recommendation: OrnJanuary 12, 2010, lnvifation to Bid (the °ITB") No. 17-09!1.0 was issued,. resulting in the receipt of eleven (11) responsive bids: On April 27; 2010, the Technical Review Panel (TRP) and a representative from Chen & Associates, the Engiheer of Record, convened to review the bids submitted ahd to conduct a 20 minute interview of the contractor's key personnel. The TRP recommended Globetec Construction, LLC, the second lowest bidder, for award. Globetec's grand total bid amount is $11,334;115.40. The difference in price with the lowest bidder, Trans Florida Development is $1,383,399.48; ' The Administration conducted addifional interviews with both Globetec and Trans Florida Development. The,. Administration feels comfortable recommending Trans Florida, the lowest bidder, for award of a contract. Trans Florida's team brings many years of experience in infrastructure construction, project management and design to successfully complete the project within budget and schedule. A6~PR®1/E TtiE AtfVARD OF CONTRACT. . Adviso Board Recasatmendation: - N/A Ci CleSk's O~Ce Gus Lopez Ext. 6649 i'9nanctal in$OPmatl®@i; . Source of Amount Account Approved Funds: ~ $ 268,719.40 South Pointe RDA Fund 379-2333-069357= Construction 2 $9,681,_996.52 - `South Pointe Capital Fund 389- 2333-069357 -Construction 3 $ 995,071.59 South Pointe Capital Fund 389- 2333-000356 - Contin enc ®BPI Total $'I0,94~5,757.51 r; financial IrrapaCt SUmrnary: ~! De merit Dire Assistant Ci iifia er C' ~i er GL COC EM JGG JM T:\AGENDAA20101Ju{y 141Regular\ITB Z7-09-10 South Pointe SUMMARY.dac ACEiSlUA ITEt49 ~G. t~ ~~ ~ . i~~t .' Ci4y of Af9i®mi Becch, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov COMIfviISSlOi~Il~Efv10RANDU1v~ . To: Mayor Matti Herrera Bawer and Members of the City Commission `SUBJECT: .REf~UEST FOR APPROVAL TO AlIVARD A CONTRACT, PURSUANT TO IN\liTATION TO BID N0.1.7-09!1'0, FOR-THE CONSTRUCTION OF THE CITY OF MIAfVIi BEACH RIGHT OF WAY INFRASTRIICTIiRE 1(i~PROVEMENT .. _ PROGRAM, NEIGHBORHOOD N®.12lD1E/F, SOUTH POINTS PHASES 111, IV AND V; AUTHORIZE THE ADMINISTRATION TO ENGAGE IN VALUE ENGINEERING TO FURTHER REDUCE THE COST- AND TIME FOR .COMPLETION OF SAID PROJECT'; AUTHORIZE 'THE MAYOI'. AND CITY CLERK TO EXECUTE AN AGREEMENT WITH TRANS' F,L.ORIDA _ $)EVELOPI~IENT CORPORATION, IN THE AMOUNT OF $9,950,715.92, FOR ' _ THE CONSTRUCTION OF THE PRO,DECT, WITH PREVIOUSLY. APPROPRIATED FUNDING AVAILABLE FROM SOUTH POINTS RDA FUND 379 IN THE AMOUNT OF $268,719.40, AND FROM SOUTH POINTS CAPITAL FUND 389, IN THE AM041NT OF $9,681,996.52 F06Z CONSTRUCTION; AND ~• - APPR©VINt~ PREVIOUSLY APPROPRIATED FUNDING tN THE AMOUNT OF _ ~ $995,071.59, FROM SOUTH POINTS CAPITAL FUND 389 FOR. PROJECT CONTINGENCY,. FOR A GRAN®T®TAL~ OF $10,945,787.51 f ADMI[~ISTRATION RECOMMENDATION Approve the award of contract: ICEY INTENDED OUTCOME ... Ensure value and the timely delivery of a quality capital project. . ~ FUNDING _ Funding in the amount of $10,945;787.51 has been previously appropriated in the Capital. Budget, as follows: .. Cortstre~~tlmno $ 268,719.40 South Pointe RDA Fund 379-2333-069357 • $ 9,681,996.52 South Pointe Capital Fund 389-2333-069357 $ 9,950,715.92 - . ~tintln~erecy. . ~ $ 995;071.59 South Pointe Capital Fund 389-2333-000356 _ $'!0,945,787.51 - GrancF Total . ANALYSIS On April 11, 2006, the City Commission approved the Basis of -Design Report (BODR}, • completed and submitted by Chen and Associates (Chen} forthe South Pointe RDA Phase ' I11 lV and V Project. This BODR was the culmination of a comprehensive planning effort that included input from and reviews b'y residents, various. City Departments, and-the Desigri Review Board (DRB). ~~ .. FROM:. ~ Jorge M: Gonzalez, City Manager DATE: July 14, 2010 • Gity Commission Memorandum -South Pointe Improvemenfs Phase Ill !U and V Construction Contract Award Memo .lmy 74, Zoo ' ..Page 2 of 8 ' The Project limits in general are bounded by Washington Avenue, 5th Street, Oceah Drive, South Pointe Drive, Jefferson Avenue, Alton Road,. and 1St Street. The proposed work activities are anticipated along the following: Collins Avenue, between 5t'' Street and South Pointe Drive ® Collins,C.ourt, between 5th Street grid South Pointe Drive ® Ocean Drive, between 5t" Street and South Pointe Drive ` Ocean Court, between 5th Street and South Pointe Drive . ~ ~ ~ ®. 4th Street, between Washington Avenue .and Ocean Drive 2"d Street; between Washington Avenue and Ocean Drive . m 1St Street, between Washington Avenue and Ocean Drive ®- South Pointe Drive, between Alton Road and Ocean Drive ~. • ~ Jefferson Avenue, between South Pointe Drive and 1st Street m Alton Road south of 5th Street to South Pointe Drive . Biscayne Court, between Jefferson and Washington Avenues e Commerce Street; between Jefferson and Washington Avenues , Commerce Court, between Jefferson and Washington Avenues The Project Scope of Work includes improvements to the stormwater collection and disposal .system, including construction of twenty-one (21) gravity wells, stormwater pump station, water distribution system upgrades, roadway reconstruction, roadway milling and resurfacing, streetscape enhancements such as additionallandscaping, irrigation and up- Lighting, traffic calming installations such as bulb 'outs and "mid-block crosswalks, signage ,and pavement markings, additional pedestrian lighting, and enhanced pedestrian linkages. On February 2, 2009, invitation to Bid (!TB) No.17-08/09 was issued with a bid opening date of March 13; 2009. Seven (7)-bids were received as a result of the bid process as follows: ® Central Florida Equipment Rentals, inc. Horizon Contractors; Inc. .. ` m Man ..Cori, lnc. . MCM, Corporation. Ric-Man Construction, .Inc. ' ® Ric-Man International,.lnc: Unitech Builders Corp. Please reference "Attachment A" far a bid comparison between Calendar Year 2009 and 2010. Apxrii 22 and May 13, 2009 City Corre~veissioca IV~eetings On Apri! 22, 2009, the City Manager's recommendation for the award of the construction contract to Central Florida Equipment Rental, Inc was presented to the City Commission. The City Commission deferred the item fromthe April 22, 2009 commission meeting to May 13, .2009. The item was subsequently withdrawn from the May 13, 2009 commission meeting. . . Upon further consideration, the City Administration .recommended the rejection of all bids, and the re-issuance of a new ITB for the following reasons: Following the bid opening and' evaluation, the City Administration recommended the award of a contract to Central Florida Equipment Rentals. However,.during the April - 22, 2009 .commission meeting, .Ric-Man. International,, and MCM Corporation, - presented arguments to the City Commission in favor of awarding the contract to 401.. r • • City Commission Memorandum -South Pointe Improvements Phase 111IV and V Construction Contract Award Memo July 74, 20t 0 Page 3 of 8 - , their firm. Also, residents and the City Commission raised concerns regarding the current project scope of work,. associated with stormwater and pavement improvements. In addition, many of the bids received by the City were significantly lower than the available construction budget which provided the City an opportunity to include additional scope of work that may be necessary to address the concerns .raised by residents and the City Commission. ® Based on further on-site evaluations with the City Administration and the Project . team conducted on Tuesday, May 12, 2009, and Friday, May 15, 2009, itwas agreed that certain components of the project would be further investigated. As a result, the . following scope of work was added: Enhancements to the design of the stormwater Co6lection and..®isposal System at ~alleyways and Drainacoe "Hot Spots" j `~ Additional catch basins at alleyways, to further enhance the collecfion of stormwater. The alleyway between Collins Avenue and -Ocean Drive, south of 15f Street, previously, identified to be vacated by the City was also .included in the scope of .work. ~~ Addition of stormwater improvements to a drainage hot spot flooding area in the vicinity of 15t Street and Jefferson Avenue. This area was not previausfy included in the scope of the.Project since a Developer had recently made improvements. 15t Street was not in the previous scope of the Project. Addition of stormwater improvements, including. the introduction of a pump station to address ahe drainage "hot spot" along South Pointe Drive, between Washington Avenue and Alton Road; and an area south of South Pointe Drive, along Washington Avenue. ® Addition of stormwaterimprovements to a drainage "hot spot" along the South Pointe Drive, betuveen Ocean Court and the °Sunrise Plaza°. A portion of this area was to be improved by a Developer, however, the Developeris idle and the infrastructure is required. ~econstruciLion of Roadwavs and e4ilevwavs . Specific roadway sections require reconstruction due to evident failure of the base, and/or sub-base, as opposed to the milling and resurfacing previously specified. Areas identified for. reconstruction in the on-site investigation includes: ' Collins Court and Ocean Court from South Pointe'Drive to 5th Street. ® Ocean Drive, from South Point-Drive to 2"d Street Collins Avenue, from South Pointe Drive to1st Street 15t Street, east of Washington Avenue ffi South Pointe Drive, between Washington Avenue and Ocean Drive ~. Commerce Court and Biscayne Court. . l3,dd"aticssa! ~atermain ~eplacenaen$ ® Biscayne Court, from Alton Road to Washington Avenue (Approximately 500 linear feet) Commerce Court, from Aftori Road to Washington Avenue (Approximately 600 ,.linear feet) 'Ocean Court, from South Pointe Drive to 2nd Street (Approximately1000l~near feet). ~- _ 402 City Commission Memorandum:- South Pointe Improvements Phase 111 IV and V Construction . ~~ Contract Award Memo July 14, 2090. . Page 4 of 8 ' An additional 2,100 linear feet of water main replacements were included. On May 22, 2009, the Engineer of Record (Chen and Associates) provided the Citywith an assessment of the scope required to address the additionaiwork in-south Pointe Phase Jll, - IV, and V Project, as outlined above. Chen and Associates also provided, an estimate of construction costs and he associated design and engineering fees. l"he estimated . construction costs for the roadway reconstruction, alleyways stormwater improvements,. and watermain replacement was $2,353,000. _ ~ On July 1, 2009, Chen submitted a detailed scope of work and a.fee schedule for the City's ' review. The original additional services fee requested by Chen for the additional scope of n work was $_181,249. The CIP and City Manager's Office staff held further discussions and negotiations with Chen, to refine the additional scope of services needed. The refinement of " the scope resulted in the fees being negotiated to $107,320, .comprised of $94,320, in basic services, plus an additional $13,000, in~reimbursable expenses. On September.9, 2009, Amendment No. Z to the Agreement between the City and Chen and Associates; Inc., in the negotiated amount of $94,320, (plus an additional amount of ,$13,000, for approved reimbursables); was apprvvedby the City Commission for the above stated work. On November 30 2009, Chen and Associates submitted the revised 90% Construction Documents. The 90% Plans, Specifications and Cost Estimate, were distributed to various City .Departments for review and comments, and. the bid documents were finalized in January 2010. 1fVVi'TRTI©N.TO BiD N®. B7- Q9/10 131 1'R®CESS On January 12, 2010, Invitation to Bid iVo. 17-09/10 was issued, and aPre-Bid Conference was held on February 2, 2010. Seven (7) addenda were issued to provide additional information and to respond to all questions submitted by the prospective bidders. The bid opening due. date was extended from February 13~' to March ~?9, 2010: Bidsync and Bidriet issued bid notices to 90 and 186 prospective bidders respectively. The notices resulted in the receipt of eleven (11 }bids from the following companies: Central Florida Equipment Rentals, inc. Foster Marine Contractors, Inca. Globetec Construction, LLC Horizon Contractors, Inc. ~ . ® "Lanzo Construction Co. of Florida ffi Munilla Construction Management, LLC dba MCM Ric-Man International, Inc. = Southeastern Engineering Contractors, Inc. ® Trans Florida Development Corp. w Turner Construction Company ® UVilliams Paving Co.; Inc. 403 -City Commission Memorandum -South Pointe Improvements Phase 11! N and V Construction- Contract Award Memo - July 14, 2010 Page: 5 of 8 , The following Table 1 provides the bid tabulation results. of the total amount bid. for. all eleven (11) responses to.iTB No. 17-09/10: - Table'? Company IUame ~ 'Total Amount Bid Trans Florida Development Corp: $9,950,715.92 Glabetec Construction, LLC $11,334,.115.40 Central-Florida E ui ment & Rentals, Inc. $11,949,338:60 Southeastern En ineerin Contractors, Inc. $12,497 776.84 Horizon Contractors, Ihc. $12,603,525.61 Ric-Man International, Inc. $12,998,412.12 Williams Paving Co., Inc. $13,451,777.17 Forster Marine Contractors; lnc. $14,834,058.89 Lanzo Construction of Florida $14,957,677.00 Turner Construction Company $15,424,678.86 MCM _ $15,623,461.46 • Please reference'°Attachment Bn for a more. detailed 'bid tabulation summary for ITB 17- 09/1'D. - Alloinrances in the Project pricing included Permit Fees that may be incurred, by the contractor by the various agencies having jurisdiction over the project; the vacuum cleaning .and reconstitution ofi the drainage structures} or new disposal well(s) in the event that they ~ , become clogged or lose their performance capacity at the .completion of the construction ~. activities at no fault of the Contractor, Dewatering under special conditions (contaminated sites); and for the FPL Electrical Service connection(s) in the total amount of $397,790. Additive Alternates in the Proiect which were all selected by the. City include the following: e Additive Altemate No. 1, a requirement of