Loading...
Contract with BG Group, LLC MASTER CONTRACT THIS IS A CONTRACT, by and between the City of Miami Beach, a municipal corporation of the State of Florida ("City"), and The BG Group, LLC ("Contractor") for demolition services pursuant to RFQ 2018-183-KB (the "Agreement"). W I 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 incidentals necessary to perform all of the Work described in Exhibit A and the Contract Documents, and any Contractor Service Order issued to Contractor for any Project awarded hereunder. PROJECTS WITH A VALUE EXCEEDING $300,000 MAY NOT BE AWARDED UNDER THE AGREEMENT. ARTICLE 2 CONTRACT TIME 2.1 This contract shall remain in effect for three (3) years from date of contract execution by the Mayor and City Clerk. The City Manager may renew the Agreement for two (2) additional renewal periods of one (1) year each. ARTICLE 3 ASSIGNMENT OF WORK, COMPENSATION AND BONDS 3.1 COMPENSATION. In consideration of the Work to be provided hereunder, Contractor shall be compensated on a Lump Sum basis, as specified in the Contractor Service Order. 3.2 ASSIGNMENT OF WORK. An executed Contractor Service Order (CSO) (Exhibit B) is required for every project assigned under the Agreement. The executed CSO shall be considered Notice to Proceed #1 (NTP) upon which the Contractor shall, within 10 days of the CSO being executed by all parties, provide to the City the required proof of insurance, performance and payment bond (if applicable), proof of required permits, and all technical specifications, submittal schedules (if applicable) and schedule-of values. Contractor shall have no entitlement to perform (or be compensated for) any Work under this Agreement unless the Work is authorized, at the City's sole discretion, by a Contractor Service Order. Following the receipt of all NTP#1 submittals, the requesting department may issue NTP #2 (Exhibit F), which shall authorize the Contractor to begin the Work. NTP #2 is a condition precedent to mobilization on any Project site and commencement with the Work. 1 The Contractor shall perform the work as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the CSO. 3.3 PERFORMANCE AND PAYMENT BOND The City will require a performance and payment bond for any project in excess of $200,000.Within ten (10)calendar days of City execution of the Contractor Service Order, Contractor shall furnish a Performance Bond and a Payment Bond containing all the provisions of the Performance Bond and Payment Bond attached hereto as forms 00710 and 00720. 3.3.1 Each Bond shall be in the amount of one hundred percent(100%)of the Contractor Service Order, guaranteeing to City the completion and performance of the work covered in such Contract as well as full payment of all suppliers, laborers, or subcontractors employed pursuant to this Project. The City may accept a Performance Bond and Payment Bond from a surety company which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation to bid is issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid certificate of,authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code, as may be amended from time to time.The Certificate and Affidavit so certifying (Form 00722)should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond. 3.3.2 Each Bond shall continue in effect for one year after Final Completion and acceptance of the work with liability equal to one hundred percent (100%) of the Contract sum, or an additional bond shall be conditioned that Contractor will, upon notification by City, correct any defective or faulty work or materials which appear within one year after Final Completion of the Contract. 3.3.3 Pursuant to the requirements of Section 255.,05(1)(a), Florida Statutes, as may be amended from time to time, Contractor shall ensure that the bond(s) referenced above shall be recorded in the public records of Miami-Dade County and provide City with evidence of such recording. 3.4 QUALIFICATION OF SURETY Bid Bonds, Performance Bonds and Payment Bonds over Five Hundred Thousand Dollars ($500,000.00): • 3.4.1. Each bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida as surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years.' 3.4.2. The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with United States,Department of Treasury Circular 570, Current Revisions. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular, 2 and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978(31 DFR Section 223.10, Section 223.111). Further, the surety company shall provide City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner. 3.4.3. The City will accept a surety bond from a company with a rating of B+ or better for bonds up to $2 million, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the City shall review and either accept or reject the surety company based on the financial information available to the City. A surety company that is rejected by the City may be substituted by the Bidder or proposer with a surety company acceptable to the City, only if the bid amount does not increase. The following sets forth, in general, the acceptable parameters for bonds: Policy-Financial holder's Size Amount of Bond Ratings Category 500,001 to 1,000,000 B+ Class I 1,000,001 to 2,000,000 B+ Class II 2,000,001 to 5,000,000 A Class III 5,000,001 to 10,000,000 A Class IV 10,000,001 to 25,000,000 A Class V 25,000,001 to 50,000,000 A Class VI 50,000,001 or more A Class VII 3.4.4 For projects of $500,000.00 or less, City may accept a Bid Bond, Performance Bond and Payment Bond from a surety company which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation to bid is issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid certificate of authority issued by,the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code, as may be amended from time to time. The Certificate and Affidavit ,so certifying should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond. 3.4.5 More stringent requirements of any grantor agency are set forth within the Supplemental Conditions. If there are no more stringent requirements, the provisions of this section shall apply. ARTICLE 4 MISCELLANEOUS 4.1 A. The term "Contract Documents" as referenced herein shall include "Contract Documents" shall mean this Contract (together with all exhibits, addenda, Contractor Service Orders and written amendments issued thereto). The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Request for Qualifications(RFQ), instructions to bidders, 3 bid form, bid bond, surety payment bond and performance bond, Special Conditions, and Contractor's response to the RFQ. The requirements of the Contract Documents, as such term is defined herein, are hereby incorporated by reference as if fully set forth herein. This Contract is part of, and incorporated in, the Contract Documents. Accordingly, all of the documents incorporated by the Contract Documents shall govern any Contractor Service Order issued under this Contract. B. The term "Work" as used herein shall mean'all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total demolition Project specified in any Contractor Service Order, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. 4.2 Where there is a conflict between any provision set forth within the Contract Documents and a more stringent provision elsewhere in the Contract Documents or under any applicable law, regulation, statute or code requirement which is applicable to this Project, the more stringent provision shall prevail and govern the performance of the Work. 4.3 Public Entity Crimes In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other'\provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the City purchase and may result in Contractor debarment. 4.4 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. 4.5 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. 4 4.6 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 to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein` until changed in • writing in the manner provided in this section. For the present, the parties designate the following: For City:, Building Department 1700 Convention Center 2"d Floor Miami Beach, Florida 33139 Attn: Ana M. Salqueiro, Director With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: The BG Group, LLC 15560 Lyons Road Delray Beach, FL 33446 Attn: Ivy Fradin Phone: 561-998-7997 Email: ivy(a bgdemolition.com 4.7 Assignment and Performance Neither this Contract nor any interest herein shall be assigned,transferred, or encumbered by either party. In addition, Contractor shall not subcontract any portion of the work required by this Contract except as authorized by Section 27 of the General Conditions.. Contractor represents that all persons delivering the services required by this Contract have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently perform the duties, obligations, and services set forth in the Scope of Work and to provide and perform such services to City's satisfaction for the agreed compensation. Contractor shall perform its duties, obligations, and services under this Contract in a skillful and respectable manner. The quality of Contractor's performance and all interim and final product(s) provided'to or on behalf of City shall be comparable to the best local and national standards. 5 4.8 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. 4.9 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. 4.10 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. 4.11 Amendments No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City and Contractor. 4.12 Prior Agreements - This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Contract that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless set forth in writing in accordance with Section 6.11 above. 4.13 Indemnification Contractor shall indemnify and hold harmless City, its officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence,`recklessness or 6 intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Agreement. In consideration of the sum of Twenty-Five Dollars ($25.00) and other good and valuable consideration, the sufficiency of which the Contractor hereby acknowledges, to the fullest extent permitted by law, Contractor shall defend, indemnify and save harmless City, and their respective officers and employees, from liabilities, damages, losses and costs including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract. Sums otherwise due to Contractor under this Contract may be retained by City until all of City's Claims for indemnification under this Contract have been settled or otherwise resolved. Any amount withheld pursuant to this Article shall not be subject to payment of interest by City. The execution ofthis Contract by Contractor shall operate as an express acknowledgment that the indemnification obligation is part of the bid documents and/or Contract Documents for the Project and the monetary limitation on indemnification in this Article bears a reasonable commercial relationship to the Contract. Nothing in this Article is intended, or should be construed, to negate, abridge or otherwise reduce the other rights and obligations of indemnity that may otherwise exist as to a party described in this Article. Nothing in this Article is intended to create in the public or any member thereof, a third party beneficiary hereunder, or to authorize anyone not a party to this Contract,to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Contract. The indemnification obligations set forth herein shall survive the termination and/or expiration of this Contract. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. 4.14 Inspection of Work Consultant and City shall at all times have access to the Work, and Contractor shall provide proper facilities for such access and for inspecting, measuring and testing. 4.14.1 Should the Contract Documents, Consultant's instructions, any laws, ordinances, or any public authority require any of the Work to be specially tested or approved, Contractor shall give Consultant timely notice of readiness of the Work for testing. If the testing or approval is to be made by an authority other than City, timely notice shall be given of the date fixed for such testing. Testing shall be made promptly, and, where practicable, at the source of supply. If any of the Work should be covered up without approval or consent of Consultant, it must, if required by Consultant, be uncovered for examination and properly restored at Contractor's expense. 4.14.2 Re-examination of any of the Work may be ordered by Consultant with prior written approval by the Contract Administrator, and if so ordered, the Work must be uncovered by Contractor. If such Work is found to be in accordance with the Contract Documents, City shall pay the cost of reexamination and replacement by means of a Change Order. If such Work is not in accordance with the Contract Documents, Contractor shall pay such cost. Inspectors shall have no authority to permit deviations from, or to relax any of the provisions of, the Contract Documents or to delay the Contract by failure to inspect the materials and work with reasonable promptness without the written permission or instruction of Consultant. The payment of any compensation, whatever may be its character or form, or the giving of any gratuity or the granting of any favor by Contractor to any inspector, directly or indirectly, is strictly prohibited, and any such act on the part of Contractor will constitute a breach of this Contract. 4.15 Termination Termination for Convenience. In addition to other rights the City may have at law and pursuant to the Contract Documents with respect to cancellation and termination of the Agreement, the City may, in its sole discretion, terminate for the City's convenience the performance of Work under this Agreement, in whole or in part, at any time upon written notice to the Contractor. The City shall effectuate such Termination for Convenience by delivering to the Contractor a Notice of Termination for Convenience, specifying the applicable scope and effective date of termination, which termination shall be deemed operative as of the effective date specified therein without any further written notices from the City required. Such Termination for Convenience shall not be deemed a breach of the Agreement, and may be issued by the City with or without cause. 4.15.1 Upon receipt of such Notice of Termination for Convenience from the City, and except as otherwise directed by the City, the Contractor shall immediately proceed with the following obligations, regardless of any delay in determining or adjusting any amounts due under this Section 4.15: i. Stop the Work specified as terminated in the Notice of Termination for Convenience; ii. Promptly notify all Subcontractors of such termination, cancel all contracts and purchase orders to the extent they relate to the Work terminated to the fullest extent possible and take such other actions as are necessary to minimize demobilization and termination costs for such cancellations; • iii. Immediately deliver to the City all Project records, in their original/native electronic format (i.e. CAD, Word, Excel, etc.), any and all other unfinished documents, and any and all warranties and guaranties for Work, equipment or materials already installed or purchased; iv. If specifically directed by the City in writing, assign to the City all right, 8 title and interest of Contractor under any contract, subcontract and/or purchase order, in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts, subcontracts or purchase orders; v. Place no further subcontracts or purchase orders for materials, services, or facilities, except as necessary to complete the portion of the Work not terminated (if any) under the Notice of Termination for Convenience; vi. As directed by the City, transfer title and deliver to the City (1) the fabricated and non-fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and (2) the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City; vii. Settle all outstanding liabilities and termination settlement proposals from the termination of any subcontracts or purchase orders, with the prior approval or ratification to the extent required by the City(if any); viii. Take any action that may be necessary, or that the City may direct, for the protection and preservation of the Project Site, including life safety and any property related to this Agreement that is in the Contractor's possession and in which the City has or may'acquire an interest; and ix. Complete performance of the Work not terminated (if any). 4.15.2 Upon issuance of such Notice of Termination for Convenience, the Contractor shall only be entitled to payment for the Work satisfactorily performed up until the date of its receipt of such Notice of Termination for Convenience, but no later than the effective date specified therein. Payment for the Work satisfactorily performed shall be determined by the City in good faith, in accordance with the percent completion of the Work, less all amounts previously paid to the Contractor in approved Applications for Payment, the reasonable costs of demobilization and reasonable costs, if any, for canceling contracts and purchase orders with Subcontractors to the extent such costs are not reasonably avoidable by the Contractor. Contractor shall submit, for the City's review and consideration, a final termination payment proposal with substantiating documentation, including an updated Schedule of Values, within 30 days of the effective date of termination, unless extended in writing by the City upon request. Such termination amount shall be mutually agreed upon by the City and the Contractor and absent such agreement, the City shall, no less than fifteen (15) days prior to making final payment, provide the Contractor with written notice of the amount the City intends to pay to the Contractor. Such final payment so made to the Contractor shall be in full and final settlement for Work performed under this Agreement, except to the extent the Contractor disputes such amount in a written notice delivered to and received by the City prior to the City's tendering such final payment. 9 4.16 Termination of Agreement For Cause The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Contractor, in the event that the Contractor (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Work or any portion thereof; or(3) does not perform the Work or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Contractor shall first be granted a fifteen (15) day cure period (commencing upon receipt of the initial written notice of default from the City). The following occurances shall be deemed sufficient grounds for termination for cause: 4.16.1, Failing to make payments to Subcontractors or Suppliers for materials or labor in accordance with the respective Subcontracts and Purchase Orders; 4.16.2 Failing to perform any portion of the Work in a manner consistent with the requirements of the Contract Documents or within the time required therein; 4.16.3 Failing to perform the Work with sufficient manpower, workmen and equipment or with sufficient materials, with the effect of delaying the prosecution of the Work in accordance with the Project Schedule and/or delaying completion of any Work within the specified time; 4.16.4 Failing and/or refusing to remove, repair and/or replace any portion of the Work as may be rejected as defective or nonconforming with the terms and conditions of the Contract Documents; 4.16.5 A custodian, trustee or receiver is appointed for the Contractor, or the Contractor becomes insolvent or bankrupt, is generally not paying its debts as they become due or makes an assignment for the benefit-of creditors, or the Contractorcauses or suffers an order for relief to be entered with respect to it under applicable Federal bankruptcy law or applies for or consents to the appointment of a custodian, trustee or receiver for the Contractor, or bankruptcy, reorganization, arrangement or insolvency proceedings, or other proceedings for relief under any bankruptcy or similar law or laws for the relief of debtors, are instituted by or against the Contractor; 4.16.6 An indictment is issued against the Contractor; 4.16.7 Persistently disregarding laws, ordinances, or rules, regulations or orders of a public authority having jurisdiction; 4.16.8 Fraud, misrepresentation or material misstatement by Contractor in the course of obtaining this Agreement; 4.16.9 Failing to comply in any material respect with any of the terms of this Agreement or the other Contract Documents. 4.16.10 Upon the issuance of a Notice of Termination for Cause, the Contractor shall: 10 i. Immediately deliver to the City all Submittals and Project-related records in their original/native electronic format(i.e. CAD,Word, Excel, etc.), any and all other unfinished documents, and any and all warranties and guaranties for Work, equipment or materials already installed or purchased; ii. If specifically directed by the City in writing, assign to the City all right, title and interest of Contractor under any contract, subcontract and/or purchase order, in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts, subcontracts or purchase orders; iii. As directed by the City, transfer title, and deliver to the City (1) the fabricated and non-fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and (2)the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City; and iv. Take any action that may be necessary, or that the City may direct, for; the protection and preservation of the property related to this Agreement that is in the Contractor's possession and in which the City has or may acquire an interest. The rights and remedies of-the City under this Section shall apply to all defaults that fail to be cured within the applicable cure period or are cured but in an untimely manner, and the City shall not be obligated to accept such late cure. The City reserves the right, in lieu of termination as set forth herein, to withhold any payments of money which may be due or become due to the Contractor until said defaults have been remedied. In no event shall Contractor be entitled to any compensation for anticipatory profits or consequential damages as a result of the discontinuance of any portion of the Work, or termination of this Contract. In the event it is determined, for any reason, that Contractor was not in default under the provisions of this Section, then the City's notice of termination for default shall automatically be treated as a termination for convenience, and the rights and obligations of the City and Contractor shall be the same as if the notice of termination had been issued pursuant to the termination for convenience clause contained in Section 4.15. The Contractor shall have no further recourse of any nature against the City for any wrongful termination. 4.17 Taxes Contractor shall pay all applicable sales, consumer, use and other taxes required by law. Contractor is responsible for reviewing the pertinent state statutes involving state taxes and complying with all requirements. The remainder of this page is intentionally left blank. 11 IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATTEST: THE CITY OF MIAMI BEACH .7V "17 2-Cf 11/ City lerk or r ATTEST: THE BG GROU , L C Signature/Secretary Signature/Managing Member Cs- - �ry // //? Print Name Print Name G�® APPROVED AS TO &LANGUAGE &FOR EXECUTION 2003cgat Op, tr 1 City Attorney Deie • 12 EXHIBIT A SCOPE OF SERVICES The work required under this contract resulting from future Invitations to Quote(ITQ) is skilled demolition services, meeting the following minimum specifications. The future work shall consist of furnishing all labor, materials, permits, licenses, supervision, and equipment required to demolish a building or building structures and appurtenant, to include debris removal/disposal,dumping/tipping fees, and final site leveling/grading and grass seeding, as required. Appurtenant structures shall include all slabs, steps, porches, walkway slabs to main structure, fences, asphalt pavement parkways and driveways (including limerock base) and the like. Demolition described, shall include wood and/or concrete roofs, frame stucco, and / or concrete block walls, reinforced concrete columns, foundations, beams, windows, doors, floors, all rough plumbing and electrical conduit, and concrete walks. Demolition and removal of structures for future projects shall also include, but shall not be limited to the following activities, as applicable: • Permits: A building demolition permit may include the following sub-permits: o Plumbing Permit o Temporary Fencing o DERM Permit o Asbestos Permit, if required o Right of Way Permit o Landscape Permit • The contractor shall be responsible for contacting Utilities to retire the necessary utilities (natural gas, water, and/or electricity) prior to demolition. • Demolition and removal of structures shall include removal of the entire identified structure(s) in each subsequent Invitation to Quote (ITQ) and contents to the construction limits. • All concrete floor slabs, foundations, pilings, driveways, sidewalks, steps, parking areas, and other above ground and underground improvements associated with the structure shall be removed as noted in subsequent ITQs. Where walks that are designated to be removed come into contact with the sidewalk that is to remain, the contractor shall make a saw cut prior to starting removal. Care should be taken to see that sidewalks are not broken due to the demolition, and any adjacent sidewalks that are broken during the demolition shall be presumed to be due to the contractor's operations. All such designated damages shall be totally replaced by the contractor at no cost to the City and all such costs shall be borne solely by the Contractor. The City shall approve any and all repairs to its satisfaction. • Fences shall remain, unless otherwise instructed to remove. • Cap all building sewer connections at existing wye locations. Requires a Plumbing permit. 13 • Submit an asbestos and lead paint abatement report, in compliance with Federal, State, and Local Laws and Codes as required for issuance of demolition permit. • Removal of Underground Storage Tanks: Septic Tanks/Grease Traps must be thoroughly pumped out,the bottom broken, and filled in or removed from the premises. Permits and inspection are to be obtained as required. • Sediment Control: The Contractor shall provide temporary erosion and sediment control on each respective property prior to the start of demolition operations for each project. Sediment control shall be maintained for the full duration of each project. Contractor shall be responsible for the maintenance of controls and control structures and shall be responsible for any clean-up due to failure or inefficiency of such controls. Sedimentation run-off shall not be tolerated and if run-off occurs the Contractor shall take corrective action immediately. • Dust Control: Dust control plan shall be submitted by the contractor at the time of permit submittal detailing methods to be used for dust control(i.e. temporary cover, water and or wind breaks) • Grade and Backfill: Grading, backfill, sodding, and return to grade shall be performed as follows: o All crawl spaces, lower levels, foundation areas, and any below ground area shall be filled and compacted with earth. The backfill must not be frozen when placed and shall be compacted to a density of.95% of maximum density of the backfill material used as determined by ASTM designation D-698. The top six (6) inches of backfill shall be made with soil suitable for growth of grass and graded to natural grade of surrounding undisturbed earth. o Final grading shall ensure adequate drainage offsite and not permit ponding of water. All filled and disturbed ground shall be smoothed for mowing. o The Contractor shall import clean fill as necessary to establish proper surface grades but the Contractor may cut and fill on site to the extent possible. The Contractor must supply samples of imported fill to be used and approved by the City's landscape Architect. • Site Vegetation: All shrubbery and trees are to remain and disruption of vegetation will only be allowed in the immediate vicinity of the demolition. • Discovery of Hazardous Materials: In the event previously unknown hazardous materials are discovered by the Contractor, the Contractor hall immediately suspend work in the specific location of the hazardous material and immediately notify the City project manager. • Clean-Up: All demolition materials and debris shall be removed from the work concurrently with progress of work. Contractor shall not allow mud and debris from vehicle transporting demolition materials to litter any streets or highways. Contractor 14 shall clean-up any such mud or debris at its sole expense. The City will vigorously enforce all requirements relating to clean-up of debris, dirt, mud, and demolition materials from the site and on streets, highways, and adjacent properties. Cleanup shall follow immediately after and at the same rate as construction. Cleanup shall not be delayed until entire project is finished. Contractor shall clean all right-of-way and easement areas that were occupied by the contractor in connection with the construction. All disturbed brush and trees, all rubbish, excess materials, temporary structures, equipment, etc., shrill be removed and the area left in a neat and presentable condition. If at any time during performance of work by Contractor the City's representative determines that cleanup is not being accomplished, the City's representative may direct, in writing, no additional work can be accomplished without meeting certain requirements. If so directed, no claim for additional time will be allowed. The contractor is to provide extra care during performance of work by Contractor to ensure that no rock, base stone, string, stakes, or any other construction material is left in the water main or irrigation lines.At the end of each construction day, the ends of all such lines shall be sealed watertight and all points of entry are to be covered to prevent easy access. No rain, storm water, or ground water shall be allowed to enter the water main or irrigation systems. • Storage: Storage of salvage materials for sale on the work site is prohibited. Signs advertising salvage materials shall not be placed at the work site. • Street Closures: The Contractor shall not close any street or divert any traffic without prior written approval of the City: The Contractor shall adhere to the State of Florida D.O.T.'s uniform manual on traffic control for construction and maintenance work zones. It will be the sole responsibility of the contractor to make him/herself and his/her employees fully aware of these provisions, especially those applicable to the use of barricades, cones, signage, etc., to provide a safe working environment. • Public Right-of-Ways: Any use of the public right-of-way adjacent to the work site shall be consistent with the provisions established by the Florida Building Code as provisions must be made for the safe conduct of pedestrians on or near the site(s). • Project Superintendent: The contractor shall have a superintendent or a responsible foreman on the project at all times when work is in progress. • Power: All power for lighting, operation of the contractor's plant or equipment, or for any other use by the contractor, shall be provided by the contractor's sole cost and expense. • Sanitary Facilities: The contractor shall furnish, install, and maintain ample sanitary facilities for the workmen. As the needs arise, a sufficient number of enclosed temporary toilets shall be conveniently placed as required by the sanitary codes of the State and Local Government. Drinking water shall be provided from an approved source, so piped or transported as to keep it safe and fresh and served from single service containers or satisfactory types of sanitary drinking stands or fountains. All such facilities and services shall be furnished in strict accordance with existing and ' governing health regulations. 15 • Utilities: The contractor shall make every effort to locate and identify all underground pipe lines, cables, and conduits by contacting the One Call System and the owners of underground utilities, by prospecting or otherwise, in advance of trench or excavation operations. Certain pipelines, water mains, gas lines, and other existing underground and above ground installations and structures in the vicinity of the work to be done hereunder are indicated on the plans according to the information made available to the City. The City does not guarantee the accuracy or completeness of such information. Service connections for gas, water, telephone services, sewers, underground electric and lines, and possibly,other utilities are not shown on the plans. Any conflict with these utilities or any other utility not specified, as a pay item will be the responsibility of the contractor. The contractor will be required to relocate the utility or work around it at no cost to the City. It will be the responsibility of the contractor to brace or otherwise secure any utility poles or anchors close to the trenching operation. Any delay or extra cost to the contractor caused by-utility, pipe line, or other underground structures or obstructions not shown on the plans or found in different locations than those indicated shall not constitute a claim for additional work, additional payment, or damages. The contractor will be solely responsible for any or all damages whether direct, indirect, or consequential to the underground or above ground utilities, pipe lines, and surroundings, and shall indemnify and hold harmless the City for any and all claims or judgments whenever made as a result of the contractor's actions. If additional or unexpected utility conflicts occur, the contractor shall be responsible for coordinating with the affected utility company to resolve the conflict and maintain progress on the project. No time extensions will be granted for associated delays. • Safety Precautions: The contractor shall maintain and enforce all necessary and adequate safety precautions for the protection of life and property on all work performed under the provisions of subsequent Invitations to Quote. The contractor shall also comply with all regulatory agencies requirements for safety. The contractor shall use extreme caution to protect the project area to prevent accidents, damage, or injury involving pedestrian or vehicular traffic in the project area. Barricades, safety screening, or other acceptable methods shall be used as needed to keep the public out of danger and to safely divert them around the project area. The contractor shall exercise proper precaution at all times for the protection of persons and property and shall be responsible for all damages to persons or property, either on or off the site, which occur as a result of the contractor's prosecution of the work. The safety provisions of all applicable laws, building and construction codes, and regulations shall be observed. The contractor shall take or cause to be taken such safety and health measures, additional to those herein required, as the contractor may deem necessary or desirable. Machinery, equipment and all hazards shall be guarded in accordance with the safety provisions of the "Manual of Accident Prevention of Construction" published by the Associated General Contractors of America, Inc., to the extent that such provisions are not in conflict with applicable local laws. The contractor shall maintain an accurate record of all cases of death, occupational disease, and injury requiring medical attention or causing loss of time from work, 16 arising out of and in the course of employment on work under the contract. The contractor shall promptly furnish the Local Public Agency with reports concerning these matters. The contractor shall indemnify and save harmless the City and the City's representative from any claims for damages resulting from personal injury and/or death suffered or alleged to have been suffered by any person as a result of any work conducted under this contract. • Explosives: The use of explosives will not be permitted under the contract. • Final Inspection: Inspection by Department of Building Development Services for Final Inspection shall be requested by contractor within ten (10) days of completion of demolition of each separate site. Inspection to finalize demolition permit MUST be requested by Contractor upon completion of demolition and site clean-up. • Emergencies: Proposers shall be able to mobilize within 24 hours if requested by the city. The Contractor must comply with the following City's Sustainable & Resilient Procurement policy standards: (A) The firm shall employ the following hierarchy of highest and best use for handling Construction & Demolition ("C&D") debris as follows: (i) Implement reduced material usage or reuse of materials before any recycling; (ii) Implement recycling of source-separated material before any recycling of mixed C&D debris material; (iii) Implement recycling of mixed C&D debris before all other forms of disposal. (B) The firm is prohibited from sending any C&D debris material directly to a landfill without submitting a request to and receiving approval from the Environment & ' Sustainability Departments.The request must demonstrate that all reuse and recycling options for the material have been evaluated and determined to not be viable for recycling or reusing. (C) The firm shall manage all C&D debris materials to meet a minimum diversion rate of 75 percent. The Environment & Sustainability Director may increase the minimum diversion rate based on the Directors assessment of, infrastructure, markets and materials available to support the new rate. (D) *Construction and Demolition Debris Management Report. The firm shall be responsible to provide a Construction and Demolition Debris Management Report electronically to the Environment& Sustainability Department prior to final payment, including the following: (i) The firm and project identification information; 17 (ii) Procedures to be used for C&D debris management; (iii) A list of the materials generated from the project, their estimated weight by tons, and how the material was reused, recycled, or otherwise handled; and, (iv) The names and locations of reuse and recycling facilities or sites, and companies used to transport the material. (v) Final Diversion information reporting the weight of C&D debris material diverted for the entire construction and/or demolition project and the overall diversion rate achieved. . (vi) Any assets within the facility or property to be demolished shall follow the same procedures as above: (E) The Environmental & Sustainability Department will approve the Construction and ' Demolition Debris Management Report addressing items (G)(i)-(h) and notify the Building Department to authorize payment to the contractor. • The remainder of this page is intentionally left blank. 18 EXHIBIT B CONTRACTOR SERVICE ORDER Contractor Service Order No. TO: PROJECT NAME: Project Name DATE: SCOPE OF SERVICES: Per attached proposal dated , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original Service Order Amount: $ .Change Order_to Service Order Amount: (ALL CHANGE ORDERS MUST BE APPROVED IN WRITING BY THE CITY PRIOR TO THE WORK:) Total From Previous Change Orders to Service Orders: Fee for this Service Order is Lump Sum/Not to Exceed amount $ of: Total Agreement to Date: $ City's Project Administrator Date Department Director Date Contractor Date City Manager Date 19 ' EXHIBIT C GENERAL CONDITIONS Definitions: Whenever the following terms or pronouns in place of them appear in the Project Manual, the intent and meaning shall be interpreted as follows: 1.1 Bid: shall refer to any offer(s) submitted in response to this,RFQ. The terms "Bid" and "Bid Submittal" are used interchangeably. 1.2 Bidder: Any individual, firm, or corporation submitting a bid for this Project, acting directly or through a duly authorized representative. 1.3 Change Order: A written document ordering a change in the Contract Price or Contract Time or a material change. • 1.4 City: The ,City (or Owner) shall mean the City of Miami Beach, a Florida municipal corporation, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139, which is a party hereto and/or for which this Contract is to be performed. In all respects hereunder, City's performance is pursuant to City's position as the owner of a construction project. In the event City exercises its regulatory authority as a governmental body, they exercise of such regulatory authority and the enforcement of any rules, regulations, laws and ordinances shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a party to this Contract. 1.5 City Commission: City Commission shall mean the governing and legislative body of the City. 1.6 City Manager: City Manager shall mean the Chief Administrative Officer of the City. 1.7 Consultant: shall refer to a Registered Architect and/or Licensed Professional Engineer that has been contracted by the City to provide professional services for this project. 1.8 Contract: The part or section of the Contract Documents addressing some of the rights and duties of the parties hereto, including but not limited to contract time and liquidated damages. 1.9 Contract Administrator: The City's Contract Administrator shall mean the individual appointed by the City Manager who shall be the City's authorized representative to coordinate, direct, and review on behalf of the City, all matters related to the Project. The City's Contract Administrator for the Project shall be the Capital Projects Coordinator. 1.10 Contract Documents: The official documents setting forth bidding information, requirements and contractual obligations for the project and includes the Contract, Invitation to Bid, Scope of Work, Instructions to Bidders, Supplements, Technical Specifications, Exhibits, Certificated, Closeout Forms, General Conditions, Supplementary Conditions, Plans, Drawings, Addenda, Award by the City Commission, Bonds, Notice of Award, Notices to Proceed, Purchase 20 Order(s), Change Order(s), Field Order(s), Supplemental Instructions, and any additional documents the submission of which is required by the Project. 1.11 Contract Price:The original amount established in the Bid Submittal and award by the City, as may be amended by Change Order. 1.12 Contract Time: The original time between commencement and completion, including any milestone dates. 1.13 Contractor: The person or entity with whom the City has contracted and who is responsible for the acceptable performance of the Work and for the payment of all legal debts pertaining to the Work. All references in the Contract Documents to third parties under contract or control of Contractor shall be deemed to be a reference to Contractor. 1.14 Field Order: A written order which orders minor changes in the Work but which does not involve a change in the Contract Price or Contract Time. 1.15 Final Completion: The date certified by Consultant in the Final Certificate of Payment upon which all conditions and requirements of any permits and regulatory agencies have been satisfied; any documents required by the Contract Documents have been received by Consultant; any other documents required to be provided by Contractor have been received by Consultant; and, to the best of Consultant's knowledge, information, and belief, the Work defined herein has been fully completed in accordance with the terms and conditions of the Contract Documents. 1.16 Materials: Materials incorporated in this Project, or used orconsumed in the performance of the Work.- 1.17 Notice(s) to Proceed: Written notice to Contractor authorizing the commencement of the activities identified in the notice or as described in the Contract Documents. 1.18 Plans and/or Drawings: The official graphic representations of this Project which are a part of the Contract Documents. 1.19 Program Manager: Not applicable. 1.20 ./Project: The construction project described in the Contract Documents, including the Work described therein.With a maximum value of$300,000.00 for general construction and $75,000.00 for electrical projects. 1.21 Project Initiation Date: The date upon which the Contract Time commences. 1.22 Resident Project Representative: Not applicable. 1.23 Responsible Bidder: An offeror who has the.capability in all respects to perform fully the contract requirements, and the integrity and reliability which will assure good faith performance. 