the Contract, for the Contractorto procure the services of a Public Relations Firm for a period of two (2) years to provide labor, supplies, and essential cor-~munications as may be required forthe fulfillment of the intert of the public information/liaison phase of the Work. The goal ofthese services .shall be to allow the.Contractorto keep stakeholders (City representatives, property '.owners, and residerts) affected by the work scheduled to be performed, informed prior to, during, acid after the Contractor's implementation of the infrastructure work. The ~ Contractor will develop and implement an effective and .successful public information/liaison program to ensure that, working in concert with City representatives, all required authorizations/releases are received from.affected property owners and to follow-up with stakeholders on any required warranty work andlor complaint resolution that may result from the Work, -until resolved by the Contractor. g Additive Altemate'No. 2, a requirement of the contract for the Contractorto provide a construction staging area, at its expense, properly zoned area suitable for material ~~ and equipment storage. The Contractor shall keep this area in a cleari and orderly condition, and to properly screen and fence the area so as not to cause a nuisance or sight obstruction to motorists or pedestrians. Additive Alternate No. 3, to provide a field office, equipped with telephone and intemet services,. to be shared by the Contractor and the City's Resident Project Representative (RPR} assigned to the Project 404 City Commission IVlemorandum - South Pointe Improvements Pbase Jil iV and V Construcfion Confracf Award Memo July 94, 2090 Page 6 of 8 ~ ~ On April 19, 2010, the Technical Review Panel (TRP), as well as support staff from the Design Engineer of Record. (EOR), Chen and Associates, convened to review, evaluate and rank the bids submitted for the South Pointe Phase Ill,1V and V, Infrastructure Improvement Project; 1Veighborhood 12. The Technical Review Panel consisted of the following. individuals: - ® Olivia Almagro-Johnson, Community Information Coordinator (non-voting) a Oscar Betto, P.E., Project Manager, .Chen and Associates (non-voting) 0 Aurelio Carmenates, P.E., Capital Projects Coordinator "® Carla Dixon, Capital Projects Coordinator ® Roberto Rodriguez, R.A., Capital Projects Coordinator ® Richard Saltrick, P.E., Engineering Division Manager Fernando Vazquez, P.E., City Engineer " Prior to the meeting, the TRP voting members were provided with. the proposals-submitted by each bidder, the performance evaluation surveys prepared by previous clients of the bidders, the risk assessment value added summary and the resumes of each firm's team propQSed to be assigned to the Project. On Aprill9, 2010, the TRP convened to rank the eleven (11) bidders based on the criteria - as outlined iri the'ITB. The TRP performed~an extensive review of the materials submitted which chronicled the history and past performance of the firms. !n addition, the performance ' , evaluation surveys completed by previous clients were reviewed and evaluated. As a result of the review process and consideration of the available construction budget,. the TRP short listed the (6) fop-ranked firms for the interview process (see, "Attachment C" for rankings}. The short listed firms were asked to make available their respective Project'IVlanagers, Site Superintendents, and -other key personnel for an interview. On April 27, 2010, a second meeting was convened to interview the (6) six short ,listed firms.. " It was the consensus of the TRP fihat the successful bidder's proposal "should have considered fihe challenges inherent to conducting heavy construction activities within a highly urbanized, commercial /residential, historic districtthat also experiences high demands from tourism as well as special events, as well as the challenges associated with dewatering in .the area of potentially contaminated sites, alternative means of dewatering and disposal of contaminated liquids and solids, and the- Department of .Environmental Resources` Management (DER(VI) .permit requirements. Protection of existing utilities and adjacent structures was identified as a priority for the panel. Following the interview with Trans Florida Development, the lowest bidder,. the TRP - determined that it could not rank them as the top-ranked firm, even though they submitted the lowest bid amount. During the interview process Trans Florida stated .that they planned to install the storm drainage system "in the~wet", versus pursuing alternate means of dewatering that were discussed by other bidders. Trans Florida did not contemplate dewatering in adjacent fo potentially contaminated sites. Instead, stated that they were relying solely on=the "Dewatering-Special Conditions" Allowance. included in the bid for the " .purpose of testing the system following its installation. Other bidders expressed that they included the costs associated with the dewatering adjacent to potentially contaminated sites, disclosed by the City during the bid process. 405' City Commission Memorandum -South Pointe Improvements (Phase 111 !V and V Construction • Contract Award Memo ' July 14, 2010 Page 7 of 8 - _ Given the recent setbacks that the City has had with DERM; and our inability to obtain dewatering permits, it is inevitable that this will. be an issue during construction. Other bidders showed a willingness to implement other methods of dewatering in a contaminated area, within their submitted bids, and brought previous project knowledge of how to handle this condition. ~ - Adetailed review'ofthe unit prices bid showed a large disparity between the average of the • ..other bidders' prices and. those of Trans Florida including the following critical project components: - , Furnishing and Installation of the Healthy Tree Fertilizer System Tree Well. System . ® Mobilization a Maintenance of Traffic (MOT) . ® .Lime rock - ® Gravity Well Concrete Structures ® Additional Dewatering & Sheeting - Globetec Construction (Globetec), the second lowest bidder, included the use of sedimentation tanks, and alternate .methods. to treat contaminated water, such as discharging off site, or re-using the treated water on site as :necessary. Additionally, Globetec stated at the meeting that they could complete the project within six hundred and - forty (640} calendar days from the issuance of the NTP, which is 30 days:prior to scheduled completion date. At the conclusion of the interviews, the TRP recommended Globetec Construction, LLC as • ~ the lowest and best. bidder. Globetec`s total bid amount is $41;334,115.40 which is the second lowest bid (see "Attachment B"). The difference in price between Trans Florida and Globetec is $1,383,399.48. ' cirY ~JIQ-N~4GER'S I~EVIE1ttf • After considering the review and recommendation of City staff, the City. Manager exercised his due diligence and requested additional. interviews by the Administration with the lowest bidder; Trans Florida Development,. and the Panel's recommended .bidder, Globetec Construction. Interviews were conducted, on May 28 with Globetec, and; on June 11 with Trans Florida, by fhe following individuals: ~ ', ® Fred Beckmann, PE Public Works Director ® Charlie Carreno, PE CIP Director Charles Fossler, CGC Senior Capital Projects Coordinator ' ~ Emanuel Mayer, CGC Special Assistant to. the City Manager ' After the interviews, the panel felt comfortable with recommending Trans Florida, the lowest bidder, for award. Trans Florida went on record to state that they had allowances in their base bid to install temporary gravity wells foruse to dewater• the utility trench; perform work out of sequence to accommodate -local business impacts; use of micro excavation equipment to mitigate the impact of construction in alleyways; accommodate business deliveries in their uvork zone; perform sidewalk demolition /construction in a ,phased approach so that work is completed in a 4 day cycle; perform daily construction area cleanup; use of water trucks and hand watering during demolition I construction activities so as to mitigate/abate dust; perform storefront window cleaning on a weekly basis along commercial areas; use of temporary platforms /sidewalks to. accommodate pedestr"san • traffic. Also, Traris Florida will. self-perform the underground utility construction with 406 .i - e -. - ' ~ City Commission Memorandum -South Pointe Improvements Phase 111 /V and V Construction ContractAward Memo July 14, 2010 Page 8 of 8 . dedica#ed crews and stood by-their bid amount and felt confident that they will be able to • complete the job successfully. ~ Trams Florida ®eveloprnent Cori. ~ , Trans Florida. Development is astate-certified Underground Utility and Excavation Contractor for 13 years.. Trans Florida Development has been directly involved in land deveiopmentfor residential and commercial projects, as well as municipal, County and State Government, such as roadways, bridges, street lighting, storm water drainage systems, water distribution systems, sanitary sewer systems and sewage lift stations., Trans Florida has recently completed the sanitary sewer and water distribution project in Key Biscayne, vuhich included the replacement of 23;000 If of water main, which was installed utilizing trench dewatering, and over 2T000 if of sanitary sewer with a lift station and force main; the project included also restoration of neighborhood streets, swales, roundabouts, . - sidewalks and driveways. The contracf amount was $9.5 million. A description of other. representative projects is attached ("Attachment D"). _ , Trans Florida's team brings manyyears of experience in infrastructure construction; project management and design to address any situation on this project. Dennis D. Maddox, P.E., ` Vice President and Senior Project Manager, worked at Miami-Dade Water and Sewerfrom • 1991 to 1999, becoming the Chief of the Construction Management Division in 1995. Mr. Gilbert A. Caamano is the project manager with over 25 years of engineering design background in infrastructure projects. Angel Farinas was the superintendent in the recently completed Key Biscayne project and various Miami-Dade Waterand Sewer projects. ... ~ .Excellent references were received from Trans Florida's clients, to include, Village of Key . Biscayne Village Manager (see "Attachment E") and Public Works Director, Florida Department of Transportation, Century Homebuilders, and D.R. Horton Inc. It should be noted that the City's regular process of considering the pricefor projects and its standard process for bidding construction projects has resulted in a price that is reflective of • the current markef. At present, it appears that the market is very competitive and that the City may continue to receive bids that are lower than those received in the past year or so. The public procurement process, which is an open and competitive,. transparent process, "_ has again served the City to provide the lowest and best bidder for this project, as it has in . he past, with a .proposed project cost which is approximately $2,400,000, lower than the construction budget. _ ~ The Administration recommends award of a -contract to Trans Florida Development Corporation pursuant to Invitation to Bid No. `17-09/10, #or the construction of the City of . Miami Beach Right of Way {nfrastructure Improvement Program, Neighborhood. No. 12, ..South Pointe Phases III, IV and V; far a grand total of $10,945,787.51. . ATTACHMEf3TS: A Calendar Year 2009 and 2010 Bid Comparison ' B Bid Tabulation C' RankinglShort Listing of Firms - TRP Meeting 4119/10 - D Represe tative Projects. E Letter,j;,ron~illage of Key Biscayne ` :: JMGItCAG/GL µ T:\AGENDA12010\July 14\Regular\ITB 17-09-10 South Pointe MEMO.doc - ~ 407 _ .( • i r'^a' N ~ .~ ® ~ ~ O (~ a"' . . . ~. ~` ` ® ~ ~ ~ ® O a.. ~ • O ~ r ~ N ~ O ~ ~ 6'1 ~® ~ ~, a ~- ~, } .. ~ ~ ~.. m®~ ~ ~ _ ~ ~ ~ o .. ~ V ~° N ~ 6fl 60 t~ . t~ M M W N V N M `~' P. a~i ~Q d ~ O N ~[ - 10 '~' M t0 ~ ~ ~ s{ ~ ~ ~ Q (r tD cc d - Q ~ ~. ~ Z ti M ~ ~ Z Z ~ ~ ~ ~ c3' o ~ ~ ~ . ~ ~ ~ ~ c~a ® o v Q- N ~. c. o m ee 61 ~ CD W 'tfl r r ~. o O tfi tf) 40 00 to ~ N Pr 'O? t~ CO r 0 r ! ~ r r M M A: A~ N ~ r eP h I ~' 6q O !~ to h t0 t0 CY O ~ O Rfi 07. i~ M OD r Cf 9` el' M r O ~ 1n M t4' 07 O O tt? M O N N N - Q G> ai M r O r ~' N -O N 07 N Ct M W et C7 tl' ~ ~ ~ 47 ~ ~ ~ ~~ fJ ® Cf? r 4A r tf3 r t~3 r ~fl r ~ r ~ r ffl~ r t~? ~ fA r to . O N O O ~ . p p f ~ h t q B~- ® ~ N O ~ O _! .~ ~ e - Ln ~{ t D O r ~ ~ Q ~ O N M O to ~ 00 O ~ ~ O Z r Z ~ Z ~ V ® fA ~ 4f? H9 ~ ..~ .~ V V UJ V ~ O ~ N ~ ~ .e$ .F ~ ~ C . ~ ~ Ca of ~ ~ V -~ G> L ~ ~ i U ~- w ' ~ ~ ~ 'L C ~ ~ ~ ® O - U ~ ~ . m -- ~ O U ~ c ~ O O O v '~ d ~ N ~ W C - O ~ ...~ ~ ~ O O U O ~' = '~ O > ~ . ~ ~ O ® ~ U ~ O. ~ :. ~ e o m Q1 L. (1 V ~.. Q ti L ~g $ G A 'L3 i ~ w+ a ~. ~ W C • ri.+ +.. M i O 'O ~~ O o e •~ v _ O ~ ~ _~ a ` ~ g m w LL ~ ~ ~ ~ ~ ~ V U O = O ~ $ .~ ~ . N ~ . ~ w N C ~ d ~ t~G ~ N O O v - 0 ts4 O V C V ~ lC g` r IDQ .8 N 67 O CF d cO 'CP OD r Cfl N. r t~ ~- O O O OD fD. CO t0 RP m ~ ifJ Ltl OD CC Rq N N h 00 CO r r +' C~ r t r r M M h t~ N ~Ci r '~ P. 1 ~ 1~ CO In O Id CO tp ~Y ~ O d' O~ -I~ M O] r Pr ~ ~- i}' M O d N M 'd' Oa ' O Q~ 6CJ N M N _ N '~'~ Qw M 07 d' W Q1 eC~ 67 00 .et ~ t4 Q '~ O~ r r N N N M CP' °3 ~ cq o y is -. ~ ff} r (fl r EA r Ef} r if3 r 6f} r fR} r ER r EA r ~ i3} r (!} O F^ 0 o d- o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 M v O O O O M 'd' O N O O O O O ~ O O O O O O O O CO . ~ tti O [D (h (7 C' tD r 00 CO ~ N Oi O N rt' O N M M ch 6) 1~ N r i ~ H3 'EH H} 4R ER ti} EH (f} fA .. r' (f} r (fl d d Q ~ O O O O O O O O O O O O O Cr O O O O O O O O O O CO - O O O -O O O O O ~. p p tf~ O O O O O O O rf' d 0 - O O O N O OD O O A O ~ ~ ~ . tp N CO ~' a0 ' ~ Oi V O r N ~ C4 ~ N ~ O ~ O N ~M ~ ER H9~ ' EtT Ef? - ~ Fi} ~ O O N O O O O O . o O O ~ O O L7 O O O O O O O O ~ O O M O O O O O O O O w ~~ o 0 o o r~ co o~ 0 o o 0 co 0 0 0 o 0 N o . co w m ~~ ~ ~ t+C C ~ p of O N to oo N cv .'d' N Its th r d' tt c0 1~ N ~ 67 N O T ~. tf3 ~T Ef} fA FA ~ ~ ~ ' ~ ~ ~. d . v V . Q L4 - ~ N O ~° 3' ~' .. N ice. O B! CO CO a O' '~ tC1 OD W r r O OD CO ~ , ap 61y tp co ~ n9 B~ ice. o~ co r e- r t9 h N r ' !