1.24 Responsive Bidder: A person or entity who has submitted a bid which conforms in all material respects to a solicitation. A bid or proposal of a Responsive Bidder must be submitted on the required forms, which contain all 21 required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements by the bid documents to be submitted at the time of bid opening. 1.25 Subcontractor: A person or entity having a direct contract with Contractor including one who furnishes material worked to a special design according to the Contract Documents, but does not include one who merely furnishes Materials not so worked. 1.26 Substantial Completion: The date certified in writing by Consultant, and as fully determined by the Contract Administrator in his/her sole discretion the work, or a portion thereof, is at a level of completion in substantial compliance with the Contract Documents such that all conditions and requirements of permits and regulatory agencies have been satisfied and the Work is sufficiently complete in accordance with the Contract Documents so the Project is available for beneficial occupancy by City. A Certificate of Occupancy or Certificate of Completion and/or other authorization from the City acceptable to Contract Administrator must be issued for Substantial Completion to be achieved; however,the issuance of a Certificate of Occupancy or Certificate of Completion or the date thereof are not to be determinative of the achievement or date of . Substantial Completion. 1.27 Surety: The surety company or individual which is bound by the performance bond and payment bond with and for Contractor who is primarily liable, and which surety company or individual is responsible for Contractor's satisfactory performance of the work under the contract and for the payment of all debts pertaining thereto in accordance with Section 255.05, Florida Statutes. 1.28 Work: The construction and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, materials, equipment and services provided or to be provided by Contractor to fulfill Contractor's obligations. The Work may constitute the whole or a part of the Project. 2. Personnel Requirements: Superintendent must have at least approximately five (5) years of experience in projects of similar design, scope, size and complexity. The Project Manager must have at least approximately five (5) years of experience in projects of - similar design, scope, size and complexity. 3. Proiect Manual: 3.1. The Project Manual includes any general or special Contract conditions or specifications attached hereto. 3.2. The Project Manual, along with all documents that make up and constitute the Contract Documents, shall be followed in strict accordance as to work, performance, material, and dimensions except when Consultant may authorize, in writing, an exception. 3.3. Dimensions given in figures are to hold preference over scaled measurements from the drawings; however, all discrepancies shall be resolved by Consultant. 22 • Contractor shall not proceed when in doubt as to any dimension or measurement, but shall seek clarification from Consultant. 3.4. Contractor shall be furnished three (3) copies, free of charge, of the Project Manual; two of which shall be preserved and always kept accessible to Consultant and Consultant's authorized representatives. Additional copies of the Project Manual may be obtained from City at the cost of reproduction. 4. Intention of City: It is the intent of City to describe in the Contract Documents a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents and in accordance with all codes and regulations governing construction of the Project. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied by Contractor whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals, or codes of any technical society, organization or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of opening of bids and Contractor shall comply therewith. City shall have no duties other than those duties and obligations expressly set forth within the Contract Documents. 5. Preliminary Matters: 5.1. Within five (5) calendar days prior to the pre-construction meeting described in Section 5.2, Contractor shall submit to Consultant, for Consultant's review and acceptance, a project schedule. CONTRACTOR agrees to attend weekly progress meetings and provide an updated (3) week look ahead schedule for review and discussion and monthly be prepared to discuss any: 1) Proposed changes to the Base Line schedule logic; 2) Explain and provide a narrative for reasons why logic changes should be made; 3) Update to individual subcontractor activities; and 4) Integration of changes into the schedule. The Project Schedule shall be the basis of the CONTRACTOR'S work and shall be complied with in all respects. If CONTRACTOR'S Work becomes more than (30) days behind schedule CONTRACTOR shall be required to submit a "Make-Up" schedule to PROGRAM MANAGER for review and acceptance that demonstrates "Catch Up" within thirty (3) days. CONTRACTOR shall provide, at CONTRACTOR'S cost, the necessary additional labor and or equipment necessary to make-up the lost time. Failure to provide a "Make-Up" schedule or vigorously follow the "Make-Up" schedule shall be reason to default CONTRACTOR. 23 • 5.1.1 After award but prior to the submission of the final progress schedule, CONSULTANT, Contract Administrator and CONTRACTOR shall meet with all utility owners and secure from them a schedule of utility relocation, provided, however, neither CONSULTANT nor CITY shall be responsible for the nonperformance by the utility owners. 5.1.2 A preliminary schedule of Shop Drawing submissions; and 5.1.3 In a lump sum contractor in a contract which includes lump sum bid items of Work, a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of work which will be confirmed in writing by Contractor at the time of submission. ❑x Such prices shall be broken down to show labor, equipment, materials and overhead and profit. 5.1.4 After award but prior to the submission of the progress schedule, Consultant, Contract Administrator and Contractor shall meet with all utility owners and secure from them a schedule of utility relocation, provided, however, neither Consultant nor City shall be responsible for the nonperformance by the utility owners. 5.2. At a time specified by Consultant but before Contractor starts the work at the Project site, ,,a conference attended by Contractor, Consultant and others as deemed appropriate by Contract Administrator will be held to discuss the schedules to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. 5.3. Within thirty-five (35) days from the Project Initiation Date set forth in the Notice to Proceed, a conference attended by Contractor, Consultant and others, as appropriate, will be held to finalize the schedules submitted. Within forty-five (45) days after the Project Initiation Date set forth in Notice to Proceed No. 1, the Contractor shall revise the original schedule submittal to address all review comments from the CPM review conference and resubmit for Consultant review. The finalized progress schedule will be accepted by Consultant only as providing an orderly progression of the Work to completion within the Contract Time, but such acceptance shall not constitute acceptance by City or Consultant of the means or methods of construction or of the sequencing or scheduling of the Work, and such acceptance will neither impose on Consultant or City responsibility for the progress or scheduling of the Work nor relieve Contractor from full responsibility therefore. The finalized schedule of Shop Drawing submissions must be acceptable to Consultant as providing a workable arrangement for processing the submissions. The finalized schedule of values must be acceptable to Consultant as to form and substance. 6. INTENTIONALLY OMITTED 24 7. INTENTIONALLY OMITTED 8. INTENTIONALLY OMITTED 9. Labor and Materials: 9.1. Unless otherwise provided herein, Contractor shall provide and pay for all materials, labor, water, tools, equipment,, light, power, transportation and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. 9.2. Contractor shall at all times enforce strict discipline and good order among its employees and subcontractors at the Project site and shall not employ on the Project any unfit person or anyone not skilled in the work to which they are assigned. r 10. Royalties and Patents: All fees, royalties, and claims for any invention, or pretended inventions, or patent of any article, material, arrangement, appliance, or method that may be used upon or in any manner be connected with the construction of the Work or appurtenances, are hereby included in the prices stipulated in this Contract for said work. 11. Weather: Extensions to the Contract Time for delays caused by the effects of inclement weather shall be submitted as a request for a change in the Contract Time pursuant to Article 41. These time extensions are justified only when rains or other inclement weather conditions or related adverse soil conditions prevent Contractor from productively performing controlling items of work identified on the accepted schedule or updates resulting in: (1) Contractor being unable to work at least fifty percent(50%)of the normal workday • on controlling items of work identified on the accepted schedule or updates due to adverse weather conditions; or (2) Contractor must make major repairs to the Work damaged by weather. Providing the damage was not attributable to a failure to perform or neglect by Contractor, and providing that Contractor was unable to work at least fifty percent(50%) of the normal workday on controlling items of work identified on the accepted schedule or updates. 12. Permits, Licenses and Impact Fees: 12.1. Except as otherwise provided within the Supplemental Conditions, all permits and licenses required by federal, state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by Contractor pursuant to this Contract shall be secured and paid for by Contractor. It is Contractor's responsibility to have and maintain appropriate Certificate(s) of Competency, valid for the Work to be performed and valid for the jurisdiction in which the Work is to be performed for all persons working on the Project for whom a Certificate of Competency is required. 25 i 12.2. Impact fees levied by the City and/or Miami-Dade County shall be paid by Contractor. Contractor shall be reimbursed only for the actual amount of the impact fee levied by the municipality as evidenced by an invoice or other acceptable documentation issued by the municipality. Reimbursement to Contractor in no event shall include profit or overhead of Contractor. 13. Resolution of Disputes: 13.1 To prevent all disputes and litigation, it is agreed by the parties hereto that Consultant shall decide all questions, claims, difficulties and disputes of whatever nature which may arise relative to the technical interpretation of the Contract Documents and fulfillment of this Contract as to the character, quality, amount and value of, any work done and materials furnished, or proposed to be done or furnished under or, by reason of, the Contract Documents and Consultant's estimates and decisions upon all claims, questions, difficulties and disputes shall be final and binding to the extent provided in Section 12.2. Any claim, question, difficulty or dispute which cannot be resolved by mutual agreement of City and Contractor shall be submitted to Consultant in writing within twenty-one (21) calendar days. Unless a different period of time is set forth herein, Consultant shall notify City and Contractor in writing of Consultant's decision within twenty-one(21) calendar days from the date of the submission of the claim, question, difficulty or dispute, unless Consultant requires additional time to gather information or allow the parties to provide additional information. All non-technical administrative disputes shall be determined by the Contract Administrator pursuant to the time periods provided herein. During the pendency of any dispute and after a determination thereof, Contractor, Consultant and City shall act in good faith to mitigate any potential damages including utilization of construction schedule changes and alternate means of construction. 13.2 In the event the determination of a dispute under this Article is unacceptable to either party hereto, the party objecting to the determination must notify the other party in writing within ten (10) days of receipt of the written determination. The notice must state the basis of the objection and must be accompanied by a statement that any Contract Price adjustment claimed is the entire adjustment to which the objecting party has reason to believe it is entitled to as a result of the • determination. Within sixty (60) days after Final Completion of the Work, the parties shall participate in mediation to address all objections to any determinations hereunder and to attempt to prevent litigation. The mediator shall be mutually agreed upon by the parties. Should any objection not be resolved in mediation, the parties retain all their legal rights and remedies provided under State law. A party objecting to a determination specifically waives all of its frights provided ' hereunder, including its rights and remedies under State law,,if said party fails to comply in strict accordance with the requirements of this Article. 14. INTENTIONALLY OMITTED 26 1 15. Superintendence and Supervision: 15.1. The orders of City are to be given through Consultant, which instructions are to be strictly and promptly followed in every case. Contractor shall keep on the Project during its progress, a full-time competent English speaking superintendent and any necessary assistants, all satisfactory to Consultant. The superintendent shall not be changed except with the written consent of Consultant, unless the superintendent proves to be unsatisfactory to Contractor and ceases to be in its employ. The superintendent shall represent Contractor and all directions given to the superintendent shall be as binding as if given to Contractor and will be confirmed in writing by Consultant upon the written request of Contractor. Contractor shall give efficient supervision to the Work, using its best skill and attention. 15.2. Daily, Contractor's superintendent shall record, at a minimum, the following information in a bound log: the day; date;weather conditions and how any weather condition affected progress of the Work; time of commencement of work for the day; the work being performed; materials, labor, personnel, equipment and subcontractors at the Project site; visitors to the Project site, including representatives of Consultant; regulatory representatives; any special or unusual conditions or occurrences encountered; and the time of termination of work for the day. All information shall be recorded in the daily log in ink. The daily log shall be kept on the Project site and shall be available at all times for inspectionand copying by City and Consultant. 15.3. The Contract Administrator, Contractor and Consultant shall meet at least weekly or as determined by the Contract Administrator, during the course of the Work to review and agree upon the work performed to date and to establish the controlling items of work for the next two weeks. The Consultant shall publish, keep, and distribute minutes and any comments thereto of each such meeting. 15.4. If Contractor; in the course of prosecuting the Work, finds any discrepancy between the Contract Documents and the physical conditions of the locality, or any errors, omissions, or discrepancies in the Project Manual, it shall be Contractor's duty to immediately inform Consultant, in writing, and Consultant will promptly review the same. Any work done after such discovery, until authorized, will be done at Contractor's sole risk. 15.5. Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. 16. INTENTIONALLY OMITTED 27 17. Contractor's Right to Stop Work or Terminate Contract: Should Consultant fail to review and approve or state in writing reasons for nonapproval of any Application for Payment within twenty (20) days after it is presented, or if City fails either to pay Contractor within thirty (30) days after presentation by Consultant of any sum certified by Consultant, or to notify Contractor and Consultant in writing of any objection to the Application for Payment, then Contractor may, give written notice to City and Consultant of such delay, neglect or default, specifying the same. If City or Consultant (where applicable), within a period of ten (10) calendar days after such notice shall not remedy the delay, neglect, or default upon which the notice is based, then Contractor may stop work or terminate this Contract and recover from City payment for all work executed and reasonable expenses sustained therein plus reasonable termination expenses. Any objection made by City to an Application for Payment shall be submitted to Consultant in accordance with the provisions of Article 13 hereof. 18. Assignment: Neither party hereto shall assign the Contract or any subcontract in whole or in part without the written consent of the other, nor shall Contractor assign any monies due or to become due to it hereunder, without the previous written consent of the Mayor and City Commission. 19. INTENTIONALLY OMITTED 20. Differing Site Conditions: In the event that during the course of the Work Contractor encounters subsurface or concealed conditions at the Project site which differ materially from those shown on the Contract Documents and from those ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents; or unknown physical conditions of the Project site, of an unusual nature, which differ materially from that ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents, Contractor , without disturbing the conditions and before performing any work affected by such conditions, shall, within twenty-four (24) hours of their discovery, notify City and Consultant in writing of the existence of the aforesaid conditions. Consultant and City shall, within two (2) business days after receipt of Contractor's written notice, investigate the site conditions identified by Contractor. If, in the sole opinion of Consultant, the conditions do materially so differ and cause an increase or decrease in Contractor's cost of, or the time required for, the performance of any part of the Work, whether or not charged as a result of the conditions, Consultant shall recommend an equitable adjustment to the Contract Price, or the Contract Time, or both. If City and Contractor cannot agree on an adjustment in the Contract Price or Contract Time, the adjustment shall be referred to Consultant for determination in accordance with the provisions of Article 13. Should Consultant determine that the conditions of the Project site are not so materially different to justify a change in the terms of the Contract, Consultant shall so notify City and Contractor in writing, stating the reasons, and such determination shall be final and binding upon the parties hereto. No request by Contractor for an equitable adjustment to the Contract under this provision shall be allowed unless Contractor has given written notice in strict accordance with the 28 provisions of this Article. No request for an equitable adjustment or change to the Contract Price or Contract Time for differing site conditions shall be allowed if made after the date certified by Consultant as the date of substantial completion. 21. Plans and Working Drawings: City, through Consultant, shall have the right to modify the details of the plans and specifications, to supplement the plans and specifications with additional plans, drawings or additional information as the Work proceeds, all of which shall be considered as part of the Project Manual. In case of disagreement between the written and-graphic portions of the Project Manual, the written portion shall govern. 22. Contractor to Check Plans, Specifications and Data: - Contractor shall verify all dimensions, quantities and details shown on the plans, specifications or other data received from Consultant, and shall notify Consultant of all errors, omissions and discrepancies found therein within three (3) calendar days of discovery. Contractor will not be allowed to take advantage of any error, omission or discrepancy, as full instructions will be furnished by Consultant. Contractor shall not be liable for damages resulting from errors, omissions or discrepancies in the Contract Documents unless Contractor recognized such error, omission or discrepancy and knowingly failed to report it to Consultant. 23. Contractor's Responsibility for Damages and Accidents: 23.1. Contractor shall accept full responsibility for the Work against all loss or damage of whatever nature sustained until final acceptance by City, and shall promptly repair any damage done from any cause whatsoever, except as provided in Article 30. 23.2. Contractor shall be responsible for all materials, equipment and supplies pertaining to the Project. In the event any such materials, equipment and supplies are lost, stolen, damaged or destroyed prior to final acceptance by City, Contractor shall replace same without cost to City, except as provided in Article 30. 24. Warranty: Contractor warrants to City that all materials and equipment furnished under this Contract will be new unlessiotherwise specified and that all of the Work will be of good quality, free from faults and defects and in conformance with the Contract Documents. All work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. If required by Consultant, Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by the provisions of Article 26 herein. 25. Supplementary Drawings: 25.1. When, in the opinion of Consultant, it becomes necessary to explain the Work to be done more fully, or to illustrate the Work further, or to show any changes which may be required, supplementary drawings, with specifications pertaining thereto, will be prepared by Consultant. 29 25.2. The supplementary drawings shall be binding upon Contractor with the same force as the Project Manual. Where such supplementary drawings require either less or more than the original quantities of work, appropriate adjustments shall be made by Change Order. 26. Defective Work: 26.1. Consultant shall have the authority to reject or disapprove work which Consultant finds to be defective. If required by Consultant, Contractor shall promptly either correct all defective work or remove such defective work and replace it with nondefective work. Contractor shall bear all direct, indirect and consequential costs of such removal or corrections including cost of testing.laboratories and personnel. 26.2. Should Contractor fail or refuse to remove or correct any defective work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the time indicated in writing by Consultant, City shall have the authority to cause the defective work to be removed or corrected, or make such repairs, as may be necessary at Contractor's expense. Any expense incurred by City in making such removals, corrections or repairs, shall be paid for out of any monies due or which may become due to Contractor , or may be charged against the Performance Bond. In the event of failure of Contractor to make all necessary repairs promptly and fully, City may declare Contractor in default. 26.3. If, within one (I)year after the date of substantial completion or such longer period of time as may be prescribed by the terms of any applicable special warranty required by the Contract Documents, or by any specific provision of the Contract Documents, any-of the Work is found to be defective or not in accordance with the Contract Documents, Contractor , after receipt of written notice from City, shall promptly correct such defective or nonconforming Work Within the time specified by City without cost to City, to do so. Nothing'contained herein shall be construed to establish a period of limitation with respect to any other obligation which Contractor might have under the Contract Documents including but not limited to, Article 24 hereof and any claim regarding latent defects. 26.4. Failure to reject any defective work or material shall not in any way prevent later rejection when such defect is discovered, or obligate City to final acceptance. 27. Taxes Contractor shall pay all applicable sales, consumer, use and other taxes required by law. Contractor is responsible for reviewing the pertinent state statutes involving state taxes and complying with all requirements. 28. Subcontracts: 28.1. Contractor shall not employ any subcontractor against whom City or Consultant may have a reasonable objection. Contractor shall not be required to employ any subcontractor against whom Contractor has a reasonable objection. 28.2. Contractor shall be fully responsible for all acts and omissions of its subcontractors and of persons directly or indirectly employed by its subcontractors and of persons 30 for whose acts any of them may be liable. to the same extent that Contractor is responsible for the acts and omissions of persons directly employed by it. Nothing ' in the Contract Documents shall create any contractual relationship between any subcontractor and City or any obligation on the part of City to pay or to see the payment of any monies due any subcontractor. City or Consultant may furnish to any subcontractor evidence of amounts paid to Contractor on account of specific work performed. 28.3 Contractor agrees to bind specifically every subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of City. 28.4. Contractor shall perform the Work with its own organization, amounting to not less than 70% percent of the Contract Price. 29. Separate Contracts: 29.1. City reserves the right to let other contracts in connection with this Project. Contractor shall afford other persons reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate this Work with theirs. 29.2. If any part of Contractor's Work depends for proper execution or results upon the work of any other persons, Contractor shall inspect and promptly report to Consultant any defects in such work that render it unsuitable for such proper execution and results. Contractor's failure to so inspect and report shall constitute an acceptance of the other person's work as fit and proper for the reception of Contractor's Work, except as to defects which may develop in other contractor's work after the execution of Contractor's. 29.3. Contractor shall-conduct its operations and take all reasonable steps to coordinate the prosecution of the Work so as to create no interference)or impact on any other contractor on the site. Should such interference or impact occur, Contractor shall be liable to the affected contractor for the cost of such interference or impact. 29.4. To insure the proper execution of subsequent work, Contractor shall inspect the work already in place; and shall at once report to Consultant any discrepancy between the executed!work and the requirements of the Contract Documents. 30. Use of Completed Portions: 30.1. City shall have the right at its sole option to take possession of and use any completed or partially completed portions of the Project. Such possession and use shall not be deemed an acceptance of any of the Work not completed in accordance with the Contract Documents. If such possession and use increases the cost of or delays the Work, Contractor shall be entitled to reasonable extra compensation or reasonable extension of time or both, as recommended by Consultant and approved by City. 30.2. In the event City takes possession of any completed or partially completed portions of the Project, the following shall occur: 31 30.2.1. City shall give notice to Contractor in writing at least thirty(30)calendar days prior to City's intended occupancy of a designated area. 30.2.2. Contractor shall complete to the point of Substantial Completion the designated area and request inspection and issuance of a Certificate of Substantial Completion in the form attached hereto as 00925 from Consultant. 30.2.3. Upon Consultant's issuance of a Certificate of Substantial Completion, City will assume full responsibility for maintenance, utilities, subsequent damages of City and public, adjustment of insurance coverage's and start of warranty for the occupied area. 30.2.4. Contractor shall complete all items noted on the Certificate of Substantial Completion within the time specified by Consultant on the Certificate of Substantial Completion, as soon as possible and request final inspection and final acceptance of the portion of the Work occupied. Upon completion of final inspection and receipt of an application for final payment, Consultant shall issue a Final Certificate of Payment relative to the occupied area. 30.2.5. If City finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion thereof, such occupancy or use shall not commence prior to a time mutually agreed upon by City and Contractor and to which the insurance company or companies providing the property insurance have consented by endorsement to the policy or policies. Insurance on the unoccupied or unused portion or portions shall not be canceled or lapsed on account of such partial occupancy or use. Consent of Contractor and of the insurance • company or companies to such occupancy or use shall not be unreasonably withheld. 31. Lands for Work: 31.1. City shall provide, as may be indicated in the Contract Documents, the lands upon which the Work is to be performed,rights-of;way and easements for access thereto and such other lands as are designated by City or the use of Contractor. 31.2. Contractor shall provide, at Contractor's own expense and without liability to City, any additional land and access thereto that may be required for temporary construction facilities, or for storage of materials. Contractor shall furnish to City copies of written permission obtained by Contractor from the owners of such facilities. 32. Legal Restrictions and Traffic Provisions: Contractor shall conform to and obey all applicable laws, regulations, or ordinances with regard to labor employed, hours of work and Contractor's general operations. Contractor shall conduct its operations so as not to close any thoroughfare, nor interfere in any way with traffic on railway, highways, or water, without the prior written consent of the proper authorities. 33. Location and Damage to Existing Facilities, Equipment or Utilities: 32 33.1. As far as possible, all existing utility lines in the Project area have been shown on the plans. However, City does not guarantee that all lines are shown, or that the ones indicated are in their true location. It shall be the Contractor's responsibility to identify and locate all underground and overhead utility lines or equipment affecting or affected by the Project. No additional payment will be made to the Contractor because of discrepancies in actual and plan location of utilities, and damages suffered as a result thereof. 33.2. The Contractor shall notify each utility company involved at least ten (10) days prior to the start of construction to arrange for positive underground location, relocation or support of its utility where that utility may be in conflict with or endangered by the proposed construction. Relocation of water mains or other utilities for the convenience of the Contractor shall be paid by the Contractor. All charges by'utility companies for temporary support of its utilities shall be paid for by the Contractor. All costs of permanent utility relocation to avoid conflict shall be the responsibility of the utility company involved. No additional payment will be made to the Contractor for utility relocations, whether or not said relocation is necessary to avoid conflict with other lines. 33.3. The Contractor shall schedule the work in such a manner that the work is not delayed by the utility providers relocating or supporting their utilities. The Contractor shall coordinate its activities with any and all public and private utility providers occupying the right-of-way. No compensation will be paid to the Contractor for any loss of time or delay. ' 33.4. All overhead, surface or underground structures and utilities encountered are to be.carefully protected from injury or displacement. All damage to such structures is to be completely repaired within a reasonable time; needless delay will not be tolerated. The City reserves the right to remedy such damage by ordering outside parties to make such repairs at the expense of the Contractor. All such repairs made by the Contractor are to be made to the satisfaction of the utility owner. All damaged utilities must be replaced or fully repaired. All repairs are to be inspected by the utility owner prior to backfilling. 34. Value Engineering: Contractor may request substitution of materials, articles, pieces of equipment or any changes that reduce the Contract Price by making such request to Consultant in writing. Consultant will be the sole judge of acceptability, and no substitute will be ordered, installed, used or initiated without Consultant's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. However, any substitution accepted by Consultant shall not result in any increase in the Contract Price or Contract Time. By making a'request for substitution, Contractor agrees to pay directly to Consultant all Consultant's fees and charges related to Consultant's review of the request for substitution, whether or not the request for substitution is accepted by Consultant. Any substitution submitted by Contractor must meet the form,fit, function and life cycle criteria of the item proposed to be replaced and there must be a net dollar savings including Consultant review fees and charges. If a substitution is approved, the net dollar savings shall be shared equally between Contractor and City and shall be processed as a deductive Change Order. City may require Contractor to furnish at Contractor's expense 33 a special performance guarantee or other surety with respect to any substitute approved after award of the Contract. 35. Continuing the Work: Contractor shall carry on the Work and adhere to the progress scheduleduring all disputes or disagreements with City, including disputes or disagreements concerning a request for a Change Order, a request for a change in the Contract Price or Contract Time. The Work shall not be delayed or postponed pending resolution of any disputes or disagreements. 36. Changes in the Work or Terms of Contract Documents: 36.1. Without invalidating the Contract and without notice to any surety City reserves and shall have the right, from time to time to make such increases, decreases or other changes in the character or quantity of the Work as may be considered necessary or desirable to complete fully and acceptably the proposed construction in a satisfactory manner. Any extra or additional work within the scope of this Project must be accomplished by means of appropriate Field Orders and Supplemental Instructions or Change Orders. 36.2. Any changes to the terms of the Contract Documents must be contained in a written document, executed by the parties hereto, with the same formality and of equal dignity prior to the initiation of any work reflecting such change. This section shall not prohibit the issuance of Change Orders executed only by City as hereinafter provided. 37. Field Orders and Supplemental Instructions: 37.1. The Contract Administrator, through Consultant, shall have the right to approve and issue Field Orders setting-forth written interpretations of the intent of the Contract Documents and ordering minor changes in Work execution, providing the Field Order involves no change in the Contract Price or the Contract Time. 37.2. Consultant shall have the right to approve and issue Supplemental Instructions setting forth written orders, instructions, or interpretations concerning the Contract Documents or its performance, provided such Supplemental Instructions involve no change in the Contract Price or the Contract Time. 38. Change Orders: 38.1. Changes in the quantity or character of the Work within the scope of the Project which are not properly the subject of Field Orders or Supplemental Instructions, including all changes resulting in changes in the Contract Price, or the Contract Time, shall be authorized only by Change Orders approved in advance and issued in accordance with the provisions of the City. 38.2. All changes to construction contracts which exceed the Commission-approved contingency must be approved in advance in accordance with the value of the Change Order or the calculated value of the time extension. All Change Orders with a value of $25,000 or more shall be approved in advance by the Mayor and City Commission. All Change Orders with a value of less than $25,000 shall be approved in advance by the City Manager or his designee. 38.3. In the event satisfactory adjustment cannot be reached for any item requiring a change in the Contract Price or Contract Time, and a Change Order has not been 34 issued, City reserves the right at its sole option to either terminate the Contract as it applies to the items in question and make such arrangements as may be deemed necessary to complete the disputed work; or submit the matter in dispute to Consultant as set forth in Article 13 hereof. During the pendency of the dispute, and upon receipt of a Change Order approved by City, Contractor shall promptly proceed with the change in the Work involved and advise the Consultant and Contract Administrator in writing within seven (7) calendar days of Contractor's agreement or disagreement with the method, if any, provided in the Change Order for determining the proposed adjustment in the Contract Price or Contract Time. 38.4. On approval of any Contract change increasing the Contract Price, Contractor shall ensure that the performance bond and payment bond are increased so that each reflects the total Contract Price as increased. 38.5. Under circumstances determined necessary by City, Change Orders may be issued unilaterally by City. 39. Value of Change Order Work: 39.1. The value of any work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: 39.1.1. Where the work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of items involved. 39.1.2. By mutual acceptance of a lump sum which Contractor and City acknowledge contains a component for overhead and profit. 39.1.3. On the basis of the "cost of work," determined as provided in Sections 39.2 and 39.3, plus a Contractor's fee for overhead and profit which is determined as provided in Section 39.4. 39.2. The term "cost of work" means the sum of all direct costs necessarily incurred and paid by Contractor in the proper performance of the Work described in the Change Order. Except as otherwise may be agreed to in writing by City, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in Section 39.3. 39.2.1. Payroll costs for employees in the direct employ of Contractor in the performance of the work described in the Change Order under schedules of job classifications agreed upon by City and Contractor. Payroll costs for employees not employed full time on the work covered by the Change Order shall be apportioned on the basis of their time spent on the work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay application thereto. Such employees shall include superintendents and foremen at the site. 35 The expenses of performing the work after regular working hours, on Sunday or legal holidays, shall be included in the above to the extent authorized by City. 39.2.2. Cost of all materials and equipment furnished and incorporated in the work, including costs of transportation and storage thereof, and manufacturers'field services required in connection therewith. All cash discounts shall accrue to Contractor unless City deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to City. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to City and Contractor shall make provisions so that they may be obtained. Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City with the advice of Consultant and the costs of transportation, loading, unloading, installation, dismantling and removal thereof, all in accordance with the terms of said agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the work. 39.2.3. Payments made by Contractor to Subcontractors for work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from Subcontractors acceptable to Contractor and • shall deliver such bids to City who will then determine, with the advice of Consultant, which bids will be accepted. If the Subcontract provides that the Subcontractor is to be paid on the basis of cost of the work plus a fee, the Subcontractor's cost of the work shall be determined in the same manner as Contractor's cost of the work. All Subcontractors shall be subject to the other provisions of the Contract Documents insofar as applicable. 39.2.4. Cost of special consultants, including, but not limited to, engineers, architects, testing laboratories, and surveyors employed for services specifically related to the performance of the work described in the Change Order. 39.2.5. Supplemental costs including the following: 39.2.5.1. The proportion of necessary transportation, travel and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the work except for local travel to and from the site of the work. 39.2.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the work, and cost less market value of such items used but not consumed which remains the property of Contractor . 36 39.2.5.3. Sales, use, or similar taxes related to the work, and for which Contractor is liable, imposed by any governmental authority. 39.2.5.4. Deposits lost for causes other than Contractor's negligence; royalty payments and fees for permits and licenses. 39.2.5.5. The cost of utilities, fuel and sanitary facilities at the site. 39.2.5.6. Receipted minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the work. 39.2.5.7. Cost of premiums for additional bonds and insurance required because of changes in the work. '39.3. The term "cost of the work" shall not include any of the following: 39.3.1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by Contractor whether at the site or in its principal or a branch office for general administration of the work and not specifically included in the agreed- upon schedule of job classifications, all of which are to be considered administrative costs covered by Contractor's fee. 39.3.2. Expenses of Contractor's principal and branch offices other. than Contractor's office at the site. 39.3.3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the work and charges against Contractor for delinquent payments. 39.3.4. Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the Contract Documents to purchase and maintain the same, except for additional bonds and insurance required because of changes in the work. 39.3.5. Costs due to the negligence or neglect of Contractor, any Subcontractors, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective work, disposal of materials or equipment wrongly supplied and making good any damage to property. 39.3.6. Other overhead or general expense costs of any kind and the cost of any item not specifically and expressly included in Section 39.2. 37 39.4. Contractor's fee allowed to Contractor for overhead and profit shall be determined as follows: 39.4.1.A mutually acceptable fixed fee or if none can be agreed upon, 39.4.2.A fee based on the following percentages of the various portions of the cost of the work: 39.4.2.1. For costs incurred under Sections 39.2.1 and 39.2.2, I Contractor's fee shall not exceed ten percent(10%). 39.4.2.2. For costs incurred under Section 39.2.3, Contractor's fee shall not exceed seven and one half percent (7.5%); and if a subcontract is on the basis of cost of the work plus a fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall not exceed ten percent (10%); and 39.4.2.3. No fee shall be payable on the basis of costs itemized under Sections 39.2.4 and 39.2.5, (except Section 39.2.5.3), and Section 39.3. 39.5. The amount of credit to be allowed by Contractor to City for any such change which results in a net decrease in cost, will be the amount of the actual net decrease. When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any, however, Contractor shall not be entitled to claim lost profits for any Work not performed. 39.6. Whenever the cost of any work is to be determined pursuant to Sections 39.2 and 39.3, Contractor will submit in a`form acceptable to Consultant an itemized cost breakdown together with the supporting data. 39.7., Where the quantity of any item of the Work that is covered by a unit price is increased or decreased by more than twenty percent (20%) from the quantity of such work indicated in the Contract Documents, an appropriate Change Order shall be issued to adjust the unit price, if warranted. 