~ 6~ 4t) 9~ OQ @~ ~'1 N 1~ to OD B ~ CO 00 `.~ G> ~ •CO N r r M N ~O 6d ~" 6n 00 ~ M N N r O M N N to 6i O O H ~ r i~ C'i M OD N 6tl ~ [fl 00_ N - ~ A7 r _ r N N N. M mod' d' ~h ~f ~ {P r b4 - r fA r K} r !!? . r ff? r ~ Ef3 r ~ d~D r d3 r fA r ff} p Fe^ r- ~ ~ ti .e+ ~ _L m J ~ ~ ' V C ~ ' V IL d • ~ ~ ~ ~ . ^ C y.. ~ V ~ ~ O w ~. ~ ~ W ~ ~ Rf ~ p C ~ ...+ C o Z ~ ~ ~. ~ 'g~ p o V O C o ~ o ~ ~ ~ ~ ci ~ U ~ • ~ ~ ~ ~ - t6 _ - ~ G C '~i •~ ' ~ C. ~ .i i d •~ rs ~ ~ C s g a~ Ul C s. A _ ~ V O y O ~ ~ C a f9 O b. ' ~ 1~ d , ~ ~r ~ v ~ ~ ~ V ~ V {~ ~ r , fU ` l6 .~ 5 C R ~ ~ . f O ~ C ~~ '~ ~ e C M ~ i` V 6 F~ C) U LC 4TJ U ~ ~ ~ ~ !i ' t- .~ r N M `d' c!9 t0 H~ O~ O O r r r r • ~El t~ m d Q T ty t- ~ M r O ~ 'd' ~ r ~ 1M`• COO ~ ~ O N N C \S N N N r r r r [- " - O C ' -O >_ ~ s ~Q N ~ ~ W ~ ~ C ~ a M r ~' N rY 'V' f~ O r . OD O C c Y r r X m _ 0 ~ (Q ' • t6 U m c o O tt> d' t0 O u7 'r cfl O ~ W u~ N u7 1~ ~' O d• ~'- ~ M ~' a .. T . N M d• to ~ CD ". 07 I` 0 r O ~ G Y r r O ~ m ~ C N ~ t.. Q N .`N. c M tf] N O CO r M 1~ tC~ O N T N M fl) CO V' 07 O ~ O T Y c r V Y C u Y . U ~ ~n c d !~ ti 'd• O to tp W V' O ~Y M if) O N M N to M ~ O N " N N O .d c c r" N M M tp GO tom. ,. O ~ O O ~ O N ~ ~ O ~ ~-° c •o V' Imo- 00 CO to (O LO Cfl M tD lfl tp M t0 r to O ~ O ~ 01 ct a `Y ~ ~ ,t :< ' ~ ~ m ~ e ~ °> ~ ~ ti s y i F ~ _ ~ m ~ ~ 0 ~z ~~ L . U N ~ ~ C - ~ ~ C ~ C r ~ i O ~ a ~~ v c .~ o V w® ~ ®° ° `o !~ u- o-e ~ ~ V O y ~ ~ . U O ~ ` . U ~ , r. : w ~ as ~ .,~ m ~ ~ ~ ~ b o ~ ~ os } ~ ~ ~~~' :~ tm Ll C7 ri L~ tJ! U 2 U tY u. V ~ is !m :..,,,.x.... . 410. I ~ ' • ~ Attachment D -South Pointe I({/IVN . (~ ~S FLORA DE~LOPIi~l~' COg2P... • General Engineering Contractor - ~ CITY OF NIIANlI BEACH RIGHT OF WAY INFRASTRUCTURE IlVTPROVEMENT_PROGR.AM, NEIGHBORHOOD NO. 12 - SOUZ~-I POINTE .. PHASES III / IV / V . . . " : _ ~ Representative Projects Islands at Doral III . Trans Florida Development was the General Engineering Contractor, Dennis Maddox, P.E. was the Project Manager, Angel Farinas was the Superintendent ProjecfLocation: NW 112 Ave andNW 86 Street, Dara1 Florida i. , Project Description: New construction of 43,965 Et of 8" water main, 43041E of 12" water main; 32,3621E " r~ of new 8" Sanitary Sewer, 10501E of 8" sanitary sewer force main, 26301E of 12" sanitary sewer force main, 2 new sanitary sewer pump station installed, 13,428 Lf of I8" exfiltration trench,. 26,6041E of 18" '• solid HDPE drainage pipe, 148,737 sy of asphalt pavement, swages, roundabouts, sidewalks and driveways. '~ C}vvner Contact: Iuan Alvarez, P.E. CDD Engineer. 10560 NVJ 27 Street, Suite 102; Miami, Florida 33172 " TeL 305-640-1345 Fax 305-640-1346 Project Award Amount $ 29,403,538.00, Final Contract Amount $ 30,173,729.47 Project Status:. Completed. `~ . 13960 S.VJ. I44 Ave, Rd., Miami, FL 33186 -Phone (305)378 2323 -Fax (305)378-b761 C_C # E982003 411 'i 'I .. Attachment D -South Pointe 111/IV/V i (' ~`RlS i<+.~.C~A l~~V>~L®P141~1~I'I' ~®RPe . General Engineering Contractor _ CITY OF M[.A1VII BEACH RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM, NEIGHBORHOOD NO. 12 - SOUTH POINTE . PHASES .III / 1V / V ' ( Representative Projects ~ s-778 Trans Florida Development was the General Engineering Contractor, Dennis Maddox, P.E. was the Project •' Manager, Angel Faunas was the Superintendent Project Location: SW 87 Ave from SW 132 ST to SW 120 St - Project Description: Miami-Dade Watex and Sewer Project. Furnish & Install 4300 If of -16",' 12", 10", 8", ~~ and 6" force main, cross connect existing force mains as.well as private Lift station connections to new ` force main. Complete trench restoration, roadway milling and resurfacing and final pavement markings. "Owner Contact: Miami=bade Water & Sewer `Project Award`Amount $1,583,188.36, Final Contract Amount $ 1,631,488.36 Project Status: Completed ' 13950 S.vJ_ 144 Ave. Rd., Miami, FL 33186 -Phone {305)378-2323 -Fax {300378-51ST C.C ~ E9820o3 412 . r I~ ~, !, ,` i - . Attachment Q -South Pointe 'IiUIV/V T1~i~TS ~~R~A I3E~I~~PlY~I~IT COQ. i e General Engineering Contractor CITY OF MIAMI BEACIi RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM, NEIGHBORHOOD NO. I2 - SOUTH POINI~C ~ ~ PHASES IB / IV / V , ~~ - ~ Representative Projects . 5-821 E Trans Florida Development was the General Engineering Contractor, Dennis Maddox, P.E. was-the Project Manager, Angel Parings was the Superintendent ,. Project Location: SW 18 Rd and SW 2 Ave to SW, I I St and SW 4 Ave =Project Description: Miami-Dade Water and Sewer Project. Furnish & Install 18001E of 16"& 12" DIP • "~ sewer, manholes, cross connect to existing sewer system. Complete trench restoration, roadway milling and `• resurfacing and final pavement marldngs. . ' Owner Contact:. Miami-Dade Water & Sewer . r ~. Project Award Amount $ 1,337,557.07 Final Contract Amount $ 1,363,077.07 ' i Project Status: Completed .. . ~ , ~ , z `r ~ . j ,~. , -i . i ,~ _ i . ~j _ , • 13960 S.W. i44 Ave. Itd., Miami, FL 33186 -Phone {305)378 2323 -Fax {305}375-6161 C.C # E9ffi003 • I .. - . I Attachment D -South Pointe flf/IV/V TES k~O1~A I~EV~~.OJPN~l~T~' CO1ZP. General Engineering Contractor CITY OF MIAIv.~ BEACH RIGHT OF WAY INFRASTRUCTURE IlVII'ROVEMENT PROGRAM, NEIGHBORHOOD NO. 12 - SOUTH POINTE PHASES III / IV / V Representative Projects Village of Key Biscayne Zone 2/3 , Trans Florida Development was the General Engineering Contractor, Dennis Maddox, P.E. was the Project Manager, Angel Farinas was the Superintendent . Project-Location: Portion of Key Biscayne from W. Mashta Dr. on the south., Harbor Dr and Warren Lane on the west,. W. Hewer Dr. on the north and Fernwood Rd and Cxandon Boulevard on the east. ~~'> Project Description: Replacement of 20,850 ft of 8" water main, 2438 if of 12" wa#er main, 22,489 if of • ~ `~ - new 8" Sanitary Sewer, 26101E of 10" sanitary sewer and 1941 if of I2" sanitary sewer, 800 ]f of 8" sanitary sewer force main, 1 new sanitary sewer pump station installed; complete restoration of ' . neighborhood streets, swales, roundabouts; sidewalks and driveways. - Owner Contact: Armando Nunez, Public Works Director.,88 West MacIntyre Street, Key Biscayne, Fl. j ' 33149: TEL: (305) 365-8945, FAX: (305) 365-7757 , • Project Award Amount $ 9,392,909.00, Final Contract Amount $ 9,517,555.54 Project Status: Final Completion of e~~fras. ' ~_~ 13960 S.W. 144 Ave. Rd., IV~iami, FL 33186 -Phone (305378-2323 -Fax (30$)378-6161 C.C ~ fi982003 414 Attachment D -South Pointe IIl/IV/V '~'RA..1~S 1+~,®.~. ~~V~I~®P1V~I' ~~RPo - General Engineering Contractor ' CITY OF MIAMI BEACH RIGHT' OF WAY INFRASTRUCTURE IlVIPROVEMEN'T PROGRAM, NEIGHBORHOOD NO. 12 - SOUTH POINTE PHASES III / IV I V . ~_ - , ' ~ ~ ~ R.epresentatiee Projects Landmazk At Doral .. r ~ Trans Florida Development was the General Engineering Contractor; Gilbert A. Caamano was the Project Manager, Angel Fariuas was the Superintendent - ~ ,. ~ - ~ Project-Location: NVJ 107 Ave and NW 66 Street, Doral Florida Project Description: Mufti Family and Commercial development with New construction of 7585 ft of 8" ' water main, I3,7791f of 12" water main; 10653 1f of new 8" Sanitary Sewer, 7451E of 8" sanitary sewer • , . ~' ~ - force-main, I new sanitary sewer pump station installed, 75341E of IS" exfiltration trench, 3201 if of 24" exfiltration trench, 13571E of 15" solid HDPE drainage pipe, 140,850 sy of asphalt pavement, swales, . roundabouts, sidewalks and driveways. • . Owner Contact: Juan Alvarez, P.E. CDD Engineer. 10560 NW 27 Street, Suite 102, M.zami., Florida 33172 ~~ ~'' Tel. 305-640-1345, Fax 305-640-1346 , Project Award Amount $ 28,434,006.06, Final Contract Amount $ 31,042,350.00 , Project Status: In receivership by CDD Bond Holders . .~ _. .. • U"960 S.W. 144 Ave. Rd., Miami, FL 33I$b -Phone (300378 7.321 - F'ax (3Q737S-6161 C.C ~ E9820Q3 .. 415 I~ Aftachment D -South -Pointe l l I/IVIV~ ~ ,PAS ~'~€}R~A I~~~LGPIV>I~I~TT CGRP. General Eng~.eering Contractor _ ~ CITY OF ~ BEACH RIGHT OF WAY INFRASTRUCTURE IlVIPRGVEMENT PROGRAM, NEIGHBORHOOD NO. 12 - SOUTH POIN'IB PHASES III / IV / U. . IZ.epresentative Projects FDOT Contract T-6174 'i' Trans Florida Development was the General Engineering Contractor, Rolando Encinosa is the Project Manager, and Rolando Gonzalez is the Superintendent Projec# Location: Perimeter Road from NW 72 Ave to NW 57 Ave Project Description: Florida Department of Transportation Project. 1.5 mile reconstiucnon of Perimeter ^ Road from a two lane roadway to a.four lane dzvided highway with drainage, curb and gutters, Culvert . . ~ ~ crossing and tie in to existing rail road. • Owner Contact: FDOT, CEI Engineer, Jose Gonzalez, P.E. CIMA Engineering PO Box 557397 Iv1iami, Florida 33255 T. (305)835-02621(954)435-5882 F. (305)397-1957/(954)337-0301 .. ' Project Award Amount $ 4,883,285.28 Final Contract Amount $ unlmown ~ ' Project Status: Under construction, 80 % completed . ~ ~ .. . 13960 S_w. 144 Ave. Rd.; Nfiami, FL 33186 -Phone (305 375 2321-Fax (305)378-51b1 C.C m E982003 ' .416 { + Attachment D -South Pointe I11/fV/V . ~~ Al~dS FLORA DEV~I.~9PI6~fid'I` COQ. General 1ingineering Contractor . CITY OF ll~ BEAGH RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PR®GRAM, NEIGHSORH~OD NO. 12 -SOUTH POINTS PHASES III / IV / V - ~. ~ .. ~ Representative Projects ° W-862 Trans Florida Development was the General En_a~neering Contractor, Dennis Maddox, P.E. was the Project ' ' Manager,-Angel Farinas was the Superintendent Project Location: SW 127 Ave and SW 216 St ~ ° . Project Descripfion: Miami-Dade Water and Sewer Project. Furnish & Install M,800 if of 36"& 24" DIP ' _~ water main, sub-aqueous crossing of both mains across SFWMD C-11 canal and connect to existing water treatment plant. Complete trench restoration, roadway milling and resurfacing and final pavement _• marlangs. Owner Contact: Miami-Dade Water & Sewer _ Project Award .Amount $ 3,885,306.83 Final Contract Amount $ unlmown Project Status: Under construction, 70 % completed ~. 1 - - .J 13960 S_VT. 144 Ave. Rd, Maori, FI.33186 -Phone (305)378 2323 -Fax (30S}378-fii61 C.C # E982003 ~~' 41T I ,. 1 'r i is 'l - 1 Attachment D -South Pointe III/IV/V S ~A I~E~~.,GPI11!77EI~' ~GI~P. . General Engineering Contractox -- ~ CITY OF MIAMI BEACH RIGHT OF WAY INFRASTRUCTURE ' IlVTPROVEMENT PROGRAM, NEIGHBORHOOD NO. Z2 - SOTJTH POINTE ' -` ' PHASES III / IV / V ' ~ Representatzve Projects FDOT Contract T-6192 - Trans Florida Development was the General Engineering Contractor, Rolando Encinosa is the Project - Manager, and Rolando Gonzalez is the Superintendent . Project Location: US 1/ SR S from SW 288 St & SW 266 St Project Description: Joint Participatation.Projecthetween Miami=Dade Water & Sewer and the Florida ' ;'~ Department of Transportation. The project is a 2 mile reconstruction of US 1 and the construction of a new . ~ . - 24"water main on US 1 with cross connections at major'intersections along the route. Owner Contact: Miami-Dade Water & Sewer, FDOT, CEI Engineer, Arturo Perez, P.E., P.S.M. ' Pinnacle Consulting Enterprises, Ina. ' I ~ Project Award Amount $ 10,830,721.23 Final Contract Amount $ unknown - - Project Status: Under construction, 5 %_completed .~ ~ - ~_i - 13960 S.VJ. 144 Ave. Itd., Miami, FL 3318b -Phone (305)378 2323 -Fax (305).178-6i6I t;.C ~ E982003 • ,. 418 Attachment E -South Pointe Phases III/tVN - ,, ' ~, _' VITrLAGE OF I~EY EISCAYNE ~o.-_. a^ Office of the Village IVlanager B , D .. ' Village Council ' . . Robert L. Vernon, Mayor Enrique Garcia, mice Mayor • Michael W. Davey March 31, 2010 Robert Gusman r ~- Michael E. Kelly Jorge E. Mendia• Mr. A w{mo Me{o . Thomas Thornton ~] - ~ President • Village Manager Trans FloricEa Development Corp. Genaro "Chip" Iglesias ; yew S4 ~ I-`"r''r .i,~G1 f~c P.d. ' . Miami, Florida 33186 . • Dear Mr. Me{o, ` . 1 would tike to express my appreciation for the work that Trans Florida has performed at the ViAage of Key Biscayne during. the Water anc3 Sewer project The. replacement ~f all the water mains and converting over 700 homes from septic to sewer in a barrier island setting ~~ is an incredible task. Trans Florida provided a very aggressive pricing proposal that has been backed up by quality work. The conditions that the work crews faced were very difficult along with working along narrow streets: The professionalism exhibited by the entire team . - was very much appreciated, as well as, the willingness to adapt to unforeseen situations. ` Your company went above. and beyond when the Pillage of Key Biscayne needed your _ assistance and you even offered your resources to .assist with certain issues we faced that •. ,were unrelated to the prajec~t. in essence, you practiced good corporate citizenship. This has been a very difficult projecf for all due to the disruption a project of this magnitude c eater and 1 am certainly looking forward. to closure. 1-wanted to take this opportunity say ' "Thank. you" for delivering a quality project and for the work of all the employees ,assigned to this project. Re rds, Genaro "Chip, I ias ' Village Manager • 88 west Mclntyre Street ®5uite Z10 ~ K.ey Biscayne, Florida 33149 ®(305) 365-5500 e Fax 1305) 365-8936 I.USSiON SIATEMENT:'i0 PROVIDE A SAFE, QUALITY COMhIUNLTY ENVIRONhIENT FOR ALL ISLANDERS TEIROUGA RESPONSIDLE GOVERNbIENL" -• www.kepbiscspne~.gov . 