39.8. Whenever a change in the Work is to be based on mutual acceptance of a lump sum, whether the amount is an addition, credit or no change-in-cost, Contractor shall submit an initial cost estimate acceptable to Consultant and Contract Administrator. 39.8.1. Breakdown shall list the quantities and unit prices for materials, labor, equipment and other items of cost. 39.8.2. Whenever a change involves Contractor and one or more Subcontractors and the change is an increase in the Contract Price, overhead and profit percentage for Contractor and each Subcontractor shall be itemized separately. 38 I 39.9. Each Change Order must state within the body of the Change Order whether it is based upon unit price, negotiated lump sum, or"cost of the work." 40. Notification and Claim for Change of Contract Time or Contract Price: 40.1. Any claim_for a change in the Contract Time or Contract Price shall be made by written notice by Contractor to the Contract Administrator and to Consultant within five (5) calendar days of the commencement of the event giving rise to the claim and stating the general nature and cause of the claim. Thereafter, within twenty (20) calendar days of the termination of the event giving rise to the claim, written notice of the extent of the claim with supporting information and documentation shall be provided unless Consultant allows an additional period of time to ascertain more accurate data in support of the claim and such notice shall be accompanied by Contractor's written notarized statement that the adjustment claimed is the entire adjustment to which the Contractor has reason to believe it is entitled as a result of the occurrence of said event. All claims for changes in the Contract Time or Contract Price shall be determined by Consultant in accordance with Article 13 hereof, if City and Contractor cannot otherwise agree. IT IS EXPRESSLY AND SPECIFICALLY AGREED THAT ANY AND ALL CLAIMS FOR CHANGES TO THE CONTRACT TIME OR CONTRACT PRICE SHALL BE WAIVED IF NOT SUBMITTED IN STRICT ACCORDANCE WITH THE REQUIREMENTS OF THIS SECTION. 40.2. The Contract Time will be extended in an amount equal to time lost on critical Work items due to delays beyond the control of and through no fault or negligence of Contractor if a claim is made therefore as provided in Section 40.1. Such delays shall include, but not be limited to, acts or neglect by any separate contractor employed by City, fires, floods, labor disputes, epidemics, abnormal weather conditions or acts of God. 41. No Damages for Delay: No claim for damages or any claim, other than for an extension of time, shall be made or asserted against City by reason of any delays except as provided herein. Contractor shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for actual delays due solely to fraud, bad faith or active interference on the part of City or its Consultant. Otherwise, Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to the extent specifically provided above. 42. Excusable Delay; Compensable; Non-Compensable: 42.1 Excusable Delay. Delay which extends the completion of the Work and which is caused by circumstances beyond the control of Contractor or its subcontractors, suppliers or vendors is Excusable Delay. 39 Contractor is entitled to a time extension of the Contract Time for each day the Work is delayed due to Excusable Delay. Contractor shall document its claim for any time extension as provided in Article 40 hereof. Failure of Contractor to comply with Article 40 hereof as to any particular event of delay shall be deemed conclusively to constitute a waiver, abandonment or relinquishment of any and all claims resulting from that particular event of delay. • Excusable Delay may be compensable or non-compensable: (a) Compensable Excusable Delay. Excusable Delay is compensable when (i) the delay extends the Contract Time, (ii) is caused by circumstances beyond the control of the Contractor or its subcontractors, suppliers or vendors, and (iii) is caused solely by fraud, bad faith or active interference on the part of City or its agents. In no event shall Contractor be compensated for interim delays which do not extend the Contract Time. Contractor shall be entitled to direct and indirect costs for Compensable Excusable Delay. Direct costs recoverable by Contractor shall be limited to the actual additional costs allowed pursuant to Article 41 hereof. City and Contractor recognize and agree that the amount of Contractor's precise actual indirect costs for delay in the performance and completion of the Work is impossible to determine as of the date of execution of the Contract Documents, and that proof of the precise amount will be difficult. Therefore, indirect costs recoverable by the Contractor shall be liquidated on a daily basis for each day the Contract Time is delayed due to a Compensable Excusable Delay. These liquidated indirect costs shall be paid to compensate Contractor for all indirect costs caused by a Compensable Excusable Delay and shall include, but not be limited to, all profit on indirect costs, home office overhead, acceleration, loss of earnings, loss of productivity, loss of bonding capacity, loss of opportunity and all -other indirect costs incurred by Contractor. The amount of liquidated indirect costs recoverable shall be one hundred dollars ($100) per day for each calendar day the Contract is delayed due to a Compensable Excusable Delay. (b) Non-Compensable Excusable Delay. When Excusable Delay is (i) caused by circumstances beyond the control of Contractor, its subcontractors, suppliers and vendors, and is also caused by circumstances beyond the control of the City or Consultant, or(ii)is caused jointly or concurrently by Contractor or its subcontractors, suppliers or vendors and by the City or Consultant, then Contractor shall be entitled only to a time extension and no further -compensation for the delay. 43. Substantial Completion: When Contractor considers that the Work, or a portion thereof designated by City pursuant to Article 30 hereof, has reached Substantial Completion, Contractor shall so notify City and Consultant in writing. Consultant and City shall then promptly inspect the Work. When Consultant, on the basis of such an inspection, determines that the Work or designated portion thereof is substantially complete, it will then prepare a Certificate of 40 Substantial Completion in the form attached hereto as Form 00925 which shall establish the Date of Substantial Completion; shall state the responsibilities of City and Contractor for security, maintenance, heat, utilities, damage to the Work, and insurance; and shall list all Work yet to be completed to satisfy the requirements of the Contract Documents for Final Completion. The failure to include any items of corrective work on such list does not alter the responsibility of Contractor to complete all of the Work in accordance with the Contract Documents. Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in the Certificate of Substantial Completion. The Certificate of Substantial Completion shall be submitted to City through the Contract Administrator and Contractor for their written acceptance of the responsibilities assigned to them in such Certificate. 44. No Interest: Any monies not paid by City when claimed to be due to Contractor under this Agreement, including, but not limited to, any and all claims for contract damages of any type, shall not be subject to interest including, but not limited to prejudgment interest. However, the provisions of City's prompt payment ordinance, as such relates to timeliness of payment, and the provisions of Section 218.74(4), Florida Statutes (1989) as such relates to the payment of interest, shall apply to valid and proper invoices. 45. Shop Drawings: 45.1. Contractor shall submit Shop Drawings as required by the Technical Specifications. The purpose of the Shop Drawings is to show the suitability, efficiency, technique of manufacture, installation requirements, details of the item and evidence of its compliance or noncompliance with the Contract Documents. 45.2. Within thirty (20) calendar days after the Project Initiation Date specified in the Notice to Proceed, Contractor shall submit to Consultant a complete list of preliminary data on items for which Shop Drawings are to be submitted and shall identify the critical items. Approval of this list by Consultant shall in no way relieve Contractor from submitting complete Shop Drawings and providing materials, equipment, etc.,fully in accordance with the Contract Documents. This procedure ,is required in order to expedite final approval of Shop Drawings. 45.3. After the approval of the list of items required in Section 45.2 above, Contractor shall promptly request Shop Drawings from the various manufacturers, fabricators, and suppliers. Contractor shall include all shop drawings and other submittals in its certification. 45.4. Contractor shall thoroughly review and check the Shop Drawings and each and every copy shall show this approval thereon. 45.5. If the Shop Drawings show or indicate departures from the Contract requirements, Contractor shall make specific mention thereof in its letter of transmittal. Failure to point out such departures\shall not relieve Contractor from its responsibility to comply with the Contract Documents. 41 45.6. Consultant shall review and approve Shop Drawings within seven (7) calendar days from the date received, unless said Drawings are rejected by Consultant for material reasons. Consultant's approval of Shop Drawings will be general and shall not relieve Contractor of responsibility for the accuracy of such Drawings, nor for the proper,fitting and construction of the work, nor for the furnishing of materials or work required by the Contract Documents and not indicated on the Drawings. No work called for by Shop Drawings shall be performed until the said Drawings have been approved by Consultant. Approval shall not relieve Contractor from responsibility for errors or omissions of any sort on the Shop Drawings. 45.7. No approval will.be given to partial submittals of Shop Drawings for items which interconnect and/or are interdependent where necessary to properly evaluate the design. It is Contractor's responsibility to assemble the Shop Drawings for all such interconnecting and/or interdependent items, check them and then make one submittal to Consultant along with its comments as to compliance, noncompliance, or features requiring special attention. 45.8. If catalog sheets or prints of manufacturers' standard drawings are submitted as Shop Drawings, any additional information or changes on such drawings shall be typewritten or lettered in ink. 45.9. Contractor shall submit the number of copies required by Consultant. Resubmissions of Shop Drawings shall be made in the same quantity until final approval is obtained. 45.10. Contractor shall keep one set of Shop Drawings marked with Consultant's approval at the job site at all times. 46. Field Layout of the Work and Record Drawings: 46.1. The entire responsibility for establishing and maintaining line and grade in the ( field lies with Contractor. Contractor shall maintain an accurate and precise record of the location and elevation of all pipe lines, conduits, ,structures, maintenance access structures, handholes, fittings and the like and shall prepare record or "as-built" drawings of the same which are sealed by a Professional Surveyor. Contractor shall deliver these records in good order to Consultant as the Work is completed. The cost of all such field layout and recording work is included in the prices bid for the appropriate items. All record drawings shall be made on reproducible paper and shall be delivered to Consultant prior to, and as a condition of, final payment. 46.2. Contractor shall maintain in a safe place at the Project site one record copy of all Drawings, Plans, Specifications, Addenda, written amendments, Change Orders, Field Orders and written interpretations and clarifications in good order and annotated to show all changes made during construction. These record documents together with all approved samples and a counterpart of all approved Shop Drawings shall be available at all times to Consultant for reference. Upon Final Completion of the Project and prior to Final Payment, these record documents, samples and Shop Drawings shall be delivered to the Contract Administrator. 42 46.3. Prior to, and as a condition precedent to Final Payment, Contractor shall submit to City, Contractor's record drawings or as-built drawings acceptable to Consultant. 47. Safety and Protection: 47.1. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Project. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 47.1.1. All employees on the work site and other persons who may be affected thereby; 47.1.2. All the work and all materials or equipment to be incorporated therein, whether in storage on or off the Project site; and 47.1.3. Other property at the Project site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. 47.2. Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and utilities when prosecution of the work may affect them. All damage, injury or loss to any property referred to in.Sections 47.1.2 and 47.1.3 above, caused directly or indirectly,. in whole or--in part, by Contractor , any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by Contractor. Contractor's duties and responsibilities for the safety and protection of the work shall continue until such time as all the Work is completed and Consultant has issued a notice to City and Contractor that the Work is acceptable except as otherwise provided in Article 30 hereof. 47.3. Contractor shall designate a responsible member of its organization at the Work site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to City. 48. Final Bill of Materials: Contractor shall be required to submit to City and Consultant a final bill of materials with unit costs for each bid item for supply of materials in place. This shall be an itemized list of all materials with a unit cost for each material and the total shall agree with unit costs established for each Contract item. A Final Certificate for Payment cannot be issued by Consultant until Contractor submits the final bill of materials and Consultant verifies the accuracy of the units of Work. 49. Payment by City for Tests: Except when otherwise specified in the Contract Documents, the expense of all tests requested by Consultant shall be borne by City and performed by a testing firm chosen by Consultant. For road construction projects the procedure for making tests required by 43 • Consultant will be in conformance with the most recent edition.of the State of Florida, Department of Transportation Standard Specifications for Road and Bridge Construction. The cost,of any required test which Contractor fails shall be paid for by Contractor. 50. Project Sign: Any requirements for a project sign shall be paid by the Contractor as specified by City Guidelines'. 51. Hurricane Precautions: 51.1. During such periods of time as are designated by the United States Weather Bureau as being a hurricane warning or alert, the Contractor, at no cost to the City, shall take all precautions necessary to secure the Project site in response to all threatened storm events, regardless of whether the City or Consultant has given notice of same. 51.2. Compliance with any specific hurricane warning or alert precautions will not constitute additional work. 51.3. Additional work relating to hurricane warning or alert at the Project site will be addressed by a Change Order in accordance with Section 38, General Conditions. 51.4. Suspension of the Work caused by a threatened or actual storm event, regardless of whether the City has directed such suspension, will entitle the Contractor to additional Contract Time as noncompensable, excusable delay, and shall not give rise to a claim for compensable delay. 52. Cleaning Up; City's Right to-Clean Up: - - Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its operations. At the completion of the Project, Contractor shall remove all its waste materials and rubbish from and about the Project as well as its tools, construction equipment, machinery and surplus materials. If Contractor fails to clean up during the prosecution of the Work or at the completion of the Work, City may do so and the cost thereof shall be charged to Contractor. If a dispute arises between Contractor and separate contractors as to their responsibility for cleaning up, City may clean up and charge the cost thereof to the contractors responsible therefore as Consultant shall determine to be just. 44 53. Removal of Equipment: In case of termination of this Contract before completion for any cause whatever, Contractor, if notified to do so by City, shall promptly remove any part or all of Contractor's equipment and supplies from the property of City, failing which City shall have the right to remove such equipment and supplies at the expense of Contractor. 54. Nondiscrimination: In connection with the performance of the obligations contained in the Contract Documents, the Contractor shall not exclude from participation in, deny the benefits of, or subject to discrimination anyone on the grounds of race, color, national origin, sex, age, disability, religion, income or family status. Additionally, Contractor shall comply fully with the City of Miami Beach Human Rights Ordinance, codified in Chapter 62 of the City Code, as may be amended from time to time, prohibiting discrimination in employment, housing, public accommodations, and public services on account of actual or perceived race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, age, disability, ancestry, height, weight, domestic partner status, labor organization membership, familial situation, or political affiliation. , 55. Project Records: City shall have the right to inspect and copy, at City's expense, the books and records and accounts of Contractor which relate in any way to the Project, and to any claim for additional compensation made by Contractor, and to conduct an audit of the financial and accounting records of Contractor which relate to the Project and to any claim for additional compensation made by Contractor. Contractor shall retain and make available to City all such books and records and accounts, financial or otherwise, which relate to the Project and to any claim for a period of three (3) years following Final Completion of the Project. During the Project and the three (3) year period following Final Completion of the Project, Contractor shall provide City access to its books and records upon seventy-two(72) hours written notice. 45 J 56. Performance Evaluations: An interim performance evaluation of the successful Contractor may be submitted by the Contract Administrator during construction of the Project. A final performance evaluation shall be submitted when the Request for Final Payment to the construction contractor is forwarded for approval. In either situation, the completed evaluation(s)shall be forwarded to the City's Procurement Director who shall provide a copy to the successful Contractor. Said evaluation(s) may be used by the City as a factor in considering the responsibility of the successful Contractor for future bids with the City. 57. Occupational Health and Safety: In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this bid must be accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the manufacturer. The MSDS must include the following information: a. The chemical name and the common name of the toxic substance. b. The hazards or other risks in the use of the toxic substance, including: i. The potential for fire, explosion, corrosion, and reaction; ii. The known acute and chronic health effects of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance; and iii. The primary routes of entry and symptoms of overexposure. c. The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the toxic substances, including appropriate emergency treatment in case of overexposure. d. The emergency procedure for spills, fire, disposal, and first aid. e. A description in lay terms of the known specific potential health risks posed by the toxic substance intended to alert any person reading this information. f. The year and month, if available, that the information was compiled and the name, address, and emergency telephone number of the manufacturer responsible for preparing the information. 58. Environmental Regulations: The City reserves the right to consider a Bidder's history of citations and/or violations of environmental regulations in investigating a Bidder's responsibility, and further reserves the right to declare a Bidder not responsible if/the history of violations warrant such determination in the opinion of the City. Bidder shall submit with its Bid, a complete history of all citations and/or violations, notices and dispositions thereof. The nonsubmission of any such documentation shall be deemed to be an affirmation by the Bidder that there are 46 no citations or violations. Bidder shall notify the City immediately of,notice of any citation or violation which Bidder may receive after the Bid opening date and during the time of performance of any contract awarded to it. 59. "Or Equal" Clause: Whenever a material, article or piece of equipment is identified in the Contract Documents, including plans and specifications by reference to manufacturers'or vendors' names,trade names, catalog numbers, or otherwise, City, through Consultant, will have made its best efforts to name at least three (3) such references. Any such reference is intended merely to establish a standard; and, unless it is followed by the words "no substitution is permitted" because of form, fit, function and quality, any material, article, or equipment of other manufacturers and vendors which will perform or serve the requirements of the general design will be considered equally acceptable provided the materials, article or equipment so proposed is, in the sole opinion of Consultant, equal in substance, quality and function. ANY. REQUESTS FOR SUBSTITUTION MUST BE MADE TO THE CITY'S PROCUREMENT DIRECTOR, WHO SHALL FORWARD SAME TO CONSULTANT. 47 MIAMI BEACH 00710 EXHIBIT D: FORM OF PERFORMANCE BOND BY THIS BOND, We , as Principal, hereinafter called Contractor , and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ -) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the Contract between Contractor and City for construction of , the Contract being made a part'of this Bond by reference, at the times and in the manner prescribed in the Contract; and 2. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains as a result of default by Contractor under the Contract; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. Whenever Contractor shall be, and declared by City to be, in default under the Contract, City having performed City obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 3.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or 3.2. Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if City elects, upon determination by City and Surety jointly of the lowest responsible Bidder, arrange for a contract between such Bidder and City, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract 48 00710 FORM OF PERFORMANCE BOND (Continued) or Contracts of completion arranged under this paragraph)sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by City to Contractor under the Contract and any amendments thereto, less the amount properly paid by City to Contractor. No right of action shall accrue on this bond to or for the use of any person or corporation other than City named herein. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Signed and sealed this day of , 20 WITNESSES: (Name of Corporation) • Secretary By: (Signature) (CORPORATE SEAL) (Print Name and Title) IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: 49 00720 EXHIBIT E: FORM OF PAYMENT BOND BY THIS BOND, We , as Principal, hereinafter called Contractor , and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains because of default by Contractor under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor, materials and supplies used directly or indirectly by Contractor in the performance of the Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT%SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 2.1. A claimant, except a laborer, who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within forty-five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to Contractor a notice that he intends to look to the bond for protection. 2.2. A claimant who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to Contractor and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. No action for the labor, material , or supplies may be instituted against Contractor or the Surety unless the notices stated under the preceding conditions - (2.1) and (2.2) have been given. 50 00720 2.4. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. Signed and sealed this day of , 20 Contractor ATTEST: (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and.Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: 51 EXHIBIT F NOTICE TO PROCEED (NTP)#2 SAMPLE MIMAIBEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach, FL 33139,www.miamibeachfl.gov MCI C°P nolypizo E -NT PROJECT! it- 305-6:4 0?11,50013PYA 'L-c@m'emibeachfl.s. [MONTH, DAY, YEAR] Sent Via E-mail and Certified Mail #XXXX XXXX XXXX XXXX XXXX First/Last ftqa,, Na_ - • ddres j,State Coe City of Miami Beach [PROJECT NAME] Notice to Proceed Dear[MR/MRS/MS NAME]: As required per [ARTICLE/PROVISION] of the agreement between the City of Miami Beach (City) and [FIRM NAME] (Contractor) for the [PROJECT NAME], you are hereby notified to commence with the construction work to complete this project pursuant to the terms and conditions of the Agreement. The effective date of this Second Notice-to-Proceed for the above work is [MONTH, DAY, YEAR] The work shall be Substantially Completed within XX.X calendar days (by [MONTH, DAY, YEAR]) from the effective date of this Notice to Proceed, and ready for final payment in accordance with Article 3, within thirty (30) calendar days after the date certified by the Contract Administrator as the date of Substantial Completion. Please do not hesitate to contact me if you have any questions in this regard. Sincerely, [DEPARTMENT HEAD] cc: 52 ATTACHMENT A ' RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM RESOLUTION NO.' 2018-30620 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2018-183-KB FOR CITYWIDE DEMOLITION SERVICES ON AN AS- NEEDED BASIS; AND AUTHORIZING THE ADMINISTRATION TO ESTABLISH A POOL OF QUALIFIED CONTRACTORS BY NEGOTIATING A CONTRACT WITH ALL OF THE PROPOSERS AS FOLLOWS; THE BG GROUP, LLC, AS THE TOP RANKED PROPOSER; CROSS ENVIRONMENTAL SERVICES, INC., AS THE SECOND RANKED PROPOSER; CHIN DIESEL, INC. AND CAMINO REAL GROUP, INC. D/B/A ALPHA WRECKING GROUP, TIED AS THE THIRD RANKED PROPOSERS; PARAGON CONSTRUCTION UNLIMITED, INC., AS THE.FIFTH RANKED PROPOSER; MIAMI WRECKING CO., AS THE SIXTH RANKED PROPOSER; AND THUNDER DEMOLITION INC., AS THE SEVENTH RANKED PROPOSER; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE FOREGOING PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on June 6, 2018, the City Commission approved to issue the City Commission approved to issue the Request for Qualifications (RFQ) No. 2018-183-KB, for Citywide Demolition Services on an as-needed basis (the"RFQ"); and • WHEREAS, RFQ No. 2018-183-KB was released on June 12, 2018; and WHEREAS, a voluntary pre-proposal meeting was held on June 28, 2018; and WHEREAS, on August 30, 2018, the City received a total of seven (7) proposals; and WHEREAS, on November 6, 2018, an Evaluation Committee ("Committee") appointed by the City Manager, via Letter to Commission (LTC) No. 563-2018, convened to consider the responsive proposals received; and WHEREAS, the Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law, general information on the scope of services, and a copy of each proposal; and WHEREAS, the Committee's ranking was as follows: The BG Group, LLC, as the top ranked proposer; Cross Environmental Services, Inc., as the second ranked proposer; Chin Diesel, Inc. and Camino Real Group, Inc. d/b/a Alpha Wrecking Group, as the third ranked proposers; Paragon Construction Unlimited, Inc., as the fifth ranked proposer; Miami Wrecking Co., as the sixth ranked proposer; and Thunder Demolition Inc., as the seventh ranked proposer; and WHEREAS, after reviewing' all the submissions and the results of the evaluation process, the City Manager recommends that the Mayor and City Commission approve the Resolution authorizing the Administration to create,a pool of qualified contractors by negotiating a contract with all of the proposers. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager, pursuant to Request for Qualifications (RFQ) No. 2018-183-KB, for Citywide Demolition Services on an as-needed basis; and authorize the Administration to establish a pool of qualified contractors by negotiating ' a contract with all of the proposers as follows: The BG Group, LLC, as the top ranked proposer; Cross Environmental Services, Inc., as the second ranked proposer; Chin Diesel, Inc. and Camino Real Group, Inc. d/b/a Alpha Wrecking Group, tied as the third ranked proposers; Paragon Construction Unlimited, Inc., as the fifth ranked proposer; Miami Wrecking Co., as the sixth ranked proposer; and Thunder Demolition Inc., as the seventh ranked proposer;, and further authorize the Mayor and City Clerk to execute agreements with each of the foregoing proposers upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this la day of Dec& 6er2018. .jam--- Dan Gelber, Mayor ATTEST: ,. ....11114%, a4 (2- .. Ra ael E :nado, City C -rk ;� .,.•••""••""•'''...0 *� * INOORP ORATED' i 401 `gid��,`-• ( 'I y.Y' APPROVED AS TO FORM &LANGUAGE ' &FOR XECUTION O c 1 I � 3 C1iy Attorney y� _ T:\AGENDA12018\12 December\Procurement\RFQ 2018-183-KB Demolition Services\RFQ-2018-183-KB Demolition Services RESO.doc Resolutions-C7 C MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: December 12, 2018 SUBJECT A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2018- 183-KB FOR DEMOLITION SERVICES. RECOMMENDATION Adopt the Resolution. • ANALYSIS The City requires the services of contractors to perform Citywide Demolition Services for the Building Department, primarily for those structures ordered to be demolished by the Unsafe Structures Board. For approximately.four(4)years (July 29, 2014 through July 28, 2018), the City has contracted with several contractors to provide these services. The final term of these contracts expires on July 28, 2019. In order to consider a replacement contract for these services, the City requested proposals from qualified contractors to meet the City's demolition needs on an as-needed basis. Contractors that are deemed as qualified pursuant to the minimum requirements set forth in this Solicitation shall be placed in a pool for as-needed services.As such, the City, from time to time, will issue Invitations to Quote (ITQ) to the pool of pre-qualified demolition contractors and shall be given an opportunity to quote future projects as they present themselves. Successful Contractors shall provide all labor, materials, equipment, supplies, insurance, fuels, permits, retirement of utilities and any other items necessary to complete the demolition work, the removal of demolition materials and disposal of materials and related work for these future projects. The City retains the right to utilize the resulting contracts in a manner that serves the best interests of the City.As such, the City may decide to utilize other procurement methods for future projects when applicable. The resulting contract shall not serve as a guarantee of future work for those contractors deemed to be prequalified pursuant to this solicitation process. RFQ PROCESS On June 6, the City Commission approved to issue the City Commission approved to issue the Request for Qualifications (RFQ) No. 2017-183-KB, for Citywide Demolition Services on an as- needed basis. On June 12, 2018, the RFQ was issued. A voluntary pre-proposal conference to provide information to the proposers submitting a response was held on June 28, 2018. RFQ responses were due and received on August 30, 2018. The City received proposals from the following seven (7)firms: • Page 348 of 1751 • Camino Real Group Inc. DBAAIpha Wrecking • Chin Diesel, Inc. • Cross Environmental Services, Inc. • Miami Wrecking • Paragon Construction Unlimited • The BG Group LLC • Thunder Demolition On October 18, 2018 the City Manager appointed the Evaluation Committee via LTC #563-2018. The Evaluation Committee convened on November 6, 2018 to consider proposals received. The committee was comprised of Adrian Avalos, Chief Building Code Compliance. Officer, Building Department, City of Miami Beach; Daniel Ceballos, Capital Project Coordinator, Capital Improvement Projects Office, City of Miami Beach; and Antonio Gonzalez, Operations Manager— Plan Review, Building Department, City of Miami Beach. The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law. The Committee was also provided with general information on the scope of services, a copy of each proposal, and a presentation by each proposing firm. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process resulted in the ranking of proposers as indicated in Attachment A, in the following order: 1st—The BG Group LLC 2nd—Cross Environmental Services, Inc. 3rd—Camino Real Group Inc. DBAAlpha Wrecking 3rd—Chin Diesel, Inc. 5th—Paragon Construction Unlimited • 6th—Miami Wrecking 7th—Thunder Demolition Due to the number of responses, a summary of each top-ranked firm or the firm's proposal is available upon request. CONCLUSION After reviewing all the submissions and the results of the evaluation process, the City Manager recommends that the Mayor and City Commission approve the resolution authoriang the • Administration to enter into negotiations with The BG Group LLC,as the top ranked proposer; Cross Environmental Services, Inc., as the second ranked proposer; Chin Diesel, Inc. and Camino Real Group Inc. Dba Alpha Wrecking, as the third ranked proposers; Paragon Construction Unlimited, as the fifth ranked proposer; Miami Wrecking,as the sixth ranked proposer; and Thunder Demolition, as the seventh ranked proposer; and further authorize the Mayor and City Clerk to execute agreements with each of the foregoing proposers upon conclusion of successful negotiations by the Administration. FINANCIAL INFORMATION • The cost of the related services, are subject to funds availability approved through the City's budgeting process. Grant funding will not be utilized for this project. Legislative Tracking Building/Procurement Page 349 of 1751 ATTACHMENTS: Description ❑ Attachment A Scoring and Ranking Page 350 of 1751 cs al Request for Qualifications(RFQ)No.2018 Adrian Avalos ° Daniel Cevallos ° Antonio Gonzalez c Low c 183-KB for Citywide Demolition Services c e Aggregate co a Qualitative Quantitative Subtotal M Qualitative) Quantitative Subtotal CC Qualitative Quantitative Subtotal Totals12 The SG Group LLC 92 0 92 1 95 0 95 1 98 0 98 1 3 1 ` Cross Environmental Services.tnc. 85 0 85 3 94. 0 94 2 89 0 89 2 7 2 Camino Real Group Inc.DaAAlpha Wracking 90 0 90 2 93 0 93 4 83 0 83 5 11 3 Chin Diesel,tea 85 0 85 3 92 0 92 5 88 _ 0 88 3 11 3 Parrrgon Construction Unlhmted _ 65 _ 0 65 ' 6 94 0 94 2 75 0 75 7 15 5 Miami Wrecking 65 0 65 6 87 0 87 6 84 0 84 4 16 6 Thunder Demolition 70 0 70 5 84 • 0 84 7 82 0 82 6 18 7 Quantitative Points Proposer Veteran Points Camino Raul Groep lee.DBA Alpha Wrecking 0 Chin Diesel.Inc. 0 Cross Environmental Semites.Inn 0 Miami Wlerddrg 0 Paragon Construction Unlimited 0 t The Bs Group LLC 0 • Thunder Demolition 0 • Page 351 of 1751 ATTACHMENT B SOLICITATION (RFQ) AND ADDENDUMS 'MIAMI BEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 5 RFQ 2018-183-KB FOR,CITYWIDE DEMOLITION SERVICES August 13, 2018 I This. Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. I. CLARIFICATION. Please disregard attachment for Addendum No. 4 the incorrect document was inadvertently uploaded to publicpurchase.com. II. RFP DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, August 20, 2018, at the following location: City of Miami Beach I Procurement Department - 1755 Meridian Avenue, 3r' Floor . Miami Beach, Florida 33139 - Late proposals will not be accepted. Proposers are cautioned to plan sufficienttime to allow for traffic or other delays,for which the Proposer is solely responsible_ III. REVISION. Cl. Minimum Eligibility Requirements has been revised as follows: i The-Minimum Eligibility Requirements for this solicitation are listed below. Bidder shall submit the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to comply with minimumrequirements-shall be deemed non-responsive and shall not have its bid considered. 1. Proposer must possess a Miami-Dade County Demolition Contractor License ora Certified. General Contractor .(CGC) with Florida Department of Business and Professional Regulations. IV. ANSWERS TO QUESTIONS BY PROSPECTIVE PROPOSERS VIA EMAIL. Q1: Is a Certified General Contractor(CGC) license with the State of Florida sufficient if one. does not have a Miami-Dade County Demolition Contractor License? Al: Refer to Revision III above. Q2: If we are already on the list do we still need to submit paperwork for this? 1 ADDENDUM NO.5 n ..... _.....a RFQ 2018-183—KB FOR CITYWIDE DEMOLITION SERVICES • A2: Yes. The current contract expires July 28, 2019. The awarded contracts_under this RFQ shall replace the City's current contracts for Citywide Demolition Services. Q3: Does the City intend to modify any regulations regarding the demolition of buildings as a result of the July 23 implosion incident? A3: The City is currently reviewing regulations regarding demolitions. The awarded contractor(s) shall be required to comply with all local, state, federal or any other applicable regulation that is in effect at the time a demolition project is awarded and undertaken. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadona miamibeachfl.gov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext. 6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. Sincerely, Alex Deni��, - Procurement Director 2 ADDENDUM NO.5 RFQ 2018-183-KB FOR CITYWIDE DEMOLITION SERVICES �, MIAMI BEACH City of Miami Beach,1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 4 RFQ 2018-183-KB FOR CITYWIDE DEMOLITION SERVICES August 13, 2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. • RFP DUE DATE AND TIME. The deadline for the receipt of bids isextended until 3:00 p.m., on Monday, August 20,2018, at the following location: • City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. - Il. REVISION. C1. Minimum Eligibility Requirements has been revised as follows: The4linimum Eligibility Requirements for this solicitation are listed below. Bidder shall submit the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to comply with minimum requirements shall be deemed non-responsive and shall not have its bid considered. 1. Proposer must possess a Miami-Dade County Demolition Contractor License ora Certified General Contractor (CGC) with Florida Department of Business and Professional Regulations. III. ANSWERS TO QUESTIONS BY PROSPECTIVE PROPOSERS VIA EMAIL. 01: Is a Certified General Contractor(CGC) license with the State of Florida sufficient if one does not have a Miami-Dade County Demolition Contractor License? Al: Refer to Revision I above. Q2: If we are already on the list do we still need to submit paperwork for this? A2: Yes. The current contract expires July 28, 2019. The awarded contracts under this RFQ shall replace the City's current contracts for Citywide Demolition Services. • ADDENDUM NO.4 RFQ 2018-183-KB FOR CITYWIDE DEMOLITION SERVICES I ( Q3: Does the City intend to modify any regulations regarding the demolition of buildings as a result of the July 23 implosion incident? A3: The City is currently reviewing regulations regarding demolitions. The awarded contractor(s) shall be required to comply with all local, state, federal or any other applicable regulation that is in effect at the time a demolition project is awarded and undertaken. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named" below, with a copy to the City Clerk's Office at RafaelGranadoCa�miamibeachfl.gov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext. 6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. Since' Alex renis Pro..u,-P. Director • +111.110. 11 2 ADDENDUM NO.4 RFQ 2018-183-KB FOR CITYWIDE DEMOLITION SERVICES - i MIAMI BEACH City of Miami Beach,1755 Meridian Avenue, 3rd Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO.3 ' RFQ 2018-183-KB FOR CITYWIDE DEMOLITION SERVICES August 7,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. I. RFP DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, August 17, 2018, at the following location: City of Miami Beach . Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. / . • - Ti IT T • tt 1II1 ►► • 1 . 1 - - • 1 • • I • 1 - 1 B. • Any questions regarding this Addendum should be submitted inwriting to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado( miamibeachf.00v. Procurement Contact: Telephone: Email; Kristy Bada 305-673-7000,ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ.submission. Potential proposers that have elected not to submita response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Sincerely, 7Alex Denis Procurement Director - 1 ADDENDUM NO.3 RFQ 2018-183-KB FOR CITYWIDE DEMOLITION SERVICES MIAMI BEACH f City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO.2 RFQ 2018-183-KB FOR CITYWIDE DEMOLITION SERVICES July 31,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. I. RFP DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, August 10, 2018, at.the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3'" Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. P. • - 011 . 11 1117 11 • • . - . 01 • O1 I• ! V B. • Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranadomiamibeachfl.qov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers-that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Sincerely, 7Alex Denis Procurement Director WISIDe 1 ADDENDUM NO.2 RFQ 2018-183-KB FOR CITYWIDE DEMOLITION SERVICES MIAMI BEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 1 RFQ 2018-183-KB FOR CITYWIDE DEMOLITION SERVICES July 24,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. 1. RFP DUE DATE AND TIME. Thedeadline for the receipt of bids is extended until 3:00 p.m., on Friday,August 3, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 • •Late proposals will not be accepted.. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the.Proposer is solely responsible. • Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext. 6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have electednot to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Sincerely, Alex Denis Procurement Director ADDENDUM NO.4 RFQ 2018-183-KB FOR CITYWIDE DEMOLITION SERVICES REQUEST FOR QUALIFICATIONS (RFQ) FOR CITYWIDE DEMOLITION SERVICES 2018-183-KB • RFQ ISSUANCE DATE: JUNE 1.2, 2018 STATEMENTS OF QUALIFICATIONS DUE: JULY 27, 2018 @ 3:00 PM ISSUED BY: MIAMIBEACH KRISTY.BADA, CONTRACTING OFFICER III PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.74901 KRISTYBADA@miamibeachfl.gov I www.miamibeachfl.gov RFQ 2018-183-KB 1 MIAMI BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO RESPONDENTS &GENERAL CONDITIONS 3 0300 SUBMITTAL INSTRUCTIONS & FORMAT 12 0400 EVALUATION PROCESS 15 APPENDICES: PAGE APPENDIX A RESPONSE CERTIFICATION, QUESTIONNAIRE AND AFFIDAVITS 17 APPENDIX B "NO BID" FORM 24 APPENDIX C MINIMUM REQUIREMENTS &SPECIFICATIONS 26 APPENDIX D SPECIAL CONDITIONS 33 APPENDIX F INSURANCE REQUIREMENTS 36 . ..y RFQ 2018-183-KB 2 MIAMI BEACH SECTION 0200 INSTRUCTIONS TO RESPONDENTS&GENERAL CONDITIONS 1. GENERAL. This Request for Qualifications (RFQ) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Statement of Qualifications (the"proposal")to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda,whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposer and, subsequently,the successful proposer(s)(the"contractor[s]")if this RFQ results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective proposer who has received this RFQ by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The City requires the services of contractors to perform Citywide Demolition Services for the Building Department. For approximately four (4) years (July 29, 2014 through July 28, 2018), the City has contracted with several contractors to provide these services.The final term of these contracts expires on July 28,2019. At this time, the City of Miami Beach is issuing a Request for Qualifications for Citywide Demolition Services to meet the City's demolition needs on an as-needed basis. Contractors that are deemed as qualified pursuant to the minimum requirements and criteria set forth in this RFQ shall be placed in a pool for as-needed services.As such, the City, when the need for services arises, will issue requests for quotes to the pool of pre-qualified demolition contractors. A service order will be issued to the responsive, responsible contractor offering the lowest quote for a specific project. Successful Contractors shall provide all labor, materials, equipment, supplies, insurance, fuels, permits, retirement of utilities and any other items necessary to complete the demolition work, the removal of demolition materials and disposal of materials and,related work for these future projects. The City retains the right to utilize the resulting contracts in a manner that serves the best interests of the City.As such, the City may decide to utilize other procurement methods for future projects when applicable. The resulting contract shall not serve as a guarantee of future work for those contractors deemed to be prequalified pursuant to this solicitation process. Pursuant to Section 287.055, demolition projects with an estimated value greater than $300,000 may not be awarded pursuant to any contract resulting from this RFQ. RFQ 2018-1 83-KB 3 MIAMI BEACH 3.SOLICITATION TIMETABLE.The tentative schedule,for this solicitation is as follows: Solicitation Issued June 12,2018 Pre-Submittal Meeting June 28,2018 10:00am Deadline for Receipt of Questions July 17,2018 at 5:00pm Responses Due July 27,2018 at 3:00pm Evaluation Committee Review TBD, Proposer Presentations TBD Tentative Commission Approval Authorizing TBD Negotiations Contract Negotiations Following Commission Approval 4. PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: Kris Bada 305-673-7490 kris bada• miamibeachfl.•ov •'dditionally.;_the City Clerkas to be.copied an;all:communications via e-mail:at:RafaelGranado a(�.miamibeachigov; or via facsimile:,786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten(10)calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 5. PRE-PROPOSAL MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-proposal meeting or site visit(s)may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFQ Timetable section above at the following address: City of Miami Beach Procurement Department Conference Room ' 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as:a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936(Toll-free North America) (2) Enter the MEETING NUMBER: 9415468 RFQ 2018=183-KB 4 • MIAMI BEACH Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFQ expressing their intent to participate via telephone. 6. PRE-PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre- submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. Any prospective proposer who has received this RFQ by any means other than through PublicPurchace must register immediately with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received-no later than the date outlined in the Anticipated RFQ Timetable section. 7. CONE OF SILENCE. This RFQ is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein,including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions,which may be found on the City Of Miami Beach website: http://wwuv.miamibeachfl.gov/city-hall/procu rem ent/procurem ent-related-o rdina n ce-a n d-o roced u res/ • CONE OF SILENCE - CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 - • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS " CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR CITY CODE SECTION 2-373 DOMESTIC PARTNERS • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY CITY CODE SECTION 2-374 VETERANS AND TO STATE-CERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISES • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS& CITY CODE SECTION 2-449 SERVICES 9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to,provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017,for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. . I RFQ 2018-183-KB - 5 MIAMI BEACH 10. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS. This RFQ is subject to, and all Proposers are expected .to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation,disqualification of their responses, in the event of such non-compliance. 11. DEBARMENT ORDINANCE: This RFQ is subject to, and all proposers are expected to be or become familiar with,the City's Debarment Ordinance as codified in Sections 2-397 through 2-406 of the City Code. 12. WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS. This RFQ is subject to, and all Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their responses, in the event of such non-compliance. 13. CODE OF BUSINESS ETHICS. Pursuant to City Resolution No.2000-23879, the Proposer shall adopt a Code of Business.Ethics ("Code") and submit that Code to the Procurement Department with its response or within five (5)days upon receipt of request. The Code shall, at a minimum, require the Proposer,to comply with all applicable governmental rules and regulations including,among others,the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. 14.AMERICAN WITH DISABILITIES ACT(ADA). Call 305-673-7490.to request material in accessible format; sign language interpreters (five (5) days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance,please call the,Public Works Department, at 305-673-7000, Extension 2984. . 15. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right to postpone the deadline for submittal of proposals and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 16. PROTESTS. Proposers that are not selected may protest any recommendation for selection of award in accordance with eh proceedings established pursuant to the City's bidprotest procedures, as codified in Sections 2-370 and 2-371 of the City Code (the City's Bid Protest Ordinance). Protest not timely made pursuant to the requirements of the City's Bid Protest Ordinance shall be barred. 17.JOINT VENTURES.Joint Ventures are not allowed. Proposals shall be submitted only by the prime contractor. Proposals may, however, identify other sub-contractors or sub-consultants to the prime Proposer who may serve as team members. RFQ 2018-183-KB 6 MIAMI BEACH 18. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374, the City shall give a preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount(or in this RFQ, the highest proposal amount). Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veterans) or a service-disabled veteran business enterprise constitute the lowest proposal pursuant to an RFQ or oral or written request for quotation, and such proposals are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 19. DETERMINATION OF AWARD. The final ranking results of.Step 1 &2 outlined in Section 0400, Evaluation of Proposals, will be considered by the City Manager who may recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369,including the following considerations: (1)The ability,capacity and skill of the Proposer to perform the contract. (2)Whether the Proposer can perform the contract within the time specified,without delay or interference. (3)The character, integrity, reputation,judgment,experience and efficiency of the Proposer. (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to;approved by the City;and executed by the parties. 21. POSTPONEMENT/CANCELLATION/ACCEPTANCE/REJECTION. The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFQ; postpone or cancel, at any time,this RFQ process; or waive any irregularities in this RFQ, or in any responses received as a result of this RFQ. Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one-hundred twenty (120) calendar days after proposal opening date. A proposer may withdraw its proposal after expiration of one hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the Department of Procurement Management prior to award of the contract by the City Commission. RFQ 2018-183-KB 7 • 1 IAMI BEACH 22. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations,as it deems necessary,to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 23. COSTS INCURRED BY PROPOSERS. All;expenses involved with the preparation and submission of Proposals, or any work performed in connection therewith, shall be the sole responsibility(and shall be at the sole cost and expense)of the Proposer, and shall not be reimbursed by the City. 24. RELATIONSHIP TO.THE CITY. It is the intent of the City, and Proposers hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the. Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 24. OCCUPATIONAL HEALTH AND SAFETY. In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet(MSDS)which may be obtained from the manufacturer. 25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a proposer's history of citations and/or violations of environmental regulations in investigating a proposer's responsibility, and further reserves the right to declare a proposer not responsible if the history of violations warrant such determination.in the opinion of the City. Proposer shall submit with its propoal, a complete history of ail citations and/or violations, notices and dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation or violation which proposer may receive after the proposal opening date and during the time of performance of any contract awarded to it. 26.TAXES.The City of Miami Beach is exempt from all Federal Excise and State taxes. 27. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFQ. Failure to do so will be at the Proposer's risk and may result in the Proposal being non-responsive. 28. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and found to comply with contract,specifications,free of damage or defect,and are properly invoiced. Invoices must be consistent with Purchase Order format. RFQ 2018-183-K6 . . .. 8 MIAMI BEACH 29.COPYRIGHT, PATENTS&ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually,understood and agreed,without exception, that the proposal prices shall include all royalties or cost arising from the use of such design,device, or materials in any way involved in the work. , 30. DEFAULT. Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City Commission,or untimely withdrawal of a response before such award is made and approved,'may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. 31. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules,and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of Proposer to comply with this paragraph shall constitute a material breach of this contract. - _ Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resultingfrom this solicitation, the contractor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure,all work complies with all applicable laws.The contractor shall be liable for any damages or loss to the City occasioned by negligence of the Proposer,or its officers, employees,contractors,and/or agents,for failure to comply with applicable laws. 32. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. • 33. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified,in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status,and age or disability. RFQ 2018-183-KB 9 MIAMI BEACH 34. DEMONSTRATION OF COMPETENCY. The city may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance(experience) in making an award that is in the best interest of the City, including: A. Pre-award inspection of the Proposer's facility may be made prior to the award of contract. B. Proposals will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. C. Proposers must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry,and as determined by the City of Miami Beach. E.The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require Proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier,which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 35. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation,without the prior written consent of the City. 36. LAWS, PERMITS AND REGULATIONS. The Proposer, shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 37. OPTIONAL CONTRACT USAGE.When the successful Proposer(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 38.VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 39. DISPUTES. In the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contractor agreement resulting from the award of this solicitation;then B. Addendum issued for this solicitation,with the latest Addendum taking precedence;then C. The solicitation;then D. The Proposer's proposal in response to the solicitation. RFQ 2018-183-KB 10 MIAMII BEACH 40. INDEMNIFICATION. The Proposer shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs,judgments, and attorney's fees which may be incurred thereon. The Proposer expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 41. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 42. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including,without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a),Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty.(30) days after opening. of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to(a) • Keep and maintain public records that ordinarily and necessarily would be.required by the public - agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 43.OBSERVANCE OF LAWS. Proposers are expected to be familiar with,and comply with, all Federal,State, County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFQ (including, without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the Proposer will in no way relieve it from responsibility for compliance. RFQ 2018-183-KB 11 - f MIAMI BEACH 44. CONFLICT OF INTEREST. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly,an interest of ten(10%)percent or more.in the Proposer entity or any of its affiliates.. 45.MODIFICATION/WITHDRAWALS OF PROPOSALS.A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocableuntil contract award unless withdrawn in writing prior to the Proposal due date,or after expiration of 120 calendar days from theopening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date,and letters of withdrawal received after contract award will not be considered. 47. EXCEPTIONS TO RFQ. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFQ, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the. Proposal. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term, and/or condition of the RFQ to which Proposer took exception to(as said term and/or condition was originally set forth on the RFQ). 48. ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee,or agent of the City, for the purpose of influencing consideration of this Proposal. Pursuant to.Sec.2-449 of the City Code, no officer or employee of the City shall accept any gift,favor or service that might reasonably tend improperly to influence him in the discharge of.his official duties. 49. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Proposers at any time during the RFQ solicitation process. 50. ADDITIONAL ITEMS / SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City may require additional items to be added to the Contract which are ancillary or supplemental to the items specified herein and required tocomplete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for the additional items. If these quote(s) are determined to be fair and reasonable,then the:additional items will be awarded to the current contract vendor(s) through either a Purchase Order(or Change Order if Purchase Order already exists)or an amendment to the Contract. Additional items with a cumulative value of$50,000.or less may be approved by the City Manager. City Commission approval is required for additional items with a cumulative value greater than$50,000. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. RFQ 2018-183-KB 12 -- I MIAMI BEACH SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES.One original Statement of Qualifications(preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due dateestablished for the receipt of proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, proposer name, proposer return address. Statement of Qualifications received electronically, either through email or facsimile,are not acceptable and will be rejected. - r 2. LATE BIDS. Statement of Qualifications are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of Statement of Qualifications will be considered late and not be accepted or will be returned to proposer unopened:The City does not accept responsibility for any delays, natural or otherwise. 3. STATEMENTS OF QUALIFICATIONS FORMAT..In order to maintain comparability,facilitate the review process and assist the Evaluation. Committee in review of Statement of Qualifications, it is strongly recommended that Statement of Qualifications be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated below and contain a table,of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. 'TABI'' ' Cover Letter&Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents.The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. j 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed.. 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualifications requirements established in.Appendix C, Minimum Requirements and:Specifications. nE Experience&.Qualifications 2.1 Qualifications of Proposing Firma Submit detailed information regarding the firm'shistory and relevant experience and proven track record of providing the scope of services similar as identified in this solicitation, including experience in, providing similar scope of services to public sector agencies. For each project that the proposer submits as evidence of similar experience, the following is required: project description, agency name, agency contact, contact telephone & email,and year(s)and term of engagement. 2.1.1' Firm's history and relevant experience shall exemplify their experience with demolition services, recycling and/or reusing demolition material,and demolition permitting. 2..1.2 Projects submitted as evidence should include projects ranging from 2,500 sqft to multi-unit buildings over 10,000 sqft. . 2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel and consultants to be used for this project if awarded,the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information,shall be included for each respondent team member to be assigned to this contract. 2.2.1-Team's history and relevant experience shall exemplify their experience with demolition services, recycling and/or reusing demolition material,and demolition permitting. 2.2.2 Projects submitted as evidence should include projects ranging from 2,500 sqft to multi-unit buildings over 10,000 sqft. RFQ 2018-183-KB 13 MIAMI BEACH TAB 3 Approach and Methodology 3.1 Submit detailed information on the approach and methodology how proposer plans to accomplish the proposed scope of services, including detailed information, as applicable, which addresses, but need not be limited to: implementation plan, project timeline, phasing options, testing and risk mitigation options for assuring project is implemented'on time and within budget. 3.2 Include detailed information,as applicable,which includes but not limited to: • Permitting • Recycling and/or reusing demolition material • Removal of Underground Storage Tanks • Sediment Control • Dust Control • Grade and Backfill • Site Vegetation • Hazardous Materials • , Clean-Up • Storage • Street Closures • Public.Right-of-Ways • Power • Sanitary Facilities • Utilities • Inspections • Emergencies Responses shall be in sufficient detail and include supporting documentation, as applicable,, which will allow the Evaluation Committee to complete a fully review and score the proposed scope of services. 4.FINANCIAL CAPACITY. Within three (3) business days of request by the City, Each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt,by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https:l/supplierportal.dnb.comlwebapp/wcs/stores/servlet/SupplierPortal?stored=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information' contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process,contact Dun&Bradstreet at 800-424-2495. - r RFQ 2018-183-KB 14 " i MIAMI BEACH 5. ADDITIONAL INFORMATION OR CLARIFICATION. After proposal submittal, the City reserves the right to require additional information from Proposers (or Proposer team members or sub-consultants) to determine: qualifications(including, but not limited to, litigation history,regulatory action,or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). The City reserves the right to request any documentation omitted,with exception of Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A). Bidder must submit any omitted documentation within three(3)business daysupon request from the City,or the bid may be deemed non-responsive. Non-responsive bid packages will receive no further consideration. Balance of Page Intentionally Left Blank RFQ 2018-183-KB 15 MIAMI BEACH SECTION 0400 STATEMENTS OF QUALIFICATIONS EVALUATION 1. Evaluation Committee.An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the requirements set forth in the solicitation. If further information is desired, Proposals may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of Statement of Qualifications will proceed in a two-step process as noted below. It is important to note that the Evaluation Committee will score the qualitative portions of the Statement of Qualifications only. The Evaluation Committee does not make an award recommendation to the City Manager.The results of Step 1 &Step 2 Evaluations will be forwarded to the City Manager who will utilize the results to make a recommendation to the City Commission. In the event that only one responsive proposal is received,the City Manager,after determination that the sole responsive proposal materially meets the requirements of the RFP, may, without an evaluation committee, recommend to the City Commission that the Administration enter into negotiations. The City, in its discretion, may utilize technical or other advisers to assist the evaluation committee in the evaluation of proposals. 2..Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Department of Procurement Management. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may review and score all proposals received,with or without conducting interview sessions. ' �." f Points QuahtativCntena� ;�s Maximum. Proposer Experience and Qualifications 70 Approach and.Methodology 30 ��k•`, r, .. : +` �. ztTQTA .{C1fAICABL"E SCEP f P,01NT 100s °^ 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposer may receive additional quantitative criteriaToints to be added by the Procurement Department to those points earned in Step 1, as follows. • a p.7•... Tt ' r ii`:Step r Quantitativcntenes\s�$ Maxmum;Points. Veterans Preference 5. TOTAL AVAILABLE STEP2.POINTS _ . ' 5 RFQ 2018-183-KB 16 1 } MIAMI BEACH 4. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Department of Procurement Management. Step 1 and 2 scores will be converted to rankings in accordance with the example below: ° Proposer, Proposer Proposer , q B • C` ' Ste. 1 Points 82 76 80 Committed Ste.2 Points 22 15 12 Member 7 F Total 104 91 92 Ste. 1 Points 79 85 72 Committee Ste•2 Points 22 15 12 Member 2 Total 101 100 84 Ste. 1 Points 80 74, 66 '.'Committee Ste•2 Points 22 15 12 LMember:2 = Total 102 89 78 _Low Aggregate Score 3' 7 8 . =.Final Ranking* .,.q . ,. t.• 2 3. * Final Ranking is presented to the City Manager for further due diligence and recommendation, to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results. RFQ 2018-183-KB 17 r APPENDIX A ,° , k . Response CertificOtion , 1 • • Quest.ionn:air . i . . Requirements Affidavit . . , • . , f 1 2018-183-KB Citywide Demolition Services , PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 RFQ 2018-183-KB 18 MIAMI BEACH Solicitation No: Solicitation Title: 2018-268-KB FOR CITYWIDE DEMOLITION SERVICES Procurement Contact: Tel: Email: KRISTY BADA 305-673-7490 KRISTYBADA@MIAMIBEACHFL.GOV STATEMENTS OF QUALIFICATIONS CERTIFICATION,QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements,and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and - compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: NO.OF YEARS IN BUSINESS: NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: • TOLL FREE NO.: FAX'NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: • ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: The Cityreserves the right to seek additional information from proposer or other sources,includingbut not limited to:anyfirm or principal 9 P P � ) P P information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFQ 2018-183-KB 19 MIAMI BEACH 1. Veteran Owned Business.Is Proposer claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest. All Proposers must disclose, in their Proposal,the name(s) of any officer, director, agent,or immediate family member(spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Further,all Proposers must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT:Proposers must disclose the name(s)of any officer,director,agent,or immediate family member (spouse,parent,sibling,and child)whois also an employee of the City-of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates 3. References &Past Performance. Proposer shall submit at least three(3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2)Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation,or hada contract cancelled due to non-performance b an public sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is"YES,"Proposer shall submit a statement detailing the reasons that led to action(s). . 5. Vendor Campaign Contributions.Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws,as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions,of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions,as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT:Submit the names of all individuals or entities(including your sub-consultants)with a controlling financial interest as defined in solicitation.For each individualor entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly,of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the, City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Management with its proposal/response or within five(5)days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at htto://www.miamibeachfl.qov/city-hall/procurement/ RFQ 2018-183-KB 20 4 MIAMI BEACH 7. benefits: !I benefits: r ■ . • rr . • • - 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or morecalendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida;and the Contractor's employees located in the United States,but outside of the City of Miami Beach limits,who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners'or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the °other" section any additional benefits not already specified.Note:some benefits are provided to employees because they have a spouse or domestic partner;such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g.,there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance.To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager,or his designee.Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at http:llwww.miamibeachfl.aov/city-hall/orocurementiorocurement-related-ordinance- and-procedures/ RFQ 2018-183-KB 21 ' r MIAMI BEACH 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that 'a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity came may not submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;ma not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals,or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor,supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s.287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race, color,national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi,as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document,. Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. • 12. Fair Chance Requirement Pursuant to Section 2-376 of the City Code,the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices,and standards that are consistent with the City's Fair Chance Ordinance,set forth in Article V of Chapter 62 of the City Code("Fair Chance Ordinance"),and which, among other things, (i)prohibits City contractors, as an employer,from inquiring about an applicant'scriminal history until the applicant is given a conditional offer of employment (ii)prohibits advertising of employment positions witha statement that an individual with a criminal record may not apply for the position,and(iii)prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL.REQUIREMENT: No additional submittal is required at this time. By'virtue of executing this affidavit, Proposer certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City withsupporting documentation evidencing its compliance upon,request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the,agreement,inaddition to any damages that may be available at law and in equity. 13. Acknowledgement of Addendum. After issuanceof solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that.the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receiptof all addenda may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum.1. Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 ' Addendum'10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover.. RFQ 2018-183-KB 22 MIAMI BEACH DISCLOSURE AND DISCLAIMER,SECTION • • The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the"City")for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or in making any award, or in failing or refusing to make any award pursuant to such Statement of Qualifications,or in cancelling awards,or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving Statement of Qualifications,may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviates from the solicitation,as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The informationcontained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied, as to its content,its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at.the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subjectto correctionof errors,omissions,or withdrawal from the market without notice.Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as,if and when a Statement of Qualifications,as same may be modified,and the applicable definitive agreements pertaining thereto, are approved and executed by the parties,and then only pursuant to the terms of the definitive . agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law.All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications,and authorizes the release to the City of any and all information sought in such inquiry or investigation.Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation,or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation,it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 2018-183-KB 23 MIAMI BEACH . . ,PROPOSER CRTIFICATION. , I hereby certify that: I, as an authorized agent of the Proposer , am submitting the following information as my firm's proposal; Proposer agrees tO complete and unconditional acceptance of the terms and conditions of this, document, inclusive of this solicitation,all attachments,exhibits and appendices and the contents of any Addenda released hereto,and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged,discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and'information contained in this proposal, inclusive of the Statement of Qualifications Certification,Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: State of FLORIDA ) On this_day of ,20_,personally appeared before me who County of. ) stated that(s)he is:the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida ' My Commission Expires: - • RFQ 2018-183-KB 24 APPENDIX B HA : - ° '4 • 111" A • - • " No Bid " Form, • 2018-183-KB Citywide Demolition Services S . PROCUREMENT DEPARTMENT 1755is AMi aemri Bi aena Ac vh Fnl uo e, 3rd r da3F3I1o3o9r ,o,or4-t99it,..ot*-,fp(fv",,"6hop:L*,hizoS,t8Q,-:'t.e.,:fy-4c,timtp1,:d,epip!pi:-!itncoFt...stit joi:cdttoi6totyt5,4t,101P1151,1-pt' .-E1, rii"?.off,Nci.:1314: Prcwil`c* oitf IV-rolfk..16:646d,r5tPt6kPeqi'l,-"‘j, 1;:°':""k7":7.7 the City with infrmcxtton on how to imprbve the solicitation process 41di1ii,ira to submit may result Win notified (ai ,8kilegllcttobi* 146,0 RFQ 2018-183-KB MIAMI BEACH Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A STATEMENTS OF QUALIFICATIONS AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: _Workload does not allow us to proposal _Insufficient time to respond Specifications unclear or too restrictive _ Unable to meet specifications _Unable to meet service requirements _Unable to meet insurance requirements _Do not offer this product/service _OTHER. (Please specify) We do_do not_want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: Kristy Bada STATEMENTS OF QUALIFICATIONS#2018-183-KB 1755 MERIDIAN AVENUE, 3`d FLOOR. MIAMI BEACH, FL 33139 RFQ 2018-183-KB 26 i APPENDIX C , [ ., , , . A, • w a .. . . ;. ei. . • : , :. . .- , ; -t.., . ; I - . Ai\ 1 .., , . ' .. , . • . • . . • - . . i • I Minimum, Requirements & ,i Specifications . 1 . , 2018- 183-KB • Citywide Demolition Services . • PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor • ) Miami Beach, Florida 33139 RFQ 2018-183-KB 27 MIAMI BEACH Cl.Minimum Eligibility Requirements.The Minimum Eligibility Requirements for this solicitation are listed.below. 1. Proposer must possess a Miami-Dade County Demolition Contractor License C2.Statement of Work Required. The City requires the services of contractors to perform Citywide Demolition Services for the Building Department. For approximately four (4) years (July 29, 2014 through July 28, 2018), the City has contracted with several contractors to provide these services.The final term of these contracts expires on July 28, 2019. At this time, the City of Miami Beach is issuing a Request for Qualifications for Citywide Demolition Services to meet the City's demolition needs on an as-needed basis. Contractors that are deemed as qualified pursuant to the minimum requirements set forth in this Solicitation shall be placed in a pool for as-needed services. As such, the City, from time to time, will issue Invitations to Quote (ITQ) to the pool of pre-qualified demolition contractors and shall be given an opportunity to quote future projects as they present themselves. Successful Contractors shall provide all labor, materials,equipment,supplies, insurance,fuels,permits, retirement of utilities and any other items necessary to complete the demolition work, the removal of demolition materials and disposal of materials and related work for these future projects. The City retains the right to utilize the resulting contracts in a manner that serves the best interests of the City..As such, the City may decide to utilize other procurement methods for future projects when applicable. The resulting contract shall not serve as a guarantee of future work for those contractors deemed to be prequalified pursuant to this solicitation process. . ._ Pursuant to Section 287.055, demolition projects with an estimated value greater than $300,000 may not be awarded pursuant to any contract resulting from this RFQ. C3.Specifications The work required under this contract resulting from in future Invitations to Quote(ITQ) is skilled demolition services, meeting the following minimum specifications.The future work shall consist of furnishing all labor, materials, permits, licenses, supervision, and equipment. required to demolish a building or building structures and appurtenant, to include debris removal/disposal, dumping/tipping fees, and final site leveling/grading and grass seeding, as required. Appurtenant structures shall include all slabs, steps, porches, walkway slabs to main structure, fences, asphalt pavement parkways and driveways (including limerock base) and the like. Demolition described, shall include wood and/or concrete roofs, frame stucco, and/or concrete block walls, reinforced concrete columns,foundations, beams, windows, doors, floors, all rough plumbing and electrical conduit, and concrete walks. Demolition and removal of structures for future projects shall also include, but shall not be limited to the following activities,as applicable: • PERMITS:A building demolition permit may include the following sub-permits: o Plumbing Permit o Temporary Fencing o DERM Permit o Asbestos Permit, if required o Right of Way Permit. o Landscape Permit RFQ 2018-183-KB 28 I , MIAMI BEACH • The contractor shall be responsible for contacting Utilities to retire the necessary utilities (natural gas, water, and/or electricity)prior to demolition. • Demolition and removal of structures shall include removal of the entire identified structure(s) in each subsequent Invitation to Quote(ITQ)and contents to the construction limits. • All concrete floor slabs, foundations, pilings, driveways, sidewalks, steps, parking areas, and other above ground and underground improvements associated with the structure shall be removed as noted in subsequent ITQs. Where walks that are designated to be removed come into contact with the sidewalk that is to remain, the contractor shall make a saw cut prior to starting removal. Care should be taken to see that sidewalks are not broken due to the demolition, and any adjacent sidewalks that are broken during the demolition shall be presumed to be due to the contractors operations.All such designated damages shall be totally replaced by the contractor at no cost to the City and all such costs shall be borne solely by the Contractor.The City shall approve any and all repairs to its satisfaction. • Fences shall remain, unless otherwise instructed to remove. • Cap all building sewer connections at existing wye locations..Requires a Plumbing permit. • Submit a asbestos and lead paint abatement report, in compliance with Federal, State, and Local Laws and Codes as required for issuance of demolition permit. • Removal of Underground Storage Tanks: Septic Tanks/Grease Traps must be thoroughly pumped out, the bottom broken, and filled in or removed from the premises. Permits and inspection are to be obtained as required. • Sediment-Control: The Contractor shall provide temporary erosion and sediment control on each respective property prior to the start of demolition operations for each project. Sediment control shall be maintained for the full duration of each project. Contractor shall be responsible for the maintenance of controls and control structures and shall be responsible for any clean-up due to failure or inefficiency of such controls. Sedimentation run-off shall not be tolerated and if run-off occurs the Contractor shall take corrective action immediately. • Dust Control: Dust control plan shall be submitted by the contractor at the time of permit submittal detailing methods to be used for dust control(i.e.temporary cover,water and or wind breaks) • Grade and Backfill: Grading, backfill, sodding,and return to grade shall be performed as follows: o All crawl spaces, lower levels, foundation areas, and any below ground area shall be filled and compacted with earth. The backfill must not be frozen when placed and shall be compacted to a density of 95% of maximum density of the backfill material used as determined by ASTM designation D-698. The top six (6) inches of backfill shall be made with soil suitable for growth of grass and graded to natural grade of surrounding undisturbed earth. o Final grading shall ensure adequate drainage offsite and not permit ponding of water. All filled and disturbed ground shall be smoothed for mowing. o The Contractor shall import clean fill as necessary to establish proper surface grades but the • RFQ 2018-183-KB .�. .... .. ... _, .... ._ . .. :..... .,... . _ .��..,a am. 29 MIAMI BEACH Contractor may'cut and fill on site to the extent possible. The Contractor must supply samples of imported fill to be used and approved by the City's landscape Architect. • Site Vegetation: All shrubbery and trees are to remain and disruption of vegetation will only be allowed in the immediate vicinity of the demolition. • Discovery of Hazardous Materials: In the event previously unknown hazardous materials are discovered by the Contractor, the Contractor shall immediately suspend work in the specific location of the hazardous material and immediately notify the City project manager. • Clean-Up: All demolition materials and debris shall be removed from the work concurrently with progress of work. Contractor shall not allow mud and debris from vehicle transporting demolition materials to litter any streets or highways. Contractor shall clean-up any such mud or debris at its sole expense. The City will vigorously enforce all requirements relating to clean-up of debris, dirt, mud, and demolition materials from the site and on streets, highways, and adjacent properties. Cleanup shall follow immediately after and at the same rate as construction. Cleanup shall not be delayed until entire project is finished. Contractor shall clean all right-of-way and easement areas that were occupied by the contractor in connection with the construction. All disturbed brush and trees, all rubbish, excess materials, temporary-structures, equipment, etc., shall be removed and the area left in a neat and presentable condition. If at any.time during performance of work by Contractor the City's representative determines that cleanup is not being accomplished, the City's representative may direct, in writing, no additional work can be accomplished without meeting certain requirements. If so directed, no claim for additional time will be allowed.The contractor is to provide extra care during performance of work by Contractor to ensure that no rock, base stone, string, stakes, or any other construction material is left in the water main or irrigation lines. At the end of each construction day, the ends of all such lines shall be sealed watertight and all points of entry are to be covered to prevent easy access. No rain, storm water,or ground water shall be allowed to enter the water main or irrigation systems. • Storage: Storage of salvage materials for sale on the work site is prohibited. Signs advertising salvage materials shall not beplaced.at the work site. • Street Closures:.The Contractor shall not close any street or divert any traffic without prior written approval of the City. The Contractor shall adhere to the State of Florida D.O.T.'s uniform manual on traffic control for construction and maintenance work zones. It will be the sole responsibility of the contractor to make him/herself and his/her employees fully aware of these provisions, especially those applicable to the use of barricades,cones,signage,etc.,to provide a safe working environment. • Public Right-of-Ways: Any use of the public right-of-way adjacent to the work site shallbe consistent with the provisions established by the Florida'Building Code as provisions must be made for the safe conduct of pedestrians on or near the site(s). • Project Superintendent: The contractor shall have a superintendent or a responsible foreman on the project at all times when work is in progress. • Power: All power for lighting, operation of the contractor's plant or equipment, or for any other use by the contractor,shall be provided by the contractor's sole cost and expense. RFQ 2018-183-KB 30 MIAMI BEACH • Sanitary Facilities: The contractor shall furnish, install, and maintain ample sanitary facilities for the workmen. As the needs arise, a sufficient number of enclosed temporary toilets shall be conveniently placed as required by the sanitary codes of the State and Local Government. 