419 COMPANY NAME: y ' ~ BID SCHEDULE (AMENDED 3/1812010) EIGHBORHOOD: No: 12 SOUTH POINTE ~ - PROJECT: "SOUTH POINTEROW INFRASTRUCTUREiMPROVEMENTS • PROGRAM PHASES III, IV & V Our TOTAL AMOUNT BID includes the total cost for the work specified in this bid, consisting of furnishing. all materials, labor, equipment, supervision, mobilization, demobilization, overhead & profit, insurance, permits and taxes to complete the Work to the full intent as shown or indicated in the Contract Documents. Cost component of award will be based on the•TOTAL AMOUNT BID plus Allowances, plus none, any or all alternates which may be selected at the City's sole discretion and based on funding availability. Bidders must fully complete the BID SCHEDULE Form to include 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. THE CITY WILL NOT ACCEPT ANY REVISION TO THIS UNIT PRICE FORM, DIVISIONS, LINE ITEMS, ADD ALTERNATES, OR GRAND TOTAL BID, AFTER THE DEADLINE FOR RECEIPT OF BIDS. ' COMPANY NAME (Enter name below): Trans Florida Develo ment • ' SUMMARY DIVISION 1 -GENERAL CONDITIONS $ 812,865.73 DIVISION 2 - $ITEWORK ~ $ 6,979,064,19 DIVISION 16 -ELECTRICAL $ 1,549,196.00 TOTALAMOUNTBID: $ 9,341,`125.92= ALLOWANCES: Permit Fees 1 AL 160,290.00 $ 160,290.00 Vacuum Clean & Reconstitute Drainage Well Structures 1 AL 100,000.OQ $ 100,000.00 ewatering -Special Conditions 1 AL 125,D00.00 $ 125,000.00 FPL Electrical Service 1 AL 12,500.00 $ 12,500.00 ALLQWANCE TOTAL; $ 397;790.00!; ALTERNATES: (See Section 1025) QUANTITY .UNIT UNIT"PRICE TOTAL`. ALTERNATE tJO. 1: PUBLIC INFORMATION LIAISON • 24 PER MONTH ' 3,333.33 $ 80,000.00. ALTERNATE NO. 2: STAGING 24 PER MONTH' 2,291.67 $ 55,000.00 ALTERNATE NO. 3: FIELD OFFICE 24 PER MONTH .3,200.00 $ ' 76,800.00 . ALTERNATES TOTAL: $ 21.1,800:00- DIV ITEM NO DESCRIPTION .BIDDERS . . QUANTITY 'UNIT UNIT PRICE TOTAL DIVISION 1-GENERAL CONDITIONS . " 1 BONDS AND INSURANCE 2.5% % 9,113,293.58 $ 227,832.34 2 MOBILIZATION 1 LS 6,850.00 $ 6,850.00 3, GENERAL CONDITIONS 24 MONTH 17,541:41. $ 420,993.89 4 SURVEY AND LAYOUT SITE CONTROLS 1 LS 134,000:00. $ 134,000.00 " 5 INDEMNIFICATION 1 LS 25.00 $ 25.00 6 MAINTENANCE OF TRAFFIC 1 LS `23,164.50 $ .23,164.50 DIVISIONS1 - GENERAL CONDITIONS`TOTALi -:$ 812;865.23' DIVISION 2 - SITEWORK STORMWATER: . ' PAVEMENT ASSOCIATED WI STORMWATER 7 REMOVE ASPHALT PAVEMENT 3938 SY 0.65 $ 2,559.70 8 REMOVE LIMEROCK BASE COURSE 3938 SY '0.60 $ 2,362.80 :ITB 17-09/10 - . DATE: 3/18/10 (AMENDED), CITY OF MIAMI BEACH PAGE 1 OF 7 COMPANY NAME: ~~~ ~~~~~~~ ~~'~' IV: TEM NO _.._ DESCRIPTION _ ~. -- BIDDERS . QUANTITY ' .UNIT UNIT=PRICE.' TOTAL 9 FURNISH TYPE B SUBGRADE STABILIZATION (LBR 40: 12-IN THICK) 3938 SY 1 .45 $ 5,710.10 10 LIMEROCK BASE (6-IN LIFTS, 12-IN THICK, DOUBLE COURSE PRIMED) 3938 SY 9.90 $ 38,986.20 ` 11 TYPE S-III ASPHALTIC CONCRETE PAVEMENT (2-IN, 2-LIFTS) 3938 SY 10:00- $ 39,380.00 DEWATERING' 12 SHEETING &DEWATERING ~ 1 LS 0.00 $ - f EXISTING UTILITIES 13 REMOVE EXISTING 8" DRAINAGE PIPE 257 LF 4.00 $ 1,028.00 14 REMOVE EXISTING 10" DRAINAGE PIPE 161. LF 4.25 $ 684.25 15 REMOVE EXISTING 12" DRAINAGE PIPE 553 LF 4.50 $ 2,488:50 16 REMOVE EXISTING 15"DRAINAGE PIPE 231 LF 4.90 $ 1,131.90 a 17 REMOVE EXISTING 18" DRAINAGE PIPE 1080 LF 4.90 $ 5,292.00 18 REMOVE EXISTING 24" DRAINAGE PIPE 845 LF 4.90 $ 4,140.50 19 REMOVE EXISTING 36" DRAINAGE PIPE 550 LF 6.00 ~ $ 3,300.00 20 REMOVE EXISTING DRAINAGE STRUCTURE 27 EA 180.00 $ 4,860.00- 21, ~ MODIFY EXISTING DRAINAGE STRUCTURES 39 EA 210.00 $ 8,190.00 22 'ADJUST EXISTING MANHOLE RIMS 197 EA 50.00 $ 9,850.00 23 CONNECT TO EXISTING DRAINAGE PIPE ~ 20 EA 300.00 $ 6,000.00 24 CONNECT TO EXISTING DRAINAGE STRUCTURE 25 EA 488.00. $ 12,20D.00 25 CLEAN EXISTING PIPE 2509 LF 4.00 $ 10,036.00 26 CLEAN EXISTING STRUCTURE 71 EA 100.00 $ 7,100:00 27 '..CUT AND RECONNECT EXISTING SANITARY LATERAL SERVICE 50 EA 350:00 $ 17,500.00 ,_ . DRAINAGE STRUCTURES -FURNISH AND INSTALL 28 INLET (CURB -TYPE P-5 OR P-6) 53 EA 2;445.41 $ 129,606.73 " 29 INLET {CURB- TYPE J-5 OR J,6) 1 - EA 3,642.27 $ 3,642.27 30 INLET (DROP CURB - TYPE P STRUCTURE &USF 5170-AM) 27. • EA 1,712.41 $ 46,235.07 31 INLET (DROP CURB - TYPE P STRUCTURE &USF 5130-6168) 3 EA 1,732.61 $ 5,197.83 32 INLET (DROP CURB -TYPE P-9) 1 EA 1,359.13 $ 1,359.13 33 INLET (VALLEY GUTTER TYPE) 3 EA 2,195:63 $ 6,586.89 34 INLET (OFF-SET DRAINAGE STRUCTURE) 3 EA 4,346.00 $ 13,038.00 35 MANHOLES (TYPE P) 1 EA 1,479.30 $ 1,479.30, , 36 MANHOLE (TYPE J STRUCTURE &USF 385 RING -USF COVER) . 26 EA 2,744.61 $ 71,359.86 37 .CONFLICT STRUCTURE (6' ROUND) 2 EA 3,618.49 $ 7,236.98 38 GRAVITY WELL CONCRETE STRUCTURE 23 EA 7,251..66 $ 166,788.18 39 MANHOLE (SEPARATOR BAFFLE BOX) 2 EA 8,479.95 $ 16,959.90 40 PRECAST CONCRETE STRUCTURES FOR TIDEFLEX VALVE (9'x5') WITH VALVES 2 EA 22,429.00 $ 44,858.00 ' DRAINAGE PIPE-FURNISH AND INSTALL ' 41 12-IN HDPE PIPE CULVERT 480 LF '8.40 $ 4,032.00 42 15-IN HDPE PIPE CULVERT 883 LF 28.25 $ 24,944.75 43 18-IN HDPE PIPE CULVERT ~ ~ 75 LF 43.80 $ 3,285.00 44` 24-IN HDPE PIPE CULVERT 3073 LF 40.45 $ 124,302.85 45 24-IN HP PIPE (SANITARY SEWER GRADE PIPE) 1127 LF 53.20 $ 59,956.40 46 24-IN C-905 PVC PIPE 1D LF 78.D0 $ 780.00 47 36-IN'HP PIPE (SANITARY SEWER GRADE PIPE) 550 LF 87.68 $- 48,224.00 48 36-IN C-905 PVC PIPE 10 LF 160.00 $ 1,600.00 49 . REMOVE AND REPLACE UNSUITABLE SOIL (REMOVAL OF MUCK/ORGANIC SOILS) 753 CY 12.00 $ 9;036.00 iTB 17-09/10 DATE: 3/18/10 (AMENDED) ,` , CITY OF MIAMI BEACH PAGE 2 OF 7 i. COMPANY NAME: ~ 2~~5 ~c-f/ 2•i~.9 ~E'~' DIV. ITEM NO DESCRIPTION BIDDERS . . QUANTITY UNIT UNIT PRICE : TOTAL- 50 BAFFLES _ 52 EA 177.70 $ 9,240.40 51 FLAPGATES 3 EA 1,175.00 $ 3,525.00 ' S2 DRAINAGE WELL - 120` BORING AND 80' - 24" CASING 23 EA 15,100.00 $ 347,300.00 PUMP STATION-FURNISH AND INSTALL 53 WETWELL, ELECTRICAL PANEL, ELECTRICAL SERVICE, WATER SERVICE, ~Gnor~nnniniini FITTINGS, VALVES, PUMPS; PIPING AND VALVE VAULT 1 EA 362,062.00 $ 382;062.00 54 24-1N C-905 PVC FORCE MAIN PIPE 55 LF 86.00 $ 4,840.00. 55 24-IN GATE VALVE 3 EA 12,842.00 $ 38,526.00 S6 24-IN FITTINGS (OUTSIDE WETWELL & VALVE VAULT) 0.20 TN '4,560.00 $ 912.00 57 PUMP STATION WELL AIR RELEASE VALVE AND PRESSURE SWITCH 2 EA 2,205.00 $ 4,410.00 SUBTOTAL STO RINWATER $. 1,764;124.49.; WATER: PAVEMENT ASSOCIATED WITH UTILITIES 58 REMOVE ASPHALT PAVEMENT 1694 SY 0.65 $ 1,101.10 59" REMOVE LIMEROCK BASE COURSE 1694 SY 0.60 $ 1,016.40 60 TYPE B STABILIZATION {LBR 40: 12-IN THICK) 1694 SY 7.45 $ 2,456.30 61 LIMEROCK BASE (6-IN LIFTS, 12-IN THICK,-DOUBLE COURSE PRIMED) 1694 SY 6.90 $ 11,688.60 62 TYPE S-III ASPHALTIC CONCRETE PAVEMENT (2-IN, 2-LIFTS) 1694 SY 10.00 $ 16,940.00 63 TEMPORARY ASPHALT - 1694 SY 10.00 $ 16,940.00 DEWATERING 64 SHEETING AND DEWATERING 1 LS -0:00 $ - EXISTING UTILITIES 65 REMOVE'AND SALVAGE EXISTING FIRE HYDRANT ASSEMBLY 25 EA 230.00 • $ 5,750.00 66 ABANDON EXISTING 6" WATER MAIN 6055 LF 0.50 $ .3,027.50 67, ABANDON EXISTING 8" WATER MAIN 2110 LF 0.50 $ - 1,055.00 68 REMOVE AND DISPOSE OF EXISTING WATER MAIN 350 LF 9.50 $ 3,325.00 69 CUT AND CAP EXISTING WATER MAINS 34 EA' 466.1 B $ 15,650.12 WATER IMPROVEMENTS-fURNISH AND INSTALL 70 8-IN DUCTILE IRON PIPE (DIP} ~ 9101 LF 33.44 $ 304,337.44 71 8-IN DIP FITTINGS 6.68 TN 4,192.78 $ 28,007.77 72' 8-IM VALVES /BOXES 60 EA 1,163.20 $ 69,792.00 73 8-IN VALVES /BOXES (ALTERNATE BID.ITEM) 14 EA 1;163.20 $ 16,284.80 74 6-IN DUCTILE IRON PIPE (DIP) 339 LF 25.31 $ 8,580.09 75 6-IN FITTINGS 0.33 TN 6,133.67 $ 2,024.11 ' 76 6-IN VALVES /BOXES 20 EA 778.60 $ 15,572.00 77 6-IN VALVES I BOXES (ALTERNATE BID ITEM) 3 EA 778.80 $ 2,336.40 - 78 4-IN DUCTILE'IRON PIPE (DIP): 420 LF f y 29:03 $ 12,192.6D 79 4-IN FITTINGS 0.2; TN .5,558.95 $ 1,111.79 80 4-1N VALVES /BOXES 8 EA 627.60 $ 5,020.80 81 EXISTING 20-IN WM OFFSET 1. EA 10,886.00 $ 10,886.00 82 REMOVE & REPLACE 8" SERVICE CONNECTIONS W/ METER BOX 6 EA 1,055.00 $ 6,330.D0 83 REMOVE & REPLACE 6" SERVICE CONNECTIONS W/ METER BOX 7 EA 1,029.00 $ 7,203.00 84 REMOVE & REPLACE 4" SERVICE CONNECTIONS W/ METER BOX 14 EA 1,379; 30 $ 19,310.20 85 REMOVE & REPLACE 2" SERVICE CONNECTIONS W/ METER BOX 113 EA 1,187.86 $' ~ 134,228.18 86 REMOVE & REPLACE 1" SERVICE CONNECTIONS W/ METER BOX 44 EA 1,000.47 $ 44,020.68 ITB 1.7-09/10 DATE: 3718/10 (AMENDED) CITY OF MIAMI BEACH PAGE 3 OF 7 • COMPANY NAME: ~ '"~~~ ~~0 Q~~.~ ~E~~ DIV : ITEM NO DESCRIPTION BIDDERS . QUANTITY . ` ,UNIT ` ~.~,. ,UNIT PRICE _ . - __ TOTAL- w: w 87 .REPAIR EXISTING WATER SERVICE (1" SERVICE) 18 EA 553.00 $ 9,954.00 88 REPAIR EXISTING WATER SERVICE (2" TO 4" SERVICE) 7 EA ' 1,154.42 $ 8,080.94 89 FURNISH. & INSTALL FIRE HYDRANT ASSEMBLY 17 EA 2,015.55 $ 34,264.35 90 RELOCATE EXISTING FIRE HYDRANT ASSEMBLY 3 EA 1,083.05 $ 3,249.15 91 FURNISH & INSTALL TAPPING SLEEVE AND VALVE 21 EA 4,563.81 $ 96,260.01 92 CONNECT TO EXISTINGWATER MAIN _ 21 EA 1,109.00 $ 23,289.00 93 ADJUST EXISTING VALVE BOXES 55 EA 185.00 $ 10,175.00 94 SAMPLE POINT 36 EA 471.30 $ 16,966.80 95 .AIR VACUUMlAIR RELEASE-VALVE WITH MAINTENANCE STRUCTURE 3 EA 2,601.00 $ 7,803.00 • SUBTOTAL UTILITY WORK`- WATER: 376;430 13 ,,. _ STREETSCAPE: DEMOLITION 96 CLEAR AND GRADE RIGHT OF WAY AREA 1489 SY 3.50 $ 5,211.50 97 MILLING OF EXISTING PAVEMENT{UP UP 4-IN DEPTH) 29734 SY 1,50 $ 44,601.00 98 REMOVE CONCRETE SIDEWALK 18459 SY 1.10 $ 20,304.90 99 REMOVE CONCRETE CURB 23847 LF 1.10 $, 26,231.70 1D0 REHABILITATE AND RESTORE EXISTING BRICK MANHOLES 6 EA 520.00 $ 3,120.00 • - 101. HANDLE, COORDINATE AND DISPOSE RAILWAY TRACKS ALONG 9 ST STREET 1 LS 5,OOD:00 $ 5,000.00 102 HANDLE, COORDINATE AND DISPOSE OF BURIED ARTIFACTS 550 CY 3.00 $ 1,650.00 ROADWAY 103 TYPE B STABILIZATION (LBR 40: 12-IN THICK) 3855 SY 1.75 $ 6,746.25 104 LIMEROCK BASE (12-IN LIFTS, DOUBLE COURSE PRIMED) 4240 SY 6.40 $ 27,136.00 - 105 TYPE S-III ASPHALTIC CONCRETE PAVEMENT (2-IN,.2-LIFTS) 31221 SY 9.90 $ 309,087.90 1D6 LOOP ASSEMBLIES ~ 4 EA 1;000.00 $ 4,000.00 107 ROADWAY RECONSTRUCTION 33750 SY 24.80 $ 837,000.00 SIDEWALKS 108 CONCRETE SIDEWALK (4-IN THICKNESS W/COLOR) 14129 SY 26.00 $ 367,354.00 109 CONCRETE SIDEWALK (6-IN THICKNESS WI COLOR & REINFORCEMENT .9546 SY 46:00. $ 439,116.00 .110 RESTORATION OF BRICK DRIVEWAYS AND PARKING SURFACES 1300 SY 49:5D $ 64,350.00 111 BRICK PAVERS (CROSSWALK) 2893 SY 59.00 $ 170,687.00 112 BRICK PAVERS (SIDEWALK) 285 SY 44.00 $ 12,540.00 113 ADA RAMPS 172 EA 236.50 $ 40,678.00 114 ADA DETECTABLE WARNING SURFACES 330 .." LP 47.30 $ 15,609.00 • 115 FURNISH AND PLACE WATER FILLED BARRICADES AND MERCHANT SIGNAGE 1 LS 32,625.00 $ 32;625.00 116 EXTEND.I RECONNECT EXISTING ROOF DRAIN 600 LF 97.45 $ .58,470.00 CURB AND GUTTER ' 717 CONCRETE CURB AND GUTTER (TYPE F) ,. 17792 LF 12.85 $ 228,627.20 118 CONCRETE CURB (TYPE D) 6055 LF 9.55 $ 57,825.25 119 ~ CONCRETE VALLEY GUTTER 5717 iF ~ 11.25 $ 64,316.25 120 CONCRETE TRAFFIC SEPARATOR 216 SY 52.25 $ 11,286.00 121 CONCRETEfLUME INLET (FDOT NO 216) 13 EA 2,145.00 $ 27,885.00 122 UTILITY POLE CONCRETE SLAB 77 EA ~ 15.40 $ 1,185.80 123 PERMEABLE CONCRETE VALLEY GUTTER 895 SY 12.55 $' 11,232.25 124 REINFORCED 6"X12"CONCRETE HEADER BAND IN ALLEWAYS (2 - #5REBAR) 8050 iF 9.35 $ 75,267.50 ITB 17-09/10 DATE: 3/18/10 {AMENDED) CITY OF MIAMI BEACH PAGE 4 OF 7 COMPANY NAME: ' '"Q/US AGO ~ /1~i9 ~f.~i'• . DiV. ITEM'NO DESCRIPTION BIDDERS . MISCELLANEOUS , QUANTITY ... ' UNIT ` UNIT PRICE' TOTAL' 125 - FURNISH & INSTALL TRASH RECEPTACLES 91 EA 945.00 $ 85,995.00 126 FURNISH & INSTALL BICYCLE RACKS 25 EA 350.00. $ 8,750.00 127 FURNISH AND INSTALL PEDESTRIAN HAND RAILS (FDOT INDEX NO. 870 - 5 EA 300.00 $ 1,500.00 128 REMOVE EXISTING PARKING METERS 436 ~ EA 25.00 $ 10,900.00 129 INSTALL PARABOLIC MIRRORS 1 EA 310.OD $ 310.00 130 CONCRETE CAR STOP - 23 EA 27.00 $ 621.00 SIGNAGE AND PAVEMENT MARKINGS 131 FURNISH & INSTALL NEW STREET SIGN 512 EA 220.00 $ 112,640.00 132 REMOVE & REINSTALL EXISTING SIGNS 44 EA 125.00 $ 5,500.00 133 REMOVE EXISTING SIGNS 159 EA 15.00 $ 2,385.00 134 FURNISH & INSTALL 6"THERMOPLASTIC (SOLID) 18835 LF 0.50 $ 9,917.50 135 fURNISH & INSTALL 6" THERMOPLASTIC (10' SKIP 30") 10508 LF 0.50 $ 5,254.00 136 FURNISH. & INSTALL 6" THERMOPLASTIC (2' SKIP 4") 2286 LF 0.50 $ 1,143.00 137 .FURNISH& INSTALL 8" THERMOPLASTIC (SOLID) B275 ELF 0.70 $ 5;792.50 138 'FURNISH & INSTALL 18"THERMOPLASTIC. (SOLID) 1612 LF 2.75 $ 4,433.00 139 FURNISH & INSTALL 12" THERMOPLASTIC (CROSSWALKS) 2460 LF 2.50. $ 6,150.00 140 FURNISH 8 INSTALL 24"THERMOPLASTIC (STOP BARS) 13032 iF • 4.D0' $ 52,128.00 141 FURNISH & INSTALL THERMOPLASTIC DIRECTIONAL ARROW 31 EA 55.00 $ 1,705.00 142 FURNISH & INSTALL THERMOPLASTIC"BIKE LANE" SYMBOL 62 EA ~ 125.00 $ 7,750.00 143 FURNISH 8 INSTALL THERMOPLASTIC "BIKE LANE" ARROW 62 EA 100.00 $ 6,200.00 144 FURNISH & INSTALL REFLECTIVE PAVEMENT MARKERS (RPM) 1020 EA 4.00 $ 4,080.00 ` 145 FURNISH & INSTALL THERMOPLASTIC YIELD TRIANGLES 22 EA 25.00 $ 550.00 146 FURNISH.& INSTALL THERMOPLASTIC PAVEMENT MESSAGE 6 EA 110.OD $ 660.00 147 FURNISH & INSTALL REFLECTIVE PAINT (MEDIAN NOSE) 33 SY 12.00 $ 396.00 148 FURNISH & INSTALL THERMOPLASTIC ADA PARKING SYMBOL 4 EA 275.00 $ 1,100.00 149 FURNISH & INSTALL TEMPORARY PAVEMENT MARKING 1 LS 57,67.7.10 $ - 57,677.10 LANDSCAPE 8 IRRIGATION ' DEMOLITION " '.150 .REMOVE EXISTING TREES (ALL SIZES) 35 EA 105,70 $ 3,699.50 LANDSCAPING - 151 MAYPAN COCONUT PALM (LOCOS NUCIFERA) - 24 FEET 256 EA 523.22 $ 133,943.04 152 ORANGE GEIGER - 12 FEET 56 EA 206.12 $ 11;542.44 153 WININ PALM- 14'FEET 20 EA 195.55 $ 3,910.90 154 FOXTAIC PALM - 14 FEET 3 EA 211.40 $ 634.20 155 ' NATAL PLUM {BOXWOOD BEAUTY) 431 EA 6.34 $ 2,733.40 156 LIVE OAKTREE (QUERCUS VIRGINIANA) - 14 FEET, 4" CALIPER. 69 EA 264.25 $ 18,233.25 157 GUMBO LIMBO TREE (BURSERA SIMARUBA) - 14 FEET - 13 EA 184.98 $ 2,404.68 158 ROYAL POINCIANA TREE {DELONIX REGIA) - 15 FEET 7 EA 264.25 $ 1,849.75 159 BEAUTY LEAF TREE (CALOPHYLLUM INOPHYLLUM) - 16 FEET, 4" CALIPER 4 ' EA 248.40 $ 993.60 160 PIGEON PLUM TREE (COCOLOBA DIVERSIFOLIA) - 14 FEET 39 EA 248.40 $ 9,687.60 161 PINK TAB TREE (TABEBUTA HETEROPHYLLA) - 12 FEET. 6 EA 206.12 $ 1,236.72 - 162 SILVER BUTTONWOOD TREE (CONOCARPUS ERECTA) - 12 FEET 11 EA 206.12 $ 2,267.32 163 ~ BRIDAL VEIL (CAESALPINIA GRANADILLO) - 12 FEET 4 EA 301.25 $ 1,205.00 164 VERAWOOD TREE (BULNESIA ARBOREA) - 14 FEET, 3" CALIPER 7 . EA 280:11 $ 1,960.77 ITB 17-09/10 DATE: 3/18/10 (AMENDED) CITY OF MIAMI BEACH PAGE5OF7 COMPANY NAME: ~~~~5 ~~~.~/ ~~ ~~-'~ ' DIV ITEM NO DESCRIPTION BIpDERS . QI1A,(JTITY U~JIT,• ;' UNIT PRICE, ; TOTAL 165 WEST INDIES MAHOGANY TREE - 14 FEET, 3" CALIPER 14 EA 256 97~ $ 3,625.58 166 ORANGE BIRD OF PARADISE (STRELTZIA REGINAE) - 1S GALLON 5 EA 79.26 $ 396.40 167 SHELL GINGER (ALPINEA ZERUMBET) - 1.5 GALLON 3 EA 42.28 $ 126.84 168 FIRECRACKER PLANT (RUSSELIA EQUISETIFORMIS) - 5 GALLON 148 EA 15.86 $ 2,347.26 • 169 XANADU PHILODENDRON (PHILODENRON SELLOUM) - 5 GALLON 34 EA 15.86 $ ~ 539.24 170 MAUI RED (IXORA COCCINEA) - 5 GALLON 197 EA 15.86 $ 3,124.42 171 BROMELIAD (ASSORTED) 74 EA 16.91 $ 1,251.34 172 BOUGAINVILLEA VINE (DWARF BOGAINVILLEA) 24 " EA 7.40 $ 177.60 173 DWARF SCHEFFLERA (SCHEFFLERA ARBORICOLA) 102 EA 6.34 $ &46.68 174 DWARF RUELLA (RUELLA BRITTONIA) - 625 EA 3.70 $ 2,312.50 175 ST.gUGUSTINE SOD 1843 SY 2.57 $. 4,736.51 176 PEANUT GRASS "ECO-TURF" SOD 2144 SY 2.71 $ .5,810.24 .177 WEED BARRIER CLOTH 1994 ~ SY 2.19 $ 4,366.86 178 TREE RELOCATION (TRANSPLANT (ALL SIZES) 120 EA 317.10 $ 38,052.00 179 ROOT INHIBITOR/BIOBARRIER 750 LF 6.87 $ 5,152.50 180 PINE BARK MULCH (3" DEPTH) 575 SY 5.29 $ 3,041.75 181 STRUCTURAL SOIL 878 CY 100.42 $ 88,168.76 182 PREPARED SOIL MIX ~ 650 CY 21.14 $ 13',741.00 183 TOPSOIL MIX 3987 SY 21.14 $ 84,285.18 184 STEPPING STONE 12"X24" 24 EA 10.57 $ 253.68 185 TREE WELL TREATMENT 262 EA 37.00 $ 9,694.00 IRRIGATION 186 IRRINET M1 AG - 48 STATION (MASTER 1ST AND 2ND RADIO) COMPLETE PACKAGE 1 EA 18,497.50 $ 18,497.50 187 IRRINET M -SCORPIO.- DC 24 STATION W/ RADIO, 40W SOLAR PANEL & 18" CABINET -COMPLETE PACKAGE 6 EA 11,098.50 $ 66,591.00 168 IRRINET M -SCORPIO - DC 36 STATION W/RADIO, 40W SOLAR PANEL' 8 24" CABINET -COMPLETE PACKAGE 3 EA 13,212.50 $ 39,637.50 189. REMOTE CONTROL VALVES 251 EA 158.55 $ 39,796.05 190 MOISTURE SENSORS 9 EA 118.92 $ 1,070.28 191 GROUNDCOVER IRRIGATION (SPRAY HEADS) 760 EA ~ 31.71 " $ 24,099.60 192 SHRUB IRRIGATION (SPRAY HEADS) 410 EA 31.71 $ 13,001.10 193 TREE IRRIGATION (BUBBLERS/ HTFS DRIPLINE) 294 EA 58.14 $ 17,093.16 194 2" SCH 40 PVC PIPE 2787 LF 5.29 $ 14,743.23 195 4" SCH 40 PVC PIPE 113 LF 3.70 $ 418.10 196 1/2 T 1" 200 PVC PIPE 41411 LF 2.12 $ 87,791.32 197 WATER METER WITH VALVE/PRESSURE VACUUM BREAKER,. BACKFLOW PREVENTER AND CAGE - 22 EA 2,114.00 - $~ - 46,508.00 198 BRASS BALL VALVE 22 EA .317.10 $ 6,976.20 199 CONNECTION TO MAIN, CORP. STOP, SADDLE, AND GATE VALVE 20' EA 1,255.57. $ 25,111.40 200 REPAIR'EXISTING IRRIGATION SYSTEM 12 EA 528.5D $ 6,342.00 SU BTOTAL STREETSCAPEi y 4 238 50957? DIVISION 2-- SITEWORK TOTAL: $ 6;979,064.19 ~. ITB 17-.09/10 DATE: 3/18/10 (AMENDED) CITY OF MIAMI BEACH. PAGE 6 OF 7 COMPANY NAME: ~~~/(-'~S /~~Q./~//~,~ ~~. DIV. ITEM NO. DESCRIPTION BIDDERS QUANTITY` UNIT UNIT PRIC 'DIVISION 16 -ELECTRICAL E %TOTAL, LIGHTING /ELECTRICAL 201 ELECTRICAL SERVICE 2 EA 5 498 00 $ 202 DISTRIBUTION PANEL, CONTROL CABINET, CONTACTORS , . 10,996.00 , PHOTOCELLS 2 EA 7,427.00 $ 14,854.00 203 LANDSCAPE TERMINAL BOX 204 CONDUIT AND WIRE 8 EA 350.00 $ 2,800.00 30636 iF 8 50 $ 205 SPARE CONDUIT- . 260,406.00 _ 206 LANDSCAPE UPLIGHTING 24100 EA_ 1.75 $ 42,175.00 184 EA 056 1 00 $ 207 -ELECTRICAL PULLBOX , . 194,304.00 224 EA 350 00 $ 208 PEDESTRIAN LIGHTING -ACOR , 78,400.00 N STYLE. POLE AND FIXTURE 204 209 EXISTING ACORN LIGHT POLES (REMOVED) EA 3,140.00 $ - ' 640,560.00 210 REMOVE AND REPLACE EXISTING ACORN LIGHT POLES 49 ~ - 149.00 $ 7,301.00 70 EA 3 238 00 $ 211 REMOVE AND REPLACE EXISTING COBRAHEAD LIGHT POLES 0 , . 226,660:00 3 Eq . 2,358.00 $ 70,740.00 DIVISION 16 -ELECTRICAL TOTAL• $ ~~ 1;549;196:00- TOTAL - AMOUNT'BID (D'(V.:.1 2 & 16)': g ~+ 341.,125:92' , Bidder's affirmation: - FIRM'S NAME (Print or Type): ~ ~(,, /~ C-f/~/.l7i9 ~~!/= SIGNATURE: I TITLE/PRINTED NAME: ~ / ~~ O ADDRESS: ~ ~~ ~~' ~~ ~ /~~ TELEPHONE NUMBER: _~~s•~ 3 ~~ _ ~3~ ,3 a fAX NUMBER DS" 7 r!oI r'p EMAIL: ~// ~~E/' ~ 7`~~Q~J` OECD ei,~ i?V~i 9 1TB 17-09/10 DATE:~3/18/10 (AMENDED) CITY OF MIAMI BEACH PAGE 7 OF 7 ~`• 00600. CONTRACT: , . ~ CONTRACT , . THIS IS A CONTRACT, .by and between the City of .Miami Beach, a political subdivision of the State: of Florida, hereinafter .referred to as CITY, and TRANS FLORIDA DEVELOPMENT .CORPORATION, hereinafter- referred to as CONTRACTOR. - W f T N E S S E T H, that CONTRACTOR ~ and CITY, for the considerations •, ~ ~ hereinafter named, agree as follows: ` - ~ ARTICLE 1 SCOPE OF WORK CONTRACTOR, hereby agrees to furnish all of the labor, materials, equipment services and ~incid'entals necessary to perform ail of the work described in the Contract ;Documents and related thereto for the Project. ARTICLE 2 , CONTRACT TIME 2.1 CONTRACTOR shall be instructed to commence the Work by written instructions in the form of a Standing Order issued by the City's Procurement Director and. a Notice to Proceed issued by the Contract Administrator. 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 - tfie date of the first Notice to Proceed. The first Notice to Proceed and Purchase Order'wilf not be issued until CONTRACTOR's submission to CITY of all required documents (including, but limited to: Payment and; Performance Bonds, and , Insurance Certificate) and'after,execution of the Contract by both parties. 2.1:1. The receipt'of all necessary permits by CONTRACTOR and acceptance- ' of the full progress schedule in accordance with technical specifications . section, submittal schedule and schedule of values is a condition ' ~ precedent to the issuance of a second. Notice'to Proceed to mobilize on the Project site and commence with physical construction of the work. . The CONTRACTOR- shall submit all necessary documents required by • this .provision within twenty-one (21) .calendar days of the issuance of the first Notice to Proceed. BID NO. 17-09/10 CITY OF MIAMI BEACH PAGE 67 of 141 DATE: 1 /12/10 ~~ 00600. CONTRACT: CONTRACT THLS IS A CONTRACT, by and between the-.City of Miami Beach; a political subdivision of the State of Florida,/lereinafter~referred to as CITY, and /~~5 ~fv~'ihq ~~'~~~' Cp/~'/r", hereinafter referred. to as CONTRACTOR. W, I T N E S S E T H, that CONTRACTOR and CITY, for the considerations hereinafter named, agree as follows: ART[CLE 1 SCOPE OF WORK CONTRACTOR hereby agrees. to furnish all of the labor, materials, equipment services and, incidentals necessary to perform all of the work described in the Contract Documents and related thereto for the Project. ~ ARTfCLE 2 r' CONTRACT TIME 2.1 CONTRACTOR shall be instructed to commence the Work by written instructions in the form of a Standing Order issued by the City's Procurement Director and a Notice to Proceed issued by the Contract Administrator. 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 limited to: Payment and Performance Bonds, and Insurance Certificate) and after execution of the Contract by both parties. 2.1 ~1. The receipt of all necessary permits by CONTRACTOR and acceptance of the full progress schedule in accordance with technical specifications section, submittal schedule and schedule of values is a condition precedent to .the issuance of a second Notice to Proceed to mobilize on the Project site and commence with physical construction of the work. The CONTRACTOR shall submit all necessary documents required by this provision. within twenty-one (21) calendar days of the issuance of the first Notice to Proceed: ~..r BID NO. 17-09/10 CITY OF MIAMI BEACH PAGE 67 of 141 DATE: 1 /1.2/10 2.2 Time is of the essence throughout. this Contract. This project shall be ..substantially completed within seven hundred and thirty (730) calendar days from the issuance of the second Notice to Proceed, and completed and ready for final payment in accordance with Article 5 within seven hundred -and ninety . (790) calendar days from the date certified by CONSULTANT as the date of Substantial Completion. 2.3 Upon failure of CONTRACTOR to substantially complete the Contract within the .specified period of time, plus approved time extensions, CONTRACTOR shall pay to CITY the sum of Two-Thousand Dollars ($2,000.00) for each calendar day after. the time specified in Section 2.2 above, plus any approved time extensions, for Substantial. Completion. After Substantial Completion should CONTRACTOR fail to complete the remaining work within the time specified in Section 2.2 above, plus approved time extensions thereof, for completion and readiness for final payment, CONTRACTOR shall pay to CITY the sum of One. Thousand ($1,000.00) for each calendar day after the time specified in Section 2.2 above, plus any approved extensions, for completion and readiness for final payment. These amounts are not penalties but are liquidated damages to CITY for its inability to obtain full beneficial occupancy and/or use of the Project. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by CITY as a consequence of such delay, and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of CONTRACTOR to complete the Contract on time. The above-stated liquidated damages shall apply separately to each portion of the Project for which a time for completion is given. 2:4 CITY is authorized to deduct liquidated damages from monies due to CONTRACTOR for the Work under this Contract or as much thereof as CITY may, in its sole discretion, deem just and reasonable. 2.5 CONTRACTOR shall be responsible for reimbursing CITY, in addition to liquidated damages, for all costs incurred by CONSULTANT in administering the construction of the Project beyond the completion date specified above, plus `approved time extensions. CONSULTANT construction administration costs shall be pursuant to the contract between CITY and CONSULTANT, a copy of which is available upon request of the Contract Administrator. All such costs shall be deducted from the monies due CONTRACTOR for performance of Work under this Contract by means of unilateral credit change orders issued by CITY as costs are incurred by CONSULTANT and agreed to by CITY. BID NO. 17-09/10. CITY OF MIAMI BEACH PAGE 68 of 141 DATE: 1 /12/10 ARTICLE 1 •~ . THE CONTRACT SUM j X ] This is a Unit Price Contract:* 1.0 CITY shall pay to CONTRACTOR the amounts determined for the total number of each of the' units of work completed at the unit price stated. in the schedule of prices bid. The number of units contained in this schedule is an estimate only, and. final payment shall be made for the actual number of units incorporated in or made necessary by the Work covered by the Contract Documents. 3.2 Payment shall be made at the unit prices applicable to each integral part of the Work. These prices shall be full compensation for all costs, including overhead and profit, associated with completion of all the Work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract unit price shall be included in the Contract unit price or lump sum price to which the item is most applicable. This is a Lump Sum Contract:* 3.1 CITY shall pay to CONTRACTOR for the performance of the Work described in the Contract Documents, the total price stated as awarded. 3.2 Payment shall be at the lump sum price stated in the Contract. Thisprice 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 lump sum should be included in the lump sum price to which the item is most applicable. *Note: Some Projects include both unit prices and lump -sums in which case both sections shall apply to the Work identified for each type of Contract. ARTICLE 2 PROGRESS PAYMENTS 2.0 CONTRACTOR may make Application for Payment for work completed during the Project at intervals of not more than once a month. CONTRACTOR's - , application shall show a complete breakdown of the Project components, the quantities completed -and the amount due, together with such supporting evidence as may be required by CONSULTANT. CONTRACTOR shall include, but same shall be limited to, at Consultant's discretion, with each Application for Payment, an updated progress schedule acceptable to CONSULTANT as required by the Contract Documents and a release of liens and consent of surety relative to the work which is the subject of the Application. Each Application for Payment shall be submitted in triplicate to CONSULTANT for approval. CITY BID NO. 17-09/10 CITY OF MIAMI BEACH PAGE 69 OF 141 DATE: 2/4/10 (AMENDED) • shall make payment to CONTRACTOR within thirty (30) days after approval by CONSULTANT of CONTRACTOR's Application for Payment and submission of an acceptable updated progress schedule. 4.2 Ten percent (10%) ~of all monies earned by CONTRACTOR shall be retained by CITY until Final Completion and acceptance by CITY in accordance with Article 5 hereof, except that after ninety percent (90%) of the Work has been completed, the Contract Administrator may reduce-the retainage to five percent (5%) of all monies previously earned and all monies earned thereafter. Any reduction in retainage shall be in the sole discretion of the Contract Administrator, shall be recommended by CONSULTANT and CONTRACTOR shall have no entitlement to a reduction. Any interest earned on retainage shall accrue to the benefit of CITY. All requests for retainage reduction shall be in writing in a separate stand alone document. 4.3 CITY may withhold, in whole or in part, payment to such extent as .may be necessary to protect itself from loss on account. of: 4.3.1 Defective work not remedied. 4.3.2 Claims filed or reasonable evidence indicating probable filing of claims by other parties against CONTRACTOR or CITY because of •~ CONTRACTOR's performance. ~~ 4.3.3 Failure of CONTRACTOR to make payments properly to Subcontractors or for material or labor. 4.3.4 Damage to another contractor not remedied. 4.3.5 Liquidated damages and costs incurred by CONSULTANT for extended construction administration. 4.3.6 Failure of CONTRACTOR to provide any and all documents required by the Contract Documents. When the above grounds are removed or resolved satisfactory to the Contract Administrator, payment shall be made in whole or in part. 1i BID NO. 17-09/1.0 CITY OF MIAMI BEACH DATE: 1 /12/10 .PAGE 70 of 141 ARTICLE 5 ACCEPTANCE ANO FINAL PAYMENT 5.1 Upon receipt of written notice from CONTRACTOR that the Work is .ready for final inspection and acceptance, CONSULTANT shall, within ten (10) calendar days, make an inspection thereof. If CONSULTANT and Contract Administrator find the Work acceptable, the requisite documents have been submitted and the requirements of the Contract Documents fully satisfied, and all conditions of the permits and regulatory agencies have been met, a Final Certificate of Payment (Form 00926) shall be issued by CONSULTANT, over its signature, stating that the requirements of the Contract Documents have been performed and the Work is ready for acceptance under the terms and conditions thereof. 