'Drinking water shall be provided from an approved source, so piped or transported as to keep it safe and fresh and served from single service containers or satisfactory types of sanitary drinking stands or fountains. All such facilities and services shall be furnished in strict accordance with existing and governing health regulations. • Utilities: The contractor shall make every effort to locate and identify all underground pipe lines,cables, and conduits by contacting the One Call System and the owners of underground utilities, by prospecting or otherwise, in advance of trench or excavation operations. Certain pipelines, water mains, gas lines, and other existing underground and above ground installations and structures in the vicinity of the work to be done hereunder are indicated on the plans according to the information made available to the City. The City does not guarantee the accuracy or completeness of such information. Service connections for gas, water, telephone services, sewers, underground electric and lines, and possibly other utilities are not shown on the plans. - Any conflict with these utilities or any other utility not specified, as a pay item will be the responsibility of the contractor. The contractor will be required to relocate the utility or work around it at nocost to the City. It will be the responsibility of the contractor to brace or otherwise secure anyutility poles or anchors close to the trenching operation. Any delay or extra cost to the contractor caused by utility, pipeline, or other underground structures or obstructions- not shown on the plans or found in different locations than those indicated shall not constitute a claim for additional work,additional payment,or damages. • The contractor will be solely responsible for any or all damages whether direct, indirect, or consequential to the underground or above ground utilities, pipe lines, and surroundings, and shall indemnify and hold harmless the.City for any and all claims or judgments whenever made as a result of the contractor's actions. If additional or unexpected utility conflicts occur, the contractor' shall be responsible for coordinating with the affected utility company to resolve the conflict and maintain progress on the project. No time extensions will begranted for associated delays. • Safety Precautions: The contractor shall maintain and enforce all necessary and adequate safety precautions for the protectionof life and property on all work performed under the provisions of subsequent Invitations to Quote.. The contractor shall also comply with all regulatory agencies requirements for safety. The contractor shall use extreme caution to protect the project area to prevent accidents, damage, or injury involving pedestrian or vehicular traffic in the project area., Barricades,safety screening, or other acceptable methods shall be used as needed to keep the public out of danger and to safely divert them around the project area. The contractor shall exercise proper precaution at all times for the protection of persons and property and shall be responsible for all damages to persons or property, either on or off the site, which occur as a result of the contractor's prosecution of the work. The safety provisions of all applicable laws, building and construction codes, and regulations shall be observed. The contractor shall take or cause to be taken such safety and health measures, additional tothose herein required, as the contractor may deem necessary or desirable. Machinery, equipment and RFQ 2018-183-KB 31 MIAMI BEACH all hazards shall be guarded in accordance with the safety provisions of the "Manual of Accident Prevention of Construction" published by the Associated General Contractors of America, Inc., to the extent that such provisions are not in conflict with applicable local laws. The contractor shall maintain an accurate record of all cases of death, occupational disease, and injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on work under the contract.The contractor shall promptly furnish the Local Public Agency with reports concerning these matters. The contractor shall indemnify and save harmless the City and the City's representative from any claims for damages cresulting from personal injury and/or death suffered or alleged to have been suffered by any person as a result of any work conducted under this contract. • Explosives:The use of explosives will not be permitted under the contract. } • Final Inspection: Inspection by Department of Building Development Services for Final Inspection shall be requested by contractor within ten (10) days of completion of demolition of each separate site. Inspection to finalize demolition permit MUST be requested by Contractor upon completion of demolition and site clean- up. • Emergencies: Proposers shall be able to mobilize within 24 hours if requested by the city. The Contractor must comply with the following City's Sustainable&Resilient Procurement policy standards: (A) The firm shall employ the following hierarchy of highest and best use for handling Construction & Demolition ("C&D")debris as follows: - (i) Implement reduced material usage or reuse of materials before any recycling; (ii) Implement recycling of source-separated material before any recycling of mixed C&D debris material;, (iii) Implement recycling of mixed C&D debris before all other forms of disposal. (B) The firm is prohibited from sending any C&D debris material directly to a landfill without submitting a request to and receiving approval from the Environment & Sustainability Departments. The request must demonstrate that all reuse and recycling options for the material have been evaluated and determined to not be viable for recycling or reusing. (C) The firm shall manage all C&D debris materials to meet a minimum diversion rate of 75 percent. The Environment & Sustainability Director may increase the minimum diversion rate based on the Directors assessment of infrastructure,markets andmaterials available to support the new rate. (D) *Construction and Demolition Debris Management Report. The firm shall be responsible to provide a Construction and Demolition Debris Management Report electronically to the Environment & Sustainability Department prior to final payment,including the following : (i) The firm and project identification information; (ii) Procedures to be used for C&D debris management; (iii) A list of the materials generated from the project, their estimated weight by tons, and how the material was reused, recycled,or otherwise handled;and, (iv) The names and locations of reuse and recycling facilities or sites, and companies used to transport the material. (v) Final Diversion information reporting the weight of C&D debris material diverted for the RFQ 201 8-1 83-KB 32 { MIAMI BEACH entire construction and/or demolition project and the overall diversion rate achieved. (vi) Any assets within the facility or property to be demolished shall follow the.same procedures as above. (E) Environmental & Sustainability Department will approve the Construction and Demolition Debris Management Report addressing items (G)(i)-(h)and notify the Building Department to authorize payment to the contractor. • • • • . • RFQ 2018-1.83-KB 33 APPENDIX D • Special Conditions 2018-183-KB Citywide Demolition Services PROCUREMENT DEPARTMENT 1755 Meridian'Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-183-KB 34 • MIAMI BEACH 1. Term of Contract. This contract shall remain in effect for three (3) years from date of contract execution by the Mayor and City Clerk.The City of Miami Beach has the option to renew the contract at the sole discretion of the City Manager for an additional two(2), one (1)year periods,on a year-to-year basis. Renewal of the contract is a City of Miami Beach prerogative, not a right of the Contractor. Such option will be exercised, if at all, only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided it shall only be from a month-to-month basis only and shall not constitute an implied renewal of the contract. Said month to month extension shall be upon the same terms of the contract and at the compensation and payment provided herein, and shall not exceed six(6) months. • 2. Master Contract, Purchase Orders & Contractor Service Orders (CSO). A Master Contract shall be executed for each awarded contractor.The Master Contract shall outline the terms and conditions of all work, and incorporate the requirements of this ITB. The Master Contract authorizes Contractor to participate in the pool of prequalified contractors. An executed Contractor Service Order(CSO) shall be issued for each project awarded and is,required prior to issuance of a Purchase Order. 3. Roadmap for Award of Projects. When a project is identified, the.department will request quotes from contractors authorized to participate in the Pre-Qualified Bidder Pool. Responsive, responsible bidders (awarded or not) are eligible to participate in the Pre-Qualified Bidder Pool, at the discretion of the bidder and as indicated on the Cost Proposal Form at the time of submission. At its own expense, the contractor shall visit the site and prepare a • lump sum detailed quotation (inclusive of all labor, materials, and all other costs. Each quote prepared by the contractor shall include anacceptable description of the nature,extent and character of the work required,as well as performance and delivery.schedules. In the alternative,project managers may require an itemized breakdown of the lump sum amounts.. • 3.1 For projects with an estimated cost up to the amount specified in City Procedure PO16.02, Threshold Category 1 (currently$10,000 or as amended),the project/contract manager may select the contractor deemed to be best qualified. 3.2 For projects with an estimated cost exceeding the amount specified in City Procedure PO16.02, Threshold Category.1 (currently$10,000 or as amended),the project/contract manager shall solicit three quotes. Following the determination of the best quote, in the City's sole discretion, a Contractor Service Order (CSO) will be • executed for the project. Prior to issuing a Purchase Order, for projects $50,000 or greater, the City Manager's approval is required.The City Manager's approval, along with a justification, is also required when the contractor offering the lowest cost is not selected. 3.3 In determining the lowest and best contractor for the project, in addition to price,there shall be considered the following: (1.)The ability,capacity and skill of the bidder to perform the contract (2)Whether the bidder can perform the contract within the time specified,without delay or interference. (3)The character, integrity,reputation,judgment, experience and efficiency of the bidder. (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the bidder with laws and ordinances relating to the contract. • RFQ 2018-183-KB 35 MIAMI BEACH 4. Limitation of Project. Pursuant to Florida State Statute Section 255.20, a county, municipality, special district as defined in chapter 189, or other political subdivision of the state seeking to construct or improve a public building, structure, or other public construction works must competitively award to an appropriately licensed contractor each project that is estimated in accordance with generally accepted cost-accounting principles to cost more than $300,000. Projects awarded pursuant to this ITB shall be limited to these thresholds. Demolition projects exceeding$300,000 may not be awarded pursuant this RFQ. 5. Force Majeure. Except as otherwise expressly provided herein,.neither party shall be considered in default in the performance of its obligations hereunder to the extent that such performance is prevented or delayedby any cause, existing or future,which isnot within the reasonable control of such party including, but not limited to,acts of God or public enemy, fire, explosions, rots, strikes (not including strikes of the Contractor's Staff Personnel), or war. Notwithstanding the foregoing, the failure of any of the Contractor's suppliers, or the like shall not excuse the Contractor's performance except to the extent that such failures are due to any cause without the fault and reasonable control of such suppliers, or the like including, but not limited to,acts of God or the public enemy, fires, explosions, riots, strikes(not including strikes of personnel of the Contractor's suppliers),or war. ' 6. Background Checks.The contractor shall conduct a full criminal background check at its own expense on each of its employees engaged in providing services under this ITB or any resulting Agreement prior to the commencement of said services. No contractor employee shall be eligible to perform services, pursuant to this ITB or resulting Agreement, if he or she: (1) has been convicted of or was placed in a pre-trial diversion program for any. crime involving dishonesty or breach of trust; embezzlement; drug trafficking; forgery; burglary; robbery; theft; perjury; possession of stolen property; identity theft; fraud; money laundering;; shoplifting; larceny; falsification of documents and/or(2) has been convicted of any sex,weapons,or violent crime including but not-limited to homicide; • attempted homicide; rape;.child molestation; extortion;terrorism or terrorist threats; kidnapping; assault;battery; and illegal weapon possession, sale or use. The contractor shall defend, indemnify and hold the City, its officers, employees, and agents harmless from and against any and all liability, loss, expense (including reasonable attorneys'fees)or claims for injury or damages arising out of its failure to comply with this requirement. 7. Indemnification. Provider shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorneys'fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of this Agreement by the Provider or its employees,, agents, servants, partners principals or subcontractors. Provider shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City,where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Provider expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Provider shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. RFQ 2018-183-KB 36 MIAMI BEACH 8. PERFORMANCE BOND. For individual projects, the City may require the Contractor to furnish a bond prior to commencement of work. If a bond is requested,the City will reimburse the Contractor the direct cost of the bond with no mark-ups allowed. Contractor shall furnish a Performance Bond and a Payment Bond from an A-rated Financial Class V Surety Company. a) Each Bond shall be in the amount of one hundred percent(100%) of the Contract Price guaranteeing to City the completion and performance of the work covered in such Contract as well as full payment of all suppliers,laborers,or subcontractors employed pursuant to this Project. b) Each Bond shall continue in effect for one year after Final Completion and acceptance of the work with liability equal to one hundred percent (100%) of the Contract sum, or an additional bond shall be conditioned that Contractor will, upon notification by City,correct any defective or faulty work or materials which appear within one year after Final Completion of the Contract. c) Bond(s)shall be recorded in the public records of Miami-Dade County and provide City with evidence of such recording. • • RFQ 201 8-1 83-KB ,37 i APPENDIX E \i I ''' . AM i ', ,/,' ‘i . till, J itic,.e.9,• %°: it 4 f! l . • Insurance Requirements . , , ! . , I 2018-183-KB Citywide Demolition Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-183-KB 38 AAI Am INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers'Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability(occurrence form), limits of liability$ 1,000,000.00 per occurrence for bodily injury property damage to include Premises(.Operations; Products, Completed Operations,and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in"insurance requirements"of specifications). XXX 3. Automobile Liability-$1,000,000 each occurrence-owned/non-owned/hired automobiles included. 4. Excess Liability-$ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies;and it must be stated on the certificate. 6. Other Insurance as indicated: _Builders Risk completed value $ .00 Liquor Liability $ .00 Fire Legal Liability $ .00 Protection and Indemnity $ ` .00 Employee Dishonesty Bond $ .00 Other $ .00 XXX 7. Thirty(30)days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured.Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. RFQ 2018-183-KB 39 ATTACHMENT C CONSULTANTS RESPONSE TO THE (RFQ) Detail by FEI/EIN Number Page 1 of 2 Florida Department of State DIVISION OF CORPORATIONS 4414‘ Dr119101.4 ry•rr r •��� r1 sock . I �®rg ,��.: 0 r.�� t ; ■� zil uffi :Aare of Florida}web.dtle Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by FEI/EIN Number Florida Limited Liability Company • THE BG GROUP, LLC Filing Information Document Number L03000003325 FEI/EIN Number 81-0593332 Date Filed 01/28/2003 State FL Status ACTIVE Principal Address 15560 LYONS ROAD • DELRAY BEACH, FL 33446 • Changed:04/20/2018 Mailing Address 15560 LYONS ROAD ' DELRAY BEACH, FL 33446 • 5 � Changed: 04/20/2018 Registered.Agent Name&Address . • GREENBERG,STEVEN R 15560 LYONS ROAD DELRAY BEACH, FL 33446 Address Changed: 02/07/2019 • Authorized Person(s) Detail Name&Address • Title MGR • GREENBERG,STEVEN R 15560 LYONS ROAD DELRAY BEACH, FL 33446 Title MGR GREENBERG, IVY FRADIN I 15560 LYONS ROAD DELRAY BEACH, FL 33446 • -. .-http.://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?-inqui. .-'''7/2/2019 Detail by FEI/EIN Number Page 2 of 2 Annual Reports Report Year Filed Date 2017 01/07/2017 2018 01/16/2018 2019 02/07/2019 Document Images 02/07/2019—ANNUAL REPORT View image in PDF format 01/16/2018—ANNUAL REPORT View image in PDF format 01/07/2017—ANNUAL REPORT View image in PDF format 01/23/2016—ANNUAL REPORT View image in PDF format 01/07/2015—ANNUAL REPORT View image in PDF format 01/08/2014—ANNUAL REPORT View image in PDF format 01/24/2013—ANNUAL REPORT View image in PDF format 02/07/2012—ANNUAL REPORT View image in PDF format 01/04/2011—ANNUAL REPORT View image in PDF format 01/04/2010—ANNUAL REPORT View image in PDF format 01/14/2009—ANNUAL REPORT View image in PDF format 01/04/2008—ANNUAL REPORT View image in PDF format 02/13/2007—ANNUAL REPORT View image in PDF format 01/27/2006—ANNUAL REPORT View image in PDF format 01/07/2005—ANNUAL REPORT View image in PDF format 02/17/2004—ANNUAL REPORT View image in PDF format 01/28/2003—Florida Limited Liabilites View image in PDF format Florida Department of State,Division of Corporations • \ I http://sear-ch.sunbiz.org/Inquiry/CorporationSearch/S'earchResultDetail?inqui...: 7/2/2019 • THE BCGRUUPLLC Tab 1.1: Cover.Letter and Table of Contents CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: Kristy Bada STATEMENTS OF QUALIFICATIONS#2.018-183-KB 1755 MERIDIAN AVENUE, 3rd FLOOR MIAMI BEACH, FL 33139 August 15, 2018 To Whom It May Concern: 421C With this package in response to the RFQ for Citywide Demolition Services, RFQ 2018-183-KB,The 4.1 es BG Group is expressing its interest in being selected as the most qualified Contractor for this project. We specialize in the areas of demolition,asbestos abatement,excavation,recycling and aggregate and OD concrete crushing. Our contact information is below. CD ''•' As required, we are a licensed CGC in the State of Florida,possess a Certified General Contractor license CO with the Florida Department of Business and Professional Regulations and have successfully completed, G in the last five years,at least three projects of similar scope to the solicited services,each well in excess of CD $10,000. The BG Group Demolition,led by Steve Greenberg and me,continues to develop methods and 11111 techniques to suit various individual client needs and our name is synonymous with quality,innovation, CDC integrity and performance throughout Florida. A few of our more notable clients include: t;s • Real Estate Developers and Corporations such as: Butters Construction & Development; Florida Crystals; Pinnacle Housing Group; The Related Group; Resorts World; Stiles Corporation:Swerdlow Group • National General Contractors such as: Autobuilders; Coastal Construction; EMJ OD Construction; Facchina Construction; Plaza Construction; Skanska; Suffolk Construction; 'O The Weitz Company;Whiting-Turner • • Municipalities including:Broward County Aviation; City'of Fort Lauderdale;City of Miami; Daytona Beach Housing Authority; Lake Worth CRA; Palm Beach County; The School v District of Palm Beach County • Local Contractors such as: Anderson Moore; BJ&K Construction; Kast Construction; Pirtle yConstruction; Shawe-Ager Construction We focus on saving our clients time and money and have recently completed similar transactions for developers, corporations, GCs and municipalities who would be happy to serve as references at the appropriate time.The attached information should provide some useful background. We carry$7 million of comprehensive general liability insurance, workers' compensation and are bondable up to $10 million as well. We are an M/WBE with the State of Florida, and also do each of our projects to meet maximum LEED certification. Regarding our experience in municipal term contract projects,we are the most recent contract holder of the City of Fort Lauderdale Demolition Services term contract, having held it since 2010. We also have held the annual demolition contract for Palm Beach County since 2004(and 15569 Lyons Read•Delray Reach,FL•33446.561-998-7991•Fax:561-998-8815•email:Ixy@ligdemolitien.com J 4 1 zi11 }� LL :.3 recently won the third consecutive rebid. In addition,we are prequalified with the Miami Dade School Board,who has emergency jobs for its unsafe structures from time to time. We know that we can provide this service throughout your City both safely and efficiently and are qualified'to do so. Our crews are trained to assure that the work area is left clean,hazard-free and in non-damaged condition after each site is completed. Palm Beach County John 561.233.0252 Contract since 2004 Tierney_ City of Fort Lauderdale George 954.828.6556 Contract since 2007 Oliva We are performing or have performed several projects in Miami Beach in the past few years, including work at the Atlantic Princess, and in Miami most recently at Captain Harry's,The Design District,Wynwood Walk,Baptist Health and a few CVS and 7-11 stores as well. The BG Group notes that we have been a Certified General Contractor,specializing in demolition,asbestos abatement,excavation,recycling and aggregate and concrete crushing since our founding in January 2003. We have significant expertise in safe,timely and efficient performance; diligent record keeping re capping, abandonment and tracking of debris; and segregation of materials and optimization of recycling. We have also done many LEEDS jobs and always comply with all Federal, State and regulatory agencies and provisions. The BG Group is certified as a Minority Business Enterprise with the state of Florida,being 51% owned by a female. Managing Member: Ivy Fradin, CFA (15 years experience in Investment Banking; ran a division with 300 people; Duke University Phi Beta Kappa graduate). In addition: • Of our 13 managerial and office staff,five are women,two of which are Hispanic—so 38%are M/WBE • Of our 80 employees, including operators and laborers, 35 are black,25 are Hispanic, four of which are women—so 80%are M/WBE. The BG Group LLC prides itself on our safety programs and safety record. Our safety director is Managing Member Steve Greenberg. We have written safety manuals, hold weekly safety meetings on our job sites and provide OSHA training for our employees. When,onsite, each of our employees uses individual safety equipment including, at a minimum,hard hats, work boots, vests and safety gloves and goggles. We also use maximum safety equipment as pertains to any given task at hand. Our EMRs are as follows for the past few years. Year EMR Ratio 2017 0.83 15560 Lyons Read•Delray Beach,FL•33046.561-998-1997•fax:561-998-8815•small:luy@hydamslitloacom a;. >r • G 2016 1.00 .1g1The BG GroupLLC drugtests each of our employees at hire and on a 4'7;' �-"a ,�,.�_.,� regular basis. The photograph at the right is of our front door. ' " The BG Group takes its corporate social responsibility to heart and is an active participant in many charitable organizations. Specifically, since its inception,The BG Group has been a big supporter of The Susan B. Komen Breast Cancer Foundation,The Wellness Community of Greater Miami and the Parent Project for Muscular Dystrophy. In fact, each holiday season, donations are made by The BG Group on behalf of our customers in lieu of holiday cards and gifts to these and other worthy causes. Also, our principals are active and have taken leadership and board roles at these charities and several others. We look forward to putting our experience, responsiveness and fiscal accountability to work on City of Miami Beach and to becoming prequalified. Thank you for taking the time to learn a bit about The BG Group Demolition. Again, we look forward to speaking with you soon. Yours truly, ., . THE BG,r' • 9 ' LLC Ivy. Managing Member 15560 Lyons Road•Delray Beach,FL•33446.561-998-7997•Fait 561-998-8815•email:IVy@hgdemolition.com • �. QX' LL rY Tab 1.2: Response Certification, Questionnaire.& Requirements Affidavit Please see Appendix A which follows. Please note that neither we,The BG Group LLC,nor our officers, agents or employees have any conflict of interest with the City. Please also note that we have not contributed to any campaign for the City. Finally,please note that we will adopt a Code of Business Ethics that will be amenable to the City. C' For the record, our officers are: ea 'a. Ivy Fradin Managing Member Steve Greenberg Managing Member Priscilla Reese Vice President Andrew Stull Vice President Te. r.+ C a C 6.0 O - C `O. a .a? = 15560 Was Road•Delray Beach,FL•33446.561-998-1991•lax:561-998-8815•email:iey@bgdemolition.com APPENDIX A • •Y‘ ;; , 3a 4c D a7 . :141\ ' . . / ,,• : ,:,,,,,f: ;, ,, 'b w. Response .:..„,.,,,:c . . .Cer4f cationf Questionnaire Requirerñents Affidavit F ,,,,.,,,,, ".„ ,, „,1 „,:,i„ ,. . _ ,_, __ _ ____ .: ____ _ . . _...._. , . . .„:„ . . __ _, _ ._ ..___.. . _.. ,_ jL.• Vf ',.1,:•'',R, s, 2018-183-KB :'Cit• ywide Demolition Services . PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 RFQ 2018-183-KB 18 Ai\ \I BEACH Solicitation Na Solicitation Title: 2018-268-KB FOR CITYWIDE DEMOLITION SERVICES Procurement Contact: Tet: Email KRISTY BADA 305-673-7490 KRISTYBADA@MIAMIBEACHFLGOV STATEMENTS OF QUALIFICATIONS CERTIFICATION,QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT f''- -, Purpose:The purpose"of this Response Certification, i'` rp p rA p Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information/05m Proposals in order that certain portions of responsiveness, responsibility and other determining,hfac* and compliance with requirements may be evaluated. This Statement of Qualifications Certification,.Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must besubmitted fullyycompleted and executed. rs 1. GeneralProposerInformation. „.' FIRM NAME *--1-11 E G G C t) t_1-c_. ,:, NO:OF YEARS IN BUSINESS: - - NO.OF YEARS IN BUSINESS L'OCALLYc NO.OF EMPLOYEES; IS �- t', ..P-• OTHER NAME(S)PROPOSER HAS OPERATED.UNDER IN TH- - .'iOYEARS _ `-k_:.;.' FIRM PRIMARY ADDRESS.(HEADQUARTERSk: - - - '7'7' 1�SSCvo:. _ m.ONS _ :Rd ; ;y. i ,Grry: - - -- r --1:-.STATE: n z,PcooE F 3 3y,4.r . TELEPHONE NO:SCP) c 9 g -79971 - -'_ TOLL FREE NO.: - FAX NO.: ,fit '',:-';• FIRM LOCAL ADDRESS: •1 f•) -- - - - :STATE :JP ^3w, ZIP CODE: •PRIMARY ACCOUNT REPRESENTATIVE FOR THISENGAGEi41ENT_ ACCOUNT'REP TELEPHONE NO ACCOUNT REP TOLL FREE NO..:-.i: - ACCOUNT REP EMAIL. F�ERALTAX IDENTIFICATION NO:::' 1 (7 -BG-1- 11'O C- 11-(C.M Ce3 M � :._ - .. ' e! 59 3332 The City reserves the right to seek additional information from proposer or other source(s),including but not limited to:any firm or principal information,';applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFQ 2018-183-KB 19 iv\i i B EAC H 1. Veteran Owned Business.IsP oserclaiming a vetera wned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. n 2 Conflict Of Interest.Ail Proposers must disclose, in their Proposal, the name(s)of any officer, director, agent, or immediate family member(spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Further,all Proposers must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or,more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officer,director,agent,or immecliate`family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either drectly or indirectly,an interest of ten(10%)percent or more in th Proposer entity or any of its.affiliates „ 04*Q-C J fVJI�IG -- 3. References &Past Performance. Proposer shall submit at least three (3) references for.vhom"the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following informationis required: 1) Fimi Name, 2)Contact Individual Name&Title,3)Address,4)Telephone,5)Contacts Email and 6)Narrativ&on Scope of Services Provided. 4. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non-performance by an ublic sector agency YES Jt71 NO SUBMITTAL REQUIREMENT: If answer to above is°YES,".;Proposer shall submit a statement detailing the reasons that led to action(s). . 1 ._? 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws,as codified in Sections 2-487 through 2-4904ofthe City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign"Finance Reform laws are complied with, and shall be subject to any and all sanctions,as prescnbed therein,including`disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT:°Submit the names of all individuals or entities(including your sub-consultants)with a controlling financial interest as defined in solicitation.For each individual or entity with a controlling financial interest indcate whether or not each individual or entity has:contritiuted to the campaign either directly or indirectly,of a candidate who has been elected to the office of Mayor or City'Commissionerfnr the City of Miami Beach. NON — ,� ¢�Qc , 6 6. Code of Business_Ethics:Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Cade of Business Ethics Node")and submit that Code to the Department of Procurement Management with its proposal/response or within five(5)days upon receipt of request The Code shall, at a minimum,require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business 'Ethics,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at htfpJhvwvv.rmiamibQachtdciVidty�haltlpn menta RFQ 2018-183-KB 20 A3 Development,. LLC i The BG Group LLC 15560 Lyons Road Delray Beach,FL 33446 Dear Ivy, We want to compliment The BG Group team on its exceptional performance in demolishing The Golden Strand to make room for The Estates atAcqualina for us,The Trump Group,in early 2018. From contract negotiations through to permit assistance,asbestos abatement and the actual demolition itself,The BG Group was first rate.The project was completed ahead of schedule and without change orders other than those that were Owner-directed. This project included the demolition of 19 structures beachside including a five-story building and a six-story building that abutted Collins Avenue in Miami Beach. The BG Group navigated all related challenges with skill and ease. We look forward to working with The BG Group again when the opportunity presents itself and welcome you to use us as a reference going forward. Sincerely yours, Eric Bartos Vice President • • 17780 Collins Avenue,2"Floor•Sunny Isles Beach FL 33160 Phone: (305)933-8301 •Fax:(305)935-5705 Incou Associates June 15, 2017 The BG Group 1140 Holland Drive #19 Boca Raton, FL 33487 To Whom It May Concern Pleaseaccept this letter as my total endorsement for The BG Group. They have just completed a complex project on time and on budget. The BG Group:was knowledgeable and professional from the beginning to the end. They,have the manpower, equipment and experience to complete any project. - - If you have any questions concerning The BG Group please do not hesitate to calf.me-directly. Sincerely, MOUW ASSOCIATES, INC. 12LatA -- Richard.Mouw Président "('o General Contractors-CGC#038463 � 601 N.Congress Avenue,Suite 109• Delray Beach, FL 33445 •-410"0 Telephone(561)276-9640• FAX(561)265-3866 o www.mouwassociates.com • • • Vendor Reference Verification Form City of Maimi Gardens Shccitation No. and Title: • Reference for. BG Group — _ ' Organization/Firm Name providing reference: Village of Wellington Building Department Contact Name: Jacek Tomasik Reference date: 6-12-2018 Contact Email: jacekt@wellingtonfl.gov - - - Contact Phone: (561) 753-2505 , Name of Referenced Project White Pine,Folkestone,Golf brook Contract No. Date Services Provided: Project Amount: White Pine: 2018 -$24,914,• Folkestone:2014 to$21 ,024 Golfbrook•2a17,S10;786.70 Vendor's rote in Pioject: rime Vendor QSubconsuitant/Subcontractor ._ Would you use this vendor-again? Des ❑No Description of services provided by Vendor: Demolition of unsafe.structures-three separate projects Please rate your,experience with the Needs satisfactory Excellent Not referenced_Vendor: Improvement Applicable 1-. Vendor's:Quality of.Service a. Responsive ❑ ❑ L ;0 b. Accuracy D :� c. Deliverables 0 JD 1 El 2. Vendor's Organization: -•- a. Staff expeitise • o b: Professionalism ❑ 0 0 c. Turnover ❑ ✓ 3. Timeliness of: a. Project 0 ❑ ❑ b. Deliverables 0 0 i ❑ • 4. Project completed within budget • 0 0 0 ❑ 5. Cooperation with: a. Your Firm •❑ 0 b. Subcontractor(s)/Subconsultant(s) 0 d_ D. c. Regulatory Agency(les) 0 ❑ ✓ ❑ Additional Comments:(provide on additional sheet It needed) Al IIM> lonpo/4WbCaryamaw GWw 4. .. g� -- ;{ 6_ /2 - 24,. ($ Si " aturc — ri' Date , ' r Vendor Reference Verification Form / City of Maimi Gardens Solicitation No. and Title: n Reference_for._ _ . .�_r` _ N t tt��: V(.. . - Organization/Firm ame prove_ing reference: - Contact Name: �-�:� �� �Inyfictsakv,:dzeit\katn:k9krekc -(elc,6T) :�1 Reference d Contact Email: � C Contact Phone: ro t P ' CCS' _ v faC C� t Name of Referenced Projec . 11 1 0 Isi .-peril 1-411p,:ornin C ntractNo- Dater1 _ )01-46---zt - _ ,yi s•Provided: Project Amount 3 L,8to Vendor's role in Project: ❑Prime Vendo �JSubconsultant/Subcontractor *. 11 yff _ 1. Wouldyou use this vendor again? (es ❑No Description of services provided by Vendor: i Please rate your experience with the Needs Satisfactory Excellent Not referenced Vendor: Improvement Applicable 1. Vendors Quality of Service — - ___, a. Responsive ❑ ❑ j. r--1 b. Accuracy 0 ❑ c. Deliverables ❑ o 0 2. Vendor's Organization: a. Staff expertise ❑ ❑ ❑ b. Professionalism iri c. Turnover 0 0 e i 0 3. Timeliness of: a. Project 0 ❑ 1b. Deliverables 0 0 0 4. Project completed within budget 5. Cooperation with: a. Your Firm b. Subcontractor(s)/Subconsultant(s) 0 00 0 c. Regulatory Agency(les) ❑ ❑ Additional Comments:(provide on additional sheet If needed) All Information pr i � or s l tub ro 1 Signature i. j � Date 4 /i4jg' r : d;V+, ^ . BEACH 7n� J;� 7. Living-WWage.PuFwant•te --- • .• -: -—=, - - t: _ _ • . - • .. its :. . ._ : benefit& _ \. .. _ ►_ -: _ _ _ �. ., om,- .i l Y• • a • 8. Equal Benefits for Employees with Spouses and Employees with'Domestic Partners. When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain'51 or more full time employees on their payrolls during 20 or.more calendar work weeks, the-Equal Benefits for Domestic:Partners Ordinance 2005.3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant.to competitive proposals, to provide'Equal -Benefits°to their employees with domestic partners;as thiey}provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within.the City limits-of the City of Miami Beach, Florida;and the Contractor's employees located in the United States,but outside of the-,City ofMiami Beach limits,who are-drectly performing work on the contract within the City of Miami Beach. 4 A. Does your company provide or offer to any benefits to employees with spouses or to spouses of employees? :40111 YES NO B. Does your company provide or offekaccess to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? YES NO C. Please check alLbenefits.7that apply to your answers above and list in the'other section any additional benefits not already specified.Note:some benefits are provided to employees because they have a spouse or domestic partner,such as bereavement leave;other beneftsare provided directly to the spouse or domestic partner,such as medical insurance. , BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit • Spouses Domestioipartners . Health Sick Leave t,/' Family Medcal Leave i Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance.To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager,or his designee.Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at http:l/www.miamibeachft.goVlcity-fiall/procurementlpro-c rrement=related=ordiriance- and-procedures) RFQ 2018-183-KB 21 ;AA it-„Av4I BEACH 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals,proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor,supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold'amount provided in s.287:017 for CATEGORY TWO for a period of 36 months following: the date of being placed on the convicted vendor list SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document,Froposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list 10., Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with-a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)`of the City Code, includng the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race, color,national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familiel'status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this_affdavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach.City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina.and Mississippi,as well as the purchase of goods or services sourced in North Carolinaand Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, or shall any product or services it provides to the City be sourced from these states. =;.. SUBMITTAL REQUIREMENT: No additional submittal is required.:BY virtue of executing this affidavit document Proposer ,/ agrees it is and shall remain in full compliance with Resolution 20.16=29375. 12. .. Fair Chance Requirement.Pursuant to Section 2-376 of the,City Code,the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies-in writing that the business has adopted and employs written policies, • practices,and standards that are consistent with the`.City's Fair Chance Ordinance,set forth in Article V of Chapter 62 of the City Code CFair Chance Ordinance°), and which, among'other things, (i)prohibits City contractors, as an employer,from inquiring about an applicant's criminal history until the,applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an"individual with a criminal record may not apply for the position,and(iii)prohibits placing a statement on an employment vepplication that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT:.No:additional submittal is required at.this time. By virtue of executing.this affidavit Proposer certifies that it has adopted policies;practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with.,supporting documentation evidencing its compliance upon request Proposer further agrees that any breach of the representatioiis'made herein_shall constitute a material breach of contract, and shall entitle the City to the V immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 13. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may, provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this-solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Recei Receipt Receipt - 1 Addendum7 Addendum 6 Addendum 11 ...v• Addendum 27/ i Addendum 7 Addendum 12 Addendum 33' 7 Addendum 8 Addendum 13 c\ 7,A Addendum 4 4.d-fir. Addendum 9 Addendum 14 Addendum 5s* h Addendum 10 Addendum 15 If additional confirmationc addendum is required,submit under separate cover. • RFQ 2018-183-KB 22 tv"\,iAlviki BEACH DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the°City°}for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or'in making any award,or in failing or refusing to make any award pursuant to such Statement of Qualifications,or in cancelling awards,or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving Statement of Qualifications,may accept or reject' Statement of Qualifications,and may accept Statement of Qualifications which deviates from the solicitation,as it deems appropriate and in its best interest In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information an&assurances, d: •_ including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without"limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals.It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assuiances•as to the accuracy of any information in this solicitation. • Any reliance on these contents, or on any permitted communications with City officials, shall be at the,recipient's own risk. Proposals should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is•beirig provided by the City without any warranty or representation,express or implied,as to its content,its accuracy,or its completeness._,'warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will-be selected for consideration, negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection grid the award process,or whether any award will be-made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally retying on this Disclosure and Disclaimer,and agrees to be bound by theterms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk,and responsibility of the party submitting such Statement of Qualifications. ' This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice, Information is for guidance only,and does not constitute all or any part of an agreement • The City and all Proposals will be•bound only as,if and when a'Statement of Qualifications,as same may be modified,and the applicable definitive agreements pertaining thereto, are approved.and executed by the parties,and then only pursuant to the terms of the definitive agreements executed among the parties.Any,response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City:v. ,The City is governed by the Govemment'in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such..laW;:All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by,.;Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shalibecome public records. Proposals are expected to make ell'disclosures and declarations as requested in this'solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement-information contained in the Statement of Qualifications,and authorizes the release to the City of any and all information sought in such inquiry or investigation.i Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate andcomplete,to the best of its knowledge,information',and belief. Notwithstanding'the foregoing or anything contained in the solicitation,,all Proposals agree that in the event of a final unappealable judgment)by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation,or any response thereto, or any;action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated • damages: The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and D'isclai`mer which imposes no liability on the City. •lhlthe event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation,it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 2018-183-KB • - 23 MIAMI BEACH PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer , am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments,exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer.Statement proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of thisy solicitation and failure to comply will result in disqualification of proposal submitted;Proposer has not divulged, discussed;+ or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal proposer acknowledges that all information contained herein is part of the public domain as defined by the State of>Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications:Certification,Questionnaire and Requirements Affidavit are true and accurate. _ — . ti Name of Proposer's Authorized Representative: Title of Propos%'sAuthorted Representatives nq`f Signature of Proposer's Authorized Rep live; Date: as A1C l 2-0 (`•j��) State of FLORIDA ` Za re- Orr flits day of ,.20 .Rersonally appeased before me (TAf r+ who County of. -P _ �`) stated'that(s)he is the Ma of '11-,e_8 71 corporation; and'that;the instrument was signed in behal of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed.Before me: A : `' : Notary Pub 'foof :on - ,. • MyCom ni:: o ;VII: ' I, Z7-1112..0 411-747.S., PRISCILLA REESE ``" Notary Public-State of Florida W ,, Commission s GG 134884 M, I '*6: My Comm.Expires Dec 11.2021 IIJ•� !et :if•i. RFQ 2018-183-KB 24 THE. BGCBOU! LLC ' Tab 1.3 Minimum Qualifications & Requirements Please find,listed below,four projects of similar scope to the solicited services,that The BG Group LLC has successfully completed in the last year. Project Name: Via Mizner—Boca Raton, FL Project Date: 2018 General Contractor. Kast Construction General Contractor Contact/Phone: Michael Macdonald, 561.689.2910 Brief Description of Project: Abatement and total demo of numerous multi-story buildings along Federal Highway Contract Amount: $475,000 Project Name: 1501 Wilton Manors—Wilton Manors, FL Project Date: y 2018 General Contractor:, Helms Development General Contractor Contact/Phone: Scott Helms, 954.648.1933 Brief Description of Project: Selective interior and structural demolition of former bank building , Contract Amount: $165,000 Project Name: North Palm Beach.Country Club—North Palm Beach, FL Project Date: Fall 2016-present General Contractor: The Weitz Company General Contractor Contact/Phone: John Southard, 561.223.7692 Brief Description of Project: Full structural demo of country club Contract Amount: $85,000 Project Name: Miami World Center/Captain Harry's—Miami, FL, Project Date: 2018 General Contractor: EHOFDH Development LLC General Contractor Contact/Phone: Don Feeney, 561.715.3783 Brief Description of Project: Structural demo of buildings adjacent to Jive, active roadways Contract Amount: $170,000 155601yens Reid•Delray Beach,fl•33446.561-938-7597•fax:561-998-8815•email:lyy©bgdemollUen.com . STATE OF FLORIA;DEPARTMENT dbmr,. 