5.2 Before issuance of the Final Certificate for Payment, CONTRACTOR shall deliver to CONSULTANT a complete release of all liens arising out of this Contract, receipts in full in lieu thereof; an affidavit certifying that all suppliers and subcontractors have been paid in full and that all other indebtedness connected with the Work has been paid, and a consent of the surety to final payment; the final corrected as-built drawings; and the final bill of materials, if required, and invoice. 5.3 If, after the Work has been substantially completed, full completion thereof is materially delayed through no fault of CONTRACTOR, and CONSULTANT so certifies, CITY shall, upon certificate of CONSULTANT, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 5.4 Final payment shall be made only after the City Manager or his designee has reviewed a written evaluation of the performance of CONTRACTOR prepared by the Contract Administrator, and approved the final payment. The acceptance of final payment shall constitute a waiver of all claims by CONTRACTOR, except those previously made . in strict accordance with the provisions of the General Conditions and identified by CONTRACTOR as unsettled at the time of the application for final payment. BID NO. 17-09/10 DATE: 1 /12/10 CITY OF MIAMI BEACH PAGE 71 of 141 ~~ ARTICLE 6 MISCELLANEOUS 6.1 This Contract is part of, and incorporated in, the Contract Documents as defined• herein. Accordingly, all of the documents incorporated by the Contract Documents shall govern this Project. 6.2 Where there is a conflict. between any provision set forth within the Contract Documents and a more stringent state or federal provision which is applicable to this Project, the more stringent state or federal provision shall prevail 6.3 Public Entity Crimes In accordance with the Public Crimes Act,, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other. provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the CITY, may not submit a bid on a contract with the CITY for the construction or repair of a public building or public work, may not submit bids on leases of real property to the CITY, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the CITY, and may not ,• transact any business with the CITY in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases' for a period of 36 months fromthe date of being placed on the convicted vendor list. Violation of this-section by Contractor shalt result in cancellation of the CITY purchase and may result in Contractor debarment. 6.4 ~ Independent Contractor CONTRACTOR is an independent contractor under this Contract. Services provided by CONTRACTOR pursuant to this Contract shall be subject to the supervision of CONTRACTOR. In providing such services, neither CONTRACTOR nor its agents shall act as officers, employees, or agents of the CITY. This Contract shall not constitute or make the parties a partnership or joint .venture. 6.5 Third Party Beneficiaries Neither CONTRACTOR nor CITY intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The .parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract. BID NO. 17-09/10 DATE:1/12/10 CITY OF MIAMI BEACH PAGE 72 of 1.41 G~ . - ~ ,.: <..6.6' Notices y 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 lasf specified: The place for giving notice shall remain the same ' as set forth herein until - changed in writing in the manner provided in this section. For the:, present, the ' ~ . -parties designate the following:. . -. ~ - For CITY: ~. Gus Lopez;`Procurement Director- Procurement Division 1700 Convention Center Drive, 3~d floor Miami Beach; Florida 33139 ~ , .: With copies to City Attorney - • ~ 'City of Miami Beach _ . 1700 Convention Center Drive Miami Beach, Florida 33139 . r _ for Contractor: Aquilino Melo, President Trans Florida Development Corp. ~ ' 13690 SW 144 Avenue Road ` ' ~ Miami, Florida, 33186 6.7~ Assignment and Performance , Neither Phis Contract nor any interest herein shall. be: assigned, transferred, or encumbered by either party.. Ln addition, CONTRACTOR. hall not subcontract .any portion of the work .required by this Contract except as authorized by.Section 27 of the .General Conditions: CONTRACTOR represents -that -all persons delivering the services required by this Contract ha~e_ the knowledge and skills, either by training, experience, education', or a combination thereof; to adequately ~. ' and competently .perform the duties, obligations, and services set forth in the . - ~ ~ .. Scope of Work and to provide and perform;. such services to CITY's satisfaction. ' for. the agreed compensation. -BID NO. 17-09/10 ~ CITY OF MIAMI BEACH. PAGE 73 of 141 DATE:1/12/10 6.6 Notices 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 fo the party for whom it is intended at the place last specified. . The place for giving notice shalt remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: , For CITY: Gus Lopez, Procurement Director Procurement Division 1700 Convention Center Drive, 3~d Floor Miami Beach, Florida 33139 With copies to: City Attorney . City of Miami Beach ~ . 1700 Convention Center Drive ` Miami Beach, Florida 331.39 For Contractor: . ~ s ~ ~ v~ ~ . i ~ > ~>~~ 6.7 Assignment and Performance. Neither this Contract nor any interest herein shall be assigned,, transferred,, or encumbered by either party. In addition, CONTRACTOR shall not subcontract any portion of the work required by this Contract except as authorized by Section 27 of the Gerieral Conditions. CONTRACTOR represents that alt persons delivering the services required, by this Contract have the knowledge and skills, either by training.,. experience, education, or a combination thereof, to adequately and competently .perform the duties, obligations, and services set forth in the Scope of Work and to provide and perform such services to CITY's satisfaction- ~~ ~ for the agreed compensation. BID - f 141 NO. 17 09/10 CITY OF MIAMI BEACH PAGE 73 0 DATE: 1 /12/10 ~') CONTRACTOR shall rf r pe o m its duties, obligations, and services under this Contract in a skillful and respectable manner.. The quality of CONTRACTOR's performance and all interim and final. ,product(s) provided to or on behalf of CITY shall be comparable to the best local and national standards. - 6.8 Materiality and Waiver of Breach CITY and CONTRACTOR agree that each requirement, duty, .and obligation set forth in these Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. CITY's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. 6.9 Severance In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless CITY or CONTRACTOR elects to terminate this Contract. An election to terminate this . Contract based upon this .provision shall be made within seven (7) days after the ~' -~ finding by the court becomes final. 6.10 Applicable'Law and Venue This Contract shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Contract, .CONTRACTOR and CITY hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Project. CONTRACTOR shall specifically bind all subcontractors to the provisions of this Contract. 6.11 Amendments ' No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the .Board and CONTRACTOR. 6.12 Prior Agreements This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, / ~i . B'ID NO. 17-09/10. CITY OF MIAMI BEACH PAGE 74 of 141 DATE: 1/12/10 agreements or understandings concerning the subject matter of this Contract that - ~ are not contained in this document. Accordingly, the parties agree that no deviation from the terms :hereof shall be predicated upon any prior representations or agreements, whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless set forth in writing in accordance with Section 6.11 above. IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. - AT EST: _ THE CITY OF MIAMI EACH _ (,!'/(, City Clerk _ May r CONTRACTOR MUST EXECUTE THIS CONTRACT AS INDICATED BELOW. USE CORPORATION OR NONCORPORATION FORMAT, AS APPLICABLE. [If incorporated sign below.] CONTRACTOR ATT _S .:~ -~ ''- r_ ~~'~~ ~'~ ~,~', s ~~ f.,~~ ' ti~ 4 ~~i .~~ ;.t "``; a .`~ S ` (Corporal `• Seal) [If not. incorporated sign below.} WITNESSES: .(Name of Corporation) By: 'n r (Prin Name .and Title) c, . / 'day of c~~f~~'I 20 ~~ CONTRACTOR APPROVED AS TO .. FOAM & LANGUAGE =FnN EXECUTION r~ .By' ~. (Slg Ur ~~~ City ttorn ~~ (Print Name and Title) day of 20 CITY REQUIRES FOUR (4) FULLY-:EXECUTED CONTRACTS, FOR DISTRIBUTION. BID NO. 17-09/10 DATE: 1 /12/10 CITY OF MIAMI BEACH PAGE 75 of 141 Page 1 of 3 Patterson, Kenneth . . ~~ ~ From: ~ ~ Dixon, Carla Sent: Friday, August 27, 2010 6:14 PM To: 'Rolando Encinosa' . Cc: ~~ 'Gilbert Caamano ; 'Dennis Maddox'; Melo@transFlorida.net; Fossler, Charles Subject: RE: SOUTHPOINTE PROJECT .Importance: High Follow Up Flag: Follow up Flag Status: Yellow ~ , Rolando; The following are items that were discussed at subsequent interviews with City Staff on May 28, 2010, and June 11, 2010, and. were taken into consideration in the. selection and award of the construction contract for the South Pointe Phase III, IV-and V ,Project to Trans Florida Development Corp (Trans Florida). As such, the City of Miami Beach is hereby requesting that Trans Florida present these items in a formal correspondence to the City for incorporation into the Contract Documents: Trahs Florida has also included allowances in their base bid for the following items: • To install temporary gravity vuells for use. to dewater the utility trench • To perform work out of sequence to accommodate local business impacts • The use of micro excavation equipment to mitigate the impact of construction in alleyways . • To accommodate business deliveries in their work zone ~; • 'To perform sidewalk demolition /construction in a phased approach so that work is completed in a 4 day ~ cycle . • To perform daily construction area cleanup • The use of water trucks and hand watering during demolition /construction activities so as to _ ~ mitigate/abate dust • To perform storefront window cleaning on a weekly basis along commercial areas • The use of temporary platforms /sidewalks to accommodate pedestrian traffic ' ~ • That Trans Florida~will self-perform the underground utility construction with dedicated crews • All costs associated with the dewatering of trenches for the installation of the water mains and storm water. system, are included within the line items in lieu of line item No. 64 • Trans .Florida recognizes that the allowance for "Dewatering -Special. Condition" is not intended to be utilized for actual dewatering activities (but environmental studies associated. with contaminated sites, at the City's sole discretion). • Trans Florida is aware of the work entailed within each unit price of the items bid, and items listed on the bid breakdown, including, but not limited to line item No.'s 25, 26, 66, 67, 123, 185, and will honor these bid ' prices throughout the Contract. term. • -The City has the option to reduce the services of the PfO as it deems necessary following the initial twelve (12) month contract period. • The City reserves its .rights to discontinue the requirement #or a field office as it deems necessary following. the initial twelve (12) month contract period.. . Trans Florida has represented to the City that Mr. Gilbert A. Caamano is the Project Manager that will be assigned to the Project throughout its duration; with Mr. Angel Farinas was the Project Superintendent. 9/8/2010 Page 2 of 3 • Trans .Florida will honor the following unit prices for the substitution of the HDPE pipe with the ADS HP pipe is as follows: ~ , ~• 12" Pipe: $14.66 per L.F. 15" Pipe: $46.52 per L.F. 18" Pipe:. $52.32 per L.F. 24"Piper $52.44 per L.F. • Trans Florida will .honor the following unit prices for the substitution of the. HDPE pipe with the A2000 PVC as follows: . " 12" .Pipe: $11.73 per L.F. ' 15" Pipe: $33.90 per L.F. - 18" Pipe: $47.85 per L.F. - 24" Pipe: $48.65 per L.F. ;, As soon as I receive the above mentioned correspondence, Procurement will finalize the Contract books and you. `may pick them up, execute them, and return them to us with the required insurance documents, etc, for final execution. Once the contract is executed, we will issue the first Notice to Proceed (NTP). Please do not hesitate to call" me if you have. questions. Thank you. ni~~i Carla S. Dixon, Capital Projects Coordinator CAPITAL IMPROVEMENT PROJECTS OFFICE 1700 Convention Center Drive, Miami Beach, FL 33139 Tel: 305-673-7071 /Fax: 305-673-7073/carladixon@. m iamibeachfl,gov From:. Rolando Encinosa [mailto:rolando@transflorida.net] Sent: Friday, August 27, 2010 2:42 PM To: 'Rolando Encinosa'; Dixon, Carla; Fossler, Charles Cc: 'Gilbert Caamano'; 'Dennis Maddox'; Melo@transFlorida.net Subject: RE: SOUTHPOINTE PROJECT • Hello Carla: Please let us know the status of the Contracts. We need to get started on this Job ASAP.. As we stated on our meeting atyour office last month, we have crews coming available in the next couple of weeks that have been _ assigned to the fvliami Beach Project. Let us know if there is anything else you need so we can get this Cantract issue finalized. Thank You ~~Cad"o ,~. Er~ciriosa 2Jr'aras ~FCOr~r~cz ~~}e•i,eCopmerrt Cn 13960 ,5.`~'l~'. 144tFi,~Uerrue ~r~pr~d ~'i-liarrai, rl'1~33186 . ' n. ff ce: 30~-37h'-2,23 ' '{,tgc~liiCe: 305-216-04-8 _ ~ . From: Rolando Encinosa{mailto:rolando@transflorida.net] ' Sent: Tuesday, August 24, 2010 2:45 PM To: 'Dixon, Carla'; 'Fossler, Charles' Cc: 'Gilbert Caamano'; 'Dennis Maddox'; '<Melo@transFlorida.net>' Subject: SOUTHPOINTE PROJECT .Dear Carla.: ~ " As requested, the price for the substitution of the HDPE pipe for the ADS HP pipe is as follows: 12" Pipe: $14.66 per L.f. 9/8/2010 Page 3 of 3 15" Pipe: $46.52 per L.F. - - 18" Pipe: $52.32 per L.F. 24" Pipe: $52.44 per L:F. - Based on the quantities in the Contract, thiswill be a $24,531.78 increase overthe cost of using A-2000. 1f you need additional information; please let us know. Also, as soon as the Contracts are available, please give us a call so we can have them picked up, executed and returned ASAP. Regards; ~ . ~,oCando ,~. Encinosa .~ rIrans F'Corida I~eveCopment Corp. . 13960 S. ZV. 144tH Avenue 1~,oacf ~Ytiami, x'133186 Office: 305-378-2323 91~1o6iCe: 305-216-0448 } -~ 'TRAleTS FI.,OR~DA DEVEL®PMENT C®12P'. General E1lgineering Contractor September 3rd, .2010 _Ms. Carla Dixon, Capital Projects Coordiriator Capital Improvement Pr-ojects Office 1..700 Convention Center Drive Miami Beach, F133139 RE: Miami Beach South Pointe Project -Phases III, .IV & V Dear Ms. Dixon: Pursuant to your request, this letter serves as Trans Florida Development's (TFD) assurance to - the City that we stand behind all the statements that we made on both of the interviews conducted by the City Representatives. Having said that, we would like to re-address the items that you'pointed out in your E-Mail dated on Friday, August 27~', 2010 at b:14 P.M., where you requested a formal correspondence from us. After reviewing the City Managers Review in page 406 of the City Commission's Memorandum, only the first ten items listed in your E-Mail appear in the Memorandum. We will, however, address. all of them, and attempt to comply with your request. . Item No. 1=After listening to the CD from the second nterview,,at 53:55 on the tape, Mr. Carreno asked if we would "re-establish existing wells". Mr. Maddox agreed that we would do so and "re-develop the wells if required". It was never stated in any part of the interview that we will agree to "install temporary gravity wells for use to dewater the utility trench", as pointed out in your correspondence. Item No's. 2 through 10 = We agree with these statements, with the exception that the word "weekly" was never said in regards to storefront window cleaning, however, we will perform this task as required. Additionally, we never said that we would use "temporary platforms" when it .comes to pedestrian traffic. We will, however, maintain sidewalk pedestrian traffic using the safest possible means. The items above cover all the items. shown on the Commission's Memorandum. Below we will address the rest of the items covered in your correspondence. ' Item No. 11-All costs associated with Item No. 64 are included. in other Line items, as stated in tlie.nterview's tape as well as previous_correspondence:. (Continued on Page No. 2) 13.960 S. W'. 144 Ave. Rd., Miami, FL 33186 - Phoae (305)378-2323 - Fa_~ (3.05)378-6161 C.C # E982003 • i TRAIVS,FI~®RIDA IDEVE]Gt}PMENT CORD. • General Engineering Contractor September aid, 2010 Ms. Carla Dixon [, Page No. 2 Item No. 12 -TFD recognizes that the allowance for "Dewatering-Special Conditions" is clearly described in Section 01025, Paragraphs 1.05(E) and 1.95(C) of the Bid Documents. Item No. 13 -TFD is aware of the work entailed within each unit price of the items, and were bid as described in the Bid Documents and will honor these bid prices accordingly. Item No. 14 -Regarding the PIO services, TFD will comply with the "Public Information/Liaison Services" as described in Section 01005,. Paragraph 1.01 (A) of the Bid Documents. Item No. 15 -Regarding Field O~ ce, TFD will comply with the "Contractor's.. Field Office" as described in Section 01590, Paragraph 1.0.1 (A) of the Bid Documents. . Item No, 16 -TFD will make every effort to maintain Mr:. Gilbert A. Caamano as the Sr. Project Manager and Mr. Angel Farinas as the Project Superintendent throughout the duration of the project to the best of its ability. Item No's. 17 &18 -TFD has provided unit prices to substitute the HDPE pipe with either ADS HP or A2000 PVC at the City,'s discretion, and will stand-by these prices: We hope that this correspondence will clarify all of your concerns. Please rest assured that it is our intention to provide the City of Miami Beach and its Residents with a project that we all will be proud of and that our Firm will be able to use for future references. . Sincerely; Trans Florida Development, Corp Rolando J. Encinosa, V.P. li960'S.W. 144 Ave: Rd., Miami, FL 3186 -Phone (305)378-2323 - Fay (305)378-6161 C.C # E982003 I ACORD CERTIFICATE OF LIABILITY INSURANCE 9i9i2oio ' PROOUCeR (305) 714-4400 FAX: (305) 714-4401 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE BROWN & BROWN INSURANCE-HBA DIVISION HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 2500 NW 79th Avenue ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite#-101" Miami FL 33122 INSURERS AFFORDING COVERAGE NAIC # INSURED wsuRERA Travelers Indemnity Co of 25666 Trans Florida Development Corp wsuRERB:Charter Oak Fire 25615 13960 Sw 144th Avenue Road wsuRERCTravelers Property 25674 INSURERD:Bridgefield. Emplo ers 10701 .Miami FL 33166 INSURER E C VERA E 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 MF-Y 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. AG REGATE LIMITS SH WN MAY HAVE BEEN RED CED BY PAID.CLAIMS. - INSR T ADD'L 1 RD TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MMIDDIYY POLICY EXPIRATION DATE MMIDDIYY - LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1 , 000 r 000 X COMMERCIAL GENERAL LIABILITY PREM SESOEa occurrDence $ 100 , 000 A CLAIMS MADE ~ OCCUR DTC01229R53ATIA10 5/22/2010 522/2011 MED EXP An one erson $ 5, 000 PERSONAL 8 ADV INJURY $ 1 , 000 i 000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY X. JECOT LOC AUT OMOBILE LIABILITY ~ ~ COMBINED SINGLE LIMIT $ 1 , 000 , Q00 X ANY AUTO (Ea accident) B ALLOWNEDAUTOS DT8101229R53ACOF10 5~22~2010 5~22~2011 gODILYINJURY (Per person) ~ $ - .SCHEDULED AUTOS X HIRED AUTOS ~ BODILY INJURY $ • X NON-OWNED AUTOS (Per accident) - ~ . PROPERTY DAMAGE - (Per accident) $ . GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO .. ~ .OTHER THAN EA ACC $ - AUTO ONLY: qGG $ EXCESS/UMBRELLA LIABILITY - EACH OCCURRENCE $ 4 , OOO, 000 X OCCUR ~ CLAIMS MADE AGGREGATE $ 4 r 000 r 000 $ - C DEDUCTIBLE DTCUP1229R53ATIL10 5/22/2010 5/22/2011 $ X RETENTION 10>000 $ D WORKERS COMPENSATION AND X TNRY IMIT OER EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 500 , OOO .OFFICER/MEMBER EXCLUDED? 0830045935 5/22/2010 5/22/2011 E.L. DISEASE-EA EMPLOYEE $ 500 ~ 000 If yes, describe under SPECIAL PROVISIONS below ~ - E.L. DISEASE -POLICY LIMIT $ 500 , 000 OTHER . DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS *EXCEPT 10DAY NOTICE FOR NON-PAYMENT CITY OF~MIAMI BEACH ARE LISTED AS ADDITIONAL INSURED WITH RESPECTS TO THE GENERAL LIABILITY WHEN REQUIRED BY WRITTEN CONTRACT. BID#17 09/10 - CERTIFICATE HOLDER CANCELLATION f ' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES 8E CANCELLED BEFORE THE CITY OF MIAMI BEACH EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 1700 CONVENTION CENTER DR 3O* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT MIAMI BEACH , FL FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE ..INSURER, ITS AGENTS OR REPRESENTATIVES. • AUTHORIZED REPRESENTATIVE -.r•-.•. H INSURANCE. GROUP/YC1 ~ ' ACORD 25 (2001/08) ©ACORD CORPORATION 1988 IAIC(17S in.na~ no.. - ~ P~no 1 of ~ 00708. -FORM CERTFFICATE OF INSURANCE A form- Certificate of Insurance wilt be attached here. PAGE 76 of 141. ~' AC~RD CERTIFICATE OF LIABILITY IfVSURANC °~ %2oio ' ,N E 4 3 RODUCER (305)714-4400 FAX: -{305) 714-4401 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION BROWN & BROWN INSURANCE-HBA DIVISION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 2500 NW 79th Avenue ALTER THE. COVERAGE AFFORDED BY THE POLICIES-BELOW. Suite# 101 Miami. FL 33122 INSURERS AFFORDING COVERAGE NAIC # wsuReD wsuRER A: FCCI Insurance Com" an Trans Florida Development Corp wsuRER B: 13960 Sw 144th. Avenue Road wsuRERC: -INSURER D:' M1aIR1 FL 33186 I rnvronrco - - INSURERE: 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. A RE ATE M WN MAY AV Y PAID LAIM INSR LTR AOD'L IN RD ~- ~ ~ TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MM/DD POLICY EXPIRATION DATE (MMlDD/YY I LIMITS GENERAL LUIBIUTY ' - EACH OCCURRENCE S 1 , OOO , 000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED .PREMISES Ea occurrence 100 00 $ r O A CLAIMS MADE a-OCCUR CPP00037496~ 5/22/2009 5/22/2010 MED EXP An one erson S ~ 5,000 X CONTRACTUAL LIAB - PERSDNAL&ADVINJURY $ 1r000 000 X XCU ~ ~ ~ GENERAL AGGREGATE r - $ 2 r O00 r 000 - GEN'L AGGREGATE LIMIT APPLIES PER: , PR C - CO P/ P G $ 2 rOOO , 000 POLICY X 'j R0 .LOC - AUT OMOBILE LIABILITY ~ COMBINED X ANY AUTO SINGLE LIMIT (Ea accident) $ -' 1 r.DOO , OOO A~ ALL OWNED AUTOS CA00045926 5~22~2009 ~ 5~,22~2010 ~ 'gODILY INJURY SCHEDULED AUTOS ~ ~ (Par person) S X HIRED AUTOS '~ BODILY INJURY X NON-0WNED AUTOS (Per accident) S - T - , ' PROPER Y DAMAGE S (?er accident) GARAGE LIABILITY ~ ~ AUTO ONLY - EA ACCIDENT S ANY AUTO OTHER THAN EA ACC $ - - ~ ~. ~ - AUTO ONLY: AGG S . EXCESSNMBREIiA LIABILITY - EA H CURR°NCE S ~r000rOO0 X OCCUR ~ ~ CLAIMS MADE - AGGREGATE $ 4 , OOO , 000 S A DEDUCTIBLE UMS00023176 5/22/2009 5/22/2010 $_ X RETENTION S 10,000 S A WORKERS COMPENSATION AND ~ X WC STATT- ~ OTH- EMPLOYERS' LIABILITY ANY PROPRIETOR/PHRTNER/EXECUTIVE _ E.L. EACH ACCIDENT S 500 , OOO OFFICER/MEMgER EXCLUDED? If yes describe under OOIWCOSA42915 ~ ~ 5~22~2009 5~22~2010 E.L DISEASE - EA EMPLOYEE S 500., 000 , SPECIAL PROVISIONS below E.L. DISEASE-POLICY LIMIT S 500, 000 OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONSRDDED BYENDORSEMENTISPECIAL PROVISIONS *EXCEPT IO DAY NOTICE FOR NON-PAYMENT CITY OF MIAMI HEACH IS LISTED AS ADDITIONAL INSURED P7ITH RESPECTS TO THE GENERAL LIABILITY WHEN. REQUIRED 8Y WRITTEN CONTRACT., ~ ' CITY OF MIAMI BEACH 1700 CONVENTION CENTER DR . M IAMI BE A H, C F L + '/~ r j ~ I 1 L~ ~ ~ l 1 C`~ m V (~~ d• ACORD 25 (2001/08) INCf17S rn+no~no. ~ - CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED .BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3O* .DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANYKIND UPON THE INSURER, ITS AGENTS OR REPRESENTATNES. AUTHORIZED REPRESENTATIVE ' 3 INSURANCE GROUP/YCl k~"' ...- ©ACORD CORPORATION 1988 Pano ! of ~ .; . , a~ . • ~. " ~ ,~ . OQ710 FORM OF PERFORMANCE BOND ~ . ° Bond"no. 105 482.355 BY THIS BOND, We' Trans Florida Development Corp. aS Principal; hereinafter called CONTRACTOR," and " Travelers Casualty and Surety _ company of America. as Surety, are bound to the. City of Miami Beach,. Florida, as Obligee, hereinafter" called CITY, in the amount" of " Ten flillion-Nine Hundred Forty Five 10,945,787.5 Thousand Seven Hundred Ei ht seven Dollars. ($ ., for, the payment. whereof an CONTRACTOR and Surety. bind themselves, their. heirs, executors, .administrators, . successors and assigns, jointly and"severally: WHEREAS, CONTRACTOR has by written agreement entered~i~r~o a Contract, ' BidiCo tract Na.: r7 09/10 y'~ . ~ awarded the / - day of ~Ly , 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' ; ~ 4 THE CONDITION OF THIS BOND isthat if CONTRACTOR: ° 1. Performs the Contract between CONTRACTOR and CITY for construction of Right of Way Infrastructure Improvement .Program,- Neighborhoo~he Contract .being v _ r~~ o Is on y re er nce; at the times and in the manner prescribed " ~~ in the Contract; and, - 2. Pays CITY all losses,:.. liquidated darTiages; expenses,' costs and attorney's fees ," including appellate proceedings, that CITY sustains as a result. of default by ~: CONTRACTOR under the Contract; and _ ~ -~ " ~, ~ ~. _ .,_ .. BID NO. 17-09/?0 CITY 01= MIAMI BEACH ~ PAGE 77 of 141 DATE: 1 / i 2/10 . .. ,. ~. ~ _. ~. FORM OF PERFORMANCE BOND . (Continued).- . 3. Pertorms the guarantee of all work anal materials furnished under the Contract for ~.. ~ ~ tfie time specified in the. Contract; then THIS BOND IS VOID., OTHERWISE IT - ~ Rl^MAINS 1iV 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, alie Surety.. may.promptly remedy the default, or. shalt promptly: 3.'i. ~ Complete. the Project in accordance with the terms and conditions of the . Contract Documents; or- 3.2. Obtain a bid or bids fior .completing the Project in accordance with thee. terms -and. conditions _of the Contract Documents, and . upon deferrnination by Surety of the lowest responsible Bidder, or, if CITY '. . elects; upon determination by CITY and Surety jointly of. the, lowest ' -. ~ responsible Bidder, arrange far. 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. or • .~ Contracts of compietion arranged under this paragraph)- sufficient funds to pay the cost ofi completion less the balance of the Contract Price;-but .not exceeding; including other costs and damages far which the Surety . ~ may be liable .hereunder;, the amount set forth. in the first paragraph hereof. The term "balance of the Contract Price;" as .used in this, -paragraph, shall mean -the total amount payable by CITY to . CONTRACTOR under-the Contract and any amendments thereto, less the amount properly paid by CITY to CONTRACTOR. No~ right of action shall accrue on this bond to or for the use of any person or corporation, other than CITY named herein. The Surety hereby waives.natice of and agrees that any changes in or under the Contract Documents. and compliance or noncompliance with any formalities - connected with. the Contract. or .the changes does not. affect .Surety's obligation .. under this Bond. ' , ~ Signed and sealed this day of - 20 • ~ B1D N0. 17-09110 CITY OF MIAMI BEACH PAGE 78 of 141 ,. , DATE: 1112/10 " ;. _ • . ,~. - FORM OF PERFORMANCE BOND" _ . • ..(Continued} wi N S ES.: Trans Florida Development Corp. - (Name of C r oration) '. ~ ~ ,~ ~ / ~" . ~' . _ .. _ PORATE SEAL): ~~~ ; ~ F a e) _ ~ ~ ~~f,? _ - - 4~. >-"' J`- ' (Print Name and Titie)• y, - v; ~{ ~~, .;~ _ ,} . ., .~,. ." iN TH CE OF: : . iNSURAN COMPANY:." _ ~ Travel s asualty and Sur C any _ . of Am ica. ,. • y ~~~ ~~~ ~ W ~ By: ~•~ A or i e.. ~w gent and tt ney- n Fact `,... ~ nn~ 0 /~1~ vU Y ~` Charles J. Niegson. ~ -y ~. Addre55' One Tower S uare "" ~° s , / - -~ ,. _ ~.. ~ (Street) "" Hartford, CT 06183. „'+ (City/State/Zip Code} . i Telephone Na.: . 