'R USI1 ON AND L PROFESSIONA ! irr•. CGC15111-35 •c', ISSUED:06/13/2018 GENERAL COFIT,RA CTO' GREENBERG:STEVEN;'.; THE aG.GROuP LLC'' jpA1 _ fid ''.:�...� :411111 UCENSED UNDER CHAPTER 489.2FLOI)DA,ST.`TUTES I EXPIRATION DATE:AL/0'41731,,2020" ' 1- �P ANNE M. GAATNON tilt `='Lj".' P.O.Box 3353,West Palm Beach,FL 33402-3353 -� "LOCATED�AT"' yyf 1�' CONSTITUTIONAL TAX COLLECTOR www.pbctax.com Tel:(561)355-2264 +,•��..Y, ,,,,-47 Serving Paine Beach Comity 1140 HOLLAND DFR " aC°c` BOCA RATON, FL 33487 Serving you. - - .f __ TYPE0'BUSINESS OWNER CERTIEICATIONx RECEIPTp/DATE PAID AMT PAID _ BILL ti _ '23.0051.GENERAL_CONTR1CTOR - GREENBERG STEVEN _ CGC1511135. B17.476678-07612!17 $27,$0 -- 640117641 This'document is valid only when receipted by the Tax Collector's Of lice: STATE OF FLORIDA - PALM BEACH COUNTY 82-244 2017/2018 LOCAL BUSINESS TAX RECEIPT BG GROUP LLC LBTR Number: 200621397 BG GROUP zLc EXPIRES: SEPTEMBER 362018 1140 HOLLAND DR , BOLA RATON,FL 33487-2754 Tfi.s.recef p gractts the privilege of engagingft or 1.11. 1..itiliUI I IIIII IIIIIIfI IA m IIanagirtganh:�si yst #0fofesslotokriccrt odd 0.1ttlfit:its iiitoiaari bit MUS'r fie ppsplOuaus* displayed at the'place:of busmess:and ii1 sr ctta Matinees to be opeh to the view of the public. . LOCAL BUSINESS TAX 1W IS=NOTA BILL RECEIPT# 18 00040569 CITY OF BOCA BATONkg:ch :ia :. - addtz sti;tle,u�medhtp,goti BUSINESS TAX AUTHORITY will.,'-_ tea ttesit*ltcatlniE N.itfi` 4ays[o'avord , jiei alt or the Eeense is null; and said: BG GROUP LLC.:THE . GREENBERG,'STEVEN R. 'BUSINESS TA.X REC RT 1 140 HOLLAND DR 19 Btuiness Tairfee: 10S-,00. CERTIFICATE'OF 'USE Penalty fee:. .0a:. ;EXPIRES: Late fee ,.aa:. 9130(18 Additional;fee: :00 BO GROUP LLC:-THE • 'ransfer.fee: .Q0 1 I4O HOLLAND DR 19 Tota ;,pa d. 105:.00 BOCA RATON FL 33487 - . 4. has paid the business tax at the above address for the period beginning the 1st day of October and ending the 30th day of Cla— ssification:CONTRACTOR,+(OL)GENERAL September to eneaee in the business.profession or occupation of: • 14co CERTIFICATE OF LIABILITY INSURANCE DATE(MMJDDIYYYY) ki....------ 5/11/2018 _ THIS CERTIFICATE IS ISSUED AS A MATTER OF.INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. THIS CERTIFICATE OF INSURANCE-DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. __ ' IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in Neu of such endorsement(sj. PRODUCER CONTACT Bateman Gordon and Sands / NAoE: 3050 North Federal Hwy laCNr o:Extl:954941-0900 1,FAX 3050 954-941-2006:• Lighthouse Point FL 33064 ADDRESS: rrizieIiinskicbgsagencv.corn INSURERS)AFFORDING COVERAGE NAIL B INSURER A Bridgefield Employers Ins.Co. 10701 INSURED - - BGGRO - INSURER B:Everest National Insurance Company 10120 The BG Group,LLC 15560 Lyons Road INSURER c:Evanston Insurance Company_ 35378 Delray Beach FL 33446 , INSURER o: _ 'INSURER E: , - IINSURER F: COVERAGES CERTIFICATE NUMBER:16168770 REVISION NUMBER:,-- THIS UMBER: -THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. • LTR I TYPE OF INSURANCE 1(NSR I1NVSU D I POLICY NUMBER. , (MM o0 1'I IMMIDOrrrm LIMITS , C GENERAL LIABILITY V •Y 3C08498 5/102018 5/10/2019 EACH OCCURRENCE 51.000.000 X .COMMERCIAL GENERAL LIABILITY `DAMAGE TO-RENTEO 0100.000 — PREMISES(Ea commence) CLAIMS-MADE OCCUR 'MED EXP(Any one person) 55,000 X20,000 Ded PERSONAL 8 ADV INJURY 0 1,000,000 • 'Liability iGENERAL AGGREGATE $2,000,000 GEM.AGGREGATE�LIMIT APPLIES PER: PRODUCTS.-COMP/OPAGG $2,000,000 )r-q:P 7 POLICY `d r7 CCG. i - 5 B AUTOMOBILE LIABILITY -Y Y CF4CA0181181 5/102018 5/10/2019 COMBINED SINGLE LIMIT I (Ea accident). I.SA 000 000 • _ANY AUTO BODILY INJURY(Per penmen) 1S ALL OWNED -7F SCHEDULED ' BODILY INJURY(Per accident) 5 • AUTOS _ AUTOS X 'HIRED AUTOS X NON-OWNED PROPERTY DAMAGE` $ _ AUTOS i. {per accident) _, S C UMBRELLA LIAB X OCCUR V Y MKLV2EUL102493 ' 5/102018 5/10/2019 EACH OCCURRENCE 56.000,000 _ X EXCESS UAB ' CLAIMS-MADE AGGREGATE 58,000.000 DEO X I RETENTIONEO. 5 _ A WORKERS COMPENSATION - Y 83049393 11/102017 11/10/2018 X WC STATU• (OTH- AND EMPLOYERS'LIABILITY YIN TORY LIMITS FR ANY PROPRIETOR/PARTNER/EXECUTVEi I EL EACH ACCIDENT . 51,000.000 OFFICER/MEMBER EXCLUDED? IN I A - (Mandatory In NH) • E,L DISEASE-EA EMPLOYEE 31,000,000 'If yyes,desc(be tstder DESCRIPTION OF OPERATIONS below `. EL DISEASE-POUCY OMIT 51,000,000 C Porullon Uability - MKLV2ENV100695 5/10/2018 5/10/2019 thihillty Limit 08,000.000 Deductible $5,000 'Professional Liability Liability Limit $1,000,000 - DESCRIPTOR OF OPERATIONS/LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If mom space Is required) DOCUMENT IS NOT COMPLETE UNLESS ACCOMPANIED BY THE ACCORD 101. General Liability:Additional Insured Including On-Going and Completed Operations and-Blanket Primary and Non-Contributory,as requited by written contract, per CG 2010 07/04,CG 203707/04 and CG 200.1(PNC);Blanket Waiver of Subrogation'as required by written contract,per MEGL0241701 05/16. _ Automobile Liabirlty:Blanket Additional Insured,per ECA 04 521 as required by written contract. Excess Liability follows form over General Liability,Automobile Liability,Workers Compensation/Employers Liability. See Attached... CERTIFICATE HOLDER ( CANCELLATION .. _ . ._. . SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Miami Beach, Florida ACCORDANCE WITH THE POLICY PROVISIONS. do Insurance Tracking Services,Inc. - P.O.Box 20270 AUTHORIZED REPRESENTATIVE Long Beach CA 90801 • ��a1 1 '@ 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: BGGRO LOC#: Act D ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Bateman Gordon and Sands The BG Group,LLC POLICY NUMBER Delray Lyons Road, Delray Beach FL33446 CARRIER NAIC CODE - I EFFECTIVE DATE: ..._-._ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE ___ Workers Compensation:Blanket Waiver of Subrogation as required by written contract,per WC000313 0484. Pollution Liability:Additional Insured Status as required by written contract per form MEEI 0007 1117 ALL COVERAGES ARE SUBJECT TO THE POLICY TERMS,CONDITIONS AND EXCLUSIONS. Re:Account#MBF451; Contract:2014-087-01 ACORD 101(2008101) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD INTERNATIONAL FIDELITY INSURANCE COMPANY LETTER OF BONDABILF Y March 1,2013 ... '. S.fi tett' GROUP I _ RE:The BG Group,LLC Letter of Bondability To Whom It May Concern, The BG Group,LLC has been a client of International Fidelity Insurance Company("IFIC")for over five years.This letter is written to confirm that we consider The BG Group,LLC to be bondable and would consider supporting single bond requests up to$5,000,000.00 with an aggregate limit of $10,000,000.00.That is,however,in no way indicative of the maximum amount of surety credit we may be willing to extend.International Fidelity Insurance Company(IFIC)is the largest privately-owned surety company in the United-States and has been in business since 1904.IFIC carries an A.M.Best rating of"A-"VIII(excellent)and is licensed in all 50 states including Puerto Rico and Guam. In our opinion,The BG Group,LLC is one of the finest,best managed construction firms in the country. The BG Group,LLC has handled each of its projects in a professional manner and completed all work satisfactorily. Please note that the decision to issue performance and payment bonds is a matter between The BG Group,LLC.and IFIC,and will be subject to our standard underwriting at the time of the final bond request,which will include but not be limited to the acceptability of the contract documents,bond forms and financing.This letter does not constitute an assumption of liability,and we assume no _ liability to you or to any third parties by the issuance of this letter. If you have any questions,please feel free to call. Sincerely, Michael Marino Attorney-in-Fact International Fidelity Insurance Company One Newark Center Newark Headquarters 20"Floor 407-661-4076[office] / Newark,Ni 07102 407-6614074[fax] www.ific.com • ref 01.462,4!•7206 POWER Or ATTORNEY' INTERNATIONAL.FIDELITY INSURANCE COMPANY ALLEGHENY CASUALTY COMPANY ONE NEWARK CENTER,20TH FLOOR NEWARK,NEW JERSEY 07102.5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE;COMPANY,a corporation organizes and existing under the laws of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organiied.and existing,under the laws of the State of f Pennsylvania,having:-their principal Office In the City of Newark,New Jersey,do hereby constitute andap'point ` MICHAEL MARINO j Miami,FL. their true and lawful attorney(s}Fn-fact to execute,seat and deliver for and on its'behalfas surety,.any and all bands and undertakings,ccntracts,of indemnity: and other writings obligator]in the nature thereof, which are or may be.ailawed;.required or permitted by law,statute hire: ulatian;contract or Otherwise; • m and.the execution of such instruents}} inppursuance'of these presents,shall be as binding upon.the said INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHEEIYCASUALTYCOMPANY, as'fully and amply tapalt intents arid purposes as'if'the same had been duly executed and acknowledged by their regularly ele edofcers at their principal offices; This Power Tot Attcmey is executed..and May be revoked, pursuant to and.by authorfty of the By-!saws of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANYand is granted under and by-authorily of the fo¢owing resolution adopted by the.Board'of Directors. of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting dilly held en the.20th:day of July,2010 and by the Board of Directors of ALLEGHENY CASUALTY COMPANY!at a meeting'duly-held on:the 15th day of August„ "RESOLVED,that (.1)the President,Vice President.Executive Vice.President or Secretary of the Corporation shall have the power.to�appoint,.and to'revcke the appaintments.of,At omeys-in-Fact or agents with power and-authorityas definedor-limited in;their respective powersof attorney;'and to execute en behalf of the Corporation and aft( the Corporation's-seat thereto;bonds,.undertakings;;•recognizances,.'contracts:of indemnity and other written'obligations in:the nature thereof or related thereto: and(2).any such Otficors of the Corporation may appoint and revoke.theappointmenLt'of jant.control custtecdians agents; for acceptance=of process,and.Attorneys-in-factwith authority to execute-waivers and consents; on behalfof the.Ccrporatian and: (3)the signature or-any such Officer of the Corporation and the Corporation's:-seal may be affixed by facsimile to-anypower of attorney•or certification given.for,he execution•of any- bond; undertaking,recognizance.,contract of indemnity or other_written obG on in the nature-.lhereof.'.or: relaated'thereto,such signatureand-Seals when so used whether heretofore or hereafter, being hereby'ade ted by the., oration as the Original signature of such officer and;:the original-seal of the Corporatibinding on,'to-be vaiid-and upon the Corp;ration•with the same force and effect as though.n anualty affixed." IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and attested these presents on this 12th day of March,2012. • OtittgY STATEouOFf NEWssex JERSEY _ G '4Cty L� . '.• 1936 ± h--^__fel1936• • ROBERTW_MINSTER Eicecubve'VicePresidenUChiefOpperatingOfficer ..'OF,)vis,dsp, (International:Fdelityinsurance Company) and President,(Ailegheny Casualty.Company). On this 12th day of March 2012, before me came the individual who executed the preceding instrument,to me personally known,and, being by me duly sworn, said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY that the seals affixed to said instrument are the Corporate Seals•of said Companies;that the said Corporate Seats and his signature were duly affixed by order of the Boards of Directors of said Companies. , 1 IN TESTIMONY WHEREOF I have hereunto set my hand af1Led my Official Seal, ,a,���,yY .,,r;����I' at the City of Newark;New Jersey the day,and year firstatwve written; 4N 4t- R ANOTARY PUBLIC OF NEW JERSEY 4.,7 ".....- ,a` My Commission Expires April 16,2019 r`w"...... CERTIFICATION . I,the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Sections of the By-Laws of said Companies as set forth in said Power of Attorney, with the originals on file In the home office of said companies, and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect IN TESTIMONY WHEREOF, I have hereunto set my hand this 1 o'}' day of ' (l(2-C-0 6.20 t3 . , • , . --/Lo.__.r:it %()4eg=,c-e:-.4 • •� ? MARIA BRANCO AssistantSecretaty . `..•.. ,.. , : • . . —. 1. ,.•e x, i s '. :r .; i !-1!".!. -. Kelly Thill,CFP° • Wealth Advisor MLS; TSenior Vice President HE PRIVATE BANK 'F'1 'iQ NMLSR II} 501695 5355 Town Center Road Suite 1004/Z6007-100 Boca Raton,FL 33486 561362.1047 Phone 561302.0835 Cell 561362.1029 Fax kelly.thiil@wellsfargo.com • March 1,2018 RE:The BG Group,LLC To whom it may concern: Thisletter is to confirm that The BG Group;LLC has been a valued client of Wells Fargo Private Bank since 2004.Their accounts--have always been praperlymaintained. Please let me know if require additional verification. Sincer-ly, Kelly Thill Senior Vice President f J I • _ �--�- .�. Reference Questionnaire ��717,�,ca{y (Pleasehave.a minimumaJ•tlrr•cc:(3)r•e�fet'enc•�s ,;2.7.6 .4:."^:r complete this fin7n and submit with Bid documents) gs ip d .; Giving reference for:-66 C-,•Rocp (name orcgmpany) Firm giving,Reference:A+tan-E-i c.. e-€tc. Corrir+rtun;ty fid deers Address:c c:45o bC,_c11th. A�� Mi4mi,t-t` 33133 'y-t 0 0 Fax: 365- L(- l - 155-7 Email: .pQ5cucai cJ 4p,anQSemen+•net 1. Q: Name of project and scope of services, what was the awarded dollar value? A: rstcand L'iv►nst Der+rtoli+ion - $ Lu,-lop, 00 • 2. Q: Did the vendor meet the project budget and what was the project budget? A: \e5 '.lots ,-1O0. OO 3. Q: Have there.been any change orders, and if so how many? A: N p 4. Q: Did they meet the project deadline? A: yes • 5. Q:Was the project manager easy to get in contact With? A: y-e 5 6. Q:Would you use them again? A: yes _ 7. Q: Overall,what would you rate their performance? (Scale from 1-5) A: 2g Excellent 04 Good 03 Fair ❑2 Poor ❑1 Unacceptable 8. Q: Is there anything else we should know, that we have not asked? A: • The undersigned does hereby certify that the foregoing and subsequent statements are true and correct an._. re made independently,free from vendor interference/collusion. Name: �; Title: SID t7 rtmt CocucTtort Print Name: 1.,►5eQh .1 • , Date:. c -0(p-I g _ 1TB#t2©1836 • Pagee 154 • 1 r S f . ' } Reference(7trestionnaire • I `x.4,{"`1' i iE7 (Please have a rrarnsrrrum.ri three(3)`re errnees F;i ; ..,—Esj l70 ski complete thlsfvrm and submit with 6 cf ne�imcerrtrjf } j t1BIYETEAa;e i 1_ Giving reference for. j (name of company) BG Group Firm giving Reference: Coastal Construction • Address: 740 SW 109 Ave. Miami, FL , 33174 Phone: 786-459-9128 Fax: • Email: nrivera@coastalconstruction.com i 1.. Q: Name;of project and scope of services, what was the awardedd dollar v A: University Bridge.Demo. Demolition of residential 2 story townhomeSf art aloe'.? $:146,060 ap ments 2• Q: Did:the vendor meet,tt e project budget et and what was the _ 9_ e P ro.! ct budget? • A: , Yes.$146,0:00 3. Q: Have there been any change orders, and if so how A: No many? • 4. Q: Did they meet the project deadline? A: they beat the schedule by 2 weeks. 5. Q: Was the project manager easy to get in contact with? A: Yes 6. Q: Would you use them again? A: Yes 7. Q: Overall, what would you rate their performance? (Scale from 1-5) A: ®5 Excellent 04 Good 03 Fair 0 2 Poor 01 Unacceptable 8. Q: Is there anything else we should know, that we have not asked? A: No The undersign=d do_ hereby certify that the foregoing and subsequent statements are true and cora i aria Ilk ade independently, free from vendor iinterferenco/collusion: Name: Sr- Titte: . . Superintendent Print Name: Date: Nick Rivera .6/26/18 IT8#201836 Page 154 P-4:4441, R�dRiq` Client Reference: Coastal Construction Attn:Russell Novak Tel:386-846-8642 Email:rnovak @coastalconstruction.com Contractor:The BG Group LLC Description/Scope:Abatement and demolition Term of Contract:2017 Please answer the following questions: 1. Did the Contractor provide qualified and experienced personnel to complete the scope of work in a timely manner'and within budget? Yes, completely. Very professional, responsive, and cost- conscious. Our project was completed early and within budget. 2., How would you describe the Contractor's ability to collaborate and communicate with your organization's staff, elected officials (if applicable) and stakeholders: Unsatisfactory, Satisfactory, ' Good, Very Good, Excellent? Excellent. Our project was on Palm Beach Island, which involved significant interaction with the community, building department, and our staff. BG Group was extremely efficient in communications, paperwork, and permitting. 3. How would you'describe the work performed by the Contractor?Unsatisfactory;Satisfactory;Good; Very Good; Excellent? Excellent. Our project was in a highly visible area with close proximity to adjacent structures. BG Group completed the scope with expert precision. ' 4. What difficulties/problems,if any,were encountered with the Contractor during the contract term? Where these difficulties/problems resolved? None. Our relationship with BG Group on this project went very smoothly. 5. Would you consider the Contractor for future services?Yes,certainly. 6. Comments:BG Group has excellent upper management,which translates to the ability of their field staff to perform difficult projects with great success.They are also very experienced in coordination with various municipalities and are an asset to any team. Name of Individual Completing this Form:Russell Novak Title:Project Manager Date:3/7/18 City of Coral Gables RTQ 2017.02.MS General and Specialty Trade Contractor Services Miami-Dade County Public Schools Contractor Prequalification Evaluation Evaluator's Name and:Positiori' iYar.�R6 ex Date:_. -ekA'(Y1YY`Q r s 6 company.C—t-to"F0 .. v6st;T +— l..l C._ :'telephone:- .5l�t- SZ-. tl Contractor's Name: �-�� Fr,<� ry?OLl� Falk! Project Name; .P44atia1 Prr.��d W fll1 Contract Amount 41" t �t5 [000 Te company provided: A Services't at . li 1 �1✓1 (). General,Desi n-Build Contract Completion Date: ("b.? 9 ._Construction Management Subcontractor Type of Trade(s) Rate the Contractor In the following areas(6=excellent;4=above average; 3=average;2=below average,and 1=poor) Score 1 -6 Comments Complied with the project budget;: - Demonstrated due-diligence during the pre-bid period. Coordinated general contractor's/subcontractor's disciplines with architectural/engineering disciplines. �. Provided adequate notice of discrepancies. Ensured constructability of documents and compliance with the appropriate design standards. 5 Coordinated with owner,suppliers;subcontractors,and agencies. Provided solutions to problems,Staffed and supervised the project.; Monitored the construction means;methods,techniques,sequences, and procedures for all project work. 6 Pulled permits,timely: Enforced strict discipline among employees,subcontractors,or any other person(s)that worked on the job on behalf of the contractor.' 5 • Employed persons that were skilled in the work that they performed on this project. 5 Maintained a clean,safe site and workman-like conditions for the duration of the project. 5 Please provide comments for any item that Is scored less than 3(average). Page 1 of 2 FM-8804 Rev.(07.14) • - ,��"�'>-,' 1 f^ ):_- �;!'..:;1's yf;'3,:c.:x•'j:=r7�"° •-,t?-�; &:—t*:tt�:tr�atr«,xaw.-:+r 'xa .,ar tea•.. - - • -- -- Please answer"yes"or"no"to the following questions and feel free to add comments,as appropriate. J Yes/No Comments Did the company submit cost and resource loaded schedules? ' Did the company update approved schedules to incorporate progress for any change order modifications that were needed to meet and 5 maintain consistency with monthly requisitions for payment? Did the company submit proper and timely notification for delays, disputes,and/or claims against the project? Did the company submit timely cost proposals for all additions, deletions,and/or modifications to the contract scope? 5 Did the company submit appropriately executed copies,backup documentation(lien releases),and updated schedules to allow prompt processing of requisition of payments? 5 Was additional time requested to complete the project? 6 Did the company pay each subcontractor/consultant;.promptly? ,5 Did the company comply with project timelines and time commitment? S Did the company complete each project phase on schedule? Did the company verify construction documents against existing field conditions? J Were all of the contractor's and subcontractor's personnel identifiable by badges and/or uniforms? 5 Would you hire this contractor,again? _ 1 ice_ a MA1,, c1 tin-1Z PYlr- 61; (-)1"3". Sigi to e Title: Date: Page 2 of 2 FM-6804 Rev.(07-14) SantaFe Senior (Living t , April 6, 2017 Ms. Ivy Fradin The BG Group, LLC 1140 Holland Drive, #19 Boca Raton, FL 33487 Dear Ivy: On behalf of East Ridge Retirement Village and SantaFe Senior Living, please accept our appreciation for the demolition services BG Group provided for the demolition of our vacated health care buildings. Your organization consistently demonstrated responsiveness, integrity and accountability for the scope of work contracted. It is a significant testament to have a project on an active retirement campus completed without a single Resident complaint reaching our office. As with any project, there were unforeseen hurdles to overcome. We appreciate BG Group bringing those issues to our attention and mitigating them promptly. This is surely related to the strong relationships your firm must have with the • subcontractors within your resources. Should we have need for demolition services in our future, we will welcome the opportunity to work with BG Group again. Best Regards, Sharon Behan Breitinger,Director Design & Construction Services -. 352.337.8686 SantaFe Senior Living PO Box 749 ( Gainesville, FL 32627 Ivy Fra rr--- MIAMI The BG Group LLC 1140 Holland Drive#19 Boca Raton,FL 33487 April 15,2016 Dear Ivy, This letter is to acknowledge you'and the entire The 80 Group team on a well done abatement and demolition job at the former Miami Herald site in Miami. As we all know,the demolition of this 970,000 sf,7 story industrial facility was complicated and time sensitive,and required substantial expertise at every step of the way,from permitting all the way through completion. We appreciate your team's professional demeanor, both in the office and on the jobsite. In particular,the expertise and cooperation that your staff exhibited in the field cannot be overstated. Your able manpower and equipment completed the project expeditiously despite external events beyond your control,such as additional asbestos abatement and the additional work of a 380 foot tall communications tower over Biscayne Bay. We look forward to working with The BG Group again when the opportunity presents itself,and welcome you to use us as a reference going forward. Regards Nicolas Betancourt V.P.of Construction Resorts World Miami 1501 Biscayne Blvd.Ste 107,Miami,FL 33132 305-374-6664•www.rwmiami.com BP4ZWARD�JK= COUNTY -FLORIDA • • AVIATION DEPARTMENT-Fort Lauderdale/Hollywood International Airport 2200 SW 45s`Street.Suite 101•Dania Beach,Florida 33312•954-359-6100 February 25, 2015 ' - Ivy Fradin The BG Group LLC 1140 Holland Drive#19 Boca Raton, FL 33487 February 25, 2015 Dear Ivy, Thanks to you and The BG Group team for completing our$2,390,265 BCAD demolition project so efficiently and effectively. Abatement, demolition and sitework at both the former 8-story, 800 room Hilton Hotel and the Dania Beach Marina/Nautical Ventures went very smoothly, as evidenced by your company's "excellent"rating score on our Broward County Periodic and Final Construction.evaluations. This work was • essential.to complete as planned in,order to accommodate the runway expansion at Fort Lauderdale • International Airport. Specifically, your crew's abilityto perform the detailed scope of work, ranging from the complex structure demolition itself to the necessary MOT work.and tree relocations,.according to our plans and specifications, r went very well. We especially appreciate your safe and timely performance and your ability to work closely with our project.consultantsi and even the hotel'management, When unusual situations and third party consultant coordination arose_ We also commend your work with the Small Business Development office and your ability to achieve our SBE goals and comply.,with our comprehensive paperwork requests. Your contract work was performed on time and on budget, and you ably accommodated our Owner- directed change order requests. Your people in the field are as competent and professional as those in your office. We would be happy to work with The BG Group again if the opportunity presents itself, and welcome you to use us as a reference going forward. Digitally signed by Richard Lauricella ./�j ffa d `..Lauxicelia DN:do=local,dc=fthirport, • ou=FLLUSERS,cn=Richard Lauricella Date:2015.02.2515:34:07-05'00' Richard J. Lauricella Expansion Project Administrator Broward Countyteerd of County Commissioners Mark D.Bogen•Beam Furr•Dale V.C.Holness Martin David IGar chip LaMarca•Stec Ritter•Tim Ryan•Barbara Sharief•Lois Wexler www.broward_o�glwuuw.ttl.net THE BC GROUP LLC Tab 2.1 Qualifications of Proposing Firm The BG Group LLC is more than 15 years old and has performed-demolition work throughout the State of Florida since January 28,2003. Throughout our history,we have performed total and selective demolition for real estate owners,general contractors and municipalities,and of structures: • in every category, including residential,retail,industrial,healthcare,governmental and educational and • of every size,from small single family homes to multi-million square foot shopping centers and 31 story structures. We have completed every project we ever started and own all of our own equipment, including excavators,skidsteers,rubber tire loaders,floor scrapers,specialized attachments and everything else required for successful demolition projects throughout the Stat. We pride ourselves on our repeat clients .and their referrals,as well as our ability to attract new clients due to our impressive capabilities and our outstanding track record of serving our clients'needs. Select reference letters are attached. We possess $7 million of general liability insurance,are bondable up to$10 million and are an M/WBE with the State of Florida. We are also an SBE in certain municipalities, are a drug-free and EEO workplace and are pleased that a number of our employees have been with our company since its inception. In addition, we boast a team that is equally competent in our field operations,our field supervision and our back office. From a financial standpoint, The BG Group LLC is proud to stand on its own financial legs,own all of our own equipment(see attached equipment list)and be a profitable, ongoing concern. We have$7.million of GL`insurance and are bondable up to$10 million in aggregate. We have had a positive ongoing relationship with Wells Fargo since our inception(originally Wachovia Bank) and maintain our corporate accounts and line of credit with them. Banking Institutions: Bank: Wells Fargo Contact: Kelly Thill, Vice President Address: 980 North Federal Highway, Boca Raton, FL 33432 Phone: 561.393.3475 15560 lyses Bead•Delray Beach,Ft•33446.561-998-7997•Fax:561-998-8815•email:isy@bpdemelitieo.cam THE C GROUP LLC Bank: Florida Community Bank Contact: Stacy Wolfson, Vice President Address: 4920 W Atlantic Avenue, Delray Beach, FL 33445 Phone: 561.852.2544 Bonding Institution: Bonding Company: International Fidelity Insurance Company Bonding Agent: American Global Resident Agent: Michael Marino Phone: 305.961.6075 Fax: 305.372.8087 Insurance Institutions: Insurance Agency: Bateman, Gordon &Sands Contact: Ben Bryant, Address: 3050 North Federal Highway, Lighthouse Point, FL 33064 Phone:. 954.941.0900 Fax: 954:941.2006 We give no credence to the DUNS Supplier Qualifier Report, as we,are a private company who will not divulge information to DNB which then makes it available publicly. As such, any report they produce is inaccurate, in our opinion,but we are willing to request and provide it. Further, we are happy to make our financials available to the City if required,to validate our financial strength. 15560 Lyons Road•Delray Dec,FL•33416.561-998-1991•Fax:561-998-8115•email:iey©bodemaiitian.com THE BG GROUP, GENERAL PRE-QUALIFICATION INFORMATION General Information: Name: The BG Group, LLC Address: 15560 Lyons Road, Delray Beach, FL 33446 Tel: 561.998.7997 Fax: 561.998.8815 Managing Member: Ivy Fradin, cell 561.715.0530 Email: ivy@thebggroup.net Date Founded: January 28, 2003 Company Structure: LLC License Number: CGC 1511135; QB 24967. FEIN: 81-0593332 - Names, Birth Date and Addresses of Managing Members: Steven Greenberg, 2/16/59 3640 NW 62 Street, Boca Raton, FL 33496 Ivy Fradin, 12/03/67 3640 NW 62 Street, Boca Raton, FL 33496 Minority owned? Yes, M/WBE with State of Florida Small business? Yes, SBE certified with Palm Beach County and SFWMD LEEDS-experienced Work Classification: Scope of Work: Demolition, Environmental Remediation and Concrete Crushing NAICS Codes: 238910, 213112, 532412/562910 Areas in which licensed: Florida, all counties Yrs Performing Work: 35+ Full Time Personnel: Over 80 fulltime people in organization, including: • Steven Greenberg, 20 years demolition, 25 years construction exp_., • Ivy Fradin, 15 yrs demolition & recycling experience, 14 yrs investment banking • Andrew Stull, Vice President, 20 years'\demolition and construction experience • Robert Cox, 18 years demolition and heavy civil experience Banking Institution: Bank: Wells Fargo Contact: Kelly Thill, Vice President; Barry Goldberg Address: 5355 Town Center Road #1004, Boca Raton, FL 33486 Phone: 561.393.3475 Fax: 561.393.9867 Bonding Institution: Bonding Company: International Fidelity, One Newark Center, Fl 20, Newark, NJ 07102 Bonding Agent: American Global Address: 2121 SW 3RD Ave., 5th Floor, Miami, FL 33129 Resident Agent: . Michael Marino Phone: 305.351.9150 Email: michael.marino( americanglobal.com 1 THE BG GROUP, GENERAL PRE-QUALIFICATION INFORMATION Insurance Institution: Insurance Agency: Bateman, Gordon &Sands Address: 3050 North Federal Highway, Lighthouse Point, FL 33064 Contact: Ben Bryant, (954) 941-0900 • General Liability–$1 million/$2 million • Auto–$1 million • Umbrella–$6 million • Pollution • Workers Comp and Employer's Liability–$1 million/$1 million Exp. Mod Rate: 2017: 0.83; 2016: 1.00; 2015: 1.00; 2014:. 1.28; 2013: 1.08; 2012: 1.44; 2011: 1.44; 2010: 1.22; 2009: 0.88; 2008: 0.80; 2007: 0.82; 2006: 0.86 OSHA Recordable Incidents: • 2006-2017—no incidents Safety Program: • Our current safety program is documented in a manual that is produced by the National Association of Demolition Contractors and approved by OSHA. • Corporate wide(OSHA training regularly conducted • Weekly tool box talks and monthly safety audits conducted for job sites • Safety training for field supervisors: in-house training, safety videos, first aid courses, Safe2Work modules • Safety training for field workers: Safe2Work modules, safety videos, weekly onsite safety meetings • Random Drug Testing performed by WTC Backgrounds References from material suppliers with whom we've worked on recent completed contracts: • Waste Management; Colleen Richter; 561.582.6688 • Palmdale Oil/Supreme Petroleum; Rob; 954-818-4603 • United Rentals; Drew: 954.553.9953 • Florida Fence Rental; Kyle : 305.593.6149 2 J C THE BG GROUP, Current Projects/References Project Name: UV Systems—West Palm Beach, FL Project Date: Fall 2016-present General Contractor: Poole& Kent General Contractor Contact/Phone: Asif Shaikh, 305.325.1930 Brief Description of Project: Heavy mechanical/structural demolition over active clear wells(drinking water) in active facility Contract Amount $308,000 Project Name: Central District WWTP—Key Biscayne, FL Project Date: Fall 2016-present General Contractor: Poole& Kent 'General Contractor Contact/Phone: Asif Shaikh, 305.325.1930 Brief Description of Project: Heavy mechanical/structural demolition at active facility Contract Amount: $450,000 Project Name: Earl Stewart—Lake Park, FL Project Date: Fall 2016-present General Contractor: Autobuilders General Contractor Contact/Phone: Gerry Kreutzjans, 561.248.5462 Brief Description'of Project: Demolition of sales center at active auto dealership Contract Amount $70,000 Project Name:_ Grove Isle Condominiums—Miami, FL Project Date: 2018 General Contractor: " Concrete Protection'Restoration General Contractor Contact/Phone: Chris Glorioso, 954.505.3977 Brief Description of Project: Selective demo of patio and pool decks in operating condominium Contract Amount $650,000 Project Name: Via Mizner—Boca Raton, FL Project Date: 2018 General Contractor: Kast Construction General Contractor Contact/Phone: Michael Macdonald, 561.689.2910 Brief Description of Project Abatement and total demo of numerous multi-story buildings along Federal Highway Contract Amount $475,000 Project Name: CVS#3250-Kendall, FL" Project Date: 2018 General Contractor: Albu General Contractor Contact/Phone: Chris Wilson, 754.229.9531 Brief Description of Project: Abatement and total demo of multistory building with close proximity to active bank Contract Amount: $161,000 Project Name: .Broward College,Fort Lauderdale, FL Project Date: 2018 General Contractor: Stiles Construction General Contractor Contact/Phone: Ian Schwartz, 954.806.2551 • 3 Brief Description of Project: Abatement and complete demo of numerous multiple story buildings(3 story-9 story) in active downtown environment , Contract Amount ' $980,000 Project Name: Plantation Midtown—Plantation, FL Project Date: 2048: General Contractor: TM Residential General Contractor Contact/Phone: Rene Gutierrez, 305.206.8160 Brief Description of Project: Abatement and structural demolition of 7 story building campus Contract Amount $750*000 • Project Name North Palm-Beach Country Club—North Palm Beach, FL Project Date: Fall 2016-present General Contractor: The WeitzCompany General Contractor Contact/Phone: John Southard, 561.223.7692 Brief Description of Project: Full structural demo of country club Contract Arnbunt: I $85,000 Project Name: Kravis Center Improvements—West Palm Beach, FL Project Date: 2018 General Contractor: The Weitz Company General Contractor Contact/Phone:: Ryani,Hullilan,561.676.1571 ' Brief Description of Project: Selectivestructuraldemolition of outdoor auditorium Contract Amount: $76,000 Project Name: Miami World Center/Captain Harry's—Miami, FL Project Date: 2018 General Contractor: EHOFDH Development_LLC General Contractor Contact/Phone: Don Feeney, 561.715:3:783. , Brief Description of Project: Structural`demo of buildings adjacent to live, active roadways Contract Amount: $170,000 Project Name: Holiday Inn Express/Candlewood Suites—Fort Lauderdale, FL Project Date: 2018 General Contractor. Luckey's Construction General Contractor Contact/Phone: Zbig Wlosekc 954:494 7495 Brief Description of Project: Selective interor demolition at operating hotels Contract Amount: $103,000 Project Name: , 1501 Wilton Manors—Wilton Manors, FL Project Date: 2018 General Contractor. Helms Development General Contractor Contact/Phone Scott Helms,954.648:1933 Brief Description of Project: Selective.interior and structural demolition of former bank building Contract Amount: $165,000 i 4 THE BG GROUP, GC References General Contractor Coastal Construction General Contractor Contact: Steve Silverman Phone: 305.599.4900 General Contractor: Fortune International General Contractor Contact: Ron Choron Phone: -- 786.402.3610 General Contractor: Stiles Construction General Contractor Contact: Randy Zerra,Joe Darnaby Phone: 954-627-9150 General Contractor: Ibis Contracting General Contractor Contact: Adam Hodes Phone: 561.318.8408 General Contractor: Wnmar Construction General Contractor Contact: Jorge Gutman Phone: 954.205.3519 General Contractor: PHG Builders General Contractor Contact: Felix Braverman Phone: 305.854.7100 General Contractor: Calder Race Track General Contractor Contact: Roy Abernathy Phone: 404.395.0344 General Contractor: Butters Construction General Contractor Contact: Malcolm Butters, Mark Butters, Peter.Huntington Phone: 954.570.8111 General Contractor: Arellano Construction General Contractor Contact: Orlando Gonzales Phone: 305.796.0405 General Contractor: Moss;Construction General Contractor Contact: Matt Mahoney Phone: 954.658.7135 General Contractor: Hawkins Construction General Contractor Contact: Richard Morgan Phone: 727.938.9719 General Contractor: Skanska General Contractor Contact: Scott Davis Phone: 954.378.2059 5 • BG GROUP, Municipal References Project Name: Palm Beach County Project No. PBC 08395 Project Date: October 2004-present; annual contract General Contractor: Palm Beach County General Contractor Contact/Phone: John Tierney, 561.233.0252 Brief Description of Project: Annual Palm Beach County contract for all demolition within the county Project Name: Miami City Wide Demolition—annual contract Project Date: July 2006-current General Contractor: City of Miami General Contractor Contact/Phone: Ray Benitez, 786.412.7849 Brief Description of Project: Annual demolition Project Name: City of Fort Lauderdale—annual contract Project Date: Fall 2010-present General Contractor: City of Fort Lauderdale General Contractor Contact/Phone: Lori Grossfeld, 954.828.4653 Brief Description of Project: Contract for multiple demolition projects Project Name: City of Riviera Beach Project Date: Fall 2012-present General Contractor: City of Riviera Beach , General Contractor Contact/Phone: Peter Ringle, 561.845.4023. Brief Description of Project: Multiple demolition projects _Project Name: Palm Beach County Wastewater Treatment Plants _ Project Date: April 2006-2008. General Contractor Palm Beach County General Contractor Contact/Phone: Duane Palumbo, 561.493.6000 Brief Description of Project: Demolition of multiple wastewater treatment plants Project Name: Kennedy Homes Project Date: Fall 2007 General Contractor: City of Gainesville General Contractor Contact/Phone: Judy Raymond, 352.334.5026 Brief Description of Project: Total demolition and abatement of multiple residential apt ppties Project Name: Five Ash Tank—Fort Lauderdale, FL Project Date: Summer 2008 General Contractor: City of Fort Lauderdale General Contractor Contact/Phone: Rick Johnson, 954.828.7865 Brief Description of Project: Demolition of 4 million gallon steel water storage tank ' I 6 THE BG GROUP, Additional References General Contractor: John Moriarty&Associates and The Related Group General Contractor Contact/Phone: John Leete, 954.920.8550 Project Name: Miami Sheraton Hotel, Miami FL Project Date: November 2005–Feburary 2006 Brief Description of Project: Implosion of 17 story hotel on Brickell & Miami River Project Name: Las Olas Beach Club–Fort Lauderdale, FL Project Date: September 2004-2005 Brief Description of Project: Structural preservation/removal of hotel/motel Project Name: Days Inn—Sunny Isles, FL Project Date: January 2005. Brief.Description: Total demolition of 3 story hotel in 4 weeks Project Name: La Playa de Varadera I-Sunny Isles, FL Project Date: February 2005 Brief Description of Project: Total demolition of 2 &3 story motels in 5 wks Project Name: Viradero II—Sunny Isles, FL Project Date: May/June 2005 Brief Description of Project: Demolition of hotel and seawall Project Name: Columbus-McAllister Hotels/Flagler and Biscayne Project Date: ApriVMay 2005 , Brief Description of Project: , Demolition of hotel and excavation of site General Contractor: Woolbright Development General Contractor Contact/`Phone: Scott Atkinson/Rafael Saldamando, 561.989.2240 Project Name: Scotty's Project Date: April 2006 Brief Description of Project: Demolition of former Scotty's hardware site Project Name: Carter Square Project Date: September-December 2006 Brief Description of Project: Demolition of former Don Carter's bowling alley General Contractor: Suffolk Construction General Contractor Contact/Phone: Steven Lucas, 561.832.1616 Project Name: Miami Beach High School Project Date: June 2006-current Brief Description of Project: Selective demolition and total demolition, phased Project Name: JFK Middle School ' Project Date: June 2006-current Brief Description of Project Selective demolition and total demolition, phased Project Name: Crystal Lakes Elementary Project Date: Winter 2007 Brief Description of Project: Demolition of portables THE BG GROUP, References; continued General Contractor: Pinnacle Housing Group General Contractor Contact/Phone: Felix Braverman, 305.854.7100 Project Name: Crystal Lakes Apartments Project Date: October 2005—March 2006 Brief Description of Project: Complete demo of 23,apartment buildings Project Name: Friendship Tower ,, Project Date: Summer 2007 Brief Description of Project: Demolition Project Name: Former McArthur Dairy Project Date: Spring 2008 Brief Description of Project: Demolition of multiple buildings Project Name: Ben Turner Estates Project Date: Spring 2009 Brief Description of Project: Demolition of multiple buildings Project Name: Oakridge Estates Project Date: Fall 2011 Brief Description of Project: Demolition of multiple buildings General Contractor: Flagler Construction . General Contractor Contact/Phone: JC Nieves, 305.520.2300 Project Name: Downtown Doral Project Date: Spring 2007/Summer 2007 . Brief Description of Project: Demolition of multiple buildings Project Name: AMC Theater ' Project Date: Spring 2007 BriefDescription of Project: Demolition Project Name: Scranton and Springfield Project Date: Spring 2008 Brief Description of Project: Demolition of multiple buildings General Contractor: Simpson Environmental General Contractor Contact/Phone:: Casey Mattox, 352.583.2509 - Project Name: Publix, Coral Springs Project Date: Fall 2007 Brief Description of Project: Demolition of former Publix Project Name: Key Largo Elemetary Project Date: Spring 2008 Brief Description of Project: Selective and total demolition at elementary school Project Name: Publix, Westchester Mall Project Date: Summer 2008 Brief Description of Project: Demolition of-former Publix 8 THE BG GROUP, References, continued General Contractor: Catalfumo/Seawood Builders General Contractor Contact/Phone:. Lisa O'Brien, 561.694.3000 Project Name: Trump Plaza Renovations--West Palm Beach, FL Project Date: May 2004 Brief Description: Demolition of entryway to condominium Project Name: 55 Seminole Project Date: Summer 2006 Brief Description of Project: Demolition of multiple houses and apartment bldg.. Project Name: European Spa Project Date: Fall 2006 Brief Description of Project: Selective demolition Project Name: - West.Palm Beach Waterfront: City Commons Project Date: Spring 2009 Brief Description of Project: Total demolition of library General Contractor: Elkins Constructors General Contractor Contact/Phone: Tom Hanley, 904.353.6500 Project Name: Hialeah Speedway Project Date: Summer 2006 Brief Description of Project: Demolition of Lowes Hialeah racetrack Project Name: Lowes West Palm Beach . J Project Date: Summer 2007 Brief Description of Project: , Demolition of former Toys R Us Project Name: Lowes Kendall Project Date: Summer 2008 Brief Description of Project: Demolition of former Costco Project Name: Rybovich Boat Company Project Date: 2005-Fall 2008 General Contractor: . Balfour Beatty General Contractor Contact/Phone: Bill Cottle, 