86D-z~7-o111 . •` BID NO. 17-09/10 CITY 0~ MIAMI BEACH PAGE 79 of 141 DATE: 1/1z/10 ,. • - ~ . ,`~ _ ;. - ~ Bond no. 105.482 355 QOr20. FORM OF PAYMENT BOND " .. BY THIS BOND, We Trans Florida Development Corp: a5 Principal,. hereinafter. called CONTRACTOR; acid Travelers Casualty and Surety company of America as Surety, are bound to: the City. of Miami Beach, Florida, `as Qbligee, . hereinafter called -CITY, in the amount of - Ten Million Nine Hundred-Forty Five Thousand 10,945,787.51 Seven Hundred. Ei hty Seven. and 51/100 pOIIarS ($ ~ fOr the. payment, whereof CONTRACTOR -and Surety bind themselves; ,their heirs, executors, ., administrators, successors grid assigns, jointly and severally. • ` . WHEREAS, CONTRACTOR has by written agreement entered into aContract, - • Bid/Contract No.:. 17..09/10 awarded -the ~ day of ~,..J~~ 20~d ,with ..CITY which Contract Documents are by refererlce ~ iricorporat d herein. and made a part hereof, and specifically include provision for - liquidated damages, and other damages identified; acid for the purposes of this Bond are hereafter referred. to as the "Contract' !_ ~ - • -- ~ THE CONDITfON OF THIS .BOND is that if CONTRACTOR: f 1. Pays CITY alt losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings;. that GTY sustains because, of default by - CONTRACTOR under the Contract; and 2. Promptly makes payments to alt claimants as defned by .Florida .Statute • 255.05(9) for all labor,` materials- and supplies used directly or indirectly by CONTRACTOR in the performance of the. Contract; - THEN CONTRACTOR'S OBLIGATLON 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-foe. (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. \~. .. B!D NO. 17-09/10 CITY OF MIAMI BEACH PAGE 80 of 141 QATE: 1712/10. . - _ ~ ~, •,, FORM OF PAYMENT BOND ` ~ - (Continued} - 2.2. A claimant who is not in privity .with. CONTRACTOR and who has not received paymerif for its labor,. materials, or supplies shall, within ninety " (90) days after performance of the labor or after completedelivery of the materials or suppiies, deliver to. CONTRACTOR and ta'the .Surety,.- - written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment: 2.3: No action for the labor, materials, or supplies may be instituted against t 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' musfi be instituted in accordance with the Notice and Time Limitations provisions prescribed. in Section 255.05(2), . Florida Statutes. The Surety hereby waives notice of and agrees that any changes, in or under the Contract Documents and compliance or noncompliance with ,any formalities connected with the Contract. or the changes does not .affect- the Surety,'s obligation under this Sond. - ~~ _ . Signed and-sealed,this day of ~ , 20 - " CONTRACTOR fATTE T' Trans Florida Development Corp. _. ~'~ ,. ,~~~ (Name of Corporation) - _.~~.~ .~-, , -~; - By. ~~" "` ~ ~, (Car~o~afe Seal} (Print Name and Title) ` =-.~ ` . ., - ~ day of ~ 20 -; . " • 61D N0. 17-Q9l10 .. CITY OF MIAMI BEACH PAGE 81 of 141. ~Arr=: ~~12r10 IN THE P'ESENCE OF: 4Z. BID NO. 17-09/10 DATE: 1/12/10 FORM OF PAYMENT BOND (Continued) 1NSURAN, COMPANY: Travelers Casualty and Surety Company of America By: Agent and 44ttorney-in-Fact Charles J. Nielson Address: One Tower Square reet Hartford,:CT (St0618 (City/State/Zip Code) Telephone No.: 860-277-0111 CITY OFMIAM1BEACH PAGE 82of141: ~~, . ' 00721. CERTIFICATE AS TO CORPORATI= PRINCIPAL ~. L O~/4'P~~S ~~~LO if h I m ' h , cert y t at , a ,t e : Secretary of the' corporation.-named as Principal in the foregoing .Performance ancf Payment Bond (Performance" `Bond and Payment Bond}; that ~Q~l2J n~~ /II~LD ,who signed the Bond(s) on behalf of the. Principal, was then / r~r=,5> c'7r~f said corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond{s)-was (were) duty signed, ~seai~o `~nda . .. , e , . '~ attested to n b a(f of sal co oration by authority of its governing body, `~°~, ~,~~ (SEAL) - Sec to on ha o ~ ~ ~ ~ ~,. ,z~ ~ ~ ; 9/~pJ~~ ///]~ ~ Corporation - . ~~ ~ STATE OF FLORIDA ) ~ } SS COUNTY OF MIAMI-DADS ) Before me, a Notary Public duly commissioned,. qualrfied and acting personally, appeared.. Charles J. Nielson tQ me Wei 'iCC}OWn, wil0 being by me first duly sworn upon oath says that he/she has been authorized to execute` the foregoing Performance. and Payment Bohd (Performance Bond and Payment Band) on behalf of CONTRACTOR named therein in favor of CITY. ` Subscribed and Swoon to before me this 14tH 'day of September 20 10' My comm_ fission ex ire - ~e~~N~uuioi~i<<~ Notary Public, State of Florida ' Januar ~ D1 ~~~~` ~E~LE pq /% . ~ ~ ti ~'`~~ BOnded Universal Surety of America ~~ •°~MISSION J w~ `c ~ ,• ,o, oa~Y ~ ' g, ~ _ b _~ ~0 2p ~ ~ , Gi el e Pa' _~~: u'. r. z o : #DD 842439 : Q-~ ~~ ~ (\ ~ A//~~®ir ~~''~\\ e e iii ~i i ". BID NO. 17-0911 D CITY Or. MIAMI .BEACH PAGE $3 of 141 DATE: 1112!1 D WARNING`. THIS POWER THE'RED BORDER { ~. .A. POWER OF ATTORNEY T' `^~` ~~• `~ ~ ~ Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty ;Insurance Underwriters, Inc. 'Travelers Casualty and Surety Company of America I St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney-In Fact No. 2221 g 1 Certificate No. lJ 0 3 6 C~ ~ "t ~ O' KNOW ALL MIEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company aze corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America aze corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, acid that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Charles D. Nielson, Charles J. Nielson, Mary C. Aceves, David R. Hoover, Gicelle Pajon, Olga Iglesias, Gloria McClure, and Arthur Colley of the City of Miaml LakPS ,State of ~']~-j~a ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds; recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business. ~f guazanteeing the fidelity of persons, guaranteeing the performance of contracts and' executing or.guazanteeing bonds and undertakings required or permitted^in am actions or proceedings allowed by law. r WITNESS WHEREOF, the Companies have caused this instnunc~~t to he siRncd and their corporate seals to be hereto affixed, this of. May 2010 Farmington Casualty Company Fidelity and GuarantysInsurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St..l'aul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety. Company Travelers Casualty and Surety Company of America United States Fidelity and, Guaranty Company GI.SU.~~ ~ ~FlRE ~4 ~~H ~MfG •'11NSUq ~, pITY•A~,p ~ ~YI~._ 2 ~pPOq~r>L - ~eu~na 9r J Mwiy O- 9 J~'J~'... 9 ` gJ s ~y.~/a/~ Fry ~p ~_YJ ' ~~ ~ih P ~ WCDRFDRNIED y' _ 'P4 L'pRFORA>F~m 3WrC00.PORA lfryms m G~ `F/ ~ 4`f~INC. Z 19 8 2 O 19/ ! ~ s I f ~ t W HARTFORD t J H4RTFOR0. ~1` < O-, S _ ~. t ~~: ~o; 1896 4c~'c+~aa ~ ~ 1951. ~ ~ ti~~,~ ~~,SEAI.,~ j, ,~d;SEAI.::D . ~ CONN. r° '13~~~+p~ y . F .~, t~ ~ay~ANC~ ls..vt.H..~', ~S~....: ra y1 Fat 1 ~ V7 ~ A~p~ State of Connecticut ~ By: City of Hartford ss. Georg Thompson, enior, ice President On'this the 1$th day of May 2010 ,before me personally appeared George W: Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guararty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,.Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being. authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a-duly authoiized~officer: .. A , ~p.TET~ Witness Whereof, I hereunto set my hand and official seal. ~ ~ Commission expires .the 30th day of June, 2011. ~ A{IB1.1G ~~ 58440-4-09 Printed in .U.S.A. '4~ ~ '~; Mazie C. Tetreault,?Votaiy.'Public .' ~-~ -" r:~ a THE RED INVALID WITHOUT THE RED This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vica` President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Boazd of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice Fresident,the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guazanty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Tnsurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity ;md Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies. ~~~hich i, iri full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affi.~ed ttir seals of ,aid Companies this day of , 20 Kori M. Johans Assistant Secretazy ~„ GI.SU,~~T TY J~FlRE~4Pom. O\~N..~NSG ,P,~"INSUgq~..ry, Jp~tY 4N0 ~µp YSYq(1 (J}TY,L_ O ~~~~" ~ y~9 jG 6~ ~ - Ps'a: ~~ NFOR .7 JV .'6 ~ G 4~ C t~\ 1 t982, O ~ 191/ ~ ~'1L'DlIPdRAtED m~ ~jCO _.. A>t-~ml ~W i~pRPORgTt;:~ W ~ j/' ~ ~ ~4. _M1FCC~~`°~'S' ' f . ~ = a HARTFORD, < ~ ` fi4RIFdRO, '~ ~ >~ Yd as 1951 ~~~ti~o~ ~~.,SEAL;aoj: ~ di.SBAL;,'D = CONH. ~ CDHH. a ;n 1896 ~ ., 'm o (\ ~y ~ A~ ~d *ll+ ~s~c cEC y.... ~Dr o.~............ .a OaC ~y~`•.' ,(l~' `~O~,~p ~~o„u ~n„ s'`15.:.~".~ s *`~ da ~~< r v'+ Gyyt AN~d~'~ ...' To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. -.. J ,. ~/ . :L THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER w z w w 0 a w Q Q z 0 0 w v z r z O U z 0 N J _W Z W ~_ H w ,~ w. -~ w z O O U Z H Q September 14, 2010 City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Re: Authority to Date Bonds and Powers of Attorney Principal: Trans Florida Development Corp. Bond no. 105 482 355 Project: Right of Way Infrastructure Improvement Program Neighborhood No. 12 To Whom It May Concern: Please allow this letter to serve as formal authorization for City of Miami Beach to date the captioned bonds and powers of attorney to coincide with the Contract Date. Thank you and if you have any questions or need additional information, please feel free to contact our office anytime. Si erely, _ °.: Cr~a.rles J. Nielson, Attorney-in-Fact T;AVELERS CASUALTY AND SURETY COMPANY OF AMERICA 9 ,~ WARN IS INVALID WITHOUT THE RED ~~, POWER OF ATTORNEY TRAVELERS J Farmington Casualty Company St. Paul Mercury Insurance Company - Fidelity and Guaranty Insurance Company Travelers, Casualty and Surety Company .Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company , Attorney-In Fact No. 222181 Certificate No. O O 3 6 ~ 141 KNO W ALL'MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company; and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a eprporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized~under the laws of the State of Iowa, and' that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called'the "Companies"), and that the Companies do hereby make, constitute and appoint Charles D. Nielson, Charles J. Nielson, Mary C. Aceves, David R. Hoover, Gicelle Pajon, Olga Iglesias, Gloria McClure, and Arthur Colley of the City of Miami i ;>kee ,State of hl~lriCla ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is'named above, to sign, execute, seal and acknowledge any and al] bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies ih their,business of guazanteeing the fidelity of persons, guazanteeing the performance of contracts and executing or guazanteeing bonds and-undertakings required or permiucd in an}' actions or-proceedings-allowed by law. IN; WITNESS WI3EREOF, the Companies have caused this insrnunent ro be .<i~,ned .end their corporate seals to be hereto affixed, this 13th day of May ,, 2010 Farmington Casualty Company Fidelity and Guaranty Insurance Compan~° Fidelity and Guaranty Insurance Underwrilers, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company 'I~avelers Casualty and Surety Company of America United States Fidelity and Guarahty Company ~G~SU,~~~~- ~(~ J~F\0.E~6Wx.. O~~~ ~9 JP~.INSUggw~ yJP~lV Aryan ~1p65UNl7Y~ ~O~Y"~[/ 5 ~\o nc !'~•~q• /~p~,,..~ C ,-ICU ' .. G f//y^.~'+~\v~ •( ~ LJp.POq~)~ C1 ~ 6 gt.."'~rU1V11ED 4 - 9} ~rCp0.P0,R~,t;~~ ;WR~:`OpPORATp'`~i^ yoP 9~ `S' TKRIION~.1 `~ ~'~ 19 8 2 O '< 19]7 ~~ ~ j f : ~ : ~ HARTFORD, ~ 1896 Z ~ n, z~i :ot CONN. ~. N i9 3~, ~`.5EAL;o; '-~;STsAL,'a= ~,. coNN. Y6. ~'A'EC\"' as ~ ~ 51 ,ti~o~a~ b .. ..4 7 6 •. L j ~,,. f . ~y ' ~N d *~ °m'~F~~~N~av%° lS . AN ,r \~1RS ~........r.' f" bl ,,e+'`'e ~i. ~~~ ~ ~1~Y1 AH~A' State of Connecticut By: " ' City of Hartford ss. Georg Thompson, enior ice President On this the 13th day of May 2010 ,before me personally appeared George W. Thompson; who acknowledged Himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire arid Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul .Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety. Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p.TlT ~} In Witness Whereof, I hereunto set my hand and official seal. ~ ~ ~ W w" ~!' My Commission expires the 30th day of June, 2011. ~j011BUG * Marie C. TeLeault, Notaly~Public _ r- r~C - +;~ s ' ,.t. 58440-4-09 Printed. in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER w ~. This Power of Attorney is granted under-and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretazy or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate,Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretazies or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be. valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United+States Fide] itv and Guaranty Company do hereby certify that the above and foregoing x is a true and correct copy of the Power of Attorney executed by said Comhariies. ~y~hich is in I ul I forc.~ .iiidieffect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Coli~p.mies this 14th day of September 20 10 Kori M. Johans Assistant Secretary GI.SU•~< ~~ ~F\'RE~nb~ TN IN$ INS~•"'•~. 1Y A ,pw~~M 1 f` J ,Lke O\- ~...... :G }`JP+....... ~HS t. ryJp~ NOS ~ ~lTy F~Y'WO FO ~. ~~~ ^ `'y ^'~'jO 4r ~P Ni •.1 Sf + 4 % '..2 L ~/ \ y~ ~ 1982 o FORATEO a ~1 ~ a ,w;ooaeoagrf:.,~. w m 3'/ Z A ~ 23 1~7/ / ~ pt's N ~ Z ~'tOF POR~rFi ~e~ ..~~ ~ f+: aP 9 / `ll W~ 1.9 m~ : f : . n e HARTFORD. < ~ H4RIFORb, ~i a 14D ~. ~'•S88LiooS ;~.,• ~ot ~ CONN. n OONN ~ in 1896 ti 46r NOD ~ t1~ 51 62 ~o'~ ~~:, :•r ~a STSAL:'D ,~ o ~@~ ~ ~,~p< n ti d ~ • Ste ~ ,~' a ~ •........~a f o.•... •'a 's aDi ~'S `^..' ~ ~~'! S~'_ '6w„mm„ ~~, 1SpANy,- i,s•...~...'a b1 pa r ~ ra At11 To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. _ :r - it ~ ATTORNEY IS INVALID WITHOUT THE RED BO