954.585.4000 Brief Description of Project: Demolition of multiple boatyards and buildings Project Name: Boca High School Project Date: .Fall 2006-Summer 2008 General Contractor: Balfour Beatty General Contractor Contact/Phone: Rob Rice, 561.395.8868 Brief Description of Project: Selective demo of Science Building and Stadium Project Name: ' Boca Raton Resort and Club Project Date: Fall 2007-2008 General Contractor: IDC Construction General Contractor Contact/Phone: Scott Robinson, 561.362.7774 Brief Descriptioriof Project: Total and selective demolition and sitework 9 Project Name: Miami Toyota—Leon Flagler—Miami, FL Project Date: Fall 2008 General Contractor: Moss and Associates General Contractor Contact/Phone: Jason Clark,954.524.5678 Brief Description of Project: Total demolition of car dealership and sitework Project Name: Flagler Dog Track—Miami, FL Project Date: Fall 2008-2009 General Contractor: LP Ciminelli General Contractor Contact/Phone: John Reinard, 716.462.0247 Brief Description of Project: Selective interior demolition, saw cutting of grandstand structure Project Name: Lantana Transfer Station—Lantana, FL Project Date: Fall 2008 General Contractor. Tower-OHL Group General Contractor Contact/Phone:: Guillermo Castrillo, 954.476.3200 Brief Description of Project: Removal of existing structure retaining exterior foundation wails and floor slab and sitework Project Name: Carver Square Soil Remediation Project Date: December 2008 General Contractor: Delray Beach CRA General Contractor Contact/Phone: Walt Gerhard, 561.276.8640 Brief Description of Project: Screening of debris out of soil Project Name: Lake Park, Foresteria Drive General Contractor: Town of Lake Park General Contractor Contact/Phone: Richard Pittman,561.881.3347 Date Completed: March 2009 Brief Description of Project: Demolition and abatement of two 2-story apartment buildings Project Name: Dixie Court Demolition General Contractor: Housing,Authority of Fort Lauderdale General Contractor Contact/Phone: Kerry Ann Chin, 954.525.6444 Date Completed: March 2009 Brief Description of Project: Demolition of 32 residential duplexes Project Name: Jackson Memorial Hospital, UCC Demolition General Contractor: Jackson Health System General Contractor Contact/Phone: Alicia Ayum, 305.585.6920 Date Completed: March 2009 Brief Description of Project: Demolition of building within operating hospital Project Name: Imperial Point—Fort Lauderdale, FL General Contractor: Miller Construction General Contractor Contact/Phone: David Martinez, 954.764.6550 Project Date: Jan 2009 Brief Description of Project: Selective demolition Project Name: Kendall Corporate Center—Miami, FL General Contractor: Moss Construction General Contractor Contact/Phone: Lane Miller, 305.381.8471 Date Completed: Spring 2009-2010 Brief Description of Project: Selective demolition of office building 10 Project Name: CVS Fifth Avenue Shops—Boca Raton, FL • General Contractor: Butters Construction General Contractor Contact/Phone: Frank Gambino, 954.570.8111 Project Date: March 2009-2010 Brief Description of Project: Total and selective demolition of CVS store Project Name: Wildflower Restaurant—Boca Raton, FL General Contractor: Omega Group General Contractor Contact/Phone: Mike Zamiello, 561.289.4997 Project Date: June 2009 Brief Description of Project: Total demolition of building Project Name: Warehouse—Miami, FL General Contractor: David L.Williams Construction General Contractor Contact/Phone: David Williams, 954.985.0995 Project Date: Summer 2009 Brief Description of Project: Total demolition of warehouse Project Name: Dry Cleaners—Fort Lauderdale, FL General Contractor: Bud Scholl General Contractor Contact/Phone: Bud Scholl, 954.557.4325 Project Date: Summer 2009 Brief Description of Project: Total demolition of former dry cleaners Project Name: Grove Village—Coconut Grove, FL Project Date: Fall 2009-2010 General Contractor: Spec Ops LLC General Contractor Contact/Phone: Mark Holden, 954.474.0775 Brief Description of Project: Phased demolition of multiple residential structures Project Name: Multiple Publix stores in South Florida Project Date: Fall 2009-2011 General Contractor: Simpson Environmental General Contractor Contact/Phone: Casey Mattox, 813.714.0285 Brief Description of Project: Total and selective demolition of varying structures to make way for new or improved Publix stores Project Name: Northwest Gardens—Fort Lauderdale, FL Project Date: March-April 2010 General Contractor: BJ&K Construction General Contractor Contact/Phone: Josh Nail, 954.974.9181 Brief Description of Project: Demolition of 21 multiple duplexes Project Name: Paradise Hotel—Pompano Beach, FL Project Date: ' October 2009—February 2010 General Contractor: Cannatelli-Builders General Contractor Contact/Phone: .Ed Cannatelli, 954.977.2775 Brief Description of Project: Demolition and abatement of former hotel on the beach Contract Amount: over$140,000 • • Project Name: Modernage—Miami, FL Project Date: March-December 2009 General Contractor: Hodgen Construction General Contractor Contact/Phone: Brad Hodgen, 954.727.0333 11 Brief Description of Project: Demolition and abatement of 300,000 sf warehouse Project Name: The Modern—West Palm Beach, FL Project Date:, June 2009-May 2010 General Contractor: Trident Project Development General Contractor Contact/Phone: Gino Baroni, 603.898.6110 Brief Description of Project: Demolition and abatement of 30 story condominium Contract Amount over$1.4 million Project Name: Miami Beach High School—Miami, FL Project Date: 2006-December 2009 General Contractor: Suffolk Construction General Contractor Contact/Phone: Steve Lucas, 305.532.9490 Brief Description of Project:.. Demolition of multiple school buildings Project Name: Palm Beach Gardens High School—PBGardens, FL Project Date: July-December 2009 General Contractor: Pirtle Construction General Contractor Contact/Phone: Dennis Beran, 954.520.2294 Brief Description of Project: , Demolition of multiple school buildings Project Name: Gantry Crane Demo—Port Everglades, Broward, FL Project Date: Fall 2009 Owner: Broward County Owner Contact/Phone: Arnie de la Cruz, 954.468.0106 Brief Description of Project: Demolition of P-1 container gantry crane Project Name: •Glades Road Library—Boca Raton, FL • Project Date: Fall 2009 General Contractor: The Weitz Company . General Contractor Contact/Phone: Brian Shaw,.561.687.5642 Brief Description of Project: Selective demolition of library Project Name: Former Manor Care—Boynton Beach, FL Project Date: Fall 2009 Owner: Sannlor Properties LLC Owner Contact/Phone: Sam Cantor, 561.982.9555 Brief Description of Project: Demolition of 75k sf former nursing home Project Name: WasteWater Treatment Plant—Royal Palm Beach, FL Project Date: October 2009-February 2010 Owner Contractor: Village of Royal Palm Beach Owner Contact/Phone: Paul Webster, 561.790.5100 Brief Description of Project: Demolition of waste water treatment facility, structures and equipment Project Name: Greenacres Library—Greenacres, FL Project Date: Summer 2010 General-Contractor: The Weitz Company General Contractor Contact/Phone: Brian Shaw, 561.687.5642 Brief Description of Project: Interior demolition of existing occupied library Contract Amount: over$40,000 _ 12 ( Project Name: Museum of Discovery and Science—Fort Lauderdale, FL Project Date: Summer 2010 r General Contractor: Stiles General Contractor Contact/Phone: Doug Poff, 954.347.4713 Brief Description of Project: Interior soft demolition with removal of exterior,wall for operating museum Contract Amount: over$60,000 Project Name: 14th Street Annex—Fernandina Beach, FL Project Date: Spring 2010 General Contractor. Nassau County General Contractor Contact/Phone: Tim Milligan, 904.548.4688 Brief Description of Project: Demolition of former county hospital Contract Amount: over$70,000 Project Name: Azalea Park Elementary—Orlando, FL Project Date: Summer 2010 General Contractor: Welbro General Contractor Contact/Phone: Chris Brown, 407.475.0800 Brief Description of Project:, Demolition of multiple buildings and selective demolition Contract Amount: $100,000 Project Name: Demo of Apartment and-SFRs—Hollywood, FL, Project Date: Fall 2010 General Contractor: City of Hollywood General Contractor Contact/Phone: Moe Anwar, 954.921.3990 Brief Description of Project: Demolition and abatement of 4 story apartment building and 8 houses Contract Amount over$180,000 " Project Name: Palm Coast Building—Miami, FL Project Date: • Fall 2010 General Contractor. Flagler Construction General Contractor Contact/Phone: JC Nieves, 305.520.2300 Brief Description of Project: Demolition and abatement of 4 story building Contract Amount over$170,000 Project Name: Surfside Hotel—Ormond Beach, FL Project Date: • Summer 2010 General Contractor: FCB Properties General Contractor Contact/Phone: Clay Gibson, 904.501.2954 - - Brief Description of Project: Demolition and abatement of 7 story hotel Contract Amount over$330,000 Project Name: Lynx—Orlando, FL Project Date: Winter 2010 General Contractor. Central Florida Regional Transportation Authority General Contractor Contact/Phone: Mark Fosyth, 407.841.2279 Brief Description of Project: Demolition of structure Contract Amount: over$50,000 Project Name: Westview—Opalocka, FL Project Date: December 2010-June 2011 General Contractor: PHG Builders General Contractor Contact/Phone: Felix Braverman, 305.854.7100 Brief Description of Project: Demolition and abatement of 16 three and four story structures Contract Amount: over$1,316,000 . 13 Project Name: Northwest Gardens III—Fort Lauderdale, FL Project Date: Winter 2010-Summer 2011 General Contractor. BJ& K Construction General Contractor Contact/Phone: Brad Runyon, 954.974.9181 Brief Description of Project: Demolition of 38 houses Contract Amount: over$230,000 Project Name: Lincoln Park Academy—Fort Pierce, FL Project Date: Summer 2010-Summer 2011 General Contractor: Morganti General Contractor Contact/Phone: Brandon Nobile, 772.785.5700 Brief Description of Project: Complete demolition and abatement of school campus I Contract Amount: Over$265,000 Project Name: Palm Beach Bath and Tennis—Palm Beach, FL Project Date: Spring–Summer 2011 General Contractor: Kast Construction General Contractor Contact/Phone: Nick Gomez, 561.598.9708 . Brief Description of Project: Select demolition in country club clubhouse Contract Amount: over$70,000 Project Name: Delray Dunes—Boynton Beach, FL Project Date: Spring 2011 General Contractor: Mouw Associates General Contractor Contact/Phone: Rick Mouw, 561.832.1616 Brief Description of Project: Total demolition of clubhouse structures Contract Amount $50,000 Project Name:. 1595 Bridge at Pine Island—Broward County, FL \ Project Date: Spring 2010-Spring 2011 General Contractor: Baker/Dragados–JV • General Contractor Contact/Phone: Jeff Jones, 786.877.8766 • Brief Description of Project: Partial demolition followed by complete demolition upon construction of new bridge Contract Amount: over$250,000 Project Name: Lost Tree Village Clubhouse—North Palm Beach, FL Project Date: Spring–Summer 2011 General Contractor: Weitz Construction General Contractor Contact/Phone: Mark Huber, 561.687.5642 Brief Description of Project: Total demolition of country club clubhouse Project Name: _ 821 Avenue E—Palm Beach, FL Project Date: Summer 2011 General Contractor: Port of Palm Beach General Contractor Contact/Phone: Tom Lundeen, 561.842.4201 Brief Description of Project: Total demolition of;warehouse at operating port Project Name: Okeelanta Farms Barracks—South Bay, FL Project Date: Spring 2011-Summer 2011 General Contractor: Florida Crystals General Contractor Contact/Phone: Ted Beckman, 561.366.5000 Brief Description of Project: Demolition and concrete crushing of multiple structures 14. Project Name: New Municipal Complex—Miami Gardens, FL Project Date: Fall 2011 General Contractor: City of Miami Gardens General Contractor Contact/Phone: Anthony Smith,305.622.8000 Brief Description of Project: Leeds-certified project to demolish former Wachovia Bank and clear site Contract Amount $100,000 Project Name: 901 and 910 Evernia Street—Palm Beach,.FL Project Date: Fall 2011 General Contractor: ,Palm Beach County General Contractor Contact/Phone: John Tierney,561.233.0252 Brief Description of Project: Total demolition of former DERM buildings Contract Amount over$250,000 Project Name: South County Transfer Station—Delray Beach, FL Project Date: Summer 2011 General Contractor: PCL General Contractor Contact/Phone: Brett Bailey, 407.744.336 Brief Description of Project: Demolition, site work and salvage of transfer station Contract Amount over$85,000 Project Name: Galaxy Elementary School—Boynton Beach, FL Project Date:1 September 2011 General Contractor: James A Pirtle Construction General Contractor Contact/Phone: Matt Mahoney, 954.658.7135 Brief Description,of Project: Demolition and abatement of multiple School District buildings Contract Amount over$150,000 Project Name: 1220 N Ocean Blvd—Gulfstream, FL Project Date: December 2011 General Contractor: Seaside Builders General Contractor Contact/Phone: Vinny Cioffi, 561.272.9958 Brief Description of Project: Demolition of large estate residence Contract Amount about$28,000 Project Name: Carpenter Shop—Okeelanta, FL Project Date: . . December 201.1 General Contractor: Florida Crystals General Contractor Contact/Phone: Bobby Kirstein, 561.722.3937 Brief Description of Project Demolition of carpentry shop and multiple stabs; concrete crushing Contract Amount: about$35,000 Project Name: 2 hotels at Boston's Restaurant—Delray Beach, FL Project Date: Fall 2011 General Contractor: North South Corporation General Contractor Contact/Phone: Richard Rohde, 561.279.9900 Brief Description of Project: Total demolition of two hotels adjacent to Boston's on the Beach Project Name: .Seachest and Marina Storage--Riviera Beach, FL Project Date: December 2011-2013 General Contractor: City of Riviera Beach General Contractor Contact/Phone: Gil Vetter,561.845.4023 Brief Description of Project: Total demolition of multiple buildings Contract Amount: about$40,000 15 Project Name: Walmart—Doral, FL Project Date: September 2011-2012 General Contractor: Case Construction General Contractor Contact/Phone: Stephen Spack, 813.754.3477 Brief Description of Project: Total and selective demolition of an operating Walmart Contract Amount: over$100,000 Project Name: Port of Palm Beach Slip#3–Riviera Beach, FL Project Date: February 2012-spring 2012 General Contractor: Rosso Paving &Drainage General Contractor Contact/Phone: Joseph Rosso, 561.688.0288 Brief Description of Project: Asphalt removal at port with high security Contract Amount about$85,000 Project Name: Public Safety Building--Miramar, FL Project Date: November 2011-spring 2012 General Contractor: City of Miramar General Contractor Contact/Phone`. Luis Lopez, 954.602.3316 Brief Description of Project: Total demolition of multiple buildings Contract Amount: about$170,000 Project Name: Jupiter Lime Silos—Jupiter, FL Project Date: September 2011-spring 2012 General Contractor: Close Construction General Contractor Contact/Phone: Richard Payne, 863.621.9252 Brief Description of Project: Abatement and demolition of multiple treatment plant structures Contract Amount: over$50,000 • Project Name: Canoe Creek,Turkey Lake, Fort Pierce and Fort Drum Service Plazas— •Project Date: December 2011-2013' General Contractor: •Arellano/OHL/Stride Group General Contractor Contact/Phone: Ruben Tapia, 305345.9581 • Brief Description of Project: Selective and total demolition at turnpike plaza Contract Amount about$350,000 Project Name: Aeroterm Buildings 890 and 891–Miami, FL Project Date: January 2012-Spring 2013 General Contractor: Stiles Construction General Contractor Contact/Phone: Ken Miggins, 954.627.9150 Brief Description of Project: Interior demolition of airport hangars Contract Amount: about$250,000 Project Name: Broward Wind Mitigation--Fort Lauderdale, FL Project Date: January 2012 General Contractor: . Stiles Construction General Contractor Contact/Phone: Steve Sjoblom, 954.627.9150• Brief Description of Project: Selective demolition of sheriff headquarters with high security Contract Amount , about$95,000 Project Name: US Foods--Pompano Beach, FL Project Date: January 2012 General Contractor: Butters Construction General Contractor Contact/Phone: Peter Huntington, 954.570.8111 Brief Description of Project: Interior demolition of large warehouse Contract Amount: about$160,000 16 Project Name: Daytona Village—Daytona Beach, FL Project Date: April 2012 General.Contractor: Daytona Beach Housing Authority General Contractor Contact/Phone: Doug Zimmer, 386.253.5653 Brief Description of Project: Demolition of multiple multi-story housing units Contract Amount about$125,000 Project Name: Dunbar Village—West Palm Beach, FL Project Date: April 2012 General Contractor: West Palm Beach Housing Authority General Contractor Contact/Phone: Ed Overstreet, 561.719.2138 Brief Description of Project: Demolition of multiple housing units Contract Amount about$110,000 Project Name:, Fisher Island Links Clubhouse—Fisher Island, FL Project Date: April 2012 General Contrctor: Miller Construction General Contractor Contact/Phone: Chris Hannaka, 954.764.6550 Brief Description of Project: Interior demolition in high security location Contract Amount over$26,000 , • Project Name: North Palm Beach Elem School—North Palm Beach, FL Project Date: January 2013-Spring 2013 General Contractor: Pirtle Construction General Contractor Contact/Phone: >Brent Martin, 954.214.2860 Brief Description of Project: demolition of multiple school buildings Contract Amount $150,000 Project Name: • Holy Cross Hospital Radiology—Fort Lauderdale, FL Project Date: • Fall 2012-Spring 2013 - General Contractor: Arellano Construction General Contractor Contact/Phone: Chuck Langone, 786.537.7617 Brief Description of Project: interior abatement and demolition in operating hospital Contract Amount $30,000 Project Name: Indialantic, Melbourne and Aurora Tank—Melbourne, FL Project Date: Fall 2012-Spring 2013 General Contractor: City of Melbourne General Contractor Contact/Phone: Jennifer Spagnoli, 321-674-5761 Brief Description of Project: demolition of multiple elevated tanks Contract Amount $160,000 Project Name: UM Schwartz—Miami, FL Project Date: Fall 2012-Spring 2013 General Contractor: Moss&Associates General Contractor Contact/Phone: Jason Clark, 305.490.5957 Brief Description of Project: total and interior demolition within UM Contract Amount $50,000 Project Name: Saint Andrews Country Club—Boca Raton, FL Project Date: April 2013-summer 2013 General Contractor: The Weitz Company General Contractor Contact/Phone: Michael Thomas,561.687.4826 Brief Description of Project: interior demo and complete demolition of outdoor pool Contract Amount: $130,000 17 Project Name: Palmetto Park City Center—Boca Raton, FL Project Date: May 2013-summer 2013 General Contractor: • Kast Construction General Contractor Contact/Phone: Zach Young, 561.210.5022 Brief Description of Project: complete building and site demolition of commercial structure Contract Amount $40,000 Project Name: Zimmerman/Omnicom, Fort Lauderale, FL Project Date: May 2013-summer 2013 General Contractor: Stiles Construction General Contractor Contact/Phone: Kris Brunnell, 954.627.9150 Brief Description of Project: interior demolition of 4 floors in existing operating office building Contract Amount $100,000 Project Name: Rooms to Go—Miami Gardens, FL Project Date: January 2013-summer 2013 General Contractor: Shawe-Ager General Contractor Contact/Phone: Tim Domblaser, 561.239.5191 Brief Description of Project: abatement and interior demolition Contract Amount $70,000 Project Name: Miami Dade College West Campus Parking Garage—Doral, FL Project Date: Fall 2012-summer 2013 General Contractor: Pirtle Construction General Contractor Contact/Phone: John Southard, 954.444.6665 Brief Description of Project: - interior demolition of multiple school buildings Contract Amount $110,000 Project Name: Palm Beach Mall—West Palm Beach, FL Project Date: Fall 2012-2014 General Contractor: EMJ Corporation General Contractor Contact/Phone; Mike Peterson, 781.891.0101 Brief Description of Project: ;demolition of 1.2 million sf:of retail shopping center plus parking garage Contract Amount $1.9 million Project Name: Miami Airport Building 715—Miami, FL Project Date: April 2013-Fall 2013 General Contractor: Decon Environmental General Contractor Contact/Phone: Angel Magobet, 954.933.8469 ' Brief Description of Project: demolition of 2 story post office with elevated concrete parking structure Contract Amount: $125,000 Project Name: Rodeway Inn, Fort Lauderale, FL Project Date: September 2013 General Contractor: Swerdlow Group General Contractor Contact/Phone: Randy Foltz, 305.338.9638. Brief Description of Project: abatement and demolition.of 5 floor hotel and parking garage Contract Amount $211,000 18 I I Project Name: Margaritaville Parking Garage—Hollywood, FL Project Date: Fall 2013 General Contractor: Coastal Construction General Contractor Contact/Phone: Andy Grayson, 305.559.4900 • Brief Description,of Project: demolition of 5 story parking garage Contract Amount $265,000 Project Name: 1080 Brickell—Miami, FL Project Date: Winter 2013 General Contractor: Coastal Construction General Contractor Contact/Phone: Andy Grayson, 305.559:4900 Brief Description of Project: demolition of 2 story parking garage Contract Amount: $129,200 Project Name: Florida Crystals Bridge–South Bay, FL Project Date: Fall 2013 General Contractor: Florida Crystals General Contractor Contact/Phone: William Edgar, 561.515.8056 Brief Description of Project: demolition of bridge _ Contract Amount: $173,000 Project Name: Beach House 8—Miami Beach, FL Project Date: January- March 2014 _ General Contractor. Plaza Construction General Contractor Contact/Phone: Aarti Pandit, Brief Description of Project: demolition of 8 story apartment building 8 feet away from neighbor Contract Amount: $119,000 Project Name: Howard Johnson's Fort Lauderdale, FL Project Date: January–March 2014 General Contractor. Stiles Corporation General Contractor Contact/Phone: Steve Sjoblom, 954.627.9150 Brief Description of Project: abatement and demolition of former hotel • Contract Amount $480,000 Project Name: Coconut Grove Convention Center—Miami, FL Project Date: Winter 2013-Spring 2014 General Contractor. City of Miami General Contractor Contact/Phone: Robert Fenton, 786.263.2133 Brief Description of Project: abatement and demolition of convention center Contract Amount $550,000 Project Name: Cooper City High School—Cooper City, FL Project Date: December 2013-Spring 2014 General Contractor Skanska USA General Contractor Contact/Phone: Fitz Williams, 954.931.8351 Brief Description of Project: abatement and demolition of two 2 story structures and canopy at operating school Contract Amount: $395,000 Project Name: Plaza at Delray—Delray Beach, FL , Project Date: Winter 2013-Spring 2014 General Contractor:, Anderson Moore General Contractor Contact/Phone: Mike Dilliston, 561.753.7400 Brief Description of Project: demolition of former movie theater 19 Contract Amount $128,900 Project Name: 230 Lincoln Road—Miami Beach, FL Project Date: Winter 2013-Spring 2014 General Contractor: Simpson Environmental General Contractor Contact/Phone: Casey Mattox, 813.714.0285 Brief Description of Project: interior gut out of former movie theater Contract Amount $192,000 Project Name: Miami Heart Institute—Miami, FL Project Date: August 2013-summer 2014 General Contractor: Plaza Construction General Contractor Contact/Phone: Bill Suarez, 786.514.0497 Brief Description of Project: interior demolition of 3 full towers, ranging from 7-10 stories Contract Amount: $2,030,000 Project Name: Gleneagles—Palm Beach, FL Project Date: May 2014—summer 2014 General Contractor: The Weitz Company General Contractor Contact/Phone: Erin Morrison, 561.687.4830 Brief Description of Project: selective demolition within country club Contract Amount: $35,000 Project Name: Gulfstream Preserve—Lake Worth, FL Project Date: May 2014—July 2014 General Contractor: Lennar Corporation General Contractor Contact/Phone: Matt Nelson, 954.553.0861 Brief.Description of Project: abatement and demolition of all structures on 60 acre property Contract Amount: $ 185,000 Project Name: Breakers Ocean Fitness Terrace—Palm Beach, FL Project Date: May 2014—summer 2014 General Contractor: The Weitz Company General Contractor Contact/Phone: Yanah Fischer, 561.653.6694 Brief Description of Project: structural demolition of 4th floor within resort community Contract Amount: $71,000 Project Name: 705 N Olive—West Palm Beach, FL Project Date: Winter 2013-summer 2014 General Contractor: Cypress Realty of Florida General Contractor Contact/Phone: Donna Cesaro, 561-768-9288 Brief Description of Project: abatement and demolition.of two story structure Contract Amount $310,000 Project Name: 42 La Gorce—Miami Beach, FL Project Date: May 2014—summer 2014 General Contractor:. Coastal Construction General Contractor Contact/Phone: Ryan Laiche, 305.975.0898 Brief Description of Project: selective and structural demolition of gated residential estate Contract Amount $ 190,000 1 20 Project Name!: Suntrust Miami, FL Project Date: August 2013-Winter 2014 General Contractor: . Facchina General Contractor Contact/Phone: Maria Krivtsova, 305.341.4900 Brief Description of Project: interior and exterior demolition of multi-floor structure Contract Amount $320,000 Project Name: Demolition of Hilton Hotel and Dania Boat Sales Project Date: Winter 2013-Winter 2014 General Contractor: Broward County Aviation Department General Contractor Contact/Phone: Richie Lauricella, 954.359.2452 Brief Description of Project: demolition of former 8 story, 400+room hotel and parking garage Contract Amount $2,390,000 Project Name: SBA Communications—Boca Raton, FL Project Date: Summer 2014-Winter 2014 General Contractor: Skanska General Contractor Contact/Phone: Andrew Smith, Brief Description of Project: Selective demolition of,multiple floors in building Contract Amount $500,000 Project Name: Citibank—Boca Raton, FL Project Date: Fall 2014 General Contractor: Penn Florida General Contractor Contact/Phone: Ivan Heredia, 561.750.1030 Brief Description of Project:.. Demolition of existing bank Contract Amount: $45,000 Project Name:. .. •Port Royale-Fort Lauderdale, FL Project-Date: Fall 2014 General Contractor: Mill Creek South Florida General Contractor Contact/Phone: Bobby Bellinger, 561.299.3759 Brief Description of Project: Abatement and demolition of multiple structures Contract Amount: $366,000 Project Name: Hard Rock Casino—Hollywood, FL Project Date: May 2014-2015 General Contractor. Seminole/Stiles Construction General Contractor Contact/Phone: Randy Zerra, 954.552.5545 Brief Description of Project: ' demolition of 5 restaurant buildings Contract Amount ' $656,000 Project Name: All Aboard Florida—Cocoa Beach, Ft Lauderdale,West Palm Beach, FL Project Date: Fall 2014 General Contractor: All Aboard Florida ' General Contractor Contact/Phone: Mathew Webb, 305.520.2104 Brief Description of Project: ' Abatement and demolition of multiple structures Contract Amount $250,000 ' Project.Name: AG Holley Lantana, FL ' Project Date: Fall 2014-2015 General Contractor: Kenco/Southeast Legacy General Contractor Contact/Phone: Michael Langolf, 561.997.5760 ' Brief Description,of Project: Abatement and demolition of 31 structures, including 5 story hospital Contract Amount: $930,000 • I I i Project Name: Metro Modera—Miami, FL. Project Date: 2015 General Contractor: Mill Creek South Florida General Contractor Contact/Phone: Bobby Bellinger, 561.299.3759 Brief Description of Project: Abatement and demolition of multiple structures Contract Amount: $362,000 Project Name: Calder Race Track—Miami Gardens, FL Project Date: . Spring 2015 General Contractor: Calder Race Track General Contractor Contact/Phone: ,Roy Abernathy,404.395.0344 Brief Description of Project: Abatement and demolition of 67 structures at operating casino Contract Amount: $584,000 Project Name: Ritz Carlton Residences—Sunny Isles, FL Project Date: Spring 2015 General Contractor: Fortune International Group General Contractor Contact/Phone: Ron Choron, 786.402.3610 Brief Description of Project: Completion of foundation work unable to be done by another demo co. Contract Amount $450,000 Project Name: Cocoa Beach Fire Station#51—Cocoa Beach, FL Project Date: Spring 2015 General Contractor: City of Cocoa Beach General Contractor Contact/Phone: Charles Holland, 321.868.3245 Brief Description of Project:. Abatement and demolition of former fire station Contract Amount $45,000 Project Name: Aura Seaside Apartments—Lantana, FL Project Date: Spring 2015 General Contractor: Trinsic Real Estate Group General Contractor Contact/Phone: Tim Trachsel, 206.619.7442 Brief Description of Project: Abatement, site demo and building demo of former convent Contract Amount: $170,000 . Project Name: Boca Pointe—Boca Raton, FL Project Date: . 2014-2015 General Contractor: Merit SPR LLLP General Contractor Contact/Phone: Dean Borg, 561.445.6939 Brief Description of Project: Abatement and demolition of existing clubhouse and trees Contract Amount: $177,000 Project Name: Pratt&Whitney—Jupiter, FL Project Date: Spring 2015 General Contractor: Bums& McDonnell General Contractor Contact/Phone: Denny Fayard,816-823-7059 Brief Description of Project: Demolition of Al 0 test cell in high security environment Contract Amount $57,000 Project Name: Murray Middle School—Stuart, FL Project Date: Summer 2015 General Contractor: Commercial Contracting Division, Inc General Contractor Contact/Phone: Mathew Mattison, 772.260.2450 Brief Description of Project: Total and select demolition of multiple_school buildings 22 Contract Amount: $130,000 Project Name: Varadero—Sunny Isles, FL Project Date: Summer 2015 General Contractor: Fortune International General Contractor Contact/Phone: Ron Choron, 786.402.3610 Brief Description of Project: Abatement and demolition of multiple buildings Contract Amount $245,000 Project Name: Mirasol Country Club—Palm Beach Gardens, FL Project Date: Summer 2015 , General Contractor: Weitz General Contractor Contact/Phone: Ben Abidjan, 561.687.4804 Brief Description of Project: Total and select demolition of multiple structures Contract Amount $235,000 Project Name: Miami Herald—Miami, FL Project Date: August 2013-2015 General Contractor: Resorts World General Contractor Contact/Phone: Nick Betancourt, 786.256.6974 Brief Description of Project: Abatement and complete demolition of Miami Herald building Contract Amount $2,101,000 Project Name: Surf Club—Miami Beach, FL Project Date: January 2014-2015 General Contractor: Coastal'Construction General Contractor Contact/Phone: Mike Yahraus, 305.559.4900 Brief.Description of Project: Abatement and total/interior demolition of historic building Contract Amount $927,000 Project Name: Riviera Beach Marina-Riviera Beach, FL Project Date: Fall 2014-2015 General Contractor: Weitz General Contractor Contact/Phone: Michael Ridgway, 561.723.0511 Brief Description of Project: Demolition of 2 story hotel and surrounding structures Contract Amount: $132,000 Project Name: Pinnacle Heights—Miami, FL Project Date: Winter 2015 General Contractor: PHG Builders General Contractor Contact/Phone: Felix Braverman, 305.854.7100 Brief Description of Project: Demolish and remove multiple auto mechanic shops with party wall to remain Contract Amount $100,000 Project Name: Ocean Wave, Four Seasons—Fort Lauderdale, FL Project Date: Fall 2015 General Contractor: ' MW Lauderdale LP General Contractor Contact/Phone: Seamus Evans,786.859.3393 Brief Description of Project: Total demolition of full city block of hotels and condos on A1A with adjacent active outdoor restaurant Contract Amount $274,000 23 Project Name: Edgewater—Miami, FL Project Date: Fall 2015 General Contractor: Coastal Construction General Contractor Contact/Phone: Chris Smuts,484.888.6093 Brief Description of Project: Abatement&demolition via implosion of 14 story elevator shaft and 12 story building Contract Amount $713,000 Project Name: Miramar PBA—Miramar, FL Project Date: Winter 2015 General Contractor: City of Miramar ' General Contractor Contact/Phone: Alex Shershevsky, 954.602.3315 Brief Description of Project: Abatement and demolition of 1 story structure Contract Amount: $40,000 Project Name: Trader Joe's—Fort Lauderdale, FL Project Date: Winter 2015 General Contractor. Halvorsen Development General Contractor Contact/Phone: Tom Vincent, 561.367.9200 Brief Description of Project: Demolish and remove 2 large commercial structures Contract Amount: $195,000 Project Name: Rooms to Go—Fort Lauderdale, FL Project Date: Winter 2015 General Contractor: Honors Contractors General Contractor Contact/Phone: Jeff Bowen,727.264.8889 Brief Description of Project: Total demolition of former used car building next to active dealership Contract Amount :. $82;000 Project Name: The Atlantic—Delray Beach, FL Project Date: Winter 2015 General Contractor: Atlantic Pacific Development General Contractor Contact/Phone: Joseph Roig, 305.357.4700 ' Brief Description of Project:` Abatement and total demolition of 24 acres of greenhouses Contract Amount: $400,000 Project Name: Harbor Point—Riviera Beach, FL Project Date: Winter 2015 General Contractor: Kolter,Urban LLC General Contractor Contact/Phone: Jim Boyce, 561.682.9500 Brief f Description of Project: Complete abatement and demolition of 5 story building attached to 2 story building Contract Amount $200,000 Project Name: Hood Road WTP—Palm Beach Gardens, FL Project Date: Winter 2015 General Contractor: Layne General Contractor Contact/Phone: Guy Goff,770.645.6307 Brief Description of Project: Take over job from another contractor to perform total demolition of WTP Contract Amount: $107,300 Project Name: 801 Lincoln Road—Miami, FL Project Date: Winter 2015 General Contractor: Miller Construction General Contractor Contact/Phone: Jessie Herman, 954.299.9815 24 • Brief Description of Project: Demolish and remove 1 story building attached to active mall Contract Amount: $65,000 Project Name: Block G, Miami World Center—Miami, FL Project Date: Winter 2015 General Contractor: - Coastal Tishman General Contractor Contact/Phone: David Echezarreta, 305.559.4900 Brief Description of Project: Total demolition of 2-3 story buildings within close proximity of roads and RRs Contract Amount: $190,000 Project Name: Spanish Courts—Riviera Beach, FL Project Date: Spring 2016 General Contractor: The Weitz Company General Contractor Contact/Phone: Mark lacobucci, 561.402.0346 Brief Description of Project: Abate and demolish multifamily housing community Contract Amount: $120,000 Project Name: Sunlife Stadium—Miami Gardens, FL Project Date: Spring 2015 General Contractor: . Hunt Construction General Contractor Contact/Phone: Mark Flandermeyer, 317.945.6435 Brief Description of Project: Selective interior demolition and structural removal of escalators& scoreboards Contract Amount: $1.9 million Project Name: The Beach Club—Palm Beach, FL Project Date: .. Fall 201.6 General.Contractor. The Weitz Company General Contractor Contact/Phone: John Southard, 561.223.7692 Brief Description of Project: Partial demo of existing hotel on beach Contract Amount: $85,000 :y. Project Name: Armani Casa Seawall—Sunny Isles, FL Project Date: Summer 2016. General Contractor: Fortune International General Contractor Contact/Phone: Ron Choron, 786.402.3610 Brief Description of Project: Removal of underground seawall in its entirety Contract Amount: $76,000 Project Name: CVS Pharmacy#10644—Miami, FL Project Date: Summer 2016 General Contractor: GLR Inc. General Contractor Contact/Phone: Brian Smith, 937.890.0510 Brief Description of Project: Total demolition of commercial structure Contract Amount: , $78,872 . Project Name: Winthrop House—Palm Beach, FL Project Date: Fall 2016 General Contractor: The Marker Group General Contractor Contact/Phone: Samantha Vincenty, 954.767.9767 Brief Description of Project: Remove pool in center of parking garage and associated improvements Contract Amount $109,226 25 i Project Name: Scott Street Project—Hollywood, FL Project Date: Fall 2016 General Contractor: WG General Contractor Contact/Phone: Alan Forgea, 954.931.4321 Brief Description of Project: Remove 3 commercial structures along US 1 Contract Amount: $66,241 Project Name: 515 N County Road—Palm Beach, FL Project Date: Fall 2016 General Contractor: Mauro Brothers General Contractor Contact/Phone: Tony Mauro, 561.436.3988 Brief Description of Project: Abate and remove largest oceanfront residential structure demolished on Palm Beach island Contract Amount $240,289 Project Name: Publix 1526 Country Shops—Cooper City, FL Project Date: Fall-Winter 2016 General Contractor: Hawkins Construction General Contractor Contact/Phone: Richard Morgan, 727.938.9719 Brief Description of Project: Remove 7 tenant spaces to make way for new Publix in operational strip center Contract Amount n $104,000 ' Project Name: 89 Middle Road—Palm Beach, FL Project Date: Fall 2016 General Contractor: Davis Contracting General Contractor Contact/Phone: Rick Burns, 561.820.1400 Brief Description of Project: Remove multi-structure residence on Palm Beach island Contract Amount: $66,886 Project Name: Mt.Sinai Medical Center—Miami Beach, FL Project Date: Spring 2016 ' General Contractor: Robins&Morton General_Contractor Contact/Phone: Diego Espinosa,239.877.9655 Brief Description of Project: Complete demolition of wings of operating hospital Contract Amount ' $377,000 Project Name: Belle Glade WTP—Belle Glade, FL Project Date: Fall 2016 General Contractor: City of Belle Glade General Contractor Contact/Phone: David Wood, 561.996.0100 Brief Description of.Project:. Asbestos abatement and removal of 13 building water treatment plant in its entirety Contract Amount: $132,945 Project Name: Quail Ridge Country Club—W, FL Project Date: Fall 2016 General Contractor: The Weitz Company General Contractor Contact/Phone: Nick Pizza, 602.541.7792 Brief Description of Project: Remove golf course country club in its entirety,.including cart barns Contract Amount: $167,000 26 Project Name: East Ridge Retirement Village—Cutler Bay, FL Project Date: Winter 2016- General Contractor. Santa Fe Senior Living General Contractor Contact/Phone: Sharon Breitinger,352.514.2731 Brief Description of Project: Abate, demolish and remove 13 buildings in operational retirement community Contract Amount: $300,000 Project Name: Sabal Ridge—Boca Raton, FL Project Date: Fall–Winter 2016 General Contractor: EBL General Contractor Contact/Phone: Michael Hawkins, 954.589.2728 Brief Description of Project: Remove underground parking garage at operating high-end residential tower on the beach Contract Amount: $410,000 • Project Name: Calder Grandstand—Miami Gardens, FL Project Date: Winter 2015 General Contractor. Calder Casino General Contractor Contact/Phone: Roy Abernathy, 404.395.0344 Brief Description of Project: Complete abatement and demolition of 7 story.building Contract Amount: $3.1 million Contract Amount: - $190,000 Project Name:. Plantation Fashion Mall—Plantation, FL Project Date: Spring 2016 General Contractor: EHOFDH Development LLC General Contractor Contact/Phone. Don Feeney, 561.715.3783 Brief Description of Project: Complete demolition of 5 story shopping mall with 2 adjacent occupied structures Contract Amount: $2.9 million Project Name: ECR Alternate#9—West Palm Beach, FL Project Date: Spring 2016-present General Contractor. Poole& Kent General Contractor Contact/Phone: Eric Jones, 305.345.6039 Brief Description of Project: Selective structural demo of water plant Contract Amount $329,000 Project Name: The Generator Hotel--Miami Beach, FL Project Date: Fall 2016-present General Contractor: Winmar Construction • General Contractor Contact/Phone: Jorge Gutman, 954.205.3519 Brief Description of Project: Completely remove all interior finishes back to bare concrete in hospitality structure Contract Amount: $400,000 Project Name: South Florida Distribution Center—Pembroke Pines, FL Project Date: Fall 2016-present General Contractor: Core 5 Industrial Partners General Contractor Contact/Phone: Joe Goss, 954.607.2920 Brief Description of Project: Complete demolition of former women's correctional institute Contract Amount: $600,000 27 Project Name: Blossom Way—Palm Beach, FL Project Date: 2017 General Contractor: Van Acker General Contractor Contact/Phone: David Dhaliwal,415.640.8742 Brief Description of Project: Completely abate,demo and remove four large multi-story residential buildings in Town of Palm Beach Contract Amount $221,000 Project Name: Las Olas River Front—Fort Lauderdale, FL Project Date: 2017 General Contractor: John Moriarty&Associates/Dev Motwani General Contractor Contact/Phone: Rick Schuerger, 954.732.9712/Dev Motwani 954.591.6272 Brief Description of Project: Total demolition of 75 foot tall commercial buildings alongside active roadways, river and train tracks Contract Amount $895,000 Project Name: Marshall Heights—South Bay, FL Project Date: 2017 General Contractor: D. Stephenson; Palm Beach Housing Authority General Contractor Contact/Phone: Kirk Conners, 954.598.4100 Brief Description of Project: Completely abate, demo and remove 21 multi-floor residential units Contract Amount $727,000 Project Name: Testa's—Palm Beach, FL Project Date: 2017 General Contractor. Coastal Construction;T3 Family Enterprises General Contractor Contact/Phone: Russell Novak, 386.846.8642 Brief Description of Project: Abate, demo and remove multi-floor mixed use buildings and gas station, including contaminated soil removal Contract-Amount __. $394,000._ -- . --. – -- -- -- Project Name: Carol City Shopping Center—Miami Gardens, FL Project Date: Fall 2016-present General Contractor. IMC Equity Group General Contractor Contact/Phone: Eric Mailer, 305-893-9955 Brief Description of Project: Total demolition of shopping center Contract Amount $507,000 Project Name: Pump Station S5A—Loxahatchee, FL Project Date: Fall 2016-present General Contractor: PC Construction General Contractor Contact/Phone: Greg Geller, 317.775.8666 Brief Description of Project: Interior dismantling of active water treatment facility Contract Amount: $275,000 Project Name: 127th St Shopping Center—North Miami, FL Project Date: Fall 2016-present General Contractor: Hawkins Construction General Contractor Contact/Phone: Richard Morgan, 727.938.9719 Brief Description of Project: Two phase demolition of active existing shopping center Contract Amount: $170,000 Project Name: Jackson Memorial Hospital 6B and 3A—Miami, FL Project Date: Winter 2016-present General Contractor: Skanska Construction 28 General Contractor Contact/Phone: Andrew Smith, 904.591.9840 Brief Description of Project: Interior demolition of hospital wings with active patients above/below Contract Amount: $208,000 Project Name: Delmar LA Fitness—Boca Raton, FL Project Date: Spring 2017-present General Contractor: Stellar Development General Contractor Contact/Phone: Trey Arias, 941.907-9577 Brief Description of Project Partial demolition of active shopping center to create new space Contract Amount $146,000 Project Name: UM Building 37—Miami, FL Project Date: Fall 2016-present General Contractor: University of Miami General Contractor Contact/Phone: Eddy Lopez, 305.284.6184 Brief Description of Project: Demolition on operating college campus Contract Amount: $100,000 Project Name: Publix Islamorada Coral Bowl—Islamorada, FL Project Date: Fall 2016-present General Contractor: Comet Construction General Contractor Contact/Phone. Barney Danzansky, 561.672.7563 Brief Description of Project: Demolition of bowling alley Contract Amount: $115,000 Project Name: Gulf Stream Bath&Tennis—Gulfstream, FL Project Date: Fall 2016-present General Contractor: Mouw&Associates ' General Contractor Contact/Phone: Rick Mouw, 561.276.9640 Brief Description of Project: Heavy interior and partial structural demolition Contract Amount: $100,000 Project Name: Modera Edgewater—Miami, FL , ProjectDate: . Fall 2016-present General Contractor: Millcreek General Contractor Contact/Phone: Jodi Hunter, 561.288.4291 Brief Description of Project: Abatement and demolition of residential complex Contract Amount $107,000 Project Name: 4 West Las Olas—Fort Lauderdale, FL Project Date: 2018, General Contractor: Moss Construction General Contractor Contact/Phone: Matt Mahoney, 954.658.7135 Brief Description of Project: Abatement and total demo of numerous mutli-story buildings(2-9 story) in close proximity to active main highway Contract Amount $411,000 Project Name: Mary Street Parking Garage—Miami, FL Project Date: 2018 General Contractor: VSL/Structural Technologies , General Contractor Contact/Phone: Yosbany Ballate, 954.817.8721 Brief Description of Project: Partial selective structural demolition of post tension parking garage Contract Amount: $546,000 Project Name: Acqualina—Sunny Isles, FL 29 Project Date: 2018 General Contractor: Trump Group General Contractor Contact/Phone: Eiic Bartos, 305.933.8301 Brief Description,of Project: Abatement and total demo of 19 mutli-story-buidlings(2 story-6 story) Contract Amount: $660,000 • • 30 LIST OF EQUIPMENT - BG GROUP DEMOLITION , MODEL TYPE SERIAL# YEAR KOMATSU: WA320-5L LOADER A33023 2007 WA380-5 - LOADER H05129 2007 PC450LC-6 ULTRA HIGH REACH EXCAVATOR K30193 2002 CATEPILLAR 242B3 SKID STEER SRS03060 2013 1 242B3 SKID STEERSRS03062 2013 242B3 SKID STEER SRS03044 2013 242B3 - SKID STEER , SRS03066 2013 259B3 SKID STEER YYZ05307 2013 259B3 SKID STEER YYZ05308 2013 302.5C EXCAVATOR GBB03172 2008 303.5ECR EXCAVATOR RKY02799 2013 308CCR EXCAVATOR KCX02170 2008 319DL EXCAVATOR ZCA00221 2011 320CLU EXCAVATOR PAC01306 2007 325CL EXCAVATOR A3R01393 2008 329DL EXCAVATOR - - JHJ00249 2009 329DL EXCAVATOR - .WLT00386 2011 330CL EXCAVATOR MWP02599 2008 330CL EXCAVATOR MWP02111 2008 330CL EXCAVATOR MWP02845 2010 336CL EXCAVATOR W3K00527 2010 336CL EXCAVATOR W3K00551 2010 336EL EXCAVATOR RZA00271 2013 336EL EXCAVATOR RZA00309 2013 345CL , EXCAVATOR PJW00809 2006 345CL EXCAVATOR PJW00365 2005 365CL EXCAVATOR MCS00314 2006 977L TRACK LOADER 1976 H70 308D CAT Hammer AKL07884 2011 TOP 700 Okada Hammer 2010R 2015 INNOVATECH Terminator 2000ei Floor Scraper w/Trailer 2011 MECO Hydraulic 24" Saw w/Gas Power Unit 2012 'MECO Hydraulic 24" Saw w/Gas Power Unit 2013 MECO , Slab Saw 65hp 2013 TIEBCCRO.UPLLC Tab 2.2 Qualifications of Proposer Team BG currently services annual contracts similar to this for: Palm Beach County;City of Miami;City of Fort Lauderdale;The School District of Palm Beach; and Miami Dade Public Schools and has done so for some of these clients since 2004.Any of them would be happy to serve as references, and we serve up a few of our longer standing ones below. Project Name: Palm Beach County Project No.PBC 18341 Project Date: October 2004-present;annual contract General Contractor: Palm Beach County General Contractor Contact/Phone: John Tierney, 561.233.0252 Address: 2633 Vista Parkway, West Palm Beach,FL 33411 Fax/Email: 561.233.2052 Brief Description of Project: Annual Palm Beach County contract for all demolition within the county Project Name: City of Fort Lauderdale annual contract - Project Date: Fall 2007-present General Contractor: City of Fort Lauderdale General Contractor Contact/Phone: George Oliva,954.828.6556 Address: 700 NW 19 Avenue, Fort Lauderdale FL 33311 Fax/Email: goliva@fortlauderdale.gov Brief Description of Project: Contract for multiple demolition projects / Our full time staff member employees(we employ no outsourced expediters)are fully available with designated areas of responsibility as outlined in our organizational chart. These areas of concentration allow each point of contact to bring to bear their unique substantial knowledge to ensure efficient completion of the tasks in the Scope of Services. These areas of concentration allow,each point of contact to bring to bear their unique substantial knowledge to ensure efficient completion of the tasks in the Scope of Services. We have never had an instance where manpower or equipment has been a limiting factor in our,ability to successfully complete our business on hand,yet should such a situation arise,we are prepared to add to staff so as not to impact timely service for this City of Miami Beach contract. Our headquarters is in South Florida,giving us the ability to optimally manage Miami Beach jobs, effectively bid Miami Beach opportunities,and hire the best people regardless of their home county. 15560 Lens Head•Oelray Beach,FL•33446.561-996.7997•Fax:561-998-8$15•email:ixll@hgdemolitien.cam The BG Group, LLC • Ivy Fradin, Steve Greenberg, Managing Member Managing Member Estimators: Robert Cox Macnair Sainvil (<ffanYTopci, Jason Semer In-House Jacob Sisco Permitting Coordinator Priscilla - Andrew Reese,VP Stull,VP Human Field Resources Supervision Johnny • Anastasio Driver I • Site Superintendents,Operators,Laborers Ivy Fradin 3640 Carlton Place Boca Raton, FL 33496 56I.999.0935 Ivy Fradin is currently a Managing Member of The BG Group,LLC, a leading demolition company in South Florida. In this capacity,she is responsible for Management of the Finn,focusing on Client Relations, Accounts Receivable, Sales and Marketing,and Back Office Management. She brings with her significant client contacts, management expertise,tenacity and field knowledge and uses all of these traits to optimize the success of The BG Group. Prior to co-founding this business seven years ago, Ms.Fradin spent 14 years in the Financial Services industry. She has extensive experience in the Private Banking, Investment Banking,Venture Coverage and Research businesses. She was most recently. a Managing Director and Private Banker with Deutsche Bank Private Banking(formerly Bankers Trust Private Banking)based in Palm Beach, where her primary responsibilities included new business development and relationship management in the family office and ultra high net worth individual client segments. Immediately prior to joining the Private Bank,Ms. Fradin spearheaded Deutsche Bank's Venture Coverage Services Group in the Mid-Atlantic,and Southeastern regions,acting as the key interface between the venture and LBO communities and the Firm's origination activities. She also served as the Chief Operating Officer of the Firm's Internet Capital Markets Practice. From 1993 until early 2000, Ms.Fradin was the Firm's Associate Director of North American Equity Research, responsible for the Health Care, Media, Technology,Telecommunications and Transportation/Aerospace sectors. She thus was a continuous part of the Equity Research Management team both when Bankers Trust bought Alex..Brown&Sons in 1997 and when Deutsche Bank bought BT Alex.Brown in 1999. Before that, she spent three years as an Institutional Salesperson for Alex.Brown & Sons covering accounts in Switzerland,the Netherlands and the Caribbean. Ms.Fradin graduated magna cum laude with the Honor of Distinction from Duke University with a B.A. degree in Economics, and she earned her Chartered Financial Analyst designation in 1992. She is a member of the Association of Investment Management and Research(AIMR), as well as of the Phi Beta Kappa National Honor Society and the Duke University Alumni Association. She is actively involved as a volunteer with Saint Andrew's School, SOS Children's Village-Florida and the Boca Jets Lacrosse League. Ms. Fradin is married to Steve Greenberg and has two children,Alec and Kendall. r Steven Greenberg 3640 Carlton Place Boca Raton,FL 33496 (561)999-0935 WORK EXPERIENCE: The BG Group LLC,Managing Alember and Co-Founder 2003 present • The premier demolition firm in Florida,focusing on demolition,asbestos abatement,excavation, recycling and aggregate and concrete crushing • Daily responsibilities include: • Financial management.of the company,payroll,insurance,contract negotiation and preparation,field supervision • Florida Certified General Contractor License 2006— CGC 15I1135 • Notable clients include: • Real Estate Developers and Corporations such as: Flagler Development; Prime One Outlets; The Related Group;Tropicana;WCI Communities • General Contractors: such as: Balfour Beatty Construction; Elkins Constructors; IDC Construction;John Moriarty&Associates,Stellar,Suffolk Construction;Whiting-Turner • Municipalities including Ciiy of Mtainc,• Daytona Beach.Housing Authority:Palm Beach County; The School District .of Palm Beach County; South Florida. Water Management District _ • Local Contractors such as:B.I&K Construction;Catalfumo Construction;Hodgen Construction;The Weitz Company Foxe Chase Estates LLC,Partner and Co-Founder 2000-2002 • Built five ultra high-end custom homes in South Florida • Uniquely located lots are as far North as Point Manalapan and as far'South as Spanish Trails and price points range from$2.4 million to$4.5 million The Card Shop,CEO and Founder 1983-2000 • Developed a,specialty store concepfand`grew it to a chain of 13 stores,:all.located in.Maryland • Focused on the high end eonsumervia:a destination shop,carrying an array ofcards,,gifts, invitations,collectibles,party goods:,and candy • Generated annual sales in'excess ofSgaiiillion • Culminated in selling all stores successfully to Hallmark EDUCATION: - George Washington University, 1981 • BA in Advertising and Design PERSONAL: • Live in Boca Raton,Florida with wife and two children • • ' ��i► it,,°1°O""� i�j�11 i►. �if.•40.1""4%.1,1,.""""s,_ _ f'► i. l i. i�.�..;►;.. ::1:;. Il.�.�i'.•��+�,•I •i• • '�'1♦ �••'.'• •�►+•,•t^, •ISR• • . •���•. .i�,�'• . D Z•-'. • .i!�':•• .•.!r. • •.• • et.ii."•:i:i.'•iw�g:.:11�;Z::41�fl.`w'�•/1+i tee/x:41. •i:;;Cl l`i;* �':��/.•i'.•: ..•V l:�•l i•'f0* •14 i•.' •�1�`�i i.'1.0V .•;�';0441:i:''f• �/��'i i.!ifielthiillltni+�ittoi%��� I�iehriiii,'1+1/•t•/iei�/ tilt' ifiVA still+lfl/f/ttn'1elft/tijtliP1111 110•I11f1�*jitiOtt iiAIt! lies 14404l�tf/1'�ii hill iiA4Iillllea..•11-111/le.�.►11l1lI..0\111111..►.►11111 U/u 1111Ne//..\11111l./u 1111111e/..li{11l1./u111111 a/•�•111111!•/..111111/..► 1111111/..►.II Iii• eititili . C. irtiftraft .of Ctintialrful lt it*...;..fw . ;i i:40 • ;.36Otrain ng >cF.,:..i.:4 4-:,I.Z.1 .• . _ :44.1:•• • •4. 3-i offs trttifitz.. .01a± *;.••1:i-� ��;�;•:���i . --- _ � ='�� \111 Steve Greenberg ` =;;} 1 . is ainarbrb� fills t fff acafz fur ,....,,,) ...,„...) �t. ,.. OSHA 10 Hour Construction Industry 1 - - - Completion ach. 0:114-4"''';' :4?: Ei:4) .1......•0 : 1041 ( t1 Credit Hours: 10V • 08/07/2011 17:04 CST Student Signature .41044Nil II Date: t:•: • ItP 4.•1• r 1-ve . / .1 ''• 'Vial..e/).-,' til••,: I 'I:�.�7 •+� X41••• Michael Millsap, Trainer C 0034819 and G 0021414 ��S;;i . • qii••.:; ' "As an OSHA authorized trainer, I verify that I have conducted this OSHA outreach training class in accordance with OSHA -!. .' Outreach Training Program requirements. I will document this class to my authorizing OSHA training organization. Upon successful :1 i..'• review of my documentation, I will provide each student their.completion card within 90 days of the end.of the class." -AA, • 360training.com•• 13801 Burnet Rd.,Suite 100,Austin,TX 78727. 888-360-TRNG_• www.360training.com ;.• '�i�lefj1114lsla�i%�fjfjt+ll{I�I��ii/�f1111�1�111��.1'�'/'jf1►iItl►1�►'iI/1/111111T►I;i/I'��/'4f410111►��IGf/fj/1141�1;1;►Iii'/1/1+/�1/1►1��1'rf//j1}14141�1��%rA1:f/11'11/1:Iti�'/f�f:'1►414illl,i+�ffll�/4lll�,,����'1.I4f411111.fq��* :f ..1+1E0 ..1.+1�•�f...w SPArt. ..+1111!••7/.•1elyi.1i. l/df s./w lh giAtkv i,"0; /� Nl / ..► 1�l 1 ♦/. 1 l f ♦.►ti1 l f s.. 1�� X11^^.;,/�r'f,':•+'/1�r�/�^�+•11��r�1�••iiir�/�:� fi.:•.11�r�/�^..+l1�ir�l�.•:•ll�."i1!% �li'•sll,•. �1�r�1/�����\+r.f^•� 1.r11^�., /..// (.-?T_Aft/PiciA Wkilii'v's- 4,:. Piel-. 1111:'W.>#.',-,a.tk s-,45, -'-:i•Ark.#1!,,, 51;g4igt,'..A., ••ipi.k.,,Nr_.,„ ,„„,11, ..k:...." -..-- 1,- •.),-11 k-4g.,41,10;•.„-A.."50,V1-,44:_.tpio.,6744,.......,40.,LT.-Ait.,.:44,1) ,IiirAyrof.::..„.0%-i-Ti*.. 4:41.4.1-ii--_,,I,...•:,..',44 :. -'" ,-E,,t,-17,,,p, (V.A.''!:-..-''':44.1,firitiatairT.NA,7-41f.iijit-41)-1NA,v..=WW0:14 -reAACtigi TL=.;'''••••04 Wifi,,Ner- ''./' \4.i.1.,-...- q .-- - : :-•'-. - - --- , -, ....— ,- - . . , , - . ._ et' I rl . . . • lA b eL i(O.ii ''..0.0:110 LI [111v e t rf11111110: ,:Jy31.111.1::; 0 ,7,) .twg • 909 N.W.5TH Avenue.Fort Lauderdale,Florida 33311 '95-4524-7208 -: ifi.:› ( ••.,•rov f -.. . Processed By: c.) _ This is to Certify that :•;,j,p: .......0-"'"No"...----_ - a,' gei z• -:) ( •,, .1•1,-...›4, r, 01,4110:. -„../ ----. 1 1 ,f, . -,. , 4 rs'.--1-'Pg,g,rfr '. r '-(1'' 4'YP-II , _1 - JP -7 ..k '.1"if Vtil )7,---.,-.3„,.------ _:,7./7. ..,:. • '_...;.,.-:..-:?• .::.4.-:,..... ' 0 - y . . ..) •-.04,-.1•' •',..=;mem"..:. 4; --44: , L Yr : "...:r.4,,Z 0 To AuttieritjcakerldficateCI:y7. /4.,,•k-:;::,-)s......a - I 11 lill ill 1311 Mil 1113111111111111111111 , ,., www.seagulltralnirig.com XXX — XX - 9 5 8 0 .....:al .1-800-966-9933 .)t.'743ililrof 15560 Lyons Road,Delray Beach,FL 33446 f.1.- e ;S :S .:- •1%..s."17/ -,.. :,t5.:.,!•0• .,..:--- has successfully completed an EngliSt ,,lf,/ ,--'75-- t f44' . • t At...,..,,.._ a6•L4b!t;_:ri:'at,r4otntt'ar.:Ar..711:Slaparil'facir-'1?".5fi6-lit-s:t.. - kt4., fsfk-,k4;' )-- i.5';......._.:•_ ti* 25-Jul-18 TO 25-Jul-18 ...- ig- :,',."P41.--r.•5-1_%, -..._HP:45-g---- (t.L..---.--) ‘4.0-............. .s.:--.....ao;..4,i... ,.. -...-. ......-7-,... i--71-g-,„1-74 1.-!nacsciccrAtmarraxtmcraAnAxnat . ) „it-Vs.-v=11w c.r.s use.. igormry,air Araut.. .:3*0 ......; " . -7/....-- Meets state requirements of 326 AC(IDEM)and FL.19.0001020/Ct4.0006271 and UT(6.0 core). '4';`11P-1.WTScf:irr ." -.mr.:".,.. NDAAC Provider#451 Traincr(s): Mark Knick . 1413P.' 41.4alli '' . -.‘•` -fil—: >-.e.:.- • '‘V•A'*;% tr. Training Addres.s:900 NW Stl:Ave,Fort Lauderdale,FL 3331 Successful course compledanbased on exam score on: 07/2S/18 ,4gteS F.Stump,Course Sponsq., : This Certificate Expires: II 1E1111111111111 11 -:,gite( Certificate Number: /40 I .,-..-..s...„ _ -..• -....f ---' ,-4,T,Ft j - OSHA TRAINING: 25-Jul-19 I INO13111111110 25-Jul-19 1111 0 7 / 2 5 / 1 9 - -- Course Number:SE1830 - It5 •,'' ,-- • , •1 't...01' / /),,W1k : '....-'''''.":"7—** ,, C. ' ....••••, i" . •',.'• •.; -7----- 7-' --;17%-,. ,--.;- ----..--.wprWsv I\ ?=-, kttri:'.6'71.:*.kf.;At\--:Y*-av--,,,,,w.,0_ .g1t.m. tf-.::'0w;',,,l''''"pilti.‘!\'•'' ; -/.A lilt: ',', tir-vik,,w2;,,s-ni.ktav•*--e4 s„.\•,s0-40 IA' 'l ( • • • i • l Andrew Daniel"Stuff 5244 Quiet Creek Lane Lakeland, Florida 33811 (863) 937-3873 home (863) 899-6784 cell SKILLS Interior and Structural Demolition General Construction Certified Asbestos Abatement Painting Superintendent Drywall Framing and Hanging Heavy Equipment Operator Basic Mechanical Knowledge Concrete Cutting and Coring Electrical Repair Welding EXPERIENCE The BG Group LLC_Boca Raton, FL Superintendent- From May 2010 until present. Responsible for the everyday operation of Central, West and North Florida demolition and abatement projects. Duties included scheduling of manpower and equipment, safety supervision as well as keeping the jobs on time and within budget, and dealing with the clients and vendors. Invision Construction Inc. Lakeland FL Superintendent- From Sept 2006 until Jan.2010 Responsible for the everyday operation of the demolition division of Invision Construction, Inc. Duties included scheduling of manpower and equipment as well as keeping the jobs on time and within budget,and dealing with the clients and vendors. Worked on jobs from$3000 to $400,000 one to five stories in size. National Tenant Improvements, Sarasota, FL Superintendent-June.2003 to.Sept 2006 Lined up subcontractors for various jobs;wrote punch list for subcontractors;making sure trades were completed properly,on time,and within budget; keep track of all additional scopes of work; liaison between NTI and local building department, handled jobs from permitting to final inspection and certificate of occupancy Assistant Superintendent-Jan.2002 to Jun. 2003 In charge of demolition'crew, supported the superintendent with framing,electrical, and ceiling layouts Skilled Labor-Apr.2001 to Jan.2002 Installed hardwood floors, framed ceiling and walls for retail stores, installed Acoustical Ceilings and painted EDUCATION April 2006-General Education Diploma Enterprise High School REFERENCES Available upon request • __-____ _' . „ ,,,e''):1-fyri:1,,V,,v-ii1:::-'1,. --,:21 .i.:-14 International Safety: Education' Institute (ISE!) _ .3);•'-”,-::.:I_:,.*:,?'...: IV; STULL ' • ‘,)..f.!r`-: !ik'''-,4:-!),) 1.:.1‹: L;sktfy ,-;•,,ciiii:A 30-Hour OSHA Hazard Recognition Training for the Construction Industry Course t1,--' , ,7.. -,:,,, s',.,....).', 4,..'M...il from the University of California San Diego International Safety Education Institute (ISE!). V;tv'''' . __...., iv-A — - fq4 /�X ^'x( ��1Zj__�l " `,]'oJ ri5Eirt4,..`v,,', ' ,,-i.7 ''07.rict;-,r1571/4"orr..;1771,1R-.' (��) . —' ' ^ "=�m ' ~~ � ' _ _ .� ' _ —_ I 7 , 7 7 r 1 7 i • . 1 , ' . •ctft, .,,,..7,O.*,-77,-1 a:fir ....17 :777•17777-..‘. ',...:--4..tie.g — ::.,-c-'v....a:T. 'tL....t...4,"..,,, ....' ."'',.. '-...--".J.:1.'4W ,..-:./: '''''':',---- -.- -4•"'-,'''-n::":-",-• v."VO4:-.., .-4,4 , ; . -,..%. . *--.;,..f./. ' ....- .'i.,=*1k' '.,.1-,: 1,.• ).--%#41F-.Ele-Z,X.'t-'7— .-'W.O.'w' "z•.P?'.-. - . ; --,,:f..0 • : .2......-...-1 : l':j4.--*----- 1 1-11..be.,ztas Corsavaitinv tt T.r:ainlacx 9[0/71.W.5711Avesee,Fe7e1.27,fe,d...e.Panda 33111 IA95744208 :-1,. ..... This is to Certify that A Processed By: : _ •-• • V 7-.77‘77,917.r .,-77:7- 474 7,'.7'°'__.d_L•r:1. 7s•-•:•••:-'777 *.t.7717-7 tent AllriV:77 nafla ,.., - -islat»1111 -., N- ""'"__ 7,..' 4„.? •14- _,:-1 /.77;7...,1.it inommouil -4 L,.7aatalten .77nme:ficatei,'17 '74? wareeseitrultranincont At' 477•A77.11t). . • '- •at'i'. X X X-7)(u-374 9 .71,1•1; 1941-965-9933 Is 360*es rd,Delay&um fl 33446 ":'- i.u.,_ .".•.,07.-,_:;;_ty,,,...V: •• ) ' ' i'lfre•F7 4:4'L4.17 IlL has successfully completed an foglis ' '---N'Tf---_-,.,-----,-• R'..:frt.al.is.,-- -- .... ...r 25-Jul-18 TO 25-Jul-18 - ----;*•-•, :.7.°.,,.'•',-.11 , 1, . • 1,--, 4.,,,,-. ,....17Ska 774,77,77,773 or 326777C mac.rd 71.07000171202,70:062,7.0t(10 cal). ....ir.,_:,,,'"!_."Zrar.?• '..,•, _ 777.s. i.c7777,,,' •'•F'•*. 4-1 NOPAC Provider#451 Trainer(st Mark Krlick iirrie _', 7 .7647,..-j.........a..", ,d'Atr:s 7. 1 Training Address:5.00 NW 5tti Are,Fon Lauderdare.FL 33311. 7-.7-7 ..eW.:..-7741/411dMilllr' Ie.77M777 Successful came ce.-reigietim braid ai exam u.-au NU 07/Z5/1 a,001117,7uxim17.-Sturtip, --' This Certificate Expires: 11111611111,111 . ‘ •-' • Certificate Number: 1 '',4''‘17n* CiSHA MINIM' 25-4U149 INEIMERIIMI . : ---•:-,..1. 2.9401.0 . a 7/ Z5/. 19 . Course Number:SE1830 . • •'9' 7.t.'," ..... ,._. _ . f-t• 2„ _,,irri. tZ, 3,,N.ff•--.524iV•44177. 11-St ,.....re..,',-4",,„..I4 V4,, fi',W;7,:r. •---01".441., re ,A,...!'": ' -4,•„e•- •-•-•".,,, ..0"*-t' • •Pi.. .i ",1,0",:....vs.:ay. ,-,......"•,,‘,....,,,. 'it,-,.,, ,,,, ,.,,, ?•••:-.:_,-.!- --,••;„'-'*;,- _,•-„'„-•,...,:••:',...,.7...;,,,,7% .,A, . 7 ,.p-.31,•_•ia43.44:.;,_-- •,...5,:e. ,-...---1.--1,-1....----sm°,i4V.1. 't— ',Wird',.. !..w.'' .,."-4.-r_.."7 41-0,-,I. • ,.%, ,.75..,.-.4 t } / . . ( ../ 1 I I• I i 1 1 • . I ' 1 Robert Cox 4883 Ataman St Boca Raton, FL 33428 561-441-5469 robdrttg.bU.demolition.com EDUCATION Over 18 years'experience in Heavy Civil Construction and Demolition Penn Foster College,Scranton,PA(on-line)Civil Engineering Technology, SKILLS AND STRENGTHS Estimatingand'Project Management of Commercial,Industrial,Wait Highway and Residential;Site work Water. Distribution,Sanitar, Sewer,Lift Stations,Force Mains,Storni-Drainage,Asphalt Peking,Grading,Traffic Control, Demolition(full building 8.7selectiye demolition),Erosion Control,Soil:Stabilization,De-Watering,MSE Retaining Walls using the following software:HCSS Heavy Bid,HCSS Heavy Job&HCSS Dispatcher,Bid2Wiiii View Point, ritoberline,Computer Ease,QuickBooks,Teramodel,AutoCAD,Microsoft Office,PayDirt,Insite,Quest Solutions, ProContractor MX,DOT's Electronic Bidding Systems,and Scheduling Software EQUIPMET SKILLS Skid steer(Bob Cat),Dozer,Wheel Loader,Excavator(novice),Roller-Compaction Equipment. ASSOCIATIONS AND CERTIFICATIONS Former Acting Board Member of the Louisiana Association of General Contractors Certificate of Completion-Dispatcher rintslementation Jan.2009 Heavy Construction Software Solutions Certificate of Completion Fleaky Job Implementation Nov 20O8 Heavy Construction Software Solutions. Certificate.of Training'-HCSS Software Mov%'200 Heavy Construction Software Solutions.; Certified trainer—TrialPirector 6,Trial Presentation Software EXPERIENCE The BG Group,LLC. Delray Beach,FL 2018 to present Senior Estimator • Estimate Structural,Selective and Interior\demolition projects • Data analysis of project costs • Provide project information to the field McRae Law Firm PLLC,Jackson,MS 2010 to 2018 Consultant/Operation Director/Office Manager • Oversee entire operations of the law firm including Case Management,HR,Accounting,Payroll,and Client :.MaP4P7te4a.• • Consult on a majority of all cases,but specifically construction related litigation dealing with construction contracts and surety bonds. • Trial Preparation,Jury selection,Pleadings,Written Discovery,and Depositions • Certified trainer in TrialDirector 6,(trial presentation software) ABS Services,Inc./Civil Precast Corporation,Jackson,MS 2009 to 2010 Heavy Civil Construction Company 2007 to 2008 Vice President • Expanded the pre-Cast division of the company to include a new pre-cast fence system. • Continued the development of a proprietary MSE panel wall system. • Worked with the Federal Highway Administration and various DOT's throughout the country to get the MSE system approved. • Started a heavy civil division. Duties include& • Estimating,Project Management,Negotiate contracts,Marketing,Cost Analysis,Contract Review,Labor Relations,Subcontractor Relations,Job Buy Out,Safety-,ProjeCt Design,Equipment Management,Travel. Robert Cox Phylway Construction,LLC.Baton Rouge,LA 2008 to 2009 Heavy Civil Construction Company HCSS Implementation Implemented HCSS Heavy Bid,Heavy Job&Dispatcher • Trained all staff on the use of new software(office and field staff) • Set up codebooks for bid items,equipment,materials,labor,and vendors W.G.Yates Construction,Inc.Jackson,MS 2006 to 2007 General&Heavy Civil Contractor Senior Estimator/Project Manager www.wgyates.com • Successfully estimated and contracted projects worth over 200 million dollars,in a one year time period! Contract Types: • State highway,Federal,Subdivisions,Casino's,Port Authority's,Industrial sites,Marine work and Private Projects. Duties included: • Estimating,Project Management,Project buy-out,Negotiating change orders,Overseeing sub-contractors. Making"DTM"models for automatic machine control equipment and surveying with Teramodel software, Travel. C&E Excavating,Inc.Elkhart,IN 2005 to 2006 Heavy Civil Construction Company . Lead Estimator/Project Manager www.candeexcavating.com - • Increased there sales by 25%,with gross profits exceeding company expectations. • Designed and implemented a bonus program that increased field productivity approaching 20%. • Met or exceeded the all sales and performance goals that were presented and required of me. Work Types: • Sanitary Sewer,Storm Drainage,Water Distribution,Earthwork,Demolition,De-watering,Sports Fields. Duties Included: • Estimating,Project Management,Negotiating change orders,Overseeing Sub-Contractors. RJK Contracting,Inc.Fridley,MN 1996 to 2005 Heavy Civil Construction.Company Senior Estimator/Project Manager • In charge of all aspects of the company's daily operations. • Increased company volume by over 200%. • Reduced costs by increasing productivity in the field by analyzing job cost and the coordination of the proper personal and equipment for the scheduled task. • Made the company more diverse by self-performing related work sections instead of sub-contracting the work out. Work Types: • Demolition,Earthwork,Sanitary Sewer,Storm Drainage,Water Distribution,Landscaping. Duties Included: - • Estimating,Project Management,Negotiating change orders,Overseeing Sub-Contractors. Friedges,Inc.Lakeville,MN 1992 to 1996 Heavy Civil Construction Company Jr.Estimator A Jr.Landscape estimator for both commercial and residential projects. • Working with senior estimators to learn the heavy civil division of the company. Robert Cox Duties included: • Plan take-offs,Site visits,Ordering material,Inside sales. Notable Jeb Information r StribIingRoad Extension$1,300,000.00 Marshall Road Improvements S 1,025,000.00 I July-o8/Madison,MS New Road JuIjs=08/Brandon,MS Drainage Road Widening Box Culvert Bridge Drainage Soil Stabilization Clearing&Grubbing Grading Grading Clearing&Grubbing Owner:Rankin County,MS i Owner Madison County,MS Engineer:Rudy Warnock Reconstruction of Hwy 90 $26,856,000.00 Jay:-o7/Gulfport,MS j Plazzo Del Lago June-o7/Orlando,FL $16,000,000.00 Asphalt Hotel/Condo Resort Grading Mass Excavation.G din Demolition g Drainage Water,;Sewer Drainage Building Pads Roads&Parking.. Concrete work Qwneri:.Hospitality Development Group Owner: MDOT Engineer: ddache.Group. Engineer:MDOT Grading,Drainage,Paving$17,048,000.00 DaniespointContainer Port July-oj:/'Gulfport,MS $168,000,000.00 Asphalt MaY-. '/,Jnctsonville,FL Grading 158 Acre Container Port Demolition 1.5 Mil CY Cut&Fill Drainage Water,:Sewer;.Drainage Concrete work • Grading&-Paving- Owner:MDOT Marine Work Engineer:MDOT Owner:J?el;sonVille:PortAuthority Engiineer.FIalcroW Engineering;Inc Woodland Crossing $850,000.00 Thyssen Krupp Steel Mill $98,000,00o.00 'Sept;oy/Elkhart,IN Mall Demolition June-07/Mobile,AL Site Demolition =167Acre SitOvorh,Package Water&Sewer Clearir/ &:"Grubbing Gu Grading t& _Fil of 8MillieRCY Drainage Temp Roads Excavation Drainage Owner:;Southern Management&Development Erosion Control Engineer:Paiil.Cripe inc p Owner;Thyssen Knipp Engineer:Design.Build w/preset elevations KeeslcrAir Force Base $22,000,000.00 Milling&Overlay Hwy 49 $3,934,000.00 April-o7/Gulfport; MS Jul-o Excavation of 4 Subdivisions y 7/Gulfport,MS Water,Sewer,Drainage&Gas Distribution Ntiadng. Grading Grading Owner:United States Air Force A Owwnerner:MDOT Emerald Star Casino Engineer:MDOT July-o8/Madison,MS $16,000,000.00 Excavation Goshen Hospital Improvements$750,000.00 Asphalt May-os/"Goshen,IN MSE Walls Demolition Drainage Water&Sewer Gradin Exe-i��ation,Grading g Drainage Concrete Work Concrete work Owner:Emerald..Star Group Engineer:Design Build Owner:Goshen:Eiospital 1 Engineer:Moake Park Group • MACNAI R SAI VVI L 5253 Palniridge Blvd Delray Beach, FL. 33484-561-254-4571 - Macnairs87i grnait.co s1 WORK HISTORY The BG Group LLC Estimator I Jan.2017-Present Examine plans and projects to provide estimates to dismantle and demolish structures from residential homes, multi-story buildings,and industrial/commercial facilities. Carpenter/Remodeling Carpenter I April 2016—Dec.2016 Aspen Square Management Carpenter/Remodeling I March 20014—April 2016 As carpenter at Aspen Square,I performed many renovations to apartment buildings nationwide starting with demolition up to high end finish. • Home Depot • Flooring Technician I Sept.2013—March 2014 As a flooring technician I performed measurements and estimates for customers who desired new flooring in residential or commercial entities. USIC Inc. Technician I June 2009—Aug.2013 As a field technicians I located and monitored underground utilities to ensure safety of the community. Trim Craft Inc. Carpenter I Sept.2005—March 2007 At Trim Craft I completed all types of carpentry work from installing stairs,doors,windows,trim,and more in high end new construction homes. EDUCATION South Technical High School-Boynton Beach, FL • High School Diploma and Residential Construction Certificate,2006 Palm Beach Community College-Lake Worth,FL • Associate of Applied Science:Industrial(Operations)Management Technology,2009 • Building Construction Specialist Degree,2009 • Construction Trades Technology Certificate,2009 ' I I l Jacob Sisco Buffalo,NY Overview In my career,I have been involved in all facets of demolition and remediation projects including but not limited to: > Power Plants Oil Refineries Toxic > Waste Clean-ups > Bethlehem Steel > Baltimore, > Chemical National Gas , Maryland Fort Processing Plants Pipeline Worth,Texas Hospitals > American Axel > Reichold Chemical Community Foundation Bank One of Development Implosions America Tower/36 > Commercial > Cleveland,Ohio Story Implosion Facilities Steel Cincinnati,Ohio > Jacksonville, Plants Industrial > Lubrizol Chemical Florida Facilities Kahn's Sara Martinsville, > Transportation Lee/Complete Virginia Paper Mills Plant Demolition > Jacksonville > Rochester,New > Cleveland Browns Energy York New York Football Stadium Authority/Il Story . City,New York > Glen Falls,New Power Plant > Kodak Hurricane York Corning,New Dupont Sandy Relief Clean- . York Plant/Complete up y Verizon . Plant Demolition 'r` Dupont Akzo Wireless/Bridge > Little Rock, Noble Chemical Demolition AES Arkansas > Xerox Energy(Power Greenville,North > Buffalo,New York Plant) Carolina Concordia,Kansas > Alcoa Plant Dupont Plant Work Experience Estimator April 2018 to Present The BG Group LLC-Boca Raton,FL Estimator/Operator June 2010 to 2016 Titanium Demolition&Remediation Group-Buffalo,NY Heavy Equipment Operator/Project Superintendent October 2002 to 2018 LVI Environmental/NorthStar-Rochester,NY General Laborer//Burner//Operator August 1996 to October 2002 Demco,Inc:-Buffalo,NY Education Business Management Alfred State College 2002 to 2003 . • License in OSHA Training New York State National Guard Challenge Program Peekskill,NY Certifications/Licerf es.; Supervisor Asbestos License-July 2015 to July 2016 HAWOPER-August 2015 to August 2016 Skills Excel and Office Adobe Acrobat Heavy Equipment.Operator Blueprint Reading Specification Navigation Visually Able to Assess Any Sized Demolition&Abatement Project • Jason M.Semer (206)359-5389 6/11/2018 jsemeims@gmail.com Professional Work Experience Present The BG Group LLC-Florida Sc Demo!Mian-Estimator/PM/act-Manager • Sr.Estimatorand Project Manager at.the t7"'largest demoliitioncompanyin the United States for demolition/wrecking. Biddingtlending protects.ranging from'56 000-Si 5million Including residential/commercial T.I structural selective demolition:and wrecking projects.(Non-Union) • Consistently developing strong,sustainable relationships with multiple clients in the industry. • In my short time here at BG Group I have landed many profitable jobs.I am well versed in takeoff software such as I- SquareFoot and O.S.T. - • • Currently have no fewer titian 6,ptojects.ih the worksor underway,I.bid roughly 7-10 projects per week.F'was hired to capture the interior selective demolition market in South Florida,Dueto'the;size and needs of the company I'aiso-bid/land many full wreck projects while focusing ort biuitding;theulteriordiinsion for BG Group. 2017-2018 Tactical Demolition-.Texas Demolition.Estimator • Estimator facdemolitfon!wrecking.Bidding/anding projects ranging from 510k-5200k including residential/commercial T.I., • structural'selectivedemolition and wrecking projects.,(Non-Union) • I bid and larided"manyjobs in my time at Tactical Demolition;including;TRO pilot facity/shutdown,Joe Farmer Recreation Center Pedestrian Bridge;Paula Deen Restaurants RaceTrac:#t74 FORD'Showroom/Service Center,Trinity Church Children s Center multiple:Aldi's Groceryr Stores Grayson StUdent Center and.many more: • I know the Texasmarket very well and have a lerge,,client fist_ofcoritractors to bring with me as well as all of my bids/proposal and take-offs from Tactical.I know ad the competitors in•,the Dallas Metro-plex area and have successfully bid against them. 2015-2017, WOLF Demolition-Washington Sr.Demoblion:Estimator/Prole&ManagerfBusin ss'fiifaria4er. • Estimator and Project Manager for demolition/excavation projects ranging from$1,600-5150k Including residential/commercial T.I:,structural demolition and excavation projects.(Non=Union) • Consistently developed strong;;sustairlable relationships with multiple clients in the industry including;Deacon,RCA, • Axiom Design::Build,Express,Pennonand many more • Project Manager overseeing the execution of current projects,and contracts 1 • Worked;completely independerittyfiom my home office which induded finding leads,job walks,bids,contracts,change orders,-.ordering insurance,,implementation and coordination Business Manager streamlined day to day business practices of an existing containerhauling,company,advertising,logo design';web site presences;HR hiring/firing,payroll,tooling,implementation,logistics:and coordination 2013-2015 Solutionz Demolition Inc.-Washington Sr t7emolrtiortEstirnator/'ProieetAilanager- • Estimatorand Project Manager for demolition.projects ranging from$3,000-5200k Including residential and commercial T.I.and consrete cutting-and coring:(Non-Unionj: • •Consistently developed strong,:sustainable relationships with multiple clients in the industry including;Pennon,Anderson, Express,Woodman,Heartland Retail;Lakeview and many more. ) • Project Manager overseeing the execution of current projects,and contracts • Workedcompletely independently from my home office which included finding leads,job walks,bids,contracts, implementation and coordination. • i ' 3 2010-2013 Medical Movement Network LLC.-Washington Advertisina Sales,fBuirtess Owner • • Website design and implementation,including SEC)and all phases of development and construction. • Printed Publication-sales,marketing,distribution,collections and DTP• Oversaw and ran daily operations of a small(5 person)company for 3 years successfully. 2009-2011 Demo King-Washington Demolition Estimator%Proiect Manager • Estimator and Project Manager for demolition projects ranging from$3,000-$100k Including residential and commercial T.I.and concrete cutting and coring.(Non-Union) • Consistently developed strong,sustainable relationships with multiple clients in the industry. • Project Manager overseeing the execution of current projects,and contracts • Worked completely inde endentl from my home office which included finding leads,job walks,bids,contracts, implementation and coordination. 2006-2009 Democon/PCI-Democon-Washington Demolition EstimatorfProject Manager • Estimator and Project Manager for demolition projects ranging from$10,000-$600K,including full structure demolition,T.I. and concrete cutting and coring.My focus at PCI Democon was primarily commercial T.I.(Union) • Strong ability to find new work using online software such as Builders Exchange • Maintained 42%margins on all jobs landed • Consistently developed strong,sustainable relationships with multiple clients in the industry. • Project Manager overseeing the execution of current projects,and contracts 2000-2006 Trepus Demolition-Washington DemolitiomEstimator/Web Develooer7Foreman • Worked my way up from Foreman to Lead Estimator for demolition projects ranging from$5,000-$390k.including full structure demolition/wrecking,selective T.I.and concrete cutting and coring. My focus at Trepus Demolition was primarily commercial selective T.I.(Union) • Strong ability to find new work using online software such as Builders Exchange and Blue Book • Maintained 37%margins on all jobs landed • Consistently developed strong,sustainable relationships with multiple clients in the industry. • Developed,implemented and maintained new processes for estimating and bidding. • Website design and implementation l • Laborer Foreman 1991-2004 Local 242,252,292,440-Washington. • Laborer , • Thirteen years as a Joumeyman/Foreman Laborer working with dozens of different companies throughout Western Washington. 1990-2005 Mach-v Computers,LLC Owner/Operator • Small scale computer hardware business with strong emphasis on customer service and high end hardware builds. • Design,build,installation,and maintenance for several small scale networks 2000-2005 BTN-By The Numbers ACAD Tech • Part-time AutoCAD technician for a small Civil Engineering company • Surveyor helper Computer and Additional Skills: Proficient in quantitative take-offs,reading prints of all types,online bidding tools,knowledge and proficiency in hundreds of windows based applications,network connectivity and maintenance;ability to code in several Internet languages including:Peart, Flash,and CGI;Proficient in Office Applications including:Microsoft Office(Word,Excel,Access,Power Point),Visio,Publisher,Net Meeting,Outlook,Exchange,Project,all current versions of Windows/Linux OS;data entry&records management programs, AutoCAD v14-2008,Project Management experience,training experience,leadership experience,strong desire to learn, professional team player,known as subject matter expert. Education: Green River.Community College • • Ketiv AutoCAD Certification A+Certification 4000 hour Laborers International Apprentice program CPR/First Aid Lead&Hazardous Awareness PCI Estimator Class i • • T. iE ti1J L v P no Tab 3.1 Approach and Methodology to Project AND Tab 3.2 Detailed Information The BG Group LLC (BG) proposed approach has been refined into a standard working procedure that will accomplish the task requirements set forth by City of Miami Beach. Our approach to every project will be as follows or as refined by the City. Within BG,Ivy Fradin will be responsible for disseminating the projects assigned and pertinent information of each to the key team members. These communications will take place in writing,via email,and may be supplemented or predated by verbal dialog. The written word,however,is what will prevail. Written communication will also be the preferred method of communication with any and all subcontractors and regulatory agencies,even though verbal dialog may also occur. Again,within BG,Ivy Fradin will also take ownership of all facets of cost control for each project as well-as the contract overall via weekly and monthly analyses. Upon receipt of a Request for Proposal from the City, Managing Member Ivy Fradin will review the request and assign an estimator to the project based on location and relevant experience. She will then schedule the relevant BG member(s).to visit the project. They will visit the job site to verify scope of work and to familiarize themselves with the working conditions, including accessibility, crew size,water and electrical availability also, materials and equipment needed. During this site visit BG will confirm the takeoffs of the project to be demolished or removed. Following the site visit, a proposal will be prepared using contract unit rates and sent to City of Miami Beach via e-mail, fax or written mail within 24 hrs of site visit. As soon as we receive a work order and letter of authorization from the City,Ivy Fradin alerts BG team members as to the details of the new job. We immediately begin permit procedures,call in Miss Sunshines,and request utility disconnects. We also immediately file 10 day NESHAP notifications,if required,so as to never hold up a job for this,and are willing to revise if necessary to accommodate the time table of the job. A copy of this notification will be faxed to the asbestos consultant and the City 15560 Lyons Road•Delray Beach,FL•33446.561-998-1991•Fax:561-998-8815•email:ivy@bgdemolition.com THE DC. CIIOUPLLC contact. We will help coordinate any actual required abatement with regulatory agencies, if applicable, and schedule City representatives to be present if so desired. The Estimator will coordinate with the Field Supervisor assigned to the project to assure that the appropriate manpower, equipment, and materials required for the job are at his disposal. Also at this time the Estimator will discuss any special site conditions or procedures not referred to in the specifications or work plan. This is to ensure that the Supervisor will have a full understanding of the requirements for the project. Any required asbestos abatement, underground utility and/or pollutant storage work will be coordinated, as will any subtrades necessary, such as electrical, plumbing, well capping, septic pumpouts, sewer caps, lift station work, etc. We will also arrange for our water source and address any other special conditions, such as relevant MOT plans,at this time. Upon receipt of demolition permit, BG equipment and personnel will mobilize to the job site on the start date indicated on the DEP notice as directed by City. The Field Supervisor will conduct a safety meeting and inform the crew of any special conditions that warrant their attention. The Supervisor will then assign individual tasks to his crew. Each situation is unique, but wet demolition is always performed,both to control dust as well as to ensure the safest and healthiest environment possible, for the scope of work as outlined in the Work Order. We will clean the site each day of any significant debris and schedule inspections as required, allthewhile performing our demolition scope with an eye on both safety and efficiency. Upon job completion, a final walk-through inspection will be performed by the Supervisor. We will then notify the City that the job was successfully completed, call in and final inspections, and finally prepare and send the City its invoice, with any paperwork that may be required relevant to the particular job. Documentation. Before, during, and after a demolition project,documentation is of critical importance. Daily job reports, as well as load tickets and time cards,are compiled to record an absolute proof of project events. At the completion of a project, the documentation can be provided to the client upon 15560 Lyons lead•Delray Beach,FL•33446.561-998-1997•Fax:561-998-8815•email:ivy lbgdemolition.csm 01100 LIZ request. Duplicate copies of all project documentation would be maintained and stored in a central location within our corporate office in Boca Raton,Florida. Significant Difficulties We at The BG Group. LLC feel that, with our breadth and depth of experience, we have encountered the majority of difficulties that may arise and we-have a known solution in hand. However, real world experience also indicates this is not always the case. Should a(situation arise that causes a significant problem, the most important step would be communication with the City. Utilizing the expertise of City officials and our key staff we feel we can determine a solution to any difficulties-that-may arise. Possible difficulties that have arisen in the past, and how we have addressed them are as follows. Onsite changes are requested. The written word will prevail, and any subcontracts or change orders will have to be signed-off in writing before the work to which they refer will ,be executed. We uncover asbestos not detected in Experience allows our operators and , survey, possibly hidden under layers of supervisors to identify when we have a other tile problem, stop work immediately and notify proper parties. Our capabilities also allow us to handle this type of situation quickly, safely and efficiently. Utilities were not truly disconnected, We make sure that we have letters in the despite the fact that we have a letter stating file from all utilities assuring disconnection that they were. of service before we start to minimize this possible problem, even if such disconnect letters are not required by a municipality to 15560 Lyons Road•Delray Beach,FL•33446.561-998-7997•Fax 56.1-998-8815•email:iuy@6gdentolitlon.com THII; GGIIOIJPLLC obtain our permit. These letters also tell us who to call in case of surprise, and usually last minute, emergencies. Our machines break down. Our experienced in-house mechanic, and knowledgeable field supervisors and operators, are able to repair most of the problems our machines encounter. Performance time tables get shortened. Our strong vendor relationships facilitate hauling, dumping and the like, when expedited serviceiis needed All requests for service,regular and/or emergency,need to be emailed to our Managing.Member, ivy@bgdemolition.com. Emergency requests should also be phoned in to Ivy at 561.715.0530,Managing Member Steve Greenberg at 561.715.0013 or Vice President Andrew Stull at 561.441.5922,all of whom are reachable 24x7. i r - , 15560 Lyons Road•Betray Beach,FL•33446.561-998-7997•Fix:561-990-8815•email:iay@hgdemoIition.com THE 8G. GROUP [IC RFQ FOR CITYWIDE. DEMOLITION SERVICES { 2018-183-KB STATEMENT OF UAL IFICA TION Q 15560 Lyons Road•Delray Beach.FL•33146.561-998-1991•Fax:561-998-8615•email:M©bldemolilloe.com THE ..14-1 GROUP Ile TABLE OF CONTENTS Tab 1 COVER LETTER&MINIMUM QUALIFICATIONS REQUIREMENTS Tab 1.1 Cover Letter&Table of Contents Tab 1.2 . Response Certification, Questionnaire&Requirements Affidavit Tab 1.3 Minimum Qualifications&Requirements Tab 2 EXPERIENCE& QUALIFICATIONS Tab 2.1 Qualifications of Proposing Firm Tab 2.2 Qualifications of Proposer.Team Tab 3 APPROACH&METHODOLOGY Tab 3.1 Approach and Methodology to Project Tab 3.2 Detailed Information • • 15560 Lyons Road•Delray Beach,FL•33446.561-99&1991•fax:561-998-8815•email:Iuyt2hgdamolltlan.cam APPENDIX E i Insurance Requirements . . • 2018-183-KB Citywide Demolition Services • PROCUREMENT DEPARTMENT • 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-183-KB 38 • • APPENDIX E miAmi H Insurance Requirements 2018-183-KB Citywide Demolition Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-183-KB 38 ATTACHMENT D INSURANCE REQUIREMENTS